HomeMy WebLinkAboutContract 56733-PM1Fo�TW��TH
CSC No. 56�33-PM 1
p�oJEcT MA�vuAL
Fo�
THE C�NSTRUCTIDN []F
Water and 5evver Imprn�emer�ts to Ser�c Regatta S5 @ Sb81 N. Beach Street
[ P Rf'2il-i1i190
City Prv�ect �Iv. 102841
FID 3(lii4-Q2UU431-i�1�S41-H'.[17C85
W-2642
I�-2bb38
Mattie Parker
Maynr
Tlar�id Cooke
City Manager
ChriStogher P. Harder, P.E.
nirectar, Water I]epartment
Wiliiam ]nhnsnn
Dircctar, Transportation and Publi� Warks Department
Preparc�i f�or
The City af Fart 1�Varth
Qctvber 2021
BGE Inc,
777 Vlain 5i. 5ui�e 19(]4,
Fort Worth, TX 761 �2
Phone: S 17-$87-�130
TBPE Rcgistration No. F-1�4b
,��►»���1
� � q� ��.rF �11
` o��� "' '.�'q 1
..� �
• *� '.��1�
i.::.:.............. �� * I
�... DRVI[] A. GREEFi ..,�
r .., ..� U992g�...:.,..�
�� =, �
����� C��EN �,i�•
�
� G�
I� - ag -��l
00 00 10
Page 1 of 5
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS
Revised March 20, 2020
N. BEACH ST.
CPN 102841
SECTION 00 00 10
TABLE OF CONTENTS
DEVELOPER AWARDED PROJECTS
Division 00 - General Conditions Last Revised
00 11 13 Invitation to Bidders 03/20/2020
00 21 13 Instructions to Bidders 03/20/2020
00 41 00 Bid Form 04/02/2014
00 42 43 Proposal Form Unit Price 05/22/2019
00 43 13 Bid Bond 04/02/2014
00 45 11 Bidders Prequalification’s 04/02/2014
00 45 12 Prequalification Statement 09/01/2015
00 45 13 Bidder Prequalification Application 03/09/2020
00 45 26 Contractor Compliance with Workers' Compensation Law 04/02/2014
00 45 40 Minority Business Enterprise Goal 08/21/2018
00 52 43 Agreement 06/16/2016
00 61 25 Certificate of Insurance 07/01/2011
00 62 13 Performance Bond 01/31/2012
00 62 14 Payment Bond 01/31/2012
00 62 19 Maintenance Bond 01/31/2012
00 72 00 General Conditions 11/15/2017
00 73 00 Supplementary Conditions 07/01/2011
00 73 10 Standard City Conditions of the Construction Contract for Developer Awarded
Projects 01/10/2013
Division 01 - General Requirements Last Revised
01 11 00 Summary of Work 12/20/2012
01 25 00 Substitution Procedures 08/30/2013
01 31 19 Preconstruction Meeting 08/30/2013
01 31 20 Project Meetings 07/01/2011
01 32 33 Preconstruction Video 08/30/2013
01 33 00 Submittals 08/30/2013
01 35 13 Special Project Procedures 08/30/2013
01 45 23 Testing and Inspection Services 03/20/2020
01 50 00 Temporary Facilities and Controls 07/01/2011
01 55 26 Street Use Permit and Modifications to Traffic Control 07/01/2011
01 57 13 Storm Water Pollution Prevention Plan 07/01/2011
01 60 00 Product Requirements 03/20/2020
01 66 00 Product Storage and Handling Requirements 04/07/2014
01 70 00 Mobilization and Remobilization 04/07/2014
01 71 23 Construction Staking 04/07/2014
01 74 23 Cleaning 04/07/2014
01 77 19 Closeout Requirements 04/07/2014
01 78 23 Operation and Maintenance Data 04/07/2014
01 78 39 Project Record Documents 04/07/2014
00 00 10
Page 2 of 5
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS
Revised March 20, 2020
N. BEACH ST.
CPN 102841
Technical Specifications which have been modified by the Engineer specifically for this Project;
hard copies are included in the Project’s Contract Documents
NONE
Technical Specifications listed below are included for this Project by reference and can be
viewed/downloaded from the City’s website at:
http://fortworthtexas.gov/tpw/contractors/
or
Division 02 - Existing Conditions Last Revised
02 41 13 Selective Site Demolition 12/20/2012
02 41 14 Utility Removal/Abandonment 12/20/2012
02 41 15 Paving Removal 02/02/2016
Division 03 - Concrete
03 30 00 Cast In Place Concrete 12/20/2012
03 34 13 Controlled Low Strength Material (CLSM) 12/20/2012
03 34 16 Concrete Base Material for Trench Repair 12/20/2012
03 80 00 Modifications to Existing Concrete Structures 12/20/2012
Division 26 - Electrical
26 05 00 Common Work Results for Electrical 11/22/2013
26 05 10 Demolition for Electrical Systems 12/20/2012
26 05 33 Raceways and Boxes for Electrical Systems 12/20/2012
26 05 43 Underground Ducts and Raceways for Electrical Systems 07/01/2011
26 05 50 Communications Multi Duct Conduit 02/26/2016
Division 31 - Earthwork
31 10 00 Site Clearing 12/20/2012
31 23 16 Unclassified Excavation 01/28/2013
31 23 23 Borrow 01/28/2013
31 24 00 Embankments 01/28/2013
31 25 00 Erosion and Sediment Control 12/20/2012
31 36 00 Gabions 12/20/2012
31 37 00 Riprap 12/20/2012
Division 32 - Exterior Improvements
32 01 17 Permanent Asphalt Paving Repair 12/20/2012
32 01 18 Temporary Asphalt Paving Repair 12/20/2012
32 01 29 Concrete Paving Repair 12/20/2012
32 11 23 Flexible Base Courses 12/20/2012
32 11 29 Lime Treated Base Courses 12/20/2012
32 11 33 Cement Treated Base Courses 12/20/2012
32 11 37 Liquid Treated Soil Stabilizer 08/21/2015
32 12 16 Asphalt Paving 12/20/2012
32 12 73 Asphalt Paving Crack Sealants 12/20/2012
32 13 13 Concrete Paving 12/20/2012
32 13 20 Concrete Sidewalks, Driveways and Barrier Free Ramps 06/05/2018
32 13 73 Concrete Paving Joint Sealants 12/20/2012
32 14 16 Brick Unit Paving 12/20/2012
00 00 10
Page 3 of 5
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS
Revised March 20, 2020
N. BEACH ST.
CPN 102841
32 16 13 Concrete Curb and Gutters and Valley Gutters 10/05/2016
32 17 23 Pavement Markings 11/22/2013
32 17 25 Curb Address Painting 11/04/2013
32 31 13 Chain Fences and Gates 12/20/2012
32 31 26 Wire Fences and Gates 12/20/2012
32 31 29 Wood Fences and Gates 12/20/2012
32 32 13 Cast in Place Concrete Retaining Walls 06/05/2018
32 91 19 Topsoil Placement and Finishing of Parkways 12/20/2012
32 92 13 Hydro Mulching, Seeding, and Sodding 12/20/2012
32 93 43 Trees and Shrubs 12/20/2012
Division 33 - Utilities
33 01 30 Sewer and Manhole Testing 12/20/2012
33 01 31 Closed Circuit Television (CCTV) Inspection 03/03/2016
33 03 10 Bypass Pumping of Existing Sewer Systems 12/20/2012
33 04 10 Joint Bonding and Electrical Isolation 12/20/2012
33 04 11 Corrosion Control Test Stations 12/20/2012
33 04 12 Magnesium Anode Cathodic Protection System 12/20/2012
33 04 30 Temporary Water Services 07/01/2011
33 04 40 Cleaning and Acceptance Testing of Water Mains 02/06/2013
33 04 50 Cleaning of Sewer Mains 12/20/2012
33 05 10 Utility Trench Excavation, Embedment, and Backfill 12/12/2016
33 05 12 Water Line Lowering 12/20/2012
33 05 13 Frame, Cover and Grade Rings Cast Iron 01/22/2016
33 05 13.10 Frame, Cover and Grade Rings Composite 01/22/2016
33 05 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to Grade 12/20/2012
33 05 16 Concrete Water Vaults 12/20/2012
33 05 17 Concrete Collars 12/20/2012
33 05 20 Auger Boring 12/20/2012
33 05 21 Tunnel Liner Plate 12/20/2012
33 05 22 Steel Casing Pipe 12/20/2012
33 05 23 Hand Tunneling 12/20/2012
33 05 24 Installation of Carrier Pipe in Casing or Tunnel Liner Plate 06/19/2013
33 05 26 Utility Markers/Locators 12/20/2012
33 05 30 Location of Existing Utilities 12/20/2012
33 11 05 Bolts, Nuts, and Gaskets 12/20/2012
33 11 10 Ductile Iron Pipe 12/20/2012
33 11 11 Ductile Iron Fittings 12/20/2012
33 11 12 Polyvinyl Chloride (PVC) Pressure Pipe 11/16/2018
33 11 13 Concrete Pressure Pipe, Bar Wrapped, Steel Cylinder Type 12/20/2012
33 11 14 Buried Steel Pipe and Fittings 12/20/2012
33 12 10 Water Services 1-inch to 2-inch 02/14/2017
33 12 11 Large Water Meters 12/20/2012
33 12 20 Resilient Seated Gate Valve 12/20/2012
33 12 21 AWWA Rubber Seated Butterfly Valves 12/20/2012
33 12 25 Connection to Existing Water Mains 02/06/2013
33 12 30 Combination Air Valve Assemblies for Potable Water Systems 12/20/2012
33 12 40 Fire Hydrants 01/03/2014
33 12 50 Water Sample Stations 12/20/2012
33 12 60 Standard Blow off Valve Assembly 06/19/2013
33 31 12 Cured in Place Pipe (CIPP) 12/20/2012
33 31 13 Fiberglass Reinforced Pipe for Gravity Sanitary Sewers 12/20/2012
00 00 10
Page 4 of 5
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS
Revised March 20, 2020
N. BEACH ST.
CPN 102841
33 31 15 High Density Polyethylene (HDPE) Pipe for Sanitary Sewer 12/20/2012
33 31 20 Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe 06/19/2013
33 31 21 Polyvinyl Chloride (PVC) Closed Profile Gravity Sanitary Sewer Pipe 12/20/2012
33 31 22 Sanitary Sewer Slip Lining 12/20/2012
33 31 23 Sanitary Sewer Pipe Enlargement 12/20/2012
33 31 50 Sanitary Sewer Service Connections and Service Line 04/26/2013
33 31 70 Combination Air Valve for Sanitary Sewer Force Mains 12/20/2012
33 39 10 Cast in Place Concrete Manholes 12/20/2012
33 39 20 Precast Concrete Manholes 12/20/2012
33 39 30 Fiberglass Manholes 12/20/2012
33 39 40 Wastewater Access Chamber (WAC) 12/20/2012
33 39 60 Epoxy Liners for Sanitary Sewer Structures 12/20/2012
33 41 10 Reinforced Concrete Storm Sewer Pipe/Culverts 07/01/2011
33 41 11 High Density Polyethylene (HDPE) Pipe for Storm Drain 12/20/2012
33 41 12 Reinforced Polyethlene (SRPE) Pipe 11/13/2015
33 46 00 Subdrainage 12/20/2012
33 46 01 Slotted Storm Drains 07/01/2011
33 46 02 Trench Drains 07/01/2011
33 49 10 Cast in Place Manholes and Junction Boxes 12/20/2012
33 49 20 Curb and Drop Inlets 12/20/2012
33 49 40 Storm Drainage Headwalls and Wingwalls 07/01/2011
Division 34 - Transportation
34 41 10 Traffic Signals 10/12/2015
34 41 10.01 Attachment A Controller Cabinet 12/18/2015
34 41 10.02 Attachment B Controller Specification 02/2012
34 41 10.03 Attachment C Software Specification 01/2012
34 41 11 Temporary Traffic Signals 11/22/2013
34 41 13 Removing Traffic Signals 12/20/2012
34 41 15 Rectangular Rapid Flashing Beacon 11/22/2013
34 41 16 Pedestrian Hybrid Signal 11/22/2013
34 41 20 Roadway Illumination Assemblies 12/20/2012
34 41 20.01 Arterial LED Roadway Luminaires 06/15/2015
34 41 20.02 Freeway LED Roadway Luminaires 06/15/2015
34 41 20.03 Residential LED Roadway Luminaires 06/15/2015
34 41 30 Aluminum Signs 11/12/2013
34 41 50 Single Mode Fiber Optic Cable 02/26/2016
34 71 13 Traffic Control 11/22/2013
00 00 10
Page 5 of 5
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS
Revised March 20, 2020
N. BEACH ST.
CPN 102841
Appendix
GC-4.01 Availability of Lands
GC-4.02 Subsurface and Physical Conditions
GC-4.04 Underground Facilities
GC-4.06 Hazardous Environmental Condition at Site
GC-6.06.D Minority and Women Owned Business Enterprise Compliance
GC-6.07 Wage Rates
GC-6.09 Permits and Utilities
GC-6.24 Nondiscrimination
GR-01 60 00 Product Requirements
END OF SECTION
0o- ax a;
nnr - am meoroGdi
n�� i x;
SECTI�N 0� 42 43
�e�eloper Awarded Projects - PROPOSAL F�RM
Regatta 55 � 8681 N. Beach - CPN 142841
IJNIT PRIGE BI❑
Bidlist
Item No
1
2
3
4
5
6
7
8
9
1❑
11
12
13
14
15
16
17
PxnjeM Item Infoimariaa
Description
3305.01U9 Treneh Safety
0241.1040 Remove Canc Pvrnt and Dispose 4fF
0241.1180 4"- 12" Pressure Plug
3213.0142 7" Conc Pvmt
0241.1000 Imparted EmbedrnenVBackill, Crushed Rack �
3311.0041 Du�tile Iron Water Fittings w! Restraint
3371.0067 4" PVC Sen+ice Line
3311.0161 6" PVG Water Pipe i
3371.0267 8" PVC Fire Line
3311.�d61 12" PVC Water Pipe
3372.0117 Connectto Existing WaterMain
3312.1002 2"CarnbinationAirWalveAssembtyforWater
3372.2203 2" Water Service Irriga ion
33122802 d" W ater Meter Vault
3372.30U3 8" Gate Valve
3312.30�5 12" Gate Valve
3471.00d7 Traffic Control
�
6idder's Appli�ativn
Bidde�s Proposal
Specificativn LTait of Bid �
Sectioa Nv Measure Quantity Uait Price Sid L alve
S
33 05 1❑ LF 419 $1 _DO $419.00
024115 SY 25 $16_40 $400.00
02 41 14 EA 1 $851 _DO $851.00
321313 SY 25 $65_40 $1,fi25.40
33051❑ CY 49 $50_DO $2,450.00
331111 TON 0.3 $�1,260.00 $1,278.00
331112 LF d $29_40 $177.60
331112 LF 15 $1�0_DO $1,500.00
331112 LF 2p $72_50 $1,450.U0
331112 LF 380 $85_DO $32,300.00
331212 EA 1 $2,200_00 $2,200.00
33 12 30 EA 1 $6,945_DO $6,945.00
33121d EA 1 $2,730_00 $2,730.00
331211 EA 1 $18,050_DO $18,050.00
33122d EA 1 $1,d55_DO $1,455.00
33 12 20 EA 1 $2,745_DO $2,745.00
34 71 13 MO 1 $2,000_DO $2,000.00
�
5.60
CTI�F OF FOBT LVCQtTH
STAh"DARD C6tiSTRUL1LDh SPECIFICATION DOCiAffi}Tf5 -DEL'S[.OPERAA'ARII&b PRAIECTS
Form Vesi� Fehmsxy 16, _Ol S Bid Pnqosal_tti�++7.w=�h ?021.10.2i�1s
0o- ax a;
nnr - am meoroGdi
na� x ar;
SECTI�N 0� 42 43
�e�eloper Awarded Projects - PROPOSAL F�RM
Regatta 55 � 8681 N. Beach - CPN 142841
IJNIT PRIGE BI❑
6idder's Appli�ativn
PxnjeM Iteminfoimariaa Bidde�s Proposal
Bidlist Specificativn LTait of Bid
Item No De���� Sertian Nv Measure Quantity Uait Price Sid Valve
UNIT II: SANffARY SEWER IMPRDVEMENTS
1 3305.01 U9 Treneh Safety 33 05 1❑ LF 236 $1 _31 $309.16
2 3331.4115 8" Sewer Pipe 33 31 20 LF 236 $5I_40 $13,452.00�
3 3339.10U1 4' Manhole 33 39 20 EA 3 $3,383_DO $70,149.00
4 0241.1040 Remove Canc Pvrnt 42 41 15 SY 37 $20_40 $740.00
5 3331.4116 8" Sewer Pipe, GSS 8ackfll 33 31 12 LF 2p $65_DO $1,300.00�
6 3331.4109 6" Sewer Pipe, CSS 8aekfll 33 31 12 LF 7 $55_DO $385.00�
7 3301.0107 Manhole Wacuum Testing 33 01 30 EA 3 $180_00 $540.00
8 3213.0102 T' Canc Pvmt 32 13 13 SY 37 $65_DO $2,405.00
9 3305.02[kl Imported EmUedmenVBackfill, Crushed Rock 33 05 1❑ CY 61 $50_00 $3,d50.U0
1❑ 3339.00U1 Epaxy Manhale Liner 33 39 64 VF 22 $210_DO $4,fi20.00�
11 3301.00U7 Pre-CCN Inspeetion LF 33 01 31 LF 236 $3_00 $708.00
TaTAL UNIT II: 5ANITARY SEWER IMPROVEMEHTS $37,658.16
CTI�F OF FOBT LVCQtTH
STAh"DARD C6tiSTRUL1LDh SPECIFICATION DOCiAffi}Tf5 -DEL'S[.OPERAA'ARII&b PRAIECTS
Form Vesi� Fehmsxy 16, _Ol S Bid Pnqosal_tti�++7.w=�h ?021.10.2i�1s
0o ax a3
n as - sm �xonaShc
Pa� i oF3
secTion� oo as aa
Devel oper Awa rded Projects - P RO P OSAL FORM
Regatta 55 � 8681 N. Beach - CPN 1�2841
UNIT PRICE BID
Bidder's Application
Project Iteminformatio¢ Sidder s Proposal
Bidlist Description Specification Uuit oF Bid Uuit Price Sid �ialue
IiemNo Secriou�o Measure Quauriry
Sid 5u�aiti-
UNIT I: WATER MPROVEMENTS
UNIT II: SANITARY SEWER MPR�VEMENTS
Iotal Constructiao
Tl�is Bid is snhmitted bS• the entih• nnmed helms:
BIDDER:
Iri Dal LLC
^�0 C�oimnercr �ti•eer
�aiit1�1�1;e.I1 "609:
Comh�actor agrees to complere R'ORI� far FL� �I. ACCEPTi1NCE svit6in
COl'I12.�iCT ra�eoces ta run as prarided in the Gereral Conditians.
$78, 515.60
$37,658.16
7 7 6.7 7 3.76
1, --_
yr �
SY:.�oin-Daid�•ue i "
i� f �
� f •� � s
r.[%.f ;_'�' �w�ai ��y'�!�.^_
- J -
T1TLEr P� ojr.r ]fanng�z
D�IE: �af 2��z�
�U R'orl.i�y drys a$er the dare svhen the
Eti-D DF SECTIOti
LITY OF FORT L[�ORY'H
STi.t<D.4RD C6t;5TR[IL1'Dbh SP&CIFICAIYOV DOC[ISiE4T.5 - DEL'&LOPLHAO,'.ARD&D PRAIECTS
Form Vem� Fehruary 16. ^_918 &d Prcposal_hox�hBeach'_0'_1.10.2i.xls
00 45 11-1
BIDDERS PREQUALIFICATIONS
Page 1 of 3
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised April 2, 2014
N. BEACH ST.
CPN 102841
SECTION 00 45 11
BIDDERS PREQUALIFICATIONS
1. Summary. All contractors are required to be prequalified by the City prior to submitting bids. To be
eligible to bid the contractor must submit Section 00 45 12, Prequalification Statement for the work
type(s) listed with their Bid. Any contractor or subcontractor who is not prequalified for the work
type(s) listed must submit Section 00 45 13, Bidder Prequalification Application in accordance with
the requirements below.
The prequalification process will establish a bid limit based on a technical evaluation and financial
analysis of the contractor. The information must be submitted seven (7) days prior to the date of the
opening of bids. For example, a contractor wishing to submit bids on projects to be opened on the 7th
of April must file the information by the 31st day of March in order to bid on these projects. In order
to expedite and facilitate the approval of a Bidder’s Prequalification Application, the following must
accompany the submission.
a. A complete set of audited or reviewed financial statements.
(1) Classified Balance Sheet
(2) Income Statement
(3) Statement of Cash Flows
(4) Statement of Retained Earnings
(5) Notes to the Financial Statements, if any
b. A certified copy of the firm’s organizational documents (Corporate Charter, Articles of
Incorporation, Articles of Organization, Certificate of Formation, LLC Regulations,
Certificate of Limited Partnership Agreement).
c. A completed Bidder Prequalification Application.
(1) The firm’s Texas Taxpayer Identification Number as issued by the Texas
Comptroller of Public Accounts. To obtain a Texas Taxpayer Identification number
visit the Texas Comptroller of Public Accounts online at the following web address
www.window.state.tx.us/taxpermit/ and fill out the application to apply for your
Texas tax ID.
(2) The firm’s e-mail address and fax number.
(3) The firm’s DUNS number as issued by Dun & Bradstreet. This number is used
by the City for required reporting on Federal Aid projects. The DUNS number may
be obtained at www.dnb.com.
d. Resumes reflecting the construction experience of the principles of the firm for firms
submitting their initial prequalification. These resumes should include the size and scope of
the work performed.
e. Other information as requested by the City.
2. Prequalification Requirements
a. Financial Statements. Financial statement submission must be provided in accordance with
the following:
(1) The City requires that the original Financial Statement or a certified copy be
submitted for consideration.
00 45 11-2
BIDDERS PREQUALIFICATIONS
Page 2 of 3
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised April 2, 2014
N. BEACH ST.
CPN 102841
(2) To be satisfactory, the financial statements must be audited or reviewed by an
independent, certified public accounting firm registered and in good standing in
any state. Current Texas statues also require that accounting firms performing
audits or reviews on business entities within the State of Texas be properly
licensed or registered with the Texas State Board of Public Accountancy.
