HomeMy WebLinkAboutContract 53378-PM1CITY SECRETARY
4 CMITRACT 140.
PtFCF1VEb
APR 21 2020
olrYOFFoprwonr
ciNsFCREr�i.��FORTWORTH
PROJECT IiIANUAI.
FOR
THE CONSTRUCTION OF
The Overlook
City Project No. 102255
FID No. 30114-0200431-102255-E07685
X-File No. X-26120
Betsy Price David Cooke
Mayor City Manager
Christopher P. Harder, P.E.
Water Director, Water Department
William Johnson
Director, Transportation and Public Works
Department
2019
BAIRD, HAMPTON, &BROWN, INC.
1901 MARTIN DR. SUITE 100
WEATHERFORD, TX 76086
FIRM REG. Al" 00044
�Te wonamb 71 x
0000 10- 1
TABLE OF CONTENTS FOR DEVELOPER AWARDED PROJECTS
Page 1 of 4
1
SECTION 00 00 10
2
TABLE OF CONTENTS
3
DEVELOPER AWARDED PROJECTS
4
5
Division 00
- General Conditions
6
001113
lavi+-+. -- tD.Ad
7
00-2113
lfistFuetiens-ts s
8
00 41 00
Fefm
9
00 42 43
Proposal Form Unit Price
10
004313
";A apipd
l 1
80 43 11
13, dde
12
0045 12
Prequalification Statement
13
14
00 45 26
Contractor Compliance with Workers' Compensation Law
15
16
00 52 43
Agreement
17
00 61 25
Certificate of Insurance
18
0062 13
Performance Bond
19
00 62 14
Payment Bond
20
0062 19
Maintenance Bond
21
22
23
0073 10
Standard City Conditions of the Construction Contract for Developer Awarded
24
Projects
25
26
Division 01- General Requirements
27
0111-00
Suinfaar-y fxx7 t
28
01 25 00
Substitution Procedures
29
01_31
A+-�ea Ax e-
30
01 31 20--PrvJcc4.
7, ff txzzgJ
31
32
01 32 33
Preconstruction Video
33
01 3300
Submittals
34
01 35 13
Special Project Procedures
35
01 4523
Testing and Inspection Services
36
01 5000
Temporary Facilities and Controls
37
01 5526
Street Use Permit and Modifications to Traffic Control
38
01 57 13
Storm Water Pollution Prevention Plan
39
40
01 60 00
Product Requirements
41
01 66 00
Product Storage and Handling Requirements
42
01 70 00
M Refn-' `' •
43
01 71 23
44
01 7423
Cleaning
45
01 7719
Qeseetf+ —I-.
46
01 78 23
n. pefatien
47
01 7839
Project Record Documents
48
Technical Specifications which have been modified by the Engineer specifically for this
49
Project; hard copies are included in the Project's Contract Documents
CITY OF FORT WORTH The Overlook
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS (-PN: 102255
Revised September 1, 2015
0000 10- 2
TABLE OF CONTENTS FOR DEVELOPER AWARDED PROJECTS
Page 2 of 4
1
2 NONE
3
4 Technical Specifications listed below are included for this Project by reference and can be
5 viewed/downloaded from the City's Buzzsaw site at:
6
7 htpsJ/Droiectpoint.buzzsaw.com/client/fortworth�ox,/Resources/02%20
8 %20Coiistruction%o2ODocunients/Specifications
9
10 Division 02 - Existing Conditions
11 0241 13 Selective Site Demolition
12 0241 14 Utility Removal/Abandonment
13 0241 15 Paving Removal
14
15 Division 03 - Concrete
16 03 30 00 Cast -In -Place Concrete
17 0334 13 Controlled Low Strength Material (CLSM)
18 0334 16 Concrete Base Material for Trench Repair
19
20
21 Division 26 - Electrical
22 26 05 A-0 Demme xT , D ,t -r_ r,
23
24
25
26
27 Division 31- Earthwork
28 31 1000 Site Clearing
29 3123 16 Unclassified Excavation
30 312323 43e
31 3124-00 e
32 31 25 00 Erosion and Sediment Control
33 31 36 00 Gabiefis
34 31 3700 Riprap
35
36 Division 32 - Exterior Improvements
37
38 3-2-0-1 18 alt p flg
39
40 -2,2 11 23 1ilea�ible ���C-eras
41 32 11 29 Lime Treated Base Courses
42 32 11 33-rveiiicrr` ? t I D r
43 3-212 16 Asphalt D
44 3.2-12 7-1 A „T nit D, r t o t t
45 32 13 13 Concrete Paving
46 32 1320 Concrete Sidewalks, Driveways and Barrier Free Ramps
47 32 1373 Concrete Paving Joint Sealants
48 32 14 16 D,.:,ar x T„;t D
49 32 16 13 Concrete Curb and Gutters and Valley Gutters
50 32 1723 Pavement Markings
CITY OF FORT WORTH Die Overlook
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPAr 102255
Revised September I, 2015
0000 10-3
TABLE OF CONTENTS FOR DEVELOPER AWARDED PROJECTS
Page 3 of 4
C2SR222 r.2YfY�'P
2 32
3 J2-3 } 29We
4
5 3291 19 Topsoil Placement and Finishing of Parkways
6 32 92 13 Hydro -Mulching, Seeding, and Sodding
7 32 93-43 Tree -
8
9
Division 33 - Utilities
10
33 01 30
Sewer and Manhole Testing
11
3301 31
Closed Circuit Television (CCTV) Inspection
12
13
3304 to
r, a n a figa >;t tf t r seiatieft
15
16
17
33 04 40
Cleaning and Acceptance Testing of Water Mains
18
3305 10
Utility Trench Excavation, Embedment, and Backfill
19
3305 12
Water Line Lowering
20
3305 13
Frame, Cover and Grade Rings
21
3305 14
Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to Grade
22
33 05 1$
—e. 111r . -
23
3305-17--,
ene-e-eGeNar-s
24
25
330521
4 et _ late
26
-33-05 22
n•
27
333-05 23
14an t : t'
28
29
330526
Utility --
30
31
33 11 10
r.uetil, ir-en 1--
Pipe
32
33 11 11
Ductile Iron Fittings
33
33 11 12
Polyvinyl Chloride (PVC) Pressure Pipe
34
35
36
33 11 15
37
33 12 10
Water Services 1-inch to 2-inch
383-12
11 -zarge�l�a
Meters
39
33 1220
Resilient Seated Gate Valve
40
41
33 1225
Connection to Existing Water Mains
42
43
33 1240
Dry -Barrel Fire Hydrants
44
33 1250
Water Sample Stations
45
es.
46
se
47
33 31 13
Fiber -glass ganitafy Sewer-s
48
49
33 31 20
Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe
50
CITY OF FORT WORTH The 01'erlook
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CTN: 102255
Revised September 1, 2015
0000 10-4
TABLE OF CONTENTS FOR DEVELOPER AWARDED PROJECTS
Page 4 of 4
1
2
3
33 31 50
Sanitary Sewer Service Connections and Service Line
4
5
3339 10
Cast -in -Place Concrete Manholes
6
33 39 20
Precast Concrete Manholes
7
8
9
33 39 60
Epoxy Liners for Sanitary Sewer Structures
10
3341 10
Reinforced Concrete Storm Sewer Pipe/Culverts
11
12
13
33 4601
Slotted Steffnt Drains
14
re3s
15
33 49 10
Cast -in -Place Manholes and Junction Boxes
16
33 49 20
Curb and Drop Inlets
17
18
19 Division 34 — Transportation
20
21
22 34 4l M n away m
23
24 3471 13 Traffic Control
25
26 Appendix
27-4-81 A, i t, i. r a
28 GC-4.02 Subsurface and Physical Conditions
29
30 refh*ental Genditiell at Site
31
32 Gfi-6-p�ag�
33 G 90 1a
34 C-6 24le�,ina4ieff
35 GR-01 60 00 Product Requirements
36
37 END OF SECTION
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS The I102255
Revised September 1, 2015 C'PA�, l0215S
00 42 43
DAP-BIDPROPOSAL
Page 1 of7
SEC71ON 00 42 43
Developer Awarded Projects - PROPOSAL FORM
UNIT PRICE BID Bidder's Application
CrrY OF FORT WORTH
STANDARD CONSTRUCTION SPECIMCATION DOCUMENTS - DEVELOPER AWARDED PROJECTS
Form version Seplamber 1, 2015
2014-10-I5 Bid Shen -EOPC (hulonk-Updated Biddingxls
00 42 43
DAP-BIDPROPOSAL
Page 2of7
SECTION 00 42 43
Developer Awarded Projects - PROPOSAL FORM
UNIT PRICE BIDBidder's Il i
on
Project Item Information Bidder's Proposal
Description
Specification Section
Unit of
Bid
No.
Measure
Quantity
Unit Price
Bid ValueU
T :SA►dITARY SEWER IMPROVEMENTS SHEET 8-13
3331.4115 8" PVC Sewer Pip333i209999.0001
L'F'-$48.00
8" PVCSewerPipew/CTB-_20
$184,896_0C
9999.D002 Connect to Emstin Sewer Manhole
33 39 20_�
L-F•
- • 6o-
-s58.009
^$3.3339.1001
_
4' Manhole
_EAR_
333910OR33----_-....
1
- -
3339.1003 4' EzraManhole
r�33e
3920
EA.
9333910
3331,3'901 4" Sewer Service (Shorty -3331
_�
V.L.F.
�g4
— —
�g5,00
438.00
--' ----
4" Sewer Service (long)_
5e�
---EA.
EA
____
-7_p-
$700 00
-_
$51,100.003331.3101
_ - - _ _. _ _
3361.0002 Post -CCTV Inspection'
33 31 50
$75D.00
$52,500.00
_ - _ _.—__ _.
301.0101_Man_hole Vacuum Testing_
330131
_, _ _
33 01 30
L,F.
6465
$2.00
$12,930.00
305.01 D9 Trench Safeiy4
- • -•-
90-
$150.D0
$5,400A0
331.4201 10"SewerPi
--, - --
20L.F.
L F
6465
$2A0
$12,934.1D
-__ __,_..__3331
339.1004 44 Shallow Manhole
83 39 10 OR 38 �
�
2553
$64.00 �5163,392.00
-- --
_ 39 20
EA
4
$4,000.00
$16,000.00
15�
—
17
_
18
-
i9
- 26-
21-
-
- 22
23
24
-25
-
26
-
-
sa
29 -
30—
—
—
31
—
- —
32--
- -
.33
--
-- 34 -_
35 _
-
_ 36_
_37
_
38
_39
40
-
41,
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS • DEVELOPER AWARDED PROTECTS
Fcno Vetsioa September 1, 2015
2019.10-13 Bid Shoot - EOPC Omlook -Updated Bidding .,Jl
00 42 43
DAP - BID PROPOSAL
Page 3 or7
SECTION! 00 42 43
Developer Awarded Projects - PROPOSAL FORM
IT PRICE BIDBidder's lit i n
CITY OF FORT FYORTIJ
STANDARD CONSTRUCTION SPECB•7CATION DOCUMENTS. DEVELOpFR AWARDED pR03ECTS
Forth Version September 1, 2015
2019-10-13 Bid Sheet -EOPC 01�flook-Updated Biddingda
00 42 43
DAP-BIDPROPOSAL
Page 4 or
SECTION 00 42 43
Developer Awarded Projects - PROPOSAL FORM
UNIT PRICE1 Bidder's Annficatinn
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPFCMCA774DN DOCUMEWS - DEVELOPER AWARDED PROJECTS
Form Version Septembev 1, 2015
2019-10.15 Bid Shed- EOPC Ovedoo{: _Updated Biddingxf(
SECTION 00 42 43
Developer Awarded Projects - PROPOSAL FORM
IT PRICE BID
C]TY OF FORT WORTH
STA"ARD Cf4STRt;CTION SPEC'HCAT]ON DOCtJM&1n - DEVELOPER AWARDED PROJECTS
Form Vmim September 1, 201$
00 42 43
DAP -BID PROPOSAL
Pege 5 of 7
2019-10-15 Bid SkoM - EOPC OlvdooL -Updated B,dd,,g.ads
SECTION 00 42 43
Developer Awarded Projects - PROPOSAL FORM
CRY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS. DEVELOPER AWARDED PROJECTS
Fonn Vernon September 1, 2015
00 42 43
DAP -BID PROPOSAL
Page G of 7
2019-10-13 Bid Sheet-BOPC Orcdook-Updamd Biddingxls
No.
SECTION 00 42 43
Developer Awarded Projects - PROPOSAL FORM
Project Item Information
Description
Bid
ItionSectionj Unit of I Bid
No. Measure QuaoHty
UNIT If: SANITARY SEWER IMPROVEMENTS SHEET B-13
UNIT III: DRAINAGE IMPROVEMENTS SHEETS 33 & 38-40
UNIT IV: PAVING IMPROVEMENTS SHEETS 24-30
UNIT V. STREET LIGHTING IMPROVEMENTS SHEETS 41-42
UNIT VI: TRAFFIC SIGNAL IMPROVEMENTS
This Bid is submitted by the entity named below:
BIDDER,
Constser Construction TX, LP
5327 Wichita Street
Fort Worth, TX 76119
Contractor agrees to complete WORK for FINAL ACCEPTANCE within
CONTRACT commences to ran as provided in the General Conditions,
END OF SECTION
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATKYN DOCUME?-M - DEVELOPER AWARDED PROJECTS
Form Version Septendxr 1, 2015
00 42 43
DAP -BID PROPOSAL
Page 7 of 7
Bidder's Proposal
Unit Price I Bid Value
2019-10.15 Bid Sheet - EOPC Overlook-Updalod Biddinc ds
0045 12
DAP PREQUALIFICATION STATEMENT
Page I of)
SECTION 00 45 22
DAP — PREQUALIFICATION STATEMENT
Each Bidder is required to complete the information below by identifying the prequalified contractors
and/or subcontractors whom they intend to utilize for the major work type(s) listed. In the "Major Work
Tempe" box Provide the complete major work type and actual description as provided by the Water
Department for water and sewer and TPW for paving.
Major Work Type
Contractor/Subcontractor Company Name
Prequalification
Expiration Date
WATER DISTRIBUTION
CONATSER CONSTRUCTION TX, L.P.
`1
DEVELOPMENT, 8-INCH
DIAMETER AND SMALLER
SEWER DISTRIBUTION
CONATSER CONSTRUCTION TX, L.P.
DEVELOPMENT, 10-INCHES
Al /?,o 20
AND SMALLER
CONCRETE PAVEMENT
CONATSER CONSTRUCTION TX, L.P.
CONSTRUCTION <20 000 SY)
..
The undersigned hereby certifies that the contractors and/or subcontractors described in the table above
are currently prequalified for the work types listed.
BIDDER:
Conatser Construction TX, L.P. BY:
5327 WICHITA STREET
FORT WORTH, TX 76119
ature)
TITLE:
DATE: t
1
1 I a .
CITY OF FORT WORTH
STANDARD CONSTRUCTION PREQUALIFICATION STATEMENT— DEVELOPER AWARDED PROJECTS 0045 12 Prequalification Statement 2015 DAP.docx
Form Version September 1, 2015 — —
0045 26- 1
CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW
Page 1 of 2
1 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. CPN: 102255. Contractor further certifies that, pursuant to Texas Labor Code,
6 Section 406.096(b), as amended, it will provide to City its subcontractor's certificates of
7 compliance with worker's compensation coverage.
8
9 CONTRACTOR:
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
Address
Title:
City/State/Zip (Please Print)
LINDSEY S GRIER
THE STATE OF TEXAS
i. cSNotary Public, State of Texas
Expires 08-06-2023
COUNTY OF TARRANT § Y
BEF RE ME, t e un ersigned auority, on this day personally appeared
1/17
' I _, known to me to be the person whose name is
subscribed to the forego'foregoW instrum , arrd a no 1Idged to me that he/she executed the
same as the act and deed of � for the purposes and
consideration therein expressed and in the capacity therein stated.
Al
GV UNDERMYHAND AND SEAL OF OFFICE this day of
!� �l 2�
Notary Public in and for the State of Texas
CITY OF FORT WORTH The Overlook
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 102255
Revised April 2, 2014
005243-1
1
SECTION 00 52 43
Developer Awarded Project Agreement
Page 1 of 6
2 AGREEMENT
3 THIS AGREEMENT, authorized on n a his made by and between the Developer,
4 (Insert Full Legal Name of Developer), authorized to do business in Texas ("Developer") , and
5 � C " authorized to do
6 business in Texas, acting by and through its duly authorized representative, ("Contractor").
7 Developer and Contractor, in consideration of the mutual covenants hereinafter set forth, agree
8 as follows:
9 Article 1. WORK
10 Contractor shall complete all Work as specified or indicated in the Contract Documents for the
11 Project identified herein.
12 Article 2. PROJECT
13 The project for which the Work under the Contract Documents may be the whole or only a part
14 is generally described as follows:
15 The Overlook
16 CPN:102255
17 Article 3. CONTRACT TIME
18 3.1 Time is of the essence.
19 All time limits for Milestones, if any, and Final Acceptance as stated in the Contract
20 Documents are of the essence to this Contract.
21 3.2 Final Acceptance,
22 The Work will be complete for Final Acceptance within 100 working days after the
23 date when the Contract Time commences to run as provided in Paragraph 12.04 of
24 the Standard City Conditions of the Construction Contract for Developer Awarded
25 Projects.
26 3.3 Liquidated damages
27 Contractor recognizes that time is of the essence of this Agreement and that Developer
28 will suffer financial loss if the Work is not completed within the times specified in
29 Paragraph 3.2 above, plus any extension thereof allowed in accordance with Article 10
30 of the Standard City Conditions of the Construction Contract for Developer Awarded
CITY OF FORT WORTH The Overlook
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 102255
Revised June 16, 2016
005243-2
Developer Awarded Project Agreement
Page 2 of 6
31 Projects. The Contractor also recognizes the delays, expense and difficulties involved in
32 proving in a legal proceeding the actual loss suffered by the Developer if the Work is not
33 completed on time. Accordingly, instead of requiring any such proof, Contractor agrees
34 that as liquidated damages for delay (but not as a penalty), Contractor shall
35 pay Developer Live hundred Dollars ($500.00) for each day that expires after the
36 time specified in Paragraph 3.2 for Final Acceptance until the City issues the Final
37 Letter of Acceptance.
38 Article 4. CONTRACT PRICE
39 Developer agrees to pay Contractor for performance of the Work in accordance with the
40 Contract Documents an amount in current funds of
41 Dollars ($
J.
42 Article S. CONTRACT DOCUMENTS
43 5.1 CONTENTS:
44 A. The Contract Documents which comprise the entire agreement between Developer
45 and Contractor concerning the Work consist of the following:
46 1. This Agreement.
47
2. Attachments to this Agreement:
48
a.
Bid Form (As provided by Developer)
49
1) Proposal Form (DAP Version)
50
2) Prequalification Statement
51
3) State and Federal documents (project specific)
52
b.
Insurance ACORD Form(s)
53
c.
