HomeMy WebLinkAboutContract 62850CONTRACT
FOR
THE CONSTRUCTION OF
Water & Sanitary Sewer Replacement Contract 2021, WSM-T
City Project No. 104880
Mattie Parker
Mayor
Jesus "Jay" Chapa
City Manager
Chris Harder, P.E.
Director, Water Department
Prepared for
The City of Fort Worth
Water Department
October 2024
Shield Engineering Group, PLLC
1600 W. 7th Street Suite 400
Fort Worth, TX 76102
817.810.0696
CSC No. 62850
Adopted September 2011
City of Fort Worth
Standard Construction Specification
Documents
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 1 of 5
CITY OF FORT WORTH Water & Sanitary Sewer Replacement Contract 2021, WSM-T
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104880
Revised June 7, 2024
SECTION 00 00 00
TABLE OF CONTENTS
Division 00 - General Conditions Last Revised
00 05 10 Mayor and Council Communication 07/01/2011
00 05 15 Addenda 07/01/2011
00 11 13 Invitation to Bidders 02/08/2024
00 21 13 Instructions to Bidders 01/17/2024
00 35 13 Conflict of Interest Statement 02/24/2020
00 41 00 Bid Form 09/30/2021
00 42 43 Proposal Form Unit Price 01/20/2012
00 43 13 Bid Bond 09/11/2017
00 43 37 Vendor Compliance to State Law Nonresident Bidder 06/27/2011
00 45 11 Bidders Prequalifications 08/13/2011
00 45 12 Prequalification Statement 09/30/2021
00 45 13 Prequalification Application 08/13/2021
00 45 26 Contractor Compliance with Workers' Compensation Law 07/01/2011
00 45 40 Business Equity Goal 06/07/2024
00 52 43 Agreement 3/08/2024
00 61 13 Performance Bond 12/08/2023
00 61 14 Payment Bond 12/08/2023
00 61 19 Maintenance Bond 12/08/2023
00 61 25 Certificate of Insurance 07/01/2011
00 72 00 General Conditions 03/08/2024
00 73 00 Supplementary Conditions 03/08/2024
Division 01 - General Requirements Last Revised
01 11 00 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 07/01/2011
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 55 26 Street Use Permit and Modifications to Traffic Control 03/22/2021
01 57 13 Storm Water Pollution Prevention Plan 07/01/2011
01 58 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
01 77 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
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 2 of 5
CITY OF FORT WORTH Water & Sanitary Sewer Replacement Contract 2021, WSM-T
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104880
Revised June 7, 2024
Technical Specifications listed below are included for this Project by reference and can be
viewed/downloaded from the City’s website at:
02 41 4_Utility Removal_Abandonment
http://fortworthtexas.gov/tpw/contractors/
or
https://apps.fortworthtexas.gov/ProjectResources/
Division 02 - Existing Conditions Last Revised
02 41 13 Selective Site Demolition 03/11/2022
02 41 14 Utility Removal/Abandonment 12/20/2012
02 41 15 Paving Removal 02/02/2016
Division 03 - Concrete
03 30 00 Cast-In-Place Concrete 03/11/2022
03 34 13 Controlled Low Strength Material (CLSM) 12/20/2012
03 34 16 Concrete Base Material for Trench Repair 12/20/2012
03 80 00 Modifications to Existing Concrete Structures 12/20/2012
Division 26 - Electrical
26 05 00 Common Work Results for Electrical 03/11/2022
26 05 10 Demolition for Electrical Systems 12/20/2012
26 05 33 Raceways and Boxes for Electrical Systems 12/20/2012
26 05 43 Underground Ducts and Raceways for Electrical Systems 07/01/2011
26 05 50 Communications Multi-Duct Conduit 02/26/2016
Division 31 - Earthwork
31 00 00 Site Clearing 03/22/2021
31 23 16 Unclassified Excavation 01/28/2013
31 23 23 Borrow 01/28/2013
31 24 00 Embankments 01/28/2013
31 25 00 Erosion and Sediment Control 04/29/2021
31 36 00 Gabions 12/20/2012
31 37 00 Riprap 12/20/2012
Division 32 - Exterior Improvements
32 01 17 Permanent Asphalt Paving Repair 12/20/2012
32 01 18 Temporary Asphalt Paving Repair 12/20/2012
32 01 29 Concrete Paving Repair 12/20/2012
32 11 23 Flexible Base Courses 12/20/2012
32 11 29 Lime Treated Base Courses 12/20/2012
32 11 33 Cement Treated Base Courses 06/10/2022
32 11 37 Liquid Treated Soil Stabilizer 08/21/2015
32 12 16 Asphalt Paving 6/07/2024
32 12 73 Asphalt Paving Crack Sealants 12/20/2012
32 13 13 Concrete Paving 06/10/2022
32 13 20 Concrete Sidewalks, Driveways and Barrier Free Ramps 12/09/2022
32 13 73 Concrete Paving Joint Sealants 12/20/2012
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 3 of 5
CITY OF FORT WORTH Water & Sanitary Sewer Replacement Contract 2021, WSM-T
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104880
Revised June 7, 2024
32 14 16 Brick Unit Paving 12/20/2012
32 16 13 Concrete Curb and Gutters and Valley Gutters 12/09/2022
32 17 23 Pavement Markings 06/10/2022
32 17 25 Curb Address Painting 11/04/2013
32 31 13 Chain Fences and Gates 12/20/2012
32 31 26 Wire Fences and Gates 12/20/2012
32 31 29 Wood Fences and Gates 12/20/2012
32 32 13 Cast-in-Place Concrete Retaining Walls 06/05/2018
32 91 19 Topsoil Placement and Finishing of Roadway Right-of-ways 03/11/2022
32 92 13 Sodding 05/13/2021
32 92 14 Non-Native Seeding 05/13/2021
32 92 15 Native Grass and Wildflower Seeding 10/06/2023
32 93 43 Trees and Shrubs 12/20/2012
Division 33 - Utilities
33 01 30 Sewer and Manhole Testing 09/07/2018
33 01 31 Closed Circuit Television (CCTV) Inspection – Sanitary Sewer 03/11/2022
33 01 32 Closed Circuit Television (CCTV) Inspection – Storm Drain 12/08/2023
33 03 10 Bypass Pumping of Existing Sewer Systems 12/20/2012
33 04 10 Joint Bonding and Electrical Isolation 12/20/2012
33 04 11 Corrosion Control Test Stations 12/20/2012
33 04 12 Magnesium Anode Cathodic Protection System 12/20/2012
33 04 30 Temporary Water Services 07/01/2011
33 04 40 Cleaning and Acceptance Testing of Water Mains 02/06/2013
33 04 50 Cleaning of Pipes 03/11/2022
33 05 10 Utility Trench Excavation, Embedment, and Backfill 04/02/2021
33 05 12 Water Line Lowering 12/20/2012
33 05 13 Frame, Cover and Grade Rings 09/09/2022
33 05 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to
Grade 03/11/2022
33 05 16 Concrete Water Vaults 12/20/2012
33 05 17 Concrete Collars 03/11/2022
33 05 20 Auger Boring 12/20/2012
33 05 21 Tunnel Liner Plate 12/20/2012
33 05 22 Steel Casing Pipe 12/20/2012
33 05 23 Hand Tunneling 12/20/2012
33 05 24 Installation of Carrier Pipe in Casing or Tunnel Liner Plate 12/09/2022
33 05 26 Utility Markers/Locators 12/20/2012
33 05 30 Location of Existing Utilities 12/20/2012
33 11 05 Bolts, Nuts, and Gaskets 12/20/2012
33 11 10 Ductile Iron Pipe 12/09/2022
33 11 11 Ductile Iron Fittings 09/20/2017
33 11 12 Polyvinyl Chloride (PVC) Pressure Pipe 09/09/2022
33 11 13 Concrete Pressure Pipe, Bar-Wrapped, Steel Cylinder Type 12/20/2012
33 11 14 Buried Steel Pipe and Fittings 12/20/2012
33 12 10 Water Services 1-inch to 2-inch 02/14/2017
33 12 11 Large Water Meters 12/20/2012
33 12 20 Resilient Seated Gate Valve 05/06/2015
33 12 21 AWWA Rubber-Seated Butterfly Valves 04/23/2019
33 12 25 Connection to Existing Water Mains 02/06/2013
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 4 of 5
CITY OF FORT WORTH Water & Sanitary Sewer Replacement Contract 2021, WSM-T
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104880
Revised June 7, 2024
33 12 30 Combination Air Valve Assemblies for Potable Water Systems 12/20/2012
33 12 40 Fire Hydrants 01/03/2014
33 12 50 Water Sample Stations 12/20/2012
33 12 60 Standard Blow-off Valve Assembly 06/19/2013
33 31 12 Cured in Place Pipe (CIPP) 12/20/2012
33 31 13 Fiberglass Reinforced Pipe for Gravity Sanitary Sewers 12/20/2012
33 31 15 High Density Polyethylene (HDPE) Pipe for Sanitary Sewer 04/23/2019
33 31 20 Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe 09/09/2022
33 31 21 Polyvinyl Chloride (PVC) Closed Profile Gravity Sanitary Sewer
Pipe 12/20/2012
33 31 22 Sanitary Sewer Slip Lining 12/20/2012
33 31 23 Sanitary Sewer Pipe Enlargement 12/20/2012
33 31 50 Sanitary Sewer Service Connections and Service Line 04/26/2013
33 31 70 Combination Air Valve for Sanitary Sewer Force Mains 12/20/2012
33 39 10 Cast-in-Place Concrete Manholes 12/20/2012
33 39 20 Precast Concrete Manholes 12/20/2012
33 39 30 Fiberglass Manholes 12/20/2012
33 39 40 Wastewater Access Chamber (WAC) 12/20/2012
33 39 60 Liners for Sanitary Sewer Structures 04/29/2021
33 41 10 Reinforced Concrete Storm Sewer Pipe/Culverts 07/01/2011
33 41 11 High Density Polyethylene (HDPE) Pipe for Storm Drain 12/20/2012
33 41 12 Reinforced Polyethylene (SRPE) Pipe 11/13/2015
33 41 13 Polypropylene Pipe for Storm Drain 06/10/2022
33 46 00 Subdrainage 12/20/2012
33 46 01 Slotted Storm Drains 07/01/2011
33 46 02 Trench Drains 07/01/2011
33 49 10 Cast-in-Place Manholes and Junction Boxes 12/20/2012
33 49 20 Curb and Drop Inlets 03/11/2022
33 49 40 Storm Drainage Headwalls and Wingwalls 07/01/2011
Division 34 - Transportation
34 41 10 Traffic Signals 03/11/2022
34 41 10.01 Attachment A – Controller Cabinet 12/18/2015
34 41 10.02 Attachment B – Controller Specification 02/2012
34 41 10.03 Attachment C – Software Specification 01/2012
34 41 11 Temporary Traffic Signals 11/22/2013
34 41 13 Removing Traffic Signals 03/11/2022
34 41 20 Roadway Illumination Assemblies 12/20/2012
34 41 20.01 Arterial LED Roadway Luminaires 06/15/2015
34 41 20.02 Freeway LED Roadway Luminaires 06/15/2015
34 41 20.03 Residential LED Roadway Luminaires 06/15/2015
34 41 30 Aluminum Signs 11/12/2013
34 41 50 Single-Mode Fiber Optic Cable 02/26/2016
34 71 13 Traffic Control 03/22/2021
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 5 of 5
CITY OF FORT WORTH Water & Sanitary Sewer Replacement Contract 2021, WSM-T
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104880
Revised June 7, 2024
APPENDIX
GC-4.01 Availability of Lands: None
GC-4.02 Subsurface and Physical Conditions:
Test Hole Report
GC-4.04 Underground Facilities: None
GC-4.06 Hazardous Environmental Condition at Site: None
GC-6.06.D Minority and Women Owned Business Enterprise Compliance:
MBE Special Instructions Form
MBE Subcontractor-Supplier Utilization Form
MBE Prime Contractor Waiver Form
MBE Good Faith Effort Form
MBE Joint Venture Form
Instructions to Bidders About the Business Equity Goal
GC-6.07 Wage Rates:
Wage rate Table
GC-6.09 Permits and Utilities: None
GC-6.24 Nondiscrimination: None
GR-01 60 00 Product Requirements:
Standard Products List
END OF SECTION
DATE:Tuesday, February 11, 2025 REFERENCE NO.: **M&C 25-0103
LOG NAME: 60WSSC21WSMT-WOODY
SUBJECT:
(CD 3) Authorize Execution of a Contract with Woody Contractors, Inc., in the Amount of $1,340,097.57, for
Water and Sanitary Sewer Replacement Contract 2021, WSM-T, Adopt Appropriation Ordinances to Effect
a Portion of Water’s Contribution to the Fiscal Years 2025-2029 Capital Improvement Program and Amend
Transportation & Public Works Department’s Fiscal Year 2025-2029 Capital Improvement Program
RECOMMENDATION:
It is recommended that the City Council:
1. Authorize execution of a contract with Woody Contractors, Inc., in the amount of $1,340,097.57 for
Water and Sanitary Sewer Replacement Contract 2021, WSM-T;
2. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the
Water and Sewer Capital Projects Fund in the amount of $983,740.00, transferred from available
PayGo funds within the Water and Sewer Fund, for the purpose of funding the Water and Sanitary
Sewer Replacement Contract 2021, WSM-T (City Project No. 104880) and to effect a portion of
Water ’s contribution to the Fiscal Years 2025-2029 Capital Improvement Program;
3. Adopt the attached appropriation ordinance adjusting estimated receipts and appropriations in the
General Capital Projects Fund by increasing estimated receipts and appropriations in Water and
Sanitary Sewer Replacement Contract 2021, WSM-T (City Project No. 104880) in the amount of
$653,547.00, and decreasing estimated receipts and appropriations in the Contract Street
Maintenance programmable project (City Project No. P00020) by the same amount; and
4. Amend the Transportation & Public Works Department's Fiscal Years 2025-2029 Capital
Improvement Program.
DISCUSSION:
This Mayor & Council Communication (M&C) is to authorize execution of a construction contract for the
replacement of cast iron water and deteriorated sanitary sewer mains on Marquita Drive from Rosewood
Avenue to Calmont Avenue.
Additionally, asphalt pavement rehabilitation will be conducted on the roadway subsequent to the water
and sanitary sewer main replacement.
The Water Department's share of this contract is $814,316.50, and the Transportation & Public Works
Department's share of the contract is $525,781.07.
The project was advertised for bids on October 23, 2024 and October 30, 2024, in the Fort Worth Star-
Telegram. On December 5, 2024, the following bids were received:
Bidder Amount Time of
Completion
Woody Contractors, Inc.$1,340,097.57 180 Calendar
Days
William J. Schultz, Inc. dba Circle C
Construction Company, Inc.$1,374,343.67
R & D Burns Brothers, Inc.$1,520,969.89
Jackson Construction, LTD $1,708,473.78
City of Fort Worth, Texas
Mayor and Council Communication
Venus Construction Company $1,782,763.36
Fort Worth Civil Constructors $1,799,801.54
Gra-Tex Utilities, Inc.$1,822,026.56
In addition to the contract amount, $163,179.43 (Water: $60,305.50; Sewer: $27,686.00; Paving:
$75,187.93) is required for project management, material testing and inspection, and $134,010.00 (Water:
$55,213.00; Sewer: $26,219.00; Paving: $52,578.00) is provided for project contingencies.
The sanitary sewer component of this project is part of the Water Department's Sanitary Sewer Overflow
Initiative Program. Approximately 1,205 linear feet of cast iron water pipe will be removed and replaced as
part of this project.
This project will have no impact on the Transportation & Public Works' or the Water Department's
operating budgets when completed.
Funding for this project was not included in the Fiscal Year (FY) 2025-2029 Capital Improvement Program
(CIP) because Transportation & Public Works Department amounts for the project were unknown at the
time of CIP development. The action in this M&C will amend the FY 2025-2029 Capital Improvement
Program as approved in connection with Ordinance 27107-09-2024 as follows:
60WSSC21WSMT-WOODY
Capital
Fund
Name
Project
Name
FY2025 CIP
Appropriations Authority Additional
Appropriations Project Total
30100 -
General
Capital
Projects
Fund
P00020 -
Contract
Street
Maintenance
$38,798,204.00 M&C 24-
1093 $(205,288.00)$38,592,916.00
30100 -
General
Capital
Projects
Fund
P00020 -
Contract
Street
Maintenance
M&C 25-
0026 $(961,859.00)$37,631,057.00
30100 -
General
Capital
Projects
Fund
P00020 -
Contract
Street
Maintenance
M&C 25-
0030 $(561,870.00)$37,069,187.00
30100 -
General
Capital
Projects
Fund
P00020 -
Contract
Street
Maintenance
This
M&C $(653,547.00)$36,415,640.00
*Note: There may be other pending actions or recently approved actions that are not reflected in the table
due to timing.
It is the practice of the Water Department to appropriate its CIP plan throughout the Fiscal Year, instead of
within the annual budget ordinance, as projects commence, additional funding needs are identified, and to
comply with bond covenants. The actions in the M&C will appropriate funds in support of the Water’s
portion of the City of Fort Worth’s Fiscal Years 2025-2029 Capital Improvement Program, as follows:
60WSSC21WSMT-WOODY
Capital
Fund
Name
Project
Name
FY2025 CIP
Appropriations Authority Budget Change
(Increase/Decrease)
Revised
FY2025
Budget
W&S
Capital
Projects –
Fund
56002
104880-
W/SS
Repl
Contract
2021
WSM-T
$0.00 This M&C $983,740.00 $983,740.00
Funding is budgeted in the Contract Street Maintenance programmable project within the General Capital
Projects Fund and in the Transfer to Water/Sewer account of the Water and Sewer operating budget for
the purpose of funding the W/SS Replacement Contract 2021, WSM-T project within the Water & Sewer
Capital Projects Fund.
FY2025 – Water PayGo Appropriations per City Ordinance 27107-09-2024
FY2025
Original
Adopted
PayGo
FY2025
Amended
PayGo(includes
any council
actions
subsequent to
budget
adoption)
YTD PayGo
Approved
for/Moved to
Capital Projects
This M&C
FY2025
Remaining
PayGo
Balance
$92,597,771.00 $92,597,771.00 ($27,446,400.00)($983,740.00)$64,167,631.00
*Note: There may be other pending actions or recently approved actions that are not reflected in the table
due to timing.
Appropriations for the Water and Sanitary Sewer Replacement Contract 2021 WSM-T project as are
depicted below:
Fund Existing
Appropriations
Additional
Appropriations Project Total*
W&S Capital
Projects Fund
56002
$64,628.00 $983,740.00 $1,048,368.00
General
Capital
Projects Fund
30100
$52,988.00 $653,547.00 $706,535.00
Project Total $117,616.00 $1,637,287.00 $1,754,903.00
*Numbers rounded for presentation purposes.
Business Equity: The Business Equity Division placed a 14.12 percent business equity goal on this
solicitation/contract. Woody Contractors, Inc., will be exceeding the goal at 25.94 percent, meeting the
City’s Business Equity Ordinance. Any changes in subcontractors will be reviewed by the Business Equity
Division.
The project is located in COUNCIL DISTRICT 3.
FISCAL INFORMATION / CERTIFICATION:
The Director of Finance certifies that funds are currently available in the Contract Street Maintenance
programmable project within the General Capital Projects Fund and in the Water & Sewer Fund, and upon
approval of the above recommendations and adoption of the attached appropriation ordinances, funds will
be available in the W&S Capital Projects Fund and the General Capital Projects Fund for the W/SS
Repl Contract 2021 WSM-T project to support execution of the contract. Prior to any expenditure being
incurred, the Water and Transportation & Public Works Departments have the responsibility of verifying
the availability of funds.
TO
Fund Department
ID
Account Project
ID
Program Activity Budget
Year
Reference #
(Chartfield 2)
Amount
FROM
Fund Department
ID
Account Project
ID
Program Activity Budget
Year
Reference #
(Chartfield 2)
Amount
William Johnson (5806)
Chris Harder (5020)
Clayton Torrance (8528)
FUND IDENTIFIERS (FIDs):
CERTIFICATIONS:
Submitted for City Manager's Office by:
Originating Department Head:
Additional Information Contact:
ATTACHMENTS
1. 1295 Form.pdf (CFW Internal)
2. 25-0013(104880 RFP Water and Sanitary Sewer Replacement Contract 2021, WSM-T)CM-NS.pdf
(CFW Internal)
3. 60WSSC21WSMT-WOODY FID Table (WCF 12.12.24).xlsx (CFW Internal)
4. 60WSSC21WSMT-WOODY funds avail.docx (CFW Internal)
5. 60WSSC21WSMT-WOODY MAP.pdf (Public)
6. ORD.APP_60WSSC21WSMT-WOODY_30100_AO25(r3)(rev).docx (Public)
7. ORD.APP_60WSSC21WSMT-WOODY_56002_AO25(r2) (1).docx (Public)
8. PBS CPN 104880.pdf (CFW Internal)
9. SAM.gov search Woody.pdf (CFW Internal)
60WSSC21WSMT-WOODY FID Table
Rec #Fund Dept #Account Project ID Activity Budget
Year
CF 2 Program Amount Purpose Xfer
2 56002 0600430 4956001 104880 2025 $667,650.00
2 56002 0600430 104880 2025 $667,650.00
2 56002 0700430 4956001 104880 2025 $316,090.00
2 56002 0700430 104880 2025 $316,090.00
3 30100 0200431 4910100 P00020 2025 ($653,547.00)
3 30100 0200431 4910100 104880 2025 $653,547.00
3 30100 0200431 P00020 2025 ($653,547.00)
3 30100 0200431 104880 2025 $653,547.00
Rec #Fund Dept #Account Project ID Activity Budget
Year
CF 2 Program Amount Purpose Xfer
2 56001 0609020 5956001 $667,650.00
2 56002 0600430 4956001 104880 001780 9999 ($667,650.00)
2 56001 0709020 5956001 $316,090.00
2 56002 0700430 4956001 104880 001780 9999 ($316,090.00)
3 30100 0200431 4910100 P00020 $ 653,547.00
3 30100 0200431 4910100 104880 001780 $ (653,547.00)
Rec #Fund Dept #Account Project ID Activity Budget
Year
CF 2 Program Amount Purpose Xfer
2 56002 0600430 4956001 104880 001780 9999 ($667,650.00)
2 56002 0600430 5110101 104880 001780 9999 $12,147.50 Water Staff Costs
2 56002 0600430 5550102 104880 001780 9999 $2,000.00 Public Outreach
1 56002 0600430 5740010 104880 001780 9999 $552,131.50 Pay to Contractor
2 56002 0600430 5740010 104880 001780 9999 $55,213.00 Contract Contingency
2 56002 0600430 5330500 104880 001784 9999 $12,147.00 Soil Lab Consultant
2 56002 0600430 5310350 104880 001784 9999 $3,644.00 Soil Lab TPW Staff Cost
2 56002 0600430 5110101 104880 001785 9999 $30,367.00 TPW Inspection Staff
2 56002 0700430 4956001 104880 001780 9999 ($316,090.00)
2 56002 0700430 5110101 104880 001780 9999 $5,768.00 Water Staff Costs
1 56002 0700430 5740010 104880 001780 9999 $262,185.00 Pay to Contractor
2 56002 0700430 5740010 104880 001780 9999 $26,219.00 Contract Contingency
FIDs (Budget)
FIDs (Actual)
FIDs (REVENUE or EXPENSE - No KK or GL Entries Needed)
2 56002 0700430 5330500 104880 001784 9999 $5,768.00 Soil Lab Consultant
2 56002 0700430 5310350 104880 001784 9999 $1,730.00 Soil Lab TPW Staff Cost
2 56002 0700430 5110101 104880 001785 9999 $14,420.00 TPW Inspection Staff
56002 2060000 104880 RETAIN Retainage FID
1 30100 0200431 5740010 104880 002480 9999 $525,781.07 To Pay Contractor
3 30100 0200431 5740010 104880 002480 9999 $52,578.00 Contract Contingency
3 30100 0200431 5310350 104880 002480 9999 $17,351.93 Project Management
3 30100 0200431 5330500 104880 002484 9999 $11,567.00 Soil Lab Consultant
3 30100 0200431 5310350 104880 002484 9999 $5,784.00 Soil Lab TPW Staff
3 30100 0200431 5310350 104880 002485 9999 $40,485.00 TPW Inspection Staff
30100 2060000 104880 RETAIN Retainage FID
00 05 10 - 1
MAYOR AND COUNCIL COMMUNICATION (M&C)
Page 1 of 1
CITY OF FORT WORTH Water & Sanitary Sewer Replacement Contract 2021, WSM-T
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104880
Revised July 1, 2011
1 SECTION 00 05 10
2 MAYOR AND COUNCIL COMMUNICATION (M&C)
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23 END OF SECTION
��� ����� �
C�
ADDENDUM TO INVITATION TO BiD NO. 25-OQ13
WATER AND SANITARY SEWER R�PI.ACEMENT CONTRACT 2021 WSM-T (UNIT 1, 2, 3j
AQDENDiJM NO. 1
INVITATION TO BID (ITB}: 25-0013
BID OPENiNG DATE: No�ember 21, 2fl24 (CHANGE�j
REViSEQ SID OPENING DATE: December 5, 2024
DATE ISSUED: I�ovember 21, 2024
ITB No. 25-0013, issued �ctober 23, 2024, is hereby amended as follows:
1. Bid Opening Date is changed from November 21, 2024 at 2:00 PM CST to D�cember 5, 2024 at
2:�0 PM CST.
All other terms and conc�itions rsmain unchanged.
r >
TONY SHOLOLA, P.E,
AS515TANT D{RECTOR, WATER DEPART'MENT
■ � � � � � � � � � � f ! � � � � i � � � [ � � � � � � t l ! � � � � A � w � A A � � � � � � � � W � � � � l l f 1 � � i � � � i � � E 1 � � l i � � � l a ■
By the signature a�xed below, Addendum No. 1 is hereby incorporated into and made parf a# the abave
referenced in�itation to Bid.
COMPANY NAME:
SIGNATURE:
NOTE: Company name and signature rnust be the sarne as on the original bid dpcuments. Failure to
return ihis form with your sealed bid may constitute grounds for rejectian of your offer.
ITB 25-0013 WATER AND SA�JITARY SEWER REPLACEMENT CONTRACT 202� WSM-T (UNIT 1,
2, 3)
Addendum No. 1, Page 1 of 1
��RT��RTH��
`
ADD�NDUM TO INVITATIQN TO BID NO. 25-D01$
WATER AND SAN17'ARY SEWER R�PLACEMENT CONTRACT 2027 WSM-T (UNI7 i, 2, 3)
ADDENDUM f�0. 2
INVITATION TO BID (ITB): 25-OD13
�ID OPENII�G DATE: No�ember 2�t, 2024 (CHANGED]
REV15�D B[D OPENWG DATE: December 5, 202�4
DATE lSSUED: �ecember 2, 2024
ITB No. 25-0013, issued October 23, 2024, is hereby amended as follows:
1. Responses to �uestions are attached to this addendum as Attachment A.
2. The pr�-bid meeting presentatian is issued by Addendum iVa. 2 as Attachment B.
3. TECHNICAL SPECIFICATIONS:
Replace the following Sections:
Repiace S�ction With Section
00 11 13 lnvitation to Bidders DO 1 1 13 In�itaiion to Bidd�rs
QO 42 43 ProposaE Form 00 42 43 Propasal Form
4. PLANS:
Repface Sheet With Sheet
MARQUfTA DR W,ATER PLAN & PROFILE 12" W- MARQUITA DR WATER Pt�AN & PROFILE 12" W-
1 STA Q+00 TO STA 8+00 1 STA 0+00 TO S�'A 8+00
AI� o her t�rms nd on itions r�ma�n unchanged.
��� S � � v G-
TONY 5HO�OLA, P.�.
AS515TANT DIRECTOR, WATER DEPARTMENT
�8y the signature aifiixed belaw, Addendum Na. 1 is hereby incorporated into and made part of the abo�e
referenc�d Invitation to Bid.
COMPANY NAME:
7` ���
SIGNATURE: �,.���./
NOTE: Company na�e,��T�signature,m�t b�e e ssrrte as on the original bid dacuments. Fai[ure to
return this form with your sealed b_�d'��.y ecY�istitute grounds for rejectson of your offer.
ITB 25-OD13 WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2021 WSM-T (UNIT 1,
2, 3}
Addendum No. 2, Page 9 af 1
0011 l�
[NVCCATION TO f3lDpECtS
E'age 1 of3
SECTION Ob ll 13
INVTTATION TO BIDDERS
RECEIPT OF BIDS
Electronic bids for the construction of Water & Sanitary Sewer Replacement Contract
2021, W,SM-T, CPN 104880 ("Project") will be received by the City of Fort Worth via the
Procurement Partal htt s:/lfartworthtexas.bonfirehuh.com/ ortaU'?tab=o en0 ortunities,
under ihe respective Pro�ect until €2:00 P.M. CST, Thursday, December 5, 2024}.
Bids will then be opened publicly and read aloud beginning at 2:pQ PM CST at New City
Hall, 7t`' floor room 745, 140 Fort Wortl� Trail, Fort Worth, TX 761.02.
B'tdders shall aIso e-mail the completed Susiness Eqt�ity forms (Business equity utilization
f'orm aad letter{s) of intent) to the City Projecf Manager no lacer than 1:30PM on the third
City Business day a1'ter the bid opening date, exclusive af #lie bid opening dated.
Your sub�nissions inust be Eiplaaded, finalized and subal�itted prior to t17e Project's posted due
date. The City sh�ongly reco�nmends allowing sufficient time to complete ti�is process (ideaily a
week prior to tl�e deadli�ie} ta begin the upload'sng �rocess aaid to finalize yaur subinission.
Uploading large documents may takc time, de}�ending on the size of the file{s) and your Internet
coni�ection speed. The Bonfire portal can Ue accessed using Microsoft Edge, Google Ctu-otne, or
Mozilla F�refox. Javascript must be enabted. Browser cookies ���ust be enabled.
Elecfr•onic su6inission is subject to electronic interface latency, which can result in t��ansmisssoEl
cEelays. All bidders o►- proposers assume the risk of late transrrsissionl subrnission. The City shall
not �e hetd tiab�e if ai1 intereated bidder or proposer is unable to subinit a complete bid/response
before tlie puE�lished deadliile due ta transmiss�on de�ays or any other teclu�ical issues or
abstructions. The City strongly recommends al�owing suf�cicnt time to coinplete the suUmission
process (ideally a week before tE�e deadli��e) to begin the up�oading process and to finalizc your
subn�ission io give adequate time i�t the event an issue arises.
AI� si�binissions must be submitted electronically prior to the close date and tiine under the
respective 1'roject via the Procurement Portal:
https://fortworthtexas. bon� rehub.com/portal/�tab=openO�partunRies
Failure to sul�ilut all completed required information listed in thc respective Solicitation will be
gro�inds for rejectio�l of a bid as nan-responsive. No late bids/proposals shail be acccpted. Bids
delivered in any otlier manner than using the Bonfire Platform {�rocurement Po�-tal) will not be
accepted or considered.
If, upon being apened, a su6n�ission is unreadable to the de,��ee that matelial canfonnance to the
require�nents oFtl�e procuY•en�ent specifications cannat be ascertained, st�ch submission wi![ be
�-ejected without liability ta the City, unless such bidder p�-ovides clear and convincing evidence
(a} of the coaatent of the subuiission as originally submitted asld (b} that the uiu�eada6le condition
of the Electranic Bid was ca�ised so[ely by error oi- tnalfunetion of the Bonfire Platforin
{Procurement Poz-tal). Fail��re to sca�� a cicar or readable copy of a bid inta the systein daes not
constitute and sf�al� not he considered an cnor or malfiuictian of ihe Bonfire Platforin
(Procurement Portal}. Bidders are c�3couragcd ta fully review each page of every docuine�it witl7in
their submission prior to submitting to ensure all docimlents are clear, legible, and complete.
CJTY OF FORT WORTI-1 1Vaier & Sanitary Sewer Rcpl�cemeui Contract 2021. WSM-T
STAIVllARB CONSTRUCTiON SPEC[F']CATION LJOCU�IENTS CPN ]048ft0
Reaisect 2/08/24
00 ] 1 ] 3
]NV[TATION �I'0 BIDI�ERS
Page Z oi 3
SUPPORT
For teclazlical questions, visit Banfire's help Foi-uiaa at https:/l��endorsuppart.�obontire.con�/hc/en-
us
Contact the Bonfire suppoY-� team at Support[ci,GoBonfire.coi�a or by calling 1-80p-354-801 D.
To get started witE� Bonfire, watch this five-minute trainin; video:
Venc�or Registratioil ai�d Submission [V[DLO] — Bonfirc Vendar Stipport (gobonfire.com}
GENERAL DESCRI�TION OF WORK
The major work will consist of the (appraxi��aate) following:
Water:
17 LP 6" PVC Water Pipe
186 LF 8" PVC Water Pipe
1222 LF 12" PVC Water Pipe
1 EA 6" Gate Valve
4 EA 8" Gate Va[ve
4 EA 12" Gate Va[ve
1 EA Fire Hydrant
Sanita�y Sewe�•:
467 LP S" Sewer Pipe
4 EA 4' Manhole
Paving:
4721 SF 6" Concrete Driveway
3764 SY 11" Pavement PulverizatEon
3618 3" Aspiialt Pavement Type D
1910 LF 6" Conc Curb and Gutter
PREQUALIFICATION
Cei�taii7 improveinents incltsded ia� this project rnust bc perfonned by a contractor or designated
subcontractor who is pre-qualified by the Ciry at the ti�»e of bid o�eniilg. Ti�c procedi►res for
qualificatioi7 and pre-qualificatioil are outlined in the Section 3 of 00 21 13 — INSTRUCTIONS
TO BIDDER5.
DOCUMENT EXAMINATION AND PRQCUREiVIENTS
The �idding and Contract Docuanents may be examined or obtained via the Procurenlent Portal
htt�s://fortworthtexas.bonfirehub.co�n/portal/�tab=o e���orYunities, under tl�e respective
Project. Contract Docuinellts n-�ay be downloaded, viewed, aild printed by intet•estcd contrac#ors
and/or suppliers.
EXPRESSIQN OF INTEREST
To ensure potential bidders are kept up to date of any �aew infoi�nation pe�-tinent to this project, all
interested parties should indicate tl�eir intent to bid i�3 tl�e Procurement Portal by selecting "yes"
under the Intent to Bid section. All Addenc�a will be posted in the ProcuremenC Portal
https://fartworthtexas.banfirehub.com/portal/?tab=ope�l0�portutlities, Lu�de�- the respecti�e
Proj ect. �
PREBID CONFERENCE — Web Conference
C1TY pF FORT WORTH l�ater & 5anitary Sewet- Replacement Cantract ?021, WSM-'T
3TAI�DARD CdNSTRUCTION SPECIF[CATIQN pOCUMENTS CPN 1{74880
Re�ised 21q8124
OU l i l3
1NV1'i'A7�ION "CO E31DpER5
Page 3 of 3
A prebid conference will be held as discussed in Sectio�l 00 21 13 - INSTRUCTIONS "I'O
BIDDERS at the following date, and time via a web conferencing applicatipn:
DATE: Novelnber 11, 201�
TIME: 10: 00 a. ���. — 11: 00 c�. rf�.
Izlvitations with fi«lcs to the web co��fere3�cing app�ication will be distribt�ted directly to those who
ilave subinitted an Expressioi� of Interest.
Invitataoras witli linlcs ta the web conferencing applicatiot� will be distributed directly ta those wlao
have submitted an Expression of Interest.
lf a prebid confere«ce is l�eld, the presentation and any questians and a��swers provic�ed at the
prebid conference will be issued as an Addendum to the call for bids. lf a prebid conference is not
being held, prospective bidders shauld direct al� questions about tEie ineaning and intent of the
Bidding Documents electronically ttu-ougll the Vendors discussions sectioci u�ider the respective
Project via the Procurement PortaE. If necessary, Addenda will be issued pursuant to the
I�istructioi3s to Bidders.
CITY'S RIGHT TO ACCEPT OR RE,�ECT BIDS
City reserves the rial5t to waive iiregularities ai�d to accept or reject any or all b€ds.
AWARD
City will award a contract �o the BEdder presenting the lowest price, qualifications and
competencies considered.
ADVERTISEMENT DATES
Octobe�° 23r'd, 1024
October 30t17, 20?4
END OF SECTION
CITY QF FORr WORI'H IVater �� Samtary Sewer Fteplacement Contract 2p21, 4r,'SM-T
STA1�ll,A1LD CONSTRUCTION SPEC[�ICATION DOCUMENTS CPN i04880
Re`-ised 210812�
00 21 13
INSTRUCTIONS TO BIDDERS
Page 1 of 10
CITY OF FORT WORTH Water & Sanitary Sewer Replacement Contract 2021, WSM-T
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104880
Revised/Updated 1/17/24
SECTION 00 21 13
INSTRUCTIONS TO BIDDERS
1. Defined Terms
1.1. Capitalized terms used in these INSTRUCTIONS TO BIDDERS are defined in Section
00 72 00 - GENERAL CONDITIONS.
1.2. Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the
meanings indicated below which are applicable to both the singular and plural thereof.
1.2.1. Bidder: Any person, firm, partnership, company, association, or corporation acting
directly through a duly authorized representative, submitting a bid for performing
the work contemplated under the Contract Documents.
1.2.2. Nonresident Bidder: Any person, firm, partnership, company, association, or
corporation acting directly through a duly authorized representative, submitting a
bid for performing the work contemplated under the Contract Documents whose
principal place of business is not in the State of Texas.
1.2.3. Successful Bidder: The lowest responsible and responsive Bidder to whom City
(on the basis of City's evaluation as hereinafter provided) makes an award.
2. Copies of Bidding Documents
2.1. Neither City nor Engineer shall assume any responsibility for errors or
misinterpretations resulting from the Bidders use of incomplete sets of Bidding
Documents.
2.2. City and Engineer in making electronic Bidding Documents available do so only for the
purpose of obtaining Bids for the Work and do not authorize or confer a license or grant
for any other use.
3. Prequalification of Bidders (Prime Contractors and Subcontractors)
3.1. Bidders or their designated subcontractors are required to be prequalified for the work
types requiring prequalification as per Sections 00 45 11 BIDDERS
PREQUALIFICATIONS and 00 45 12 PREQUALIFICATION STATEMENT. Firms
seeking pre-qualification, must submit the documentation identified in Section 00 45 11
on Section 00 45 13 PREQUALIFICATION APPLICATION at least seven (7)
calendar days prior to Bid opening for review and, if qualified, acceptance. The
subcontractors listed by a Bidder on 00 45 12 must be prequalified for the appropriate
work types. Subcontractors must follow the same timelines as Bidders for obtaining
prequalification review. Bidders or Subcontractors who are not prequalified at the time
bids are opened and reviewed may cause the bid to be rejected.
Prequalification requirement work types and documentation are available by accessing all
required files through the City’s website at:
https://apps.fortworthtexas.gov/ProjectResources/
00 21 13
INSTRUCTIONS TO BIDDERS
Page 2 of 9
CITY OF FORT WORTH Water & Sanitary Sewer Replacement Contract 2021, WSM-T
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104880
Revised/Updated 1/17/24
3.1.1. Paving – Requirements document located at:
https://apps.fortworthtexas.gov/ProjectResources/ResourcesP/02%20-
%20Construction%20Documents/Contractor%20Prequalification/TPW%20Paving
%20Contractor%20Prequalification%20Program/PREQUALIFICATION%20REQ
UIREMENTS%20FOR%20PAVING%20CONTRACTORS.pdf
3.1.2. Roadway and Pedestrian Lighting – Requirements document located at:
https://apps.fortworthtexas.gov/ProjectResources/ResourcesP/02%20-
%20Construction%20Documents/Contractor%20Prequalification/TPW%20Roadwa
y%20and%20Pedestrian%20Lighting%20Prequalification%20Program/STREET%
20LIGHT%20PREQUAL%20REQMNTS.pdf
3.1.3. Water and Sanitary Sewer – Requirements document located at:
https://apps.fortworthtexas.gov/ProjectResources/ResourcesP/02%20-
%20Construction%20Documents/Contractor%20Prequalification/Water%20and%2
0Sanitary%20Sewer%20Contractor%20Prequalification%20Program/WSS%20pre
qual%20requirements.pdf
3.2. Each Bidder, unless currently prequalified, must submit to City at least seven (7)
calendar days prior to Bid opening, the documentation identified in Section 00 45 11,
BIDDERS PREQUALIFICATIONS.
3.2.1. Submission of and/or questions related to prequalification should be addressed to
the City contact as provided in Paragraph 6.1.
3.3. The City reserves the right to require any pre-qualified contractor who is the apparent
low bidder for a project to submit such additional information as the City, in its sole
discretion may require, including but not limited to manpower and equipment records,
information about key personnel to be assigned to the project, and construction schedule
to assist the City in evaluating and assessing the ability of the apparent low bidder to
deliver a quality product and successfully complete projects for the amount bid within
the stipulated time frame. Based upon the City’s assessment of the submitted
information, a recommendation regarding the award of a contract will be made to the
City Council. Failure to submit the additional information, if requested, may be grounds
for rejecting the apparent low bidder as non-responsive. Affected contractors will be
notified in writing of a recommendation to the City Council.
3.4. In addition to prequalification, additional requirements for qualification may be required
within various sections of the Contract Documents.
4. Examination of Bidding and Contract Documents, Other Related Data, and Site
4.1. Before submitting a Bid, each Bidder:
00 21 13
INSTRUCTIONS TO BIDDERS
Page 3 of 9
CITY OF FORT WORTH Water & Sanitary Sewer Replacement Contract 2021, WSM-T
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104880
Revised/Updated 1/17/24
4.1.1. Shall examine and carefully study the Contract Documents and other related data
identified in the Bidding Documents (including "technical data" referred to in
Paragraph 4.2. below). No information given by City or any representative of the
City other than that contained in the Contract Documents and officially
promulgated addenda thereto, shall be binding upon the City.
4.1.2. Should visit the site to become familiar with and satisfy Bidder as to the general,
local and site conditions that may affect cost, progress, performance or furnishing
of the Work.
4.1.3. Shall consider federal, state and local Laws and Regulations that may affect cost,
progress, performance or furnishing of the Work.
4.1.4. Shall study all: (i) reports of explorations and tests of subsurface conditions at or
contiguous to the Site and all drawings of physical conditions relating to existing
surface or subsurface structures at the Site (except Underground Facilities) that
have been identified in the Contract Documents as containing reliable "technical
data" and (ii) reports and drawings of Hazardous Environmental Conditions, if any,
at the Site that have been identified in the Contract Documents as containing
reliable "technical data."
4.1.5. Is advised that the Contract Documents on file with the City shall constitute all of
the information which the City will furnish. All additional information and data
which the City will supply after promulgation of the formal Contract Documents
shall be issued in the form of written addenda and shall become part of the Contract
Documents just as though such addenda were actually written into the original
Contract Documents. No information given by the City other than that contained in
the Contract Documents and officially promulgated addenda thereto, shall be
binding upon the City.
4.1.6. Should perform independent research, investigations, tests, borings, and such other
means as may be necessary to gain a complete knowledge of the conditions which
will be encountered during the construction of the project. For projects with
restricted access, upon request, City may provide each Bidder access to the site to
conduct such examinations, investigations, explorations, tests and studies as each
Bidder deems necessary for submission of a Bid. Bidder must fill all holes and
clean up and restore the site to its former conditions upon completion of such
explorations, investigations, tests and studies.
4.1.7. Shall determine the difficulties of the Work and all attending circumstances
affecting the cost of doing the Work, time required for its completion, and obtain all
information required to make a proposal. Bidders shall rely exclusively and solely
upon their own estimates, investigation, research, tests, explorations, and other data
which are necessary for full and complete information upon which the proposal is
to be based. It is understood that the submission of a proposal or bid is prima-facie
evidence that the Bidder has made the investigations, examinations and tests herein
required.
00 21 13
INSTRUCTIONS TO BIDDERS
Page 4 of 10
CITY OF FORT WORTH Water & Sanitary Sewer Replacement Contract 2021, WSM-T
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104880
Revised/Updated 1/17/24
4.1.7. Should perform independent research, investigations, tests, borings, and such other
means as may be necessary to gain a complete knowledge of the conditions which
will be encountered during the construction of the project. For projects with
restricted access, upon request, City may provide each Bidder access to the site to
conduct such examinations, investigations, explorations, tests and studies as each
Bidder deems necessary for submission of a Bid. Bidder must fill all holes and
clean up and restore the site to its former conditions upon completion of such
explorations, investigations, tests and studies.
4.1.8. Shall determine the difficulties of the Work and all attending circumstances
affecting the cost of doing the Work, time required for its completion, and obtain all
information required to make a proposal. Bidders shall rely exclusively and solely
upon their own estimates, investigation, research, tests, explorations, and other data
which are necessary for full and complete information upon which the proposal is
to be based. It is understood that the submission of a proposal or bid is prima-facie
evidence that the Bidder has made the investigations, examinations and tests herein
required.
4.1.9. Shall promptly notify City of all conflicts, errors, ambiguities or discrepancies in or
between the Contract Documents and such other related documents. The Contractor
shall not take advantage of any gross error or omission in the Contract Documents,
and the City shall be permitted to make such corrections or interpretations as may
be deemed necessary for fulfillment of the intent of the Contract Documents.
4.1.10. Indicate their intent to bid by selecting “yes” in the Procurement Portal
under the Intent to Bid section. You must indicate your intent to bid to be able
to submit a bid to the City.
4.2. Reference is made to Section 00 73 00 – Supplementary Conditions for identification
of:
4.2.1. those reports of explorations and tests of subsurface conditions at or contiguous to
the site which have been utilized by City in preparation of the Contract Documents.
The logs of Soil Borings, if any, on the plans are for general information only.
Neither the City nor the Engineer guarantee that the data shown is representative of
conditions which actually exist.
4.2.2. those drawings of physical conditions in or relating to existing surface and
subsurface structures (except Underground Facilities) which are at or contiguous to
the site that have been utilized by City in preparation of the Contract Documents.
4.2.3. copies of such reports and drawings will be made available by City to any Bidder
on request. Those reports and drawings may not be part of the Contract
Documents, but the "technical data" contained therein upon which Bidder is entitled
to rely as provided in Paragraph 4.02. of the General Conditions has been identified
and established in Paragraph SC 4.02 of the Supplementary Conditions. Bidder is
responsible for any interpretation or conclusion drawn from any "technical data" or
any other data, interpretations, opinions or information.
4.2.4.Standard insurance requirements, coverages and limits.
00 21 13
INSTRUCTIONS TO BIDDERS
Page 5 of 10
CITY OF FORT WORTH Water & Sanitary Sewer Replacement Contract 2021, WSM-T
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104880
Revised/Updated 1/17/24
4.3. The submission of a Bid will constitute an incontrovertible representation by Bidder: (i)
that Bidder has complied with every requirement of this Paragraph 4, (ii) that without
exception the Bid is premised upon performing and furnishing the Work required by the
Contract Documents and applying the specific means, methods, techniques, sequences or
procedures of construction (if any) that may be shown or indicated or expressly required
by the Contract Documents, (iii) that Bidder has given City written notice of all
conflicts, errors, ambiguities and discrepancies in the Contract Documents and the
written resolutions thereof by City are acceptable to Bidder, and when said conflicts,
etc., have not been resolved through the interpretations by City as described in
Paragraph 6., and (iv) that the Contract Documents are generally sufficient to indicate
and convey understanding of all terms and conditions for performing and furnishing the
Work.
4.4. The provisions of this Paragraph 4, inclusive, do not apply to Asbestos, Polychlorinated
biphenyls (PCBs), Petroleum, Hazardous Waste or Radioactive Material covered by
Paragraph 4.06. of the General Conditions, unless specifically identified in the Contract
Documents.
5. Availability of Lands for Work, Etc.
5.1. The lands upon which the Work is to be performed, rights-of-way and easements for
access thereto and other lands designated for use by Contractor in performing the Work
are identified in the Contract Documents. All additional lands and access thereto
required for temporary construction facilities, construction equipment or storage of
materials and equipment to be incorporated in the Work are to be obtained and paid for
by Contractor. Easements for permanent structures or permanent changes in existing
facilities are to be obtained and paid for by City unless otherwise provided in the
Contract Documents.
5.2. Outstanding right-of-way, easements, and/or permits to be acquired by the City are listed
in Paragraph SC 4.01 of the Supplementary Conditions. In the event the necessary right-
of-way, easements, and/or permits are not obtained, the City reserves the right to cancel
the award of contract at any time before the Bidder begins any construction work on the
project.
5.3. The Bidder shall be prepared to commence construction without all executed right-of-
way, easements, and/or permits, and shall submit a schedule to the City of how
construction will proceed in the other areas of the project that do not require permits
and/or easements.
6. Interpretations and Addenda
00 21 13
INSTRUCTIONS TO BIDDERS
Page 6 of 10
CITY OF FORT WORTH Water & Sanitary Sewer Replacement Contract 2021, WSM-T
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104880
Revised/Updated 1/17/24
6.1. All questions about the meaning or intent of the Bidding Documents are to be directed to
City electrically through the Vendor Discussions section under the respective Project via
the Procurement Portal
https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities on or before 2
p.m., the Monday prior to the Bid opening. Questions received after this day may not be
responded to. Interpretations or clarifications considered necessary by City in response
to such questions will be issued by Addenda. Only questions answered by formal
written Addenda will be binding. Oral and other interpretations or clarifications will be
without legal effect.
6.2. Addenda may also be issued to modify the Bidding Documents as deemed advisable by
City.
6.3. Addenda or clarifications shall be posted under the respective Project via the
Procurement Portal
https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities
6.4. A prebid conference may be held at the time and place indicated in the Advertisement
or INVITATION TO BIDDERS. Representatives of City will be present to discuss the
Project. Bidders are encouraged to attend and participate in the conference. City will
transmit to all prospective Bidders of record such Addenda as City considers necessary
in response to questions arising at the conference. Oral statements may not be relied
upon and will not be binding or legally effective.
7. Bid Security
7.1. Each Bid must be accompanied by a Bid Bond made payable to City in an amount of
five (5) percent of Bidder's maximum Bid price, on the form attached or equivalent,
issued by a surety meeting the requirements of Paragraph 5.01 of the General
Conditions.
7.2. The Bid Bonds provided by a Bidder will be retained until the conditions of the Notice
of Award have been satisfied. If the Successful Bidder fails to execute and return the
Contract Documents within 14 days after the Notice of Award conveying same, City
may consider Bidder to be in default, rescind the Notice of Award and act on the Bid
Bond. Such action shall be City's exclusive remedy in the event Bidder is deemed to
have defaulted.
8. Contract Times
The number of days within which, or the dates by which, Milestones are to be achieved in
accordance with the General Requirements and the Work is to be completed and ready for
Final Acceptance is set forth in the Agreement or incorporated therein by reference to the
attached Bid Form.
9. Liquidated Damages
Provisions for liquidated damages are set forth in the Agreement.
00 21 13
INSTRUCTIONS TO BIDDERS
Page 7 of 10
CITY OF FORT WORTH Water & Sanitary Sewer Replacement Contract 2021, WSM-T
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104880
Revised/Updated 1/17/24
10. Substitute and "Or-Equal" Items
The Contract, if awarded, will be on the basis of materials and equipment described in the
Bidding Documents without consideration of possible substitute or "or-equal" items.
Whenever it is indicated or specified in the Bidding Documents that a "substitute" or "or-
equal" item of material or equipment may be furnished or used by Contractor if acceptable to
City, application for such acceptance will not be considered by City until after the Effective
Date of the Agreement. The procedure for submission of any such application by Contractor
and consideration by City is set forth in Paragraphs 6.05A., 6.05B. and 6.05C. of the General
Conditions and is supplemented in Section 01 25 00 of the General Requirements.
11. Subcontractors, Suppliers and Others
11.1. In accordance with the City’s Business Equity Ordinance No.25165-10-2021 the City
has goals for the participation of minority business and/or women business
enterprises in City contracts $100,000 or greater. See Section 00 45 40 for the
M/WBE Project Goals and additional requirements. Failure to comply shall render
the Bidder as non-responsive.
Business Equity Ordinance No.25165-10-2021, as amended (replacing Ordinance
No. 24534-11-2020), codified at:
https://codelibrary.amlegal.com/codes/ftworth/latest/ftworth_tx/0-0-0-22593
11.2. No Contractor shall be required to employ any Subcontractor, Supplier, other person
or organization against whom Contractor or City has reasonable objection.
12. Bid Form
12.1. The Bid Form is included with the Bidding Documents.
12.2. All blanks on the Bid Form must be completed and the Bid Form signed
electronically or signed in ink and scan. A Bid price shall be indicated for each Bid
item, alternative, and unit price item listed therein. In the case of optional
alternatives, the words "No Bid," "No Change," or "Not Applicable" may be entered.
Bidder shall state the prices for which the Bidder proposes to do the work
contemplated or furnish materials required.
12.3. Bids by corporations shall be executed in the corporate name by the president or a
vice-president or other corporate officer accompanied by evidence of authority to
sign. The corporate seal shall be affixed. The corporate address and state of
incorporation shall be shown below the signature.
12.4. Bids by partnerships shall be executed in the partnership name and signed by a
partner, whose title must appear under the signature accompanied by evidence of
authority to sign. The official address of the partnership shall be shown below the
signature.
12.5. Bids by limited liability companies shall be executed in the name of the firm by a
member and accompanied by evidence of authority to sign. The state of formation of
the firm and the official address of the firm shall be shown.
12.6. Bids by individuals shall show the Bidder's name and official address.
00 21 13
INSTRUCTIONS TO BIDDERS
Page 8 of 10
CITY OF FORT WORTH Water & Sanitary Sewer Replacement Contract 2021, WSM-T
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104880
Revised/Updated 1/17/24
12.7. Bids by joint ventures shall be executed by each joint venture in the manner indicated
on the Bid Form. The official address of the joint venture shall be shown.
12.8. All names shall be typed or printed in ink below the signature.
12.9. The Bid shall contain an acknowledgement of receipt of all Addenda, the numbers of
which shall be filled in on the Bid Form.
12.10. Postal and e-mail addresses and telephone number for communications regarding the
Bid shall be shown.
12.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of
Texas shall be provided in accordance with Section 00 43 37 – Vendor Compliance
to State Law Non Resident Bidder.
13. Submission of Bids
Bids shall be submitted electronically in the Procurement Portal on the prescribed Bid Form,
provided with the Bidding Documents, prior to the time indicated in the Advertisement or
INVITATION TO BIDDERS.
14. Withdrawal of Bids
14.1. Bids submitted electronically may be withdrawn prior to the time set for bid opening
via the Procurement Portal
https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities.
15. Opening of Bids
Bids will be opened and read aloud publicly. An abstract of the amounts of the base Bids and
major alternates (if any) will be made available to Bidders after the opening of Bids.
16. Bids to Remain Subject to Acceptance
All Bids will remain subject to acceptance for a minimum of 90 days or the time period
specified for Notice of Award and execution and delivery of a complete Agreement by
Successful Bidder. City may, at City's sole discretion, release any Bid and nullify the Bid
security prior to that date.
17. Evaluation of Bids and Award of Contract
17.1. City reserves the right to reject any or all Bids, including without limitation the rights
to reject any or all nonconforming, nonresponsive, unbalanced or conditional Bids
and to reject the Bid of any Bidder if City believes that it would not be in the best
interest of the Project to make an award to that Bidder. City reserves the right to
waive informalities not involving price, contract time or changes in the Work and
award a contract to such Bidder. Discrepancies between the multiplication of units of
Work and unit prices will be resolved in favor of the unit prices. Discrepancies
between the indicated sum of any column of figures and the correct sum thereof will
be resolved in favor of the correct sum. Discrepancies between words and figures
will be resolved in favor of the words.
00 21 13
INSTRUCTIONS TO BIDDERS
Page 9 of 10
CITY OF FORT WORTH Water & Sanitary Sewer Replacement Contract 2021, WSM-T
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104880
Revised/Updated 1/17/24
17.1.1. Any or all bids will be rejected if City has reason to believe that collusion exists
among the Bidders, Bidder is an interested party to any litigation against City,
City or Bidder may have a claim against the other or be engaged in litigation,
Bidder is in arrears on any existing contract or has defaulted on a previous
contract, Bidder has performed a prior contract in an unsatisfactory manner, or
Bidder has uncompleted work which in the judgment of the City will prevent or
hinder the prompt completion of additional work if awarded.
17.2. In addition to Bidder’s relevant prequalification requirements, City may consider the
qualifications and experience of Subcontractors, Suppliers, and other persons and
organizations proposed for those portions of the Work where the identity of such
Subcontractors, Suppliers, and other persons and organizations must be submitted as
provided in the Contract Documents or upon the request of the City. City also may
consider the operating costs, maintenance requirements, performance data and
guarantees of major items of materials and equipment proposed for incorporation in
the Work when such data is required to be submitted prior to the Notice of Award.
17.3. City may conduct such investigations as City deems necessary to assist in the
evaluation of any Bid and to establish the responsibility, qualifications, and financial
ability of Bidders, proposed Subcontractors, Suppliers and other persons and
organizations to perform and furnish the Work in accordance with the Contract
Documents to City's satisfaction within the prescribed time.
17.4. Contractor shall perform with his own organization, work of a value not less than
35% of the value embraced on the Contract, unless otherwise approved by the City.
17.5. If the Contract is to be awarded, it will be awarded to lowest responsible and
responsive Bidder whose evaluation by City indicates that the award will be in the
best interests of the City.
17.6. Pursuant to Texas Government Code Chapter 2252.001, the City will not award
contract to a Nonresident Bidder unless the Nonresident Bidder’s bid is lower than
the lowest bid submitted by a responsible Texas Bidder by the same amount that a
Texas resident bidder would be required to underbid a Nonresident Bidder to obtain a
comparable contract in the state in which the nonresident’s principal place of
business is located.
17.7. A contract is not awarded until formal City Council authorization. If the Contract is
to be awarded, City will award the Contract within 90 days after the day of the Bid
opening unless extended in writing. No other act of City or others will constitute
acceptance of a Bid. Upon the contract award, a Notice of Award will be issued by
the City.
17.7.1.The contractor is required to fill out and sign the Certificate of Interested
Parties Form 1295 and the form must be submitted to the Project Manager
before the contract will be presented to the City Council. The form can be
obtained at https://www.ethics.state.tx.us/data/forms/1295/1295.pdf
17.8. Failure or refusal to comply with the requirements may result in rejection of Bid.
18. Signing of Agreement
00 21 13
INSTRUCTIONS TO BIDDERS
Page 10 of 10
CITY OF FORT WORTH Water & Sanitary Sewer Replacement Contract 2021, WSM-T
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104880
Revised/Updated 1/17/24
18.1. When City issues a Notice of Award to the Successful Bidder, it will be accompanied
by the required number of unsigned counterparts of the Project Manual. Within 14
days thereafter, Contractor shall sign and deliver the required number of counterparts
of the Project Manual to City with the required Bonds, Certificates of Insurance, and
all other required documentation.
18.2. City shall thereafter deliver one fully signed counterpart to Contractor.
END OF SECTION
00 35 13
C�NF�ICT OF INTEREST STATEMENT
Page � of 1
SECT�ON 00 35 13
CONFLICT OF INTEREST STATEM�NT
Each bidder, offeror or respondent ta a City of Fo�t Warth procurement is requirec! to complete a
Conflict of Interest Ques#ionnaire or cer�ify that one is current and on fiie with the City Secretary's
Office pursuant to sta#e law.
!f a memher of fhe Fart Worth Cify Cauncil, any one or more of the City Manager or Assistant
City Managers, or an agent of the City who exercise discretion in the planning, recommer�dir�g,
selecting or contracting with a bidder, offeror or respond�r�t is affifiated with your company, then
a Local Go�ernment Officer Conflicts Disciasure 5tatement (CIS) may be required.
You are urged to consult with caunsei regarding the applicability of th�se farms and Local
Governmen# Code Chapter 176 to your company.
The referenced �orms may be downloacled from the links provided below.
Form CIQ (Conflict of Interest Questionnaire} lstat� tx us)
htfps:/lwww.ethics. state.tx. usldatalformslconflicilClS.}�df
❑
�
❑
❑
❑
❑
BIDDER:
CIQ Form daes not apply
CIQ Forrn is on file with Ci#y Secretary
CIQ Form is f�eing provided to the City Secre#ary
CIS Form does not apply
CIS Form is on File with City Secretary
CIS �orm is being pro�ided to the City Secretary
Woody Contractars, Inc.
650 Tower Dr
Kennedale, TX 760fi0
8 � 7-483-4787
twoad 2020 aol.com
END �F S�CTiON
C]TY OF FORT WQRTH
STAN�ARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised February 24, 202a
T.. _ . . 1 h f _ _ _I . .
Y�
Signaiure:
Tit�e:
DO 41 60 Bid Proposal Workboak Acfdendum 2
0o ai aa
BID FORM
I'age 1 oF 3
SECTION 00 41 00
BID FORhIi
TO: The Purchasing Manag�r
clo: The Purchasing Division
200 Texas Street
City of Fort Worth, Texas 761Q2
FOR: Water & Sanitary 5ewer Replacement Contract 202� , WSM-T
City Project No.: CPN 104880
UnitslSections: Unit 1: Water Improvemen#s
Unit 2: Sewer Impravements
Unit 3: Paving Improvements
1. Enter Into Agreement
The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with Ciiy in the form
included in the Bidding Documenfs to perform and furnish all Work as specified ar indicafed in the Contract Dacuments
for the Bid Price and within the Cor�tract Time indicated in this Bid and in accordance with the other terms and
condifions of the Cpntract Documents.
2. BlDDER Acknowledgements and Certificativn
2.1. In submitfing this Bid, 8idder accepts all of the terms and canditions of the INVITATIQN TO BIDDERS and
1N5TRUCTIONS TO �ID�ERS, including without limitation fhose dealing with the disposition o# Bid Bond.
2.2. Bidder is aware of all costs to prp�ide the required insurance, will do so pending con#ract award, and will
provide a �alid insurance certificate meeting al� requirements within 14 days of notification of award.
2.3. Bidder certifies that this Bid is genuine and nof rnade in the interest of or on behalf of any undisclosed
individual ar entify ancf is nat su6mitted in conformity with any co{lusi�e agreement or rules of any group,
association, organization, or corporatian.
2.4. Bidder has nat directly or indirectly induced ar solicited any other Sidder to submit a fa[se or sham Bid.
2.5. Bidder has not solicited or induced any individual or entity ta refrain from bidding.
2.fi. Bidder has rtot engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract.
For the �urposes of this Paragraph:
a. "corrupt practice" means the offering, giving, recei�ing, or soliciting of any thing of value likely ta
influence the action of a pubiic official in the bidding process.
b. "fraudulent practice" means an intentional misrepresentation of facts made (a) to influence the
bidding process to the detriment of City {b) ta establish Bid prices at artificia[ non-competitive
levels, or (c) to deprive City of the benefits of free and open campetition.
c. "collusive practice" means a schema or arrangement between two or more Sidders, with or
without the knowledge of City, a purpose of which is to establish Bid prices at artificial, nan-
cornpetitive levels.
d. "coercive practice" means harming or ihreatening fo harm, directly or indirectly, persons or their
property to influence their participation in the bidding process or affect the execution of tf�a
Contract.
CiTY OF FORT WORTH
STAN�ARD CONSTRl1CTiON SPECIFICATION 6pClJMENTS
Revised 913Q12021 �0 41 60 Bid P�oposal Warkhonk Addendum 2
pp ai ao
BI4 FORM
Page 2 of 3
3. Prequalification
The Bidder acknowledges that the following work types must be perFormed only by prequalified contractors and
subcontractors:
a. Water Qisiribution, Urban and Renewal, 12-inch diameter and smaller
b. 5ewer Colleci€on 5ystem, UrbanlRenewal, 8-inches and smailar
c. 5anitary Sewer ManholelStructure l�terior Lin'�ng - Warren or Chesierton Caating
d. Asphalt Paving Reconstruction (15,000 sqaure yards and GREATER)
e. -
f. -
�
h. -
A. Time of Completion
4.1. The Work wiil be compiete for Final Accep#ance within 1S0 days afterthe date when the
the Contract Time commences io run as provided in Paragraph 2.43 of the General Conditions.
4.2. Bidder accepts the provisions of the Agreement as to liqu�dated damages in the e�ent of failure to complete
the Work {and/or achie�ement of Milestones} within the times specified in the Agreement.
5. Attached to this Bid
The fallowing do�uments are attached to and made a part of this Bid:
a. This Bid Form, Sectian 00 41 40
b. Required Sid Sond, Section q0 43 13 issued by a surety meeting the requirements of Paragraph
5.01 of the General Condiiions.
c. Proposal Form, Section Od 42 43
d. Vendor Compliance to State Law Nan Resident Bidder, Section 00 43 37
e. MWBE Forms (aptional at time of bid}
f. Prequalification 5tatemant, Section 00 45 12
g. Conflkct of f�terest Affida�it, Secfion 00 35 13
`if necessary, CIQ or CI5 forms are to be provided directly to City 5ecretary
h. Any additional documents that may be required by 5ection 12 of the Instructions to Bidders
6. Tafal Bid Amount
6.1. Bidder will complete the Work in accardance with the Contract Documents for the follvwing bid amount. In
the space pro�ided below, please enter the total t�id amount for th'is project. Qnly this figure will be read
publicly by the City at the bid opening.
6.2. It is understood and agreed by the Bidder �m signing this proposal that the total bid amaunt entered below Es
subject to verification and/or modification by multiplying the unit bid prices far each pay item by the respecti�e
estimated quantities shown in this proposal and then totaling all of the extendsd amounts.
CITY OF FORT WORTH
STANDARD CONSTRUCTIdN SP�CIFICATION �OCUMENTS
Revised 9I3012021 00 A1 00 Bfd Proposal Workbook Addendum 2
00 4� 00
BID FdRM
Page 3 qf 3
Total Bid
7. Bid S�bmittal
This Bid is subrr�ittecf pn
�� -
Respecifully subm ,
By:
( ign�t i�re
�Troy Woody
(Printed Name}
Title: President
Company: Woody Cantractars, Inc.
Address: 650 Tawer Dr
Kennedale, TX 76a6a
State of Incorporation: Texas
Email: twoody202fl@aol.com
Phane: 817-4$3-4787
END OF SECTION
G1TY OF FOR� WORTH
STAN{}AR� CONSTRUCTION SPECIFlCATIRN �OCUMENTS
Revised 9130/2021
�a �� 3�D. o �1 �. s'?
� i
by the entity named belaw.
Receipt is acknowledged of
following Addenda:
Addendum No. 1:
Addendum No. 2:
Addend�m No. 3:
Addendum No. 4:
Initial
Corporate Seal:
00 41 00 Bfd Proposal Workbook Addendum 2
00 42 43
BID PROPOSAL
Page 1 of 3
1 3311.0461 12" PVC DR-14 Water Pipe 33 11 12 LF 1222 $162.00 $197,964.00
2 3311.0261 8" PVC DR-14 Water Pipe 33 11 12 LF 186 $96.00 $17,856.00
3 3311.0161 6" PVC DR-14 Water Pipe 33 11 12 LF 17 $82.00 $1,394.00
4 0171.0101 Construction Staking 01 71 23 LS 1 $2,000.00 $2,000.00
5 0171.0102 As-Built Survey 01 71 23 LS 1 $1,500.00 $1,500.00
6 0241.0900 Remove Misc Conc Structure 02 41 13 LS 1 $1,250.00 $1,250.00
7 0241.1001 Water Line Grouting 02 41 14 CY 1 $950.00 $950.00
8 0241.1218 4"-12" Water Abandonment Plug 02 41 14 EA 2 $200.00 $400.00
9 0241.1301 Remove & Salvage 4" Water Valve 02 41 14 EA 1 $150.00 $150.00
10 0241.1302 Remove & Salvage 6" Water Valve 02 41 14 EA 2 $150.00 $300.00
11 0241.1303 Remove & Salvage 8" Water Valve 02 41 14 EA 1 $150.00 $150.00
12 0241.1305 Remove & Salvage 12" Water Valve 02 41 14 EA 2 $150.00 $300.00
13 9999.0001 Remove & Salvage Air Release Valve -EA 1 $1,000.00 $1,000.00
14 0241.1510 Salvage Fire Hydrant 02 41 14 EA 1 $300.00 $300.00
15 0241.1512 Salvage 1" Water Meter 02 41 14 EA 5 $75.00 $375.00
16 0241.1513 Salvage 1 1/2" Water Meter 02 41 14 EA 1 $75.00 $75.00
17 3125.0101 SWPPP ≥ 1 acre 31 25 00 LS 1 $1,000.00 $1,000.00
18 3213.0301 4" Conc Sidewalk 32 13 20 SF 39 $58.00 $2,262.00
19 3201.0614 Conc Pvmt Repair, Residential 32 01 29 SY 21 $325.00 $6,825.00
20 3201.0400 Temporary Asphalt Paving Repair (2" HMAC on 32 01 18 LF 1425 $35.00 $49,875.00
21 3201.0112 5' Wide Asphalt Pvmt Repair, Residential w/ 2:27
Conc Base
32 01 17 LF 50 $123.00 $6,150.00
22 3201.0201 Asphalt Pvmt Repair Beyond Defined Width,
Residential
32 01 17 SY 100 $65.00 $6,500.00
23 0241.1700 11" Pavement Pulverization (50/50)02 41 15 SY 941 $15.00 $14,115.00
24 3211.0601 Cem-Lime Stabilization @ 32 lbs/sy (50/50)32 11 29 TN 18 $400.00 $7,200.00
25 3212.0303 3" Asphalt Pvmt Type D (50/50)32 12 16 SY 941 $34.00 $31,994.00
26 3305.0109 Trench Safety 33 05 10 LF 1425 $0.10 $142.50
27 3305.0111 Valve Box Adjustment 33 05 14 EA 9 $550.00 $4,950.00
28 3305.0117 Concrete Collar for Valve 33 05 17 EA 8 $550.00 $4,400.00
29 3305.0202 Imported Embedment/Backfill, CSS 33 05 10 CY 10 $180.00 $1,800.00
30 3305.0203 Imported Embedment/Backfill, CLSM 33 05 10 CY 10 $230.00 $2,300.00
31 3305.0204 Imported Embedment/Backfill, Crushed Rock 33 05 10 CY 10 $80.00 $800.00
32 3305.0207 Imported Embedment/Backfill, Select Fill 33 05 10 CY 100 $43.00 $4,300.00
33 3305.0103 Exploratory Excavation of Existing Utilities 33 05 30 EA 2 $1,300.00 $2,600.00
34 3311.0001 Ductile Iron Water Fittings w/ Restraint 33 11 11 TON 1 $13,000.00 $13,000.00
35 3312.0001 Fire Hydrant 33 12 40 EA 1 $6,900.00 $6,900.00
36 3312.0117 Connection to Existing 4"-12" Water Main 33 12 25 EA 6 $5,200.00 $31,200.00
37 3312.2001 1" Water Service, Meter Reconnection 33 12 10 EA 5 $650.00 $3,250.00
38 3312.2003 1" Water Service 33 12 10 EA 5 $2,420.00 $12,100.00
39 3312.2004 1" Private Water Service 33 12 10 LF 7 $57.00 $399.00
40 3312.2101 1 1/2" Water Service, Meter Reconnection 33 12 10 EA 1 $1,100.00 $1,100.00
41 3312.2103 1 1/2" Water Service 33 12 10 EA 1 $3,900.00 $3,900.00
42 3312.2104 1 1/2" Private Water Service 33 12 10 LF 5 $65.00 $325.00
43 3312.3002 6" Gate Valve 33 12 20 EA 1 $2,200.00 $2,200.00
44 3312.3003 8" Gate Valve 33 12 20 EA 4 $2,900.00 $11,600.00
45 3312.3005 12" Gate Valve 33 12 20 EA 4 $5,145.00 $20,580.00
46 3471.0001 Traffic Control 34 71 13 MO 1 $2,500.00 $2,500.00
47 3304.0101 Temporary Water Services 33 04 30 LS 1 $17,900.00 $17,900.00
48 9999.0002 Miscellaneous Utility Adjustment (Irrigation)-LS 1 $2,000.00 $2,000.00
49 9999.0003 Water Construction Allowance -LS 1 $50,000.00 $50,000.00
$552,131.50
SECTION 00 42 43
PROPOSAL FORM
Description
Project Item Information
Bidlist
Item No.
Unit 1 - Water Improvements
Sub-Total Unit 1 - Water Improvements
UNIT PRICE BID Bidder's Application
Specification
Section No.
Bid
Quantity Unit Price Bid Value
Unit of
Measure
Bidder's Proposal
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised 9/30/2021
Addendum No. 2
1-00 41 00 Bid Proposal Workbook Addendum 2 - Woody.xlsx
00 42 43
BID PROPOSAL
Page 2 of 3
SECTION 00 42 43
PROPOSAL FORM
Description
Project Item Information
Bidlist
Item No.
Unit 1 - Water Improvements
UNIT PRICE BID Bidder's Application
Specification
Section No.
Bid
Quantity Unit Price Bid Value
Unit of
Measure
Bidder's Proposal
1 3331.4115 8" Sewer Pipe PVC, SDR-26 33 11 10, 33 LF 467 $103.00 $48,101.00
2 0171.0101 Construction Staking 01 71 23 LS 1 $1,500.00 $1,500.00
3 0171.0102 As-Built Survey 01 71 23 LS 1 $1,000.00 $1,000.00
4 0241.2001 Sanitary Line Grouting 02 41 14 CY 3 $1,300.00 $3,900.00
5 0241.2102 6" Sewer Abandonment Plug 02 41 14 EA 2 $750.00 $1,500.00
6 0241.2201 Remove 4' Sewer Manhole 02 41 14 EA 1 $1,265.00 $1,265.00
7 3125.0101 SWPPP ≥ 1 acre 31 25 00 LS 1 $1,000.00 $1,000.00
8 3201.0400 Temporary Asphalt Paving Repair (2" HMAC on 32 01 18 LF 467 $44.00 $20,548.00
9 3201.0112 5' Wide Asphalt Pvmt Repair, Residential w/ 2:27
Conc Base
32 01 17 LF 50 $148.00 $7,400.00
10 3201.0201 Asphalt Pvmt Repair Beyond Defined Width,
Residential
32 01 17 SY 5 $65.00 $325.00
11 0241.1700 11" Pavement Pulverization (50/50)02 41 15 SY 941 $15.00 $14,115.00
12 3211.0601 Cem-Lime Stabilization @ 32 lbs/sy (50/50)32 11 29 TN 18 $400.00 $7,200.00
13 3212.0303 3" Asphalt Pvmt Type D (50/50)32 12 16 SY 941 $34.00 $31,994.00
14 3301.0002 Post-CCTV Inspection 33 01 31 LF 467 $7.00 $3,269.00
15 3301.0003 Final-CCTV Inspection 33 01 31 LF 467 $7.00 $3,269.00
16 3301.0004 Final MH-CCTV Inspection 33 01 31 EA 6 $250.00 $1,500.00
17 3301.0101 Manhole Vacuum Testing 33 01 30 EA 6 $165.00 $990.00
18 3305.0107 Manhole Adjustment, Minor 33 05 14 EA 6 $825.00 $4,950.00
19 9999.0004 Manhole Adjustment, Major w/ Cone, Ring, 33 05 14 EA 2 $7,800.00 $15,600.00
20 3305.0109 Trench Safety 33 05 10 LF 467 $2.00 $934.00
21 3305.0112 Concrete Collar for Manhole 33 05 17 EA 3 $825.00 $2,475.00
22 3305.0113 Trench Water Stops 33 05 15 EA 1 $1,100.00 $1,100.00
23 3305.0202 Imported Embedment/Backfill, CSS 33 05 10 CY 10 $180.00 $1,800.00
24 3305.0203 Imported Embedment/Backfill, CLSM 33 05 10 CY 10 $230.00 $2,300.00
25 3305.0204 Imported Embedment/Backfill, Crushed Rock 33 05 10 CY 10 $80.00 $800.00
26 3305.0207 Imported Embedment/Backfill, Select Fill 33 05 10 CY 50 $43.00 $2,150.00
27 3331.3101 4" Sewer Service w/ 2-Way Cleanout 33 31 50 EA 5 $2,700.00 $13,500.00
28 3339.0001 Epoxy Manhole Liner (Warren Environmental or 33 39 60 VF 24 $400.00 $9,600.00
29 3339.1001 4' Manhole 33 39 10, 33 EA 4 $8,200.00 $32,800.00
30 3339.1003 4' Extra Depth Manhole 33 39 10, 33 VF 1 $300.00 $300.00
31 3471.0001 Traffic Control 34 71 13 MO 2 $2,500.00 $5,000.00
32 9999.0005 Sanitary Sewer Construction Allowance -LS 1 $20,000.00 $20,000.00
$262,185.00
Specification
Section No.
Unit of
Measure
Bid
Quantity Unit Price Bid Value
Unit 2 - Sewer Improvements
Sub-Total Unit 2 - Sewer Improvements
Bidlist
Item No.Description
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised 9/30/2021
Addendum No. 2
1-00 41 00 Bid Proposal Workbook Addendum 2 - Woody.xlsx
00 42 43
BID PROPOSAL
Page 3 of 3
SECTION 00 42 43
PROPOSAL FORM
Description
Project Item Information
Bidlist
Item No.