(3) The accounting firm should state in the audit report or review whether the
contractor is an individual, corporation, or limited liability company.
(4) Financial Statements must be presented in U.S. dollars at the current rate of
exchange of the Balance Sheet date.
(5) The City will not recognize any certified public accountant as independent who is
not, in fact, independent.
(6) The accountant’s opinion on the financial statements of the contracting company
should state that the audit or review has been conducted in accordance with
auditing standards generally accepted in the United States of America. This must
be stated in the accounting firm’s opinion. It should: (1) express an unqualified
opinion, or (2) express a qualified opinion on the statements taken as a whole.
(7) The City reserves the right to require a new statement at any time.
(8) The financial statement must be prepared as of the last day of any month, not
more than one year old and must be on file with the City 16 months thereafter, in
accordance with Paragraph 1.
(9) The City will determine a contractor’s bidding capacity for the purposes of
awarding contracts. Bidding capacity is determined by multiplying the positive
net working capital (working capital = current assets – current liabilities) by a
factor of 10. Only those statements reflecting a positive net working capital
position will be considered satisfactory for prequalification purposes.
(10) In the case that a bidding date falls within the time a new financial statement is
being prepared, the previous statement shall be updated with proper verification.
b. Bidder Prequalification Application. A Bidder Prequalification Application must be
submitted along with audited or reviewed financial statements by firms wishing to be eligible
to bid on all classes of construction and maintenance projects. Incomplete Applications will
be rejected.
(1) In those schedules where there is nothing to report, the notation of “None” or
“N/A” should be inserted.
(2) A minimum of five (5) references of related work must be provided.
(3) Submission of an equipment schedule which indicates equipment under the
control of the Contractor and which is related to the type of work for which the
Contactor is seeking prequalification. The schedule must include the
manufacturer, model and general common description of each piece of
equipment. Abbreviations or means of describing equipment other than provided
above will not be accepted.
3. Eligibility to Bid
a. The City shall be the sole judge as to a contractor’s prequalification.
b. The City may reject, suspend, or modify any prequalification for failure by the contractor to
demonstrate acceptable financial ability or performance.
c. The City will issue a letter as to the status of the prequalification approval.
00 45 11-3
BIDDERS PREQUALIFICATIONS
Page 3 of 3
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised April 2, 2014
N. BEACH ST.
CPN 102841
d. If a contractor has a valid prequalification letter, the contractor will be eligible to bid the
prequalified work types until date stated in the letter.
END OF SECTION
cst7 a3 12
IJAi' PRF:[�}LAi.[E'[C.ATIC}N STATL:�11iVT
Page 1 of 1
s�,��Tio�v �o as iz
I3AY - f'R�.Q�7�1L1FICATID�1 ST'A7"liM�NT
Each Biddcr is required to eornplete the inforrnation belaw by identifying the prequali�cd contractors
and;or subcantractors whom thcy intend ta utilize far the rnaJnr wnrk ty-��(s) listed. ]r� tlie_MaJar_ Work
T� e" box ra�ide tkie ca�n lete tna'�a� w[�z�lc �e a�zd actual d�sGri tior� as rovi�eti 1� � tlie Wat4r ��
Departmen# fnr water �nc� tie«�er and 'I'I'W �'or pavin�
1�Iaj oi� i��'ork 'I'ype C:ontrac#ar15 ubcorLtractvr Ct�mpany \ ame Prequalificatinn
�x iration Datc
Wat�r ]7istributian, Ncw Tri Dal
Developmenk, 12-inch diameter 413QI22
and smuller
Sewer Cnllectinn System, ;Icw Tri 1?al
Det�elnpment, 8-inoh diameter and �13D�'22
sznal l�r
The undersigned hereby ccrtifics thai the contractvrs andlnr suh�onlra�t�rs described in thc tablc ahn�c
are currently prequalificd for the work types listed.
BIDDER:
Tri Dal lJtiliti�:s Ltd
S�il Cnrrirri��cc Strcct
��oull}lal:e, T� ?f�[���?
r
.%r`_� ���G�-�-
BY: f'�'"� J
tSignature�
TiTI.F.: ProjeCt Manag�r
DATF.: 1 1 l30121
Enn oF sEc��ion�
CirY nr fc��r woi�Tti :v. r�r::!c!r s�'
STANI]ARTSC'dVSTFLI1CTIpNI']i.L:[�iJAI.fE fL'AtiLlhiST.ATE!�fE�T—DEY�LU[yERAWAItUEUPR07ECT5 C:P\ f0�84I
Fnrrn Uersinn 5ep[ember l, 2D15
aaa526-t
['DNTRACT�R CDMpLIAT10E WITH WaR[CER'S COMFENSATff1N f.AiG'
Page ] n f ]
SECTYDN 00 45 2b
CONTRACTOR COMF'LI�LNCE �VITI � W'[]TtKFR'S C�M1'��'SATIDN LAW
�'ursuant ta Texas l�abor [;oc�e Sectinn 40G,U�)G(a}, as arncndcd, Contractor certifies that it pro�ides
wnrker's compcnsation insurance cavera�� for all t�f�its employees einpinyed nn City Project No. 1 U�841.
Contractor f'urtlier certifies that, pursuanl tt� 'I'exas Lahor Code, Section 40G.09b[b), as amcnded, it ti�ill
pro�ide tn City it� subcontractor's certifz�ates of compliancc with wark�r's carnpensation caverage.
CUIVTRACTOH:
Tri Dal lJtilities Ltd
Cornpany
54a Commerce Street
Addres5
F3y; Tony ❑aidane
(Please Print}
S ignature. �f � �.--
Southlake, T7C iBQ82
C�ity..'�tatclZi�
THE STATF. D�� TE:3CAS
COUTTTY OF TA�H1ZAl�IT §
Title: Project Manager
(Please Print} �
BEF[71�E MC the «��dersi�;ned authorit}+, on this day pers«nally appeared
�� ��:.� �� , known to m� tn he thc ��rsc3n whose name is subscribed to
the fa��cgnin instE�urncnt, and acknvwl4c�g�d tn m� t}iat hclshe executed the same as the act and deed of
�'G` `� __U� ��; �'��`+��,Lj-� fc�r the purpp5es atsd cnnsidcration thcrcin expressed and in
the capacity thercin staicd.
��
GI �N Ul�-DEF� MI' F IANI7 ANO S�,AL OF OFF]GE this �� d�y 4f�
� c�-s�,�.�� , �U�1
� ���-�
Nn ary ub�» i and forthe 5't e vf Texas
��f49111aFi
E�n or sFCTioN
CiT Y[)]� k�OR l W[)]i"fFl
5'fA�![7ARD C:C7h5TRLfCT`IQN SPECIF[CAT[ON DdCL1MENTS
Re�ised ,�pri� 2, 2014
a 4�.�C�����j�, ��er
.� *��•`Fay•f'!/ ��{�' •+
. � � L3 ���•'� :
r� ' r
.� ; :- ,�
. � y ..�
yJ ��Y �r
� . � � C)F Z b • r
: '•:���a.�t;�a' e
'rr �prr��-;�a'a�`� �;�o
�'�aQ�ti�■��
N I3Ed('ff.4T.
CPN 1 pd8�1
an sz a3 - �
Dev�Ic��crAu�ard�d}'rc�ject ��reemenl
Pageloffi
sECT�a�r ao s2 a3
ACRF�;F.MF,]tfT
7'HIS AGRE F.MF.�IT, authori«d on No�embcr 3U, 2U21 is made hy and hctween th� I7�vclnper,
(Re��t[a 5S I, [.,f..C), authorixed to dn busincss in '1'cxas ("[)evcloper'') , and
�[�ri I)al Utilit�c5, Ltd, authori�ed to dv husincss in'1'exas, aclin�; bw and through its duly authorizcd
rcprescntati�e, ("Contractor"}.
De��lc��er artd Contractnr, in cnnsidcratian of the rnutual cavenants hereinafter set for�h, agree as foTlows:
Article 1. WC]Hl�
Co�itractor shall cnmpletc all Work as specified �r in�iicated in the Cflntract 1)ocuments f�}r the Project
ldentificd herein.
Art�cle 2. PR[IJEC'1'
Thc prajcet inr which the �Vork under the CQntract �acumcnts may be the wh��le ��r c�nly a part is generally
dcsGribcd as follows:
I�LGA2'TA Sa �ir, �t581 N BE,4C'H,5'TIiT'!:T
� rrz�s�l
Article3. CONTRAC"1"l�Ih�IE
3.1 Tirnc i5 c�f�the essence.
All fimc limits inr Milcstc7ncs, if any, and Final �lcce�atance as statcd in the Con#ract I)ncuments are
af thc c5sencc to this C".ontract,
3.2 ��inal Ac�cptance.
The Wnrk w�ill hc cc�rnplete for �'inal Acccptance v;iThin �50} �vnrking days afier the daie whcn thc
C���tract Tirnc comrnences tn run as pr��•ided iri Para�;raph 12.0� aittic 5tandard C;ity CUnditions af
th�. Construction CQntract fnr ❑e�rclnp�r Awarded Pr�jects.
3.3 Liquidated damages
Ccmtractor recogni�cs that tiine is �f thc essence ol�this Agreernent and that lleveloper will suffer
financial loss if the 14�'ork is nc�t completed within the times specified in Paragraph 3.2 ahc�Ue, p�us
any extension thcrenfallor��ed in accordancc wiCh I�rticic lU oflhc Standard C;ity C:onditions ofthe
Cnnstruction C;�ntract F�r I]cvetoper Awarded 1'rnjects. 1'he Cnntractnr also rccogni�es tne dclays,
experise and dilficulties in�al��ed in prn�ing in a lcgai prnceeding the actual loss suf'iared by the
Uewelaper if the �+'nrk is nnt cn�r�pleted on time. Accarc�ingly, instead of requiring any such pronf�,
C'ontra�tor agrees that as liquidated ciainag�5 f�r c��lay (but nc�t as a penalty}, C:ontractor shall pay
De�eloperlero Qallars ($O.�Oj far each day that expires after the time specified in Paragraph 3.2
for Final A�ceptance until the City i55�aes the Final Letter of ACCeptanCe.
ci ry a� t o�ii wn��rx ;�: a�.a�Nsr.
�1':ItiI]nEti]C:[)itiSTFLUGTIONSPEC[FiCATIQhlDpC:[JME:I1'C5-])F:Vf:[.UI'}:EZRVw'Ali[)F17nRpJFCTS C:1'ti !fJd$4!
Revised ]unc 1G, 2�1¢
00 52 d3 - 2
T7cvr.lcucr Aw�, dcd Pro.ccl..A�eemen�
'�3ge 2 of r
Article 4. CUNTRACT PRIC���
Der�elc�per �i�rccs t.� pay C:ont.ractor for perf'o:�ma �ce ❑�'thc t�ri: in acc�c�dance ��=ith hc C'c�nLtacl
D��c��mcnts an amnurlt in ct.irrent f�unds oi' � I� o11arS S�
����P Z,�Q ). rOr�e-�+...� S�d��-� i~+��. o.r�o� �11Gp
Ar�icle 5. CQh''['F2sIC`'[' i}UCL�M�? l�'I'S
5,1 C;()I�TFiNTS:
A.'I he Contract �)ncumcritA w}iich �t�nlpris� �tze entire agreement. betu�cen Developer and Contractor
con�crning t.kic VV��rk. c���nsist �f thc fallc��vin��
1. This A�rc�rncnl.
2. Attachmcnts to t�iis Agt�eemcnt:
a. 13id For►x� {As prnvided by I)eveloper}
1) Proposa� Fc�rm (DAP Version]
2) Pxe[�uaIificatic7n St�itement
3) State and Fede��al cl���;uments (�ro�ect spec fc}
b. Iiasurance ACORD F c�rm(s)
c, Payrncnt l3onti (I.)A�' Vcrsifln)
d. 1'erformance Bond (DfIP Version}
e, NFaintenance Bond (DAP Versian]
f. P�fu��r c�f�Attnrne}' fnr lhe F3cjncis
g. wVork�r�s Ccam�cnsation /lfticiavit
h. ;vTEik�. anri.�or;�RF C'ornnaiimerzi Farrn (Ifr�quired}
3. Stancfard C'ity C;�ne1�a1 Condiiinns nf t�ie Canstruction Coiitracl f'ar Develape�• Awarded
f'rojecls.
4. Supplementary Canditions.
5, Spec��cat�Qns speci��ally made a part c�f the C.nntra�t Dncurncn#s by attachrnen� nr, if'nnt
attaehed, a5 incorpnrated hy rcfi�rcnce and describcd in thc "l xblc of Cont�;nts c�fihe PrUject's
Cnnlrac� I)ncumcnr.s_
O. [ )ra��ings,
7. Ad�cntia.
8. ❑o�umcntati❑n submitted by Cnntractor priorta Notice of Award.
CiTY OF FOR'f 1�lORTH A�. f1�'r�CHSI:
S1ANL]Al�l](:[)�151]�i1CT[ONSP1�.t�Tf 1L':1TlONDOCU!rI�NTS-17E4'£LD."ERA�,l�rllZllEsUPROl�C'1'S CPN If12R41
Re�ised hine i G, 2!] : G
Ub 52 43 - 3
i�� vclaper Awarded Project r��rccment
Page3of6
9. The fo!lowing which may be aeliWered nr issued af'tcr the F.['fectivc i7atc nf thc Elgrecmcnt
and, if issued, become an incorporated part nf' the Cc�ntracl llocumcnis;
a. h oti�e tn Prc�G�cd.
b. �� icld Orders.
c. C.'hange f)rdc.rs.
d. I�ettcr of Final Acceptance.
('f']'1' C]F rC7RT L[�()RTH N. BF4CHST.
STANDIIRUCONSTRUCTION SPECIFICA'1-[C][ti I)CIC:I_��7h:N'] S-7]E:Lr:1.C]]'N'H AW.4]{Ilh'[) YR[_1JEC.`C5 CPN J02841
Re�iscd d�i ���: l 6, 201 b
605s�{� 4
�eveloner .4warded Prnjcc: A�;rccinc:_�
Hi]�;L' � U� E
Articic G. IND�MNIF[[:ATI(7?V
1.2 �:n��trac�c�r cavenants and �t�,rrccs tn i►�dctnnify, hold h�trmless and defc�nd, at its own cxpense,
the cih�, its officers, sGr��ants ana ciziployees, f'rniYi arid a�aiiisf atiy arid all clairns aris'rn� ouE of,
or allegcd to arisc oui of, ihc ►�•��rk and ser4ice4 ts� k�e pet•forinec� by the cc�ntr�cic�r, its uf'fi�er�,
a�ents, empInyccs, sul�cniitractors, licerises or invitees urider this cnr�tract, '[ his iriderrinificatinri
E�ro►�isio�t is spccitic.�llv ittYeitded tu oqeratc arid kte cffe�tive e�rc:n iFit is alIe��[i ur u�•ovcst fttx�
all nr �nme of the c�ama es l�cin sou Tht �acre caused in «���olc oz' in art b� an � act omissian
nr i�c�lit�ej�rc [�f tlie ciEy. '1'his indeznnit_y �rovisinn is inlended fo include, wiihout limitalinu,
indc�xr�z�ity f'or costs, cxpenses and legal 1'ecs incurred by thc cily in def'cnding against such elxims
and �auses uf x�tir�iis.
6.2 C:s�ntract�r co�en�ants and agrccs t« indcmnif}° and hc�ld }iarmlc5s, at its own expcnse, the eity,
its nf'ticcrs, ser���nfs and �nn��layees, f'rom and a�ainst ariy and all loss, d�ma�e or destrii�tion
of proper#y ol' ltie city, ari�iti� c�ut cs1; nr allcged to aCise ❑ut c�f, the wo�'k and scrviccs to be
per£oi'med by the cnntractior, its nfficers, ��;ents, �mployces, su�icontract�rs, licensees nr inF-iteC3
undcr this cuntrac�t, '1`tzis indczxzxzxxica�ion �ra�isian is spe�ifi�all�° inlcndcd ta ar�craic azad 1ac
rffcefi�e even if it is alle��ed vr prn��en that all nr snme nf'the danxabeti heii�<w �ou�itt 4�e�•t cau��.[l,
in ►vlioic or in ;�ai•t, h�' anu �ct, umissinn or• r�c�lis�ci�ce c�f tl�c cil��.
�rtiele 7. 1�]I�C'FI.I.ANF.Di.]S
?, I Tcrms.
`I'erms used in this Agreement are defined in Articic 3❑t lhe Standard City Conditinns of �he
C'on5lructinn C;nrltract. fi�r I7c�c��per ,'I.��ard�ci Praj�ct5.
7.2 Assignment nf Contract.
This Agreement, includin� all of lhe Contract Docurn�nts inay not l�e assi�n�d by the C:antractor
without Lfic advanccci �xpress written consent of thc I7cv�laper.
7,3 �ucccssar� anci A;�i�ns.
I]cvelnper �ind C'az�t�actor ea�h hi�ids it�cl�; its partners, succcssor�, assigns ari�i legal representati�es
lo thc oilier parly herctc�, 111 ICS�7GGi LC] iill L'()VCI7F�]ZLS� �t�rccaicnt5 a�id nhligaticros containcd in the
Cantract 1)�curncnts.
7.� Sevcrahilitv.
1Lny prcn�isic�n or part af thc Contract l�ocl.u�enrs held io be uncons�itntional, void t��' i.2nenfnrceahle
by a cuurt of cor�ipeten� jurisdicfion stiall he cl��ri���i striciceri, and �li reniaining �rovisians shall
contiiitie to be valid and biridi��g upon D�.VF.I.C)PFR and C'C)� TRl1CTOR.
CITY C]I� f'L)RT WDRTH N. RF.AC:f1 S T.
�"I ,�. � I]ARl J CUNS]'RUC'Tl[ 31' SYI:(:Tl QCATIOAI DIX:LI R�f l.W'15•DEV f'.I .[]'F .[t AWARDED PRDJEt'TS C' ['�I I02841
C�e�ised 7une lG, 2Q1G
C.�O .57 �} l - i
D:4 �: ��i�eP Awarded Pro.ject .a� rcc ir.c:�'
Page :� nf f:
7_5 Governirig La�� and Vcriue.
l�his A�re�ment, in�luding ali of the Contract Docuiricnts is perfc�t�nahIc in th� Slatc n f l cxx4. V�nue
sl�al] he'I�arrant C'c7unty, Texas, or the ZJnitect State� I]istriCt CDui't f�C the Nnrt.hern 1)istrict nf']'exas,
�'ori W��r�h Qivisian.
7.6 �utliai'ity t�� Si�ri.
[_'tintractor shall attach �vic�ence af authox�ty tn s�g�i �,greei�zent, i� other than duly aut��c3riaed
SirnatDry of thc; C:ontractor.
IN tiT�TITNFSS WNI:E2I-:UH, I)�vcloper and Contractor �i���c cxecutcd Ehis A�;rccrnci�t in i�ltiltip]c
Cnunterparts.
This A�reement is effecti�e as of l�ie last date signed by thc Parties {"Ef�`'ectit�e I7��t�")_
C:or�tractc�r:
�� ��� r�
�t:�,�.e� L�.�
�� � CB.�.� 4� �
[Printed Itiarne)
r]eveloper:
��� �� t _ �� c�
�3y:
{Sir�uaEu e}
�+ `�+� L•--a . L� 1��
� ���
'rinlcd �Iazaac]
Title: �� " , � '1'itle: �
� � � � � �a �: �. k,.�5 � � ,� �. �� � L., L C_
Cainpa�zy � arne; Carnpany narz .
Address: l,.�f�+ f [1 Address: .�� � � � � 1 ��� ` � , ��
� 1 V L li rr1M ��f..4 7 T(-[..�.'�' i� T-"� ��t +� cti.,
1
��,���,1�. w� . �� �! l� o_�? - . �r��������— �
CIT�r� c:�' FokT WORT�I n�. [�L�1C'x sr:
5'1A�I].ARI][:CIU�I'RL:C:I'IONSPECIFICATIONDOCUMENTS-I.7E5�'LI.D]'�.k�AWrAttl]F:[JPROlEC15 CPN lF]lRdl
l�e�ised :un: 1 G, 2(i l f
� r+� S� r� l� � L r r"� �. .�- �
ao sa �3 - a
Developer Awarded Proje�t Agrccinen�
Page r of 6
CitylStatefZip:
l� �° zl
Date
CitylStaicl'tip:
Datc
('I']'Y ClF FC]RT �[FC}RTH ,�� ��f rcl� s7'
5'I_An'U�iltL7 C:CJNS I"fZL1C� I lUN 5f'FC:IF]CATIQN DQCLIM]?lV'T5-DEVELOPER AW�IRDEI) I'1�OJEC:1'S CYN 1 D7841
Rc��seci .i�, «�: i G, 20l 6
�
oabz i3-�
PERFORh,fANCE BQND
Page 1 of 4
THE S'I'A'I'F. (?F TEXAS
COti v'I' Y D F'�ARRANT
sECTio� oo �� 13
PERFC7RMAN(:E BOND
Bond 1V4. 107�94455
§
§ KN[JW AI,L SY T��ESE PRES�NTS:
§
That we, TCi Daf Uti I iti�s I.1t[�. , known a5 "�'rincipaI"
herein and Tra�elers Casualt and S�rei Com a«� nf t1:i�cri�a , a carparate surety (sureties, if'rnare
than nnc) duly auih�riaec4 to do busines5 in the Stat� cai" Texas, knawn as "5urety" herein (whether �ne or more}, are
hcld and firmly hauna �mto the Ue�eloper, 5enior Hausin 7 Inwesiinent E'artners, LLC, authorized tn do business in
Texas ("De��cic�per"} and the City oF Furt Worth, a Texas m unicipal c�rpc�r�tion ("City"), in the penal surn af,
C}ne Hundred SixRccn Thnusand �ne Hund��d Svuentv•Airec and 7CIlilO Dailars [�; i[b 1�_7G____________________ j, �g�yfu�
maney of the L:nii�d States, to be paid in Frfrt 1l4rarth, Tarrant Gaunt� ,'�'exas far tlhe payment of which
sum well and ir�uly ta be madc jointly unto thc De�cioper and thc City �s dual obligaes, we hi��d
ours�lves, our heirs, exccutors, administratars, successors and assigns, jointly and se�erally, firm�y hy
these presents.