Payment Bond (DAP Version)
54
d.
Performance Bond (DAP Version)
55
e.
Maintenance Bond (DAP Version)
56
f.
Power of Attorney for the Bonds
57
g.
Worker's Compensation Affidavit
58
h.
MBE and/or SBE Commitment Form (If required)
59 3. Standard City General Conditions of the Construction Contract for Developer
60 Awarded Projects.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS The Overlook
Revised June 16, 2016 CPN: 102255
005243-3
Developer Awarded Project Agreement
Page 3 of 6
61 4. Supplementary Conditions.
62 5. Specifications specifically made a part of the Contract Documents by attachment
63 or, if not attached, as incorporated by reference and described in the Table of
64 Contents of the Project's Contract Documents.
65 6. Drawings.
66 7. Addenda.
67 8. Documentation submitted by Contractor prior to Notice of Award.
68 9. The following which may be delivered or issued after the Effective Date of the
69 Agreement and, if issued, become an incorporated part of the Contract
70 Documents:
71 a. Notice to Proceed.
72 b. Field Orders.
73 c. Change Orders.
74 d. Letter of Final Acceptance.
75
76
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS The Overlook
Revised June 16, 2016 CPN: 102255
on52m'4
Developer Awarded Project Agreement
Page *ma
77 Article 6. INDEMNIFICATION
78 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own
79 expense, the city, its officers, servants and employees, from and against any and all
80 claims arising out of, nralleged toarise out of, the work and services tmbeperformed 6n
81 the contractor, its officers, agents, employees, subcontractors, licenses or invitees under
82 this
83 effective even if it is allep
zed or Proven that all or ����----
some of the damages being sought
84
any
act.
ssion or neglige ce of the city. This
85 indemnity provision is intended to include, without limitation, indemnity for costs,
OS expenses and legal fees incurred by the city in defending against such claims and causes
87 of actions.
88
89 6.2 Contractor covenants and agrees toindemnify and hold harmless, at its own expense,
90 the city, its officers, servants and employees, from and against any and all loss, damage
91 o,destruction mfproperty mfthe city, arising out of, oralleged toarise out of, the work
93 and services to be performed by the contractor, its officers, agents, employees,
93 subcontractors, licensees orinvitees under this contract. This in emnification provision
94 ��-------
even
if it is alleg d or proven that all
95 ��-
ere
99 7.1 Terms.
lUV Terms used in this Agreement are defined in Article 1 of the Standard City Conditions of
101 the Construction Contract for Developer Awarded Projects.
IO2 7.2 Assignment ofContract.
103 This Agreement, including all of the Contract Documents may not be assigned by the
104 Contractor without the advanced express written consent ofthe Developer.
105 7.3 Successors and Assigns.
186 Developer and Contractor each binds itself, its partners, successors, assigns and legal
I07 representatives tothe other party hereto' in respect &oall covenants agreements and
I08 obligations contained inthe Contract Documents.
CITY OFFORT WORTH
The Overlook
smmoAnocowsrnucnowspozncArownocoMcNTS-mnsuopsnmw«nosopnmccr oPN:10225
Revised June 16,zn10
128
005243-6
Developer Awarded Project Agreement
s A�j
City/State/Zip:�City/State/Zip: C -1 If 141
t t vt
Date Date'
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS
Revised June 16, 2016
The Overlook
CPN:102255
Bond No. 0227401
006213-1
PERFORMANCE BOND
Page 1 of 4
1 SECTION 00 6213
2 PERFORMANCE BOND
3
4 THE STATE OF TEXAS §
5 § KNOW ALL BY THESE PRESENTS:
6 COUNTY OF TARRANT §
7 That we, Conatser Construction TX, L.P. known as
8 "Principal' herein and Berkley Insurance Company, a corporate
9 surety(sureties, if more than one) duly authorized to do business in the State of Texas, known as
10 "Surety" herein (whether one or more), are held and firmly bound unto the Developer, Michael
11 Dike, authorized to do business in Texas ("Developer") and the City of Fort Worth, a Texas
12 municipal corporation ("City"), in the penal sum of, One Million, Sixteen Thousand, Six
13 Hundred Ninety Six and No/100------------------------- Dollars ($ 1 016.696.00 )'
14 lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas for the
15 payment of which sum well and truly to be made jointly unto the Developer and the City as dual
16 obliges, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly
17 and severally, firmly by these presents.
18 WHEREAS, Developer and City have entered into an Agreement for the construction of
19 community facilities in the City of Fort Worth by and through a Community Facilities
20 Agreement, CFA Number 102255 ;and
21 WHEREAS, the Principal has entered into a certain written contract with the Developer awarded
22 the day of 20_. which Contract is hereby referred to and made a
23 part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment labor
24 and other accessories defined by law, in the prosecution of the Work, including any Change
25 Orders, as provided for in said Contract designated as The Overlook.
26 NOW, THEREFORE, the condition of this obligation is such that if the said Principal shall
27 faithfully perform it obligations under the Contract and shall in all respects duly and faithfully
28 perform the Work, including Change Orders, under the Contract, according to the plans,
29 specifications, and contract documents therein referred to, and as well during any period of
CITY OF FORT WORTH
STANDARD CITY CONDITIONS— DEVELOPER AWARDED PROJECTS The Overlook
Revised January 31, 2012
CPN:102255
006213-2
PERFORMANCE BOND
Page 2 of 4
1 extension of the Contract that may be granted on the part of the Developer and/or City, then
2 this obligation shall be and become null and void, otherwise to remain in full force and effect.
3 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in
4 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort
5 Worth Division.
6 This bond is made and executed in compliance with the provisions of Chapter 2253 of
7 the Texas Government Code, as amended, and all liabilities on this bond shall be determined in
8 accordance with the provisions of said statue.
9 IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED this
10 instrument by duly authorized agents and officers on this the 02.day of
11 20
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
ATTEST:
a15' N.ss q
00
(Principal) Secretary
PRINCIPAL:
Conatser Construction TX, L.P.
BY:
Signature
Brock Huggins, President
Name and Title
Address:
CITY OF FORT WORTH The Overlook
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN: 102255
Revised January 31, 2012
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
W � —
W nes� as to Prin jp I
4�
Witness as to Surety
CITY OF FORT WORTH
STANDARD CITY CONDITIONS— DEVELOPER AWARDED PROJECTS
Revised January 31, 2012
006213-3
PERFORMANCE BOND
Page 3 of 4
5327 Wichita St.
Fort Worth, TX 76119-6035
SURETY:
Berkley Insurance Company
BY: /"'�� � �c
Signature
Robbi Morales, Attorney -in -fact
Name and Title
Address:
5005 LBJ Freeway, Suite 1500
Dallas, TX 75244
Telephone
Number:
214/989-0000
The Overlook
CPN: 102255
006213-4
PERFORMANCE BOND
Page 4 of 4
3 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract
4 from the by-laws showing that this person has authority to sign such obligation. If
5 Surety's physical address is different from its mailing address, both must be provided.
7 The date of the bond shall not be prior to the date the Contract is awarded.
8
CITY OF FORT WORTH The Overlook
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN: 102255
Revised January 31, 2012
006214-1
PAYMENT BOND
Page 1 of 3
Bond No. 0227401
1 SECTION 00 6214
2 PAYMENT BOND
3
4 THE STATE OF TEXAS §
5 § KNOW ALL BY THESE PRESENTS:
6 COUNTY OF TARRANT §
7 That we, Conatser Construction TX L.P. known as
8 "Principal" herein, and Berkley Insurance Company a
9 corporate surety ( or sureties if more than one), duly authorized to do business in the State of
10 Texas, known as "Surety" herein (whether one or more), are held and firmly bound unto the
11 Developer, Michael Dike, authorized to do business in Texas "(Developer"), and the City of Fort
12 Worth, a Texas municipal corporation ("City"), in the penal sum
One Million, Sixteen Thousand,
13 of Six Hundred Ninety Six and No/100------------------ Dollars ($ 1,016,696.00 ),
14 lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for the
15 payment of which sum well and truly be made jointly unto the Developer and the City as dual
16 obliges, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly
17 and severally, firmly by these presents:
18 WHEREAS, Developer and City have entered into an Agreement for the construction of
19 community facilities in the City of Fort Worth, by and through a Community
20 Facilities Agreement, CFA Number 102255; and
21 WHEREAS, Principal has entered into a certain written Contract with Developer,
22 awarded the day of , 20_ , which Contract is hereby
23 referred to and made a part hereof for all purposes as if fully set forth herein, to furnish all
24 materials, equipment, labor and other accessories as defined by law, in the prosecution of the
25 Work as provided for in said Contract and designated as The Overlook.
26 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if Principal shall
27 pay all monies owing to any (and all) payment bond beneficiary (as defined in Chapter 2253 of
28 the Texas Government Code, as amended) in the prosecution of the Work under the Contract,
CITY OF FORT WORTH The Overlook
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN: 102255
Revised January 31, 2012
006214-2
PAYMENT BOND
Page 2 of 3
1 then this obligation shall be and become null and void; otherwise to remain in full force and
2 effect.
3 This bond is made and executed in compliance with the provisions of Chapter 2253 of
4 the Texas Government Code, as amended, and all liabilities on this bond shall be determined in
5 accordance with the provisions of said statute.
6 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED this
7 instrument by duly authorized agents and officers on this the-0 day of
8
9
ATTEST:
wrY 'c, �e� m aw
(Principal) Secretary
itne as to PAcipal
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised January 31, 2012
PRINCIPAL:
Conatser Construction TX L.P.
BY:
Signature
Brock Huggins, President
Name and Title
Address: 5327 Wichita St.
Fort Worth, TX 76119-6035
SURETY:
Berkley Insurance Company
The Overlook
CPN:102255
ATTEST:
(Surety) Secretary
Witness as to Surety
1
006214-3
PAYMENT BOND
Page 3 of 3
BY:
Signature
Robbi Morales, Attorney -in -fact
Name and Title
Address: 5005 LBJ Freeway, Suite 1500
Dallas TX 75244
Telephone Number: 214/989-0000
2 Note: if signed by an officer of the Surety, there must be on file a certified extract from the
3 bylaws showing that this person has authority to sign such obligation. If Surety's physical
4 address is different from its mailing address, both must be provided.
6r
6 The date of the bond shall not be prior to the date the Contract is awarded.
7 END OF SECTION
8
CITY OF FORT WORTH The Overlook
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN: 102255
Revised January 31, 2012
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
OVA
THE STATE OF TEXAS §
Bond No. 0227401
SECTION 00 6219
MAINTENANCE BOND
§ KNOW ALL BY THESE PRESENTS:
006219-1
MAINTENANCE BOND
Page 1 of 4
COUNTY OF TARRANT §
That we Conatser Construction TX L.P. known as
"Principal" herein and Berkley Insurance Company a corporate surety
(sureties, if more than one) duly authorized to do business in the State of Texas, known as
"Surety" herein (whether one or more), are held and firmly bound unto the Developer, Michael
Dike, authorized to do business in Texas ("Developer") and the City of Fort Worth, a Texas
One Million, Sixteen Thousand,
municipal corporation ("City"), in the sum of Six Hundred Ninety�ix and No/100----------------
Dollars ($1,016,696.00 ), lawful money of the United States, to be paid in Fort
Worth, Tarrant County, Texas, for payment of which sum well and truly be made jointly unto the
Developer and the City as dual obliges and their successors, we bind ourselves, our heirs,
executors, administrators, successors and assigns, jointly and severally, firmly by these presents.
18 WHEREAS, Developer and City have entered into an Agreement for the construction of
19 community facilities in the City of Fort Worth by and through a Community Facilities
20 Agreement, CFA Number 102255 ; and
21 WHEREAS, the Principal has entered into a certain written contract with the Developer
22 awarded the day of .20V which Contract is
23 hereby referred to and a made part hereof for all purposes as if fully set forth herein, to furnish
24 all materials, equipment labor and other accessories as defined by law, in the prosecution of the
25 Work, including any Work resulting from a duly authorized Change Order (collectively herein,
26 the "Work") as provided for in said Contract and designated as The Overlook; and
27
28 WHEREAS, Principal binds itself to use such materials and to so construct the Work in
29 accordance with the plans, specifications and Contract Documents that the Work is and will
CITY OF FORT WORTH The Overlook
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN: 102255
Revised January 31, 2012
006219-2
MAINTENANCE BOND
Page 2 of 4
1 remain free from defects in materials or workmanship for and during the period of two (2) years
2 after the date of Final Acceptance of the Work by the City ("Maintenance Period"); and
3
4 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part upon
5 receiving notice from the Developer and/or City of the need thereof at any time within the
6 Maintenance Period.
7
8 NOW THEREFORE, the condition of this obligation is such that if Principal shall remedy
9 any defective Work, for which timely notice was provided by Developer or City, to a completion
10 satisfactory to the City, then this obligation shall become null and void; otherwise to remain in
11 full force and effect.
12
13 PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely
14 noticed defective Work, it is agreed that the Developer or City may cause any and all such
15 defective Work to be repaired and/or reconstructed with all associated costs thereof being
16 borne by the Principal and the Surety under this Maintenance Bond; and
17
18 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in
19 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort
20 Worth Division; and
al
22 PROVIDED FURTHER, that this obligation shall be continuous in nature and successive
23 recoveries may be had hereon for successive breaches.
24
25
26 CITY OF FORT WORTH The Overlook
STANDARD CITY CONDITIONS— DEVELOPER AWARDED PROJECTS CPN: 102255
Revised January 31, 2012
006219-3
1 MAINTENANCE BOND
►N WITNESS WHEREOF Page 3 Of 4
2 instru ,the Princi
meet by duly pal and the Surety 3 y authorized a Y have each SIGNED gents and officers on and SEALED this
20 this the
4 day of
5
6
7 PRINCIPAL:
8
9 Con---- ser COnstruction
10 TX L•P _________
12
13 BY:
14 ATTEST: k
15 Signature
16
17
18
(Principal) Secretary
19 Brock Hu ins, President
20 Name and Title
21
22
Address:
23
24
2S 5327
---,W►chita Ste_
26
27 1 Pc)rt Worth
'itn
28 ss as Principal
29
30
S URET y;
CITY OF
FORT WORTH
STANDARD CITY CONDITIONS — BE'rkJ�
Revisedja"uary31 2012 DEVELOPER AWARDED PROJECTSpROlEC
The Overlook
CPA'. 102255
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
ATTEST:
(Surety) Secretary
Witness as to Surety
00 6219 - 4
MAINTENANCE BOND
Page 4 of 4
BY:
Signature
Robbi Morales, Attorney -in -fact
Name and Title
Address:
5005 LBJ Freeway, Suite 1500
Dallas, TX 75244
Telephone
Number:
214/989-0000
*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.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS— DEVELOPER AWARDED PROJECTS
Revised January 31, 2012
The Overlook
CPN:102255
POWER OF ATTORNEY No. BI-7280j
BERKLEY INSURANCE COMPANY
WILMINGTON, DELAWARE
NOTICE: The warning found elsewhere in this Power of Attorney affects the validity thereof. Please review carefully.
KNOW ALL MEN BY THESE PRESENTS, that BERKLEY INSURANCE COMPANY (the "Company"), a corporation duly
organized and existing under the laws of the State of Delaware, having its principal office in Greenwich, CT, has made, constituted
r and appointed, and does by these presents make, constitute and appoint: Ricardo J. Reyna; Don E. Cornell, Sophinie Hunter;
Robbi Morales; Kelly A. Westbrook; Tina McEwan; Joshua A. Saunders; or Tonie Petranek ofAon Risk Services Southwest,
Inc. of Dallas, TX its true and lawful Attorney -in -Fact, to sign its name as surety only as delineated below and to execute, seal,
?J acknowledge and deliver any and all bonds and undertakings, with the exception of Financial Guaranty Insurance, providing that no
single obligation shall exceed Fifty Million and 00/100 U.S. Dollars (U.S.$50,000,000.00), to the same extent as if such bonds
o had been duly executed and acknowledged by the regularly elected officers of the Company at its principal office in their own
proper persons.
This Power of Attorney shall be construed and enforced in accordance with, and governed by, the laws of the State of Delaware,
v without giving effect to the principles of conflicts of laws thereof. This Power of Attorney is granted pursuant to the following
n resolutions which were duly and validly adopted at a meeting of the Board of Directors of the Company held on January 25, 2010:
RESOLVED, that, with respect to the Surety business written by Berkley Surety, the Chairman of the Board, Chief Executive
Officer, President or any Vice President of the Company, in conjunction with the Secretary or any Assistant Secretary are
hereby authorized to execute powers of attorney authorizing and qualifying the attorney -in -fact named therein to execute
bonds, undertakings, recognizances, or other suretyship obligations on behalf of the Company, and to affix the corporate seal
of the Company to powers of attorney executed pursuant hereto; and said officers may remove any such attorney -in -fact and
r revoke any power of attorney previously granted; and further
RESOLVED, that such power of attorney limits the acts of those named therein to the bonds, undertakings, recognizances, or
ry other suretyship obligations specifically named therein, and they have no authority to bind the Company except in the manner
' and to the extent therein stated; and further
RESOLVED, that such power of attorney revokes all previous powers issued on behalf of the attorney -in -fact named; and
further
' RESOLVED, that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any
power of attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or
other suretyship obligation of the Company; and such signature and seal when so used shall have the same force and effect as
though manually affixed. The Company may continue to use for the purposes herein stated the facsimile signature of any
person or persons who shall have been such officer or officers of the Company, notwithstanding the fact that they may have
ceased to be such at the time when such instruments shall be issued.
IN WITNESS WHEREOF, the Coin any has caused these presents to be signed and attested by its appropriate officers and its
corporals seal hereunto affixed this day of 42 p 114
Attest: r Berkle Insurance Compan
v
(Seal) By r By
Ira . Lede an Jef •e fler
Executive Vice President & Secretary en o i esident
WARNING: THIS POWER INVALID IF NOT PRINTED ON BLUE "BERKLEY" SECURITY PAPER.
=� s
STATE OF CONNECTICUT )
ss:
COUNTY OF FAIRFIELDzz
)
14
Sworn to before me, a Notary Public in the State of Connecticut, thisgs day of�4(j (4 , by Ira S. Lederman
and Jeffrey M. I-lafter who are sworn to me to be the Executive Vic7P'
nd Secretaryan the Senior Vice President,
respectively, of Berkley Insurance Compa4ARIA C. RUNDBAKENNOTARY PUBLICMY COMMISSION EXPIRESPublic, State of Connecticut
APRIL 30, 2019
CERTIFICATE
I, the undersigned, Assistant Secretary of BERKLEY rNSURANCE COMPANY, DO HEREBY CERTIFY that the foregoing is a true, correct
and complete copy of the original Power of Attorney; that said Power of Attorney has not been revoked or rescinded and that the authority of the
" Attorney -in -Fact set forth therein, who executed the bond or undertaking to which this Power of Attorney is attached, is in full force and effect as
of this date.