Unit 1 - Water Improvements
UNIT PRICE BID Bidder's Application
Specification
Section No.
Bid
Quantity Unit Price Bid Value
Unit of
Measure
Bidder's Proposal
1 0171.0101 Construction Staking 01 71 23 LS 1 $3,000.00 $3,000.00
2 0171.0102 As-Built Survey 01 71 23 LS 1 $2,000.00 $2,000.00
3 0241.0401 Remove Concrete Drive 02 41 13 SF 2641 $6.00 $15,846.00
4 0241.0402 Remove Asphalt Drive 02 41 13 SF 1975 $6.00 $11,850.00
5 0241.0704 Remove and Replace Mailbox - Traditional 02 41 13 EA 1 $500.00 $500.00
6 0241.0705 Remove and Replace Mailbox - Brick 02 41 13 EA 1 $3,000.00 $3,000.00
7 3110.0101 Site Clearing 31 10 00 LS 1 $1.00 $1.00
8 3125.0101 SWPPP ≥ 1 acre 31 25 00 LS 1 $2,000.00 $2,000.00
9 3212.0401 HMAC Transition 32 12 16 TN 1 $385.00 $385.00
10 3213.0301 4" Conc Sidewalk 32 13 20 SF 43 $58.00 $2,482.40
11 3213.0401 6" Concrete Driveway 32 13 20 SF 4721 $10.00 $47,210.00
12 3217.5001 Curb Address Painting 32 17 25 EA 12 $100.00 $1,200.00
13 3291.0100 Topsoil 32 91 19 CY 288 $86.00 $24,768.00
14 3292.0100 Block Sod Placement 32 92 13 SY 1198 $16.00 $19,168.00
15 3292.0400 Seeding, Hydromulch 32 92 13 SY 100 $20.00 $2,000.00
16 3471.0001 Traffic Control 34 71 13 MO 3 $2,500.00 $7,500.00
17 0241.1700 11" Pavement Pulverization (50/50)02 41 15 SY 1882 $15.00 $28,230.00
18 3305.0107 Manhole Adjustment, Minor 33 05 14 EA 6 $825.00 $4,950.00
19 3305.0117 Valve Box Adjustment w/ Concrete Collar 33 05 17 EA 10 $550.00 $5,500.00
20 3211.0601 Cem-Lime Stabilization @ 32 lbs/sy (50/50)32 11 29 TN 37 $400.00 $14,800.00
21 3212.0303 3" Asphalt Pvmt Type D (50/50)32 12 16 SY 1882 $34.00 $63,988.00
22 3123.0101 Unclassified Excavation by Plan 31 23 16 CY 252 $85.00 $21,420.00
23 3216.0101 6" Conc Curb and Gutter 32 16 13 LF 1910 $73.00 $139,430.00
24 3216.0301 7" Conc Valley Gutter, Residential 32 16 13 SY 146 $348.00 $50,846.67
25 3217.4201 Fire Lane Marking 32 17 23 LF 40 $38.00 $1,520.00
26 9999.0006 Remove and Salvage 6" Stone -LF 186 $1.00 $186.00
27 9999.0007 Miscellaneous Utility Adjustment (Irrigation)33 05 14 LS 1 $2,000.00 $2,000.00
28 9999.0008 Paving Construction Allowance -LS 1 $50,000.00 $50,000.00
$525,781.07
Unit 1: Water Improvements Sub-Total Bid $552,131.50
Unit 2: Sanitary Sewer Improvements Sub-Total Bid $262,185.00
Unit 3: Paving Improvements Sub-Total Bid $525,781.07
$1,340,097.57
Bid Summary
Total Bid = Subtotal Unit 1 + Subtotal Unit 2 + Subtotal Unit 3
Unit Price Bid Value
Sub-Total Unit 3 - Paving Improvements
Bidlist
Item No.Description Specification
Section No.
Unit of
Measure
Bid
Quantity
Unit 3 - Paving Improvements
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised 9/30/2021
Addendum No. 2
1-00 41 00 Bid Proposal Workbook Addendum 2 - Woody.xlsx
BID BOND
The American Institute of Architects,
AIA Document No. A310 (February, 1970 �dition}
KNOW ALL MEN BY THESE PRESENTS, tliat we Wood ContractorS Inc.
as Principal hereinafter called the Principal, and Vi�ila��t l��sura��ce Company
as Surety, hereinafter cailed the Surety, are held arad �r►��ly bound unto �;it oi' Fot't Worth TX
as ;b3igee, �:ea'eir,af�L�• calied t�ic; ^vbiige�, in «�e san� af ���e `"r'ercerlC �1I k5i[i .�=�n�o�►nt i�'io)
Dallars {$ --------------------- )> for the payment of which sum well and truly to be made, the said Principal and thc
said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, ,{ointly and severally,
firmly by these presents.
WHEREAS, tha �'r�ncipal has submitted a bid for V�ater and Sanitary Sewer Re�lacement Contraci
za21 wsM-T Cil Pro�ect Number 104t�8{)
NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principa] shall enter into
a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as
may be specified in the bidding or Contract Docuznents with good and suPficient st�rety for the faithful
performance of such Contract and for the prompt payment of ]abor and material furnished in the
prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such
bond or bands, if th� Principal shall pay to the Obligee the difference not ta exceed the penalty hereof
between the amount specified in said bid and such larger amount for which the Obligee may in good
faith contract with another party to perfarm the Work covered by said bid, then this obligation shal] be
null ancf void, otherwise to remain in full force and effect.
Signed and sealed this 215i daY o�- November 2024
woonY co�v�ruAcz�o�zs Ir�c.
�:ir.ciFc.'. r;5eaij
_ ^
By: � � ra� Wa��� h
�
T�lam /Title
VIGI�AN I' INSURANCF, COIVIPANY
5urety (Sea])
r t � ' ;
I3y`�-- � � '1., �.
�,11Zdl�et �ii�lY nttorney-in-Fact
Power of Attorne��
Fecieral Insurance Conzpa�ly I�'i�ilazlt iz�sur��tice Cocnpany ��acific ln�lc�n�i�'rt��r Cc�i��pan�
Know All by Titese Presents. Thac FEDSRAL INSURANCE COMPANY, an Indiana corporation, VIGILANT INSURANCE COMPANY, a�e�v 1'or�l� cor��oration, and PAC9F[C
€NIJEMNITY COMPANY. a �4'isconsin corporation, do eacii hereb�� constitu[c and appoint Elizabeth Grdy, Charles �. 5weeney, Kyle W. Sweeney and
Michael A. Sweeney of Fort Worth, Texas ------------------------------------- - ----------------------------------------------- --- -- _
each as Sheir uue and la�vfu! Allornel' ��� P�ct ro execute cinder such designation in thcir n�mes and [o affix nc�ir cor��nrate seals [o and dclirer li�r and on their hehall as sure�y
thereon ur oEherwise, l�onds and underial.in�s and ather �t�ritings obligarory in the n�ture thereoF (other than Uail 6onds) gfven or executed in thc course of husiness, and any
instruments amending nr altering rhe samc, and consents cq tlie modification pr alrerariun of any instruntent ref'en�ed �o in said bonds or pbligations.
In Witness Whereof, said FEDERAL INSiiIiANCE COMPANY, VIGIL.ANT INSURANCE COMPANY, and PACIFIC INDEMNITY COhfPANY have each esecured and a«cstcd rhese
prescn�s and affiaed thcir carporare seals on this ]fi°1i day oFSeptember, 2019.
�:;.5;�4�.5`r_ �� sl. ��..4�h�
Ckr.:n 11 r:hl��n.�.:1�t��.int����cc�r;
;.1��� °'� ��
`��,ti � �Y5
ST;1'i'I? OF \GSV.IERSIiI'
Cowity nf H unterdon `�
'��' � �T' ��./
�tF��,hrn �I I La�iE.-'ti 1 r,:�: Ih�.��d: n�
�� �`�'"°" 4 �
�WA
u+ c ��
s�.'�.'� , ���' �: ;��
On this !6'" ciay of September, 2419, 6efore me. a\'ot�zry Pub3ic of Nesv ]ersey. personally rame Uax�n Ai. Chlm�os, ro me known to be Assistant Secretarp of €� h:i)liRAl. I,\'Sl �ItANCh:
CO�IPANY. 1+IG9LA�fT [NSUR�I\�CG COMPANI'. and PAC11=1C INpIr.p1NITY C0:�1PA\1'. the companies ti��hich execuied ihe forcgoin� Pn+ver oF,lttorney. and the saicl D��,�n S-I.
ChlOros, �efng Uy me duiy sn�orn, did depose at3d say d�a[ she is ilssistan[ Sccrcrar}� of F�[7CF2,11. I\SUKA\CE COA4PANY. 1'1G1I,A�'I' I\SLiftA\CE t:041PA\`1'. and P:ICIFIC
]NDG�Ii�'ITY COy1PAN1' and la�on�s the corporate seals rherenf, thac the seals affixed ro nc� Inregoing Po.ver of rlctorncy �ire such cur�oraie seals and rvcre tl�ercrn af'fi�ed h}
author3ry oF said Companies: and rhat shc signeri said Poivrr ol Auorney as Assisrant tiecrcriry of said Comp�nies by lil:e authority, and ihai slie fs aequainred �vith Siephen �t.
Han�}�, and knott�s him ta be Vice Presideut o€'said Companies; and [hat die sf��aturc oFS�ephen �4. Haney, subscribed io said �'awer of' Atrorney is in the genuinc hand+vriting of'
Srephen til. Haney, and �vas �here�o subscriUed t�y authoriq� o(said Companies a�id in depnnenCs precence.
;\otarial 5eal i J R s
� HDSARY �;
r..wr �
�pU8L1�
�2%'�tERSL�
KAiFiERif+tE J. At3�LAP.R
NOiRRY RU�i.IC OF i�SEI'V JERSEY
No.231$685
CommIssiort Cx.p�res JWy ifi, 2024
f�L�.
\ul2n� E'Es151ir
CERTIFICATION
Kesoli�rions adopted by nc� Roards of I]irectoi'� ni'FEDERAL I\'SURA\`CE C01IPA\'Y.1'IGILA;\T I\SURA\CI�. C�AIf A:\l'. and P,ICIPIC INUI�.��I\'i'1'Y CQ�tiIPAi\}� ni�,lugust 30. LOIG,
"'RISOLVE?I7. �hal �he li�ll��idng auihu��ir,itiuns rel,ite rn [he execunon,li�r and un behalfof the Company. n(6nnils, un[Sei'lakfn(,n. rr,c<�gniz�nces, contracls anc€ othrr rrriiten crn��m'inncnts uFii�e Cumpan}'
entere&intu'�n die orrEinan� caimse af business {each a"41'rit[en Cnmmi�menC'1:
(q Eadi of die Citairm�n. ohe Pre.vitleni and [he� 1'ice Pres�idents oftheCnmpancis?�erebq aut}wrized Loesecute:iny[VritmnCoittinitmen� }t�i'a�idir3iheli�lE�oltheCum�utny.iinder�he
tieal n(Ihe Cump:� n ti a� uthera�ise.
Q) L'a[h du1y ;ippointed a44rnc g-fn-t�ict uf the (:pmp,in5' is hereh}� �udwrized �u execu�e am� IS'r'i[tcn l:naunilment liv- a��l un hchalf of Ihe Company. under ihe s�al Uf Ihe C:nmp;my' or
�Hhenvise. [o the estent thxtsitch �ction is autlu�r'ved hi� �he };r.mt nf pcnrei'�ti' pi'ot'ided Fur in such persoii s u'riiten upj�uintntc•m as cucll airorner-in-f'act,
f3} L'ach uTthe Chairman, �9ie Presideai and the Picc Presiden[s oEtlx�Comp�Sm�itih�i'ctn�audwrivrd,tiv�amlun l�chalfn(�hef.omp:3ni�.mappnimimvi'iling.�ny persun the a¢<�rnur-
imliic� o[ iile Compan}' tivlth fiill pptiver and;wdw3�[tytuexecute, Ibr and on be�i��tilfnf�heCcunpaur. under die se;dul'theCompan7�orotlter'�rise,tiuch�l'rii[eir(�,uulmlunen�snflhe
Compsny as may be speckfied in surh wntten xpjuNnmienL �vhich speciljc.ition m2y' he hr�enm'ul lype or class nl' lYritten Corumiu37ene5 ur b1- speci}icatfnn uF une nr nwre particular
5l`ritten CUmmrtments.
{q) Lad7 uf the Chairman, $�e P3�esident und the Pice Presfden[s of Ihe Compan}� iti I�erel7y aitthorized, for nnd un l�ehalf of [he f.ompanyt ro dele�;a�e in u�riling Eu:3n}' urher ol3ice3� u( ihc
Cotnpany [he au�horiq• to esecu�e, liir and nn hehnll nf the Conq>a�qt �tndei' rhe CumpanY's' seal or n�henritie, such 15q�ilten f,.ommrtmenes of �he Compan�� ati are tipecillc•d in tiu[h
rrrittendele�'dGun.mhiclis'pecili�'ation map hehy ��eneral p�penr rlastiaCWritteu Cumntim�ents ur hys�ecillcafinnnfnneormnfc�xu'ticul'a�'�5'�'faenCuminiunen�ti.
f�} 'i h,e s4�;3ieram �S.r�s �� �i�ei o: uciu �..� suo c�ca;ti�,g,�.n ',' i5 [en Cn n�wr��;.:��� r:r a; ,- i�.i��ri�r . � �En[E„i t ..,,,,� :i r� i�� -.,��,. .,:. ar.�l:i:c cc:d uf fh•� C�rmnan}�, nts�� be �iflsed 1�y
facsf mile an suc'li 4Vrftren Cnmmirment ur u�ritten appuinunent nr delegatinn.
PI�R'I'FSGR RL•50LVE11. th:�t �he foregoin� R�solt�iian shall nni bc di'cmed �o be an e�[lusire statement of the prnverti .uld auii�urEt?' VI pflicei:s, empk»�ees and ui{�er pe��snns m acY Inr 3nd un hehalt nl'
�he Cump;iny� �ind such Re5'alutiun shxEl noE limii or oLhcru�ise a�Fect the ��xea:'ise ol any� such pu�ti=cr o�' au[h��riar uthenvisc� raCidl�� ;;ran[ed or ��esiccl."
I, L]a��m M. Ct11oF'ns. AssisLan[ S�crefary ofFC:�FRAf. I�SUftrlV(; E CO�1PA��'1',1�ICILr1AT IASGR:�NCE C(3�A�{P,4��1', anc! 1�.�1CiFIC ItiBf;YlV1'i'1' COA�I!'rlAY (ihc "Cpmpanics"} do here6y
ccrttly CiI�C
(i) the foregoin�; Keso]uiioi�s adopted Uy the [3oard ol'nlrectars od rhe Coi3ipaiiies are truc, correet �nd in I'ull Fnrce ;ind efl'ece,
(ii) �he faregoing Po�+�cr oL4ttorne�- is true, mrrec� and in f�nll force and effect.
Givenm7der�nphandandsealsof'saiclCompaniesarR'iiitehouseScttion.i\'J.Ehis 21st day of No�ember, 2024.
���"�E �'` �� �i� �c�:U����l. ��•-t�1t.�
� �� ���,r
��n,«,,. ��,�� ��;v:�:i� al ::€il��r:r_ 1•r:�,[:ini h,.,�rcE:�r�
I:A'I'E IL: €:A�liN'1' YOU 51'1511'P6 VvKlf1"fk IG AGI'I IEN'!'ICI'1'1' ill''I'1115 ESq�A'p pR NO'1'IFS US {)P:W 1' f) I'I IGI: �IA'I'I'�:R, I'LGASI.4 Cpfv'!'AC'I' U5,1'Pr
- —— �1'elephnne f9D9] 903- 3493 Pe�' (905I �03- 3(i�(i c�n7NEP, 5i�rei �Cnchubhcuin
FE�- VIG-PI {rev. OB-18)
00 43 37
VENDOR COMPLIANGE 70 STATE LAW
Page 1 of 1
5ECT10N DO 43 37
VENDOR COMPLIAiVCE TO STATE LAW NON RESIDENT BIDDER
T�xas Go�ernment Code Chap#er 2252 was adopted for the award of contracts to nonresident bidders. This law
provid�s that, in order to be awarded a contract as low bidder, nonresident bidders (out-of-state contractors
whose corporate offices or principal place of business are ou#side the State of Texas) bid projects for
construction, impro�ements, supplies or services in Texas at an amount lower than the lowes# Texas resident
bidder by the same amount that a Texas resident bidder would be required io underbid a nonresident bidder in
order to obtain a comparable contract in the State which the nonresident's principal piace of business is lacat�d.
The appropriate ialanks in Section A must be filled out by all nonresident bidders in order for your bid to meet
specifications. The failure of nonresident bidders to do sa will automatically disgualify that bidder. Resident
bidders must check the box in Section B.
A. Nonresident bidders in Ehe State of , our principal place of business,
are required to be percent lower than resident f�idders by Siate Law. A copy of the
statute is attached.
Nonresident bidders in tF�e 5tate af , our principal place of business,
are not required to underbid resident �idders.
B. ihe principai place of business of our company or our parent company or majority owner is
in the State of Texas. I�
BIDDER:
Woody Contractors, Inc.
650 Tower Dr
Kennedale, TX 76060
817-483-4787
By: Troy Waody
( ture)
twoodv2020f�aol.com
Title: President
Date: � ,� ` a �
END OF SECTION
CITY OF FORT WORTH
STAN�ARD CONSTRUCTION SPECIFICATION DDCUMENTS
Revised 913pI2021
00 41 00 8fd Proposal Workbook Addendum 2
00 45 11 - 1
BIDDERS PREQUALIFICATIONS
Page 1 of 3
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised August 13, 2021
SECTION 00 45 11 1
BIDDERS PREQUALIFICATIONS 2
3
1. Summary. A Bidder or their designated subcontractors are required to be prequalified or 4
have applied for prequalification by the City for the work types requiring prequalification 5
prior to submitting bids. To be considered for award of contract the Bidder must submit 6
Section 00 45 12, PREQUALIFICATION STATEMENT for the work type(s) listed with 7
their Bid. Any contractor or subcontractor who is not prequalified for the work type(s) listed 8
must submit Section 00 45 13, PREQUALIFICATION APPLICATION in accordance with 9
the requirements below. The information must be submitted seven (7) days prior to the 10
date of the opening of bids. Subcontractors must follow the same timelines as contractors 11
for obtaining prequalification review. Bidders or Subcontractors who are not prequalified at 12
the time bids are opened and reviewed may cause the bid to be rejected. 13
14
15
The prequalification process will establish a bid limit based on a technical evaluation and 16
financial analysis of the contractor. For example, a contractor wish ing to submit bids on 17
projects to be opened on the 7th of April must file the information by the 31st day of March 18
in order to eligible to work on these projects. In order to facilitate the approval of a Bidder’s 19
Prequalification Application, the following must accompany the submission. 20
a. A complete set of audited or reviewed financial statements. 21
(1) Classified Balance Sheet 22
(2) Income Statement 23
(3) Statement of Cash Flows 24
(4) Statement of Retained Earnings 25
(5) Notes to the Financial Statements, if any 26
b. A certified copy of the firm’s organizational documents (Corporate Charter, Articles 27
of Incorporation, Articles of Organization, Certificate of Formation, LLC 28
Regulations, and Certificate of Limited Partnership Agreement). 29
c. A completed Bidder Prequalification Application. 30
(1) The firm’s Texas Taxpayer Identification Number as issued by the Texas 31
Comptroller of Public Accounts. To obtain a Texas Taxpayer Identification 32
number visit the Texas Comptroller of Public Accounts online at the 33
following web address www.window.state.tx.us/taxpermit/ and fill out the 34
application to apply for your Texas tax ID. 35
(2) The firm’s e-mail address and fax number. 36
(3) The firm’s DUNS number as issued by Dun & Bradstreet. This number 37
is used by the City for required reporting on Federal Aid projects. The DUNS 38
number may be obtained at www.dnb.com. 39
d. Resumes reflecting the construction experience of the principles of the firm for firms 40
submitting their initial prequalification. These resumes should include the size and 41
scope of the work performed. 42
e. Other information as requested by the City. 43
44
2. Prequalification Requirements 45
a. Financial Statements. Financial statement submission must be provided in 46
accordance with the following: 47
(1) The City requires that the original Financial Statement or a certified copy 48
be submitted for consideration. 49
00 45 11 - 2
BIDDERS PREQUALIFICATIONS
Page 2 of 3
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised August 13, 2021
(2) To be satisfactory, the financial statements must be audited or reviewed 1
by an independent, certified public accounting firm registered and in 2
good standing in any state. Current Texas statues also require that 3
accounting firms performing audits or reviews on business entities within 4
the State of Texas be properly licensed or registered with the Texas State 5
Board of Public Accountancy. 6
(3) The accounting firm should state in the audit report or review whether 7
the contractor is an individual, corporation, or limited liability company. 8
(4) Financial Statements must be presented in U.S. dollars at the current rate 9
of exchange of the Balance Sheet date. 10
(5) The City will not recognize any certified public accountant as 11
independent who is not, in fact, independent. 12
(6) The accountant’s opinion on the financial statements of the contracting 13
company should state that the audit or review has been conducted in 14
accordance with auditing standards generally accepted in the United 15
States of America. This must be stated in the accounting firm’s opinion. 16
It should: (1) express an unqualified opinion, or (2) express a qualified 17
opinion on the statements taken as a whole. 18
(7) The City reserves the right to require a new statement at any time. 19
(8) The financial statement must be prepared as of the last day of any month, 20
not more than one year old and must be on file with the City 16 months 21
thereafter, in accordance with Paragraph 1. 22
(9) The City will determine a contractor’s bidding capacity for the purposes 23
of awarding contracts. Bidding capacity is determined by multiplying the 24
positive net working capital (working capital = current assets – current 25
liabilities) by a factor of 10. Only those statements reflecting a positive 26
net working capital position will be considered satisfactory for 27
prequalification purposes. 28
(10) In the case that a bidding date falls within the time a new financial 29
statement is being prepared, the previous statement shall be updated with 30
proper verification. 31
b. Bidder Prequalification Application. A Bidder Prequalification Application must be 32
submitted along with audited or reviewed financial statements by firms wishing to be 33
eligible to bid on all classes of construction and maintenance projects. Incomplete 34
Applications will be rejected. 35
(1) In those schedules where there is nothing to report, the notation of 36
“None” or “N/A” should be inserted. 37
(2) A minimum of five (5) references of related work must be provided. 38
(3) Submission of an equipment schedule which indicates equipment under 39
the control of the Contractor and which is related to the type of work for 40
which the Contactor is seeking prequalification. The schedule must 41
include the manufacturer, model and general common description of 42
each piece of equipment. Abbreviations or means of describing 43
equipment other than provided above will not be accepted. 44
45
3. Eligibility for Award of Contract 46
a. The City shall be the sole judge as to a contractor ’s prequalification. 47
b. The City may reject, suspend, or modify any prequalification for failure by the 48
contractor to demonstrate acceptable financial ability or performance. 49
c. The City will issue a letter as to the status of the prequalification approval. 50
00 45 11 - 3
BIDDERS PREQUALIFICATIONS
Page 3 of 3
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised August 13, 2021
d. If a contractor has a valid prequalification letter, the contractor will be eligible to 1
perform the prequalified work types until the expiration date stated in the letter. 2
3
4
5
6
7
END OF SECTION 8
9
0045 t2
PREQUALIFICATlO�i STATEMENT
Page 1 0� 1
SECTION 00 45 12
PREQUALIFICATION STATEMENT
Each Bidder for a City procurement is required to comple#e the infiormation below by identifying the prequaliiiec€
contractors andlor subcantractors whom they intend to utilize for the major work type(s) listed.
Major Work 7ype ContractorlSubcontractor Company €Varrse Prequalification
Expiration Date
Water Qistrbution, Urban and
Renewal, 12-inch diameter and Woody Contractors, Inc. 413012Q25
smaller
Sewer Collection System,
UrbanlRenewal, 8-inches and Woody Con#racfors, Inc. 4�30/2fl25
smaller
ManholelStructure lnterior Madero Engineers, Architects & Constructors, LLC 413 012 0 2 5
Lining � Warren or Chesterton
Asphalt Paving Reconstruction
(15,Q00 sqaure yards and Stabile & Winn, Inc. 9/3Q12026
GREATER)
The undersigned hereby certifies that the contractors andlor subcontractors described in the table above are
currently prequalifiied for the work types listed.
BIbDER:
��p�y 't�p,�-�-r' aG�rS � ll'1 C •
b5a Tbwe.� �f
'�,�tn2daEe�—T'x 7fop�°
�l'i- ��3� `�'��7
-�wood,� aQ�o � aol, cow�
By: �`resy vJoody _!
{Sign�
Titie: �r� S � �� �'
Date: ��' S ` a-�'
CiTY dF FORT WORTFi
STAN�ARD CONSTRUCTION SPECIFICATION �OCUMENTS
Revised 0913D1202�
END OF SECTION
Water Saniiary Sewer Replacement Contract2029, W5M-T
CPN 104884
SECTION 00 45 13
PREQUALIFICATION APPLICATION
Date of Balance Sheet ,
Mark only one:
Individual
Limited Partnership
General Partnership
Name under which you wish to qualify
Corporation
Limited Liability Company
Post Office Box City State Zip Code
Street Address (required) City State Zip Code
( ) ( )
Telephone Fax Email
Texas Taxpayer Identification No.
Federal Employers Identification No.
DUNS No. (if applicable)
Email/mail this questionnaire along with financial statements to the appropriate group below. A separate
submittal is required for water/sewer, paving, and lighting:
Work Category – Water Dept - Water/sewer Work Category – TPW Paving Work Category – TPW Ped/Rdwy Lighting
john.kasavich@FortWorthTexas.gov Alicia.Garcia@fortworthtexas.gov clint.hoover@fortworthtexas.gov
Fort Worth Water Department Engineering and
Fiscal Services Division 200 Texas St. Fort
Worth, TX 76102
City of Fort Worth Transportation and Public
Works Dept. 8851 Camp Bowie West Blvd. Fort
Worth, Texas 76116 Attn: Alicia Garcia
City of Fort Worth TPW Transportation
Management Attn: Clint Hoover, P.E. 5001
James Ave. Fort Worth, TX 76115
*Financial Statements must be mailed. Mark the envelope: “Bidder Prequalification Application”
00 45 13 - 2
BIDDER PREQUALIFICATION APPLICATION
Page 2 of 10
CITY OF FORT WORTH Water & Sanitary Sewer Replacement Contract 2021, WSM-T
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104880
Revised August 13, 2021
BUSINESS CLASSIFICATION
The following should be completed in order that we may properly classify your firm:
(Check the block(s) which are applicable – Block 3 is to be left blank if Block 1 and/or Block 2 is checked)
Has fewer than 100 employees
and/or
Has less than $6,000,000.00 in annual gross receipts
OR
Does not meet the criteria for being designated a small business as provided in Section
2006.001 of the Texas Government Code.
The classification of your firm as a small or large business is not a factor in determining eligibility to become
prequalified.
Select major work categories for which you would like to be prequalified (City may deem you are not
qualified for selected category or may approve you at a lesser size/length and maximum size may
not be listed specifically under a major work category):
MAJOR WORK CATEGORIES
Water Department
Augur Boring - 24-inch diameter casing and less
Augur Boring - Greater than 24-inch diameter casing and greater
Tunneling – 36-Inches – 60 –inches, and 350 LF or less
Tunneling - 36-Inches – 60 –inches, and greater than 350 LF
Tunneling – 66” and greater, 350 LF and greater
Tunneling – 66” and greater, 350 LF or Less
Cathodic Protection
Water Distribution, Development, 8-inch diameter and smaller
Water Distribution, Urban and Renewal, 8-inch diameter and smaller
Water Distribution, Development, 12-inch diameter and smaller
Water Distribution, Urban and Renewal, 12-inch diameter and smaller
Water Transmission, Development, 24-inches and smaller
Water Transmission, Urban/Renewal, 24-inches and smaller
Water Transmission, Development, 42-inches and smaller
Water Transmission, Urban/Renewal, 42-inches and smaller
Water Transmission, Development, All Sizes
Water Transmission, Urban/Renewal, All Sizes
Sewer Bypass Pumping, 18-inches and smaller
Sewer Bypass Pumping, 18-inches – 36-inches
Sewer Bypass Pumping 42-inches and larger
CCTV, 8-inches and smaller
CCTV, 12-inches and smaller
CCTV, 18-inches and smaller
00 45 13 - 3
BIDDER PREQUALIFICATION APPLICATION
Page 3 of 10
CITY OF FORT WORTH Water & Sanitary Sewer Replacement Contract 2021, WSM-T
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104880
Revised August 13, 2021
CCTV, 24-inches and smaller
CCTV, 42-inches and smaller
CCTV, 48-inches and smaller
MAJOR WORK CATEGORI ES, CONTI NUED
Sewer CIPP, 12-inches and smaller
Sewer CIPP, 24-inches and smaller
Sewer CIPP, 42-inches and smaller
Sewer CIPP, All Sizes
Sewer Collection System, Development, 8-inches and smaller
Sewer Collection System, Urban/Renewal, 8-inches and smaller
Sewer Collection System, Development, 12-inches and smaller
Sewer Collection System, Urban/Renewal, 12-inches and smaller
Sewer Interceptors, Development, 24-inches and smaller
Sewer Interceptors, Urban/Renewal, 24-inches and smaller
Sewer Interceptors, Development, 42-inches and smaller
Sewer Interceptors, Urban/Renewal, 42-inches and smaller
Sewer Interceptors, Development, 48-inches and smaller
Sewer Interceptors, Urban/Renewal, 48-inches and smaller
Sewer Pipe Enlargement 12-inches and smaller
Sewer Pipe Enlargement 24-inches and smaller
Sewer Pipe Enlargement, All Sizes
Sewer Cleaning , 24-inches and smaller
Sewer Cleaning , 42-inches and smaller
Sewer Cleaning , All Sizes
Sewer Cleaning, 8-inches and smaller
Sewer Cleaning, 12-inches and smaller
Sewer Siphons 12-inches or less
Sewer Siphons 24-inches or less
Sewer Siphons 42-inches or less
Sewer Siphons All Sizes
Transportation Public Works
Asphalt Paving Construction/Reconstruction (LESS THAN 15,000 square yards)
Asphalt Paving Construction/Reconstruction (15,000 square yards and GREATER)
Asphalt Paving Heavy Maintenance (UNDER $1,000,000)
Asphalt Paving Heavy Maintenance ($1,000,000 and OVER)
Concrete Paving Construction/Reconstruction (LESS THAN 15,000 square yards)
Concrete Paving Construction/Reconstruction (15,000 square yards and GREATER)
Roadway and Pedestrian Lighting
NOTE *There is not a prequalification requirement for installation of concrete sidewalk, curb & gutter,
driveways, and panel replacement, only concrete paving
00 45 13 - 4
BIDDER PREQUALIFICATION APPLICATION
Page 4 of 10
CITY OF FORT WORTH Water & Sanitary Sewer Replacement Contract 2021, WSM-T
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104880
Revised August 13, 2021
1. List equipment you do not own but which is available by renting
DESCRIPTION OF EQUIPMENT NAME AND DETAILED ADDRESS OF OWNER
2. How many years has your organization been in business as a general contractor under your present
name?
List previous business names:
3. How many years of experience in construction work has your organization
had:
(a) As a General Contractor: (b) As a Sub-Contractor:
4. *What projects has your organization completed in Texas and elsewhere?
CONTRACT
AMOUNT
CLASS
OF
WORK DATE
COMPLETED
LOCATION
CITY-
COUNTYSTATE
NAME AND DETAILED
ADDRESS OF OFFICIAL TO
WHOM YOU REFER
*If requalifying only show work performed since last statement.
5. Have you ever failed to complete any work awarded to you?
If so, where and why?
6. Has any officer or owner of your organization ever been an officer of another organization that failed
to complete a contract?
If so, state the name of the individual, other organization and reason.
00 45 13 - 5
BIDDER PREQUALIFICATION APPLICATION
Page 5 of 10
CITY OF FORT WORTH Water & Sanitary Sewer Replacement Contract 2021, WSM-T
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104880
Revised August 13, 2021
7. Has any officer or owner of your organization ever failed to complete a contract executed in his/her
name?
If so, state the name of the individual, name of owner and reason.
8. In what other lines of business are you financially interested?
9. Have you ever performed any work for the City?
If so, when and to whom do you refer?
10. State names and detailed addresses of all producers from whom you have purchased principal materials
during the last three years.
NAME OF FIRM OR COMPANY DETAILED ADDRESS
11. Give the names of any affiliates or relatives currently debarred by the City. Indicate your relationship
to this person or firm.
00 45 13 - 6
BIDDER PREQUALIFICATION APPLICATION
Page 6 of 10
CITY OF FORT WORTH Water & Sanitary Sewer Replacement Contract 2021, WSM-T
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104880
Revised August 13, 2021
12. What is the construction experience of the principal individuals in your organization?
NAME
PRESENT
POSITION OR
OFFICE YEARS OF
EXPERIENCE
MAGNITUDE
AND TYPE OF
WORK IN WHAT
CAPACITY
13. If any owner, officer, director, or stockholder of your firm is an employee of the City, or shares the
same household with a City employee, please list the name of the City employee and the relationship.
In addition, list any City employee who is the spouse, child, or parent of an owner, officer, stockholder,
or director who does not live in the same household but who receives care and assistance from that
person as a direct result of a documented medical condition. This includes the foster children or those
related by adoption or marriage.
00 45 13 - 7
BIDDER PREQUALIFICATION APPLICATION
Page 7 of 10
CITY OF FORT WORTH Water & Sanitary Sewer Replacement Contract 2021, WSM-T
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104880
Revised August 13, 2021
CORPORATION BLOCK PARTNERSHIP BLOCK
If a corporation: If a partnership:
Date of Incorporation State of Organization
Charter/File No. Date of organization
President
Vice Presidents
Is partnership general, limited, or registered limited
liability partnership?
File No. (if Limited Partnership)
General Partners/Officers
Secretary
Treasurer
Limited Partners (if applicable)
LIMITED LIABILITY COMPANY BLOCK
If a corporation:
State of Incorporation
Date of organization
Individuals authorized to sign for Partnership
File No.
Officers or Managers (with titles, if any)
Except for limited partners, the individuals listed in the blocks above are presumed to have full
signature authority for your firm unless otherwise advised. Should you wish to grant signature
authority for additional individuals, please attach a certified copy of the corporate resolution,
corporate minutes, partnership agreement, power of attorney or other legal documentation which
grants this authority.
00 45 13 - 8
BIDDER PREQUALIFICATION APPLICATION
Page 8 of 10
CITY OF FORT WORTH Water & Sanitary Sewer Replacement Contract 2021, WSM-T
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104880
Revised August 13, 2021
14. Equipment $_______________
TOTAL
Similar types of equipment may be lumped together. If your firm has more than 30 types of equipment, you
may show these 30 types and show the remainder as "various". The City, by allowing you to show only 30
types of equipment, reserves the right to request a complete, detailed list of all your equipment.
The equipment list is a representation of equipment under the control of the firm and which is related to
the type of work for which the firm is seeking qualification. In the description include, the manufacturer,
model, and general common description of each.
ITEM QUANTITY ITEM DESCRIPTION
BALANCE SHEET
VALUE
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
00 45 13 - 9
BIDDER PREQUALIFICATION APPLICATION
Page 9 of 10
CITY OF FORT WORTH Water & Sanitary Sewer Replacement Contract 2021, WSM-T
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104880
Revised August 13, 2021
18
19
20
21
22
23
24
25
26
27
28
29
30
Various-
TOTAL
00 45 13 - 10
BIDDER PREQUALIFICATION APPLICATION
Page 10 of 10
CITY OF FORT WORTH Water & Sanitary Sewer Replacement Contract 2021, WSM-T
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104880
Revised August 13, 2021
BIDDER PREQUALIFICATION AFFIDAVIT
STATE OF
COUNTY OF
The undersigned hereby declares that the foregoing is a true statement of the financial condition of the entity
herein first named, as of the date herein first given; that this statement is for the express purpose of inducing
the party to whom it is submitted to award the submitter a contract; and that the accountant who prepared
the balance sheet accompanying this report as well as any depository, vendor or any other agency herein
named is hereby authorized to supply each party with any information, while this statement is in force,
necessary to verify said statement.
_______________________________________________, being duly sworn, deposes and says that he/she
is the __________________________________ of ___________________________, the entity described
in and which executed the foregoing statement that he/she is familiar with the books of the said entity
showing its financial condition; that the foregoing financial statement taken from the books of the said entity
as of the date thereof and that the answers to the questions of the foregoing Bidder Prequalification
Application are correct and true as of the date of this affidavit.
Firm Name:
Signature:
Sworn to before me this day of ,
Notary Public
Notary Public must not be an officer, director, or stockholder or relative thereof.
0o as z6 - �
CONTRACTOR COMPLIANCE W1TH WORKER'S COMPENSATION LAV✓
Page 1 of 1
2
3
4
5
6
7
8
9
]0
11
12
13
14
15
16
17
18
19
20
2]
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
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. 105177. Contractor further certifies that, pw�suant to Texas Labor Code, Section
406.096(b), as amended, it will provide to City its subcontractar's certificates of compliance with
worker's compensation coverage.
CONTRACTOR:
�Oo4��:�n �a l�(5 �Jl �-, By:
Company
�() Tnwe� pr; � s�gr
Address
K�enr� �,����� ���d �
City/State/Zip
THE STATE OF TEXAS §
COUNTY OF TARRANT §
Title: �(L �j��� /�,'�
(Please Print)
BEFORE ME, the undersigned authority, on this day personally appeared
T/'!J �'1 �/✓�OQ y�, �n , known to me to be the peison whose name is
subscribed to t e foregoin ' strument, and acknowledged to me that he/she executed the same as
the act and deed of �Q�d,,�, Gq���S ,kn L for the purposes and
consideration therein expressed a�the capac�ty therein stated.
GIVEN LJNDER MY HAND AND SEAL OF OFFICE this �h day of
�Szip� , 20�'.
No ry P b' in and for the State of Texas
�►�
4��-� �V
ro �i� LUT A RAVELO
•.��'�1�• N� �Ifc. � of T�x�s
�4., , +. ��m�0^��►y ND OF SECTION
'"%��x`i�ii`� � �=. 2027
�T� �� �,2680410-0
CITY OF FORT WpRTH Water & Sanitary Sewer Replacement Contract 2021, WSM-T
STANDARD CONSTRUCT]ON SPECIFICATION DOCUMENTS CPN 1048gp
Revised July 1, 2011
00 45 40 - 1
Business Equity Goal
Page 1 of 2
CITY OF FORT WORTH Water & Sanitary Sewer Replacement Contract 2021, WSM-T
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104880
Revised June 7, 2024
SECTION 00 45 40 1
Business Equity Goal 2
APPLICATION OF POLICY 3
If the total dollar value of the contract is $100,000 or more, then a Business Equity goal is applicable. 4
A Business Equity Firm refers to certified Minority-, and/or Women-, owned Business Enterprises 5
(M/WBEs). 6
7
POLICY STATEMENT 8
It is the policy of the City of Fort Worth to ensure the full and equitable participation of Business Equity 9
Firms when applicable, in the procurement of all goods and services. All requirements and regulations 10
stated in the City’s Business Equity Ordinance No.25165-10-2021, (replacing Ordinance No. 24534-11-11
2020 (codified at: https://codelibrary.amlegal.com/codes/ftworth/latest/ftworth_tx/0-0-0-22593) apply to 12
this bid. 13
14
BUSINESS EQUITY PROJECT GOAL 15
The City's Business Equity goal on this project is 14.12% of the total bid value of the contract (Base bid 16
applies to Parks and Community Services). 17
18
METHODS TO COMPLY WITH THE GOAL 19
On City contracts where a Business Equity Goal is applied, offerors are required to comply with the City's 20
Business Equity Ordinance by meeting or exceeding the above stated goal or otherwise comply with the 21
ordinance through one of the following methods: 1. Commercially useful services performed by a 22
Business Equity prime contractor, 2. Business Equity subcontracting participation, 3. Combination 23
of Business Equity prime services and Business Equity subcontracting participation, 4. Business 24
Equity Joint Venture/Mentor-Protégé participation, 5. Good Faith Effort documentation, or 6. Prime 25
contractor Waiver documentation. 26
27
SUBMITTAL OF REQUIRED DOCUMENTATION 28
Applicable documents (listed below) must be submitted electronically with the other required bidding 29
documents at the time of the bid under the respective Project via the Procurement Portal: 30
https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities 31
OR received no later than 2:00 p.m., on the third City business day after the bid opening date, 32
exclusive of the bid opening date with the respective Project via the Procurement Portal by 33
responding to the message sent within Bonfire to all the bidders. It is highly encouraged that bidders 34
submit required documentation at the time of bid submission. 35
36
The Offeror must submit one or more of the following documents: 37
1. Utilization Form and Letter(s) of Intent, if the goal is met or exceeded; 38
2. Letter of Intent, for all M/WBE Subcontractors; 39
3. Good Faith Effort Form and Utilization Form, including supporting documentation, if 40
participation is less than stated goal, or no Business Equity participation is accomplished; 41
4. Prime Contractor Waiver Form, including supporting documentation, if the Offeror will perform 42
all subcontracting/supplier opportunities; or 43
5. Joint Venture/Mentor-Protégé Form, if goal is met or exceeded with a Joint Venture or Mentor-44
Protégé participation. 45
46
These forms can be accessed at: 47
Business Equity Utilization Form and Letter of Intent 48
00 45 40 - 2
Business Equity Goal
Page 2 of 2
CITY OF FORT WORTH Water & Sanitary Sewer Replacement Contract 2021, WSM-T
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104880
Revised June 7, 2024
https://apps.fortworthtexas.gov/ProjectResources/ResourcesP/60 - MWBE/Business Equity Utilization 1
Form_DVIN 2022 220324.pdf 2
3
Letter of Intent 4
https://apps.fortworthtexas.gov/ProjectResources/ResourcesP/60 - MWBE/Letter of Intent_DVIN 5
2021.pdf 6
7
Business Equity Good Faith Effort Form 8
https://apps.fortworthtexas.gov/ProjectResources/ResourcesP/60 - MWBE/Good Faith Effort 9
Form_DVIN 2022.pdf 10
11
Business Equity Prime Contractor Waiver Form 12
https://apps.fortworthtexas.gov/ProjectResources/ResourcesP/60 - MWBE/MWBE Prime Contractor 13
Waiver-220313.pdf 14
15
Business Equity Joint Venture Form 16
https://apps.fortworthtexas.gov/ProjectResources/ResourcesP/60 - MWBE/MWBE Joint 17
Venture_220225.pdf 18
19
20
FAILURE TO ACHIEVE THE GOAL OR OTHERWISE COMPLY WITH THE ORDINANCE WILL 21
RESULT IN THE BIDDER/OFFEROR BEING DECLARED NON-RESPONSIVE AND THE BID 22
REJECTED. 23
24
25
FAILURE TO SUBMIT THE REQUIRED BUSINESS EQUITY DOCUMENTATION OR OTHERWISE 26
COMPLY WITH THE ORDINANCE WILL RESULT IN THE BID BEING DECLARED NON-27
RESPONSIVE, THE BID REJECTED AND MAY SUBJECT THE BIDDER/OFFEROR TO SANCTIONS 28
AS DESCRIBED IN SEC. 20-373 OF THE ORDINANCE. 29
30
For Questions, Please Contact the Business Equity Division of the Access and Opportunity Services 31
Department at (817) 392-2674. 32
END OF SECTION 33
34
00 52 43 - 1
Agreement
Page 1 of 6
SECTION 00 52 43
AGREEMENT
THIS AGREEMENT, authorized on o ��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 _Woody Contractors, 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 foi�th, 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:
Water & Sanitary Sewer Replacement Contract 2021. WSM-T
Article 3. CONTRACT PRICE
City agrees to pay Conh�actor for performance of the Work in accordance with the Contract
Documents an amount, in current funds, of One million three hundred fortv thousand ninet�
seven Dollars and fifty-seven cents ($1,340,097.57LContract 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 180 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 l2 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 fi�om 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 eight hundred forty
Dollars ($840.00) 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 Water & Sanitary Sewer Replacement Contract 2021, WSM-T
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104880
Revised December 8, 2023
00 52 43 - 2
Agreement
Page 2 of 6
CITY OF FORT WORTH Water & Sanitary Sewer Replacement Contract 2021, WSM-T
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104880
Revised December 8, 2023
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 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.
00 52 43 - 3
Agreement
Page 3 of 6
CITY OF FORT WORTH Water & Sanitary Sewer Replacement Contract 2021, WSM-T
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104880
Revised December 8, 2023
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 any 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.
00 52 43 - 4
Agreement
Page 4 of 6
CITY OF FORT WORTH Water & Sanitary Sewer Replacement Contract 2021, WSM-T
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104880
Revised December 8, 2023
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.
00 52 43 - 5
Agreement
Page 5 of 6
CITY OF FORT WORTH Water & Sanitary Sewer Replacement Contract 2021, WSM-T
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104880
Revised December 8, 2023
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.
00 52 ={3 - 6
Agreement
Page 6 of 6
IN WITNESS WHEREOF, City and Contractot• have each executed this Agreement to be effective
as of the date subsci•ibed by the City's designated Assistant City Managei• ("�ffective Date").
Contractor:
By: � �
� ,�
ignatur
�
�ro �n l 00
(Printed Name
��������
Tltle
�J�� � 4 U��� f�0� v'�s
Address
V%r� �¢ �o� � � ��06%�
City/State/Zip
City of Fort Worth
By: �
William Johnson (F b 19, 2025 1252 CST)
William M. Johnson
Assistant City Manager
02/19/2025
Date
Attest: ��� � ��
i�
Jannette Goodall, City Secretary
(Seal)
�a- f I 3 j��
Date
M&C: 25-0103
Date: February 11, 2025
a� FORT°�aa
o,O,a o9-� 0
tio
P *�� d
aandnaezpsd4
Contract Coinpliance Manager:
By signing, I a�knowledge that I am the person
responsible for the monitot�ing and
administration of this contract, including
ensuring all performance and reporting
t�equirements.
� 4. �7�L ia��K�
Clayton M. Torrance, P.E.
Professional Engineer
Approved as t�� and Legality:
Douglas ¢lack (Feb 18, 2025 13:44 CST)
Douglas W. Black
Sr. Assistant City Attot�ney
APPROVAL RECOMMENDED:
C�l�I�T�D,��IG�Y tfGi�G%Y
Christopher Har er (Feb 18, 2075 08:37 CST)
Chris Harder, Director,
Water Department
CITY OF FORT WORTH Water & Sanitary Sewer Replacement Contract 2021, WSM-T
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104880
Revised December 8, 2023
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
00 61 13 - I
Pf RFOKNIiWC�: BOND
Pagc I oF2
Bond No. K40202195
I
2
3
4
5
6
7
8
9
IO
ll
THE STATE OF TEXAS
COUNTY OF TARRANT
That we, Wo
SECTION 00 61 13
PERFORNIANCE BOND
.
Contractors. Inc.
KNOW ALL BY THESE PRESENTS:
1<nown as `°P��incipal" herein
and Vipilant [ns��rance Company , a corporate surety(s�u�eties, if more than one)
duly authorized to do business in the State of Texas, Icnown as "Sw•ery" herein (whether one or
�more), ace 11e1d and firmly bound unto the City of Fort Wocth, a m�inicipal cocporation created
I? pucsuant to the laws of TeYas, known as "City" herein, in the penal s�nn of, One Million, Thi•ee
13 H�mdred Fo��ty Thousand, Ninety-Seven Dollacs & Fifty-Seven Cents Dollars ($1,340,097.57),
14 lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas for the pay�nent
I S of which sum well and truly to be made, we bind ourselves, o�u� heirs, e;cecutors, administcators,
16 successors and assigns, jointly and severally, firmly by these presents.
17 WHEREAS, the Principal has entered into a certain written contract with the City awarded
18 the � day of Qi����' , 20,� which Contcact is heceby referred to and made a part
19 heceof for all purposes as if fully set fo►-th herein, to furnish all materials, equipment labor and othec
20
?�
2?
accessories defined by law, in the prosecution of the Worl<, including any Change Orders, as
provided for in said Contract designated as Water & Sanitai.y Sewer Replacement Contract 2021,
WSM-T, CPN 104880.
23 NOW, THEREFORE, the condition of this obligation is such that if the said Pi•incipal
24 shall faithfully perfocm it obligations under the Contcact and shall in all respects duly and faithfully
25 perfo�7n the Work, incl�iding Change Orders, �inder the Contract, according to the plans,
26 specifications, and contract documents therein ceferred to, and as well during any period of
27 extension of the Contract that may be granted on the part of the City, then this obligation shall be
?g
29
30
31
and become null and void, otherwise to remain in full force and effect.
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.
CITY OP FORT WORTH Water & Sanitary Sewer Replacement Contract 2021, WSNI= C
STANDARD CONSTRUCTION SPECII'ICATION DOCUIvIENTS CPN 104830
Revised December 8. 2023
0061 13-2
P6RPORNIA�CL: [30ND
Page 2 0l'2
Bond No. K�40202195
This bond is made and executed in compliance with the provisions of Chaptec 2253 of the
�
3
TeYas Government Code, as amended, and all liabilities on this bond shall be determined in
accordance with the provisions of said statue.
4 IN WITNESS WHEREOF, the Principal and the S�u�ety have SIGNED and SEALED this
5 instr�unent by duly autho�•ized agents and officers on this the � day of � 20o�j
6
7
8
9
10
11
13
13
14
15
16
17
18
19
20
?�
��
?3
?4
25
26
�7
28
29
30
3l
32
33
34
35
36
37
38
39
40
41
42
43
ATTE . �R
(Princi al) Secretary
�
(__ �
a- ,
Witn Principal
��� �' ' � r:l.,� (G� t,
, �
Witnes`� rety Elizabeth Gray
PRINCIPAL:
WOODY CONTRACTORS, [NC.
� /���/
�
AI ���r , ' /.
. -
Addcess: 650 Tower Drive
Kennedale, TX 76060
SURETY:
VIGILANT INSURANCE CONIPANY
.�
BY: �>
Signature
Kyle W. Sweenev, Attocney-in-Fact
Name and Title
Address: 5400 LBJ Frwv, Suite 600
Dallas, TX 75240
Telephone Number: 214-754-0777
Email Address: suret a,chubb.com
*Note: If signed by an officei• of the S�irety Coinpany, there must be on file a certified eYtract
from the by-laws showing that this person has authority to sign such obligation. If
Surety's physical address is different from its mailing addcess, both must be provided.
The date of the bond sha(1 not be prioc to the date the Contract is awarded.
CITY OF POR"I' WORTH Water & Sanitary Sewer Replacement Convact 2021. WSNI-T
STANDARD CONS'I RUCI lON SPF.CIFICATION DOCUN16Nl S CPN 104380
Rcvised December S. 2023
0061 11- I
PAYiVIIiN"f [30ND
Page I of2
Bond No. K40202195
I
?
3
4
5
6
THE STATE OF TEXAS
COUNTY OF TARRANT
SECTION 00 61 14
PAYMENT BOND
§
§ KNOW ALL BY THESE PRESENTS:
§
7 That we, Woody Contractors, Inc. , lcnown as "Principal" herein,
8 and Vi�ilant Insucance Co�npany , a corporate s�u-ety (s�n-eties), duly
9 a�ithocized to do business in the State of Teras, I<nown as "S�u�ety" herein (whether one or more),
10 ace held and firmly bound unto the City of Fort Wocth, a municipal co�•poration created p�u•suant to
1 1 the laws of the State of TeYas, lcnown as '`City" herein, in the penal s�nn of One Million, Three
12 Hundred Forty Thousand, Ninetv-Seven Dollars & Fifty-Seven Cents Dollars ($1,340,097.57),
13 lawf��l money of tl�e United States, to be paid in Fort Worth, Tacrant County, TeYas, for the payment
14 of which sum well and tculy be made, we bind oucselves, ow� heirs, eYecutors, administrators,
15 successors and assigns, jointly and severally, firmly by these presents:
16 WHE�AS, Principal has entered into a certain written Contract with City, awarded the
17 � day of �''� , 20�, which Contract is hereby referred to and made a part hereof
18 for all purposes as if fully set forth herein, to fucnish all materials, equipment, labor and other
19 accessories as defined by law, in the prosecution of the Worlc as provided for in said Contract and
20 designated as Water & Sanita�y Sewer Replacement Conti•act 2021, WSM-T, CPN 104880.
21 NOW, THEREFORE, THE COND[TION OF THIS OBLIGATION is such that if
22 Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in
23 Chapter 2253 of the TeYas Government Code, as a�r�ended) in the prosecution of the Worl< under
24 the Contract, then this obligation shall be and become null and void; otherwise to remain in full
25 force and effect.
26 This bond is made and eYecuted in compliance with the provisions of Chapte�• 2253 of the
27 TeYas Government Code, as amended, and al( liabilities on this bond shall be determined in
28 accordance with the provisions of said statute.
29
CITY OF �ORT WORTH Water & Sanitary Sewer Replacement Contract 2021 _ WSM-"C
Sl'ANDARD CONSTRUCTION SPECIFICATION DOCUNILN'I'S CPN 104330
Revised December 8, 2023
0061 ld-2
PAYNIENT BOND
Page 2 of 2
Bond No. [<40202195
I [N WITNESS WHEREOF, the Pcincipal and Surety have each SIGNED and SEALED
2 this instr�nnent by duly authorized agents and officers on this the 1� day of > i'U�.� , 20�.
3
PRINCIPAL:
WOODY CONTRACTORS, INC.
4
5
6
7
8
9
�
�
ATTEST:
�'/ �
(Principal) Secretaiy
. • �!
Witnes Principal
ATTEST:
1�C..��s�__� �l. "Q�.S�L��
(Surety) Secreta�y Da�vn M. Chloros
C� �� �1; ����'C�� �� rC :( �
k_ '
Wimess as to Surety Elizabeth Gray
BY:
�gnatur
��Q� wood�, - P�,h;��,��
Name d Title
Addcess: 650 Tower Drive
Kennedale, TX 76060
SURETY:
VIGILANT [NSURANCE COMPANY
�
, ,� ,
BY:
S�at�ire `
Kyle W. Sweeney, Attornev-in-Fact
Name and Title
Addcess: 5400 LBJ Frwv, Suite 600
Dallas, TX 75240
Telephone N�nnber: 214-754-0777
Email Address: suretv cr,chubb.com
Note: If signed by an officer of the Surety, there must be on file a certified eYtract from the bylaws
showing that this pei•son has authority to sign such obligation. If Surety's physical addc�ess is
different fi•om 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 FOR"I' WOR'CFI Water & Sanitary Sewer Replaceinent Contract 2021, WSNI-T
STANDARD CONS'1RUCTION SP6CI�ICATION DOCUNIENTS CPN 104880
Revised December 3. 2023
00 61 19 - I
�IAfNTF,N�WCF. ROND
Pagc I of 3
Bond No. I«0202195
1
2
3
�
5
6
7
8
9
10
ll
12
13
14
IS
16
17
18
THE STATE OF TEXAS
COUNTY OF TARRANT
SECTION 00 61 19
MAINTENANCE BOND
§
§ KNOW ALL BY THESE PRESENTS:
§
That we Woodv Contractors, Inc. , Icnown as "Principal" hecein
and Vi�ilant Insurance Co�r�pany , a corporate sucety (s�n•eties, if more than
one) duly authorized to do business in the State of TeYas, known as "Surety" herein (whethec one
or more), ace held and firmly bound unto the City of Fort Worth, a municipal corporation created
pursuant to the laws of the State of Te�as, 1<nown as "City' herein, in the stim of One Million,
Three Hundred Fortv Thousand, Ninety-Seven Dollacs & Fifty-Seven Cents Dollars
($1,340,097.57), lawful money of the United States, to be paid in Fort Worth, Tarrant County,
Texas, foc payment of which sum well and truly be made unto the City and its successor•s, we bind
ourselves, o�u� heirs, eYecutocs, administrators, successors and assigns, jointly and severally, firmly
by these presents.
19 WHEREAS, the Principal has entered into a certain written contract with the City awacded
20 the � day of �, ''� , 20� which Contract is hereby referred to and a made part
21 hereof for all purposes as if fully set forth herein, to furnish all materials, equipment labor and other
22 accessories as deflned by law, in the pr•osecution of the Work, including any Worlc resulting fl�om
23 a duly authorized Change Order (collectively herein, the "Work") as provided for in said contcact
24 and designated as Water & Sanitaiy Sewer Replacement Contcact 2021, WSM-T, CPN ]04880;
25 and
26
27
28
29
30
31
32
33
WHEREAS, Principal binds itself to use such materials and to so construct the Work in
accordance with the plans, specifications and Contract Doc�nnents that the Worlc is and will remain
free from defects in materials or wockmanship for and d�u�ing the period of two (2) years after the
date of Final Acceptance of the Worl< by the Ciry ("Maintenance Period"); and
WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in parrt upon
receiving notice from the City of the need therefo�• at any time within the Maintenance Period.
CITY OF FORT WORTH Water & Sanitary Sewer Replacement Contract 2021, WSNi-T
STANDARD CONSTRUCTION SPLCIPICATION DOCUNIENTS CPN 104830
Revised December 3. 2023
0061 19-2
NIAW"�I�NiWCF: [30ND
Padc 2 of 3
Bond No. K40202195
1
?
3
4
5
6
7
8
9
10
11
I2
13
14
IS
16
t7
18
�'7
zo
IYOW THEREFORE, the condition of this obligation is such that if Principal shall remedy
any defiective Woric, for which timely notice was pcovided by City, to a completion satisfacrocy to
the City, then t11is obligation shall become null and void; otherwise to remain in full force and
effect.
PROVIDED, HOWEVER, if Principal shall fail so to cepair or reconstcuct any timely
noticed defective Work, it is agreed tllat the City may cause any and all such defective Worl< to be
i•epaired and/or reconstructed with all associated costs thereof being borne by the Principal and the
S�u�ety under this Maintenance bond; and
PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in
Tarrant County, Te�as or the United States District Court for the Northecn District of TeYas, Fort
Worth Division; and
PROVIDED FURTHER, that this obligation shall be continuous in nature and successive
�•ecoveries may be had hereon for successive breaches.
CITY OF FOR"C WORTH Water & Sanitary Sewer Replacement Contract 2021. WSNI-T
STANDARD CONSTRUCTION SPL-CIFICAI'ION DOCUNIGNTS CPN IOd380
Reviscd December 3, 2023
0061 19-3
MAW"I�L-:NAVCI-: BOND
Page 3 of'3
Bond No. IC40202195
IN WITNESS WHEREOF, the Principal and the S�u�ety have each SIGNED and SEALED this
insti�ument by duly authorized agents and officers on this the � day of � �Y� �� 20�.
�
5
6
7
s
9
10
Il
��
13
l4
IS
�6
17
18
19
?0
21
?2
23
?4
25
26
?7
?g
29
30
31
32
33
34
35
ATTE
(Pri��cipal) Secretary
--. � / �
y :.. ,
, j . ) �.
Witness P� ncipal
m�'�
ATTEST:
`�;CS�-asr`-Y'�Sl. �.'4'��_QK.�
(Surety) Secretary Dawn NI. Chloros
; �
�.�..+� ��.��.�.:� c_ ���.�,C.,;
Witness as to Surety Elizabeth Gray `�
PRINCIPAL:
WOODY CONTRACTORS, INC.
: ��,�-
��'� "
� �o�, �✓�d�, � P�s,�d�,� �
ame and Ti
Address: 650 Tower Drive
I{ennedale, TX 76060
SURETY:
VIGILANT INSURANCE COVIPANY
BY: �
ignatw�e
Kyle W. Sweenev, Attorney-in-Fact
Name and Title
Address: 5400 LBJ Frwv, Suite 600
Dallas, TX 75240
Telephone Number: 214-754-0777
Email Address: surety�chubb.com
36
37 *Note: If signed by an officer of the S�u•ety Company, there must be on file a certified extract
38 from the by-laws showing that this person has authority to sign such obligation. [f
39 Surety's physical address is diffecent from its mailing address, both must be pcovided.
40 The date of the bond shall not be prior to the date the Contr•act is a�varded.
41
CITY OF �ORT WORTH Water & Sanitary Sewer Replacement Contract 2021, WSNI-T
STANDARD CONSTRUCTION SPECIFICAI'ION DOCUNfGNTS CPN IOd880
2evised Deccmber3.2023
Policyholder Information Notice
IMPORTANT NOTICE
To obtain information or make a complaint
You may call Chubb's toll-free telephone number
for inFormation or to mal<e a complaint at
1-800-36-CHUBB
You may contact the Texas Department of
Insurance to obtain information on companies,
coverages, rights or complaints at
1-800-252-3439
You may write the Texas Department of Insurance
P.O. Box 149104
Austin, TX 7 87 1 4-9 1 04
FAX # (512) 475-1771
Web: http://www.tdi.state.tx.us
E-mail: ConsumerProtection@tdi.state.tx.us
PREMIUM OR CLAIM DISPUTES:
Should you have a dispute concerning your premium
or about a claim you should contact the agent first.
If the dispute is not resolved, you may contact the
Texas Department of Insurance.
ATTACH THIS NOTICE TO YOUR POLICY:
This notice is for information only and does not
become a part or condition of the attached
document.
AVISO IMPORTANTE
Para obtener informacion o para someter una
queja:
Usted puede llamar al numero de telefono gratis
de Chubb's para informacion o para someter una
queja al
1-800-36-CHUBB
Puede comunicarse con el Departamento de
Seguros de Texas para obtener informacion acerca
de companias, coberturas, derechos o quejas al
1-800-252-3439
Puede escribir al Departamento de Seguros de
Texas
P.O. Box 149104
Austin, TX 78714-9104
FAX # (512) 475-1771
Web: http://www.tdi.state.tx.us
E-mail: ConsumerProtection@tdi.state.tx.�is
DISPUTAS SOBRE PRIMAS O RECLAMOS:
Si tiene una disputa concerniente a su prima o a un
reclamo, debe comunicarse con el agente primero.
Si no se resueve la disputa, puede entonces
comunicarse con el departamento (TDI).
UNA ESTE AVISO A SU POLIZA:
Este aviso es solo para proposito de informacion y
no se convierte en parte o condicion del documento
adj unto.
Norm 99-10-0299 (Rev. I-08)
Power of Attorney
Federal Insurance Company � Vigilant [nsurance Company � Pacific Indemnity Company
Know All by These Presents. 'fhat FEDERAL INSURANCE COMPANY, an Indiana corporation. VIGILANT INSURANCE COMPANY, a\ew Yorl: corporation, and pACIFIC
INDEMNITY COMPANY. a 4Visconsin corporation, do cach hereby constitute und appoin� Elizabeth Gray, Charles D. Sweeney, Kyle W. Sweeney and
Michael A. Sweeney of Fort Worth, Texas -------------------------------- ----------------------------------------------------
each as their tnre and lawful Auorney-in-facc [o execuie under such designation in their names and �o affix dieir corpora[e seals to and dcliver For and on [heir behall as surery
thereon or other�vise. bonds and undertal<ings and other wri[ings obligatory in the nature thereof� (other [han bail bonds) given or execured in the cotu'se of business, and an��
instruments amending or al[cring the same. and consen�s to thc modification or altcration of�any insu'ument referred to in said bonds or obligations.
In Witness Whereof, said FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNI7'Y COMPANY have each executed and auested diese
presen[s and aFfixed their corporate seals on �his 16'" day of September, 2019.
1�iC�� �t. l� 51. �'� s�.,�
ftr;;n AI �:hl��rw. A�.i,�:ini�,���rcin�
„"""cF r„"" `�
����'' f� ��
"�:��' ��.�,_
` Md�M�
STATG 0� VE\V J ERSEY
Coun[y of Flunterdon ss
/ ' `-'V,� ��` ���
�t��E�hcn AI Il:ui�-}-1�ic��lht.id,:nt
g�� � �' S� 1
� l��-. �.4 '� S�S
On this 16'h day of'September, 2019, before me, a �ocaiy Public of' Ve�v Jersey, personally came Dawn �L Chloros, to me I:no�vn to be Assistant Secretary ol' PEDGR;\L I\SCR,\VCG
COMPAVI'. VIGILA\T IVSI RAVCL' CO�IPAVI', and PACIFIC 1\'DE�I\ITY CO�IPAVY, [he companies which execu[ed the foregoing Po�ver of Attorney. and the said Da�vn �I.
Chloros, being by me duly sworn, did depose and say tha[ she is Assis[ant Secre[ary of fEDERAL IVSURAVCE CO:bIPrA�Y, VIGILAV'T I�SCRA��CE COVIPA�Y, and PACIPIC
IV��DE�IV�I'CY CONIPAV'Y and 1<no�vs the corporare seals thereof, that [he seals af'fixed [o the fa�egoing Po�ver of A[corney are such corporate seals and �vere therero affixed by
aud�ority of� said Companies: and [hat she signed said Power of At[orney as' Assistan[ Secretary oF said Companies by lil<e authoriq�: and tha[ she is acyuain[ed widi S[ephen �I.
Haney, and I:no�vs him [o be Vice Presiden[ ofsaid Companies; and �ha[ [he signature of Stephen �I. Haney, subscribed to said Po�ver ol Atrorney is in the genuine handwri[ing of�
S�ephen �I. Haney, and was there[o subscribed bp authoritp ol said Companies and in deponent's presence.
\btarial Seal �,e� � ���.
� NOTARY �
PUHLI� a�
h�'JERg�"+
KAYHERINE J. ADELAAR
NOTAR`I pUBLIC OF NEW JERSEY
No 23186P5
COmYniSsiOn CRp�ras July 16, 207.4
,�ninn !'uhlf,
�
CERTIFICATION
Resolutions adopted by the Boards of Directors of F'EDEKAL INSCRAACI; COVIPAN}�, VIGILA\�T IA�SCRA:VCE CONIPAVY, and PACIFIC IVDG�INI'I'Y C0;41PAV'Y on August 3Q 2016:
"KIiSOLA�BU, that the lollowing:mthurizations relute tu the esecution, lor and on hehalf o(the Compam�, ul bonds, undertal:ings, recognirances, contraas and uther �vritten commitments ul the Compan��
entered in[u in [he urdinaq� course ol busincss (cach a"V19�itten Cummitmen["):
(q Gach ul [he Chairman, the President and the Vice Presidenls ul' the Cumpany L+ hereby audturized to esecute any \Vritren Cummitment �i�r and on behalf ol the Compan��, under the
seal ul the Campany orothenvise.
(2) Each duly appointed atturney-in-(act nf the Company is hereby authorized tu esecute any VVrinen Cummitmen[ Ibr and nn behalf o( the Compan��. under the seal u( the Company or
uthenvise, to the estent that such actiun is authurired by the o ant ul powers provided for in such person's written appointment as such attorney-in-fact.
(3) Gach ul the Chairman, [he President and [he Vice Presiden[s oF the Cum�any is hereby authorized, fi�r and on behalf of the Cumpany, ro appuint in �vriting any person the attorney-
io-(act u( the Cumpany ���ith liill po�ver and au[huriry tu e�ecure. (ur and on behal(of [he Company. under the seal uf the Company or otherwise, such Wrinen Commitments ul [he
Company as may be specified in such �rritren appointment. �rhich ,pecificatiun may be by general type or cluss ul Written Cummitments ur by specitication ol' one ur more panicular
\lh�it[en Commi[men[s.
(d) Each of [he Chairman, the President and [he Vice Presidents o( the Company is hereby authnrized, lin' and on behal(of the Company, ro delegam in �vriting to any uther otlicer o(the
Company rhe :mthority ru e�ecu[e, ti>r and un behalf u( the Company. under rhe Companys seal or othenvise, such \�Vritten Cummimients uf the Company as ure specified in such
written delegation. ���hich specitication may be by general p�pe or dass u( \Vritten Commitments or by specilic�uion of'one or more particular AVritten Commitments.
(5I 'I'he signamre ul any ulTicer ur other person exewting any Writ[en Commitment or appuintment ur delegation pursuant to this Itesulutiun, and the seal o([he Company. may be attised by
f'acsimile on such VVritten Commitment or written appuin[ment or delegatiun.
I'GK'fFlliR RESOLVGU. that the I'oregoing Resolution shall not be deemed to be an exclusive statement uF[he powers and au[huriry of otlicers, empluyees and u[her persons to act ti�r and on behal(o(
the Cumpany, and such Resolution shall not limic or othenvise allect [he eeercise of'any such po�ver or authuriry othenvise validly eTanted or vesred."
I, Da�s�n �I. Chloros. Assistant Secretary of FGDERAL I�\�Sl'RA\�CE COMPAVY, VIGILANT WSl'RANCB CO�IPANY, and PACII� IC INDE�INI7'Y CONIPANI' (the "Compctnies") do hereby
cer[ify that
(i) the foregoing Resolutions adopted by the 6oard of Direc�ors of che Companies are true, correct and in Fidl force and effect,
(ii) the foregoing Power of A[[orney is true, correct and in full Ibrce and effect.
Given under my hand and seals of said Companies at bVhitehouse Sta[ion, NJ, this
a wu!
s��� �
f ' ._ - �� °� '�i��t.—i�bl. �'�i.9Q/1.8� _.___ _
�'-,m�,�� � �*.�w•`: _ _ ___ — ( :r;;n \I � hl i . ..\.si �:nu ��_�rccir}.
I�'I'HB GYIi�'f YOU WISH'I'0 VGRIPI' "I'HG:AU'fHEN'I'ICI'I'1' OF "fHIS BONU OIt 50'fIPY CS OP AiA'�1' O"fl-18I2 �4LA'I'1'ER. PLGASE CON'I'�AC'I' L'S A'f:
'felephone (908) 903-3d93 Fax (908) 903-365G c-mail: sur�ry@chubb.com
FED- VIG-PI (rev. OB-18)
00 61 25 - 1
CERTIFICATE OF INSURANCE
Page 1 of 1
CITY OF FORT WORTH Water & Sanitary Sewer Replacement Contract 2021, WSM-T
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104880
Revised July 1, 2011
1 SECTION 00 61 25
2 CERTIFICATE OF INSURANCE
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23 END OF SECTION
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
STANDARD GENERAL CONDITIONS
OF THE CONSTRUCTION CONTRACT
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
STANDAR D GENERAL CONDITIONS OF THE
CONSTRUCTION CONTRACT
TABLE OF CONTENTS
Page
Article 1 – Definitions and Terminology .......................................................................................................... 1
1.01 Defined Ter ms............................................................................................................................... 1
1.02 Terminology .................................................................................................................................. 6
Article 2 – Preliminar y Matters ......................................................................................................................... 7
2.01 Copies of Document s .................................................................................................................... 7
2.02 Commencement of Contract Time; Notice to Proceed ................................................................ 7
2.03 Starting the Work .......................................................................................................................... 8
2.04 Befor e Starting Constructio n ........................................................................................................ 8
2.05 Preconstructio n Conference .......................................................................................................... 8
2.06 Public Meeting .............................................................................................................................. 8
2.07 Initia l Acceptance of Schedules.................................................................................................... 8
Article 3 – Contract Documents: Intent , Amending, Reuse ............................................................................ 8
3.01 Intent.............................................................................................................................................. 8
3.02 Reference Standards...................................................................................................................... 9
3.03 Reporting and Resolving Discrepancies....................................................................................... 9
3.04 Amending and Supplementing Contract Document s ................................................................. 10
3.05 Reuse of Document s ................................................................................................................... 10
3.06 Electronic Dat a............................................................................................................................ 11
Article 4 – Availabilit y o f Lands; Subsurface and Physica l Conditions; Hazardous Environmental
Conditions ; Reference Point s........................................................................................................... 11
4.01 Availabilit y of Lands .................................................................................................................. 11
4.02 Subsurface and Physica l Conditions .......................................................................................... 12
4.03 Differing Subsurface or Physica l Conditions ............................................................................. 12
4.04 Underground Facilitie s ............................................................................................................... 13
4.05 Reference Point s ......................................................................................................................... 14
4.06 Hazardous Environ menta l Conditio n at Sit e .............................................................................. 14
Article 5 – Bond s and Insurance ..................................................................................................................... 16
5.01 Licensed Suretie s and Insurer s ................................................................................................... 16
5.02 Perfor mance, Payment , and Maintenance Bond s....................................................................... 16
5.03 Certificates of Insurance ............................................................................................................. 16
5.04 Contractor’s Insurance ................................................................................................................ 18
5.05 Acceptance of Bond s and Insurance; Optio n to Replace ........................................................... 19
Article 6 – Contractor’s Responsibilitie s ........................................................................................................ 19
6.01 Supervisio n and Superintendence............................................................................................... 19
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
6.02 Labor; Working Hours ................................................................................................................ 20
6.03 Services, Materials, and Equipment ........................................................................................... 20
6.04 Project Schedule.......................................................................................................................... 21
6.05 Substitut es and “Or-Equals” ....................................................................................................... 21
6.06 Concerning Subcontractors, Suppliers, and Others.................................................................... 24
6.07 Wage Rates.................................................................................................................................. 25
6.08 Patent Fees and Royaltie s ........................................................................................................... 26
6.09 Per mit s and Utilitie s .................................................................................................................... 27
6.10 Laws and Regulations ................................................................................................................. 27
6.11 Taxes ........................................................................................................................................... 28
6.12 Use of Sit e and Othe r Areas ....................................................................................................... 28
6.13 Recor d Docu ment s ...................................................................................................................... 29
6.14 Safet y and Protectio n .................................................................................................................. 29
6.15 Safet y Representative.................................................................................................................. 30
6.16 Hazard Co mmunicatio n Programs ............................................................................................. 30
6.17 Emergencies and/o r Rectificatio n............................................................................................... 30
6.18 Submittals .................................................................................................................................... 31
6.19 Continuing the Work................................................................................................................... 32
6.20 Contractor’s General Warrant y and Guarantee .......................................................................... 32
6.21 Indemnificatio n ......................................................................................................................... 33
6.22 Delegation of Professional Design Services .............................................................................. 34
6.23 Right to Audit.............................................................................................................................. 34
6.24 Nondiscriminatio n....................................................................................................................... 35
Article 7 – Other Work at the Sit e................................................................................................................... 35
7.01 Related Work at Sit e ................................................................................................................... 35
7.02 Coordination................................................................................................................................ 36
Article 8 – City’s Responsibilities................................................................................................................... 36
8.01 Co mmunications to Contractor ................................................................................................... 36
8.02 Furnis h Dat a ................................................................................................................................ 36
8.03 Pay Whe n Due ............................................................................................................................ 36
8.04 Lands and Ease ments; Report s and Test s................................................................................... 36
8.05 Change Order s............................................................................................................................. 36
8.06 Inspections, Tests, and Approvals .............................................................................................. 36
8.07 Limitations on Cit y’s Responsibilitie s ....................................................................................... 37
8.08 Undisclose d Hazardous Environ mental Conditio n .................................................................... 37
8.09 Co mplianc e wit h Safet y Program............................................................................................... 37
Article 9 – City’s Observatio n Statu s During Constructio n ........................................................................... 37
9.01 City’s Projec t Manager ……...................................................................................................... 37
9.02 Visit s to Sit e ................................................................................................................................ 37
9.03 Authorized Variations in Work .................................................................................................. 38
9.04 Rejecting Defective Work .......................................................................................................... 38
9.05 Determinations fo r Work Perfor med .......................................................................................... 38
9.06 Decisions on Require ment s of Contract Document s and Acceptabilit y of Work ..................... 38
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
Article 10 – Changes in the Work; Claims; Extr a Work ................................................................................ 38
10.01 Authorize d Changes in the Work ............................................................................................... 38
10.02 Unauthorized Changes in the Work ........................................................................................... 39
10.03 Executio n of Change Order s....................................................................................................... 39
10.04 Extr a Work .................................................................................................................................. 39
10.05 Notificatio n to Suret y.................................................................................................................. 39
10.06 Contract Claims Process ............................................................................................................. 40
Article 11 – Cost of the Work; Allowances; Unit Price Work; Plans Quantit y Measurement...................... 41
11.01 Cost of the Work ......................................................................................................................... 41
11.02 Allowances .................................................................................................................................. 43
11.03 Unit Pric e Work .......................................................................................................................... 44
11.04 Plans Quantit y Measurement ...................................................................................................... 45
Article 12 – Change of Contract Price ; Change of Contract Time................................................................. 46
12.01 Change of Contract Pric e ............................................................................................................ 46
12.02 Change of Contract Time............................................................................................................ 47
12.03 Delays .......................................................................................................................................... 47
Article 13 – Test s and Inspections; Correction, Removal or Acceptance of Defective Work ...................... 48
13.01 Notice of Defects ........................................................................................................................ 48
13.02 Access to Work ........................................................................................................................... 48
13.03 Test s and Inspections .................................................................................................................. 48
13.04 Uncovering Work........................................................................................................................ 49
13.05 Cit y May Stop the Work ............................................................................................................. 49
13.06 Correctio n or Removal of Defective Work ................................................................................ 50
13.07 Correctio n Perio d ........................................................................................................................ 50
13.08 Acceptance of Defective Work................................................................................................... 51
13.09 Cit y Ma y Correct Defective Work ............................................................................................. 51
Article 14 – Payment s to Contractor and Co mpletio n .................................................................................... 52
14.01 Schedule of Values...................................................................................................................... 52
14.02 Progress Payment s ...................................................................................................................... 52
14.03 Contractor’s Warrant y of Title ................................................................................................... 54
14.04 Partia l Utilizatio n ........................................................................................................................ 55
14.05 Fina l Inspectio n ........................................................................................................................... 55
14.06 Final Acceptance......................................................................................................................... 55
14.07 Final Payment.............................................................................................................................. 56
14.08 Final Co mpletio n Delayed and Partia l Retainage Release ........................................................ 56
14.09 Waiver of Clai ms ........................................................................................................................ 57
Article 15 – Suspension of Work and Terminatio n ........................................................................................ 57
15.01 Cit y May Suspend Work............................................................................................................. 57
15.02 Cit y Ma y Terminat e fo r Cause ................................................................................................... 58
15.03 Cit y Ma y Terminat e Fo r Convenience ....................................................................................... 60
Article 16 – Disput e Resolutio n ...................................................................................................................... 61
16.01 Method s and Procedures ............................................................................................................. 61
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
Article 17 – Miscellaneous .............................................................................................................................. 62
17.01 Giving Notic e .............................................................................................................................. 62
17.02 Co mputation of Times ................................................................................................................ 62
17.03 Cumulative Re medie s ................................................................................................................. 62
17.04 Surviva l o f Obligations ............................................................................................................... 63
17.05 Headings ...................................................................................................................................... 63
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 1 of 63
ARTICLE 1 – DEFINITIONS AND TERMINOLOGY
1.01 Defined Terms
A. Wherever used in these General Conditions or in other Contract Docu ments, the terms listed belo w
have the meanings indicated whic h are applicable to bot h the singular and plural thereof, and
words denoting gender shall include the masculine, fe minine and neuter. Said terms are generally
capitalized or written in italics, but no t always. When used in a context consistent with the
definitio n of a listed-defined term, the term shall have a meaning as defined belo w whether
capitalized or italicized or otherwise. In additio n to terms specifically defined, terms wit h initial
capital letters in the Contract Document s include references to identified articles and paragraphs,
and the titles of other document s or forms.