WHFREAS, Developer and Cit�� havc cntered into an Agreeraiezlt f��r the construction of
eamrnunity facitities in the City o�' Fnrt Worth by anck thrvugh a Cnrnmunity f�'acilities Agreernent,
C}�A Vurnbcr C�� �� "' a��� ; and
WfII+:ItE�S, the Principal has entered into a �ertain written eontract with thc �e�elc�per awarded the
�� day of V. , 20�, wlzich Contract is laer�t�y referred ta and ��iac�e � par� liereaf fvr
ali purpnscs as if tully set farth herein, to furnis� al] rnaterials, equiprnent lai�or and c�ther accessaries
defined hy law, in tlze prosecution of the Work, including any Change Qrders, as provided for in said
Cotttract designated a� N. BEACf l STRFET.
1��W, TI��RFFQkI;, the conditi❑n ofihis nbli�atian is such thal if th�; 5aid Principal
sha31 faithf'ully per#'onn it ahli�ations under th� Cnntract and shall iri all respe�ts duly and i'aithfull�
perForm the R'ork, inciuding Change Drd�rs, under the Cnntract, according to the pians, speci#ieations,
and �ontract anc�irnents therein ref�rr�d tc�, anci as well during any period of
crrr nr FOR'd 1vOtt1H
S I.iND.+IRiJ C'iTY CUlti1)1TfONS — DEVELOPEItAWARi]ED PftffJFC l'S
Rev ised .Ianut�ry 3 I, 20 ] 2
IU. BE.4CN 5T
CPN f 0184I
na e2 i 3- 2
PERFORMAftiCf: �3UNb
Page Z of d
extcizsinn ofthc C'ontraut ttiat m�y hu granted on the part of th� I)�w�eloper and,�t�r Cit}•, tt�en this
c�hli�atinn shall be and bec«mc null �ind void, otherwise ta remain iri f�ull force and effect.
YA()VIDED Fi?RTHI�:H, ihal if any legal action be fi�ed on this Band, �enuc shall lic in Tarrant
County, Texas or the l�nited States L]istrict Court for the 7�lnrtnern District of Texas, Fort Worth I]i►�isi on_
This bond is made and executed i n compliance with the prowisions af Chapter 2253 ofthe Texas
Government Cade, as amended, and ail Iiahilities ��n iliis bond shall b� dctermined in accordance wit4� the
pro�isions af said statuc.
IV WITNrSS WI-IH:REUF, th� Principal andthe Suretv have SICi�iT:i] arid SE:AI.1?I] this
instrurnent hy duly authori�ed ag�nts and nfi-i�crs on this the � day af /���
, 20�.
Arr�s•r:
�s.��•
[P�•inc a Secretary
f'R1NC'IF'1#L:
Jason BierR3C1Gr,_Vice �'rtsident af Uper�ti�ns
Narne and 'I-itle
Address: 549 C_ommerce St.
South�akc. `I'x 7GU42
['I I Y C)F I'(]R'I' GV(}RT! f
5' ['.Alti I]AR ]l C'[ 1� C't ]\'T7iTI0NS — DL V EL4PER A WARI3I;[] Pk 07ECT5
Revised .lanuary 31, 2il I 2
N L�1:�G'l1ST
CPN 161891
�.
,
[lU fi2 13 - 3
Y�IuDRMANCF. 80ND
Page 3 of a
��..
��i
Witness as to Principal
SURP,TS':
"€'��a��l�rs C;asualty ai�d Surety C.om.pany o�'Air�erica
B Y:
Sig�ature
Felix Na►�eiar. Attnrttey-in-Fa�t
Narne and Title
Address; On� Tawer Snuare
Hartford, �'[' �6I83
� ��
�,C]G LGSG}7
Witness as to Surcfy
CIiY [7N' FC3H'I WL]RTH
5 TAtti DA ]Z L] L!' I'Y ['[ ].1i17iT[DTt S— L3N 1� �.LO P3 ilL AV4' A RT]F.I) PR�]&CT5
Acv i scd ] anu �n• 3], 2 U I 2
T4lcghone Nurnher: 1-SO[]-328-2189 .
a+. r•j:r�r..�rf.5�r
r.��� �a��a�
aabais-a
PERF�RMAIti�f: f3i3MI]
Page 4 oF 4
*�Iote: If signed hy an officcr of the 5urety Company, lhere must be an file a certified extra�t f'ram ttzc by-
�aws shnwing thai this person has authority to sign such nhligation. If Sar��.y's physical
addre�s is ciifferent fram its mailing addres5, hnth must bc provided.
The date of the bond shall not �e prior to the date the [.nntract is awarded.
C:II'Y {)I- I�[lH'I' WC)RT�� ;1`. CiE,�4C.'lf.5'7'
S'] ANI]AR]) ['I I Y C'UNi]ITIO�IS — L7EL,8L�PER 1#U�r'tRT]FD pR[}IECTS CPIi 1��841
Heviseci.ianut3ry 31, 24i2
04 62 l4 - 1
PAYMENT BQND
Page 1 nf 3
TH� S'1`h7'F; []F TE�LAS
CQU1�'I'Y UF T�RRAN7'
S�CTICIl� [1[} 62 14
N.AYM�NT Bi7NI)
�
§
§
Band No. 107494455
I�YOW ALL BY THESF PRN:SI�:NT�:
That wc. Tri aal Jtilities L.td. , kno��n a5 "T'rincipal" herein,
ant! T v 'as�i�it and Sur�t om � f�lme��ica a coE• orate surety { c�r surcties 1f
more than one), duly authc}ri-r_�d to da business in thc State of 'I'exas, knnrwn as "�urety" herein (whe#her one or
more}, are held and firmly bound unto thc I7cvc;loper, 5eniar I Icausin � lnrestment Partner5 l�I.C, authorized to
do business in TexaS "(Developer"), dnd thc C'it}r of �'ort Wortit, a'1'exas municipal ccarpuraticm ("L'ity"), in
}�1� penal Slltt� pfL?iie Iiun r d Sixtc�n Thousuiul On Jlun��r�ti Se.�e�i# -lliree und 7Ci,`Z09 ❑ollars
($1 ]5,173.76-------------------___�� ]a��f'u] mc�ncy of the iJnitcci SlateS, to be paid in Fnrt �'r'arth, '1'arrant
Cotinty, 'l cxas, for the payment of �� hich sum well cind truly be made jvintly unto the lle�eloper and thc City as
dua.� obligees, we bind ourselves, our h�irs, executors, administrators, successors and 2�ssigns, jni ntl�� and severally,
firmly by these �resent�5:
WHEREAS, DeWel�per and City have entered into an 11gre�rnent for the constructian of�
cnmrnunity�' ft�cilities in the City ofFort Wnrth, by and through a Cc�mmi.inity h�acilitves Agreement, CFEI Number
�� � Qfl� ; and
VI'NH;RFA�, PriRc;i�tal has etttered into a certain written [',antract �vith �e��lc_�p�r, awardcd the
''�day of . , 20�, which C❑ntract is hereby referred to and made a
par.rt hereof for all purposes as if fully set forth herein, t❑ [iarnish a1! materials, eyuipmcnt, laboi� anrl other
accessvries as definod by �aw, in the prosecutinn c�l'th� Work ��s provided for in said Ccuitract and desi�nated
as IIJ. 13E�1CII S'TRF•,f�'I',
1�UW, THEREFCIHE, THE [:Oi�fi]]'1'1[7N UN' TI�IS OBLICi.4 I'1[7N is s�ich thai if
Principal shall pay aI[ manies owirig to any �and all} payment bond bcn�fi�iary [�s defined in
cccr r�f� r�c�iz�i��v�xxri� h'. r��r��:trSr,
S'I.AiiDARD CI7 Y LYINDITIONS — QEVELOPER AWARDEU PRCl.l3 ["1'S t'PTV f 0284f
Reviseei .ianu��y 3l, 2412
006214-2
PAYh4fiVT BQ1V❑
F age � af 3
the Cantract, lllen ihis c�bligation shaIl be and becot�le iiull and r+oid, otherwisc tn r�rnair� in full fqrce and
effect.
This bond is rnade and exccL�tcd in compliance with the provisions ��f Chapter 2253 of the Tcxas
Govcrnm�nt Cade, as amendcd, a�d al l liabilities an this hc�nd shall he de.terrn ined in accardance with the
provisions of said statute.
IN WITIVH:S� WHERECIF, t4�e Principal and Surety t�a�e each SIUNE� and SE11I�E❑ this
instruinent E�y dul_y auti�ori�ed ageTits and officers an t�iis t17c�day of ./Ud(/.
2021.
PItINCIPI�L:
ATTEST:
� ��
(I'rin ' �I) Secretary
: . r r�j •
� r .�`-'-�`��
/
Witness as to Principal
Jason [3ier111cier Vice Presidei�t QCC7 e�•atic��7s
Nai��� ar�d '1'itle
Address: 54U Commerce St
� • �f
S�� R1:TY:
Tra�elers Casualt and Suret Cnm an
af America
C[I'Y' i7�' E C)R'I' �f)R.TH N. B�ACHST.
51.4Ni7:1ELI} L'!'I'Y L'Uit]�iTIONS — DFVFLflFER AL�TARDED FRC3JF{'TS CPN la284I
T�ev�scd?anu�ry 31,2712
Tri Dal Utilities, Ltd.
UO b2 l4 - :i
PAYMf:NT RUN�1
Page 3 of 3
BY;
Si�nature
�'elix Nawejar. �Ictorney-in- act
Name and Title
Ac�dress: f3nr: Tn�wer S� uare
f Iartt��rd, CT �G 183
Tcicpllr�ne Numb�r: I -80D-328-2189
Note: If' si�n�d by an officer of� the 5urcty, there rnust be bn til� a certified cxtraGt frnm the hylaws
sha��in�; thatthis p�rsc�ii has authority ta si�i1 such obligation. I f�Surcty's ph�°sical address is different fre�m
its rnailin� addre,s, bof.h must be pro�idcd.
The d�te of the bnnd shal I nnt be prior to thc da#e the Contr�ct is awarded.
FNI) UF SECTIlI�T
�I I' 1'HS �':
(5urety) Secretary
�
�ric Lesch
Witness as to 5urety
Cl'1'Y [3h' �'{33t"[' �VC)RTF1
5Th\TiI:IRU ['.]"]'Y CdNDIT[ONS — DEVELQP�R AWAI�i]F�B PROJECTS
itevis;d J�u1ua[y 3i,�OlZ
:v. a�'.4ctlSr.
CPN ltl2891
0o s2 � s - i
MAINTENAT+ICE B�ND
Page 1 nf 4
SECTIOY DO 62 19
VlAllti"I F.T�I.4NCE B�1VD
Bnnd No. 1�7494455
THF S1'A'I'E UF TEXAS §
§ 1{�IOV4' ALL FiY'['H F:SE 1'1��5ENTS:
C[]L'1�TY QF TARRAR'I' �
That w� Tri aa] Utilities. i,td. , knnw1l i�s "P��incipal"
herein and 'I'ravele�� Casu�lt an[E 5tiret Cnm an ❑i�l�sTierica , a corporate surety {sureties, ifrnare
�han cmc) duly auihorized to dn husincss in the State nf Texas, knawn as "5urery" herein (whetherone or
inorej, are k�eld and �irrnly hnund un[o the L]e��elaper, 5eniar 1�nusi r Investment Partners LLL"_ a��thnri�ed
to dv husiness in T�xas ("1]cv�l�per"} and the City nf l nrt. Warth, a Texas municipal corporatinn ("C'ity"},
in the surn ❑f Qne �Iundred Sixteen Thousand Qne Hundred Se�+en -thrce an� 7fi110� Dallars
($1 I d,173_76-------------------- }, la���fiil rnoney of the United 5tates, to bc paid in Fort Worih, Tarrant
Counry, Texas, for p�yment of����hi�h stim �ve1] and truly be mad� jc�intly unta the I7eveloper and the City
as �ua� nbligces and their successc�rs, «� bind oursel�es, ❑ur h�irs, cxccutors, adrriinistrainrs, successors
and as5i�ns,.jnintly and sc��erall; , firrnly hy these prescnts_
WHEHEAS, �e�eloper an[� City ha�e entered into an �lgrccmcnt for the canstruction nf
camrnunity facilities iti the City of Fvrt Warth hy and throubh a Cornmunity Facilities Agrecmcnt,
CFA Nurnber _�Q11�'�' ; and
WHERF.AS, the Principal has entered inta a certain writter� contraet with t}�e I)e�+eloper awarded
t�e .(� cfay of �V, _, 2U�, whicE� Ce�nt���ct is herehy referred to
and a made pari hcrcnd� for all purposes as if fully sct forth herein, ta furnish a11 matcrials, equipment
lahar and c�ther �ccessories as dcfined hy law, in the prosecution oTthc u'ork, including any Work
resulting from a dulr• authcfrized Change Drder {collectivcly }�erein, the "Work"� as providcd for in said
Contract and dcsi�nated as IV. BE,4C'H STR�ET, and
WHER�AS, Principal hinds itself to use such materixls and ta so construct the Work in ac�ordancc with
the pians, specitications and C:ontract Documents that thc �V'ork is and wil] remain lree from def'ects
CIiY C)f� P[)It'f' Vvf]R']'lt :�r'. BIiAC:N 57.
5TA\f]AfLL)CI1'Y�U�1]]f[C3NS DEWELOPERAWARDEI7PROJEL'7a Cl'V I11�3141
Heriscd.lanuac� 31,�f]12
i}f] G2 14 - 2
MAfNTENANCE xUNd
Page � of 4
in rnat�rials or workrzianship fi3r and durirlg the per'roci �f'two (2) years after the date vf Final Acccptan�c
c�fthc Vv'ark by the City ("MaLntenance Periad"), and
WHFRFAS, �'ri��cipal binds itself to repair or recanstruct �he Wark in whole ar in pai�t upon
recei�in� noticc ii•c�rn the I)e�eiopci• andlor City of� the ne�d thcreof at any tinne within lhe Maintenance
Period.
T��W THEREF�RE, thc �r�nditic3n r�f lhis nhltgatian is such that if Principai shali remedy any
defecti�e 1Nork, for which timely notice was provided by �e�eloper ar City, tn a completian satisfact�rr�
to ikte City, then this obligation shall become null and yaid; otherwise tn remain in fuil force and effect.
PRC]VI�ED, HOWFVER, ifF'rincipal sha11 tail sfl tc� rcpair or recanstruct any timely nnti�ed
dcf'c�tiwe l�1'ork, it �s agreed that the I7cvcloper or {�iLy rnay' �ause any and al! such defective Work ta be
repaired andl�r reconstructer� u��ilh a[I associated casts therenib�ing borne by the Principa� and the 5urety
undcr this Maint�nun�e Sond; and
PROVIDEll NUI�THER, that if any legal actinn be tiled Un this Bond, Wenue shail 1ic in Tarrant
CUunty, 'I exas or the Llnited Slaies DiStrict Cnurt fnr the Norihern Districi of'Tex8k,5, 1"ort 1�'orth f]ivisi�n;
an�
PROViIlEI3 FLIl2'I'HER, that this cil�ligatinn shall be continuous in nature and suc�es,i�e
reeo�eries may b� had hereon for successive breaches.
cn r c�f� rcfx r wnx rx :r. �sZ�crrs7:
S'InNT]�Ai�i] CiTY CC1NI]I ]'I[3iV5 - 171�.Srl�.I.(]PER AWARDE[YPR07ECT5 C'i'V l01891
H cvisccl Jan��r. 3], 2f;12
flil (�2 19 - 3
H+IA]N I'iiVnNCI•.13C]Nl]
Page 3 of 4
IlY WITNH,SS WHERE(iF, thc Principal and the Surety havc ca�h SI.C�V�;U and SEALED this
instrurnent by ciuiy xuthoriaeci agettts and aF�cets on this lite ?� -day ot' ��.
, 2U�.
�1TTES 1 :
(f'rin � � 1} �c�r�tary
` I �
�� �'
���itness as to 'Princ ipa]
ClTI' C)I' i'[7RT V,'ORTH
ti'f Anlf]AEtI) L'I'I'Y C(]ItiDIT[ON5—T3EVFf.OP1:R n�VnRT]F.i] pROlECTS
R�4i���iJanu�n, 3�,2U1�
PRfNCi�'AL:
:lason fiiertneier, Vic�� President of'O�ations
IVarnc and Title
Address: S ' mmercc
Snuthlake. TX 76492
5 [� RETY:
Tra�elers Casualty and S�irety C.ompany nf Arnerica
'�`. BfiAC:H.S_T.
CPN 16284f
Tri lla] lltilities_ Ltd_
,an r,� ��� - a
�t.arNT�nnncF HON�f
Pag2 4 oi 4
E1TTF,ST;
A
{5urety} Secretaxy
Eric Lesch
Witncss as to 5urety
�
Felix Nav�ar, At#�rney-in-Fact
Name and Titic
Address: �ne Tnwer Square
..r � 1�
Tei�ph�nc Number: 1-SOU-328-2189
*Note' If signcd by an �oflicer of�the S�rrcty C;oziipaciy, Ttiere must he nn file a certified extra�t from th� hy-
law�s showing that this per4on has authnrity tn sign sucli obligation. If Surety's physical
adciress is difterent from its rnailin� ;iddress, hath must be prc��ided.
The datc of the bond shal] nnt hc prinrto the date the Contract is awarded.
('fCY C7F FpR'i WC]xT[i N. BEACNS?;
ti'i Altii)Afil] ('f TY CONI?iTl{7T15 — DFVF�I.QPFfL AWARL3ED FR0]ECI'S CPN !0?8�1
Re�� isesl Jt�nuaty 31, 2a 12
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised January 10, 2013
N. BEACH ST.
CPN 102841
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
N. BEACH ST.
CPN 102841
STANDARD CITY CONDITIONS OF THE
CONSTRUCTION CONTRACT
FOR DEVELOPER AWARDED PROJECTS
TABLE OF CONTENTS
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
N. BEACH ST.
CPN 102841
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
N. BEACH ST.
CPN 102841
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
N. BEACH ST.
CPN 102841
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 withthe definition of a listed-defined term, the term shall have a meaning as
defined below whethercapitalized 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
Developerand 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 toits 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
ororal.
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 CityConditions, other general conditions of the Developer, including:
a. An Agreement
b. Attachments to the 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
N. BEACH ST.
CPN 102841
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 ofthe 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 ofsubsurface 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
whichgraphically 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
ofTexas performing professional services for the Developer.
15. Final Acceptance – The written notice given by the City to the Developer and/or
Contractorthat the Work specified in the Contract Documents has been completed to the
satisfaction ofthe 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
N. BEACH ST.
CPN 102841
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
inconformance 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, orrevision in the Work or an adjustment in the Contract Price or the Contract
Time, issued onor 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, orrevision in the Work or an adjustment in the Contract Price or the Contract
Time, issued onor 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
withthe General Requirements, describing the sequence and duration of the activities
comprisingthe 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
suchportion 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
N. BEACH ST.
CPN 102841
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 aredesignated for the use of Contractor.
32. Specifications—That part of the Contract Documents consisting of written requirements
formaterials, 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
requirementsof the City.
34. Subcontractor—An individual or entity having a direct contract with Contractor or with
anyother Subcontractor for the performance of a part of the Work at the Site.
35. Submittals—All drawings, diagrams, illustrations, schedules, and other data or
informationwhich 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
ableto 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
havinga direct contract with Contractor or with any Subcontractor to furnish materials
orequipment 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
N. BEACH ST.
CPN 102841
41. Work—The entire construction or the various separately identifiable parts thereof
requiredto be provided under the Contract Documents. Work includes and is the result of
performingor providing all labor, services, and documentation necessary to produce
such constructionincluding 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
inthe 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,
orapproval 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
N. BEACH ST.
CPN 102841
PART 2 - ARTICLE 2 – PRELIMINARY MATTERS
2.01 Before Starting Construction
Baseline Schedules: Submit to City in accordance with the Contract Documents, and prior to
startingthe 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.
PART 3 - 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
Regulationsin 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
orauthority 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
N. BEACH ST.
CPN 102841
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.
A. 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
authorizedin 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
qualificationsas 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,
inaccordance with Texas Government Code Chapter 2253 or successor statute, each in an
amountequal 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
theWork 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
listof “Companies Holding Certificates of Authority as Acceptable Sureties on Federal
Bonds andas Acceptable Reinsuring Companies” as published in Circular 570 (amended) by
the FinancialManagement Service, Surety Bond Branch, U.S. Department of the Treasury.
All bonds signedby 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 ofParagraph 4.02.C, Contractor shall promptly notify City and shall, within 30
days after the eventgiving 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
payeeidentified 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
N. BEACH ST.
CPN 102841
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
ofTexas. 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
favorof 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 obligationto 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
theprimary coverage.
7. Unless otherwise stated, all required insurance shall be written on the “occurrence basis”.
Ifcoverage 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 shallbe 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 islonger. 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
endorsementsare 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
N. BEACH ST.
CPN 102841
lieu of traditional insurance, alternative coverage maintained through insurance pools or
riskretention 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
theclaims 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
policiesand endorsements thereto and may make any reasonable requests for deletion or
revision ormodifications 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 bylaw 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
suchinsurance 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
directlyor indirectly employed by any of them to perform any of the Work, or by anyone for
whose actsany of them may be liable:
1. claims under workers’ compensation, disability benefits, and other similar employee
benefitacts;
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
N. BEACH ST.
CPN 102841
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 advertisinginjury, which are normally contained with the policy, unless
the City approves such exclusionsin 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 noless 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”
coverages. 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 byanyone directly or indirectly employed by any of them to perform any of the
Work, or by anyonefor whose acts any of them may be liable.
1. Automobile Liability, Contractor’s Liability Insurance under this Section, which shall
be inan amount not less than the following amounts:
a. Automobile Liability - a commercial business policy shall provide coverage on
"AnyAuto", defined as autos owned, hired and non-owned.
1) $1,000,000 each accident on a combined single limit basis. Split limits are
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
N. BEACH ST.
CPN 102841
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
ofrailroad 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
tointerfere with, hinder, or obstruct the railroad company in any manner whatsoever in
the useor operation of its/their trains or other property. Such operations on railroad
properties mayrequire that Contractor to execute a “Right of Entry Agreement” with the
particular railroadcompany or companies involved, and to this end the Contractor should
satisfy itself as to therequirements 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’sproperties.