Given under my hand and seal of the Company, this day of
(Seal)
in ent P. Forte
IMPORTANT NOTICE
To obtain information or make a complaint:
You may call Berkley Surety Group, LLC and its affiliates by
telephone for information or to make a complaint:
BERKLEY SURETY GROUP, LLC
Please send all notices of claim on this bond to:
Berkley Surety Group, LLC
(866) 768-3534
412 Mount Kemble Avenue, Suite 31ON
Morristown, NJ 07960
Attn: Surety Claims Department
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: http://vvww.tdi.state.tx.us
E-mail: Cons umerProtection a- tdi.state.tx.us
PREMIUM OR CLAIM DISPUTES:
Should you have a dispute concerning your premium or about a claim
you should contact your agent or Berkley Surety Group, LLC 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 and is given to comply with Texas
legal and regulatory requirements.
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: __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: __none___________________________________
b. Each Occurrence: : ___none__________________________________
4.With respect to the above outlined insurance requirements, the following shall govern:
a.Where a single railroad company is involved, the Contractor shall provide one insurance
policy in the name of the railroad company. However, if more than one grade separation
or at-grade crossing is affected by the Project at entirely separate locations on the line or
lines of the same railroad company, separate coverage may be required, each in the
amount stated above.
b.Where more than one railroad company is operating on the same right-of-way or where
several railroad companies are involved and operated on their own separate rights-of-
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.
Not Required for this Contract.
It is City policy to ensure the full and equitable participation by Minority and Women Business
Enterprises (MWBE) in the procurement of goods and services on a contractual basis. If the
Contract Documents provide for a MWBE goal, Contractor is required to comply with the intent
of the City’s MWBE Ordinance (as amended) by the following:
1.Contractor shall, upon request by City, provide complete and accurate information regarding
actual work performed by a MWBE on the Contract and payment therefor.
2.Contractor will not make additions, deletions, or substitutions of accepted MWBE without
written consent of the City. Any unjustified change or deletion shall be a material breach of
Contract and may result in debarment in accordance with the procedures outlined in the
Ordinance.
3.Contractor shall, upon request by City, allow an audit and/or examination of any books,
records, or files in the possession of the Contractor that will substantiate the actual work
performed by an MWBE. Material misrepresentation of any nature will be grounds for
termination of the Contract. Any such misrepresentation may be grounds for disqualification
of Contractor to bid on future contracts with the City for a period of not less than three years.
B.Contractor shall be fully responsible to City for all acts and omissions of the Subcontractors,
Suppliers, and other individuals or entities performing or furnishing any of the Work just as
Contractor is responsible for Contractor’s own acts and omissions. Nothing in the Contract
Documents:
1.shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity
any contractual relationship between City and any such Subcontractor, Supplier or other
individual or entity; nor
2.shall create any obligation on the part of City to pay or to see to the payment of any moneys
due any such Subcontractor, Supplier, or other individual or entity except as may otherwise
be required by Laws and Regulations.
C.Contractor shall be solely responsible for scheduling and coordinating the Work of
Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the
Work under a direct or indirect contract with Contractor.
D.All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing
any of the Work shall communicate with City through Contractor.
E.All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an
appropriate agreement between Contractor and the Subcontractor or Supplier which specifically
binds the Subcontractor or Supplier to the applicable terms and conditions of these Contract
x
00 73 10- 18
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 18 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
Documents, Contractor shall provide City contract numbers and reference numbers to the
Subcontractors and/or Suppliers.
5.08 Wage Rates
Required for this Contract.
Not Required for this Contract.
A.Duty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of
Chapter 2258, Texas Government Code (as amended), including the payment of not less than the
rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in
accordance with Chapter 2258. Such prevailing wage rates are included in these Contract
Documents.
B.Penalty for Violation. A Contractor or any Subcontractor who does not pay the prevailing wage
shall, upon demand made by the City, pay to the City $60 for each worker employed for each
calendar day or part of the day that the worker is paid less than the prevailing wage rates
stipulated in these contract documents. This penalty shall be retained by the City to offset its
administrative costs, pursuant to Texas Government Code 2258.023.
C.Complaints of Violations and City Determination of Good Cause. On receipt of information,
including a complaint by a worker, concerning an alleged violation of 2258.023, Texas
Government Code, by a Contractor or Subcontractor, the City shall make an initial
determination, before the 31st day after the date the City receives the information, as to whether
good cause exists to believe that the violation occurred. The City shall notify in writing the
Contractor or Subcontractor and any affected worker of its initial determination. Upon the
City’s determination that there is good cause to believe the Contractor or Subcontractor has
violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or
claimants as the difference between wages paid and wages due under the prevailing wage rates,
such amounts being subtracted from successive progress payments pending a final determination
of the violation.
D.Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of
Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected
worker, shall be submitted to binding arbitration in accordance with the Texas General
Arbitration Act (Article 224 et seq., Revised Statutes) if the Contractor or Subcontractor and any
affected worker does not resolve the issue by agreement before the 15th day after the date the
City makes its initial determination pursuant to Paragraph C above. If the persons required to
arbitrate under this section do not agree on an arbitrator before the 11th day after the date that
arbitration is required, a district court shall appoint an arbitrator on the petition of any of the
persons. The City is not a party in the arbitration. The decision and award of the arbitrator is
final and binding on all parties and may be enforced in any court of competent jurisdiction.
E.Records to be Maintained. The Contractor and each Subcontractor shall, for a period of three (3)
years following the date of acceptance of the work, maintain records that show (i) the name and
x
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
DAP SUBSTITUTION PROCEDURES
Page 1 of 4
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS
The Overlook
CPN: 102255
Revised August 30, 2013
SECTION 01 25 00
SUBSTITUTION PROCEDURES
PART 1 - GENERAL
1.1 SUMMARY
A.Section Includes:
1. The procedure for requesting the approval of substitution of a product that is not
equivalent to a product which is specified by descriptive or performance criteria or
defined by reference to 1 or more of the following:
a.Name of manufacturer
b. Name of vendor
c.Trade name
d. Catalog number
2.Substitutions are not "or-equals".
B.Deviations from this City of Fort Worth Standard Specification
1. None.
C.Related Specification Sections include, but are not necessarily limited to:
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract
2.Division 1 – General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A.Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various items bid. No
separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A.Request for Substitution - General
1.Within 30 days after award of Contract (unless noted otherwise), the City will
consider formal requests from Contractor for substitution of products in place of
those specified.
2. Certain types of equipment and kinds of material are described in Specifications by
means of references to names of manufacturers and vendors, trade names, or catalog
numbers.
a.When this method of specifying is used, it is not intended to exclude from
consideration other products bearing other manufacturer's or vendor's names,
trade names, or catalog numbers, provided said products are "or-equals," as
determined by City.
3. Other types of equipment and kinds of material may be acceptable substitutions
under the following conditions:
a.Or-equals are unavailable due to strike, discontinued production of products
meeting specified requirements, or other factors beyond control of Contractor;
or,
01 25 00 - 2
DAP SUBSTITUTION PROCEDURES
Page 2 of 4
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS
The Overlook
CPN: 102255
Revised August 30, 2013
b. Contractor proposes a cost and/or time reduction incentive to the City.
1.5 SUBMITTALS
A.See Request for Substitution Form (attached)
B.Procedure for Requesting Substitution
1. Substitution shall be considered only:
a.After award of Contract
b. Under the conditions stated herein
2.Submit 3 copies of each written request for substitution, including:
a.Documentation
1)Complete data substantiating compliance of proposed substitution with
Contract Documents
2) Data relating to changes in construction schedule, when a reduction is
proposed
3) Data relating to changes in cost
b. For products
1) Product identification
a)Manufacturer's name
b) Telephone number and representative contact name
c)Specification Section or Drawing reference of originally specified
product, including discrete name or tag number assigned to original
product in the Contract Documents
2) Manufacturer's literature clearly marked to show compliance of proposed
product with Contract Documents
3) Itemized comparison of original and proposed product addressing product
characteristics including, but not necessarily limited to:
a)Size
b) Composition or materials of construction
c)Weight
d) Electrical or mechanical requirements
4) Product experience
a)Location of past projects utilizing product
b) Name and telephone number of persons associated with referenced
projects knowledgeable concerning proposed product
c)Available field data and reports associated with proposed product
5)Samples
a)Provide at request of City.
b) Samples become the property of the City.
c.For construction methods:
1) Detailed description of proposed method
2) Illustration drawings
C.Approval or Rejection
1. Written approval or rejection of substitution given by the City
2. City reserves the right to require proposed product to comply with color and pattern
of specified product if necessary to secure design intent.
3. In the event the substitution is approved, if a reduction in cost or time results, it will
be documented by Change Order.
01 25 00 - 3
DAP SUBSTITUTION PROCEDURES
Page 3 of 4
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS
The Overlook
CPN: 102255
Revised August 30, 2013
4. Substitution will be rejected if:
a.Submittal is not through the Contractor with his stamp of approval
b. Request is not made in accordance with this Specification Section
c.In the Developer’s opinion, acceptance will require substantial revision of the
original design
d. In the City’s or Developer’s opinion, substitution will not perform adequately
the function consistent with the design intent
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE
A.In making request for substitution or in using an approved product, the Contractor
represents that the Contractor:
1. Has investigated proposed product, and has determined that it is adequate or
superior in all respects to that specified, and that it will perform function for which it
is intended
2. Will provide same guarantee for substitute item as for product specified
3. Will coordinate installation of accepted substitution into Work, to include building
modifications if necessary, making such changes as may be required for Work to be
complete in all respects
4. Waives all claims for additional costs related to substitution which subsequently
arise
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
01 25 00 - 4
DAP SUBSTITUTION PROCEDURES
Page 4 of 4
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS
The Overlook
CPN: 102255
Revised August 30, 2013
EXHIBIT A
REQUEST FOR SUBSTITUTION FORM:
TO:
PROJECT: DATE:
We hereby submit for your consideration the following product instead of the specified item for
the above project:
SECTION PARAGRAPH SPECIFIED ITEM
Proposed Substitution:
Reason for Substitution:
Include complete information on changes to Drawings and/or Specifications which proposed
substitution will require for its proper installation.
Fill in Blanks Below:
A.Will the undersigned contractor pay for changes to the building design, including engineering
and detailing costs caused by the requested substitution?
B.What effect does substitution have on other trades?
C.Differences between proposed substitution and specified item?
D.Differences in product cost or product delivery time?
E.Manufacturer's guarantees of the proposed and specified items are:
Equal Better (explain on attachment)
The undersigned states that the function, appearance and quality are equivalent or superior to the
specified item.
Submitted By: For Use by City
Signature Recommended Recommended
as noted
Firm Not recommended Received late
Address By
Date
Date Remarks
Telephone
For Use by City:
Approved Rejected
City Date
01 33 00 - 1
DAP SUBMITTALS
Page 1 of 8
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS
The Overlook
CPN: 102255
Revised August 30, 2013
SECTION 01 33 00
DAP SUBMITTALS
PART 1 - GENERAL
1.1 SUMMARY
A.Section Includes:
1. General methods and requirements of submissions applicable to the following
Work-related submittals:
a.Shop Drawings
b. Product Data (including Standard Product List submittals)
c.Samples
d. Mock Ups
B.Deviations from this City of Fort Worth Standard Specification
1. None.
C.Related Specification Sections include, but are not necessarily limited to:
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract
2.Division 1 – General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A.Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A.Coordination
1. Notify the City in writing, at the time of submittal, of any deviations in the
submittals from the requirements of the Contract Documents.
2.Coordination of Submittal Times
a.Prepare, prioritize and transmit each submittal sufficiently in advance of
performing the related Work or other applicable activities, or within the time
specified in the individual Work Sections, of the Specifications.
b. Contractor is responsible such that the installation will not be delayed by
processing times including, but not limited to:
a)Disapproval and resubmittal (if required)
b) Coordination with other submittals
c)Testing
d) Purchasing
e)Fabrication
f)Delivery
g)Similar sequenced activities
c.No extension of time will be authorized because of the Contractor's failure to
transmit submittals sufficiently in advance of the Work.
01 33 00 - 2
DAP SUBMITTALS
Page 2 of 8
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS
The Overlook
CPN: 102255
Revised August 30, 2013
d. Make submittals promptly in accordance with approved schedule, and in such
sequence as to cause no delay in the Work or in the work of any other
contractor.
B.Submittal Numbering
1. When submitting shop drawings or samples, utilize a 9-character submittal cross-
reference identification numbering system in the following manner:
a.Use the first 6 digits of the applicable Specification Section Number.
b. For the next 2 digits number use numbers 01-99 to sequentially number each
initial separate item or drawing submitted under each specific Section number.
c.Last use a letter, A-Z, indicating the resubmission of the same drawing (i.e.
A=2nd submission, B=3rd submission, C=4th submission, etc.). A typical
submittal number would be as follows:
03 30 00-08-B
1) 03 30 00 is the Specification Section for Concrete
2) 08 is the eighth initial submittal under this Specification Section
3) B is the third submission (second resubmission) of that particular shop
drawing
C.Contractor Certification
1. Review shop drawings, product data and samples, including those by
subcontractors, prior to submission to determine and verify the following:
a.Field measurements
b. Field construction criteria
c.Catalog numbers and similar data
d. Conformance with the Contract Documents
2. Provide each shop drawing, sample and product data submitted by the Contractor
with a Certification Statement affixed including:
a.The Contractor's Company name
b. Signature of submittal reviewer
c.Certification Statement
1)“By this submittal, I hereby represent that I have determined and verified
field measurements, field construction criteria, materials, dimensions,
catalog numbers and similar data and I have checked and coordinated each
item with other applicable approved shop drawings."
D.Submittal Format
1. Fold shop drawings larger than 8 ½ inches x 11 inches to 8 ½ inches x 11inches.
2. Bind shop drawings and product data sheets together.
3. Order
a.Cover Sheet
1) Description of Packet
2) Contractor Certification
b. List of items / Table of Contents
c.Product Data /Shop Drawings/Samples /Calculations
E.Submittal Content
1. The date of submission and the dates of any previous submissions
01 33 00 - 3
DAP SUBMITTALS
Page 3 of 8
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS
The Overlook
CPN: 102255
Revised August 30, 2013
2. The Project title and number
3. Contractor identification
4. The names of:
a.Contractor
b. Supplier
c.Manufacturer
5. Identification of the product, with the Specification Section number, page and
paragraph(s)
6. Field dimensions, clearly identified as such
7. Relation to adjacent or critical features of the Work or materials
8. Applicable standards, such as ASTM or Federal Specification numbers
9. Identification by highlighting of deviations from Contract Documents
10. Identification by highlighting of revisions on resubmittals
11. An 8-inch x 3-inch blank space for Contractor and City stamps
F.Shop Drawings
1. As specified in individual Work Sections includes, but is not necessarily limited to:
a.Custom-prepared data such as fabrication and erection/installation (working)
drawings
b. Scheduled information
c.Setting diagrams
d. Actual shopwork manufacturing instructions
e.Custom templates
f.Special wiring diagrams
g.Coordination drawings
h. Individual system or equipment inspection and test reports including:
1) Performance curves and certifications
i.As applicable to the Work
2. Details
a.Relation of the various parts to the main members and lines of the structure
b. Where correct fabrication of the Work depends upon field measurements
1) Provide such measurements and note on the drawings prior to submitting
for approval.
G.Product Data
1. For submittals of product data for products included on the City’s Standard Product
List, clearly identify each item selected for use on the Project.
2. For submittals of product data for products not included on the City’s Standard
Product List, submittal data may include, but is not necessarily limited to:
a.Standard prepared data for manufactured products (sometimes referred to as
catalog data)
1) Such as the manufacturer's product specification and installation
instructions
2) Availability of colors and patterns
3) Manufacturer's printed statements of compliances and applicability
4) Roughing-in diagrams and templates
5) Catalog cuts
6) Product photographs
01 33 00 - 4
DAP SUBMITTALS
Page 4 of 8
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS
The Overlook
CPN: 102255
Revised August 30, 2013
7)Standard wiring diagrams
8) Printed performance curves and operational-range diagrams
9) Production or quality control inspection and test reports and certifications
10) Mill reports
11) Product operating and maintenance instructions and recommended
spare-parts listing and printed product warranties
12) As applicable to the Work
H.Samples
1.As specified in individual Sections, include, but are not necessarily limited to:
a.Physical examples of the Work such as:
1) Sections of manufactured or fabricated Work
2) Small cuts or containers of materials
3) Complete units of repetitively used products color/texture/pattern swatches
and range sets
4) Specimens for coordination of visual effect
5) Graphic symbols and units of Work to be used by the City for independent
inspection and testing, as applicable to the Work
I.Do not start Work requiring a shop drawing, sample or product data nor any material to
be fabricated or installed prior to the approval or qualified approval of such item.
1. Fabrication performed, materials purchased or on-site construction accomplished
which does not conform to approved shop drawings and data is at the Contractor's
risk.
2. The City will not be liable for any expense or delay due to corrections or remedies
required to accomplish conformity.
3. Complete project Work, materials, fabrication, and installations in conformance
with approved shop drawings, applicable samples, and product data.
J.Submittal Distribution
1. Electronic Distribution
a.Confirm development of Project directory for electronic submittals to be
uploaded to City’s Buzzsaw site, or another external FTP site approved by the
City.
b. Shop Drawings
1) Upload submittal to designated project directory and notify appropriate
City representatives via email of submittal posting.
2) Hard Copies
a)3 copies for all submittals
b) If Contractor requires more than 1 hard copy of Shop Drawings
returned, Contractor shall submit more than the number of copies listed
above.
c.Product Data
1) Upload submittal to designated project directory and notify appropriate
City representatives via email of submittal posting.
2) Hard Copies
a)3 copies for all submittals
d. Samples
1) Distributed to the Project Representative
2. Hard Copy Distribution (if required in lieu of electronic distribution)
01 33 00 - 5
DAP SUBMITTALS
Page 5 of 8
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS
The Overlook
CPN: 102255
Revised August 30, 2013
a.Shop Drawings
1) Distributed to the City
2) Copies
a)8 copies for mechanical submittals
b) 7 copies for all other submittals
c)If Contractor requires more than 3 copies of Shop Drawings returned,
Contractor shall submit more than the number of copies listed above.
b. Product Data
1) Distributed to the City
2) Copies
a)4 copies
c.Samples
1) Distributed to the Project Representative
2) Copies
a)Submit the number stated in the respective Specification Sections.
3. Distribute reproductions of approved shop drawings and copies of approved
product data and samples, where required, to the job site file and elsewhere as
directed by the City.
a.Provide number of copies as directed by the City but not exceeding the number
previously specified.
K.Submittal Review
1.The review of shop drawings, data and samples will be for general conformance
with the design concept and Contract Documents. This is not to be construed as:
a.Permitting any departure from the Contract requirements
b. Relieving the Contractor of responsibility for any errors, including details,
dimensions, and materials
c.Approving departures from details furnished by the City, except as otherwise
provided herein
2. The review and approval of shop drawings, samples or product data by the City
does not relieve the Contractor from his/her responsibility with regard to the
fulfillment of the terms of the Contract.
a.All risks of error and omission are assumed by the Contractor, and the City will
have no responsibility therefore.