1. Addenda—Written or graphic instrument s issued prior to the opening of Bids whic h clarify,
correct, or change the Bidding Requirement s or the proposed Contract Documents.
2. Agreement—The written instrument whic h is evidence of the agreement between Cit y and
Contracto r covering the Work.
3. Application for Payment—The for m acceptable to Cit y which is to be used by Contractor
during the course of the Work in requesting progress or fina l payment s and whic h is to be
acco mpanied by such supporting documentation as is required by the Contract Docu ments.
4. Asbestos—An y material that contains more than one percent asbesto s and is friable or is
releasing asbestos fiber s into the air above current actio n levels established by the United States
Occupational Safety and Health Ad ministration.
5. Award – Authorizatio n by the Cit y Council fo r the Cit y to enter int o an Agreement.
6. Bid—The offer or proposal of a Bidder submitted on the prescribed for m setting fort h the
prices fo r the Work to be perfor med.
7. Bidder—The individual or entit y who submit s a Bid directly to City.
8. Bidding Documents—The Bidding Requirement s and the proposed Contract Documents
(including all Addenda).
9. Bidding Requirements—The advertisement or Invitatio n to Bid, Instructions to Bidders, Bid
security of acceptable for m, if any, and the Bid Form wit h any supplements.
10. Business Day – A business day is defined as a day that the Cit y conduct s normal business,
generally Monday throug h Friday, except fo r federal or stat e holidays observed by the City.
11. Calendar Day – A day consisting of 24 hours measured fro m midnight to the next midnight.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 2 of 63
12. Change Order—A document , which is prepared and approved by the City, whic h is signed
by Contractor and Cit y and authorizes an addition, deletion, or revisio n in the Work or an
adjust ment in the Contract Pric e or the Cont ract Time, issued on or after the Effective Date
of the Agreement.
13. City— The Cit y of For t Worth, Texas, a ho me-rule municipal corporation, authorized and
chartered under the Texas Stat e Statutes, acting by it s governing body through it s City
Manager, his designee, or agent s authorized under his behalf, each of whic h is required by
Charter to perform specific duties wit h responsibilit y fo r fina l enforcement of the contracts
involving the Cit y of Fort Wort h is by Charter vested in the Cit y Manager and is the entity
wit h who m Contracto r has entere d int o the Agree ment and for who m the Work is to be
perfor med.
14. City Attorney – The officially appointed Cit y Attorney of the Cit y of Fort Worth, Texas, or
his duly authorized representative.
15. City Council - The duly elected and qualified governing body of the Cit y of Fort Worth,
Texas.
16. City Manager – The officiall y appointed and authorized Cit y Manager of the Cit y of Fort
Worth, Texas, or his duly authorized representative.
17. Contract Claim—A demand or assertion by Cit y or Contractor seeking an adjustment of
Contract Price or Contract Time, or both, or other relie f wit h respect to the terms of the
Contract. A demand fo r money or services by a thir d part y is not a Contract Claim.
18. Contract—The entir e and integrated written document between the Cit y and Contractor
concerning the Work. The Contract contains the Agreement and all Contract Document s and
supersedes prio r negotiations, representations, or agreements, whether writte n or oral.
19. Contract Documents—Those items so designated in the Agreement . All ite ms listed in the
Agreement are Contract Documents. Approved Submittals, other Contractor submittals, and
the report s and drawings of subsurface and physica l conditions ar e no t Contract Docu ments.
20. Contract Price —The moneys payable by Cit y to Contractor fo r co mpletio n of the Work in
accordance wit h the Contract Docu ment s as state d in the Agreement (subjec t to the provisions
of Paragrap h 11.03 in the case of Unit Pric e Work).
21. Contract Time—The number of days or the dates stated in the Agreement to: (i) achieve
Milestones, if any and (ii) co mplet e the Work so that it is ready fo r Fina l Acceptance.
22. Contractor—The individual or entit y wit h whom Cit y has entere d int o the Agreement.
23. Cost of the Work—See Paragraph 11.01 of these General Conditions fo r definition.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 3 of 63
24. Damage Claims – A demand fo r money or services arising fro m the Project or Sit e fro m a
thir d party, Cit y or Contractor exclusive of a Contrac t Claim.
25. Day or day – A day, unless otherwis e defined, shall mean a Calendar Day.
26. Director of Aviation – The officiall y appointed Director of the Aviatio n Department of the
Cit y of Fort Worth, Texas, or his duly appointed representative, assistant, or agents.
27. Directo r of Parks and Communit y Services – The officiall y appointed Director of the Parks
and Co mmunit y Service s Depart ment of the Cit y of Fort Worth, Texas, or his duly appointed
representative, assistant , or agents.
28. Directo r of Planning and Developmen t – The officially appointed Director of the Planning
and Development Depart ment of the Cit y of Fort Worth, Texas, or his duly appointed
representative, assistant , or agents.
29. Director of Transportation Public Works – The officially appointed Director of the
Transportation Public Works Depart ment of the Cit y of Fort Worth, Texas, or his duly
appointed representative, assistant , or agents.
30. Director of Water Department – The officiall y appointed Directo r of the Water Depart ment
of the Cit y of Fort Worth, Texas, or his duly appointed representative, assistant, or agents.
31. Drawings—That part of the Contract Docu ment s prepared or approved by Engineer which
graphically shows the scope, extent , and character of the Work to be perfor med by Contractor .
Submittals are no t Drawing s as so defined.
32. Effective Dat e of the Agreement—The dat e indicate d in the Agreement on whic h it beco mes
effective, but if no such dat e is indicated, it means the dat e on whic h the Agreement is signed
and delivered by the las t of the two partie s to sig n and deliver.
33. Engineer—The licensed professional engineer or engineering fir m registered in the State of
Texas performing professional services fo r the City.
34. Extra Work – Additiona l work made necessary by changes or alterations of the Contract
Document s or of quantities or for other reasons for whic h no prices are provided in the Contract
Documents. Extr a work shall be part of the Work.
35. Field Order — A written order issued by Cit y whic h requires changes in the Work but which
does not involve a change in the Contract Price, Contract Time, or the intent of the Engineer.
Field Orders are paid from Field Order Allowances incorporated into the Contract by funded
work type at the time of award.
36. Final Acceptance – The written notice give n by the Cit y to the Contractor that the Work
specified in the Contract Docu ment s has been co mpleted to the satisfactio n of the City.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 4 of 63
37. Final Inspection – Inspectio n carried out by the Cit y to verify that the Contractor has
co mpleted the Work, and each and every part or appurtenance thereof, fully, entirely, and in
conformance wit h the Contract Documents.
38. General Requirements—Sections of Division 1 of the Contract Documents.
39. Hazardous Environmental Condition—The presence at the Sit e of Asbestos, PCBs,
Petroleum, Hazardous Waste, Radioactive Material, or other materials in such quantities or
circumstances that may present a substantia l danger to persons or property exposed thereto.
40. Hazardous Waste—Hazardous wast e is define d as any solid wast e listed as hazardous or
possesses one or more hazardous characteristics as defined in the federal waste regulations,
as amended fro m time to time.
41. Laws and Regulations—Any and all applicable laws, rules, regulations, ordinances, codes,
and orders of any and all governmental bodies, agencies, authorities, and court s having
jurisdiction.
42. Liens—Charges, securit y interests, or encumbrances upo n Project funds, real property, or
personal property.
43. Major Item – An Item of work included in the Cont ract Document s that has a total cost equal
to or greater than 5% of the origina l Contract Price or $25,000 whichever is less.
44. Milestone—A principa l event specified in the Contract Document s relating to an inter mediate
Contract Time prior to Fina l Acceptance of the Work.
45. Notice of Award —The written notice by Cit y to the Successful Bidder stating that upon
timely co mpliance by the Successful Bidder wit h the conditions precedent listed therein, City
will sig n and deliver the Agreement.
46. Notice to Proceed—A written notice give n by Cit y to Contractor fixing the date on whic h the
Contract Time will commence to run and on whic h Contractor shall start to perform the Work
specified in Contract Documents.
47. PCBs—Polychlorinated biphenyls.
48. Petroleum—Petroleum, including crude oil or any fractio n thereo f whic h is liquid at standard
conditions of temperature and pressure (60 degrees Fahrenheit and 14.7 pounds per square
inch absolute), such as oil, petroleum, fue l oil, oil sludge, oil refuse, gasoline, kerosene, and
oil mixed wit h other non-Hazardous Waste and crude oils.
49. Plans – See definitio n of Drawings.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 5 of 63
50. Project Schedule—A schedule, prepared and maintained by Contractor, in accordance with
the General Requirements, describing the sequence and duratio n of the activities comprising
the Contractor’s pla n to acco mplis h the Work within the Contract Time.
51. Project —The Work to be performed under the Contract Docu ments.
52. Project Manager—The authorize d representative of the Cit y who will be assigned to the
Site.
53. Publi c Meetin g – An announced meeting conducted by the Cit y to facilitat e public
participatio n and to assist the public in gaining an infor med vie w of the Project.
54. Radioactive Material —Source, special nuclear, or byproduct materia l as defined by the
Ato mic Energy Act of 1954 (42 USC Sectio n 2011 et seq.) as amended fro m time to time.
55. Regular Working Hours – Hours beginning at 7:00 a.m. and ending at 6:00 p.m., Monday
thr u Frida y (excluding lega l holidays).
56. Samples—Physica l example s of materials , equip ment , or work manship that are
representative of so me portio n of the Work and whic h establis h the standards by whic h such
portio n of the Work will be judged.
57. Schedul e of Submittals—A schedule, prepared and maintained by Contractor, of required
submittals and the time requirement s to support scheduled perfor mance of related constructio n
activities.
58. Schedul e of Values—A schedule, prepared and maintained by Contractor, allocating portions
of the Contract Pric e to variou s portions of the Work and used as the basis fo r reviewing
Contractor’s Applications fo r Payment.
59. Site—Lands or areas indicate d in the Contract Docu ment s as being furnished by Cit y upon
whic h the Work is to be performed, including rights -of-way, per mits , and easement s for access
thereto , and suc h other land s furnished by Cit y whic h are designated fo r the use of Contractor.
60. Specifications—That part of the Contract Document s consisting of written requirement s for
materials, equipment , systems, standards and workmanship as applied to the Work, and certain
administrative requirement s and procedural matters applicable thereto. Specifications may be
specifically made a part of the Contract Document s by attachment or, if no t attached, may be
incorporated by reference as indicated in the Table of Content s (Divisio n 00 00 00) o f each
Project.
61. Subcontractor—An individual or entit y having a direct contract wit h Contractor or wit h any
other Subcontractor fo r the perfor mance of a part of the Work at the Site.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 6 of 63
62. Submittals—All drawings, diagrams, illustrations, schedules, and other data or information
whic h are specifically prepared or assembled by or for Contractor and submitted by Contracto r
to illustrat e so me portio n of the Work.
63. Substantial Completion – The stage in the progress of the Project when the Work is
sufficiently complete in accordance with the Contract Documents for Final Inspection.
64. Successful Bidder—The Bidder submitting the lowest and most responsive Bid to who m City
makes an Award.
65. Superintendent – The representative of the Contractor who is available at all times and able
to receive instructions fro m the Cit y and to act for the Contractor.
66. Supplementary Conditions—That part of the Contract Document s whic h amends or
supplement s these General Conditions.
67. Supplier—A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a
direct contract wit h Contractor or wit h any Subcontractor to furnish materials or equipment
to be incorporated in the Work by Contracto r or Subcontractor.
68. Underground Facilities—All underground pipelines, conduits, ducts, cables, wires,
manholes, vaults, tanks, tunnels, or other such facilitie s or attachments, and any encasements
containing such facilities , including but not limit ed to, thos e that convey electricity, gases,
steam, liquid petroleu m products, telephone or othe r co mmunications , cable television,
water, wastewater, stor m water, other liquid s or chemicals , or traffic or othe r contro l syste ms.
69 Uni t Pric e Work —See Paragrap h 11.03 of these General Conditions fo r definition.
70. Weekend Workin g Hours – Hours beginning at 9:00 a.m. and ending at 5:00 p.m., Saturday,
Sunday or lega l holiday, as approved in advance by the City.
71. Work—The entir e constructio n or the variou s separately identifiable part s thereo f required to
be provided under the Contract Docu ments. Work includes and is the result of performing or
providing all labor, services, and docu mentation necessary to produce such construction
including any Change Order or Field Order, and furnishing, installing, and incorporating all
materials and equipment int o such construction, all as required by the Contract Docu ments.
72. Working Day – A working day is defined as a day, not including Saturdays, Sundays, or legal
holidays authorized by the Cit y fo r contract purposes, in whic h weather or other conditions
not under the contro l of the Contractor will per mit the performance of the principa l unit of
wor k underway fo r a continuous perio d of not les s than 7 hour s between 7 a.m. and 6 p.m.
1.02 Terminology
A. The words and terms discussed in Paragraph 1.02.B through E are no t defined but , when used in
the Bidding Requirement s or Contract Docu ments, have the indicate d meaning.
B. Intent of Certain Terms or Adjectives:
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 7 of 63
1. The Contract Document s include the terms “a s allowed,” “as approved,” “as ordered,” “as
directed” or ter ms of like effect or import to authorize an exercise of judgment by City. In
addition, the adjectives “reasonable,” “suitable,” “acceptable,” “proper,” “satisfactory,” or
adjectives of like effect or import are used to describe an actio n or determinatio n of Cit y as to
the Work. It is intended that such exercise of professional judgment, action, or determination
will be solely to evaluate, in general, the Work for co mpliance wit h the informatio n in the
Contract Document s and wit h the design concept of the Project as a functioning whole as
shown or indicated in the Contract Document s (unless there is a specific statement indicating
otherwise).
C. Defective:
1. The word “defective,” when modifying the word “Work,” refers to Work that is
unsatis factory, faulty, or deficient in that it:
a. does no t confor m to the Contract Documents; or
b. does no t meet the requirement s of any applicable inspection, reference standard, test, or
approval referred to in the Contract Documents; or
c. has been damaged prior to City’s written acceptance.
D. Furnish, Install, Perform, Provide:
1. The word “Furnish” or the word “Install” or the word “Perform” or the word “Provide” or
the word “Supply,” or any combinatio n 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, unles s specifically limited in the
context used.
E. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known
technical or constructio n industry or trade meaning are used in the Contract Document s in
accordance wit h such recognized meaning.
ARTICLE 2 – PRELIMINARY MATTERS
2.01 Copies of Documents
Cit y shall furnish to Contractor one (1) original executed copy and one (1) electronic copy of the
Contract Documents, and four (4) additional copies of the Drawings. Additional copies will be
furnished upo n request at the cost of reproduction.
2.02 Commencement of Contract Time; Notic e to Proceed
The Contract Time will co mmence to run on the day indicated in the Notic e to Proceed. A Notic e to
Proceed may be give n no earlier than 14 days afte r the Effective Dat e of the Agreement , unless agreed
to by both parties in writing.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 8 of 63
2.03 Starting the Work
Contractor shall start to perform the Work on the dat e when the Contract Time commences to run.
No Work shall be done at the Sit e prio r to the dat e on whic h the Contract Time co mmences to run.
2.04 Before Starting Construction
Baseline Schedules: Submit in accordance wit h the Contract Documents, and prio r to starting the
Work.
2.05 Preconstruction Conference
Before any Work at the Sit e is started, the Contractor shall attend a Preconstructio n Conference as
specified in the Contract Docu ments.
2.06 Public Meeting
Contracto r may not mobilize any equipment , materials or resources to the Sit e prio r to the Public
Meeting if scheduled by the City.
2.07 Initial Acceptance of Schedules
No progress payment shall be made to Contractor until acceptable schedules are submitted to Cit y in
accordance wit h the Schedule Specification as provided in the Contract Documents.
ARTICLE 3 – CONTRACT DOCUMENTS: INTENT, AMENDING, REUSE
3.01 Intent
A. The Contract Document s are co mple mentary; what is required by one is as binding as if required
by all.
B. It is the intent of the Contract Document s to describe a functionally co mplet e project (or part
thereof) to be constructed in accordance wit h the Contract Documents. Any labor, documentation,
services, materials, or equip ment that reasonably may be inferred fro m the Contract Document s
or fro m prevailing custo m or trade usage as being required to produce the indicated result will be
provided whether or no t specifically called for, at no additiona l cost to City.
C. Clarifications and interpretations of the Contract Document s shall be issued by City.
D. The Specifications may var y in for m, for mat and style. Some Specification sections may be writte n
in varying degrees of streamlined or declarative style and so me sections may be relatively
narrative by co mparison. Omissio n of such words and phrases as “the Contractor shall,” “in
conformit y with,” “as shown,” or “as specified” are intentional in streamlined sections .
Omitted words and phrases shall be supplied by inference. Similar types of provisions may appear
in various part s of a sectio n or articles within a part depending on the for mat of the
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 9 of 63
section. The Contractor shall not take advantage of any variatio n of for m, for mat or style in
making Contract Claims.
E. The cross referencing of specificatio n sect ions under the subparagraph heading “Related
Section s includ e but ar e no t necessarily limite d to:” and elsewhere within each Specification
sectio n is provided as an aid and convenience to the Contractor. The Contractor shall not rely on
the cross referencing provided and shall be responsible to coordinat e the entir e Work under the
Contract Docu ment s and provid e a co mplet e Projec t whether or no t the cross referencing is
provided in each sectio n or whether or no t the cross referencing is complete.
3.02 Reference Standards
A. Standards, Specifications, Codes, Laws, and Regulations
1. Reference to standards, specifications, manuals, or codes of any technical society, organization,
or association, or to Laws or Regulations, whether such reference be specific or by implication,
shall mean the standard, specification, manual, code, or Laws or Regulations in effect at the
time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids),
except as may be otherwise specifically stated in the Contract Documents.
2. No provisio n of any such standard, specification, manual, or code, or any instruction of a
Supplier, shall be effective to change the duties or responsibilitie s of City, Contractor, or any
of their subcontractors, consultants, agents , or employees, fro m thos e set fort h in the Contract
Docu ments. No suc h provisio n or instructio n shall be effective to assign to City, or any of its
officers, directors, members, partners, employees, agents, consultants, or subcontractors, any
dut y or authorit y to supervise or direc t the performance of the Work or any dut y or authority
to undertake responsibilit y inconsistent wit h the provisions of the Contract Docu ments.
3.03 Reporting and Resolving Discrepancies
A. Reporting Discrepancies:
1. Contractor’s Review of Contract Documents Before Starting Work : Befor e undertaking each
part of the Work, Contractor shall carefully study and compare the Contract Document s and
check and verify pertinent figures therein agains t all applicable field measurement s and
conditions . Contracto r shall pro mptly report in writing to Cit y any conflict , error, ambiguity,
or discrepancy whic h Contractor discovers, or has actual knowledge of, and shall obtain a
written interpretation or clarificatio n from Cit y be fore proceeding wit h any Work affected
thereby.
2. Contractor’s Review of Contract Documents During Performance of Work: If, during the
perfor mance of the Work, Contractor discovers any conflict , error, ambiguity, or discrepancy
within the Contract Documents, or between the Contract Document s and (a) any applicable
Law or Regulatio n , (b) any standard, specification, manual, or code, or (c) any instructio n of
any Supplier, then Contractor shall promptly report it to Cit y in writing. Contracto r shall not
proceed wit h the Work affected thereby (except in an emergency as required by Paragraph
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 10 of 63
6.17.A) until an amend ment or supplement to the Contract Document s has been issued by
one of the methods indicated in Paragraph 3.04.
3. Contractor shall no t be liable to Cit y for failure to report any conflict, error, ambiguity, or
discrepancy in the Contract Document s unles s Contractor had actual knowledge thereof.
B. Resolving Discrepancies:
1. Except as may be otherwise specifically stated in the Contract Documents, the provisions of
the Contract Document s shall take precedence in resolving any conflict, error, ambiguity, or
discrepancy between the provisions of the Contract Document s and the provisions of any
standard, specification, manual, or the instruct ion of any Supplier (whet her or not specifically
incorporated by reference in the Contract Documents).
2. In case of discrepancies, figured dimensions shall govern over scaled dimensions, Plans shall
govern over Specifications, Supplementary Conditions shall govern over General Conditions
and Specifications, and quantities shown on the Plans shall govern over those shown in the
proposal.
3.04 Amending and Supplementing Contract Documents
A. The Contract Docu ment s may be amended to provide fo r additions, deletions, and revisions in
the Work or to modify the ter ms and conditions thereo f by a Change Order.
B. The requirement s of the Contract Docu ment s may be supplemented, and mino r variations and
deviations in the Work not involving a change in Contract Pric e or Contract Time, may be
authorized, by one or more of the following ways:
1. A Field Order;
2. City’s revie w of a Submitta l (subjec t to the provisions of Paragrap h 6.18.C); or
3. City’s writte n interpretatio n or clarification.
3.05 Reuse of Documents
A. Contracto r and any Subcontracto r or Supplier shall not:
1. have or acquire any title to or ownership right s in any of the Drawings , Specifications , or
othe r docu ment s (o r copies of any thereof) prepared by or bearing the seal of Engineer,
including electronic media editions ; or
2. reuse any such Drawings, Specifications, other documents, or copies thereo f on extensions of
the Project or any other project without written consent of Cit y and specific written verification
or adaptatio n by Engineer.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 11 of 63
B. The prohibitions of this Paragraph 3.05 will survive final payment , or terminatio n of the
Contract . Nothing herein shall preclude Contractor fro m retaining copies of the Contract
Docu ment s fo r recor d purposes.
3.06 Electronic Data
A. Unles s otherwis e stated in the Supplementar y Conditions, the dat a furnished by Cit y or Engineer
to Contractor, or by Contractor to Cit y or Engineer , that may be relied upon are limited to the
printe d copie s included in the Contract Document s (also known as hard copies) and other
Specifications referenced and locate d on the City’s on-line electronic document management and
collaboratio n system site. File s in electronic media for mat of text , data, graphics, or other typ es
are furnished only fo r the convenience of the receiving party. Any conclusio n or infor matio n
obtained or derived fro m such electronic files will be at the user’s sole risk. If there is a discrepanc y
between the electronic files and the hard copies, the hard copies govern.
B. When transferring document s in electronic media for mat, the transferring part y makes no
representations as to long term co mpatibility, usability, or readabilit y o f document s resulting fro m
the use of softwar e application packages, operating systems, or co mputer hardware differing fro m
those used by the data’s creator.
ARTICLE 4 – AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS;
HAZARDOUS ENVIRONMENTAL CONDITIONS; REFERENCE POINTS
4.01 Availability of Lands
A. Cit y shall furnish the Site. Cit y shall notify Contractor of any encumbrances or restrictions no t of
general application but specifically related to use of the Sit e wit h which Contracto r must co mply
in per forming the Work. Cit y will obtain in a timely manner and pay for easement s for permanent
structures or permanent changes in existing facilities.
1. The Cit y has obtained or anticipates acquisit io n of and/o r access to right -of-way, and/or
easements. Any outstanding right -of-way and/o r ease ment s are anticipated to be acquired in
accordance wit h the schedule set fort h in the Supplementary Conditions. The Project Schedule
submitte d by the Contractor in accordance wit h the Contract Docu ment s must consider an y
outstanding right -of-way, and/or easements.
2. The Cit y has or anticipates removing and/or relocating utilities, and obstructions to the Site.
An y outstanding remova l or relocatio n of utilities or obstructions is anticipated in accordance
wit h the schedule set fort h in the Supplementary Conditions . The Projec t Schedule submitted
by the Contractor in accordance wit h the Cont ract Docu ment s must conside r any outstanding
utilitie s or obstructions to be removed, adjusted, and/o r relocated by others.
B. Upo n reasonable writte n request, Cit y shall furnish Contractor wit h a current state ment of record
lega l title and lega l descriptio n of the land s upo n whic h the Work is to be perfor med.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 12 of 63
C. Contractor shall provide fo r all additiona l lands and access thereto that may be required for
constructio n facilities or storage of materials and equip ment.
4.02 Subsurface and Physical Conditions
A. Report s and Drawings: The Supplementary Conditions identify:
1. thos e reports known to Cit y of explorations and test s of subsurface conditions at or
contiguous to the Site; and
2. those drawings known to Cit y of physical conditions relating to existing surface or
subsurface structures at the Sit e (except Underground Facilities).
B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the
accuracy of the “technica l data” contained in such report s and drawings, but such reports and
drawings are no t Contract Documents. Such “technica l data” is identified in the Supplementary
Conditions. Contractor may no t make any Contract Claim against City, or any o f their officers,
directors, members, partners, employees, agents, consultants, or subcontractors wit h respect to:
1. the co mpleteness of such reports and drawings fo r Contractor’s purposes, including, but not
limite d to, any aspect s of the means, methods, techniques, sequences, and procedures of
constructio n to be employed by Contractor, and safety precautions and programs incident
thereto ; or
2. other data, interpretations, opinions, and informatio n contained in such reports or shown or
indicated in such drawings; or
3. any Contractor interpretatio n of or conclusio n drawn fro m any “technical data” or any such
other data, interpretations, opinions, or infor mation.
4.03 Differing Subsurface or Physical Conditions
A. Notice: If Contractor believes that any subsurface or physical conditio n that is uncovered or
revealed either:
1. is of such a nature as to establish that any “technica l data” on whic h Contractor is entitled to
rely as provided in Paragraph 4.02 is materially inaccurate; or
2. is of such a nature as to require a change in the Contract Documents; or
3. differ s materially fro m that shown or indicated in the Contract Documents; or
4. is of an unusual nature, and differ s materially fro m conditions ordinarily encountered and
generally recognized as inherent in work of the character provided fo r in the Contract
Docu ments;
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 13 of 63
then Contractor shall, promptly after beco ming aware thereo f and befor e further disturbing the
subsurface or physical conditions or perfor ming any Work in connectio n therewit h (except in an
emergency as required by Paragraph 6.17.A), notif y Cit y in writing about such condition.
B. Possibl e Price and Time Adjustments
Contracto r shall no t be entitle d to any adjust ment in the Contract Pric e or Contract Time if:
1. Contractor knew of the existence of such conditions at the time Contractor made a final
co mmit ment to Cit y wit h respect to Contract Pric e and Contract Time by the submissio n of a
Bid or beco ming bound under a negotiated contract ; or
2. the existence of such conditio n could reasonably have been discovered or revealed as a result
of the exa minatio n of the Contract Docu ment s or the Site ; or
3. Contracto r faile d to give the writte n notic e as required by Paragraph 4.03.A.
4.04 Underground Facilities
A. Shown or Indicated: The infor matio n and data shown or indicated in the Contract Documents
wit h respect to existing Underground Facilitie s at or contiguous to the Sit e is based on informatio n
and dat a furnished t o Cit y or Engineer by the owner s of such Underground Facilities,
including City, or by others. Unles s it is otherwis e expressly provided in the Supple mentar y
Conditions:
1. Cit y and Engineer shall no t be responsible fo r the accuracy or co mpleteness of any such
infor matio n or dat a provided by others; and
2. the cost of all of the following will be included in the Contract Price, and Contractor shall
have full responsibilit y for:
a. reviewing and checking all such infor matio n and data;
b. locating all Underground Facilitie s shown or indicated in the Contract Documents;
c. coordination and adjust ment of the Work wit h the owner s of such Underground
Facilities, including City, during construction; and
d. the safet y and protection of all such Underground Facilities and repairing any damage
thereto resulting fro m the Work.
B. Not Shown or Indicated:
1. If an Underground Facilit y whic h conflicts wit h the Work is uncovered or revealed at or
contiguous to the Sit e whic h was not shown or indicated, or no t shown or indicated with
reasonable accuracy in the Contract Documents, Contractor shall, promptly after beco ming
aware thereo f and befor e further disturbing conditions affected thereby or perfor ming any
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 14 of 63
Work in connectio n therewith (except in an emergency as required by Paragraph 6.17.A),
identif y the owner of such Underground Facilit y and give notice to that owner and to City.
Cit y will revie w the discovered Underground Facilit y and deter mine the extent , if any, to
whic h a change may be required in the Contract Document s to reflect and document the
consequences of the existence or locatio n of the Underground Facility. Contractor shall be
responsible fo r the safet y and protection of such discovere d Underground Facility.
2. If Cit y concludes that a change in the Contract Docu ment s is required, a Change Order ma y
be issued to reflect and docu ment such consequences.
3. Verificatio n of existing utilities , structures, and servic e lines shall includ e notificatio n of all
utilit y co mpanies a minimum of 48 hour s in advance of constructio n including exploratory
excavatio n if necessary.
4.05 Reference Points
A. Cit y shall provide engineering surveys to est ablish reference point s fo r construction, whic h in
City’s judgment ar e necessary to enable Contractor to proceed wit h the Work. Cit y will provide
constructio n stake s or other custo mary metho d of marking to establish line and grades for roadway
and utilit y construction, centerlines and benchmarks fo r bridgework. Contractor shall protect and
preserve the established reference point s and property monu ments, and shall make no changes or
relocations. Contractor shall report to Cit y whenever any reference point or property monu ment is
lost or destroyed or requires relocatio n because of necessary changes in grades or locations. The
Cit y shall be responsible fo r the replacement or relocation of reference point s or propert y
monu ment s no t carelessly or willfully destroyed by the Contractor. The Contractor shall notify
Cit y in advance and wit h sufficient time to avoid delays.
B. Whenever, in the opinion of the City, any refer ence point or monu ment has been carelessly or
willfully destroyed, disturbed, or removed by the Contractor or any of his employees, the full cost
for replacing such point s plus 25% will be charged against the Contractor, and the full a mount will
be deducted fro m payment due the Contractor.
4.06 Hazardous Environmental Condition at Site
A. Reports and Drawings: The Supplementary Conditions ide ntify those report s and drawings known
to Cit y relating to Hazardous Environment al Conditions that have been identified at the Site.
B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the
accuracy of the “technica l data” containe d in such report s and drawings, but suc h reports and
drawing s are no t Contract Docu ments. Such “technica l data” is identified in the Supplementary
Conditions . Contractor may no t make any Contract Claim against City, or any o f their officers,
directors, members, partners, employees, agents, consultants, or subcontractor s wit h respect to:
1. the co mpleteness of such report s and drawings fo r Contractor’s purposes, including , but not
limite d to, any aspect s of the means, methods, techniques, sequences and procedures of
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 15 of 63
constructio n to be employed by Contractor and safety precautions and programs incident
thereto ; or
2. othe r data, interpretations, opinions and informatio n contained in such report s or shown or
indicated in such drawings; or
3. any Contractor interpretatio n of or conclusio n draw n fro m any “technical data” or any such
othe r data, interpretations, opinions or infor mation.
C. Contractor shall no t be responsible fo r any Hazardous Environmental Conditio n uncovered or
revealed at the Sit e whic h was no t shown or indicated in Drawings or Specifications or identified
in the Contract Docu ment s to be withi n the scop e of the Work. Contractor shall be responsible fo r
a Hazardous Environmental Conditio n created wit h any materials brought to the Sit e by
Contractor, Subcontractors, Suppliers, or anyone else fo r who m Contractor is responsible.
D. If Contractor encounters a Hazardous Environmental Conditio n or if Contractor or anyone for
who m Contractor is responsible creates a Hazardous Environmental Condition, Contractor shall
immediately: (i) secure or otherwise isolat e such condition; (ii) sto p all Work in connectio n with
such conditio n and in any area affected thereby (except in an emergency as required by Paragraph
6.17.A); and (iii) notify Cit y (and pro mptly thereafter confir m such notice in writing). Cit y may
consider the necessity to retain a qualified expert to evaluate such conditio n or take corrective
action, if any.
E. Contractor shall not be required to resume Work in connectio n wit h such conditio n or in any
affected area until after Cit y has obtained any required per mit s related theret o and delivered written
notic e to Contractor: (i) specifying that such conditio n and any affected area is or has been
rendered suitable fo r the resumptio n of Work; or (ii) specifying any special conditions under whic h
such Work may be resumed.
F. If after receipt of such written notice Contractor does no t agree to resume such Work based on a
reasonable belief it is unsafe, or does not agree to resu me such Work under such special conditions,
then Cit y may order the portio n of the Work that is in the area affected by such conditio n to be
deleted fro m the Work. Cit y may have such deleted portio n of the Work performed by City’s own
forces or others.
G. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold
harmless City, from and against all claims, costs, losses, and damages (including but not limited
to all fees and charges of engineers, architects, attorneys, and other professional s and all court
or arbitration or other disput e resolution costs) arising out of or relating to a Hazardous
Environmental Condition created by Contractor or by anyone for who m Contractor is responsible.
Nothing in this Paragraph 4.06.G shall obligate Contractor to indemnif y any individual or entity
fro m and against the consequences of that individual’s or entity’s own negligence.
H. The provisions of Paragraphs 4.02, 4.03, and 4.04 do no t apply to a Hazardous Environmental
Conditio n uncovered or revealed at the Site.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 16 of 63
ARTICLE 5 – BONDS AND INSURANCE
5.01 Licensed Sureties and Insurers
All bonds and insurance required by the Contract Document s to be purchased and maintained by
Contractor shall be obtained fro m suret y or insur ance co mpanies that are duly licensed or authorized
in the State of Texas to issue bonds or insurance policie s fo r the limit s and coverages so required.
Such suret y and insurance co mpanies shall also meet such additional requirement s and qualifications
as may be provided in the Supplementary Conditions.
5.02 Performance, Payment, and Maintenance Bonds
A. Contractor shall furnish performance and payment bonds, in accordance wit h Texas Government
Code Chapter 2253 or successor statute, each in an amount equal to the Contract Price as
security fo r the faithfu l performance and payment of all of Contractor’s obligations under the
Contract Documents.
B. Contractor shall furnish maintenance bonds in an amount equal to the Contract Price as security
to protect the Cit y 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 dat e of Final
Acceptance by the City.
C. All bonds shall be in the for m prescribed by the Contract Document s except as provided otherwise
by Laws or Regulations, and shall be executed by such sureties as are named in the list of
“Co mpanies Holding Certificates of Authorit y as Acceptable Sureties on Federal Bonds and as
Acceptable Reinsuring Co mpanies” as published in Circular 570 (amended) by the Financial
Management Service, Suret y Bond Branch, U.S. Depart ment of the Treasury. All bonds signed by
an agent or attorney-in-fact must be accompanied by a sealed and dated power of attorney whic h
shall sho w that it is effective on the dat e the agent or attorney-in-fact signed each bond.
D. If the suret y on any bond furnished by Contractor is declared bankrupt or beco mes insolvent or it s
right to do business is ter minated in the State of Texas or it ceases to meet the requirement s of
Paragraph 5.02.C, Contractor shall promptly notify Cit y and shall, within 30 days after the event
giving ris e to such notification, provide another bond and surety, bot h of whic h shall co mply wit h
the requirement s of Paragraphs 5.01 and 5.02.C.
5.03 Certificates of Insurance
Contractor shall deliver to City, wit h copies to each additional insured and loss payee identified in the
Supplementary Conditions, certificates of insurance (other evidence of insurance requested by Cit y or
any other additiona l insured) in at least the minimum amount as specified in the Supplementary
Conditions whic h Contractor is required to purchase and maintain.
1. The certificate of insurance shall document the City, and all identified entities named in the
Supplementary Conditions as “Additional Insured” on all liabilit y policies.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 17 of 63
2. The Contractor’s general liabilit y insurance shall include a, “per project ” or “per location”,
endorsement , whic h shall be identified in the certificat e 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 complet e in it s entirety, and sho w co mplet e insurance carrier names as listed in the current
A.M. Best Property & Casualty Guide
4. The insurer s for all policie s must be licensed and/o r approved to do business in the Stat e of
Texas. Except for workers’ co mpensation, all insurers must have a minimum rating of A-:
VII in the current A. M. Best Key Rating Guide or have reasonably equivalent financial
strengt h and solvency to the satisfactio n of Risk Management . If the rating is belo w that
required, written approval of Cit y is required.
5. All applicable policies shall include a Waiver of Subrogation (Right s of Recovery) in favor
of the City. In addition, the Contractor agrees to waive all right s of subrogation against the
Engineer (if applicable), and each additional insured identified in the Supplementary
Conditions
6. Failur e of the Cit y to demand such certificates or other evidence of full compliance wit h the
insurance requirement s or failur e of the Cit y to identify a deficienc y fro m evidence that is
provided shall not be construed as a waiver of Contractor’s obligatio n to maintain such lines
of insurance coverage.
7. If insurance policie s are no t written for specified coverage limits, an Umbrella or Excess
Liabilit y insurance for any differences is required. Excess Liabilit y shall follo w form of the
primary coverage.
8. Unless otherwise stated, all required insurance shall be written on the “occurrence basis”. If
coverage is underwritten on a claims-made basis, the retroactive dat e shall be coincident with
or prio r to the dat e of the effective dat e of the agreement and the certificate of insurance shall
stat e that the coverage is claims-made and the retroactive date. The insurance coverage shall
be maintained fo r the duratio n of the Contract and fo r three (3) years following Final
Acceptance provided under the Contract Documents or for the warrant y period, whichever is
longer . An annual certificate of insurance submitted to the Cit y shall evidence such
insurance coverage.
9. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the
required line s of coverage, nor decrease the limit s 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 deter mined to be unacceptable or the Cit y desire s additiona l insurance coverage,
and the Cit y desire s the contractor/engineer to obtai n such coverage, the contract price shal l
be adjusted by the cost of the premiu m fo r suc h additiona l coverage plu s 10%.
10. An y self-insure d retention (SIR), in excess of $25,000.00, affecting required insurance
coverag e shall be approved by the Cit y in regards to asset valu e and stockholders' equity. In
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 18 of 63
lieu of traditiona l insurance, alternative coverage maintained through insurance pools or risk
retentio n groups, must also be approved by City.
11. An y deductible in excess of $5,000.00, for any polic y that does not provide coverage on a
first -dolla r basis , must be acceptable to and approved by the City.
12. City, at it s sole discretion, reserves the right to revie w the insurance requirement s and to
make reasonable adjust ment s to insurance coverage’s and their limit s when deemed necessary
and prudent by the Cit y based upo n changes in statutory law, court decisio n or the claims
history of the industry as well as o f the contracting party to the City. The Cit y shall be required
to provide prio r notice of 90 days, and the insurance adjustment s shall be incorporated int o the
Work by Change Order.
13. Cit y shall be entitled, upo n writte n request and without expense, to receive copies of policies
and endorsement s thereto and may make any reasonable requests fo r deletio n or revisio n or
modifications of particular polic y terms, conditions, limitations, or exclusions necessary to
conform the polic y and endorsement s to the requirement s of the Contract. Deletions, revisions,
or modifications shall no t be requ ired where polic y provisions are established by law or
regulations binding upo n either part y or the underwriter on any such policies.
14. Cit y shall not be responsible fo r the direct payment of insurance premiu m cost s for
Contractor’s insurance.
5.04 Contractor’s Insurance
A. Workers Compensation and Employers’ Liability. Contractor shall purchase and maintain such
insurance coverage wit h limit s consistent wit h statutory benefit s outlined in the Texas Workers’
Compensation Act (Texas Labor Code, Ch. 406, as amended), and minimum limit s for E mployers’
Liabilit y as is appropriate for the Work being performed and as will provide protection fro m claims
set fort h belo w whic h 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 perfor med by
Contractor, any Subcontractor or Supplier, or by anyone directly o r indirectly employed by any o f
them to perfor m any o f the Work, or by anyone fo r whose acts any of them may be liable:
1. claims under workers’ co mpensation, disabilit y benefits, and other similar employee benefit
acts;
2. claims fo r damages because of bodily injury, occupationa l sickness or disease, or deat h of
Contractor’s employees.
B. Commercial General Liability. Coverag e shall includ e but no t be limite d to covering liability
(bodil y injur y or propert y damage) arising fro m: premises/operations, independent contractors,
products/complete d operations, persona l injury, and liabilit y under an insure d 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 wit h respect to any other
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 19 of 63
insurance or self-insurance programs afforded to the City. The Co mmercia l General Liability
policy, shall have no exclusions by endorse ment s that would alter of nullify premises/operations,
products/complete d operations, contractual, per sona l injury, or advertising injury, whic h are
nor mally contained wit h the policy, unless the Cit y approves such exclusions in writing.
Fo r constructio n project s that present a substa ntia l co mplete d operatio n exposure, the Cit y ma y
requir e the contracto r to maintain co mplete d operations coverage fo r a minimum of no les s than
thre e (3) years following the co mpletio n of the project (if identified in the Supplementary
Conditions).
C. Automobile Liability. A co mmercial business auto polic y shall provide coverage on “any auto”,
defined as auto s owned, hired and non-owned and provide indemnit y fo r claims fo r damages
because bodily injur y or deat h of any perso n and or propert y 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 employe d by any of the m to perfor m any of the Work, or by anyone
fo r whos e act s any of them may be liable.
D. Railroad Protective Liability. If any of the work or any warranty work is within the limit s of
railroad right -of-way, the Contractor shall co mply wit h the requirement s identified in the
Supplementary Conditions.
E. Notification of Policy Cancellation: Contractor shall immediately notify Cit y upo n cancellation
or other loss of insurance coverage. Contractor shall stop work until replacement insurance has
been procured. There shall be no time credit fo r days not worked pursuant to this section.
5.05 Acceptance of Bonds and Insurance; Option to Replace
If Cit y has any objectio n to the coverage afforded by or other provisions of the bonds or insurance
required to be purchased and maintained by the Contractor in accordance wit h Article 5 on the basis
of non-conformance wit h the Contract Documents, the Cit y shall so notify the Contracto r in writing
within 10 Business Days after receipt of the certificates (or other evidence requested). Contractor shall
provide to the Cit y such additional infor matio n in respect of insurance provided as the Cit y may
reasonably request. If Contractor does no t purchase or maintain all of the bond s and insurance required
by the Contract Documents, the Cit y shall notify the Contractor in writing of such failure prior to the
start of the Work, or of such failure to maintain prior to any change in the required coverage.
ARTICLE 6 – CONTRACTOR’S RESPONSIBILITIES
6.01 Supervision and Superintendence
A. Contractor shall supervise, inspect, and direct the Work co mpetently and efficiently, devoting
such attentio n thereto and applying such skills and expertise as may be necessary to perform the
Work in accordance wit h the Contract Documents. Contracto r shall be solely responsible fo r the
means, methods, techniques, sequences, and procedures of construction.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 20 of 63
B. At all times during the progress of the Work, Contractor shall assig n a co mpetent, English-
speaking, Superintendent who shall no t be replaced without written notice to City. The
Superintendent will be Contractor’s representative at the Sit e and shall have authorit y to act on
behalf of Contractor. All communicatio n given to or received fro m the Superintendent shall be
binding on Contractor.
C. Contracto r shall notify the Cit y 24 hours prio r to moving areas during the sequence of construction.
6.02 Labor; Working Hours
A. Contractor shall provide competent , suitably qualified personnel to perform constructio n as
required by the Contract Documents. Contractor shall at all times maintain good discipline and
order at the Site.
B. Except as otherwise required fo r the safet y or protectio n of persons or the Work or property at
the Sit e or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work
at the Sit e shall be performed during Regular Working Hours. Contractor will not permit the
perfor mance of Work beyon d Regular Working Hours or for Weekend Working Hours without
City’s written consent (which will no t be unreasonably withheld). Written request (by letter or
electronic communication) to perform Work:
1. for beyond Regular Working Hours request must be made by noo n at least two (2) Business
Days prior
2. fo r Weekend Working Hour s request must be made by noo n of the preceding Thursday
3. for legal holidays request must be made by noo n two Business Days prio r to the legal
holiday.
6.03 Services, Materials, and Equipment
A. Unles s otherwise specified in the Contract Docu ments, Contractor shall provide and assume full
responsibilit y fo r all services, materials, equipment , labor, transportation, constructio n equipment
and machinery, tools , appliances, fuel, power, light , heat , telephone, water, sanitar y facilities,
temporary facilities , and all other facilitie s and incidentals necessary for the performance,
Contracto r required testing , start -up, and co mpletio n of the Work.
B. All materials and equipment incorporated int o the Work shall be as specified or, if not specified,
shall be of good qualit y and new, except as other wis e provided in the Contract Docu ments. 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 report s of
required tests) as to the source, kind , and qualit y of materials and equipment.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 21 of 63
C. All materials and equipment to be incorporated into the Work shall be stored, applied, installed,
connected, erected, protected, used, cleaned, and conditioned in accordance wit h instructions of
the applicable Supplier, except as otherwise may be provided in the Contract Documents.
D. All ite ms of standar d equipment to be incorporated int o the Work shall be the latest model at the
time of bid , unless otherwis e specified.
6.04 Project Schedule
A. Contractor shall adhere to the Project Schedule established in accordance wit h Paragrap h 2.07
and the General Requirement s as it may be adjuste d fro m time to time as provided below.
1. Contractor shall submit to Cit y fo r acceptance (to the extent indicate d in Paragrap h 2.07 and
the General Requirements) proposed adjust ment s in the Projec t Schedule that will not result
in changing the Contract Time. Such adjust ment s will co mply wit h any provisions of the
General Requirement s applicable thereto.
2. Contractor shall submit to Cit y a monthly Project Schedule wit h a monthly progress payment
fo r the duratio n of the Contract in accordance wit h the schedule specification 01 32 16.
3. Proposed adjustment s in the Project Schedule that will change the Contract Time shall be
submitte d in accordance wit h the requirement s of Article 12. Adjust ment s in Contract Time
may only be made by a Change Order.
6.05 Substitutes and “Or-Equals”
A. Whenever an ite m of materia l or equipment is specified or describe d in the Contract Docu ments
by using the na me of a proprietary ite m or the na me of a particula r Supplier, the specificatio n or
descriptio n is intended to establish the typ e, function, appearance, and qualit y required. Unless the
specificatio n or descriptio n contain s or is followe d by words reading that no like , equivalent, o r
“or-equal” ite m or no substitution is permitted, other ite ms of materia l or equip ment of other
Suppliers may be submitted to Cit y fo r revie w under the circumstances described below.
1. “Or-Equal” Items: If in City’s sole discretio n an item of materia l or equip ment 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 Cit y as an “or-equal” item, in which
case revie w and approval of the proposed item may, in City’s sole discretion, be accomplishe d
without co mpliance wit h so me or all of the requirement s fo r approval of proposed substitut e
ite ms. For the purposes of this Paragraph 6.05.A.1, a proposed item of materia l or equipment
will be considered functionally equal to an item so named if:
a. the Cit y determines that:
1) it is at least equal in materials of construction, quality, durability, appearance,
strength, and design characteristics;
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 22 of 63
2) it will reliably perform at least equally well the functio n and achieve the results
imposed by the design concept of the co mpleted Project as a functioning whole; and
3) it has a proven record of performance and availabilit y of responsive service; and
b. Contractor certifies that, if approved and incorporated int o the Work:
1) there will be no increase in cost to the Cit y or increase in Contract Time; and
2) it will conform substantially to the detailed requirement s of the item named in the
Contract Documents.
2. Substitute Items:
a. If in City’s sole discretio n an item of materia l or equipment proposed by Contractor does
not qualify as an “or-equal” ite m under Paragraph 6.05.A.1, it may be submitted as a
proposed substitut e ite m.
b. Contractor shall submit sufficient informatio n as provided belo w to allo w Cit y to determine
if the item of materia l or equipment proposed is essentially equivalent to that named and
an acceptable substitut e therefor . Requests fo r review of proposed substitute items of
materia l or equipment will not be accepted by Cit y fro m anyone other than Contractor.
c. Contractor shall make written application to Cit y fo r review of a proposed substitute item
of material or equip ment that Contractor seeks to furnis h or use. The application shall
co mply wit h Sectio n 01 25 00 and:
1) shall certify that the proposed substitut e item will:
a) perfor m adequately the functions and achieve the result s called for by the general
design;
b) be similar in substance to that specified;
c) be suited to the same use as that specified; and
2) will state:
a) the extent, if any, to whic h the use of the proposed substitut e item will prejudice
Contractor’s achievement of final co mpletio n on time;
b) whether use of the proposed substitut e item in the Work will require a change in
any o f the Contract Document s (or in the provisions of any other direct contract
wit h Cit y fo r other work on the Project) to adapt the design to the proposed
substitut e item;
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 23 of 63
c) whether incorporatio n or use of the proposed substitut e item in connectio n with
the Work is subject to payment of any license fee or royalty; and
3) will identify:
a) all variations of the proposed substitut e item from that specified;
b) available engineering, sales, maintenance, repair, and replacement services; and
4) shall contain an itemized estimate of all costs or credit s that will result directly or
indirectly from use of such substitut e item, including cost s of redesign and Damage
Clai ms of other contractors affected by any resulting change.
B. Substitute Construction Methods or Procedures: If a specific means, method, technique, sequence,
or procedure of constructio n is expressly required by the Contract Documents, Contractor may
furnish or utilize a substitut e means, method, technique, sequence, or procedure of constructio n
approved by City. Contractor shall submit sufficient informatio n to allo w 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 Cit y for review in the same
manner as those provided in Paragraph 6.05.A.2.
C. City’s Evaluation: Cit y will be allowed a reasonable time within whic h to evaluate each
proposal or submittal made pursuant to Paragraphs 6.05.A and 6.05.B. Cit y may require Contractor
to furnis h additional dat a about the proposed substitute. Cit y will be the sole judge of acceptability.
No “or-equal” or substitut e will be ordered, installed or utilized until City’s review is co mplete,
whic h will be evidenced by a Change Order in the case of a substitute and an accepted Submitta l
fo r an “or-equal.” Cit y will advise Contractor in writing of it s determination.
D. Special Guarantee: Cit y may require Contractor to furnis h at Contractor’s expense a special
performance guarantee, warranty, or other suret y wit h respect to any substitute. Contractor shall
indemnif y 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: Cit y will record City’s cost s in evaluating a substitute proposed or
submitted by Contractor pursuant to Paragraphs 6.05.A.2 and 6.05.B. Whether or no t City
approves a substitute so proposed or submitted by Contractor, Contractor may be required to
reimburse Cit y fo r evaluating each such proposed substitute. Contractor may also be required to
reimburse Cit y fo r the charges fo r making changes in the Contract Docu ment s (or in the provisions
of any other direct contract wit h City) resulting from the acceptance of each proposed substitute.
F. Contractor’s Expense: Contractor shall provid e all dat a in support of any proposed substitut e or
“or-equal” at Contractor’s expense.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 24 of 63
G. City Substitute Reimbursement: Cost s (savings or charges) attributable to acceptance of a substitute
shall be incorporated to the Contract by Change Order.
H. Time Extensions: No additional time will be granted for substitutions.
6.06 Concerning Subcontractors, Suppliers, and Others
A. Contractor shall perform wit h his own organization, work of a value not less than 35% of the
value embraced on the Contract , unless otherwise approved by the City.
B. Contracto r shall no t emplo y any Subcontractor, Supplier, or other individual or entity, whether
initiall y or as a replacement , against who m Cit y may have reasonable objection. Contractor shall
not be required to emplo y any Subcontractor, Supplier, or other individual or entit y to furnish or
perfor m any of the Work against who m Contracto r has reasonable objectio n (excluding those
acceptable to Cit y as indicated in Paragraph 6.06.C).
C. The Cit y may from time to time require the use of certain Subcontractors, Suppliers, or other
individuals or entities on the project , and will provide such requirement s in the Supplementary
Conditions.
D. Minority and Women Business Enterprise Compliance: It is Cit y polic y to ensure the full and
equitable participatio n by Minorit y and Women Business Enterprises (MWBE) in the procurement
of goods and services on a contractual basis. If the Contract Document s provide for MWBE goal,
Contractor is required to co mply wit h the intent of the City’s MWBE Business Enterprise
Ordinance (as amended) by the following:
1. Contractor shall, upo n request by City, provide co mplet e and accurate infor matio n regarding
actual work performed by MWBE on the Contract and payment therefor.
2. Contractor will no t make additions, deletions, or substitutions of accepted MWBE without
written consent of the City. Any unjustified chang e or deletio n shall be a materia l breach of
Contract and may result in debarment in accordance wit h the procedures outlined in the
Ordinance.
3. Contractor shall, upo n request by City, allo w an audit and/o r examinatio n of any books, records,
or file s in the possession of the Contractor that will substantiat e the actual work performed by
MWBE. Materia l misrepresentation of any nature will be grounds for ter minatio n of the
Contract in accordance wit h Paragraph 15.02.A. Any such misrepresentation may be grounds
fo r disqualification of Contractor to bid on future contracts wit h the Cit y fo r a perio d of
not less than three years.
E. Contractor shall be fully responsible to Cit y for all acts and omissions of the Subcontractors,
Suppliers, and othe r individual s or entitie s performing or furnishing any of the Work just as
Contractor is responsible fo r Contractor’s own act s and omissions. Nothing in the Contract
Documents:
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 25 of 63
1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity
any contractual relationship between Cit y and any such Subcontractor, Supplier or other
individual or entity; nor
2. shall creat e any obligatio n on the part of Cit y to pay or to see to the payment of any moneys
due any such Subcontractor, Supplier, or other individual or entit y except as may otherwise be
required by Laws and Regulations.
F. Contracto r shall be solely responsible fo r 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 wit h Contractor.
G. All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any
of the Work shall communicate wit h Cit y throug h Contractor.
H. All Work performed for Contracto r by a Subcontractor or Supplier will be pursuant to an
appropriat e agreement between Contractor and t he Subcontractor or Supplier whic h specifically
binds the Subcontracto r or Supplier to the applicable terms and conditions of the Contract
Docu ment s fo r the benefit of City.
6.07 Wage Rates
A. Duty to pay Prevailing Wage Rates. The Contracto r shall co mply wit h all requirement s of
Chapter 2258, Texas Government Code (as amended), including the payment of no t less than the
rates deter mined by the Cit y Council of the Cit y of Fort Worth to be the prevailing wage rates in
accordance wit h Chapter 2258. Such prevailing wage rates ar e include d in these Contract
Docu ments.
B. Penalt y for Violation. A Contracto r or any Subcontracto r who does no t pay the prevailing wage
shall, upon demand made by the City, pay to t he Cit y $60 fo r each worker employed fo r each
calendar day or part of the day that the worker is paid les s than the prevailing wage rates stipulate d
in these contract docu ments. This penalt y shall be retaine d by the Cit y 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 infor mation,
including a co mplaint by a worker , concerning an alleged violatio n of 2258.023, Texas
Government Code, by a Contractor or Subcontractor, the Cit y shall make an initial
determination, befor e the 31st day after the dat e the Cit y receives the infor mation, as to whether
goo d cause exist s to believe that the violatio n occurred. The Cit y shall notify in writing the
Contractor or Subcontractor and any affected worker of it s initia l determination. Upo n the City’s
determinatio n that there is good cause to believe the Contractor or Subcontractor has violated
Chapter 2258, the Cit y shall retain the full amounts claimed by the claimant or claimant s as the
difference between wages paid and wages due under the prevailing wage rates, such amounts bein g
subtracted fro m successive progress payment s pending a final determinatio n of the violation.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 26 of 63
D. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violatio n of Sectio n
2258.023, Texas Government Code, including a penalt y owed to the Cit y or an affected worker,
shall be submitted to binding arbitration in accordance wit h the Texas General Arbitratio n Act
(Article 224 et seq., Revised Statutes) if the Cont ractor or Subcontractor and any affected worker
does no t resolve the issue by agreement befor e the 15t h day after the dat e the Cit y makes it s initia l
determinatio n pursuant to Paragraph C above. If the persons required to arbitrate under this
sectio n do not agree on an arbitrator befor e the 11th day after the dat e that arbitratio n is required,
a district court shall appoint an arbitrator on the petitio n of any of the persons. The Cit y is no t a
party in the arbitr ation. The decisio n and award of the arbitrator is fina l and binding on all partie s
and may be enforced in any court of co mpetent jurisdiction.
E. Records to be Maintained. The Contractor and each Subcontractor shall, fo r a perio d of three (3)
years following the date of acceptance of the work, maintain records that sho w (i) the name and
occupation of each worker employed by the Contractor in the constructio n of the Work provided
for in this Contract ; and (ii) the actual per die m wages paid to each worker. The records shall be
open at all reasonable hours fo r inspectio n by the City. The provisions of Paragraph 6.23, Right
to Audit, shall pertain to this inspection.
F. Affadavit. Contractor shall submit an affidavit stating that the Contractor has complied with the
requirements of Chapter 2258, Texas Government Code related to paying prevailing wage rates on
completion of the project.
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 it s subcontract s and/or shall
otherwise require all of it s Subcontractors to co mply wit h Paragraphs A through G above.
6.08 Patent Fees and Royalties
A. Contractor shall pay all license fees and royalties and assume all cost s incident to the use in the
perfor mance of the Work or the incorporatio n in the Work of any invention, design, process,
product, or device whic h is the subject of patent right s or copyrights held by others. If a particular
invention, design, process, product, or device is specified in the Contract Documents fo r use in the
perfor mance of the Work and if, to the actual knowledge of City, it s use is subject to patent right s
or copyrights calling fo r the payment of any license fee or royalt y to others, the existence of such
right s shall be disclosed by Cit y in the Contract Documents. Failur e of the City t o disclose such
infor matio n does no t relieve the Contractor fro m it s obligations to pay fo r the use of said fees or
royalties to others.
B. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold
harmless City, from and against all claims, costs, losses, and damages (including but not limited
to all fees and charges of engineers, architects, attorneys, and other professional s and al l court
or arbitration or other disput e resolution costs) arisin g out of or relating to any infringement of
patent right s or copyright s incident to the use in the performance of the Wor k or resulting from
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 27 of 63
the incorporation in the Work of any invention, design, process, product, or device not specified
in the Contract Documents.
6.09 Permits and Utilities
A. Contractor obtained permits and licenses. Contractor shall obtain and pay fo r all construction
permit s and licenses except those provided fo r in the Supplementary Conditions or Contract
Documents. Cit y shall assist Contractor, when necessary, in obtaining such permit s and licenses.
Contractor shall pay all governmental charges and inspectio n fees necessary fo r the prosecution o f
the Work whic h are applicable at the time of opening of Bids, or, if there are no Bids, on the
Effective Dat e of the Agreement , except fo r permit s provided by the Cit y as specified in 6.09.B.
Cit y shall pay all charges of utilit y owners fo r connections fo r providing permanent service to the
Work.
B. City obtained permits and licenses. Cit y will obtain and pay for all permit s and licenses as provided
fo r in the Supplementary Conditions or Contract Documents. It will be the Contractor’s
responsibilit y to carry out the provisions of the permit . If the Contractor initiates changes to the
Contract and the Cit y approves the changes, the Contractor is responsible fo r obtaining clearances
and coordinating wit h the appropriate regulatory agency. The Cit y will not reimburse the
Contractor for any cost associated wit h these requirement s of any Cit y acquired permit . The
following are permit s the Cit y will obtain if required:
1. Texas Depart ment of Transportation Permits
2. U.S. Army Corps of Engineers Permits
3. Texas Co mmissio n on Environmental Qualit y Permits
4. Railroad Co mpany Permits
C. Outstanding permits and licenses. The Cit y anticipates acquisitio n of and/o r access to permits
and licenses. An y outstanding permit s and license s are anticipated to be acquired in accordance
wit h the schedule set fort h in the Supplement ary Conditions . The Project Schedule submitte d by
the Contractor in accordance wit h the Contr act Docu ment s must conside r any outstanding permit s
and licenses.
6.10 Laws and Regulations
A. Contracto r shall give all notices required by and shall comply wit h all Laws and Regulations
applicable to the performance of the Work. Except where otherwise expressly required by
applicable Laws and Regulations, the Cit y shall not be responsible fo r monitoring Contractor’s
co mpliance wit h any Laws or Regulations.
B. If Contractor performs any Work knowing or having reason to kno w that it is contrar y to Laws or
Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not limited
to all fees and charges of engineers, architects, attorneys, and other professionals and all
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 28 of 63
court or arbitratio n or other dispute resolutio n costs) arising out of or relating to such Work.
However , it shall not be Contractor’s responsibilit y to make certain that the Specifications and
Drawings are in accordance wit h Laws and Regulat ions, but this shall no t relieve Contractor of
Contractor’s obligations under Paragrap h 3.02.
C. Changes in Laws or Regulations no t known at the time of opening of Bids having an effect on
the cost or time of performance of the Work may be the subject of an adjustment in Contract Price
or Contract Time.
6.11 Taxes
A. On a contract awarded by the City, an organizatio n whic h qualifie s fo r exemptio n pursuant to
Texas Tax Code, Subchapter H, Section s 151.301-335 (as amended), the Contractor may purchase,
rent or lease all materials , supplie s and equipment used or consu med in the performance of thi s
contract by issuing to his supplier an exe mptio n certificat e in lie u of the tax, said exe mptio n
certificat e to co mply wit h Stat e Co mptroller’s Ruling .007. An y such exe mption certificat e issued
to the Contractor in lie u of the tax shall be subject to and shall co mply wit h the provisio n of Stat e
Co mptroller’s Ruling .011, and any other applicable ruling s pertaining to the Texas Tax Code,
Subchapter H.
B. Texas Tax permit s and infor matio n may be obtained fro m:
https://comptroller.texas.gov/taxes/permit/
6.12 Use of Site and Other Areas
A. Limitation on Use of Site and Other Areas:
1. Contractor shall confine construction equipment, the storage of materials and equipment , and
the operations of workers to the Sit e and other areas per mitted by Laws and Regulations, and
shall no t unreasonably encu mber the Sit e and other areas wit h constructio n equipment or other
materials or equip ment . Contractor shall assu me full responsibilit y fo r any damage to any suc h
land or area, or to the owner or occupant thereof, or of any adjacent land or areas resulting
fro m 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 fo r proper execution of the Work, the Cit y may require the Contractor to finis h the
sectio n on whic h operations are in progress before work is co mmenced on any additional
area of the Site.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 29 of 63
3. Should any Damage Claim be made by any such owner or occupant because of the performance
of the Work, Contractor shall promptly attempt to resolve the Damage Claim.
4. Pursuant to Paragraph 6.21, Contractor shall indemnify and hold harmless City, from and
against all claims, costs, losses, and damages arising out of or relating to any claim or action,
legal or equitable, brought by any such owner or occupant against City.
B. Removal of Debris During Performance of the Work: During the progress of the Work
Contractor shall keep the Sit e and other areas free fro m accumulations of wast e materials, rubbish,
and other debris. Removal and disposal of such wast e materials, rubbish, and other debris shall
conform to applicable Laws and Regulations.
C. Site Maintenance Cleaning: 24 hour s after written notice is given to the Contractor that the
clean-up on the jo b sit e is proceeding in a manner unsatisfactory to the City, if the Contractor fails
to correct the unsatisfactory procedure, the Cit y may take such direct actio n as the City dee ms
appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice
(by letter or electronic communication), and the cost s of such direct action, plus 25 % of such
costs, shall be deducted fro m the monies due or to beco me due to the Contractor.
D. Final Site Cleaning: Prio r to Fina l Acceptance of the Work Contractor shall clea n the Sit e and
the Work and make it ready for utilizatio n by Cit y or adjacent property owner. At the co mpletion
of the Work Contractor shall remove fro m the Sit e all tools , appliances, constructio n equipment
and machinery, and surplus materials and shall restore to original conditio n or better all property
disturbed by the Work.
E. Loading Structures: Contracto r shall not loa d no r per mit any part of any structur e to be loaded
in any manner that will endanger the structure, no r shall Contracto r subjec t any part of the Work
or adjacent propert y to stresses or pressures that will endanger it.
6.13 Record Documents
A. Contractor shall maintain in a safe plac e at the Sit e or in a plac e designated by the Contractor and
approved by the City, one (1) record cop y of all Drawings , Specifications, Addenda, Change
Orders, Field Orders, and written interpretations and clarifications in good order and annotated to
sho w changes made during construction. These recor d document s together wit h all approved
Sample s and a counterpart of all accepted Submittals will be available t o Cit y fo r reference. Upo n
co mpletio n of the Work, these recor d documents, any operatio n and maintenance manuals, and
Submittals will be delivered to Cit y prio r to Fina l Inspection. Contractor shall include accurate
locations fo r buried and imbedded items.
6.14 Safety and Protection
A. Contractor shall be solely responsible fo r initiating, maintaining and supervising all safety
precautions and programs in connectio n wit h the Work. Such responsibilit y does no t relieve
Subcontractors of their responsibilit y fo r the safety of persons or property in the performance of
their work, no r for co mpliance wit h applicable safet y Laws and Regulations. Contractor shall
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 30 of 63
take all necessary precautions fo r the safety of, and shall provide the necessary protection to
prevent damage, injur y or loss to:
1. all persons on the Sit e or who may be affected by the Work;
2. all the Work and materials and equip ment to be incorporated therein, whether in storage on
or off the Site; and
3. other property at the Sit e 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. Contracto r shall comply wit h all applicable Laws and Regulations relating to the safety of
persons or property, or to the protectio n of persons or property fro m 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 utilit y owners when
prosecution of the Work may affect them, and shall cooperate wit h them in the protection,
removal, relocation, and replacement of their property.
C. Contractor shall comply wit h the applicable requirement s of City’s safety programs, if any.
D. Contractor shall infor m Cit y of the specific requ irement s of Contractor’s safet y program, if any,
wit h whic h City’s employees and representatives must co mply while at the Site.
E. All damage, injury, or loss to any property referred to in Paragraph 6.14.A.2 or 6.14.A.3 caused,
directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other
individual or entit y directly or indirectly employed by any of them to perform any of the Work, or
anyone fo r whose act s any of them may be liable, shall be remedied by Contractor.
F. Contractor’s duties and responsibilitie s fo r safet y and fo r protectio n of the Work shall continue
until such time as all the Work is completed and Cit y has accepted the Work.
6.15 Safety Representative
Contractor shall infor m Cit y in writing of Contractor’s designated safet y representative at the Site.
6.16 Hazard Communication Programs
Contractor shall be responsible fo r coordinating any exchange of material safet y data sheet s or other
hazard co mmunication infor matio n required to be made available to or exchanged between or among
employers in accordance wit h Laws or Regulations.
6.17 Emergencies and/or Rectification
A. In emergencies affecting the safet y or protection of persons or the Work or property at the Sit e or
adjacent thereto, Contractor is obligated to act to prevent threatened damage, injury, or loss.
Contractor shall give Cit y prompt written notice if Contractor believes that any significant
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 31 of 63
changes in the Work or variations fro m the Contract Docu ment s have been caused thereby or are
required as a result thereo f. If Cit y determines that a change in the Contract Document s is required
because of the actio n taken by Contractor in response to such an emergency, a Change Order may
be issued.
B. Should the Contractor fail to respond to a request fro m the Cit y to rectify any discrepancies,
omissions, or correctio n necessary to confor m wit h the requirement s of the Contract Documents,
the Cit y shall give the Contractor written notice that such work or changes are to be performed.
The written notice shall direct attention to the discrepant conditio n and request the Contractor to
take remedia l actio n to correct the condition. In the event the Contractor does not take positive
steps to fulfill this writte n request, or does no t sho w jus t cause fo r not taking the proper action,
within 24 hours, the Cit y may take such remedia l actio n wit h Cit y forces or by contract. The City
shall deduct an amount equal to the entir e cost s for such remedia l action, plus 25%, fro m any
fund s due or beco me due the Contractor on the Project.
6.18 Submittals
A. Contractor shall submit required Submittals to Cit y for review and acceptance in accordance
wit h the accepted Schedule of Submittals (as required by Paragrap h 2.07). Each sub mitta l will be
identified as Cit y may require.
1. Submit nu mber of copie s specified in the General Requirements.
2. Dat a shown on the Submittals will be co mplet e wit h respect to quantities , dimensions, specifie d
perfor mance and desig n criteria , materials , and simila r dat a to sho w Cit y the services,
materials , and equipment Contracto r proposes to provid e and to enable Cit y to revie w the
infor matio n fo r the li mite d purposes required by Paragraph 6.18.C.
3. Submittals submitte d as herein provided by Contractor and reviewed by Cit y for
conformance wit h the desig n concept shall be executed in conformit y wit h the Contract
Docu ment s unles s otherwis e required by City.
4. When Submittals are submitted for the purpose of showing the installatio n in greater detail,
their review shall not excuse Contractor fro m requirement s shown on the Drawings and
Specifications.
5. For -Infor mation-Only submittals upo n whic h the Cit y is not expected to conduct revie w or
take responsive actio n may be so identifie d in the Contract Docu ments.
6. Submit required nu mber of Sample s specified in the Specifications.
7. Clearly identif y each Sample as to material, Supplier , pertinent dat a such as catalo g nu mbers,
the use fo r whic h intended and othe r dat a as Cit y may require to enable Cit y to revie w the
submitta l fo r the limite d purposes required by Paragraph 6.18.C.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 32 of 63
B. Where a Submittal is required by the Contract Document s or the Schedule of Submittals, any
related Work perfor med prio r to City’s revie w and acceptance of the pertinent submitta l will be
at the sole expense and responsibilit y of Contractor.
C. City’s Review:
1. Cit y will provid e timely revie w of required Submittals in accordance wit h the Schedule of
Submittals acceptable to City. City’s revie w and acceptance will be only to deter mine if the
ite ms covered by the submittals will, after inst allatio n or incorporatio n in the Work, conform
to the in formatio n give n in the Contract Document s and be co mpatible wit h the design concept
of the co mplete d Project as a functioning whole as indicated by the Contract Docu ments.
2. City’s revie w and acceptance will no t extend to means, methods, techniques, sequences, or
procedures of constructio n (except wher e a particula r means, method, technique, sequence,
or procedur e of constructio n is specifically and expressly called fo r by the Contract
Docu ments) or to safet y precautions or programs incident thereto . The revie w and acceptance
of a separat e ite m as such will not indicat e approval of the assembly in whic h the item
functions.
3. City’s review and acceptance shall not relieve Contractor fro m responsibilit y fo r any
variatio n fro m the requirement s of the Contract Docu ment s unles s Contractor has co mplied
wit h the requirement s of Sectio n 01 33 00 and Cit y has give n written acceptance of each
such variatio n by specific written notatio n thereo f incorporated in or accompanying the
Submittal. City’s review and acceptance shall no t relieve Contracto r fro m responsibilit y for
co mplying wit h the require ment s of the Contract Documents.
6.19 Continuing the Work
Except as otherwise provided, Contractor shall carry on the Work and adhere to the Project Schedule
during all disputes or disagreement s wit h City. No Work shall be delayed or postponed pending
resolutio n of any disputes or disagreements, except as Cit y and Contractor may otherwise agree in
writing.
6.20 Contractor’s General Warranty and Guarantee
A. Contractor warrant s and guarantees to Cit y that all Work will be in accordance wit h the Contract
Document s and will no t be defective. Cit y and it s officers, directors, members, partners,
employees, agents, consultants, and subcontractors shall be entitled to rely on representation of
Contractor’s warrant y and guarantee.
B. Contractor’s warrant y and guarantee hereunder excludes defects or damage caused by:
1. abuse, modification, or improper maintenance or operatio n by persons other than Contractor,
Subcontractors, Suppliers, or any other individua l or entit y for who m Contracto r is
responsible ; or
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 33 of 63
2. nor mal wear and tear under normal usage.
C. Contractor’s obligatio n to perform and complet e the Work in accordance wit h the Contract
Document s shall be absolute. None of the following will constitute an acceptance of Work that is
not in accordance wit h the Contract Document s or a release of Contractor’s obligatio n to perform
the Work in accordance wit h the Contract Documents:
1. observations by City;
2. reco mmendatio n or payment by Cit y of any progress or fina l payment;
3. the issuance of a certificate of Final Acceptance by Cit y or any payment related thereto by
City;
4. use or occupancy of the Work or any part thereof by City;
5. any review and acceptance of a Submittal by City;
6. any inspection, test, or approval by others; or
7. any correctio n of defective Work by City.
D. The Contractor shall remed y any defect s or da mages in the Work and pay fo r any damage to
othe r wor k or propert y resulting therefro m whic h shall appear withi n a perio d of two (2) years
fro m the dat e of Fina l Acceptance of the Work unles s a longer perio d is specified and shall furnis h
a good and sufficient maintenance bond, complying wit h the requirement s of Article
5.02.B. The Cit y will give notic e of observed defects wit h reasonable pro mptness.
6.21 Indemnification
A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own
expense, the City, its officers, servants and employees, fro m 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 suc h claim s and causes of actions.
B. Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the City,
its officers, servants and employees, from and against any and all loss, damage or destruction
of property of the City, arising out of, or alleged to arise out of, the work and services to be
performed by the Contractor, its officers, agents, employees, subcontractors, licensees or
invitees under this Contract. THIS INDEMNIFICATION PROVISION IS
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 34 of 63
SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS
ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT
WERE CAUSED, IN WHOLE OR IN PART, BY ANY ACT, OMISSION OR
NEGLIGENCE OF THE CITY.
6.22 Delegation of Professional Design Services
A. Contracto r will no t be required to provide professiona l design services unless such services are
specifically required by the Contract Document s fo r a portio n of the Work or unless such services
are required to carr y out Contractor’s responsibilities fo r constructio n means, methods, techniques,
sequences and procedures.
B. If professiona l desig n services or certifications by a desig n professiona l related to systems,
materials or equip ment are specifically required of Contractor by the Contract Documents, City
will specify all performance and desig n criteria that such services must satis fy. 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 pro fessional. Submittals related to the Work designed or certified by
such pro fessional, if prepared by others, shall bear such pro fessional’s written approval when
submitted to City.
C. Cit y shall be entitled to rely upon the adequacy, accuracy and completeness of the services,
certifications or approvals performed by such design professionals, provided Cit y has specified
to Contractor performance and desig n criteria that suc h services must satisfy.
D. Pursuant to this Paragraph 6.22, City’s review and acceptance of design calculations and design
drawings will be only for the limited purpose of checking for conformance wit h performance and
desig n criteria give n and the desig n concept expressed in the Contract Documents. City’s review
and acceptance of Submittals (except desig n calculations and design drawings) will be only for
the purpose stated in Paragraph 6.18.C.
6.23 Right to Audit
A. The Contractor agrees that the Cit y shall, until the expiratio n 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 Cit y 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 audit s in co mpliance wit h the provisions of this Paragraph. The Cit y shall
give Contractor reasonable advance notice of intended audits.
B. Contractor further agrees to include in all it s subcontract s hereunder a provisio n to the effect that
the subcontractor agrees that the Cit y shall, until the expiratio n 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 Cit y shall have access during Regular Working Hours to all
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 35 of 63
Subcontractor facilities, and shall be provided adequate and appropriat e work space in order to
conduct audit s in co mpliance wit h the provisions of this Paragraph. The Cit y shall give
Subcontracto r reasonable advance notic e of intended audits.
C. Contractor and Subcontractor agree to photocopy such document s as may be requested by the City.
The Cit y 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 perfor med.
6.24 Nondiscrimination
A. The Cit y is responsible fo r operating Public Transportation Programs and imple menting transit -
related projects, whic h are funded in part wit h Federal financial assistance awarded by the U.S.
Depart ment of Transportatio n and the Federal Transit Ad ministration (FTA), without
discriminating against any perso n in the United States on the basis of race, color , or national origin.
B. Title VI , Civi l Right s Act of 1964 as amended: Contractor shall comply wit h the requirement s of
the Act and the Regulations as further defined in the Supplementary Conditions fo r any project
receiving Federal assistance.