3. The Contractual Liability coverage required by Paragraph 5.04D of the General
Conditionsshall 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 asthe 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
insurancepolicy in the name of the railroad company. However, if more than one
grade separationor at-grade crossing is affected by the Project at entirely separate
locations on the line orlines 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
whereseveral railroad companies are involved and operated on their own separate
rights-of-way, the Contractor may be required to provide separate insurance policies
in the nameof each railroad company.
c. If, in addition to a grade separation or an at-grade crossing, other work or activity is
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
N. BEACH ST.
CPN 102841
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
includedin 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, eventhough 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
railroadright-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 tracksinvolved in the Project.
E. Notification of Policy Cancellation: Contractor shall immediately notify City upon
cancellationor other loss of insurance coverage. Contractor shall stop work until replacement
insurance hasbeen 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
basisof 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 insuranceprovided 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 Cityshall notify the Contractor in writing of such failure prior to the start of the
Work, or of such failureto maintain prior to any change in the required coverage.
B. 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
Work in accordance with the Contract Documents. Contractor shall be solely responsible for
themeans, methods, techniques, sequences, and procedures of construction.
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
N. BEACH ST.
CPN 102841
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
onbehalf of Contractor. All communication given to or received from the Superintendent
shall bebinding 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
andorder 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
Workat 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 withoutCity’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)
BusinessDays 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
legalholiday.
5.03 Services, Materials, and Equipment
A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume
fullresponsibility for all services, materials, equipment, labor, transportation, construction
equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water,
sanitaryfacilities, 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 ofrequired tests) as to the source, kind, and quality of materials
and equipment.
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 ofthe applicable Supplier, except as otherwise may be provided in the Contract
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
N. BEACH ST.
CPN 102841
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
andthe 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
Documentsby using the name of a proprietary item or the name of a particular Supplier, the
specification ordescription is intended to establish the type, function, appearance, and quality
required. Unlessthe 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 otherSuppliers 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
byContractor 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 whichcase 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
resultsimposed by the design concept of the completed Project as a functioning
whole; and
3) it has a proven record of performance and availability of responsive service; and
b. Contractor certifies that, if approved and incorporated into the Work:
1) there will be no increase in cost to the City or increase in Contract Time; and
2) it will conform substantially to the detailed requirements of the item named in
theContract Documents.
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
N. BEACH ST.
CPN 102841
2. Substitute Items:
a. If in City’s sole discretion an item of material or equipment proposed by Contractor
doesnot 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
thatnamed and an acceptable substitute therefor. Requests for review of proposed
substituteitems 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
itemof 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
generaldesign;
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
prejudiceContractor’s achievement of final completion on time;
ii. whether use of the proposed substitute item in the Work will require a
change inany of the Contract Documents (or in the provisions of any other
direct contractwith 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
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
DamageClaims of other contractors affected by any resulting change.
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
N. BEACH ST.
CPN 102841
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, inCity’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
ofacceptability. No “or-equal” or substitute will be ordered, installed or utilized until City’s
reviewis 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
shallindemnify and hold harmless City and anyone directly or indirectly employed by them
from andagainst any and all claims, damages, losses and expenses (including attorneys fees)
arising outof the use of substituted materials or equipment.
E. City’s Cost Reimbursement: City will record City’s costs in evaluating a substitute proposed
orsubmitted 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 toreimburse 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:
Required for this Contract.
(Check this box if there is any City Participation)
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
N. BEACH ST.
CPN 102841
Not Required for this Contract.
It is City policy to ensure the full and equitable participation by Minority and Women
BusinessEnterprises (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 intentof the City’s MWBE Ordinance (as amended) by the following:
1. Contractor shall, upon request by City, provide complete and accurate information
regardingactual 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
disqualificationof 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
entityany 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
moneysdue any such Subcontractor, Supplier, or other individual or entity except as may
otherwisebe 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
theWork 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
specificallybinds the Subcontractor or Supplier to the applicable terms and conditions of
these Contract
Documents, Contractor shall provide City contract numbers and reference numbers to
theSubcontractors and/or Suppliers.
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
N. BEACH ST.
CPN 102841
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
therates determined by the City Council of the City of Fort Worth to be the prevailing wage
rates inaccordance 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
wageshall, 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
whethergood 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 determinationof 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
affectedworker, 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 anyaffected worker does not resolve the issue by agreement before the
15th day after the date the City makes its initial determination pursuant to Paragraph C above.
If the persons required to arbitrate under this section do not agree on an arbitrator before the
11th day after the date that arbitration is required, a district court shall appoint an arbitrator
on the petition of any of the persons. The City is not a party in the arbitration. The decision
and award of the arbitrator is final and binding on all parties and may be enforced in any court
of competent jurisdiction.
E. Records to be Maintained. The Contractor and each Subcontractor shall, for a period of three
(3)years following the date of acceptance of the work, maintain records that show (i) the name
and
occupation of each worker employed by the Contractor in the construction of the Work
providedfor in this Contract; and (ii) the actual per diem wages paid to each worker. The
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
N. BEACH ST.
CPN 102841
records shall beopen at all reasonable hours for inspection by the City. The provisions of
Paragraph 6.23, Rightto 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
atall 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
limitedto 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 ofpatent rights or copyrights incident to the use in the performance of the Work
or resulting fromthe incorporation in the Work of any invention, design, process, product, or
device not specifiedin 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’scompliance with any Laws or Regulations.
B. If Contractor performs any Work knowing or having reason to know that it is contrary to
Lawsor 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 allcourt 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 ofContractor’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
other materials or equipment. Contractor shall assume full responsibility for any damage
toany such land or area, or to the owner or occupant thereof, or of any adjacent land 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
N. BEACH ST.
CPN 102841
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 iscarrying 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 thesection 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
theContractor 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 indoing 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
andthe 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 equipmentand machinery, and surplus materials and shall restore to original
condition or better all propertydisturbed by the Work.
E. Loading Structures: Contractor shall not load nor permit any part of any structure to be
loadedin any manner that will endanger the structure, nor shall Contractor subject any part of
the Workor 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,
ChangeOrders, Field Orders, and written interpretations and clarifications in good order and
annotatedto show changes made during construction. These record documents together with
all approved
Samples and a counterpart of all accepted Submittals will be available to City for reference.
Upon completion of the Work, these record documents, any operation and maintenance
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
N. BEACH ST.
CPN 102841
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
oftheir 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
onor 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;
andshall 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 whenprosecution 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
continueuntil 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.
5.15 Hazard Communication Programs
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
N. BEACH ST.
CPN 102841
Contractor shall be responsible for coordinating any exchange of material safety data sheets or
otherhazard 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
submittalwill 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
beat 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 theitems covered by the submittals will, after installation or incorporation in the Work,
conformto the information given in the Contract Documents and be compatible with the
design concept of the completed Project as a functioning whole as indicated by the
Contract Documents.
2. City’s review and acceptance will not extend to means, methods, techniques, sequences,
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
N. BEACH ST.
CPN 102841
orprocedures 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 theitem functions.
3. City’s review and acceptance shall not relieve Contractor from responsibility for
anyvariation 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 forcomplying 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
ContractDocuments and will not be defective. City and its officers, directors, members,
partners, employees, agents, consultants, and subcontractors shall be entitled to rely on
representation ofContractor’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
isnot 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
7. any correction of defective Work by City.
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
N. BEACH ST.
CPN 102841
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,
theCity, its officers, servants and employees, from and against any and all claims arising out
of, oralleged 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
SOMEOF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN
PART, BYANY ACT, OMISSION OR NEGLIGENCE OF THE CITY. This indemnity
provision is intended to include, without limitation, indemnity for costs, expenses and legal
fees incurred bythe 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,
itsofficers, 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 OFTHE CITY.
5.19 Delegation of Professional Design Services
A. Contractor will not be required to provide professional design services unless such services
arespecifically 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 shallcause 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 other s, shall
bear such professional’s written approval whensubmitted to City.
C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the services,
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
N. BEACH ST.
CPN 102841
certifications or approvals performed by such design professionals, provided City has
specifiedto 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
designdrawings 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 relatingto 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 spacein 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
thatthe 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
directlypertinent 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 toconduct 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
ofthe Act and the Regulations as further defined in the Supplementary Conditions for any
projectreceiving Federal assistance.
C. ARTICLE 6 – OTHER WORK AT THE SITE
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
N. BEACH ST.
CPN 102841
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
utilityowner, 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,
andproperly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and
patching ofthe 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
promptlyreport 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’sfailure 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.
D. 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
Paragraph11.03.
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
safetyprecautions and programs incident thereto, or for any failure of Contractor to comply
with Lawsand 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.
7.03 Compliance with Safety Program
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
N. BEACH ST.
CPN 102841
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.
E. 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 areset 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 t hat
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 inspectionson the Site to check the quality or quantity of the Work. City’s Project
Representative’s effortswill be directed toward providing City a greater degree of confidence
that the completed Workwill 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
ofthe 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 asindicated 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
N. BEACH ST.
CPN 102841
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).
F. 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 orderof 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.
G. 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
Cityparticipation.
10.02 Change of Contract Time
A. The Contract Time may only be changed by a Participating Change Order for projects with
Cityparticipation.
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,
andother 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
N. BEACH ST.
CPN 102841
H. ARTICLE 11 – TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE
OFDEFECTIVE 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
requiredinspections or tests.
B. If Contract Documents, Laws or Regulations of any public body having jurisdiction require
anyof 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
connectionwith 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 equipmentsubmitted 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 negativeresult 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
N. BEACH ST.
CPN 102841
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,
uncoversuch Work for observation.
11.04 Uncovering Work
A. If any Work is covered contrary to the Contract Documents or specific instructions by the City,
itmust, 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
materialsor equipment, or fails to perform the Work in such a way that the completed Work will
conform tothe 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 notgive 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 agentof 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
toan 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 notlimited to all fees and charges of engineers, architects, attorneys, and other
professionals and allcourt or arbitration or other dispute resolution costs) arising out of or
relating to such correctionor 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
andguarantee, 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
maybe 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
N. BEACH ST.
CPN 102841
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
itwith Work that is not defective, and
4. satisfactorily correct or repair or remove and replace any damage to other Work, to the
workof 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
defectiveWork 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 (includingbut 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
respectto 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 underthis 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
Paragraph11.06.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 suchdeficiency.
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
N. BEACH ST.
CPN 102841
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 e xercise 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
resolutioncosts) 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.
I. ARTICLE 12 – COMPLETION
12.01 Contractor’s Warranty of Title
Contractor warrants and guarantees that title to all Work, materials, and equipment covered by
anyApplication 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
topermit City to use or occupy any such part of the Work which City determines to be ready
for itsintended use, subject to the following conditions:
1. Contractor at any time may notify City in writing that Contractor considers any such part
ofthe Work ready for its intended use.
2. Within a reasonable time after notification as enumerated in Paragraph 14.05.A.1, City
andContractor 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,
Citywill 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
N. BEACH ST.
CPN 102841
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 arenecessary 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
satisfactionof 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
toCity) 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’sinsurance 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.
J. 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
coveredby 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 bymutual 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
N. BEACH ST.
CPN 102841
available within a reasonable period of time, Contractor may request an extension in
ContractTime, directly attributable to any such suspension.
C. If it should become necessary to suspend the Work for an indefinite period, the Contractor
shallstore all materials in such a manner that they will not obstruct or impede the public
unnecessarilynor 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 erecttemporary structures where necessary.
K. ARTICLE 14 – MISCELLANEOUS
14.01 Giving Notice
L. Whenever any provision of the Contract Documents requires the giving of written notice, it
willbe 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
thecorporation 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.
M. Business address changes must be promptly made in writing to the other party.
N. 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 aSaturday 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
imposedor available by Laws or Regulations, by special warranty or guarantee, or by other
provisions of theContract 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 towhich 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
N. BEACH ST.
CPN 102841
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
theseGeneral Conditions.
01 11 00- 1
DAP SUMMARY OF WORK
Page 1 of 3
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised December 20, 2012
N. BEACH ST.
CPN 102841
SECTION 01 11 00
SUMMARY OF WORK
GENERAL
SUMMARY
A. Section Includes:
1. Summary of Work to be performed in accordance with the Contract Documents
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. Work Covered by Contract Documents
1. Work is to include furnishing all labor, materials, and equipment, and performing all Work
necessary for this construction project as detailed in the Drawings and Specifications.
B. Subsidiary Work
1. Any and all Work specifically governed by documentary requirements for the project, such
as conditions imposed by the Drawings or Contract Documents in which no specific item
for bid has been provided for in the Proposal and the item is not a typical unit bid item
included on the standard bid item list, then the item shall be considered as a subsidiary item
of Work, the cost of which shall be included in the price bid in the Proposal for various bid
items.
C. Use of Premises
1. Coordinate uses of premises under direction of the City.
2. Assume full responsibility for protection and safekeeping of materials and equipment stored
on the Site.
3. Use and occupy only portions of the public streets and alleys, or other public places or other
rights-of-way as provided for in the ordinances of the City, as shown in the Contract
Documents, or as may be specifically authorized in writing by the City.
a. A reasonable amount of tools, materials, and equipment for construction purposes may
be stored in such space, but no more than is necessary to avoid delay in the construction
operations.
01 11 00- 2
DAP SUMMARY OF WORK
Page 2 of 3
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised December 20, 2012
N. BEACH ST.
CPN 102841
b. Excavated and waste materials shall be stored in such a way as not to interfere with the
use of spaces that may be designated to be left free and unobstructed and so as not to
inconvenience occupants of adjacent property.
c. If the street is occupied by railroad tracks, the Work shall be carried on in such manner
as not to interfere with the operation of the railroad.
All Work shall be in accordance with railroad requirements set forth in Division 0 as
well as the railroad permit.
D. Work within Easements
1. Do not enter upon private property for any purpose without having previously obtained
permission from the owner of such property.
2. Do not store equipment or material on private property unless and until the specified
approval of the property owner has been secured in writing by the Contractor and a copy
furnished to the City.
3. Unless specifically provided otherwise, clear all rights-of-way or easements of
obstructions which must be removed to make possible proper prosecution of the Work
as a part of the project construction operations.
4. Preserve and use every precaution to prevent damage to, all trees, shrubbery, plants,
lawns, fences, culverts, curbing, and all other types of structures or improvements, to all
water, sewer, and gas lines, to all conduits, overhead pole lines, or appurtenances
thereof, including the construction of temporary fences and to all other public or private
property adjacent to the Work.
5. Notify the proper representatives of the owners or occupants of the public or private
lands of interest in lands which might be affected by the Work.
a. Such notice shall be made at least 48 hours in advance of the beginning of the
Work.
b. Notices shall be applicable to both public and private utility companies and any
corporation, company, individual, or other, either as owners or occupants, whose
land or interest in land might be affected by the Work.
c. Be responsible for all damage or injury to property of any character resulting from
any act, omission, neglect, or misconduct in the manner or method or execution of
the Work, or at any time due to defective work, material, or equipment.
6. Fence
a. Restore all fences encountered and removed during construction of the Project to
the original or a better than original condition.
b. Erect temporary fencing in place of the fencing removed whenever the Work is not
in progress and when the site is vacated overnight, and/or at all times to provide site
security.
c. The cost for all fence work within easements, including removal, temporary
closures and replacement, shall be subsidiary to the various items bid in the project
proposal, unless a bid item is specifically provided in the proposal.
01 11 00- 3
DAP SUMMARY OF WORK
Page 3 of 3
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised December 20, 2012
N. BEACH ST.
CPN 102841
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 31 19- 1
DAP PRECONSTRUCTION MEETING
Page 1 of 3
CITY OF FORT WORTH
STANDARD CONSTUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS
Revised August 30, 2013
N. BEACH ST.
CPN 102841
SECTION 01 31 19
PRECONSTRUCTION MEETING
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. Provisions for the preconstruction meeting to be held prior to the start of Work to clarify
construction contract administration procedures
B. Deviations from this City of Fort Worth Standard Specification
1. No construction schedule required unless requested by the City.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 – General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various items bid. No
separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Coordination
1. Attend preconstruction meeting.
2. Representatives of Contractor, subcontractors and suppliers attending meetings shall be
qualified and authorized to act on behalf of the entity each represents.
3. Meeting administered by City may be tape recorded.
a. If recorded, tapes will be used to prepare minutes and retained by City for future
reference.
B. Preconstruction Meeting
1. A preconstruction meeting will be held within 14 days after the delivery of the distribution
package to the City.
The meeting will be scheduled and administered by the City.
2. The Project Representative will preside at the meeting, prepare the notes of the meeting
and distribute copies of same to all participants who so request by fully completing the
attendance form to be circulated at the beginning of the meeting.
3. Attendance shall include:
a. Developer and Consultant
b. Contractor's project manager
c. Contractor's superintendent
d. Any subcontractor or supplier representatives whom the Contractor may desire to
invite or the City may request
01 31 19- 2
DAP PRECONSTRUCTION MEETING
Page 2 of 3
CITY OF FORT WORTH
STANDARD CONSTUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS
Revised August 30, 2013
N. BEACH ST.
CPN 102841
e. Other City representatives
f. Others as appropriate
4. Preliminary Agenda may include:
a. Introduction of Project Personnel
b. General Description of Project
c. Status of right-of-way, utility clearances, easements or other pertinent permits
d. Contractor’s work plan and schedule
e. Contract Time
f. Notice to Proceed
g. Construction Staking
h. Progress Payments
i. Extra Work and Change Order Procedures
j. Field Orders
k. Disposal Site Letter for Waste Material
l. Insurance Renewals
m. Payroll Certification
n. Material Certifications and Quality Control Testing
o. Public Safety and Convenience
p. Documentation of Pre-Construction Conditions
q. Weekend Work Notification
r. Legal Holidays
s. Trench Safety Plans
t. Confined Space Entry Standards
u. Coordination with the City’s representative for operations of existing water systems
v. Storm Water Pollution Prevention Plan
w. Coordination with other Contractors
x. Early Warning System
y. Contractor Evaluation
z. Special Conditions applicable to the project
aa. Damages Claims
bb. Submittal Procedures
cc. Substitution Procedures
dd. Correspondence Routing
ee. Record Drawings
ff. Temporary construction facilities
gg. MBE/SBE procedures
hh. Final Acceptance
ii. Final Payment
jj. Questions or Comments
01 31 19- 3
DAP PRECONSTRUCTION MEETING
Page 3 of 3
CITY OF FORT WORTH
STANDARD CONSTUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS
Revised August 30, 2013
N. BEACH ST.
CPN 102841
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
01 32 33- 1
DAP PRECONSTRUCTION VIDEO
Page 1 of 2
CITY OF FORT WORTH
STANDARD CONSTUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS
Revised August 30, 2013
N. BEACH ST.
CPN 102841
SECTION 01 32 33
PRECONSTRUCTION VIDEO
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. Administrative and procedural requirements for:
a. Preconstruction Videos
B. Deviations from this City of Fort Worth Standard Specification
1. Though not mandatory, it is highly recommended on infill developer projects.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 – General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Preconstruction Video
1. Produce a preconstruction video of the site/alignment, including all areas in the
vicinity of and to be affected by construction.
a. Provide digital copy of video upon request by the City.
2. Retain a copy of the preconstruction video until the end of the maintenance surety
period.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED] PART
2 - PRODUCTS [NOT USED]
01 32 33- 2
DAP PRECONSTRUCTION VIDEO
Page 2 of 2
CITY OF FORT WORTH
STANDARD CONSTUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS
Revised August 30, 2013
N. BEACH ST.
CPN 102841
2 PART 3 - EXECUTION [NOT USED]
3
4 END OF SECTION
5
6
7
Revision
Log
DATE NAME SUMMARY OF CHANGE
01 33 00- 1
DAP SUBMITTALS
Page 1 of 8
CITY OF FORT WORTH
STANDARD CONSTUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS
Revised August 30, 2013
N. BEACH ST.
CPN 102841
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
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 CONSTUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS
Revised August 30, 2013
N. BEACH ST.
CPN 102841
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.
A. 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
B. 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."
C. 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
D. Submittal Content
01 33 00- 3
DAP SUBMITTALS
Page 3 of 8
CITY OF FORT WORTH
STANDARD CONSTUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS
Revised August 30, 2013
N. BEACH ST.
CPN 102841
1. The date of submission and the dates of any previous submissions
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
E. 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
Provide such measurements and note on the drawings prior to submitting for approval.
F. 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
01 33 00- 4
DAP SUBMITTALS
Page 4 of 8
CITY OF FORT WORTH
STANDARD CONSTUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS
Revised August 30, 2013
N. BEACH ST.
CPN 102841
4) Roughing-in diagrams and templates
5) Catalog cuts
6) Product photographs
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 CONSTUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS
Revised August 30, 2013
N. BEACH ST.
CPN 102841
a. Shop Drawings
1) Distributed to the City
2) Copies
(1) 8 copies for mechanical submittals
(2) 7 copies for all other submittals
(3) 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.
01 33 00- 6
DAP SUBMITTALS
Page 6 of 8
CITY OF FORT WORTH
STANDARD CONSTUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS
Revised August 30, 2013
N. BEACH ST.
CPN 102841
a. When returned under this code the Contractor may release the equipment and/or
material for manufacture.
b. Code 2
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.
01 33 00- 7
DAP SUBMITTALS
Page 7 of 8
CITY OF FORT WORTH
STANDARD CONSTUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS
Revised August 30, 2013
N. BEACH ST.
CPN 102841
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.
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
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 CONSTUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS
Revised August 30, 2013
N. BEACH ST.
CPN 102841
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 CONSTUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS
Revised August 30, 2013
N. BEACH ST.
CPN 102841
SECTION 01 35 13
SPECIAL PROJECT PROCEDURES
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. The procedures for special project circumstances that includes, but is not limited to:
a. Coordination with the Texas Department of Transportation
b. Work near High Voltage Lines
c. Confined Space Entry Program
d. Air Pollution Watch Days
e. Use of Explosives, Drop Weight, Etc.
f. Water Department Notification
g. Public Notification Prior to Beginning Construction
h. Coordination with United States Army Corps of Engineers
i. Coordination within Railroad permits areas
j. Dust Control
k. Employee Parking
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 33 12 25 – Connection to Existing Water Mains
1.2 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. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. High
Voltage Overhead Lines.
