HomeMy WebLinkAboutContract 62030-PM1FORT WORTH.
CONTRACT
FOR
THE CONSTRUCTION OF
CSC No. 62030-PM1
DHL ALLIANCE F — WATER SERVICE INFORMATION
IPRC Record No. IPRC24-0020
City Project No.105418
FED No. 30114-0200431-105418-EO7685
File No. N/A
Mattie Parker David Cooke
Mayor City Manager
Christopher P. Harder, P.E.
Director, Water Department
Lauren Prieur
Director, Transportation and Public Works Department
Prepared for
The City of Fort Worth
Transportation and Public Works Department
October 2024
::: h a Lff
1201 North Bowser Road
Richardson, TX 75081
TBPE Firm No. F-312
y�RIE OF
PAUL DANA BARTEL
.... 136395
11��' ��cer+s�° � �►�
� `N Al. �NJ
OFFICIAL RECORD to is Ja'at'-1
CITY SECRETARY
FT. WORTH, TX
FORTWORTH.
City of Fort Worth
Standard Construction Specification
Documents
Adopted September 2011
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 1 of 8
SECTION 00 00 00
TABLE OF CONTENTS
Division 00 - General Conditions
0005 10 ra.. ye f aa Getmeil Geff,,.,,,aiea4ie
0005 45 Addend
nn�3 ln.yit tie to Bidders
Last Revised
min i
n�in�n
m in�z4
nn�3
00 41 00
00 42 43
instf,,etiors to Bidde :s
Bid Form
Proposal Form Unit Price
ni ii�s4
09/30/2021-
01/20/2012
nnii�T
0043 13
nn�
nno0
Bid Ben
�T� corder CowT).iGtwa to Sta4e Law T, Nonresident Bidde
l;fieations
ntii�zvrr
nQii��r
45 11
0045 12
Bid efs Pfe,,u
Prequalification Statement
D-o,,u l;fie do A,.pliea4ie
09/30/2021
nQii
0045 13
00 45 26
Contractor Compliance with Workers' Compensation Law
E,.,,;t-Y
z
04/02/2014
ii nisi
0045 40
00 52 43
Btis ness Gee
Agreement
3/03/2024
0061 13
Performance Bond
12/08/2023
0061 14
Payment Bond
12/08/2023
0061 19
Maintenance Bond
12/08/2023
00 61 25
Certificate of Insurance
r_efiefa
07/01/2011
00:72 00
00�✓-08
Cend tie ff,
4%"tGp°yro
Conditions
03/n�i4
n� 108/2 24
v�rvarzvzT
Division 01-
General Requirements
Last Revised
01 1100
Summary of Work
12/20/2012
01 25 00
Substitution Procedures
07/01/2011
01 31 19
Preconstruction Meeting
08/17/2012
01 31 20
Project Meetings
08/30/2013
01 32 16
Construction Schedule
10/06/2023
01 32 33
Preconstruction Video
07/01/2011
01 33 00
Submittals
12/20/2012
01 35 13
Special Project Procedures
03/11/2022
01 45 23
Testing and Inspection Services
03/09/2020
01 50 00
Temporary Facilities and Controls
07/01/2011
01 5526
Street Use Permit and Modifications to Traffic Control
03/22/2021
01 57 13
Storm Water Pollution Prevention Plan
07/01/2011
0158 13
Temporary Project Signage
07/01/2011
01 60 00
Product Requirements
03/09/2020
01 66 00
Product Storage and Handling Requirements
07/01/2011
01 70 00
Mobilization and Remobilization
11/22/2016
01 71 23
Construction Staking and Survey
02/14/2018
01 74 23
Cleaning
07/01/2011
0177 19
Closeout Requirements
03/22/2021
01 78 23
Operation and Maintenance Data
12/20/2012
01 78 39
Project Record Documents
07/01/2011
CITY OF FORT
WORTH
DHL ALLIANCE F
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
CPN - 105418
Revised March 8, 2024
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 2 of 8
Technical Specifications which have been modified by the Engineer specifically for this
Project; hard copies are included in the Project's Contract Documents
Date
Division 02 - Existing Conditions Modified
0241 13 Selective Site Demolition NONE
0241 14 Utility Removal/Abandonment
0241 15 Paving Removal
Division 03 - Concrete
03 30 00
Cast -In -Place Concrete NONE
03 34 13
Controlled Low Strength Material (CLSM)
03 34 16
Concrete Base Material for Trench Repair
03 80 00
Modifications to Existing Concrete Structures
Division 26 - Electrical
26 05 00 Common Work Results for Electrical NONE
2605 10 Demolition for Electrical Systems
26 05 33 Raceways and Boxes for Electrical Systems
26 05 43 Underground Ducts and Raceways for Electrical Systems
Division 31- Earthwork
31 1000 Site Clearing NONE
3123 16 Unclassified Excavation
31 23 23 Borrow
31 24 00 Embankments
31 25 00 Erosion and Sediment Control
31 36 00 Gabions
31 37 00 Riprap
Division 32 - Exterior Improvements
3201 17 Permanent Asphalt Paving Repair NONE
3201 18 Temporary Asphalt Paving Repair
32 01 29 Concrete Paving Repair
32 1123 Flexible Base Courses
32 1129 Lime Treated Base Courses
32 1133 Cement Treated Base Courses
32 1137 Liquid Treated Soil Stabilizer
32 1216 Asphalt Paving
32 1273 Asphalt Paving Crack Sealants
32 13 13 Concrete Paving
32 1320 Concrete Sidewalks, Driveways and Barrier Free Ramps
32 1373 Concrete Paving Joint Sealants
32 14 16 Brick Unit Paving
32 16 13 Concrete Curb and Gutters and Valley Gutters
32 1723 Pavement Markings
32 1725 Curb Address Painting
3231 13 Chain Fences and Gates
32 31 26 Wire Fences and Gates
32 31 29 Wood Fences and Gates
3232 13 Cast -in -Place Concrete Retaining Walls
CITY OF FORT WORTH DHL ALLIANCE F
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN - 105418
Revised March 8, 2024
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 3 of 8
3291 19 Topsoil Placement and Finishing of Parkways
3292 13 Sodding
32 92 14 Non -Native Seeding
32 92 15 Native Grass and Wildflower Seeding
32 93 43 Trees and Shrubs
Division 33 - Utilities
33 01 30 Sewer and Manhole Testing NONE
33 01 31 Closed Circuit Television (CCTV) Inspection
3303 10 Bypass Pumping of Existing Sewer Systems
3304 10 Joint Bonding and Electrical Isolation
33 04 11 Corrosion Control Test Stations
33 04 12 Magnesium Anode Cathodic Protection System
33 04 30 Temporary Water Services
33 04 40 Cleaning and Acceptance Testing of Water Mains
33 04 50 Cleaning of Sewer Mains
3305 10 Utility Trench Excavation, Embedment, and Backfill
3305 12 Water Line Lowering
3305 13 Frame, Cover and Grade Rings -Cast Iron
3305 13.01 Frame, Cover and Grade Rings -Composite
3305 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to
Grade
3305 16 Concrete Water Vaults
3305 17 Concrete Collars
33 05 20 Auger Boring
33 05 21 Tunnel Liner Plate
33 05 22 Steel Casing Pipe
33 05 23 Hand Tunneling
33 05 24 Installation of Carrier Pipe in Casing or Tunnel Liner Plate
33 05 26 Utility Markers/Locators
33 05 30 Location of Existing Utilities
33 11 05 Bolts, Nuts, and Gaskets
33 11 10 Ductile Iron Pipe
33 11 11 Ductile Iron Fittings
33 11 12 Polyvinyl Chloride (PVC) Pressure Pipe
33 11 13 Concrete Pressure Pipe, Bar -Wrapped, Steel Cylinder Type
33 11 14 Buried Steel Pipe and Fittings
33 12 10 Water Services 1-inch to 2-inch
33 1211 Large Water Meters
33 1220 Resilient Seated Gate Valve
33 1221 AWWA Rubber -Seated Butterfly Valves
33 1225 Connection to Existing Water Mains
33 1230 Combination Air Valve Assemblies for Potable Water Systems
33 1240 Fire Hydrants
33 1250 Water Sample Stations
33 1260 Standard Blow -off Valve Assembly
3331 12 Cured in Place Pipe (CIPP)
3331 13 Fiberglass Reinforced Pipe for Gravity Sanitary Sewers
3331 15 High Density Polyethylene (HDPE) Pipe for Sanitary Sewer
33 31 20 Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe
CITY OF FORT WORTH DHL ALLIANCE F
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN - 105418
Revised March 8, 2024
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 4 of 8
33 31 21
Polyvinyl Chloride (PVC) Closed Profile Gravity Sanitary Sewer
Pipe
33 31 22
Sanitary Sewer Slip Lining
33 31 23
Sanitary Sewer Pipe Enlargement
33 31 50
Sanitary Sewer Service Connections and Service Line
33 31 70
Combination Air Valve for Sanitary Sewer Force Mains
3339 10
Cast -in -Place Concrete Manholes
33 39 20
Precast Concrete Manholes
33 39 30
Fiberglass Manholes
33 39 40
Wastewater Access Chamber (WAC)
33 39 60
Epoxy Liners for Sanitary Sewer Structures
3341 10
Reinforced Concrete Storm Sewer Pipe/Culverts
3341 11
High Density Polyethylene (HDPE) Pipe for Storm Drain
3341 12
Reinforced Polyethylene (SRPE) Pipe
3341 13
Polypropylene Pipe for Storm Drain
33 46 00
Subdrainage
33 46 01
Slotted Storm Drains
33 46 02
Trench Drains
3349 10
Cast -in -Place Manholes and Junction Boxes
33 49 20
Curb and Drop Inlets
33 49 40
Storm Drainage Headwalls and Wingwalls
Division 34 - Transportation
3441 10 Traffic Signals NONE
3441 10.01 Attachment A — Controller Cabinet
3441 10.02 Attachment B — Controller Specification
3441 10.03 Attachment C — Software Specification
3441 11 Temporary Traffic Signals
3441 13 Removing Traffic Signals
3441 15 Rectangular Rapid Flashing Beacon
3441 16 Pedestrian Hybrid Signal
34 41 20 Roadway Illumination Assemblies
34 41 20.01 Arterial LED Roadway Luminaires
34 41 20.02 Freeway LED Roadway Luminaires
34 41 20.03 Residential LED Roadway Luminaires
34 41 30 Aluminum Signs
3471 13 Traffic Control
Technical Specifications listed below are included for this Project by reference and can be
viewed/downloaded from the City's website at:
httv:Hfortworthtexas.gov/tpw/contractors/
or
httvs:Happs.fortworthtexas.eov/Proi ectResources/
Division 02 - Existing Conditions Last Revised
0211 13 Soloed; ,o Site rlemelifieti 03/ice
1 02 11 11 Ut lit-y Re,...&ya4 n l..,ra rm—len- A 12i�1
CITY OF FORT WORTH DHL ALLIANCE F
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN - 105418
Revised March 8, 2024
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 5 of 8
Division 03 - Concrete
93-30-AA Gam In I1a
t C to 03 1�/20
� z
03 ?/1 13 Controlled Tow Strength Material (CT SM 12/�12
03 34 16 C >� >\a e�e�e+e,; l or-T,e. L De«.—= 12/20,1201-2
03--80-00 &fiVRtolJr2 t0
Division 26 - Electrical
260500 C.....er W�l loll. >~'lis F eetfie.,l 03/1�z
�.r
2605 10 Demolition for- Eleetfie.,l Systems 12/7 z
2605 43 Underg> ound Duct and Raee. ays for- Electrical Systems n�/no ,�i
26-03-50 Eommunie�ions Multi Duct Gond*4 024269
Division 31- Earthwork
3l A Site Gerg n3ly 2,12021
312323 Beffe n/7vlr99/2013
3124 nn > 1_ 1 n1 /�13
�o .�1�,,.1�nt�
31 25 00Erosion and Sediment Control 04/29/2021
^
abiens
3,�00 Ripr-ap 12/ z
Division 32 - Exterior Improvements
3-201 17 De, -ma ePA Asphalt Paving Do,-.ai 1'1/7r Q01/20i2
332^ 01 29
.,,�.
re,-ete Paving De,..ai 17/7 z
h 1123
Flexible Base Getifses 17/7 z
112 1129
Lime T-ea4e,l Base Ce,,..ses 1�/�12
37 1 1 33
Cement T«eate,l Base !'',,,,,-ntin�22
32 1 1 37
Liquid Treated Sol Stabilize 0 1�115
32 1216
i 2) ra.x.1t P c1 ing 12 /7� 20/20 i-2
373
1 1 �/�n/2n1 2
�'1a1►��t I���aol fioal�n � ��
37 13 13
C rey-ete D.,.,i-ng nti/1�22
27�0
32 73
idziwOko, Dtvi 'e.. ays and T2.,f f e.- F-Fee Ramps 17/n�, n 2
',,,� f- Paving D..,,,;-,� 1- Se.,l. 1 7/7 z
32 14-16
37�3
e g E)if a4s
B-6ok T-*At P Cviag 12/rcr2vriviz
C ne,.ete C,,,a. and C_„#e,-s and Valley Gutters 1 Mi
37�3
32 1 7 25
�a00
D.,..e,v.en4 TiT.,fkifigs nG/1vrn 10//2022
Curb Ad .l,- 1 /nn
�i:Iting 1 ,1201 3n
'' ?) 13
37�o
(''1.ai >renees ,-ada-ad r ,-es- 11 / 2
.e >;enees 12/�1')
PL 29
W; and Gates
Wood > e,-,ees a -a Gates 12/�1-2
32 32 i3
Gast in Llla� Coner-e o Rl &fining Walls W05A201 9
Z7�9
33
Topsoil Pl.,ee.v,e*t ..r)d Fimdhing ,,4'D...,.1..,.,y Right of ..,� n'2n�z
nvlo�i
3292
92 11
Sodding
>`ro Native Seedini. nc/1o�i
Z 7�5
Native C tir-and xx ildt1 ewe . Seeditfl.T !W06A2023
3293 43
Trees and FJ. mbo 12/�1-2
CITY OF FORT WORTH DHL ALLIANCE F
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN - 105418
Revised March 8,
2024
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 6 of 8
Division 33 - Utilities
330130 Sewe- >\ T nn/n�/201 Q
1t7111�j � 07%i.2T� o�ro�-�o�v
33 n1 31 Cleee,a C:;� Television (CCTV) inspee+: n3n�i
�T on E"ianital^;e�
/ lese,l C:re„it Television (GGTV) inspono: ,2-
3��2 on E"t�ITn Jrair. 12108/20��
3303 10 "LC Dl mr/ng of'Existing Sewer- Syste12/ z
2 2410 joif4 Beading a„,1 Eleetf eel isolation 1 / z
22�= Corrosion Control Test Stations 12/7 z
22�o Temporary Water Sery e07/0T
33 04 40 Cleaning and Acceptance Testing of Water Mains 02/06/2013
ZZ�on Cleaning of Pipes nZ /1v 4 b/2022
3305 10 Utility Trench Excavation, Embedment, and Backfill 04/02/2021
3305 12 Water I :„e Lowering 1 �/ I
'22�3 Ft:a e Cove. e„,1 Grade n;„ee nn/n i
n djusti „g Nlaf1,elesinlets,Valve Boxes, a„,1 Other- Stfueiurest6
zz�4
3 2�
�
Gfade
Ce„e -ete Water- Vats is
n�n�i
12 0Q
22�Tr
330520
22�T
22�z
Ce„e,-ete Collars
Ong
col I '
�r�,N � nlate
Steel Gasing pipe
n2/1�z
12,90/2012
12/20/2012
117 0/2012
22�3
3' 05 24
ire„,1 T„„„el;„e
Inv\11at;/, n of'!'',,ff e,- Pipe in !''acing or- T„„„el Liner- e,-
TTti1;+„ Ti
17/7/�L
12,109,12022
17/7
33 05 26
33 05 30
33 11 o5
a-Le,-s/T aee+e fs
Location of Existing Utilities
Belts, Th�s, and Gaskets
z
12/20/2012
12�!_2
33 11
33 11 11
D etile I,-e„ Pipe
Ductile Iron Fittings
12/0z
09/20/2017
33 11 12
Polyvinyl Chloride (PVC) Pressure Pipe
09/09/2022
3311 13
Gonerete Pr-essufePipe Baf: ALFapped, Steel Cylinder- T„„e
1�/�Q
33 1 1 11
Buf e,1 Steel Pip „,1 >~;++;„,.e
17/7 z
33 1210
Water Services 1-inch to 2-inch
02/14/2017
2,33 12 11
22�no
Large Water- Mete,.e
rote
12/7 z
ne/n
33 1 7 11,
Resilient Seated Valve
A WW A Rubbef: Sea4e,1 Bt Ate,-fl„ Valy e
5
nA /7�9
33 1225
Connection to Existing Water Mains
02/06/2013
'i2�o
22�no
Colo A;,- Va4ye Assemblies for- Potable Wa4e,- Systems
L';,�
12/20/2012
/n
33 1250
Water Sample Stations
Assembly
01 4
12/20/2012
33 1260
33 21 1 7
Standard Blow off Valve
C,,,.e,1 ;„ Dleee Pipe (CIPP)
0649,12013
12N z
�,3 3' 13
F4borglw0 P e;„f ,.ee,1 Pipe for- G fa- ,:,z, Sanit -y Sew a
1 2 /7 z
2-3 15
22�o
HighDensity Polyethylene (HDP r) n:„e for ftmile-7 -Sewer-
e
nn/o�n
no/n��
23 2 ^ 1
Polyvinyl Ghlefi (PVG) Gfa- ity Sanit fy Sewer- Pipe
Polyvinyl Cl,le,i e (PNIG) Close,l nf; D-le /'� e, -,i Sanitzr�, �
7/ 1z
Pipe
3i3 P. 22
Sanitafy Seor F)Y*; liming
12 /�1
2,33 Pi 23
22�o
Sa-nit ,.,, SewerD c 1—N Ixgat33e
Ce„ eetions e„,1 ee e
1 X20,Q
nn/�13
33 31 70
Sa-nit Fy Sewe,. Se,.,,;ee SeFy Li
Air- Va4ye fA Fani*,c ";, Sewe, >~ eFee >, aif
12/7 z
CITY OF FORT WORTH DHL ALLIANCE F
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN - 105418
Revised March 8, 2024
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 7 of 8
3339 10
�o
C D a Gene,-ete Manholes 1290112n12
.�.�.t In � .�., ��
1 2 �2�n0L
333930
33-39 40
2273 39 60
22�o
Wastewater ate A eeess Chamber- (A A C) 121 2 2 2
L4nefsDi Eanitzw- Sewer- e+,.,,,.+wes 042�T
Reif fofeea Gonerete Stof.., C'o...e -ts 07/0T
Pi
33 11 11
e/C„lye
f
1T4gh Dor c t-; n,.l..ethy ea- (LDPB) Di;, to= Drain 1 2�2rLrs O/2012
3- 11 12
Reinforeed Pol.,ethy ene (ERPE) lkpe „ n�15
2 2
.� 11 1.,
Poly.-.,-,,.-.y4ene Pipe for 9 06/1 n12n22
one Drain ��
3-3-4600
Sttbdminago , 2 4�12
2 2�z
Slotted te= Dmitx; n� fnm rviiz044
33 4602
T-feach Drain n2/no ,�z
22�0
+ 1 M hele� 12N0/2012
Ciao in Ira ��✓ax.� �anetiel�e��es
23 4920
Gab and Drap inlets fen "�22
22�no
+ 1 ,1 W lls 07i01 i2n1 1
�� D�1�.ge-�eac'zTr�lz�.e�� �n
Division 34 -
2/l�o
Transportation
Tr-affie c;,nall n2n�z
2^ono11
Attl- lYP1v11S+� i r,.at-ollef r.,l.ine 12�lzz48/20i5
2n nevi
Att"- lm-�omt a GepA-olle. Spee;fiea4 n2�2
2 n n�v3
34 11 11
�rtta6h===eart Software Speei ea 2
Tempe -ar-y Tr -a ffi , Signals „ i2n, �3
✓1 11 12
Removing •rr f'fie Signals n2n�z
2A�o
1.. 12Nn/2n12
�Y ZLII.nr�.��4a�a�,lias ��
2n n�nolr
1 r r 06n5/2015
�rFtGr1'� �.J� ���' ...lal�'�1F�'Yt0.9�
24 4120.02
�
., r .%1mlras ntin 5/2n1 �-c
Freeway LED n,,, d-w �a
2n n�02
1 r r-za 0645,L2015
34-41-30
2n�3
' 1 1 n 2/2n1 2
�41uQ
r.�il�urs .� GIs
Tr.,ff e Gontfe4 n2i2�i2�4-
Appendix
GR-01 60 00
Product Requirements
END OF SECTION
CITY OF FORT WORTH DHL ALLIANCE F
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN - 105418
Revised March 8, 2024
OO Q 41
DAP " BID PROPOSAL
IHµa l of t
SECTION 00 42 43
Developer Awarded Projects - PROPOSAL FORM
UNIT PRICE BID
Bidder's Application
Project lion lnk, nllalion
Bidder's
Proposal
Bidlist
I
Dcscnpn, n
Spccillcation
Ural of
Bid Unit Pncc I
Bid Valuc
Item No
Section No
Mcaulrc
Qlinlll ll\
UNIT I: WATER IMPROVEMENTS
1
1118
4" - 12" Pressure Plug
0241 14
EA
4 $1.262.00
$5,048.00
2
10241
3305 01 12
Concrete Collar
3305 17
EA
1 $965.00
$965.00
3
3311 0001
Ductile Iron Fittings w/ Restraint
33 11 11
TON
1 $15,244.00
$15.244.00
4
3311 0241
8" Water Pipe
33 11 10 33 11
LF
13 $303.00
$3.939.00
5
3311 0441
12" Water Pipe
33 11 10 33 11
LF
42 $327.00
$13,734.00
7
3312 2203
2" Water Service
33 12 10
EA
2 $6,742.00
$13,484 00
9
3312 4205
20" x 12" Tapping Sleeve and Valve
33 1225
EA
2 $16,881.00
$33,762 00
10
9999 0001
Silt Fence w/ Removal
99 99 01
LF
195 $6.00
$1,170_00
11
9999.0002
Inlet Protection w/ Removal
99 99 01
EA
5 $200.00
$1,000.00
TOTAL UNIT I: WATER IMPROVEMENTS $88,346.00
UNIT II: SANITARY SEWER IMPROVEMENTS
TOTAL UNIT Ik SANITARY SEWER IMPROVEMENTS
UNIT III: DRAINAGE IMPROVEMENTS
TOTAL UNIT III: DRAINAGE IMPROVEMENTS1
UNIT IV: PAVING IMPROVEMENTS
TOTAL UNIT IV: PAVING IMPROVEMENTS
UNIT V: STREET LIGHTING IMPROVEMENTS
TOTAL UNIT V: STREET LIGHTING IMPROVEMENTS
UNIT VI: TRAFFIC SIGNAL IMPROVEMENTS
TOTAL UNIT VI: TRAFFIC SIGNAL IMPROVEMENTS
Bid Summan'
UNIT I: WATER IMPROVEMENTS
UNIT It: SANITARY SEWER IMPROVEMENTS
UNIT III: DRAINAGE IMPROVEMENTS
UNIT IV: PAVING IMPROVEMENTS
UNIT V: STREET LIGHTING IMPROVEMENTS
UNIT VI TRAFFIC SIGNAL IMPROVEMENTS
This Bid is submitted by the entity named below:
BIDDER:
N right Construction Co Inc.
tAlo %%. %% all Street
Grapes ine, 7X 76051
$88,346.00
Total Construction Bid $88,346.001
BY: Ks le \larch
- � t
TITLE: /�g
DATE: 7 C
Contractor agrees to complete N'ORK for FINAL ACCEPTANCE within
COKTPUCT commences to run as pros"ided in the General Conditions.
END OF SECTION
10 working days after the date A hen the
CT I Y OF FORT WOR TH
STANDARD CONS TRUCI ION SK CIFIC"AIION D(X I'Kff Nrs - DC\T 1 OPLR AWARDFD PROJECTS
I -i S mwn Septcmlm I. -411 c
00 .12 11 li,d Pr,,1 1 _ D AP Bt D6 1 1PRC
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
0045 12-1
PREQUALIFICATION STATEMENT
Page 1 of 1
SECTION 00 45 12
PREQUALIFICATION STATEMENT
Each Bidder for a City procurement is required to complete the information below by
identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the
major work type(s) listed.
Major Work Type Contractor/Subcontractor Company Prequalification
Name Expiration Date
Water Distribution: Wright Construction Co Inc. 4/30/2025
12" and under
The undersigned hereby certifies that the contractors and/or subcontractors described in
the table above are currently prequalified for the work types listed.
BIDDER:
Wright Construction Co Inc By: Kyle Marsh
Company (P
600 W Wall Street Signature: r f
Address
Grapevine. TX 76051 Title:
City/State/Zip (Please Print)
Date: !f]1-712
END OF SECTION
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised September 30, 2021
DHL ALLIANCE F
CPN - 105418
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
UVA
38
004526-1
CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW
Page 1 of 1
SECTION 00 45 26
CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW
Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it
provides worker's compensation insurance coverage for all of its employees employed on City
Project No. 105418. Contractor further certifies that, pursuant to Texas Labor Code, Section
406.096(b), as amended, it will provide to City its subcontractor's certificates of compliance with
worker's compensation coverage.
CONTRACTOR:
Wright Construction Co Inc
Company
600 W Wall Street
Address
Grapevine, TX 76051
City/State/Zip
THE STATE OF TEXAS §
COUNTY OF TARRANT §
By: Kyle Marsh
(Please
Signature:
�Df�j'/ yin
Title:£
(Please Print)
BEFORE ME, the undersigned authority, on this day personally appeared
known to me to be the person whose name is
subscribed to the foregoing instrument, and acknowledged to me that he/she executed the same as
the act and deed of Pko ciiv1 4, SAW RU 0h4i5 act«.. for the purposes and
consideration therein expressed and in the capacity therein stated.
GIVEN UNDER MY HAND AND SEAL OF OFFICE this Iday of
i 29a
WYP 0NAL1)S0N
*--e�N- DEB D i Notary Public in and for the State of Texas
2�' :� MY COMMISSION EXPIRES I
.'"= U1/2�+12025
1 -
& NOTARY ID: 11970986
END OF SECTION
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised April 2, 2014
DHL ALLIANCE F
CPN-105418
00 52 43 - 1
Agreement
Page 1 of 6
SECTION 00 52 43
AGREEMENT
THIS AGREEMENT, authorized on 10/08/2024 , is made by and between the City of Fort
Worth, a Texas home rule municipality, acting by and through its duly authorized City Manager,
("City"), and Wright Construction Co Inc., authorized to do business in Texas, acting by and
through its duly authorized representative, ("Contractor"). City and Contractor may jointly be
referred to as Parties.
City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows:
Article 1. WORK
Contractor shall complete all Work as specified or indicated in the Contract Documents for the
Project identified herein.
Article 2. PROJECT
The project for which the Work under the Contract Documents may be the whole or only a part is
generally described as follows:
DHL ALLIANCE F — WATER SERVICE INFORMATION
CPN - 105418
Article 3. CONTRACT PRICE
City agrees to pay Contractor for performance of the Work in accordance with the Contract
Documents an amount, in current funds, of Eighty -Eight Thousand Three Hundred and Forty -Six
Dollars ($88, 346.00). Contract price may be adjusted by change orders duly authorized by the
Parties.
Article 4. CONTRACT TIME
4.1 Final Acceptance.
The Work shall be complete for Final Acceptance within 10 days after the date when the
Contract Time commences to run, as provided in Paragraph 2.02 of the General Conditions,
plus any extension thereof allowed in accordance with Article 12 of the General Conditions.
4.2 Liquidated Damages
Contractor recognizes that time is of the essence for completion of Milestones, if any, and
to achieve Final Acceptance of the Work and City and the public will suffer from loss of
use if the Work is not completed within the time(s) specified in Paragraph 4.1 above. The
Contractor also recognizes the delays, expense and difficulties involved in proving in a
legal proceeding, the actual loss suffered by the City if the Work is not completed on time.
Accordingly, instead of requiring any such proof, Contractor agrees that as liquidated
damages for delay (but not as a penalty), Contractor shall pay City One Hundred Dollars
($100.00) for each day that expires after the time specified in Paragraph 4.1 for Final
Acceptance until the City issues the Final Letter of Acceptance.
Article 5. CONTRACT DOCUMENTS
5.1 CONTENTS:
A.The Contract Documents which comprise the entire agreement between City and
Contractor concerning the Work consist of the following:
CITY OF FORT WORTH DHL ALLIANCE F
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN - 105418
Revised March 3, 2024
00 52 43 - 2
Agreement
Page 2 of 6
1. This Agreement.
2. Attachments to this Agreement:
a. Bid Form
1) Proposal Form
2) Vendor Compliance to State Law Non -Resident Bidder
3) Prequalification Statement
4) State and Federal documents (project specific)
b. Current Prevailing Wage Rate Table
c. Insurance Certification Form (ACORD or equivalent)
d. Payment Bond
e. Performance Bond
f. Maintenance Bond
g. Power of Attorney for the Bonds
h. Worker's Compensation Affidavit
i. MBE and/or SBE Utilization Form
3. General Conditions.
4. Supplementary Conditions.
5. Specifications specifically made a part of the Contract Documents by attachment or,
if not attached, as incorporated by reference and described in the Table of Contents
of the Project's Contract Documents.
6. Drawings.
7. Addenda.
8. Documentation submitted by Contractor prior to Notice of Award.
9. The following which may be delivered or issued after the Effective Date of the
Agreement and, if issued, become an incorporated part of the Contract Documents:
a. Notice to Proceed.
b. Field Orders.
c. Change Orders.
d. Letter of Final Acceptance.
Article 6. INDEMNIFICATION
6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own
expense, the city, its officers, servants and employees, from and against any and all
claims arising out of, or alleged to arise out of, the work and services to be performed
by the contractor, its officers, agents, employees, subcontractors, licenses or invitees
under this contract. This indemnification provision is svecificallv 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 anv act, omission or negligence of the city.
This indemnity provision is intended to include, without limitation, indemnity for costs,
expenses and legal fees incurred by the city in defending against such claims and causes
of actions.
CITY OF FORT WORTH DHL ALLIANCE F
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN - 105418
Revised March 3, 2024
00 52 43 - 3
Agreement
Page 3 of 6
6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense,
the city, its officers, servants and employees, from and against any and all loss, damage
or destruction of property of the city, arising out of, or alleged to arise out of, the work
and services to be performed by the contractor, its officers, agents, employees,
subcontractors, licensees or invitees under this contract. This indemnification provision
is specifically intended to operate and be effective even if it is alleged or proven that all
or some of the damages being sought were caused, in whole or in part, by anv act,
omission or negligence of the city.
Article 7. MISCELLANEOUS
7.1 Terms.
Terms used in this Agreement which are defined in Article 1 of the General Conditions will
have the meanings indicated in the General Conditions.
7.2 Assignment of Contract.
This Agreement, including all of the Contract Documents may not be assigned by the
Contractor without the advanced express written consent of the City.
7.3 Successors and Assigns.
City and Contractor each binds itself, its partners, successors, assigns and legal
representatives to the other party hereto, in respect to all covenants, agreements and
obligations contained in the Contract Documents.
7.4 Severability/Non-Waiver of Claims.
Any provision or part of the Contract Documents held to be unconstitutional, void or
unenforceable by a court of competent jurisdiction shall be deemed stricken, and all
remaining provisions shall continue to be valid and binding upon City and Contractor.
The failure of City or Contractor to insist upon the performance of any term or provision of
this Agreement or to exercise any right granted herein shall not constitute a waiver of City's
or Contractor's respective right to insist upon appropriate performance or to assert any such
right on any future occasion.
7.5 Governing Law and Venue.
This Agreement, including all of the Contract Documents is performable in the State of
Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the
Northern District of Texas, Fort Worth Division.
7.6 Authority to Sign.
Contractor shall attach evidence of authority to sign Agreement if signed by someone other
than the duly authorized signatory of the Contractor.
7.7 Non -appropriation of Funds.
In the event no funds or insufficient funds are appropriated by City in any fiscal period for
any payments due hereunder, City will notify Vendor of such occurrence and this Agreement
shall terminate on the last day of the fiscal period for which appropriations were received
without penalty or expense to City of any kind whatsoever, except as to the portions of the
payments herein agreed upon for which funds have been appropriated.
CITY OF FORT WORTH DHL ALLIANCE F
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN - 105418
Revised March 3, 2024
00 52 43 - 4
Agreement
Page 4 of 6
7.8 Prohibition On Contracts With Companies Boycotting Israel.
Contractor, unless a sole proprietor, acknowledges that in accordance with Chapter 2271 of
the Texas Government Code, if Contractor has 10 or more full time -employees and the
contract value is $100,000 or more, the City is prohibited from entering into a contract with
a company for goods or services unless the contract contains a written verification from the
company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of
the contract. The terms "boycott Israel" and "company" shall have the meanings ascribed to
those terms in Section 808.001 of the Texas Government Code. By signing this contract,
Contractor certifies that Contractor's signature provides written verification to the
City that if Chapter 2271, Texas Government Code applies, Contractor: (1) does not
boycott Israel; and (2) will not boycott Israel during the term of the contract.