3. The Contractor remains responsible for details and accuracy, for coordinating the
Work with all other associated work and trades, for selecting fabrication processes,
for techniques of assembly and for performing Work in a safe manner.
4. If the shop drawings, data or samples as submitted describe variations and show a
departure from the Contract requirements which City finds to be in the interest of
the City and to be so minor as not to involve a change in Contract Price or time for
performance, the City may return the reviewed drawings without noting an
exception.
5. Submittals will be returned to the Contractor under 1 of the following codes:
a.Code 1
1) "NO EXCEPTIONS TAKEN" is assigned when there are no notations or
comments on the submittal.
a)When returned under this code the Contractor may release the
equipment and/or material for manufacture.
b. Code 2
01 33 00 - 6
DAP SUBMITTALS
Page 6 of 8
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS
The Overlook
CPN: 102255
Revised August 30, 2013
1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of
the notations and comments IS NOT required by the Contractor.
a)The Contractor may release the equipment or material for manufacture;
however, all notations and comments must be incorporated into the
final product.
c.Code 3
1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is
assigned when notations and comments are extensive enough to require a
resubmittal of the package.
a)The Contractor may release the equipment or material for manufacture;
however, all notations and comments must be incorporated into the
final product.
b) This resubmittal is to address all comments, omissions and
non-conforming items that were noted.
c)Resubmittal is to be received by the City within 15 Calendar Days of
the date of the City's transmittal requiring the resubmittal.
d. Code 4
1) "NOT APPROVED" is assigned when the submittal does not meet the
intent of the Contract Documents.
a)The Contractor must resubmit the entire package revised to bring the
submittal into conformance.
b) It may be necessary to resubmit using a different manufacturer/vendor
to meet the Contract Documents.
6. Resubmittals
a.Handled in the same manner as first submittals
1) Corrections other than requested by the City
2) Marked with revision triangle or other similar method
a)At Contractor’s risk if not marked
b. Submittals for each item will be reviewed no more than twice at the City’s
expense.
1) All subsequent reviews will be performed at times convenient to the City
and at the Contractor's expense, based on the City's or City
Representative’s then prevailing rates.
2) Provide Contractor reimbursement to the City within 30 Calendar Days for
all such fees invoiced by the City.
c.The need for more than 1 resubmission or any other delay in obtaining City's
review of submittals, will not entitle the Contractor to an extension of Contract
Time.
7. Partial Submittals
a.City reserves the right to not review submittals deemed partial, at the City’s
discretion.
b. Submittals deemed by the City to be not complete will be returned to the
Contractor, and will be considered "Not Approved" until resubmitted.
c.The City may at its option provide a list or mark the submittal directing the
Contractor to the areas that are incomplete.
8. If the Contractor considers any correction indicated on the shop drawings to
constitute a change to the Contract Documents, then written notice must be
provided thereof to the Developer at least 7 Calendar Days prior to release for
manufacture.
01 33 00 - 7
DAP SUBMITTALS
Page 7 of 8
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS
The Overlook
CPN: 102255
Revised August 30, 2013
9. When the shop drawings have been completed to the satisfaction of the City, the
Contractor may carry out the construction in accordance therewith and no further
changes therein except upon written instructions from the City.
10. Each submittal, appropriately coded, will be returned within 30 Calendar Days
following receipt of submittal by the City.
L.Mock ups
1. Mock Up units as specified in individual Sections, include, but are not necessarily
limited to, complete units of the standard of acceptance for that type of Work to be
used on the Project. Remove at the completion of the Work or when directed.
M.Qualifications
1. If specifically required in other Sections of these Specifications, submit a P.E.
Certification for each item required.
N.Request for Information (RFI)
1. Contractor Request for additional information
a.Clarification or interpretation of the contract documents
b. When the Contractor believes there is a conflict between Contract Documents
c.When the Contractor believes there is a conflict between the Drawings and
Specifications
1) Identify the conflict and request clarification
2. Sufficient information shall be attached to permit a written response without further
information.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
01 33 00 - 8
DAP SUBMITTALS
Page 8 of 8
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS
The Overlook
CPN: 102255
Revised August 30, 2013
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
12/20/2012 D. Johnson 1.4.K.8. Working Days modified to Calendar Days
01 35 13 - 1
DAP SPECIAL PROJECT PROCEDURES
Page 1 of 7
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS
The Overlook
CPN: 102255
Revised August, 30, 2013
SECTION 01 35 13 1
SPECIAL PROJECT PROCEDURES 2
PART 1 - GENERAL 3
1.1 SUMMARY 4
A.Section Includes:5
1.The procedures for special project circumstances that includes, but is not limited to:6
a.Coordination with the Texas Department of Transportation7
b.Work near High Voltage Lines8
c.Confined Space Entry Program9
d.Air Pollution Watch Days10
e.Use of Explosives, Drop Weight, Etc.11
f.Water Department Notification12
g.Public Notification Prior to Beginning Construction13
h.Coordination with United States Army Corps of Engineers14
i.Coordination within Railroad permits areas15
j.Dust Control16
k.Employee Parking17
B.Deviations from this City of Fort Worth Standard Specification18
1.None.19
C.Related Specification Sections include, but are not necessarily limited to:20
1.Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract21
2.Division 1 – General Requirements22
3.Section 33 12 25 – Connection to Existing Water Mains23
24
1.2 REFERENCES 25
A.Reference Standards26
1.Reference standards cited in this Specification refer to the current reference27
standard published at the time of the latest revision date logged at the end of this28
Specification, unless a date is specifically cited.29
2.Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752.30
High Voltage Overhead Lines.31
3.North Central Texas Council of Governments (NCTCOG) – Clean Construction32
Specification33
1.3 ADMINISTRATIVE REQUIREMENTS 34
A.Coordination with the Texas Department of Transportation35
1.When work in the right-of-way which is under the jurisdiction of the Texas36
Department of Transportation (TxDOT):37
a.Notify the Texas Department of Transportation prior to commencing any work38
therein in accordance with the provisions of the permit39
01 35 13 - 2
DAP SPECIAL PROJECT PROCEDURES
Page 2 of 7
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS
The Overlook
CPN: 102255
Revised August, 30, 2013
b.All work performed in the TxDOT right-of-way shall be performed in1
compliance with and subject to approval from the Texas Department of2
Transportation3
B.Work near High Voltage Lines4
1.Regulatory Requirements5
a.All Work near High Voltage Lines (more than 600 volts measured between6
conductors or between a conductor and the ground) shall be in accordance with7
Health and Safety Code, Title 9, Subtitle A, Chapter 752.8
2.Warning sign9
a.Provide sign of sufficient size meeting all OSHA requirements.10
3.Equipment operating within 10 feet of high voltage lines will require the following11
safety features12
a.Insulating cage-type of guard about the boom or arm13
b.Insulator links on the lift hook connections for back hoes or dippers14
c.Equipment must meet the safety requirements as set forth by OSHA and the15
safety requirements of the owner of the high voltage lines16
4.Work within 6 feet of high voltage electric lines17
a.Notification shall be given to:18
1)The power company (example: ONCOR)19
a)Maintain an accurate log of all such calls to power company and record20
action taken in each case.21
b.Coordination with power company22
1)After notification coordinate with the power company to:23
a)Erect temporary mechanical barriers, de-energize the lines, or raise or24
lower the lines25
c.No personnel may work within 6 feet of a high voltage line before the above26
requirements have been met.27
C.Confined Space Entry Program28
1.Provide and follow approved Confined Space Entry Program in accordance with29
OSHA requirements.30
2.Confined Spaces include:31
a.Manholes32
b.All other confined spaces in accordance with OSHA’s Permit Required for33
Confined Spaces34
D.Use of Explosives, Drop Weight, Etc.35
1.When Contract Documents permit on the project the following will apply:36
a.Public Notification37
1)Submit notice to City and proof of adequate insurance coverage, 24 hours38
prior to commencing.39
2)Minimum 24 hour public notification in accordance with Section 01 31 1340
E.Water Department Coordination41
1.During the construction of this project, it will be necessary to deactivate, for a42
period of time, existing lines. The Contractor shall be required to coordinate with43
the Water Department to determine the best times for deactivating and activating44
those lines.45
01 35 13 - 3
DAP SPECIAL PROJECT PROCEDURES
Page 3 of 7
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS
The Overlook
CPN: 102255
Revised August, 30, 2013
2.Coordinate any event that will require connecting to or the operation of an existing 1
City water line system with the City’s representative.2
a.Coordination shall be in accordance with Section 33 12 25.3
b.If needed, obtain a hydrant water meter from the Water Department for use4
during the life of named project.5
c.In the event that a water valve on an existing live system be turned off and on6
to accommodate the construction of the project is required, coordinate this7
activity through the appropriate City representative.8
1)Do not operate water line valves of existing water system.9
a)Failure to comply will render the Contractor in violation of Texas Penal10
Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor11
will be prosecuted to the full extent of the law.12
b)In addition, the Contractor will assume all liabilities and13
responsibilities as a result of these actions.14
F.Public Notification Prior to Beginning Construction15
1.Prior to beginning construction on any block in the project, on a block by block16
basis, prepare and deliver a notice or flyer of the pending construction to the front17
door of each residence or business that will be impacted by construction. The notice18
shall be prepared as follows:19
a.Post notice or flyer 7 days prior to beginning any construction activity on each20
block in the project area.21
1)Prepare flyer on the Contractor’s letterhead and include the following22
information:23
a)Name of Project24
b)City Project No (CPN)25
c)Scope of Project (i.e. type of construction activity)26
d)Actual construction duration within the block27
e)Name of the contractor’s foreman and phone number28
f)Name of the City’s inspector and phone number29
g)City’s after-hours phone number30
2)A sample of the ‘pre-construction notification’ flyer is attached as Exhibit31
A.32
3)Submit schedule showing the construction start and finish time for each33
block of the project to the inspector.34
4)Deliver flyer to the City Inspector for review prior to distribution.35
b.No construction will be allowed to begin on any block until the flyer is36
delivered to all residents of the block.37
G.Public Notification of Temporary Water Service Interruption during Construction38
1.In the event it becomes necessary to temporarily shut down water service to39
residents or businesses during construction, prepare and deliver a notice or flyer of40
the pending interruption to the front door of each affected resident.41
2.Prepared notice as follows:42
a.The notification or flyer shall be posted 24 hours prior to the temporary43
interruption.44
b.Prepare flyer on the contractor’s letterhead and include the following45
information:46
1)Name of the project47
2)City Project Number48
01 35 13 - 4
DAP SPECIAL PROJECT PROCEDURES
Page 4 of 7
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS
The Overlook
CPN: 102255
Revised August, 30, 2013
3)Date of the interruption of service 1
4)Period the interruption will take place2
5)Name of the contractor’s foreman and phone number3
6)Name of the City’s inspector and phone number4
c.A sample of the temporary water service interruption notification is attached as5
Exhibit B.6
d.Deliver a copy of the temporary interruption notification to the City inspector7
for review prior to being distributed.8
e.No interruption of water service can occur until the flyer has been delivered to9
all affected residents and businesses.10
f.Electronic versions of the sample flyers can be obtained from the Project11
Construction Inspector.12
H.Coordination with United States Army Corps of Engineers (USACE)13
1.At locations in the Project where construction activities occur in areas where14
USACE permits are required, meet all requirements set forth in each designated15
permit.16
I.Coordination within Railroad Permit Areas17
1.At locations in the project where construction activities occur in areas where18
railroad permits are required, meet all requirements set forth in each designated19
railroad permit. This includes, but is not limited to, provisions for:20
a.Flagmen21
b.Inspectors22
c.Safety training23
d.Additional insurance24
e.Insurance certificates25
f.Other employees required to protect the right-of-way and property of the26
Railroad Company from damage arising out of and/or from the construction of27
the project. Proper utility clearance procedures shall be used in accordance28
with the permit guidelines.29
2.Obtain any supplemental information needed to comply with the railroad’s30
requirements.31
J.Dust Control32
1.Use acceptable measures to control dust at the Site.33
a.If water is used to control dust, capture and properly dispose of waste water.34
b.If wet saw cutting is performed, capture and properly dispose of slurry.35
K.Employee Parking36
1.Provide parking for employees at locations approved by the City.37
L.{Coordination with North Central Texas Council of Governments (NCTCOG) Clean38
Construction Specification [if required for the project]39
1.Comply with equipment, operational, reporting and enforcement requirements set40
forth in NCTCOG’s Clean Construction Specification.}41
01 35 13 - 5
DAP SPECIAL PROJECT PROCEDURES
Page 5 of 7
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS
The Overlook
CPN: 102255
Revised August, 30, 2013
1.4 SUBMITTALS [NOT USED] 1
1.5 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 2
1.6 CLOSEOUT SUBMITTALS [NOT USED] 3
1.7 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 4
1.8 QUALITY ASSURANCE [NOT USED] 5
1.9 DELIVERY, STORAGE, AND HANDLING [NOT USED] 6
1.10 FIELD [SITE] CONDITIONS [NOT USED] 7
1.11 WARRANTY [NOT USED] 8
PART 2 - PRODUCTS [NOT USED] 9
PART 3 - EXECUTION [NOT USED] 10
END OF SECTION 11
12
Revision Log
DATE NAME SUMMARY OF CHANGE
8/31/2012 D. Johnson
1.3.B – Added requirement of compliance with Health and Safety Code, Title 9.
Safety, Subtitle A. Public Safety, Chapter 752. High Voltage Overhead Lines.
13
01 35 13 - 6
DAP SPECIAL PROJECT PROCEDURES
Page 6 of 7
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS
The Overlook
CPN: 102255
Revised August, 30, 2013
EXHIBIT A 1
(To be printed on Contractor’s Letterhead) 2
3
4
5
Date: 6
7
CPN No.: 8
Project Name: 9
Mapsco Location: 10
Limits of Construction: 11
12
13
14
15
16
THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT 17
WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR 18
PROPERTY. 19
20
CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE 21
OF THIS NOTICE. 22
23
IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER 24
ISSUE, PLEASE CALL: 25
26
27
Mr. <CONTRACTOR’S SUPERINTENDENT> AT <TELEPHONE NO.> 28
29
OR 30
31
Mr. <CITY INSPECTOR> AT < TELEPHONE NO.> 32
33
AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306 34
35
PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL 36
37
01 35 13 - 7
DAP SPECIAL PROJECT PROCEDURES
Page 7 of 7
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS
The Overlook
CPN: 102255
Revised August, 30, 2013
EXHIBIT B 1
2
3
4
01 45 23 - 1
DAP TESTING AND INSPECTION SERVICES
Page 1 of 2
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS
The Overlook
CPN: 102255
Revised August 30, 2013
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 form of distribution approved
by the City.
01 45 23 - 2
DAP TESTING AND INSPECTION SERVICES
Page 2 of 2
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS
The Overlook
CPN: 102255
Revised August 30, 2013
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
01 50 00 - 1
DAP TEMPORARY FACILITIES AND CONTROLS
Page 1 of 4
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS
The Overlook
CPN: 102255
Revised JULY 1, 2011
SECTION 01 50 00
TEMPORARY FACILITIES AND CONTROLS
PART 1 - GENERAL
1.1 SUMMARY
A.Section Includes:
1. Provide temporary facilities and controls needed for the Work including, but not
necessarily limited to:
a.Temporary utilities
b. Sanitary facilities
c.Storage Sheds and Buildings
d. Dust control
e.Temporary fencing of the construction site
B.Deviations from this City of Fort Worth Standard Specification
1. None.
C.Related Specification Sections include, but are not necessarily limited to:
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract
2.Division 1 – General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A.Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various Items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A.Temporary Utilities
1. Obtaining Temporary Service
a.Make arrangements with utility service companies for temporary services.
b. Abide by rules and regulations of utility service companies or authorities
having jurisdiction.
c.Be responsible for utility service costs until Work is approved for Final
Acceptance.
1) Included are fuel, power, light, heat and other utility services necessary for
execution, completion, testing and initial operation of Work.
2. Water
a.Contractor to provide water required for and in connection with Work to be
performed and for specified tests of piping, equipment, devices or other use as
required for the completion of the Work.
b. Provide and maintain adequate supply of potable water for domestic
consumption by Contractor personnel and City’s Project Representatives.
c.Coordination
1) Contact City 1 week before water for construction is desired
01 50 00 - 2
DAP TEMPORARY FACILITIES AND CONTROLS
Page 2 of 4
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS
The Overlook
CPN: 102255
Revised JULY 1, 2011
d. Contractor Payment for Construction Water
1) Obtain construction water meter from City for payment as billed by City’s
established rates.
3. Electricity and Lighting
a.Provide and pay for electric powered service as required for Work, including
testing of Work.
1) Provide power for lighting, operation of equipment, or other use.
b. Electric power service includes temporary power service or generator to
maintain operations during scheduled shutdown.
4. Telephone
a.Provide emergency telephone service at Site for use by Contractor personnel
and others performing work or furnishing services at Site.
5. Temporary Heat and Ventilation
a.Provide temporary heat as necessary for protection or completion of Work.
b. Provide temporary heat and ventilation to assure safe working conditions.
B.Sanitary Facilities
1. Provide and maintain sanitary facilities for persons on Site.
a.Comply with regulations of State and local departments of health.
2. Enforce use of sanitary facilities by construction personnel at job site.
a.Enclose and anchor sanitary facilities.
b. No discharge will be allowed from these facilities.
c.Collect and store sewage and waste so as not to cause nuisance or health
problem.
d. Haul sewage and waste off-site at no less than weekly intervals and properly
dispose in accordance with applicable regulation.
3. Locate facilities near Work Site and keep clean and maintained throughout Project.
4. Remove facilities at completion of Project
C.Storage Sheds and Buildings
1. Provide adequately ventilated, watertight, weatherproof storage facilities with floor
above ground level for materials and equipment susceptible to weather damage.
2. Storage of materials not susceptible to weather damage may be on blocks off
ground.
3. Store materials in a neat and orderly manner.
a.Place materials and equipment to permit easy access for identification,
inspection and inventory.
4. Equip building with lockable doors and lighting, and provide electrical service for
equipment space heaters and heating or ventilation as necessary to provide storage
environments acceptable to specified manufacturers.
5. Fill and grade site for temporary structures to provide drainage away from
temporary and existing buildings.
6. Remove building from site prior to Final Acceptance.
D.Temporary Fencing
1. Provide and maintain for the duration or construction when required in contract
documents
E.Dust Control
01 50 00 - 3
DAP TEMPORARY FACILITIES AND CONTROLS
Page 3 of 4
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS
The Overlook
CPN: 102255
Revised JULY 1, 2011
1. Contractor is responsible for maintaining dust control through the duration of the
project.
a.Contractor remains on-call at all times
b. Must respond in a timely manner
F.Temporary Protection of Construction
1. Contractor or subcontractors are responsible for protecting Work from damage due
to weather.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
3.1 INSTALLERS [NOT USED]
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 INSTALLATION
A.Temporary Facilities
1. Maintain all temporary facilities for duration of construction activities as needed.
3.5 [REPAIR] / [RESTORATION]
3.6 RE-INSTALLATION
3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED]
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.10 CLEANING [NOT USED]
3.11 CLOSEOUT ACTIVITIES
A.Temporary Facilities
01 50 00 - 4
DAP TEMPORARY FACILITIES AND CONTROLS
Page 4 of 4
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS
The Overlook
CPN: 102255
Revised JULY 1, 2011
1. Remove all temporary facilities and restore area after completion of the Work, to a
condition equal to or better than prior to start of Work.