ARTICLE 7 – OTHER WORK AT THE SITE
7.01 Related Work at Site
A. Cit y may perfor m other work related to the Project at the Sit e wit h City’s employees, or other
Cit y contractors, or through other direct cont ract s therefor, or have other work performed by utilit y
owners. If such other work is not noted in the Contract Documents, then written notice thereo f
will be given to Contractor prio r to starting any such other work; and
B. Contractor shall affor d each other contractor who is a party to such a direct contract, each utility
owner, and City, if Cit y is performing other work wit h City’s employees or other City contractors,
proper and safe access to the Site, provide a reasonable opportunity fo r the introduction and storage
of materials and equip ment and the execution of such other work, and properly coordinate the
Work wit h theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be
required to properly connect or otherwise make it s several parts co me together and properly
integrat e wit h such other work. Contractor shall not endanger any work of other s by cutting,
excavating, or otherwise altering such work; provided, however , that Contractor may cut or alter
others' work wit h the written consent of Cit y and the others whose work will be affected.
C. If the proper execution or result s of any part of Contractor’s Work depends upo n work performed
by others under this Article 7, Contractor shall inspect such other work and pro mptly report to
Cit y in writing any delays, defects, or deficienc ies in such other work that render it unavailable
or unsuitable fo r the proper execution and result s of Contractor’s Work. Contractor’s failur e to so
report will constitut e an acceptance of such other work as fit and proper for integratio n with
Contractor’s Work except for latent defects in the work provided by others.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 36 of 63
7.02 Coordination
A. If Cit y intends to contract wit h others for the perfor mance of other work on the Project at the
Site, the following will be set fort h in Supplementary Conditions:
1. the individual or entit y who will have autho rit y and responsibilit y fo r coordination of the
activitie s among the variou s contractors will be identified;
2. the specific matter s to be covered by such authorit y and responsibilit y will be ite mized; and
3. the extent of such authorit y and responsibilitie s will be provided.
B. Unless otherwise provided in the Supplementary Conditions, Cit y shall have authority fo r such
coordination.
ARTICLE 8 – CITY’S RESPONSIBILITIES
8.01 Communications to Contractor
Except as otherwise provided in the Supplementary Conditions, Cit y shall issue all communications
to Contractor.
8.02 Furnish Data
Cit y shall timely furnish the dat a required under the Contract Documents.
8.03 Pay When Due
Cit y shall make payment s to Contractor in accordance wit h Article 14.
8.04 Lands and Easements; Reports and Tests
City’s duties wit h respect to providing lands and easement s and providing engineering surveys to
establish reference point s are set fort h in Paragraphs 4.01 and 4.05. Paragraph 4.02 refers to City’s
identifying and making available to Contractor copies of reports of explorations and tests of subsurfac e
conditions and drawings of physical conditions relating to existing surface or subsurface structures at
or contiguous to the Sit e that have been utilized by Cit y in preparing the Contract Documents.
8.05 Change Orders
Cit y shall execute Change Orders in accordance wit h Paragraph 10.03.
8.06 Inspections, Tests, and Approvals
City’s responsibilit y wit h respect to certain inspections, tests, and approvals is set fort h in Paragraph
13.03.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 37 of 63
8.07 Limitations on City’s Responsibilities
A. The Cit y shall no t supervise, direct , or have contro l or authorit y over, no r be responsible for,
Contractor’s means, methods, techniques, sequences, or procedures of construction, or the safety
precautions and programs incident thereto, or fo r any failur e of Contractor to co mply wit h Laws
and Regulations applicable to the performance of the Work. Cit y will no t be responsible for
Contractor’s failur e to perfor m the Work in accordance wit h the Contract Documents.
B. Cit y will notify the Contracto r of applicable safet y plans pursuant to Paragraph 6.14.
8.08 Undisclosed Hazardous Environmental Condition
City’s responsibilit y wit h respect to an undisclosed Hazardous Environmental Conditio n is set forth
in Paragraph 4.06.
8.09 Compliance wit h Safety Program
While at the Site, City’s employees and representatives shall comply wit h the specific applicable
requirement s of Contractor’s safety programs of which Cit y has been informed pursuant to
Paragraph 6.14.
ARTICLE 9 – CITY’S OBSERVATION STATUS DURING CONSTRUCTION
9.01 City’s Project Manager
Cit y will provide one or more Project Manager(s) during the constructio n period. The duties and
responsibilities and the limitations of authorit y of City’s Project Manager during construction are set
forth in the Contract Documents. The City’s Project Manager for this Contract is identified in the
Supplementary Conditions.
9.02 Visits to Site
A. City’s Project Manager will make visit s to the Sit e at intervals appropriate to the various stages
of constructio n as Cit y deems necessary in order to observe the progress that has been made and
the quality of the various aspect s of Contractor’s executed Work. Based on informatio n
obtained during such visit s and observations, City’s Project Manager will determine, in general, if
the Work is proceeding in accordance wit h the Contract Documents. City’s Project Manager will
not be required to make exhaustive or continuous inspections o n the Sit e to check the quality or
quantity of the Work. City’s Project Manager’s efforts will be directed toward providing Cit y a
greater degree of confidence that the co mpleted Work will conform generally to the Contract
Documents.
B. City’s Project Manager’s visit s and observations are subject to all the limitations on authorit y and
responsibilit y in the Contract Document s including those set fort h in Paragraph
8.07.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 38 of 63
9.03 Authorized Variations in Work
City’s Project Manager may authorize mino r variations in the Work fro m the requirement s of the
Contract Docu ment s whic h do no t involve an adjust ment in the Contract Price or the Contract Time
and are co mpatible wit h the design concept of the co mpleted Project as a functioning whole as
indicated by the Contract Docu ments. These may be accomplished by a Field Order and will be
binding on Cit y and als o on Contractor, who shall perfor m the Work involved promptly.
9.04 Rejectin g Defective Work
Cit y will have authority to reject Work whic h Cit y’s Project Manager believes to be defective, or will
not produce a co mplete d Project that conforms t o the Contract Document s or that will prejudice the
integrit y of the design concept of the co mpleted Project as a functioning whole as indicated by the
Contract Documents. Cit y will have authorit y to conduct special inspection or testing of the Work as
provided in Article 13, whether or no t the Work is fabricated, installed, or co mpleted.
9.05 Determinations for Work Performed
Contractor will determine the actual quantities and classifications of Work performed. City’s Project
Manager will review wit h Contractor the preliminary determinations on such matters before rendering
a written reco mmendation. City’s written decisio n will be final (except as modified to reflect changed
factual conditions or more accurat e data).
9.06 Decisions on Requirements of Contract Documents and Acceptability of Work
A. Cit y will be the initia l interpreter of the requirement s of the Contract Document s and judge of the
acceptabilit y of the Work thereunder.
B. Cit y will render a written decisio n on any issue referred.
C. City’s written decisio n on the issue referred will be final and binding on the Contractor, subject
to the provisions of Paragraph 10.06.
ARTICLE 10 – CHANGES IN THE WORK ; CLAIMS; EXTRA WORK
10.01 Authorized Changes in the Work
A. Without invalidating the Contract and without notice to any surety, Cit y may, at any time or from
time to time, order Extr a Work. Upo n notice of such Extr a Work, Contractor shall promptly
proceed wit h the Work involved whic h will be perfor med under the applicable conditions of the
Contract Docu ment s (except as otherwise specifically provided). Extr a Work shall be
memorialized by a Change Order whic h may or may no t precede an order of Extr a work.
B. Fo r mino r changes of Work no t requiring changes to Contract Time or Contract Price, a Field
Order may be issued by the City.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 39 of 63
10.02 Unauthorized Changes in the Work
Contractor shall not be entitled to an increase in the Contract Price or an extension of the Contract
Time wit h respect to any work perfor med that is not required by the Contract Document s as amended,
modified, or supplemented as provided in Paragraph 3.04, except in the case of an emergency as
provided in Paragraph 6.17.
10.03 Execution of Change Orders
A. Cit y and Contractor shall execute appropriat e Change Orders covering:
1. changes in the Work whic h are: (i) ordered by Cit y pursuant to Paragraph 10.01.A, (ii) required
because of acceptance of defective Work under Paragraph 13.08 or City’s correction of
defective Work under Paragraph 13.09, or (iii) agreed to by the parties;
2. changes in the Contract Price or Contract Time which are agreed to by the parties, including
any undisputed sum or amount of time fo r Work actually performed.
10.04 Extra Work
A. Should a difference arise as to what does or does not constitute Extr a Work, or as to the payment
thereof, and the Cit y insist s upo n it s performance, the Contractor shall proceed wit h the work after
making written request fo r written orders and shall keep accurat e account of the actual reasonable
cost thereof. Contract Claims regarding Extr a Work shall be made pursuant to Paragraph 10.06.
B. The Contractor shall furnish the Cit y such installatio n records of all deviations fro m the original
Contract Document s as may be necessary to enable the Cit y to prepare for permanent record a
corrected set of plans showing the actual installation.
C. The co mpensation agreed upo n for Extr a Work whether or no t initiated by a Change Order shall
be a full, complet e and final payment for all cost s Contractor incurs as a result or relating to the
change or Extr a Work, whether said cost s are known, unknown, foreseen or unforeseen at that
time, including without limitation, any cost s for delay, extended overhead, ripple or impact cost,
or any other effect on changed or unchanged work as a result of the change or Extr a Work.
10.05 Notification to Surety
If the provisions of any bond require notice to be given to a suret y of any change affecting the general
scope of the Work or the provisions of the Contract Document s (including, but not limited to,
Contract Price or Contract Time), the giving of any such notice will be Contractor’s responsibility.
The amount of each applicable bond will be adjusted by the Contractor to reflect the effect of any
such change.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 40 of 63
10.06 Contract Claims Process
A. City’s Decision Required: All Contract Claims, except those waived pursuant to Paragraph
14.09, shall be referred to the Cit y fo r decis ion. A decisio n by Cit y shall be required as a conditio n
precedent to any exercise by Contractor of any right s or remedies he may otherwise have under
the Contract Documents or by Laws and Regulations in respect of such Contract Claims.
B. Notice:
1. Written notice stating the general nature of each Contract Claim shall be delivered by the
Contractor to Cit y no later than 15 days after the start of the event giving rise thereto. The
responsibilit y to substantiate a Contract Claim shall rest wit h the party making the Contract
Clai m.
2. Notice of the amount or extent of the Contract Clai m, wit h supporting dat a shall be delivered
to the Cit y on or befor e 45 days fro m the start of the event giving rise thereto (unless the City
allows additiona l time fo r Contractor to submit additiona l or more accurat e data in support of
such Contract Claim).
3. A Contract Claim fo r an adjustment in Contract Price shall be prepared in accordance with
the provisions of Paragraph 12.01.
4. A Contract Claim fo r an adjustment in Contract Time shall be prepared in accordance with
the provisions of Paragraph 12.02.
5. Each Contract Claim shall be acco mpanied by Contractor’s written statement that the
adjust ment claimed is the entir e adjust ment to whic h the Contractor believes it is entitled as a
result of said event.
6. The Cit y shall submit any response to the Contracto r within 30 days afte r receipt of the
clai mant’s las t submittal (unles s Contract allow s additiona l time).
C. City’s Actio n: Cit y will revie w each Contract Clai m and, within 30 days after receipt of the last
submitta l of the Contractor, if any, take one of the following actions in writing:
1. deny the Contract Claim in whole or in part;
2. approve the Contract Claim; or
3. notify the Contractor that the Cit y is unable to resolve the Contract Claim if, in the City’s
sole discretion, it would be inappropriate for the Cit y to do so. Fo r purposes of further
resolutio n of the Contract Claim, such notice shall be deemed a denial.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 41 of 63
D. City’s written actio n under Paragraph 10.06.C will be final and binding, unless Cit y or
Contractor invoke the dispute resolutio n procedure set fort h in Article 16 within 30 days of such
actio n or denial.
E. No Contract Claim for an adjustment in Contract Price or Contract Time will be valid if not
submitted in accordance wit h this Paragraph 10.06.
ARTICLE 11 – COST OF THE WORK; ALLOWANCES; UNIT PRICE WORK; PLANS
QUANTITY MEASUREMENT
11.01 Cost of the Work
A. Costs Included: The term Cost of the Work means the sum o f all costs, except those excluded in
Paragraph 11.01.B, necessarily incurred and paid by Contractor in the proper performance of the
Work. When the value o f any Work covered by a Change Order, the costs to be reimbursed to
Contractor will be only those additiona l or incre mental cost s required because of the change in the
Work. Such cost s shall not include any of the cost s itemized in Paragraph 11.01.B, and shall
include but no t be limited to the following items:
1. Payroll cost s fo r employees in the direct emplo y of Contractor in the performance of the
Work under schedules of jo b classifications agreed upo n by Cit y and Contractor. Such
employees shall include, without limitation, superintendents, foremen, and other personnel
employed full time on the Work. Payroll cost s fo r employees not employed full time on the
Work shall be apportioned on the basis of their time spent on the Work. Payroll cost s shall
include;
a. salaries wit h a 55% markup, or
b. salaries and wages plus the cost of fringe benefits, whic h shall include socia l security
contributions, unemployment , excise, and payroll taxes, workers’ co mpensation, health
and retirement benefits, bonuses, sick leave, vacation and holida y pay applicable thereto.
The expenses of perfor ming Work outside of Regular Working Hours, Weekend
Working Hours, or lega l holidays, shall be included in the above to the extent authorized
by City.
2. Cost of all materials and equipment furnished and incorporated in the Work, including costs
of transportation and storage thereof, and Suppliers’ field services required in connection
therewith.
3. Rentals of all constructio n equip ment and machinery, and the part s thereo f whether rented
fro m Contractor or other s in accordance wit h renta l agreement s approved by City, and the
cost s of transportation, loading, unloading, assembly, dis mantling, and removal thereof. All
such cost s shall be in accordance wit h the terms of said rental agreements. The rental of any
such equipment , machinery, or part s shall cease when the use thereo f is no longe r necessary
fo r the Work.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 42 of 63
4. Payment s made by Contractor to Subcontractors fo r Work perfor med by Subcontractors. If
required by City, Contractor shall obtain competitive bid s from subcontractors acceptable to
Cit y and Contractor and shall deliver such bids to City, who will then determine, whic h bids,
if any, will be acceptable. If any subcontract provides that the Subcontractor is to be paid on
the basis of Cost of the Work plus a fee, the Subcontractor’s Cost of the Work and fee shall
be determined in the same manner as Contract or’s Cost of the Work and fee as provided in
this Paragraph 11.01.
5. Cost s of special consultant s (including but not limited to engineers, architects, testing
laboratories, surveyors, attorneys, and accountants) employed fo r services specifically related
to the Work.
6. Supplemental cost s including the following:
a. The proportio n of necessary transportation, travel, and subsistence expenses of
Contractor’s employees incurred in discharge of dutie s connected wit h the Work.
b. Cost, including transportation and maintenance, of all materials, supplies, equip ment,
machinery, appliances, office, and temporary facilities at the Site, and hand tools not
owned by the workers, whic h are consumed in the perfor mance of the Work, and cost, less
market value, of such ite ms used but no t consu med which remain the property of
Contractor.
c. Sales, consumer, use, and other similar taxes related to the Work, and fo r which
Contractor is liable not covered under Paragraph 6.11, as imposed by Laws and
Regulations.
d. Deposit s lost fo r causes other than negligence of Contractor, any Subcontractor, or
anyone directly or indirectly employed by any of the m or for whose act s any of them may
be liable, and royalt y payment s and fees fo r permit s and licenses.
e. Losses and damages (and related expenses) caused by damage to the Work, not
co mpensated by insurance or otherwise, sustained by Contractor in connectio n wit h the
perfor mance o f the Work, provided such losses and damages have resulted fro m causes
othe r tha n the negligence of Contractor, any Subcontractor, or anyone directly or indirectl y
employed by any o f them or for whose act s any of them may be liable. Such losses shall
include settle ment s made wit h the written consent and approval of City. No such losses,
damages, and expenses shall be included in the Cost of the Work for the purpose of
determining Contractor’s fee.
f. The cost of utilities, fuel, and sanitary facilities at the Site.
g. Mino r expenses such as telegrams, long distance telephone calls, telephone and
co mmunicatio n services at the Site , express and courier services, and similar pett y cash
ite ms in connectio n wit h the Work.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 43 of 63
h. The cost s of premiu ms fo r all bonds and insurance Contractor is required by the Contract
Docu ment s to purchase and maintain.
B. Costs Excluded: The term Cost of the Work shall no t include any of the following items:
1. Payrol l cost s and other co mpensation of Cont ractor’s officers, executives, principals (of
partnerships and sole proprietorships), general managers, safety managers, engineers,
architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents,
expediters, timekeepers, clerks, and other personnel employed by Contractor, whether at the
Sit e or in Contractor’s principa l or branch office for general administration of the Work and
not specifically included in the agreed upo n schedule of jo b classifications referred to in
Paragrap h 11.01.A.1 or specifically covered by Paragrap h 11.01.A.4, all of whic h are to be
considere d administrative cost s covered by the Contractor’s fee.
2. Expenses of Contractor’s principa l and branch office s other than Contractor’s offic e at the
Site.
3. Any part of Contractor’s capital expenses, including interest on Contractor’s capital
employed fo r the Work and charges against Contractor fo r delinquent payments.
4. Cost s due to the negligence of Contractor, any Subcontractor, or anyone directly or indirectly
employed by any of them or fo r whose act s any of them may be liable , including but not
limite d to, the correctio n of defective Work, disposal of materials or equipment wrongly
supplied, and making good any damage to property.
5. Othe r overhead or general expense cost s of any kind.
C. Contractor’s Fee: When all the Work is performed on the basis of cost-plus, Contractor’s fee
shall be deter mined as set fort h in the Agreement . When the value of any Work covered by a
Change Order for an adjustment in Contract Price is determined on the basis of Cost of the
Work, Contractor’s fee shall be determined as set fort h in Paragraph 12.01.C.
D. Documentation: Whenever the Cost of the Work for any purpose is to be determined pursuant to
Paragraphs 11.01.A and 11.01.B, Contractor will establish and maintain records thereo f in
accordance wit h generally accepted accounting practices and submit in a for m acceptable to City
an ite mize d cost breakdown together wit h supporting data.
11.02 Allowances
A. Specified Allowance: It is understood that Contractor has included in the Contract Price all
allowances so named in the Contract Document s and shall cause the Work so covered to be
performed for such sums and by such persons or entitie s as may be acceptable to City.
B. Pre-bi d Allowances:
1. Contracto r agrees that:
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 44 of 63
a. the pre-bid allowances include the cost to Contractor of materials and equipment required
by the allowances to be delivered at the Site, and all applicable taxes; and
b. Contractor’s cost s fo r unloading and handling on the Site, labor , installation, overhead,
profit , and other expenses conte mplate d fo r t he pre-bid allowances have been included in
the allowances, and no demand fo r additiona l payment on account of any of the
foregoing will be valid.
C. Contingency Allowance: Contractor agrees that a contingenc y allowance, if any, is fo r the sole us e
of City.
D. Prio r to fina l payment , an appropriat e Change Order will be issued to reflect actual amount s due
Contracto r on account of Work covered by allowances, and the Contract Pric e shall be
correspondingly adjusted.
11.03 Uni t Price Work
A. Wher e the Contract Docu ment s provide that all or part of the Work is to be Unit Pric e Work,
initiall y the Contract Pric e will be deemed to includ e fo r all Unit Pric e Work an amount equal to
the sum of the unit pric e fo r each separately identifie d ite m of Unit Pric e Work times the estimated
quantit y of each ite m as indicate d in the Agreement.
B. The estimated quantities of ite ms of Unit Pric e Work are not guaranteed and are solely for the
purpose of co mpariso n of Bids and determining an initia l Contract Price. Determinations of the
actual quantitie s and classifications of Unit Price Work performed by Contractor will be made by
Cit y subject to the provisions of Paragraph 9.05.
C. Each unit price will be deemed to include an amount considered by Contractor to be adequat e to
cover Contractor’s overhead and profit for each separately identified item. Work described in the
Contract Documents, or reasonably inferred as required fo r a functionally co mplet e installation,
but no t identified in the listing of unit price items shall be considered incidental to unit price work
listed and the cost of incidental work included as part of the unit price.
D. Cit y may make an adjust ment in the Contract Price in accordance wit h Paragraph 12.01 if:
1. the quantit y of any ite m of Unit Price Work performed by Contractor differs materially and
significantly from the estimated quantity of such item indicated in the Agreement ; and
2. there is no corresponding adjust ment wit h respect to any other item of Work.
E. Increased or Decreased Quantities: The Cit y reserves the right to order Extr a Work in
accordance wit h Paragraph 10.01.
1. If the changes in quantities or the alterations do no t significantly change the character of
work under the Contract Documents, the altered work will be paid fo r at the Contract unit
price.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 45 of 63
2. If the changes in quantities or alterations significantly change the character of work, the
Contract will be amended by a Change Order.
3. If no unit prices exist , this will be considered Extr a Work and the Contract will be amended
by a Change Order in accordance wit h Article 12.
4. A significant change in the character of work occurs when:
a. the character of work for any Item as altered differ s materially in kind or nature fro m that
in the Contract or
b. a Majo r Item of work varies by more than 25% fro m the origina l Contract quantity.
5. When the quantity of work to be done under any Majo r Item of the Contract is more than
125% of the original quantity stated in the Contract , then either part y to the Contract may
request an adjust ment to the unit price on the portio n of the work that is above 125%.
6. When the quantit y of work to be done under any Majo r Item of the Contract is less than 75%
of the original quantity stated in the Contract , then either part y to the Contract may request
an adjustment to the unit price.
11.04 Plans Quantity Measurement
A. Plans quantities may or may no t represent the exact quantit y of work per formed or material moved,
handled, or placed during the execution of the Contract . The estimated bid quantities are
designated as fina l payment quantities, unless revise d by the governing Sectio n or this Article.
B. If the quantity measured as outlined under “Price and Payment Procedures” varies by more than
25% (or as stipulated under “Price and Payment Procedures” fo r specific Items) fro m the total
estimated quantit y for an individual Item originally shown in the Contract Documents, an
adjustment may be made to the quantit y of authorized work done for payment purposes. The part y
to the Contract requesting the adjustment will provide field measurement s and calculations
showing the final quantity for whic h payment will be made. Payment for revised quantit y will be
made at the unit price bid fo r that Item, except as provided fo r in Article 10.
C. When quantities are revised by a change in desig n approved by the City, by Change Order, or to
correct an error, or to correct an erro r on t he plans, the plans quantity will be increased or decreased
by the amount involved in the change, and the 25% variance will apply to the new plans quantity.
D. If the total Contract quantit y multiplie d by the unit price bid for an individual Item is les s than
$250 and the Item is not originally a plan s quantity Item, then the Item may be paid as a plans
quantit y Item if the Cit y and Contractor agree in writing to fix the fina l quantit y as a plans quantity.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 46 of 63
E. Fo r callout work or non-sit e specific Contracts, the plans quantity measurement requirement s are
not applicable.
ARTICLE 12 – CHANGE OF CONTRACT PRICE; CHANG E OF CONTRACT TIME
12.01 Change of Contract Price
A. The Contract Price may only be changed by a Change Order.
B. The value of any Work covered by a Change Order will be deter mined as follows:
1. where the Work involved is covered by unit prices contained in the Contract Documents, by
application of such unit prices to the quantities of the items involved (subject to the provisions
of Paragraph 11.03); or
2. where the Work involved is no t covered by unit prices contained in the Contract Documents,
by a mutually agreed lu mp sum or unit price (which may include an allowance fo r overhead
and profit no t necessarily in accordance wit h Paragraph 12.01.C.2), and shall include the cost
of any secondary impacts that are foreseeable at the time of pricing the cost of Extr a Work;
or
3. where the Work involved is not covered by unit prices contained in the Contract Docu ments
and agreement to a lu mp su m or unit price is no t reached under Paragraph 12.01.B.2, on the
basis of the Cost of the Work (deter mined as provided in Paragraph 11.01) plus a Contractor’s
fee fo r overhead and profit (determined as provided in Paragraph 12.01.C).
C. Contractor’s Fee: The Contractor’s additiona l fe e fo r overhead and profit shall be determined as
follows:
1. a mutually acceptable fixed fee; or
2. if a fixed fee is no t agreed upon, then a fee based on the following percentages of the various
portions of the Cost of the Work:
a. fo r costs incurred under Paragraphs 11.01.A.1, 11.01.A.2. and 11.01.A.3, the
Contractor’s additional fee shall be 15 percent except for:
1) rental fees fo r Contractor’s own equip ment using standard rental rates;
2) bond s and insurance;
b. for cost s incurred under Paragraph 11.01.A.4 and 11.01.A.5, the Contractor’s fee shall be
five percent (5%);
1) where one or more tier s of subcontract s are on the basis of Cost of the Work plus a
fee and no fixed fee is agreed upon, the intent of Paragraphs 12.01.C.2.a and
12.01.C.2.b is that the Subcontractor who actually performs the Work, at whatever
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 47 of 63
tier, will be paid a fee of 15 percent of the cost s incurred by such Subcontractor under
Paragraphs 11.01.A.1 and 11.01.A.2 and that any higher tier Subcontractor and
Contractor will each be paid a fee of five percent (5%) of the amount paid to the next
lower tier Subcontractor, however in no case shall the cumulative total of fees paid be
in excess of 25%;
c. no fee shall be payable on the basis of cost s ite mized under Paragraphs 11.01.A.6, and
11.01.B;
d. the amount of credit to be allowed by Contractor to Cit y fo r any change whic h result s in
a net decrease in cost will be the amount of the actua l net decrease in cost plu s a deduction
in Contractor’s fe e by an amount equal to five percent (5%) of such net decrease.
12.02 Change of Contract Time
A. The Contract Time may only be changed by a Change Order.
B. No extensio n of the Contract Time will be allowed for Extr a Work or for claimed dela y unless the
Extr a Work contemplated or claimed dela y is shown to be on the critical path of the Project
Schedule or Contractor can sho w by Critica l Pat h Metho d analysis ho w the Extr a Work or claimed
dela y adversely affects the critical path.
12.03 Delays
A. Where Contractor is reasonably delayed in the perfor mance or co mplet ion of any part of the
Work within the Contract Time due to dela y beyon d the contro l of Contractor, the Contract Time
may be extended in an amount equal to the time lost due to such dela y if a Contract Claim is made
therefor. Delays beyond the contro l of Cont ractor shall include, but no t be limited to, acts or
neglect by City, act s or neglect of utilit y owners or other contractors performing other work as
contemplated by Article 7, fires, floods, epidemics, abnormal weather conditions, or act s of God.
Such an adjustment shall be Contractor’s sole and exclusive remedy fo r the delays described in
this Paragraph.
B. If Contractor is delayed, Cit y shall no t be liable to Contractor for any claims, costs, losses, or
damages (including but no t li mited to all fees and charges of engineers, architects, attorneys, and
othe r professionals and all court or arbitratio n or other dispute resolutio n costs) sustained by
Contractor on or in connectio n wit h any other project or anticipated project.
C. Contractor shall no t be entitled to an adjustment in Contract Price or Contract Time for delays
within the contro l of Contractor. Delays attributable to and within the contro l of a Subcontractor
or Supplier shall be deemed to be delays within the contro l of Contractor.
D. The Contractor shall receive no co mpensation for delays or hindrances to the Work, except when
direct and unavoidable extra cost to the Contractor is caused by the failur e of the Cit y to provide
infor matio n or material, if any, whic h is to be furnished by the City.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 48 of 63
ARTICLE 13 – TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF
DEFECTIVE WORK
13.01 Notice of Defects
Notice of all defective Work of whic h Cit y has actual knowledge will be given to Contractor.
Defective Work may be rejected, corrected , or accepted as provided in this Article 13.
13.02 Access to Work
City, independent testing laboratories, and governmental agencies wit h jurisdictional interests will
have access to the Sit e and the Work at reasonable times fo r their observation, inspection, and testing.
Contractor shall provide them proper and safe conditions fo r such access and advise them of
Contractor’s safet y procedures and programs so that they may comply therewit h as applicable.
13.03 Tests and Inspections
A. Contractor shall give Cit y timely notice of readiness of the Work for all required inspections,
tests, or approvals and shall cooperate wit h inspectio n and testing personnel to facilitate required
inspections or tests.
B. If Contract Documents, Laws or Regulations of any public body having jurisdictio n require any
of the Work (o r part thereof) to be inspected, tested, or approved, Contractor shall assume full
responsibilit y fo r arranging and obtaining such independent inspections , tests, retest s or approvals,
pay all cost s in connectio n therewith, and furnis h Cit y the required certificates of inspectio n or
approval; excepting, however, those fees specifically identified in the Supplementary Conditions
or any Texas Department of Licensure and Regulatio n (TDLR) inspections , whic h shall be paid as
describe d in the Supplementar y Conditions.
C. Contracto r shall be responsible fo r arranging and obtaining and shall pay all cost s in connection
wit h any inspections, tests, re-tests, or approvals required fo r City’s acceptance of materials or
equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment
submitted for approval prio r to Contractor’s purchase thereo f for incorporatio n in the Work.
Such inspections , tests, re-tests, or approvals shall be performed by organizations acceptable to
City.
D. Cit y may arrange fo r the services of an independent testing laborator y (“Testing Lab”) to
perfor m any inspections or test s (“Testing”) fo r any part of the Work, as determined solely by
City.
1. Cit y will coordinate such Testing to the extent possible, wit h Contractor;
2. Should any Testing under this Sectio n 13.03 D result in a “fail”, “did not pass” or other
similar negative result , the Contracto r shall be responsible fo r paying fo r any and all retests.
Contractor’s cancellation without cause of Cit y initiated Testing shall be deemed a negative
result and requir e a retest.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 49 of 63
3. Any amount s owed fo r any retest under this Sectio n 13.03 D shall be paid directly to the
Testing Lab by Contractor. Cit y will forwar d all invoices fo r retest s to Contractor.
4. If Contractor fails to pay the Testing Lab, Cit y will not issue Fina l Payment until the Testing
Lab is paid.
E. If any Work (or the wor k 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 fo r observation.
F. Uncovering Work as provided in Paragraph 13.03.E shall be at Contractor’s expense.
G. Contractor shall have the right to make a Contract Claim regarding any retest or invoice issued
under Sectio n 13.03 D.
13.04 Uncovering Work
A. If any Work is covered contrary to the Contract Document s or specific instructions by the City, it
must, if requested by City, be uncovered for City’s observatio n and replaced at Contractor’s
expense.
B. If Cit y consider s it necessary or advisable that covered Work be observed by Cit y or inspected or
tested by others, Contractor, at City’s request, shall uncover, expose, or otherwise make available
fo r observation, inspection, or testing as Cit y may require, that portio n of the Work in question,
furnishing all necessary labor, material, and equipment.
1. If it is found that the uncovered Work is defective, Contractor shall pay all claims, costs,
losses, and damages (including but not limited to all fees and charges of engineers, architects,
attorneys, and other professionals and all court or other dispute resolutio n costs) arising out o f
or relating to such uncovering, exposure, observation, inspection, and testing, and of
satisfactory replacement or reconstructio n (including but not limited to all cost s of repair or
replacement of work of others); or Cit y shall be entitled to accept defective Work in accordance
wit h Paragraph 13.08 in whic h case Contractor shall still be responsible fo r all costs associated
wit h exposing, observing, and testing the defective Work.
2. If the uncovered Work is not found to be defective, Contracto r shall be allowed an increase
in the Contract Price or an extension of the Contract Time, or both, directly attributable to such
uncovering, exposure, observation, inspection, testing, replacement , and reconstruction.
13.05 City May Stop the Work
If the Work is defective, or Contracto r fails to supply sufficient skilled workers or suitable materials
or equip ment , or fails to per form the Work in such a way that the co mpleted Work will conform to
the Contract Documents, Cit y may order Contractor to stop the Work, or any portio n thereo f, until the
cause fo r such order has been eliminated; however, this right of Cit y to stop the Work shall not give
rise to any dut y on the part of Cit y to exercise this right for the benefit of Contractor, any
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 50 of 63
Subcontractor, any Supplier, any other individual or entity, or any suret y for, or employee or agent of
any of them.
13.06 Correction or Remova l of Defective Work
A. Pro mptly afte r receipt of written notice , Contractor shall correct all defective Work pursuant to
an acceptable schedule, whether or no t fabricat ed, installed , or co mpleted, or, if the Work has been
rejected by City, remove it fro m the Projec t and replace it wit h Work that is no t defective.
Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not
limite d to all fee s and charges of engineers, architects, attorneys, and other professionals and all
court or arbitratio n or other dispute resolutio n costs) arising out of or relating to such correction
or removal (including but no t limited to all cost s of repair or replacement of work of others).
Failur e to requir e the removal of any defective Work shall not constitute acceptance of such Work.
B. When correcting defective Work under the terms of this Paragraph 13.06 or Paragraph 13.07,
Contractor shall take no actio n that would void or otherwise impair City’s special warranty and
guarantee, if any, on said Work.
13.07 Correction Period
A. I f within two (2) years afte r t he dat e of Fina l Acceptance (or such longer perio d of time as may be
prescribed by the terms of any applicable special guarantee required by the Contract Documents),
any Work is found to be defective, or if the repair of any damages to the land or areas made
available for Contractor’s use by Cit y or permitted by Laws and Regulations as contemplated in
Paragraph 6.10.A is found to be defective, Contractor shall promptly, without cost to Cit y and in
accordance wit h 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 fro m the Project and replace it
wit h Work that is not defective, and
4. satisfactorily correct or repair or remove and replac e any damage to othe r Work, to the work
of other s or othe r land or areas resulting therefro m.
B. If Contractor does not pro mptly co mply wit h the ter ms of City’s writte n instructions, or in an
emergency wher e dela y would cause seriou s ris k of los s or damage, Cit y 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 no t limite d to all fee s and charges of engineers,
architects, attorneys , and othe r professionals and all court or other disput e resolutio n costs) arisin g
out of or relating to such correctio n or repair or such remova l and replacement (including but no t
limite d to all cost s of repair or replacement of wor k of others) will be paid by Contractor.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 51 of 63
C. In special circumstances where a particular ite m of equipment is placed in continuous service
befor e Fina l Acceptance of all the Work, the correctio n perio d fo r that item may start to run from
an earlier dat e if so provided in the Contract Docu ments.
D. Wher e defective Work (and damage to other Work resulting therefro m) has been corrected or
removed and replaced under this Paragraph 13.07, the correctio n perio d hereunder wit h respect
to such Work may be required to be extended fo r an additiona l perio d of one yea r afte r the end of
the initia l correctio n period. Cit y shall provid e 30 days written notic e to Contractor should such
additiona l warrant y coverage be required. Contractor may disput e this requirement by filing a
Contract Claim, pursuant to Paragraph 10.06.
E. Contractor’s obligations under this Paragraph 13.07 are in additio n to any other obligatio n or
warranty. The provisions of this Paragraph 13.07 shall not be construed as a substitute for , or a
waiver of, the provisions of any applicable statute of limitatio n or repose.
13.08 Acceptance of Defective Work
If, instead of requiring correction or removal and replacement of defective Work, Cit y prefers to
accept it , Cit y may do so . Contractor shall pay all clai ms, 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 resolutio n costs) attributable to City’s evaluatio n of and determinatio n to accept
such defective Work and for the diminished value of the Work to the extent no t otherwise paid by
Contractor. If any such acceptance occurs prio r to Fina l Acceptance, a Change Order will be issued
incorporating the necessary revisions in the Contract Document s wit h respect to the Work, and Cit y
shall be entitled to an appropriat e decrease in the Contract Price, reflecting the diminished value o f
Work so accepted.
13.09 City May Correct Defective Work
A. If Contracto r fails within a reasonable time after written notice from Cit y to correct defective
Work, or to remove and replace rejected Work as required by Cit y in accordance wit h Paragraph
13.06.A, or if Contractor fails to perform the Work in accordance wit h the Contract Documents,
or if Contracto r fails to co mply wit h any other provisio n of the Contract Documents, Cit y may,
after seven (7) days writte n notic e to Contractor, correct , or remedy any such deficiency.
B. In exercising the right s and remedies under this Paragraph 13.09, Cit y shall proceed
expeditiously. In connectio n wit h such cor rective or remedia l action, Cit y may exclude Contractor
fro m all or part of the Site, take possession of all or part of the Work and suspend Contractor’s
services related thereto, and incorporat e in the Work all materials and equipment incorporated in
the Work, stored at the Sit e or for whic h Cit y has paid Contractor but whic h are stored elsewhere.
Contractor shall allo w City, City’s representatives, agents, consultants, employees, and City’s
other contractors, access to the Sit e to enable Cit y to exercise the rights and remedies under this
Paragraph.
C. All claims, costs, losses, and damages (including but not limited to all fees and charges of
engineers, architects, attorneys, and other professionals and all court or other dispute resolution
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 52 of 63
costs) incurred or sustained by Cit y in exercising the right s 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 Document s wit h respect to the Work; and Cit y shall be entitled
to an appropriat e decrease in the Contract Price.
D. Contractor shall not be allowed an extensio n of the Contract Time because of any dela y in the
perfor mance of the Work attributable to the exercise of City’s right s and remedie s under this
Paragrap h 13.09.
ARTICLE 14 – PAYMENTS TO CONTRACTO R AND COMPLETION
14.01 Schedule of Values
The Schedule of Value s fo r lu mp su m contract s established as provided in Paragraph 2.07 will serve
as the basis for progress payment s and will be inc orporated int o a form of Applicatio n for Payment
acceptable to City. Progress payment s on account of Unit Pric e Work will be based on the number of
unit s co mpleted.
14.02 Progress Payments
A. Applications for Payments:
1. Contractor is responsible fo r providing all informatio n as required to beco me a vendo r of the
City.
2. At least 20 days befor e the date established in the General Requirement s fo r each progress
payment , Contractor shall submit to Cit y for review an Applicatio n for Payment filled out and
signe d by Contractor covering the Work co mpleted as of the dat e of the Applicatio n and
acco mpanied by such supporting documentation as is required by the Contract Docu ments.
3. If payment is requeste d on the basis of materials and equipment no t incorporated in the Work
but delivered and suitably stored at the Sit e or at another locatio n agreed to in writing, the
Application fo r Payment shall also be acco mpanied by a bill of sale, invoice, or other
documentation warranting that Cit y has received the materials and equip ment free and clear o f
all Liens and evidence that the materia ls and equipment are covered by appropriate insurance
or other arrangement s to protect Cit y’s interest therein, all of whic h must be satisfactory to
City.
4. Beginning wit h the second Applicatio n fo r Payment, each Applicatio n shall include an affidavit
of Contracto r stat ing that previous progress payment s received on account of the Work have
been applied on account to discharge Contractor’s legitimate obligations associated wit h prio r
Applications fo r Payment.
5. The amount of retainage wit h respect to progress payment s will be as described in
subsection C. unless otherwise stipulated in the Contract Documents.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 53 of 63
B. Review of Applications:
1. Cit y will, after receipt of each Application fo r Payment , eithe r indicate in writing a
reco mmendatio n of payment or retur n the Applicatio n to Contractor indicating reasons for
refusing payment . In the latter case, Contractor may make the necessary corrections and
resubmit the Application.
2. City’s processing of any payment requested in an Applicatio n for Payment will be based on
City’s observations of the executed Work, and on City’s revie w of the Applicatio n for Payment
and the acco mpanying dat a and schedules, that to the best of City’s knowledge:
a. the Work has progressed to the point indicated;
b. the qualit y of the Work is generally in accordance wit h the Contract Document s (subject
to an evaluatio n of the Work as a funct ioning whole prio r to or upo n Fina l Acceptance, the
result s of any subsequent test s called fo r in the Contract Docu ments, a final deter minatio n
of quantitie s and classificat ions fo r Work performed under Paragrap h 9.05, and any other
qualifications stated in the reco mmendation).
3. Processing any such payment will no t thereby be deemed to have represented that:
a. inspections made to check the quality or the quantit y of the Work as it has been performed
have been exhaustive, extended to every aspect of the Work in progress, or involved
detailed inspections of the Work beyond the responsibilities specifically assigned to Cit y
in the Contract Documents; or
b. there may not be other matters or issues bet ween the parties that might entitle Contractor
to be paid additionall y by Cit y or entitle Cit y to withhold payment to Contractor; or
c. Contractor has co mplied wit h Laws and Regulations applicable to Contractor’s performance
of the Work.
4. Cit y may refuse to process the whole or any part of any payment because of subsequently
discovered evidence or the result s of subsequent inspections or tests, and revise or revoke
any such payment previously made, to such ext ent as may be necessary to protect Cit y from
loss because:
a. the Work is defective or co mpleted Work has been damaged by the Contracto r or
subcontractors requiring correction or replacement;
b. discrepancies in quantities contained in previous applications for payment;
c. the Contract Price has been reduced by Change Orders;
d. Cit y has been required to correct defective Work or co mplet e Work in accordance with
Paragraph 13.09; or
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 54 of 63
e. Cit y has actual knowledge of the occurrence of any of the events enumerated in
Paragraph 15.02.A.
C. Retainage:
1. Fo r contract s less than $400,000 at the time of execution, retainage shall be ten percent
(10%).
2. Fo r contract s greater than $400,000 at the time of execution, retainage shall be five percent
(5%).
D. Liquidated Damages. Fo r each calendar day that any work shall remain unco mpleted after the
time specified in the Contract Docu ments, the sum per day specified in the Agreement will be
assessed against the monie s due the Contractor, no t as a penalty, but as damages suffered by the
City.
E. Payment : Contractor will be paid pursuant to the requirement s of this Article 14 and payment
will beco me due in accordance wit h the Contract Docu ments.
F. Reduction in Payment:
1. Cit y may refuse to make payment of the amount requested because:
a. Liens have been filed in connectio n wit h the Work, except where Contractor has delivered
a specific bond satisfactory to Cit y to secure the satisfaction and discharge of such Liens;
b. ther e are other ite ms entitling Cit y to a set -off against the amount reco mmended; or
c. Cit y has actual knowledge of the occurrence of any of the events enumerated in
Paragraphs 14.02.B.4.a through 14.02.B.4.e or Paragraph 15.02.A.
2. If Cit y refuse s to make payment of the amount requested, Cit y will give Contracto r written
notic e stating the reasons fo r such actio n and pay Contractor any amount remaining after
deduction of the amount so withheld . Cit y shall pay Contractor the amount so withheld, or any
adjustment thereto agreed to by Cit y and Contractor, when Contractor remedie s the reasons
fo r such action.
14.03 Contractor’s Warranty of Title
Contractor warrant s and guarantees that title to all Work, materials, and equipment covered by any
Applicatio n for Payment , whether incorporated in the Project or not , will pass to Cit y no later than the
time of payment free and clear of all Liens.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 55 of 63
14.04 Partial Utilization
A. Prio r to Final Acceptance of all the Work, Cit y may use or occupy any part of the Work whic h
has specifically been identified in the Contract Docu ments, or which City determines constitutes
a separately functioning and usable part of the Work that can be used for it s intended purpose
without significant interference wit h Contractor’s performance of the remainder of the Work. Cit y
at any time may notify Contractor in writing to permit Cit y to use or occupy any such part of the
Work whic h Cit y determines to be ready fo r its intended use, subject to the following conditions:
1. Contractor at any time may notify Cit y in writing that Contractor consider s any such part of
the Work ready fo r it s intended use.
2. Within a reasonable time after notificatio n as enu merated in Paragraph 14.05.A.1, Cit y and
Contractor shall make an inspection of that part of the Work to determine it s status of
co mpletion. If Cit y does no t consider that part of the Work to be substantially complete, City
will notify Contractor in writing giving the reasons therefor.
3. Partia l Utilizatio n will no t constitut e Final Acceptance by City.
14.05 Final Inspection
A. Upo n written notice fro m Contractor that the entir e Work is Substantially Complet e in
accordance wit h the Contract Documents:
1. Within 10 days, Cit y will schedule a Final Inspectio n wit h Contractor.
2. Cit y will notify Contractor in writing of all particulars in whic h this inspectio n reveals that
the Work is inco mplet e or defective (“Punch List Items”). Contractor shall immediately take
such measures as are necessary to co mplet e such Work or remedy such deficiencies.
B. No time charge will be made against the Contractor between said dat e of notification to the City
of Substantial Completion and the dat e of Fina l Inspection.
1. Should the Cit y determine that the Work is not read y fo r Final Inspection, Cit y will notify the
Contracto r in writing of the reasons and Contract Time will resume.
2. Should the City concur that Substantial Completion has been achieved with the exception of
any Punch List Items, Contract Time will resume for the duration it takes for Contractor to
achieve Final Acceptance.
14.06 Final Acceptance
Upo n co mpletio n by Contractor to City’s satisfaction, of any additiona l Work identified in the Final
Inspection , Cit y will issue to Contracto r a letter of Fina l Acceptance.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 56 of 63
14.07 Final Payment
A. Application for Payment:
1. Upo n Fina l Acceptance, and in the opinion of City, Contractor may make an application for
final payment following the procedure fo r progress payment s in accordance wit h the
Contract Documents.
2. The final Applicatio n fo r Payment shall be accompanied (except as previously delivered) by:
a. all documentation called fo r in the Contract Documents, including but not limited to the
evidence of insurance required by Paragraph 5.03;
b. consent of the surety, if any, to fina l payment;
c. a lis t of all pending or released Damage Clai ms against Cit y that Contractor believes are
unsettled ; and
d. affidavit s of payment s for employees, subcontractors, and suppliers; and co mplet e
and legally effective releases or waivers (satisfactory to City) of all Lie n right s aris ing
out of or Liens filed in connectio n wit h the Work .
B. Payment Becomes Due:
1. Afte r City’s acceptance of the Applicatio n fo r Payment and accompanying documentation,
requested by Contractor, les s previous payment s made and any sum Cit y is entitled,
including but not limite d to liquidate d damages, will beco me due and payable.
2. After all Damage Claims have been resolved:
a. directly by the Contractor or;
b. Contractor provides evidence that the Damage Clai m has been reported to Contractor’s
insurance provider fo r resolution.
3. The making of the final payment by the Cit y shall not relieve the Contracto r of any
guarantees or other requirement s of the Cont ract Document s whic h specifically continue
thereafter.
14.08 Final Completion Delayed and Partia l Retainage Release
A. If fina l co mpletio n of the Work is significantly delayed, and if Cit y so confir ms, Cit y may, upon
receipt of Contractor’s fina l Applicatio n fo r Payment , and without terminating the Contract, make
payment of the balance due fo r that port ion of the Work fully completed and accepted. If the
remaining balance to be held by Cit y for Work not fully completed or corrected is les s than the
retainage stipulated in Paragraph 14.02.C, and if bonds have been furnished as required in
Paragraph 5.02, the written consent of the suret y to the payment of the balance due fo r that
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 57 of 63
portio n of the Work fully completed and accepted shall be submitted by Contractor to Cit y with
the Applicatio n fo r suc h payment . Such payment shall be made under the ter ms and conditions
governing fina l payment , except that it shall not constitute a waive r of Contract Claims.
B. Partial Retainage Release. Fo r a Contract that provides fo r a separat e vegetative establishment
and maintenance, and test and performance period s following the co mpletio n of all other
constructio n in the Contract Docu ment s fo r all Work locations , the Cit y may release a portio n of
the amount retained provided that all other wor k is co mpleted as determined by the City. Before
the release, all submittals and final quantities must be co mpleted and accepted for all other work.
An amount sufficient to ensur e Contract co mplianc e will be retained.
14.09 Waiver of Claims
The acceptance of fina l payment will constitut e a re lease of the Cit y fro m all claims or liabilities
under the Contract fo r anything done or furnished or relating to the work under the Contract
Docu ment s or any act or neglect of Cit y related to or connected wit h the Contract.
ARTICLE 15 – SUSPENSION OF WORK AND TERMINATION
15.01 City May Suspend Work
A. At any time and without cause, Cit y may suspend the Work or any portio n thereo f by written
notic e to Contractor and whic h may fix the dat e on whic h Work will be resumed. Contractor shall
resume the Work on the dat e so fixed. During temporary suspension of the Work covered by these
Contract Documents, fo r any reason, the Cit y will make no extr a payment for stand-by time o f
constructio n equipment and/or constructio n crews.
B. Should the Contracto r no t be able to co mplet e a portio n of the Project due to causes beyond the
contro l of and without the fault or negligence of the Contractor, and should it be determined by
mutual consent of the Contractor and Cit y that a solutio n to allo w constructio n to proceed is not
available within a reasonable perio d 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 fo r an indefinit e period, the Contractor shall
store all materials in such a manner that they will not obstruct or impede the public unnecessarily
no r beco me damaged in any way, and he shall take every precaution to prevent damage or
deterioratio n of the work performed; he shall provide suitable drainage about the work, and erect
temporary structures where necessary.
D. Contractor may be reimbursed fo r the cost of moving his equipment off the jo b and returning the
necessary equipment to the jo b when it is determined by the Cit y that constructio n may be
resumed. Such reimbursement shall be based on actual cost to the Contractor of moving the
equipment and no pro fit will be allowed. Reimbursement may not be allowed if the equipment is
moved to another constructio n project for the City.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 58 of 63
15.02 City May Terminate for Cause
A. The occurrence of any one or more of the following event s by way of example, but no t of limitation,
may justif y ter minatio n fo r cause:
1. Contractor’s persistent failur e to perform the Work in accordance wit h the Contract Document s
(including, but no t limited to, failure to supply sufficient skilled workers or suitable materials
or equipment , failur e to adhere to the Project Schedule established under Paragraph 2.07 as
adjusted fro m time to time pursuant to Paragraph 6.04, or failur e to adhere to the City’s
Business Diversity Enterprise Ordinance #20020-12-2011established under Paragraph
6.06.D);
2. Contractor’s disregard of Laws or Regulations of any public body having jurisdiction;
3. Contractor’s repeated disregard of the authorit y of City; or
4. Contractor’s violatio n in any substantial way of any provisions of the Contract Documents;
or
5. Contractor’s failur e to pro mptly make good any defect in materials or work manship, or
defects of any nature, the correctio n of whic h has been directed in writing by the City; or
6. Substantial indicatio n that the Contracto r has made an unauthorized assignment of the
Contract or any funds due therefro m fo r the benefit of any creditor or for any other purpose;
or
7. Substantial evidence that the Contractor has become insolvent or bankrupt, or otherwise
financially unable to carry on the Work satisfactorily; or
8. Contractor co mmences lega l action in a court of co mpetent jurisdictio n against the City.
B. If one or more of the event s identified in Paragraph 15.02A. occur, Cit y will provide written notice
to Contractor and Suret y to arrange a conference wit h Contractor and Suret y to address
Contractor's failur e to perfor m the Work. Conference shall be held not later than 15 days, after
receipt of notice.
1. If the City, the Contractor, and the Suret y do no t agree to allo w the Contractor to proceed to
perform the constructio n Contract , the Cit y may, to the extent permitted by Laws and
Regulations , declare a Contractor default and formally ter minat e the Contractor 's right to
co mplet e the Contract . Contractor default shall no t be declared earlier than 20 days after the
Contracto r and Suret y have received notic e of conference to address Contractor's failur e to
perfor m the Work.
2. If Contractor's services are terminated, Suret y shall be obligated to take over and perform the
Work. If Suret y does no t co mmence performance thereo f within 15 consecutive calendar days
after dat e of an additional written notice demanding Surety's performance of its
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 59 of 63
obligations, then City, without process or actio n at law, may take over any portio n of the
Work and co mplet e it as described below.
a. If Cit y completes the Work, Cit y may exclude Contractor and Suret y fro m the sit e and
take possession of the Work, and all materials and equipment incorporated int o the Work
stored at the Sit e or for whic h Cit y has paid Contractor or Suret y but whic h are stored
elsewhere, and finis h the Work as Cit y may deem expedient.
3. Whether Cit y or Suret y completes the Work, Contractor shall no t be entitled to receive any
further payment until the Work is finished. If the unpaid balance of the Contract Price exceeds
all claims, costs, losses and damages sustained by Cit y arising out of or resulting from
co mpleting the Work, such excess will be paid t o Contractor. If such clai ms, costs, losses and
damages exceed such unpaid balance, Contracto r shall pay the difference to City. Such claims,
costs, losses and damages incurr ed by Cit y will be incorporated in a Change Order, provided
that when exercising any right s or remedies under this Paragraph, Cit y shall not be required to
obtain the lowest price fo r the Work performed.
4. Neithe r City, no r any of it s respective consult ants, agents, officers, directors or employees
shall be in any way liable or accountable to Contractor or Suret y fo r the metho d by which the
co mpletio n of the said Work, or any portion thereof, may be accomplished or fo r the price paid
therefor.
5. City, notwithstanding the metho d used in completing the Contract , shall not forfeit the right
to recover damages fro m Contractor or Suret y for Contractor's failure to timely co mplet e the
entir e Contract . Contractor shall no t be entitled to any claim on account of the metho d used
by Cit y in completing the Contract.
6. Maintenance of the Work shall continue to be Contractor's and Surety's responsibilities as
provided fo r in the bond requirement s of the Contract Document s or any special guarantees
provided fo r under the Contract Document s or any other obligations otherwise prescribed by
law.
C. Notwithstanding Paragraphs 15.02.B, Contractor’s services will not be terminated if Contractor
begins within seven days of receipt of notice of intent to terminat e to correct it s failur e to perform
and proceeds diligently to cur e such failur e within no more than 30 days of receipt of said notice.
D. Wher e Contractor’s service s have bee n so ter minated by City, the terminatio n will not affect any
right s or remedie s of Cit y against Contractor t hen existing or whic h may thereafter accrue. Any
retentio n or payment of moneys due Contractor by Cit y will not release Contractor from liability.
E. If and to the extent that Contractor has provided a perfor mance bond under the provisions of
Paragrap h 5.02, the terminatio n procedures of that bond shall not supersed e the provisions of this
Article.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 60 of 63
15.03 City May Terminate For Convenience
A. Cit y may, without cause and without prejudice to any other right or remedy of City, terminat e the
Contract. Any terminatio n shall be effected by mailing a notice of the terminatio n to the Contractor
specifying the extent to whic h performance of Work under the contract is terminated, and the dat e
upo n whic h such terminatio n beco mes effective. Receipt of the notice shall be deemed
conclusively presumed and established when the letter is placed in the United States Postal Servic e
Mail by the City. Further, it shall be deemed conclusively presumed and established that such
ter minatio n is made wit h just cause as therein stated; and no proo f in any claim, demand or suit
shall be required of the Cit y regarding such discretionary action.
B. After receipt of a notice of termination, and except as otherwise directed by the City, the
Contractor shall:
1. Stop wor k under the Contract on the date and to the extent specified in the notice of ter mination;
2. plac e no further orders or subcontract s fo r materials, services or facilities except as may be
necessary fo r co mpletio n of such portio n of the Work under the Contract as is no t ter minated;
3. ter minat e all order s and subcontract s to the extent that the y relat e to the per formance of the
Work ter minated by notic e of ter mination;
4. transfe r title to the Cit y and deliver in the manner , at the times, and to the extent , if any,
directe d by the City:
a. the fabricated or unfabricated parts, Work in progress, co mplete d Work, supplies and
othe r materia l produced as a part of, or acquire d in connectio n wit h the performance of,
the Work terminated by the notic e of the ter mination; and
b. the co mpleted, or partially completed plans, drawings, infor matio n and other property
which, if the Contract had been co mpleted, would have been required to be furnished to
the City.
5. co mplet e performance of such Work as shall no t have been terminated by the notice of
ter mination; and
6. take such actio n as may be necessary, or as the Cit y may direct , for the protectio n and
preservation of the property related to it s contract whic h is in the possession of the
Contractor and in whic h the owner has or may acquire the rest.
C. At a time not later than 30 days after the terminatio n dat e specified in the notice of termination,
the Contractor may submit to the Cit y a list , certifie d as to quantit y and quality, of any or all ite ms
of terminatio n inventory not previously disposed of, exclusive of items the dispositio n of whic h
has been directed or authorized by City.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 61 of 63
D. Not later than 15 days thereafter, the Cit y shall accept title to such items provided, that the list
submitted shall be subject to verificatio n by the Cit y upo n removal of the items or, if the ite ms are
stored, within 45 days fro m the dat e of submissio n of the list , and any necessary adjust ments to
correct the list as submitted, shall be made prior to final settle ment.
E. Not later than 60 days after the notice of termination, the Contractor shall submit his termination
claim to the Cit y in the form and wit h the certification prescribed by the City. Unles s an extensio n
is made in writing within such 60 day perio d by the Contractor, and granted by the City, any and
all such claims shall be conclusively deemed waived.
F. In such case, Contractor shall be paid fo r (without duplicatio n of any items):
1. co mpleted and acceptable Work executed in accordance wit h the Contract Document s prior
to the effective dat e of termination, including fair and reasonable sums fo r overhead and profit on
such Work;
2. expenses sustained prio r to the effective date of terminatio n in performing services and
furnishing labor , materials , or equip ment as required by the Contract Docu ment s in connection
wit h unco mpleted Work, plus fair and reasonable sums fo r overhead and profit on such expenses;
and
3. reasonable expenses directly attributable to termination.
G. In the event of the failur e of the Contracto r and Cit y to agree upo n the whole amount to be paid
to the Contractor by reason of the terminatio n of the Work, the Cit y shall determine, on the basis
of infor matio n available to it , the amount , if any, due to the Contractor by reason of the ter minatio n
and shall pay to the Contractor the amount s determined. Contractor shall not be paid on account
of loss of anticipated profit s or revenue or other econo mic loss arising out of or resulting fro m
such termination.
ARTICLE 16 – DISPUTE RESOLUTION
16.01 Methods and Procedures
A. Either Cit y or Contractor may request mediation of any Contract Claim submitted for a decision
under Paragraph 10.06 befor e such decisio n becomes final and binding. The request for mediatio n
shall be submitted to the other part y to the Contract . Timely submissio n of the request shall stay
the effect of Paragraph 10.06.E.
B. Cit y and Contracto r shall participat e in the mediatio n process in good faith. The process shall be
co mmenced within 60 days of filing of the request.
C. If the Contract Claim is no t resolve d by mediation, City’s action under Paragraph 10.06.C or a
denia l pursuant to Paragraphs 10.06.C.3 or 10.06.D shall beco me fina l and binding 30 days after
ter minatio n of the mediatio n unless, within that time period, Cit y or Contractor:
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 62 of 63
1. elects in writing to invoke any other dispute resolutio n process provided for in the
Supplementar y Conditions ; or
2. agrees wit h the other part y to sub mit the Contract Claim to another dispute resolution
process; or
3. give s writte n notic e to the other part y of the intent to submit the Contract Claim to a court of
co mpetent jurisdiction.
ARTICLE 17 – MISCELLANEOUS
17.01 Giving Notice
A. Whenever any provisio n of the Contract Document s requires the giving of written notice, it will
be deemed to have been validly give n if:
1. delivered in perso n to the individual or to a member of the fir m or to an officer of the
corporatio n fo r who m it is intended; or
2. delivered at or sent by registered or certified mail, postag e prepaid, to the las t business
address known to the give r of the notice.
B. Business address changes must be pro mptly made in writing to the other party.
C. Whenever the Contract Document s specifies giving notice by electronic means such electronic
notice shall be deemed sufficient upo n confir matio n of receipt by the receiving party.
17.02 Computation of Times
When any perio d of time is referred to in the Contract Document s by days, it will be computed to
exclud e the firs t and includ e the las t day of suc h period. If the las t day of any such perio d falls on a
Saturday or Sunday or on a day made a lega l holida y the next Working Day shall beco me the last da y
of the period.
17.03 Cumulative Remedies
The dutie s and obligations imposed by these General Conditions and the right s and remedies available
hereunder to the partie s heret o ar e in additio n to, and are no t to be construed in any way as a limitatio n
of, any right s and remedie s available to any or all of them whic h are otherwise imposed or available
by Laws or Regulations, by specia l 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 Document s in connectio n wit h each particular duty, obligation, right , and remedy to whic h
they apply.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 63 of 63
17.04 Survival of Obligations
All representations, inde mnifications, warranties, and guarantees made in, required by, or give n in
accordance wit h the Contract Docu ments, as well as all continuing obligations indicated in the
Contract Docu ments, will survive fina l payment , co mpletion, and acceptance of the Work or
ter minatio n or co mpletio n of the Contract or terminatio n of the services of Contractor.
17.05 Headings
Article and paragraph headings are inserted fo r convenience only and do not constitute part s of these
General Conditions.
00 73 00
SUPPLEMENTARY CONDITIONS
Page 1 of 6
CITY OF FORT WORTH Water & Sanitary Sewer Replacement Contract 2021, WSM-T
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104880
Revised March 8, 2024
SECTION 00 73 00
SUPPLEMENTARY CONDITIONS
TO
GENERAL CONDITIONS
Supplementary Conditions
These Supplementary Conditions modify and supplement Section 00 72 00 - General Conditions, and other
provisions of the Contract Documents as indicated below. All provisions of the General Conditions that are
modified or supplemented remain in full force and effect as so modified or supplemented. All provisions
of the General Conditions which are not so modified or supplemented remain in full force and effect.
Defined Terms
The terms used in these Supplementary Conditions which are defined in the General Conditions have the
meaning assigned to them in the General Conditions, unless specifically noted herein.
Modifications and Supplements
The following are instructions that modify or supplement specific paragraphs in the General Conditions and
other Contract Documents.
SC-3.03B.2, “Resolving Discrepancies”
Plans govern over Specifications.
SC-4.01A
Easement limits shown on the Drawing are approximate and were provided to establish a basis for bidding.
Upon receiving the final easements descriptions, Contractor shall compare them to the lines shown on the
Contract Drawings.
SC-4.01A.1., “Availability of Lands”
The following is a list of known outstanding right-of-way, and/or easements to be acquired, if any as of
None.
Outstanding Right-Of-Way, and/or Easements to Be Acquired
PARCEL
NUMBER
OWNER TARGET DATE
OF POSSESSION
None
The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, and
do not bind the City.
If Contractor considers the final easements provided to differ materially from the representations on the
Contract Drawings, Contractor shall within five (5) Business Days and before proceeding with the Work,
notify City in writing associated with the differing easement line locations.
SC-4.01A.2, “Availability of Lands”
00 73 00
SUPPLEMENTARY CONDITIONS
Page 2 of 6
CITY OF FORT WORTH Water & Sanitary Sewer Replacement Contract 2021, WSM-T
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104880
Revised March 8, 2024
Utilities or obstructions to be removed, adjusted, and/or relocated
The following is list of utilities and/or obstructions that have not been removed, adjusted, and/or relocated
as of
EXPECTED
OWNER
UTILITY AND LOCATION TARGET DATE OF
ADJUSTMENT
None
The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed,
and do not bind the City.
SC-4.02A., “Subsurface and Physical Conditions”
The following are reports of explorations and tests of subsurface conditions at the site of the Work:
A Pavement Coring Report No. ____N/A______, dated _9/27/23__, prepared by City of Fort Worth
Capital Delivery Division/Soil Lab, providing additional information on pavement type and thickness.
The following are drawings of physical conditions in or relating to existing surface and subsurface
structures (except Underground Facilities) which are at or contiguous to the site of the Work:
1. None.
SC-4.06A., “Hazardous Environmental Conditions at Site”
The following are reports and drawings of existing hazardous environmental conditions known to the City:
None
SC-5.03A., “Certificates of Insurance”
The entities listed below are "additional insureds as their interest may appear" including their respective
officers, directors, agents and employees.
(1) City
(2) Consultant: NONE
(3) Other: NONE
SC-5.04A., “Contractor’s Insurance”
The limits of liability for the insurance required by Paragraph GC-5.04 shall provide the following
coverages for not less than the following amounts or greater where required by laws and regulations:
5.04A. Workers' Compensation, under Paragraph GC-5.04A.
Statutory limits
Employer's liability
$100,000 each accident/occurrence
$100,000 Disease - each employee
$500,000 Disease - policy limit
SC-5.04B., “Contractor’s Insurance”
00 73 00
SUPPLEMENTARY CONDITIONS
Page 3 of 6
CITY OF FORT WORTH Water & Sanitary Sewer Replacement Contract 2021, WSM-T
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104880
Revised March 8, 2024
5.04B. Commercial General Liability, under Paragraph GC-5.04B. Contractor's Liability Insurance
under Paragraph GC-5.04B., which shall be on a per project basis covering the Contractor with
minimum limits of:
$1,000,000 each occurrence
$2,000,000 aggregate limit
The policy must have an endorsement (Amendment – Aggregate Limits of Insurance) making the
General Aggregate Limits apply separately to each job site.
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.
SC 5.04C., “Contractor’s Insurance”
5.04C. Automobile Liability, under Paragraph GC-5.04C. Contractor’s Liability Insurance under
Paragraph GC-5.04C., which shall be in an amount not less than the following amounts:
(1) Automobile Liability - a commercial business policy shall provide coverage on "Any Auto",
defined as autos owned, hired and non-owned.
$1,000,000 each accident on a combined single limit basis. Split limits are acceptable if limits are at
least:
$250,000 Bodily Injury per person /
$500,000 Bodily Injury per accident /
$100,000 Property Damage
SC-5.04D., “Contractor’s Insurance”
The Contractor’s construction activities will require its employees, agents, subcontractors, equipment, and
material deliveries to cross railroad properties and tracks Union Pacific Railroad Company.
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.
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:
(1) General Aggregate: N/A
(2) Each Occurrence: N/A
Required for this Contract X Not required for this Contract
With respect to the above outlined insurance requirements, the following shall govern:
00 73 00
SUPPLEMENTARY CONDITIONS
Page 4 of 6
CITY OF FORT WORTH Water & Sanitary Sewer Replacement Contract 2021, WSM-T
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104880
Revised March 8, 2024
1. 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.
2. 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-way, the Contractor
may be required to provide separate insurance policies in the name of each railroad company.
3. 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.
4. 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.
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.
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.
SC-6.04., “Project Schedule”
Project schedule shall be tier 3 for the project.
SC-6.07 A.., “Duty to pay Prevailing Wage Rates”
The following is the prevailing wage rate table(s) applicable to this project and is provided in the
Appendixes:
CFW Vertical Wage Rate Table
A copy of the table is also available by accessing the City’s website at:
https://apps.fortworthtexas.gov/ProjectResources/
You can access the file by following the directory path:
02-Construction Documents/Specifications/Div00 – General Conditions
SC-6.09., “Permits and Utilities”
SC-6.09A., “Contractor obtained permits and licenses”
The following are known permits and/or licenses required by the Contract to be acquired by the Contractor:
Street Use Permit.
Stormwater Pollution Prevention (SWPPP)
SC-6.09B. “City obtained permits and licenses”
00 73 00
SUPPLEMENTARY CONDITIONS
Page 5 of 6
CITY OF FORT WORTH Water & Sanitary Sewer Replacement Contract 2021, WSM-T
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104880
Revised March 8, 2024
The following are known permits and/or licenses required by the Contract to be acquired by the City:
SC-6.09C. “Outstanding permits and licenses”
The following is a list of known outstanding permits and/or licenses to be acquired, if any as of
None
Outstanding Permits and/or Licenses to Be Acquired
OWNER PERMIT OR LICENSE AND LOCATION TARGET DATE
OF POSSESSION
None
SC-7.02., “Coordination”
The individuals or entities listed below have contracts with the City for the performance of other work at
the Site: None
Vendor Scope of Work Coordination Authority
SC-8.01, “Communications to Contractor”
None
SC-9.01., “City’s Project Manager”
The City’s Project Manager for this Contract is Clayton Torrance, or his/her successor pursuant to written
notification from the Director of Water Department
SC-13.03C., “Tests and Inspections”
None
SC-16.01C.1, “Methods and Procedures”
None
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
1/22/2016 F. Griffin SC-9.01., “City’s Project Representative” wording changed to City’s Project
Manager.
3/9/2020 D.V. Magaña SC-6.07, Updated the link such that files can be accessed via the City’s
website.
00 73 00
SUPPLEMENTARY CONDITIONS
Page 6 of 6
CITY OF FORT WORTH Water & Sanitary Sewer Replacement Contract 2021, WSM-T
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104880
Revised March 8, 2024
10/06/23 Michael Owen SC-6.07, Allow affidavit regarding paying prevailing wages to be submitted on
completion of job, as opposed to with each progress report
3/08/24 Michael Owen Removed revisions related to affidavit, as those changes have been made in
General Conditions
01 11 00 - 1
SUMMARY OF WORK
Page 1 of 3
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20, 2012
Water & Sanitary Sewer Replacement Contract 2021, WSM-T
CPN 104880
SECTION 01 11 00
SUMMARY OF WORK
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. Summary of Work to be performed in accordance with the Contract Documents
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract
2. Division 1 - General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Work Covered by Contract Documents
1. Work is to include furnishing all labor, materials, and equipment, and performing
all Work necessary for this construction project as detailed in the Drawings and
Specifications.
B. Subsidiary Work
1. Any and all Work specifically governed by documentary requirements for the
project, such as conditions imposed by the Drawings or Contract Documents in
which no specific item for bid has been provided for in the Proposal and the item is
not a typical unit bid item included on the standard bid item list, then the item shall
be considered as a subsidiary item of Work, the cost of which shall be included in
the price bid in the Proposal for various bid items.
C. Use of Premises
1. Coordinate uses of premises under direction of the City.
2. Assume full responsibility for protection and safekeeping of materials and
equipment stored on the Site.
3. Use and occupy only portions of the public streets and alleys, or other public places
or other rights-of-way as provided for in the ordinances of the City, as shown in the
Contract Documents, or as may be specifically authorized in writing by the City.
a. A reasonable amount of tools, materials, and equipment for construction
purposes may be stored in such space, but no more than is necessary to avoid
delay in the construction operations.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20, 2012
Water & Sanitary Sewer Replacement Contract 2021, WSM-T
CPN 104880
01 11 00 - 2
SUMMARY OF WORK
Page 2 of 3
b. Excavated and waste materials shall be stored in such a way as not to interfere
with the use of spaces that may be designated to be left free and unobstructed
and so as not to inconvenience occupants of adjacent property.
c. If the street is occupied by railroad tracks, the Work shall be carried on in such
manner as not to interfere with the operation of the railroad.
1) All Work shall be in accordance with railroad requirements set forth in
Division 0 as well as the railroad permit.
D. Work within Easements
1. Do not enter upon private property for any purpose without having previously
obtained permission from the owner of such property.
2. Do not store equipment or material on private property unless and until the
specified approval of the property owner has been secured in writing by the
Contractor and a copy furnished to the City.
3. Unless specifically provided otherwise, clear all rights-of-way or easements of
obstructions which must be removed to make possible proper prosecution of the
Work as a part of the project construction operations.
4. Preserve and use every precaution to prevent damage to, all trees, shrubbery, plants,
lawns, fences, culverts, curbing, and all other types of structures or improvements,
to all water, sewer, and gas lines, to all conduits, overhead pole lines, or
appurtenances thereof, including the construction of temporary fences and to all
other public or private property adjacent to the Work.
5. Notify the proper representatives of the owners or occupants of the public or private
lands of interest in lands which might be affected by the Work.
a. Such notice shall be made at least 48 hours in advance of the beginning of the
Work.
b. Notices shall be applicable to both public and private utility companies and any
corporation, company, individual, or other, either as owners or occupants,
whose land or interest in land might be affected by the Work.
c. Be responsible for all damage or injury to property of any character resulting
from any act, omission, neglect, or misconduct in the manner or method or
execution of the Work, or at any time due to defective work, material, or
equipment.
6. Fence
a. Restore all fences encountered and removed during construction of the Project
to the original or a better than original condition.
b. Erect temporary fencing in place of the fencing removed whenever the Work is
not in progress and when the site is vacated overnight, and/or at all times to
provide site security.
c. The cost for all fence work within easements, including removal, temporary
closures and replacement, shall be subsidiary to the various items bid in the
project proposal, unless a bid item is specifically provided in the proposal.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20, 2012
Water & Sanitary Sewer Replacement Contract 2021, WSM-T
CPN 104880
01 11 00 - 3
SUMMARY OF WORK
Page 3 of 3
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
01 25 00 - 1
SUBSTITUTION PROCEDURES
Page 1 of 4
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised July 1, 2011
Water & Sanitary Sewer Replacement Contract 2021, WSM-T
CPN 104880
SECTION 01 25 00
SUBSTITUTION PROCEDURES
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. The procedure for requesting the approval of substitution of a product that is not
equivalent to a product which is specified by descriptive or performance criteria or
defined by reference to 1 or more of the following:
a. Name of manufacturer
b. Name of vendor
c. Trade name
d. Catalog number
2. Substitutions are not "or-equals".
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 – General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Request for Substitution - General
1. Within 30 days after award of Contract (unless noted otherwise), the City will
consider formal requests from Contractor for substitution of products in place of
those specified.
2. Certain types of equipment and kinds of material are described in Specifications by
means of references to names of manufacturers and vendors, trade names, or
catalog numbers.
a. When this method of specifying is used, it is not intended to exclude from
consideration other products bearing other manufacturer's or vendor's names,
trade names, or catalog numbers, provided said products are "or-equals," as
determined by City.
3. Other types of equipment and kinds of material may be acceptable substitutions
under the following conditions:
a. Or-equals are unavailable due to strike, discontinued production of products
meeting specified requirements, or other factors beyond control of Contractor;
or,
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised July 1, 2011
Water & Sanitary Sewer Replacement Contract 2021, WSM-T
CPN 104880
01 25 00 - 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
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised July 1, 2011
Water & Sanitary Sewer Replacement Contract 2021, WSM-T
CPN 104880
01 25 00 - 3
SUBSTITUTION PROCEDURES
Page 3 of 4
4. No additional contract time will be given for substitution.
5. Substitution will be rejected if:
a. Submittal is not through the Contractor with his stamp of approval
b. Request is not made in accordance with this Specification Section
c. In the City’s opinion, acceptance will require substantial revision of the original
design
d. In the City’s opinion, substitution will not perform adequately the function
consistent with the design intent
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE
A. In making request for substitution or in using an approved product, the Contractor
represents that the Contractor:
1. Has investigated proposed product, and has determined that it is adequate or
superior in all respects to that specified, and that it will perform function for which
it is intended
2. Will provide same guarantee for substitute item as for product specified
3. Will coordinate installation of accepted substitution into Work, to include building
modifications if necessary, making such changes as may be required for Work to be
complete in all respects
4. Waives all claims for additional costs related to substitution which subsequently
arise
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised July 1, 2011
Water & Sanitary Sewer Replacement Contract 2021, WSM-T
CPN 104880
01 25 00 - 4
SUBSTITUTION PROCEDURES
Page 4 of 4
EXHIBIT A
REQUEST FOR SUBSTITUTION FORM:
TO:
PROJECT: DATE:
We hereby submit for your consideration the following product instead of the specified item for
the above project:
SECTION PARAGRAPH SPECIFIED ITEM
Proposed Substitution:
Reason for Substitution:
Include complete information on changes to Drawings and/or Specifications which proposed
substitution will require for its proper installation.
Fill in Blanks Below:
A. Will the undersigned contractor pay for changes to the building design, including engineering
and detailing costs caused by the requested substitution?
B. What effect does substitution have on other trades?
C. Differences between proposed substitution and specified item?
D. Differences in product cost or product delivery time?
E. Manufacturer's guarantees of the proposed and specified items are:
Equal Better (explain on attachment)
The undersigned states that the function, appearance and quality are equivalent or superior to the
specified item.
Submitted By: For Use by City
Signature Recommended Recommended
as noted
Firm Not recommended Received late
Address By
Date
Date Remarks
Telephone
For Use by City:
Approved Rejected
City Date
01 31 19 - 1
PRECONSTRUCTION MEETING
Page 1 of 3
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised August 17, 2012
Water & Sanitary Sewer Replacement Contract 2021, WSM-T
CPN 104880
SECTION 01 31 19
PRECONSTRUCTION MEETING
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. Provisions for the preconstruction meeting to be held prior to the start of Work to
clarify construction contract administration procedures
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 – General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Coordination
1. Attend preconstruction meeting.
2. Representatives of Contractor, subcontractors and suppliers attending meetings
shall be qualified and authorized to act on behalf of the entity each represents.
3. Meeting administered by City may be tape recorded.
a. If recorded, tapes will be used to prepare minutes and retained by City for
future reference.
B. Preconstruction Meeting
1. A preconstruction meeting will be held within 14 days after the execution of the
Agreement and before Work is started.
a. The meeting will be scheduled and administered by the City.
2. The Project Representative will preside at the meeting, prepare the notes of the
meeting and distribute copies of same to all participants who so request by fully
completing the attendance form to be circulated at the beginning of the meeting.
3. Attendance shall include:
a. Project Representative
b. Contractor's project manager
c. Contractor's superintendent
d. Any subcontractor or supplier representatives whom the Contractor may desire
to invite or the City may request
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised August 17, 2012
Water & Sanitary Sewer Replacement Contract 2021, WSM-T
CPN 104880
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 01 32 16 and
provide at Preconstruction Meeting.
b. City will notify Contractor of any schedule changes upon Notice of
Preconstruction Meeting.