7.9 Prohibition on Boycotting Energy Companies.
Contractor acknowledges that in accordance with Chapter 2276 of the Texas Government
Code, the City is prohibited from entering into a contract for goods or services that has a
value of $100,000 or more, which will be paid wholly or partly from public funds of the City,
with a company (with 10 or more full-time employees) unless the contract contains a written
verification from the company that it: (1) does not boycott energy companies; and (2) will
not boycott energy companies during the term of the contract. The terms "boycott energy
company" and "company" have the meaning ascribed to those terms by Chapter 2276 of the
Texas Government Code. To the extent that Chapter 2276 of the Government Code is
applicable to this Agreement, by signing this Agreement, Contractor certifies that
Contractor's signature provides written verification to the City that Contractor: (1)
does not boycott energy companies; and (2) will not boycott energy companies during
the term of this Agreement.
7.10 Prohibition on Discrimination Against Firearm and Ammunition Industries.
Contractor acknowledges that except as otherwise provided by Chapter 2274 of the Texas
Government Code, the City is prohibited from entering into a contract for goods or services
that has a value of $100,000 or more which will be paid wholly or partly from public funds
of the City, with a company (with 10 or more full-time employees) unless the contract
contains a written verification from the company that it: (1) does not have a practice, policy,
guidance, or directive that discriminates against a firearm entity or firearm trade association;
and (2) will not discriminate during the term of the contract against a firearm entity or firearm
trade association. The terms "discriminate," "firearm entity" and "firearm trade association"
have the meaning ascribed to those terms by Chapter 2274 of the Texas Government
Code. To the extent that Chapter 2274 of the Government Code is applicable to this
Agreement, by signing this Agreement, Contractor certifies that Contractor's signature
provides written verification to the City that Contractor: (1) does not have a practice,
policy, guidance, or directive that discriminates against a firearm entity or firearm
trade association; and (2) will not discriminate against a firearm entity or firearm trade
association during the term of this Agreement.
CITY OF FORT WORTH DHL ALLIANCE F
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN - 105418
Revised March 3, 2024
00 52 43 - 5
Agreement
Page 5 of 6
7.11 Immigration Nationality Act.
Contractor shall verify the identity and employment eligibility of its employees who perform
work under this Agreement, including completing the Employment Eligibility Verification
Form (I-9). Upon request by City, Contractor shall provide City with copies of all I-9 forms
and supporting eligibility documentation for each employee who performs work under this
Agreement. Contractor shall adhere to all Federal and State laws as well as establish
appropriate procedures and controls so that no services will be performed by any Contractor
employee who is not legally eligible to perform such services. CONTRACTOR SHALL
INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES,
LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY
CONTRACTOR, CONTRACTOR'S EMPLOYEES, SUBCONTRACTORS,
AGENTS, OR LICENSEES. City, upon written notice to Contractor, shall have the right
to immediately terminate this Agreement for violations of this provision by Contractor.
7.12 No Third -Party Beneficiaries.
This Agreement gives no rights or benefits to anyone other than the City and the Contractor
and there are no third -party beneficiaries.
7.13 No Cause of Action Against Engineer.
Contractor, its subcontractors and equipment and materials suppliers on the PROJECT or their
sureties, shall maintain no direct action against the Engineer, its officers, employees, and
subcontractors, for any claim arising out of, in connection with, or resulting from the engineering
services performed. Only the City will be the beneficiary of any undertaking by the Engineer.
The presence or duties of the Engineer's personnel at a construction site, whether as on -site
representatives or otherwise, do not make the Engineer or its personnel in any way
responsible for those duties that belong to the City and/or the City's construction contractors
or other entities, and do not relieve the construction contractors or any other entity of their
obligations, duties, and responsibilities, including, but not limited to, all construction
methods, means, techniques, sequences, and procedures necessary for coordinating and
completing all portions of the construction work in accordance with the Contract Documents
and any health or safety precautions required by such construction work. The Engineer and
its personnel have no authority to exercise any control over any construction contractor or
other entity or their employees in connection with their work or any health or safety
precautions.
CITY OF FORT WORTH DHL ALLIANCE F
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN - 105418
Revised March 3, 2024
00 52 43 - 6
Agreement
Page 6 of 6
IN WITNESS WHEREOF, City and Contractor have each executed this Agreement to be effective
as of the date subscribed by the City's designated Assistant City Manager ("Effective Date").
Contractor: Wright
Kyle Marsh
(Printed Name)
Titl
600 W Wall Street
Address
Grapevine, TX 76051
City/State/Zip
10/08/2024
Date
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised March 3, 2024
City of Fort Worth
Jessica McEachern
Assistant City Manager
Date
Attest:
Jannette Goodall, City Secretary
(Seal)
M&C:
Date:
Approved as to Form and Legality:
Douglas W. Black
Sr. Assistant City Attorney
DHL ALLIANCE F
CPN - 105418
1
2
3
4
5
6
7
8
9
10
11
12
13
14
006113-1
PERFORMANCE BOND
Page 1 of 2
SECTION 00 6113
PERFORMANCE BOND
THE STATE OF TEXAS §
§ KNOW ALL BY THESE PRESENTS:
COUNTY OF TARRANT §
That we, Wright Construction Co Inc., known as "Principal" herein and Box Bondinz
AjZencX, a corporate surety(sureties, if more than one) duly authorized to do business in the State
of Texas, known as "Surety" herein (whether one or more), are held and firmly bound unto the City
of Fort Worth, a municipal corporation created pursuant to the laws of Texas, known as "City"
herein, in the penal sum of, Eijzhty-Eijzht Thousand Three Hundred Forty -Six Dollars ($88,346),
lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas for the payment
of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators,
successors and assigns, jointly and severally, firmly by these presents.
15 WHEREAS, the Principal has entered into a certain written contract with the City awarded
16 the 8th day of October , 20 24, which Contract is hereby referred to and made a part
17 hereof for all purposes as if fully set forth herein, to furnish all materials, equipment labor and other
18 accessories defined by law, in the prosecution of the Work, including any Change Orders, as
19 provided for in said Contract designated as DHL Alliance F — Water Service Information, CPN —
20 105418.
21 NOW, THEREFORE, the condition of this obligation is such that if the said Principal
22 shall faithfully perform it obligations under the Contract and shall in all respects duly and faithfully
23 perform the Work, including Change Orders, under the Contract, according to the plans,
24 specifications, and contract documents therein referred to, and as well during any period of
25 extension of the Contract that may be granted on the part of the City, then this obligation shall be
26 and become null and void, otherwise to remain in full force and effect.
27 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in
28 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort
29 Worth Division.
30 This bond is made and executed in compliance with the provisions of Chapter 2253 of the
31 Texas Government Code, as amended, and all liabilities on this bond shall be determined in
32 accordance with the provisions of said statue.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 8, 2023
DHL ALLIANCE F
CPN - 105418
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
006113-2
PERFORMANCE BOND
Page 2 of 2
IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED this
instrument by duly authorized agents and officers on this the 8th day of October
, 20 24 .
ATTEST
(Pnnci al) Secretary
Witness as tolrincipal
Witness as to Surety Crystal Langhorn
PRINCIPAL:
Wright Con ti6n C.
BY:
/ re
Kyle Marsh - President
Name and Title
Address: 600 W Wall Street
('.ranevine. TX 76054
SURETY:
Merchants Bonding Company Nutual)
BY: Q���►
Signattire
Kim Bracamonte. Attorney -in -Fact
Name and Title
Address: PO BOX 14498
Des Moines, IA 50306-3498
Telephone Number: 817-865-1516
Email Address: bondrequest@boxbonding.com
37 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract
38 from the by-laws showing that this person has authority to sign such obligation. If
39 Surety's physical address is different from its mailing address, both must be provided.
40 The date of the bond shall not be prior to the date the Contract is awarded.
41
CITY OF FORT WORTH DHL ALLIANCE F
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN - 105418
Revised December 8, 2023
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
SECTION 00 6114
PAYMENT BOND
THE STATE OF TEXAS §
§
COUNTY OF TARRANT §
0061 14 - 1
PAYMENT BOND
Pagel of 2
KNOW ALL BY THESE PRESENTS:
That we, Wright Construction Co Inc., known as "Principal" herein, and Box Bonding
AgencX, a corporate surety (sureties), duly authorized to do business in the State of Texas, known
as "Surety" herein (whether one or more), are held and firmly bound unto the City of Fort Worth,
a municipal corporation created pursuant to the laws of the State of Texas, known as "City" herein,
in the penal sum of Eighty-Eijzht Thousand Three Hundred Forty -Six Dollars ($88, 346.00), lawful
money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for the payment of
which sum well and truly be made, we bind ourselves, our heirs, executors, administrators,
successors and assigns, jointly and severally, firmly by these presents:
16 WHEREAS, Principal has entered into a certain written Contract with City, awarded the
17 8th day of October 2024 , which Contract is hereby referred to and made
18 a part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment, labor
19 and other accessories as defined by law, in the prosecution of the Work as provided for in said
20 Contract and designated as DHL Alliance F — Water Service Information, CPN - 105418
21
22
23
24
25
26
27
28
29
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if
Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in
Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under
the Contract, then this obligation shall be and become null and void; otherwise to remain in full
force and effect.
This bond is made and executed in compliance with the provisions of Chapter 2253 of the
Texas Government Code, as amended, and all liabilities on this bond shall be determined in
accordance with the provisions of said statute.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 8, 2023
DHL ALLIANCE F
CPN - 105418
0061 14 - 2
PAYMENTBOND
Page 2 of 2
1 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED
2 this instrument by duly authorized agents and officers on this the 8th day of
3 October , 20 24
4
5
6
7
8
9
10
11
12
ATTEST:
C
rinci l) Secretary
n
Witness as to Principal
ATTEST:
(Surety) Secretary
Witness as to Surety Crystal Langhorn
PRINCIPAL:
Writi�ht Constry I
BY:
ignature
Kyle Marsh - President
Name and Title
Address: 600 W Wall Street
Gras?evine, TX 76051
SURETY:
Merchants Bonding Company (�xutual)
BY: &&&" 4�-�j
Signature
Kim Bracamonte, Attorne% -in-Fact
Name and Title
Address: P.O. Box 14498
Des Moines, IA 50306
Telephone Number: 817-865-1516
Email Address: bondregu . t boxbonding,com
Note: If signed by an officer of the Surety, there must be on file a certified extract from the bylaws
showing that this person has authority to sign such obligation. If Surety's physical address is
different from its mailing address, both must be provided.
The date of the bond shall not be prior to the date the Contract is awarded.
END OF SECTION
CITY OF FORT WORTH DHL ALLIANCE F
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN - 105418
Revised December 8, 2023
006119-1
MAINTENANCE BOND
Page 1 of 3
1 SECTION 00 6119
2 MAINTENANCE BOND
3
4 THE STATE OF TEXAS §
5 § KNOW ALL BY THESE PRESENTS:
6 COUNTY OF TARRANT §
7
8 That we Wright Construction Co Inc, known as "Principal" herein and Box Bonding Mencv,
9 a corporate surety (sureties, if more than one) duly authorized to do business in the State of Texas,
10 known as "Surety" herein (whether one or more), are held and firmly bound unto the City of Fort
11 Worth, a municipal corporation created pursuant to the laws of the State of Texas, known as "City"
12 herein, in the sum of Eizhty-Eizht Thousand Three Hundred Forty -Six Dollars ($88, 346. 00), lawful
13 money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for payment of which
14 sum well and truly be made unto the City and its successors, we bind ourselves, our heirs, executors,
15 administrators, successors and assigns, jointly and severally, firmly by these presents.
16
17 WHEREAS, the Principal has entered into a certain written contract with the City awarded
18 the 8th day of October , 20 24 , which Contract is hereby
19 referred to and a made part hereof for all purposes as if fully set forth herein, to furnish all materials,
20 equipment labor and other accessories as defined by law, in the prosecution of the Work, including
21 any Work resulting from a duly authorized Change Order (collectively herein, the "Work") as
22 provided for in said contract and designated as DHL Alliance F — Water Service Information, CPN
23 - 105418; and
24
25 WHEREAS, Principal binds itself to use such materials and to so construct the Work in
26 accordance with the plans, specifications and Contract Documents that the Work is and will remain
27 free from defects in materials or workmanship for and during the period of two (2) years after the
28 date of Final Acceptance of the Work by the City ("Maintenance Period"); and
29
30 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part upon
31 receiving notice from the City of the need therefor at any time within the Maintenance Period.
32
CITY OF FORT WORTH DHL ALLIANCE F
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN - 105418
Revised December 8, 2023
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
K
0061 19 - 2
MAINTENANCE BOND
Page 2 of 3
NOW THEREFORE, the condition of this obligation is such that if Principal shall remedy
any defective Work, for which timely notice was provided by City, to a completion satisfactory to
the City, then this obligation shall become null and void; otherwise to remain in full force and
effect.
PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely
noticed defective Work, it is agreed that the City may cause any and all such defective Work to be
repaired and/or reconstructed with all associated costs thereof being borne by the Principal and the
Surety under this Maintenance bond; and
PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in
Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort
Worth Division; and
PROVIDED FURTHER, that this obligation shall be continuous in nature and successive
recoveries may be had hereon for successive breaches.
CITY OF FORT WORTH DHL ALLIANCE F
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN - 105418
Revised December 8, 2023
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
006119-3
MAINTENANCE BOND
Page 3 of 3
IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this
instrument by duly authorized agents and officers on this the 8th day of
October _, 20 24 .
ATTEST:
Prin pal) Secretary
W tness as to Principal
ATTEST:
N/A
(Surety) Secretary
Witness as to Surety Crystal Langhorn
PRINCIPAL:
Wri�lit Cons Inc.
BY - _
Signature 9V__
Kyle Marsh - President
Name and Title
Address: 600 W W ll treet
Grapevine. TX 76051
SURETY:
Merchants Bonding Company (Miitual)
.ruM-1-alf
BY: Kim Bracamonte, Attorney -in -Fact
Name and Title
Address: PO BOX 14498
Des Moines. IA 50306
Telephone Number: 817-865-1516
Email Address: bondrequest@boxbonding.com
*Note: If signed by an officer of the Surety Company, there must be on file a certified extract
from the by-laws showing that this person has authority to sign such obligation. If
Surety's physical address is different from its mailing address, both must be provided.
The date of the bond shall not be prior to the date the Contract is awarded.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 8, 2023
DHL ALLIANCE F
CPN - 105418
MERCHANTS,
BONDING COMPANY,.
POWER OF ATTORNEY
Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.,
both being corporations of the State of Iowa, d/b/a Merchants National Indemnity Company (in California only) (herein collectively called the
"Companies") do hereby make, constitute and appoint, individually,
Adam Syswerda; Andrea Nix; Brad Johnson; Crystal Langhorn; Kim Bracamonte; Steven W Lewis
their true and lawful Attorney(s)-in-Fact, to sign its name as surety(ies) and to execute, seal and acknowledge any and all bonds, undertakings,
contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of
persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions
or proceedings allowed by law.
This Power-of-Attomey is granted and is signed and sealed by facsimile under and by authority of the following By -Laws adopted by the Board of
Directors of Merchants Bonding Company (Mutual) on April 23, 2011 and amended August 14, 2015 and April 27, 2024 and adopted by the Board of
Directors of Merchants National Bonding, Inc., on October 16, 2015 and amended on April 27, 2024.
"The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and
authority to appoint Attorneys -in -Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto,
bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof."
"The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney
or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the
Company, and such signature and seal when so used shall have the same force and effect as though manually fixed."
In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and aut hority hereby given to the
Attorney -in -Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction
contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department
of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of
its obligations under its bond.
In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given
to the Attorney -in -Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner -
Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation.
In Witness Whereof, the Companies have caused this instrument to be signed and sealed this 29th day of July 2024
••O,NG•COA•• MERCHANTS BONDING COMPANY (MUTUAL)
' MERCHANTS NATIONAL BONDING, INC.
:•y.r �fILPO/�' e0'S ;�O?OQIPQ q d/b/a MERCHANTS NATIONAL INDEMNITY COMPANY
-o- o:
' a' 1933 e:
? v . 2003 By ::A ; y:may.
�'a`� • .. �`�� •••dJ� . \1a� • President
STATE OF IOWA •'� %r�?'' '� ••
COUNTY OF DALLAS ss. • •�'"""'`��' • • • •
On this 29th day of July 2024 before me appeared Larry Taylor, to me personally known, who being by me duly sworn
did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the
seals affixed to the foregoing instrument are the Corporate Seals of the Companies; and that the said instrument was signed and sealed in behalf
of the Companies by authority of their respective Boards of Directors.
"VYLIA4 ' 4 /
Penni Miller
zCommission Number 787952
.60 My Commission Expires
IOVJP January 20, 2027 Notary Public
(Expiration of notary's commission does not invalidate this instrument)
I, Elisabeth Sandersfeld, Secretary of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., do
hereby certify that the above and foregoing is a true and correct copy of the POWER -OF -ATTORNEY executed by said Companies,which is still
in full force and effect and has not been amended or revoked.
In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this day of
. 01 y'.''
•�� ••• .�
Cp .�
LP 0/p
cZ:2 o:oc
-o-
�►CIO
2003 �c�e
• s ; Secretary
: y 1933
:
`1,ao.
,4"
MERCHANTS
BONDING COMPANY.
MERCHANTS BONDING COMPANY (MUTUAL) • MERCHANTS NATIONAL BONDING, INC.
P.O. BOX 14498 , DES MOINES, IOWA 50306-3498 , (800) 678-8171 , (515) 243-3854 FAX
IMPORTANT NOTICE
Have a complaint or need help?
If you have a problem with a claim or your premium, call your insurance company first. If you can't work out the
issue, the Texas Department of Insurance may be able to help.
Even if you file a complaint with the Texas Department of Insurance, you should also file a complaint or appeal
through your insurance company. If you don't, you may lose your right to appeal.
Merchants Bonding Company (Mutual)
To get information or file a complaint with your insurance company:
Call: Compliance Officer at 800-678-8171
Toll -free: 1-800-678-8171
Email: regulatory@merchantsbonding.com
Mail: P.O. Box 14498, Des Moines, IA 50306-3498
To get insurance information you may also contact your agent:
Steven W. Lewis - Box Bonding Agency
Call: 817-865-1515
Mail: 1200 S. Main Street, #1600, Grapevine, TX 76051
The Texas Department of Insurance
To get help with an insurance question or file a complaint with the state:
Call with a question: 1-800-252-3439
File a complaint: www.tdi.texas.Fov
Email: ConsumerProtection@tdi.texas.gov
Mail: MC 111-1A, P.O. Box 149091, Austin, TX 78714-9091
SUP 0032 TX (11/19)
1
2
3 PART1- GENERAL
4 1.1 SUMMARY
SECTION 01 11 00
SUMMARY OF WORK
011100-1
DAP SUMMARY OF WORK
Page 1 of 3
5 A. Section Includes:
6 1. Summary of Work to be performed in accordance with the Contract Documents
7 B. Deviations from this City of Fort Worth Standard Specification
8 1. None.
9 C. Related Specification Sections include, but are not necessarily limited to:
10 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract
11 2. Division 1 - General Requirements
12 1.2 PRICE AND PAYMENT PROCEDURES
13 A. Measurement and Payment
14 1. Work associated with this Item is considered subsidiary to the various items bid.
15 No separate payment will be allowed for this Item.
16 1.3 REFERENCES [NOT USED]
17 1.4 ADMINISTRATIVE REQUIREMENTS
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
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.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects
Revised December 20, 2012
DHL ALLIANCE F
CPN-105418
01 11 00 - 2
DAP SUMMARY OF WORK
Page 2 of 3
1 b. Excavated and waste materials shall be stored in such a way as not to interfere
2 with the use of spaces that may be designated to be left free and unobstructed
3 and so as not to inconvenience occupants of adjacent property.
4 c. If the street is occupied by railroad tracks, the Work shall be carried on in such
5 manner as not to interfere with the operation of the railroad.
6 1) All Work shall be in accordance with railroad requirements set forth in
7 Division 0 as well as the railroad permit.
8 D. Work within Easements
9 1. Do not enter upon private property for any purpose without having previously
10 obtained permission from the owner of such property.
11 2. Do not store equipment or material on private property unless and until the
12 specified approval of the property owner has been secured in writing by the
13 Contractor and a copy furnished to the City.
14 3. Unless specifically provided otherwise, clear all rights -of -way or easements of
15 obstructions which must be removed to make possible proper prosecution of the
16 Work as a part of the project construction operations.
17 4. Preserve and use every precaution to prevent damage to, all trees, shrubbery, plants,
18 lawns, fences, culverts, curbing, and all other types of structures or improvements,
19 to all water, sewer, and gas lines, to all conduits, overhead pole lines, or
20 appurtenances thereof, including the construction of temporary fences and to all
21 other public or private property adjacent to the Work.
22 5. Notify the proper representatives of the owners or occupants of the public or private
23 lands of interest in lands which might be affected by the Work.
24 a. Such notice shall be made at least 48 hours in advance of the beginning of the
25 Work.
26 b. Notices shall be applicable to both public and private utility companies and any
27 corporation, company, individual, or other, either as owners or occupants,
28 whose land or interest in land might be affected by the Work.
29 c. Be responsible for all damage or injury to property of any character resulting
30 from any act, omission, neglect, or misconduct in the manner or method or
31 execution of the Work, or at any time due to defective work, material, or
32 equipment.
33 6. Fence
34 a. Restore all fences encountered and removed during construction of the Project
35 to the original or a better than original condition.
36 b. Erect temporary fencing in place of the fencing removed whenever the Work is
37 not in progress and when the site is vacated overnight, and/or at all times to
38 provide site security.
39 c. The cost for all fence work within easements, including removal, temporary
40 closures and replacement, shall be subsidiary to the various items bid in the
41 project proposal, unless a bid item is specifically provided in the proposal.
CITY OF FORT WORTH DHL ALLIANCE F
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN-105418
Revised December 20, 2012
011100-3
DAP SUMMARY OF WORK
Page 3 of 3
1 1.5
SUBMITTALS [NOT USED]
2 1.6
ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED]
3 1.7
CLOSEOUT SUBMITTALS [NOT USED]
4 1.8
MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
5 1.9
QUALITY ASSURANCE [NOT USED]
6 1.10
DELIVERY, STORAGE, AND HANDLING [NOT USED]
7 1.11
FIELD [SITE] CONDITIONS [NOT USED]
8 1.12
WARRANTY [NOT USED]
9 PART 2 - PRODUCTS [NOT USED]
10 PART 3 - EXECUTION [NOT USED]
i 11QI ZI] Icy I[ON I IQ I
12
13
Revision Log
DATE NAME SUMMARY OF CHANGE
CITY OF FORT WORTH DHL ALLIANCE F
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN-105418
Revised December 20, 2012
012500-1
SUBSTITUTION PROCEDURES
SECTION 0125 00
SUBSTITUTION PROCEDURES
PART1- GENERAL
1.1 SUMMARY
A. Section Includes:
Page 1 of 4
The procedure for requesting the approval of substitution of a product that is not
equivalent to a product which is specified by descriptive or performance criteria or
defined by reference to 1 or more of the following:
a. Name of manufacturer
b. Name of vendor
c. Trade name
d. Catalog number
2. Substitutions are not "or -equals".
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 — General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Request for Substitution - General
1. Within 30 days after award of Contract (unless noted otherwise), the City will
consider formal requests from Contractor for substitution of products in place of
those specified.
2. Certain types of equipment and kinds of material are described in Specifications by
means of references to names of manufacturers and vendors, trade names, or
catalog numbers.
a. When this method of specifying is used, it is not intended to exclude from
consideration other products bearing other manufacturer's or vendor's names,
trade names, or catalog numbers, provided said products are "or -equals," as
determined by City.
3. Other types of equipment and kinds of material may be acceptable substitutions
under the following conditions:
a. Or -equals are unavailable due to strike, discontinued production of products
meeting specified requirements, or other factors beyond control of Contractor;
or,
CITY OF FORT WORTH DHL ALLIANCE F
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN-105418
Revised July 1, 2011
012500-2
SUBSTITUTION PROCEDURES
Page 2 of 4
b. Contractor proposes a cost and/or time reduction incentive to the City.
1.5 SUBMITTALS
A. See Request for Substitution Form (attached)
B. Procedure for Requesting Substitution
1. Substitution shall be considered only:
a. After award of Contract
b. Under the conditions stated herein
2. Submit 3 copies of each written request for substitution, including:
a. Documentation
1) Complete data substantiating compliance of proposed substitution with
Contract Documents
2) Data relating to changes in construction schedule, when a reduction is
proposed
3) Data relating to changes in cost
b. For products
1) Product identification
a) Manufacturer's name
b) Telephone number and representative contact name
c) Specification Section or Drawing reference of originally specified
product, including discrete name or tag number assigned to original
product in the Contract Documents
2) Manufacturer's literature clearly marked to show compliance of proposed
product with Contract Documents
3) Itemized comparison of original and proposed product addressing product
characteristics including, but not necessarily limited to:
a) Size
b) Composition or materials of construction
c) Weight
d) Electrical or mechanical requirements
4) Product experience
a) Location of past projects utilizing product
b) Name and telephone number of persons associated with referenced
projects knowledgeable concerning proposed product
c) Available field data and reports associated with proposed product
5) Samples
a) Provide at request of City.
b) Samples become the property of the City.
c. For construction methods:
1) Detailed description of proposed method
2) Illustration drawings
C. Approval or Rejection
1. Written approval or rejection of substitution given by the City
2. City reserves the right to require proposed product to comply with color and pattern
of specified product if necessary to secure design intent.
3. In the event the substitution is approved, the resulting cost and/or time reduction
will be documented by Change Order in accordance with the General Conditions.
CITY OF FORT WORTH DHL ALLIANCE F
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN-105418
Revised July 1, 2011
012500-3
SUBSTITUTION PROCEDURES
Page 3 of 4
4. No additional contract time will be given for substitution.
Substitution will be rejected if:
a. Submittal is not through the Contractor with his stamp of approval
b. Request is not made in accordance with this Specification Section
c. In the City's opinion, acceptance will require substantial revision of the original
design
d. In the City's opinion, substitution will not perform adequately the function
consistent with the design intent
1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE
A. In making request for substitution or in using an approved product, the Contractor
represents that the Contractor:
1. Has investigated proposed product, and has determined that it is adequate or
superior in all respects to that specified, and that it will perform function for which
it is intended
2. Will provide same guarantee for substitute item as for product specified
3. Will coordinate installation of accepted substitution into Work, to include building
modifications if necessary, making such changes as may be required for Work to be
complete in all respects
4. Waives all claims for additional costs related to substitution which subsequently
arise
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
CITY OF FORT WORTH DHL ALLIANCE F
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN-105418
Revised July 1, 2011
012500-4
SUBSTITUTION PROCEDURES
Page 4 of 4
EXHIBIT A
REQUEST FOR SUBSTITUTION FORM:
PROJECT: DATE:
We hereby submit for your consideration the following product instead of the specified item for
the above project:
SECTION PARAGRAPH SPECIFIED ITEM
Proposed Substitution:
Reason for Substitution:
Include complete information on changes to Drawings and/or Specifications which proposed
substitution will require for its proper installation.
Fill in Blanks Below:
A. Will the undersigned contractor pay for changes to the building design, including engineering
and detailing costs caused by the requested substitution?
B. What effect does substitution have on other trades?
C. Differences between proposed substitution and specified item?
D. Differences in product cost or product delivery time?
E. Manufacturer's guarantees of the proposed and specified items are:
Equal Better (explain on attachment)
The undersigned states that the function, appearance and quality are equivalent or superior to the
specified item.
Submitted By: For Use by City
Signature
as noted
Firm
Address
Date
Telephone
For Use by City:
Approved
City
Recommended Recommended
Not recommended Received late
By
Date
Remarks
Date
Rej ected
CITY OF FORT WORTH DHL ALLIANCE F
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN-105418
Revised July 1, 2011
SECTION 01 31 19
PRECONSTRUCTION MEETING
PART1- GENERAL
1.1 SUMMARY
A. Section Includes:
013119-1
PRECONSTRUCTION MEETING
Page 1 of 3
1. Provisions for the preconstruction meeting to be held prior to the start of Work to
clarify construction contract administration procedures
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 — General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Coordination
1. Attend preconstruction meeting.
2. Representatives of Contractor, subcontractors and suppliers attending meetings
shall be qualified and authorized to act on behalf of the entity each represents.
3. Meeting administered by City may be tape recorded.
a. If recorded, tapes will be used to prepare minutes and retained by City for
future reference.
B. Preconstruction Meeting
1. A preconstruction meeting will be held within 14 days after the execution of the
Agreement and before Work is started.
a. The meeting will be scheduled and administered by the City.
2. The Project Representative will preside at the meeting, prepare the notes of the
meeting and distribute copies of same to all participants who so request by fully
completing the attendance form to be circulated at the beginning of the meeting.
3. Attendance shall include:
a. Project Representative
b. Contractor's project manager
c. Contractor's superintendent
d. Any subcontractor or supplier representatives whom the Contractor may desire
to invite or the City may request
CITY OF FORT WORTH DHL ALLIANCE F
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN-105418
Revised August 17, 2012
01 31 19 - 2
PRECONSTRUCTION MEETING
Page 2 of 3
e. Other City representatives
f. Others as appropriate
4. Construction Schedule
a. Prepare baseline construction schedule in accordance with Section 0132 16 and
provide at Preconstruction Meeting.
b. City will notify Contractor of any schedule changes upon Notice of
Preconstruction Meeting.
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
1. Insurance Renewals
in. Payroll Certification
n. Material Certifications and Quality Control Testing
o. Public Safety and Convenience
p. Documentation of Pre -Construction Conditions
q. Weekend Work Notification
r. Legal Holidays
s. Trench Safety Plans
t. Confined Space Entry Standards
u. Coordination with the City's representative for operations of existing water
systems
v. Storm Water Pollution Prevention Plan
w. Coordination with other Contractors
x. Early Warning System
y. Contractor Evaluation
z. Special Conditions applicable to the project
aa. Damages Claims
bb. Submittal Procedures
cc. Substitution Procedures
dd. Correspondence Routing
ee. Record Drawings
ff. Temporary construction facilities
gg. M/WBE or MBE/SBE procedures
hh. Final Acceptance
ii. Final Payment
J. Questions or Comments
CITY OF FORT WORTH DHL ALLIANCE F
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN-105418
Revised August 17, 2012
013119-3
PRECONSTRUCTION MEETING
Page 3 of 3
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALSANFORMATIONAL 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
CITY OF FORT WORTH DHL ALLIANCE F
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN-105418
Revised August 17, 2012
1
2
3
4 PART1- GENERAL
5 1.1 SUMMARY
SECTION 013120
PROJECT MEETINGS
013120-1
DAP PROJECT MEETINGS
Page 1 of 3
6 A. Section Includes:
7 1. Provisions for project meetings throughout the construction period to enable orderly
8 review of the progress of the Work and to provide for systematic discussion of
9 potential problems
10 B. Deviations this City of Fort Worth Standard Specification
11 1. None.
12 C. Related Specification Sections include, but are not necessarily limited to:
13 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
14 2. Division 1 — General Requirements
15 1.2 PRICE AND PAYMENT PROCEDURES
16 A. Measurement and Payment
17 1. Work associated with this Item is considered subsidiary to the various items bid.
18 No separate payment will be allowed for this Item.
19 1.3 REFERENCES [NOT USED]
20 1.4 ADMINISTRATIVE REQUIREMENTS
21 A. Coordination
22 1. Schedule, attend and administer as specified, periodic progress meetings, and
23 specially called meetings throughout progress of the Work.
24 2. Representatives of Contractor, subcontractors and suppliers attending meetings
25 shall be qualified and authorized to act on behalf of the entity each represents.
26 3. Meetings administered by City may be tape recorded.
27 a. If recorded, tapes will be used to prepare minutes and retained by City for
28 future reference.
29 4. Meetings, in addition to those specified in this Section, may be held when requested
30 by the City, Engineer or Contractor.
31 B. Pre -Construction Neighborhood Meeting
32 1. After the execution of the Agreement, but before construction is allowed to begin,
33 attend 1 Public Meeting with affected residents to:
34 a. Present projected schedule, including construction start date
35 b. Answer any construction related questions
36 2. Meeting Location
37 a. Location of meeting to be determined by the City.
38 3. Attendees
CITY OF FORT WORTH DHL ALLIANCE F
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN-105418
Revised August 30, 2013
013120-2
DAP PROJECT MEETINGS
Page 2 of 3
1
a. Contractor
2
b. Project Representative
3
c. Other City representatives
4
4.
Meeting Schedule
5
a. In general, the neighborhood meeting will occur within the 2 weeks following
6
the pre -construction conference.
7
b. In no case will construction be allowed to begin until this meeting is held.
8
C. Progress Meetings
9
1.
Formal project coordination meetings will be held periodically. Meetings will be
10
scheduled and administered by Project Representative.
11
2.
Additional progress meetings to discuss specific topics will be conducted on an as-
12
needed basis. Such additional meetings shall include, but not be limited to:
13
a. Coordinating shutdowns
14
b. Installation of piping and equipment
15
c. Coordination between other construction projects
16
d. Resolution of construction issues
17
e. Equipment approval
18
3.
The Project Representative will preside at progress meetings, prepare the notes of
19
the meeting and distribute copies of the same to all participants who so request by
20
fully completing the attendance form to be circulated at the beginning of each
21
meeting.
22
4.
Attendance shall include:
23
a. Contractor's project manager
24
b. Contractor's superintendent
25
c. Any subcontractor or supplier representatives whom the Contractor may desire
26
to invite or the City may request
27
d. Engineer's representatives
28
e. City's representatives
29
f. Others, as requested by the Project Representative
30
5.