3.12 PROTECTION [NOT USED]
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
01 55 26 - 1
DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL
Page 1 of 3
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS
The Overlook
CPN: 102255
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.
01 55 26 - 2
DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL
Page 2 of 3
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS
The Overlook
CPN: 102255
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
01 55 26 - 3
DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL
Page 3 of 3
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS
The Overlook
CPN: 102255
Revised July 1, 2011
Revision Log
DATE NAME SUMMARY OF CHANGE
01 57 13 - 1
DAP STORM WATER POLLUTION PREVENTION
Page 1 of 3
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS
The Overlook
CPN: 102255
Revised July 1, 2011
SECTION 01 57 13
STORM WATER POLLUTION PREVENTION
PART 1 - GENERAL
1.1 SUMMARY
A.Section Includes:
1. Procedures for Storm Water Pollution Prevention Plans
B.Deviations from this City of Fort Worth Standard Specification
1. None.
C.Related Specification Sections include, but are not necessarily limited to:
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the
Contract
2. Division 1 – General Requirements
3. Section 31 25 00 – Erosion and Sediment Control
1.2 PRICE AND PAYMENT PROCEDURES
A.Measurement and Payment
1. Construction Activities resulting in less than 1 acre of disturbance
a.Work associated with this Item is considered subsidiary to the various Items
bid. No separate payment will be allowed for this Item.
2. Construction Activities resulting in greater than 1 acre of disturbance
a.Measurement and Payment shall be in accordance with Section 31 25 00.
1.3 REFERENCES
A.Abbreviations and Acronyms
1. Notice of Intent: NOI
2. Notice of Termination: NOT
3. Storm Water Pollution Prevention Plan: SWPPP
4. Texas Commission on Environmental Quality: TCEQ
5. Notice of Change: NOC
A.Reference Standards
1. Reference standards cited in this Specification refer to the current reference
standard published at the time of the latest revision date logged at the end of this
Specification, unless a date is specifically cited.
2. Integrated Storm Management (iSWM) Technical Manual for Construction
Controls
1.4 ADMINISTRATIVE REQUIREMENTS
A.General
1. Contractor is responsible for resolution and payment of any fines issued associated
with compliance to Stormwater Pollution Prevention Plan.
01 57 13 - 2
DAP STORM WATER POLLUTION PREVENTION
Page 2 of 3
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS
The Overlook
CPN: 102255
Revised July 1, 2011
B.Construction Activities resulting in:
1. Less than 1 acre of disturbance
a.Provide erosion and sediment control in accordance with Section 31 25 00 and
Drawings.
2. 1 to less than 5 acres of disturbance
a.Texas Pollutant Discharge Elimination System (TPDES) General Construction
Permit is required
b. Complete SWPPP in accordance with TCEQ requirements
1) TCEQ Small Construction Site Notice Required under general permit
TXR150000
a)Sign and post at job site
b) Prior to Preconstruction Meeting, send 1 copy to City Department of
Transportation and Public Works, Environmental Division, (817) 392-
6088.
2) Provide erosion and sediment control in accordance with:
a)Section 31 25 00
b) The Drawings
c)TXR150000 General Permit
d) SWPPP
e)TCEQ requirements
3. 5 acres or more of Disturbance
a.Texas Pollutant Discharge Elimination System (TPDES) General Construction
Permit is required
b. Complete SWPPP in accordance with TCEQ requirements
1) Prepare a TCEQ NOI form and submit to TCEQ along with required fee
a)Sign and post at job site
b) Send copy to City Department of Transportation and Public Works,
Environmental Division, (817) 392-6088.
2) TCEQ Notice of Change required if making changes or updates to NOI
3) Provide erosion and sediment control in accordance with:
a)Section 31 25 00
b) The Drawings
c)TXR150000 General Permit
d) SWPPP
e)TCEQ requirements
4) Once the project has been completed and all the closeout requirements of
TCEQ have been met a TCEQ Notice of Termination can be submitted.
a)Send copy to City Department of Transportation and Public Works,
Environmental Division, (817) 392-6088.
1.5 SUBMITTALS
A.SWPPP
1. Submit in accordance with Section 01 33 00, except as stated herein.
a.Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the City
as follows:
1) 1 copy to the City Project Manager
a)City Project Manager will forward to the City Department of
Transportation and Public Works, Environmental Division for review
01 57 13 - 3
DAP STORM WATER POLLUTION PREVENTION
Page 3 of 3
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS
The Overlook
CPN: 102255
Revised July 1, 2011
B.Modified SWPPP
1. If the SWPPP is revised during construction, resubmit modified SWPPP to the City
in accordance with Section 01 33 00.
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
01 60 00 - 1
DAP PRODUCT REQUIREMENTS
Page 1 of 2
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS
The Overlook
CPN: 102255
Revised April 7, 2014
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]
01 60 00 - 2
DAP PRODUCT REQUIREMENTS
Page 2 of 2
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS
The Overlook
CPN: 102255
Revised April 7, 2014
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
10/12/12 D. Johnson Modified Location of City’s Standard Product List
4/7/2014 M.Domenech Revised for DAP application
01 66 00 - 1
DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS
Page 1 of 4
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS
The Overlook
CPN: 102255
Revised April 7, 2014
SECTION 01 66 00
PRODUCT STORAGE AND HANDLING REQUIREMENTS
PART 1 - GENERAL
1.1 SUMMARY
A.Section Includes:
1. Scheduling of product delivery
2. Packaging of products for delivery
3. Protection of products against damage from:
a.Handling
b. Exposure to elements or harsh environments
B.Deviations from this City of Fort Worth Standard Specification
1. None.
C.Related Specification Sections include, but are not necessarily limited to:
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract
2.Division 1 – General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A.Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various Items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY AND HANDLING
A.Delivery Requirements
1. Schedule delivery of products or equipment as required to allow timely installation
and to avoid prolonged storage.
2. Provide appropriate personnel and equipment to receive deliveries.
3. Delivery trucks will not be permitted to wait extended periods of time on the Site
for personnel or equipment to receive the delivery.
01 66 00 - 2
DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS
Page 2 of 4
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS
The Overlook
CPN: 102255
Revised April 7, 2014
4. Deliver products or equipment in manufacturer's original unbroken cartons or other
containers designed and constructed to protect the contents from physical or
environmental damage.
5. Clearly and fully mark and identify as to manufacturer, item and installation
location.
6. Provide manufacturer's instructions for storage and handling.
B.Handling Requirements
1. Handle products or equipment in accordance with these Contract Documents and
manufacturer’s recommendations and instructions.
C.Storage Requirements
1.Store materials in accordance with manufacturer’s recommendations and
requirements of these Specifications.
2. Make necessary provisions for safe storage of materials and equipment.
a.Place loose soil materials and materials to be incorporated into Work to prevent
damage to any part of Work or existing facilities and to maintain free access at
all times to all parts of Work and to utility service company installations in
vicinity of Work.
3. Keep materials and equipment neatly and compactly stored in locations that will
cause minimum inconvenience to other contractors, public travel, adjoining owners,
tenants and occupants.
a.Arrange storage to provide easy access for inspection.
4. Restrict storage to areas available on construction site for storage of material and
equipment as shown on Drawings, or approved by City’s Project Representative.
5. Provide off-site storage and protection when on-site storage is not adequate.
a.Provide addresses of and access to off-site storage locations for inspection by
City’s Project Representative.
6. Do not use lawns, grass plots or other private property for storage purposes without
written permission of owner or other person in possession or control of premises.
7.Store in manufacturers’ unopened containers.
8. Neatly, safely and compactly stack materials delivered and stored along line of
Work to avoid inconvenience and damage to property owners and general public
and maintain at least 3 feet from fire hydrant.
9. Keep public and private driveways and street crossings open.
10. Repair or replace damaged lawns, sidewalks, streets or other improvements to
satisfaction of City’s Project Representative.
a.Total length which materials may be distributed along route of construction at
one time is 1,000 linear feet, unless otherwise approved in writing by City’s
Project Representative.
01 66 00 - 3
DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS
Page 3 of 4
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS
The Overlook
CPN: 102255
Revised April 7, 2014
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION
3.1 INSTALLERS [NOT USED]
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 ERECTION [NOT USED]
3.5 REPAIR / RESTORATION [NOT USED]
3.6 RE-INSTALLATION [NOT USED]
3.7 FIELD [OR] SITE QUALITY CONTROL
A.Tests and Inspections
1. Inspect all products or equipment delivered to the site prior to unloading.
B.Non-Conforming Work
1. Reject all products or equipment that are damaged, used or in any other way
unsatisfactory for use on the project.
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.10 CLEANING [NOT USED]
3.11 CLOSEOUT ACTIVITIES [NOT USED]
3.12 PROTECTION
A.Protect all products or equipment in accordance with manufacturer's written directions.
B.Store products or equipment in location to avoid physical damage to items while in
storage.
C.Protect equipment from exposure to elements and keep thoroughly dry if required by
the manufacturer.
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
END OF SECTION
01 66 00 - 4
DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS
Page 4 of 4
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS
The Overlook
CPN: 102255
Revised April 7, 2014
Revision Log
DATE NAME SUMMARY OF CHANGE
4/7/2014 M.Domenech Revised for DAP application
01 74 23 - 1
DAP CLEANING
Page 1 of 4
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS
The Overlook
CPN: 102255
Revised April 7, 2014
SECTION 01 74 23
CLEANING
PART 1 - GENERAL
1.1 SUMMARY
A.Section Includes:
1. Intermediate and final cleaning for Work not including special cleaning of closed
systems specified elsewhere
B.Deviations from this City of Fort Worth Standard Specification
1. None.
C.Related Specification Sections include, but are not necessarily limited to:
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 – General Requirements
3. Section 32 92 13 – Hydro-Mulching, Seeding and Sodding
1.2 PRICE AND PAYMENT PROCEDURES
A.Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various Items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A.Scheduling
1. Schedule cleaning operations so that dust and other contaminants disturbed by
cleaning process will not fall on newly painted surfaces.
2. Schedule final cleaning upon completion of Work and immediately prior to final
inspection.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 STORAGE, AND HANDLING
A.Storage and Handling Requirements
1. Store cleaning products and cleaning wastes in containers specifically designed for
those materials.
01 74 23 - 2
DAP CLEANING
Page 2 of 4
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS
The Overlook
CPN: 102255
Revised April 7, 2014
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS
2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED]
2.2 MATERIALS
A.Cleaning Agents
1. Compatible with surface being cleaned
2. New and uncontaminated
3. For manufactured surfaces
a.Material recommended by manufacturer
2.3 ACCESSORIES [NOT USED]
2.4 SOURCE QUALITY CONTROL [NOT USED]
PART 3 - EXECUTION
3.1 INSTALLERS [NOT USED]
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 APPLICATION [NOT USED]
3.5 REPAIR / RESTORATION [NOT USED]
3.6 RE-INSTALLATION [NOT USED]
3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED]
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.10 CLEANING
A.General
1. Prevent accumulation of wastes that create hazardous conditions.
2. Conduct cleaning and disposal operations to comply with laws and safety orders of
governing authorities.
3. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in
storm or sanitary drains or sewers.
4. Dispose of degradable debris at an approved solid waste disposal site.
5. Dispose of nondegradable debris at an approved solid waste disposal site or in an
alternate manner approved by City and regulatory agencies.
01 74 23 - 3
DAP CLEANING
Page 3 of 4
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS
The Overlook
CPN: 102255
Revised April 7, 2014
6. Handle materials in a controlled manner with as few handlings as possible.
7. Thoroughly clean, sweep, wash and polish all Work and equipment associated with
this project.
8. Remove all signs of temporary construction and activities incidental to construction
of required permanent Work.
9. If project is not cleaned to the satisfaction of the City, the City reserves the right to
have the cleaning completed at the expense of the Contractor.
10. Do not burn on-site.
B.Intermediate Cleaning during Construction
1. Keep Work areas clean so as not to hinder health, safety or convenience of
personnel in existing facility operations.
2. At maximum weekly intervals, dispose of waste materials, debris and rubbish.
3. Confine construction debris daily in strategically located container(s):
a.Cover to prevent blowing by wind
b. Store debris away from construction or operational activities
c.Haul from site at a minimum of once per week
4. Vacuum clean interior areas when ready to receive finish painting.
a.Continue vacuum cleaning on an as-needed basis, until Final Acceptance.
5. Prior to storm events, thoroughly clean site of all loose or unsecured items, which
may become airborne or transported by flowing water during the storm.
C.Exterior (Site or Right of Way) Final Cleaning
1. Remove trash and debris containers from site.
a.Re-seed areas disturbed by location of trash and debris containers in accordance
with Section 32 92 13.
2. Sweep roadway to remove all rocks, pieces of asphalt, concrete or any other object
that may hinder or disrupt the flow of traffic along the roadway.
3. Clean any interior areas including, but not limited to, vaults, manholes, structures,
junction boxes and inlets.
4. If no longer required for maintenance of erosion facilities, and upon approval by
City, remove erosion control from site.
5. Clean signs, lights, signals, etc.
3.11 CLOSEOUT ACTIVITIES [NOT USED]
3.12 PROTECTION [NOT USED]
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
01 74 23 - 4
DAP CLEANING
Page 4 of 4
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS
The Overlook
CPN: 102255
Revised April 7, 2014
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
4/7/2014 M.Domenech Revised for DAP application
01 78 39 - 1
DAP PROJECT RECORD DOCUMENTS
Page 1 of 4
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS
The Overlook
CPN: 102255
Revised April 7, 2014
SECTION 01 78 39
PROJECT RECORD DOCUMENTS
PART 1 - GENERAL
1.1 SUMMARY
A.Section Includes:
1. Work associated with the documenting the project and recording changes to project
documents, including:
a.Record Drawings
b. Water Meter Service Reports
c.Sanitary Sewer Service Reports
d. Large Water Meter Reports
B.Deviations from this City of Fort Worth Standard Specification
1. None.
C.Related Specification Sections include, but are not necessarily limited to:
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract
2.Division 1 – General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A.Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various Items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
1.5 SUBMITTALS
A.Prior to submitting a request for Final Inspection, deliver Project Record Documents to
City’s Project Representative.
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE
A.Accuracy of Records
1.Thoroughly coordinate changes within the Record Documents, making adequate
and proper entries on each page of Specifications and each sheet of Drawings and
other Documents where such entry is required to show the change properly.
2.Accuracy of records shall be such that future search for items shown in the Contract
Documents may rely reasonably on information obtained from the approved Project
Record Documents.
01 78 39 - 2
DAP PROJECT RECORD DOCUMENTS
Page 2 of 4
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS
The Overlook
CPN: 102255
Revised April 7, 2014
3.To facilitate accuracy of records, make entries within 24 hours after receipt of
information that the change has occurred.
4.Provide factual information regarding all aspects of the Work, both concealed and
visible, to enable future modification of the Work to proceed without lengthy and
expensive site measurement, investigation and examination.
1.10 STORAGE AND HANDLING
A.Storage and Handling Requirements
1.Maintain the job set of Record Documents completely protected from deterioration
and from loss and damage until completion of the Work and transfer of all recorded
data to the final Project Record Documents.
2.In the event of loss of recorded data, use means necessary to again secure the data
to the City's approval.
a.In such case, provide replacements to the standards originally required by the
Contract Documents.
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS
2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED]
2.2 RECORD DOCUMENTS
A.Job set
1.Promptly following receipt of the Notice to Proceed, secure from the City, at no
charge to the Contractor, 1 complete set of all Documents comprising the Contract.
B.Final Record Documents
1.At a time nearing the completion of the Work and prior to Final Inspection, provide
the City 1 complete set of all Final Record Drawings in the Contract.
2.3 ACCESSORIES [NOT USED]
2.4 SOURCE QUALITY CONTROL [NOT USED]
PART 3 - EXECUTION
3.1 INSTALLERS [NOT USED]
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 MAINTENANCE DOCUMENTS
A.Maintenance of Job Set
1.Immediately upon receipt of the job set, identify each of the Documents with the
title, "RECORD DOCUMENTS - JOB SET".
01 78 39 - 3
DAP PROJECT RECORD DOCUMENTS
Page 3 of 4
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS
The Overlook
CPN: 102255
Revised April 7, 2014
2.Preservation
a.Considering the Contract completion time, the probable number of occasions
upon which the job set must be taken out for new entries and for examination,
and the conditions under which these activities will be performed, devise a
suitable method for protecting the job set.
b.Do not use the job set for any purpose except entry of new data and for review
by the City, until start of transfer of data to final Project Record Documents.
c.Maintain the job set at the site of work.
3. Coordination with Construction Survey
a.At a minimum clearly mark any deviations from Contract Documents
associated with installation of the infrastructure.
4.Making entries on Drawings
a.Record any deviations from Contract Documents.
b.Use an erasable colored pencil (not ink or indelible pencil), clearly describe the
change by graphic line and note as required.
c.Date all entries.
d.Call attention to the entry by a "cloud" drawn around the area or areas affected.
e.In the event of overlapping changes, use different colors for the overlapping
changes.
5.Conversion of schematic layouts
a.In some cases on the Drawings, arrangements of conduits, circuits, piping,
ducts, and similar items, are shown schematically and are not intended to
portray precise physical layout.
1)Final physical arrangement is determined by the Contractor, subject to the
City's approval.
2)However, design of future modifications of the facility may require
accurate information as to the final physical layout of items which are
shown only schematically on the Drawings.
b.Show on the job set of Record Drawings, by dimension accurate to within 1
inch, the centerline of each run of items.
1)Final physical arrangement is determined by the Contractor, subject to the
City's approval.
2)Show, by symbol or note, the vertical location of the Item ("under slab", "in
ceiling plenum", "exposed", and the like).
3)Make all identification sufficiently descriptive that it may be related
reliably to the Specifications.
c.The City may waive the requirements for conversion of schematic layouts
where, in the City's judgment, conversion serves no useful purpose. However,
do not rely upon waivers being issued except as specifically issued in writing
by the City.
B.Final Project Record Documents
1.Transfer of data to Drawings
a.Carefully transfer change data shown on the job set of Record Drawings to the
corresponding final documents, coordinating the changes as required.
b.Clearly indicate at each affected detail and other Drawing a full description of
changes made during construction, and the actual location of items.
c.Call attention to each entry by drawing a "cloud" around the area or areas
affected.
01 78 39 - 4
DAP PROJECT RECORD DOCUMENTS
Page 4 of 4
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS
The Overlook
CPN: 102255
Revised April 7, 2014
d.Make changes neatly, consistently and with the proper media to assure
longevity and clear reproduction.