5. Preliminary Agenda may include:
a. Introduction of Project Personnel
b. General Description of Project
c. Status of right-of-way, utility clearances, easements or other pertinent permits
d. Contractor’s work plan and schedule
e. Contract Time
f. Notice to Proceed
g. Construction Staking
h. Progress Payments
i. Extra Work and Change Order Procedures
j. Field Orders
k. Disposal Site Letter for Waste Material
l. Insurance Renewals
m. Payroll Certification
n. Material Certifications and Quality Control Testing
o. Public Safety and Convenience
p. Documentation of Pre-Construction Conditions
q. Weekend Work Notification
r. Legal Holidays
s. Trench Safety Plans
t. Confined Space Entry Standards
u. Coordination with the City’s representative for operations of existing water
systems
v. Storm Water Pollution Prevention Plan
w. Coordination with other Contractors
x. Early Warning System
y. Contractor Evaluation
z. Special Conditions applicable to the project
aa. Damages Claims
bb. Submittal Procedures
cc. Substitution Procedures
dd. Correspondence Routing
ee. Record Drawings
ff. Temporary construction facilities
gg. M/WBE or MBE/SBE procedures
hh. Final Acceptance
ii. Final Payment
jj. Questions or Comments
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised August 17, 2012
Water & Sanitary Sewer Replacement Contract 2021, WSM-T
CPN 104880
01 31 19 - 3
PRECONSTRUCTION MEETING
Page 3 of 3
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised July 1, 2011
Water & Sanitary Sewer Replacement Contract 2021, WSM-T
CPN 104880
01 31 20 - 1
PROJECT MEETINGS
Page 1 of 3
SECTION 01 31 20
PROJECT MEETINGS
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. Provisions for project meetings throughout the construction period to enable orderly
review of the progress of the Work and to provide for systematic discussion of
potential problems
B. Deviations this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 – General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Coordination
1. Schedule, attend and administer as specified, periodic progress meetings, and
specially called meetings throughout progress of the Work.
2. Representatives of Contractor, subcontractors and suppliers attending meetings
shall be qualified and authorized to act on behalf of the entity each represents.
3. Meetings administered by City may be tape recorded.
a. If recorded, tapes will be used to prepare minutes and retained by City for
future reference.
4. Meetings, in addition to those specified in this Section, may be held when requested
by the City, Engineer or Contractor.
B. Pre-Construction Neighborhood Meeting
1. After the execution of the Agreement, but before construction is allowed to begin,
attend 1 Public Meeting with affected residents to:
a. Present projected schedule, including construction start date
b. Answer any construction related questions
2. Meeting Location
a. Location of meeting to be determined by the City.
3. Attendees
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised July 1, 2011
Water & Sanitary Sewer Replacement Contract 2021, WSM-T
CPN 104880
a. Contractor
b. Project Representative
c. Other City representatives
4. Meeting Schedule
01 31 20 - 2
PROJECT MEETINGS
Page 2 of 3
a. In general, the neighborhood meeting will occur within the 2 weeks following
the pre-construction conference.
b. In no case will construction be allowed to begin until this meeting is held.
C. Progress Meetings
1. Formal project coordination meetings will be held periodically. Meetings will be
scheduled and administered by Project Representative.
2. Additional progress meetings to discuss specific topics will be conducted on an as-
needed basis. Such additional meetings shall include, but not be limited to:
a. Coordinating shutdowns
b. Installation of piping and equipment
c. Coordination between other construction projects
d. Resolution of construction issues
e. Equipment approval
3. The Project Representative will preside at progress meetings, prepare the notes of
the meeting and distribute copies of the same to all participants who so request by
fully completing the attendance form to be circulated at the beginning of each
meeting.
4. Attendance shall include:
a. Contractor's project manager
b. Contractor's superintendent
c. Any subcontractor or supplier representatives whom the Contractor may desire
to invite or the City may request
d. Engineer's representatives
e. City’s representatives
f. Others, as requested by the Project Representative
5. Preliminary Agenda may include:
a. Review of Work progress since previous meeting
b. Field observations, problems, conflicts
c. Items which impede construction schedule
d. Review of off-site fabrication, delivery schedules
e. Review of construction interfacing and sequencing requirements with other
construction contracts
f. Corrective measures and procedures to regain projected schedule
g. Revisions to construction schedule
h. Progress, schedule, during succeeding Work period
i. Coordination of schedules
j. Review submittal schedules
k. Maintenance of quality standards
l. Pending changes and substitutions
m. Review proposed changes for:
1) Effect on construction schedule and on completion date
2) Effect on other contracts of the Project
n. Review Record Documents
o. Review monthly pay request
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised July 1, 2011
Water & Sanitary Sewer Replacement Contract 2021, WSM-T
CPN 104880
p. Review status of Requests for Information
6. Meeting Schedule
01 31 20 - 3
PROJECT MEETINGS
Page 3 of 3
a. Progress meetings will be held periodically as determined by the Project
Representative.
1) Additional meetings may be held at the request of the:
a) City
b) Engineer
c) Contractor
7. Meeting Location
a. The City will establish a meeting location.
1) To the extent practicable, meetings will be held at the Site.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
01 32 16.1
CONSTRUCTION PROGRESS SCHEDULE – BASELINE EXAMPLE
Page 1 of 5
CITY OF FORT WORTH Water & Sanitary Sewer Replacement Contract 2021, WSM-T
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104880
Revised August 13, 2021
1 SECTION 01 32 16.1
2 CONSTRUCTION SCHEDULE – BASELINE EXAMPLE
3 PART 1 - GENERAL
4 The following is an example of a Contractor’s project schedule that illustrates the data and
5 expectation for schedule content depicting the baseline for the project. This version of the
6 schedule is referred to as a “baseline” schedule. This example is intended to provide
7 guidance for the Contractor when developing and submitting a baseline schedule. See CFW
8 Specification 01 32 16 Construction Schedule for details and requirements regarding the
9 Contractor’s project schedule.
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
01 32 16.1
CONSTRUCTION PROGRESS SCHEDULE – BASELINE EXAMPLE
Page 2 of 5
CITY OF FORT WORTH Water & Sanitary Sewer Replacement Contract 2021, WSM-T
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104880
Revised August 13, 2021
1
01 32 16.1
CONSTRUCTION PROGRESS SCHEDULE – BASELINE EXAMPLE
Page 3 of 5
CITY OF FORT WORTH Water & Sanitary Sewer Replacement Contract 2021, WSM-T
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104880
Revised August 13, 2021
1
01 32 16.1
CONSTRUCTION PROGRESS SCHEDULE – BASELINE EXAMPLE
Page 4 of 5
CITY OF FORT WORTH Water & Sanitary Sewer Replacement Contract 2021, WSM-T
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104880
Revised August 13, 2021
1
01 32 16.1
CONSTRUCTION PROGRESS SCHEDULE – BASELINE EXAMPLE
Page 5 of 5
CITY OF FORT WORTH Water & Sanitary Sewer Replacement Contract 2021, WSM-T
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104880
Revised August 13, 2021
1 END OF SECTION
2
Revision Log
DATE NAME SUMMARY OF CHANGE
July 20, 2018 M. Jarrell Initial Issue
May 7, 2021 M Owen Revised name due to revising the schedule specification
3
01 32 16.2
CONSTRUCTION PROGRESS SCHEDULE – PROGRESS EXAMPLE
Page 1 of 5
CITY OF FORT WORTH Water & Sanitary Sewer Replacement Contract 2021, WSM-T
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104880
Revised August 13, 2021
1 SECTION 01 32 16.2
2 CONSTRUCTION SCHEDULE – PROGRESS EXAMPLE
3 PART 1 - GENERAL
4 The following is an example of a Contractor’s project schedule that illustrates the data and
5 expectation for schedule content depicting the progress for the project. This version of the
6 schedule is referred to as a “progress” schedule. This example is intended to provide
7 guidance for the Contractor when developing and submitting a progress schedule. See
8 CFW Specification 01 32 16 Construction Schedule for details and requirements regarding
9 the Contractor’s project schedule.
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
01 32 16.2
CONSTRUCTION PROGRESS SCHEDULE – PROGRESS EXAMPLE
Page 2 of 5
CITY OF FORT WORTH Water & Sanitary Sewer Replacement Contract 2021, WSM-T
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104880
Revised August 13, 2021
1
01 32 16.2
CONSTRUCTION PROGRESS SCHEDULE – PROGRESS EXAMPLE
Page 3 of 5
CITY OF FORT WORTH Water & Sanitary Sewer Replacement Contract 2021, WSM-T
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104880
Revised August 13, 2021
1
01 32 16.2
CONSTRUCTION PROGRESS SCHEDULE – PROGRESS EXAMPLE
Page 4 of 5
CITY OF FORT WORTH Water & Sanitary Sewer Replacement Contract 2021, WSM-T
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104880
Revised August 13, 2021
1
01 32 16.2
CONSTRUCTION PROGRESS SCHEDULE – PROGRESS EXAMPLE
Page 5 of 5
CITY OF FORT WORTH Water & Sanitary Sewer Replacement Contract 2021, WSM-T
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104880
Revised August 13, 2021
1 END OF SECTION
2
Revision Log
DATE NAME SUMMARY OF CHANGE
July 20, 2018 M. Jarrell Initial Issue
May 7, 2021 M Owen Revised name due to revising the schedule specification
3
01 32 16.3
– PROGRESS NARRATIVE
Page 1 of 1
City of Fort Worth, Texas Water & Sanitary Sewer Replacement Contract 2021, WSM-T
Construction Project Schedule Narrative Report for CFW Projects CPN 104880
Revised August 13, 2021
Page 1 of 1
SECTION 01 32 16.3
CONSTRUCTION PROJECT SCHEDULE PROGRESS NARRATIVE
Reporting Period: Date Issued:
Project Name: Contractor Company Name:
City Project No: Contractor Schedule Contact:
City Project Manager:
A. List of activities changed in the reporting period.
1. (insert text here)
2. (insert text here)
3. (insert text here)
4. (insert text here)
5. (insert text here)
6. (insert text here)
B. List any potential delays and provide mitigation actions
1. (insert text here)
2. (insert text here)
3. (insert text here)
C. List any actual delays and provide recovery actions
1. (insert text here)
2. (insert text here)
3. (insert text here)
CITY OF FORT WORTH
ST ANDARD CONSTRUCT ION SPECIFICATION DOCUMENTS
Revised August 13, 2021
Water & Sanitary Sewer Replacement Contract 2021, WSM-T
CPN 104880
01 32 16 - 1
CONST RUCT ION PROGRESS SCHEDULE
Page 1 of 10
1 SECTION 01 32 16
2 CONSTRUCTION SCHEDULE
3 PART 1 - 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
ST ANDARD CONSTRUCT ION SPECIFICATION DOCUMENTS
Revised August 13, 2021
Water & Sanitary Sewer Replacement Contract 2021, WSM-T
CPN 104880
01 32 16 - 2
CONST RUCT ION 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
ST ANDARD CONSTRUCT ION SPECIFICATION DOCUMENTS
Revised August 13, 2021
Water & Sanitary Sewer Replacement Contract 2021, WSM-T
CPN 104880
01 32 16 - 3
CONST RUCT ION 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 01 32 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 01 32 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
ST ANDARD CONSTRUCT ION SPECIFICATION DOCUMENTS
Revised August 13, 2021
Water & Sanitary Sewer Replacement Contract 2021, WSM-T
CPN 104880
01 32 16 - 4
CONST RUCT ION PROGRESS SCHEDULE
Page 4 of 10
1 1. Schedule Framework - The schedule will be based on the defined scope of work
2 and follow the (Critical Path Methodology) CPM method. The Contractor’s
3 schedule will align with the requirements of this specification and will be cost
4 loaded to reflect their plan for execution. Compliance with cost loading can be
5 provided with traditional cost loading of line items OR a projected cost per
6 month for the project when the initial schedule is submitted, updated on a
7 quarterly basis is significant change is anticipated. Overall schedule duration
8 will align with the contractual requirements for the respective scope of work and be
9 reflected in City’s Master Project Schedule. The Project Number and Name of the
10 Project is required on each schedule and must match the City’s project data.
11
12 E. Schedule File Name
13 All schedules submitted to the City for a project will have a file name that begins with
14 the City’s project number followed by the name of the project followed by baseline (if
15 a baseline schedule) or the year and month (if a progress schedule), as shown below.
16
17 Baseline Schedule File Name
18 Format: City Project Number_Project Name_Baseline
19 Example: 101376_North Montgomery Street HMAC_Baseline
20
21 Progress Schedule File Name
22 Format: City Project Number_Project Name_YYYY-MM
23 Example: 101376_North Montgomery Street HMAC_2018_01
24
25 Project Schedule Progress Narrative File Name
26 Format: City Project Number_Project Name_PN_YYYY-MM
27 Example: 101376_North Montgomery Street HMAC_PN_2018_01
28
29 F. Schedule Templates
30 The Contractor will utilize the relevant sections from the City’s templates provided in
31 the City’s document management system as the basis for creating their respective
32 project schedule. Specifically, the Contractor’s schedule will align with the layout of
33 the Construction section. The templates are identified by type of project as noted
34 below.
35 Arterials
36 Aviation
37 Neighborhood Streets
38 Sidewalks (later)
39 Quiet Zones (later)
40 Street Lights (later)
41 Intersection Improvements (later)
42 Parks
43 Storm water
44 Street Maintenance
45 Traffic
46 Water
47
48 G. Schedule Calendar
CITY OF FORT WORTH
ST ANDARD CONSTRUCT ION SPECIFICATION DOCUMENTS
Revised August 13, 2021
Water & Sanitary Sewer Replacement Contract 2021, WSM-T
CPN 104880
01 32 16 - 5
CONST RUCT ION 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 eight standard holidays (New Years, Martin
3 Luther King, Memorial, Independence, Labor, Thanksgiving, day after Thanksgiving,
4 Christmas). The Contractor will establish a schedule calendar as part of the schedule
5 development process and provide to the Project Control Specialist as part of the basis
6 for their schedule. Variations between the City’s calendar and the Contractor’s
7 calendar must be resolved prior to the City’s acceptance of their Baseline project
8 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.H 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.I below. Contractor will include additional milestones
28 representing intermediate deliverables as required to accurately reflect their
29 scope of work.
30
31 I. 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
ST ANDARD CONSTRUCT ION SPECIFICATION DOCUMENTS
Revised August 13, 2021
Water & Sanitary Sewer Replacement Contract 2021, WSM-T
CPN 104880
01 32 16 - 6
CONST RUCT ION PROGRESS SCHEDULE
Page 6 of 10
1 review and acceptance as described in Section 1.5 below. Updated baseline schedules
2 adhere to the following:
3
4 1. Time extensions associated with approved contract modifications are limited to the
5 actual amount of time the project activities are anticipated to be delayed, unless
6 otherwise approved by the Program Manager.
7
8 2. The re-baselined schedule is submitted by the Contractor within ten workdays after
9 the date of receipt of the approved Change Order.
10
11 3. The changes in logic or durations approved by the City are used to analyze the impact
12 of the change and is included in the Change Order. The coding for a new activity(s)
13 added to the schedule for the Change Order includes the Change Order number in the
14 Activity ID. Use as many activities as needed to accurately show the work of the
15 Change Order. Revisions to the baseline schedule are not effective until accepted by
16 the City.
17 K. City’s Work Breakdown Structure
18
19 WBS Code WBS Name
20 XXXXXX Project Name
21 XXXXXX.30 Design
22 XXXXXX.30.10 Design Contractor Agreement
23 XXXXXX.30.20 Conceptual Design (30%)
24 XXXXXX.30.30 Preliminary Design (60%)
25 XXXXXX.30.40 Final Design
26 XXXXXX.30.50 Environmental
27 XXXXXX.30.60 Permits
28 XXXXXX.30.60.10 Permits - Identification
29 XXXXXX.30.60.20 Permits - Review/Approve
30 XXXXXX.40 ROW & Easements
31 XXXXXX.40.10 ROW Negotiations
32 XXXXXX.40.20 Condemnation
33 XXXXXX.70 Utility Relocation
34 XXXXXX.70.10 Utility Relocation Co-ordination
35 XXXXXX.80 Construction
36 XXXXXX.80.81 Bid and Award
37 XXXXXX.80.83 Construction Execution
38 XXXXXX.80.85 Inspection
39 XXXXXX.80.86 Landscaping
40 XXXXXX.90 Closeout
41 XXXXXX.90.10 Construction Contract Close-out
42 XXXXXX.90.40 Design Contract Closure
43 L. City’s Standard Milestones
44 The following milestone activities (i.e., important events on a project that mark critical
45 points in time) are of particular interest to the City and must be reflected in the project
46 schedule for all phases of work.
47
CITY OF FORT WORTH
ST ANDARD CONSTRUCT ION SPECIFICATION DOCUMENTS
Revised August 13, 2021
Water & Sanitary Sewer Replacement Contract 2021, WSM-T
CPN 104880
01 32 16 - 7
CONST RUCT ION 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
ST ANDARD CONSTRUCT ION SPECIFICATION DOCUMENTS
Revised August 13, 2021
Water & Sanitary Sewer Replacement Contract 2021, WSM-T
CPN 104880
01 32 16 - 8
CONST RUCT ION PROGRESS SCHEDULE
Page 8 of 10
1 1. Schedule Format
2 The Contractor will submit each schedule in two electronic forms, one in native file
3 format (.xer, .xml, .mpx) and the second in a pdf format, in the City’s document
4 management system in the location dedicated for this purpose and identified by the
5 Project Manager. In the event the Contractor does not use Primavera P6 or MS
6 Project for scheduling purposes, the schedule information must be submitted in .xls or
7 .xlsx format in compliance with the sample layout (See Specification 01 32 16.1
8 Construction Project Schedule Baseline Example), including activity predecessors,
9 successors and total float.
10
11 2. Initial & Baseline Schedule
12 The Contractor will develop their schedule for their scope of work and submit their
13 initial schedule in electronic form (in the file formats noted above), in the City’s
14 document management system in the location dedicated for this purpose at least 5
15 working days prior to Pre Construction Meeting.
16
17 The City’s Project Manager and Project Control Specialist review this initial schedule
18 to determine alignment with the City’s Master Project Schedule, including format &
19 WBS structure. Following the City’s review, feedback is provided to the Contractor
20 for their use in finalizing their initial schedule and issuing (within five workdays) their
21 Baseline Schedule for final review and acceptance by the City.
22
23 3. Progress Schedule
24 The Contractor will update and issue their project schedule (Progress Schedule) by the
25 last day of each month throughout the life of their work on the project. The Progress
26 Schedule is submitted in electronic form as noted above, in the City’s document
27 management system in the location dedicated for this purpose.
28
29 The City’s Project Control team reviews each Progress Schedule for data and
30 information that support the assessment of the update to the schedule. In the event
31 data or information is missing or incomplete, the Project Controls Specialist
32 communicates directly with the Contractor’s scheduler for providing same. The
33 Contractor re-submits the corrected Progress Schedule within 5 workdays, following
34 the submittal process noted above. The City’s Project Manager and Project Control
35 Specialist review the Contractor’s progress schedule for acceptance and to monitor
36 performance and progress.
37
38 The following list of items are required to ensure proper status information is
39 contained in the Progress Schedule.
40 Baseline Start date
41 Baseline Finish Date
42 % Complete
43 Float
44 Activity Logic (dependencies)
45 Critical Path
46 Activities added or deleted
47 Expected Baseline Finish date
48 Variance to the Baseline Finish Date
49
CITY OF FORT WORTH
ST ANDARD CONSTRUCT ION SPECIFICATION DOCUMENTS
Revised August 13, 2021
Water & Sanitary Sewer Replacement Contract 2021, WSM-T
CPN 104880
1 B. Monthly Construction Status Report
01 32 16 - 9
CONST RUCT ION PROGRESS SCHEDULE
Page 9 of 10
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 01 32 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 01 32 16.1 Construction Project Schedule Baseline Example
31 Spec 01 32 16.2 Construction Project Schedule Progress Example
32 Spec 01 32 16.3 Construction Project Schedule Progress Narrative
33
CITY OF FORT WORTH
ST ANDARD CONSTRUCT ION SPECIFICATION DOCUMENTS
Revised August 13, 2021
Water & Sanitary Sewer Replacement Contract 2021, WSM-T
CPN 104880
01 32 16 - 10
CONST RUCT ION PROGRESS SCHEDULE
Page 10 of 10
1
2 PART 2 - PRODUCTS [NOT USED]
3 PART 3 - EXECUTION [NOT USED]
4 END OF SECTION
5
Revision Log
DATE NAME SUMMARY OF CHANGE
8/13/2021 Michael Owen Revised to update specification requirements and eliminate duplicate schedule
specifications.
6
01 32 33 - 1
PRECONSTRUCTION VIDEO
Page 1 of 2
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised July 1, 2011
Water & Sanitary Sewer Replacement Contract 2021, WSM-T
CPN 104880
]
[Insert Project Number]
SECTION 01 32 33
PRECONSTRUCTION VIDEO
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. Administrative and procedural requirements for:
a. Preconstruction Videos
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 – General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Preconstruction Video
1. Produce a preconstruction video of the site/alignment, including all areas in the
vicinity of and to be affected by construction.
a. Provide digital copy of video upon request by the City.
2. Retain a copy of the preconstruction video until the end of the maintenance surety
period.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised July 1, 2011
Water & Sanitary Sewer Replacement Contract 2021, WSM-T
CPN 104880
]
[Insert Project Number]
01 32 33 - 2
PRECONSTRUCTION VIDEO
Page 2 of 2
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
01 33 00 - 1
SUBMITTALS
Page 1 of 8
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20, 2012
Water & Sanitary Sewer Replacement Contract 2021, WSM-T
CPN 104880
SECTION 01 33 00
SUBMITTALS
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. General methods and requirements of submissions applicable to the following
Work-related submittals:
a. Shop Drawings
b. Product Data (including Standard Product List submittals)
c. Samples
d. Mock Ups
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 – General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Coordination
1. Notify the City in writing, at the time of submittal, of any deviations in the
submittals from the requirements of the Contract Documents.
2. Coordination of Submittal Times
a. Prepare, prioritize and transmit each submittal sufficiently in advance of
performing the related Work or other applicable activities, or within the time
specified in the individual Work Sections, of the Specifications.
b. Contractor is responsible such that the installation will not be delayed by
processing times including, but not limited to:
a) Disapproval and resubmittal (if required)
b) Coordination with other submittals
c) Testing
d) Purchasing
e) Fabrication
f) Delivery
g) Similar sequenced activities
c. No extension of time will be authorized because of the Contractor's failure to
transmit submittals sufficiently in advance of the Work.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20, 2012
Water & Sanitary Sewer Replacement Contract 2021, WSM-T
CPN 104880
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
1. When submitting shop drawings or samples, utilize a 9-character submittal cross-
reference identification numbering system in the following manner:
a. Use the first 6 digits of the applicable Specification Section Number.
b. For the next 2 digits number use numbers 01-99 to sequentially number each
initial separate item or drawing submitted under each specific Section number.
c. Last use a letter, A-Z, indicating the resubmission of the same drawing (i.e.
A=2nd submission, B=3rd submission, C=4th submission, etc.). A typical
submittal number would be as follows:
03 30 00-08-B
1) 03 30 00 is the Specification Section for Concrete
2) 08 is the eighth initial submittal under this Specification Section
3) B is the third submission (second resubmission) of that particular shop
drawing
C. Contractor Certification
1. Review shop drawings, product data and samples, including those by
subcontractors, prior to submission to determine and verify the following:
a. Field measurements
b. Field construction criteria
c. Catalog numbers and similar data
d. Conformance with the Contract Documents
2. Provide each shop drawing, sample and product data submitted by the Contractor
with a Certification Statement affixed including:
a. The Contractor's Company name
b. Signature of submittal reviewer
c. Certification Statement
1) “By this submittal, I hereby represent that I have determined and verified
field measurements, field construction criteria, materials, dimensions,
catalog numbers and similar data and I have checked and coordinated each
item with other applicable approved shop drawings."
D. Submittal Format
1. Fold shop drawings larger than 8 ½ inches x 11 inches to 8 ½ inches x 11inches.
2. Bind shop drawings and product data sheets together.
3. Order
a. Cover Sheet
1) Description of Packet
2) Contractor Certification
b. List of items / Table of Contents
c. Product Data /Shop Drawings/Samples /Calculations
E. Submittal Content
1. The date of submission and the dates of any previous submissions
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20, 2012
Water & Sanitary Sewer Replacement Contract 2021, WSM-T
CPN 104880
01 33 00 - 3
SUBMITTALS
Page 3 of 8
2. The Project title and number
3. Contractor identification
4. The names of:
a. Contractor
b. Supplier
c. Manufacturer
5. Identification of the product, with the Specification Section number, page and
paragraph(s)
6. Field dimensions, clearly identified as such
7. Relation to adjacent or critical features of the Work or materials
8. Applicable standards, such as ASTM or Federal Specification numbers
9. Identification by highlighting of deviations from Contract Documents
10. Identification by highlighting of revisions on resubmittals
11. An 8-inch x 3-inch blank space for Contractor and City stamps
F. Shop Drawings
1. As specified in individual Work Sections includes, but is not necessarily limited to:
a. Custom-prepared data such as fabrication and erection/installation (working)
drawings
b. Scheduled information
c. Setting diagrams
d. Actual shopwork manufacturing instructions
e. Custom templates
f. Special wiring diagrams
g. Coordination drawings
h. Individual system or equipment inspection and test reports including:
1) Performance curves and certifications
i. As applicable to the Work
2. Details
a. Relation of the various parts to the main members and lines of the structure
b. Where correct fabrication of the Work depends upon field measurements
1) Provide such measurements and note on the drawings prior to submitting
for approval.
G. Product Data
1. For submittals of product data for products included on the City’s Standard Product
List, clearly identify each item selected for use on the Project.
2. For submittals of product data for products not included on the City’s Standard
Product List, submittal data may include, but is not necessarily limited to:
a. Standard prepared data for manufactured products (sometimes referred to as
catalog data)
1) Such as the manufacturer's product specification and installation
instructions
2) Availability of colors and patterns
3) Manufacturer's printed statements of compliances and applicability
4) Roughing-in diagrams and templates
5) Catalog cuts
6) Product photographs
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20, 2012
Water & Sanitary Sewer Replacement Contract 2021, WSM-T
CPN 104880
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
1. As specified in individual Sections, include, but are not necessarily limited to:
a. Physical examples of the Work such as:
1) Sections of manufactured or fabricated Work
2) Small cuts or containers of materials
3) Complete units of repetitively used products color/texture/pattern swatches
and range sets
4) Specimens for coordination of visual effect
5) Graphic symbols and units of Work to be used by the City for independent
inspection and testing, as applicable to the Work
I. Do not start Work requiring a shop drawing, sample or product data nor any material to
be fabricated or installed prior to the approval or qualified approval of such item.
1. Fabrication performed, materials purchased or on-site construction accomplished
which does not conform to approved shop drawings and data is at the Contractor's
risk.
2. The City will not be liable for any expense or delay due to corrections or remedies
required to accomplish conformity.
3. Complete project Work, materials, fabrication, and installations in conformance
with approved shop drawings, applicable samples, and product data.
J. Submittal Distribution
1. Electronic Distribution
a. Confirm development of Project directory for electronic submittals to be
uploaded to City’s Buzzsaw site, or another external FTP site approved by the
City.
b. Shop Drawings
1) Upload submittal to designated project directory and notify appropriate
City representatives via email of submittal posting.
2) Hard Copies
a) 3 copies for all submittals
b) If Contractor requires more than 1 hard copy of Shop Drawings
returned, Contractor shall submit more than the number of copies listed
above.
c. Product Data
1) Upload submittal to designated project directory and notify appropriate
City representatives via email of submittal posting.
2) Hard Copies
a) 3 copies for all submittals
d. Samples
1) Distributed to the Project Representative
2. Hard Copy Distribution (if required in lieu of electronic distribution)
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20, 2012
Water & Sanitary Sewer Replacement Contract 2021, WSM-T
CPN 104880
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
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20, 2012
Water & Sanitary Sewer Replacement Contract 2021, WSM-T
CPN 104880
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
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20, 2012
Water & Sanitary Sewer Replacement Contract 2021, WSM-T
CPN 104880
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)
1. Contractor Request for additional information
a. Clarification or interpretation of the contract documents
b. When the Contractor believes there is a conflict between Contract Documents
c. When the Contractor believes there is a conflict between the Drawings and
Specifications
1) Identify the conflict and request clarification
2. Use the Request for Information (RFI) form provided by the City.
3. Numbering of RFI
a. Prefix with “RFI” followed by series number, “-xxx”, beginning with “01” and
increasing sequentially with each additional transmittal.
4. Sufficient information shall be attached to permit a written response without further
information.
5. The City will log each request and will review the request.
a. If review of the project information request indicates that a change to the
Contract Documents is required, the City will issue a Field Order or Change
Order, as appropriate.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20, 2012
Water & Sanitary Sewer Replacement Contract 2021, WSM-T
CPN 104880
01 33 00 - 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
01 35 13 - 1
SPECIAL PROJECT PROCEDURES
Page 1 of 8
CITY OF FORT WORTH Water & Sanitary Sewer Replacement Contract 2021, WSM-T
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104880
Revised March 11, 2022
1 SECTION 01 35 13
2 SPECIAL PROJECT PROCEDURES
3 PART 1 - GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
6 1. The procedures for special project circumstances that includes, but is not limited to:
7 a. Coordination with the Texas Department of Transportation
8 b. Work near High Voltage Lines
9 c. Confined Space Entry Program
10 d. 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
01 35 13 - 2
SPECIAL PROJECT PROCEDURES
Page 2 of 8
CITY OF FORT WORTH Water & Sanitary Sewer Replacement Contract 2021, WSM-T
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104880
Revised March 11, 2022
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)
01 35 13 - 3
SPECIAL PROJECT PROCEDURES
Page 3 of 8
CITY OF FORT WORTH Water & Sanitary Sewer Replacement Contract 2021, WSM-T
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104880
Revised March 11, 2022
1 a) Maintain an accurate log of all such calls to power company and record
2 action taken in each case.
3 b. Coordination with power company
4 1) After notification coordinate with the power company to:
5 a) Erect temporary mechanical barriers, de-energize the lines, or raise or
6 lower the lines
7 c. No personnel may work within 6 feet of a high voltage line before the above
8 requirements have been met.
9 C. Confined Space Entry Program
10 1. Provide and follow approved Confined Space Entry Program in accordance with
11 OSHA requirements.
12 2. Confined Spaces include:
13 a. Manholes
14 b. All other confined spaces in accordance with OSHA’s Permit Required for
15 Confined Spaces
16 D. TCEQ Air Permit
17 1. Obtain TCEQ Air Permit for construction activities per requirements of TCEQ.
18 E. Use of Explosives, Drop Weight, Etc.
19 1. When Contract Documents permit on the project the following will apply:
20 a. Public Notification
21 1) Submit notice to City and proof of adequate insurance coverage, 24 hours
22 prior to commencing.
23 2) Minimum 24 hour public notification in accordance with Section 01 31 13
24 F. Water Department Coordination
25 1. During the construction of this project, it will be necessary to deactivate, for a
26 period of time, existing lines. The Contractor shall be required to coordinate with
27 the Water Department to determine the best times for deactivating and activating
28 those lines.
29 2. Coordinate any event that will require connecting to or the operation of an existing
30 City water line system with the City’s representative.
31 a. Coordination shall be in accordance with Section 33 12 25.
32 b. If needed, obtain a hydrant water meter from the Water Department for use
33 during the life of named project.
34 c. In the event that a water valve on an existing live system be turned off and on
35 to accommodate the construction of the project is required, coordinate this
36 activity through the appropriate City representative.
37 1) Do not operate water line valves of existing water system.
38 a) Failure to comply will render the Contractor in violation of Texas Penal
39 Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor
40 will be prosecuted to the full extent of the law.
41 b) In addition, the Contractor will assume all liabilities and
42 responsibilities as a result of these actions.
43 G. Public Notification Prior to Beginning Construction
01 35 13 - 4
SPECIAL PROJECT PROCEDURES
Page 4 of 8
CITY OF FORT WORTH Water & Sanitary Sewer Replacement Contract 2021, WSM-T
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104880
Revised March 11, 2022
1 1. Prior to beginning construction on any block in the project, on a block by block
2 basis, prepare and deliver a notice or flyer of the pending construction to the front
3 door of each residence or business that will be impacted by construction. The notice
4 shall be prepared as follows:
5 a. Post notice or flyer and City of Fort Worth Door Hangers, 7 days prior to
6 beginning any construction activity on each block in the project area.
7 1) Prepare flyer on the Contractor’s letterhead and include the following
8 information:
9 a) Name of Project
10 b) City Project No (CPN)
11 c) Scope of Project (i.e. type of construction activity)
12 d) Actual construction duration within the block
13 e) Name of the contractor’s foreman and phone number
14 f) Name of the City’s inspector and phone number
15 g) City’s after-hours phone number
16 2) A sample of the ‘pre-construction notification’ flyer is attached as Exhibit
17 A.
18 3) City of Fort Worth Door Hangers will be provided to the Contractor for
19 distribution with their notice.
20 4) Submit schedule showing the construction start and finish time for each
21 block of the project to the inspector.
22 5) Deliver flyer to the City Inspector for review prior to distribution.
23 b. No construction will be allowed to begin on any block until the flyer and door
24 hangers are delivered to all residents of the block.
25 H. Public Notification of Temporary Water Service Interruption during Construction
26 1. In the event it becomes necessary to temporarily shut down water service to
27 residents or businesses during construction, prepare and deliver a notice or flyer of
28 the pending interruption to the front door of each affected resident.
29 2. Prepared notice as follows:
30 a. The notification or flyer shall be posted 24 hours prior to the temporary
31 interruption.
32 b. Prepare flyer on the contractor’s letterhead and include the following
33 information:
34 1) Name of the project
35 2) City Project Number
36 3) Date of the interruption of service
37 4) Period the interruption will take place
38 5) Name of the contractor’s foreman and phone number
39 6) Name of the City’s inspector and phone number
40 c. A sample of the temporary water service interruption notification is attached as
41 Exhibit B.
42 d. Deliver a copy of the temporary interruption notification to the City inspector
43 for review prior to being distributed.
44 e. No interruption of water service can occur until the flyer has been delivered to
45 all affected residents and businesses.
46 f. Electronic versions of the sample flyers can be obtained from the Project
47 Construction Inspector.
48 I. Coordination with United States Army Corps of Engineers (USACE)
01 35 13 - 5
SPECIAL PROJECT PROCEDURES
Page 5 of 8
CITY OF FORT WORTH Water & Sanitary Sewer Replacement Contract 2021, WSM-T
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104880
Revised March 11, 2022
1 1. At locations in the Project where construction activities occur in areas where
2 USACE permits are required, meet all requirements set forth in each designated
3 permit.
4 J. Coordination within Railroad Permit Areas
5 1. At locations in the project where construction activities occur in areas where
6 railroad permits are required, meet all requirements set forth in each designated
7 railroad permit. This includes, but is not limited to, provisions for:
8 a. Flagmen
9 b. Inspectors
10 c. Safety training
11 d. Additional insurance
12 e. Insurance certificates
13 f. Other employees required to protect the right-of-way and property of the
14 Railroad Company from damage arising out of and/or from the construction of
15 the project. Proper utility clearance procedures shall be used in accordance
16 with the permit guidelines.
17 2. Obtain any supplemental information needed to comply with the railroad’s
18 requirements.
19 3. Railroad Flagmen
20 a. Submit receipts to City for verification of working days that railroad flagmen
21 were present on Site.
22 K. Dust Control
23 1. Use acceptable measures to control dust at the Site.
24 a. If water is used to control dust, capture and properly dispose of waste water.
25 b. If wet saw cutting is performed, capture and properly dispose of slurry.
26 L. Employee Parking
27 1. Provide parking for employees at locations approved by the City.
01 35 13 - 6
SPECIAL PROJECT PROCEDURES
Page 6 of 8
CITY OF FORT WORTH Water & Sanitary Sewer Replacement Contract 2021, WSM-T
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104880
Revised March 11, 2022
1 1.5 SUBMITTALS [NOT USED]
2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
3 1.7 CLOSEOUT SUBMITTALS [NOT USED]
4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
5 1.9 QUALITY ASSURANCE [NOT USED]
6 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
7 1.11 FIELD [SITE] CONDITIONS [NOT USED]
8 1.12 WARRANTY [NOT USED]
9 PART 2 - PRODUCTS [NOT USED]
10 PART 3 - EXECUTION [NOT USED]
11 END OF SECTION
12
Revision Log
DATE NAME SUMMARY OF CHANGE
8/31/2012 D. Johnson
1.4.B – 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
3/11/2022 M Owen
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.
01 35 13 - 7
SPECIAL PROJECT PROCEDURES
Page 7 of 8
CITY OF FORT WORTH Water & Sanitary Sewer Replacement Contract 2021, WSM-T
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104880
Revised March 11, 2022
1 EXHIBIT A
2 (To be printed on Contractor’s Letterhead)
3
4
5
6 Date:
7
8 CPN No.:
9 Project Name:
10 Mapsco Location:
11 Limits of Construction:
12
13
14
15
16
17 THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT
18 WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR
19 PROPERTY.
20
21 CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE
22 OF THIS NOTICE.
23
24 IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER
25 ISSUE, PLEASE CALL:
26
27
28 Mr. <CONTRACTOR’S SUPERINTENDENT> AT <TELEPHONE NO.>
29
30 OR
31
32 Mr. <CITY INSPECTOR> AT < TELEPHONE NO.>
33
34 AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306
35
36 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL
01 35 13 - 8
SPECIAL PROJECT PROCEDURES
Page 8 of 8
CITY OF FORT WORTH Water & Sanitary Sewer Replacement Contract 2021, WSM-T
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104880
Revised March 11, 2022
1 EXHIBIT B
2
3
4
01 45 23
TESTING AND INSPECTION SERVICES
Page 1 of 2
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised March 9, 2020
Water & Sanitary Sewer Replacement Contract 2021, WSM-T
CPN 104880
SECTION 01 45 23
TESTING AND INSPECTION SERVICES
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. Testing and inspection services procedures and coordination
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 – General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various Items bid.
No separate payment will be allowed for this Item.
a. Contractor is responsible for performing, coordinating, and payment of all
Quality Control testing.
b. City is responsible for performing and payment for first set of Quality
Assurance testing.
1) If the first Quality Assurance test performed by the City fails, the
Contractor is responsible for payment of subsequent Quality Assurance
testing until a passing test occurs.
a) Final acceptance will not be issued by City until all required payments
for testing by Contractor have been paid in full.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Testing
1. Complete testing in accordance with the Contract Documents.
2. Coordination
a. When testing is required to be performed by the City, notify City, sufficiently
in advance, when testing is needed.
b. When testing is required to be completed by the Contractor, notify City,
sufficiently in advance, that testing will be performed.
3. Distribution of Testing Reports
a. Electronic Distribution
1) Confirm development of Project directory for electronic submittals to be
uploaded to the City’s document management system, or another external
FTP site approved by the City.
01 45 23
TESTING AND INSPECTION SERVICES
Page 2 of 2
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised March 9, 2020
Water & Sanitary Sewer Replacement Contract 2021, WSM-T
CPN 104880
2) Upload test reports to designated project directory and notify appropriate
City representatives via email of submittal posting.
3) Hard Copies
a) 1 copy for all submittals submitted to the Project Representative
b. Hard Copy Distribution (if required in lieu of electronic distribution)
1) Tests performed by City
a) Distribute 1 hard copy to the Contractor
2) Tests performed by the Contractor
a) Distribute 3 hard copies to City’s Project Representative
4. Provide City’s Project Representative with trip tickets for each delivered load of
Concrete or Lime material including the following information:
a. Name of pit
b. Date of delivery
c. Material delivered
B. Inspection
1. Inspection or lack of inspection does not relieve the Contractor from obligation to
perform work in accordance with the Contract Documents.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
3/9/2020 D.V. Magaña Removed reference to Buzzsaw and noted that electronic submittals be uploaded
through the City’s document management system.
01 50 00 - 1
TEMPORARY FACILITIES AND CONTROLS
Page 1 of 4
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised July 1, 2011
Water & Sanitary Sewer Replacement Contract 2021, WSM-T
CPN 104880
SECTION 01 50 00
TEMPORARY FACILITIES AND CONTROLS
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. Provide temporary facilities and controls needed for the Work including, but not
necessarily limited to:
a. Temporary utilities
b. Sanitary facilities
c. Storage Sheds and Buildings
d. Dust control
e. Temporary fencing of the construction site
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 – General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various Items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Temporary Utilities
1. Obtaining Temporary Service
a. Make arrangements with utility service companies for temporary services.
b. Abide by rules and regulations of utility service companies or authorities
having jurisdiction.
c. Be responsible for utility service costs until Work is approved for Final
Acceptance.
1) Included are fuel, power, light, heat and other utility services necessary for
execution, completion, testing and initial operation of Work.
2. Water
a. Contractor to provide water required for and in connection with Work to be
performed and for specified tests of piping, equipment, devices or other use as
required for the completion of the Work.
b. Provide and maintain adequate supply of potable water for domestic
consumption by Contractor personnel and City’s Project Representatives.
c. Coordination
1) Contact City 1 week before water for construction is desired
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised July 1, 2011
Water & Sanitary Sewer Replacement Contract 2021, WSM-T
CPN 104880
01 50 00 - 2
TEMPORARY FACILITIES AND CONTROLS
Page 2 of 4
d. Contractor Payment for Construction Water
1) Obtain construction water meter from City for payment as billed by City’s
established rates.
3. Electricity and Lighting
a. Provide and pay for electric powered service as required for Work, including
testing of Work.
1) Provide power for lighting, operation of equipment, or other use.
b. Electric power service includes temporary power service or generator to
maintain operations during scheduled shutdown.
4. Telephone
a. Provide emergency telephone service at Site for use by Contractor personnel
and others performing work or furnishing services at Site.
5. Temporary Heat and Ventilation
a. Provide temporary heat as necessary for protection or completion of Work.
b. Provide temporary heat and ventilation to assure safe working conditions.
B. Sanitary Facilities
1. Provide and maintain sanitary facilities for persons on Site.
a. Comply with regulations of State and local departments of health.
2. Enforce use of sanitary facilities by construction personnel at job site.
a. Enclose and anchor sanitary facilities.
b. No discharge will be allowed from these facilities.
c. Collect and store sewage and waste so as not to cause nuisance or health
problem.
d. Haul sewage and waste off-site at no less than weekly intervals and properly
dispose in accordance with applicable regulation.
3. Locate facilities near Work Site and keep clean and maintained throughout Project.
4. Remove facilities at completion of Project
C. Storage Sheds and Buildings
1. Provide adequately ventilated, watertight, weatherproof storage facilities with floor
above ground level for materials and equipment susceptible to weather damage.
2. Storage of materials not susceptible to weather damage may be on blocks off
ground.
3. Store materials in a neat and orderly manner.
a. Place materials and equipment to permit easy access for identification,
inspection and inventory.
4. Equip building with lockable doors and lighting, and provide electrical service for
equipment space heaters and heating or ventilation as necessary to provide storage
environments acceptable to specified manufacturers.
5. Fill and grade site for temporary structures to provide drainage away from
temporary and existing buildings.
6. Remove building from site prior to Final Acceptance.
D. Temporary Fencing
1. Provide and maintain for the duration or construction when required in contract
documents
E. Dust Control
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised July 1, 2011
Water & Sanitary Sewer Replacement Contract 2021, WSM-T
CPN 104880
01 50 00 - 3
TEMPORARY FACILITIES AND CONTROLS
Page 3 of 4
1. Contractor is responsible for maintaining dust control through the duration of the
project.
a. Contractor remains on-call at all times
b. Must respond in a timely manner
F. Temporary Protection of Construction
1. Contractor or subcontractors are responsible for protecting Work from damage due
to weather.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
3.1 INSTALLERS [NOT USED]
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 INSTALLATION
A. Temporary Facilities
1. Maintain all temporary facilities for duration of construction activities as needed.
3.5 [REPAIR] / [RESTORATION]
3.6 RE-INSTALLATION
3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED]
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.10 CLEANING [NOT USED]
3.11 CLOSEOUT ACTIVITIES
A. Temporary Facilities
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised July 1, 2011
Water & Sanitary Sewer Replacement Contract 2021, WSM-T
CPN 104880
01 50 00 - 4
TEMPORARY FACILITIES AND CONTROLS
Page 4 of 4
1. Remove all temporary facilities and restore area after completion of the Work, to a
condition equal to or better than prior to start of Work.
3.12 PROTECTION [NOT USED]
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
CITY OF FORT WORT H
ST ANDARD CONSTRUCT ION SPECIFICAT ION DOCUMENTS
Revised March 22, 2021
Water & Sanitary Sewer Replacement Contract 2021, WSM-T
CPN 104880
01 55 26 - 1
STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL
Page 1 of 3
1 SECTION 01 55 26
2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL
3 PART 1 - 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 WORT H
ST ANDARD CONSTRUCT ION SPECIFICAT ION DOCUMENTS
Revised March 22, 2021
Water & Sanitary Sewer Replacement Contract 2021, WSM-T
CPN 104880
01 55 26 - 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 WORT H
ST ANDARD CONSTRUCT ION SPECIFICAT ION DOCUMENTS
Revised March 22, 2021
Water & Sanitary Sewer Replacement Contract 2021, WSM-T
CPN 104880
01 55 26 - 3
STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL
Page 3 of 3
1 1.6 ACTION SUBMITTALS/INFORMATIONAL 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 END OF SECTION
11
Revision Log
DATE NAME SUMMARY OF CHANGE
3/22/2021 M Owen
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
applicable to specific project/site.
1.4 F. 1) Removed reference t o Buzzsaw
1.5 Added language re: submittal of permit
12
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised July 1, 2011
Water & Sanitary Sewer Replacement Contract 2021, WSM-T
CPN 104880
01 57 13 - 1
STORM WATER POLLUTION PREVENTION
Page 1 of 3
SECTION 01 57 13
STORM WATER POLLUTION PREVENTION
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. Procedures for Storm Water Pollution Prevention Plans
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the
Contract
2. Division 1 – General Requirements
3. Section 31 25 00 – Erosion and Sediment Control
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Construction Activities resulting in less than 1 acre of disturbance
a. Work associated with this Item is considered subsidiary to the various Items
bid. No separate payment will be allowed for this Item.
2. Construction Activities resulting in greater than 1 acre of disturbance
a. Measurement and Payment shall be in accordance with Section 31 25 00.
1.3 REFERENCES
A. Abbreviations and Acronyms
1. Notice of Intent: NOI
2. Notice of Termination: NOT
3. Storm Water Pollution Prevention Plan: SWPPP
4. Texas Commission on Environmental Quality: TCEQ
5. Notice of Change: NOC
A. Reference Standards
1. Reference standards cited in this Specification refer to the current reference
standard published at the time of the latest revision date logged at the end of this
Specification, unless a date is specifically cited.
2. Integrated Storm Management (iSWM) Technical Manual for Construction
Controls
1.4 ADMINISTRATIVE REQUIREMENTS
A. General
1. Contractor is responsible for resolution and payment of any fines issued associated
with compliance to Stormwater Pollution Prevention Plan.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised July 1, 2011
Water & Sanitary Sewer Replacement Contract 2021, WSM-T
CPN 104880
B. Construction Activities resulting in:
1. Less than 1 acre of disturbance
01 57 13 - 2
STORM WATER POLLUTION PREVENTION
Page 2 of 3
a. Provide erosion and sediment control in accordance with Section 31 25 00 and
Drawings.
2. 1 to less than 5 acres of disturbance
a. Texas Pollutant Discharge Elimination System (TPDES) General Construction
Permit is required
b. Complete SWPPP in accordance with TCEQ requirements
1) TCEQ Small Construction Site Notice Required under general permit
TXR150000
a) Sign and post at job site
b) Prior to Preconstruction Meeting, send 1 copy to City Department of
Transportation and Public Works, Environmental Division, (817) 392-
6088.
2) Provide erosion and sediment control in accordance with:
a) Section 31 25 00
b) The Drawings
c) TXR150000 General Permit
d) SWPPP
e) TCEQ requirements
3. 5 acres or more of Disturbance
a. Texas Pollutant Discharge Elimination System (TPDES) General Construction
Permit is required
b. Complete SWPPP in accordance with TCEQ requirements
1) Prepare a TCEQ NOI form and submit to TCEQ along with required fee
a) Sign and post at job site
b) Send copy to City Department of Transportation and Public Works,
Environmental Division, (817) 392-6088.
2) TCEQ Notice of Change required if making changes or updates to NOI
3) Provide erosion and sediment control in accordance with:
a) Section 31 25 00
b) The Drawings
c) TXR150000 General Permit
d) SWPPP
e) TCEQ requirements
4) Once the project has been completed and all the closeout requirements of
TCEQ have been met a TCEQ Notice of Termination can be submitted.
a) Send copy to City Department of Transportation and Public Works,
Environmental Division, (817) 392-6088.
1.5 SUBMITTALS
A. SWPPP
1. Submit in accordance with Section 01 33 00, except as stated herein.
a. Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the City
as follows:
1) 1 copy to the City Project Manager
a) City Project Manager will forward to the City Department of
Transportation and Public Works, Environmental Division for review
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised July 1, 2011
Water & Sanitary Sewer Replacement Contract 2021, WSM-T
CPN 104880
B. Modified SWPPP
01 57 13 - 3
STORM WATER POLLUTION PREVENTION
Page 3 of 3
1. If the SWPPP is revised during construction, resubmit modified SWPPP to the City
in accordance with Section 01 33 00.
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
01 58 13 - 1
TEMPORARY PROJECT SIGNAGE
Page 1 of 3
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised July 1, 2011
Water & Sanitary Sewer Replacement Contract 2021, WSM-T
CPN 104880
SECTION 01 58 13
TEMPORARY PROJECT SIGNAGE
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. Temporary Project Signage Requirements
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 – General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various Items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS
2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED]
2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS
A. Design Criteria
1. Provide free standing Project Designation Sign in accordance with City’s Standard
Details for project signs.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised July 1, 2011
Water & Sanitary Sewer Replacement Contract 2021, WSM-T
CPN 104880
01 58 13 - 2
TEMPORARY PROJECT SIGNAGE
Page 2 of 3
B. Materials
1. Sign
a. Constructed of ¾-inch fir plywood, grade A-C (exterior) or better
2.3 ACCESSORIES [NOT USED]
2.4 SOURCE QUALITY CONTROL [NOT USED]
PART 3 - EXECUTION
3.1 INSTALLERS [NOT USED]
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 INSTALLATION
A. General
1. Provide vertical installation at extents of project.
2. Relocate sign as needed, upon request of the City.
B. Mounting options
a. Skids
b. Posts
c. Barricade
3.5 REPAIR / RESTORATION [NOT USED]
3.6 RE-INSTALLATION [NOT USED]
3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED]
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.10 CLEANING [NOT USED]
3.11 CLOSEOUT ACTIVITIES [NOT USED]
3.12 PROTECTION [NOT USED]
3.13 MAINTENANCE
A. General
1. Maintenance will include painting and repairs as needed or directed by the City.
3.14 ATTACHMENTS [NOT USED]
END OF SECTION
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised July 1, 2011
Water & Sanitary Sewer Replacement Contract 2021, WSM-T
CPN 104880
01 58 13 - 3
TEMPORARY PROJECT SIGNAGE
Page 3 of 3
Revision Log
DATE NAME SUMMARY OF CHANGE
01 60 00
PRODUCT REQUIREMENTS
Page 1 of 2
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised March 9, 2020
Water & Sanitary Sewer Replacement Contract 2021, WSM-T
CPN 104880
SECTION 01 60 00
PRODUCT REQUIREMENTS
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. References for Product Requirements and City Standard Products List
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 – General Requirements
1.2 PRICE AND PAYMENT PROCEDURES [NOT USED]
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. A list of City approved products for use is available through the City’s website at:
https://apps.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 01 33 00 for submittal requirements of Product Data included on City’s
Standard Product List.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
01 60 00
PRODUCT REQUIREMENTS
Page 2 of 2
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised March 9, 2020
Water & Sanitary Sewer Replacement Contract 2021, WSM-T
CPN 104880
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. Magaña Removed reference to Buzzsaw and noted that the City approved products list is
accessible through the City’s website.
01 66 00 - 1
PRODUCT STORAGE AND HANDLING REQUIREMENTS
Page 1 of 4
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised July 1, 2011
Water & Sanitary Sewer Replacement Contract 2021, WSM-T
CPN 104880
SECTION 01 66 00
PRODUCT STORAGE AND HANDLING REQUIREMENTS
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. Scheduling of product delivery
2. Packaging of products for delivery
3. Protection of products against damage from:
a. Handling
b. Exposure to elements or harsh environments
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 – General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various Items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY AND HANDLING
A. Delivery Requirements
1. Schedule delivery of products or equipment as required to allow timely installation
and to avoid prolonged storage.
2. Provide appropriate personnel and equipment to receive deliveries.
3. Delivery trucks will not be permitted to wait extended periods of time on the Site
for personnel or equipment to receive the delivery.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised July 1, 2011
Water & Sanitary Sewer Replacement Contract 2021, WSM-T
CPN 104880
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
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised July 1, 2011
Water & Sanitary Sewer Replacement Contract 2021, WSM-T
CPN 104880
01 66 00 - 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
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised July 1, 2011
Water & Sanitary Sewer Replacement Contract 2021, WSM-T
CPN 104880
01 66 00 - 4
PRODUCT STORAGE AND HANDLING REQUIREMENTS
Page 4 of 4
Revision Log
DATE NAME SUMMARY OF CHANGE
01 70 00 - 1
MOBILIZATION AND REMOBILIZATION
Page 1 of 3
CITY OF FORT WORTH Water & Sanitary Sewer Replacement Contract 2021, WSM-T
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104880
Revised November 22, 2016
1 SECTION 01 70 00
2 MOBILIZATION AND REMOBILIZATION
3 PART 1 - GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
6 1. Mobilization and Demobilization
7 a. Mobilization
8 1) Transportation of Contractor’s personnel, equipment, and operating supplies
9 to the Site
10 2) Establishment of necessary general facilities for the Contractor’s operation
11 at the Site
12 3) Premiums paid for performance and payment bonds
13 4) Transportation of Contractor’s personnel, equipment, and operating supplies
14 to another location within the designated Site
15 5) Relocation of necessary general facilities for the Contractor’s operation
16 from 1 location to another location on the Site.
17 b. Demobilization
18 1) Transportation of Contractor’s personnel, equipment, and operating supplies
19 away from the Site including disassembly
20 2) Site Clean-up
21 3) Removal of all buildings and/or other facilities assembled at the Site for this
22 Contract
23 c. Mobilization and Demobilization do not include activities for specific items of
24 work that are for which payment is provided elsewhere in the contract.
25 2. Remobilization
26 a. Remobilization for Suspension of Work specifically required in the Contract
27 Documents or as required by City includes:
28 1) Demobilization
29 a) Transportation of Contractor’s personnel, equipment, and operating
30 supplies from the Site including disassembly or temporarily securing
31 equipment, supplies, and other facilities as designated by the Contract
32 Documents necessary to suspend the Work.
33 b) Site Clean-up as designated in the Contract Documents
34 2) Remobilization
35 a) Transportation of Contractor’s personnel, equipment, and operating
36 supplies to the Site necessary to resume the Work.
37 b) Establishment of necessary general facilities for the Contractor’s
38 operation at the Site necessary to resume the Work.
39 3) No Payments will be made for:
40 a) Mobilization and Demobilization from one location to another on the
41 Site in the normal progress of performing the Work.
42 b) Stand-by or idle time
43 c) Lost profits
44 3. Mobilizations and Demobilization for Miscellaneous Projects
45 a. Mobilization and Demobilization
01 70 00 - 2
MOBILIZATION AND REMOBILIZATION
Page 2 of 3
CITY OF FORT WORTH Water & Sanitary Sewer Replacement Contract 2021, WSM-T
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104880
Revised November 22, 2016
1 1) Mobilization shall consist of the activities and cost on a Work Order basis
2 necessary for:
3 a) Transportation of Contractor’s personnel, equipment, and operating
4 supplies to the Site for the issued Work Order.
5 b) Establishment of necessary general facilities for the Contractor’s
6 operation at the Site for the issued Work Order
7 2) Demobilization shall consist of the activities and cost necessary for:
8 a) Transportation of Contractor’s personnel, equipment, and operating
9 supplies from the Site including disassembly for each issued Work
10 Order
11 b) Site Clean-up for each issued Work Order
12 c) Removal of all buildings or other facilities assembled at the Site for
13 each Work Oder
14 b. Mobilization and Demobilization do not include activities for specific items of
15 work for which payment is provided elsewhere in the contract.
16 4. Emergency Mobilizations and Demobilization for Miscellaneous Projects
17 a. A Mobilization for Miscellaneous Projects when directed by the City and the
18 mobilization occurs within 24 hours of the issuance of the Work Order.
19 B. Deviations from this City of Fort Worth Standard Specification
20 1. None.
21 C. Related Specification Sections include, but are not necessarily limited to:
22 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the
23 Contract
24 2. Division 1 – General Requirements
25 1.2 PRICE AND PAYMENT PROCEDURES
26 A. Measurement and Payment
27 1. Mobilization and Demobilization
28 a. Measure
29 1) This Item is for Sanitary Sewer considered subsidiary to the various Items
30 bid.
31 1.3 ADMINISTRATIVE REQUIREMENTS [NOT USED]
32 1.4 SUBMITTALS [NOT USED]
33 1.5 INFORMATIONAL SUBMITTALS [NOT USED]
34 1.6 CLOSEOUT SUBMITTALS [NOT USED]
35 1.7 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
36 1.8 QUALITY ASSURANCE [NOT USED]
37 1.9 DELIVERY, STORAGE, AND HANDLING [NOT USED]
38 1.10 FIELD [SITE] CONDITIONS [NOT USED]
39 1.11 WARRANTY [NOT USED]
01 70 00 - 3
MOBILIZATION AND REMOBILIZATION
Page 3 of 3
CITY OF FORT WORTH Water & Sanitary Sewer Replacement Contract 2021, WSM-T
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104880
Revised November 22, 2016
1 PART 2 - PRODUCTS [NOT USED]
2 PART 3 - EXECUTION [NOT USED]
3 END OF SECTION
4
Revision Log
DATE NAME SUMMARY OF CHANGE
11/22/16 Michael Owen 1.2 Price and Payment Procedures - Revised specification, including blue text, to
make specification flexible for either subsidiary or paid bid item for Mobilization.
5
O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71
23.16.01_Attachment A_Survey Staking Standards.docx
Page 1 of 22
Section 01 71 23.01 - Attachment A
Survey Staking Standards
February 2017
O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71
23.16.01_Attachment A_Survey Staking Standards.docx
Page 2 of 22
These procedures are intended to provide a standard method for construction staking services
associated with the City of Fort Worth projects. These are not to be considered all inclusive, but only as
a general guideline. For projects on TXDOT right-of-way or through joint TXDOT participation,
adherence to the TXDOT Survey Manual shall be followed and if a discrepancy arises, the TXDOT
manual shall prevail. (http://onlinemanuals.txdot.gov/txdotmanuals/ess/ess.pdf)
If you have a unique circumstance, please consult with the project manager, inspector, or survey
department at 817-392-7925.
Table of Contents
I. City of Fort Worth Contact Information
II. Construction Colors
III. Standard Staking Supplies
IV. Survey Equipment, Control, and Datum Standards
V. Water Staking
VI. Sanitary Sewer Staking
VII. Storm Staking
VIII. Curb and Gutter Staking
IX. Cut Sheets
X. As-built Survey
O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71
23.16.01_Attachment A_Survey Staking Standards.docx
Page 3 of 22
I. Survey Department Contact Information
Physical and mailing address:
8851 Camp Bowie West Boulevard
Suite 300
Fort Worth, Texas 76116
Office: (817) 392-7925
Survey Superintendent, direct line: (817) 392-8971
II. Construction Colors
The following colors shall be used for staking or identifying features in the field. This
includes flagging, paint of laths/stakes, paint of hubs, and any identification such as pin flags
if necessary.
Utility Color
PROPOSED EXCAVATION WHITE
ALL ELECTRIC AND CONDUITS RED
POTABLE WATER BLUE
GAS OR OIL YELLOW
TELEPHONE/FIBER OPTIC ORANGE
SURVEY CONTROL POINTS, BENCHMARKS,
PROPERTY CORNERS, RIGHT-OF-WAYS, AND
ALL PAVING INCLUDING CURB, SIDEWALK, BUILDING CORNERS
PINK
SANITARY SEWER GREEN
IRRIGATION AND RECLAIMED WATER PURPLE
III. Standard Staking Supplies
Item Minimum size
Lath/Stake 36" tall
Wooden Hub (2"x2" min. square preferred) 6" tall
Pin Flags (2.5" x 3.5" preferred) 21" long
Guard Stakes Not required
PK or Mag nails 1" long
Iron Rods (1/2” or greater diameter) 18” long
Survey Marking Paint Water-based
Flagging 1" wide
Marking Whiskers (feathers) 6" long
Tacks (for marking hubs) 3/4" long
O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71
23.16.01_Attachment A_Survey Staking Standards.docx
Page 4 of 22
IV. Survey Equipment, Control, and Datum Standards
A. City Benchmarks
All city benchmarks can be found here: http://fortworthtexas.gov/itsolutions/GIS/
Look for ‘Zoning Maps’. Under ‘Layers’ , expand ‘Basemap Layers’, and check on
‘Benchmarks’.
B. Conventional or Robotic Total Station Equipment
I. A minimum of a 10 arc-second instrument is required.
II. A copy of the latest calibration report may be requested by the City at any time.
It is recommended that an instrument be calibrated by certified technician at
least 1 occurrence every 6 months.
C. Network/V.R.S. and static GPS Equipment
I. It is critical that the surveyor verify the correct horizontal and vertical datum
prior commencing work. A site calibration may be required and shall consist of
at least 4 control points spaced evenly apart and in varying quadrants.
Additional field checks of the horizontal and vertical accuracies shall be
completed and the City may ask for a copy of the calibration report at any time.
II. Network GPS such as the Western Data Systems or SmartNet systems may be
used for staking of property/R.O.W, forced-main water lines, and rough-grade
only. No GPS staking for concrete, sanitary sewer, storm drain, final grade, or
anything that needs vertical grading with a tolerance of 0.25’ or less is
allowed.
D. Control Points Set
I. All control points set shall be accompanied by a lath with the appropriate
Northing, Easting, and Elevation (if applicable) of the point set. Control points
can be set rebar, ‘X’ in concrete, or any other appropriate item with a stable
base and of a semi-permanent nature. A rebar cap is optional, but preferred if
the cap is marked ‘control point’ or similar wording.
II. Datasheets are required for all control points set.
Datasheet should include:
A. Horizontal and Vertical Datum used, Example: N.A.D.83, North Central Zone
4202, NAVD 88 Elevations
B. Grid or ground distance. – If ground, provide scale factor used and base
point coordinate, Example: C.S.F.=0.999125, Base point=North: 0, East=0
C. Geoid model used, Example: GEOID12A
O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71
23.16.01_Attachment A_Survey Staking Standards.docx
Page 5 of 22
E. Preferred Grid Datum
Although many plan sets can be in surface coordinates, the City’s preferred grid datum
is listed below. Careful consideration must be taken to verify what datum each project is
in prior to beginning work. It is essential the surveyor be familiar with coordinate
transformations and how a grid/surface/assumed coordinate system affect a project.
Projected Coordinate
System: NAD_1983_StatePlane_Texas_North_Central_FIPS_4202_Feet
Projection: Lambert_Conformal_Conic
False_Easting: 1968500.00000000
False_Northing: 6561666.66666667
Central_Meridian: -98.50000000
Standard_Parallel_1: 32.13333333
Standard_Parallel_2: 33.96666667
Latitude_Of_Origin: 31.66666667
Linear Unit: Foot_US
Geographic Coordinate System: GCS_North_American_1983
Datum: D_North_American_1983
Prime Meridian: Greenwich
Angular Unit: Degree
Note: Regardless of what datum each particular project is in, deliverables to the City
must be converted/translated into this preferred grid datum. 1 copy of the deliverable
should be in the project datum (whatever it may be) and 1 copy should be in the NAD83,
TX North Central 4202 zone. See Preferred File Naming Convention below
F. Preferred Deliverable Format
.txt .csv .dwg .job
G. Preferred Data Format
P,N,E,Z,D,N
Point Number, Northing, Easting, Elevation, Description, Notes (if applicable)
H. Preferred File Naming Convention
This is the preferred format: City Project Number_Description_Datum.csv
Example for a project that has surface coordinates which must be translated:
File 1: C1234_As-built of Water on Main Street_Grid NAD83 TXSP 4202.csv
O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71
23.16.01_Attachment A_Survey Staking Standards.docx
Page 6 of 22
File 2: C1234_As-built of Water on Main Street_Project Specific Datum.csv
Example Control Stakes
O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71
23.16.01_Attachment A_Survey Staking Standards.docx
Page 7 of 22
V. Water Staking Standards
O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71
23.16.01_Attachment A_Survey Staking Standards.docx
Page 8 of 22
A. Centerline Staking – Straight Line Tangents
I. Offset lath/stakes every 200’ on even stations
II. Painted blue lath/stake only, no hub is required
III. Grade is to top of pipe (T/P) for 12” diameter pipes or smaller
IV. Grade to flow line (F/L) for 16” and larger diameter pipes
V. Grade should be 3.50’ below the proposed top of curb line for 10” and smaller
diameter pipes
VI. Grade should be 4.00’ below the proposed top of curb line for 12” and larger
diameter pipes
VII. Cut Sheets are required on all staking and a copy can be received from the
survey superintendent
Optional: Actual stakes shall consist of a 60D nail or hub set with a whisker
B. Centerline Staking - Curves
I. If arc length is greater than 100’, POC (Point of Curvature) offset stakes should
be set at a 25’ interval
II. Same grading guidelines as above
III. Staking of radius points of greater than 100’ may be omitted
C. Water Meter Boxes
I. 7.0’ perpendicular offset is preferred to the center of the box
II. Center of the meter should be 3.0’ behind the proposed face of curb
III. Meter should be staked a minimum of 4.5’ away from the edge of a driveway
IV. Grade is to top of box and should be +0.06’ higher than the proposed top of
curb unless shown otherwise on the plans
D. Fire Hydrants
I. Center of Hydrant should be 3.0’ behind proposed face of curb
II. Survey offset stake should be 7.0’ from the center and perpendicular to the curb
line or water main
III. Grade of hydrants should be +0.30 higher than the adjacent top of curb
E. Water Valves & Vaults
I. Offsets should be perpendicular to the proposed water main
II. RIM grades should only be provided if on plans
Example Water Stakes
O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71
23.16.01_Attachment A_Survey Staking Standards.docx
Page 9 of 22
VI. Sanitary Sewer Staking
O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71
23.16.01_Attachment A_Survey Staking Standards.docx
Page 10 of 22
A. Centerline Staking – Straight Line Tangents
I. Inverts shall be field verified and compared against the plans before staking
II. Painted green lath/stake WITH hub and tack or marker dot, no flagging required
III. 1 offset stake between manholes if manholes are 400’ or less apart
IV. Offset stakes should be located at even distances and perpendicular to the
centerline
V. Grades will be per plan and the date of the plans used should be noted
VI. If multiple lines are at one manhole, each line shall have a cut/fill and direction
noted
VII. Stakes at every grade break
VIII. Cut sheets are required on all staking
Optional: Actual stakes shall consist of a 60D nail or hub set with a whisker
B. Centerline Staking – Curves
I. If arc length is greater than 100’, POC (Point of Curvature) offset stakes should
be set at a 25’ interval
II. Staking of radius points of greater than 100’ may be omitted
C. Sanitary Sewer Manholes
I. 2 offset stakes per manhole for the purpose of providing alignment to the
contractor
II. Flowline grade should be on the lath/stake for each flowline and direction noted
III. RIM grade should only be on the stake when provided in the plans
O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71
23.16.01_Attachment A_Survey Staking Standards.docx
Page 11 of 22
Example Sanitary Sewer Stakes
O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71
23.16.01_Attachment A_Survey Staking Standards.docx
Page 12 of 22
VII. Storm Sewer & Inlet Staking
A. Centerline Staking – Straight Line Tangents
I. 1 offset stake every 200’ on even stations
II. Grades are to flowline of pipe unless otherwise shown on plans
III. Stakes at every grade break
IV. Cut sheets are required on all staking
Optional: Actual stakes shall consist of a 60D nail or hub set with a whisker
B. Centerline Staking – Curves
I. If arc length is greater than 100’, POC (Point of Curvature) offset stakes should
be set at a 25’ interval
II. Staking of radius points of greater than 100’ may be omitted
C. Storm Drain Inlets
I. Staking distances should be measured from end of wing
II. Standard 10’ Inlet = 16.00’ total length
III. Recessed 10’ Inlet = 20.00’ total length
IV. Standard double 10’ inlet = 26.67’ total length
V. Recessed double 10’ inlet = 30.67’ total length
D. Storm Drain Manholes
I. 2 offset stakes per manhole for the purpose of providing alignment to the
contractor
II. Flowline grade should be on the lath/stake for each flowline and direction noted
III. RIM grade should only be on the stake when provided in the plans
O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71
23.16.01_Attachment A_Survey Staking Standards.docx
Page 13 of 22
Example Storm Inlet Stakes
O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71
23.16.01_Attachment A_Survey Staking Standards.docx
Page 14 of 22
VIII. Curb and Gutter Staking
A. Centerline Staking – Straight Line Tangents
V. 1 offset stake every 50’ on even stations
VI. Grades are to top of curb unless otherwise shown on plans
VII. Stakes at every grade break
VIII. Cut sheets are required on all staking
Optional: Actual stakes shall consist of a 60D nail or hub set with a whisker
B. Centerline Staking – Curves
III. If arc length is greater than 100’, POC (Point of Curvature) offset stakes should
be set at a 25’ interval
IV. Staking of radius points of greater than 100’ may be omitted
O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71
23.16.01_Attachment A_Survey Staking Standards.docx
Page 15 of 22
Example Curb & Gutter Stakes
Example Curb & Gutter Stakes at Intersection
O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71
23.16.01_Attachment A_Survey Staking Standards.docx
Page 16 of 22
O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71
23.16.01_Attachment A_Survey Staking Standards.docx
Page 17 of 22
IX. Cut Sheets
A. Date of field work
B. Staking Method (GPS, total station)
C. Project Name
D. City Project Number (Example: C01234)
E. Location (Address, cross streets, GPS coordinate)
F. Survey company name
G. Crew chief name
H. A blank template can be obtained from the survey superintendent (see item I above)
Standard City Cut Sheet
Date:
City Project
Number:
Project Name:
Staking Method: GPS
TOTAL
STATION OTHER
LOCATION:
CONSULTANT/CONTRACTOR
SURVEY CREW INITIALS
ALL GRADES ARE TO FLOWLINE OR TOP OF CURB UNLESS OTHERWISE NOTED.
PT # STATION OFFSET DESCRIPTION PROP. STAKED - CUT + FILL -LT/+RT GRADE ELEV.
O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71
23.16.01_Attachment A_Survey Staking Standards.docx
Page 18 of 22
X. As-built Survey
A. Definition and Purpose
The purpose of an as-built survey is to verify the asset was installed in the proper location
and grade. Furthermore, the information gathered will be used to supplement the City’s GIS
data and must be in the proper format when submitted. See section IV.
As-built survey should include the following (additional items may be requested):
Manholes
Top of pipe elevations every 250 feet
Horizontal and vertical points of inflection, curvature, etc. (All Fittings)
Cathodic protection test stations
Sampling stations
Meter boxes/vaults (All sizes)
Fire lines
Fire hydrants
Gate valves (rim and top of nut)
Plugs, stub-outs, dead-end lines
Air Release valves (Manhole rim and vent pipe)
Blow off valves (Manhole rim and valve lid)
Pressure plane valves
Cleaning wyes
Clean outs
Casing pipe (each end)
Inverts of pipes
Turbo Meters
O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71
23.16.01_Attachment A_Survey Staking Standards.docx
Page 19 of 22
B. Example Deliverable
A hand written red line by the field surveyor is acceptable in most cases. This should be
a copy of the plans with the point number noted by each asset. If the asset is missing,
then the surveyor should write “NOT FOUND” to notify the City.
O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71
23.16.01_Attachment A_Survey Staking Standards.docx
Page 20 of 22
O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71
23.16.01_Attachment A_Survey Staking Standards.docx
Page 21 of 22
O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71
23.16.01_Attachment A_Survey Staking Standards.docx
Page 22 of 22
O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71
23.16.01_Attachment A_Survey Staking Standards.docx
Page 23 of 23
O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71
23.16.01_Attachment A_Survey Staking Standards.docx
Page 24 of 24
Obviously the .csv or .txt file cannot be signed/sealed by a surveyor in the format
requested. This is just an example and all this information should be noted when
delivered to the City so it is clear to what coordinate system the data is in.
O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71
23.16.01_Attachment A_Survey Staking Standards.docx
Page 25 of 25
C. Other preferred as-built deliverable
Some vendors have indicated that it is easier to deliver this information in a different
format. Below is an example spreadsheet that is also acceptable and can be obtained by
request from the survey superintendent.
O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71
23.16.01_Attachment A_Survey Staking Standards.docx
Page 26 of 26
01 71 23 - 1
CONSTRUCTION STAKING AND SURVEY
Page 1 of 8
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised February 14, 2018
Water & Sanitary Sewer Replacement Contract 2021, WSM-T
CPN 104880
SECTION 01 71 23
CONSTRUCTION STAKING AND SURVEY
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. Requirements for construction staking and construction survey
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 – General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Construction Staking
a. Measurement
1) Measurement for this Item shall be by lump sum.
b. Payment
1) The work performed and the materials furnished in accordance with this
Item shall be paid for at the lump sum price bid for “Construction Staking”.
2) Payment for “Construction Staking” shall be made in partial payments
prorated by work completed compared to total work included in the lump
sum item.
c. The price bid shall include, but not be limited to the following:
1) Verification of control data provided by City.
2) Placement, maintenance and replacement of required stakes and markings
in the field.
3) Preparation and submittal of construction staking documentation in the
form of “cut sheets” using the City’s standard template.
2. Construction Survey
a. Measurement
1) This Item is considered subsidiary to the various Items bid.
b. Payment
1) The work performed and the materials furnished in accordance with this
Item are subsidiary to the various Items bid and no other compensation will be
allowed.
3. As-Built Survey
a. Measurement
1) Measurement for this Item shall be by lump sum.
b. Payment
1) The work performed and the materials furnished in accordance with this
Item shall be paid for at the lump sum price bid for “As-Built Survey”.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised February 14, 2018
Water & Sanitary Sewer Replacement Contract 2021, WSM-T
CPN 104880
01 71 23 - 2
CONSTRUCTION STAKING AND SURVEY
Page 2 of 8
2) Payment for “Construction Staking” shall be made in partial payments
prorated by work completed compared to total work included in the lump sum
item.
c. The price bid shall include, but not be limited to the following::
1) Field measurements and survey shots to identify location of completed
facilities.
2) Documentation and submittal of as-built survey data onto contractor redline
plans and digital survey files.
1.3 REFERENCES
A. Definitions
1. Construction Survey - The survey measurements made prior to or while
construction is in progress to control elevation, horizontal position, dimensions and
configuration of structures/improvements included in the Project Drawings.
2. As-built Survey –The measurements made after the construction of the
improvement features are complete to provide position coordinates for the features
of a project.
3. Construction Staking – The placement of stakes and markings to provide offsets
and elevations to cut and fill in order to locate on the ground the designed
structures/improvements included in the Project Drawings. Construction staking
shall include staking easements and/or right of way if indicated on the plans.
4. Survey “Field Checks” – Measurements made after construction staking is
completed and before construction work begins to ensure that structures marked on
the ground are accurately located per Project Drawings.
B. Technical References
1. City of Fort Worth – Construction Staking Standards (available on City’s Buzzsaw
website) – 01 71 23.16.01_ Attachment A_Survey Staking Standards
2. City of Fort Worth - Standard Survey Data Collector Library (fxl) files (available
on City’s Buzzsaw website).
3. Texas Department of Transportation (TxDOT) Survey Manual, latest revision
4. Texas Society of Professional Land Surveyors (TSPS), Manual of Practice for Land
Surveying in the State of Texas, Category 5
1.4 ADMINISTRATIVE REQUIREMENTS
A.The Contractor’s selection of a surveyor must comply with Texas Government
Code 2254 (qualifications based selection) for this project.
1.5 SUBMITTALS
A. Submittals, if required, shall be in accordance with Section 01 33 00.
B. All submittals shall be received and reviewed by the City prior to delivery of work.
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS
A. Field Quality Control Submittals
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised February 14, 2018
Water & Sanitary Sewer Replacement Contract 2021, WSM-T
CPN 104880
01 71 23 - 3
CONSTRUCTION STAKING AND SURVEY
Page 3 of 8
1. Documentation verifying accuracy of field engineering work, including coordinate
conversions if plans do not indicate grid or ground coordinates.
2. Submit “Cut-Sheets” conforming to the standard template provided by the City
(refer to 01 71 23.16.01 – Attachment A – Survey Staking Standards).
1.7 CLOSEOUT SUBMITTALS
B. As-built Redline Drawing Submittal
1. Submit As-Built Survey Redline Drawings documenting the locations/elevations of
constructed improvements signed and sealed by Registered Professional Land
Surveyor (RPLS) responsible for the work (refer to 01 71 23.16.01 – Attachment A
– Survey Staking Standards) .