Preliminary Agenda may include:
31
a. Review of Work progress since previous meeting
32
b. Field observations, problems, conflicts
33
c. Items which impede construction schedule
34
d. Review of off -site fabrication, delivery schedules
35
e. Review of construction interfacing and sequencing requirements with other
36
construction contracts
37
f. Corrective measures and procedures to regain projected schedule
38
g. Revisions to construction schedule
39
h. Progress, schedule, during succeeding Work period
40
i. Coordination of schedules
41
j. Review submittal schedules
42
k. Maintenance of quality standards
43
1. Pending changes and substitutions
44
m. Review proposed changes for:
45
1) Effect on construction schedule and on completion date
46
2) Effect on other contracts of the Project
47
n. Review Record Documents
48
o. Review monthly pay request
CITY OF FORT WORTH DHL ALLIANCE F
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN-105418
Revised August 30, 2013
013120-3
DAP PROJECT MEETINGS
Page 3 of 3
1 p. Review status of Requests for Information
2 6. Meeting Schedule
3 a. Progress meetings will be held periodically as determined by the Project
4 Representative.
5 1) Additional meetings may be held at the request of the:
6 a) City
7 b) Engineer
8 c) Contractor
9 7. Meeting Location
10 a. The City will establish a meeting location.
11 1) To the extent practicable, meetings will be held at the Site.
12 1.5 SUBMITTALS [NOT USED]
13 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
14 1.7 CLOSEOUT SUBMITTALS [NOT USED]
15 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
16 1.9 QUALITY ASSURANCE [NOT USED]
17 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
18 1.11 FIELD [SITE] CONDITIONS [NOT USED]
19 1.12 WARRANTY [NOT USED]
20 PART 2 - PRODUCTS [NOT USED]
21
22
23
24
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
CITY OF FORT WORTH DHL ALLIANCE F
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN-105418
Revised August 30, 2013
013216-1
CONSTRUCTION PROGRESS SCHEDULE
Page 1 of 10
1 SECTION 0132 16
2 CONSTRUCTION SCHEDULE
3 PART1- GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
6 1. General requirements for the preparation, submittal, updating, status reporting and
7 management of the Construction Progress Schedule
8 2. Specific requirements are presented in the City of Fort Worth Schedule Guidance
9 Document
10 B. Deviations from this City of Fort Worth Standard Specification
11 1. None.
12 C. Related Specification Sections include, but are not necessarily limited to:
13 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
14 2. Division 1 — General Requirements
15 D. Purpose
16 The City of Fort Worth (City) is committed to delivering quality, cost-effective
17 infrastructure to its citizens in a timely manner. A key tool to achieve this purpose is a
18 properly structured schedule with accurate updates. This supports effective monitoring
19 of progress and is input to critical decision making by the project manager throughout
20 the life of the project. Data from the updated project schedule is utilized in status
21 reporting to various levels of the City organization and the citizenry.
22
23 This Document complements the City's Standard Agreement to guide the construction
24 contractor (Contractor) in preparing and submitting acceptable schedules for use by the
25 City in project delivery. The expectation is the performance of the work follows the
26 accepted schedule and adhere to the contractual timeline.
27
28 The Contractor will designate a qualified representative (Project Scheduler) responsible
29 for developing and updating the schedule and preparing status reporting as required by
30 the City.
31 1.2 PRICE AND PAYMENT PROCEDURES
32 A. Measurement and Payment
33 1. Work associated with this Item is considered subsidiary to the various items bid.
34 No separate payment will be allowed for this Item.
35 2. Non-compliance with this specification is grounds for City to withhold payment of
36 the Contractor's invoices until Contractor achieves said compliance.
37 1.3 REFERENCES
38 A. Project Schedules
CITY OF FORT WORTH DHL ALLIANCE F
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN-105418
Revised October 6, 2023
013216-2
CONSTRUCTION PROGRESS SCHEDULE
Page 2 of 10
1 Each project is represented by City's master project schedule that encompasses the
2 entire scope of activities envisioned by the City to properly deliver the work. When the
3 City contracts with a Contractor to perform construction of the Work, the Contractor
4 will develop and maintain a schedule for their scope of work in alignment with the
5 City's standard schedule requirements as defined herein. The data and information of
6 each such schedule will be leveraged and become integral in the master project
7 schedule as deemed appropriate by the City's Project Control Specialist and approved
8 by the City's Project Manager.
9
10 1. Master Project Schedule
11 The master project schedule is a holistic representation of the scheduled activities
12 and milestones for the total project and be Critical Path Method (CPM) based. The
13 City's Project Manager is accountable for oversight of the development and
14 maintaining a master project schedule for each project. When the City contracts for
15 the design and/or construction of the project, the master project schedule will
16 incorporate elements of the Design and Construction schedules as deemed
17 appropriate by the City's Project Control Specialist. The assigned City Project
18 Control Specialist creates and maintains the master project schedule in P6 (City's
19 scheduling software).
20
21 2. Construction Schedule
22 The Contractor is responsible for developing and maintaining a schedule for the
23 scope of the Contractor's contractual requirements. The Contractor will issue an
24 initial schedule for review and acceptance by the City's Project Control Specialist
25 and the City's Project Manager as a baseline schedule for Contractor's scope of
26 work. Contractor will issue current, accurate updates of their schedule (Progress
27 Schedule) to the City at the end of each month throughout the life of their work.
28 B. Schedule Tiers
29 The City has a portfolio of projects that vary widely in size, complexity and content
30 requiring different scheduling to effectively deliver each project. The City uses a
31 "tiered" approach to align the proper schedule with the criteria for each project. The
32 City's Project Manager determines the appropriate schedule tier for each project, and
33 includes that designation and the associated requirements in the Contractor's scope of
34 work. The following is a summary of the "tiers".
35
36 1. Tier 1: Small Size and Short Duration Project (design not required)
37 The City develops and maintains a Master Project Schedule for the project. No
38 schedule submittal is required from Contractor. City's Project Control Specialist
39 acquires any necessary schedule status data or information through discussions with
40 the respective party on an as -needed basis.
41
42 2. Tier 2: Small Size and Short to Medium Duration Project
43 The City develops and maintains a Master Project Schedule for the project. The
44 Contractor identifies "start" and "finish" milestone dates on key elements of their
45 work as agreed with the City's Project Manager at the kickoff of their work effort.
46 The Contractor issues to the City, updates to the "start" and "finish" dates for such
47 milestones at the end of each month throughout the life of their work on the project.
48
49 3. Tier 3: Medium and Large Size and/or Complex Projects Regardless of Duration
CITY OF FORT WORTH DHL ALLIANCE F
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN-105418
Revised October 6, 2023
013216-3
CONSTRUCTION PROGRESS SCHEDULE
Page 3 of 10
1 The City develops and maintains a Master Project Schedule for the project. The
2 Contractor develops a Baseline Schedule and maintains the schedule of their
3 respective scope of work on the project at a level of detail (generally Level 3) and in
4 alignment with the WBS structure in Section 1.4.H as agreed by the Project
5 Manager. The Contractor issues to the City, updates of their respective schedule
6 (Progress Schedule) at the end of each month throughout the life of their work on the
7 project.
8 C. Schedule Types
9 Project delivery for the City utilizes two types of schedules as noted below. The City
10 develops and maintains a Master Project Schedule as a "baseline" schedule and issue
11 monthly updates to the City Project Manager (end of each month) as a "progress"
12 schedule. The Contractor prepares and submits each schedule type to fulfill their
13 contractual requirements.
14
15 1. Baseline Schedule
16 The Contractor develops and submits to the City, an initial schedule for their scope
17 of work in alignment with this specification. Once reviewed and accepted by the
18 City, it becomes the "Baseline" schedule and is the basis against which all progress
19 is measured. The baseline schedule will be updated when there is a change or
20 addition to the scope of work impacting the duration of the work, and only after
21 receipt of a duly authorized change order issued by the City. In the event progress is
22 significantly behind schedule, the City's Project Manager may authorize an update
23 to the baseline schedule to facilitate a more practical evaluation of progress. An
24 example of a Baseline Schedule is provided in Specification 0132 16.1
25 Construction Project Schedule Baseline Example.
26
27 2. Progress Schedule
28 The Contractor updates their schedule at the end of each month to represent the
29 progress achieved in the work which includes any impact from authorized changes
30 in the work. The updated schedule must accurately reflect the current status of the
31 work at that point in time and is referred to as the "Progress Schedule". The City's
32 Project Manager and Project Control Specialist reviews and accepts each progress
33 schedule. In the event a progress schedule is deemed not acceptable, the
34 unacceptable issues are identified by the City within 5 working days and the
35 Contractor must provide an acceptable progress schedule within 5 working days
36 after receipt of non -acceptance notification. An example of a Progress Schedule is
37 provided in Specification 0132 16.2 Construction Project Schedule Progress
38 Example.
39 D. City Standard Schedule requirements
40 The following is an overview of the methodology for developing and maintaining a
41 schedule for delivery of a project.
CITY OF FORT WORTH DHL ALLIANCE F
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN-105418
Revised October 6, 2023
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
0132 16 - 4
CONSTRUCTION PROGRESS SCHEDULE
Page 4 of 10
1. Schedule Framework - The schedule will be based on the defined scope of work
and follow the (Critical Path Methodology) CPM method. The Contractor's
schedule will align with the requirements of this specification and will be cost
loaded to reflect their plan for execution. Compliance with cost loading can be
provided with traditional cost loading of line items OR a projected cost per
month for the project when the initial schedule is submitted, updated on a
quarterly basis is significant change is anticipated. Overall schedule duration
will align with the contractual requirements for the respective scope of work and be
reflected in City's Master Project Schedule. The Project Number and Name of the
Project is required on each schedule and must match the City's project data.
E. Schedule File Name
All schedules submitted to the City for a project will have a file name that begins with
the City's project number followed by the name of the project followed by baseline (if
a baseline schedule) or the year and month (if a progress schedule), as shown below.
• Baseline Schedule File Name
Format: City Project Number _Project Name —Baseline
Example: 101376 North Montgomery Street HMAC Baseline
• Progress Schedule File Name
Format: City Project Number _Project Name_YYYY-MM
Example: 101376 North Montgomery Street HNIAC_2018_01
• Project Schedule Progress Narrative File Name
Format: City Project Number —Project Name_PN_YYYY-MM
Example: 101376 North Montgomery Street HMAC PN_2018_01
F. Schedule Templates
The Contractor will utilize the relevant sections from the City's templates provided in
the City's document management system as the basis for creating their respective
project schedule. Specifically, the Contractor's schedule will align with the layout of
the Construction section. The templates are identified by type of project as noted
below.
• Arterials
• Aviation
• Neighborhood Streets
• Sidewalks (later)
• Quiet Zones (later)
• Street Lights (later)
• Intersection Improvements (later)
• Parks
• Storm water
• Street Maintenance
• Traffic
• Water
48 G. Schedule Calendar
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised October 6, 2023
DHL ALLIANCE F
CPN-105418
013216-5
CONSTRUCTION PROGRESS SCHEDULE
Page 5 of 10
1 The City's standard calendar for schedule development purposes is based on a 5-day
2 workweek and accounts for the City's nine standard holidays (New Years, Martin
3 Luther King, Memorial, Juneteenth, Independence, Labor, Thanksgiving, day after
4 Thanksgiving, and Christmas). The Contractor will establish a schedule calendar as
5 part of the schedule development process and provide to the Project Control Specialist
6 as part of the basis for their schedule. Variations between the City's calendar and the
7 Contractor's calendar must be resolved prior to the City's acceptance of their Baseline
8 project schedule.
9
10 H. WBS & Milestone Standards for Schedule Development
11 The scope of work to be accomplished by the Contractor is represented in the schedule
12 in the form of a Work Breakdown Structure (WBS). The WBS is the basis for the
13 development of the schedule activities and shall be imbedded and depicted in the
14 schedule.
15
16 The following is a summary of the standards to be followed in preparing and
17 maintaining a schedule for project delivery.
18
19 1. Contractor is required to utilize the City's WBS structure and respective
20 project type template for "Construction" as shown in Section 1.4.1-1 below.
21 Additional activities may be added to Levels 1 - 4 to accommodate the needs
22 of the organization executing the work. Specifically, the Contractor will add
23 activities under WBS XXXXXX.80.83 "Construction Execution" that
24 delineates the activities associated with the various components of the work.
25
26 2. Contractor is required to adhere to the City's Standard Milestones as shown
27 in Section 1.4.1 below. Contractor will include additional milestones
28 representing intermediate deliverables as required to accurately reflect their
29 scope of work.
30
31 1. Schedule Activities
32 Activities are the discrete elements of work that make up the schedule. They will be
33 organized under the umbrella of the WBS. Activity descriptions should adequately
34 describe the activity, and in some cases the extent of the activity. All activities are
35 logically tied with a predecessor and a successor. The only exception to this rule is for
36 "project start" and "project finish" milestones.
37
38 The activity duration is based on the physical amount of work to be performed for the
39 stated activity, with a maximum duration of 20 working days OR a continuous activity
40 in one location. If the work for any one activity exceeds 20 days, break that activity
41 down incrementally to achieve this duration constraint. Any exception to this requires
42 review and acceptance by the City's Project Control Specialist.
43
44 J. Change Orders
45 When a Change Order is issued by the City, the impact is incorporated into the
46 previously accepted baseline schedule as an update, to clearly show impact to the
47 project timeline. The Contractor submits this updated baseline schedule to the City for
CITY OF FORT WORTH DHL ALLIANCE F
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN-105418
Revised October 6, 2023
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
013216-6
CONSTRUCTION PROGRESS SCHEDULE
Page 6 of 10
review and acceptance as described in Section 1.5 below. Updated baseline schedules
adhere to the following:
1. Time extensions associated with approved contract modifications are limited to the
actual amount of time the project activities are anticipated to be delayed, unless
otherwise approved by the Program Manager.
2. The re-baselined schedule is submitted by the Contractor within ten workdays after
the date of receipt of the approved Change Order.
3. The changes in logic or durations approved by the City are used to analyze the impact
of the change and is included in the Change Order. The coding for a new activity(s)
added to the schedule for the Change Order includes the Change Order number in the
Activity ID. Use as many activities as needed to accurately show the work of the
Change Order. Revisions to the baseline schedule are not effective until accepted by
the City.
K. City's Work Breakdown Structure
WBS Code WBS Name
XXXXXX Project Name
XXXXXX.30
Design
XXXXXX.30.10
Design Contractor Agreement
XXXXXX.30.20
Conceptual Design (30%)
XXXXXX30.30
Preliminary Design (60%)
XXXXXX30.40
Final Design
XXXXXX.30.50
Environmental
XXXXXX.30.60
Permits
XXXXXX.30.60.10
Permits - Identification
XXXXXX.30.60.20
Permits - Review/Approve
XXXXXX.40
ROW & Easements
XXXXXX.40.10
ROW Negotiations
XXXXXX.40.20
Condemnation
XXXXXX.70
Utility Relocation
XXXXXX.70.10
Utility Relocation Co-ordination
XXXXXX.80
Construction
XXXXXX.80.81
Bid and Award
XXXXXX.80.83
Construction Execution
XXXXXX.80.85
Inspection
XXXXXX.80.86
Landscaping
XXXXXX.90
Closeout
XXXXXX.90.10
Construction Contract Close-out
XXXXXX.90.40
Design Contract Closure
L. City's Standard Milestones
The following milestone activities (i.e., important events on a project that mark critical
points in time) are of particular interest to the City and must be reflected in the project
schedule for all phases of work.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised October 6, 2023
DHL ALLIANCE F
CPN-105418
013216-7
CONSTRUCTION PROGRESS SCHEDULE
Page 7 of 10
1
Activity ID
Activity Name
2
Design
3
3020
Award Design Agreement
4
3040
Issue Notice to Proceed - Design Engineer
5
3100
Design Kick-off Meeting
6
3120
Submit Conceptual Plans to Utilities, ROW, Traffic, Parks, Storm Water,
7
Water & Sewer
8
3150
Peer Review Meeting/Design Review meeting (technical)
9
3160
Conduct Design Public Meeting #1 (required)
10
3170
Conceptual Design Complete
11
3220
Submit Preliminary Plans and Specifications to Utilities, ROW, Traffic,
12
Parks, Storm Water, Water & Sewer
13
3250
Conduct Design Public Meeting #2 (required)
14
3260 Preliminary Design Complete
15
3310
Submit Final Design to Utilities, ROW, Traffic, Parks, Storm Water,
16
Water & Sewer
17
3330
Conduct Design Public Meeting #3 (if required)
18
3360
Final Design Complete
19
ROW & Easements
20
4000
Right of Way Start
21
4230
Right of Way Complete
22
Utility Relocation
23
7000
Utilities Start
24
7120
Utilities Cleared/Complete
25
Construction
26
Bid and Award
27
8110
Start Advertisement
28
8150
Conduct Bid Opening
29
8240
Award Construction Contract
30
Construction Execution
31
8330
Conduct Construction Public Meeting #4 Pre -Construction
32
8350
Construction Start
33
8370
Substantial Completion
34
8540
Construction Completion
35
9130
Notice of Completion/Green Sheet
36
9150
Construction Contract Closed
37
9420
Design Contract Closed
38
39 1.4 SUBMITTALS
40 A. Schedule Submittal & Review
41 The City's Project Manager is responsible for reviews and acceptance of the Contractor's
42 schedule. The City's Project Control Specialist is responsible for ensuring alignment of
43 the Contractor's baseline and progress schedules with the Master Project Schedule as
44 support to the City's Project Manager. The City reviews and accepts or rejects the
45 schedule within ten workdays of Contractor's submittal.
46
CITY OF FORT WORTH DHL ALLIANCE F
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN-105418
Revised October 6, 2023
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
013216-8
CONSTRUCTION PROGRESS SCHEDULE
Page 8 of 10
Schedule Format
The Contractor will submit each schedule in two electronic forms, one in native file
format (.xer, .xml, .mpx) and the second in a pdf format, in the City's document
management system in the location dedicated for this purpose and identified by the
Project Manager. In the event the Contractor does not use Primavera P6 or MS
Project for scheduling purposes, the schedule information must be submitted in .xls or
.xlsx format in compliance with the sample layout (See Specification 0132 16.1
Construction Project Schedule Baseline Example), including activity predecessors,
successors and total float.
2. Initial & Baseline Schedule
The Contractor will develop their schedule for their scope of work and submit their
initial schedule in electronic form (in the file formats noted above), in the City's
document management system in the location dedicated for this purpose at least 5
working days prior to Pre Construction Meeting.
The City's Project Manager and Project Control Specialist review this initial schedule
to determine alignment with the City's Master Project Schedule, including format &
WBS structure. Following the City's review, feedback is provided to the Contractor
for their use in finalizing their initial schedule and issuing (within five workdays) their
Baseline Schedule for final review and acceptance by the City.
3. Progress Schedule
The Contractor will update and issue their project schedule (Progress Schedule) by the
last day of each month throughout the life of their work on the project. The Progress
Schedule is submitted in electronic form as noted above, in the City's document
management system in the location dedicated for this purpose.
The City's Project Control team reviews each Progress Schedule for data and
information that support the assessment of the update to the schedule. In the event
data or information is missing or incomplete, the Project Controls Specialist
communicates directly with the Contractor's scheduler for providing same. The
Contractor re -submits the corrected Progress Schedule within 5 workdays, following
the submittal process noted above. The City's Project Manager and Project Control
Specialist review the Contractor's progress schedule for acceptance and to monitor
performance and progress.
The following list of items are required to ensure proper status information is
contained in the Progress Schedule.
• Baseline Start date
• Baseline Finish Date
• % Complete
• Float
• Activity Logic (dependencies)
• Critical Path
• Activities added or deleted
• Expected Baseline Finish date
• Variance to the Baseline Finish Date
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised October 6, 2023
DHL ALLIANCE F
CPN-105418
013216-9
CONSTRUCTION PROGRESS SCHEDULE
Page 9 of 10
1 B. Monthly Construction Status Report
2 The Contractor submits a written status report (referred to as a progress narrative) at the
3 monthly progress meeting (if monthly meetings are held) or at the end of each month to
4 accompany the Progress Schedule submittal, using the standard format provided in
5 Specification 0132 16.3 Construction Project Schedule Progress Narrative. The content
6 of the Construction Project Schedule Progress Narrative should be concise and complete
7 to include only changes, delays, and anticipated problems.
8
9 C. Submittal Process
10 • Schedules and Monthly Construction Status Reports are submitted in in the City's
11 document management system in the location dedicated for this purpose.
12 • Once the project has been completed and Final Acceptance has been issued by the
13 City, no further progress schedules or construction status reports are required from
14 the Contractor.
15 1.
16 1.5 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
17 1.6 CLOSEOUT SUBMITTALS [NOT USED]
18 1.7 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
19 1.8 QUALITY ASSURANCE
20 A. The person preparing and revising the construction Progress Schedule shall be
21 experienced in the preparation of schedules of similar complexity.
22 B. Schedule and supporting documents addressed in this Specification shall be prepared,
23 updated and revised to accurately reflect the performance of the construction.
24 C. Contractor is responsible for the quality of all submittals in this section meeting the
25 standard of care for the construction industry for similar projects.
26 1.9 DELIVERY, STORAGE, AND HANDLING [NOT USED]
27 1.10 FIELD [SITE] CONDITIONS [NOT USED]
28 1.11 WARRANTY [NOT USED]
29 1.12 ATTACHMENTS
30 Spec 0132 16.1 Construction Project Schedule Baseline Example
31 Spec 0132 16.2 Construction Project Schedule Progress Example
32 Spec 0132 16.3 Construction Project Schedule Progress Narrative
33
CITY OF FORT WORTH DHL ALLIANCE F
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN-105418
Revised October 6, 2023
10
2 PART 2 - PRODUCTS [NOT USED]
3 PART 3 - EXECUTION [NOT USED]
01 32 16 - 10
CONSTRUCTION PROGRESS SCHEDULE
Page 10 of 10
4 END OF SECTION
5
6
Revision Log
DATE NAME SUMMARY OF CHANGE
8/13/2021 Michael Owen Revised to update specification requirements and eliminate duplicate schedule
specifications.
10/06/2023 Michael Owen Added "Juneteenth" to list of City Holidays under 1.3 G. "Schedule Calendar"
CITY OF FORT WORTH DHL ALLIANCE F
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN-105418
Revised October 6, 2023
1
2
3 PART1- GENERAL
4 1.1 SUMMARY
SECTION 0132 33
PRECONSTRUCTION VIDEO
013233-1
DAP PRECONSTRUCTION VIDEO
Page 1 of 2
5 A. Section Includes:
6 1. Administrative and procedural requirements for:
7 a. Preconstruction Videos
8 B. Deviations from this City of Fort Worth Standard Specification
9 1. Though not mandatory, it is highly recommended on infill developer projects.
10 C. Related Specification Sections include, but are not necessarily limited to:
11 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
12 2. Division 1 — General Requirements
13 1.2 PRICE AND PAYMENT PROCEDURES
14 A. Measurement and Payment
15 1. Work associated with this Item is considered subsidiary to the various items bid.
16 No separate payment will be allowed for this Item.
17 1.3 REFERENCES [NOT USED]
18 1.4 ADMINISTRATIVE REQUIREMENTS
19 A. Preconstruction Video
20 1. Produce a preconstruction video of the site/alignment, including all areas in the
21 vicinity of and to be affected by construction.
22 a. Provide digital copy of video upon request by the City.
23 2. Retain a copy of the preconstruction video until the end of the maintenance surety
24 period.
25 1.5 SUBMITTALS [NOT USED]
26 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED]
27 1.7 CLOSEOUT SUBMITTALS [NOT USED]
28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
29 1.9 QUALITY ASSURANCE [NOT USED]
30 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
31 1.11 FIELD [SITE] CONDITIONS [NOT USED]
32 1.12 WARRANTY [NOT USED]
33 PART 2 - PRODUCTS [NOT USED]
CITY OF FORT WORTH DHL ALLIANCE F
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN-105418
Revised August 30, 2013
01 32 33 - 2
DAP PRECONSTRUCTION VIDEO
Page 2 of 2
PART 3 - EXECUTION [NOT USED]
1040 IZI] wl U[am 11130
Revision Log
DATE NAME SUMMARY OF CHANGE
CITY OF FORT WORTH DHL ALLIANCE F
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN-105418
Revised August 30, 2013
SECTION 0133 00
SUBMITTALS
PART1- GENERAL
1.1 SUMMARY
A. Section Includes:
013300-1
SUBMITTALS
Pagel of 8
General methods and requirements of submissions applicable to the following
Work -related submittals:
a. Shop Drawings
b. Product Data (including Standard Product List submittals)
c. Samples
d. Mock Ups
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 — General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Coordination
1. Notify the City in writing, at the time of submittal, of any deviations in the
submittals from the requirements of the Contract Documents.
2. Coordination of Submittal Times
a. Prepare, prioritize and transmit each submittal sufficiently in advance of
performing the related Work or other applicable activities, or within the time
specified in the individual Work Sections, of the Specifications.
b. Contractor is responsible such that the installation will not be delayed by
processing times including, but not limited to:
a) Disapproval and resubmittal (if required)
b) Coordination with other submittals
c) Testing
d) Purchasing
e) Fabrication
f) Delivery
g) Similar sequenced activities
c. No extension of time will be authorized because of the Contractor's failure to
transmit submittals sufficiently in advance of the Work.
CITY OF FORT WORTH DHL ALLIANCE F
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN-105418
Revised December 20, 2012
01 33 00 - 2
SUBMITTALS
Page 2 of 8
d. Make submittals promptly in accordance with approved schedule, and in such
sequence as to cause no delay in the Work or in the work of any other
contractor.
B. Submittal Numbering
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:
1) 03 30 00 is the Specification Section for Concrete
2) 08 is the eighth initial submittal under this Specification Section
3) B is the third submission (second resubmission) of that particular shop
drawing
C. Contractor Certification
Review shop drawings, product data and samples, including those by
subcontractors, prior to submission to determine and verify the following:
a. Field measurements
b. Field construction criteria
c. Catalog numbers and similar data
d. Conformance with the Contract Documents
2. Provide each shop drawing, sample and product data submitted by the Contractor
with a Certification Statement affixed including:
a. The Contractor's Company name
b. Signature of submittal reviewer
c. Certification Statement
1) `By this submittal, I hereby represent that I have determined and verified
field measurements, field construction criteria, materials, dimensions,
catalog numbers and similar data and I have checked and coordinated each
item with other applicable approved shop drawings."
D. Submittal Format
1. Fold shop drawings larger than 8 %2 inches x 11 inches to 8 %2 inches x 11 inches.
2. Bind shop drawings and product data sheets together.
3. Order
a. Cover Sheet
1) Description of Packet
2) Contractor Certification
b. List of items / Table of Contents
c. Product Data /Shop Drawings/Samples /Calculations
E. Submittal Content
1. The date of submission and the dates of any previous submissions
CITY OF FORT WORTH DHL ALLIANCE F
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN-105418
Revised December 20, 2012
01 33 00 - 3
SUBMITTALS
Page 3 of 8
2. The Project title and number
3. Contractor identification
4. The names o£
a. Contractor
b. Supplier
c. Manufacturer
5. Identification of the product, with the Specification Section number, page and
paragraph(s)
6. Field dimensions, clearly identified as such
7. Relation to adjacent or critical features of the Work or materials
8. Applicable standards, such as ASTM or Federal Specification numbers
9. Identification by highlighting of deviations from Contract Documents
10. Identification by highlighting of revisions on resubmittals
11. An 8-inch x 3-inch blank space for Contractor and City stamps
F. Shop Drawings
As specified in individual Work Sections includes, but is not necessarily limited to:
a. Custom -prepared data such as fabrication and erection/installation (working)
drawings
b. Scheduled information
c. Setting diagrams
d. Actual shopwork manufacturing instructions
e. Custom templates
f. Special wiring diagrams
g. Coordination drawings
h. Individual system or equipment inspection and test reports including:
1) Performance curves and certifications
i. As applicable to the Work
2. Details
a. Relation of the various parts to the main members and lines of the structure
b. Where correct fabrication of the Work depends upon field measurements
1) Provide such measurements and note on the drawings prior to submitting
for approval.
G. Product Data
1. For submittals of product data for products included on the City's Standard Product
List, clearly identify each item selected for use on the Project.
2. For submittals of product data for products not included on the City's Standard
Product List, submittal data may include, but is not necessarily limited to:
a. Standard prepared data for manufactured products (sometimes referred to as
catalog data)
1) Such as the manufacturer's product specification and installation
instructions
2) Availability of colors and patterns
3) Manufacturer's printed statements of compliances and applicability
4) Roughing -in diagrams and templates
5) Catalog cuts
6) Product photographs
CITY OF FORT WORTH DHL ALLIANCE F
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN-105418
Revised December 20, 2012
01 33 00 - 4
SUBMITTALS
Page 4 of 8
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
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
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)
CITY OF FORT WORTH DHL ALLIANCE F
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN-105418
Revised December 20, 2012
01 33 00 - 5
SUBMITTALS
Page 5 of 8
a. Shop Drawings
1) Distributed to the City
2) Copies
a) 8 copies for mechanical submittals
b) 7 copies for all other submittals
c) If Contractor requires more than 3 copies of Shop Drawings returned,
Contractor shall submit more than the number of copies listed above.
b. Product Data
1) Distributed to the City
2) Copies
a) 4 copies
c. Samples
1) Distributed to the Project Representative
2) Copies
a) Submit the number stated in the respective Specification Sections.
3. Distribute reproductions of approved shop drawings and copies of approved
product data and samples, where required, to the job site file and elsewhere as
directed by the City.
a. Provide number of copies as directed by the City but not exceeding the number
previously specified.
K. Submittal Review
1. The review of shop drawings, data and samples will be for general conformance
with the design concept and Contract Documents. This is not to be construed as:
a. Permitting any departure from the Contract requirements
b. Relieving the Contractor of responsibility for any errors, including details,
dimensions, and materials
c. Approving departures from details furnished by the City, except as otherwise
provided herein
2. The review and approval of shop drawings, samples or product data by the City
does not relieve the Contractor from his/her responsibility with regard to the
fulfillment of the terms of the Contract.
a. All risks of error and omission are assumed by the Contractor, and the City will
have no responsibility therefore.
3. The Contractor remains responsible for details and accuracy, for coordinating the
Work with all other associated work and trades, for selecting fabrication processes,
for techniques of assembly and for performing Work in a safe manner.
4. If the shop drawings, data or samples as submitted describe variations and show a
departure from the Contract requirements which City finds to be in the interest of
the City and to be so minor as not to involve a change in Contract Price or time for
performance, the City may return the reviewed drawings without noting an
exception.
5. Submittals will be returned to the Contractor under 1 of the following codes:
a. Code 1
1) "NO EXCEPTIONS TAKEN" is assigned when there are no notations or
comments on the submittal.
a) When returned under this code the Contractor may release the
equipment and/or material for manufacture.
b. Code 2
CITY OF FORT WORTH DHL ALLIANCE F
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN-105418
Revised December 20, 2012
01 33 00 - 6
SUBMITTALS
Page 6 of 8
1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of
the notations and comments IS NOT required by the Contractor.
a) The Contractor may release the equipment or material for manufacture;
however, all notations and comments must be incorporated into the
final product.
c. Code 3
1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is
assigned when notations and comments are extensive enough to require a
resubmittal of the package.
a) The Contractor may release the equipment or material for manufacture;
however, all notations and comments must be incorporated into the
final product.
b) This resubmittal is to address all comments, omissions and
non -conforming items that were noted.
c) Resubmittal is to be received by the City within 15 Calendar Days of
the date of the City's transmittal requiring the resubmittal.
d. Code 4
1) "NOT APPROVED" is assigned when the submittal does not meet the
intent of the Contract Documents.
a) The Contractor must resubmit the entire package revised to bring the
submittal into conformance.
b) It may be necessary to resubmit using a different manufacturer/vendor
to meet the Contract Documents.
6. Resubmittals
a. Handled in the same manner as first submittals
1) Corrections other than requested by the City
2) Marked with revision triangle or other similar method
a) At Contractor's risk if not marked
b. Submittals for each item will be reviewed no more than twice at the City's
expense.
1) All subsequent reviews will be performed at times convenient to the City
and at the Contractor's expense, based on the City's or City
Representative's then prevailing rates.
2) Provide Contractor reimbursement to the City within 30 Calendar Days for
all such fees invoiced by the City.
c. The need for more than 1 resubmission or any other delay in obtaining City's
review of submittals, will not entitle the Contractor to an extension of Contract
Time.
7. Partial Submittals
a. City reserves the right to not review submittals deemed partial, at the City's
discretion.
b. Submittals deemed by the City to be not complete will be returned to the
Contractor, and will be considered "Not Approved" until resubmitted.
c. The City may at its option provide a list or mark the submittal directing the
Contractor to the areas that are incomplete.
8. If the Contractor considers any correction indicated on the shop drawings to
constitute a change to the Contract Documents, then written notice must be
provided thereof to the City at least 7 Calendar Days prior to release for
manufacture.
CITY OF FORT WORTH DHL ALLIANCE F
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN-105418
Revised December 20, 2012
01 33 00 - 7
SUBMITTALS
Page 7 of 8
9. When the shop drawings have been completed to the satisfaction of the City, the
Contractor may carry out the construction in accordance therewith and no further
changes therein except upon written instructions from the City.
10. Each submittal, appropriately coded, will be returned within 30 Calendar Days
following receipt of submittal by the City.
L. Mock ups
1. Mock Up units as specified in individual Sections, include, but are not necessarily
limited to, complete units of the standard of acceptance for that type of Work to be
used on the Project. Remove at the completion of the Work or when directed.