3. North Central Texas Council of Governments (NCTCOG) – Clean Construction
Specification
1.3 ADMINISTRATIVE REQUIREMENTS
A. Coordination with the Texas Department of Transportation
1. When work in the right-of-way which is under the jurisdiction of the Texas Department of
Transportation (TxDOT):
01 35 13- 2
DAP SPECIAL PROJECT PROCEDURES
Page 2 of 7
CITY OF FORT WORTH
STANDARD CONSTUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS
Revised August 30, 2013
N. BEACH ST.
CPN 102841
a. Notify the Texas Department of Transportation prior to commencing any work therein
in accordance with the provisions of the permit
b. All work performed in the TxDOT right-of-way shall be performed in compliance with
and subject to approval from the Texas Department of Transportation
B. Work near High Voltage Lines
1. Regulatory Requirements
a. All Work near High Voltage Lines (more than 600 volts measured between conductors
or between a conductor and the ground) shall be in accordance with Health and Safety
Code, Title 9, Subtitle A, Chapter 752.
2. Warning sign
a. Provide sign of sufficient size meeting all OSHA requirements.
3. Equipment operating within 10 feet of high voltage lines will require the following safety
features
a. Insulating cage-type of guard about the boom or arm
b. Insulator links on the lift hook connections for back hoes or dippers
c. Equipment must meet the safety requirements as set forth by OSHA and the safety
requirements of the owner of the high voltage lines
4. Work within 6 feet of high voltage electric lines
a. Notification shall be given to:
1) The power company (example: ONCOR)
a) Maintain an accurate log of all such calls to power company and record action
taken in each case.
b. Coordination with power company
1) After notification coordinate with the power company to:
a) Erect temporary mechanical barriers, de-energize the lines, or raise or lower the
lines
c. No personnel may work within 6 feet of a high voltage line before the above
requirements have been met.
C. Confined Space Entry Program
1. Provide and follow approved Confined Space Entry Program in accordance with OSHA
requirements.
2. Confined Spaces include:
a. Manholes
b. All other confined spaces in accordance with OSHA’s Permit Required for Confined
Spaces
D. Use of Explosives, Drop Weight, Etc.
1. When Contract Documents permit on the project the following will apply:
a. Public Notification
1) Submit notice to City and proof of adequate insurance coverage, 24 hours prior to
commencing.
2) Minimum 24 hour public notification in accordance with Section 01 31 13
E. Water Department Coordination
01 35 13- 3
DAP SPECIAL PROJECT PROCEDURES
Page 3 of 7
CITY OF FORT WORTH
STANDARD CONSTUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS
Revised August 30, 2013
N. BEACH ST.
CPN 102841
1. During the construction of this project, it will be necessary to deactivate, for a period of
time, existing lines. The Contractor shall be required to coordinate with the Water
Department to determine the best times for deactivating and activating those lines.
2. Coordinate any event that will require connecting to or the operation of an existing City
water line system with the City’s representative.
a. Coordination shall be in accordance with Section 33 12 25.
b. If needed, obtain a hydrant water meter from the Water Department for use
during the life of named project.
c. In the event that a water valve on an existing live system be turned off and on to
accommodate the construction of the project is required, coordinate this activity
through the appropriate City representative.
1) Do not operate water line valves of existing water system.
a) Failure to comply will render the Contractor in violation of Texas Penal
Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor
will be prosecuted to the full extent of the law.
b) In addition, the Contractor will assume all liabilities and
responsibilities as a result of these actions.
B. Public Notification Prior to Beginning Construction
1. Prior to beginning construction on any block in the project, on a block by block basis,
prepare and deliver a notice or flyer of the pending construction to the front door of each
residence or business that will be impacted by construction. The notice shall be prepared
as follows:
a. Post notice or flyer 7 days prior to beginning any construction activity on each block
in the project area.
1) Prepare flyer on the Contractor’s letterhead and include the following information:
a) Name of Project
b) City Project No (CPN)
c) Scope of Project (i.e. type of construction activity)
d) Actual construction duration within the block
e) Name of the contractor’s foreman and phone number
f) Name of the City’s inspector and phone number
g) City’s after-hours phone number
2) A sample of the ‘pre-construction notification’ flyer is attached as Exhibit A.
3) Submit schedule showing the construction start and finish time for each block of the
project to the inspector.
4) Deliver flyer to the City Inspector for review prior to distribution.
b. No construction will be allowed to begin on any block until the flyer is delivered to all
residents of the block.
C. Public Notification of Temporary Water Service Interruption during Construction
1. In the event it becomes necessary to temporarily shut down water service to residents or
businesses during construction, prepare and deliver a notice or flyer of the pending
interruption to the front door of each affected resident.
2. Prepared notice as follows:
a. The notification or flyer shall be posted 24 hours prior to the temporary interruption.
01 35 13- 4
DAP SPECIAL PROJECT PROCEDURES
Page 4 of 7
CITY OF FORT WORTH
STANDARD CONSTUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS
Revised August 30, 2013
N. BEACH ST.
CPN 102841
a. Prepare flyer on the contractor’s letterhead and include the following information:
1) Name of the project
2) City Project Number
3) Date of the interruption of service
4) Period the interruption will take place
5) Name of the contractor’s foreman and phone number
6) Name of the City’s inspector and phone number
c. A sample of the temporary water service interruption notification is attached as Exhibit
B.
d. Deliver a copy of the temporary interruption notification to the City inspector for
review prior to being distributed.
e. No interruption of water service can occur until the flyer has been delivered to all
affected residents and businesses.
f. Electronic versions of the sample flyers can be obtained from the Project Construction
Inspector.
H. Coordination with United States Army Corps of Engineers (USACE)
1. At locations in the Project where construction activities occur in areas where USACE
permits are required, meet all requirements set forth in each designated permit.
I. Coordination within Railroad Permit Areas
1. At locations in the project where construction activities occur in areas where railroad
permits are required, meet all requirements set forth in each designated railroad permit.
This includes, but is not limited to, provisions for:
a. Flagmen
b. Inspectors
c. Safety training
d. Additional insurance
e. Insurance certificates
f. Other employees required to protect the right-of-way and property of the Railroad
Company from damage arising out of and/or from the construction of the project.
Proper utility clearance procedures shall be used in accordance with the permit
guidelines.
2. Obtain any supplemental information needed to comply with the railroad’s requirements.
J. Dust Control
1. Use acceptable measures to control dust at the Site.
a. If water is used to control dust, capture and properly dispose of waste water.
b. If wet saw cutting is performed, capture and properly dispose of slurry.
K. Employee Parking
1. Provide parking for employees at locations approved by the City.
L. {Coordination with North Central Texas Council of Governments (NCTCOG) Clean
Construction Specification [if required for the project]
1. Comply with equipment, operational, reporting and enforcement requirements set forth in
NCTCOG’s Clean Construction Specification.}
01 35 13- 5
DAP SPECIAL PROJECT PROCEDURES
Page 5 of 7
CITY OF FORT WORTH
STANDARD CONSTUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS
Revised August 30, 2013
N. BEACH ST.
CPN 102841
1.4 SUBMITTALS [NOT USED]
1.5 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.6 CLOSEOUT SUBMITTALS [NOT USED]
1.7 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.8 QUALITY ASSURANCE [NOT USED]
1.9 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.10 FIELD [SITE] CONDITIONS [NOT USED]
1.11 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
8/31/2012
D. Johnson
1.3.B – Added requirement of compliance with Health and Safety Code, Title 9.
Safety, Subtitle A. Public Safety, Chapter 752. High Voltage Overhead Lines.
al 35 13- 5
DAP SPECIAL P'Rfl7ECT FRQCEDLTRES
Page 5 of 7
EXHIBIT A
�To be printed on Contractar's Letkerhead}
Date:
CPN No_:
Project Name:
Mapsco Laca#ian:
Limits af Gonstruction:
THIS 15 T❑ INF�RM YOII THAT UNDER A CDNTRACT WITH THE CITY OF FOFtT W�RTH,
❑l1R CflMPAMY WILL W�RK DN UTILITY LINES �N �R AR�IlNa Y�UR PRQPERTY.
C�NSTRIJCTION WILL BEGIN APPR03LIMATELY SEVEN aAYS FR�M THE DATE ❑F
THIS N�TICE.
IF YOU HAVE QUESTIQhIS ABOUT AGCESS, SECURITY, SAFETY QR ANY OTHER ISSUE,
PLEASE CALL:
MC. CCONTRACTOR'S SUPERINTENDENT� AT �TELEPHONE N�.�
m
MC. C�ITY INSPECTOR� AT C TELEPH�NE Md.�
AFTER 4:30 PM OR �N WEEKENDS, PLEASE CALL [81T] 392 83�f
PLFASE KE�P 7H1S F�YER HANDY WN�IV Y�CI CALL
CTI'Y QF FQRT WORTH N. BE.4CHST.
STANDARD CONSTUCTION SPECIFTCATION DQCUMENCS — DEVELOPER AWARDED P'RO.TECTS CPN 142841
Re��ised August 30, 2013
01 35 13- 7
DAP SPECIAL PROJECT PROCEDURES
Page 7 of 7
CITY OF FORT WORTH
STANDARD CONSTUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS
Revised August 30, 2013
N. BEACH ST.
CPN 102841
EXHIBIT B
01 45 23- 1
DAP TESTING AND INSPECTION SERVICES
Page 1 of 2
CITY OF FORT WORTH
STANDARD CONSTUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS
Revised March 20, 2020
N. BEACH ST.
CPN 102841
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 paymentsfor
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, sufficientlyin
advance, when testing is needed.
b. When testing is required to be completed by the Contractor, notify City,
sufficiently in advance, that testing will be performed.
3. Distribution of Testing Reports
a. Electronic Distribution
1) Confirm development of Project directory for electronic submittals to be
uploaded to the City’s document management system, or another external
FTP site approved by the City.
01 45 23- 2
DAP TESTING AND INSPECTION SERVICES
Page 2 of 2
CITY OF FORT WORTH
STANDARD CONSTUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS
Revised March 20, 2020
N. BEACH ST.
CPN 102841
2) Upload test reports to designated project directory and notify appropriate
City representatives via email of submittal posting.
3) Hard Copies
a) 1 copy for all submittals submitted to the Project Representative
b. Hard Copy Distribution (if required in lieu of electronic distribution)
1) Tests performed by City
a) Distribute 1 hard copy to the Contractor
2) Tests performed by the Contractor
a) Distribute 3 hard copies to City’s Project Representative
4. Provide City’s Project Representative with trip tickets for each delivered load of
Concrete or Lime material including the following information:
a. Name of pit
b. Date of delivery
c. Material delivered
B. Inspection
1. Inspection or lack of inspection does not relieve the Contractor from obligation to
perform work in accordance with the Contract Documents.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED] PART 2 -
PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
3/9/2020 D.V. Magaña Removed reference to Buzzsaw and noted that electronic submittals be uploaded
through the City’s document management system.
01 50 00- 1
DAP TEMPORARY FACILITIES AND CONTROLS
Page 1 of 4
CITY OF FORT WORTH
STANDARD CONSTUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS
Revised July 1, 2011
N. BEACH ST.
CPN 102841
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 CONSTUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS
Revised July 1, 2011
N. BEACH ST.
CPN 102841
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.
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
01 50 00- 3
DAP TEMPORARY FACILITIES AND CONTROLS
Page 3 of 4
CITY OF FORT WORTH
STANDARD CONSTUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS
Revised July 1, 2011
N. BEACH ST.
CPN 102841
E. Dust Control
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 CONSTUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS
Revised July 1, 2011
N. BEACH ST.
CPN 102841
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 CONSTUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS
Revised July 1, 2011
N. BEACH ST.
CPN 102841
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 CONSTUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS
Revised July 1, 2011
N. BEACH ST.
CPN 102841
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 CONSTUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS
Revised July 1, 2011
N. BEACH ST.
CPN 102841
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 CONSTUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS
Revised July 1, 2011
N. BEACH ST.
CPN 102841
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
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
B. 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 CONSTUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS
Revised July 1, 2011
N. BEACH ST.
CPN 102841
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 CONSTUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS
Revised July 1, 2011
N. BEACH ST.
CPN 102841
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 CONSTUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS
Revised March 20, 2020
N. BEACH ST.
CPN 102841
SECTION 01 60 00
PRODUCT REQUIREMENTS
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. References for Product Requirements and City Standard Products List
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 – General Requirements
1.2 PRICE AND PAYMENT PROCEDURES [NOT USED]
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A list of City approved products for use is available through the City’s website at:
https://apps.fortworthtexas.gov/ProjectResources/ and following the directory
path: 02 - Construction Documents\Standard Products List
A. Only products specifically included on City’s Standard Product List in these Contract
Documents shall be allowed for use on the Project.
1. Any subsequently approved products will only be allowed for use upon specific
approval by the City.
B. Any specific product requirements in the Contract Documents supersede similar
products included on the City’s Standard Product List.
1. The City reserves the right to not allow products to be used for certain projects even
though the product is listed on the City’s Standard Product List.
C. Although a specific product is included on City’s Standard Product List, not all products
from that manufacturer are approved for use, including but not limited to, that
manufacturer’s standard product.
D. See Section 01 33 00 for submittal requirements of Product Data included on City’s
Standard Product List.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
01 60 00- 2
DAP PRODUCT REQUIREMENTS
Page 2 of 2
CITY OF FORT WORTH
STANDARD CONSTUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS
Revised March 20, 2020
N. BEACH ST.
CPN 102841
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.Domenec
h
Revised for DAP application
03/20/202
0
D.V. Magaña Removed reference to Buzzsaw and noted that the City approved
products list isaccessible through the City’s website.
01 66 00- 1
PRODUCT STORAGE AND HANDLING REQUIREMENTS
Page 1 of 4
CITY OF FORT WORTH
STANDARD CONSTUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS
Revised April 7, 2014
N. BEACH ST.
CPN 102841
SECTION 01 66 00
PRODUCT STORAGE AND HANDLING REQUIREMENTS
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. Scheduling of product delivery
2. Packaging of products for delivery
3. Protection of products against damage from:
a. Handling
b. Exposure to elements or harsh environments
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 – General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various Items bid. No
separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY AND HANDLING
A. Delivery Requirements
1. Schedule delivery of products or equipment as required to allow timely installation and to
avoid prolonged storage.
2. Provide appropriate personnel and equipment to receive deliveries.
3. Delivery trucks will not be permitted to wait extended periods of time on the Site for
personnel or equipment to receive the delivery.
01 66 00- 2
PRODUCT STORAGE AND HANDLING REQUIREMENTS
Page 2 of 4
CITY OF FORT WORTH
STANDARD CONSTUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS
Revised April 7, 2014
N. BEACH ST.
CPN 102841
4. Deliver products or equipment in manufacturer's original unbroken cartons or other
containers designed and constructed to protect the contents from physical or environmental
damage.
5. Clearly and fully mark and identify as to manufacturer, item and installation location.
6. Provide manufacturer's instructions for storage and handling.
B. Handling Requirements
1. Handle products or equipment in accordance with these Contract Documents and
manufacturer’s recommendations and instructions.
C. Storage Requirements
1. Store materials in accordance with manufacturer’s recommendations and requirements of
these Specifications.
2. Make necessary provisions for safe storage of materials and equipment.
a. Place loose soil materials and materials to be incorporated into Work to prevent damage
to any part of Work or existing facilities and to maintain free access at all times to all
parts of Work and to utility service company installations in vicinity of Work.
3. Keep materials and equipment neatly and compactly stored in locations that will cause
minimum inconvenience to other contractors, public travel, adjoining owners, tenants and
occupants.
a. Arrange storage to provide easy access for inspection.
4. Restrict storage to areas available on construction site for storage of material and equipment
as shown on Drawings, or approved by City’s Project Representative.
5. Provide off-site storage and protection when on-site storage is not adequate.
a. Provide addresses of and access to off-site storage locations for inspection by City’s
Project Representative.
6. Do not use lawns, grass plots or other private property for storage purposes without written
permission of owner or other person in possession or control of premises.
7. Store in manufacturers’ unopened containers.
8. Neatly, safely and compactly stack materials delivered and stored along line of Work to
avoid inconvenience and damage to property owners and general public and maintain at
least 3 feet from fire hydrant.
9. Keep public and private driveways and street crossings open.
10. Repair or replace damaged lawns, sidewalks, streets or other improvements to satisfaction
of City’s Project Representative.
a. Total length which materials may be distributed along route of construction at one time
is 1,000 linear feet, unless otherwise approved in writing by City’s Project
Representative.
01 66 00- 3
PRODUCT STORAGE AND HANDLING REQUIREMENTS
Page 3 of 4
CITY OF FORT WORTH
STANDARD CONSTUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS
Revised April 7, 2014
N. BEACH ST.
CPN 102841
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION
3.1 INSTALLERS [NOT USED]
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 ERECTION [NOT USED]
3.5 REPAIR / RESTORATION [NOT USED]
3.6 RE-INSTALLATION [NOT USED]
3.7 FIELD [OR] SITE QUALITY CONTROL
A. Tests and Inspections
1. Inspect all products or equipment delivered to the site prior to unloading.
B. Non-Conforming Work
1. Reject all products or equipment that are damaged, used or in any other way unsatisfactory
for use on the project.
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.10 CLEANING [NOT USED]
3.11 CLOSEOUT ACTIVITIES [NOT USED]
3.12 PROTECTION
A. Protect all products or equipment in accordance with manufacturer's written directions.
B. Store products or equipment in location to avoid physical damage to items while in storage.
C. Protect equipment from exposure to elements and keep thoroughly dry if required by the
manufacturer.
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
END OF SECTION
01 66 00- 4
PRODUCT STORAGE AND HANDLING REQUIREMENTS
Page 4 of 4
CITY OF FORT WORTH
STANDARD CONSTUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS
Revised April 7, 2014
N. BEACH ST.
CPN 102841
Revision Log
DATE NAME SUMMARY OF CHANGE
4/7/2014 M.Domenech Revised for DAP application
01 70 00- 1
DAP MOBILIZATION AND REMOBILIZATION
Page 1 of 4
CITY OF FORT WORTH
STANDARD CONSTUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS
Revised April 7, 2014
N. BEACH ST.
CPN 102841
SECTION 01 70 00
MOBILIZATION AND REMOBILIZATION
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. Mobilization and Demobilization
a. Mobilization
1) Transportation of Contractor’s personnel, equipment, and operating suppliesto
the Site
2) Establishment of necessary general facilities for the Contractor’s operationat
the Site
3) Premiums paid for performance and payment bonds
4) Transportation of Contractor’s personnel, equipment, and operating suppliesto
another location within the designated Site
5) Relocation of necessary general facilities for the Contractor’s operation
from 1 location to another location on the Site.
b. Demobilization
1) Transportation of Contractor’s personnel, equipment, and operating supplies
away from the Site including disassembly
2) Site Clean-up
3) Removal of all buildings and/or other facilities assembled at the Site for this
Contract
c. Mobilization and Demobilization do not include activities for specific items of
work that are for which payment is provided elsewhere in the contract.
2. Remobilization
a. Remobilization for Suspension of Work specifically required in the Contract
Documents or as required by City includes:
1) Demobilization
a) Transportation of Contractor’s personnel, equipment, and operating
supplies from the Site including disassembly or temporarily securing
equipment, supplies, and other facilities as designated by the Contract
Documents necessary to suspend the Work.
b) Site Clean-up as designated in the Contract Documents
2) Remobilization
a) Transportation of Contractor’s personnel, equipment, and operating
supplies to the Site necessary to resume the Work.
b) Establishment of necessary general facilities for the Contractor’s
operation at the Site necessary to resume the Work.
3) No Payments will be made for:
a) Mobilization and Demobilization from one location to another on the
Site in the normal progress of performing the Work.
b) Stand-by or idle time
c) Lost profits
3. Mobilizations and Demobilization for Miscellaneous Projects
a. Mobilization and Demobilization
01 70 00- 2
DAP MOBILIZATION AND REMOBILIZATION
Page 2 of 4
CITY OF FORT WORTH
STANDARD CONSTUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS
Revised April 7, 2014
N. BEACH ST.
CPN 102841
1) Mobilization shall consist of the activities and cost on a Work Order basis
necessary for:
a) Transportation of Contractor’s personnel, equipment, and operating
supplies to the Site for the issued Work Order.
b) Establishment of necessary general facilities for the Contractor’s
operation at the Site for the issued Work Order
2) Demobilization shall consist of the activities and cost necessary for:
a) Transportation of Contractor’s personnel, equipment, and operating
supplies from the Site including disassembly for each issued Work
Order
b) Site Clean-up for each issued Work Order
c) Removal of all buildings or other facilities assembled at the Site for
each Work Oder
b. Mobilization and Demobilization do not include activities for specific items of
work for which payment is provided elsewhere in the contract.
4. Emergency Mobilizations and Demobilization for Miscellaneous Projects
a. A Mobilization for Miscellaneous Projects when directed by the City and the
mobilization occurs within 24 hours of the issuance of the Work Order.
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 – General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Mobilization and Demobilization
a. Measure
1) This Item is considered subsidiary to the various Items bid.
b. Payment
1) The work performed and materials furnished in accordance with this Itemare
subsidiary to the various Items bid and no other compensation will beallowed.
2. Remobilization for suspension of Work as specifically required in the Contract
Documents
a. Measurement
1) Measurement for this Item shall be per each remobilization performed.
b. Payment
1) The work performed and materials furnished in accordance with this Item and
measured as provided under “Measurement” will be paid for at the unitprice
per each “Specified Remobilization” in accordance with Contract Documents.
c. The price shall include:
1) Demobilization as described in Section 1.1.A.2.a.1)
2) Remobilization as described in Section 1.1.A.2.a.2)
No payments will be made for standby, idle time, or lost profits associated this
01 70 00- 3
DAP MOBILIZATION AND REMOBILIZATION
Page 3 of 4
CITY OF FORT WORTH
STANDARD CONSTUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS
Revised April 7, 2014
N. BEACH ST.
CPN 102841
1. Remobilization for suspension of Work as required by City
a. Measurement and Payment
1) This shall be submitted as a Contract Claim in accordance with Article 10of
Section 00 72 00.
2) No payments will be made for standby, idle time, or lost profits associated
with this Item.
2. Mobilizations and Demobilizations for Miscellaneous Projects
1) Measurement for this Item shall be for each Mobilization and
Demobilization required by the Contract Documents
a. Measurement
b. Payment
1) The Work performed and materials furnished in accordance with this Item
and measured as provided under “Measurement” will be paid for at the unit
price per each “Work Order Mobilization” in accordance with Contract
Documents. Demobilization shall be considered subsidiary to mobilizationand
shall not be paid for separately.
c. The price shall include:
1) Mobilization as described in Section 1.1.A.3.a.1)
2) Demobilization as described in Section 1.1.A.3.a.2)
d. No payments will be made for standby, idle time, or lost profits associated this
Item.