2. Contractor shall submit the proposed as-built and completed redline drawing
submittal one (1) week prior to scheduling the project final inspection for City
review and comment. Revisions, if necessary, shall be made to the as-built redline
drawings and resubmitted to the City prior to scheduling the construction final
inspection.
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE
A. Construction Staking
1. Construction staking will be performed by the Contractor.
2. Coordination
a. Contact City’s Project Representative at least one week in advance notifying
the City of when Construction Staking is scheduled.
b. It is the Contractor’s responsibility to coordinate staking such that
construction activities are not delayed or negatively impacted.
3. General
a. Contractor is responsible for preserving and maintaining stakes. If City
surveyors are required to re-stake for any reason, the Contractor will be
responsible for costs to perform staking. If in the opinion of the City, a
sufficient number of stakes or markings have been lost, destroyed disturbed or
omitted that the contracted Work cannot take place then the Contractor will be
required to stake or re-stake the deficient areas.
B. Construction Survey
1. Construction Survey will be performed by the Contractor.
2. Coordination
a. Contractor to verify that horizontal and vertical control data established in the
design survey and required for construction survey is available and in place.
3. General
a. Construction survey will be performed in order to construct the work shown
on the Construction Drawings and specified in the Contract Documents.
b. For construction methods other than open cut, the Contractor shall perform
construction survey and verify control data including, but not limited to, the
following:
1) Verification that established benchmarks and control are accurate.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised February 14, 2018
Water & Sanitary Sewer Replacement Contract 2021, WSM-T
CPN 104880
01 71 23 - 4
CONSTRUCTION STAKING AND SURVEY
Page 4 of 8
2) Use of Benchmarks to furnish and maintain all reference lines and grades
for tunneling.
3) Use of line and grades to establish the location of the pipe.
4) Submit to the City copies of field notesused to establish all lines and
grades, if requested, and allow the City to check guidance system setup prior
to beginning each tunneling drive.
5) Provide access for the City, if requested, to verify the guidance system and
the line and grade of the carrier pipe.
6) The Contractor remains fully responsible for the accuracy of the work and
correction of it, as required.
7) Monitor line and grade continuously during construction.
8) Record deviation with respect to design line and grade once at each pipe
joint and submit daily records to the City.
9) If the installation does not meet the specified tolerances (as outlined in
Sections 33 05 23 and/or 33 05 24), immediately notify the City and correct
the installation in accordance with the Contract Documents.
C. As-Built Survey
1. Required As-Built Survey will be performed by the Contractor.
2. Coordination
a. Contractor is to coordinate with City to confirm which features require as-
built surveying.
b. It is the Contractor’s responsibility to coordinate the as-built survey and
required measurements for items that are to be buried such that construction
activities are not delayed or negatively impacted.
c. For sewer mains and water mains 12” and under in diameter, it is acceptable
to physically measure depth and mark the location during the progress of
construction and take as-built survey after the facility has been buried. The
Contractor is responsible for the quality control needed to ensure accuracy.
3. General
a. The Contractor shall provide as-built survey including the elevation and
location (and provide written documentation to the City) of construction
features during the progress of the construction including the following:
1) Water Lines
a) Top of pipe elevations and coordinates for waterlines at the following
locations:
(1) Minimum every 250 linear feet, including
(2) Horizontal and vertical points of inflection, curvature,
etc.
(3) Fire line tee
(4) Plugs, stub-outs, dead-end lines
(5) Casing pipe (each end) and all buried fittings
2) Sanitary Sewer
a) Top of pipe elevations and coordinates for force mains and siphon
sanitary sewer lines (non-gravity facilities) at the following locations:
(1) Minimum every 250 linear feet and any buried fittings
(2) Horizontal and vertical points of inflection, curvature,
etc.
3) Stormwater – Not Applicable
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised February 14, 2018
Water & Sanitary Sewer Replacement Contract 2021, WSM-T
CPN 104880
01 71 23 - 5
CONSTRUCTION STAKING AND SURVEY
Page 5 of 8
b. The Contractor shall provide as-built survey including the elevation and
location (and provide written documentation to the City) of construction
features after the construction is completed including the following:
1) Manholes
a) Rim and flowline elevations and coordinates for each manhole
2) Water Lines
a) Cathodic protection test stations
b) Sampling stations
c) Meter boxes/vaults (All sizes)
d) Fire hydrants
e) Valves (gate, butterfly, etc.)
f) Air Release valves (Manhole rim and vent pipe)
g) Blow off valves (Manhole rim and valve lid)
h) Pressure plane valves
i) Underground Vaults
(1) Rim and flowline elevations and coordinates for each
Underground Vault.
3) Sanitary Sewer
a) Cleanouts
(1) Rim and flowline elevations and coordinates for each
b) Manholes and Junction Structures
(1) Rim and flowline elevations and coordinates for each
manhole and junction structure.
4) Stormwater – Not Applicable
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY
PART 2 - PRODUCTS
A. A construction survey will produce, but will not be limited to:
1. Recovery of relevant control points, points of curvature and points of intersection.
2. Establish temporary horizontal and vertical control elevations (benchmarks)
sufficiently permanent and located in a manner to be used throughout construction.
3. The location of planned facilities, easements and improvements.
a. Establishing final line and grade stakes for piers, floors, grade beams, parking
areas, utilities, streets, highways, tunnels, and other construction.
b. A record of revisions or corrections noted in an orderly manner for reference.
c. A drawing, when required by the client, indicating the horizontal and vertical
location of facilities, easements and improvements, as built.
4. Cut sheets shall be provided to the City inspector and Survey Superintendent for all
construction staking projects. These cut sheets shall be on the standard city template
which can be obtained from the Survey Superintendent (817-392-7925).
5. Digital survey files in the following formats shall be acceptable:
a. AutoCAD (.dwg)
b. ESRI Shapefile (.shp)
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised February 14, 2018
Water & Sanitary Sewer Replacement Contract 2021, WSM-T
CPN 104880
01 71 23 - 6
CONSTRUCTION STAKING AND SURVEY
Page 6 of 8
c. CSV file (.csv), formatted with X and Y coordinates in separate columns (use
standard templates, if available)
6. Survey files shall include vertical and horizontal data tied to original project
control and benchmarks, and shall include feature descriptions
PART 3 - EXECUTION
3.1 INSTALLERS
A.Tolerances:
1. The staked location of any improvement or facility should be as accurate as
practical and necessary. The degree of precision required is dependent on many
factors all of which must remain judgmental. The tolerances listed hereafter are
based on generalities and, under certain circumstances, shall yield to specific
requirements. The surveyor shall assess any situation by review of the overall plans
and through consultation with responsible parties as to the need for specific
tolerances.
a. Earthwork: Grades for earthwork or rough cut should not exceed 0.1 ft. vertical
tolerance. Horizontal alignment for earthwork and rough cut should not exceed
1.0 ft. tolerance.
b. Horizontal alignment on a structure shall be within .0.1ft tolerance.
c. Paving or concrete for streets, curbs, gutters, parking areas, drives, alleys and
walkways shall be located within the confines of the site boundaries and,
occasionally, along a boundary or any other restrictive line. Away from any
restrictive line, these facilities should be staked with an accuracy producing no
more than 0.05ft. tolerance from their specified locations.
d. Underground and overhead utilities, such as sewers, gas, water, telephone and
electric lines, shall be located horizontally within their prescribed areas or
easements. Within assigned areas, these utilities should be staked with an
accuracy producing no more than 0.1 ft tolerance from a specified location.
e. The accuracy required for the vertical location of utilities varies widely. Many
underground utilities require only a minimum cover and a tolerance of 0.1 ft.
should be maintained. Underground and overhead utilities on planned profile,
but not depending on gravity flow for performance, should not exceed 0.1 ft.
tolerance.
B.Surveying instruments shall be kept in close adjustment according to manufacturer’s
specifications or in compliance to standards. The City reserves the right to request a
calibration report at any time and recommends regular maintenance schedule be
performed by a certified technician every 6 months.
1. Field measurements of angles and distances shall be done in such fashion as to
satisfy the closures and tolerances expressed in Part 3.1.A.
2. Vertical locations shall be established from a pre-established benchmark and
checked by closing to a different bench mark on the same datum.
3. Construction survey field work shall correspond to the client’s plans. Irregularities
or conflicts found shall be reported promptly to the City.
4. Revisions, corrections and other pertinent data shall be logged for future reference.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised February 14, 2018
Water & Sanitary Sewer Replacement Contract 2021, WSM-T
CPN 104880
01 71 23 - 7
CONSTRUCTION STAKING AND SURVEY
Page 7 of 8
Revision Log
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 APPLICATION
3.5 REPAIR / RESTORATION
A.If the Contractor’s work damages or destroys one or more of the control
monuments/points set by the City, the monuments shall be adequately referenced for
expedient restoration.
1. Notify City if any control data needs to be restored or replaced due to damage
caused during construction operations.
a. Contractor shall perform replacements and/or restorations.
b. The City may require at any time a survey “Field Check” of any monument
or benchmarks that are set be verified by the City surveyors before further
associated work can move forward.
3.6 RE-INSTALLATION [NOT USED]
3.7 FIELD [OR] SITE QUALITY CONTROL
A.It is the Contractor’s responsibility to maintain all stakes and control data placed by the
City in accordance with this Specification. This includes easements and right of way, if
noted on the plans.
B.Do not change or relocate stakes or control data without approval from the City.
3.8 SYSTEM STARTUP
A. Survey Checks
1. The City reserves the right to perform a Survey Check at any time deemed
necessary.
2. Checks by City personnel or 3rd party contracted surveyor are not intended to
relieve the contractor of his/her responsibility for accuracy.
3.9 ADJUSTING [NOT USED]
3.10 CLEANING [NOT USED]
3.11 CLOSEOUT ACTIVITIES [NOT USED]
3.12 PROTECTION [NOT USED]
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
END OF SECTION
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised February 14, 2018
Water & Sanitary Sewer Replacement Contract 2021, WSM-T
CPN 104880
01 71 23 - 8
CONSTRUCTION STAKING AND SURVEY
Page 8 of 8
DATE NAME SUMMARY OF CHANGE
8/31/2012 D. Johnson
8/31/2017 M. Owen
Added instruction and modified measurement & payment under 1.2; added
definitions and references under 1.3; modified 1.6; added 1.7 closeout submittal
requirements; modified 1.9 Quality Assurance; added PART 2 – PRODUCTS ;
Added 3.1 Installers; added 3.5 Repair/Restoration; and added 3.8 System Startup.
2/14/2018 M Owen
Removed “blue text”; revised measurement and payment sections for Construction
Staking and As-Built Survey; added reference to selection compliance with TGC
2254; revised action and Closeout submittal requirements; added acceptable depth
measurement criteria; revised list of items requiring as-built survey “during” and
“after” construction; and revised acceptable digital survey file format
01 74 23 - 1
CLEANING
Page 1 of 4
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised July 1, 2011
Water & Sanitary Sewer Replacement Contract 2021, WSM-T
CPN 104880
SECTION 01 74 23
CLEANING
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. Intermediate and final cleaning for Work not including special cleaning of closed
systems specified elsewhere
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 – General Requirements
3. Section 32 92 13 – Hydro-Mulching, Seeding and Sodding
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various Items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Scheduling
1. Schedule cleaning operations so that dust and other contaminants disturbed by
cleaning process will not fall on newly painted surfaces.
2. Schedule final cleaning upon completion of Work and immediately prior to final
inspection.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 STORAGE, AND HANDLING
A. Storage and Handling Requirements
1. Store cleaning products and cleaning wastes in containers specifically designed for
those materials.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised July 1, 2011
Water & Sanitary Sewer Replacement Contract 2021, WSM-T
CPN 104880
01 74 23 - 2
CLEANING
Page 2 of 4
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS
2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED]
2.2 MATERIALS
A. Cleaning Agents
1. Compatible with surface being cleaned
2. New and uncontaminated
3. For manufactured surfaces
a. Material recommended by manufacturer
2.3 ACCESSORIES [NOT USED]
2.4 SOURCE QUALITY CONTROL [NOT USED]
PART 3 - EXECUTION
3.1 INSTALLERS [NOT USED]
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 APPLICATION [NOT USED]
3.5 REPAIR / RESTORATION [NOT USED]
3.6 RE-INSTALLATION [NOT USED]
3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED]
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.10 CLEANING
A. General
1. Prevent accumulation of wastes that create hazardous conditions.
2. Conduct cleaning and disposal operations to comply with laws and safety orders of
governing authorities.
3. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in
storm or sanitary drains or sewers.
4. Dispose of degradable debris at an approved solid waste disposal site.
5. Dispose of nondegradable debris at an approved solid waste disposal site or in an
alternate manner approved by City and regulatory agencies.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised July 1, 2011
Water & Sanitary Sewer Replacement Contract 2021, WSM-T
CPN 104880
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
1. Remove trash and debris containers from site.
a. Re-seed areas disturbed by location of trash and debris containers in accordance
with Section 32 92 13.
2. Sweep roadway to remove all rocks, pieces of asphalt, concrete or any other object
that may hinder or disrupt the flow of traffic along the roadway.
3. Clean any interior areas including, but not limited to, vaults, manholes, structures,
junction boxes and inlets.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised July 1, 2011
Water & Sanitary Sewer Replacement Contract 2021, WSM-T
CPN 104880
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 WORT H
ST ANDARD CONSTRUCT ION SPECIFICAT ION DOCUMENTS
Revised March 22, 2021
Water & Sanitary Sewer Replacement Contract 2021, WSM-T
CPN 104880
01 77 19 - 1
CLOSEOUT REQUIREMENT S
Page 1 of 3
1 SECTION 01 77 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 WORT H
ST ANDARD CONSTRUCT ION SPECIFICAT ION DOCUMENTS
Revised March 22, 2021
Water & Sanitary Sewer Replacement Contract 2021, WSM-T
CPN 104880
1 PART 3 - EXECUTION
01 77 19 - 2
CLOSEOUT REQUIREMENT S
Page 2 of 3
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 01 78 39
8 2. Operation and Maintenance Data, if required, in accordance with Section 01 78 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 Contractor present.
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. Specified 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 WORT H
ST ANDARD CONSTRUCT ION SPECIFICAT ION DOCUMENTS
Revised March 22, 2021
Water & Sanitary Sewer Replacement Contract 2021, WSM-T
CPN 104880
01 77 19 - 3
CLOSEOUT REQUIREMENT S
Page 3 of 3
1 1. Coordinate with the City Project Representative to complete the following
2 additional forms:
3 a. Final Payment Request
4 b. Statement of Contract Time
5 c. Affidavit of Payment and Release of Liens
6 d. Consent of Surety to Final Payment
7 e. Pipe Report (if required)
8 f. Contractor’s Evaluation of City
9 g. Performance Evaluation of Contractor
10 F. Letter of Final Acceptance
11 1. Upon review and acceptance of Notice of Project Completion and Supporting
12 Documentation, in accordance with General Conditions, City will issue Letter of
13 Final Acceptance and release the Final Payment Request for payment.
14 3.5 REPAIR / RESTORATION [NOT USED]
15 3.6 RE-INSTALLATION [NOT USED]
16 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED]
17 3.8 SYSTEM STARTUP [NOT USED]
18 3.9 ADJUSTING [NOT USED]
19 3.10 CLEANING [NOT USED]
20 3.11 CLOSEOUT ACTIVITIES [NOT USED]
21 3.12 PROTECTION [NOT USED]
22 3.13 MAINTENANCE [NOT USED]
23 3.14 ATTACHMENTS [NOT USED]
24 END OF SECTION
25
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”
26
01 78 23 - 1
OPERATION AND MAINTENANCE DATA
Page 1 of 5
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20, 2012
Water & Sanitary Sewer Replacement Contract 2021, WSM-T
CPN 104880
SECTION 01 78 23
OPERATION AND MAINTENANCE DATA
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. Product data and related information appropriate for City's maintenance and
operation of products furnished under Contract
2. Such products may include, but are not limited to:
a. Traffic Controllers
b. Irrigation Controllers (to be operated by the City)
c. Butterfly Valves
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 – General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various Items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Schedule
1. Submit manuals in final form to the City within 30 calendar days of product
shipment to the project site.
1.5 SUBMITTALS
A. Submittals shall be in accordance with Section 01 33 00 . All submittals shall be
approved by the City prior to delivery.
1.6 INFORMATIONAL SUBMITTALS
A. Submittal Form
1. Prepare data in form of an instructional manual for use by City personnel.
2. Format
a. Size: 8 ½ inches x 11 inches
b. Paper
1) 40 pound minimum, white, for typed pages
2) Holes reinforced with plastic, cloth or metal
c. Text: Manufacturer’s printed data, or neatly typewritten
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20, 2012
Water & Sanitary Sewer Replacement Contract 2021, WSM-T
CPN 104880
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
1. Neatly typewritten table of contents for each volume, arranged in systematic order
a. Contractor, name of responsible principal, address and telephone number
b. A list of each product required to be included, indexed to content of the volume
c. List, with each product:
1) The name, address and telephone number of the subcontractor or installer
2) A list of each product required to be included, indexed to content of the
volume
3) Identify area of responsibility of each
4) Local source of supply for parts and replacement
d. Identify each product by product name and other identifying symbols as set
forth in Contract Documents.
2. Product Data
a. Include only those sheets which are pertinent to the specific product.
b. Annotate each sheet to:
1) Clearly identify specific product or part installed
2) Clearly identify data applicable to installation
3) Delete references to inapplicable information
3. Drawings
a. Supplement product data with drawings as necessary to clearly illustrate:
1) Relations of component parts of equipment and systems
2) Control and flow diagrams
b. Coordinate drawings with information in Project Record Documents to assure
correct illustration of completed installation.
c. Do not use Project Record Drawings as maintenance drawings.
4. Written text, as required to supplement product data for the particular installation:
a. Organize in consistent format under separate headings for different procedures.
b. Provide logical sequence of instructions of each procedure.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20, 2012
Water & Sanitary Sewer Replacement Contract 2021, WSM-T
CPN 104880
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
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20, 2012
Water & Sanitary Sewer Replacement Contract 2021, WSM-T
CPN 104880
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
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20, 2012
Water & Sanitary Sewer Replacement Contract 2021, WSM-T
CPN 104880
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
01 78 39 - 1
PROJECT RECORD DOCUMENTS
Page 1 of 4
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised July 1, 2011
Water & Sanitary Sewer Replacement Contract 2021, WSM-T
CPN 104880
SECTION 01 78 39
PROJECT RECORD DOCUMENTS
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. Work associated with the documenting the project and recording changes to project
documents, including:
a. Record Drawings
b. Water Meter Service Reports
c. Sanitary Sewer Service Reports
d. Large Water Meter Reports
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 – General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various Items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
1.5 SUBMITTALS
A. Prior to submitting a request for Final Inspection, deliver Project Record Documents to
City’s Project Representative.
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE
A. Accuracy of Records
1. Thoroughly coordinate changes within the Record Documents, making adequate
and proper entries on each page of Specifications and each sheet of Drawings and
other Documents where such entry is required to show the change properly.
2. Accuracy of records shall be such that future search for items shown in the Contract
Documents may rely reasonably on information obtained from the approved Project
Record Documents.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised July 1, 2011
Water & Sanitary Sewer Replacement Contract 2021, WSM-T
CPN 104880
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]
PART 2 - PRODUCTS
2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED]
2.2 RECORD DOCUMENTS
A. Job set
1. Promptly following receipt of the Notice to Proceed, secure from the City, at no
charge to the Contractor, 1 complete set of all Documents comprising the Contract.
B. Final Record Documents
1. At a time nearing the completion of the Work and prior to Final Inspection, provide
the City 1 complete set of all Final Record Drawings in the Contract.
2.3 ACCESSORIES [NOT USED]
2.4 SOURCE QUALITY CONTROL [NOT USED]
PART 3 - EXECUTION
3.1 INSTALLERS [NOT USED]
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 MAINTENANCE DOCUMENTS
A. Maintenance of Job Set
1. Immediately upon receipt of the job set, identify each of the Documents with the
title, "RECORD DOCUMENTS - JOB SET".
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised July 1, 2011
Water & Sanitary Sewer Replacement Contract 2021, WSM-T
CPN 104880
01 78 39 - 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.
5. Conversion of schematic layouts
a. In some cases on the Drawings, arrangements of conduits, circuits, piping,
ducts, and similar items, are shown schematically and are not intended to
portray precise physical layout.
1) Final physical arrangement is determined by the Contractor, subject to the
City's approval.
2) However, design of future modifications of the facility may require
accurate information as to the final physical layout of items which are
shown only schematically on the Drawings.
b. Show on the job set of Record Drawings, by dimension accurate to within 1
inch, the centerline of each run of items.
1) Final physical arrangement is determined by the Contractor, subject to the
City's approval.
2) Show, by symbol or note, the vertical location of the Item ("under slab", "in
ceiling plenum", "exposed", and the like).
3) Make all identification sufficiently descriptive that it may be related
reliably to the Specifications.
c. The City may waive the requirements for conversion of schematic layouts
where, in the City's judgment, conversion serves no useful purpose. However,
do not rely upon waivers being issued except as specifically issued in writing
by the City.
B. Final Project Record Documents
1. Transfer of data to Drawings
a. Carefully transfer change data shown on the job set of Record Drawings to the
corresponding final documents, coordinating the changes as required.
b. Clearly indicate at each affected detail and other Drawing a full description of
changes made during construction, and the actual location of items.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised July 1, 2011
Water & Sanitary Sewer Replacement Contract 2021, WSM-T
CPN 104880
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
02 41 14 - 1
UTILITY REMOVAL/ABANDONMENT
Page 1 of 16
CITY OF FORT WORTH Water & Sanitary Sewer Replacement Contract 2021, WSM-T
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104880
Revised December 20, 2012
1 SECTION 02 41 14
2 UTILITY REMOVAL/ABANDONMENT
3 1.1 GENERAL
4 1.2 SUMMARY
5 A.Section Includes:
6 1.Direction for the removal, abandonment or salvaging of the following utilities:
7 a.Cathodic Protection Test Stations
8 b.Water Lines
9 c.Gate Valves
10 d.Water Valves
11 e.Fire Hydrants
12 f.Water Meters and Meter Box
13 g.Water Sampling Station
14 h.Concrete Water Vaults
15 i.Sanitary Sewer Lines
16 j.Sanitary Sewer Manholes
17 k.Sanitary Sewer Junction Boxes
18 l.Storm Sewer Lines
19 m.Storm Sewer Manhole Risers
20 n.Storm Sewer Junction Boxes
21 o.Storm Sewer Inlets
22 p.Box Culverts
23 q.Headwalls and Safety End Treatments
24 r.Trench Drains
25 B.Deviations from this City of Fort Worth Standard Specification
26 1. Addition of grout inspection by coupon sampling for utilities abandoned in place
27 (See 1.2Ac.9, 3.4C2e-g)
28 C.Related Specification Sections include, but are not necessarily limited to:
29 1.Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract
30 2.Division 1 – General Requirements
31 3.Section 03 34 13 – Controlled Low Strength Material (CLSM)
32 4.Section 33 05 10 – Utility Trench Excavation, Embedment and Backfill
33 5.Section 33 05 24 – Installation of Carrier Pipe in Casing or Tunnel Liner Plate
34 6.Section 33 11 11 – Ductile Iron Fittings
35 7.Section 33 11 13 – Concrete Pressure Pipe, Bar-wrapped, Steel Cylinder Type
36 8.Section 33 11 14 – Buried Steel Pipe and Fittings
37 9.Section 33 12 25 – Connection to Existing Water Mains
38 1.3 PRICE AND PAYMENT PROCEDURES
39 A.Utility Lines
40 1.Abandonment of Utility Line by Grouting
41 a.Measurement
02 41 14 - 2
UTILITY REMOVAL/ABANDONMENT
Page 2 of 16
CITY OF FORT WORTH Water & Sanitary Sewer Replacement Contract 2021, WSM-T
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104880
Revised December 20, 2012
1 1)Measurement for this Item shall be per cubic yard of existing utility line to
2 be grouted. Measure by tickets showing cubic yards of grout applied.
3 b.Payment
4 1)The work performed and materials furnished in accordance with this Item
5 and measured as provided under “Measurement” shall be paid for at the unit
6 price per cubic yard of “Line Grouting” for:
7 a)Various types of utility line
8 c.The price bid shall include:
9 1)Low density cellular grout or CLSM
10 2)Water
11 3)Pavement removal
12 4)Excavation
13 5)Hauling
14 6)Disposal of excess materials
15 7)Furnishing, placement and compaction of backfill
16 8)Clean-up
17 9)Coupon Sample inspection of Abandoned lines
18 2.Utility Line Removal, Separate Trench
19 a.Measurement
20 1)Measurement for this Item shall be per linear foot of existing utility line to
21 be removed.
22 b.Payment
23 1)The work performed and materials furnished in accordance with this Item
24 and measured as provided under “Measurement” shall be paid for at the unit
25 price bid per linear foot of “Remove Line” for:
26 a)Various types of existing utility line
27 b)Various sizes
28 c.The price bid shall include:
29 1)Removal and disposal of existing utility pipe
30 2)Pavement removal
31 3)Excavation
32 4)Hauling
33 5)Disposal of excess materials
34 6)Furnishing, placement and compaction of backfill
35 7)Clean-up
36 3.Utility Line Removal, Same Trench
37 a.Measurement
38 1)This Item is considered subsidiary the proposed utility line being installed.
39 b.Payment
40 1)The work performed and materials furnished in accordance with this Item
41 are subsidiary to the installation of proposed utility pipe and shall be
42 subsidiary to the unit price bid per linear foot of pipe complete in place, and
43 no other compensation will be allowed.
44 4.Manhole Abandonment
45 a.Measurement
46 1)Measurement for this Item will be per each manhole to be abandoned.
47 b.Payment
02 41 14 - 3
UTILITY REMOVAL/ABANDONMENT
Page 3 of 16
CITY OF FORT WORTH Water & Sanitary Sewer Replacement Contract 2021, WSM-T
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104880
Revised December 20, 2012
1 1)The work performed and materials furnished in accordance with this Item
2 and measured as provided under “Measurement” shall be paid for at the unit
3 price bid per each “Abandon Manhole” for:
4 a)Various diameters
5 b)Various types
6 c.The price bid shall include:
7 1)Removal and disposal of manhole cone
8 2)Removal, salvage and delivery of frame and cover to City, if applicable
9 3)Cutting and plugging of existing sewer lines
10 4)Concrete
11 5)Acceptable material for backfilling manhole void
12 6)Pavement removal
13 7)Excavation
14 8)Hauling
15 9)Disposal of excess materials
16 10)Furnishing, placement and compaction of backfill
17 11)Surface restoration
18 12)Clean-up
19 5.Cathodic Test Station Abandonment
20 a.Measurement
21 1)Measurement for this Item will be per each cathodic test station to be
22 abandoned.
23 b.Payment
24 1)The work performed and materials furnished in accordance with this Item
25 and measured as provided under “Measurement” shall be paid for at the unit
26 price bid per each “Abandon Cathodic Test Station”.
27 c.The price bid shall include:
28 1)Abandon cathodic test station
29 2)CLSM
30 3)Pavement removal
31 4)Excavation
32 5)Hauling
33 6)Disposal of excess materials
34 7)Furnishing, placement and compaction of backfill
35 8)Clean-up
36 B.Water Lines and Appurtenances
37 1.Installation of a Water Line Pressure Plug
38 a.Measurement
39 1)Measurement for this Item shall be per each pressure plug to be installed.
40 b.Payment
41 1)The work performed and materials furnished in accordance with this Item
42 and measured as provided under “Measurement” shall be paid for at the unit
43 price bid for each “Pressure Plug” installed for:
44 a)Various sizes
45 c.The price bid shall include:
46 1)Furnishing and installing pressure plug
47 2)Pavement removal
48 3)Excavation
49 4)Hauling
02 41 14 - 4
UTILITY REMOVAL/ABANDONMENT
Page 4 of 16
CITY OF FORT WORTH Water & Sanitary Sewer Replacement Contract 2021, WSM-T
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104880
Revised December 20, 2012
1 5)Disposal of excess material
2 6)Gaskets
3 7)Bolts and Nuts
4 8)Furnishing, placement and compaction of embedment
5 9)Furnishing, placement and compaction of backfill
6 10)Disinfection
7 11)Testing
8 12)Clean-up
9 2.Abandonment of Water Line by Cut and installation of Abandonment Plug
10 a.Measurement
11 1)Measurement for this Item shall be per each cut and abandonment plug
12 installed.
13 b.Payment
14 1)The work performed and materials furnished in accordance with this Item
15 and measured as provided under “Measurement” shall be paid for at the unit
16 price bid for each “Water Abandonment Plug” installed for:
17 a)Various sizes
18 c.The price bid shall include:
19 1)Furnishing and installing abandonment plug
20 2)Pavement removal
21 3)Excavation
22 4)Hauling
23 5)CLSM
24 6)Disposal of excess material
25 7)Furnishing, placement and compaction of backfill
26 8)Clean-up
27 3.Water Valve Removal
28 a.Measurement
29 1)Measurement for this Item will be per each water valve to be removed.
30 b.Payment
31 1)The work performed and materials furnished in accordance with this Item
32 and measured as provided under “Measurement” shall be paid for at the unit
33 price bid per each “Remove Water Valve” for:
34 a)Various sizes
35 c.The price bid shall include:
36 1)Removal and disposal of valve
37 2)CLSM
38 3)Pavement removal
39 4)Excavation
40 5)Hauling
41 6)Disposal of excess materials
42 7)Furnishing, placement and compaction of backfill
43 8)Clean-up
44 4.Water Valve Removal and Salvage
45 a.Measurement
46 1)Measurement for this Item will be per each water valve to be removed and
47 salvaged.
48 b.Payment
02 41 14 - 5
UTILITY REMOVAL/ABANDONMENT
Page 5 of 16
CITY OF FORT WORTH Water & Sanitary Sewer Replacement Contract 2021, WSM-T
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104880
Revised December 20, 2012
1 1)The work performed and materials furnished in accordance with this Item
2 and measured as provided under “Measurement” shall be paid for at the unit
3 price bid per each “Salvage Water Valve” for:
4 a)Various sizes
5 c.The price bid shall include:
6 1)Removal and Salvage of valve
7 2)CLSM
8 3)Delivery to City
9 4)Pavement removal
10 5)Excavation
11 6)Hauling
12 7)Disposal of excess materials
13 8)Furnishing, placement and compaction of backfill
14 9)Clean-up
15 5.Water Valve Abandonment
16 a.Measurement
17 1)Measurement for this Item will be per each water valve to be abandoned.
18 b.Payment
19 1)The work performed and materials furnished in accordance with this Item
20 and measured as provided under “Measurement” shall be paid for at the unit
21 price bid per each “Abandon Water Valve” for:
22 a)Various Sizes
23 c.The price bid shall include:
24 1)Abandonment of valve
25 2)CLSM
26 3)Pavement removal
27 4)Excavation
28 5)Hauling
29 6)Disposal of excess materials
30 7)Furnishing, placement and compaction of backfill
31 8)Clean-up
32 6.Fire Hydrant Removal and Salvage
33 a.Measurement
34 1)Measurement for this Item will be per each fire hydrant to be removed.
35 b.Payment
36 1)The work performed and materials furnished in accordance with this Item
37 and measured as provided under “Measurement” shall be paid for at the unit
38 price bid per each “Salvage Fire Hydrant”.
39 c.The price bid shall include:
40 1)Removal and salvage of fire hydrant
41 2)Delivery to City
42 3)Pavement removal
43 4)Excavation
44 5)Hauling
45 6)Disposal of excess materials
46 7)Furnishing, placement and compaction of backfill
47 8)Clean-up
48 7.Water Meter Removal and Salvage
49 a.Measurement
02 41 14 - 6
UTILITY REMOVAL/ABANDONMENT
Page 6 of 16
CITY OF FORT WORTH Water & Sanitary Sewer Replacement Contract 2021, WSM-T
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104880
Revised December 20, 2012
1 1)Measurement for this Item will be per each water meter to be removed and
2 salvaged.
3 b.Payment
4 1)The work performed and materials furnished in accordance with this Item
5 and measured as provided under “Measurement” shall be paid for at the unit
6 price bid per each “Salvage Water Meter” for:
7 a)Various sizes
8 2)If a “Water Meter Service Relocate” is performed in accordance with
9 Section 33 12 10, removal and salvage or disposal of the existing (2-inch or
10 smaller) water meter shall be subsidiary to the cost of the “Water Meter
11 Service Relocate”, no other compensation will be allowed.
12 c.The price bid shall include:
13 1)Removal and salvage of water meter
14 2)Delivery to City
15 3)Pavement removal
16 4)Excavation
17 5)Hauling
18 6)Disposal of excess materials
19 7)Furnishing, placement and compaction of backfill
20 8)Clean-up
21 8.Water Sampling Station Removal and Salvage
22 a.Measurement
23 1)Measurement for this Item will be per each water sampling station to be
24 removed.
25 b.Payment
26 1)The work performed and materials furnished in accordance with this Item
27 and measured as provided under “Measurement” shall be paid for at the unit
28 price bid per each “Salvage Water Sampling Station”.
29 c.The price bid shall include:
30 1)Removal and salvage of water sampling station
31 2)Delivery to City
32 3)Pavement removal
33 4)Excavation
34 5)Hauling
35 6)Disposal of excess materials
36 7)Furnishing, placement and compaction of backfill
37 8)Clean-up
38 9.Concrete Water Vault Removal
39 a.Measurement
40 1)Measurement for this Item will be per each concrete water vault to be
41 removed.
42 b.Payment
43 1)The work performed and materials furnished in accordance with this Item
44 and measured as provided under “Measurement” shall be paid for at the unit
45 price bid per each “Remove Concrete Water Vault”.
46 c.The price bid shall include:
47 1)Removal and disposal of concrete water vault
48 2)Removal, salvage and delivery of frame and cover to City, if applicable
49 3)Removal, salvage and delivery of any valves to City, if applicable
50 4)Removal, salvage and delivery of any water meters to City, if applicable
02 41 14 - 7
UTILITY REMOVAL/ABANDONMENT
Page 7 of 16
CITY OF FORT WORTH Water & Sanitary Sewer Replacement Contract 2021, WSM-T
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104880
Revised December 20, 2012
1 5)Pavement removal
2 6)Excavation
3 7)Hauling
4 8)Disposal of excess materials
5 9)Furnishing, placement and compaction of backfill
6 10)Clean-up
7 C.Sanitary Sewer Lines and Appurtenances
8 1.Abandonment of Sanitary Sewer Line by Cut and installation of Abandonment Plug
9 a.Measurement
10 1)Measurement for this Item shall be per each cut and abandonment plug
11 installed.
12 b.Payment
13 1)The work performed and materials furnished in accordance with this Item
14 and measured as provided under “Measurement” shall be paid for at the unit
15 price bid for each “Sewer Abandonment Plug” for:
16 a)Various sizes
17 c.The price bid shall include:
18 1)Furnishing and installing abandonment plug
19 2)Pavement removal
20 3)Excavation
21 4)Hauling
22 5)CLSM
23 6)Disposal of excess material
24 7)Furnishing, placement and compaction of backfill
25 8)Clean-up
26 2.Sanitary Sewer Manhole Removal
27 a.Measurement
28 1)Measurement for this Item will be per each sanitary sewer manhole to be
29 removed.
30 b.Payment
31 1)The work performed and materials furnished in accordance with this Item
32 and measured as provided under “Measurement” shall be paid for at the unit
33 price bid per each “Remove Sewer Manhole” for:
34 a)Various diameters
35 c.The price bid shall include:
36 1)Removal and disposal of manhole
37 2)Removal, salvage and delivery of frame and cover to City, if applicable
38 3)Cutting and plugging of existing sewer lines
39 4)Pavement removal
40 5)Excavation
41 6)Hauling
42 7)Disposal of excess materials
43 8)Furnishing, placement and compaction of backfill
44 9)Clean-up
45 3.Sanitary Sewer Junction Structure Removal
46 a.Measurement
47 1)Measurement for this Item will be per each sanitary sewer junction structure
48 being removed.
49 b.Payment
02 41 14 - 8
UTILITY REMOVAL/ABANDONMENT
Page 8 of 16
CITY OF FORT WORTH Water & Sanitary Sewer Replacement Contract 2021, WSM-T
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104880
Revised December 20, 2012
1 1)The work performed and materials furnished in accordance with this Item
2 and measured as provided under “Measurement” shall be paid for at the
3 lump sum bid per each “Remove Sewer Junction Box” location.
4 c.The price bid shall include:
5 1)Removal and disposal of junction box
6 2)Removal, salvage and delivery of frame and cover to City.
7 3)Pavement removal
8 4)Excavation
9 5)Hauling
10 6)Disposal of excess materials
11 7)Furnishing, placement and compaction of backfill
12 8)Clean-up
13 D.Storm Sewer Lines and Appurtenances
14 1.Abandonment of Storm Sewer Line by Cut and installation of Abandonment Plug
15 a.Measurement
16 1)Measurement for this Item shall be per each cut and abandonment plug to be
17 installed.
18 b.Payment
19 1)The work performed and materials furnished in accordance with this Item
20 and measured as provided under “Measurement” shall be paid for at the unit
21 price bid for each “Storm Abandonment Plug” installed for:
22 a)Various sizes
23 c.The price bid shall include:
24 1)Furnishing and installing abandonment plug
25 2)Pavement removal
26 3)Excavation
27 4)Hauling
28 5)CLSM
29 6)Disposal of excess material
30 7)Furnishing, placement and compaction of backfill
31 8)Clean-up
32 2.Storm Sewer Manhole Removal
33 a.Measurement
34 1)Measurement for this Item will be per each storm sewer manhole to be
35 removed.
36 b.Payment
37 1)The work performed and materials furnished in accordance with this Item
38 and measured as provided under “Measurement” shall be paid for at the unit
39 price bid per each “Remove Manhole Riser” for:
40 a)Various sizes
41 c.The price bid shall include:
42 1)Removal and disposal of manhole
43 2)Removal, salvage and delivery of frame and cover to City, if applicable
44 3)Pavement removal
45 4)Excavation
46 5)Hauling
47 6)Disposal of excess materials
48 7)Furnishing, placement and compaction of backfill
49 8)Clean-up
02 41 14 - 9
UTILITY REMOVAL/ABANDONMENT
Page 9 of 16
CITY OF FORT WORTH Water & Sanitary Sewer Replacement Contract 2021, WSM-T
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104880
Revised December 20, 2012
1 3.Storm Sewer Junction Box Removal
2 a.Measurement
3 1)Measurement for this Item will be per each storm sewer junction structure to
4 be removed.
5 b.Payment
6 1)The work performed and materials furnished in accordance with this Item
7 and measured as provided under “Measurement” shall be paid for at the unit
8 price bid per each “Remove Storm Junction Box” for:
9 a)Various sizes
10 c.The price bid shall include:
11 1)Removal and disposal of junction box
12 2)Removal, salvage and delivery of frame and cover to City, if applicable
13 3)Pavement removal
14 4)Excavation
15 5)Hauling
16 6)Disposal of excess materials
17 7)Furnishing, placement and compaction of backfill
18 8)Clean-up
19 4.Storm Sewer Junction Structure Removal
20 a.Measurement
21 1)Measurement for this Item will be per each storm sewer junction structure
22 being removed.
23 b.Payment
24 1)The work performed and materials furnished in accordance with this Item
25 and measured as provided under “Measurement” shall be paid for at the
26 lump sum bid per each “Remove Storm Junction Structure” location.
27 c.The price bid shall include:
28 1)Removal and disposal of junction structure
29 2)Removal, salvage and delivery of frame and cover to City, if applicable
30 3)Pavement removal
31 4)Excavation
32 5)Hauling
33 6)Disposal of excess materials
34 7)Furnishing, placement and compaction of backfill
35 8)Clean-up
36 5.Storm Sewer Inlet Removal
37 a.Measurement
38 1)Measurement for this Item will be per each storm sewer inlet to be removed.
39 b.Payment
40 1)The work performed and materials furnished in accordance with this Item
41 and measured as provided under “Measurement” shall be paid for at the unit
42 price bid per each “Remove Storm Inlet” for:
43 a)Various types
44 b)Various sizes
45 c.The price bid shall include:
46 1)Removal and disposal of inlet
47 2)Pavement removal
48 3)Excavation
49 4)Hauling
02 41 14 - 10
UTILITY REMOVAL/ABANDONMENT
Page 10 of 16
CITY OF FORT WORTH Water & Sanitary Sewer Replacement Contract 2021, WSM-T
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104880
Revised December 20, 2012
1 5)Disposal of excess materials
2 6)Furnishing, placement and compaction of backfill
3 7)Clean-up
4 6.Storm Sewer Junction Box Removal
5 a.Measurement
6 1)Measurement for this Item shall be per linear foot of existing storm sewer
7 box to be removed.
8 b.Payment
9 1)The work performed and materials furnished in accordance with this Item
10 and measured as provided under “Measurement” shall be paid for at the unit
11 price bid per linear foot of “Remove Storm Junction Box” for all sizes.
12 c.The price bid shall include:
13 1)Removal and disposal of Storm Sewer Box
14 2)Pavement removal
15 3)Excavation
16 4)Hauling
17 5)Disposal of excess materials
18 6)Furnishing, placement and compaction of backfill
19 7)Clean-up
20 7.Headwall/SET Removal
21 a.Measurement
22 1)Measurement for this Item will be per each headwall or safety end treatment
23 (SET) to be removed.
24 b.Payment
25 1)The work performed and materials furnished in accordance with this Item
26 and measured as provided under “Measurement” shall be paid for at the unit
27 price bid per each “Remove Headwall/SET”.
28 c.The price bid shall include:
29 1)Removal and disposal of Headwall/SET
30 2)Pavement removal
31 3)Excavation
32 4)Hauling
33 5)Disposal of excess materials
34 6)Furnishing, placement and compaction of backfill
35 7)Clean-up
36 8.Trench Drain Removal
37 a.Measurement
38 1)Measurement for this Item shall be per linear foot of storm sewer trench
39 drain to be removed.
40 b.Payment
41 1)The work performed and materials furnished in accordance with this Item
42 and measured as provided under “Measurement” shall be paid for at the unit
43 price bid per linear foot of “Remove Trench Drain” for:
44 a)Various sizes
45 c.The price bid shall include:
46 1)Removal and disposal of storm sewer line
47 2)Pavement removal
48 3)Excavation
49 4)Hauling
02 41 14 - 11
UTILITY REMOVAL/ABANDONMENT
Page 11 of 16
CITY OF FORT WORTH Water & Sanitary Sewer Replacement Contract 2021, WSM-T
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104880
Revised December 20, 2012
1 5)Disposal of excess materials
2 6)Furnishing, placement and compaction of backfill
3 7)Clean-up
4 1.4 REFERENCES [NOT USED]
5 1.5 ADMINISTRATIVE REQUIREMENTS
6 A.Coordination
7 1.Contact Inspector and the Water Department Field Operation Storage Yard for
8 coordination of salvage material return.
9 1.6 SUBMITTALS [NOT USED]
10 1.7 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
11 1.8 CLOSEOUT SUBMITTALS [NOT USED]
12 1.9 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
13 1.10 QUALITY ASSURANCE [NOT USED]
14 1.11 DELIVERY, STORAGE, AND HANDLING
15 A.Storage and Handling Requirements
16 1.Protect and salvage all materials such that no damage occurs during delivery to the
17 City.
18 1.12 FIELD [SITE] CONDITIONS [NOT USED]
19 1.13 WARRANTY [NOT USED]
20 PART 2 -PRODUCTS
21 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED]
22 2.2 MATERIALS
23 2.3 ACCESSORIES [NOT USED]
24 2.4 SOURCE QUALITY CONTROL [NOT USED]
25 PART 3 -EXECUTION
26 3.1 INSTALLERS [NOT USED]
27 3.2 EXAMINATION [NOT USED]
28 3.3 PREPARATION [NOT USED]
29 3.4 REMOVAL, SALVAGE, AND ABANDONMENT
30 A.General
31 1.Manhole Abandonment
02 41 14 - 12
UTILITY REMOVAL/ABANDONMENT
Page 12 of 16
CITY OF FORT WORTH Water & Sanitary Sewer Replacement Contract 2021, WSM-T
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104880
Revised December 20, 2012
1 a.All manholes that are to be taken out of service are to be removed unless
2 specifically requested and/or approved by City.
3 b.Excavate and backfill in accordance with Section 33 05 10.
4 c.Remove and salvage manhole frame and cover as coordinated with City.
5 d.Deliver salvaged material to the City.
6 e.Cut and plug sewer lines to be abandoned.
7 f.Backfill manhole void in accordance with City Standard Details.
8 B.Water Lines and Appurtenances
9 1.Water Line Pressure Plugs
10 a.Ductile Iron Water Lines
11 1)Excavate, embed, and backfill in accordance with Section 33 05 10.
12 2)Plug with an MJ Plug with mechanical restraint and blocking in accordance
13 with Section 33 11 11.
14 3)Perform Cut and Plug in accordance with Section 33 12 25.
15 b.PVC C900 and C905 Water Lines
16 1)Excavate, embed, and backfill in accordance with Section 33 05 10.
17 2)Plug with an MJ Plug with mechanical restraint and blocking in accordance
18 with Section 33 11 11.
19 3)Perform Cut and Plug in accordance with Section 33 12 25.
20 c.Concrete Pressure Pipe, Bar Wrapped, Steel Cylinder Type Water Lines
21 1)Excavate, embed, and backfill in accordance with Section 33 05 10
22 2)Plug using:
23 a)A fabricated plug restrained by welding or by a Snap Ring in
24 accordance with Section 33 11 13; or
25 b)A blind flange in accordance with Section 33 11 13
26 3)Perform Cut and Plug in accordance with Section 33 12 25.
27 d.Buried Steel Water Lines
28 1)Excavate, embed, and backfill in accordance with Section 33 05 10.
29 2)Plug using:
30 a)A fabricated plug restrained by welding in accordance with Section 33
31 11 14; or
32 b)A blind flange in accordance with Section 33 11 14
33 3)Perform Cut and Plug in accordance with Section 33 12 25.
34 2.Water Line Abandonment Plug
35 a.Excavate and backfill in accordance with Section 33 05 10.
36 b.Plug with CLSM in accordance with Section 03 34 13.
37 3.Water Line Abandonment by Grouting
38 a.Excavate and backfill in accordance with Section 33 05 10.
39 b.Dewater from existing line to be grouted.
40 c.Fill line with Low Density Cellular Grout in accordance with Section 33 05 24
41 or CLSM in accordance with 03 34 13.
42 d.Dispose of any excess material.
43 4.Water Line Removal
44 a.Excavate and backfill in accordance with Section 33 05 10.
45 b.Cut existing line from the utility system prior to removal.
46 c.Cut any services prior to removal.
47 d.Remove existing pipe line and properly dispose as approved by City.
48 5.Water Valve Removal
02 41 14 - 13
UTILITY REMOVAL/ABANDONMENT
Page 13 of 16
CITY OF FORT WORTH Water & Sanitary Sewer Replacement Contract 2021, WSM-T
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104880
Revised December 20, 2012
1 a.Excavate and backfill in accordance with Section 33 05 10.
2 b.Remove and dispose of valve bonnet, wedge and stem.
3 c.Fill valve body with CLSM in accordance with Section 03 34 13.
4 6.Water Valve Removal and Salvage
5 a.Excavate and backfill in accordance with Section 33 05 10.
6 b.Remove valve bonnet, wedge and stem.
7 c.Deliver salvaged material to the Water Department Field Operation Storage
8 Yard.
9 d.Protect salvaged materials from damage.
10 e.Fill valve body with CLSM in accordance with Section 03 34 13.
11 7.Water Valve Abandonment
12 a.Excavate and backfill in accordance with Section 33 05 10.
13 b.Remove the top 2 feet of the valve stack and any valve extensions.
14 c.Fill the remaining valve stack with CLSM in accordance with Section 03 34 13.
15 8.Fire Hydrant Removal and Salvage
16 a.Excavate and backfill in accordance with Section 33 05 10.
17 b.Remove Fire Hydrant.
18 c.Place abandonment plug on fire hydrant lead line.
19 d.Deliver salvaged fire hydrant to the Water Department Field Operation Storage
20 Yard.
21 e.Protect salvaged materials from damage.
22 9.Water Meter Removal and Salvage
23 a.Remove and salvage water meter.
24 b.Return salvaged meter to Project Representative.
25 c.City will provide replacement meter for installation.
26 d.Meter Box and Lid
27 1)Remove and salvage cast iron meter box lid.
28 2)Remove and dispose of any non-cast iron meter box lid.
29 3)Return salvaged material to the Water Department Field Operation Storage
30 Yard.
31 4)Remove and dispose of meter box.
32 10.Water Sample Station Removal and Salvage
33 a.Remove and salvage existing water sample station.
34 b.Deliver salvaged material to the Water Department Field Operation Storage
35 Yard.
36 11.Concrete Water Vault Removal
37 a.Excavate and backfill in accordance with Section 33 05 10.
38 b.Remove and salvage vault lid.
39 c.Remove and salvage valves.
40 d.Remove and salvage meters.
41 e.Deliver salvaged material to the Water Department Field Operation Storage
42 Yard.
43 f.Remove and dispose of any piping or other appurtenances.
44 g.Demolish and remove entire concrete vault.
45 h.Dispose of all excess materials.
46 12.Cathodic Test Station Abandonment
47 a.Excavate and backfill in accordance with Section 33 05 10
48 b.Remove the top 2 feet of the cathodic test station stack and contents.
02 41 14 - 14
UTILITY REMOVAL/ABANDONMENT
Page 14 of 16
CITY OF FORT WORTH Water & Sanitary Sewer Replacement Contract 2021, WSM-T
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104880
Revised December 20, 2012
1 c.Fill any remaining voids with CLSM in accordance with Section 03 34 13.
2 C.Sanitary Sewer Lines and Appurtenances
3 1.Sanitary Sewer Line Abandonment Plug
4 a.Excavate and backfill in accordance with Section 33 05 10.
5 b.Remove and dispose of any sewage.
6 c.Plug with CLSM in accordance with Section 03 34 13.
7 2.Sanitary Sewer Line Abandonment by Grouting
8 a.Excavate and backfill in accordance with Section 33 05 10.
9 b.Dewater and dispose of any sewage from the existing line to be grouted.
10 c.Fill line with Low Density Cellular Grout in accordance with Section 33 05 24
11 or CLSM in accordance with 03 34 13.
12 d.Dispose of any excess material.
13 e.Perform Coupon Inspections of grouted pipe to ensure entire line is filled with
14 grout.
15 f.Coupon samples shall be taken at the center of the abandoned section and at 50
16 foot increments both upstream and downstream from center until approved by
17 the Inspector and the Project Manager.
18 g.During the Final Inspection, all coupons will be provided to Field Operations
19 representatives for a visual inspection approval.
20 3.Sanitary Sewer Line Removal
21 a.Excavate and backfill in accordance with Section 33 05 10.
22 b.Cut existing line from the utility system prior to removal.
23 c.Cut any services prior to removal.
24 d.Remove existing pipe line and properly dispose as approved by City.
25 4.Sanitary Sewer Manholes Removal
26 a.All sanitary sewer manholes that are to be taken out of service are to be removed
27 unless specifically requested and/or approved by City.
28 b.Excavate and backfill in accordance with Section 33 05 10.
29 c.Remove and salvage manhole frame and cover.
30 d.Deliver salvaged material to the Water Department Field Operation Storage.
31 e.Demolish and remove entire concrete manhole.
32 f.Cut and plug sewer lines to be abandoned.
33 5.Sanitary Sewer Junction Structure Removal
34 a.Excavate and backfill in accordance with Section 33 05 10.
35 b.Remove and salvage manhole frame and cover.
36 c.Deliver salvaged material to the Water Department Field Operation Storage.
37 d.Demolish and remove entire concrete manhole.
38 e.Cut and plug sewer lines to be abandoned.
39 D.Storm Sewer Lines and Appurtenances
40 1.Storm Sewer Abandonment Plug
41 a.Excavate and backfill in accordance with Section 33 05 10.
42 b.Dewater line.
43 c.Plug with CLSM in accordance with Section 03 34 13.
44 2.Storm Sewer Line Abandonment by Grouting
45 a.Excavate and backfill in accordance with Section 33 05 10.
46 b.Dewater the existing line to be grouted.
02 41 14 - 15
UTILITY REMOVAL/ABANDONMENT
Page 15 of 16
CITY OF FORT WORTH Water & Sanitary Sewer Replacement Contract 2021, WSM-T
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104880
Revised December 20, 2012
1 c.Fill line with Low Density Cellular Grout in accordance with Section 33 05 24
2 or CLSM in accordance with 03 34 13.
3 d.Dispose of any excess material.
4 3.Storm Sewer Line Removal
5 a.Excavate and backfill in accordance with Section 33 05 10.
6 b.Remove existing pipe line and properly dispose as approved by City.
7 4.Storm Sewer Manhole Removal
8 a.All storm sewer manholes that are to be taken out of service are to be removed
9 unless specifically requested and/or approved by City.
10 b.Excavate and backfill in accordance with Section 33 05 10.
11 c.Demolish and remove entire concrete manhole.
12 d.Cut and plug storm sewer lines to be abandoned.
13 5.Storm Sewer Junction Box and/or Junction Structure Removal
14 a.Excavate and backfill in accordance with Section 33 05 10.
15 b.Demolish and remove entire concrete structure.
16 c.Cut and plug storm sewer lines to be abandoned.
17 6.Storm Sewer Inlet Removal
18 a.Excavate and backfill in accordance with Section 33 05 10.
19 b.Demolish and remove entire concrete inlet.
20 c.Cut and plug storm sewer lines to be abandoned.
21 7.Storm Sewer Box Removal
22 a.Excavate and backfill in accordance with Section 33 05 10.
23 b.Cut existing line from the utility system prior to removal.
24 c.Cut any services prior to removal.
25 d.Remove existing pipe line and properly dispose as approved by City.
26 8.Headwall/SET Removal
27 a.Excavate and backfill in accordance with Section 33 05 10.
28 b.Demolish and remove entire concrete inlet.
29 c.Cut and plug storm sewer lines to be abandoned.
30 9.Storm Sewer Trench Drain Removal
31 a.Excavate and backfill in accordance with Section 33 05 10.
32 b.Remove existing pipe line and dispose as approved by City.
33 3.5 REPAIR / RESTORATION [NOT USED]
34 3.6 RE-INSTALLATION [NOT USED]
35 3.7 FIELD [OR] SITE QUALITY CONTROL
36 3.8 SYSTEM STARTUP [NOT USED]
37 3.9 ADJUSTING [NOT USED]
38 3.10 CLEANING [NOT USED]
39 3.11 CLOSEOUT ACTIVITIES [NOT USED]
40 3.12 PROTECTION [NOT USED]
41 3.13 MAINTENANCE [NOT USED]
42 3.14 ATTACHMENTS [NOT USED]
02 41 14 - 16
UTILITY REMOVAL/ABANDONMENT
Page 16 of 16
CITY OF FORT WORTH Water & Sanitary Sewer Replacement Contract 2021, WSM-T
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104880
Revised December 20, 2012
1 END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
12/20/12 D. Johnson
1.2.C.3.c. – Include Frame and Cover in Payment description
Throughout – added abandonment of storm and sewer manholes when requested
and/or approved by City
08/15/19 H. Lundville Utility Grouting Changes
2
02 41 15 - 1
PAVING REMOVAL
Page 1 of 6
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised February 2, 2016
SECTION 02 41 15
PAVING REMOVAL
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. Removing concrete paving, asphalt paving and brick paving
2. Removing concrete curb and gutter
3. Removing concrete valley gutter
4. Milling roadway paving
5. Pulverization of existing pavement
6. Disposal of removed materials
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 11 33 - Cement Treated Base Courses
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Measurement
a. Remove Concrete Paving: measure by the square yard from back-to-back of
curbs.
b. Remove Asphalt Paving: measure by the square yard between the lips of
gutters.
c. Remove Brick Paving: measure by the square yard.
d. Remove Concrete Curb and Gutter: measure by the linear foot.
e. Remove Concrete Valley Gutter: measure by the square yard
f. Wedge Milling: measure by the square yard for varying thickness.
g. Surface Milling: measure by the square yard for varying thickness.
h. Butt Milling: measured by the linear foot.
i. Pavement Pulverization: measure by the square yard.
j. Remove Speed Cushion: measure by each.
2. Payment
a. Remove Concrete Paving: full compensation for saw cutting, removal, hauling,
disposal, tools, equipment, labor and incidentals needed to execute work. For
utility projects, this Item shall be considered subsidiary to the trench and no
other compensation will be allowed.
b. Remove Asphalt Paving: full compensation for saw cutting, removal, hauling,
disposal, tools, equipment, labor and incidentals needed to execute work. For
utility projects, this Item shall be considered subsidiary to the trench and no
other compensation will be allowed.
02 41 15 - 2
PAVING REMOVAL
Page 2 of 6
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised February 2, 2016
c. Remove Brick Paving: full compensation for saw cutting, removal, salvaging,
cleaning, hauling, disposal, tools, equipment, labor and incidentals needed to
execute work. For utility projects, this Item shall be considered subsidiary to
the trench and no other compensation will be allowed.
d. Remove Concrete Curb and Gutter: full compensation for saw cutting, removal,
hauling, disposal, tools, equipment, labor and incidentals needed to execute
work. For utility projects, this Item shall be considered subsidiary to the trench
and no other compensation will be allowed.
e. Remove Concrete Valley Gutter: full compensation for saw cutting, removal,
hauling, disposal, tools, equipment, labor and incidentals needed to execute
work.
f. Wedge Milling: full compensation for all milling, hauling milled material to
salvage stockpile or disposal, tools, labor, equipment and incidentals necessary
to execute the work.
g. Surface Milling: full compensation for all milling, hauling milled material to
salvage stockpile or disposal, tools, labor, equipment and incidentals necessary
to execute the work.
h. Butt Milling: full compensation for all milling, hauling milled material to
salvage stockpile or disposal, tools, labor, equipment and incidentals necessary
to execute the work.
i. Pavement Pulverization: full compensation for all labor, material, equipment,
tools and incidentals necessary to pulverize, remove and store the pulverized
material, undercut the base, mixing, compaction, haul off, sweep, and dispose
of the undercut material.
j. Remove speed cushion: full compensation for removal, hauling, disposal,
tools, equipment, labor, and incidentals needed to execute the work. For utility
projects, this Item shall be considered subsidiary to the trench and no other
compensation will be allowed.
k. No payment for saw cutting of pavement or curbs and gutters will be made
under this section. Include cost of such work in unit prices for items listed in
bid form requiring saw cutting.
l. No payment will be made for work outside maximum payment limits indicated
on plans, or for pavements or structures removed for CONTRACTOR's
convenience.
1.3 REFERENCES
A. ASTM International (ASTM):
a. D698, Standard Test Methods for Laboratory Compaction Characteristics of
Soil Using Standard Effort (12 400 ft-lbf/ft3 (600 kN-m/m3))
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]
02 41 15 - 3
PAVING REMOVAL
Page 3 of 6
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised February 2, 2016
1.11 FIELD CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS
2.1 OWNER-FURNISHED PRODUCTS [NOT USED]
2.2 EQUIPMENT [NOT USED]
2.3 ACCESSORIES [NOT USED]
2.4 SOURCE QUALITY CONTROL [NOT USED]
PART 3 - EXECUTION
3.1 EXAMINATION [NOT USED]
3.2 INSTALLERS [NOT USED]
3.3 PREPARATION
A. General:
1. Mark paving removal limits for City approval prior to beginning removal.
2. Identify known utilities below grade - Stake and flag locations.
3.4 PAVEMENT REMOVAL
A. General.
1. Exercise caution to minimize damage to underground utilities.
2. Minimize amount of earth removed.
3. Remove paving to neatly sawed joints.
4. Use care to prevent fracturing adjacent, existing pavement.
B. Sawing
1. Sawing Equipment.
a. Power-driven.
b. Manufactured for the purpose of sawing pavement.
c. In good operating condition.
d. Shall not spall or fracture the pavement structure adjacent to the removal area.
2. Sawcut perpendicular to the surface to full pavement depth, parallel and
perpendicular to existing joint.
3. Sawcut parallel to the original sawcut in square or rectangular fashion.
4. If a sawcut falls within 5 feet of an en existing dummy joint, construction joint, saw
joint, cold joint, expansion joint, edge of paving or gutter lip, remove paving to that
joint, edge or lip.
5. If a pavement edge of a cut is damaged subsequent to saw cutting, saw to a new,
neat, straight line for the purpose of removing the damaged area.
C. Remove Concrete Paving and Concrete Valley Gutter
1. Sawcut: See 3.4.B.
2. Remove concrete to the nearest expansion joint or vertical saw cut.
02 41 15 - 4
PAVING REMOVAL
Page 4 of 6
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised February 2, 2016
D. Remove Concrete Curb and Gutter
1. Sawcut: See 3.4.B.
2. Minimum limits of removal: 30 inches in length.
E. Remove Asphalt Paving
1. Sawcut: See 3.4.B.
2. Remove pavement without disturbing the base material.
3. When shown on the plans or as directed, stockpile materials designated as
salvageable at designated sites.
4. Prepare stockpile area by removing vegetation and trash and by providing for
proper drainage.
F. Milling
1. General
a. Mill surfaces to the depth shown in the plans or as directed.
b. Do not damage or disfigure adjacent work or existing surface improvements.
c. If milling exposes smooth underlying pavement surfaces, mill the smooth
surface to make rough.
d. Provide safe temporary transition where vehicles or pedestrians must pass over
the milled edges.
e. Remove excess material and clean milled surfaces.
f. Stockpiling of planed material will not be permitted within the right of way
unless approved by the City.
g. If the existing base is brick and cannot be milled, remove a 5 foot width of the
existing brick base. See 3.3.G. for brick paving removal.
2. Milling Equipment
a. Power operated milling machine capable of removing, in one pass or two
passes, the necessary pavement thickness in a five-foot minimum width.
b. Self-propelled with sufficient power, traction and stability to maintain accurate
depth of cut and slope.
c. Equipped with an integral loading and reclaiming means to immediately
remove material cut from the surface of the roadway and discharge the cuttings
into a truck, all in one operation.
d. Equipped with means to control dust created by the cutting action.
e. Equipped with a manual system providing for uniformly varying the depth of
cut while the machine is in motion making it possible to cut flush to all inlets,
manholes, or other obstructions within the paved area.
f. Variable Speed in order to leave the specified grid pattern.
g. Equipped to minimize air pollution.
3. Wedge Milling and Surface Milling
a. Wedge Mill existing asphalt, concrete or brick pavement from the lip of gutter
at a depth of 2 inches and transitioning to match the existing pavement (0-inch
cut) at a minimum width of 5 feet.
b. Surface Mill existing asphalt pavement to the depth specified,
c. Provide a milled surface that provides a uniform surface free from gouges,
ridges, oil film, and other imperfections of workmanship with a uniform
textured appearance.
02 41 15 - 5
PAVING REMOVAL
Page 5 of 6
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised February 2, 2016
d. In all situations where the existing H.M.A.C. surface contacts the curb face, the
wedge milling includes the removal of the existing asphalt covering the gutter
up to and along the face of curb.
e. Perform wedge or surface milling operation in a continuous manner along both
sides of the street or as directed.
4. Butt Joint Milling
a. Mill butt joints into the existing surface, in association with the wedge milling
operation.
b. Butt joint will provide a full width transition section and a constant depth at the
point where the new overlay is terminated.
c. Typical locations for butt joints are at all beginning and ending points of streets
where paving material is removed. Prior to the milling of the butt joints,
consult with the City for proper location and limits of these joints.
d. Butt Milled joints are required on both sides of all railroad tracks and concrete
valley gutters, bridge decks and culverts and all other items which transverse
the street and end the continuity of the asphalt surface.
e. Make each butt joint 20 feet long and milled out across the full width of the
street section to a tapered depth of 2 inch.
f. Taper the milled area within the 20-feet to a depth from 0-inch to 2-inch at a
line adjacent to the beginning and ending points or intermediate transverse
items.
g. Provide a temporary wedge of asphalt at all butt joints to provide a smooth ride
over the bump.
G. Remove Brick Paving
1. Remove masonry paving units to the limits specified in the plans or as directed by
the City.
2. Salvage existing bricks for re-use, clean, palletize, and deliver to the City Stock pile
yard at 3300 Yuma Street or as directed.
H. Pavement Pulverization
1. Pulverization
a. Pulverize the existing pavement to depth of 8 inches. See Section 32 11 33.
b. Temporarily remove and store the 8-inch deep pulverized material, then cut the
base 2 inches.
c. Start 2-inch base cut at a depth of 8 inches from the existing pulverized surface.
2. Cement Application
a. Use 3.5% Portland cement.
b. See Section 32 11 33.
3. Mixing: see Section 32 11 33.
4. Compaction: see Section 32 11 33.
5. Finishing: see Section 32 11 33.
6. Curing: see Section 32 11 33.
7. If the existing pavement has a combination of 10 inches of H.M.A.C. and crushed
stone/gravel:
a. Undercut not required
b. Pulverize 10 inches deep.
c. Remove 2-inch the total pulverized amount.
02 41 15 - 6
PAVING REMOVAL
Page 6 of 6
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised February 2, 2016
I. Remove speed cushion
1. Scrape or sawcut speed cushion from existing pavement without damaging existing
pavement.
3.5 REPAIR [NOT USED]
3.6 RE-INSTALLATION [NOT USED]
3.7 FIELD 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
12/20/2012 D. Johnson 1.2.A – modified payment requirements on utility projects
2/2/2016 F. Griffin 1.2.A.2.b. – Removed duplicate last sentence.
31 10 00 - 1
SITE CLEARING
Page 1 of 6
CITY OF FORT WORTH Water & Sanitary Sewer Replacement Contract 2021, WSM-T
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104880
Revised March 22, 2021
1 SECTION 31 10 00
2 SITE CLEARING
3 PART 1 - GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
6 1. Preparation of right-of-way and other designated areas for construction operations
7 by removing and disposing of all obstructions including clearing and grubbing and
8 trees, when removal of such obstructions is not specifically shown on the Drawings
9 to be paid by other Sections.
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 02 41 13 – Selective Site Demolition
16 4. Section 02 41 14 – Utility Removal/Abandonment
17 1.2 PRICE AND PAYMENT PROCEDURES
18 A. Measurement and Payment
19 1. Site Clearing
20 a. Measurement
21 1) Measurement for this Item shall be by lump sum, square yard, or per acre.
22 b. Payment
23 1) The work performed and the materials furnished in accordance with this
24 Item shall be paid for at the lump sum, square yard, or per acre price bid for
25 “Site Clearing”.
26 c. The price bid shall include:
27 1) Pruning of designated trees and shrubs
28 2) Removal and disposal of structures and obstructions (unless separate bid
29 item is provided under 02 41 13 “Selective Site Demolition or 02 41 14
30 “Utility Removal/Abandonment”).
31 3) Removal and disposal of trees under 6-inch in diameter when bidding by
32 lump sum or square yard
33 4) Removal of ALL trees when bidding by acre.
34 5) Backfilling of holes
35 6) Clean-up
36 2. Tree Removal (for trees 6-inch or larger in diameter when Site Clearing is bid by
37 lump sum or square yard)
38 a. Measurement
39 1) Measurement for this Item shall be per each.
40 2) Measurement of diameter for tree removal shall be at standard “Diameter at
41 Breast Height” or DBH, where Breast Height shall be 54” above grade.
31 10 00 - 2
SITE CLEARING
Page 2 of 6
CITY OF FORT WORTH Water & Sanitary Sewer Replacement Contract 2021, WSM-T
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104880
Revised March 22, 2021
1 3)
2 b. Payment
3 1) The work performed and the materials furnished in accordance with this
4 Item shall be paid for at the unit price bid per each “Tree Removal” for:
5 a) Various diameter ranges
6 c. The price bid shall include:
7 1) Removal and disposal of tree, including removal of root to a depth at least 2
8 foot below grade
9 2) Grading and backfilling of holes
10 3) Excavation
11 4) Clean-up
12 3. Tree Removal and Transplantation
13 a. Measurement
14 1) Measurement for this Item shall be per each.
15 b. Payment
16 1) The work performed and the materials furnished in accordance with this
17 Item shall be paid for at the unit price bid per each “Tree Transplant” for:
18 a) Various diameter ranges
19 c. The price bid shall include:
20 1) Pruning of designated trees and shrubs
21 2) Moving tree with truck mounted tree spade
22 3) Grading and backfilling of holes
23 4) Replanting tree at temporary location (determined by Contractor)
24 5) Maintaining tree until Work is completed
25 6) Replanting tree into original or designated location
26 7) Excavation
27 8) Fertilization
28 9) Mulching
29 10) Watering
30 11) Clean-up
31 12) Warranty period
32 4. Tree Protection
33 a. Measurement
34 1) Measurement for this Item shall be per each as designated on Construction
35 Drawings for protection
36 b. Payment
37 1) The work performed and the materials furnished in accordance with this
38 Item shall be paid for at the unit price bid per each “Tree Protection” for:
39 a) Various caliper ranges
40 c. The price bid shall include:
41 1) Protection of tree utilizing measures designated on Construction Drawings
42 2) Installation of work of barriers as designated on Construction Drawings
43 3) Maintenance of protection measures throughout construction completed
44 4) Replanting tree into original or designated location
45 5) Excavation
46 6) Fertilization
47 7) Mulching
48 8) Clean-up including removal on constriction completion of protection
49 measures
31 10 00 - 3
SITE CLEARING
Page 3 of 6
CITY OF FORT WORTH Water & Sanitary Sewer Replacement Contract 2021, WSM-T
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104880
Revised March 22, 2021
1 5.
2 1.3 REFERENCES [NOT USED]
3 1.4 ADMINSTRATIVE REQUIREMENTS
4 A. Permits
5 1. Contractor shall obtain Tree Removal Permits and Urban Forestry Permits as
6 required by the City’s Tree Ordinance. PARD-Forestry details can be found here:
7 Forestry – Welcome to the City of Fort Worth (fortworthtexas.gov). Urban Forestry
8 Compliance's ordinance and requirements are within Zoning and can be found here:
9 Zoning – Welcome to the City of Fort Worth (fortworthtexas.gov).
10 B. Preinstallation Meetings
11 1. Hold a preliminary site clearing meeting and include the Contractor, City Forester
12 (if City owned tree) or representative of Urban Forestry if privately owned trees),
13 City Inspector, and the Project Manager for the purpose of reviewing the
14 Contractor’s tree removal plan. Clearly mark all trees to remain on the project site
15 prior to the meeting.
16 2. The Contractor will provide the City with a Disposal Letter in accordance to
17 Division 01.
18 1.5 SUBMITTALS [NOT USED]
19 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
20 1.7 CLOSEOUT SUBMITTALS [NOT USED]
21 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
22 1.9 QUALITY ASSURANCE [NOT USED]
23 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
24 1.11 FIELD CONDITIONS [NOT USED]
25 1.12 WARRANTY [NOT USED]
26 PART 2 - PRODUCTS [NOT USED]
27 PART 3 - EXECUTION
28 3.1 INSTALLERS [NOT USED]
29 3.2 EXAMINATION [NOT USED]
30 3.3 PREPARATION
31 A. All trees identified to be protected and/or preserved should be clearly flagged with
32 survey tape as per Construction Drawings.
31 10 00 - 4
SITE CLEARING
Page 4 of 6
CITY OF FORT WORTH Water & Sanitary Sewer Replacement Contract 2021, WSM-T
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104880
Revised March 22, 2021
1 B. Following taping and prior to any removals or site clearing, the Contractor shall meet
2 with the City, the Engineer and the Landowner, if necessary, to confirm trees to be
3 saved.
4 3.4 INSTALLATION
5 A. Protection of Trees
6 1. Protect designated trees and prune trees and shrubs as shown on the Drawings.
7 Refer to the Drawings for tree protection details.
8 2. If the Drawings do not provide tree protection details, protected trees shall be
9 fenced by placing 6-foot tall metal T-posts in a square around the tree trunk with
10 the corners located on the canopy drip line, unless instructed otherwise.
11 3. When site conditions do not allow for the T-posts to be installed at the drip line, the
12 T-posts may be installed no less than 8 feet from the tree trunk. 4-foot high 12 ½
13 gauge stock fencing or orange plastic snow fence shall be attached to the T-posts to
14 form the enclosure.
15 4.For city-owned trees, PARD-Forestry permission required to install protective
16 fencing inside of canopy dripline (Critical Root Zone).
17 5. Additional trunk protection (cladding) is required when protective fencing is
18 approved within the Critical Root Zone.
19 6. Do not park equipment, service equipment, store materials, or disturb the root area
20 under the branches of trees designated for preservation.
21 7. When shown on the Drawings, treat cuts on trees with an approved tree wound
22 dressing within 30 minutes of making a pruning cut or otherwise causing damage to
23 the tree.
24 8. Trees and brush shall be mulched on-site.
25 a. Burning as a method of disposal is not allowed.
26 B. Hazardous Materials
27 1. The Contractor will notify the Engineer immediately if any hazardous or
28 questionable materials not shown on the Drawings are encountered. This includes;
29 but not limited to:
30 a. Floor tiles
31 b. Roof tiles
32 c. Shingles
33 d. Siding
34 e. Utility piping
35 2. The testing, removal, and disposal of hazardous materials will be in accordance
36 with Division 1.
37 C. Site Clearing
38 1. Clear areas shown on the Drawings of all obstructions, except those landscape
39 features that are to be preserved. Such obstructions include, but are not limited to:
40 a. Remains of buildings and other structures
41 b. Foundations
42 c. Floor slabs
43 d. Concrete
44 e. Brick
45 f. Lumber
31 10 00 - 5
SITE CLEARING
Page 5 of 6
CITY OF FORT WORTH Water & Sanitary Sewer Replacement Contract 2021, WSM-T
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104880
Revised March 22, 2021
1 g. Plaster
2 h. Septic tank drain fields
3 i. Abandoned utility pipes or conduits
4 j. Equipment
5 k. Trees
6 l. Fences
7 m. Retaining walls
8 n. Other items as specified on the Drawings
9 2. Remove vegetation and other landscape features not designated for preservation,
10 whether above or below ground, including, but not limited to:
11 a. Curb and gutter
12 b. Driveways
13 c. Paved parking areas
14 d. Miscellaneous stone
15 e. Sidewalks
16 f. Drainage structures
17 g. Manholes
18 h. Inlets
19 i. Abandoned railroad tracks
20 j. Scrap iron
21 k. Other debris
22 3. Remove culverts, storm sewers, manholes, and inlets in proper sequence to
23 maintain traffic and drainage in accordance with Section 02 41 14.
24 4. In areas receiving embankment, remove obstructions not designated for
25 preservation to 2 feet below natural ground.
26 5. In areas to be excavated, remove obstructions to 2 feet below the excavation level.
27 6. In all other areas, remove obstructions to 1 foot below natural ground.
28 7. When allowed by the Drawings or directed by the Engineer, cut trees and stumps
29 off to ground level.
30 a. Removal of existing structures shall be as per Section 02 41 13.
31 D. Disposal
32 1. Dispose of all trees within 24 hours of removal at an approved off-site facility.
33 2. All materials and debris removed becomes the property of the Contractor, unless
34 otherwise stated on the Drawings.
35 3. The Contractor will dispose of material and debris off-site in accordance with local,
36 state, and federal laws and regulations.
37 3.5 REPAIR [NOT USED]
38 3.6 RE-INSTALLATION [NOT USED]
39 3.7 FIELD QUALITY CONTROL [NOT USED]
40 3.8 SYSTEM STARTUP [NOT USED]
41 3.9 ADJUSTING [NOT USED]
42 3.10 CLEANING [NOT USED]
43 3.11 CLOSEOUT ACTIVITIES [NOT USED]
31 10 00 - 6
SITE CLEARING
Page 6 of 6
CITY OF FORT WORTH Water & Sanitary Sewer Replacement Contract 2021, WSM-T
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104880
Revised March 22, 2021
1 3.12 PROTECTION [NOT USED]
2 3.13 MAINTENANCE [NOT USED]
3 3.14 ATTACHMENTS [NOT USED]
4 END OF SECTION
5
Revision Log
DATE NAME SUMMARY OF CHANGE
12/20/2012 D. Johnson 1.4.A Permits: Removed ordinance number and added City’s website address
3/22/2021 M Owen 1.2 Clarified measurement and payment. 1.4. Clarified administrative requirements.
3.4 Clarified additional installation requirements for tree protection and disposal.
6
CITY OF FORT WORT H
ST ANDARD CONSTRUCT ION SPECIFICATION DOCUMENTS
Revised May 13, 2021
Water & Sanitary Sewer Replacement Contract 2021, WSM-T
CPN 104880
32 92 13 - 1
SODDING
Page 1 of 7
1 SECTION 32 92 13
2 SODDING
3
4 PART 1 - GENERAL
5 1.1 SUMMARY
6 A. Section Includes:
7 1. Furnishing and installing grass sod as shown on Drawings, or as directed.
8 B. Deviations from this City of Fort Worth Standard Specification
9 1. None.