M. Qualifications
1. If specifically required in other Sections of these Specifications, submit a P.E.
Certification for each item required.
N. Request for Information (RFI)
Contractor Request for additional information
a. Clarification or interpretation of the contract documents
b. When the Contractor believes there is a conflict between Contract Documents
c. When the Contractor believes there is a conflict between the Drawings and
Specifications
1) Identify the conflict and request clarification
2. Use the Request for Information (RFI) form provided by the City.
3. Numbering of RFI
a. Prefix with "RFI" followed by series number, "-xxx", beginning with "01" and
increasing sequentially with each additional transmittal.
4. Sufficient information shall be attached to permit a written response without further
information.
5. The City will log each request and will review the request.
a. If review of the project information request indicates that a change to the
Contract Documents is required, the City will issue a Field Order or Change
Order, as appropriate.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALSANFORMATIONAL 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]
CITY OF FORT WORTH DHL ALLIANCE F
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN-105418
Revised December 20, 2012
013300-8
SUBMITTALS
Page 8 of 8
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
CITY OF FORT WORTH DHL ALLIANCE F
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN-105418
Revised December 20, 2012
0135 13 -1
SPECIAL PROJECT PROCEDURES
Page 1 of 8
1 SECTION 0135 13
2 SPECIAL PROJECT PROCEDURES
3 PART1- GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
6 1. The procedures for special project circumstances that includes, but is not limited to:
7 a. Coordination with the Texas Department of Transportation
8 b. Work near High Voltage Lines
9 c. Confined Space Entry Program
10 d. Use of Explosives, Drop Weight, Etc.
11 e. Water Department Notification
12 f. Public Notification Prior to Beginning Construction
13 g. Coordination with United States Army Corps of Engineers
14 h. Coordination within Railroad permits areas
15 i. Dust Control
16 j. Employee Parking
17 B. Deviations from this City of Fort Worth Standard Specification
18 1. None.
19 C. Related Specification Sections include, but are not necessarily limited to:
20 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
21 2. Division 1 — General Requirements
22 3. Section 33 12 25 — Connection to Existing Water Mains
23 1.2 PRICE AND PAYMENT PROCEDURES
24 A. Measurement and Payment
25 1. Coordination within Railroad permit areas
26 a. Measurement
27 1) Measurement for this Item will be by lump sum.
28 b. Payment
29 1) The work performed and materials furnished in accordance with this Item
30 will be paid for at the lump sum price bid for Railroad Coordination.
31 c. The price bid shall include:
32 1) Mobilization
33 2) Inspection
34 3) Safety training
35 4) Additional Insurance
36 5) Insurance Certificates
37 6) Other requirements associated with general coordination with Railroad,
38 including additional employees required to protect the right-of-way and
39 property of the Railroad from damage arising out of and/or from the
40 construction of the Project.
41 2. Railroad Flagmen
42 a. Measurement
CITY OF FORT WORTH DHL ALLIANCE F
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN - 105418
Revised March 11, 2022
013513-2
SPECIAL PROJECT PROCEDURES
Page 2 of 8
1 1) Measurement for this Item will be per working day.
2 b. Payment
3 1) The work performed and materials furnished in accordance with this Item
4 will be paid for each working day that Railroad Flagmen are present at the
5 Site.
6 c. The price bid shall include:
7 1) Coordination for scheduling flagmen
8 2) Flagmen
9 3) Other requirements associated with Railroad
10 3. All other items
11 a. Work associated with these Items is considered subsidiary to the various Items
12 bid. No separate payment will be allowed for this Item.
13 1.3 REFERENCES
14 A. Reference Standards
15 1. Reference standards cited in this Specification refer to the current reference
16 standard published at the time of the latest revision date logged at the end of this
17 Specification, unless a date is specifically cited.
18 2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752.
19 High Voltage Overhead Lines.
20 1.4 ADMINISTRATIVE REQUIREMENTS
21 A. Coordination with the Texas Department of Transportation
22 1. When work in the right-of-way which is under the jurisdiction of the Texas
23 Department of Transportation (TxDOT):
24 a. Notify the Texas Department of Transportation prior to commencing any work
25 therein in accordance with the provisions of the permit
26 b. All work performed in the TxDOT right-of-way shall be performed in
27 compliance with and subject to approval from the Texas Department of
28 Transportation
29 B. Work near High Voltage Lines
30 1. Regulatory Requirements
31 a. All Work near High Voltage Lines (more than 600 volts measured between
32 conductors or between a conductor and the ground) shall be in accordance with
33 Health and Safety Code, Title 9, Subtitle A, Chapter 752.
34 2. Warning sign
35 a. Provide sign of sufficient size meeting all OSHA requirements.
36 3. Equipment operating within 10 feet of high voltage lines will require the following
37 safety features
38 a. Insulating cage -type of guard about the boom or arm
39 b. Insulator links on the lift hook connections for back hoes or dippers
40 c. Equipment must meet the safety requirements as set forth by OSHA and the
41 safety requirements of the owner of the high voltage lines
42 4. Work within 6 feet of high voltage electric lines
43 a. Notification shall be given to:
44 1) The power company (example: ONCOR)
CITY OF FORT WORTH DHL ALLIANCE F
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN - 105418
Revised March 11, 2022
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
0135 13 -3
SPECIAL PROJECT PROCEDURES
Page 3 of 8
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. TCEQ Air Permit
1. Obtain TCEQ Air Permit for construction activities per requirements of TCEQ.
E. 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 0131 13
F. Water Department Coordination
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.
43 G. Public Notification Prior to Beginning Construction
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised March 11, 2022
DHL ALLIANCE F
CPN - 105418
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
0135 13 -4
SPECIAL PROJECT PROCEDURES
Page 4 of 8
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 and City of Fort Worth Door Hangers, 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) City of Fort Worth Door Hangers will be provided to the Contractor for
distribution with their notice.
4) Submit schedule showing the construction start and finish time for each
block of the project to the inspector.
5) 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 and door
hangers are delivered to all residents of the block.
H. 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.
b. 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.
1. Coordination with United States Army Corps of Engineers (USACE)
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised March 11, 2022
DHL ALLIANCE F
CPN - 105418
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
0135 13 -5
SPECIAL PROJECT PROCEDURES
Page 5 of 8
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.
J. 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.
3. Railroad Flagmen
a. Submit receipts to City for verification of working days that railroad flagmen
were present on Site.
K. 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.
L. Employee Parking
1. Provide parking for employees at locations approved by the City.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised March 11, 2022
DHL ALLIANCE F
CPN - 105418
1
2
3
4
5
6
7
8
9
013513-6
SPECIAL PROJECT PROCEDURES
Page 6 of 8
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALSANFORMATIONAL 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]
10 PART 3 - EXECUTION [NOT USED]
11
12
DATE NAME
8/31/2012 D. Johnson
13
3/11/2022 M Owen
1040 1XI] Wy 014011130
Revision Log
SUMMARY OF CHANGE
1.4.13— Added requirement of compliance with Health and Safety Code, Title 9.
Safety, Subtitle A. Public Safety, Chapter 752. High Voltage Overhead Lines.
1.4.E — Added Contractor responsibility for obtaining a TCEQ Air Permit
Remove references to Air Pollution watch Days and NCTCOG Clean construction
Specification requirements. Clarify need for Door Hangers under in addition to
contractor notification of public.
CITY OF FORT WORTH DHL ALLIANCE F
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN - 105418
Revised March 11, 2022
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
01 35 13 -7
SPECIAL PROJECT PROCEDURES
Page 7 of 8
EXHIBIT A
(To be printed on Contractor's Letterhead)
Date:
CPN No.:
Project Name:
Mapsco Location:
Limits of Construction:
THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT
WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR
PROPERTY.
CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE
OF THIS NOTICE.
IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER
ISSUE, PLEASE CALL:
Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.>
OR
Mr. <CITY INSPECTOR> AT < TELEPHONE NO.>
AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306
PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised March 11, 2022
DHL ALLIANCE F
CPN - 105418
1
2
4
Date:
EXHIBIT B
FoRT WORTH:
DOE NO. xxxx
Project Name:
0135 13 -8
SPECIAL PROJECT PROCEDURES
Page 8 of 8
NOTICE OF TEMPORARY WATER SERVICE
INTERRUPTION
DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR
WATER SERVICE WILL BE INTERRUPTED ON
BETWEEN THE HOURS OF AND
IF YOU HAVE QUESTIONS ABOUT THIS SHUT -OUT, PLEASE CALL:
MR. AT
(CONTRACTORS SUPERINTENDENT) (TELEPHONE NUMBER)
OR
MR. AT
(CITY INSPECTOR) (TELEPHONE NUMBER)
THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE.
THANK YOU,
,CONTRACTOR
CITY OF FORT WORTH DHL ALLIANCE F
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN - 105418
Revised March 11, 2022
01 45 23
TESTING AND INSPECTION SERVICES
Page 1 of 2
SECTION 0145 23
TESTING AND INSPECTION SERVICES
PART1- 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
Work associated with this Item is considered subsidiary to the various Items bid.
No separate payment will be allowed for this Item.
a. Contractor is responsible for performing, coordinating, and payment of all
Quality Control testing.
b. City is responsible for performing and payment for first set of Quality
Assurance testing.
1) If the first Quality Assurance test performed by the City fails, the
Contractor is responsible for payment of subsequent Quality Assurance
testing until a passing test occurs.
a) Final acceptance will not be issued by City until all required payments
for testing by Contractor have been paid in full.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Testing
1. Complete testing in accordance with the Contract Documents.
2. Coordination
a. When testing is required to be performed by the City, notify City, sufficiently
in advance, when testing is needed.
b. When testing is required to be completed by the Contractor, notify City,
sufficiently in advance, that testing will be performed.
3. Distribution of Testing Reports
a. Electronic Distribution
1) Confirm development of Project directory for electronic submittals to be
uploaded to the City's document management system, or another external
FTP site approved by the City.
CITY OF FORT WORTH DHL ALLIANCE F
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN-105418
Revised March 9, 2020
01 45 23
TESTING AND INSPECTION SERVICES
Page 2 of 2
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 SUBMITTALSANFORMATIONAL 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. Magana Removed reference to Buzzsaw and noted that electronic submittals be uploaded
through the City's document management system.
CITY OF FORT WORTH DHL ALLIANCE F
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN-105418
Revised March 9, 2020
015000-1
DAP TEMPORARY FACILITIES AND CONTROLS
Page 1 of 4
1 SECTION 0150 00
2 TEMPORARY FACILITIES AND CONTROLS
3 PART1- GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
6 1. Provide temporary facilities and controls needed for the Work including, but not
7 necessarily limited to:
8 a. Temporary utilities
9 b. Sanitary facilities
10 c. Storage Sheds and Buildings
11 d. Dust control
12 e. Temporary fencing of the construction site
13 B. Deviations from this City of Fort Worth Standard Specification
14 1. None.
15 C. Related Specification Sections include, but are not necessarily limited to:
16 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
17 2. Division 1 — General Requirements
18 1.2 PRICE AND PAYMENT PROCEDURES
19 A. Measurement and Payment
20 1. Work associated with this Item is considered subsidiary to the various Items bid.
21 No separate payment will be allowed for this Item.
22 1.3 REFERENCES [NOT USED]
23 1.4 ADMINISTRATIVE REQUIREMENTS
24 A. Temporary Utilities
25 1. Obtaining Temporary Service
26 a. Make arrangements with utility service companies for temporary services.
27 b. Abide by rules and regulations of utility service companies or authorities
28 having jurisdiction.
29 c. Be responsible for utility service costs until Work is approved for Final
30 Acceptance.
31 1) Included are fuel, power, light, heat and other utility services necessary for
32 execution, completion, testing and initial operation of Work.
33 2. Water
34 a. Contractor to provide water required for and in connection with Work to be
35 performed and for specified tests of piping, equipment, devices or other use as
36 required for the completion of the Work.
37 b. Provide and maintain adequate supply of potable water for domestic
38 consumption by Contractor personnel and City's Project Representatives.
39 c. Coordination
CITY OF FORT WORTH DHL ALLIANCE F
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN-105418
Revised JULY 1, 2011
01 50 00 - 2
DAP TEMPORARY FACILITIES AND CONTROLS
Page 2 of 4
1 1) Contact City 1 week before water for construction is desired
2 d. Contractor Payment for Construction Water
3 1) Obtain construction water meter from City for payment as billed by City's
4 established rates.
5 3. Electricity and Lighting
6 a. Provide and pay for electric powered service as required for Work, including
7 testing of Work.
8 1) Provide power for lighting, operation of equipment, or other use.
9 b. Electric power service includes temporary power service or generator to
10 maintain operations during scheduled shutdown.
11 4. Telephone
12 a. Provide emergency telephone service at Site for use by Contractor personnel
13 and others performing work or furnishing services at Site.
14 5. Temporary Heat and Ventilation
15 a. Provide temporary heat as necessary for protection or completion of Work.
16 b. Provide temporary heat and ventilation to assure safe working conditions.
17
B. Sanitary Facilities
18
1.
Provide and maintain sanitary facilities for persons on Site.
19
a. Comply with regulations of State and local departments of health.
20
2.
Enforce use of sanitary facilities by construction personnel at job site.
21
a. Enclose and anchor sanitary facilities.
22
b. No discharge will be allowed from these facilities.
23
c. Collect and store sewage and waste so as not to cause nuisance or health
24
problem.
25
d. Haul sewage and waste off -site at no less than weekly intervals and properly
26
dispose in accordance with applicable regulation.
27
3.
Locate facilities near Work Site and keep clean and maintained throughout Project.
28
4.
Remove facilities at completion of Project
29
C. Storage Sheds and Buildings
30
1.
Provide adequately ventilated, watertight, weatherproof storage facilities with floor
31
above ground level for materials and equipment susceptible to weather damage.
32
2.
Storage of materials not susceptible to weather damage may be on blocks off
33
ground.
34
3.
Store materials in a neat and orderly manner.
35
a. Place materials and equipment to permit easy access for identification,
36
inspection and inventory.
37
4.
Equip building with lockable doors and lighting, and provide electrical service for
38
equipment space heaters and heating or ventilation as necessary to provide storage
39
environments acceptable to specified manufacturers.
40
5.
Fill and grade site for temporary structures to provide drainage away from
41
temporary and existing buildings.
42
6.
Remove building from site prior to Final Acceptance.
43
D. Temporary Fencing
44
1.
Provide and maintain for the duration or construction when required in contract
45
documents
CITY OF FORT WORTH DHL ALLIANCE F
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN-105418
Revised JULY 1, 2011
015000-3
DAP TEMPORARY FACILITIES AND CONTROLS
Page 3 of 4
1 E. Dust Control
2 1. Contractor is responsible for maintaining dust control through the duration of the
3 project.
4 a. Contractor remains on -call at all times
5 b. Must respond in a timely manner
6 F. Temporary Protection of Construction
7 1. Contractor or subcontractors are responsible for protecting Work from damage due
8 to weather.
9 1.5 SUBMITTALS [NOT USED]
10 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
11 1.7 CLOSEOUT SUBMITTALS [NOT USED]
12 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
13 1.9 QUALITY ASSURANCE [NOT USED]
14 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
15 1.11 FIELD [SITE] CONDITIONS [NOT USED]
16 1.12 WARRANTY [NOT USED]
17 PART 2 - PRODUCTS [NOT USED]
18 PART 3 - EXECUTION [NOT USED]
19 3.1 INSTALLERS [NOT USED]
20 3.2 EXAMINATION [NOT USED]
21 3.3 PREPARATION [NOT USED]
22 3.4 INSTALLATION
23 A. Temporary Facilities
24 1. Maintain all temporary facilities for duration of construction activities as needed.
CITY OF FORT WORTH DHL ALLIANCE F
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN-105418
Revised JULY 1, 2011
01 50 00 - 4
DAP TEMPORARY FACILITIES AND CONTROLS
Page 4 of 4
1
3.5
[REPAIR] / [RESTORATION]
2
3.6
RE -INSTALLATION
3
3.7
FIELD [oR] SITE QUALITY CONTROL [NOT USED]
4
3.8
SYSTEM STARTUP [NOT USED]
5
3.9
ADJUSTING [NOT USED]
6
3.10
CLEANING [NOT USED]
7
3.11
CLOSEOUT ACTIVITIES
8
A. Temporary Facilities
9
1. Remove all temporary facilities and restore area after completion of the Work, to a
10
condition equal to or better than prior to start of Work.
11
3.12
PROTECTION [NOT USED]
12
3.13
MAINTENANCE [NOT USED]
13
3.14
ATTACHMENTS [NOT USED]
14 END OF SECTION
15
16
Revision Log
DATE NAME SUMMARY OF CHANGE
CITY OF FORT WORTH DHL ALLIANCE F
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN-105418
Revised JULY 1, 2011
015526-1
STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL
Page 1 of 3
1 SECTION 0155 26
2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL
3 PART1- GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
6 1. Administrative procedures for:
7 a. Street Use Permit
8 b. Modification of approved traffic control
9 c. Removal of Street Signs
10 B. Deviations from this City of Fort Worth Standard Specification
11 1. None.
12 C. Related Specification Sections include, but are not necessarily limited to:
13 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
14 2. Division 1 — General Requirements
15 3. Section 34 71 13 — Traffic Control
16 1.2 PRICE AND PAYMENT PROCEDURES
17 A. Measurement and Payment
18 1. Work associated with this Item is considered subsidiary to the various Items bid.
19 No separate payment will be allowed for this Item.
20 1.3 REFERENCES
21 A.Reference Standards
22 1. Reference standards cited in this specification refer to the current reference standard
23 published at the time of the latest revision date logged at the end of this
24 specification, unless a date is specifically cited.
25 2. Texas Manual on Uniform Traffic Control Devices (TMUTCD).
26 1.4 ADMINISTRATIVE REQUIREMENTS
27 A. Traffic Control
28 1. General
29 a. Contractor shall minimize lane closures and impact to vehicular/pedestrian
30 traffic.
31 b. When traffic control plans are included in the Drawings, provide Traffic
32 Control in accordance with Drawings and Section 34 71 13.
33 c. When traffic control plans are not included in the Drawings, prepare traffic
34 control plans in accordance with Section 34 71 13 and submit to City for
35 review.
36 1) Allow minimum 10 working days for review of proposed Traffic Control.
CITY OF FORT WORTH DHL ALLIANCE F
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN - 105418
Revised March 22, 2021
015526-2
STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL
Page 2 of 3
1 2) A traffic control "Typical" published by City of Fort Worth, the Texas
2 Manual Unified Traffic Control Devices (TMUTCD) or Texas Department
3 of Transportation (TxDOT) can be used as an alternative to preparing
4 project/site specific traffic control plan if the typical is applicable to the
5 specific project/site.
6 B. Street Use Permit
7 1. Prior to installation of Traffic Control, a City Street Use Permit is required.
8 a. To obtain Street Use Permit, submit Traffic Control Plans to City
9 Transportation and Public Works Department.
10 1) Allow a minimum of 5 working days for permit review.
11 2) It is the Contractor's responsibility to coordinate review of Traffic Control
12 plans for Street Use Permit, such that construction is not delayed.
13 C. Modification to Approved Traffic Control
14 1. Prior to installation traffic control:
15 a. Submit revised traffic control plans to City Department Transportation and
16 Public Works Department.
17 1) Revise Traffic Control plans in accordance with Section 34 71 13.
18 2) Allow minimum 5 working days for review of revised Traffic Control.
19 3) It is the Contractor's responsibility to coordinate review of Traffic Control
20 plans for Street Use Permit, such that construction is not delayed.
21 D. Removal of Street Sign
22 1. If it is determined that a street sign must be removed for construction, then contact
23 City Transportation and Public Works Department, Signs and Markings Division to
24 remove the sign.
25 E. Temporary Signage
26 1. In the case of regulatory signs, replace permanent sign with temporary sign meeting
27 requirements of the latest edition of the Texas Manual on Uniform Traffic Control
28 Devices (MUTCD).
29 2. Install temporary sign before the removal of permanent sign.
30 3. When construction is complete, to the extent that the permanent sign can be
31 reinstalled, contact the City Transportation and Public Works Department, Signs
32 and Markings Division, to reinstall the permanent sign.
33 F. Traffic Control Standards
34 1. Traffic Control Standards can be found on the City's website.
35 1.5 SUBMITTALS [NOT USED]
36 A. Submit all required documentation to City's Project Representative.
CITY OF FORT WORTH DHL ALLIANCE F
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN - 105418
Revised March 22, 2021
015526-3
STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL
Page 3 of 3
1 1.6
ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED]
2 1.7
CLOSEOUT SUBMITTALS [NOT USED]
3 1.8
MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
4 1.9
QUALITY ASSURANCE [NOT USED]
5 1.10
DELIVERY, STORAGE, AND HANDLING [NOT USED]
6 1.11
FIELD [SITE] CONDITIONS [NOT USED]
7 1.12
WARRANTY [NOT USED]
8 PART 2 - PRODUCTS [NOT USED]
9 PART 3 - EXECUTION [NOT USED]
10
11
12
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
1.4 A. Added language to emphasize minimizing of lane closures and impact to
traffic.
1.4 A. 1. c. Added language to allow for use of published traffic control "Typicals" if
3/22/2021 M Owen applicable to specific project/site.
1.4 F. 1) Removed reference to Buzzsaw
1.5 Added language re: submittal of permit
CITY OF FORT WORTH DHL ALLIANCE F
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN - 105418
Revised March 22, 2021
015713-1
DAP STORM WATER POLLUTION PREVENTION
Page 1 of 3
I SECTION 0157 13
2 STORM WATER POLLUTION PREVENTION
3 PART1- GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
6 1. Procedures for Storm Water Pollution Prevention Plans
7 B. Deviations from this City of Fort Worth Standard Specification
8 1. None.
9 C. Related Specification Sections include, but are not necessarily limited to:
10 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the
11 Contract
12 2. Division 1 — General Requirements
13 3. Section 3125 00 — Erosion and Sediment Control
14 1.2 PRICE AND PAYMENT PROCEDURES
15 A. Measurement and Payment
16 1. Construction Activities resulting in less than 1 acre of disturbance
17 a. Work associated with this Item is considered subsidiary to the various Items
18 bid. No separate payment will be allowed for this Item.
19 2. Construction Activities resulting in greater than 1 acre of disturbance
20 a. Measurement and Payment shall be in accordance with Section 3125 00.
21 1.3 REFERENCES
22 A. Abbreviations and Acronyms
23 1. Notice of Intent: NOI
24 2. Notice of Termination: NOT
25 3. Storm Water Pollution Prevention Plan: SWPPP
26 4. Texas Commission on Environmental Quality: TCEQ
27 5. Notice of Change: NOC
28 A. Reference Standards
29 1. Reference standards cited in this Specification refer to the current reference
30 standard published at the time of the latest revision date logged at the end of this
31 Specification, unless a date is specifically cited.
32 2. Integrated Storm Management (iSWM) Technical Manual for Construction
33 Controls
34 1.4 ADMINISTRATIVE REQUIREMENTS
35 A. General
36 1. Contractor is responsible for resolution and payment of any fines issued associated
37 with compliance to Stormwater Pollution Prevention Plan.
CITY OF FORT WORTH DHL ALLIANCE F
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN-105418
Revised July 1, 2011
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
01 57 13 - 2
DAP STORM WATER POLLUTION PREVENTION
Page 2 of 3
B. Construction Activities resulting in:
1. Less than 1 acre of disturbance
a. Provide erosion and sediment control in accordance with Section 3125 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 3125 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 3125 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.
40 1.5 SUBMITTALS
41
42
43
44
45
46
47
A. SWPPP
1. Submit in accordance with Section 0133 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
CITY OF FORT WORTH DHL ALLIANCE F
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN-105418
Revised July 1, 2011
0157 13 -3
DAP STORM WATER POLLUTION PREVENTION
Page 3 of 3
1 B. Modified SWPPP
2 1. If the SWPPP is revised during construction, resubmit modified SWPPP to the City
3 in accordance with Section 0133 00.
4 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
5 1.7 CLOSEOUT SUBMITTALS [NOT USED]
6 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
7 1.9 QUALITY ASSURANCE [NOT USED]
8 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
9 1.11 FIELD [SITE] CONDITIONS [NOT USED]
10 1.12 WARRANTY [NOT USED]
11 PART 2 - PRODUCTS [NOT USED]
12 PART 3 - EXECUTION [NOT USED]
13
14
15
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
CITY OF FORT WORTH DHL ALLIANCE F
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN-105418
Revised July 1, 2011
SECTION 0158 13
TEMPORARY PROJECT SIGNAGE
PART1- GENERAL
1.1 SUMMARY
015813-1
TEMPORARY PROJECT SIGNAGE
Page 1 of 3
A. Section Includes:
1. Temporary Project Signage Requirements
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 — General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various Items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART2- PRODUCTS
2.1 OWNER -FURNISHED [oR] OWNER-SUPPLIEDPRODUCTS [NOT USEDI
2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS
A. Design Criteria
1. Provide free standing Project Designation Sign in accordance with City's Standard
Details for project signs.
CITY OF FORT WORTH DHL ALLIANCE F
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN-105418
Revised July 1, 2011
01 58 13 - 2
TEMPORARY PROJECT SIGNAGE
Page 2 of 3
B. Materials
1. Sign
a. Constructed of 3/4-inch fir plywood, grade A-C (exterior) or better
2.3 ACCESSORIES [NOT USED]
2.4 SOURCE QUALITY CONTROL [NOT USED]
PART 3 - EXECUTION
3.1 INSTALLERS [NOT USED]
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 INSTALLATION
A. General
1. Provide vertical installation at extents of project.
2. Relocate sign as needed, upon request of the City.
B. Mounting options
a. Skids
b. Posts
c. Barricade
3.5 REPAIR / RESTORATION [NOT USED]
3.6 RE -INSTALLATION [NOT USED]
3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED]
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.10 CLEANING [NOT USED]
3.11 CLOSEOUT ACTIVITIES [NOT USED]
3.12 PROTECTION [NOT USED]
3.13 MAINTENANCE
A. General
1. Maintenance will include painting and repairs as needed or directed by the City.
3.14 ATTACHMENTS [NOT USED]
END OF SECTION
CITY OF FORT WORTH DHL ALLIANCE F
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN-105418
Revised July 1, 2011
0158 13 -3
TEMPORARY PROJECT SIGNAGE
Page 3 of 3
Revision Log
DATE NAME SUMMARY OF CHANGE
CITY OF FORT WORTH DHL ALLIANCE F
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN-105418
Revised July 1, 2011
SECTION 0160 00
PRODUCT REQUIREMENTS
PART1- GENERAL
1.1 SUMMARY
A. Section Includes:
01 60 00
PRODUCT REQUIREMENTS
Page 1 of 2
1. References for Product Requirements and City Standard Products List
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 — General Requirements
1.2 PRICE AND PAYMENT PROCEDURES [NOT USED]
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. A list of City approved products for use is available through the City's website at:
https:Happs.fortworthtexas.gov/ProjectResources/ and following the directory path;
02 - Construction Documents/Standard Products List
B. Only products specifically included on City's Standard Product List in these Contract
Documents shall be allowed for use on the Project.
1. Any subsequently approved products will only be allowed for use upon specific
approval by the City.
C. Any specific product requirements in the Contract Documents supersede similar
products included on the City's Standard Product List.
1. The City reserves the right to not allow products to be used for certain projects even
though the product is listed on the City's Standard Product List.
D. Although a specific product is included on City's Standard Product List, not all
products from that manufacturer are approved for use, including but not limited to, that
manufacturer's standard product.
E. See Section 0133 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]
CITY OF FORT WORTH DHL ALLIANCE F
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN-105418
Revised March 9, 2020
01 60 00
PRODUCT REQUIREMENTS
Page 2 of 2
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
10/12/12 D. Johnson Modified Location of City's Standard Product List
3/9/2020 D.V. Magafia Removed reference to Buzzsaw and noted that the City approved products list is
accessible through the City's website.
CITY OF FORT WORTH DHL ALLIANCE F
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN-105418
Revised March 9, 2020
016600-1
PRODUCT STORAGE AND HANDLING REQUIREMENTS
Page 1 of 4
SECTION 0166 00
PRODUCT STORAGE AND HANDLING REQUIREMENTS
PART1- 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.
CITY OF FORT WORTH DHL ALLIANCE F
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN-105418
Revised July 1, 2011
01 66 00 - 2
PRODUCT STORAGE AND HANDLING REQUIREMENTS
Page 2 of 4
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.
CITY OF FORT WORTH DHL ALLIANCE F
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN-105418
Revised July 1, 2011
016600-3
PRODUCT STORAGE AND HANDLING REQUIREMENTS
Page 3 of 4
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
CITY OF FORT WORTH DHL ALLIANCE F
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN-105418
Revised July 1, 2011
01 66 00 - 4
PRODUCT STORAGE AND HANDLING REQUIREMENTS
Page 4 of 4
Revision Log
DATE NAME SUMMARY OF CHANGE
CITY OF FORT WORTH DHL ALLIANCE F
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN-105418
Revised July 1, 2011
017123-1
CONSTRUCTION STAKING AND SURVEY
Page 1 of 7
1 SECTION 01 71 23
2 CONSTRUCTION STAKING AND SURVEY
3 PART1- GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
6 1. Requirements for construction staking and construction survey
7 B. Deviations from this City of Fort Worth Standard Specification
8 1. See Changes (Highlighted in Yellow).
9 C. Related Specification Sections include, but are not necessarily limited to:
10 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
11 2. Division 1 — General Requirements
12 1.2 PRICE AND PAYMENT PROCEDURES
13 A. Measurement and Payment
14 1. Construction Staking
15 a. Measurement
16 1) This Item is considered subsidiary to the various Items bid.
17 b. Payment
18 1) The work performed and the materials furnished in accordance with this
19 Item are subsidiary to the various Items bid and no other compensation will
20 be allowed.
21 2. Construction Survey
22 a. Measurement
23 1) This Item is considered subsidiary to the various Items bid.
24 b. Payment
25 1) The work performed and the materials furnished in accordance with this
26 Item are subsidiary to the various Items bid and no other compensation will be
27 allowed.
28 3. As -Built Survey
29 a. Measurement
30 1) This Item is considered subsidiary to the various Items bid.
31 b. Payment
32 1) The work performed and the materials furnished in accordance with this
33 Item are subsidiary to the various Items bid and no other compensation will be
34 allowed.
35 1.3 REFERENCES
36 A. Definitions
37 1. Construction Survev - The survey measurements made prior to or while
38 construction is in progress to control elevation, horizontal position, dimensions and
39 configuration of structures/improvements included in the Project Drawings.
CITY OF FORT WORTH DHL ALLIANCE F
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN-105418
Revised February 14, 2018
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
01 71 23 - 2
CONSTRUCTION STAKING AND SURVEY
Page 2 of 7
2. As -built Survev —The measurements made after the construction of the
improvement features are complete to provide position coordinates for the features
of a project.
3. Construction Stakina — 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. Survev "Field Checks" — Measurements made after construction staking is
completed and before construction work begins to ensure that structures marked on
the ground are accurately located per Project Drawings.
B. Technical References
1. City of Fort Worth — Construction Staking Standards (available on City's Buzzsaw
website) — 01 71 23.16.01— Attachment A Survey Staking Standards
2. City of Fort Worth - Standard Survey Data Collector Library (fxl) files (available
on City's Buzzsaw website).
3. Texas Department of Transportation (TxDOT) Survey Manual, latest revision
4. Texas Society of Professional Land Surveyors (TSPS), Manual of Practice for Land
Surveying in the State of Texas, Category 5
20 1.4 ADMINISTRATIVE REQUIREMENTS
21 A. The Contractor's selection of a surveyor must comply with Texas Government
22 Code 2254 (qualifications based selection) for this project.
23 1.5 SUBMITTALS
24 A. Submittals, if required, shall be in accordance with Section 0133 00.
25 B. All submittals shall be received and reviewed by the City prior to delivery of work.
26 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS
27 A. Field Quality Control Submittals
28 1. Documentation verifying accuracy of field engineering work, including coordinate
29 conversions if plans do not indicate grid or ground coordinates.
30 2. Submit "Cut -Sheets" conforming to the standard template provided by the City
31 (refer to 01 71 23.16.01 — Attachment A — Survey Staking Standards).
32 1.7 CLOSEOUT SUBMITTALS
33 B. As -built Redline Drawing Submittal
34 1. Submit As -Built Survey Redline Drawings documenting the locations/elevations of
35 constructed improvements signed and sealed by Registered Professional Land
36 Surveyor (RPLS) responsible for the work (refer to 01 71 23.16.01 — Attachment A
37 — Survey Staking Standards) .
38 2. Contractor shall submit the proposed as -built and completed redline drawing
39 submittal one (1) week prior to scheduling the project final inspection for City
40 review and comment. Revisions, if necessary, shall be made to the as -built redline
41 drawings and resubmitted to the City prior to scheduling the construction final
42 inspection.
CITY OF FORT WORTH DHL ALLIANCE F
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN-105418
Revised February 14, 2018
017123-3
CONSTRUCTION STAKING AND SURVEY
Page 3 of 7
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
2 1.9 QUALITY ASSURANCE
3 A. Construction Staking
4 1. Construction staking will be performed by the Contractor.
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
2. Coordination
a. Contact City and Developer'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
Developer's Project Representative is required to re -stake for any reason, the
Contractor will be responsible for costs to perform staking. If in the opinion of
the City, a sufficient number of stakes or markings have been lost, destroyed
disturbed or omitted that the contracted Work cannot take place then the
Contractor will be required to stake or re -stake the deficient areas.