2.Transfer of data to other Documents
a.If the Documents, other than Drawings, have been kept clean during progress of
the Work, and if entries thereon have been orderly to the approval of the City,
the job set of those Documents, other than Drawings, will be accepted as final
Record Documents.
b.If any such Document is not so approved by the City, secure a new copy of that
Document from the City at the City's usual charge for reproduction and
handling, and carefully transfer the change data to the new copy to the approval
of the City.
3.5 REPAIR / RESTORATION [NOT USED]
3.6 RE-INSTALLATION [NOT USED]
3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED]
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.10 CLEANING [NOT USED]
3.11 CLOSEOUT ACTIVITIES [NOT USED]
3.12 PROTECTION [NOT USED]
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
4/7/2014 M.Domenech Revised for DAP Application
GEOTECHNICAL REPORT
GEOTECHNICAL EXPLORATION
THE OVERLOOK
Off Northwest Center Drive
Fort Worth, Texas
ALPHA Report No. W180653
April 27, 2018
Prepared for:
VILLAGE HOMES, LP
2817 West 5th Street, Suite B
Fort Worth, Texas 76107
Attention: Ms. Christen Doggett
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
April 27, 2018
Village Homes, LP
2817 West 5th Street, Suite B
Fort Worth, Texas 76107
Attention: Ms. Christen Doggett
Re: Geotechnical Exploration
The Overlook
Off Northwest Center Drive
Fort Worth, Texas
ALPHA Report No. W180653
Attached is the report of the geotechnical exploration performed for the project referenced above.
This study was authorized by Mr. Michael Dike on March 9, 2018 and performed in accordance
with ALPHA Proposal No. 62574-rev1 dated March 6, 2018.
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.
Preliminary design information is also provided to aid in conceptual design of commercial building
foundations on the east side of the subdivision.
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.
April 27, 2018
Mahsa Hedayati, Ph.D., P.E. Brian J. Hoyt, P.E.
Geotechnical Project Manager Geotechnical Department Manager
BJH/MH/on
Copies: (1-PDF) Client
TABLE OF CONTENTS
ALPHA REPORT NO. W180653
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 Existing Fill ............................................................................................................. 3
6.2 Slab-on-Grade Foundations (Residences) ............................................................... 4
6.2.1 Subgrade Improvement Using Moisture Conditioning in Zone III ............. 6
6.3 Post-Tensioned Slab-on-Grade Design Criteria...................................................... 6
6.4 Drilled, Straight-Shaft Piers
(Preliminary Information for Commercial Buildings) ............................................ 7
6.5 Drilled and Underreamed Piers
(Preliminary Information for Commercial Buildings) ............................................ 8
6.6 Spread Footings (Preliminary Information for Commercial Buildings) ................ 8
6.7 Slab-on-Grade Foundation
(Preliminary Information for Commercial Buildings) ............................................ 9
6.8 Potential Seasonal Movements – Floor Slabs and Slab Foundations
(Preliminary Information for Commercial Buildings) ............................................ 9
6.9 Pavement (Preliminary Information for Commercial Paving) ............................. 10
6.10 Drainage and Other Considerations ...................................................................... 10
7.0 GENERAL CONSTRUCTION PROCEDURES AND GUIDELINES........................... 11
7.1 Site Preparation and Grading ................................................................................ 11
7.2 Foundation Excavations ........................................................................................ 13
7.3 Fill Compaction .................................................................................................... 13
7.4 Groundwater ......................................................................................................... 14
8.0 LIMITATIONS ................................................................................................................. 14
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. W180653
1
1.0 PURPOSE AND SCOPE
The purpose of this geotechnical exploration is for ALPHA TESTING, INC. (ALPHA) to evaluate
for the Client some of the physical and engineering properties of subsurface materials at selected
locations on the subject site with respect to formulation of appropriate geotechnical design
parameters for the proposed construction. The field exploration was accomplished by securing
subsurface samples from widely spaced test borings performed across the expanse of the site.
Engineering analyses were performed from results of the field exploration and results of laboratory
tests performed on representative samples.
Also included are general comments pertaining to reasonably anticipated construction problems
and recommendations concerning earthwork and quality control testing during construction. This
information can be used to evaluate subsurface conditions and to aid in ascertaining construction
meets project specifications.
Recommendations and preliminary design information 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 (The Overlook) on a 27.9 acre tract of land
generally located at the northwest corner of Northwest Center Drive and Quebec Street in Fort
Worth, Texas. In addition, an adjacent 8.67-acre strip of land located to the east of the planned
subdivision is being considered for commercial development. 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 consisted of an undeveloped field with some scattered
trees. Localized areas of heavy tree and brush cover were observed along the northern, eastern,
and southern perimeters of the site. Stockpiles of fill, about 2 to 3 ft tall, were observed in the
vicinity of Boring 22. Information regarding previous development or earthwork on the site was
not provided to us at the time of this study. Review of the topographical maps available at
www.dfwmaps.com indicates the site generally slopes down towards the northwest about 56 ft
(Appx Elev. 716 ft to Elev. 660 ft).
Present plans provide for the construction of new residential buildings. The new residential
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. Grading plans were not provided to us during
this study. For purposes of our analysis, we have assumed the building pads will be constructed
within 2 ft of existing grade.
ALPHA Report No. W180653
2
3.0 FIELD EXPLORATION
Subsurface conditions on the site were explored by drilling 26 test borings. Three (3) tests borings
(Borings 1, 2 and 3) were drilled to a depth of about 25 ft each for the preliminary study of the
contemplated commercial development. The remaining 23 test borings were drilled for the
residential subdivision to a depth of about 20 ft each. The borings were performed in general
accordance with ASTM D 420 using standard rotary drilling equipment. The approximate location
of each test boring is shown on the Boring Location Plan, Figure 1, enclosed in the Appendix of
this report. 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 of this report. 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 and preliminary information for
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 on Log of Boring sheets or on summary data sheets also
enclosed in the Appendix.
5.0 GENERAL SUBSURFACE CONDITIONS
Based on the Geologic Atlas of Texas Dallas Sheet from the Texas Bureau of Economic Geology,
published by the University of Texas at Austin, the project site lies within the Kiamichi formation,
between mapped interfaces with the undivided Goodland Limestone and Walnut Clay formation
and the undivided Fort Worth Limestone and Duck Creek formation. These formations generally
consist of limestone with marl (limey shale) layers. Residual overburden soils associated with
these formations typically consist of clay soils with low to high shrink-swell potential. Subsurface
stratigraphy can be highly variable at geological interfaces as evidenced on the boring logs.
Subsurface conditions encountered in most of the borings generally consisted of clay and/or shaly
clay extending to depths of about 1 ft to 17 ft below existing ground surface, underlain by limestone
and/or shale extending to the 20 ft or 25 ft termination depth. About 1 ft to 2 ft of gravel was
encountered at the surface in Borings 16 and 18, respectively, underlain by limestone extending to
the 20 ft termination depth of the borings. The upper 2 ft of clay encountered in Boring 6 was
visually classified as fill material. More detailed stratigraphic information is presented on the Log
of Boring sheets attached to this report.
The granular material (gravel) encountered in Boring 16 and 18 is considered to be relatively
permeable and is considered to have a relatively rapid response to water movement. However, the
clay, shaly clay, limestone, and shale materials encountered in the borings are considered relatively
impermeable and are anticipated to have a relatively slow response to water movement. Therefore,
ALPHA Report No. W180653
3
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.
During the field exploration, free groundwater was encountered in about one third of the borings
on drilling tools during drilling and/or in the open boreholes immediately upon completion of
drilling at depths of about 4 ft to 14 ft below the ground surface. It is common to encounter
seasonal groundwater in granular material and fill, from natural fractures in the clayey matrix, at
the soil/rock (limestone and shale) 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 of this report.
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 criteria given in this report were developed assuming the floor slabs are
constructed within 2 ft of existing grade as encountered during drilling. Cutting or filling in the
building pad areas more than 2 ft can alter the design recommendations given in the following
sections. Therefore, it is recommended our office be contacted once detailed site grading plans
are available to verify appropriate design parameters are utilized for final foundation design.
Design information for the 8.67-acre commercial tract (Borings 1, 2 and 3) is considered
preliminary. Additional borings will be required once more detailed plans for construction are
available to provide final recommendations.
6.1 Existing Fill
As discussed in Section 5.0, fill material was encountered to a depth of about 2 ft below the existing
ground surface in Boring 6. Stockpiles of fill, about 2 ft to 3 ft tall, were also observed in the
vicinity of Boring 22. It is not known if fill at the site was placed under engineering supervision
with compaction records. If compaction records for this fill cannot be obtained, existing fill should
be considered as uncontrolled fill. Uncontrolled fill is generally not considered suitable for support
of floor slabs or foundations due to the risk of under-compacted zones resulting in failures of weak
soil and/or indeterminate levels of settlement. Any existing uncontrolled fill should be removed
from the building pad areas and replaced with engineered fill as recommended in Section 6.2 or
Section 7.3, as applicable. The excavated materials may be suitable for reuse as engineered fill
provided they are free of organics, boulders, rubble, and other debris.
ALPHA Report No. W180653
4
The lateral extent, depth and nature of the fill are unknown. Test pits could be used to further
evaluate these characteristics of existing fill. ALPHA would be pleased to perform these services
if desired.
6.2 Slab-on-Grade Foundations (Residences)
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 soil bearing pressure of 2.0
kips per sq ft may be used for design of all grade beams bearing on undisturbed cuts in native clay
soils, on limestone, or on fill material placed as recommended in Section 7.3. A reduced net
allowable soil bearing pressure of 1.5 kips per sq ft may be used for design of all grade beams
bearing on moisture conditioned soil as recommended in Section 6.2.1. Grade beams should bear
a minimum depth of 18 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, encountered fill depths 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 type 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 with
heavy broken lines on the Boring Location Plan, Figure 1.
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
MOVEMNT, INCHES
IMPROVEMENT REQUIRED
TO REDUCE MOVMENTS TO
4 ½ INCHES
I Up to 3 No Improvement Required
II Up to 4½ No Improvement Required
III Up to 5½ 4 ft Moisture Conditioning
Potential seasonal movements were estimated using results of 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
ALPHA Report No. W180653
5
Tex-124-E. Also, it was assumed a 1 psi surcharge load from the floor slab acts on the subgrade
soils. Movements exceeding those predicted herein 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 (for
general grading and for backfilling excavations of uncontrolled fill as discussed in Section 6.1)
will consist of onsite or similar material with a plasticity index of 45 or less. If the plasticity index
of material used to raise the grade is higher than 45, potential movements could be higher than
estimated herein. Also, potential seasonal movements in some areas of Zone I could be less than
3 inches where limestone is near final grade. However, due to the variability of the depth to rock,
we recommend using 3 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. Movement of slab foundations in Zone
III could be reduced to not more than 4½ inches if the upper 4 ft of on-site soils below final grade
are moisture conditioned then covered with an impermeable plastic barrier (polyethylene
sheeting). Moisture conditioning recommendations are provided in Section 6.2.1. Considering
the presence of shallow limestone in most of the lots requiring moisture conditioning, water
pressure injection is not considered practical for this project. Our office should be contacted if
recommendations for water pressure injection are desired.
Please note, the potential seasonal movements estimated herein are based on the assumption that
maximum cuts or fills of up to 2 ft will be required to achieve final grade within the building pad
areas. Since highly expansive soils are present on site, changes to final grading could alter the
recommendations provided in this report. Therefore, it is recommended that grading plans be
provided to ALPHA to verify the extents and delineation of zone boundaries shown on Figure 1
prior to construction.
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.
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 referenced herein 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.
ALPHA Report No. W180653
6
6.2.1 Subgrade Improvement Using Moisture Conditioning in Zone III
Estimated potential movements for slab foundations constructed within 2 ft of the existing
ground surface in Zone III could be reduced to not more than 4½ inches by moisture-
conditioning the upper 4 ft of on-site soils below final grade as recommended in Table A.
Relatively shallow limestone was encountered at the site. Depending on final grading
requirements, limestone could be encountered within the recommended depth of moisture
conditioning. It is not required to over-excavate limestone to install moisture conditioning.
ALPAH should be provided with final grading plans prior to construction to verify the
limits of Zone III.
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. Following
completion of moisture-conditioning and placement of the plastic sheeting, estimated
movements in Zone III should not exceed about 4½ inches.
Please note, it is the intent of the moisture-conditioning process 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.
6.3 Post-Tensioned Slab-on-Grade Design Criteria
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).
ALPHA Report No. W180653
7
TABLE B
Post-Tensioned Slab-on-Ground Design Criteria
Potential Seasonal Movement = 3 inches
In Zone I
EDGE LIFT CENTER LIFT
Edge Moisture Distance, ft (em) 4.2 8.3
Differential Soil Movement, inches (ym) 1.8 (swell) 1.3 (shrink)
TABLE C
Post-Tensioned Slab-on-Ground Design Criteria
Potential Seasonal Movement = 4½ inches
In Zone II and Following Subgrade Improvement in Zone III
EDGE LIFT CENTER LIFT
Edge Moisture Distance, ft (em) 4.2 8.3
Differential Soil Movement, inches (ym) 2.2 (swell) 1.6 (shrink)
6.4 Drilled, Straight-Shaft Piers
(Preliminary Information for Commercial Buildings)
Limestone was encountered at depths of about 1 ft, 17 ft and 15 ft below the ground surface in
Borings 1, 2 and 3, respectively. Shale was encountered below the limestone in Boring 1 at a depth
of about 17 ft. We expect shale could be present below the termination depth of Borings 2 and 3.
Deeper borings performed for the final geotechnical exploration can be used to verify the depth
and/or presence of shale.
Straight shaft piers should bear at least 2 ft to 3 ft into the underlying limestone or shale. Deeper
penetrations will be required to develop skin friction and uplift resistance. For preliminary
planning purposes, piers bearing in limestone or shale can be dimensioned considering the
allowable pressures summarized in Table D.
TABLE D
Allowable End Bearing and Skin Friction Parameters
(For preliminary Planning Purposes)
Bearing Stratum
End
Bearing
(ksf)
Skin
Friction
(ksf)
Uplift
Resistance
(ksf)
At least 2 to 3 ft into Limestone or Shale 30 to 40 4.5 to 6.0 3.5 to 5.0
Each pier shaft should be reinforced with suitable tension steel over its entire length and should be
embedded a sufficient distance into the limestone to adequately resist potential uplift (tensile)
forces due to potential soil swell (soil-to-pier adhesion) along the shaft, from post construction
heave and other uplift forces applied by structural loadings. The magnitude of uplift adhesion due
to soil swell along the pier shaft cannot be defined accurately and can vary according to the actual
in-place moisture content of the soils during construction. It is estimated this uplift adhesion will
not exceed about 1.8 to 2.2 kips per sq ft. This soil adhesion is approximated to act uniformly over
ALPHA Report No. W180653
8
the portion of the pier shaft in contact with clayey soils to maximum depth of about 12 ft or to the
top surface of limestone, whichever is encountered first.
6.5 Drilled and Underreamed Piers
(Preliminary Information for Commercial Buildings)
Our preliminary findings indicate commercial buildings constructed near Borings 2 and 3 could
be supported with drilled and underreamed piers bearing at a depth of about 17 ft below the ground
surface or on top of limestone, whichever is encountered first. Underreamed piers should generally
be at least 15 ft deep. Therefore, if limestone is shallower than 15 ft below final grade, straight
shaft piers or a shallow foundation should be considered.
Underreamed piers could be conceptually dimensioned using a net allowable end bearing pressure
of about 3 to 5 kips per sq ft and no skin friction component of resistance. These bearing capacities
contain a factor of safety of about three (3) considering a general bearing capacity failure. Normal
elastic settlement of piers under loading is estimated to be less than about 1 inch.
Each pier should be designed with full length reinforcing steel to resist the uplift pressure (soil-to-
pier adhesion) due to potential soil swell along the shaft from post construction heave and other
uplift forces applied by structural loadings. The magnitude of uplift adhesion due to soil swell
along the pier shaft cannot be defined accurately and can vary according to the actual in -place
moisture content of the soils during construction. It is estimated this uplift adhesion will not
exceed about 1.8 to 2.2 kips per sq ft. This soil adhesion is approximated to act uniformly over
the portion of the pier shaft in contact with clayey soils to maximum depth of about 12 ft or to the
top surface of limestone, whichever is encountered first.
The uplift force due to swelling of active clays should be resisted by the underreamed portion of
the pier. The underreamed portion should be at least two (2) and not exceeding
three (3) times the diameter of the shaft. The minimum clear spacing between edges of adjacent
piers should be at least one (1) underream diameter, based on the larger underream.
6.6 Spread Footings
(Preliminary Information for Commercial Buildings)
Our preliminary findings indicate commercial buildings constructed in the vicinity of Boring 1
could be supported with spread footings bearing on limestone. Spread footings are not
recommended in the vicinity of Borings 2 and 3 where deeper clays were encountered.
Spread footings bearing on competent limestone could be designed using a net allowable bearing
pressure of about 6 to 8 kips per sq ft. Continuous footings should have a least dimension of 18
inches in width and spot footings should have a least dimension of 24 inches for bearing capacity
considerations.
Resistance to sliding will be developed by friction along the base of the footings and passive earth
pressure acting on the vertical face of the footings and (possible) keys installed in the base of the
footings. A coefficient of base friction of about 0.30 to 0.35 could be used along the bottom of the
footings bearing on limestone. The available passive earth resistance on the vertical face of the
footings and keys may be calculated using a uniform allowable passive earth pressure of about
500 psf to 1,000 psf for footings bearing against cuts in limestone. The passive resistance along
the vertical face of the footing should be neglected within 2 ft of the final site grade.
ALPHA Report No. W180653
9
6.7 Slab-on-Grade Foundation
(Preliminary Information for Commercial Buildings)
Commercial buildings could also be supported with slab foundations. Slab foundations will be
subject to potential movements as discussed in Section 6.8. Subgrade improvement as discussed
in Section 6.8 will be required to reduce potential movements of the slab foundations to about
1 inch.
The slab foundation should be designed with exterior and interior grade beams adequate to provide
sufficient rigidity to the foundation system. A net allowable soil bearing pressure of about 1.5 to
2.0 kips per sq ft could be used for design of grade beams bearing on limestone, on undisturbed
cuts in onsite soils or on properly placed and compacted fill. Grade beams should bear a minimum
depth of 18 inches below final grade and should have a minimum width of 10 inches.
To reduce cracking as normal movements occur in foundation soils, all grade beams and floor
slabs should be adequately reinforced with steel. 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 slab and
subgrade soils to retard moisture migration through the slabs.
6.8 Potential Seasonal Movements – Floor Slabs and Slab Foundations
(Preliminary Information for Commercial Buildings)
Our preliminary findings indicate grade supported floor slabs (constructed in conjunction with
drilled piers and spread footings) and slab foundations constructed within 2 ft of existing grade
could experience post construction seasonal movements of up to about 5 inches due to shrinking
and swelling of active clay soils depending on the thickness of highly expansive clay layers within
the subsurface stratigraphy. Table E contains a summary of preliminary estimates of potential
seasonal movements.