3. Emergency Mobilizations and Demobilizations for Miscellaneous Projects
a. Measurement
1) Measurement for this Item shall be for each Mobilization and
Demobilization required by the Contract Documents
b. Payment
1) The Work performed and materials furnished in accordance with this Item
and measured as provided under “Measurement” will be paid for at the unit
price per each “Work Order Emergency Mobilization” in accordance with
Contract Documents. Demobilization shall be considered subsidiary to
mobilization and shall not be paid for separately.
c. The price shall include
1) Mobilization as described in Section 1.1.A.4.a)
2) Demobilization as described in Section 1.1.A.3.a.2)
d. No payments will be made for standby, idle time, or lost profits associated this
Item.
1.2 REFERENCES [NOT USED]
1.3 ADMINISTRATIVE REQUIREMENTS [NOT USED]
1.4 SUBMITTALS [NOT USED]
1.5 INFORMATIONAL SUBMITTALS [NOT USED]
1.6 CLOSEOUT SUBMITTALS [NOT USED]
1.7 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.8 QUALITY ASSURANCE [NOT USED]
1.9 DELIVERY, STORAGE, AND HANDLING [NOT USED]
01 70 00- 4
DAP MOBILIZATION AND REMOBILIZATION
Page 4 of 4
CITY OF FORT WORTH
STANDARD CONSTUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS
Revised April 7, 2014
N. BEACH ST.
CPN 102841
1.3 FIELD [SITE] CONDITIONS [NOT USED]
1.4 WARRANTY [NOT USED] PART
2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
4/7/2014 M.Domenech Revised for DAP application
01 71 23- 1
CONSTRUCTION STAKING AND SURVEY
Page 1 of 8
CITY OF FORT WORTH
STANDARD CONSTUCTION SPECIFICATION DOCUMENTS
Revised February 14, 2018
N. BEACH ST.
CPN 102841
SECTION 01 71 23
CONSTRUCTION STAKING AND SURVEY
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. Requirements for construction staking and construction survey
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 – General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Construction Staking
a. Measurement
1) Measurement for this Item shall be by lump sum.
b. Payment
1) The work performed and the materials furnished in accordance with this Item
shall be paid for at the lump sum price bid for “Construction Staking”.
2) Payment for “Construction Staking” shall be made in partial payments
prorated by work completed compared to total work included in the lump
sum item.
c. The price bid shall include, but not be limited to the following:
1) Verification of control data provided by City.
2) Placement, maintenance and replacement of required stakes and markingsin
the field.
3) Preparation and submittal of construction staking documentation in the
form of “cut sheets” using the City’s standard template.
2. Construction Survey
a. Measurement
1) This Item is considered subsidiary to the various Items bid.
b. Payment
1) The work performed and the materials furnished in accordance with this Item
are subsidiary to the various Items bid and no other compensation will be
allowed.
3. As-Built Survey
a. Measurement
1) Measurement for this Item shall be by lump sum.
b. Payment
1) The work performed and the materials furnished in accordance with this
Item shall be paid for at the lump sum price bid for “As-Built Survey”.
01 71 23- 2
CONSTRUCTION STAKING AND SURVEY
Page 2 of 8
CITY OF FORT WORTH
STANDARD CONSTUCTION SPECIFICATION DOCUMENTS
Revised February 14, 2018
N. BEACH ST.
CPN 102841
2) Payment for “Construction Staking” shall be made in partial payments
prorated by work completed compared to total work included in the lump sum
item.
c. The price bid shall include, but not be limited to the following::
1) Field measurements and survey shots to identify location of completed
facilities.
2) Documentation and submittal of as-built survey data onto contractor redline
plans and digital survey files.
1.3 REFERENCES
A. Definitions
1. Construction Survey - The survey measurements made prior to or while construction
is in progress to control elevation, horizontal position, dimensions andconfiguration
of structures/improvements included in the Project Drawings.
2. As-built Survey –The measurements made after the construction of the improvement
features are complete to provide position coordinates for the featuresof a project.
3. Construction Staking – The placement of stakes and markings to provide offsets
and elevations to cut and fill in order to locate on the ground the designed
structures/improvements included in the Project Drawings. Construction staking
shall include staking easements and/or right of way if indicated on the plans.
4. Survey “Field Checks” – Measurements made after construction staking is completed
and before construction work begins to ensure that structures marked onthe ground
are accurately located per Project Drawings.
B. Technical References
1. City of Fort Worth – Construction Staking Standards (available on City’s Buzzsaw
website) – 01 71 23.16.01_ Attachment A_Survey Staking Standards
2. City of Fort Worth - Standard Survey Data Collector Library (fxl) files (availableon
City’s Buzzsaw website).
3. Texas Department of Transportation (TxDOT) Survey Manual, latest revision
4. Texas Society of Professional Land Surveyors (TSPS), Manual of Practice for Land
Surveying in the State of Texas, Category 5
1.4 ADMINISTRATIVE REQUIREMENTS
A. The Contractor’s selection of a surveyor must comply with Texas Government
Code 2254 (qualifications based selection) for this project.
1.5 SUBMITTALS
A. Submittals, if required, shall be in accordance with Section 01 33 00.
B. All submittals shall be received and reviewed by the City prior to delivery of work.
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS
A. Field Quality Control Submittals
01 71 23- 3
CONSTRUCTION STAKING AND SURVEY
Page 3 of 8
CITY OF FORT WORTH
STANDARD CONSTUCTION SPECIFICATION DOCUMENTS
Revised February 14, 2018
N. BEACH ST.
CPN 102841
1. Documentation verifying accuracy of field engineering work, including coordinate
conversions if plans do not indicate grid or ground coordinates.
2. Submit “Cut-Sheets” conforming to the standard template provided by the City
(refer to 01 71 23.16.01 – Attachment A – Survey Staking Standards).
1.7 CLOSEOUT SUBMITTALS
B. As-built Redline Drawing Submittal
1. Submit As-Built Survey Redline Drawings documenting the locations/elevations of
constructed improvements signed and sealed by Registered Professional Land
Surveyor (RPLS) responsible for the work (refer to 01 71 23.16.01 – Attachment A
– Survey Staking Standards) .
2. Contractor shall submit the proposed as-built and completed redline drawing
submittal one (1) week prior to scheduling the project final inspection for City
review and comment. Revisions, if necessary, shall be made to the as-built redline
drawings and resubmitted to the City prior to scheduling the construction final
inspection.
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE
A. Construction Staking
1. Construction staking will be performed by the Contractor.
2. Coordination
a. Contact City’s Project Representative at least one week in advance notifying
the City of when Construction Staking is scheduled.
b. It is the Contractor’s responsibility to coordinate staking such that
construction activities are not delayed or negatively impacted.
3. General
a. Contractor is responsible for preserving and maintaining stakes. If City
surveyors are required to re-stake for any reason, the Contractor will be
responsible for costs to perform staking. If in the opinion of the City, a sufficient
number of stakes or markings have been lost, destroyed disturbed oromitted that
the contracted Work cannot take place then the Contractor will berequired to
stake or re-stake the deficient areas.
B. Construction Survey
1. Construction Survey will be performed by the Contractor.
2. Coordination
a. Contractor to verify that horizontal and vertical control data established in the
design survey and required for construction survey is available and in place.
3. General
a. Construction survey will be performed in order to construct the work shownon
the Construction Drawings and specified in the Contract Documents.
b. For construction methods other than open cut, the Contractor shall perform
construction survey and verify control data including, but not limited to, the
following:
1) Verification that established benchmarks and control are accurate.
01 71 23- 4
CONSTRUCTION STAKING AND SURVEY
Page 4 of 8
CITY OF FORT WORTH
STANDARD CONSTUCTION SPECIFICATION DOCUMENTS
Revised February 14, 2018
N. BEACH ST.
CPN 102841
1) Use of Benchmarks to furnish and maintain all reference lines and gradesfor
tunneling.
2) Use of line and grades to establish the location of the pipe.
3) Submit to the City copies of field notesused to establish all lines and grades,
if requested, and allow the City to check guidance system setup priorto
beginning each tunneling drive.
4) Provide access for the City, if requested, to verify the guidance system and
the line and grade of the carrier pipe.
5) The Contractor remains fully responsible for the accuracy of the work and
correction of it, as required.
6) Monitor line and grade continuously during construction.
7) Record deviation with respect to design line and grade once at each pipe
joint and submit daily records to the City.
8) If the installation does not meet the specified tolerances (as outlined in
Sections 33 05 23 and/or 33 05 24), immediately notify the City and correct
the installation in accordance with the Contract Documents.
B. As-Built Survey
1. Required As-Built Survey will be performed by the Contractor.
2. Coordination
a. Contractor is to coordinate with City to confirm which features require as-
built surveying.
b. It is the Contractor’s responsibility to coordinate the as-built survey and
required measurements for items that are to be buried such that construction
activities are not delayed or negatively impacted.
c. For sewer mains and water mains 12” and under in diameter, it is acceptableto
physically measure depth and mark the location during the progress of
construction and take as-built survey after the facility has been buried. The
Contractor is responsible for the quality control needed to ensure accuracy.
3. General
a. The Contractor shall provide as-built survey including the elevation and
location (and provide written documentation to the City) of construction
features during the progress of the construction including the following:
1) Water Lines
a) Top of pipe elevations and coordinates for waterlines at the following
locations:
(1) Minimum every 250 linear feet, including
(2) Horizontal and vertical points of inflection, curvature,
etc.
(3) Fire line tee
(4) Plugs, stub-outs, dead-end lines
(5) Casing pipe (each end) and all buried fittings
2) Sanitary Sewer
a) Top of pipe elevations and coordinates for force mains and siphon
sanitary sewer lines (non-gravity facilities) at the following locations:
(1) Minimum every 250 linear feet and any buried fittings
(2) Horizontal and vertical points of inflection, curvature,
etc.
3) Stormwater – Not Applicable
01 71 23- 5
CONSTRUCTION STAKING AND SURVEY
Page 5 of 8
CITY OF FORT WORTH
STANDARD CONSTUCTION SPECIFICATION DOCUMENTS
Revised February 14, 2018
N. BEACH ST.
CPN 102841
c. The Contractor shall provide as-built survey including the elevation and
location (and provide written documentation to the City) of construction
features after the construction is completed including the following:
1) Manholes
a) Rim and flowline elevations and coordinates for each manhole
2) Water Lines
a) Cathodic protection test stations
b) Sampling stations
c) Meter boxes/vaults (All sizes)
d) Fire hydrants
e) Valves (gate, butterfly, etc.)
f) Air Release valves (Manhole rim and vent pipe)
g) Blow off valves (Manhole rim and valve lid)
h) Pressure plane valves
i) Underground Vaults
(1) Rim and flowline elevations and coordinates for each
Underground Vault.
3) Sanitary Sewer
a) Cleanouts
(1) Rim and flowline elevations and coordinates for each
b) Manholes and Junction Structures
(1) Rim and flowline elevations and coordinates for each
manhole and junction structure.
4) Stormwater – Not Applicable
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY
PART 2 - PRODUCTS
A. A construction survey will produce, but will not be limited to:
1. Recovery of relevant control points, points of curvature and points of intersection.
2. Establish temporary horizontal and vertical control elevations (benchmarks)
sufficiently permanent and located in a manner to be used throughout construction.
3. The location of planned facilities, easements and improvements.
a. Establishing final line and grade stakes for piers, floors, grade beams, parking
areas, utilities, streets, highways, tunnels, and other construction.
b. A record of revisions or corrections noted in an orderly manner for reference.
c. A drawing, when required by the client, indicating the horizontal and vertical
location of facilities, easements and improvements, as built.
4. Cut sheets shall be provided to the City inspector and Survey Superintendent for all
construction staking projects. These cut sheets shall be on the standard city template
which can be obtained from the Survey Superintendent (817-392-7925).
5. Digital survey files in the following formats shall be acceptable:
a. AutoCAD (.dwg)
b. ESRI Shapefile (.shp)
01 71 23- 6
CONSTRUCTION STAKING AND SURVEY
Page 6 of 8
CITY OF FORT WORTH
STANDARD CONSTUCTION SPECIFICATION DOCUMENTS
Revised February 14, 2018
N. BEACH ST.
CPN 102841
c. CSV file (.csv), formatted with X and Y coordinates in separate columns (use
standard templates, if available)
6. Survey files shall include vertical and horizontal data tied to original project
control and benchmarks, and shall include feature descriptions
PART 3 - EXECUTION
3.1 INSTALLERS
A. Tolerances:
1. The staked location of any improvement or facility should be as accurate as practical
and necessary. The degree of precision required is dependent on many factors all of
which must remain judgmental. The tolerances listed hereafter are based on
generalities and, under certain circumstances, shall yield to specific requirements. The
surveyor shall assess any situation by review of the overall plansand through
consultation with responsible parties as to the need for specific tolerances.
a. Earthwork: Grades for earthwork or rough cut should not exceed 0.1 ft. vertical
tolerance. Horizontal alignment for earthwork and rough cut should not exceed
1.0 ft. tolerance.
b. Horizontal alignment on a structure shall be within .0.1ft tolerance.
c. Paving or concrete for streets, curbs, gutters, parking areas, drives, alleys and
walkways shall be located within the confines of the site boundaries and,
occasionally, along a boundary or any other restrictive line. Away from any
restrictive line, these facilities should be staked with an accuracy producing no
more than 0.05ft. tolerance from their specified locations.
d. Underground and overhead utilities, such as sewers, gas, water, telephone and
electric lines, shall be located horizontally within their prescribed areas or
easements. Within assigned areas, these utilities should be staked with an
accuracy producing no more than 0.1 ft tolerance from a specified location.
e. The accuracy required for the vertical location of utilities varies widely. Many
underground utilities require only a minimum cover and a tolerance of 0.1 ft.
should be maintained. Underground and overhead utilities on planned profile, but
not depending on gravity flow for performance, should not exceed 0.1 ft.
tolerance.
B. Surveying instruments shall be kept in close adjustment according to manufacturer’s
specifications or in compliance to standards. The City reserves the right to request a
calibration report at any time and recommends regular maintenance schedule be
performed by a certified technician every 6 months.
1. Field measurements of angles and distances shall be done in such fashion as to
satisfy the closures and tolerances expressed in Part 3.1.A.
2. Vertical locations shall be established from a pre-established benchmark and
checked by closing to a different bench mark on the same datum.
3. Construction survey field work shall correspond to the client’s plans. Irregularitiesor
conflicts found shall be reported promptly to the City.
4. Revisions, corrections and other pertinent data shall be logged for future reference.
01 71 23- 7
CONSTRUCTION STAKING AND SURVEY
Page 7 of 8
CITY OF FORT WORTH
STANDARD CONSTUCTION SPECIFICATION DOCUMENTS
Revised February 14, 2018
N. BEACH ST.
CPN 102841
Revision Log
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 APPLICATION
3.5 REPAIR / RESTORATION
A. If the Contractor’s work damages or destroys one or more of the control
monuments/points set by the City, the monuments shall be adequately referenced for
expedient restoration.
1. Notify City if any control data needs to be restored or replaced due to damage
caused during construction operations.
a. Contractor shall perform replacements and/or restorations.
b. The City may require at any time a survey “Field Check” of any monumentor
benchmarks that are set be verified by the City surveyors before further
associated work can move forward.
3.6 RE-INSTALLATION [NOT USED]
3.7 FIELD [OR] SITE QUALITY CONTROL
A. It is the Contractor’s responsibility to maintain all stakes and control data placed by theCity
in accordance with this Specification. This includes easements and right of way, if noted on
the plans.
B. Do not change or relocate stakes or control data without approval from the City.
3.8 SYSTEM STARTUP
A. Survey Checks
1. The City reserves the right to perform a Survey Check at any time deemed
necessary.
2. Checks by City personnel or 3rd party contracted surveyor are not intended to
relieve the contractor of his/her responsibility for accuracy.
3.9 ADJUSTING [NOT USED]
3.10 CLEANING [NOT USED]
3.11 CLOSEOUT ACTIVITIES [NOT USED]
3.12 PROTECTION [NOT USED]
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
END OF SECTION
01 71 23- 8
CONSTRUCTION STAKING AND SURVEY
Page 8 of 8
CITY OF FORT WORTH
STANDARD CONSTUCTION SPECIFICATION DOCUMENTS
Revised February 14, 2018
N. BEACH ST.
CPN 102841
DATE NAME SUMMARY OF CHANGE
8/31/2012 D. Johnson
8/31/2017
M. Owen
Added instruction and modified measurement & payment under 1.2; added
definitions and references under 1.3; modified 1.6; added 1.7 closeout submittal
requirements; modified 1.9 Quality Assurance; added PART 2 – PRODUCTS ;
Added 3.1 Installers; added 3.5 Repair/Restoration; and added 3.8 System Startup.
2/14/2018
M Owen
Removed “blue text”; revised measurement and payment sections for Construction
Staking and As-Built Survey; added reference to selection compliance with TGC
2254; revised action and Closeout submittal requirements; added acceptable depth
measurement criteria; revised list of items requiring as-built survey “during” and
“after” construction; and revised acceptable digital survey file format
01 74 23- 1
DAP CLEANING
Page 1 of 4
CITY OF FORT WORTH
STANDARD CONSTUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS
Revised April 7, 2014
N. BEACH ST.
CPN 102841
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 CONSTUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS
Revised April 7, 2014
N. BEACH ST.
CPN 102841
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 CONSTUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS
Revised April 7, 2014
N. BEACH ST.
CPN 102841
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.
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 CONSTUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS
Revised April 7, 2014
N. BEACH ST.
CPN 102841
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
4/7/2014 M.Domenech Revised for DAP application
01 77 19- 1
DAP CLOSEOUT REQUIREMENTS
Page 1 of 3
CITY OF FORT WORTH
STANDARD CONSTUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS
Revised April 7, 2014
N. BEACH ST.
CPN 102841
SECTION 01 77 19
CLOSEOUT REQUIREMENTS
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. The procedure for closing out a contract
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract
1. Division 1 – General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various Items bid. No
separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Guarantees, Bonds and Affidavits
1. No application for final payment will be accepted until all guarantees, bonds, certificates,
licenses and affidavits required for Work or equipment as specified are satisfactorily filed
with the City.
B. Release of Liens or Claims
1. No application for final payment will be accepted until satisfactory evidence of release of
liens has been submitted to the City.
1.5 SUBMITTALS
A. Submit all required documentation to City’s Project Representative.
01 77 19- 2
DAP CLOSEOUT REQUIREMENTS
Page 2 of 3
CITY OF FORT WORTH
STANDARD CONSTUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS
Revised April 7, 2014
N. BEACH ST.
CPN 102841
1.6 INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
PAT 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION
3.1 INSTALLERS [NOT USED]
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 CLOSEOUT PROCEDURE
A. Prior to requesting Final Inspection, submit:
1. Project Record Documents in accordance with Section 01 78 39
2. Operation and Maintenance Data, if required, in accordance with Section 01 78 23
B. Prior to requesting Final Inspection, perform final cleaning in accordance with Section 01 74
23.
C. Final Inspection
1. After final cleaning, provide notice to the City Project Representative that the Work is
completed.
a. The City will make an initial Final Inspection with the Contractor present.
b. Upon completion of this inspection, the City will notify the Contractor, in writing
within 10 business days, of any particulars in which this inspection reveals that the
Work is defective or incomplete.
2. Upon receiving written notice from the City, immediately undertake the Work required to
remedy deficiencies and complete the Work to the satisfaction of the City.
3. Upon completion of Work associated with the items listed in the City's written notice,
inform the City, that the required Work has been completed. Upon receipt of this notice,
the City, in the presence of the Contractor, will make a subsequent Final Inspection of the
project.
4. Provide all special accessories required to place each item of equipment in full operation.
These special accessory items include, but are not limited to:
a. Specified spare parts
b. Adequate oil and grease as required for the first lubrication of the equipment
c. Initial fill up of all chemical tanks and fuel tanks
d. Light bulbs
e. Fuses
f. Vault keys
g. Handwheels
h. Other expendable items as required for initial start-up and operation of all equipment
D. Notice of Project Completion
01 77 19- 3
DAP CLOSEOUT REQUIREMENTS
Page 3 of 3
CITY OF FORT WORTH
STANDARD CONSTUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS
Revised April 7, 2014
N. BEACH ST.
CPN 102841
1. Once the City Project Representative finds the Work subsequent to Final Inspection to be
satisfactory, the City will issue a Notice of Project Completion (Green Sheet).
E. Supporting Documentation
1. Coordinate with the City Project Representative to complete the following additional forms:
a. Final Payment Request
b. Statement of Contract Time
c. Affidavit of Payment and Release of Liens
d. Consent of Surety to Final Payment
e. Pipe Report (if required)
f. Contractor’s Evaluation of City
g. Performance Evaluation of Contractor
F. Letter of Final Acceptance
1. Upon review and acceptance of Notice of Project Completion and Supporting
Documentation, in accordance with General Conditions, City will issue Letter of Final
Acceptance and release the Final Payment Request for payment.
3.5 REPAIR / RESTORATION [NOT USED]
3.6 RE-INSTALLATION [NOT USED]
3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED]
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.10 CLEANING [NOT USED]
3.11 CLOSEOUT ACTIVITIES [NOT USED]
3.12 PROTECTION [NOT USED]
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
4/7/2014 M.Domenech Revised for DAP application
01 78 23- 1
DAP OPERATION AND MAINTENANCE DATA
Page 1 of 5
CITY OF FORT WORTH
STANDARD CONSTUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS
Revised April 7, 2014
N. BEACH ST.
CPN 102841
SECTION 01 78 23
OPERATION AND MAINTENANCE DATA
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. Product data and related information appropriate for City's maintenance and operation of
products furnished under Contract
2. Such products may include, but are not limited to:
a. Traffic Controllers
b. Irrigation Controllers (to be operated by the City)
c. Butterfly Valves
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 – General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various Items bid. No
separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Schedule
1. Submit manuals in final form to the City within 30 calendar days of product shipment to the
project site.
1.5 SUBMITTALS
A. Submittals shall be in accordance with Section 01 33 00. All submittals shall be approved by
the City prior to delivery.