B. Construction Survey
1. Construction Survey will be performed by the Contractor.
2. Coordination
a. Contractor to verify that horizontal and vertical control data established in the
design survey and required for construction survey is available and in place.
3. General
a. Construction survey will be performed in order to construct the work shown
on the Construction Drawings and specified in the Contract Documents.
b. For construction methods other than open cut, the Contractor shall perform
construction survey and verify control data including, but not limited to, the
following:
1) Verification that established benchmarks and control are accurate.
2) Use of Benchmarks to furnish and maintain all reference lines and grades
for tunneling.
3) Use of line and grades to establish the location of the pipe.
4) Submit to the City copies of field notes used to establish all lines and
grades, if requested, and allow the City to check guidance system setup prior
to beginning each tunneling drive.
5) Provide access for the City, if requested, to verify the guidance system and
the line and grade of the carrier pipe.
6) The Contractor remains fully responsible for the accuracy of the work and
correction of it, as required.
7) Monitor line and grade continuously during construction.
8) Record deviation with respect to design line and grade once at each pipe
joint and submit daily records to the City.
9) If the installation does not meet the specified tolerances (as outlined in
Sections 33 05 23 and/or 33 05 24), immediately notify the City and correct
the installation in accordance with the Contract Documents.
C. As -Built Survey
1. Required As -Built Survey will be performed by the Contractor.
CITY OF FORT WORTH DHL ALLIANCE F
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN-105418
Revised February 14, 2018
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
01 71 23 - 4
CONSTRUCTION STAKING AND SURVEY
Page 4 of 7
2. Coordination
a. Contractor is to coordinate with City to confirm which features require as -
built surveying.
b. It is the Contractor's responsibility to coordinate the as -built survey and
required measurements for items that are to be buried such that construction
activities are not delayed or negatively impacted.
c. For sewer mains and water mains 12" and under in diameter, it is acceptable
to physically measure depth and mark the location during the progress of
construction and take as -built survey after the facility has been buried. The
Contractor is responsible for the quality control needed to ensure accuracy.
3. General
a. The Contractor shall provide as -built survey including the elevation and
location (and provide written documentation to the City) of construction
features during the progress of the construction including the following:
1) Water Lines
a) Top of pipe elevations and coordinates for waterlines at the following
locations:
(1) Minimum every 250 linear feet, including
(2) Horizontal and vertical points of inflection, curvature,
etc.
(3) Fire line tee
(4) Plugs, stub -outs, dead-end lines
(5) Casing pipe (each end) and all buried fittings
2) Sanitary Sewer
a) Top of pipe elevations and coordinates for force mains and siphon
sanitary sewer lines (non -gravity facilities) at the following locations:
(1) Minimum every 250 linear feet and any buried fittings
(2) Horizontal and vertical points of inflection, curvature,
etc.
3) Stormwater — Not Applicable
b. The Contractor shall provide as -built survey including the elevation and
location (and provide written documentation to the City) of construction
features after the construction is completed including the following:
1) Manholes
a) Rim and flowline elevations and coordinates for each manhole
2) Water Lines
a) Cathodic protection test stations
b) Sampling stations
c) Meter boxes/vaults (All sizes)
d) Fire hydrants
e) Valves (gate, butterfly, etc.)
f) Air Release valves (Manhole rim and vent pipe)
g) Blow off valves (Manhole rim and valve lid)
h) Pressure plane valves
i) Underground Vaults
(1) Rim and flowline elevations and coordinates for each
Underground Vault.
3) Sanitary Sewer
a) Cleanouts
(1) Rim and flowline elevations and coordinates for each
CITY OF FORT WORTH DHL ALLIANCE F
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN-105418
Revised February 14, 2018
017123-5
CONSTRUCTION STAKING AND SURVEY
Page 5 of 7
1 b) Manholes and Junction Structures
2 (1) Rim and flowline elevations and coordinates for each
3 manhole and junction structure.
4 4) Stormwater — Not Applicable
5 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
6 1.11 FIELD [SITE] CONDITIONS [NOT USED]
7 1.12 WARRANTY
8 PART 2- PRODUCTS
9
A. A construction survey will produce, but will not be limited to:
10
1.
Recovery of relevant control points, points of curvature and points of intersection.
11
2.
Establish temporary horizontal and vertical control elevations (benchmarks)
12
sufficiently permanent and located in a manner to be used throughout construction.
13
3.
The location of planned facilities, easements and improvements.
14
a. Establishing final line and grade stakes for piers, floors, grade beams, parking
15
areas, utilities, streets, highways, tunnels, and other construction.
16
b. A record of revisions or corrections noted in an orderly manner for reference.
17
c. A drawing, when required by the client, indicating the horizontal and vertical
18
location of facilities, easements and improvements, as built.
19
4.
Cut sheets shall be provided to the City inspector and Survey Superintendent for all
20
construction staking projects. These cut sheets shall be on the standard city template
21
which can be obtained from the Survey Superintendent (817-392-7925).
22
5.
Digital survey files in the following formats shall be acceptable:
23
a. AutoCAD (.dwg)
24
b. ESRI Shapefile (shp)
25
c. CSV file (.csv), formatted with X and Y coordinates in separate columns (use
26
standard templates, if available)
27
6.
Survey files shall include vertical and horizontal data tied to original project
28
control and benchmarks, and shall include feature descriptions
29 PART 3 - EXECUTION
30 3.1 INSTALLERS
31 A. Tolerances:
32 1. The staked location of any improvement or facility should be as accurate as
33 practical and necessary. The degree of precision required is dependent on many
34 factors all of which must remain judgmental. The tolerances listed hereafter are
35 based on generalities and, under certain circumstances, shall yield to specific
36 requirements. The surveyor shall assess any situation by review of the overall plans
37 and through consultation with responsible parties as to the need for specific
38 tolerances.
39 a. Earthwork: Grades for earthwork or rough cut should not exceed 0.1 ft. vertical
40 tolerance. Horizontal alignment for earthwork and rough cut should not exceed
41 1.0 ft. tolerance.
CITY OF FORT WORTH DHL ALLIANCE F
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN-105418
Revised February 14, 2018
017123-6
CONSTRUCTION STAKING AND SURVEY
Page 6 of 7
1
b. Horizontal alignment on a structure shall be within .0.Ift tolerance.
2
c. Paving or concrete for streets, curbs, gutters, parking areas, drives, alleys and
3
walkways shall be located within the confines of the site boundaries and,
4
occasionally, along a boundary or any other restrictive line. Away from any
5
restrictive line, these facilities should be staked with an accuracy producing no
6
more than 0.05ft. tolerance from their specified locations.
7
d. Underground and overhead utilities, such as sewers, gas, water, telephone and
8
electric lines, shall be located horizontally within their prescribed areas or
9
easements. Within assigned areas, these utilities should be staked with an
10
accuracy producing no more than 0.1 ft tolerance from a specified location.
11
e. The accuracy required for the vertical location of utilities varies widely. Many
12
underground utilities require only a minimum cover and a tolerance of 0.1 ft.
13
should be maintained. Underground and overhead utilities on planned profile,
14
but not depending on gravity flow for performance, should not exceed 0.1 ft.
15
tolerance.
16 B. Surveying instruments shall be kept in close adjustment according to manufacturer's
17 specifications or in compliance to standards. The City reserves the right to request a
18 calibration report at any time and recommends regular maintenance schedule be
19 performed by a certified technician every 6 months.
20 1. Field measurements of angles and distances shall be done in such fashion as to
21 satisfy the closures and tolerances expressed in Part 3.1.A.
22 2. Vertical locations shall be established from a pre -established benchmark and
23 checked by closing to a different bench mark on the same datum.
24 3. Construction survey field work shall correspond to the client's plans. Irregularities
25 or conflicts found shall be reported promptly to the City.
26 4. Revisions, corrections and other pertinent data shall be logged for future reference.
27
28 3.2 EXAMINATION [NOT USED]
29 3.3 PREPARATION [NOT USED]
30 3.4 APPLICATION
31 3.5 REPAIR / RESTORATION
32 A. If the Contractor's work damages or destroys one or more of the control
33 monuments/points set by the Developer's Project Representative, the monuments shall be
34 adequately referenced for expedient restoration.
35 1. Notify City or Developer's Project Representative if any control data needs to be
36 restored or replaced due to damage caused during construction operations.
37 a. Contractor shall perform replacements and/or restorations.
38 b. The City or Developer's Project Representative may require at anytime a
39 survey "Field Check" of any monument or benchmarks that are set be verified
40 by the Developer's Project Representative before further associated work can
41 move forward.
CITY OF FORT WORTH DHL ALLIANCE F
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN-105418
Revised February 14, 2018
017123-7
CONSTRUCTION STAKING AND SURVEY
Page 7 of 7
1 3.6 RE -INSTALLATION [NOT USED]
2 3.7 FIELD [OR] SITE QUALITY CONTROL
3 A. It is the Contractor's responsibility to maintain all stakes and control data placed by the
4 Developer's Project Representative in accordance with this Specification. This includes
5 easements and right of way, if noted on the plans.
6 B. Do not change or relocate stakes or control data without approval from the City.
7 3.8 SYSTEM STARTUP
8 A. Survey Checks
9 1. The City reserves the right to perform a Survey Check at any time deemed
10 necessary.
11 2. Checks by City personnel or 31 party contracted surveyor are not intended to
12 relieve the contractor of his/her responsibility for accuracy.
13
14 3.9 ADJUSTING [NOT USED]
15
16
17
18
19
20
21
22
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
8/31/2012 D. Johnson
Added instruction and modified measurement & payment under 1.2; added
8/31/2017 M. Owen
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.
Removed "blue text"; revised measurement and payment sections for Construction
Staking and As -Built Survey; added reference to selection compliance with TGC
2/14/2018 M Owen
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
CITY OF FORT WORTH DHL ALLIANCE F
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN-105418
Revised February 14, 2018
SECTION 0174 23
CLEANING
PART1- GENERAL
1.1 SUMMARY
017423-1
CLEANING
Page 1 of 4
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.
CITY OF FORT WORTH DHL ALLIANCE F
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN-105418
Revised July 1, 2011
01 74 23 - 2
CLEANING
Page 2 of 4
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART2- 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.
CITY OF FORT WORTH DHL ALLIANCE F
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN-105418
Revised July 1, 2011
01 74 23 - 3
CLEANING
Page 3 of 4
6. Handle materials in a controlled manner with as few handlings as possible.
7. Thoroughly clean, sweep, wash and polish all Work and equipment associated with
this project.
8. Remove all signs of temporary construction and activities incidental to construction
of required permanent Work.
9. If project is not cleaned to the satisfaction of the City, the City reserves the right to
have the cleaning completed at the expense of the Contractor.
10. Do not burn on -site.
B. Intermediate Cleaning during Construction
1. Keep Work areas clean so as not to hinder health, safety or convenience of
personnel in existing facility operations.
2. At maximum weekly intervals, dispose of waste materials, debris and rubbish.
3. Confine construction debris daily in strategically located container(s):
a. Cover to prevent blowing by wind
b. Store debris away from construction or operational activities
c. Haul from site at a minimum of once per week
4. Vacuum clean interior areas when ready to receive finish painting.
a. Continue vacuum cleaning on an as -needed basis, until Final Acceptance.
5. Prior to storm events, thoroughly clean site of all loose or unsecured items, which
may become airborne or transported by flowing water during the storm.
C. Interior Final Cleaning
1. Remove grease, mastic, adhesives, dust, dirt, stains, fingerprints, labels and other
foreign materials from sight -exposed surfaces.
2. Wipe all lighting fixture reflectors, lenses, lamps and trims clean.
3. Wash and shine glazing and mirrors.
4. Polish glossy surfaces to a clear shine.
5. Ventilating systems
a. Clean permanent filters and replace disposable filters if units were operated
during construction.
b. Clean ducts, blowers and coils if units were operated without filters during
construction.
6. Replace all burned out lamps.
7. Broom clean process area floors.
8. Mop office and control room floors.
D. Exterior (Site or Right of Way) Final Cleaning
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.
CITY OF FORT WORTH DHL ALLIANCE F
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN-105418
Revised July 1, 2011
01 74 23 - 4
CLEANING
Page 4 of 4
4. If no longer required for maintenance of erosion facilities, and upon approval by
City, remove erosion control from site.
5. Clean signs, lights, signals, etc.
3.11 CLOSEOUT ACTIVITIES [NOT USED]
3.12 PROTECTION [NOT USED]
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
CITY OF FORT WORTH DHL ALLIANCE F
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN-105418
Revised July 1, 2011
01 77 19 -1
CLOSEOUT REQUIREMENTS
Page 1 of 3
1 SECTION 0177 19
2 CLOSEOUT REQUIREMENTS
3 PART 1 - GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
6 1. The procedure for closing out a contract
7 B. Deviations from this City of Fort Worth Standard Specification
8 1. None.
9 C. Related Specification Sections include, but are not necessarily limited to:
10 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
11 2. Division 1— General Requirements
12 1.2 PRICE AND PAYMENT PROCEDURES
13 A. Measurement and Payment
14 1. Work associated with this Item is considered subsidiary to the various Items bid.
15 No separate payment will be allowed for this Item.
16 1.3 REFERENCES [NOT USED]
17 1.4 ADMINISTRATIVE REQUIREMENTS
18 A. Guarantees, Bonds and Affidavits
19 1. No application for final payment will be accepted until all guarantees, bonds,
20 certificates, licenses and affidavits required for Work or equipment as specified are
21 satisfactorily filed with the City.
22 B. Release of Liens or Claims
23 1. No application for final payment will be accepted until satisfactory evidence of
24 release of liens has been submitted to the City.
25 1.5 SUBMITTALS
26 A. Submit all required documentation to City's Project Representative.
27
28 1.6 INFORMATIONAL SUBMITTALS [NOT USED]
29
30 1.7 CLOSEOUT SUBMITTALS [NOT USED]
31 PART 2 - PRODUCTS [NOT USED]
32
CITY OF FORT WORTH DHL ALLIANCE F
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN-105418
Revised March 22, 2021
01 7719 - 2
CLOSEOUT REQUIREMENTS
Page 2of3
1 PART 3 - EXECUTION
2 3.1 INSTALLERS [NOT USED]
3 3.2 EXAMINATION [NOT USED]
4 3.3 PREPARATION [NOT USED]
5 3.4 CLOSEOUT PROCEDURE
6 A. Prior to requesting Final Inspection, submit:
7 1. Project Record Documents in accordance with Section 0178 39
8 2. Operation and Maintenance Data, if required, in accordance with Section 0178 23
9 B. Prior to requesting Final Inspection, perform final cleaning in accordance with Section
10 01 74 23.
11 C. Final Inspection
12 1. After final cleaning, provide notice to the City Project Representative that the Work
13 is completed.
14 a. The City will make an initial Final Inspection with the Contrac tor pres ent
15 b. Upon completion of this inspection, the City will notify the Contractor, in
16 writing within 10 business days, of any particulars in which this inspection
17 reveals that the Work is defective or incomplete.
18 2. Upon receiving written notice from the City, immediately undertake the Work
19 required to remedy deficiencies and complete the Work to the satisfaction of the
20 City.
21 3. The Right-of-way shall be cleared of all construction materials, barricades, and
22 temporary signage.
23 4. Upon completion of Work associated with the items listed in the City's written
24 notice, inform the City that the required Work has been completed. Upon receipt of
25 this notice, the City, in the presence of the Contractor, will make a subsequent Final
26 Inspection of the project.
27 5. Provide all special accessories required to place each item of equipment in full
28 operation. These special accessory items include, but are not limited to:
29 a. Specked spare parts
30 b. Adequate oil and grease as required for the first lubrication of the equipment
31 c. Initial fill up of all chemical tanks and fuel tanks
32 d. Light bulbs
33 e. Fuses
34 f. Vault keys
35 g. Handwheels
36 h. Other expendable items as required for initial start-up and operation of all
37 equipment
38 D. Notice of Project Completion
39 1. Once the City Project Representative finds the Work subsequent to Final Inspection
40 to be satisfactory, the City will issue a Notice of Project Completion (Green Sheet).
41 E. Supporting Documentation
CITY OF FORT WORTH DHL ALLIANCE F
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN-105418
Revised March 22, 2021
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
01 7719 - 3
CLOSEOUT REQUIREMENTS
Page 3 of 3
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
3/22/2021 M Owen 3.4 C. Added language to clarify and emphasize requirement to "Clearing ROW"
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised March 22, 2021
DHL ALLIANCE F
CPN-105418
017823-1
OPERATION AND MAINTENANCE DATA
Page 1 of 5
SECTION 0178 23
OPERATION AND MAINTENANCE DATA
PART1- 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 0133 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 1/2 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
CITY OF FORT WORTH DHL ALLIANCE F
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN-105418
Revised December 20, 2012
01 78 23 - 2
OPERATION AND MAINTENANCE DATA
Page 2 of 5
d. Drawings
1) Provide reinforced punched binder tab, bind in with text
2) Reduce larger drawings and fold to size of text pages.
e. Provide fly -leaf for each separate product, or each piece of operating
equipment.
1) Provide typed description of product, and major component parts of
equipment.
2) Provide indexed tabs.
f. Cover
1) Identify each volume with typed or printed title "OPERATING AND
MAINTENANCE INSTRUCTIONS".
2) List:
a) Title of Project
b) Identity of separate structure as applicable
c) Identity of general subject matter covered in the manual
3. Binders
a. Commercial quality 3-ring binders with durable and cleanable plastic covers
b. When multiple binders are used, correlate the data into related consistent
groupings.
4. If available, provide an electronic form of the O&M Manual.
B. Manual Content
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.
CITY OF FORT WORTH DHL ALLIANCE F
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN-105418
Revised December 20, 2012
01 78 23 - 3
OPERATION AND MAINTENANCE DATA
Page 3 of 5
5. Copy of each warranty, bond and service contract issued
a. Provide information sheet for City personnel giving:
1) Proper procedures in event of failure
2) Instances which might affect validity of warranties or bonds
C. Manual for Materials and Finishes
1. Submit 5 copies of complete manual in final form.
2. Content, for architectural products, applied materials and finishes:
a. Manufacturer's data, giving full information on products
1) Catalog number, size, composition
2) Color and texture designations
3) Information required for reordering special manufactured products
b. Instructions for care and maintenance
1) Manufacturer's recommendation for types of cleaning agents and methods
2) Cautions against cleaning agents and methods which are detrimental to
product
3) Recommended schedule for cleaning and maintenance
3. Content, for moisture protection and weather exposure products:
a. Manufacturer's data, giving full information on products
1) Applicable standards
2) Chemical composition
3) Details of installation
b. Instructions for inspection, maintenance and repair
D. Manual for Equipment and Systems
1. Submit 5 copies of complete manual in final form.
2. Content, for each unit of equipment and system, as appropriate:
a. Description of unit and component parts
1) Function, normal operating characteristics and limiting conditions
2) Performance curves, engineering data and tests
3) Complete nomenclature and commercial number of replaceable parts
b. Operating procedures
1) Start-up, break-in, routine and normal operating instructions
2) Regulation, control, stopping, shut -down and emergency instructions
3) Summer and winter operating instructions
4) Special operating instructions
c. Maintenance procedures
1) Routine operations
2) Guide to "trouble shooting"
3) Disassembly, repair and reassembly
4) Alignment, adjusting and checking
d. Servicing and lubrication schedule
1) List of lubricants required
e. Manufacturer's printed operating and maintenance instructions
f. Description of sequence of operation by control manufacturer
1) Predicted life of parts subject to wear
2) Items recommended to be stocked as spare parts
g. As installed control diagrams by controls manufacturer
h. Each contractor's coordination drawings
1) As installed color coded piping diagrams
CITY OF FORT WORTH DHL ALLIANCE F
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN-105418
Revised December 20, 2012
01 78 23 - 4
OPERATION AND MAINTENANCE DATA
Page 4 of 5
i. Charts of valve tag numbers, with location and function of each valve
j. List of original manufacturer's spare parts, manufacturer's current prices, and
recommended quantities to be maintained in storage
k. Other data as required under pertinent Sections of Specifications
3. Content, for each electric and electronic system, as appropriate:
a. Description of system and component parts
1) Function, normal operating characteristics, and limiting conditions
2) Performance curves, engineering data and tests
3) Complete nomenclature and commercial number of replaceable parts
b. Circuit directories of panelboards
1) Electrical service
2) Controls
3) Communications
c. As installed color coded wiring diagrams
d. Operating procedures
1) Routine and normal operating instructions
2) Sequences required
3) Special operating instructions
e. Maintenance procedures
1) Routine operations
2) Guide to "trouble shooting"
3) Disassembly, repair and reassembly
4) Adjustment and checking
f. Manufacturer's printed operating and maintenance instructions
g. List of original manufacturer's spare parts, manufacturer's current prices, and
recommended quantities to be maintained in storage
h. Other data as required under pertinent Sections of Specifications
4. Prepare and include additional data when the need for such data becomes apparent
during instruction of City's personnel.
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE
A. Provide operation and maintenance data by personnel with the following criteria:
1. Trained and experienced in maintenance and operation of described products
2. Skilled as technical writer to the extent required to communicate essential data
3. Skilled as draftsman competent to prepare required drawings
CITY OF FORT WORTH DHL ALLIANCE F
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN-105418
Revised December 20, 2012
01 78 23 - 5
OPERATION AND MAINTENANCE DATA
Page 5 of 5
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
CITY OF FORT WORTH DHL ALLIANCE F
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN-105418
Revised December 20, 2012
SECTION 0178 39
PROJECT RECORD DOCUMENTS
PART1- GENERAL
017839-1
PROJECT RECORD DOCUMENTS
Page 1 of 4
1.1 SUMMARY
A. Section Includes:
1. Work associated with the documenting the project and recording changes to project
documents, including:
a. Record Drawings
b. Water Meter Service Reports
c. Sanitary Sewer Service Reports
d. Large Water Meter Reports
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 — General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various Items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
1.5 SUBMITTALS
A. Prior to submitting a request for Final Inspection, deliver Project Record Documents to
City's Project Representative.
1.6 ACTION SUBMITTALSANFORMATIONAL 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.
CITY OF FORT WORTH DHL ALLIANCE F
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN-105418
Revised July 1, 2011
01 78 39 - 2
PROJECT RECORD DOCUMENTS
Page 2 of 4
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]
PART2- 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".
CITY OF FORT WORTH DHL ALLIANCE F
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN-105418
Revised July 1, 2011
017839-3
PROJECT RECORD DOCUMENTS
Page 3 of 4
2. Preservation
a. Considering the Contract completion time, the probable number of occasions
upon which the job set must be taken out for new entries and for examination,
and the conditions under which these activities will be performed, devise a
suitable method for protecting the job set.
b. Do not use the job set for any purpose except entry of new data and for review
by the City, until start of transfer of data to final Project Record Documents.
c. Maintain the job set at the site of work.
3. Coordination with Construction Survey
a. At a minimum, in accordance with the intervals set forth in Section 01 71 23,
clearly mark any deviations from Contract Documents associated with
installation of the infrastructure.
4. Making entries on Drawings
a. Record any deviations from Contract Documents.
b. Use an erasable colored pencil (not ink or indelible pencil), clearly describe the
change by graphic line and note as required.
c. Date all entries.
d. Call attention to the entry by a "cloud" drawn around the area or areas affected.
e. In the event of overlapping changes, use different colors for the overlapping
changes.
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
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.
CITY OF FORT WORTH DHL ALLIANCE F
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN-105418
Revised July 1, 2011
01 78 39 - 4
PROJECT RECORD DOCUMENTS
Page 4 of 4
c. Call attention to each entry by drawing a "cloud" around the area or areas
affected.
d. Make changes neatly, consistently and with the proper media to assure
longevity and clear reproduction.
2. Transfer of data to other Documents
a. If the Documents, other than Drawings, have been kept clean during progress of
the Work, and if entries thereon have been orderly to the approval of the City,
the job set of those Documents, other than Drawings, will be accepted as final
Record Documents.
b. If any such Document is not so approved by the City, secure a new copy of that
Document from the City at the City's usual charge for reproduction and
handling, and carefully transfer the change data to the new copy to the approval
of the City.
3.5 REPAIR / RESTORATION [NOT USED]
3.6 RE -INSTALLATION [NOT USED]
3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED]
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.10 CLEANING [NOT USED]
3.11 CLOSEOUT ACTIVITIES [NOT USED]
3.12 PROTECTION [NOT USED]
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
CITY OF FORT WORTH DHL ALLIANCE F
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN-105418
Revised July 1, 2011
STANDARD CITY CONDITIONS
OF THE CONSTRUCTION CONTRACT
FOR DEVELOPER AWARDED PROJECTS
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
STANDARD CITY CONDITIONS OF THE
CONSTRUCTION CONTRACT
FOR DEVELOPER AWARDED PROJECTS
TABLE OF CONTENTS
Article 1 — Definitions and Terminology..........
1.01 Defined Terms ...............................
1.02 Terminology ..................................
Article 2 —
Preliminary Matters .......................
2.01
Before Starting Construction......
2.02
Preconstruction Conference........
2.03
Public Meeting ............................
Page
.............................................1
.............................................1
............................................. 5
....................................................... 6
....................................................... 6
....................................................... 6
....................................................... 6
Article 3 — Contract Documents and Amending............................................................................................... 6
3.01 Reference Standards..................................................................................................................... 6
3.02 Amending and Supplementing Contract Documents.................................................................. 6
Article 4 — Bonds and Insurance....................................................................................................................... 7
4.01 Licensed Sureties and Insurers..................................................................................................... 7
4.02 Performance, Payment, and Maintenance Bonds........................................................................ 7
4.03 Certificates of Insurance............................................................................................................... 7
4.04 Contractor's Insurance.................................................................................................................. 9
4.05 Acceptance of Bonds and Insurance; Option to Replace...........................................................12
Article 5 —
Contractor's Responsibilities........................................................................................................12
5.01
Supervision and Superintendent.................................................................................................12
5.02
Labor; Working Hours................................................................................................................13
5.03
Services, Materials, and Equipment...........................................................................................13
5.04
Project Schedule..........................................................................................................................14
5.05
Substitutes and "Or-Equals".......................................................................................................14
5.06
Pre -Qualification of Bidders (Prime Contractors and Subcontractors).....................................16
5.07
Concerning Subcontractors, Suppliers, and Others...................................................................16
5.08
Wage Rates..................................................................................................................................18
5.09
Patent Fees and Royalties...........................................................................................................19
5.10
Laws and Regulations.................................................................................................................19
5.11
Use of Site and Other Areas.......................................................................................................19
5.12
Record Documents......................................................................................................................20
5.13
Safety and Protection..................................................................................................................
21
5.14
Safety Representative.................................................................................................................21
5.15
Hazard Communication Programs.............................................................................................22
5.16
Submittals....................................................................................................................................22
5.17
Contractor's General Warranty and Guarantee..........................................................................23
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
5.18 Indemnification ............................................
5.19 Delegation of Professional Design Services
5.20 Right to Audit: .............................................
5.21 Nondiscrimination ........................................
Article 6 - Other Work at the Site.......
6.01 Related Work at Site .......
Article 7 - City's Responsibilities ............................................
7.01 Inspections, Tests, and Approvals .......................
7.02 Limitations on City's Responsibilities ................
7.03 Compliance with Safety Program ........................
Article 8 - City's Observation Status During Construction.......
8.01 City's Project Representative .................................
8.02 Authorized Variations in Work ..............................
8.03 Rejecting Defective Work ......................................
8.04 Determinations for Work Performed ......................
Article 9 - Changes in the Work ......................
9.01 Authorized Changes in the Work
9.02 Notification to Surety ...................
Article 10 - Change of Contract Price; Change of Contract Time
10.01 Change of Contract Price ...........................................
10.02 Change of Contract Time ...........................................
10.03 Delays.........................................................................
Article 11 - Tests and Inspections; Correction, Removal or Acceptance of Defective Work ............
11.01 Notice of Defects..............................................................................................................
11.02 Access to Work.................................................................................................................
11.03 Tests and Inspections........................................................................................................
11.04 Uncovering Work.............................................................................................................
11.05 City May Stop the Work...................................................................................................
11.06 Correction or Removal of Defective Work......................................................................
11.07 Correction Period..............................................................................................................
11.08 City May Correct Defective Work...................................................................................
Article 12 - Completion ...........................................
12.01 Contractor's Warranty of Title ............
12.02 Partial Utilization .................................
12.03 Final Inspection ....................................
12.04 Final Acceptance ..................................
Article 13 - Suspension of Work .....................................
13.01 City May Suspend Work .............................
Article 14 - Miscellaneous .........................................
14.01 Giving Notice .........................................
CITY OF FORT WORTH
STANDARD CITY CONDITIONS - DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
24
24
25
25
26
26
26
26
26
27
a
a
... 29
... 29
... 29
... 29
... 30
... 30
... 30
... 30
... 31
................................. 32
................................. 32
................................. 32
................................. 32
................................. 33
............................................................. 33
............................................................. 33
34
34
14.02 Computation of Times................................................................................................................ 34
14.03 Cumulative Remedies................................................................................................................. 34
14.04 Survival of Obligations...............................................................................................................35
14.05 Headings......................................................................................................................................35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
0073 10- 1
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 1 of 35
ARTICLE 1— DEFINITIONS AND TERMINOLOGY
1.01 Defined Terms
A. Wherever used in these General Conditions or in other Contract Documents, the terms listed
below have the meanings indicated which are applicable to both the singular and plural thereof,
and words denoting gender shall include the masculine, feminine and neuter. Said terms are
generally capitalized or written in italics, but not always. When used in a context consistent with
the definition of a listed -defined term, the term shall have a meaning as defined below whether
capitalized or italicized or otherwise. In addition to terms specifically defined, terms with initial
capital letters in the Contract Documents include references to identified articles and paragraphs,
and the titles of other documents or forms.
1. Agreement - The written instrument which is evidence of the agreement between Developer
and Contractor covering the Work
2. Asbestos —Any material that contains more than one percent asbestos and is friable or is
releasing asbestos fibers into the air above current action levels established by the United
States Occupational Safety and Health Administration.
3. Business Day — A business day is defined as a day that the City conducts normal business,
generally Monday through Friday, except for federal or state holidays observed by the City.
4. Buzzsaw — City's on-line, electronic document management and collaboration system.
5. Calendar Day — A day consisting of 24 hours measured from midnight to the next midnight.
6. City— The City of Fort Worth, Texas, a Texas home -rule municipal corporation, acting by,
its governing body through its City Manager, his designee, or agents authorized pursuant to
its duly authorized charter on his behalf.
7. Community Facilities Agreement (CFA) A Contract between the Developer and the City
for the Construction of one or more following public facilities within the City public right-of-
way or easement: Water, Sanitary Sewer, Street, Storm Drain, Street Light, and Street Signs.
A CFA may include private facilities within the right-of-way dedicated as private right-of-
way or easement on a recorded plat.
8. Contract —The entire and integrated written document incorporating the Contract
Documents between the Developer, Contractor, and/or City concerning the Work. The
Contract supersedes prior negotiations, representations, or agreements, whether written or
oral.
9. Contract Documents —Those items that make up the contract and which must include the
Agreement, and it's attachments such as standard construction specifications, standard City
Conditions, other general conditions of the Developer, including:
a. An Agreement
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
0073 10-2
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 2 of 35
b. Attachments to the Agreement
i. Bid Form
ii. Vendor Compliance with State Law Non -Resident Bidder
iii. Prequalification Statement
C. Current Prevailing Wage Rates Table (if required by City)
d. Insurance Accord Form
e. Payment Bond
f. Performance Bond
g. Maintenance Bond
h. Power of Attorney for Bonds
i. Workers Compensation Affidavit
j. MWBE Commitment Form( If required by City)
k. General Conditions
1. Supplementary Conditions
in. The Standard City Conditions
n. Specifications specifically made part of the Contract Documents by attachment, if
not attached, as incorporated by reference and described in the Table of Contents of
the Project's Contract Documents
o. Drawings
P. Documentation submitted by contractor prior to Notice of Award.
q. The following which may be delivered or issued after the effective date if the
Agreement and, if issued become an incorporated part of the Contract Documents
i. Notice to Proceed
ii. Field Orders
iii. Change Orders
iv. Letters of Final Acceptance
r. Approved Submittals, other Contractor submittals, and the reports and drawings of
subsurface and physical conditions are not Contract Documents.
10. Contractor —The individual or entity with whom Developer has entered into the Agreement.
11. Day or day —A day, unless otherwise defined, shall mean a Calendar Day.
12. Developer — An individual or entity that desires to make certain improvements within the
City of Fort Worth
13. Drawings —That part of the Contract Documents prepared or approved by Engineer which
graphically shows the scope, extent, and character of the Work to be performed by
Contractor. Submittals are not Drawings as so defined.
14. Engineer —The licensed professional engineer or engineering firm registered in the State of
Texas performing professional services for the Developer.
15. Final Acceptance — The written notice given by the City to the Developer and/or Contractor
that the Work specified in the Contract Documents has been completed to the satisfaction of
the City.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
0073 10- 3
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 3 of 35
16. Final Inspection — Inspection carried out by the City to verify that the Contractor has
completed the Work, and each and every part or appurtenance thereof, fully, entirely, and in
conformance with the Contract Documents.
17. General Requirements —A part of the Contract Documents between the Developer and a
Contractor.
18. Laws and Regulations Any and all applicable laws, rules, regulations, ordinances, codes,
and orders of any and all governmental bodies, agencies, authorities, and courts having
jurisdiction.
19. Liens —Charges, security interests, or encumbrances upon Project funds, real property, or
personal property.
20. Milestone —A principal event specified in the Contract Documents relating to an
intermediate Contract Time prior to Final Acceptance of the Work.