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 3. Section 31 10 00 – Site Clearing
14 4. Section 32 91 19 – Topsoil Placement and Finishing of Parkways
15 5. Section 32 84 23 - Irrigation
16 1.2 PRICE AND PAYMENT PROCEDURES
17 A. Measurement and Payment
18 1. Sod Placement
19 a. Measurement
20 1) Measurement for this Item shall be by the square yard of Sod complete in
21 place for uniform vegetative coverage.
22 b. Payment
23 1) The work performed and materials furnished in accordance with this Item
24 and measured as provided under “Measurement” will be paid for at the unit
25 price bid per square yard of Sod placed.
26 c. The price bid shall include:
27 1) Surface preparation, scarifying subgrade, cleaning, and fine grading as
28 described in section 3.3 Preparation
29 2) Furnishing and placing all sod (until established complete in place with no
30 gaps or overlaps)
31 3) Rolling and tamping
32 4) Watering (until established)
33 5) Fertilizer, if required by City to be determined by soil test
34 6) Disposal of surplus materials off site or as directed by City
35 7) Weed removal (until established)
36 8) Mowing of two cycles, beginning at thirty (30) days from installation or
37 when blade height is 4” or greater, whichever comes first
38 9) Mowing cycles shall be spaced a minimum of ten (10) days apart (until
39 established)
40 d. Exceptions to c. include the following for areas to be turned over to adjacent
41 properties for maintenance:
CITY OF FORT WORT H
ST ANDARD CONSTRUCT ION SPECIFICATION DOCUMENTS
Revised May 13, 2021
Water & Sanitary Sewer Replacement Contract 2021, WSM-T
CPN 104880
32 92 13 - 2
SODDING
Page 2 of 7
1 1) Sod shall be watered until turned over to adjacent property owner for
2 maintenance
3 2) Fertilization will not be required
4 3) Mowing not required for projects in areas where maintenance will be
5 immediately turned over to adjacent property owners
6 2. Mowing
7 a. Measurement
8 1) Measurement for this Item shall be per each for the project, beyond the two
9 (2) mow cycles included in sodding price, as approved and directed by the
10 City
11 b. Payment
12 1) The work performed and materials furnished in accordance with this Item
13 and measured as provided under “Measurement” will be paid for at the unit
14 price bid per each.
15 1.3 REFERENCES [NOT USED]
16 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
17 1.5 ACTION SUBMITTALS [NOT USED]
18 1.6 INFORMATIONAL SUBMITTALS
19 A. Certifications, Samples and Documentation
20 1. Certificates and/or labels and samples of sod, fertilizer, compost, soil amendments
21 and/or other materials, including a certificate from the vendor indicating sod is free
22 from weeds.
23 2. Delivery receipts and copies of invoices for materials used for this work shall be
24 subject to verification by the City
25 B. Exceptions
26 1. Certifications, samples and associated documentation will not be required for sod to
27 be turned over to adjacent property owner for maintenance
28 1.7 CLOSEOUT SUBMITTALS [NOT USED]
29 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
30 1.9 QUALITY ASSURANCE
31 A. Developer/contractor who plants material is responsible for the supervision of crew, the
32 site, and the maintenance of the material until the project is accepted by the City
33 1.10 DELIVERY, STORAGE, AND HANDLING
34 A. Sod
35 1. Protect from exposure to wind, sun and freezing.
36 2. Keep stacked sod moist, consistently throughout stack.
37 3. Sod upon delivery may be inspected by City
38 4. Harvesting and planting operations shall be coordinated with not more than seventy-
39 two (72) hours elapsing between harvesting and placement, rolling, tamping, and
40 watering of sod.
41 B. Fertilizer, as determined by soil testing report provided to Contractor, if specifically
42 required by City for the project.
CITY OF FORT WORT H
ST ANDARD CONSTRUCT ION SPECIFICATION DOCUMENTS
Revised May 13, 2021
Water & Sanitary Sewer Replacement Contract 2021, WSM-T
CPN 104880
1 1. Provide unopened bags labeled with the manufacturer’s guaranteed fertilizer
2 analysis.
3 2. Conform to Texas fertilizer law, Texas Agriculture Code Chapter 63.
4 3. Provide to City application rate for which fertilizer will be applied.
5 1.11 FIELD [SITE] CONDITIONS
32 92 13 - 3
SODDING
Page 3 of 7
6 A. Grading of site and installation of topsoil must be approved by City prior to application
7 of sod.
8 1.12 WARRANTY
9 A. Warranty Period: Until project acceptance or through required maintenance period,
10 whichever is longer duration of time.
11 B. Warrant sod against defects in product, installation and workmanship.
12 1. Exceptions include
13 a. When maintenance is transferred to the adjacent property owner during the
14 project or after project acceptance
15 b. Vandalism caused by persons other than contractor or subcontractors of this
16 project
17 c. Improper watering by persons other than contractor or subcontractors of this
18 project
19 d. Damage caused by vehicles or equipment other than contractor or
20 subcontractors of this project.
21 e. Sod that goes dormant after job acceptance
22 PART 2 - PRODUCTS
23 2.1 OWNER-FURNISHED PRODUCTS [NOT USED]
24 2.2 MATERIALS AND EQUIPMENT
25 A. Materials
26 1. Sod
27 a. Sod Varieties (match existing if applicable)
28 1) "Cynodon dactylon TIF419" or “TIFWAY” or “TIFTUF” (Bermudagrass
29 hybrid)
30 2) or an approved St. Augustine grass
31 3) or an approved Zoysia grass
32 b. Sod must contain stolons, leaf blades, rhizomes and roots as appropriate to
33 species.
34 c. Sod shall be alive, healthy and free of insects, disease, stones, undesirable
35 foreign materials and weeds and grasses deleterious to its growth or which might
36 affect its subsistence or hardiness when transplanted.
37 1) Johnsongrass not allowed
38 2) Nutgrass not allowed
39 3) Millet not allowed
40 d. Sod shall have been produced on growing beds of clay or clay loam topsoil.
41 e. Sod must not be harvested or planted when its moisture condition is so
42 excessively wet or dry that its survival will be affected.
43 2. Minimum sod thickness: 1/2-inch minimum
CITY OF FORT WORT H
ST ANDARD CONSTRUCT ION SPECIFICATION DOCUMENTS
Revised May 13, 2021
Water & Sanitary Sewer Replacement Contract 2021, WSM-T
CPN 104880
32 92 13 - 4
SODDING
Page 4 of 7
1 a. Maximum grass height: 2-inches
2 b. Dimensions
3 1) Machine cut to uniform soil thickness.
4 2) Sod is to be cut in strips 16-inches wide and 24-inches long or approved
5 equal.
6 3) Sod shall be of equal width and of a size that permits the sod to be lifted,
7 handled and rolled without breaking.
8 c. Broken or torn sod or sod with uneven ends shall be rejected.
9 d. Temporary Erosion Control or Over Seed of dormant sod– consist of the sowing
10 of cool season plant seed. Seed must be included between November 1 through
11 March 1 or as directed by the City.
12
13
Common Name Botanical Name Lbs./Acre
broadcast
method
Lbs./Acre
drilled seed
method
Elbon Rye Secale cereale 100-120 80-100
14 3. Fertilizer to be installed only as directed by City or as indicated in construction
15 documents
16 a. Determined by soil testing report
17 b. Acceptable condition for distribution per manufacturer’s instructions
18 c. Applied uniformly over sod area. Do not fertilize inside the dripline of trees, or
19 Tree Protection Area.
20 4. Topsoil: See Section 32 91 19.
21 5. Water: clean and free of industrial wastes or other substances harmful to the
22 germination of seed or to the growth of the vegetation.
23 2.3 ACCESSORIES
24 A. SOD PINS
25 1. Metal
26 2. Wood pegs
27 2.4 SOURCE QUALITY CONTROL [NOT USED]
28 PART 3 - EXECUTION
29 3.1 INSTALLERS [NOT USED]
30 3.2 EXAMINATION
31 A. City may examine site grading to ensure it conforms to approved drawings, prior to
32 installing sod.
33 1. City will notify Contractor if grading is to be inspected prior to sod installation.
34 2. If required for specific project, Contractor must coordinate inspection seventy-two
35 (72) hours prior to cutting of sod and delivery
36 B. Sod may be inspected by City upon delivery.
37 3.3 PREPARATION
38 A. Surface Preparation: clear surface of all material including the following and dispose of
39 off-site or as directed by City:
CITY OF FORT WORT H
ST ANDARD CONSTRUCT ION SPECIFICATION DOCUMENTS
Revised May 13, 2021
Water & Sanitary Sewer Replacement Contract 2021, WSM-T
CPN 104880
1 1. Stumps, stones, and other objects larger than 1-inch.
2 2. Roots, brush, wire, stakes, etc.
3 3. Any objects that may interfere with sodding or maintenance.
4 B. Scarify Subgrade
32 92 13 - 5
SODDING
Page 5 of 7
5 1. Scarify subgrade to a depth of 2-inches before depositing the required topsoil.
6 2. Compacted or heavily vegetated areas may be tilled 3-inches deep with City approval
7 a. For tilled areas, use a heavy-duty disc or a chisel-type breaking plow, chisels
8 set not more than 10-inches apart.
9 b. Initial tillage shall be done in a crossing pattern for double coverage, then
10 followed by a disc harrow. Depth of tillage may be up to 3-inches.
11 c. Areas sloped greater than 3:1: run a tractor parallel to slope to provide less
12 seed/water run-off
13 3. Areas near trees: Do not till within dripline of tree. Do not disturb the Tree Protection
14 Area, or canopy dripline.
15 C. Cleaning
16 1. Soil shall be further prepared by the removal of debris, building materials, rubbish,
17 and rock 1-inch and greater, and weeds.
18 2. Remove and dispose of debris off-site.
19 D. Fine Grading:
20 1. After scarifying or tilling and cleaning, all areas to be sodded shall have 3-inches of
21 topsoil placed, be leveled, fine graded by use of weighted spike and harrow, or float
22 drag, or hand grading to eliminate ruts, depressions, humps, and objectionable soil
23 clods. This shall be the final soil preparation step to be completed prior to
24 inspection before sodding.
25 2. Areas near trees: Do not disturb the Tree Protection Area, or canopy dripline
26 3.4 INSTALLATION
27 A. General
28 1. Do not lay sod when ground is frozen.
29 2. Over-seeding with Elbon Rye shall be included from November 1 until March 1.
30 Refer to Section 32 92 14 “Seeding” for seed rates.
31 B. Installation
32 1. Plant sod specified after the area has been inspected and accepted by City for
33 planting
34 2. Scarify 2-inches of subgrade and place a minimum of 3-inches of topsoil per Section
35 32 91 19 on areas to receive sod.
36 3. Sod to be laid parallel to the contours in areas as specified. Sod to be laid
37 perpendicular to slopes greater than or equal to 4:1.
38 4. Use care to retain native soil on the roots of the sod during the process of excavating,
39 hauling and planting.
40 5. Keep sod material moist from the time it is dug until planted. Dry sod shall be
41 rejected.
42 6. Fill in slumped areas due to watering to keep sod moist.
CITY OF FORT WORT H
ST ANDARD CONSTRUCT ION SPECIFICATION DOCUMENTS
Revised May 13, 2021
Water & Sanitary Sewer Replacement Contract 2021, WSM-T
CPN 104880
32 92 13 - 6
SODDING
Page 6 of 7
1 7. Place sod so that the entire area designated for sodding is covered with no gaps or
2 overlapping material
3 8. Fill voids left in the solid sodding with additional sod and tamp.
4 9. Stagger joints and seams.
5 10. Roll and tamp sod so that sod is in complete contact with topsoil at a uniform slope.
6 a. Use pedestrian mechanical process (no motorized vehicles / equipment).
7 b. Low spots, or settlement greater than 1-inch, that may cause tripping hazard
8 shall be leveled
9 c. Finished grade of sod shall be maximum 1-inch below adjacent edges including
10 curbs, drives, and walkways.
11 11. Peg sod with wooden pegs (or wire staple) driven through the sod block to the firm
12 earth in areas that may slide due to the height or slope of the surface or nature of the
13 soil.
14 C. Watering and Finishing
15 1. Water sod to a minimum depth of 4-inches immediately after placed and tamped and
16 rolled.
17 2. Generally, as recommended by the vendor
18 3. Water source shall be clean and free of industrial waste or other substances harmful
19 to the germination of the seed or growth of the vegetation.
20 4. Water until 100 percent green and established as defined in 3.13. Dormant sod must
21 be over-seeded as directed in 2.2 A.2.d.
22 3.5 REPAIR/RESTORATION [NOT USED]
23 3.6 RE-INSTALLATION [NOT USED]
24 3.7 FIELD QUALITY CONTROL [NOT USED]
25 3.8 SYSTEM STARTUP [NOT USED]
26 3.9 ADJUSTING [NOT USED]
27 3.10 CLEANING [NOT USED]
28 3.11 CLOSEOUT ACTIVITIES
29 3.12 PROTECTION [NOT USED]
30 3.13 MAINTENANCE
31 A. Sodding
32 1. Water and mow sod until completion and final acceptance of the Project or as
33 directed by the City.
34 2. Trim and maintain along edges including curbs, drives, and walkways with
35 maximum 1-inch surface elevation change.
36 3. Sod shall be rooted to scarified soil with continuous surface coverage with no gaps or
37 overlapping edges.
38 4. Includes protection, replanting, and maintaining grades with no settlement over 1-
39 inch, and immediate repair of erosion damage until the project receives final
40 acceptance.
41 5. Sod shall not be considered finally accepted until the sod has started to peg down
42 (roots growing into the soil) and is free from dead blocks of sod.
CITY OF FORT WORT H
ST ANDARD CONSTRUCT ION SPECIFICATION DOCUMENTS
Revised May 13, 2021
Water & Sanitary Sewer Replacement Contract 2021, WSM-T
CPN 104880
32 92 13 - 7
SODDING
Page 7 of 7
1 B. Acceptance
2 1. Sod shall be accepted once fully established.
3 a. Sodded area must have 100 percent ground coverage and a blade height of 3-
4 inches with 2 mow cycles, minimum ten (10) days apart, performed by the
5 Contractor prior to consideration of acceptance by the City.
6 b. Grass shall be actively growing and free of disease and pests.
7 c. Ground surface to be smooth and free of foreign material and rock or clods 1-
8 inch diameter and greater.
9 C. Replanting
10 1. Replant areas with dead blocks of sod (50 percent of individual block or greater).
11 D. Rejection
12 1. City may reject sod area based on the following items prior to final acceptance:
13 a. Weed populations
14 b. Poor installation including but not limited to gaps and/or overlapping sod
15 c. Disease and/or pests
16 d. Insufficient or over watering
17 e. Poor or improper maintenance
18 f. Soil settlement in excess of 1-inch.
19 3.14 ATTACHMENTS [NOT USED]
20 END OF SECTION
21
Revision Log
DATE NAME SUMMARY OF CHANGE
May 13, 2021 M Owen
Removed information and details regarding seed, native grasses and wildflowers.
These items are addressed in new specification 32 92 14 and Parks specification for
native grasses/wildflowers. Items pertaining to fertilizer throughout document
updated to include soil testing. Remove and replace “ block sod” with “ sod”
throughout document. Updated 1.2 payment measurement. 3.3 Preparation updated to
reflect current industry tree care standards for root zone disturbance. 3.4 Installation
added descriptions t o clarify acceptable installation. 3.13 Maintenance added
descriptions t o clarify acceptance and rejection of sodded areas including growth,
mow cycle and watering. Inserted exceptions associated with sod t o be turned over to
adjacent p rope rty owner.
22
CITY OF FORT WORTH Water & Sanitary Sewer Replacement Contract 2021, WSM-T
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104880
Revised March 11, 2022
33 01 31 - 1
CLOSED CIRCUIT TELEVISION (CCT V) INSPECT ION – SANIT ARY SEWER
Page 1 of 10
1 SECTION 33 01 31
2 CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION – SANITARY SEWER
3 PART 1 - GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
6 1. Requirements and procedures for Closed Circuit Television (CCTV) Inspection
7 of sanitary sewer
8 2. For City Capital Improvement Projects, which include sanitary sewer
9 rehabilitation projects, a Post-CCTV is required. Pre-CCTV for mains will be
10 project specific and noted on the plans.
11 3. For new development sanitary sewer installation, a Post-CCTV is required.
12 4. For all City Capital Improvement Projects and new development sanitary sewer
13 installation, a Final Manhole CCTV is required.
14 5. Final-CCTV will be project specific, and would include major collector, arterial,
15 County, Railroad, and TXDOT projects that include extensive paving,
16 structures, drainage, and grading activities
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
21 Contract
22 2. Division 1 – General Requirements
23 3. Section 33 03 10 – Bypass Pumping of Existing Sewer Systems
24 4. Section 33 04 50 – Cleaning of Sewer Mains
25 5. Section 01 32 16 – Construction Progress Schedule
26 1.2 PRICE AND PAYMENT PROCEDURES
27 A. Pre-CCTV Inspection
28 1. Measurement
29 a. Measurement for this Item will be by the linear foot of line televised for CCTV
30 Inspection performed prior to any line modification or replacement determined
31 from the distance recorded on the video log.
32 2. Payment
33 a. The work performed and materials furnished in accordance with this Item and
34 measured as provided under “Measurement” will be paid for at the unit price
35 bid per linear foot for “Pre-CCTV Inspection”.
36 1) Contractor will not be paid for unaccepted video.
37 3. The price bid shall include:
38 a. Mobilization
39 b. Cleaning
40 c. Digital file
CITY OF FORT WORTH Water & Sanitary Sewer Replacement Contract 2021, WSM-T
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104880
Revised March 11, 2022
33 01 31 - 2
CLOSED CIRCUIT TELEVISION (CCT V) INSPECT ION – SANIT ARY SEWER
Page 2 of 10
1 B. Post-CCTV Inspection
2 1.Measurement
3 a.Measurement for this Item will be by the linear foot of line televised for CCTV
4 Inspection performed following repair or installation determined from the
5 distance recorded on the video log.
6 2.Payment
7 a.The work performed and materials furnished in accordance with this Item and
8 measured as provided under “Measurement” will be paid for at the unit price
9 bid per linear foot for “Post-CCTV Inspection”.
10 1) Contractor will only be paid for video that is accepted in writing by Water
11 Department.
12 3.The price bid shall include:
13 a.Mobilization
14 b.Cleaning
15 c.Digital file
16 C. Final-CCTV Inspection
17 1.Measurement
18 a.Measurement for this Item will be by the linear foot of line televised for CCTV
19 Inspection performed following repair or installation determined from the
20 distance recorded on the video log.
21 2.Payment
22 a.The work performed and materials furnished in accordance with this Item and
23 measured as provided under “Measurement” will be paid for at the unit price bid
24 per linear foot for “Final-CCTV Inspection”.
25 1) Contractor will only be paid for video that is accepted in writing by Water
26 Department.
27 3.The price bid shall include:
28 a.Mobilization
29 b.Cleaning
30 c.Digital file
31 D. Final- Manhole CCTV Inspection
32 1.Measurement
33 a.Measurement for this Item will be per each manhole, junction structure,
34 televised for CCTV Inspection performed following repair, manhole coating,
35 final adjustments to grade, and/or installation determined on the video log.
36 2.Payment
37 a.The work performed and materials furnished in accordance with this Item and
38 measured as provided under “Measurement” will be paid for at the unit price bid
39 per each for “Final-Manhole CCTV Inspection”.
40 1) Contractor will only be paid for video that is accepted in writing by Water
41 Department.
42 3.The price bid shall include:
43 a.Mobilization
44 b.Cleaning
45 c.Digital file
CITY OF FORT WORTH Water & Sanitary Sewer Replacement Contract 2021, WSM-T
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104880
Revised March 11, 2022
1 1.3 REFERENCES
2 A. Reference Standards
33 01 31 - 3
CLOSED CIRCUIT TELEVISION (CCT V) INSPECT ION – SANIT ARY SEWER
Page 3 of 10
3 1. Reference standards cited in this Specification refer to the current reference
4 standard published at the time of the latest revision date logged at the end of this
5 Specification, unless a date is specifically cited.
6 2. City of Fort Worth Water Department
7 a. City of Fort Worth Water Department CCTV Inspection and Defect Coding
8 Program (CCTV Manual). City of Fort Worth Water Department CCTV
9 Inspection Log.
10 B. Definitions
11 1. Pre-CCTV – CCTV Inspection performed by Contractor on existing mains prior
12 to any line modification or replacement.
13 2. Post CCTV – CCTV Inspection performed by Contractor following installation
14 of new mains but before completion of other infrastructure (i.e. streets,
15 sidewalks, final grading, etc.)
16 3. Final CCTV – CCTV Inspection performed by Contractor on mains and
17 manholes after all construction is complete. Includes CCTV of the manholes
18 (including grade rings, casting, etc.) after street construction, final grading, and
19 manhole coating, if the coating is required.
20 C. Final Manhole CCTV – CCTV Inspection performed by Contractor on manholes and/or
21 junction structures, after all construction is complete. Includes CCTV of the manholes/
22 (including grade rings, casting, etc.) after street construction, final grading, and
23 manhole coating, if the coating is required.
24 1.4 ADMINISTRATIVE REQUIREMENTS
25 A. Coordination
26 1. Sanitary Sewer Lines
27 a. Meet with City of Fort Worth Water Department staff to confirm that the
28 appropriate equipment, software, standard templates, defect codes and defect
29 rankings are being used, if required.
30 B. Schedule
31 1. Include Pre, Post, Final Manhole, and Final CCTV schedule as part of the
32 Construction Progress Schedule per Section 01 32 16.
33 2. Allow time for City review (2 weeks minimum – Notification needs to be sent
34 out to Project Manager, City Inspector, & Field Operations). Post-CCTV can be
35 scheduled and submitted for review after each sewer main construction has been
36 completed.
37 3. If CCTV is accepted by City Project Manager, proceed with work. If rejected,
38 coordinate with City per Part 1.4 A.
39 1.5 SUBMITTALS
40 A. Submittals shall be in accordance with Section 01 33 00.
CITY OF FORT WORTH Water & Sanitary Sewer Replacement Contract 2021, WSM-T
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104880
Revised March 11, 2022
33 01 31 - 4
CLOSED CIRCUIT TELEVISION (CCT V) INSPECT ION – SANIT ARY SEWER
Page 4 of 10
1 B. All CCTV submittals shall be submitted to the City Inspector to be uploaded to
2 common location for review and comment by Water Operations and Inspections.
3 Alternatively, the Inspector can provide Contractor access to upload directly to common
4 location. Inspection and Water Operations staff shall be notified when CCTV upload is
5 completed.
6 C. If inspected with Infrastructure Technologies IT Pipes Software per CCTV Manual
7 provide video data per the CCTV Manual. Provide additional copy of video in video
8 file MP4 with H.264 code – Advanced Video Coding and compression standard.
9 D. If inspected with other software provide video data in video file MP4 with H.264 code –
10 Advanced Video Coding and compression standard.
11 E. Inspection Report shall include:
12 1.Asset
13 a.Date of Inspection
14 b.City
15 c.Project Name (Address accepted if project name does not exist)
16 d.Main Number – as shown on drawings or GIS ID (If Available)
17 e.Upstream Manhole Station – as shown on drawings or GIS ID (If Available)
18 f.Downstream Manhole Station – as shown on drawings or GIS ID (If Available)
19 g.Pipe Diameter
20 h.Material
21 i.Pipe Length
22 j.Mapsco Location Number
23 k.Date Constructed
24 l.Pipe Wall Thickness
25 m.Grade percentage
26 n.Inspector Name
27 2.Inspection
28 a.Inspection Number (i.e. 1st, 2nd,etc…)
29 b.Crew Number
30 c.Operator Name
31 d.Operator Comments
32 e.Reason for Inspection
33 f.Equipment Number
34 g.Camera Travel Direction is Upstream to Downstream – Deviation will require
35 written justification, with the exception of stubouts & abandonment plugs that
36 will always be recorded from the downstream side.
37 h.Inspected Length (feet)
38 i.Work Order Number (if required)
39 j.City Project Number (if required)
40 k.City Contract Name
41 l.Consultant Company Name
42 m.Consultant Contact Name
43 n.Consultant Contact Phone Number
44 o.Contractor Company Name
45 p.Contractor Contact Name
46 q.Contractor Contact Phone Number
47 F. CCTV overlay screen shall include (opening text to CCTV inspection)
48 a. Date of inspection
CITY OF FORT WORTH Water & Sanitary Sewer Replacement Contract 2021, WSM-T
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104880
Revised March 11, 2022
33 01 31 - 5
CLOSED CIRCUIT TELEVISION (CCT V) INSPECT ION – SANIT ARY SEWER
Page 5 of 10
1 b.City Name
2 c.City Project number
3 d.Project name
4 e.Main number
5 f.Upstream SS Manhole (or Plug) station
6 g.Downstream SS Manhole station
7 h.Diameter
8 i.Grade/Slope
9 j.Material
10 k.Length
11 l.Contractor
12 m.Inspectors name
13 n.Travel direction
14 o.Date Construction
15 1.6 INFORMATIONAL SUBMITTALS
16 A. Pre- and Post CCTV submittals
17 1. CCTV video results shall be submitted to City that can be uploaded to shared
18 common location by the inspection staff, upon confirmation that the submittal is
19 complete (partial submissions are not accepted, except in special situations that
20 are approved by the Water Department). For pre-CCTV submittals, approval of
21 the submittal shall be provided by the Project Manager prior to construction
22 start when connecting to existing sewer.
23 2. Alternatively, the Inspector can provide Contractor access to upload directly to
24 common location. Inspection and Water Operations staff shall be notified when
25 CCTV upload is completed in order to confirm submittal is complete. Inspection
26 Report (separate report file for each individual shall be submitted to Inspector or
27 directly uploaded to shared common location.
28 B. Additional information that may be requested by the City
29 1. Listing of cleaning equipment and procedures
30 2. Listing of flow diversion procedures if required
31 3. Listing of CCTV equipment
32 4. Listing of backup and standby equipment
33 5. Listing of safety precautions and traffic control measures
34 1.7 CLOSEOUT SUBMITTALS
35 A. Final CCTV shall not be completed until all manholes and surface covers are set to final
36 grade. All as built changes to plan and profile drawings (redlines), are required to be
37 reflected on the final CCTV inspection information. Final CCTV shall not be
38 completed until all as built corrections have been made.
39 1. Final-CCTV submittals
CITY OF FORT WORTH Water & Sanitary Sewer Replacement Contract 2021, WSM-T
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104880
Revised March 11, 2022
33 01 31 - 6
CLOSED CIRCUIT TELEVISION (CCT V) INSPECT ION – SANIT ARY SEWER
Page 6 of 10
1 a. CCTV video results shall be submitted to City that can be uploaded to shared
2 common location by the inspection staff, upon confirmation that the submittal
3 is complete (partial submissions are not accepted, except in special situations
4 that are approved by the Water Department). Alternatively, the Inspector can
5 provide Contractor access to upload directly to common location. Inspection
6 and Water Operations staff shall be notified when CCTV upload is completed
7 in order to confirm submittal is complete. Sanitary sewer video file(s) in MP4
8 with H.264 code Advanced Video Coding and compression standard
9 b. City Project Number displayed within text of sanitary sewer video.
10 c. Construction Plans identifying the line segments that were videoed. Include
11 cover sheet, 1 digital copy of the redlines (Contractor to upload into Accela or
12 BIM 360), overall line layout sheet(s), and plan and profile sheet(s).
13 1) One (1) 11”X 17” copy
14 d. Sanitary sewer line segment from drawings match line segments on Inspection
15 Report. Recommend some minimum guidance for standardization of line
16 segment submittals, to include proper identification of Project: name, CPN, line
17 identification and stations, as well as format (e.g. PDF?) and minimum
18 annotations required to explain deviations from policies as specified in this
19 document, or any anomalies that are considered within tolerance.
20 e. Inspection Report (separate report file for each individual shall be submitted to
21 Inspector or directly uploaded to shared common location.
22 f. Allow two (2) weeks to review before requesting final inspection. After review
23 by the City Inspector and Water Field Operations, if applicable a combined set
24 of punch list items will be submitted to the Contractor for correction.
25 g.
26 1.8 J. CCTV SPEADSHEET LOG IN EXCEL FORMAT MAINTENANCE MATERIAL
27 SUBMITTALS [NOT USED]
28 1.9 QUALITY ASSURANCE [NOT USED]
29 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
30 1.11 FIELD [SITE] CONDITIONS [NOT USED]
31 1.12 WARRANTY [NOT USED]
32 PART 2 - PRODUCTS
33 A. Equipment–
34 1. Closed Circuit Television Camera
35 a. The television camera used shall be one specifically designed and constructed
36 for sewer inspection. Lighting for the camera shall be suitable to allow a clear
37 picture of the entire periphery of the pipe. The camera shall be operative in 100
38 percent humidity/submerged conditions. The equipment will provide a view of
39 the pipe ahead of the equipment and of features to the side of the equipment
40 through turning and rotation of the lens. The camera shall be capable of tilting
41 at right angles along the axis of the pipe while panning the camera lens through
42 a full circle about the circumference of the pipe. The lights on the camera shall
43 also be capable of panning 90-degrees to the axis of the pipe.
CITY OF FORT WORTH Water & Sanitary Sewer Replacement Contract 2021, WSM-T
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104880
Revised March 11, 2022
33 01 31 - 7
CLOSED CIRCUIT TELEVISION (CCT V) INSPECT ION – SANIT ARY SEWER
Page 7 of 10
1 b. The radial view camera must be solid state color and have remote control of the
2 rotational lens. The camera shall be capable of viewing the complete
3 circumference of the pipe and manhole structure, including the cone-section or
4 corbel. The camera lens shall be an auto-iris type with remote controlled
5 manual override.
6 2. Video Capture System
7 a. The video and audio recordings of the sewer inspections shall be made using
8 digital video equipment. A video enhancer may be used in conjunction with,
9 but not in lieu of, the required equipment. The digital recording equipment shall
10 capture sewer inspection on USB drive, with each sewer segment (from
11 upstream manhole to downstream manhole) inspection recorded as an individual
12 file in MP4 with H.264 code format.
13
14 b. The system shall be capable of printing pipeline inspection reports with
15 captured images of defects or other related significant visual information on a
16 standard color printer.
17 c. The system shall store digitized color picture images and be saved in digital
18 format on a USB drive.
19 d. The system shall be able to produce data reports to include, at a minimum, all
20 observation points and pertinent data. All data reports shall match the defect
21 severity codes outlined in the City’s CCTV manual (electronic copy available
22 on Water Department’s website –
23 http://fortworthtexas.gov/water/wastewater/CCTV Manual .
24
25 e. Camera footage, date & manhole numbers shall be maintained in real time and
26 shall be displayed on the video monitor as well as the video character
27 generators illuminated footage display at the control console.
28 PART 3 - EXECUTION
29 3.1 INSTALLERS [NOT USED]
30 3.2 EXAMINATION [NOT USED]
31 3.3 PREPARATION
32 A. General
33 1. Prior to inspection obtain pipe and manhole asset identification numbers from
34 the plans or City to be used during inspections. Inspections performed using
35 identification numbers other than the line number (or existing sanitary sewer
36 main/lateral) and station numbers from plans or from assigned numbers from the
37 City will not be accepted.
38 2. CCTV Inspection shall not commence until the sewer section to be televised has
39 been completely cleaned in conformance with Section 33 04 50.
40 3. CCTV Inspection shall not commence until the sewer section to be televised
41 has been completely cleaned in conformance with Section 33 04 50. (Sewer
42 system should be connected to existing sewer system and should be active)
43 4. A final CCTV Inspection of newly installed sewers (not yet in service) shall not
44 commence until completion of the following items:
CITY OF FORT WORTH Water & Sanitary Sewer Replacement Contract 2021, WSM-T
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104880
Revised March 11, 2022
33 01 31 - 8
CLOSED CIRCUIT TELEVISION (CCT V) INSPECT ION – SANIT ARY SEWER
Page 8 of 10
1 a. Manhole final grade is set (after street paving, under Final CCTV, Final
2 Manhole CCTV)
3 b. Manhole lining is complete (after street paving, under Final CCTV, Final
4 Manhole CCTV)
5 c. Sewer main is cleaned
6 d. Sewer air test is complete
7 e. Vacuum test of manholes
8 f. Installation of all lateral services and completion of low pressure testing of all
9 new services
10 g. All sewer main and manhole work is complete
11 Once reviewed and accepted by Water Field Operations the sewer system should be
12 connected to existing sewer system and ready for use upon final acceptance of the
13 project.
14 5. Temporary Bypass Pumping (if required) shall conform to Section 33 03 10.
15 B. General
16 1. Use manual winches, power winches, TV cable, and power rewinds that do not
17 obstruct the camera view, allowing for proper evaluation.
18 C. Pipe
19 1. Begin inspection immediately after cleaning of the main.
20 2. Move camera through the line in either direction at a moderate rate, stopping
21 when necessary to permit proper documentation of the main’s condition.
22 3. Do not move camera at a speed greater than 30 feet per minute.
23 4. During investigation stop camera at each defect along the main.
24 a. Record the nature, location and orientation of the defect or infiltration location
25 as specified in the CCTV Manual.
26 5. Service connections, Pan the Camera to get a complete overview of service
27 connection including zooming into service connection Include location (i.e. 1
28 o’clock, etc…) See photos 17 thru 23 for examples
29 6. Joint defects, Include comment on condition, signs of damage, etc… Note
30 offset and/or separation at a joint. Includes joints where one pipe is not
31 correctly aligned with the connecting section of pipe causing a lip that could
32 impede flow or a section of pipe that is aligned but has pulled apart horizontally
33 and may not connect to the other section of pipe. See Photos 24 thru 29, 35, 36
34 for examples
35 7. Notate visible pipe defects such as cracks, broken or deformed pipe, holes,
36 offset joints, obstructions, sags or debris (show as % of pipe diameter). If debris
37 has been found in the pipe during the post or final-CCTV inspection, additional
38 cleaning is required, and pipe shall be re-televised. See Photos 1 thru 12 for
39 examples
40 8. Notate Infiltration/Inflow locations. See Photos 13, 20 for examples
41 9. Notate Pipe material transitions. See Photos 30 for example
CITY OF FORT WORTH Water & Sanitary Sewer Replacement Contract 2021, WSM-T
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104880
Revised March 11, 2022
33 01 31 - 9
CLOSED CIRCUIT TELEVISION (CCT V) INSPECT ION – SANIT ARY SEWER
Page 9 of 10
1 10. Notate other locations that do not appear to be typical for normal pipe
2 conditions. For example, locations could include conflicts between the replaced
3 main with other utilities (including paving and storm sewer), causing pipe
4 deflections, sags, etc. holding water. This could also include any damage to the
5 main and/or services after the main has been replaced. These locations could
6 occur between the Post-CCTV and Final-CCTV submittals. See Photos 31 thru
7 34 for examples
8 11. Note locations where camera is underwater and level as a % of pipe diameter.
9 Camera underwater – Point in which the camera lens is 100% submerged
10 underwater and/or 50% of the pipe’s diameter. Camera emerged – Point in
11 which the camera lens has emerged from being underwater. Severity is
12 described in ranges by linear feet. This would include pipe deflections causing
13 a considerable increase (i.e. double or more) in the depth of flow in the pipe (to
14 at least between 1/3 to ½ of the pipe diameter). See attached example photos at
15 the end of this Specification showing the depth changes in % full of pipe. See
16 Photos 14 thru 16 for examples.
17 12. Provide accurate distance measurement.
18 a. The meter device is to be accurate to the nearest 1/10 foot.
19 13. CCTV recording segments are to be single continuous file item.
20 a. A single segment is defined from manhole to manhole.
21 b. Only single segment video’s will be accepted and preferably include manhole
22 inspections (manhole to manhole).
23 c. Individual manhole inspection will require written justification, included under
24 the Final-CCTV bid item.
25 14. Pre-Installation Inspection for Sewer Mains to be rehabilitated
26 a. Perform Pre-CCTV inspection immediately after cleaning of the main and
27 before rehabilitation work.
28 1) No cleaning equipment in the main during CCTV.
29 2) Water shall be present (or flowing) while recording CCTV to confirm
30 system functionality.
31 b. If, during inspection, the CCTV will not pass through the entire section of main
32 due to blockage or pipe defect, set up so the inspection can be performed from
33 the opposite manhole.
34 c. City Project Manager (PM) shall review and may consult with Sewer Projects
35 Reporting and Operations (SPRO), and provide comments on identified defects.
36 Contractor shall present proposed repair method(s) for approval by the City
37 PM, before proceeding with construction.
38 d. Provisions for repairing or replacing the impassable location are addressed in
39 Section 33 31 20, Section 33 31 21, Section 33 31 22 and Section 33 31 23.
40 15. Post-and Final Installation Inspection
41 a. Prior to inserting the camera, flush and clean the main in accordance to Section
42 33 04 50. Water should be present/flowing during the recording operation, to
43 demonstrate the functioning of the installed system.
44 16. Documentation of CCTV Inspection
45 a. Sanitary Sewer Lines
46 1) Follow the CCTV Manual (CCTV standard manual supplied by City upon
47 request) for the inspection video, data logging and reporting or Part 1.5 E of
48 this section.
CITY OF FORT WORTH Water & Sanitary Sewer Replacement Contract 2021, WSM-T
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104880
Revised March 11, 2022
1 D. Manhole
33 01 31 - 10
CLOSED CIRCUIT TELEVISION (CCT V) INSPECT ION – SANIT ARY SEWER
Page 10 of 10
2 1. Final Manhole CCTV Inspection recording segments, will reveal condition of
3 manhole in its entirety, including corrosion protection if applicable. Camera
4 should pan the entire manhole while lowering to include complete view of
5 invert. This requirement applies to new manhole installations and rehabilitated
6 manholes after epoxy lining installed, if applicable.
7 2. Notate Infiltration/Inflow locations for Pre-construction CCTV recordings.
8 3. Post-Installation CCTV Inspection is only done after all construction is
9 complete.
10 E. Complete manhole installation before inspection begins.
11 3.4 REPAIR / RESTORATION [NOT USED]
12 3.5 RE-INSTALLATION [NOT USED]
13 3.6 FIELD [OR] SITE QUALITY CONTROL [NOT USED]
14 3.7 SYSTEM STARTUP [NOT USED]
15 3.8 ADJUSTING [NOT USED]
16 3.9 CLEANING
17 A. See Section 33 04 50.
18 3.10 CLOSEOUT ACTIVITIES [NOT USED]
19 3.11 PROTECTION [NOT USED]
20 3.12 MAINTENANCE [NOT USED]
21 3.13 ATTACHMENTS [NOT USED]
22
23 END OF SECTION
24
Revision Log
DATE NAME SUMMARYOF CHANGE
12/20/2012 D. Johnson Various– Added requirements for coordination with T/PW for Storm Sewer CCTV
4/2 9/2021 J Kasavich Various – Alternative to CCT VManual, modified submittal detail requirements
3/1 1/2022 M Owen Removed referenced to storm drain
25
CITY OF FORT WORTH Water & Sanitary Sewer Replacement Contract 2021, WSM-T
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104880
Revised March 11, 2022
Photo 1 Flow Depth Acceptable
CITY OF FORT WORTH Water & Sanitary Sewer Replacement Contract 2021, WSM-T
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104880
Revised March 11, 2022
Photo 2 Flow Level Acceptable
CITY OF FORT WORTH Water & Sanitary Sewer Replacement Contract 2021, WSM-T
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104880
Revised March 11, 2022
Photo 3 Flow Level Acceptable
CITY OF FORT WORTH Water & Sanitary Sewer Replacement Contract 2021, WSM-T
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104880
Revised March 11, 2022
Photo 4 Flow Level is elevated.
CITY OF FORT WORTH Water & Sanitary Sewer Replacement Contract 2021, WSM-T
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104880
Revised March 11, 2022
Photo 5 Flow Elevated but below 1/3 capacity. No action required
CITY OF FORT WORTH Water & Sanitary Sewer Replacement Contract 2021, WSM-T
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104880
Revised March 11, 2022
Photo 6 Flow above 30%. Potential Sag or debris.
CITY OF FORT WORTH Water & Sanitary Sewer Replacement Contract 2021, WSM-T
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104880
Revised March 11, 2022
Photo 7 Offset Joint Example
CITY OF FORT WORTH Water & Sanitary Sewer Replacement Contract 2021, WSM-T
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104880
Revised March 11, 2022
Photo 8 Flow appears to be stagnant possible sag.
CITY OF FORT WORTH Water & Sanitary Sewer Replacement Contract 2021, WSM-T
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104880
Revised March 11, 2022
Photo 9 Debris evident. Clean and Re-CCTV prior to submittal
CITY OF FORT WORTH Water & Sanitary Sewer Replacement Contract 2021, WSM-T
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104880
Revised March 11, 2022
Photo 10 Debris evident. Clean and Re-CCTV prior to submittal.
CITY OF FORT WORTH Water & Sanitary Sewer Replacement Contract 2021, WSM-T
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104880
Revised March 11, 2022
Photo 11 CCTV should not be submitted. Clean and Re-CCTV prior to submittal
CITY OF FORT WORTH Water & Sanitary Sewer Replacement Contract 2021, WSM-T
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104880
Revised March 11, 2022
Photo 12 Survey was not completed. Take corrective action and Re-CCTV
CITY OF FORT WORTH Water & Sanitary Sewer Replacement Contract 2021, WSM-T
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104880
Revised March 11, 2022
Photo 13 Example of Potential Infiltration/Inflow location
CITY OF FORT WORTH Water & Sanitary Sewer Replacement Contract 2021, WSM-T
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104880
Revised March 11, 2022
Photo 14 Water level approaching submerging camera. Record beginning of level increase and note the point at
which the water level returns to normal. Corrective action will be required.
CITY OF FORT WORTH Water & Sanitary Sewer Replacement Contract 2021, WSM-T
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104880
Revised March 11, 2022
Photo 15 Camera submerged. Note beginning point of increase level and the end of the increased depth.
Corrective action will be required
CITY OF FORT WORTH Water & Sanitary Sewer Replacement Contract 2021, WSM-T
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104880
Revised March 11, 2022
Photo 16 Camera submerged. Note beginning point of increase level and the end of the increased depth.
Corrective action will be required
CITY OF FORT WORTH Water & Sanitary Sewer Replacement Contract 2021, WSM-T
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104880
Revised March 11, 2022
Photo 17 Service Tap. Note the location and position of tap in relation to the sewer main. Repair required?
CITY OF FORT WORTH Water & Sanitary Sewer Replacement Contract 2021, WSM-T
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104880
Revised March 11, 2022
Photo 18 CCTV should include view of service line. Retake CCTV Video?
CITY OF FORT WORTH Water & Sanitary Sewer Replacement Contract 2021, WSM-T
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104880
Revised March 11, 2022
Photo 19 Service tap holding water. Corrective action required.
CITY OF FORT WORTH Water & Sanitary Sewer Replacement Contract 2021, WSM-T
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104880
Revised March 11, 2022
Photo 20 Service tap is installed incorrectly. Also is a point of potential Infiltration and Inflow location.
CITY OF FORT WORTH Water & Sanitary Sewer Replacement Contract 2021, WSM-T
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104880
Revised March 11, 2022
Photo 21 Proper Shot of Sewer Tap
CITY OF FORT WORTH Water & Sanitary Sewer Replacement Contract 2021, WSM-T
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104880
Revised March 11, 2022
Photo 22 Debris in service line. Corrective action required
CITY OF FORT WORTH Water & Sanitary Sewer Replacement Contract 2021, WSM-T
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104880
Revised March 11, 2022
Photo 23 Service tap at proper location.
CITY OF FORT WORTH Water & Sanitary Sewer Replacement Contract 2021, WSM-T
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104880
Revised March 11, 2022
Photo 24 Damage to liner. Repaired is required.
CITY OF FORT WORTH Water & Sanitary Sewer Replacement Contract 2021, WSM-T
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104880
Revised March 11, 2022
Photo 25 Damage to liner. Repair is required.
CITY OF FORT WORTH Water & Sanitary Sewer Replacement Contract 2021, WSM-T
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104880
Revised March 11, 2022
Photo 26 Damage to Liner. Repair is required.
CITY OF FORT WORTH Water & Sanitary Sewer Replacement Contract 2021, WSM-T
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104880
Revised March 11, 2022
Photo 27 Liner Damage. Repair required.
CITY OF FORT WORTH Water & Sanitary Sewer Replacement Contract 2021, WSM-T
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104880
Revised March 11, 2022
Photo 28 Damaged Liner. Damage to be repaired.
CITY OF FORT WORTH Water & Sanitary Sewer Replacement Contract 2021, WSM-T
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104880
Revised March 11, 2022
Photo 29 Liner Damaged. Damaged to be repaired.
CITY OF FORT WORTH Water & Sanitary Sewer Replacement Contract 2021, WSM-T
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104880
Revised March 11, 2022
Photo 30 Change of material. Note change on CCTV log. Repair required?
CITY OF FORT WORTH Water & Sanitary Sewer Replacement Contract 2021, WSM-T
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104880
Revised March 11, 2022
Photo 31 Beginning of potential impact from adjacent utilities Repair required?
CITY OF FORT WORTH Water & Sanitary Sewer Replacement Contract 2021, WSM-T
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104880
Revised March 11, 2022
Photo 32 Continuation of impact from adjacent utilities Repair required?
CITY OF FORT WORTH Water & Sanitary Sewer Replacement Contract 2021, WSM-T
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104880
Revised March 11, 2022
Photo 33 Continuation of impact from adjacent utilities Repair required?
CITY OF FORT WORTH Water & Sanitary Sewer Replacement Contract 2021, WSM-T
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104880
Revised March 11, 2022
Photo 34 End of impact for potential impact from adjacent utilities. Repair required?
CITY OF FORT WORTH Water & Sanitary Sewer Replacement Contract 2021, WSM-T
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104880
Revised March 11, 2022
Photo 35 Short Joint installed (not a closure piece) does not comply with specification Repair required?
CITY OF FORT WORTH Water & Sanitary Sewer Replacement Contract 2021, WSM-T
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104880
Revised March 11, 2022
Photo 36 Short piece installed with wye inserted does not comply with design
CITY OF FORT WORTH Water & Sanitary Sewer Replacement Contract 2021, WSM-T
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104880
Revised March 11, 2022
CITY OF FORT WORTH Water & Sanitary Sewer Replacement Contract 2021, WSM-T
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104880
Revised March 11, 2022
CITY OF FORT WORTH Water & Sanitary Sewer Replacement Contract 2021, WSM-T
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104880
Revised March 11, 2022
CITY OF FORT WORTH Water & Sanitary Sewer Replacement Contract 2021, WSM-T
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104880
Revised March 11, 2022
CITY OF FORT WORTH Water & Sanitary Sewer Replacement Contract 2021, WSM-T
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104880
Revised March 11, 2022
CITY OF FORT WORTH Water & Sanitary Sewer Replacement Contract 2021, WSM-T
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104880
Revised March 11, 2022
CITY OF FORT WORTH Water & Sanitary Sewer Replacement Contract 2021, WSM-T
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104880
Revised March 11, 2022
CITY OF FORT WORTH Water & Sanitary Sewer Replacement Contract 2021, WSM-T
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104880
Revised March 11, 2022
CITY OF FORT WORTH Water & Sanitary Sewer Replacement Contract 2021, WSM-T
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104880
Revised March 11, 2022
CITY OF FORT WORTH Water & Sanitary Sewer Replacement Contract 2021, WSM-T
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104880
Revised March 11, 2022
CITY OF FORT WORTH Water & Sanitary Sewer Replacement Contract 2021, WSM-T
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104880
Revised March 11, 2022
CITY OF FORT WORTH Water & Sanitary Sewer Replacement
Contract 2021, WSM-T
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
CPN 104880
Revised March 11, 2022
CITY OF FORT WORTH Water & Sanitary Sewer Replacement Contract 2021, WSM-T
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104880
Revised March 11, 2022
CITY OF FORT WORTH Water & Sanitary Sewer Replacement Contract 2021, WSM-T
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104880
Revised March 11, 2022
CITY OF FORT WORTH Water & Sanitary Sewer Replacement Contract 2021, WSM-T
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104880
Revised March 11, 2022
CITY OF FORT WORTH Water & Sanitary Sewer Replacement Contract 2021, WSM-T
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104880
Revised March 11, 2022
33 11 12 - 1
POLYVINYL CHLORIDE (PVC) PRESSURE PIPE
Page 1 of 9
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised September 9, 2022
Water & Sanitary Sewer Replacement Contract 2021, WSM-T
CPN 104880
SECTION 33 11 12
POLYVINYL CHLORIDE (PVC) PRESSURE PIPE
PART 1 - GENERAL
1.1 SUMMARY
A.Section Includes:
1.Polyvinyl Chloride (PVC) Pressure Pipe 4-inch through 24-inch for potable water,
wastewater and reuse applications
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
3.33 01 31 – Closed Circuit Television (CCTV) Inspection
4.33 04 40 – Cleaning and Acceptance Testing of Water Mains
5.33 05 10 – Utility Trench Excavation, Embedment and Backfill
6.33 05 24 – Installation of Carrier Pipe in Casing or Tunnel Liner Plate
7.33 11 11 – Ductile Iron Fittings
1.2 PRICE AND PAYMENT PROCEDURES
A.Measurement and Payment
1.Measurement
a.Measured horizontally along the surface from center line to center line of the
fitting, manhole, or appurtenance
2.Payment
a.The work performed and materials furnished in accordance with this Item and
measured as provided under “Measurement” will be paid for at the unit price
bid per linear foot of “PVC Water Pipe” installed for:
1)Various sizes
2)Various types of backfill
3)With or without restrained joints
b.The work performed and materials furnished in accordance with this Item and
measured as provided under “Measurement” will be paid for at the unit price
bid per linear foot of “Sewer Force Main” installed for:
1)Various sizes
3.The price bid shall include:
a.Furnishing and installing PVC Pressure Pipe with joints as specified by the
Drawings
b.Mobilization
c.Pavement removal
d.Excavation
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised September 9, 2022
Water & Sanitary Sewer Replacement Contract 2021, WSM-T
CPN 104880
33 11 12 - 2
POLYVINYL CHLORIDE (PVC) PRESSURE PIPE
Page 2 of 9
e.Hauling
f.Disposal of excess material
g.Furnishing, placement and compaction of embedment
h.Furnishing, placement and compaction of backfill
i.Trench water stops
j.Thrust restraint, if required by Contract Documents
k.Gaskets
l.Clean-up
m.Cleaning
n.Disinfection
o.Testing
1.3 REFERENCES
A.Reference Standards
1.Reference standards cited in this Specification refer to the current reference
standard published at the time of the latest revision date logged at the end of this
Specification, unless a date is specifically cited.
2.American Association of State Highway and Transportation Officials (AASHTO).
3.ASTM International (ASTM):
a.D1784, Standard Specification for Rigid Poly (Vinyl-Chloride) (PVC)
Compounds and Chlorinated Poly (Vinyl Chloride) (CPVC) Compounds.
b.D3139, Standard Specification for Joints for Plastic Pressure Pipes Using
Flexible Elastomeric Seals.
4.American Water Works Association (AWWA):
a.C600, Installation of Ductile-Iron Water Mains and their Appurtenances.
b.C605, Underground Installation of Polyvinyl Chloride (PVC) Pressure Pipes
and Fittings for Water.
c.C900, Polyvinyl Chloride (PVC) Pressure Pipe, and Fabricated Fittings, 4 IN
through 60 IN (100 mm thru 1,500 mm).
d.M23, PVC Pipe – Design and Installation.
e.M41, Ductile-Iron Pipe and Fittings.
5.NSF International (NSF):
a.61, Drinking Water System Components – Health Effects.
b.14, Plastics Piping System Components and Related Materials.
6.Underwriters Laboratories, Inc. (UL).
a.UL 1285, UL Standard for Safety Pipe and Couplings, Polyvinyl Chloride
(PVC), and Oriented Polyvinyl Chloride (PVCO) for Underground Fire
Service.
1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
1.5 SUBMITTALS
A.Submittals shall be in accordance with Section 01 33 00.
B.All submittals shall be approved by the City prior to delivery.
1.6 ACTION SUBMITTALS / INFORMATIONAL SUBMITTALS
A.Product Data
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised September 9, 2022
Water & Sanitary Sewer Replacement Contract 2021, WSM-T
CPN 104880
33 11 12 - 3
POLYVINYL CHLORIDE (PVC) PRESSURE PIPE
Page 3 of 9
1.For PVC Pressure Pipe that is used for water distribution, wastewater force mains
or wastewater gravity mains, including:
a.PVC Pressure Pipe
b.Manufacturer
c.Dimension Ratio
d.Joint Types
2.Restraint, if required in Contract Documents
a.Retainer glands
b.Thrust harnesses
c.Any other means of restraint
3.Gaskets
B.Shop Drawings: When restrained joints are required, furnish for PVC Pressure Pipe
used in the water distribution system or for a wastewater force main for 24-inch and
greater diameters, including:
1.Wall thickness design calculations sealed by a Licensed Professional Engineer in
Texas including:
a.Working pressure
b.Surge pressure
c.Deflection
2.Provide thrust restraint calculations for all fittings and valves, sealed by a Licensed
Professional Engineer in Texas, to verify the restraint lengths shown on the
Drawings.
3.Lay schedule / drawing for 24-inch and greater diameters sealed by a Licensed
Professional Engineer in Texas including:
a.Pipe class
b.Joints type
c.Fittings
d.Stationing
e.Transitions
f.Joint deflection
C.Certificates
1.Furnish an affidavit certifying that all PVC Pressure Pipe meets the provisions of
this Section, each run of pipe furnished has met Specifications, all inspections have
been made and that all tests have been performed in accordance with AWWA
C900.
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE
A.Qualifications
1.Manufacturers
a.Finished pipe shall be the product of 1 manufacturer for each size, unless
otherwise approved by the City.
1)Change orders, specials, and field changes may be provided by a different
manufacturer upon City approval.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised September 9, 2022
Water & Sanitary Sewer Replacement Contract 2021, WSM-T
CPN 104880
33 11 12 - 4
POLYVINYL CHLORIDE (PVC) PRESSURE PIPE
Page 4 of 9
b.Pipe manufacturing operations shall be performed under the control of the
manufacturer.
c.All pipe furnished shall be in conformance with AWWA C900.
1.10 DELIVERY, STORAGE, AND HANDLING
A.Storage and Handling Requirements
1.Store and handle in accordance with the guidelines as stated in AWWA M23.
2.Secure and maintain a location to store the material in accordance with Section 01
66 00.
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS
2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED]
2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS
A.Manufacturers
1.Only the manufacturers as listed in the City’s Standard Products List will be
considered as shown in Section 01 60 00.
a.The manufacturer must comply with this Specification and related Sections.
2.Any product that is not listed on the Standard Products List is considered a
substitution and shall be submitted in accordance with Section 01 25 00.
B.Pipe
1.Pipe shall be in accordance with AWWA C900.
2.PVC Pressure Pipe for potable water shall meet the requirements of NSF 61 and
NSF 14.
3.Pressure Pipe shall be approved by the UL.
4.Pipe shall have a lay length of 20 feet except for special fittings or closure pieces
necessary to comply with the Drawings.
5.The pipe material shall be PVC, meeting the requirements of ASTM D1784, with a
cell classification of 12454. Outside diameters must be equal to those of cast iron
and ductile iron pipes.
6.As a minimum the following Dimension Ratio’s apply:
Diameter
(inch)
Min Pressure Class
(psi)
4 through 12 DR 14
16 through 24 DR 18
7.Pipe Markings
a.Meet the minimum requirements of AWWA C900. Minimum pipe markings
shall be as follows:
1)Manufacturer’s Name or Trademark and production record
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised September 9, 2022
Water & Sanitary Sewer Replacement Contract 2021, WSM-T
CPN 104880
33 11 12 - 5
POLYVINYL CHLORIDE (PVC) PRESSURE PIPE
Page 5 of 9
2)Nominal pipe size
3)Dimension Ratio
4)AWWA C900
5)Seal of testing agency that verified the suitability of the pipe
C.Pressure and Deflection Design
1.Pipe design shall be based on trench conditions and design pressure class specified
in the Drawings. Pipe shall be designed according to the methods indicated in
AWWA M23 for trench construction, using the following parameters:
a.Unit Weight of Fill (w) = 130 pcf
b.Live Load = AASHTO HS 20
c.Trench Depth = 12 feet minimum, or as indicated in Drawings
d.Maximum E’ = 1,000 max
e.Deflection Lag Factor = 1.0
f.Working Pressure (Pw) = 150 psi
g.Surge Allowance (Ps) = 100 psi minimum
h.Test Pressure =
1)No less than 1.25 times the stated working pressure (187 psi minimum) of
the pipeline measured at the highest elevation along the test section.
2)No less than 1.5 times the stated working pressure (225 psi minimum) at
the lowest elevation of the test section.
i.Maximum Calculated Deflection = 3 percent
j.Restrained Joint Safety Factor (SF) = 1.5
k.Maximum Joint Deflection = 50 percent of the manufacturer’s
recommendations.
2.Verify trench depths after existing utilities are located.
a.Accommodate vertical alignment changes required because of existing utility or
other conflicts by an appropriate change in pipe design depth.
b.In no case shall pipe be installed deeper than its design allows.
3.Provisions for Thrust
a.Thrusts at bends, tees, plugs or other fittings shall be mechanically restrained,
corrosion resistant joints.
b.In addition to the mechanical joint restraint required for all bends and fittings,
horizontal and vertical bends shall be restrained by concrete thrust blocking and
by mechanical joint restraint along the length of the pipe, as recommended by
the pipe manufacturer, unless shown otherwise in the design drawings.
Inclusion in the plans of dimensions for joint restraint lengths along the pipe, or
dimensions for concrete thrust blocking, shall be interpreted to mean the
exclusion of the other method of restraint, unless both methods are specifically
required in the plans.
c.No thrust restraint contribution shall be allowed for the restrained length of
pipe within the casing.
d.Restrained joints, where required, shall be used for a sufficient distance from
each side of the bend, tee, plug, valve, or other fitting to resist thrust which will
be developed at the design pressure of the pipe. For the purpose of thrust the
following shall apply:
1)Calculate valves as dead ends.
2)Design pressure shall be greater than the pressure class of the pipe or the
internal pressure (Pi), whichever is greater.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised September 9, 2022
Water & Sanitary Sewer Replacement Contract 2021, WSM-T
CPN 104880
33 11 12 - 6
POLYVINYL CHLORIDE (PVC) PRESSURE PIPE
Page 6 of 9
3)Restrained joints shall consist of approved mechanical restrained or push-
on restrained joints as listed in the City’s Standard Products List as shown
in Section 01 60 00.
4)Restrained PVC pipe is not allowed for pipe greater than 12 inches.
e.The Pipe Manufacturer shall verify the length of pipe with restrained joints to
resist thrust in accordance with the Drawings and the following:
1)Calculate the weight of the earth (We) as the weight of the projected soil
prism above the pipe, for unsaturated soil conditions.
2)Soil density = 115 pcf (maximum value to be used), for unsaturated soil
conditions
3)In locations where ground water is encountered, reduce the soil density to
its buoyant weight for the backfill below the water table.
a)Reduce the coefficient of friction to 0.25.
4.Joints
a.Joints shall be gasket, bell and spigot and push-on type conforming to ASTM
D3139.
b.Since each pipe manufacturer has a different design for push-on joints, gaskets
shall be part of a complete pipe section and purchased as such.
c.Lubricant must be non-toxic and NSF approved for potable water applications.
d.Push-On Restrained Joints shall only be as approved in the Standard Products
List in Section 01 60 00.
5.Detectable Markers
a.Provide detectable markers in accordance with Section 33 05 26.
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.Install pipe, fittings, specials and appurtenances as specified herein, as specified in
AWWA C600, AWWA C605, AWWA M23 and in accordance with the pipe
manufacturer’s recommendations.
2.Lay pipe to the lines and grades as indicated in the Drawings.
3.Excavate and backfill trenches in accordance with Section 33 05 10.
4.Embed PVC Pressure Pipe in accordance with Section 33 05 10.
5.For installation of carrier pipe within casing, see Section 33 05 24.
B.Pipe Handling
1.Haul and distribute pipe and fittings at the project site.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised September 9, 2022
Water & Sanitary Sewer Replacement Contract 2021, WSM-T
CPN 104880
33 11 12 - 7
POLYVINYL CHLORIDE (PVC) PRESSURE PIPE
Page 7 of 9
a.Pipe shall be handled and stored in accordance with manufacturer’s
recommendations.
2.Handle piping with care to avoid damage.
a.Inspect each joint of pipe and reject or repair any damaged pipe prior to
lowering into the trench.
b.Conduit shall be homogenous throughout and free from voids, cracks,
inclusions and other defects, and shall be uniform as commercially
practicable in color, density and other physical characteristics.
c.Use only nylon ropes, slings or other lifting devices that will not damage the
surface of the pipe for handling the pipe.
3.At the close of each operating day:
a.Keep the pipe clean and free of debris, dirt, animals and trash – during and after
the laying operation.
b.Effectively seal the open end of the pipe using a gasketed night cap.
C.Joint Making
1.Mechanical Joints
a.In accordance with Section 33 11 11.
2.Push-on Joints
a.Install Push-On joints as defined in AWWA C900.
b.Wipe clean the gasket seat inside the bell of all extraneous matter.
c.Place the gasket in the bell in the position prescribed by the manufacturer.
d.Apply a thin film of non-toxic vegetable soap lubricant to the inside of the
gasket and the outside of the spigot prior to entering the spigot into the bell.
e.When using a field cut plain end piece of pipe, refinish the field cut to conform
to AWWA C605.
3.Joint Deflection
a.Deflect the pipe only when necessary to avoid obstructions, or to meet the lines
and grades shown in the Drawings.
b.Joint deflection shall not exceed 50 percent of the manufacturer’s
recommendation.
D.Detectable Metallic Tape Installation
1.See Section 33 05 26.
3.5 REPAIR/RESTORATION [NOT USED]
3.6 RE-INSTALLATION [NOT USED]
3.7 FIELD [OR] SITE QUALITY CONTROL
A.Potable Water Mains
1.Cleaning, disinfection, hydrostatic testing, and bacteriological testing of water
mains:
a.Clean, flush, pig, disinfect, hydrostatic test and bacteriological test the water
main as specified in Section 33 04 40.
B.Wastewater Lines
1.Closed Circuit Television (CCTV) Inspection
a.Provide a Post-CCTV Inspection in accordance with Section 33 01 31.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised September 9, 2022
Water & Sanitary Sewer Replacement Contract 2021, WSM-T
CPN 104880
33 11 12 - 8
POLYVINYL CHLORIDE (PVC) PRESSURE PIPE
Page 8 of 9
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]
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised September 9, 2022
Water & Sanitary Sewer Replacement Contract 2021, WSM-T
CPN 104880
33 11 12 - 9
POLYVINYL CHLORIDE (PVC) PRESSURE PIPE
Page 9 of 9
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
12/20/2012 D. Johnson
2.2.C.1 and 3.4.C.3 – revised maximum joint deflection requirements
3.4.C.1 – Added reference to Ductile Iron Fittings
3.4.D – Removed Marker Balls
1.1 Modified acceptable range for specification from up to 24-inch to up to 36-inch
4/1/2013 F. Griffin
Change Section 2.2 B. 5. from “The pipe material shall be PVC, meeting the
requirements of ASTM D1784, with a cell classification of 12454-B.” to “The pipe
material shall be PVC, meeting the requirements of ASTM D1784, with a cell
classification of 12454”.
11/14/2018 D.V. Magaña All references to the use of C905 are no longer applicable and are deleted.
1.3.A.4.c. – Updated to reflect C900 applicable on PVC pipe sizes 4” through 60”.
9/9/22 W Norwood
1.1.A Modified acceptable range for specification from 36-inch to 24-inch
1.3.A.4.c Updated C900 to reflect metric dimensions
1.3.A.5.b & 2.2.B.2 Addition of “NSF 14 Plastics Piping System Components and
Related Materials”
1.3.A.6.a Addition of “UL 1285 UL Standard for Safety Pipe and Couplings, PVC
and PVCO for Underground Fire Service”
2.2.C.3.a Addition of “corrosion resistant” and deletion of “when required by the
Drawings”
2.2.C.3. Add “ b. In addition to the mechanical joint restraint required for all bends
and fittings, horizontal and vertical bends shall be restrained by concrete thrust
blocking and by mechanical joint restraint along the length of the pipe as
recommended by the pipe manufacturer, unless shown otherwise in the design
drawings”
3.4.B.1. Add “ a. Pipe shall be handled and stored in accordance with manufacture’s
recommendations”
3.4.B.2 Add “b. Conduit shall be homogenous throughout and free from voids,
cracks, inclusions and other defects, and shall be uniform as commercially
practicable in color, density and other physical characteristics”
33 12 10 - 1
WATER SERVICES 1-INCH TO 2-INCH
Page 1 of 17
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised February 14, 2017
Water & Sanitary Sewer Replacement Contract 2021, WSM-T
CPN 104880
SECTION 33 12 10
WATER SERVICES 1-INCH TO 2-INCH
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. Lead-free 1-inch to 2-inch water service lines from the water main to the right-of-
way, fittings and water meter boxes complete in place, as shown on the Drawings,
directed by the Engineer, and specified herein for:
a. New Water Service
b. New Water Service (Bored)
c. Water Meter Service Relocate
d. Private Water Service
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Products Installed but not Furnished Under this Section
1. Water meters for various sizes
D. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 – General Requirements
3. Section 33 04 40 – Cleaning and Acceptance Testing of Water Mains
4. Section 33 05 10 – Utility Trench Excavation, Embedment and Backfill
5. Section 33 12 25 – Connection to Existing Water Mains
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. New Water Service
a. Measurement
1) Measurement for this Item shall be per each new “Water Service” complete
in place from the tap of the main to the installation of the meter box and
associated appurtenances where the service line is installed by open cut
construction.
b. Payment
1) The work performed and materials furnished in accordance with this Item
and measured as provided under “Measurement” will be paid for at the unit
price bid per each “Water Service” installed for:
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised February 14, 2017
Water & Sanitary Sewer Replacement Contract 2021, WSM-T
CPN 104880
33 12 10 - 2
WATER SERVICES 1-INCH TO 2-INCH
Page 2 of 17
a) Various sizes
c. The price bid shall include:
1) Furnishing and installing New Service Line as specified by the Drawings
2) Submitting product data
3) Tapping saddle
4) Corporation stop
5) Curb stop
6) Fittings
7) Service line installed by open cut
8) Connection to meter
9) Meter Box and Lid
10) Pavement removal
11) Excavation
12) Hauling
13) Disposal of excess material
14) Surface Restoration associated with Meter Box installation and connection,
excluding grass (seeding, sodding or hydro-mulch paid separately)
15) Clean-up
16) Disinfection
17) Testing
2. New Bored Water Service
a. Measurement
1) Measurement for this Item shall be per each new Water Service complete in
place from the tap of the main to the installation of the meter box and
associated appurtenances where the service line is installed by trenchless
method.
b. Payment
1) The work performed and materials furnished in accordance with this Item
and measured as provided under “Measurement” will be paid for at the unit
price bid per each “Bored Water Service” installed for:
a) Various sizes
c. The price bid shall include:
1) Submitting product data
2) Tapping saddle
3) Corporation stop
4) Curb stop
5) Fittings
6) Service line installed by trenchless method
7) Connection to meter
8) Meter Box and Lid
9) Pavement removal
10) Excavation
11) Hauling
12) Disposal of excess material
13) Surface restoration associated with Meter Box installation and connection,
excluding grass (seeding, sodding or hydro-mulch paid separately)
14) Clean-up
15) Disinfection
16) Testing
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised February 14, 2017
Water & Sanitary Sewer Replacement Contract 2021, WSM-T
CPN 104880
33 12 10 - 3
WATER SERVICES 1-INCH TO 2-INCH
Page 3 of 17
3. Water Meter Service Reconnect
a. Measurement
1) Measurement for this Item shall be per each Water Meter Service
Reconnect complete in place from public service line connection to private
service line connection.
b. Payment
1) The work performed in conjunction with relocation of the meter, associated
private service line, fittings and meter box 5 feet or less in any direction
from centerline of existing meter location and the materials furnished in
accordance with this Item will be paid for at the unit price bid per each
“Water Meter Service, Reconnection” installed for:
a) Various size of services
c. The price bid shall include:
1) Private service line
2) Fittings
3) Private connection to water meter
4) Connection to existing private service line
5) Cut and crimp of existing service
6) Removal and Disposal or Salvage of existing 2-inch or smaller water meter,
as directed by City
7) Pavement removal
8) Excavation
9) Hauling
10) Disposal of excess material
11) Surface restoration for area disturbed for installation of meter box,
excluding grass (seeding, sodding or hydro-mulch paid separately)
12) Clean-up
13) Cleaning
14) Disinfection
15) Testing
4. Private Water Service Relocation
a. Measurement
1) Measurement for this Item shall be per linear foot of Private Service
relocation complete in place from the meter box to a connection to the
existing service line on private property.
b. Payment
1) The work performed in conjunction with Private Service Line installation
where the meter and meter boxes are moved more than 5 feet in any
direction from centerline of existing meter location and materials furnished
in accordance with the Item and measured as provided under
“Measurement” will be paid for at the unit price bid per linear foot of
“Private Water Service” performed for:
a) Various service sizes
c. The price bid shall include:
1) Obtaining appropriate permit
2) Obtaining Right of Entry
3) Submitting product data
4) Private service line
5) Fittings
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised February 14, 2017
Water & Sanitary Sewer Replacement Contract 2021, WSM-T
CPN 104880
33 12 10 - 4
WATER SERVICES 1-INCH TO 2-INCH
Page 4 of 17
6) Backflow preventer, check valve, and isolation valve relocation, if
applicable
7) Connection to existing private service line
8) Pavement removal and replacement
9) Excavation
10) Hauling
11) Disposal of excess material
12) Surface restoration, excluding grass (seeding, sodding or hydro-mulch paid
separately)
13) Clean-up
14) Cleaning
15) Disinfection
16) Testing
1.3 REFERENCES
A. Definitions
1. New Service
a. Installation of new 1-inch to 2-inch Water Service Line by open cut
construction from the water main to the right-of-way, including corporation
stop, curb stop, fittings and water meter boxes complete in place, as shown on
the Drawings.
2. New Service (Bored)
a. Installation of new 1-inch to 2-inch Water Service Line by trenchless
construction method from the water main to the right-of-way, including
corporation stop, curb stop, fittings and water meter boxes complete in place, as
shown on the Drawings.
3. Meter Service Reconnection
a. Relocation and reconnection of the private service line from an existing meter
to be abandoned and a new meter installed that lies within 5 feet of the existing
meter.
4. Private Service Relocation
a. Relocation and reconnection of private service line behind the water meter
where the existing meter to be abandoned and the new meter installed is greater
than 5 feet of the existing meter. A licensed plumber is required to relocate the
private service.
5. Lead-free
a. Lead-free pipes and plumbing fittings and fixtures shall contain less than 0.25
percent lead in accordance with the reduction of Lead in Drinking Water Act
(P.L. 111-380).
B. Reference Standards
1. Reference standards cited in this Specification refer to the current reference
standard published at the time of the latest revision date logged at the end of this
Specification, unless a date is specifically cited.
2. ASTM International (ASTM):
a. A48, Standard Specification for Gray Iron Castings.
b. A536, Standard Specification for Ductile Iron Castings.
c. B88, Standard Specification for Seamless Copper Water Tube.
d. B98, Standard Specification for Copper-Silicon Alloy Rod, Bar and Shapes.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised February 14, 2017
Water & Sanitary Sewer Replacement Contract 2021, WSM-T
CPN 104880
33 12 10 - 5
WATER SERVICES 1-INCH TO 2-INCH
Page 5 of 17
e. C131, Standard Specification for Resistance to Degradation of Small-Size
Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine.
f. C150, Standard Specification for Portland Cement.
g. C330, Standard Specification for Lightweight Aggregates for Structural
Concrete.
h. C857 (RL), Standard Practice for Minimum Structural Design Loading for
Underground Precast Concrete Utility Structures
i. D883, Standard Terminology Relating to Plastics.
j. D1693, Standard Test Method for Environmental Stress-Cracking of Ethylene
Plastics
3. American Water Works Association (AWWA):
a. C700, Cold-Water Meters - Displacement Type, Bronze Main Case.
b. C800, Underground Service Line Valves and Fittings.
4. NSF International (NSF):
a. 61, Drinking Water System Components - Health Effects.
5. Reduction of Lead in Drinking Water Act
a. Public Law 111-380 (P.L. 111-380)
6. General Services Administration (GSA):
a. RR-F-621E, Frames, Covers, Gratings, Steps, Sump and Catch Basin, Manhole
1.4 ADMINISTRATIVE REQUIREMENTS
A. Scheduling
1. Provide advance notice for service interruptions and meet requirements of Division
0 and Division 1.
1.5 SUBMITTALS
A. Submittals shall be in accordance with Section 01 33 00.
B. All submittals shall be approved by the City prior to delivery.
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS
A. Product Data, if applicable:
1. Tapping Saddle
2. Corporation stop
3. Curb Stop
4. Service Line
5. Meter Box
6. Meter Box Lid
B. Certificates and Test Reports
1. Prior to shipment of any Water Service components, the manufacturer shall submit
the following:
a. A Certificate of Adequacy of Design stating that the components to be
furnished comply with all regulatory requirements identified in this Section
including:
1) The Reduction of Lead in Drinking Water Act (P.L. 111-380)
2) AWWA C800
3) NSF 61
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised February 14, 2017
Water & Sanitary Sewer Replacement Contract 2021, WSM-T
CPN 104880
33 12 10 - 6
WATER SERVICES 1-INCH TO 2-INCH
Page 6 of 17
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE
A. Qualifications
1. Manufacturers
a. Water Services shall meet or exceed the latest revisions of AWWA C800, NSF
61, the Reduction of Lead in Drinking Water Act and shall meet or exceed the
requirements of this Specification.
1.10 DELIVERY, STORAGE, AND HANDLING
A. Storage and Handling Requirements
1. Protect all parts such that no damage or deterioration will occur during a prolonged
delay from the time of shipment until installation is completed and the units and
equipment are ready for operation.
2. Protect all equipment and parts against any damage during a prolonged period at the
site.
3. Prevent plastic and similar brittle items from being directly exposed to sunlight or
extremes in temperature.
4. Secure and maintain a location to store the material in accordance with Section 01
66 00.
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS
2.1 OWNER-FURNISHED PRODUCTS
A. Water meters for various sizes
2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS
A. Manufacturers
1. Only the manufacturers as listed on the City’s Standard Products List will be
considered as shown in Section 01 60 00.
a. The manufacturer must comply with this Specification and related Sections.
2. Any product that is not listed on the Standard Products List is considered a
substitution and shall be submitted in accordance with Section 01 25 00.
3. The Water Services and appurtenances shall be new and the product of a
manufacturer regularly engaged in the manufacturing of Water Services and
appurtenances having similar service and size.
B. Description
1. Regulatory Requirements
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised February 14, 2017
Water & Sanitary Sewer Replacement Contract 2021, WSM-T
CPN 104880
33 12 10 - 7
WATER SERVICES 1-INCH TO 2-INCH
Page 7 of 17
a. All materials shall conform to the Reduction of Lead in Drinking Water
Act (P.L. 111-380). This Act defines “Lead-free” for pipes and other
appurtenances to be less than 0.25 percent lead.
b. Water Services shall meet or exceed the latest revisions of AWWA C800 and
shall meet or exceed the requirements of this Specification.
c. All Water Services components in contact with potable water shall conform to
the requirements of NSF 61.
C. Materials/Design Criteria
1. Service Lines
a. Provide Type K Copper Tubing per ASTM B88.
b. Furnish in the annealed conditions, unless otherwise specified in the Contract
Documents.
2. Service Couplings
a. Fitting Ends
1) Flared Copper Tubing with thread dimensions per AWWA C800
2) Provide coupling nuts with a machined bearing skirt of a length equal to the
tubing outer diameter (O.D.).
b. Provide with hexagonal wrench grip compatible with the coupling size.
c. Provide lead-free service couplings in accordance with the Reduction of Lead
in Drinking Water Act.
3. Corporation stops
a. Provide brass castings per AWWA C800 for:
1) Bodies
2) Plugs
3) D washers
4) Bottom nuts
b. Machining and Finishing of Surfaces
1) Provide 1 ¾ inch per foot or 0.1458 inch per inch ± 0.007 inch per inch
taper of the seating surfaces for the key and body.
2) Reduce large end of the tapered surface of the key in diameter by chamfer
or turning for a distance that will bring the largest end of the seating surface
of the key into the largest diameter of the seating surface of the body.
3) Relieve taper seat in the body on the small end.
4) Extend small end of the key there-through to prevent the wearing of a
shoulder and facilitate proper seating of key.
5) Design key, key nut and washer such that if the key nut is tightened to
failure point, the stem end of the key shall not fracture.
6) Design nut and stem to withstand a turning force on the nut of at least 3
times the necessary effort to properly seat the key without failure in any
manner.
7) Port through corporation stop shall be full size to eliminate turbulence in
the flow way.