1.6 INFORMATIONAL SUBMITTALS
A. Submittal Form
1. Prepare data in form of an instructional manual for use by City personnel.
2. Format
a. Size: 8 ½ inches x 11 inches
b. Paper
1) 40 pound minimum, white, for typed pages
2) Holes reinforced with plastic, cloth or metal
c. Text: Manufacturer’s printed data, or neatly typewritten
01 78 23- 2
DAP OPERATION AND MAINTENANCE DATA
Page 2 of 5
CITY OF FORT WORTH
STANDARD CONSTUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS
Revised April 7, 2014
N. BEACH ST.
CPN 102841
Drawings
1) Provide reinforced punched binder tab, bind in with text
2) Reduce larger drawings and fold to size of text pages.
e. Provide fly-leaf for each separate product, or each piece of operating equipment.
1) Provide typed description of product, and major component parts of equipment.
2) Provide indexed tabs.
f. Cover
1) Identify each volume with typed or printed title "OPERATING AND
MAINTENANCE INSTRUCTIONS".
2) List:
a) Title of Project
b) Identity of separate structure as applicable
c) Identity of general subject matter covered in the manual
3. Binders
a. Commercial quality 3-ring binders with durable and cleanable plastic covers
b. When multiple binders are used, correlate the data into related consistent groupings.
4. If available, provide an electronic form of the O&M Manual.
B. Manual Content
1. Neatly typewritten table of contents for each volume, arranged in systematic order
a. Contractor, name of responsible principal, address and telephone number
b. A list of each product required to be included, indexed to content of the volume
c. List, with each product:
1) The name, address and telephone number of the subcontractor or installer
2) A list of each product required to be included, indexed to content of the volume
3) Identify area of responsibility of each
4) Local source of supply for parts and replacement
d. Identify each product by product name and other identifying symbols as set forth in
Contract Documents.
2. Product Data
a. Include only those sheets which are pertinent to the specific product.
b. Annotate each sheet to:
1) Clearly identify specific product or part installed
2) Clearly identify data applicable to installation
3) Delete references to inapplicable information
3. Drawings
a. Supplement product data with drawings as necessary to clearly illustrate:
1) Relations of component parts of equipment and systems
2) Control and flow diagrams
b. Coordinate drawings with information in Project Record Documents to assure correct
illustration of completed installation.
c. Do not use Project Record Drawings as maintenance drawings.
4. Written text, as required to supplement product data for the particular installation:
a. Organize in consistent format under separate headings for different procedures.
b. Provide logical sequence of instructions of each procedure.
01 78 23- 3
DAP OPERATION AND MAINTENANCE DATA
Page 3 of 5
CITY OF FORT WORTH
STANDARD CONSTUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS
Revised April 7, 2014
N. BEACH ST.
CPN 102841
Copy of each warranty, bond and service contract issued
a. Provide information sheet for City personnel giving:
1) Proper procedures in event of failure
2) Instances which might affect validity of warranties or bonds
C. Manual for Materials and Finishes
1. Submit 5 copies of complete manual in final form.
2. Content, for architectural products, applied materials and finishes:
a. Manufacturer's data, giving full information on products
1) Catalog number, size, composition
2) Color and texture designations
3) Information required for reordering special manufactured products
b. Instructions for care and maintenance
1) Manufacturer's recommendation for types of cleaning agents and methods
2) Cautions against cleaning agents and methods which are detrimental to product
3) Recommended schedule for cleaning and maintenance
3. Content, for moisture protection and weather exposure products:
a. Manufacturer's data, giving full information on products
1) Applicable standards
2) Chemical composition
3) Details of installation
b. Instructions for inspection, maintenance and repair
D. Manual for Equipment and Systems
1. Submit 5 copies of complete manual in final form.
2. Content, for each unit of equipment and system, as appropriate:
a. Description of unit and component parts
1) Function, normal operating characteristics and limiting conditions
2) Performance curves, engineering data and tests
3) Complete nomenclature and commercial number of replaceable parts
b. Operating procedures
1) Start-up, break-in, routine and normal operating instructions
2) Regulation, control, stopping, shut-down and emergency instructions
3) Summer and winter operating instructions
4) Special operating instructions
c. Maintenance procedures
1) Routine operations
2) Guide to "trouble shooting"
3) Disassembly, repair and reassembly
4) Alignment, adjusting and checking
d. Servicing and lubrication schedule
1) List of lubricants required
e. Manufacturer's printed operating and maintenance instructions
f. Description of sequence of operation by control manufacturer
1) Predicted life of parts subject to wear
2) Items recommended to be stocked as spare parts
g. As installed control diagrams by controls manufacturer
h. Each contractor's coordination drawings
1) As installed color coded piping diagrams
01 78 23- 4
DAP OPERATION AND MAINTENANCE DATA
Page 4 of 5
CITY OF FORT WORTH
STANDARD CONSTUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS
Revised April 7, 2014
N. BEACH ST.
CPN 102841
Charts of valve tag numbers, with location and function of each valve
j. List of original manufacturer's spare parts, manufacturer's current prices, and
recommended quantities to be maintained in storage
k. Other data as required under pertinent Sections of Specifications
3. Content, for each electric and electronic system, as appropriate:
a. Description of system and component parts
1) Function, normal operating characteristics, and limiting conditions
2) Performance curves, engineering data and tests
3) Complete nomenclature and commercial number of replaceable parts
b. Circuit directories of panelboards
1) Electrical service
2) Controls
3) Communications
c. As installed color coded wiring diagrams
d. Operating procedures
1) Routine and normal operating instructions
2) Sequences required
3) Special operating instructions
e. Maintenance procedures
1) Routine operations
2) Guide to "trouble shooting"
3) Disassembly, repair and reassembly
4) Adjustment and checking
f. Manufacturer's printed operating and maintenance instructions
g. List of original manufacturer's spare parts, manufacturer's current prices, and
recommended quantities to be maintained in storage
h. Other data as required under pertinent Sections of Specifications
4. Prepare and include additional data when the need for such data becomes apparent during
instruction of City's personnel.
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE
A. Provide operation and maintenance data by personnel with the following criteria:
1. Trained and experienced in maintenance and operation of described products
2. Skilled as technical writer to the extent required to communicate essential data
3. Skilled as draftsman competent to prepare required drawings
01 78 23- 5
DAP OPERATION AND MAINTENANCE DATA
Page 5 of 5
CITY OF FORT WORTH
STANDARD CONSTUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS
Revised April 7, 2014
N. BEACH ST.
CPN 102841
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
8/31/2012 D. Johnson 1.5.A.1 – title of section removed
4/7/2014 M.Domenech Revised for DAP Application
01 78 39- 1
DAP PROJECT RECORD DOCUMENTS
Page 1 of 4
CITY OF FORT WORTH
STANDARD CONSTUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS
Revised April 7, 2014
N. BEACH ST.
CPN 102841
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
1.1 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 CONSTUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS
Revised April 7, 2014
N. BEACH ST.
CPN 102841
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 CONSTUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS
Revised April 7, 2014
N. BEACH ST.
CPN 102841
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 CONSTUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS
Revised April 7, 2014
N. BEACH ST.
CPN 102841
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
FQRT �VURTH�
CITY �F FORT W�RTH
TAAltiSPDRTATI�lti & PUSLIC WORi�S DEPARTMENT
STDR11'IWATER 11�TANAGEMEI� T DIVISIDN
STAl\-D2�RD PRaDLTCT LIST
Cpdated: 03J1912021
**tiote: �11 ne�s decelapmeot and oe�r iostallation mahnole lids shaIl meet the �nimum 30�och apeoioa requiremeot as sperified in Cin- SpeciScanon 33 0� 13. ?im- smaller opening saes Rill anh- 6e allo�sed far eristing maoholes that irquire replarement
frames aod cm-ers.
• From Driginal Standard Products List
9J28l2618 33 OS 13 Manhole Frames aud Cocers AccuCast (Gocind Steel C'ompauy, LTD) MI-IItC #220605 ASTM A48 AASHTd M306 •'24" Dia
9l28l2018 33 OS 13 hianhole Cocer Neenah Fauudry NF-1274-T'91 ASTM A48 AASHT'O M3D6 32" Dia
9128l2�18 33 OS 13 hianhole Frames aud Crn-ers Neenah Fouudry NF-1743-LM (fIiuged) ASTM A48 AASHT'Q M3D6 32" Dia
9J2Sl2618 33 OS 13 hianhole Frame Neenah Fauudry NF-1930-3U ASTM A48 AASHT6 M3D6 32 25" Dia
9l28l2018 33 OS 13 hianhole Frames aud Cocers Neenah Fauudry R 1713-H4� ASTM A48 AASHTO M3D6 32" Dia
413lZ019 33 OS 13 Manhole Frames aud Cmers SIP Induxtries ++ 22795T ASTM A48 AASHTQ M3D6 ••2d" Dia
413lZ019 33 OS 13 Manhole Frames aud Cocers SIP Industries ++ 22SOST ASTM A48 AASHT6 M306 32" Dia
1018l2020 33 DS 13 Manhole Frames aud Cocers E7 { Fo¢mally Easi ]ordan Iro¢ WoiksJ E71033 Z21A ASTM A53fi AtL5HT0 Hf305 32 25" Dia
Fo uT V�a RT H���;
io�aano
10IU8n6
10198n0
101U8�0
1�IU8�0
10IU8n0
iaraarzo
101U8�0
1�IU8�0
io�aano
3119RD21
3119/LD21
3J19f2021
3119I2021
3119I2021
3J19f2021
3119I2021
3119/L021
3119RD21
3J19/ZD'11
3119ILD21
3119I2021
3J19f2021
3119I2021
3119I2021
3119f2021
3ti9rzo2i
3ri9rzo2i
3119/LD21
3J19/ZD'11
3119/2D21
33 49 2(1
33 44 7(1
1
33 44 29
3349�
33 39 2(1
33 34 7(1
1
33 39 2U
33 39 2(1
33 39'K1
33 34 �
33 44 29
33 44 7(1
1
33 49 2(1
33 39 �
33 34 �
33 39 �
33 39 �
33 39 2U
33 39 2(1
33 39 2(1
33 34 29
33 34 7(1
1
33 39 2(1
33 39 �
33 39 �U
33 39 �
33 39 �
33 39 2U
33 44 7(1
1
33 49'�
3349�
Ltiuh Inlets
L}u6 in]me
G� Ialets
Ctiuh in]rte
Maahole
Maahole
Manhole
Manhole
Maahole
Msnhole
G� Ialets
L}u6 in]me
Gtiub in1P44
Maahole
Maahole
Maahole
Maahole
Maahole
Msnhale
Maahole
Maahole
Maahole
Maahole
Maahole
Maahole
Msnhale
Maahole
Manhole
�oP inlm
j}��P inlrt
j7ipP inlrt
7ro
CITY OF FORT W�ATH
TRA�TSPQATATID�i & Pi-BLIC W�RKS DEgARTME�iT
ST�RNIWAT'Elt M��iAGEMENT DIVISI�N
STA�TDARD PRDDUCT LIST
Focte�ua
Foute�ua
Foute�ua
Focte�ua
Focte�ua
Foute�ua
Focte�ua
Focte�ua
Focte�ua
Foate�ua
Thvmpsan Pipe GronP
Thompsan Pipe CaonP
Thompsan P�pe Group
Th°mpsan P�pe Gr°up
Thompsan Pipe CuovP
Thompsan P�pe Group
Th°mpsan P�pe Gr°up
Thompsan Pipe CuovP
Thompsaa Pipe CuonP
Thompsan P�pe Group
Thvmpsan Pipe GronP
Thompsan Pipe CuovP
Thompsan P�pe Group
Th°mpsan P�pe Gr°up
Thompsan Pipe CuovP
Thompsaa Pipe CuonP
Th°mpsan P�pe Gr°up
Thompsan Pipe CuovP
Thompsan Pipe CaonP
Th°mPsan P�pe Group
Th°mp%°n P�pe Gr°up
FTtT-1�c3�05-PRECAST
FRT-lOx3�U�PRECAST
FRT-16x4 5-007-PRECAST
FRT-16ec4 5-0'�9-PRECAST
FTtT�X�U9-PRECAST-TOP
FRT�x4-109-PRECAST-BASE
FRT-5K5-410-PRECAST-TOP
FRT-SXS-IIU-PRECAST-BASE
FRT�K6-111-PRECAST-TOP
FRThX6-111-PRECA5T-BASE
TPG-147�3a43-PRECAST IHI.ET
TPG-15K3a05-PRECAST II�II.ET
TPG-?07�3a05-PRECAST IIdLET
TPG-1X4--009-PRECAST TOP
TPG�K4-A09-PRECAST BASE
TPG-1X4-d12-PRECAST �FI' RISFR
TPG-SX5�10-PRECAST TOP
TPG-SKS� 10.PRECAST BASE
TPG-SX5�12-PRECAST �FI' RISFR
TPGIXfi-411-PRECAST TOP
TPG�K6-411-PRECAST B 9SE
TPGSKfi-Al2-PRECAST C�FI' RISFR
TPG-7K`]�11-PRECAST TOP
TPG-7K7� 11-PRECAST BASE
TPG-73�7�12-PRECAST 4FI' RISFR
TPG-83�8-111-PRECAST TOP
TPG-8K8-411-PRECAST BASE
TPG-8X8-112-PRECAST }FI' RISF.R
TPG-13�4-A08-PRECAST INLES
TPG-SK5�U8-PRECAST INLES
TPG5XG408-PRECAST INLES
ASTM C913
ASTM G513
tL5TM G513
tLSTM C913
rLSTM C913
ASTM G513
tLSTM G513
tLSTM C913
rLSTM C913
ASTM G513
ASTM 615
ASTM 615
ASTM 615
ASTM 615
ASTM 615
ASTM 615
ASTM 615
ASTM 615
ASTM 615
ASTM 615
ASTM 615
ASTM 615
ASTM 615
ASTM 615
ASTM 615
ASTM 615
ASTM 615
ASTM 615
ASTM 615
ASTM 615
ASTM 615
Updafed: D31191?1
16'x3'
10'X3'
10'X45'
10'3Z45'
d' X 1'
a• x s�
5' X 5'
5' X 5'
sxs
sxs
10'X3'
1Sx3'
20' x 3'
a• x a�
a• x s�
d' X 1'
5' X 5'
5' X 5'
5' X 5'
sxs
exs
sxs
TxT
TXT
TXT
sxs�
sxs�
sxs�
a• x s�
5' X 5'
sxs
* From Original Standard Products List
Fo��r �o�TH���,
d19{2D21 33 dl 13
Sto¢m Drain Pipes
CITY �F FORT W�RTH
TR��TSP�RTATI�h & PUBLIC WORI�S DEPaRTMElti T
ST�Rl1�TWATEA MA�TAGEMENT DIVISIalti
STA�iDARD PR�DUCT LIST
Advanc.ed Drainage Systems, Inc (ADS} ADS fiP Stoim Polypropylene (PP} Pipe
L'pdaled: Odlld121
ASTM F2881 & AASHTO M33U 12" - 6D"
CITY OF FORT WORTH
WATER DEPARTMENT
STANDARD PRODUCT LIST
Updated: April 09, 2021
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
36. Automatic Flusher .................................................................................. 36
* FroList
* FroList
Note: All ��-ater or secver
33 DS 13
than 15 inch dia�neter shall be approved Coi use bc• the Water Depait�nent on .3 proj ect
Frames and Col�ers
�h'estem I:un �L'orks, &ass &
Uasis.
lODl
Ue required far same
24"x4D" R�
' FroList
Note: All ��-:ite�• or secver pipe larger than 15 inch dia�iietei sli�ll be :i�pi oved toi Lise bc• tlie Water Depait�iient o�i .3 pi•oj ect speciflc Uasis. Special k�eddi�ig niar Ue i•ec�tiired for soine pipes.
.� � i � i i i {. � � �.
L�-ater & SeR•er - A'Iauhales & Bases�'Frames � CoE•ersiStandard fRoundl 33-Q�-13 {Re�- 2i3i16�
• 33 DS 13 Manhole Frames andColrss �h'esteml:un�L'orks, &ass & Hays Foimdry 3D024 24" Dia
• 33 DS 13 Manhole Framr andColrss McKinley Irvn Worls Inc A 2d AM 24" Dia
08r24+'18 33 DS 13 Manhole Framr andCoi�ers NeenahFovnd�y IL-1272 ASThIAA8 & A.4SHTD 1vL306 24" Dia
08r24,'18 33 DS 13 Manhole Frames andCol�ers NeenahFovnd�y R- 165-LMi {I3i.nged) ASThIAA8 & A.4SHTD 1vL306 24" Dia
�$l24/1$ 33 OS 13 Manhole Framr andCol�ers NeenahFovnd�y NF 1274 ASThf A'a$ & A.4SHT�D 1vf306 30" Dia
U8124�'18 330513 ManholeFramrandCot�ers NeenahFovnd�y R-1743-LM(i3in8ad} ASTMA48&AASHTOM306 3U"dia
33 DS 13 Manhole Framr andCovess Sigma Coiporation MH-144N
33 OS 13 Manhole Framr andCovess Sigma C'.oiporation MH-143N
33 DS 13 Manhole Framr audCo��ers Font-A-Mousson GT�STD 24" dia
33 DS 13 Manhole Framr andCoi�ess Neeosh Casting 24" dia
1013lla6 33 DS 13 Manhole Frames and Cacers (fiinged} Prncer.,esl H;��.i Ihutile Iron ivianhole ASTM A536 24" Dia
7125J03 33 DS 13 Manhole Framr andCol�ers Saint-Gobain Pipelines (Pamrexlrzxus} RE32-R8FS 3D" Dia
01131106 33 DS 13 30" Dia MH Aing and Coe-er East 7ordanIron�L'mics S� Ld32-2 and Vl'a83 I}esigns A.4SHT0 hT30(r04 3D" I3ia
111D2'10 33 DS 13 3d" Dia MH Aing and Coc-er Sigma Coiporation MH1651F1�N & MH16502 3a" Dia
a7l19111 33 DS 13 3a" Dia Mf3Iiiag and Cacer Star Fipe P:nducts ME33�CL��S�DC 3a" Dia
0811D,'11 33 DS 13 3a" Dia MH Aing and Co�e-er Accncast 22a7Do HeacyIhAyl�ith Gasket Ring 3a" Dia
30" ERC"�O XI. Assemb}y
1�l14�'13 33 OS 13 3U" Dia MH Ring and Cocer (Hinged & Locknble) East]ordan Iron LVorks uith Cam LocklMPIClT'-Gasket ASSHTO M105 & ASTMA536 3U" Dia
a61Dll17 34 DS 13 3a" Dia MH Ring and Cocer (I3inged & Lockable) CI SIP Indastries 228D (32") ASTM A 48 3D" Dia
CAP-0NE-30.FTW, Conxposit� wl Lock
09/16119 33 05 13 1D 3d" Dia MH Ring andCoi�er Concposite Access Pmducts, L P wJo f3ing 3D" I}ia
' FroList
' FroList
' FroList
' FroList
' FroList
' FroList
' FroList
' FroList
' FroList
' FroList
' FroList
' FroList
Note: All ��-ater or secver
s
EL-D1
EL-D1
EL-Q1
E L-01
than 15 inch di:viietei sliall be approved toi Lise �ic• tlie Water
Conc Pipe, Reanfrn�ced
Canc Pipe, Reinfcn..�ed
Conc Pipe, Reanforced
Conc Pipe, Reanforoad
R'all C'.onc:�te Pipe Co Inc
Hydro Condirit Coipo:ation
Hanson Cancrete P:nducts
Concrete PiPe & Prodncts Ca Inc
D11 ? jJ1'Dj PL'T SpPL']f1C 178515. SpPL'].�l
Class III T&G. SPL Item #77
Ue i•equired Far sa�xie
ASIM C 76
ASTM C 76
ASTM C 76
ASTM C 76
' FroList
Note: All ��-ater or secver
than 15 inch dia�neter shall be approved toi use bc• the Water
PIIwi Coiporarion
hicl.at C'anstruction
Trenchless ReolaceJuent S
t o�i .3 pi•aj ect specific Uasis.
Ue rec�uired far same p
i�i'
PII�i Coip , Piscata �1i ay, N 7
Hovston, Texas
Cal�r. Canada
' FroList
' FroList
Note: All ��-ater or secver pipe larger than 15 inch dia�iietei sliall be approved Coi Lise bc• tlie Water Depait�iient o�i .3 pi�oj ect specific Uasis. Special l�eddi�ia niar Ue i•eqtiired for soine
s
Phillips Ihiscapipe, Inc ppticcnY IhxNile PolyetLylene Pipe AS'L'I�i D 12-08 8"
Plexco Inc r1STl�i D 12A8 8"
Polly Pipe, Inc ASTM D 12A8 8"
CSR Hydm Canduit'Pipeline Systems McConnell Ape Enlar�e.�ient ASTM D 12-08
' FroList
Note: All ��-ater or secver
12•`02:`l l
1 D'22r 14
33-11-12
33-11-12
than 15 inch dia�neter shall be approved Coi use bc• the Water Depait�nent on .3 proj ect
DR-ld PVC Pressive Pipe
DR-14 PVC Pressiue Pipe
Pipelife Ietstreaui
Royal Suilding Producrs
Uasis.
P�.'C A�essure Pipe
Royal Seal P[i C Pressiue Pipe
Ue required far same
A1i'li'A C900 I d" tLm 12"
AWI�'A C90� 4" tLm 12"
' FroList
Note: All ��-:ite�• or secver pipe larger than 15 inch dia�iietei sli�ll be :i�pi oved toi Lise bc• tlie Water Depait�iient o�i .3 pi•oj ect speciflc Uasis. Special k�eddi�ig niar Ue i•ec�tiired for soine pipes.
.� � i � i i i {. � � �.