21. Non -Participating Change Order —A document, which is prepared for and reviewed by the
City, which is signed by Contractor, and Developer, and authorizes an addition, deletion, or
revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on
or after the Effective Date of the Agreement.
22. Participating Change Order —A document, which is prepared for and approved by the City,
which is signed by Contractor, Developer, and City and authorizes an addition, deletion, or
revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on
or after the Effective Date of the Agreement.
23. Plans — See definition of Drawings.
24. Project Schedule —A schedule, prepared and maintained by Contractor, in accordance with
the General Requirements, describing the sequence and duration of the activities comprising
the Contractor's plan to accomplish the Work within the Contract Time.
25. Project —The Work to be performed under the Contract Documents.
26. Project Representative —The authorized representative of the City who will be assigned to
the Site.
27. Public Meeting — An announced meeting conducted by the Developer to facilitate public
participation and to assist the public in gaining an informed view of the Project.
28. Regular Working Hours — Hours beginning at 7: 00 a.m. and ending at 6:00 p.m., Monday
thru Friday (excluding legal holidays).
29. Samples Physical examples of materials, equipment, or workmanship that are
representative of some portion of the Work and which establish the standards by which such
portion of the Work will be judged.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
0073 10- 4
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 4 of 35
30. Schedule of Submittals —A schedule, prepared and maintained by Contractor, of required
submittals and the time requirements to support scheduled performance of related
construction activities.
31. Site —Lands or areas indicated in the Contract Documents as being furnished by City or
Developer upon which the Work is to be performed, including rights -of -way, permits, and
easements for access thereto, and such other lands furnished by City or Developer which are
designated for the use of Contractor.
32. Specifications —That part of the Contract Documents consisting of written requirements for
materials, equipment, systems, standards and workmanship as applied to the Work, and
certain administrative requirements and procedural matters applicable thereto.
Specifications may be specifically made a part of the Contract Documents by attachment or,
if not attached, may be incorporated by reference as indicated in the Table of Contents
(Division 00 00 00) of each Project.
33. Standard City Conditions — That part of the Contract Documents setting forth requirements
of the City.
34. Subcontractor —An individual or entity having a direct contract with Contractor or with any
other Subcontractor for the performance of apart of the Work at the Site.
35. Submittals All drawings, diagrams, illustrations, schedules, and other data or information
which are specifically prepared or assembled by or for Contractor and submitted by
Contractor to illustrate some portion of the Work.
36. Superintendent — The representative of the Contractor who is available at all times and able
to receive instructions from the City and/or Developer and to act for the Contractor.
37. Supplementary Conditions —That part of the Contract Documents which amends or
supplements the General Conditions.
38. Supplier —A manufacturer, fabricator, supplier, distributor, materialman, or vendor having
a direct contract with Contractor or with any Subcontractor to furnish materials or
equipment to be incorporated in the Work by Contractor or Subcontractor.
39. Underground Facilities All underground pipelines, conduits, ducts, cables, wires,
manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any
encasements containing such facilities, including but not limited to, those that convey
electricity, gases, steam, liquid petroleum products, telephone or other communications,
cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or
other control systems.
40. Weekend Working Hours — Hours beginning at 9: 00 a. in. and ending at 5: 00 p.m., Saturday,
Sunday or legal holiday, as approved in advance by the City.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
0073 10- 5
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 5 of 35
41. Work —The entire construction or the various separately identifiable parts thereof required
to be provided under the Contract Documents. Work includes and is the result of performing
or providing all labor, services, and documentation necessary to produce such construction
including any Participating Change Order, Non -Participating Change Order, or Field
Order, and furnishing, installing, and incorporating all materials and equipment into such
construction, all as required by the Contract Documents.
42. Working Day — A working day is defined as a day, not including Saturdays, Sundays, or
legal holidays authorized by the City for contract purposes, in which weather or other
conditions not under the control of the Contractor will permit the performance of the
principal unit of work underway for a continuous period of not less than 7 hours between 7
a.m. and 6 p. m.
1.02 Terminology
A. The words and terms discussed in Paragraph 1.02.13 through D are not defined but, when used in
the Bidding Requirements or Contract Documents, have the indicated meaning.
B. Defective:
1. The word "defective," when modifying the word "Work," refers to Work that is
unsatisfactory, faulty, or deficient in that it:
a. does not conform to the Contract Documents; or
b. does not meet the requirements of any applicable inspection, reference standard, test, or
approval referred to in the Contract Documents; or
c. has been damaged prior to City's written acceptance.
C. Furnish, Install, Perform, Provide:
1. The word "Furnish" or the word "Install" or the word "Perform" or the word "Provide" or
the word "Supply," or any combination or similar directive or usage thereof, shall mean
furnishing and incorporating in the Work including all necessary labor, materials, equipment,
and everything necessary to perform the Work indicated, unless specifically limited in the
context used.
D. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known
technical or construction industry or trade meaning are used in the Contract Documents in
accordance with such recognized meaning.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
0073 10- 6
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 6 of 35
ARTICLE 2 — PRELIMINARY MATTERS
2.01 Before Starting Construction
Baseline Schedules: Submit to City in accordance with the Contract Documents, and prior to starting
the Work. New schedules will be submitted to City when Participating Change Orders or Non -
Participating Change Orders occur.
2.02 Preconstruction Conference
Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as
specified in the Contract Documents.
2.03 Public Meeting
Contractor may not mobilize any equipment, materials or resources to the Site prior to Contractor
attending the Public Meeting as scheduled by the City.
ARTICLE 3 — CONTRACT DOCUMENTS AND AMENDING
3.01 Reference Standards
A. Standards, Specifications, Codes, Laws, and Regulations
1. Reference to standards, specifications, manuals, or codes of any technical society,
organization, or association, or to Laws or Regulations, whether such reference be specific or
by implication, shall mean the standard, specification, manual, code, or Laws or Regulations
in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there
were no Bids), except as may be otherwise specifically stated in the Contract Documents.
2. No provision or instruction shall be effective to assign to City, or any of its officers,
directors, members, partners, employees, agents, consultants, or subcontractors, any duty or
authority to supervise or direct the performance of the Work or any duty or authority to
undertake responsibility inconsistent with the provisions of the Contract Documents.
3.02 Amending and Supplementing Contract Documents
A. The Contract Documents may be amended to provide for additions, deletions, and revisions in
the Work or to modify the terms and conditions thereof by a Participating Change Order or a
Non -Participating Change Order.
B. The requirements of the Contract Documents may be supplemented, and minor variations and
deviations in the Work not involving a change in Contract Price or Contract Time, may be
authorized, by one or more of the following ways:
1. A Field Order;
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
0073 10- 7
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 7 of 35
1. City's or Engineer's review of a Submittal (subject to the provisions of Paragraph 5.16.C); or
2. City's written interpretation or clarification.
ARTICLE 4 — BONDS AND INSURANCE
4.01 Licensed Sureties and Insurers
All bonds and insurance required by the Contract Documents to be purchased and maintained by
Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized
in the State of Texas to issue bonds or insurance policies for the limits and coverage so required.
Such surety and insurance companies shall also meet such additional requirements and qualifications
as may be provided Section 4.04.
4.02 Performance, Payment, and Maintenance Bonds
A. Contractor shall furnish performance and payment bonds in the name of Developer and City, in
accordance with Texas Government Code Chapter 2253 or successor statute, each in an amount
equal to the Contract Price as security for the faithful performance and payment of all of
Contractor's obligations under the Contract Documents.
B. Contractor shall furnish maintenance bonds in the name of Developer and City in an amount
equal to the Contract Price as security to protect the City against any defects in any portion of the
Work described in the Contract Documents. Maintenance bonds shall remain in effect for two
(2) years after the date of Final Acceptance by the City.
C. All bonds shall be in the form prescribed by the Contract Documents except as provided
otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the list
of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and
as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial
Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed
by an agent or attorney -in -fact must be accompanied by a sealed and dated power of attorney
which shall show that it is effective on the date the agent or attorney -in -fact signed each bond.
D. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or
its right to do business is terminated in the State of Texas or it ceases to meet the requirements of
Paragraph 4.02.C, Contractor shall promptly notify City and shall, within 30 days after the event
giving rise to such notification, provide another bond and surety, both of which shall comply
with the requirements of Paragraphs 4.01 and 4.02.C.
4.03 Certificates of Insurance
Contractor shall deliver to Developer and City, with copies to each additional insured and loss payee
identified in these Standard City Conditions certificates of insurance (and other evidence of
insurance requested by City or any other additional insured) which Contractor is required to
purchase and maintain.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
0073 10- 8
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 8 of 35
1. The certificate of insurance shall document the City, an as "Additional Insured" on all
liability policies.
2. The Contractor's general liability insurance shall include a, "per project" or "per location",
endorsement, which shall be identified in the certificate of insurance provided to the City.
3. The certificate shall be signed by an agent authorized to bind coverage on behalf of the
insured, be complete in its entirety, and show complete insurance carrier names as listed in
the current A.M. Best Property & Casualty Guide
4. The insurers for all policies must be licensed and/or approved to do business in the State of
Texas. Except for workers' compensation, all insurers must have a minimum rating of A-:
VII in the current A. M. Best Key Rating Guide or have reasonably equivalent financial
strength and solvency to the satisfaction of Risk Management. If the rating is below that
required, written approval of City is required.
5. All applicable policies shall include a Waiver of Subrogation (Rights of Recovery) in favor
of the City. In addition, the Contractor agrees to waive all rights of subrogation against the
Engineer (if applicable), and each additional insured identified in these Standard City
Conditions. Failure of the City to demand such certificates or other evidence of full
compliance with the insurance requirements or failure of the City to identify a deficiency
from evidence that is provided shall not be construed as a waiver of Contractor's obligation
to maintain such lines of insurance coverage.
6. If insurance policies are not written for specified coverage limits, an Umbrella or Excess
Liability insurance for any differences is required. Excess Liability shall follow form of the
primary coverage.
7. Unless otherwise stated, all required insurance shall be written on the "occurrence basis". If
coverage is underwritten on a claims -made basis, the retroactive date shall be coincident with
or prior to the date of the effective date of the agreement and the certificate of insurance shall
state that the coverage is claims -made and the retroactive date. The insurance coverage shall
be maintained for the duration of the Contract and for three (3) years following Final
Acceptance provided under the Contract Documents or for the warranty period, whichever is
longer. An annual certificate of insurance submitted to the City shall evidence such
insurance coverage.
8. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the
required lines of coverage, nor decrease the limits of said coverage unless such endorsements
are approved in writing by the City. In the event a Contract has been bid or executed and the
exclusions are determined to be unacceptable or the City desires additional insurance
coverage, and the City desires the contractor/engineer to obtain such coverage, the contract
price shall be adjusted by the cost of the premium for such additional coverage plus 10%.
9. Any self -insured retention (SIR), in excess of $25,000.00, affecting required insurance
coverage shall be approved by the City in regards to asset value and stockholders' equity. In
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
0073 10-9
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 9 of 35
lieu of traditional insurance, alternative coverage maintained through insurance pools or risk
retention groups, must also be approved by City.
10. Any deductible in excess of $5,000.00, for any policy that does not provide coverage on a
first -dollar basis, must be acceptable to and approved by the City.
11. City, at its sole discretion, reserves the right to review the insurance requirements and to
make reasonable adjustments to insurance coverage's and their limits when deemed
necessary and prudent by the City based upon changes in statutory law, court decision or the
claims history of the industry as well as of the contracting party to the City. The City shall
be required to provide prior notice of 90 days, and the insurance adjustments shall be
incorporated into the Work by Change Order.
12. City shall be entitled, upon written request and without expense, to receive copies of policies
and endorsements thereto and may make any reasonable requests for deletion or revision or
modifications of particular policy terms, conditions, limitations, or exclusions necessary to
conform the policy and endorsements to the requirements of the Contract. Deletions,
revisions, or modifications shall not be required where policy provisions are established by
law or regulations binding upon either parry or the underwriter on any such policies.
13. City shall not be responsible for the direct payment of insurance premium costs for
Contractor's insurance.
4.04 Contractor's Insurance
A. Workers Compensation and Employers' Liability. Contractor shall purchase and maintain such
insurance coverage with limits consistent with statutory benefits outlined in the Texas Workers'
Compensation Act (Texas Labor Code, Ch. 406, as amended), and minimum limits for
Employers' Liability as is appropriate for the Work being performed and as will provide
protection from claims set forth below which may arise out of or result from Contractor's
performance of the Work and Contractor's other obligations under the Contract Documents,
whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly
or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts
any of them may be liable:
1. claims under workers' compensation, disability benefits, and other similar employee benefit
acts;
2. claims for damages because of bodily injury, occupational sickness or disease, or death of
Contractor's employees.
3. The limits of liability for the insurance shall provide the following coverages for not less
than the following amounts or greater where required by Laws and Regulations
a. Statutory limits
b. Employer's liability
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
00 73 10- 10
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 10 of 35
1) $100,000 each accident/occurrence
2) $100,000 Disease - each employee
3) $500,000 Disease - policy limit
B. Commercial General Liability. Coverage shall include but not be limited to covering liability
(bodily injury or property damage) arising from: premises/operations, independent contractors,
products/completed operations, personal injury, and liability under an insured contract. Insurance
shall be provided on an occurrence basis, and as comprehensive as the current Insurance
Services Office (ISO) policy. This insurance shall apply as primary insurance with respect to
any other insurance or self-insurance programs afforded to the City. The Commercial General
Liability policy, shall have no exclusions by endorsements that would alter of nullify
premises/operations, products/completed operations, contractual, personal injury, or advertising
injury, which are normally contained with the policy, unless the City approves such exclusions
in writing.
1. For construction projects that present a substantial completed operation exposure, the City
may require the contractor to maintain completed operations coverage for a minimum of no
less than three (3) years following the completion of the project
2. Contractor's Liability Insurance under this Section which shall be on a per project basis
covering the Contractor with minimum limits of:
a. $1,000,000 each occurrence
b. $2,000,000 aggregate limit
3. The policy must have an endorsement (Amendment — Aggregate Limits of Insurance)
making the General Aggregate Limits apply separately to each job site.
4. The Commercial General Liability Insurance policies shall provide "X", "C", and "U"
coverage's. Verification of such coverage must be shown in the Remarks Article of the
Certificate of Insurance.
C. Automobile Liability. A commercial business auto policy shall provide coverage on "any auto",
defined as autos owned, hired and non -owned and provide indemnity for claims for damages
because bodily injury or death of any person and or property damage arising out of the work,
maintenance or use of any motor vehicle by the Contractor, any Subcontractor or Supplier, or by
anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone
for whose acts any of them may be liable.
1. Automobile Liability, Contractor's Liability Insurance under this Section, which shall be in
an amount not less than the following amounts:
a. Automobile Liability - a commercial business policy shall provide coverage on "Any
Auto", defined as autos owned, hired and non -owned.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
00 73 10- 11
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 11 of 35
1) $1, 000, 000 each accident on a combined single limit basis. Split limits are
acceptable if limits are at least:
2) $250,000 Bodily Injury per person
3) $500,000 Bodily Injury per accident /
4) $100,000 Property Damage
D. Railroad Protective Liability. If any of the work or any warranty work is within the limits of
railroad right-of-way, the Contractor shall comply with the following requirements:
1. The Contractor's construction activities will require its employees, agents, subcontractors,
equipment, and material deliveries to cross railroad properties and tracks owned and
operated by: None.
Write the name of the railroad company. (If none, then write none)
2. The Contractor shall conduct its operations on railroad properties in such a manner as not to
interfere with, hinder, or obstruct the railroad company in any manner whatsoever in the use
or operation of its/their trains or other property. Such operations on railroad properties may
require that Contractor to execute a "Right of Entry Agreement" with the particular railroad
company or companies involved, and to this end the Contractor should satisfy itself as to the
requirements of each railroad company and be prepared to execute the right -of -entry (if any)
required by a railroad company. The requirements specified herein likewise relate to the
Contractor's use of private and/or construction access roads crossing said railroad company's
properties.
3. The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions
shall provide coverage for not less than the following amounts, issued by companies
satisfactory to the City and to the Railroad Company for a term that continues for so long as
the Contractor's operations and work cross, occupy, or touch railroad property:
a. General Aggregate: None.
Enter limits provided by Railroad Company (If none, write none)
b. Each Occurrence:: None.
Enter limits provided by Railroad Company (If none, write none)
4. With respect to the above outlined insurance requirements, the following shall govern:
a. Where a single railroad company is involved, the Contractor shall provide one insurance
policy in the name of the railroad company. However, if more than one grade separation
or at -grade crossing is affected by the Project at entirely separate locations on the line or
lines of the same railroad company, separate coverage may be required, each in the
amount stated above.
b. Where more than one railroad company is operating on the same right-of-way or where
several railroad companies are involved and operated on their own separate rights -of -
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
00 73 10- 12
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 12 of 35
way, the Contractor may be required to provide separate insurance policies in the name
of each railroad company.
c. If, in addition to a grade separation or an at -grade crossing, other work or activity is
proposed on a railroad company's right-of-way at a location entirely separate from the
grade separation or at -grade crossing, insurance coverage for this work must be included
in the policy covering the grade separation.
d. If no grade separation is involved but other work is proposed on a railroad company's
right-of-way, all such other work may be covered in a single policy for that railroad, even
though the work may be at two or more separate locations.
5. No work or activities on a railroad company's property to be performed by the Contractor
shall be commenced until the Contractor has furnished the City with an original policy or
policies of the insurance for each railroad company named, as required above. All such
insurance must be approved by the City and each affected Railroad Company prior to the
Contractor's beginning work.
6. The insurance specified above must be carried until all Work to be performed on the railroad
right-of-way has been completed and the grade crossing, if any, is no longer used by the
Contractor. In addition, insurance must be carried during all maintenance and/or repair work
performed in the railroad right-of-way. Such insurance must name the railroad company as
the insured, together with any tenant or lessee of the railroad company operating over tracks
involved in the Project.
E. Notification of Policy Cancellation: Contractor shall immediately notify City upon cancellation
or other loss of insurance coverage. Contractor shall stop work until replacement insurance has
been procured. There shall be no time credit for days not worked pursuant to this section.
4.05 Acceptance of Bonds and Insurance; Option to Replace
If City has any objection to the coverage afforded by or other provisions of the bonds or insurance
required to be purchased and maintained by the Contractor in accordance with Article 5 on the basis
of non-conformance with the Contract Documents, the Developer and City shall so notify the
Contractor in writing within 10 Business Days after receipt of the certificates (or other evidence
requested). Contractor shall provide to the City such additional information in respect of insurance
provided as the Developer or City may reasonably request. If Contractor does not purchase or
maintain all of the bonds and insurance required by the Contract Documents, the Developer or City
shall notify the Contractor in writing of such failure prior to the start of the Work, or of such failure
to maintain prior to any change in the required coverage.
ARTICLE 5 — CONTRACTOR'S RESPONSIBILITIES
5.01 Supervision and Superintendent
A. Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting
such attention thereto and applying such skills and expertise as may be necessary to perform the
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
00 73 10- 13
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 13 of 35
Work in accordance with the Contract Documents. Contractor shall be solely responsible for the
means, methods, techniques, sequences, and procedures of construction.
B. At all times during the progress of the Work, Contractor shall assign a competent, English-
speaking, Superintendent who shall not be replaced without written notice to City. The
Superintendent will be Contractor's representative at the Site and shall have authority to act on
behalf of Contractor. All communication given to or received from the Superintendent shall be
binding on Contractor.
C. Contractor shall notify the City 24 hours prior to moving areas during the sequence of
construction.
5.02 Labor; Working Hours
A. Contractor shall provide competent, suitably qualified personnel to perform construction as
required by the Contract Documents. Contractor shall at all times maintain good discipline and
order at the Site.
B. Except as otherwise required for the safety or protection of persons or the Work or property at
the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work
at the Site shall be performed during Regular Working Hours. Contractor will not permit the
performance of Work beyond Regular Working Hours or for Weekend Working Hours without
City's written consent (which will not be unreasonably withheld). Written request (by letter or
electronic communication) to perform Work:
1. for beyond Regular Working Hours request must be made by noon at least two (2) Business
Days prior
2. for Weekend Working Hours request must be made by noon of the preceding Thursday
3. for legal holidays request must be made by noon two Business Days prior to the legal
holiday.
5.03 Services, Materials, and Equipment
A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full
responsibility for all services, materials, equipment, labor, transportation, construction
equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary
facilities, temporary facilities, and all other facilities and incidentals necessary for the
performance, Contractor required testing, start-up, and completion of the Work.
B. All materials and equipment incorporated into the Work shall be as specified or, if not specified,
shall be of good quality and new, except as otherwise provided in the Contract Documents. All
special warranties and guarantees required by the Specifications shall expressly run to the benefit
of City. If required by City, Contractor shall furnish satisfactory evidence (including reports of
required tests) as to the source, kind, and quality of materials and equipment.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
00 73 10- 14
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 14 of 35
C. All materials and equipment to be incorporated into the Work shall be stored, applied, installed,
connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of
the applicable Supplier, except as otherwise may be provided in the Contract Documents.
5.04 Project Schedule
A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.01
and the General Requirements as it may be adjusted from time to time as provided below.
1. Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.01 and
the General Requirements) proposed adjustments in the Project Schedule.
2. Proposed adjustments in the Project Schedule that will change the Contract Time shall be
submitted in accordance with the requirements of Article 9. Adjustments in Contract Time
for projects with City participation shall be made by participating change orders.
5.05 Substitutes and "Or -Equals "
A. Whenever an item of material or equipment is specified or described in the Contract Documents
by using the name of a proprietary item or the name of a particular Supplier, the specification or
description is intended to establish the type, function, appearance, and quality required. Unless
the specification or description contains or is followed by words reading that no like, equivalent,
or "or -equal" item or no substitution is permitted, other items of material or equipment of other
Suppliers may be submitted to City for review under the circumstances described below.
1. "Or -Equal" Items: If in City's sole discretion an item of material or equipment proposed by
Contractor is functionally equal to that named and sufficiently similar so that no change in
related Work will be required, it may be considered by City as an "or -equal" item, in which
case review and approval of the proposed item may, in City's sole discretion, be
accomplished without compliance with some or all of the requirements for approval of
proposed substitute items. For the purposes of this Paragraph 5.05.A.1, a proposed item of
material or equipment will be considered functionally equal to an item so named if:
a. City determines that:
1) it is at least equal in materials of construction, quality, durability, appearance,
strength, and design characteristics;
2) it will reliably perform at least equally well the function and achieve the results
imposed by the design concept of the completed Project as a functioning whole; and
3) it has a proven record of performance and availability of responsive service; and
b. Contractor certifies that, if approved and incorporated into the Work:
1) there will be no increase in cost to the City or increase in Contract Time; and
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
00 73 10- 15
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 15 of 35
2) it will conform substantially to the detailed requirements of the item named in the
Contract Documents.
2. Substitute Items:
a. If in City's sole discretion an item of material or equipment proposed by Contractor does
not qualify as an "or -equal" item under Paragraph 5.05.A.1, it may be submitted as a
proposed substitute item.
b. Contractor shall submit sufficient information as provided below to allow City to
determine if the item of material or equipment proposed is essentially equivalent to that
named and an acceptable substitute therefor. Requests for review of proposed substitute
items of material or equipment will not be accepted by City from anyone other than
Contractor.
c. Contractor shall make written application to City for review of a proposed substitute item
of material or equipment that Contractor seeks to furnish or use. The application shall
comply with Section 0125 00 and:
1) shall certify that the proposed substitute item will:
i. perform adequately the functions and achieve the results called for by the general
design;
ii. be similar in substance to that specified;
iii. be suited to the same use as that specified; and
2) will state:
i. the extent, if any, to which the use of the proposed substitute item will prejudice
Contractor's achievement of final completion on time;
ii. whether use of the proposed substitute item in the Work will require a change in
any of the Contract Documents (or in the provisions of any other direct contract
with City for other work on the Project) to adapt the design to the proposed
substitute item;
iii. whether incorporation or use of the proposed substitute item in connection with
the Work is subject to payment of any license fee or royalty; and
3) will identify:
i. all variations of the proposed substitute item from that specified;
ii. available engineering, sales, maintenance, repair, and replacement services; and
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
00 73 10- 16
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 16 of 35
4) shall contain an itemized estimate of all costs or credits that will result directly or
indirectly from use of such substitute item, including costs of redesign and Damage
Claims of other contractors affected by any resulting change.
B. Substitute Construction Methods or Procedures: If a specific means, method, technique,
sequence, or procedure of construction is expressly required by the Contract Documents,
Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure
of construction approved by City. Contractor shall submit sufficient information to allow City, in
City's sole discretion, to determine that the substitute proposed is equivalent to that expressly
called for by the Contract Documents. Contractor shall make written application to City for
review in the same manner as those provided in Paragraph 5.05.A.2.
C. City's Evaluation: City will be allowed a reasonable time within which to evaluate each
proposal or submittal made pursuant to Paragraphs 5.05.A and 5.05.13. City may require
Contractor to furnish additional data about the proposed substitute. City will be the sole judge of
acceptability. No "or -equal" or substitute will be ordered, installed or utilized until City's review
is complete, which will be evidenced by a Change Order in the case of a substitute and an
accepted Submittal for an "or -equal." City will advise Contractor in writing of its determination.
D. Special Guarantee: City may require Contractor to furnish at Contractor's expense a special
performance guarantee, warranty, or other surety with respect to any substitute. Contractor shall
indemnify and hold harmless City and anyone directly or indirectly employed by them from and
against any and all claims, damages, losses and expenses (including attorneys fees) arising out
of the use of substituted materials or equipment.
E. City's Cost Reimbursement: City will record City's costs in evaluating a substitute proposed or
submitted by Contractor pursuant to Paragraphs 5.05.A.2 and 5.05.B. Whether or not City
approves a substitute so proposed or submitted by Contractor, Contractor may be required to
reimburse City for evaluating each such proposed substitute. Contractor may also be required to
reimburse City for the charges for making changes in the Contract Documents.
F. Contractor's Expense: Contractor shall provide all data in support of any proposed substitute or
"or -equal" at Contractor's expense.
G. Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a substitute
shall be incorporated to the Contract by Participating Change Order.
5.06 Pre -Qualification of Bidders (Prime Contractors and Subcontractors)
A. The Contractor and any subcontractors are required to be prequalified for the work types
requiring pre -qualification
5.07 Concerning Subcontractors, Suppliers, and Others
A. Minority and Women Owned Business Enterprise Compliance:
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
00 73 10- 17
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 17 of 35
❑ Required for this Contract.
(Check this box if there is any City Participation)
Not Required for this Contract.
It is City policy to ensure the full and equitable participation by Minority and Women Business
Enterprises (MWBE) in the procurement of goods and services on a contractual basis. If the
Contract Documents provide for a MWBE goal, Contractor is required to comply with the intent
of the City's MWBE Ordinance (as amended) by the following:
1. Contractor shall, upon request by City, provide complete and accurate information regarding
actual work performed by a MWBE on the Contract and payment therefor.
2. Contractor will not make additions, deletions, or substitutions of accepted MWBE without
written consent of the City. Any unjustified change or deletion shall be a material breach of
Contract and may result in debarment in accordance with the procedures outlined in the
Ordinance.
3. Contractor shall, upon request by City, allow an audit and/or examination of any books,
records, or files in the possession of the Contractor that will substantiate the actual work
performed by an MWBE. Material misrepresentation of any nature will be grounds for
termination of the Contract. Any such misrepresentation may be grounds for disqualification
of Contractor to bid on future contracts with the City for a period of not less than three years.
B. Contractor shall be fully responsible to City for all acts and omissions of the Subcontractors,
Suppliers, and other individuals or entities performing or furnishing any of the Work just as
Contractor is responsible for Contractor's own acts and omissions. Nothing in the Contract
Documents:
1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity
any contractual relationship between City and any such Subcontractor, Supplier or other
individual or entity; nor
2. shall create any obligation on the part of City to pay or to see to the payment of any moneys
due any such Subcontractor, Supplier, or other individual or entity except as may otherwise
be required by Laws and Regulations.
C. Contractor shall be solely responsible for scheduling and coordinating the Work of
Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the
Work under a direct or indirect contract with Contractor.
D. All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing
any of the Work shall communicate with City through Contractor.
E. All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an
appropriate agreement between Contractor and the Subcontractor or Supplier which specifically
binds the Subcontractor or Supplier to the applicable terms and conditions of these Contract
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
00 73 10- 18
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 18 of 35
Documents, Contractor shall provide City contract numbers and reference numbers to the
Subcontractors and/or Suppliers.
5.08 Wage Rates
❑ Required for this Contract.
Not Required for this Contract.
A. Duty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of
Chapter 2258, Texas Government Code (as amended), including the payment of not less than the
rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in
accordance with Chapter 2258. Such prevailing wage rates are included in these Contract
Documents.
B. Penalty for Violation. A Contractor or any Subcontractor who does not pay the prevailing wage
shall, upon demand made by the City, pay to the City $60 for each worker employed for each
calendar day or part of the day that the worker is paid less than the prevailing wage rates
stipulated in these contract documents. This penalty shall be retained by the City to offset its
administrative costs, pursuant to Texas Government Code 2258.023.
C. Complaints of Violations and City Determination of Good Cause. On receipt of information,
including a complaint by a worker, concerning an alleged violation of 2258.023, Texas
Government Code, by a Contractor or Subcontractor, the City shall make an initial
determination, before the 31 st day after the date the City receives the information, as to whether
good cause exists to believe that the violation occurred. The City shall notify in writing the
Contractor or Subcontractor and any affected worker of its initial determination. Upon the
City's determination that there is good cause to believe the Contractor or Subcontractor has
violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or
claimants as the difference between wages paid and wages due under the prevailing wage rates,
such amounts being subtracted from successive progress payments pending a final determination
of the violation.
D. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of
Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected
worker, shall be submitted to binding arbitration in accordance with the Texas General
Arbitration Act (Article 224 et seq., Revised Statutes) if the Contractor or Subcontractor and any
affected worker does not resolve the issue by agreement before the 15th day after the date the
City makes its initial determination pursuant to Paragraph C above. If the persons required to
arbitrate under this section do not agree on an arbitrator before the 1 Ith 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
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
00 73 10- 19
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 19 of 35
occupation of each worker employed by the Contractor in the construction of the Work provided
for in this Contract; and (ii) the actual per diem wages paid to each worker. The records shall be
open at all reasonable hours for inspection by the City. The provisions of Paragraph 6.23, Right
to Audit, shall pertain to this inspection.
F. Progress Payments. With each progress payment or payroll period, whichever is less, the
Contractor shall submit an affidavit stating that the Contractor has complied with the
requirements of Chapter 2258, Texas Government Code.
G. Posting of Wage Rates. The Contractor shall post prevailing wage rates in a conspicuous place at
all times.
H. Subcontractor Compliance. The Contractor shall include in its subcontracts and/or shall
otherwise require all of its Subcontractors to comply with Paragraphs A through G above.
5.09 Patent Fees and Royalties
A. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold
harmless City, from and against all claims, costs, losses, and damages (including but not limited
to all fees and charges of engineers, architects, attorneys, and other professionals and all court
or arbitration or other dispute resolution costs) arising out of or relating to any infringement of
patent rights or copyrights incident to the use in the performance of the Work or resulting from
the incorporation in the Work of any invention, design, process, product, or device not specified
in the Contract Documents.
5.10 Laws and Regulations
A. Contractor shall give all notices required by and shall comply with all Laws and Regulations
applicable to the performance of the Work. Except where otherwise expressly required by
applicable Laws and Regulations, the City shall not be responsible for monitoring Contractor's
compliance with any Laws or Regulations.
B. If Contractor performs any Work knowing or having reason to know that it is contrary to Laws
or Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not
limited to all fees and charges of engineers, architects, attorneys, and other professionals and all
court or arbitration or other dispute resolution costs) arising out of or relating to such Work.
However, it shall not be Contractor's responsibility to make certain that the Specifications and
Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of
Contractor's obligations under Paragraph 3.01.
5.11 Use of Site and Other Areas
A. Limitation on Use of Site and Other Areas:
1. Contractor shall confine construction equipment, the storage of materials and equipment, and
the operations of workers to the Site and other areas permitted by Laws and Regulations, and
shall not unreasonably encumber the Site and other areas with construction equipment or
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
00 73 10- 20
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 20 of 35
other materials or equipment. Contractor shall assume full responsibility for any damage to
any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas
resulting from the performance of the Work.
2. At any time when, in the judgment of the City, the Contractor has obstructed or closed or is
carrying on operations in a portion of a street, right-of-way, or easement greater than is
necessary for proper execution of the Work, the City may require the Contractor to finish the
section on which operations are in progress before work is commenced on any additional
area of the Site.
3. Should any Damage Claim be made by any such owner or occupant because of the
performance of the Work, Contractor shall promptly attempt to resolve the Damage Claim.
4. Pursuant to Paragraph 5.18, Contractor shall indemnify and hold harmless City, from and
against all claims, costs, losses, and damages arising out of or relating to any claim or
action, legal or equitable, brought by any such owner or occupant against City.
B. Removal of Debris During Performance of the Work: During the progress of the Work
Contractor shall keep the Site and other areas free from accumulations of waste materials,
rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other
debris shall conform to applicable Laws and Regulations.
C. Site Maintenance Cleaning: 24 hours after written notice is given to the Contractor that the
clean-up on the job site is proceeding in a manner unsatisfactory to the City or Developer, if the
Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as
the City deems appropriate to correct the clean-up deficiencies cited to the Contractor in the
written notice (by letter or electronic communication), and shall be entitled to recover its cost in
doing so. The City may withhold Final Acceptance until clean-up is complete and cost are
recovered.