TABLE E
Summary of Preliminary Estimates of Potential Seasonal Movements
Boring Numbers Potential Movement Estimate (inches)
1 1 to 2
2, 3 4 to 5
Methods of estimating potential movements are discussed in more detail in Section 6.2.
Some of the potential seasonal movements estimated in Table E are outside the normal industry
design tolerances (generally about 1 inch). Subgrade improvement will be required within the
commercial building pads where movements are greater than 1 inch.
Subgrade improvement to reduce movements to about 1 inch in the vicinity of Boring 1 could
consist of removing all onsite soils to expose the top surface of limestone and then using non-
expansive fill to raise the grade to the desired level.
ALPHA Report No. W180653
10
Subgrade improvement to reduce movements to about 1 inch in the vicinity of Borings 2 and 3
could consist a cap of non-expansive fill placed above moisture conditioned soils. In general, the
non-expansive fill cap could be about 1 ft to 2 ft thick. The underlying moisture conditioned clay
could extend to depths of about 10 ft to 12 ft below the bottom of the non-expansive fill cap. Non-
expansive fill can consist of select fill, flexible base material or onsite processed limestone as
discussed in Section 7.3.
6.9 Pavement
(Preliminary Information for Commercial Paving)
Our preliminary findings indicate pavement designed for light vehicle traffic and parking could
consist of about 5 inches of Portland cement concrete (PCC). Pavement for moderate to heavy
truck traffic and for dumpster pads could consist of about 6 to 8 inches of PCC, depending on the
volume and weight of the truck traffic. Subgrade treatment would likely consist of lime treatment
of the upper 6 to 8 inches of subgrade soils at an application rate of about 6 to 8 percent.
6.10 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.
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 examination 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:
Preferably, a complete system of gutters and downspouts should carry runoff water a
minimum of 5 ft from the completed structure.
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.
ALPHA Report No. W180653
11
Architectural design of the floor slabs should avoid additional features such as wing walls
as extensions of the slab.
The root systems from existing 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 building pad and flatwork areas should be removed to a depth
of at least 1 ft below the root ball and compacted in-place with moisture and density control
as described in Section 7.3.
Trench backfill for utilities should be properly placed and compacted as outlined in Section 7.3 of
this report 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.
Some construction problems, particularly degree or magnitude, cannot be 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 within 4 ft of the ground surface in several borings. We expect
limestone will be encountered during general excavation and grading at this site. This limestone
can be very hard and may be difficult to excavate. Rock teeth, rippers, pneumatic hammers, or
sawcutting could be required to excavate this limestone. The earthwork contracts should contain
provisions for excavation of hard limestone. The earthwork contractor should have experience
working in these conditions. Crushing equipment could be required to process the limestone into
fill material with suitable particle size.
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.
ALPHA Report No. W180653
12
The exposed subgrade should be further evaluated by proof-rolling with a heavy pneumatic
tired roller, loaded dump truck or similar equipment weighing approximately 20 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 of this report, 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 pavement or placing other
deep fills.
Slope stability analysis of embankments (natural or constructed) and global stability analysis for
retaining walls was not within the scope of this study.
The contractor is responsible for designing any excavation slopes, temporary sheeting or shoring.
Design of these structures should include any imposed surface surcharges. Construction site safety
is the sole responsibility of the contractor, who shall 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.
ALPHA Report No. W180653
13
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 recommendations pertain to general fill material placed on site. Fill material placed
within the building pads in Zone III should conform to recommendations provided in Section
6.2.1.
Clay soils 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 soils 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.
Clayey materials used as fill should be processed and the largest particle or clod should be less
than 6 inches prior to compaction.
Select fill used as non-expansive material should have a liquid limit less than 35, a plasticity index
(PI) not less than about 4 nor greater than 15 and contain no more than 0.5 percent fibrous organic
materials, by weight. All select material should contain no deleterious material and should be
compacted to a dry density of at least 95 percent 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. The plasticity index and liquid limit of material used as select , non-
expansive material should be routinely verified during placement using laboratory tests. Visual
observation and classification should not be relied upon to confirm the material to be used as select,
non-expansive material satisfies the above Atterberg-limit criteria.
Flexible base used as non-expansive fill in the building pad should consist of material meeting the
requirements of TxDOT Standard Specifications Item 247, Type A, B, C, or D, Grade 1 -2 or 3.
The flexible base should be compacted to at least 95 percent of standard Proctor maximum dry
density (ASTM D 698) and within the range of 2 percentage points below to 2 percentage points
above the material's optimum moisture content.
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
ALPHA Report No. W180653
14
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 addition to the requirements herein, processed rock used as fill in
building area should have a plasticity index less than 15.
In cases where either mass fills or utility lines are more than 10 ft deep, the fill/backfill below 10
ft should be compacted to at least 98 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 in this section.
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 Groundwater
Groundwater was encountered at depths of about 4 ft to 14 ft below the ground surface in several
of the borings. From our experience, shallower groundwater seepage could be encountered in
excavations for foundations, utilities and other general excavations. The risk of seepage increases
with depth of excavation and during or after periods of precipitation.
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 encountered 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
ALPHA Report No. W180653
15
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 com pletion 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.
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 resulting from
workmanship of designers or contractors. It is recommended the Owner retain qualified personnel,
such as a Geotechnical Engineering firm, to verify construction is performed in accordance with
plans and specifications.
APPENDIX
ALPHA Report No. W180653
A-1 METHODS OF FIELD EXPLORATION
Using standard rotary drilling equipment, a total of 26 test borings were performed for this
geotechnical exploration at the approximate locations shown on the Boring Location Plan, Figure
1. The boring locations were staked using a handheld GPS device 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 the test borings shown on the Boring
Location Plan are considered accurate only to the degree implied by the methods used to define
them.
Relatively undisturbed samples of the cohesive subsurface materials were obtained by
hydraulically pressing 3-inch O.D. thin-wall sampling tubes into the underlying soils at selected
depths (ASTM D 1587). These samples were removed from the samplin g 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.
The Texas Cone Penetration (TCP) test was used to assess the apparent in-place strength
characteristics of the rock type materials. The TCP test consists of a 3 -inch diameter steel cone
driven by a 170-pound hammer dropped 24 inches (340 ft-pounds of energy) and is the basis for
TxDOT strength correlations. Depending on the resistance (strength) of the materials, either the
number of blows of the hammer required to provide 12 inches of penetration, or the inches of
penetration of the cone due to 100 blows of the hammer are recorded on the field logs and are
shown on the Log of Boring sheets as “TX Cone” (reference: TxDOT Test Method TEX 132-E).
Logs of the borings are included in the Appendix of this report. The logs show visual descriptions
of subsurface strata encountered using the Unified Soil Classification System. Sampling
information, pertinent field data, and field observations are also included. Samples not consumed
by testing will be retained in our laboratory for at least 14 days and then discarded unless the Client
requests otherwise.
BORING LOCATION PLANGEOTECHNICAL EXPLORATIONTHE OVERLOOKOFF NORTHWEST CENTER DRIVEFORT WORTH, TEXASALPHA PROJECT NO. W180653FIGURE 1 B-2 B-1 B-3 B-10 B-9 B-8 B-7 B-6 B-5 B-4 B-20B-19B-18B-17B-16B-15B-14B-12B-13B-11B-26B-25B-24B-22B-23B-21IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII NORTHWEST CENTER DRIVE B-2 B-1 B-3 B-10 B-9 B-8 B-7 B-6 B-5 B-4 B-20B-19B-18B-17B-16B-15B-14B-12B-13B-11B-26B-25B-24B-22B-23B-21IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII NORTHWEST CENTER DRIVE NAPPROXIMATE BORING LOCATIONZONE II I ZONE I II ZONE III III
ALPHA Report No. W180653
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 soil shear
strength. Results of the laboratory tests described above are provided on the Log of Boring sheets.
In addition to the Atterberg-limit tests, the expansive properties of the clay 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
3 7 875 69 25 44 20%23%0.0%
5 3 375 55 20 35 21%25%0.3%
10 3 375 60 22 38 23%24%0.5%
19 7 875 84 27 57 30%36%3.6%
SWELL TEST DATA
FIGURE 2 SWELL DATA SHEET
GEOTECHNICAL EXPLORATION
THE OVERLOOK
OFF NORTHWEST CENTER DRIVE
FORT WORTH, TEXAS
ALPHA REPORT NO. W180653
100/
1.5"
100/
1.25"
100/
1"
100/
2"
100/
1.5"
Tannish Brown CLAY with limestone fragments
Tan LIMESTONE with clay seams and layers
Gray LIMESTONE with shale seams
Gray SHALE
TEST BORING TERMINATED AT 25 FT
1.0
8.0
17.0
25.0
1.0 25
25
North:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeLOG OF BORING NO.:1
MATERIAL DESCRIPTION
West:
5058 Brush Creek Rd.
Fort Worth, Texas
76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
Start Date:4/3/2018 End Date:4/3/2018
Project:The Overlook
Client:Village Homes, LP
Hammer Drop (lbs / in):140 / 30
Surface Elevation:Unit Dry Weight(pcf)Depth, feet5
10
15
20
25
GROUND WATER OBSERVATIONS
Sheet 1 of 1
After Hours (ft):PocketPenetrometer (tsf)On Rods (ft):
Drilling Method:CONTINUOUS FLIGHT AUGER
Unconfined Comp.Strength (tsf).NONE
After Drilling (ft):.DRY
.
PROJECT NO.:W180653
Location:Fort Worth, Texas
Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic Log
100/
0.5"
100/
0.75"
Tannish Brown CLAY
Tan CLAY with calcareous deposits with limestone
seams
Tan, Gray and Brown SHALY CLAY with limestone
seams and layers
Gray LIMESTONE with clay seams and layers
TEST BORING TERMINATED AT 25 FT
2.0
4.0
17.0
25.0
98
95
4.0
2.0
1.0
4.5+
2.0
3.75
1.3
2.9
22
21
28
16
10
23
29
63 21 42
North:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeLOG OF BORING NO.:2
MATERIAL DESCRIPTION
West:
5058 Brush Creek Rd.
Fort Worth, Texas
76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
Start Date:3/22/2018 End Date:3/22/2018
Project:The Overlook
Client:Village Homes, LP
Hammer Drop (lbs / in):140 / 30
Surface Elevation:Unit Dry Weight(pcf)Depth, feet5
10
15
20
25
GROUND WATER OBSERVATIONS
Sheet 1 of 1
After Hours (ft):PocketPenetrometer (tsf)On Rods (ft):
Drilling Method:CONTINUOUS FLIGHT AUGER
Unconfined Comp.Strength (tsf).NONE
After Drilling (ft):.DRY
.
PROJECT NO.:W180653
Location:Fort Worth, Texas
Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic Log
100/
3"
100/
0.75"
100/
0.75"
Dark Brown CLAY
Tannish Brown CLAY
- with limestone fragments at 6 ft
Tan and Gray SHALY CLAY with limestone seams
and layers
- limestone layer at 9 ft
Gray LIMESTONE with shale seams
TEST BORING TERMINATED AT 25 FT
2.0
6.0
15.0
25.0
97
2.75
1.75
2.5
2.5
4.0 2.0
28
21
22
30
27
59
69
20
25
39
44
North:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeLOG OF BORING NO.:3
MATERIAL DESCRIPTION
West:
5058 Brush Creek Rd.
Fort Worth, Texas
76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
Start Date:3/22/2018 End Date:3/22/2018
Project:The Overlook
Client:Village Homes, LP
Hammer Drop (lbs / in):140 / 30
Surface Elevation:Unit Dry Weight(pcf)Depth, feet5
10
15
20
25
GROUND WATER OBSERVATIONS
Sheet 1 of 1
After Hours (ft):PocketPenetrometer (tsf)On Rods (ft):
Drilling Method:CONTINUOUS FLIGHT AUGER
Unconfined Comp.Strength (tsf).NONE
After Drilling (ft):.DRY
.
PROJECT NO.:W180653
Location:Fort Worth, Texas
Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic Log
100/
0.75"
100/
3"
100/
2"
Dark Brown CLAY
Brown CLAY
Tan CLAY with gravel and calcareous deposits
Tan LIMESTONE with clay seams and layers
Gray SHALE
TEST BORING TERMINATED AT 20 FT
2.0
4.0
6.0
11.0
20.0
106
2.5
3.5
2.5
13.3
25
20
13
16
15
25
23
49 19 30
North:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeLOG OF BORING NO.:4
MATERIAL DESCRIPTION
West:
5058 Brush Creek Rd.
Fort Worth, Texas
76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
Start Date:4/3/2018 End Date:4/3/2018
Project:The Overlook
Client:Village Homes, LP
Hammer Drop (lbs / in):140 / 30
Surface Elevation:Unit Dry Weight(pcf)Depth, feet5
10
15
20
25
GROUND WATER OBSERVATIONS
Sheet 1 of 1
After Hours (ft):PocketPenetrometer (tsf)On Rods (ft):5
Drilling Method:CONTINUOUS FLIGHT AUGER
Unconfined Comp.Strength (tsf).
After Drilling (ft):4.
.
PROJECT NO.:W180653
Location:Fort Worth, Texas
Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic Log
100/
1.5"
100/
3"
Brown CLAY
Tan CLAY
- gravel from 8 ft to 10 ft
Tan LIMESTONE with clay seams and layers
Gray SHALE
TEST BORING TERMINATED AT 20 FT
6.0
10.0
14.0
20.0
3.0
4.0
3.25
2.75
1.5
25
22
17
14
15
24
32
55
55
20
18
35
37
North:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeLOG OF BORING NO.:5
MATERIAL DESCRIPTION
West:
5058 Brush Creek Rd.
Fort Worth, Texas
76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
Start Date:4/3/2018 End Date:4/3/2018
Project:The Overlook
Client:Village Homes, LP
Hammer Drop (lbs / in):140 / 30
Surface Elevation:Unit Dry Weight(pcf)Depth, feet5
10
15
20
25
GROUND WATER OBSERVATIONS
Sheet 1 of 1
After Hours (ft):PocketPenetrometer (tsf)On Rods (ft):8
Drilling Method:CONTINUOUS FLIGHT AUGER
Unconfined Comp.Strength (tsf).
After Drilling (ft):12.
.
PROJECT NO.:W180653
Location:Fort Worth, Texas
Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic Log
100/
2.75"
100/
1.5"
100/
2"
Brown CLAY - FILL
Brown CLAY
Tannish Brown CLAY with gravel
Tan LIMESTONE with clay seams and layers
Gray LIMESTONE with shale seams
TEST BORING TERMINATED AT 20 FT
2.0
4.0
6.0
11.0
20.0
4.0
2.25
1.25
14
20
11
12
10
12
44 17 27
North:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeLOG OF BORING NO.:6
MATERIAL DESCRIPTION
West:
5058 Brush Creek Rd.
Fort Worth, Texas
76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
Start Date:4/3/2018 End Date:4/3/2018
Project:The Overlook
Client:Village Homes, LP
Hammer Drop (lbs / in):140 / 30
Surface Elevation:Unit Dry Weight(pcf)Depth, feet5
10
15
20
25
GROUND WATER OBSERVATIONS
Sheet 1 of 1
After Hours (ft):PocketPenetrometer (tsf)On Rods (ft):7
Drilling Method:CONTINUOUS FLIGHT AUGER
Unconfined Comp.Strength (tsf).
After Drilling (ft):.DRY
.
PROJECT NO.:W180653
Location:Fort Worth, Texas
Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic Log
100/
3.25"
100/
4.25"
100/
0.75"
100/
1.5"
Tannish Brown CLAY
Tan LIMESTONE with clay seams and layers
Gray LIMESTONE with shale seams
TEST BORING TERMINATED AT 20 FT
3.0
11.0
20.0
3.5
3.5
18
17
8
12
15
41 17 24
North:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeLOG OF BORING NO.:7
MATERIAL DESCRIPTION
West:
5058 Brush Creek Rd.
Fort Worth, Texas
76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
Start Date:4/3/2018 End Date:4/3/2018
Project:The Overlook
Client:Village Homes, LP
Hammer Drop (lbs / in):140 / 30
Surface Elevation:Unit Dry Weight(pcf)Depth, feet5
10
15
20
25
GROUND WATER OBSERVATIONS
Sheet 1 of 1
After Hours (ft):PocketPenetrometer (tsf)On Rods (ft):
Drilling Method:CONTINUOUS FLIGHT AUGER
Unconfined Comp.Strength (tsf).NONE
After Drilling (ft):.DRY
.
PROJECT NO.:W180653
Location:Fort Worth, Texas
Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic Log
100/
1.5"
100/
3"
Dark Brown CLAY
Brown CLAY
Tannish Brown CLAY
Tan LIMESTONE with clay seams and layers
Gray LIMESTONE with shale seams
TEST BORING TERMINATED AT 20 FT
2.0
4.0
10.0
13.0
20.0
1.75
2.5
3.0
1.25
2.5
28
22
17
18
22
22
32 14 18
North:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeLOG OF BORING NO.:8
MATERIAL DESCRIPTION
West:
5058 Brush Creek Rd.
Fort Worth, Texas
76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
Start Date:3/30/2018 End Date:3/30/2018
Project:The Overlook
Client:Village Homes, LP
Hammer Drop (lbs / in):140 / 30
Surface Elevation:Unit Dry Weight(pcf)Depth, feet5
10
15
20
25
GROUND WATER OBSERVATIONS
Sheet 1 of 1
After Hours (ft):PocketPenetrometer (tsf)On Rods (ft):8
Drilling Method:CONTINUOUS FLIGHT AUGER
Unconfined Comp.Strength (tsf).
After Drilling (ft):13.
.
PROJECT NO.:W180653
Location:Fort Worth, Texas
Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic Log
100/
1"
100/
3.75"
Dark Brown CLAY
Tannish Brown CLAY
Tan CLAY with calcareous deposits
Tan SILTY CLAY with sand seams and layers
Tan LIMESTONE with clay seams and layers
Gray SHALE
TEST BORING TERMINATED AT 20 FT
2.0
4.0
6.0
11.0
16.0
20.0
111
0.75
2.25
3.5
2.25
0.5
1.6
27
25
17
14
17
15
11
47
18
16
12
31
6
North:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeLOG OF BORING NO.:9
MATERIAL DESCRIPTION
West:
5058 Brush Creek Rd.
Fort Worth, Texas
76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
Start Date:3/30/2018 End Date:3/30/2018
Project:The Overlook
Client:Village Homes, LP
Hammer Drop (lbs / in):140 / 30
Surface Elevation:Unit Dry Weight(pcf)Depth, feet5
10
15
20
25
GROUND WATER OBSERVATIONS
Sheet 1 of 1
After Hours (ft):PocketPenetrometer (tsf)On Rods (ft):6
Drilling Method:CONTINUOUS FLIGHT AUGER
Unconfined Comp.Strength (tsf).