Se�►-er - PivesIPVC� 33-31-2U f 7i 1�`13)
• 33-31-20 PL'C Se�c•er Pipe I-M I�famdachuingCo , Inc (7M Eagle} SDR-26 AS'L'I�i D 3034 4" - 15"
12`23197' 33-31-20 PWC Se�c•er Pipe I3iatuond Plastics Ca:poration SDR-26 95T1vI D 3034 4" tLru 15"
• 33-31-20 PVC Seu�erPipe LamsonZiylonPipe AST1vIF784 4" thru 15"
Ull18118 33-31-20 PWC Seu•er Pipe ti inyltech PVC Pipe Gratiity Sewer AS1MD3034 4" thru 15"
11/11198 33-31-20 PWC Se�c•er Pipe Iliatuond Plastics Ca:porarion "S"Gratiity5e��rer Pipe ASTMF 674 18"' to 27"
• 33-31-20 PWC Se�c•er Pipe ]-M Man�'ach,.,� Ca_ Inc (.IM Eagle) SDR 26,'35 PS 1 LSf45 ASTMF 674 18" _ 28"
09/11112 33-31-20 PVC Seu�er Pipe Pipelife Iet Stream SDIt-26 sad SDR-35 ASTM F-679 18"
a51D61a5 33-31-20 PWC Solid R'all Pipe Ilia=uond Plastics Caiporarion SDR 26,35 PS 1 LSr 46 ASTM F-674 18"' to 48"
����� 33-31-20 pWC ��`g ��P� �� SDIi-26 and SDIi-35 Gasl�t Fiifings ASTMI7-3D34. D-1781_ etc 4" - 15"
� 33-31-20 FWC Seumr Fttiags Plastic Ttmds, Ia c �},-eyedpy C Seicer Main Fittin� ASTM D 3a34
3J 19J2018 33 3120 PWC Se�c•er Pipe Pipeli£e Iet Stream SDR 35 RSTM F679 18"- 2d"
3119J2018 33 312a PVC Seu�er Pipe Pipelife Iet Stream SDR 26 ASTMD3034 4"- 15"
3129J2019 33312a �1�''etedFlm��(Pi'Li GPKProducfs.Inc SDR26 ASTMD30341F-679 4"-15"
La1211202D 33 31 2a PWC Se�c�erPipe NAPCO SDR 26 ASTMD3034 4" - 15"
10122/2020 33 3120 PWC Se�c•er Pipe SandeJson Pipe Coip SDR 26 ASTMD303d d"- 1S"
LW211202D 33312a FVCSeu�erPipe NAPCO SDR26,35PS1LSr46 ASTMF-674 18"-36"
' FroList
Note: All ��-ater or secver
05lD3.`99
a5129,"46
than 15 inch dia�neter shall be approved toi use bc• the Water
CYved inPlace
Gtuedin Place
Gtuedin Place
Insitufonn Texa:�, Inc
Nationa] Euci:ntech Curn
t o�i .3 pi•aj ect specific Uasis.
Naticwal L.ines, (SPL} Iteui /127
7nl;nw-TecLnoloev
Ue required far same
ASTM F 1216
ASTMF-1216r'I�5813
ASTM F 1216
' FroList
' FroList
' FroList
Note: All ��-:ite�• or secver pipe larger than 15 inch dia�iietei sli�ll be :i�pi oved toi Lise bc• tlie Water Depait�iient o�i .3 pi•oj ect speciflc Uasis. Special k�eddi�ig niar Ue i•ec�tiired for soine pipes.
.� � i � i i i {. � � �.
L�-ater -Auvui4enauces 33-12-1G {07ifl1i13)
fllr 1&'18 33-12-10 Double Strap Saddle Iicnvac 2fl2NSNy3on Coated AR�'A C8fl0 1"-2" SL'C, up to 24" Pipe
�8�28102 Dovble Strap Ssddla Snuth Blair #317Nylon Coated Double Strap Saddle
d7r23112 33-12-10 Double Strap Sers-ice Saddle lvuiellerCau�pany DR25 DovLle (SS} Strap DI Saddle AR'L[TA C800 1"-2" 5[7C, up W 24" Pipe
1�r'27187 Gtuh Stop�-Sall Meter Vahes McDonald 6100M6100MT & 6101VI'C 3J4" and 1"
10127.'87 Gtuh Stop�-Ball Meter Vahes McI7oaald 4S03B. 4604B. 61DoM, 6100TM and 6101M 1'h" and 2"
FS6Q0.7NL, FB1600.7-NL, F'V23-777-W-NL,
5i25i2018 33-12-10 Gtuh Stop�-Sall Meter Vahes Ford Meter &ox Ca , Iuc L22-77NI_ AR'L[TA C80a 2"
F&GUO-i�NL, FB1600-6-NL, FV23-66f�W-NL,
Si25J2018 33-12-10 Gtuh Stop�-$all Meter Vahes Ford Meter Hox Ca , Inc L22-66NL AW�[�A C800 L-112"
FB66��-NL F&1500�NL. Blla44-WR-NL.
5125J2018 33-12-10 Gtuh Stops-Sall Meter Vahes Ford Meter Hox Ca , Inc B22�4iL'IL NL, L.28a4NL AW WA C80� 1"
B-25000N, �24277N-3, B-2020�N-3, H- AWWAC800, ANSF 61,
5i25i2018 33-12-10 GtuhStop.rSallMeterVahes hluellerCo,LW 1500DN„H-1552N, HL42276N AN51II+iSF372 2"
B-25�OON, �20200N-3, �?4�?7I+i-3,H- AUJPJAC800, ANSF 61,
Si25J2018 33-12-10 Gtuh Stop�-BallMeter Vahes hfnelleeCo . Ltd 15000N. H-Ld276N. H-15525N ANSLNSF372 L-112"
B-25dUDN, �202DON-3,H-150DON, H- AWWAC800, ANSF 61,
5i25J2018 33-12-10 GtuhStop�-BallMeterVahes hluellerCo.Ltd 15530N ANSLNSF3T2 1"
d11261d0 CostedTapping Saddle witL I]oubla SS Straps 7CM Iudiulaes, Iuc #406I]ovLle Baad SS Ssddle 1"-2" Taps on np to 12"
U15121l12 33-12-25 Tapping Slee�e (Coated Ster1} 7CM Indiulnes, Inc 412 Tapping Slee4e ESS AR'R�A C-223 iTp io 3D" wr 12" Dirt
a511N11 Tapping Sleece {Staialess Stee7} Prncer.,esl 3490AS (Flange) & 3490hLT 4"�" and 16"
a2129112 33-12-25 Tapping Sleeve (Coated Ster1) Romac FIS 42a AR'07A C-223 U p to 42" wi24" Out
02l29112 33-12-25 TappingSleeve(StaialessSteel} Iiomac SSTStainlessSter7 AWWAC-223 L7pto24"wf12"Dirt
d2129112 33-12-25 Tapping S7eei�e (Staialess Stee1) ILmnac SST III Stainless Ster] AYIWA C-223 Up to 30" wf12" Du[
a5l1D�'11 ]oiat Repair Clavcp Prncer.,esl 3232 Bell 7oiaQ Repair Clauip 4" to 3 D"
Plasric Meter Hox w.'Campo�ite Lid I7FLV Plastics Inc DF4i'37G 12-1 EPAF FTR'
Plastic MeterHox wlCamposite Lid I]FLV Plastics Inc DF'SF739G 1 z-IEPAF FTR�
0813 D,'d6 Plastic Meter Sox wlComposite Lid I7F�L' Plssrics Iuc DF'WfiS� 1� 1 EPAF FTRT Class "A"
ConciYte Meter Sox Bass & Hays C�vIS37-S12 1118 LII�9
ConcsYte Meter Box Sass & Hays C�vIB-18-Dual 1416 LIQ-9
ConciYte Meter $ox Hass & Hays CSv1$65-$65 1527 LIIk9
' FroList
' FroList
' FroList
Note: All ��-:ite�• or secver pipe larger than 15 inch dia�iietei sli�ll be :i�pi oved toi Lise bc• tlie Water Depait�iient o�i .3 pi•oj ect speciflc Uasis. Special k�eddi�ig niar Ue i•ec�tiired for soine pipes.
•� 1 � � � i i' � � I'
L�-ater - Dry Barrel Fire H�drauts 33-12-4D f�li1�i14)
1Q�D1.�87 Efl-12 Ih�-Sa�relFn�eHydra� �An�erican-Darl.in�[�alce I]ray.ingNoaiQ-18608,4�1856U AR'R'AC-502
03l31188 Efl-12 DrySa�relFireHydra� AiuericanDarlingL�alce SLopI}rauingNo 9418741 AR'RrAC-5�2
0913N87 Efl-12 DrySa�relFireHydra� Clo�x•Coiporarion ShopI]rairingNo D-19845 AR'R�AC-502
Ull12193 Erl-12 DryB�relFireHydra� American A��H Companv Mode12700 AR'R�A C-5�2
08/24188 Efl-12 DrySa�relFireHydra� C1owCoiporarion I]raL�ingsD2D435,D2U136,B2D506 AR'R�AC-502
Efl-12 DrySa�relFireHydra� TI'TI�eonedyValc-e ShapI3rawiugNo D-8U7S3F'R' AWWAC-5�2
09/24187 Efl-12 Dry&s�relFireHydrau[ IVI&HVa1c�eCouipazry ShopIhawiagNo 13A76 AR'R'AC-502
ShopLka�N�qsNo 64G1
10/14187 Efl-12 DryHa�relFireHydra� MnellerCaivpany A�23Cenhmon AWWAC-502
Shop Drau�ing FH-12
Ull15188 EL-12 DryB�relFireHydra� MuellerC'ampany A-0235uperCe�uion200 AWWAC-5�2
101D9187 Efl-12 DrySa�relFireHydra� LTS Pipe&Frnmdry ShopDra��iagNo 960250 AWWAC-502
b9r`16/87 Efl-12 DrySa�relFireHydra� �l'aterousC'on2pauy ShopDra���ingNo SK7d08U3 AR'R'AC-5�2
08l12`16 33-12�0 DrySs�relFireHydraat E7(East]ordaalmaVL'orks] th'atesiVIasfer5CD25D
' FroList
Note: All ��-ater or secver pipe larger than 15 inch dia�neter shall be approved tor use bc• the Water
• � � � � � i
i� ater - A'Ieters
fl2.�D5.�43 E1DL-5 DetectarC:heikMeter .•lnaesC
�8iD5.`Ull Macnetic Dril�e L'ertical Turbine Hei
t o�i .3 pi•aj ect specific Uasis.
Mode110D0 Detectar C�eck L'ahe
Macnetic Dril�e Vectical
e ti
Ue required far same
AR�[�A C550 4" - la"
AR'LL'A C?dl. G7ass 1 3`d" - 6"
' FroList
Note: All ��-ater or secver pipe larger than 15 inch di:viietei sliall be approved toi Lise �ic• tlie Water Depai tmeiit o�i a proj ect specific Uasis. Special Ueddi�ig inac• Ue i•equired For so�xie
L�-ater - PivesIPVC fPi�essure L'4'asei•133-31-i0 (U1i�8� 13]
A1�'R'A C960, AR'[['A C605,
�lrl&'18 33-11-12 PWCPress�vePipe Vin}:11echP[iCPipe DR14 ASTMD1784 4"-12"
3r19r2018 331112 PWCPrrsivePipe Pipeli£eleiStream DIL14 AR�LVAC900 4"-12"
3r19i2018 331112 PWCPrrsivePipe Pipeli£eletStream DR1$ AR'L[�AC90a 16"_24"
Si25i2018 331112 PWCPress�vePipe I]ia�ondPlasticsCa:porarion DR1A AR'L[TAC900 �"-12"
5i25J2018 331112 PVCPress�uePipe I]iatuondPlasticsCa:porarion DRLS AWWAC90� 16"-24"
ALV WA C900.15
12/6/2018 33 11 12 PWC Pressure Pipe 7-M Mam�'ac.tvring Co , Inc d�61a ]M Eagle DiL 14 UI- 1285 4"_28"
ANSUNSF 61
FM 1612
AL4'WA C900.15
12'Gr'2018 33 11 12 PWC Pressive Pipe 7-MMam�'actvring Co , Inc d�6ra .Rwi Eagle DR 18 C1i. 1285 16„_�A„
ANSUNSF 61
FM 1612
416r'2a19 33 11 12 FWC Przssive Pipe iTadeigroimd 5olurions Inc DR1A Fusi'hle Fti C AW WA C900 4•' _ 8"
4r612a19 33 11 12 FVC Pressiue Pipe NAPG� DR18 AWWA C900 16" -24"
4r612a19 33 11 12 PVC Pressiue Pipe N.4PC0 DR14 AWWA C900 4"-12"
9r612U19 33 11 12 PWC Pressive Pipe SandessonPipeC'otp DR14 AVJWA C9�9 4"-12"
' FroList
Note: All ��-:ite�• or secver pipe larger than 15 inch di:i�iietei s1i.311 be :i�pi oved toi Lise �ic• tlie Water Depai tmeiit o�i � proj ect specific Uasis. Special Ueddi�ig iiiac• Ue i•ec�uired For so�xie pipes.
.�� i � i i i {. ���.
L�-ater - PiveslVal�es & FittinesiDucsile Iron Fitrin�s 33-11-11 fD1iD$113]
07`23:`92 E1-07 IhictilelronFittivgs StarPipeP:nducts, Inc hieihamcal7ou�Fittings AR'1�'AC153 & C110
• EL-D7 I]uctilelronFittin� Cai6nPipePxnducts,Co �echnn�cal]ointFittings AR'L[TAC11�
• EL-D7 I]uctilelmnFittin� Mc�L'anaTyierFipe,'iTmonUtilitiesDitiision M���J�Fittin�, SSBC1ass35U AL[�[zAC 153, C 110, C 111
U8l11198 EL-07 Ihutile IronFittings Sigon� Co ���17oi� Fittin�; SSS Class 351 AR�[�A C 153. C 110, C 112
a2126,'14 EL-D7 MlFittings Accncast C1ass350G153MIFittin� AR'L[�AC153 4"-12"
05l14/4$ EL-07 Ihictile Iron Ioi� Iiestraints Ford 14ieteJ Box Co /C7ni-Flange Uvi-Flauge Setle� 14D0 AUJ91A Cll llC153 4" to 36"
d5114,"48 EL-2A PVC Ioint Itestrai�s Ford 14feteJ Sox Co �'[7ni-Flaage Uni-Flange Series 150D Circle-Lock AUJ91A C1111C153 4" to 24"
11rD41U4 EL-D7 Ihictile Iron Ioin[ ILes[raints pne gult. Jnc One Bolt Rest�ained Ioim Fitting AR'R'A C1111C116IC153 A" to 12"
a2129112 33-11-11 IhictilelronPipeMecbanical7ointRan-��„t EBAA Iron, Inc MegalugSeries 11a0 (£or DIPipe} AR'R'A C1111C1161C153 A" to 42"
a2129112 33-11-11 PWC Pipe MecLanica] ]oint Reshaint EBAA fron, fnc Megalug Senes 2DOU (£or PG C Pipe} AR'R'A Cl l llC1161C153 4" to 24"
�8lDSIUII EL-D7 7�Ter�cal7ointRetainerGlands(PVC} Sigon� Co Sig�ta dnaLnkSLCA- SI.Cla AU�'R'A CllllC153 A" to 1D"
d31D6+'19 33-11-11 1UTer�cal7oint Hetainer Glands{PVG� Sigon� Co Sigma Qne-I.ak SLC54 - SLGS12 AUv'R'A C1111C153 4" to 12"
08lD51P7 EL-D7 Mer�cal7oiat RetazuerGlauds(PVC} Sigoa� Co Sigma pne-LvL- SLCE Ali'R'A C1111C153 12" to 24"
0811D198 EL-D7 MI Fittings{DIP) Saguu, Co Sigma One-Lak SLDE AR'L[�A C 153 4" - 24"
1�l12'10 EL-2d Intmor Restrained]oint SysFena S& S Teihncial Prodncts Bulldog 5��stem ( Dismond Lok 21 &.IM Eagle ,�$'�.f F-1624 4" to 12"
08116,'d6 EL-D7 1„Ter�cal7oi� Fittings SIF Iudastries(Saampoi�} M�'h""�1 J� Fittiags AR'L[TA C 153 A" to 2A"
11lD7116 33-11-11 7uTer�cal7oint Retsiner Glands Star Pipe Prodiuts, Inc �C ��gnP �� d� ASTM A536 AUJUJA Cl l l
111D7.'16 33-11-11 7�Ter�cal7oint Reisiner Glands Star Pipe Prodiuts. Inc DIP Stargrip Series 3d00 ASTM A536 AWI�'A Cl l l
a311911$ 33-11-11 7�Ter�cal7oint Retsiner Glands SIP Indvstries(SerauipoiY) ��P ��t Restraiat (FSD) Slsck For DIP ASTM A536 AWI�JA Cl l l 3"�8"
a3119118 33-11-11 7Uier�cal7oint Retsiner Glands SIP Indastries(SerampoiY} ��''P JO�t �g�"�t tEZ6� Red farG`�0 ASTM A536 AW WA Cl l l 4"-12"
DIt14 PL'C Pipe
03/19/18 33-11-11 7�ier�cal7oint Retsiner Giands SIP Indvstries(SerauipoiY} ��P JO�t Restraint (EZ6) Red ForC9a0 ASTM A536 ALIJRJA Cl l l 16"_24"
DIt18 PL'C Pipe
' FroList
Note: All ��-:ite�• or secver pipe larger than 15 inch di:i�iietei s1i.311 be :i�pi oved toi Lise �ic• tlie Water Depai tmeiit o�i � proj ect specific Uasis. Special Ueddi�ig iiiac• Ue i•ec�uired For so�xie pipes.
.�� i � i i i {. ���.
L�-ater - Piveslti sl� es & Fittin�siResiiiens Seased Gate L'a�rex 33-12-2U fU5l13i 151
A.esilie� R"edged Gateti ah�e w•r� Gears A�nerican Flon Conirol Series 2500 Drai�ing.�'.4�20247 16"
12i13102 Aesilie� 1�"edge Gate Us1�e American Flow Control Selie� 253D and Series 2536 AR'L[�A C515 30" and 36"
08/31149 Aesilie� 1�"edge Crate Valce American Floa Conhol Series 252D & 2524 (SD 442a255} AR'L[TA C515 20" and 24"
U5l18199 Aesilie� R"edge Crate Vsltie A�nerican Flon Conhol Series 2516 (SD 942U247] AR'L[�A C515 16"
10124,'00 EL-26 A.esilie� R"edge Crate iialce A�nerican Flow Conirol Series 25a0 (I]uctile lron} AR'L[�A C515 4" to 12"
�$lOSIU1 Aesilie� 1�'edge Crate Us1�e American Flow Conkol d2" and d8" AFC 250G1 AR'L[�A C515 42" and 48"
d5123191 EL-26 Aesilie� 1�"edge Crate i+alce Americau A[�K Companv Americau AL'K Resilie� Seaded GE' AR'L[TA C509 4" to 12"
U11241U2 EL-26 R.esilie.� Wedge Gate ii slce American A[� Companv 2D" and smaller
• EL-26 A.esilie� Seated Gate Vahe Ke�nedy 4" - 12"
* EL-26 Resilie� Seated Gate Vahe M&H d" - 12"
• EL-26 Aesilie� Seated Gate Vahe Mveller Ca d" - 12"
11rD&"49 Aesilie� 1�"edge Crate Valce Mueller Ca Senes A2361 (SD 661� AW1[TA C515 16"
a1f231a3 Aesilie� R"edge Crate Vsltie Mueller Ca Series A2360 far 18"-24" (SD 6704} AWR�A C515 24" aud smaller
a51131a5 A.esilie� R"edge Gate Uslve Mveller Ca Mueller 30" & 36", G515 AR'L[�A C515 3a" and 36"
01131106 Aesilie� 1�'edge Gate Us1� e Mveller Ca Mueller d2" & 48". GS 1 S AR'L[�A C515 42" and 48"
dlr'2&'88 EL-26 Aesilie�l�"edgeGatei+alce C1oW;Vah�Ca AR'�[TAC509 A"-12"
10rD4+"44 Aesilie� LS"edge Gate Valve G1ow�ialti�e Co 16" RS GV (SD D-2U995} AR'L[�A C515 16"
11rD&'99 EL-26 A.esilie�R"edgeCrateiialce C1ow�ialy�eCo C.YowRL[�[�alce{SDI7-21652} AR�'AC515 2A"andsmaller
11r'291A1 Resilie� R'edge Crate Us1�e Clow Vah-e Ca Clolc 3D" & 36" �515 AR'L[�A C515 30" and 36" (Note 3]
11J3D,`12 Aesilie� R"edge Gate Us1�e Clow Vah� Ca Clou• L�alce Mvde12538 AR'L[�A C515 2d" to 48" (Note 3}
05/08191 E1-26 Resilieut Seatad Gate Valce S�'kfinn� Vahes & Fittings AW WA C 509, ANSI 420 - stem 4" - 12"
ASTM A 276 Type 3D4 - Solis &
mrts
• EL-26 A.esilie� Seated Gate Vahe U S Pipe andFrnmdiyCo Mehosea1250, raquirzments SPL#74 3" to 16"
10f26�'14 33-12-20 Aesilie� Seated Gate Vahe E.1(Esst ]ordau Iron VL'orlcs] E]F1owD7astea CmteL'alce & Boaes
0&`2dr`18 Matco Gate Valce Matco-Narca ??7 3riR AV� LL'Arr1NSI C1151Psn21 15 d" to 16"
' FroList
' FroList
Note: All ��-ater or secver
asr 12'as
05l12105
a51121a5
�ro�,�i9
EL-13
EL-13
EL-13
33-11-11
than 15 inch di:viietei sliall be approved toi Lise �ic• tlie Water Depai tmeiit o�i � proj ect specific Uasis. Special Ueddir
, i i {•
�e EucasemenS 33-11-1U {U1i�8� 13]
ihy3ene E.ncasvie.nt F7exsol Packaging Fulton Enteiprises
thylene E.ncasvie.nt hirnmtain States Plsstics (MSP} andAEP Ind Standazd Hardicare
thylene E.ncasnieut AEP Indastries Bu1Lsh-ongby Cou�toun Bolt & Crasl�t
ihylene Encasnient Northtrn4nProducts Inc PE Encasement For DIP
Ue i•equired Far sa�xie
AR�[�A C105
AR'L[�A C105
�n�uT� cios
AR'L[�A C105
8 nvl LS.D
8milrin
a�rin
8 mil r .i .n
' FroList
' FroList
Note: All ��-ater or secver
ia:� i:2a
0.1/D9.�21
Ud109.�21
than 15 inch di:viietei sliall be approved toi Lise �ic• tlie Water
Mueller
D11 ? jJ1'Dj PL'T SpPL']f1C 178515. SpPL'].�l
HG6 _S-IN-2-BRN-LPRIi(PortaWe)
HG2-A-IN-2-PVC-O 1 S-LPLG{Per�anen
Eclivse #980Dwc.
Ue i•equired Far sa�xie
' FroList