D. Final Site Cleaning: Prior to Final Acceptance of the Work Contractor shall clean the Site and
the Work and make it ready for utilization by City or adjacent property owner. At the completion
of the Work Contractor shall remove from the Site all tools, appliances, construction equipment
and machinery, and surplus materials and shall restore to original condition or better all property
disturbed by the Work.
E. Loading Structures: Contractor shall not load nor permit any part of any structure to be loaded
in any manner that will endanger the structure, nor shall Contractor subject any part of the Work
or adjacent property to stresses or pressures that will endanger it.
5.12 Record Documents
A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor
and approved by the City, one (1) record copy of all Drawings, Specifications, Addenda, Change
Orders, Field Orders, and written interpretations and clarifications in good order and annotated
to show changes made during construction. These record documents together with all approved
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
00 73 10- 21
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 21 of 35
Samples and a counterpart of all accepted Submittals will be available to City for reference.
Upon completion of the Work, these record documents, any operation and maintenance manuals,
and Submittals will be delivered to City prior to Final Inspection. Contractor shall include
accurate locations for buried and imbedded items.
5.13 Safety and Protection
A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety
precautions and programs in connection with the Work. Such responsibility does not relieve
Subcontractors of their responsibility for the safety of persons or property in the performance of
their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall
take all necessary precautions for the safety of, and shall provide the necessary protection to
prevent damage, injury or loss to:
1. all persons on the Site or who may be affected by the Work;
2. all the Work and materials and equipment to be incorporated therein, whether in storage on
or off the Site; and
3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks,
pavements, roadways, structures, utilities, and Underground Facilities not designated for
removal, relocation, or replacement in the course of construction.
B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of
persons or property, or to the protection of persons or property from damage, injury, or loss; and
shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall
notify owners of adjacent property and of Underground Facilities and other utility owners when
prosecution of the Work may affect them, and shall cooperate with them in the protection,
removal, relocation, and replacement of their property.
C. Contractor shall comply with the applicable requirements of City's safety programs, if any.
D. Contractor shall inform City of the specific requirements of Contractor's safety program, if any,
with which City's employees and representatives must comply while at the Site.
E. All damage, injury, or loss to any property referred to in Paragraph 5.13.A.2 or 5.13.A.3 caused,
directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any
other individual or entity directly or indirectly employed by any of them to perform any of the
Work, or anyone for whose acts any of them may be liable, shall be remedied by Contractor.
F. Contractor's duties and responsibilities for safety and for protection of the Work shall continue
until such time as all the Work is completed and City has accepted the Work.
5.14 Safety Representative
Contractor shall inform City in writing of Contractor's designated safety representative at the Site.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
00 73 10- 22
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 22 of 35
5.15 Hazard Communication Programs
Contractor shall be responsible for coordinating any exchange of material safety data sheets or other
hazard communication information required to be made available to or exchanged between or
among employers in accordance with Laws or Regulations.
5.16 Submittals
A. Contractor shall submit required Submittals to City for review and acceptance. Each submittal
will be identified as required by City.
1. Submit number of copies specified in the General Requirements.
2. Data shown on the Submittals will be complete with respect to quantities, dimensions,
specified performance and design criteria, materials, and similar data to show City the
services, materials, and equipment Contractor proposes to provide and to enable City to
review the information for the limited purposes required by Paragraph 5.16.C.
3. Submittals submitted as herein provided by Contractor and reviewed by City for
conformance with the design concept shall be executed in conformity with the Contract
Documents unless otherwise required by City.
4. When Submittals are submitted for the purpose of showing the installation in greater detail,
their review shall not excuse Contractor from requirements shown on the Drawings and
Specifications.
5. For -Information -Only submittals upon which the City is not expected to conduct review or
take responsive action may be so identified in the Contract Documents.
6. Submit required number of Samples specified in the Specifications.
7. Clearly identify each Sample as to material, Supplier, pertinent data such as catalog numbers,
the use for which intended and other data as City may require to enable City to review the
submittal for the limited purposes required by Paragraph 5.16.C.
B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any
related Work performed prior to City's review and acceptance of the pertinent submittal will be
at the sole expense and responsibility of Contractor.
C. City's Review:
1. City will provide timely review of required Submittals in accordance with the Schedule of
Submittals acceptable to City. City's review and acceptance will be only to determine if the
items covered by the submittals will, after installation or incorporation in the Work, conform
to the information given in the Contract Documents and be compatible with the design
concept of the completed Project as a functioning whole as indicated by the Contract
Documents.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
00 73 10- 23
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 23 of 35
2. City's review and acceptance will not extend to means, methods, techniques, sequences, or
procedures of construction (except where a particular means, method, technique, sequence,
or procedure of construction is specifically and expressly called for by the Contract
Documents) or to safety precautions or programs incident thereto. The review and
acceptance of a separate item as such will not indicate approval of the assembly in which the
item functions.
3. City's review and acceptance shall not relieve Contractor from responsibility for any
variation from the requirements of the Contract Documents unless Contractor has complied
with the requirements of Section 01 33 00 and City has given written acceptance of each
such variation by specific written notation thereof incorporated in or accompanying the
Submittal. City's review and acceptance shall not relieve Contractor from responsibility for
complying with the requirements of the Contract Documents.
5.17 Contractor's General Warranty and Guarantee
A. Contractor warrants and guarantees to City that all Work will be in accordance with the Contract
Documents and will not be defective. City and its officers, directors, members, partners,
employees, agents, consultants, and subcontractors shall be entitled to rely on representation of
Contractor's warranty and guarantee.
B. Contractor's warranty and guarantee hereunder excludes defects or damage caused by:
1. abuse, modification, or improper maintenance or operation by persons other than Contractor,
Subcontractors, Suppliers, or any other individual or entity for whom Contractor is
responsible; or
2. normal wear and tear under normal usage.
C. Contractor's obligation to perform and complete the Work in accordance with the Contract
Documents shall be absolute. None of the following will constitute an acceptance of Work that is
not in accordance with the Contract Documents or a release of Contractor's obligation to
perform the Work in accordance with the Contract Documents:
1. observations by City;
2. recommendation or payment by City or Developer of any progress or final payment;
3. the issuance of a certificate of Final Acceptance by City or any payment related thereto by
City;
4. use or occupancy of the Work or any part thereof by City;
5. any review and acceptance of a Submittal by City;
6. any inspection, test, or approval by others; or
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
00 73 10- 24
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 24 of 35
7. any correction of defective Work by City.
D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to
other work or property resulting therefrom which shall appear within a period of two (2) years
from the date of Final Acceptance of the Work unless a longer period is specified and shall
furnish a good and sufficient maintenance bond, complying with the requirements of Article
4.02.13. The City will give notice of observed defects with reasonable promptness.
5.18 Indemnification
A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the
City, its officers, servants and employees, from and against any and all claims arising out of, or
alleged to arise out of, the work and services to be performed by the Contractor, its officers,
agents, employees, subcontractors, licenses or invitees under this Contract. THIS
INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE
AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME
OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN PART, BY
ANY ACT, OMISSION OR NEGLIGENCE OF THE CITY. This indemnity provision is
intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by
the City in defending against such claims and causes of actions.
B. Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the City, its
officers, servants and employees, from and against any and all loss, damage or destruction of
property of the City, arising out of, or alleged to arise out of, the work and services to be
performed by the Contractor, its officers, agents, employees, subcontractors, licensees or invitees
under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY
INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR
PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE
CAUSED, IN WHOLE OR IN PART, BY ANY ACT, OMISSION OR NEGLIGENCE OF
THE CITY.
5.19 Delegation of Professional Design Services
A. Contractor will not be required to provide professional design services unless such services are
specifically required by the Contract Documents for a portion of the Work or unless such
services are required to carry out Contractor's responsibilities for construction means, methods,
techniques, sequences and procedures.
B. If professional design services or certifications by a design professional related to systems,
materials or equipment are specifically required of Contractor by the Contract Documents, City
will specify all performance and design criteria that such services must satisfy. Contractor shall
cause such services or certifications to be provided by a properly licensed professional, whose
signature and seal shall appear on all drawings, calculations, specifications, certifications, and
Submittals prepared by such professional. Submittals related to the Work designed or certified
by such professional, if prepared by others, shall bear such professional's written approval when
submitted to City.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
00 73 10- 25
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 25 of 35
C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the services,
certifications or approvals performed by such design professionals, provided City has specified
to Contractor performance and design criteria that such services must satisfy.
D. Pursuant to this Paragraph 5.19, City's review and acceptance of design calculations and design
drawings will be only for the limited purpose of checking for conformance with performance
and design criteria given and the design concept expressed in the Contract Documents. City's
review and acceptance of Submittals (except design calculations and design drawings) will be
only for the purpose stated in Paragraph 5.16.C.
5.20 Right to Audit:
A. The City reserves the right to audit all projects utilizing City funds
B. The Contractor agrees that the City shall, until the expiration of three (3) years after final
payment under this Contract, have access to and the right to examine and photocopy any directly
pertinent books, documents, papers, and records of the Contractor involving transactions relating
to this Contract. Contractor agrees that the City shall have access during Regular Working Hours
to all necessary Contractor facilities and shall be provided adequate and appropriate work space
in order to conduct audits in compliance with the provisions of this Paragraph. The City shall
give Contractor reasonable advance notice of intended audits.
C. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that
the subcontractor agrees that the City shall, until the expiration of three (3) years after final
payment under this Contract, have access to and the right to examine and photocopy any directly
pertinent books, documents, papers, and records of such Subcontractor, involving transactions to
the subcontract, and further, that City shall have access during Regular Working Hours to all
Subcontractor facilities, and shall be provided adequate and appropriate work space in order to
conduct audits in compliance with the provisions of this Paragraph. The City shall give
Subcontractor reasonable advance notice of intended audits.
D. Contractor and Subcontractor agree to photocopy such documents as may be requested by the
City. The City agrees to reimburse Contractor for the cost of the copies as follows at the rate
published in the Texas Administrative Code in effect as of the time copying is performed.
5.21 Nondiscrimination
A. The City is responsible for operating Public Transportation Programs and implementing transit -
related projects, which are funded in part with Federal financial assistance awarded by the U.S.
Department of Transportation and the Federal Transit Administration (FTA), without
discriminating against any person in the United States on the basis of race, color, or national
origin.
B. Title VI, Civil Rights Act of 1964 as amended: Contractor shall comply with the requirements of
the Act and the Regulations as further defined in the Supplementary Conditions for any project
receiving Federal assistance.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
00 73 10- 26
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 26 of 35
ARTICLE 6 — OTHER WORK AT THE SITE
6.01 Related Work at Site
A. City may perform other work related to the Project at the Site with City's employees, or other
City contractors, or through other direct contracts therefor, or have other work performed by
utility owners. If such other work is not noted in the Contract Documents, then written notice
thereof will be given to Contractor prior to starting any such other work; and
B. Contractor shall afford each other contractor who is a party to such a direct contract, each utility
owner, and City, if City is performing other work with City's employees or other City
contractors, proper and safe access to the Site, provide a reasonable opportunity for the
introduction and storage of materials and equipment and the execution of such other work, and
properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of
the Work that may be required to properly connect or otherwise make its several parts come
together and properly integrate with such other work. Contractor shall not endanger any work of
others by cutting, excavating, or otherwise altering such work; provided, however, that
Contractor may cut or alter others' work with the written consent of City and the others whose
work will be affected.
C. If the proper execution or results of any part of Contractor's Work depends upon work
performed by others under this Article 7, Contractor shall inspect such other work and promptly
report to City in writing any delays, defects, or deficiencies in such other work that render it
unavailable or unsuitable for the proper execution and results of Contractor's Work. Contractor's
failure to so report will constitute an acceptance of such other work as fit and proper for
integration with Contractor's Work except for latent defects in the work provided by others.
ARTICLE 7 — CITY'S RESPONSIBILITIES
7.01 Inspections, Tests, and Approvals
City's responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph
11.03.
7.02 Limitations on City's Responsibilities
A. The City shall not supervise, direct, or have control or authority over, nor be responsible for,
Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety
precautions and programs incident thereto, or for any failure of Contractor to comply with Laws
and Regulations applicable to the performance of the Work. City will not be responsible for
Contractor's failure to perform the Work in accordance with the Contract Documents.
B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 5.13.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
00 73 10- 27
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 27 of 35
7.03 Compliance with Safety Program
While at the Site, City's employees and representatives shall comply with the specific applicable
requirements of Contractor's safety programs of which City has been informed pursuant to
Paragraph 5.13.
ARTICLE 8 — CITY'S OBSERVATION STATUS DURING CONSTRUCTION
8.01 City's Project Representative
City will provide one or more Project Representative(s) during the construction period. The duties
and responsibilities and the limitations of authority of City's representative during construction are
set forth in the Contract Documents.
A. City's Project Representative will make visits to the Site at intervals appropriate to the various
stages of construction as City deems necessary in order to observe the progress that has been
made and the quality of the various aspects of Contractor's executed Work. Based on
information obtained during such visits and observations, City's Project Representative will
determine, in general, if the Work is proceeding in accordance with the Contract Documents.
City's Project Representative will not be required to make exhaustive or continuous inspections
on the Site to check the quality or quantity of the Work. City's Project Representative's efforts
will be directed toward providing City a greater degree of confidence that the completed Work
will conform generally to the Contract Documents.
B. City's Project Representative's visits and observations are subject to all the limitations on
authority and responsibility in the Contract Documents.
8.02 Authorized Variations in Work
City's Project Representative may authorize minor variations in the Work from the requirements of
the Contract Documents which do not involve an adjustment in the Contract Price or the Contract
Time and are compatible with the design concept of the completed Project as a functioning whole as
indicated by the Contract Documents. These may be accomplished by a Field Order and will be
binding on City Developer, and also on Contractor, who shall perform the Work involved promptly.
8.03 Rejecting Defective Work
City will have authority to reject Work which City's Project Representative believes to be defective,
or will not produce a completed Project that conforms to the Contract Documents or that will
prejudice the integrity of the design concept of the completed Project as a functioning whole as
indicated by the Contract Documents. City will have authority to conduct special inspection or
testing of the Work as provided in Article 11, whether or not the Work is fabricated, installed, or
completed.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
00 73 10- 28
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 28 of 35
8.04 Determinations for Work Performed
Contractor will determine the actual quantities and classifications of Work performed. City's Project
Representative will review with Contractor the preliminary determinations on such matters before
rendering a written recommendation. City's written decision will be final (except as modified to
reflect changed factual conditions or more accurate data).
ARTICLE 9 — CHANGES IN THE WORK
9.01 Authorized Changes in the Work
A. Without invalidating the Contract and without notice to any surety, City may, at any time or
from time to time, order Extra Work. Upon notice of such Extra Work, Contractor shall
promptly proceed with the Work involved which will be performed under the applicable
conditions of the Contract Documents (except as otherwise specifically provided). Extra Work
shall be memorialized by a Participating Change Order which may or may not precede an order
of Extra work.
B. For minor changes of Work not requiring changes to Contract Time or Contract Price on a
project with City participation, a Field Order may be issued by the City.
9.02 Notification to Surety
If the provisions of any bond require notice to be given to a surety of any change affecting the
general scope of the Work or the provisions of the Contract Documents (including, but not limited
to, Contract Price or Contract Time), the giving of any such notice will be Contractor's
responsibility. The amount of each applicable bond will be adjusted by the Contractor to reflect the
effect of any such change.
ARTICLE 10 — CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME
10.01 Change of Contract Price
A. The Contract Price may only be changed by a Participating Change Order for projects with City
participation.
10.02 Change of Contract Time
A. The Contract Time may only be changed by a Participating Change Order for projects with City
participation.
10.03 Delays
A. If Contractor is delayed, City shall not be liable to Contractor for any claims, costs, losses, or
damages (including but not limited to all fees and charges of engineers, architects, attorneys, and
other professionals and all court or arbitration or other dispute resolution costs) sustained by
Contractor on or in connection with any other project or anticipated project.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
00 73 10- 29
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 29 of 35
ARTICLE 11— TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF
DEFECTIVE WORK
11.01 Notice of Defects
Notice of all defective Work of which City has actual knowledge will be given to Contractor.
Defective Work may be rejected, corrected, or accepted as provided in this Article 13.
11.02 Access to Work
City, independent testing laboratories, and governmental agencies with jurisdictional interests will
have access to the Site and the Work at reasonable times for their observation, inspection, and
testing. Contractor shall provide them proper and safe conditions for such access and advise them of
Contractor's safety procedures and programs so that they may comply therewith as applicable.
11.03 Tests and Inspections
A. Contractor shall give City timely notice of readiness of the Work for all required inspections,
tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required
inspections or tests.
B. If Contract Documents, Laws or Regulations of any public body having jurisdiction require any
of the Work (or part thereof) to be inspected, tested, or approved, Contractor shall assume full
responsibility for arranging and obtaining such independent inspections, tests, retests or
approvals, pay all costs in connection therewith, and furnish City the required certificates of
inspection or approval; excepting, however, those fees specifically identified in the
Supplementary Conditions or any Texas Department of Licensure and Regulation (TDLR)
inspections, which shall be paid as described in the Supplementary Conditions.
C. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection
with any inspections, tests, re -tests, or approvals required for City's acceptance of materials or
equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment
submitted for approval prior to Contractor's purchase thereof for incorporation in the Work.
Such inspections, tests, re -tests, or approvals shall be performed by organizations approved by
City.
D. City may arrange for the services of an independent testing laboratory ("Testing Lab") to
perform any inspections or tests ("Testing") for any part of the Work, as determined solely by
City.
1. City will coordinate such Testing to the extent possible, with Contractor;
2. Should any Testing under this Section 11.03 D result in a "fail", "did not pass" or other
similar negative result, the Contractor shall be responsible for paying for any and all retests.
Contractor's cancellation without cause of City initiated Testing shall be deemed a negative
result and require a retest.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
00 73 10- 30
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 30 of 35
3. Any amounts owed for any retest under this Section 11.03 D shall be paid directly to the
Testing Lab by Contractor.
Developer/Contractor.
City will forward all invoices for retests to
4. If Contractor fails to pay the Testing Lab, City will not issue a letter of Final Acceptance
until the Testing Lab is Paid
E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by
Contractor without written concurrence of City, Contractor shall, if requested by City, uncover
such Work for observation.
11.04 Uncovering Work
A. If any Work is covered contrary to the Contract Documents or specific instructions by the City, it
must, if requested by City, be uncovered for City's observation and replaced at Contractor's
expense.
11.05 City May Stop the Work
If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials
or equipment, or fails to perform the Work in such a way that the completed Work will conform to
the Contract Documents, City may order Contractor to stop the Work, or any portion thereof, until
the cause for such order has been eliminated; however, this right of City to stop the Work shall not
give rise to any duty on the part of City to exercise this right for the benefit of Contractor, any
Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent
of any of them.
11.06 Correction or Removal of Defective Work
A. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to
an acceptable schedule, whether or not fabricated, installed, or completed, or, if the Work has
been rejected by City, remove it from the Project and replace it with Work that is not defective.
Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not
limited to all fees and charges of engineers, architects, attorneys, and other professionals and all
court or arbitration or other dispute resolution costs) arising out of or relating to such correction
or removal (including but not limited to all costs of repair or replacement of work of others).
Failure to require the removal of any defective Work shall not constitute acceptance of such
Work.
B. When correcting defective Work under the terms of this Paragraph 11.06 or Paragraph 11.07,
Contractor shall take no action that would void or otherwise impair City's special warranty and
guarantee, if any, on said Work.
11.07 Correction Period
A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may
be prescribed by the terms of any applicable special guarantee required by the Contract
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
00 73 10- 31
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 31 of 35
Documents), any Work is found to be defective, or if the repair of any damages to the land or
areas made available for Contractor's use by City or permitted by Laws and Regulations as
contemplated in Paragraph 5.10.A is found to be defective, Contractor shall promptly, without
cost to City and in accordance with City's written instructions:
1. repair such defective land or areas; or
2. correct such defective Work; or
3. if the defective Work has been rejected by City, remove it from the Project and replace it
with Work that is not defective, and
4. satisfactorily correct or repair or remove and replace any damage to other Work, to the work
of others or other land or areas resulting therefrom.
B. If Contractor does not promptly comply with the terms of City's written instructions, or in an
emergency where delay would cause serious risk of loss or damage, City may have the defective
Work corrected or repaired or may have the rejected Work removed and replaced. All claims,
costs, losses, and damages (including but not limited to all fees and charges of engineers,
architects, attorneys, and other professionals and all court or other dispute resolution costs)
arising out of or relating to such correction or repair or such removal and replacement (including
but not limited to all costs of repair or replacement of work of others) will be paid by Contractor.
C. Where defective Work (and damage to other Work resulting therefrom) has been corrected or
removed and replaced under this Paragraph 11.07, the correction period hereunder with respect
to such Work may be required to be extended for an additional period of one year after the end
of the initial correction period. City shall provide 30 days written notice to Contractor and
Developer should such additional warranty coverage be required. Contractor's obligations under
this Paragraph 11.07 are in addition to any other obligation or warranty. The provisions of this
Paragraph 11.07 shall not be construed as a substitute for, or a waiver of, the provisions of any
applicable statute of limitation or repose.
11.08 City May Correct Defective Work
A. If Contractor fails within a reasonable time after written notice from City to correct defective
Work, or to remove and replace rejected Work as required by City in accordance with Paragraph
11.06.A, or if Contractor fails to perform the Work in accordance with the Contract Documents,
or if Contractor fails to comply with any other provision of the Contract Documents, City may,
after seven (7) days written notice to Contractor and the Developer, correct, or remedy any such
deficiency.
B. In exercising the rights and remedies under this Paragraph 11.09, City shall proceed
expeditiously. In connection with such corrective or remedial action, City may exclude
Contractor from all or part of the Site, take possession of all or part of the Work and suspend
Contractor's services related thereto, and incorporate in the Work all materials and equipment
incorporated in the Work, stored at the Site or for which City has paid Contractor but which are
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
00 73 10- 32
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 32 of 35
stored elsewhere. Contractor shall allow City, City's representatives, agents, consultants,
employees, and City's other contractors, access to the Site to enable City to exercise the rights
and remedies under this Paragraph.
C. All claims, costs, losses, and damages (including but not limited to all fees and charges of
engineers, architects, attorneys, and other professionals and all court or other dispute resolution
costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph
13.09 will be charged against Contractor, and a Change Order will be issued incorporating the
necessary revisions in the Contract Documents with respect to the Work; and City shall be
entitled to an appropriate decrease in the Contract Price.
D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the
performance of the Work attributable to the exercise of City's rights and remedies under this
Paragraph 11.09.
ARTICLE 12 — COMPLETION
12.01 Contractor's Warranty of Title
Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any
Application for Payment will pass to City no later than the time of Final Acceptance and shall be
free and clear of all Liens.
12.02 Partial Utilization
A. Prior to Final Acceptance of all the Work, City may use or occupy any substantially completed
part of the Work which has specifically been identified in the Contract Documents, or which
City, determines constitutes a separately functioning and usable part of the Work that can be
used by City for its intended purpose without significant interference with Contractor's
performance of the remainder of the Work. City at any time may notify Contractor in writing to
permit City to use or occupy any such part of the Work which City determines to be ready for its
intended use, subject to the following conditions:
1. Contractor at any time may notify City in writing that Contractor considers any such part of
the Work ready for its intended use.
2. Within a reasonable time after notification as enumerated in Paragraph 14.05.A.1, City and
Contractor shall make an inspection of that part of the Work to determine its status of
completion. If City does not consider that part of the Work to be substantially complete, City
will notify Contractor in writing giving the reasons therefor.
3. Partial Utilization will not constitute Final Acceptance by City.
12.03 Final Inspection
A. Upon written notice from Contractor that the entire Work is complete in accordance with the
Contract Documents:
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
00 73 10- 33
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 33 of 35
1. within 10 days, City will schedule a Final Inspection with Contractor.
2. City will notify Contractor in writing of all particulars in which this inspection reveals that
the Work is incomplete or defective. Contractor shall immediately take such measures as are
necessary to complete such Work or remedy such deficiencies.
12.04 Final Acceptance
A. Upon completion by Contractor to City's satisfaction, of any additional Work identified in the
Final Inspection, City will issue to Contractor a letter of Final Acceptance upon the satisfaction
of the following:
1. All documentation called for in the Contract Documents, including but not limited to the
evidence of insurance required by Paragraph 5.03;
2. consent of the surety, if any, to Final Acceptance;
3. a list of all pending or released Damage Claims against City that Contractor believes are
unsettled; and
4. affidavits of payments and complete and legally effective releases or waivers (satisfactory to
City) of all Lien rights arising out of or Liens filed in connection with the Work.
5. after all Damage Claims have been resolved:
a. directly by the Contractor or;
b. Contractor provides evidence that the Damage Claim has been reported to Contractor's
insurance provider for resolution.
6. Issuing Final Acceptance by the City shall not relieve the Contractor of any guarantees or
other requirements of the Contract Documents which specifically continue thereafter.
ARTICLE 13 — SUSPENSION OF WORK
13.01 City May Suspend Work
A. At any time and without cause, City may suspend the Work or any portion thereof by written
notice to Contractor and which may fix the date on which Work will be resumed. Contractor
shall resume the Work on the date so fixed. During temporary suspension of the Work covered
by these Contract Documents, for any reason, the City will stop contract time on City
participation projects.
B. Should the Contractor not be able to complete a portion of the Project due to causes beyond the
control of and without the fault or negligence of the Contractor, and should it be determined by
mutual consent of the Contractor and City that a solution to allow construction to proceed is not
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
00 73 10- 34
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 34 of 35
available within a reasonable period of time, Contractor may request an extension in Contract
Time, directly attributable to any such suspension.
C. If it should become necessary to suspend the Work for an indefinite period, the Contractor shall
store all materials in such a manner that they will not obstruct or impede the public unnecessarily
nor become damaged in any way, and he shall take every precaution to prevent damage or
deterioration of the work performed; he shall provide suitable drainage about the work, and erect
temporary structures where necessary.
ARTICLE 14 — MISCELLANEOUS
14.01 Giving Notice
A. Whenever any provision of the Contract Documents requires the giving of written notice, it will
be deemed to have been validly given i£
1. delivered in person to the individual or to a member of the firm or to an officer of the
corporation for whom it is intended; or
2. delivered at or sent by registered or certified mail, postage prepaid, to the last business
address known to the giver of the notice.
B. Business address changes must be promptly made in writing to the other party.
C. Whenever the Contract Documents specifies giving notice by electronic means such electronic
notice shall be deemed sufficient upon confirmation of receipt by the receiving party.
14.02 Computation of Times
When any period of time is referred to in the Contract Documents by days, it will be computed to
exclude the first and include the last day of such period. If the last day of any such period falls on a
Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last
day of the period.
14.03 Cumulative Remedies
The duties and obligations imposed by these General Conditions and the rights and remedies
available hereunder to the parties hereto are in addition to, and are not to be construed in any way as
a limitation of, any rights and remedies available to any or all of them which are otherwise imposed
or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the
Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically
in the Contract Documents in connection with each particular duty, obligation, right, and remedy to
which they apply.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
00 73 10- 35
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 35 of 35
14.04 Survival of Obligations
All representations, indemnifications, warranties, and guarantees made in, required by, or given in
accordance with the Contract Documents, as well as all continuing obligations indicated in the
Contract Documents, will survive final payment, completion, and acceptance of the Work or
termination or completion of the Contract or termination of the services of Contractor.
14.05 Headings
Article and paragraph headings are inserted for convenience only and do not constitute parts of these
General Conditions.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
CITY OF FORT WORTH
FORT WORTH. WATER DEPARTMENT
STANDARD PRODUCT LIST
Updated: 9-3-24
IApprovall
Spec No.
IClasssification
Manufacturer
Model No.
National Spec
Size
Water & Sewer - Manholes & Bases/Components 33-39-10 (Rev 2/3/16)
07/23/97
33 05 13
Urethane Hydrophilic Waterstop
Asahi Kogyo K.K.
Adeka Ultra -Seal P-201
ASTM 132240/13412/13792
04/26/00
33 05 13
Offset Joint for 4' Diam. MH
Hanson Concrete Products
Drawing No. 35-0048-001
04/26/00
33 05 13
Profile Gasket for 4' Diam. MH.
Press -Seal Gasket Corp.
250-4G Gasket
ASTM C-443/C-361
SS MH
1126199
33 05 13
HOPE Manhole Adjustment Rings
Ladtech, Inc
HDPE Adjustment Ring
Traffic and Non -traffic area
5/13105
33 05 13
Manhole External Wrap
Canusa - CPS WrapidSeal Manhole Encapsulation System
Water & Sewer - Manholes & Bases/Fiberglass 33-39-13
(1/8/13)
1/26/99
33 39 13
Fiberglass Manhole
Fluid Containment, Inc.
Flowthe
ASTM 3753
Non -traffic area
08/30/06
33 39 13
Fiberglass Manhole
L.F. Manufacturing
Non -traffic area
Water &Sewer - Manholes & Bases/Frames & Covers/Rectangular 33-05-13 (Rev 2/3/16)
*
33 05 13
IManhole Frames and Covers
I Westem Iron Works, Bass & Hays Foundry
1001
24"x40" WD
Water & Sewer - Manholes & Bases/Frames & Covers/Standard (Round) 33-05-13 (Rev 2/3/16)
"
3305 13
Manhole Frames and Covers
Westem Iron Works, Bass & Hays Foundry
30024
24" Dia.
*
3305 13
Manhole Frames and Covers
McKinley It. Works Inc.
A 24 AM
24" Dia.
08/24/18
33 05 13
Manhole Frames and Covers
Neenah Foundry
R-1272
ASTM A48 & AASHTO M306
24" Dia.
08/24/18
33 05 13
Manhole Frames and Covers
Neenah Foundry
NF 1274
ASTM A48 & AASHTO M306
30" Dia.
33 05 13
Manhole Frames and Covers
Sigma Corporation
MH-144N
33 05 13
Manhole Frames and Covers
Sigma Corporation
MH-143N
33 05 13
Manhole Frames and Covers
Pont-A-Mousson
GTS-STD
24" dia.
33 05 13
Manhole Frames and Covers
Neenah Casting
24" dia.
10/31/06
33 05 13
Manhole Frames and Covers (Hinged)
Powerseal
Hinged Ductile Iron Manhole
ASTM A536
24" Dia.
7/25/03
3305 13
Manhole Frames and Covers
Saint-Gobain Pipelines (Pamrex/rexus)
RE32-R8FS
30" Dia.
01/31/06
3305 13
30" Dia. MH Ring and Cover
East Jordan Iron Works
V1432-2 and V1483 Designs
AASFITO M306-04
30" Dia.
11/02/10
3305 13
30" Dia. MH Ring and Cover
Sigma Corporation
MH1651FWN & MH16502
30" Dia
07/19/1 t
3305 13
30" Dia. MH Ring and Cover
Star Pipe Products
NIH32FTWSS-DC
30" Dia
08/10/11
3305 13
30" Dia. MH Ring and Cover
Accucast
220700 Heavy Duty with Gasket Ring
30" Dia
30" ERGO XL Assembly
10/14/13
3305 13
30" Dia. MH Ring and Cover (Hinged & Lockable)
East Jordan Iron Works
with Cam Lock/MPIC/T-Gasket
ASSHTO MI 05 & ASTM A536
30" Dia
06/01/17
3405 13
30" Dia. MH Ring and Cover (Lockable) CI
SIP Industries
2280 (32")
ASTM A 48
30" Dia.
12/05/23
3405 13
30" Dia. MH Ring and Cover (Hinged & Lockable) CI
SIP Industries
4267WT - Hinged (32")
ASTM A 48
30" Dia.
CAP-ONE-30-FTW, Composite, w/ Lock
.111111
33 OS 13
30" Dia. MH Ring and Cover
Composite Access Products, L.P.
w/o Hing
30" Dia.
10/07/21
3405 13
30" Dia. MH Ring and Cover
Trumbull Manufacturing
32"(30") Frame and Cover
30" Dia.
Water & Sewer - Manholes & Bases/Frames & Covers/Water Tight & Pressure Tight 33-05-13 (Rev 2/3/16)
*
3305 13
Manhole Frames and Covers
Pont-A-Mousson
Pamoight
24" Dia.
*
3305 13
Manhole Frames and Covers
Neenah Casting
24" Dia.
*
3305 13
Manhole Frames and Covers
Western Iron Works,Bass & Hays Foundry
300-24P
24" Dia.
*
3305 13
Manhole Frames and Covers
McKinley Iron Works Inc.
WPA24AM
24" Dia.
03/08/00
3305 13
Manhole Frames and Covers
Accucast
RC-2100
ASTM A 48
24" Dia.
04/20/01
3305 13
Manhole Frames and Covers
(SIP)Serampore Industries Private Ltd.
300-24-23.75 Ring and Cover
ASTM A 48
24" Dia.
Water & Sewer - Manholes & Bases/Precast Concrete
( tev 1/8/13)
*
33 39 10
Manhole, Precast Concrete
Hydro Condurt Corp
SPL Item #49
ASTM C 478
41"
*
33 39 10
Manhole, Precast Concrete
Wall Concrete Pipe Co. Inc.
ASTM C-443
48"
09/23/96
33 39 10
Manhole, Precast Concrete
Concrete Product Inc.