After Drilling (ft):13.
.
PROJECT NO.:W180653
Location:Fort Worth, Texas
Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic Log
100/
0.75"
100/
2"
Brown CLAY
Tan CLAY with gravel
Tan LIMESTONE with clay seams and layers
Gray LIMESTONE with shale seams
TEST BORING TERMINATED AT 20 FT
4.0
12.0
17.0
20.0
102
3.0
4.5
4.25
2.0
1.25
6.3
22
22
14
13
15
60 22 38
North:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeLOG OF BORING NO.:10
MATERIAL DESCRIPTION
West:
5058 Brush Creek Rd.
Fort Worth, Texas
76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
Start Date:3/30/2018 End Date:3/30/2018
Project:The Overlook
Client:Village Homes, LP
Hammer Drop (lbs / in):140 / 30
Surface Elevation:Unit Dry Weight(pcf)Depth, feet5
10
15
20
25
GROUND WATER OBSERVATIONS
Sheet 1 of 1
After Hours (ft):PocketPenetrometer (tsf)On Rods (ft):7
Drilling Method:CONTINUOUS FLIGHT AUGER
Unconfined Comp.Strength (tsf).
After Drilling (ft):.DRY
.
PROJECT NO.:W180653
Location:Fort Worth, Texas
Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic Log
100/
1.25"
100/
3.75"
100/
1"
100/
1.25"
Brown CLAY
Tan LIMESTONE with clay seams and layers
Gray LIMESTONE with shale seams
TEST BORING TERMINATED AT 20 FT
2.0
12.5
20.0
3.0 19
12
North:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeLOG OF BORING NO.:11
MATERIAL DESCRIPTION
West:
5058 Brush Creek Rd.
Fort Worth, Texas
76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
Start Date:4/3/2018 End Date:4/3/2018
Project:The Overlook
Client:Village Homes, LP
Hammer Drop (lbs / in):140 / 30
Surface Elevation:Unit Dry Weight(pcf)Depth, feet5
10
15
20
25
GROUND WATER OBSERVATIONS
Sheet 1 of 1
After Hours (ft):PocketPenetrometer (tsf)On Rods (ft):
Drilling Method:CONTINUOUS FLIGHT AUGER
Unconfined Comp.Strength (tsf).NONE
After Drilling (ft):.DRY
.
PROJECT NO.:W180653
Location:Fort Worth, Texas
Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic Log
100/
2.5"
100/
2.25"
100/
1"
Brown CLAY with limestone seams and layers
Tan and Gray 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
3.25
3.75
4.0
19
15
12
25 12 13
North:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeLOG OF BORING NO.:12
MATERIAL DESCRIPTION
West:
5058 Brush Creek Rd.
Fort Worth, Texas
76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
Start Date:3/23/2018 End Date:3/23/2018
Project:The Overlook
Client:Village Homes, LP
Hammer Drop (lbs / in):140 / 30
Surface Elevation:Unit Dry Weight(pcf)Depth, feet5
10
15
20
25
GROUND WATER OBSERVATIONS
Sheet 1 of 1
After Hours (ft):PocketPenetrometer (tsf)On Rods (ft):
Drilling Method:CONTINUOUS FLIGHT AUGER
Unconfined Comp.Strength (tsf).NONE
After Drilling (ft):.DRY
.
PROJECT NO.:W180653
Location:Fort Worth, Texas
Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic Log
100/
2.25"
100/
1"
100/
1"
100/
0.5"
Brown CLAY
Tannish Gray CLAY
Tan LIMESTONE with clay seams and layers
Gray LIMESTONE with shale seams
TEST BORING TERMINATED AT 20 FT
2.0
4.0
8.0
20.0
3.25
1.5
22
15 31 17 14
North:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeLOG OF BORING NO.:13
MATERIAL DESCRIPTION
West:
5058 Brush Creek Rd.
Fort Worth, Texas
76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
Start Date:3/22/2018 End Date:3/22/2018
Project:The Overlook
Client:Village Homes, LP
Hammer Drop (lbs / in):140 / 30
Surface Elevation:Unit Dry Weight(pcf)Depth, feet5
10
15
20
25
GROUND WATER OBSERVATIONS
Sheet 1 of 1
After Hours (ft):PocketPenetrometer (tsf)On Rods (ft):
Drilling Method:CONTINUOUS FLIGHT AUGER
Unconfined Comp.Strength (tsf).NONE
After Drilling (ft):.DRY
.
PROJECT NO.:W180653
Location:Fort Worth, Texas
Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic Log
100/
1.25"
100/
2.5"
100/
0.75"
100/
1.25"
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
11.0
20.0
2.50 21
9
6
10
24
48 18 30
North:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeLOG OF BORING NO.:14
MATERIAL DESCRIPTION
West:
5058 Brush Creek Rd.
Fort Worth, Texas
76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
Start Date:3/30/2018 End Date:3/30/2018
Project:The Overlook
Client:Village Homes, LP
Hammer Drop (lbs / in):140 / 30
Surface Elevation:Unit Dry Weight(pcf)Depth, feet5
10
15
20
25
GROUND WATER OBSERVATIONS
Sheet 1 of 1
After Hours (ft):PocketPenetrometer (tsf)On Rods (ft):5
Drilling Method:CONTINUOUS FLIGHT AUGER
Unconfined Comp.Strength (tsf).
After Drilling (ft):10.
.
PROJECT NO.:W180653
Location:Fort Worth, Texas
Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic Log
100/
2.25"
100/
2.25"
100/
2"
100/
1.25"
Brown CLAY
Tan CLAY
Tan LIMESTONE with clay seams and layers
Gray LIMESTONE with shale seams
TEST BORING TERMINATED AT 20 FT
2.0
3.0
16.0
20.0
4.25
4.0
18
14
30 17 13
North:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeLOG OF BORING NO.:15
MATERIAL DESCRIPTION
West:
5058 Brush Creek Rd.
Fort Worth, Texas
76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
Start Date:3/23/2018 End Date:3/23/2018
Project:The Overlook
Client:Village Homes, LP
Hammer Drop (lbs / in):140 / 30
Surface Elevation:Unit Dry Weight(pcf)Depth, feet5
10
15
20
25
GROUND WATER OBSERVATIONS
Sheet 1 of 1
After Hours (ft):PocketPenetrometer (tsf)On Rods (ft):
Drilling Method:CONTINUOUS FLIGHT AUGER
Unconfined Comp.Strength (tsf).NONE
After Drilling (ft):.DRY
.
PROJECT NO.:W180653
Location:Fort Worth, Texas
Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic Log
100/
1.75"
100/
1.5"
100/
1"
100/
1"
Tan GRAVEL with limestone fragments and 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
North:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeLOG OF BORING NO.:16
MATERIAL DESCRIPTION
West:
5058 Brush Creek Rd.
Fort Worth, Texas
76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
Start Date:3/22/2018 End Date:3/22/2018
Project:The Overlook
Client:Village Homes, LP
Hammer Drop (lbs / in):140 / 30
Surface Elevation:Unit Dry Weight(pcf)Depth, feet5
10
15
20
25
GROUND WATER OBSERVATIONS
Sheet 1 of 1
After Hours (ft):PocketPenetrometer (tsf)On Rods (ft):
Drilling Method:CONTINUOUS FLIGHT AUGER
Unconfined Comp.Strength (tsf).NONE
After Drilling (ft):.DRY
.
PROJECT NO.:W180653
Location:Fort Worth, Texas
Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic Log
100/
1.5"
100/
1.5"
100/
0.75"
Dark Brown CLAY
Tan CLAY
Tan LIMESTONE with clay seams and layers
Gray LIMESTONE with shale seams
TEST BORING TERMINATED AT 20 FT
2.0
7.0
17.0
20.0
1.25
1.25
4.5+
1.25
37
20
24
27
69
82
24
25
45
57
North:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeLOG OF BORING NO.:17
MATERIAL DESCRIPTION
West:
5058 Brush Creek Rd.
Fort Worth, Texas
76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
Start Date:3/22/2018 End Date:3/22/2018
Project:The Overlook
Client:Village Homes, LP
Hammer Drop (lbs / in):140 / 30
Surface Elevation:Unit Dry Weight(pcf)Depth, feet5
10
15
20
25
GROUND WATER OBSERVATIONS
Sheet 1 of 1
After Hours (ft):PocketPenetrometer (tsf)On Rods (ft):
Drilling Method:CONTINUOUS FLIGHT AUGER
Unconfined Comp.Strength (tsf).NONE
After Drilling (ft):.DRY
.
PROJECT NO.:W180653
Location:Fort Worth, Texas
Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic Log
100/
2"
100/
1.5"
100/
1.5"
100/
1.25"
Tan GRAVEL with limestone fragments and clay
Tan LIMESTONE with clay seams and layers
Gray LIMESTONE with shale seams
TEST BORING TERMINATED AT 20 FT
2.0
16.0
20.0
North:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeLOG OF BORING NO.:18
MATERIAL DESCRIPTION
West:
5058 Brush Creek Rd.
Fort Worth, Texas
76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
Start Date:3/22/2018 End Date:3/22/2018
Project:The Overlook
Client:Village Homes, LP
Hammer Drop (lbs / in):140 / 30
Surface Elevation:Unit Dry Weight(pcf)Depth, feet5
10
15
20
25
GROUND WATER OBSERVATIONS
Sheet 1 of 1
After Hours (ft):PocketPenetrometer (tsf)On Rods (ft):
Drilling Method:CONTINUOUS FLIGHT AUGER
Unconfined Comp.Strength (tsf).NONE
After Drilling (ft):.DRY
.
PROJECT NO.:W180653
Location:Fort Worth, Texas
Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic Log
100/
1.25"
100/
1"
Brown CLAY
Tannish Brown CLAY
Tan CLAY with limestone fragments
Tan, Gray and Brown SHALY CLAY
Tan LIMESTONE with clay seams and layers
Gray LIMESTONE with shale seams
TEST BORING TERMINATED AT 20 FT
2.0
4.0
6.0
10.0
17.0
20.0
102
2.0
2.25
2.0
4.0
4.5+
1.8
31
22
22
27
26
54
84
19
27
35
57
North:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeLOG OF BORING NO.:19
MATERIAL DESCRIPTION
West:
5058 Brush Creek Rd.
Fort Worth, Texas
76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
Start Date:3/22/2018 End Date:3/22/2018
Project:The Overlook
Client:Village Homes, LP
Hammer Drop (lbs / in):140 / 30
Surface Elevation:Unit Dry Weight(pcf)Depth, feet5
10
15
20
25
GROUND WATER OBSERVATIONS
Sheet 1 of 1
After Hours (ft):PocketPenetrometer (tsf)On Rods (ft):
Drilling Method:CONTINUOUS FLIGHT AUGER
Unconfined Comp.Strength (tsf).NONE
After Drilling (ft):.DRY
.
PROJECT NO.:W180653
Location:Fort Worth, Texas
Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic Log
100/
1.25"
100/
1"
100/
0.75"
Brown CLAY
- with tan weathered limestone at 5 ft
Tan LIMESTONE with clay seams and layers
Gray LIMESTONE with shale seams
TEST BORING TERMINATED AT 20 FT
5.0
17.0
20.0
100
2.0
2.5
2.5
1.4
31
23
23
60 20 40
North:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeLOG OF BORING NO.:20
MATERIAL DESCRIPTION
West:
5058 Brush Creek Rd.
Fort Worth, Texas
76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
Start Date:3/22/2018 End Date:3/22/2018
Project:The Overlook
Client:Village Homes, LP
Hammer Drop (lbs / in):140 / 30
Surface Elevation:Unit Dry Weight(pcf)Depth, feet5
10
15
20
25
GROUND WATER OBSERVATIONS
Sheet 1 of 1
After Hours (ft):PocketPenetrometer (tsf)On Rods (ft):
Drilling Method:CONTINUOUS FLIGHT AUGER
Unconfined Comp.Strength (tsf).NONE
After Drilling (ft):.DRY
.
PROJECT NO.:W180653
Location:Fort Worth, Texas
Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic Log
100/
0.5"
100/
3.75"
Dark Brown CLAY
Tannish Brown CLAY
Tan CLAY with gravel, calcareous deposits and
limestone seams
Tan LIMESTONE with clay seams and layers
TEST BORING TERMINATED AT 20 FT
6.0
8.0
13.0
20.0
1.5
1.5
3.0
1.25
1.5
29
28
26
23
14
24
25
64 21 43
North:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeLOG OF BORING NO.:21
MATERIAL DESCRIPTION
West:
5058 Brush Creek Rd.
Fort Worth, Texas
76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
Start Date:3/30/2018 End Date:3/30/2018
Project:The Overlook
Client:Village Homes, LP
Hammer Drop (lbs / in):140 / 30
Surface Elevation:Unit Dry Weight(pcf)Depth, feet5
10
15
20
25
GROUND WATER OBSERVATIONS
Sheet 1 of 1
After Hours (ft):PocketPenetrometer (tsf)On Rods (ft):14
Drilling Method:CONTINUOUS FLIGHT AUGER
Unconfined Comp.Strength (tsf).
After Drilling (ft):8.
.
PROJECT NO.:W180653
Location:Fort Worth, Texas
Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic Log
100/
1.25"
100/
0.75"
100/
0.75"
Brown CLAY
Tannish Brown CLAY
Tan CLAY with gravel
Tan LIMESTONE with clay seams and layers
TEST BORING TERMINATED AT 20 FT
4.0
6.0
8.0
20.0
2.75
1.5
2.5
2.5
21
20
23
14
60 19 41
North:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeLOG OF BORING NO.:22
MATERIAL DESCRIPTION
West:
5058 Brush Creek Rd.
Fort Worth, Texas
76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
Start Date:3/30/2018 End Date:3/30/2018
Project:The Overlook
Client:Village Homes, LP
Hammer Drop (lbs / in):140 / 30
Surface Elevation:Unit Dry Weight(pcf)Depth, feet5
10
15
20
25
GROUND WATER OBSERVATIONS
Sheet 1 of 1
After Hours (ft):PocketPenetrometer (tsf)On Rods (ft):8
Drilling Method:CONTINUOUS FLIGHT AUGER
Unconfined Comp.Strength (tsf).
After Drilling (ft):.DRY
.
PROJECT NO.:W180653
Location:Fort Worth, Texas
Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic Log
100/
3.25"
100/
0.75"
100/
1.5"
Brown CLAY
- with gravel at 2 ft to 4 ft
Tan CLAY with gravel
Tan LIMESTONE with clay seams and layers
Gray LIMESTONE with shale seams
TEST BORING TERMINATED AT 20 FT
4.0
5.0
12.0
20.0
2.25
2.75
2.25
23
13
13
10
18
51 20 31
North:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeLOG OF BORING NO.:23
MATERIAL DESCRIPTION
West:
5058 Brush Creek Rd.
Fort Worth, Texas
76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
Start Date:3/30/2018 End Date:3/30/2018
Project:The Overlook
Client:Village Homes, LP
Hammer Drop (lbs / in):140 / 30
Surface Elevation:Unit Dry Weight(pcf)Depth, feet5
10
15
20
25
GROUND WATER OBSERVATIONS
Sheet 1 of 1
After Hours (ft):PocketPenetrometer (tsf)On Rods (ft):8
Drilling Method:CONTINUOUS FLIGHT AUGER
Unconfined Comp.Strength (tsf).
After Drilling (ft):.DRY
.
PROJECT NO.:W180653
Location:Fort Worth, Texas
Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic Log
100/
2.25"
100/
1.5"
100/
1.25"
100/
1"
Brown CLAY
Light Brown and Tan CLAY
Tan LIMESTONE with clay seams and layers
Gray LIMESTONE with shale seams
TEST BORING TERMINATED AT 20 FT
2.0
4.0
16.0
20.0
3.75
3.75
22
22 45 21 24
North:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeLOG OF BORING NO.:24
MATERIAL DESCRIPTION
West:
5058 Brush Creek Rd.
Fort Worth, Texas
76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
Start Date:3/23/2018 End Date:3/23/2018
Project:The Overlook
Client:Village Homes, LP
Hammer Drop (lbs / in):140 / 30
Surface Elevation:Unit Dry Weight(pcf)Depth, feet5
10
15
20
25
GROUND WATER OBSERVATIONS
Sheet 1 of 1
After Hours (ft):PocketPenetrometer (tsf)On Rods (ft):
Drilling Method:CONTINUOUS FLIGHT AUGER
Unconfined Comp.Strength (tsf).NONE
After Drilling (ft):.DRY
.
PROJECT NO.:W180653
Location:Fort Worth, Texas
Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic Log
100/
2.25"
100/
1.5"
100/
1.5"
100/
1"
Brown CLAY
Tan LIMESTONE with clay seams and layers
Gray LIMESTONE with shale seams
TEST BORING TERMINATED AT 20 FT
3.0
16.0
20.0
3.75
4.25
25
23
69 24 45
North:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeLOG OF BORING NO.:25
MATERIAL DESCRIPTION
West:
5058 Brush Creek Rd.
Fort Worth, Texas
76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
Start Date:3/23/2018 End Date:3/23/2018
Project:The Overlook
Client:Village Homes, LP
Hammer Drop (lbs / in):140 / 30
Surface Elevation:Unit Dry Weight(pcf)Depth, feet5
10
15
20
25
GROUND WATER OBSERVATIONS
Sheet 1 of 1
After Hours (ft):PocketPenetrometer (tsf)On Rods (ft):
Drilling Method:CONTINUOUS FLIGHT AUGER
Unconfined Comp.Strength (tsf).NONE
After Drilling (ft):.DRY
.
PROJECT NO.:W180653
Location:Fort Worth, Texas
Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic Log
100/
1.5"
100/
1.25"
100/
1"
100/
0.75"
Dark Brown CLAY
Brown CLAY
Tan LIMESTONE with clay seams and layers
Gray LIMESTONE with shale seams
TEST BORING TERMINATED AT 20 FT
2.0
4.0
17.0
20.0
97
2.25
4.25 2.5
33
29 48 22 26
North:TX Cone or Std.Pen. (blows/ft,in)Recovery %RQDSample TypeLOG OF BORING NO.:26
MATERIAL DESCRIPTION
West:
5058 Brush Creek Rd.
Fort Worth, Texas
76119
Phone: 817-496-5600
Fax: 817-496-5608
www.alphatesting.com
Start Date:3/22/2018 End Date:3/22/2018
Project:The Overlook
Client:Village Homes, LP
Hammer Drop (lbs / in):140 / 30
Surface Elevation:Unit Dry Weight(pcf)Depth, feet5
10
15
20
25
GROUND WATER OBSERVATIONS
Sheet 1 of 1
After Hours (ft):PocketPenetrometer (tsf)On Rods (ft):
Drilling Method:CONTINUOUS FLIGHT AUGER
Unconfined Comp.Strength (tsf).NONE
After Drilling (ft):.DRY
.
PROJECT NO.:W180653
Location:Fort Worth, Texas
Water Content, %% PassingNo. 200 SieveLiquid LimitPlastic LimitPlasticity IndexGraphic Log
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
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