48" I.D. Manhole w/ 32" Cone
ASTM C 478
48" w/32" cone
12/05/23
33 39 10
Manhole, Precast Concrete
The Turner Company
72" I.D. Manhole w/ 32" Cone
ASTM C 478
72"
05/08/18 33 39 10 Manhole, Precast Concrete The Turner Company 48", 60" I.D. Manhole w/ 32" Cone ASTM C 478 48", 60"
Manhole, Opening an at top,
09/0324
33 39 10
Manhole, Precast Concrete
Oldcastle Precast Inc.
Transition Cones
ASTM C 478
48" to 84" LD.
06/09/10
33 39 10
Manhole, Precast (Reinforced Polymer)Concrete
US Composite Pipe
Reinforced Polymer Concrete
ASTM C-76
48" to 72"
1 09/06/19
33 3920
Manhole, Precast Concrete
Forterra Pipe and Precast
60" & 72" I.D. Manhole w/32" Cone
ASTM C-76
60" & 72"
10/07/21
32 39 20
Manhole, Precast Concrete
Fortcrra Pipe and Precast
48" I.D. Manhole w/32" Cone
ASTM C-77
48"
10/07/21
33 3920
Manhole, Precast Reinforced Polymer) Concrete
Armorock
48" & 60" I.D. Manhole w/32" Cone
48" & 60"
10/07/21
33 3920
Manhole, Precast (Hybrid) Polymer & PVC
Geneva Pie and Precast Predl Systems)
48" & 60" I.D. Manhole w/32" Cone
48" & 60" Non Traffic Areas
ASTM C-478; ASTM C-923;
03/07/23
33 39 20
Manhole, Precast Concrete
AmeriTex Pipe and Products, LLC
48" & 61" I.D. Manhole w/32" Cone
ASTM C-443
03/07/23
33 39 20
Manhole, Precast (Reinforced Polymer) Concrete
P3 Polymers, RockHardsep
48" & 60" I.D. Manhole w/32" Cone
04/28/07
Manhole, Precast (Reinforced Polymer) Concrete
Amitech USA
Meyer Polycrete Pipe
Sewer -(WAC) Wastewater Access Chamber 33 39 40
12/29/23
33 39 20
I Wastewater Access Chamber I
Onicksoream Solutions, Inc.
Water & Sewer - Manholes & Bases/Rehab Svstems/Cementitious
*
E1-14
Manhole Rehab Systems
Ouadex
04/23/01
E1-14
Manhole Rehab Systems
Standard Cement Materials, Inc.
E1-14
Manhole Rehab Systems
AP/M Pe —mom
4/20/01
E1-14
Manhole Rehab System
Strong Company
5/12/03
E1-14
Manhole Rehab System (Liner)
Triplex Lining System
08/30/06
General Concrete Repair
FlexKrete Technologies
Type 8 Maintenace Shaft (P000it)
Relmer MSP
Strong Seal MS2A Rehab System
MH repair product to stop infiltration ASTM D5813
Vinyl Polyester Reparr Product
For use when Sod. MH cannot be
installed due to depth
Misc. Use
* From Original Standard Products List 1
FORT WORTH®
CITY OF FORT WORTH
WATER DEPARTMENT
STANDARD PRODUCT LIST
Updated: 9-3-24
(Approval
Spec No.
IClasssification I
Manufacturer
Model No.
National Spec
Size
Water & Sewer
- Manholes & Bases/Rehab Svstems/NonCementitious
05/20/96
E1-14
Manhole Rehab Systems
Sprayrou,
Spray Wall Polyurethane Coating
ASTM D639/D790
12/14/01
Coating for Corrosion protection(Exterior)
ERTECH
Series 20230 and 2100 (Asphatic Emulsion)
Structures Only
01/31/06
Coatings for Corrosion Protection
Chesterton
Arc 791, S1BB, Sl, S2
Acid Resistance Test
Sewer Applications
8/28/2006
I
Coatings for Corrosion Protection
Warren Environmental
S-301 and M-301
Sewer Applications
33 OS 16, 33 39 10,
RR&C Dampproofing Non-Fibered Spray
For Exterior Coating of Concrete
03/19/18
33 39 20
Coating for Corrosion protection(Exterior)
Sherwin Williams
Grade (Asphatic Emulsion)
Structures Only
Water & Sewer
- Manhole Inserts - Field Onerations Use Only (Rev 2/3/16)
*
33 05 13
Manhole Insert
Knutson Enterprises
Made to Order - Plastic
ASTM D 1248
For 24" dia.
*
3305 13
Manhole Insert
South Western Packaging
Made to Order - Plastic
ASTM D 1248
For 24" dia.
*
33 05 13
Manhole Insert
Nofiow-Inflow
Made to Order - Plastic
ASTM D 1248
For 24" dia.
09/23/96
3305 13
Manhole Insert
Southwestem Packing & Seals, Inc.
Lifesaver - Stainless Steel
For 24" dia.
09/23/96
3305 13
Manhole Insert
Southwestern Packing & Seals, Inc.
TetherLok - Stainless Steel
For 24" dia
Water & Sewer
- Pine Casine Spacers 33-05-24 (07/01/13)
11/04/02
Steel Band Casing Spacers
Advanced Products and Systems, Inc.
Carbon Steel Spacers, Model SI
02/02/93
Stainless Steel Casing Spacer
Advanced Products and Systems, Inc.
Stainless Steel Spacer, Model SSI
04/22/87
Casing Spacers
Cascade Waterworks Manufacturing
Casing Spacers
09/14/10
Stainless Steel Casing Spacer
Pipeline Seal and Insulator
Stainless Steel Casing Spacer
Up to 48"
09/14/10
Coated Steel Casin Spacers
Pipeline Seal and Insulator
Coated Steel Casing Spacers
Up to 48"
05/10/11
Stainless Steel Casing Spacer
Powerseal
4810 Powerchock
Up to 48"
03/19/18
Casing Spacers
BWM
SS-12 Casing Spacer(Stainless Steel)
FB-12 Casing Spacer (Coated Carbon Steel)
03/19/18
Casing Spacers
BWM
for Non_rressure Pipe and Grouted Casing
03/29/22
33 05 13
Casing Spacers
CCI Pipeline Systems
CSC12, CSS12
Per Manuf
Manufacturers Requirements (Sewer
09/03/24
33 OS 13
Casing Spacers
Raci (Completely HDPE)
8" - 12" (Sewer Only)
Water & Sewer - Pines/Ductile Iron 33-11-10(1/8/13)
*
33 11 10 Ductile Iron Pipe
Griffin Pipe Products, Co.
Super Bell-Tite Ductile Iron Pressure Pipe,
AW WA C150, C151
08/24/18
33 11 10 Ductile Iron Pipe
American Ductile Iron Pipe Co.
American Futile Pipe (Bell Spigot)
AW WA C150, C151
08/24/18
33 11 10 Ductile Iron Pipe
American Ductile Iron Pipe Co.
American Flex Ring (Restrained Joint)
AW WA C150, C151
*
33 11 10 Ductile Iron Pipe
U.S. Pipe and Foundry Co.
AW WA C150, C151
*
33 11 10 Ductile Iron Pipe
McWane Cast Iron Pipe Co.
AW WA C150, C151
Water & Sewer - Utility Line Marker (08/24/2018)
Sewer - Coating [s/EDo%v 33-39-60 (01/08/13)
02/25/02
Eooxy Lining System
Sauereisen, Inc
SewerGard 21 ORS
LA County 9210-1.33
12/14/01
Eooxy Lining System
Ertech Technical Coatings
Ertech 2030 and 2100 Series
04/14/05
Interim Ductile Iron Pipe Coating
Induron
Protecto 401
ASTM B-117
01/31/06
Coatings for Corrosion Protection
Chesterton
Arc 791, SIBB, Sl, S2
Acid Resistance Test
8/28/2006
Coatings for Corrosion Protection
Warren Environmental
S-301 and M-301
Sewer - Coatinas/Polvurethane
3" thin 24"
4" thin 30"
4" thin 30"
Ductile Iron Pipe Only
Sewer Applications
Sewer Applications
Sewer - Combination Air Valves
05/25/18
33-31-70 1 Air Release Valve
A.R.I. USA, Inc.
D025LTP02(Composite Body)
2"
Sewer - Pioes/Concrete
*
E1-04 Conc. Pipe, Reinforced
Wall Concrete Pipe Co. Inc.
ASTM C 76
*
E1-04 Conc. Pipe, Reinforced
Hydro Conduit Corporation
Class III T&G, SPL Item #77
ASTM C 76
*
E1-04 Conc. Pipe, Reinforced
Hanson Concrete Products
-hele, #98 Pipe
ASTM C 76
*
EI-04 Conc. Pipe, Reinforced
Concrete Pipe & Products Co. hic.
ASTM C 76
Sewer - Pine Enlar¢ment Svstem (Method)33-31-23 (01/18/13)
PIM System
PIM Corporation
Polyethylene
PIM Corp., Piscam Way, N.J.
Approved Previously
McConnell Systems
McLat Construction
Polyethylene
Houston, Texas
Approved Previously
TRS Systems
Trenchless Replacement System
Polyethylene
Calgary, Canada
Approved Previously
Sewer - PiDe/Fiber0ass Reinforced/ 33-31-13(1/8/13)
7/21/97
3331 13 Cent. Cast Fiberglass (FRP)
Hobas Pipe USA, Inc.
Hobas Pipe (Non -Pressure)
ASTM D3262/1)3754
03/22/10
3331 13 Fiberglass Pipe (FRP)
Ameron
Bondstrand RPMP Pipe
ASTM D3262/D3754
04/09/21
3331 13 Glass -Fiber Reinforced Polvmer Pipe (FRP)
Thompson Pipe Group
Thompson Pipe (Flowtite)
ASTM D3262/D3754
ASTM D3262, ASTM D3681,
03/07/23
3331 13 Fiberglass Pipe (FRP)
Future Pipe Industries
Fili—trong FRP
ASTM D4161, AW WA M45
ASTM D3262, ASTM D3517,
09/03/24
3331 13 Fiberglass Pipe (FREI
Superlit Bern,Sanayi A.S.
Superlit FRP
ASTM 3754, AW WA C950
* From Original Standard Products List 2
CITY OF FORT WORTH
FORT WORTH. WATER DEPARTMENT
STANDARD PRODUCT LIST
Updated: 9-3-24
IApprovall Spec No. [Classsification I Manufacturer I Model No. I National Spec I Size
Sewer - Piue/Polvmer Pioe
4/14/05
Polymer Modutied Concrete Pro,
—'to- USA
Meyer Polycrete Pipe
ASTM C33, A276, -11
8" to I Q'l Class V
06/09/10
El-9 Reinforced Polymer Concrete Pipe
US Composite Pioe
Reinforced Polymer Concrete Pioe
ASTM C-76
Sewer - Piues/HDPE 33-31-23(1/8/13),
*
High -density polyethylene pipe
Phillips Dnscopipe, Inc.
Ooticme Ductile Polyethylene Pipe
ASTM D 1248
8"
*
H:gh-densny polyethylene pipe
Plesco Inc.
ASTM D 1248
8"
*
High -density polyethylene pipe
Polly Pipe, Inc.
ASTMD 1248
8"
High -density polyethylene pipe
CSR Hydro Condud/Pioelme Systems
McConnell Pipe Enlargement
ASTM D 1248
Sewer - P1Des/PVC (Pressure Sewer) 33-11-12 (4/1/131
12/02/11
33-11-1� DR -Id PVC Pressure Pipe
P,pelife Jctstream
PVC Pressure Pipe
AW WA C900
4" thru 12"
10/22/14
33-11-12 DR-14 PVC Pressure Pipe
Royal Budding Products
Royal Seal PVC Pressure Pipe
AW WA C900
4" thru 12"
Sewer - Piues/PVC* 33-31-20 (7/1/13),
*
33-31-20 PVC Sewer Pioe
1-M Manufacturing Co., Inc. (JM Eagle)
SDR-26 (PSI 15)
ASTM D 3034
4" - 15"
12/23/97*
33-31-20 PVC Sewer Pipe
Diamond Plastics Corporation
SDR-26 (PSI 15)
ASTM D 3034
4" thru 15"
*
33-31-20 PVC Sewer Pipe
Lamson Won Pipe
SDR-26 (PSI 15)
ASTM D 3034
4" thru 15"
12/05/23
33-31-20 PVC Sewer Pipe
Vinyltech PVC Pipe
SDR-26 (PSI 15)
ASTM D3034
4" thru 15"
12/05/23
33-31-20 PVC Sewer Pipe
Vinyltech PVC Pipe
Gravity Sewer PS 115
ASTM F 679
18"
*
33-31-20 PVC Sewer P'
1-M Manufacturin\v�Co, Ina (1M Eagle)
PS 115
ASTM F 679
18" - 28"
05/06/05
33-31-20 PVC Solid Wall Pipe
Diamond Plastics Corporation
PS 115
ASTM F-679
18" to 48"
04/27/06
33-31-20 PVC Sewer Fittings
Harco
SDR-26 (PS 115) Gasket Finings
ASTM D-3034, D-1784, etc
4" - 11"
*
33-31-20 PVC Sewer Fittings
Plastic Trends, Inc.(Westlake)
Gasketed PVC Sewer Main Finings
ASTM D 3034
1 3/19/2018
33 3120 PVC Sewer Pipe
Pioelife Jet Stream
SDR 26 (PS 115)
ASTM F679
18"- 24"
1 3/19/2018
33 3120 PVC Sewer PTe
Pioelife Jet Stream
SDR 26
ASTM D3034
4"- 15"
1 3/29/2019
33 3120 Gasketed Fittings (PVC)
GPK Products, Inc.
SDR 26
ASTM D3034
4"- 15"
1 10/21/2020
33 3120 PVC Sewer Pipe
NAPCO(Westlake)
SDR 26
ASTM D3034
4" - 15"
1 10/22/2020
33 3120 PVC Sewer Pipe
Sanderson Pipe Corp.
SDR 26
ASTM D3034
4"- 15"
1 10/21/2020
1
333120 PVC Sewer Pipe
NAPCO(Westlake)
SDR 26 PS 115
ASTM F-679
18"-36"
* From Original Standard Products List
FORT WORTH®
CITY OF FORT WORTH
WATER DEPARTMENT
STANDARD PRODUCT LIST
Updated: 9-3-24
08/28/02
Double Strap Saddle
Smith Blau
4317 Nylon Coated Double Strap Saddle
07/23/12
33-12-10
Double Strap Service Saddle
Mueller Company
DR2S Double (SS) Strap DI Saddle
AWWA C800
1"-2" SVC, up to 24" Pipe
03/07/23
33-12-10
Double Strap Service Saddle
Powerseal
3450AS, Incl. Corp. Stop, Dbl Strap, Stainless
NSF ANSI 372
1"-2" SVC, up to 24" Pipe
10/27/87
Curb Stops -Ball Meter Valves
McDonald
6100M,6100MT & 61 OMT
3/4" and 1"
1.1.7
Curb Stops -Ball Meter Valves
McDonald
4603B, 4604B, 6100M, 610OTM and 6101M
W? and 2"
FB600-7NL, FB1600-7-NL, FV23-777-W-NL,
5/25/2.1.
33-12-10
Curb Stops -Ball Meter Valves
Ford Meter Box Co., hic.
L22-77NL
AWWA C800
2"
FB600-6-NL, FB1600-6-NL, FV23-666-W-
5/25/2018
33-12-10
Curb Stops -Ball Meter Valves
Ford Meter Box Co., Inc.
NL, L22-66NL
AWWA C800
1-1/2"
FB600-4-NL, FB1600-4-NL, B11-444-WR-
5/25/2018
33-12-10
Curb Stops -Ball Meter Valves
Ford Meter Box Co., hic.
NL, B22444-WR-NL, L28-44NL
AWWA C800
I,
B-25000N, B-24277N-3, B-20200N-3, H-
AWWA C800, ANSF 61,
5/25/2.1.
33-12-10
Curb Stops -Ball Meter Valves
Mueller Co., Ltd.
15000N, , H-1552N, H142276N
ANSI/NSF 372
_
B-25000N, B-20200N-3, B-24277N-3,H-
AWWA C800, ANSE 61,
5/25/2018
33-12-10
Curb Stops -Ball Meter Valves
Mueller Co., Ltd.
15000N, H-14276N, H-15525N
ANSI/NSF 372
1-1/2
B-25000N, B-20200N-3,H-15000N, H-
AWWA C800, ANSF 61,
5/25/2018
33-12-10
Curb Stops -Ball Meter Valves
Mueller Co., Ltd.
15530N
ANSI/NSF 372
1"
01/26/00
Coated Tapping Saddle with Double SS Straps
JCM Industries, Inc.
#406 Double Band SS Saddle
1"-2" Taps on up to 12"
0/5121/12
33-12-25
Tapping Sleeve (Coated Steep
JCM Industries, Inc.
412 Tapping Sleeve ESS
AWWA C-223
Up to 30" w/12" Out
03/29/22
33-12-25
Tapping Sleeve (Coated or Stainless Steep
JCM Industries, hic.
415 Tapping Sleeve
AWWA C-223
Concrete Pipe Only
05/10/11
Tapping Sleeve (Stainless Steep
Powerseal
3490AS (Flange) & 3490MJ
4"-8" and 16"
02/29/12
33-12-25
Tapping Sleeve (Coated Steel)
Romac
FTS 420
AWWA C-223
U p to 42" w/24" Out
02/29/12
33-12-25
Tapping Sleeve (Stainless Steep
Ram.
SST Stainless Steel
AWWA C-223
Up to 24" w/12" Out
02/29/12
33-12-25
Tapping Sleeve (Stainless Steep
Romac
SST III Stainless Steel
AWWA C-223
Up to 30" w/12" Out
05/10/11
Joint Repair Clamp
Powerseal
3232 Bell Joint Repair Clamp
4" to 30"
Plastic Meter Box w/Composite Lid
DEW Plastics Inc.
DFW37C-12-1 EPAF FTW
Plastic Meter Box w/Composite Lid
DEW Plastics Inc.
DFW39C-12-1 EPAF FTW
08/30/06
Plastic Meter Box w/Composite Lid
DEW Plastics Inc.
DFW65C-14-IEPAF FFW
Class "A"
Concrete Meter Box
Bass & Hays
CMB37-B12 1118 LID-9
Concrete Meter Box
Bass & Hays
CMB-18-Dual 1416 LID-9
Concrete Meter Box
Bass & Hays
CMB65-B65 1527 LID-9
Water - Bolts. Nuts. and Gaskets 33-11-05 (01/08/13)
None
Water - Combination Air Release 33-31-70 (01/08/13)
*
E I-11
Combination Air Release Valve
GA Industries, Inc.
Empire Air and Vacuum Valve, Model 935
ASTM A 126 Class B, ASTM A
1" & 2"
*
E1-11
Combination Air Release Valve
Multiplex Manufacturing Co.
Crispin Air and Vacuum Valves, Model No.
1/2" 1" & 2"
*
E1-11
Combination Air Release Valve
Valve and Primer Corp.
APCO #143C, #145C and #147C
1", 2" & 3"
Water - Dry Barrel Fire Hvdrants 33-1240 (01/15/14)
10/01/87
E-1-12
Dry Barrel Fire Hydrant
American -Darling Valve
Drawing Nos. 90-18608, 94-18560
AWWA C-502
03/31/88
E-1-12
Dry Barrel Fire Hydrant
American Darling Valve
Shop Drawing No. 94-18791
AWWA C-502
09/30/87
E-1-12
Dry Barrel Fire Hydrant
Clow Corporation
Shop Drawing No. D-19895
AWWA C-502
01/12/93
E-1-12
Dry Barrel Fire Hydrant
American AVK Company
Model 2700
AWWA C-502
08/24/88
E-1-12
Dry Barrel Fire Hydrant
Clow Corporation
Drawings D20435, D20436, B20506
AWWA C-502
E-1-12
Dry Barrel Fire Hydrant
ITT Kennedy Valve
Shop Drawing No. D-80783FW
AWWA C-502
-9/24/87
E-1-12
Dry Barrel Fire Hydrant
M&H Valve Company
Shop Drawing No. 13476
AWWA C-502
Shop Drawings No. 6461
10/14/87
E-1-12
Dry Barrel Fire Hydrant
Mueller Company
ntur
A423 Ceion
AW WA C-502
Shop Drawing FH-12
01/15/88
E1-12
Dry Barrel Fire Hydrant
Mueller Company
A-423 Super Centurion 200
AWWA C-502
10/09/87
E-1-12
Dry Barrel Fire Hydrant
U.S. Pipe & Foundry
Shop Drawing No. 960250
AWWA C-502
09/16/87
E-1-12
Dry Barrel Fire Hydrant
American Flow Control (AFC)
Water- Pacer WB67
AWWA C-502
08/12/16
33-12-40
Dry Barrel Fire Hydrant
EJ (East Jordan Iron Works)
WaterMaster 5CD250
Water - Meters
02/05/93
E101-5
Detector Check Meter
Ames Company
Model 1000 Detector Check Valve
AWWA C550
4" - 10"
08/05/04
Magnetic Drive Vertical Turbine
Hersey
Magnetic Drive Vertical
AWWA C701, Class 1
3/4" - 6"
* From Original Standard Products List 4
CITY OF FORT WORTH
FORT WORTH.
WATER DEPARTMENT
STANDARD PRODUCT LIST
Updated:
9-3-24
IApprovall
Spec No.
IClasssification
Manufacturer
Model No.
National Spec
Size
Water - Piues/PVC (Pressure Water) 33-31-70 (01/08/13)
AWWA C900, AWWA C605,
1.113
33-11-12
PVC Pressure Pipe
Vinylo ch PVC Pipe
DR14
ASTM D1784
4"-16"
AWWA C900, AWWA C605,
12/05/23
33-I1-12
PVC Pressure Pie
Vin (tech PVC Pie
DR18
ASTM D1784
16"-18"
AWWA C900, AWWA C605,
09/03/24
33-I1-12
PVC Pressure Pie
Northern Pie Products
DR14
ASTM D17M
4"-16"
AW WA C900, AW WA C605,
09/03/24
33-1142
PVC Pressure Pipe
Northern Pipe Products
DR18
ASTM D1784
16"-18"
3/19/2018
33 11 12
PVC Pressure Pipe
Pipelife Jet Stream
DR14
AWWA C900
4"-12"
1 3/19/2018
33 11 12
PVC Pressure Pipe
Pipelife Jet Stream
DR18
AWWA C900
16"-24"
1 5/25/2018
33 11 12
PVC Pressure Pipe
Diamond Plastics Corporation
DR 14
AWWA C900
4"-12"
5/25/2018
33 11 12
PVC Pressure Pipe
Diamond Plastics Corporation
DR 18
AWWA C900
16"-24"
AWWA C900-16
UL 1285
12/6/2018
33 11 12
PVC Pressure Pipe
J-M Manufacturing Co., Inc d/b/a JM Eagle
DR 14
ANSI/NSF 61
4"-28"
FM 1612
AWWA C900-16
UL 1285
12/6/2018
33 11 12
PVC Pressure Pipe
J-M Manufacturing Co., Inc d/b/a JM Eagle
DR 18
ANSI/NSF 61
16"-24"
FM 1612
9/6/2019
33 11 12
PVC Pressure Pipe
Underground Solutions Inc.
DR14 Fusible PVC
AWWA C900
4" - 8"
9/6/2019
33 11 12
PVC Pressure Pipe
NAPCO(Westlake)
DR18
AWWA C900
16"-24"
9/6/2019
33 11 12
PVC Pressure Pipe
NAPCO(Westlake)
DR14
AWWA C900
4"- 12"
9/6/2019
33 11 12
PVC Pressure Pipe
Sanderson Pipe Corp.
DR14
AWWA C900
4"- 12"
Water - PinesNalves & Fittinas/Ductile Iron Fittings 33-11-11 (01/08/13)
07/23/92
EI-07
Ductile Iron Fittings
Star Pipe Products, Inc.
Mechanical Joint Fittings
AW WA C153 & Cl to
*
E1-07
Ductile Iron Fittings
Griffin Pipe Products, Co.
Mechanical Joint Fittings
AWWA C 110
*
E1-07
Ductile Iron Fittings
McWane/Tyler Pipe/ Union Utilities Division
Mechanical Joint Fittings, SSB Class 350
AW WA C 153, C 110, C III
08/11/98
EI-07
Ductile Iron Fittings
Sigma, Co.
Mechanical Joint Fittings, SSB Class 351
AWWA C 153, C 110, C 112
02/26/14
EI-07
MJ Fittings
Accucast
Class 350 C-153 MJ Fittings
AW WA C153
4"-12"
05/14/98
EI-07
Ductile Iron Joint Restraints
Ford Meter Box CoXiii-Flange
Uni-Flange Series 1400
AW WA C111/C153
4" to 36"
05/14/98
EI-24
PVC Joint Restraints
Ford Meter Box Co.fUni-Flange
Uni-Flange Series 1500 Circle -Lock
AW WA C111/C153
4" 124"
11/09/04
E1-07
Ductile Iron Joint Restraints
One Bolt, Inc.
One Bolt Restrained Joint Fitting
AW WA C111/CI16/C153
4" to 12"
02/29/12
33-11-11
Ductile Iron Pipe Mechanical Joint Restraint
EBAA Iron, Inc.
Megalug Series 1100 (for DI Pipe)
AW WA C111/CI16/C153
4" to 42"
02/29/12
33-11-11
PVC Pipe Mechanical Joint Restraint
EBAA Iron, Inc.
Megalug Series 2000 (for PVC Pipe)
AW WA CI I I/C116/C153
4" to 24"
08/05/04
E1-07
Mechanical Joint Retainer Glands(PVC)
Sigma, Co.
Sigma One-Lok SLC4 - SLCIo
AW WA C111/C153
4" to 10"
03/06/19
33-11-11
Mechanical Joint Retainer Glands(PVC)
Sigma, Co.
Sigma One-Lok SLCS4 - SLCS12
AW WA C111/C153
4" to 12"
08/05/04
E1-07
Mechanical Joint Retainer Glands(PVC)
Sigma, Co.
Sigma One -Lk SLUE
AW WA C111/C153
12" to 24"
08/10/98
E1-07
MJ Fittings(DIP)
Sigma, Co.
Sigma One-Lok SLDE
AW WA C153
4" - 24"
10/12/10
E1-24
Interior Restrained Joint System
S & B Techncial Products
Bulldog System ( Diamond Lok 21 & JM
ASTM F-1624
4" to 12"
08/16/06
E1-07
Mechanical Joint Fittings
SIP Industries(Serampore)
Mechanical Joint Fittings
AW WA C153
4" to 24"
11/07/16
33-11-11
Mechanical Joint Retainer Glands
Star Pipe Products, Inc.
PVC Stargrip Series 4000
ASTM A536 AW WA CI I I
11/07/16
33-11-11
Mechanical Joint Retainer Glands
Star Pipe Products, Inc.
DIP Stargrip Series 3000
ASTM A536 AW WA CI I I
EZ Grip Joint Restraint (EZD) Black For DIP
03/19/18
33-11-11
Mechanical Joint Retainer Glands
SIP Industries(Serampore)
ASTM A536 AW WA CI I I
3"-48"
EZ Grip Joint Restraint (EZD) Red for C900
WII-18
33-1141
Mechanical Joint Retamor Glands
SIP Industries(Serampore)
DR14 PVC Pipe
ASTM A536 AW WA CI I I
4 -12
EZ Grip Joint Restraint (EZD) Red for C900
.111-18
33-1141
Mechanical Joint Retaner Glands
SIP Industries(Serampore)
DR18 PVC Pipe
ASTM A536 AW WA C111
16"-24"
* From Original Standard Products List 5
FORT WORTH®
CITY OF FORT WORTH
WATER DEPARTMENT
STANDARD PRODUCT LIST
Updated: 9-3-24
Approval
Spec No. [Classsification Manufacturer
Water PiDes & Fittings/Resilient Seated Gate 33-12-20 (05/13/15)
Model No.
National Spec
Size
-
alves
Resilient Wedged Gate Valve w/no Gears
alve*
American Flow Control
Series 2500 Drawing # 94-20247
16"
I 12/13/02
Resilient Wedge Gate Valve
American Flow Control
Series 2530 and Series 2536
AW WA C515
30" and 36" I
I 08/31/99
Resilient Wedge Gate Valve
American Flow Control
Series 2520 & 2524 (SO 94-20255)
AW WA C515
20" and 24" I
I 05/18/99
Resilient Wedge Gate Valve
American Flow Control
Series 2516 (SD 94-20247)
AW WA C515
16" I
I 10/24/00
E1-26
Resilient Wedge Gate Valve
American Flow Control
Series 2500 (Ductile Iron)
AW WA C515
4" to 12" I
I 08/05/04
Resilient Wedge Gate Valve
American Flow Control
42" and 48" AFC 2500
AW WA C515
42" and 48" I
I 05/23/91
E1-26
Resilient Wedge Gate Valve
Amen— AVK Company
American AVK Resilient Scatted GV
AW WA C509
4" to 12" I
I01/24/02
E1-26
Resilient Wedge Gate Valve
American AVK Company
20" and smaller I
I *
E1-26
Resilient Seated Gate Valve
Kennedy
4" - 12" I
I
E1-26
Resilient Seated Gate Valve
M&H
4" - 12" I
I *
E1-26
Resilient Seated Gate Valve
Mueller Co.
4" - 12" I
I 11/08/99
Resilient Wedge Gate Valve
Mueller Co.
Series A2361 (SD 6647)
AW WA C515
16"
I 01/23/03
Resilient Wedge Gate Valve
Mueller Co.
Series A2360 for 18"-24" (SD 6709)
AW WA C515
24" and smaller
I 05/13/05
Resilient Wedge Gate Valve
Mueller Co.
Mueller 30" & 36", C-515
AW WA C515
30" and 36"
I 01/31/06
Resilient Wedge Gate Valve
Mueller Co.
Mueller 42" & 48", C-515
AW WA C515
42" and 48"
I 01/28/88
E1-26
Resilient Wedge Gate Valve
Clow Valve Co.
AW WA C509
4" - 12"
I 10/04/94
Resilient Wedge Gate Valve
Clow Valve Co.
16" RS GV (SD D-20995)
AW WA C515
16"
I 11/08/99
EI-26
Resilient Wedge Gate Valve
Clow Valve Co.
Clow RW Valve (SD D-21652)
AW WA C515
24" and smaller
I 11/29/04
Resilient Wedge Gate Valve
Clow Valve Co.
Clow 30" & 36" C-515
AW WA C515
30" and 36" (Note 3)
11/30/12
Resilient WedgF Gate Valve
Clow Valve Co.
Clow Valve Modal 2638
AW WA C515
24" to 48" (Note 3)
05/08/91
E1-26
Resilient Seated Gate Valve
Stockham Valves & Fittings
AW WA C 509, ANSI 420 - stem,
4" - 12"
I
E1-26
Resilient Seated Gate Valve
U.S. Pipe and Foundry Co.
Mcm,scal 250, requirements SPL #74
3" to 16"
10/26/16
33-12-20
Resilient Seated Gate Valve
EJ (East Jordan Iron Works)
EJ FImMaster Gate Valve & Boxes
08/24/18
Mateo Gate Valve
Mateo -Noma
225 MR
AW WA/ANSI C115/An21.15
4" to 16"
I
Water - PiDes/Valves & Fittings/Rubber Seated Butterfly Valve 33-12-21 (07/10/14)
I
I
E1-30
Rubber Seated Butter fly Valve
Henry Pratt Co.
AW WA C-504
24"
I
E1-30
Rubber Seated Butterfly Valve
Mueller Co.
AW WA C-504
24"and smaller
I 1/11/99
E1-30
Rubber Seated Butterfly Valve
Dezurik Valves Co.
AW WA C-504
24" and larger
I 06/12/03
E1-30
Valmatm American Butterfly Valve
Valmatic Valve and Manufacturing Corp.
Valmatic American Butterfly Valve.
AW WA C-504
Up to 84" diameter
I 04/06/07
E1-30
Rubber Seated Butterfly Valve
M&H Valve
M&H Style 4500 & 1450
AW WA C-504
24" to 48"
03/19/18
33 12 21
Rubber Seated ButterflyValve
G. A. Industries Golden Anderson
AW WA C504 Butter fly Valve
AW WA C-504
09/03/24
33 12 21
Rubber Seated ButterFl Valve
American AVK Com an
AW WA C504 Butterfl Valve Class 250B
AW WA C-504
Water - Polved vlene Encasement 33-11-10 (01/08/13)
I 05/12/05
E1-13
Polyethylene Encasment
Flexsol Packaging
Fulton Enterprises
AW WA C105
8 mil LLD I
I 05/12/05
E1-13
Polyethylene Encasment
Mountain States Plastics (MSP) and AEP Ind.
Standard Hardware
AW WA C105
8 mil LLD I
I 05/12/05
E1-13
Polyethylene Encasment
AEP Industries
Bullshong by Cowtown Bolt & Gasket
AW WA C105
8 mil LLD I
I 09/06/19
33-11-11
Polyethylene Encasment
Northtown Products Inc.
PE Encasement for DIP
AW WA C105
8 mil LLD I
I
I
I Water - SamDline Station
I
I
09/02/24 1 331250 Water Sampling Station Mueller Water Products, Inc. Model BSS01-36-MUDG2-CSD-NL, Freeze
Proof. Hasp for Locking Access Hatch
Water - Automatic Flusher
HG6-A-IN-2-BRN-LPRR(Portable)
10/21/20 Automated Flushing System Mueller Hydrostuard HG2-A-IN--2-PVC-018-LPLG(Perrnanent)
04/09/21 Automated Flushing System Kupfsde Foundry Company Eclipse #9800wc
04/09/21 Automated Flushing System Kupferle Foundry Company Eclipse #9700 (Portable)
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
Yellow Highlight indicates recent changes
* From Original Standard Products List