8) Design stop for rotation about the axis of the flow passageway inside the
following minimum circles in order to properly clear the tapping machine:
a) Two 7/8-inch for 1-inch corporation stops
b) Four 15/16-inch for 1 ½ -inch and 2-inch corporation stops
c. Provide lead-free corporation stops in accordance with the Reduction of Lead in
Drinking Water Act.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised February 14, 2017
Water & Sanitary Sewer Replacement Contract 2021, WSM-T
CPN 104880
33 12 10 - 8
WATER SERVICES 1-INCH TO 2-INCH
Page 8 of 17
4. Curb Stops
a. Provide brass castings per AWWA C800.
b. Valve plugs shall be:
1) Cylinder type
2) Plug type, or
3) Ball type
c. Incorporate full flow porting.
d. Provide for full 360 degree plug rotation clockwise or counter-clockwise.
e. Overall Length
1) 3-5/16 inch + 1/8 inch for 1-inch diameter
2) 4-1/32 inch + 9.32 for 1-inch diameter
f. Cylindrical Plug Type
1) Provide O-ring seal at top and bottom.
a) O-ring at top only is acceptable if bottom of curb stop body is closed.
2) Seals shall be Buna N.
3) 1 O-ring seal shall surround the outlet port of the curb stop and act to
effectively seal in the closed position.
4) The port in the plug shall provide a straight through, full size flow way, so
shaped as to eliminate turbulence.
5) All waterways shall be smooth and free of burrs or rough areas.
6) Design the curb stop to provide ease and accuracy of operation and positive
shut-off of water.
g. Tapered Plug Type
1) Provide O-ring seal at top and bottom.
2) The tapered plug and cylindrical recess in the valve body shall be machined
to match within approved manufacturing tolerances.
3) Inlet and outlet ports shall be sealed by O-rings or combination Teflon U-
shaped seal rings backed with O-rings.
4) The port in the plug shall provide a straight through, full size flow way, so
shaped as to eliminate turbulence.
5) All waterways shall be smooth and free of burrs or rough areas.
6) Design the curb stop to provide ease and accuracy of operation and positive
shut-off of water.
h. Ball Plug Type
1) Provide double O-ring seals on the stem.
2) The ball shall seal against rubber rings mounted in the valve body at the
inlet and outlet ports.
3) The ball shall be bronze with a smooth Teflon coating.
4) The port in the plug shall provide a straight through, full size flow way, so
shaped as to eliminate turbulence.
5) All waterways shall be smooth and free of burrs or rough areas.
i. Provide lead-free curb stops in accordance with the Reduction of Lead in
Drinking Water Act.
5. Straight Adapters
a. Brass castings and threads per AWWA C800
b. Provide lead-free straight adapters in accordance with the Reduction of Lead in
Drinking Water Act.
6. Three Part Copper Unions
a. Brass castings and threads per AWWA C800
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised February 14, 2017
Water & Sanitary Sewer Replacement Contract 2021, WSM-T
CPN 104880
33 12 10 - 9
WATER SERVICES 1-INCH TO 2-INCH
Page 9 of 17
b. Provide lead-free Three Part Copper Unions in accordance with the Reduction
of Lead in Drinking Water Act.
7. Straight Meter Couplings
a. Brass castings per AWWA C800
b. Threads per AWWA C700
c. Tailpiece with outside iron pipe thread
d. Chamfer corners on threaded end of meter nut.
e. Machine inside and outside of tailpiece.
f. Provide lead-free Straight Meter Couplings in accordance with the Reduction of
Lead in Drinking Water Act.
8. Branch Connections
a. Brass castings per AWWA C800
b. Inlet and outlet connections per AWWA C800
c. Provide lead-free branch connections in accordance with the Reduction of Lead
in Drinking Water Act.
9. Service Saddles
a. Castings
1) Brass or Nylon coated ductile iron castings per AWWA C800
2) Free of porosity with sharp edges removed
3) Saddle
a) Form to fit firmly against side of maximum diameter of water main
with approximately 180 degrees wrap around.
4) Outlet
a) Design outlet boss for no thread distortion by bending moments.
b) Tapped for taper threaded corporation stop conforming to AWWA
C800.
b. Straps
1) Conform to ASTM B98.
2) Form flat to fit uniformly against the wall of the water main.
3) Shall be double straps
4) Rod diameter not less than 5/8 inch flattened to 1 inch on one side.
5) Straps shall be threaded 5/8 inch (11-NC-2A) for a distance such that ½
inch remains after clamp is fully tightened on the pipe.
6) Chamfer strap ends to protect the starting threads.
7) The threads shall be full and free from shear.
8) 4-inch and larger pipe shall be in accordance with Section 33 12 25.
c. Nuts
1) Bronze material
a) Same material as straps
2) Dimensions equal to or larger than heavy hexagon nuts
3) Tapped 5/8 inch (11-NC-2B)
d. Gaskets
1) Neoprene rubber material
2) Cemented to saddle and positioned to facilitate installation
10. Brass Flanged Angle Valve
a. For 1 ½-inch and 2-inch services
b. Brass castings per AWWA C800
c. Valve Body with integral outlet flange and inlet wrenching flat
d. Fit together key and body by turning key and reaming body
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised February 14, 2017
Water & Sanitary Sewer Replacement Contract 2021, WSM-T
CPN 104880
33 12 10 - 10
WATER SERVICES 1-INCH TO 2-INCH
Page 10 of 17
1) Key with O-ring seal seat at the upper end
2) Lap key and body seat are to conform to corporation stop requirements of
this Specification.
3) The outlet flange shall contain an O-ring seat or a uniform flat drop-in
flange gasket surface.
4) Drop-in flange gasket surface shall contain gasket retaining grooves milled
circular about the axis of the flange.
5) The size of the outlet flange and the diameter and spacing of the bolt holes
shall conform to AWWA C700.
6) The flange on 2-inch angle valves shall be double drilled to permit
connection to l ½ -inch meters.
7) The inlet port of the valve shall be tapered to conform to AWWA C800
taper pipe thread.
8) The key cap shall include a wrenching tee marked with a raised or recessed
arrow to show whether the valve is open or closed.
9) Valve Assembly (main body, key, key cap)
a) Brass material per AWWA C800
b) O-ring seal on the top of the key between the key and body seat
c) Key cap shall complete the assembly by attaching to the key by means
of a strong bronze pin with phosphor bronze spring washer(s)
depressed between the key cap and the top of the valve main body.
d) Provide with padlock wings for locking the valve in the closed position.
e) There shall be a uniform application of cold water valve grease
between the body and the key.
f) The valve shall be capable of being easily opened and stopping lugs.
g) The waterway through the valve shall be smooth and rounded for
minimum pressure loss, and shall be free of burrs or fins.
h) The valve shall be strong, well designed, neat in appearance, water-
tight and entirely adequate for the intended purpose.
i) Provide with either a high quality rubber drop-in gasket or an O-ring
seal depending on the manufacturer's flange seal surface design choice.
e. Provide lead-free brass flanged angle valves in accordance with the Reduction
of Lead in Drinking Water Act.
11. Meter Boxes shall:
a. Be constructed of:
1) Polymer, black polyethylene material as defined in ASTM D883.
a) Minimum wall thickness of 3/8-inch throughout with no blowing
agents or foaming plastics
b) Body shall be black throughout, blended at the time of manufacture,
and shall have a molded recycled emblem with a minimum of 35
percent Post Industrial/ Pre Consumer Recycled Content- verified with
a Leed Product Documentation.
c) Have a tensile strength greater than 1700 pounds per square inch (psi).
d) Smooth edges and corners and be free from sharp edges so the unit can
be handled safely without gloves.
e) Exterior free from seams or parting lines.
f) Have crush resistant ribbing along the outside of the box.
g) Have a flange around the lid opening to help prevent settling and aide
in adjustment to grade.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised February 14, 2017
Water & Sanitary Sewer Replacement Contract 2021, WSM-T
CPN 104880
33 12 10 - 11
WATER SERVICES 1-INCH TO 2-INCH
Page 11 of 17
h) Not to be installed in roadway – designed to withstand loading in non-
deliberate and incidental traffic only.
2) Concrete
a) Frame of No. 6 gauge wire welded closed
b) Type I or Type II Portland cement, in accordance with ASTM C150,
portioned with lightweight aggregate, in accordance with ASTM C330
(1) Percentage of wear not to exceed 40 per ASTM C131
(2) Minimum 28 day compressive strength of 3,000 psi
b. Be able to withstand a minimum 15,000 pounds vertical load
c. Withstand a minimum 400 pounds sidewall load.
d. Have pipe holes measuring a minimum of 2-1/2” x 3-1/4”.
e. 1-inch Standard Meter Box (Class A)
1) For use with services utilizing 5/8-inch x ¾-inch, ¾-inch or 1-inch meter
Single or Dual service meter.
2) Polymer
a) Size: working of not less than 10 inches x 16 inches, 12 inches high
3) Concrete
a) Size: working area not less than 10-inches x 16-inches, 12 inches high
f. 2-inch Standard Meter Box (Class C)
1) For use with services utilizing 1-1/2-inch or 2-inch Single service meter.
2) Polymer
a) Size: working area not less than 14-inches x 28-inches, 12 inches high
3) Concrete
a) Size: working area not less than 15-inches x 26-1/2-inches, 12 inches
high
g. Bullhead Standard Meter Box (Class B)
1) For use with services utilizing two 5/8-inch x ¾-inch or ¾-inch or 1-inch
Single service meter.
2) Polymer
a) Size: working area not less than 15-inches x 18-inches, 12 inches high
3) Concrete
a) Size: working area not less than 15-inches x 18-inches, 12 inches high
12. Meter Box Lid
a. Meter Box Lids Shall:
1) Be solid throughout with reinforcing ribs.
2) Have City of Fort Worth ‘Molly’ logo molded into the lid.
3) Bear the Manufacturer’s IS (name or logo) and Country of Origin.
4) Be designed both with and without AMI receptacles
5) Have a molded tread-plate
6) Seat securely and evenly inside the meter box and shall not overlap the top
edge of the meter box.
7) Have a molded pick bar for use by meter reading tool.
8) Have Automated Meter Infrastructure (AMI) snap locking slide mounts for
number of meters/endpoints associated with meter box
9) Have an opening to accept the AMI end-point. Opening shall accommodate
an endpoint with a 1-7/8 inches diameter.
10) Have recessed AMI end point area, to alleviate a trip hazard, centered over
AMI slide mount. Recess area should be 4-1/2 inches in diameter and 3/8”
deep.
11) Have built-in anti-flotation devices.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised February 14, 2017
Water & Sanitary Sewer Replacement Contract 2021, WSM-T
CPN 104880
33 12 10 - 12
WATER SERVICES 1-INCH TO 2-INCH
Page 12 of 17
b. Cast Iron or Ductile Iron
1) Lids for Concrete Meter Boxes shall be constructed out of a cast iron and
meet RRF-621 specification.
2) Shall withstand a minimum vertical load of 15,000 pounds
3) Coat castings with a bituminous emulsified asphalt unless otherwise
specified in the Contract Documents, ground smooth, and cleaned with shot
blasting, to get a uniform quality free from strength defects and distortions.
4) Dimensions shall be within industry standards of ±1/16 inch per foot.
5) Shall have a plug inserted in to the AMI receptacle to avoid water entering
through opening until the AMI receptacle is used
6) Be a minimum of 1-3/4 inches thick at reinforcing ribs.
7) Casting weights may vary ±5 percent from drawing weight per industry
standards.
c. Plastic(Composite)
1) The lid shall :
a) Constructed of Engineered Plastic as defined in ASTM D883
(1) Have a molded recycled emblem with a minimum of 50 percent
Post Consumer Recycled and 50 percent Post Industrial/ Pre
Consumer Recycled Content- verified with a Leed Product
Documentation.
(2) Be designed to fit a concrete box/cast iron box in retrofit
installations.
(3) Have a tensile strength greater than 1700 psi.
(4) Have a ‘knock-out” plug to accept the AMI end- point. Knock-out
diameter shall be 1-7/8 inch diameter. A removable plug may be
substituted for the knock-out plug.
(5) Be constructed out of a composite material blend for maximum
durability and corrosion resistance.
(6) Be black throughout with no blowing agents or foaming plastics
(7) Smooth edges and corners and be free from sharp edges so the unit
can be handled safely without gloves.
(8) Exterior free from seams or parting lines.
(9) Have a molded tread-pattern- tread dimensions shall be .188-inch x
.938-inch x .150-inch deep.
(10) Have “City of Fort Worth” molded into the lid.
(11) Have “Water Meter” molded into the lid- Font shall be standard
Fadal CNC font with 1-inch characters x .150-inch deep.
(12) Have a molded pick hole pocket- dimensions shall be 3-inch x
9/16-inch x Thru Hole with 3/16-inch 304 stainless steel rod.
(13) Have 2 pieces of ½-inch rebar located in lid pockets for
locatability as shown in Drawings.
(14) Have location capability using metal detector.
b) Domestic Manufacture Only-Made in USA molded on Lid.
c) Not to be installed in roadway or parking area
d) Be designed to withstand H-10 loading for non-deliberate and
incidental traffic only as .
e) Have ultraviolet protection.
2) 1-inch Standard Plastic Meter Box Lid (Class A)
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised February 14, 2017
Water & Sanitary Sewer Replacement Contract 2021, WSM-T
CPN 104880
33 12 10 - 13
WATER SERVICES 1-INCH TO 2-INCH
Page 13 of 17
a) For use with services utilizing 5/8-inch x ¾-inch, ¾-inch or 1-inch
meter Single or Dual service meter.
b) Size: 11-7/8-inch x 17-7/8-inch, 1-1/2 inches high
c) For use with Class A Standard Meter Box.
d) Polymer lid shall seat evenly inside meter box and shall not overlap the
top edge of the meter box.
3) 2-inch Standard Plastic Meter Box Lid (Class C)
a) For use with services utilizing 1-1/2-inch or 2-inch Single service
meter.
b) Size 27-inches x 15-1/4-inches, 1-7/8 inches high
c) For use with Class C Standard Meter Box.
d) Polymer lid shall seat evenly inside meter box and shall not overlap the
top edge of the meter box.
4) Bullhead Standard Plastic Meter Box Lid (Class B)
a) For use with services utilizing two 5/8-inch x ¾-inch or ¾-inch or 1-
inch Single service meter:
b) Size: 16-5/8-inch x 14—5/8-inch, 1-3/4 inches high
c) For use with Class B Standard Meter Box.
d) Polymer lid shall seat evenly inside meter box and shall not overlap the
top edge of the meter box.
13. Horizontal Check Valve
a. Equip 1 ½-inch and 2-inch Water Services with a horizontal check valve, with
pipe plug, only if specified in the Drawings.
b. If an existing backflow preventer is present, the Contractor is to leave it, and is
not required to provide an additional horizontal check valve.
c. Provide lead-free horizontal check valves in accordance with the Reduction of
Lead in Drinking Water Act.
14. Service Marker
a. 3 inch wide, 5 mil blue vinyl tape
2.3 ACCESSORIES [NOT USED]
2.4 SOURCE QUALITY CONTROL
A. Tests and Inspections
1. At the City’s option, the manufacturer shall be required to provide certification
records showing conformance of materials, design and testing to these
Specifications.
2.The test procedures shall conform to AWWA C800.
a. In the event that a chosen valve fails the City’s hydrostatic test, the cost of the
test shall be at the expense of the supplier.
b. Proof testing of the remainder of the valves shall be at the cost and
responsibility of the supplier.
c. These tests will be the basis of acceptance or rejection of the remainder of the
shipment by the City.
3. The City reserves the right to select products at random for testing. The failure of
materials to conform to the applicable Specification may result in the rejection of
the entire shipment.
B. Marking
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised February 14, 2017
Water & Sanitary Sewer Replacement Contract 2021, WSM-T
CPN 104880
33 12 10 - 14
WATER SERVICES 1-INCH TO 2-INCH
Page 14 of 17
1. Service saddle castings shall be clearly marked by letters and numerals cast thereon
showing:
a. Manufacturer’s name
b. Type
c. Size of Pipe
PART 3 - EXECUTION
3.1 INSTALLERS
A. A licensed plumber is required for installations on the outlet side of the service meter.
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 INSTALLATION
A. General
1. Install Water Services and appurtenances in accordance with AWWA C800.
2. Install Water Service Lines 5 feet north or east of center of lot frontage on lots 75
feet or wider, or where shown on Drawings.
3. Install Water Service Lines on lot center line on lots less than 75 feet wide, unless
otherwise shown on the Drawings.
4. Install services at a minimum depth of 36 inches below final grade/proposed top of
curb, unless otherwise specified in the Contract Documents.
5. Perform leak tests in accordance with Section 33 04 40.
6. Replace existing ¾-inch Service Lines with 1-inch new Service Line, tap, and
corporation.
7. Install replaced or relocated services with the service main tap and service line
being in line with the service meter, unless otherwise directed by the City.
8. Excavate, embed and backfill trenches in accordance with Section 33 05 10.
B. Handling
1. Haul and distribute Service Lines fittings at the project site and handle with care to
avoid damage.
a. Inspect each segment of Service Line and reject or repair any damaged pipe
prior to lowering into the trench.
b. Do not handle the pipe in such a way that will damage the pipe.
2. At the close of each operating day:
a. Keep the pipe clean and free of debris, dirt, animals and trash – during and after
the laying operation.
b. Effectively seal the open end of the pipe using a gasketed night cap.
C. Service Line Installation
1. Service Taps
a. Only ductile iron pipe may be directly tapped.
b. Install service taps and/or tap assemblies of the specified size as indicated on
the Drawings, or as specified by the Engineer.
c. Perform taps on a water system that is either uncharged or under pressure.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised February 14, 2017
Water & Sanitary Sewer Replacement Contract 2021, WSM-T
CPN 104880
33 12 10 - 15
WATER SERVICES 1-INCH TO 2-INCH
Page 15 of 17
d. Taps consist of:
1) For Concrete Pressure Pipe or Steel Pipe
a) Standard internal pipe threaded holes in the pipe walls
(1) Made during pipe fabrication
(2) Provide tapered threaded outlet with cc threads for up to 2-inch.
(3) Provide flange outlet with flange to thread insulator adaptor kits for
4-inch and larger taps.
2) Other pipe materials
a) Bronze service clamp with a sealed, threaded port through which the
pipe wall is drilled to complete a service port
e. Tap Assemblies
1) Consist of corporation stop with iron to copper connection attached to:
a) Copper tubing terminating as shown on the City’s Standard Detail
b) May be required adjacent to gate valves
c) Install as shown on the Drawings, or as directed by the Engineer.
d) When required, shall be included in the unit price bid for installing gate
valve.
2) Chlorination and testing purposes
a) No separate payment will be made for taps required for testing and
chlorination.
2. Installation of Water Services
a. Install tap and Service Line in accordance with City Details.
b. Install meter box in accordance with City Details.
1) Adjustment of the Service Line to proper meter placement height shall be
considered as part of the Meter Box installation.
3. Trenching
a. Provide a trench width sufficiently wide to allow for 2 inches of granular
embedment on either side of the Service Line.
4. Bored Services
a. Services shall be bored utilizing a pilot hole having a diameter ½ inch to ¾
inches larger than the Service Line.
5. Arrangement
a. Arrange corporation stops, branches, curb stops, meter spuds, meter boxes and
other associate appurtenances as shown in the City Detail, and to the approval
of the Engineer.
6. Service Marker
a. When Meter Box is not installed immediately subsequent to service installation:
1) Mark Curb Stop with a strip of blue vinyl tape fastened to the end of the
service and extending through the backfill approximately 6 inches above
ground at the Meter Box location.
b. Installation of service taps only:
1) Attach service marker tape to the corporation stop or plug and extend
upward and normal to the main through the backfill at the adjacent trench
edge to at least 6 inches above ground to flag the tap location.
7. Corporation stops
a. Fully open corporation stop prior to backfill.
D. Removal of Existing Water Meters
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised February 14, 2017
Water & Sanitary Sewer Replacement Contract 2021, WSM-T
CPN 104880
33 12 10 - 16
WATER SERVICES 1-INCH TO 2-INCH
Page 16 of 17
1. Remove, tag and collect existing Water Service meter for pickup by the City for
reconditioning or replacement.
2. After installation of the Water Service in the proposed location and receipt of a
meter from the City inspector, install the meter.
3. Reset the meter box as necessary to be flush with existing ground or as otherwise
directed by the City.
4. All such work on the outlet side of the service meter shall be performed by a
licensed plumber.
3.5 REPAIR / RESTORATION [NOT USED]
3.6 RE-INSTALLATION [NOT USED]
3.7 FIELD [OR] SITE QUALITY CONTROL
A. Field Tests and Inspections
1. Check each Water Service installation for leaks and full flow through the curb stop
at the time the main is tested in accordance with Section 33 04 40.
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
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised February 14, 2017
Water & Sanitary Sewer Replacement Contract 2021, WSM-T
CPN 104880
33 12 10 - 17
WATER SERVICES 1-INCH TO 2-INCH
Page 17 of 17
Revision Log
DATE NAME SUMMARY OF CHANGE
12/20/2012 D. Johnson
Added Blue Text for clarification
1.2 A. – Revision to items included in price bid
Specification modified to be in accordance with the Reduction of Lead in Drinking
Water Act – All materials shall be lead free in accordance with this Act.
1.2.A.3 – Water Meter Service Relocate was renamed Water Meter Service
Reconnect
1.6.B. – added certification submittals for compliance with regulatory requirements
2/13/2013 F. Griffin
Added the phrase ‘, including grass’ to lines;
Part 1, 1.2.A.1.c.14, Part1, 1.2.A.2.c.13, Part 1, 1.2.A.2.c.13, Part 1,1.2.A.3.c.11,
Part1, 1.2.A.4.c.11
Added the phrase ‘and replacement’ to line Part 1,1.2.A.4.c.7
4/26/2013 F. Griffin
Revised lines with ‘including grass’ replacing with ‘excluding grass (seeding,
sodding or hydromulching paid separately)’
Included in Part 1, 1.2, A, 1, c, 14; Part 1, 1.2, A, 2, c, 13; Part 1, 1.2, A, 3, c, 11;
Part 1, 1.2, A, 4, 2, 11
6/19/2013 D. Johnson 1.2.A.4.c – Addition of private water service appurtenances relocation to being
included in the linear foot price of private water services
11/21/2016 W. Norwood Require meter box suitable for AMI meter. 2.2,C, 11 & 2.2,C,12
11/21/2016 W. Norwood Require service saddle with double straps. 2.2,C,9,b
2/14/17 W. Norwood 2.2, C, 9.a.3 Remove table “Fit Contour of pipe…”
2/14/17 W. Norwood 3.4, C, 1.d.(2) Remove nylon sleeve inserts, require cc threads.
CITY OF FORT WORT H
ST ANDARD CONSTRUCT ION SPECIFICAT ION DOCUMENTS
Revised April 29, 2021
Water & Sanitary Sewer Replacement Contract 2021, WSM-T
CPN 104880
33 39 60 - 1
LINERS FOR SANIT ARY SEWER STRUCT URES
Page 1 of 12
1 SECTION 33 39 60
2 LINERS FOR SANITARY SEWER STRUCTURES
3 PART 1 - GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
6 1. Application of a high-build epoxy coating system (or modified polymer liner
7 system, i.e. SpectraShield) to concrete utility structures such as manholes, lift
8 station wet wells, junction boxes or other concrete facilities that may need
9 protection from corrosive materials. This covers rehabilitation of existing sanitary
10 sewer structures and newly installed sanitary sewer structures.
11 2. For sanitary sewer mains 8-inch diameter and larger, use of a structural liner
12 system, Warren Environmental System 301, ARC S1HB by A.W. Chesterton
13 Company, is acceptable.
14 3. For sanitary sewer mains 8-inch diameter and smaller, and less than 6-feet in depth,
15 use of a liner system, SpectraShield, is acceptable.
16 B. Deviations from this City of Fort Worth Standard Specification
17 1. None.
18 C. Related Specification Sections include but are not necessarily limited to:
19 1. Division 0 – Bidding Requirements, Contract Forms, and Conditions of the
20 Contract
21 2. Division 1 – General Requirements
22 3. Section 33 01 30 – Sewer and Manhole Testing
23 1.2 PRICE AND PAYMENT PROCEDURES
24 A. Measurement and Payment
25 1. Manholes
26 a. Measurement
27 1) Measurement for this Item shall be per vertical foot of coating as measured
28 from 2-inches below the bottom of the removable cover (not frame) to the top
29 of the bench. This includes lining of all exposed concrete, the bench and
30 invert, thru the use of flow control devices (i.e. temporary plugs, sand
31 bags), to temporarily block flow. However, as a last resort and with prior
32 written approval from Water Field Operations, if the flow cannot be
33 blocked temporarily, then the lining would stop 3-inches from the edge of
34 the water in the pipe. This item covers the total vertical footage for the
35 specific bid items of various manhole sizes (i.e. 4 foot diameter, 5 foot
36 diameter, Specific Manhole Designs for lines larger than 36-inch, etc.) and
37 specific types (Standard Manhole, Drop Manhole, Type “A” Manhole,
38 Shallow Manhole, including additional depth beyond 6 foot).
39 b. Payment
CITY OF FORT WORT H
ST ANDARD CONSTRUCT ION SPECIFICAT ION DOCUMENTS
Revised April 29, 2021
Water & Sanitary Sewer Replacement Contract 2021, WSM-T
CPN 104880
33 39 60 - 2
LINERS FOR SANIT ARY SEWER STRUCT URES
Page 2 of 12
1 1) The work performed, and materials furnished in accordance with this Item
2 and measured as provided under “Measurement” will be paid for at the unit
3 price bid per vertical foot of “Manhole Liner” applied.
4 c. The price bid shall include:
5 1) Removal of roots
6 2) Removal of existing coatings
7 3) Eliminating any leaks
8 4) Removal of steps
9 5) Repair/seal connection of the existing frame to chimney
10 6) Repairs of any cracks in the existing structure chimney, corbel (cone), wall,
11 bench, including any replacement of damaged rebar, pipe
12 7) Surface cleaning
13 8) Furnishing and installing Liner as specified by the Drawings
14 9) Hauling
15 10) Disposal of excess material
16 11) Site Clean-up
17 12) Manhole and Invert Cleaning
18 13) Testing
19 14) Re-Testing
20 2. Non-Manhole Structures
21 a. Measurement
22 1) Measurement for this Item shall be per square foot of area where the
23 coating is applied.
24 b. Payment
25 1) The work performed, and materials furnished in accordance with this Item
26 and measured as provided under “Measurement” shall be paid for at the unit
27 price bid per square foot of “Structure Liner” applied.
28 c. The price bid shall include:
29 1) Removal of roots
30 2) Removal of existing coatings
31 3) Eliminating any leaks
32 4) Removal of steps
33 5) Repair/seal connection of the existing frame to chimney
34 6) Repairs of any cracks in the existing structure chimney, corbel (cone), wall,
35 bench, including any replacement of damaged rebar, pipe
36 7) Surface cleaning
37 8) Furnishing and installing Liner as specified by the Drawings
38 9) Hauling
39 10) Disposal of excess material
40 11) Site Clean-up
41 12) Manhole and Invert Cleaning
42 13) Testing
43 14) Re-Testing
44 1.3 REFERENCES
45 A. Reference Standards
46 1. Reference standards cited in this Specification refer to the current reference
47 standard published at the time of the latest revision date logged at the end of this
48 Specification, unless a date is specifically cited.
CITY OF FORT WORT H
ST ANDARD CONSTRUCT ION SPECIFICAT ION DOCUMENTS
Revised April 29, 2021
Water & Sanitary Sewer Replacement Contract 2021, WSM-T
CPN 104880
1 2. ASTM International (ASTM):
33 39 60 - 3
LINERS FOR SANIT ARY SEWER STRUCT URES
Page 3 of 12
2 a. D543, Standard Practices for Evaluating the Resistance of Plastics to Chemical
3 Reagents.
4 b. D638, Standard Test Method for Tensile Properties of Plastics.
5 c. D695, Standard Test Method for Compressive Properties of Rigid Plastics.
6 d. D790, Standard Test Methods for Flexural Properties of Unreinforced and
7 Reinforced Plastics and Electrical Insulating Materials.
8 e. D4060, Standard Test Method for Abrasion Resistance of Organic Coatings by
9 the Taber Abraser.
10 f. D4414, Standard Practice for Measurement of Wet Film Thickness by Notch
11 Gages.
12 g. D7234, Stand Test Method for Pull-Off Adhesion strength of Coatings on
13 Concrete Using Portable Pull-Off Adhesion Testers.
14 3. Environmental Protection Agency (EPA).
15 4. NACE International (NACE). Published standards from the National
16 Association of Corrosion Engineers
17 5. Occupational Safety and Health Administration (OSHA). Employ a trench
18 safety system in accordance with Section
19 6. Resource Conservation and Recovery Act, (RCRA).
20 7. The Society for Protective Coatings/NACE International (SSPC/NACE):
21 a. SP 13/NACE No. 6, Surface Preparation of Concrete. This includes
22 monitoring for hydrogen sulfide, methane, or low oxygen. Also includes
23 flow control equipment. Surface preparation equipment may include high
24 pressure water cleaning (3500 psi) and shall be suited to provide a surface
25 compatible for installation of the liner system. Surface preparation shall
26 produce a clean, abraded, and sound surface, with no evidence of loose
27 concrete, loose brick, loose mortar, oil, grease, rust, scale, other
28 contaminants or debris, and shall display a surface profile suitable for
29 application of the liner system.
30 b. SP0188, Discontinuity (Holiday) Testing of New Protective Coatings on
31 Conductive Substrates
32 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
33 1.5 SUBMITTALS
34 A. Submittals shall be in accordance with Section 01 33 00.
35 B. All submittals shall be approved by the City prior to delivery.
36 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS
37 A. Product Data
38 1. Technical data sheet on each product used
39 2. Material Safety Data Sheet (MSDS) for each product used
40 3. Copies of independent testing performed on the coating product indicating the
41 product meets the requirements as specified herein
42 4. Technical data sheet and project specific data for repair materials to be topcoated
43 with the coating product including application, cure time and surface preparation
44 procedures
CITY OF FORT WORT H
ST ANDARD CONSTRUCT ION SPECIFICAT ION DOCUMENTS
Revised April 29, 2021
Water & Sanitary Sewer Replacement Contract 2021, WSM-T
CPN 104880
33 39 60 - 4
LINERS FOR SANIT ARY SEWER STRUCT URES
Page 4 of 12
1 5. Material and method for repair of leaks or cracks in the structure. This
2 applies to repair work on both existing structures, manholes and new installed
3 manholes (including Developer projects) that have been identified with cracks,
4 voids, signs of infiltration, other structural defects or other related
5 construction damage.
6 B. Contractor Data
7 1. Current documentation from coating product manufacturer certifying Contractor’s
8 training (and/or licensed) as an approved installer and equipment complies with the
9 Quality Assurance requirements specified herein
10 2. 5 recent references of Contractor indicating successful application of coating
11 product(s) of the same material type as specified herein, applied by spray
12 application within the municipal wastewater environment. References shall include
13 at least the following: owner name, City inspector name and phone number, project
14 name/number, size and linear footage of sanitary sewer main, manhole diameter,
15 structure dimensions and number of each, square feet (or vertical feet) of product
16 installed, contract cost, and contract duration. Contractor must demonstrate a
17 successful history of installing the product in structures of similar size and scope
18 and update this each time the contractor applies for and renews its Prequalification
19 for the Water Department.
20 3. For Developer Projects – at the time of Contractor selection, the
21 Prequalification Statement, Section 00 45 12 shall be submitted to the City,
22 clearly indicating the contractor prequalified for installation of
23 structure/manhole liner. No other bid submittals shall be accepted that
24 include lining contractors whose prequalification term has expired or is not on
25 the active contractor list at the time of Contractor selection. If the submitted
26 forms for this project not acceptable, the City will refer to the current active
27 contractor prequalification list, and the Contractor shall select the appropriate
28 manhole lining subcontractor based on the project scope of work. The
29 Contractor shall then provide the revised Prequalification Statement Section
30 00 45 12 for review and acceptance.
31 4. This Specification (along with the CCTV Specification) and the associated
32 submittals including the work plan, QA/QC, testing, closeout documents, etc.
33 shall be discussed as part of the Pre-Construction Agenda for each project
34 (Developer projects included).
35 5. For any project, Developer projects included - If the Contractor proceeds with
36 application of an unapproved lining product and/or using an unqualified
37 subcontractor for lining, the City shall recommend either repair and/or
38 removal of any defective lining material and have the Contractor select an
39 approved subcontractor that can apply the approved lining materials. This
40 work shall be at no additional cost to the City.
CITY OF FORT WORT H
ST ANDARD CONSTRUCT ION SPECIFICAT ION DOCUMENTS
Revised April 29, 2021
Water & Sanitary Sewer Replacement Contract 2021, WSM-T
CPN 104880
33 39 60 - 5
LINERS FOR SANIT ARY SEWER STRUCT URES
Page 5 of 12
1 6. Schedule and Sequence of Construction – Considering this is a specialized
2 installation performed by only certified applicators, the schedule for this work
3 has a lead time that shall be included in the Contractor’s schedule. If the
4 Contractor does not provide written notification and/or fails to schedule the
5 subcontractor in advance, the City shall not be responsible for any additional
6 costs and/or delays caused by the Contractor. Contractor shall provide the
7 updated construction schedule and work plan (including manhole preparation,
8 repairs, lining, testing, etc.) in accordance with Section 01 32 16 at least 1 week
9 prior to start of lining activities to the City Inspector, City Project Manager,
10 Water Field Operations, and Water Capital Projects. Equipment shall be on-
11 site and in working order for the testing. If the Contractor is unable to have
12 equipment ready for testing, the test date shall be rescheduled accordingly
13 with the Inspector. The updated construction schedule shall clearly indicate
14 all related construction activities at the manholes before and after lining. All
15 paving activities, including any final grade adjustments for manholes outside
16 pavement, shall be completed before Contractor begins lining work. After
17 liner installation, Contractor shall wait a minimum of 48 hours to allow the
18 liner material to fully cure before returning the system to normal service.
19 CCTV per Section 33 01 31 shall be scheduled after the lining has been
20 completed to document and confirm the manholes have been lined.
21 1.7 CLOSEOUT SUBMITTALS
22 A. Testing Documentation
23 1. Provide test results required in Section 2.4 and Section 3.7 to City.
24 a. Include the following manhole or structure location information:
25 1) Existing sanitary sewer main/lateral number. For Developer Projects,
26 provide proposed sanitary sewer line number as designated on the plans
27 and provide the existing sanitary sewer main/lateral number at
28 connection to the existing manhole (if applicable).
29 2) Station number
30 3) GIS ID number (if provided during construction).
31 b. Inspection report of each manhole/structure tested (See attached sample
32 reports to be used for Wet Film Thickness, Manhole Holiday/Spark
33 Detection, and Manhole Adhesion Test).
34 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
35 1.9 QUALITY ASSURANCE
36 A. Qualifications
37 1. Contractor
38 a. Be trained by, or have training approved and certified by, the coating product
39 manufacturer for the handling, mixing, application and inspection of the coating
40 product(s) to be used as specified herein
41 b. Initiate and enforce quality control procedures consistent with the coating
42 product(s) manufacturer recommendations and applicable NACE or SSPC
43 standards as referenced herein
44 1.10 DELIVERY, STORAGE, AND HANDLING
45 A. Keep materials dry, protected from weather and stored under cover.
CITY OF FORT WORT H
ST ANDARD CONSTRUCT ION SPECIFICAT ION DOCUMENTS
Revised April 29, 2021
Water & Sanitary Sewer Replacement Contract 2021, WSM-T
CPN 104880
33 39 60 - 6
LINERS FOR SANIT ARY SEWER STRUCT URES
Page 6 of 12
1 B. Store coating materials between 50 degrees F and 90 degrees F.
2 C. Do not store near flame, heat or strong oxidants.
3 D. Handle coating materials according to their material safety data sheets.
4 1.11 FIELD [SITE] CONDITIONS
5 A. Provide confined space entry, flow diversion and/or bypass plans as necessary to
6 perform the specified work. Active flows shall be diverted with flow through plugs as
7 required to ensure that flow is maintained off the surfaces to be lined.
8 1.12 WARRANTY
9 A. Contractor Warranty
10 1. Contractor’s Warranty shall be in accordance with Division 0.
11 PART 2 - PRODUCTS
12 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED]
13 2.2 EQUIPMENT, PRODUCT TYPES, MATERIALS
14 A. Repair and Resurfacing Products
15 1. Compatible with the specified coating product(s) in order to bond effectively, thus
16 forming a composite system
17 2. Used and applied in accordance with the manufacturer’s recommendations
18 3. The repair and resurfacing products must meet the following:
19 a. 100 percent solids, solvent-free epoxy grout specifically formulated for epoxy
20 topcoating compatibility
21 b. Factory blended, rapid setting, high early strength, fiber reinforced, non-shrink
22 repair mortar that can be toweled or pneumatically spray applied and
23 specifically formulated to be suitable for topcoating with the specified coating
24 product used
25 B. Coating Product
26 1. Capable of being installed and curing properly within a manhole or concrete utility
27 environment
28 2. Resistant to all forms of chemical or bacteriological attack found in municipal
29 sanitary sewer systems; and, capable of adhering to typical manhole structure
30 substrates
31 3. The 100 percent solids, solvent-free ultra high-build epoxy system shall exhibit the
32 following characteristics:
33 a. Application Temperature – 50 degrees F, minimum
34 b. Thickness – 125 mils minimum for newly installed structures; 250 mils
35 minimum for rehabilitation of existing structures (Warren Environmental
36 System 301, ARC S1HB by A.W. Chesterton Company)
37 c. Color – White, Light Blue, or Beige
38 d. Compressive Strength (per ASTM D695) – 8,800 psi minimum
39 e. Tensile Strength (per ASTM D638) – 7,500 psi minimum
40 f. Hardness, Shore D (per ASTM D4541) – 70 minimum
CITY OF FORT WORT H
ST ANDARD CONSTRUCT ION SPECIFICAT ION DOCUMENTS
Revised April 29, 2021
Water & Sanitary Sewer Replacement Contract 2021, WSM-T
CPN 104880
33 39 60 - 7
LINERS FOR SANIT ARY SEWER STRUCT URES
Page 7 of 12
1 g.Abrasion Resistance (per ASTM D4060 CS 17F Wheel) – 80 mg loss
2 maximum
3 h.Flexural Modulus (per ASTM D790) – 400,000 psi minimum
4 i.Flexural Strength (per ASTM D790) – 12,000 psi minimum
5 j.Adhesion to Concrete, mode of failure (ASTM D4541): Substrate (concrete)
6 failure
7 k.Chemical Resistance (per ASTM D543/G20) all types of service for:
8 1) Municipal sanitary sewer environment
9 2) Sulfuric acid, 70 percent
10 3) Sodium hydroxide, 20 percent
11 4. Or, the multi-layer modified polyurea and polyurethane shall exhibit the following
12 characteristics:
13 a. Application Temperature – 50 degrees F, minimum
14 b. Thickness – 500 mils minimum (SpectraShield)
15 c. Moisture Barrier and Final Corrosion Barrier
16 1) Color – Pink
17 2) Tensile Strength (per ASTM D412) – 2550 psi minimum
18 3) Hardness, Shore D (per ASTM D2240) – 56 minimum
19 4) Abrasion Resistance (per ASTM D4060) – 20 mg loss maximum
20 5) Percent Elongation (per ASTM D412) – 269
21 d. Surfacer
22 1) Compressive Strength (per ASTM D1621) – 100 psi minimum
23 2) Density (per ASTM D1622) – 5 lbs/cu ft minimum
24 3) Shear Strength (per ASTM C273) – 230 psi minimum
25 4) Closed Cell Content (per ASTM D1940) – >95%
26 C. Coating Application Equipment
27 1. Manufacturer approved heated plural component spray equipment
28 2. Hard to reach areas, primer application and touch-up may be performed using hand
29 tools.
30 3. Applicator shall use approved specialty equipment that is adequate in size, capacity,
31 and number sufficient to accomplish the work in a timely manner.
32 2.3 ACCESSORIES [NOT USED]
33 2.4 SOURCE QUALITY CONTROL
34 A. Coating Thickness Testing
35 1. Film Thickness Testing for epoxy systems
36 a. Take wet film thickness gauge measurements per ASTM D4414 – Standard
37 Practice for Measurement of Wet Film Thickness by Notch Gages at 3 locations
38 within the manhole, 2 spaced equally apart along the wall and 1 on the bench.
39 1) Document and attest measurements and provide to the City using the form
40 at the end of this specification.
41 2. Thickness testing for modified polymer liner system
42 a. Upon installation of the Final Corrosion Barrier insert probe into substrate for
43 depth of system measurement at 3 locations within the manhole, 2 spaced
44 equally apart along the wall and 1 on the bench.
45 3. Document all testing results and provide to the City using the form at the end of this
46 specification.
CITY OF FORT WORT H
ST ANDARD CONSTRUCT ION SPECIFICAT ION DOCUMENTS
Revised April 29, 2021
Water & Sanitary Sewer Replacement Contract 2021, WSM-T
CPN 104880
1 B. Non-Conforming Work
33 39 60 - 8
LINERS FOR SANIT ARY SEWER STRUCT URES
Page 8 of 12
2 1. City reserves the right to require additional testing depending on the rate of failure.
3 2. City will select testing locations.
4 C. Testing Frequency
5 1. Projects with 10 or less manholes and/or structures test all.
6 2. Projects with greater than 10 manholes and/or structures, test at least 10 and test 25
7 percent of manholes and/or structures after the first 10.
8 3. City will select the manholes and/or structures to be tested.
9 PART 3- EXECUTION
10 3.1 INSTALLERS
11 A. All installers shall be certified applicators approved by the manufacturers. Applicator
12 shall use adequate number of skilled workmen that have been trained and experienced for
13 the approved product.
14
15 3.2 EXAMINATION [NOT USED]
16 3.3 PREPARATION
17 A. Manhole Preparation
18 1. Stop active flows via damming, plugging or diverting as required to ensure all
19 liquids are maintained below or away from the surfaces to be coated.
20 2. Maintain temperature of the surface to be coated between 40 and 120 degrees F.
21 3. Shield specified surfaces to avoid exposure of direct sunlight or other intense heat
22 source.
23 a. Where varying surface temperatures do exist, coating installation should be
24 scheduled when the temperature is falling versus rising.
25 B. Surface Preparation
26 1. Remove oils, roots, grease, incompatible existing coatings, waxes, form release,
27 curing compounds, efflorescence, sealers, salts or other contaminants which may
28 affect the performance and adhesion of the coating to the substrate. Remove any
29 steps found in the structure.
30 2. Remove concrete and/or mortar damaged by corrosion, chemical attack or other
31 means of degradation so that only sound substrate remains.
32 3. Surface preparation method, or combination of methods, that may be used include
33 high pressure water cleaning, high pressure water jetting, abrasive blasting,
34 shotblasting, grinding, scarifying, detergent water cleaning, hot water blasting and
35 others as described in SSPC SP 13/NACE No. 6.
36 4. All methods used shall be performed in a manner that provides a uniform, sound,
37 clean, neutralized, surface suitable for the specified coating product.
38 5. After completion of surface preparation, inspect for leaks, cracks, holes, exposed
39 rebar, ring and cover condition, invert condition, and inlet/outlet pipe condition.
CITY OF FORT WORT H
ST ANDARD CONSTRUCT ION SPECIFICAT ION DOCUMENTS
Revised April 29, 2021
Water & Sanitary Sewer Replacement Contract 2021, WSM-T
CPN 104880
33 39 60 - 9
LINERS FOR SANIT ARY SEWER STRUCT URES
Page 9 of 12
1 6. After defects in the structure have been identified, seal cracks, repair exposed rebar
2 with new rebar to match existing, repair leaks and cracks with grout or other
3 methods approved by the Manufacturer and the City. All new rebar shall be
4 embedded in 1 ½ inch epoxy mastic. Replace/seal connection between existing
5 frame and chimney if it is found loose or not attached.
6 7. The repair materials shall be trowel or spray applied by the lining Contractor
7 utilizing proper equipment on to specified surfaces. The equipment shall be
8 specially designed to accurately ratio and apply the specified materials and
9 shall be regularly maintained and in proper working order. The repair
10 mortar and epoxy topcoat must share the same epoxy matrix to ensure a
11 bonded weld. No cementitious repair material, quick setting high strength
12 concrete with latex or curing agent additives, or quick set mortars will be
13 allowed. Proper surface preparation procedures must be followed to ensure
14 adequate bond strength to any surface to be coated. New cement cure time is
15 at least 30 days prior to coating. The repair materials as specified in this
16 Section shall apply to both existing structures and new installed structures.
17 This includes Developer projects, in which new installed structures/manholes
18 have been identified with either cracks, voids, signs of infiltration, other
19 structural defects or other related construction damage.
20 3.4 INSTALLATION
21 A. General
22 1. Perform coating after the sewer line replacement/repairs, grade adjustments and
23 grouting are complete.
24 2. Perform application procedures per recommendations of the coating product
25 manufacturer, including environmental controls, product handling, mixing and
26 application.
27 B. Temperature
28 1. Only perform application if surface temperature is between 40 and 120 degrees F.
29 2. Make no application if freezing is expected to occur inside the manhole within 24
30 hours after application.
31 C. Coating
32 1. Spray apply per manufacturer’s recommendation at a minimum film thickness as
33 noted in Section 2.2.B.
34 2. Apply coating from bottom of manhole frame to the bench/trough, including the
35 bench/trough.
36 3. After walls are coated, remove bench covers and spray bench/trough to at least the
37 same thickness as the walls.
38 4. Apply any topcoat or additional coats within the product’s recoat window.
39 a. Additional surface preparation is required if the recoat window is exceeded.
40 5. Allow a minimum of 48 hours of cure time or be set hard to touch before
41 reactivating flow.
CITY OF FORT WORT H
ST ANDARD CONSTRUCT ION SPECIFICAT ION DOCUMENTS
Revised April 29, 2021
Water & Sanitary Sewer Replacement Contract 2021, WSM-T
CPN 104880
33 39 60 - 10
LINERS FOR SANIT ARY SEWER STRUCT URES
Page 10 of 12
1 3.5 REPAIR / RESTORATION [NOT USED]
2 3.6 RE-INSTALLATION [NOT USED]
3 3.7 FIELD QUALITY CONTROL
4 A. Each structure will be visually inspected by the City the same day following the
5 application.
6 B. Groundwater infiltration of the system shall be zero.
7 C. All pipe connections shall be open and clear.
8 D. The inspector will check for deficiencies, pinholes, voids, cracks, uncured spots,
9 delamination, and thin spots. Any deficiencies in the liner shall be marked and repaired
10 according to the procedures outlined by the Manufacturer.
11 E. If leaks are detected they will be chipped back, plugged and coated immediately with
12 protective epoxy resin coating.
13 1. Make repair 24 hours after leak detection.
14 F. Post Installation Coating Tests
15 1. Wet Film Testing
16 2. Adhesion Testing
17 a. Adhesion test the liner at a minimum of three locations (cone area, mid-section,
18 and bottom of the structure). For structures exceeding 6-feet add one additional
19 test for every additional 6-feet. For example: 6-foot manhole – 3 tests. 6-feet, 1-
20 inch manhole thru 11-feet, 11-inch manhole – 4 tests, 12-foot manhole – 5 tests.
21 Etc… Tests performed per ASTM D7234 – Standard Test Method for Pull-Off
22 Adhesion Strength of Coatings on Concrete Using Portable Pull-Off Adhesion
23 Testers.
24 1) Document and attest all test results repairs made and provide to the City
25 (see structure/manhole report form for adhesion testing at the end of this
26 specification).
27 2) The adhesive used to attach the dollies shall have a tensile strength greater
28 that the liner.
29 3) Failure of the dolly adhesive is deemed a non-test and requires retesting.
30 4) All the pull tests shall exceed 300 psi or concrete failure with more than
31 50% of the subsurface adhered to the coating. If over 1/3rd fail, additional tests
32 may be required by the City. If additional tests fail the City may require
33 removal and replacement of the liner at the contractor’s expense.
34 3. Holiday Detection Testing
35 a. Holiday Detection test the liner per NACE SP0188 – Discontinuity (Holiday)
36 Testing of New Protective Coatings on Conductive Substrates. Mark all
37 detected holidays. Repair all holidays in accordance to coating manufacturer’s
38 recommendations.
39 1) Document and attest all test results repairs made and provide to the
40 City (see structure/manhole report for holiday detection testing at the
41 end of this specification).
CITY OF FORT WORT H
ST ANDARD CONSTRUCT ION SPECIFICAT ION DOCUMENTS
Revised April 29, 2021
Water & Sanitary Sewer Replacement Contract 2021, WSM-T
CPN 104880
33 39 60 - 11
LINERS FOR SANIT ARY SEWER STRUCT URES
Page 11 of 12
1 2) For example, the typical testing requirements are 100 volts per mil to
2 12,500 volts to test 125 mils. Contractor shall mark any location that
3 shows a spark or potential for a pinhole and repair these locations per
4 manufacturer recommendations.
5 4. CCTV
6 a. Post Construction CCTV recordings shall be made after all other testing is
7 completed, including the repairs that are made to the lining following any test
8 failures.
9 b. After liner installation, conduct post-CCTV in accordance with Section 33 01 31.
10 Video camera shall be lowered from the top of the manhole to the invert, to video
11 all lined surfaces, prior to beginning post-CCTV of the main. Payment for this
12 work is subsidiary to the cost for the post-CCTV of the main.
13 c. A bonded third-party testing company shall perform the testing.
14 d. Or Contractor may perform tests if witnessed by representative of the coating
15 manufacturer. Coating manufacturer representative to provide certification that
16 Contractor performed tests in accordance with noted standards.
17 G. Non-Conforming Work
18 1. City reserves the right to require additional testing depending on the rate of failure.
19 2. City will select testing locations.
20 3. Repair all defects according to the manufacturer’s recommendations.
21 H. Testing Frequency
22 1. Projects with 10 or less manholes and/or structures test all.
23 2. Projects with greater than 10 manholes and/or structures, test at least 10 and test 25
24 percent of manholes and/or structures after the first 10.
25 3. City will select the manholes and/or structures to be tested.
26 I. Test manhole for final acceptance according to Section 33 01 30.
27 3.8 SYSTEM STARTUP [NOT USED]
28 3.9 ADJUSTING [NOT USED]
29 3.10 CLEANING [NOT USED]
30 3.11 CLOSEOUT ACTIVITIES
31 A. Provide all test results from testing per Section 2.4 and applicator certifications per
32 Section 3.1 and in accordance with Section 1.7. In addition, perform vacuum test and
33 provide results using the test form per Section 33 01 30, Sewer and Manhole Testing.
34 B. Upon final completion of the work, the manufacturer and/or the testing firm will
35 provide a written certification of proper application to the City.
36 C. The certification will confirm that the deficient areas were repaired in accordance with
37 the procedure set forth in this Specification. The final report will detail the location of the
38 repairs in the structure and description of the repairs. See attached testing forms.
CITY OF FORT WORT H
ST ANDARD CONSTRUCT ION SPECIFICAT ION DOCUMENTS
Revised April 29, 2021
Water & Sanitary Sewer Replacement Contract 2021, WSM-T
CPN 104880
1 3.12 PROTECTION [NOT USED]
2 3.13 MAINTENANCE [NOT USED]
3 3.14 ATTACHMENTS [NOT USED]
33 39 60 - 12
LINERS FOR SANIT ARY SEWER STRUCT URES
Page 12 of 12
4 END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
09-23-2020 J. Kasavich
Further clarification on the sizes and types of manholes under Part 1.2. Removal of
Raven Lining system and inclusion of SpectraShield and Warren Environmental
System 301, and ARC S1HB by A.W. Chesterton Company. Additional source
quality control and field quality control test requirements. Added testing forms for
Wet Film Thickness, Manhole Holiday/Spark Detection, and Manhole Adhesion
Test.
4-21-2021 J. Kasavich Provided minor revisions to clarify howtesting is to be recorded and order of testing.
5
Steps: Yes / No
Structure Material:
Lining Material:
MH Depth:
MH Width:
Bench:
Mil (Gauge)
Invert (Sprayed)
Yes / No
125 / 250
Yes / *No
Comments:
*If No, Justify
Indicate Measurements on the Diagram Above
POST INSTALLATION
MANHOLE LINER INSPECTION FORM
WET FILM THICKNES
Company Name:
Address:
Phone #:
Coating Date:
Cell: Work:
Crew Leader:
Project #:Project Name:
Contractor:
Owner:
Thickness of Coating:
Location of Structure:
MANHOLE INFORMATION
Line & Station #: Other:
Structure Type: (check one)4’ DI MH TYPE A FLDW DIV BOX
5’ DI MH TYPE B FLDW DIV BOX
6’ DI MH JUNCTION BOX
7’ DI MH SPHIPHON ENTRY BOX
METERING STATION
Wet Film Thickness Measurements
Wet Film Thickness Gauge per ASTM D4414 at 3 Locations Within the Manhole
Two (2) Spaced Equally Apart Along the Wall and One (1) on the Bench
S
POST INSTALLATION
MANHOLE ADHESION TEST FOR
Cell: Work:
Crew Leader:
Project #:
Company Name:
Address:
Phone #:
Coating Date:
Project Name:
Contractor:
Owner:
Thickness of Epoxy Coating:
Location of Structure:
MANHOLE INFORMATION
Line & Station #: Other:
Structure Type: (check one) 4’ DI MH TYPE A FLDW DIV BOX
5’ DI MH TYPE B FLDW DIV BOX
6’ DI MH JUNCTION BOX
7’ DI MH SPHIPHON ENTRY BOX
METERING STATION
Adhesion Test Results
(ASTM D7234)
Indicate test locations on drawingInspection Date:
Inspection Company:
Inspector Name:
Manhole Depth:
Number of Tests:
Test Results:
Comments:
*Non-Manhole Structures may requireadditional sketches to
indicate testing location for all testingprocedures. Include
additional sketches as needed.
M
POST INSTALLATION
MANHOLE HOLIDAY/SPARK DETECTION TEST FORM
Thickness of Coating:
Location of Structure:
MANHOLE INFORMATION
Line & Station #: Other:
Structure Type: (check one) 4’ DI MH
5’ DI MH
TYPE A FLDW DIV BOX
TYPE B FLDW DIV BOX
Liner Material:
Spark Tester Serial #:
Voltage Setting:
Inspection Date:
Inspection Company:
Inspector Name:
Repair Date:
Comments:
*Non-Manhole Structures may require additional sketches to
indicate testing location for all testing procedures. Include
additional sketches as needed.
Indicate defect locations on drawing
Company Name:
Address:
Phone #:Cell:Work:
Coating Date:Crew Leader:
Project Name:Project #:
Contractor:
Owner:
6’ DI MH JUNCTION BOX
7’ DI MH
SPHIPHON ENTRY BOX
METERING STATION
Holiday Detection Test Results
(NACE SP0188)
POST INSTALLATION
MANHOLE VACUUM TEST FOR
Cell: Work:
Crew Leader:
Project #:
Company Name:
Address:
Phone #:
Coating Date:
Project Name:
Contractor:
Owner:
Indicate Pass/Fail:
Location of Structure:
Manhole Pour or Placement Date:
MANHOLE INFORMATION
Line & Station #: Other:
Structure Type: (check one) 4’ DI MH TYPE A FLDW DIV BOX
5’ DI MH TYPE B FLDW DIV BOX
6’ DI MH JUNCTION BOX
7’ DI MH SPHIPHON ENTRY BOX
METERING STATION
Vacuum Test Results
Inspection Date:
Inspection Company:
Inspector Name:
Repair Date:
Repair Location:
Type of Repair:
Repair Materials:
Comments:
Repair Locations
M
CITY OF FORT WORT H
ST ANDARD CONSTRUCT ION SPECIFICAT ION DOCUMENTS
Revised March 22, 2021
Water & Sanitary Sewer Replacement Contract 2021, WSM-T
CPN 104880
34 71 13 - 1
TRAFFIC CONTROL
Page 1 of 6
1 SECTION 34 71 13
2 TRAFFIC CONTROL
3 PART 1 - GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
6 1. Installation of Traffic Control Devices and preparation of Traffic Control 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 Contract
11 2. Division 1 – General Requirements
12 1.2 PRICE AND PAYMENT PROCEDURES
13 A. Measurement and Payment
14 1. Installation of Traffic Control Devices
15 a. Measurement
16 1) Measurement for Traffic Control Devices shall be per month for the Project
17 duration.
18 a) A month is defined as 30 calendar days.
19 b. Payment
20 1) The work performed and materials furnished in accordance with this Item
21 and measured as provided under “Measurement” shall be paid for at the
22 unit price bid for “Traffic Control”.
23 c. The price bid shall include:
24 1) Traffic Control implementation
25 2) Installation
26 3) Maintenance
27 4) Adjustments
28 5) Replacements
29 6) Removal
30 7) Police assistance during peak hours
31 2. Portable Message Signs
32 a. Measurement
33 1) Measurement for this Item shall be per week for the duration of use.
34 b. Payment
35 1) The work performed and materials furnished in accordance to this Item and
36 measured as provided under “Measurement” shall be paid for at the unit
37 price bid per week for “Portable Message Sign” rental.
38 c. The price bid shall include:
39 1) Delivery of Portable Message Sign to Site
40 2) Message updating
41 3) Sign movement throughout construction
42 4) Return of the Portable Message Sign post-construction
CITY OF FORT WORT H
ST ANDARD CONSTRUCT ION SPECIFICAT ION DOCUMENTS
Revised March 22, 2021
Water & Sanitary Sewer Replacement Contract 2021, WSM-T
CPN 104880
1 3. Preparation of Traffic Control Plan Details
2 a. Measurement
34 71 13 - 2
TRAFFIC CONTROL
Page 2 of 6
3 1) Measurement for this Item be per each Traffic Control Detail prepared.
4 b. Payment
5 1) The work performed and materials furnished in accordance with this Item
6 shall be paid for at the unit price bid per each “Traffic Control Detail”
7 prepared.
8 c. The price bid shall include:
9 1) Preparing the Traffic Control Plan Details for closures of 24 hours or
10 longer
11 2) Adherence to City and Texas Manual on Uniform Traffic Control Devices
12 (TMUTCD)
13 3) Obtaining the signature and seal of a licensed Texas Professional Engineer
14 4) Incorporation of City comments
15 1.3 REFERENCES
16 A. Reference Standards
17 1. Reference standards cited in this Specification refer to the current reference
18 standard published at the time of the latest revision date logged at the end of this
19 Specification, unless a date is specifically cited.
20 2. Texas Manual on Uniform Traffic Control Devices (TMUTCD).
21 3. Item 502, Barricades, Signs, and Traffic Handling of the Texas Department of
22 Transportation, Standard Specifications for Construction and Maintenance of
23 Highways, Streets, and Bridges.
24 1.4 ADMINISTRATIVE REQUIREMENTS
25 A. General
26 1. Contractor shall minimize lane closures and impact to vehicular/pedestrian traffic.
27 B. Coordination
28 1. Contact Traffic Services Division (817-392-7738) a minimum of 48 hours prior to
29 implementing Traffic Control within 500 feet of a traffic signal.
30 C. Sequencing
31 1. Any deviations to the Traffic Control Plan included in the Drawings must be first
32 approved by the City and design Engineer before implementation.
33 1.5 SUBMITTALS
34 A. Provide the City with a current list of qualified flaggers before beginning flagging
35 activities. Use only flaggers on the qualified list.
36 B. Obtain a Street Use Permit from the TPW Department’s Transportation Division. The
37 Traffic Control Plan (TCP) for the Project shall be as detailed on the Traffic Control
38 Plan Detail sheets of the Drawing set. A copy of this Traffic Control Plan shall be
39 submitted with the Street Use Permit.
40 C. Traffic Control Plans shall be signed and sealed by a licensed Texas Professional
41 Engineer.
CITY OF FORT WORT H
ST ANDARD CONSTRUCT ION SPECIFICAT ION DOCUMENTS
Revised March 22, 2021
Water & Sanitary Sewer Replacement Contract 2021, WSM-T
CPN 104880
34 71 13 - 3
TRAFFIC CONTROL
Page 3 of 6
1 D. Contractor shall prepare Traffic Control Plans if required by the Drawings or
2 Specifications. The Contractor will be responsible for having a licensed Texas
3 Professional Engineer sign and seal the Traffic Control Plan sheets.A traffic control
4 “Typical” published by City of Fort Worth, the Texas Manual Unified Traffic Control
5 Devices (TMUTCD) or Texas Department of Transportation (TxDOT) can be used as
6 an alternative to preparing project/site specific traffic control plan if the typical is
7 applicable to the specific project/site.
8 E. Lane closures 24 hours or longer shall require a site-specific traffic control plan.
9 F. Contractor responsible for having a licensed Texas Professional Engineer sign and seal
10 changes to the Traffic Control Plan(s) developed by the Design Engineer.
11 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
12 1.7 CLOSEOUT SUBMITTALS [NOT USED]
13 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
14 1.9 QUALITY ASSURANCE [NOT USED]
15 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
16 1.11 FIELD [SITE] CONDITIONS [NOT USED]
17 1.12 WARRANTY [NOT USED]
18 PART 2 - PRODUCTS
19 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED]
20 2.2 ASSEMBLIES AND MATERIALS
21 A. Description
22 1. Regulatory Requirements
23 a. Provide Traffic Control Devices that conform to details shown on the
24 Drawings, the TMUTCD, and TxDOT’s Compliant Work Zone Traffic Control
25 Device List (CWZTCDL).
26 2. Materials
27 a. Traffic Control Devices must meet all reflectivity requirements included in the
28 TMUTCD and TxDOT Specifications – Item 502 at all times during
29 construction.
30 b. Electronic message boards shall be provided in accordance with the TMUTCD.
CITY OF FORT WORT H
ST ANDARD CONSTRUCT ION SPECIFICAT ION DOCUMENTS
Revised March 22, 2021
Water & Sanitary Sewer Replacement Contract 2021, WSM-T
CPN 104880
34 71 13 - 4
TRAFFIC CONTROL
Page 4 of 6
1 2.3 ACCESSORIES [NOT USED]
2 2.4 SOURCE QUALITY CONTROL [NOT USED]
3 PART 3 - EXECUTION
4 3.1 EXAMINATION [NOT USED]
5 3.2 PREPARATION
6 A. Protection of In-Place Conditions
7 1. Protect existing traffic signal equipment.
8 3.3 INSTALLATION
9 A. Follow the Traffic Control Plan (TCP) and install Traffic Control Devices as shown on
10 the Drawings and as directed.
11 B. Install Traffic Control Devices straight and plumb.
12 C. Do not make changes to the location of any device or implement any other changes to
13 the Traffic Control Plan without the approval of the Engineer.
14 1. Minor adjustments to meet field constructability and visibility are allowed.
15 D. Maintain Traffic Control Devices by taking corrective action as soon as possible.
16 1. Corrective action includes but is not limited to cleaning, replacing, straightening,
17 covering, or removing Devices.
18 2. Maintain the Devices such that they are properly positioned, spaced, and legible,
19 and that retroreflective characteristics meet requirements during darkness and rain.
20 E. If the Inspector discovers that the Contractor has failed to comply with applicable federal
21 and state laws (by failing to furnish the necessary flagmen, warning devices, barricades,
22 lights, signs, or other precautionary measures for the protection of persons or property), the
23 Inspector may order such additional precautionary measures be taken to protect persons
24 and property.
25 F. Subject to the approval of the Inspector, portions of this Project, which are not affected by
26 or in conflict with the proposed method of handling traffic or utility adjustments, can be
27 constructed during any phase.
28 G. Barricades and signs shall be placed in such a manner as to not interfere with the sight
29 distance of drivers entering the highway from driveways or side streets.
30 H. To facilitate shifting, barricades and signs used in lane closures or traffic staging may
31 be erected and mounted on portable supports.
32 1. The support design is subject to the approval of the Engineer.
33 I. Lane closures shall be in accordance with the approved Traffic Control Plans.
34 J. If at any time the existing traffic signals become inoperable as a result of construction
35 operations, the Contractor shall provide portable stop signs with 2 orange flags, as
36 approved by the Engineer, to be used for Traffic Control.
CITY OF FORT WORT H
ST ANDARD CONSTRUCT ION SPECIFICAT ION DOCUMENTS
Revised March 22, 2021
Water & Sanitary Sewer Replacement Contract 2021, WSM-T
CPN 104880
34 71 13 - 5
TRAFFIC CONTROL
Page 5 of 6
1 K. Contractor shall make arrangements for police assistance to direct traffic if traffic signal
2 turn-ons, street light pole installation, or other construction will be done during peak traffic
3 times (AM: 7 am – 9 am, PM: 4 pm - 6 pm).
4 L. Flaggers
5 1. Provide a Contractor representative who has been certified as a flagging instructor
6 through courses offered by the Texas Engineering Extension Service, the American
7 Traffic Safety Services Association, the National Safety Council, or other approved
8 organizations.
9 a. Provide the certificate indicating course completion when requested.
10 b. This representative is responsible for training and assuring that all flaggers are
11 qualified to perform flagging duties.
12 2. A qualified flagger must be independently certified by 1 of the organizations listed
13 above or trained by the Contractor’s certified flagging instructor.
14 3. Flaggers must be courteous and able to effectively communicate with the public.
15 4. When directing traffic, flaggers must use standard attire, flags, signs, and signals
16 and follow the flagging procedures set forth in the TMUTCD.
17 5. Provide and maintain flaggers at such points and for such periods of time as may be
18 required to provide for the safety and convenience of public travel and Contractor’s
19 personnel, and as shown on the Drawings or as directed by the Engineer.
20 a. These flaggers shall be located at each end of the lane closure.
21 M. Removal
22 1. Upon completion of Work, remove from the Site all barricades, signs, cones, lights
23 and other Traffic Control Devices used for work-zone traffic handling as soon as
24 practical in a timely manner, unless otherwise shown on the Drawings.
25 3.4 REPAIR / RESTORATION [NOT USED]
26 3.5 RE-INSTALLATION [NOT USED]
27 3.6 FIELD [OR] SITE QUALITY CONTROL [NOT USED]
28 3.7 SYSTEM STARTUP [NOT USED]
29 3.8 ADJUSTING [NOT USED]
30 3.9 CLEANING [NOT USED]
31 3.10 CLOSEOUT ACTIVITIES [NOT USED]
32 3.11 PROTECTION [NOT USED]
33 3.12 MAINTENANCE [NOT USED]
34 3.13 ATTACHMENTS [NOT USED]
35 END OF SECTION
36
37
CITY OF FORT WORT H
ST ANDARD CONSTRUCT ION SPECIFICAT ION DOCUMENTS
Revised March 22, 2021
Water & Sanitary Sewer Replacement Contract 2021, WSM-T
CPN 104880
34 71 13 - 6
TRAFFIC CONTROL
Page 6 of 6
Revision Log
DATE NAME SUMMARY OF CHANGE
11/22/13 S. Arnold Added police assistance, requirement for when a site specific TCP is required
3/22/2021 M Owen
1.4 A. Added language t o emphasize minimizing of lane closures and impact to
traffic.
1.5 Clarified submittal requirements
3.3 M. Clarified removal requirements
1
CITY OF FORT WORTH Water & Sanitary Sewer Replacement Contract 2021, WSM-T
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104880
Revised July 1, 2011
APPENDIX
GC-4.01 Availability of Lands
GC-4.02 Subsurface and Physical Conditions:
Test Hole Report
GC-4.04 Underground Facilities:
GC-4.06 Hazardous Environmental Condition at Site: None
GC-6.06.D Minority and Women Owned Business Enterprise Compliance:
MBE Special Instructions Form
MBE Subcontractor-Supplier Utilization Form
MBE Prime Contractor Waiver Form
MBE Good Faith Effort Form
MBE Joint Venture Form
Instructions to Bidders About The Business Equity Goal
GC-6.07 Wage Rates:
Wage rate Table
GC-6.09 Permits and Utilities:
GC-6.24 Nondiscrimination:
GR-01 60 00 Product Requirements:
Standard Products List
CITY OF FORT WORTH Water & Sanitary Sewer Replacement Contract 2021, WSM-T
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104880
Revised July 1, 2011
GC-4.01 Availability of Lands
THIS PAGE LEFT INTENTIONALLY BLANK
CITY OF FORT WORTH Water & Sanitary Sewer Replacement Contract 2021, WSM-T
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104880
Revised July 1, 2011
GC-4.02 Subsurface and Physical Conditions
THIS PAGE LEFT INTENTIONALLY BLANK
City of Fort Worth
Capital Delivery Division/Soil Lab
920 Woodward Street
Fort Worth, Texas 76107
Phone: 817-392-7920
PPaaggee 11 ooff 11
Laboratory Test Results for
Water and Sanitary Sewer Replacement Contract 2021 – WSM-T Coring Project
9/27/2023
Project: CPN# 104880
Date Tested: 9/22/2023 – 9/27/2023
Requested by: Tony Sholola
This report presents the results of a street coring project for CPN #104880. Mr. Stephen Overton and Mr. Daniel
Wright performed the cores, and Mr. Zelalem Arega reviewed and approved the results.
MMaarrqquuiittaa DDrriivvee
((CCaallmmoonntt AAvveenniiee ttoo RRoosseewwoooodd AAvveennuuee))
HOLE # 1
LOCATION: 145’ South of Calmont Avenue (S/4)
4.25” HMAC
6.00” Base material (Sand and limestone)
4.75” Brown clay with limestone (LL- 61, PL- 23, PI- 38)
HOLE # 2
LOCATION: 200’ South of Ashville Avenue (N/4)
2.00” HMAC
6.00” Base material (Sand, Limestone and Brown clayey sand)
7.00” Brown sandy clay (LL- 49, PL- 24, PI- 25)
HOLE # 3
LOCATION: 100’ North of Rosewood Avenue (S/4)
6.25” HMAC
3.75” Concrete
5.00” Crushed Limestone
CITY OF FORT WORTH Water & Sanitary Sewer Replacement Contract 2021, WSM-T
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104880
Revised July 1, 2011
GC-4.04 Underground Facilities
THIS PAGE LEFT INTENTIONALLY BLANK
CITY OF FORT WORTH Water & Sanitary Sewer Replacement Contract 2021, WSM-T
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104880
Revised July 1, 2011
GC-4.06 Hazardous Environmental Condition at Site
THIS PAGE LEFT INTENTIONALLY BLANK
CITY OF FORT WORTH Water & Sanitary Sewer Replacement Contract 2021, WSM-T
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104880
Revised July 1, 2011
GC-6.06.D Minority and Women Owned Business
Enterprise Compliance
THIS PAGE LEFT INTENTIONALLY BLANK
REQUEST FOR BUSINESS EQUITY GOAL
Dept./Div. Name: _______________ First Advertise Date: _________ Bid Date : __________
IS THIS CONTRACT ASSOCIATED WITH TRV? Yes No
Dollar value of TRV contract portion $__________________
IS THIS A CIP CONTRACT? Yes No
If yes, what year _________
IS THIS A FEDERALLY FUNDED CONTRACT? Yes No
Grant No. Grant Fiscal Year
Date Sent to DVIN-BE: __________
IS THIS A COMBINED PROJECT? Yes No
IS THIS A REVISION? Yes No
IS THIS A CHANGE ORDER? Yes No Enter # Contractor: ____________________
IS THIS AN AMENDMENT? Yes No Enter # Design Firm: _______________________
If this is not the initial change order/amendment, submit copies of all previous change order/amendments regardless of whether a
M&C was required for funding.
BID/PROJECT NAME (Description Including Street Names): _________________________________
__________________________________________________________________________ _______________________________________________________________
Check applicable boxes: Concrete Paving Asphalt Paving Drainage Water Sewer
Other Alternates Capital/Bid Project#___________ Other Project#_________________
TOTAL CONTRACT ESTIMATE: $_________________________________
(Please ATTACH individual sub-totals for contracts with multiple units/sections including contingency. If the
documentation is not clear and concise, it will be returned to the department.)
___________________________
Buyer/Project Manager (PRINTED)
_____________________________
Buyer/Project Manager (SIGNATURE)
EXT. __________ DATE: __________
Check here to acknowledge that if pay item quantities are added to the proposal section after an
Business Equity goal has been provided by DVIN - Business Equity Division, revised proposal must be submitted
to DVIN - Business Equity Division for review. A compliance review will not be performed if additional pay items
or quantities, which will potentially impact the Business Equity goal, are added to the proposal section after the
issuance of the goal.
THIS PORTION TO BE COMPLETED BY BUSINESS EQUITY DIVISION
BUSINESS EQUITY
GOAL:
Comments:________________________________________________________________
__________________________________________________________________________
DVIN-BE Staff: ______________________________ EXT: __________ DATE: _________
Effective 01-01-2021
DBE Goal
fghshghsjj%
MBE or SBE Goal (Project under previous BDE Ordinance) fghshghsjjsh%
Business Equity Division Email: DVIN_BEOffice@fortworthtexas.gov
DEPARTMENT OF DIVERSITY AND INCLUSION-BUSINESS EQUITY DIVISION (DVIN-BE)
Check type of contract: Construction CMAR Design/Build
C/S/P Professional (A&E) Professional (RFQ/RFP)
M/WBE Goal
fghshghsjj %
CFA
Is this a Job/Task Order Contract?
If yes, enter the revision number
Yes No
Point of Contact of Other than Buyer/PM:___________________________ EXT. __________
ITB
Construction: IS THIS A LUMP SUM CONTRACT? Yes No
Professional: IS THIS A FIXED FEE NOT-TO-EXCEED CONTRACT? Yes No
IS THIS A HOURLY NOT-TO-EXCEED CONTRACT? Yes No
THIS A BOND FUNDED CONTRACT?Yes No
Effective 01/01/2021
City of Fort Worth
Business Equity Division Specifications
SPECIAL INSTRUCTIONS FOR OFFERORS
APPLICATION OF POLICY
If the total dollar value of the City funded contract is $100,000 or more, then a Business Equity contracting goal
is applicable. A Business Equity Firms refers to certified Minority-, and/or Women-, owned Business Enterprises
(M/WBE).
POLICY STATEMENT
It is the policy of the City of Fort Worth to ensure the full and equitable participation of Business Equity
Firms when applicable, in the procurement of all goods and services. All requirements and regulations stated
in the City’s current Business Equity Ordinance No.24534-11-2020 apply to this bid.
BUSINESS EQUITY GOAL
The City's M/WBE goal on this project is __________% of the base bid value of the contract.
(If federally funded) The City's DBE goal on this project is __________% of the base bid value of the contract.
1.Utilization Form, if the goal is met or exceeded, and signed Letter(s) of Intent from both the Offeror and Sub-contractor(s),
2.Good Faith Effort Form and Utilization Form, including supporting documentation, if participation is less than stated goal,
or no Business Equity participation is accomplished,and signed Letter(s) of Intent for any participation achieved,
3.Prime Contractor Waiver Form, including supporting documentation,if the Offeror will perform all subcontracting/supplier
opportunities,
4.Joint Venture Form, if goal is met or exceeded with a Joint Venture.
These forms can be found on-line at: https://apps.fortworthtexas.gov/ProjectResources/
FAILURE TO COMPLY WITH THE CITY’S BUSINESS EQUITY ORDINANCE, WILL RESULT IN THE BID BEING
CONSIDERED NON-RESPONSIVE TO SPECIFICATIONS.
FAILURE TO SUBMIT THE REQUIRED BUSINESS EQUITY DOCUMENTATION WILL RESULT IN THE BID BEING
CONSIDERED NON-RESPONSIVE. A SECOND FAILURE WILL RESULT IN THE OFFEROR BEING DISQUALIFIED
FOR A PERIOD OF ONE YEAR. AN OFFERER'S THREE FAILURES TO COMPLY, WITHIN A FIVE-YEAR PERIOD,
TO THE CITY'S BUSINESS EQUITY ORDINANCE WILL RESULT IN THE OFFERER BEING CONSIDERED NON-
RESPONSIVE AND MAY DISQUALIFY THE OFFERER UP TO 5 YEARS FROM BIDDING ON CITY BIDS.
Department of Diversity and Inclusion
Business Equity Division
Email: DVIN_BEOffice@fortworthtexas.gov
Phone: (817) 392-2674
A Business Equity Prime Contractor can count it's self-performance services towards meeting the Business Equity Goal for
the assigned NAICS commodity codes on their MBE or WBE certification. If the Business Equity Prime Contractor cannot
self-perform all of the work, it will be accountable for subcontracting with certified Business Equity firms to meet the overall
goal.
COMPLIANCE TO BID SPECIFICATIONS
On City funded contracts $100,000 or more where a Business Equity Goal is applied, offerors are required to comply with
the intent of the City's Business Equity Ordinance by meeting or exceeding the above stated goal through one of the
following methods: 1. Business Equity subcontracting participation, or; 2. Commercial useful function services
performed by the Business Equity Prime to count towards the goal, or; 3. Combination of Business Equity Prime
services and Business Equity subcontracting participation, or; 4. Business Equity Joint Venture participation, or; 5.
Good Faith Effort documentation, or; 6. Prime Waiver documentation.
SUBMITTAL OF REQUIRED DOCUMENTATION
The Utilization Plan shall be due at the time specified in the solicitation. The applicable documents must be
received by the Purchasing Division, within the time allocated, in order for the entire bid to be considered responsive
to the specifications. The offerer shall deliver the Business Equity documentation in person (or email if designated
within project specifications) to the appropriate employee of the Purchasing Division and obtain a date/time receipt. Such
receipt shall be evidence that the City received the documentation in the time allocated. Documents are to be
received no later than 2:00 p.m., on the second City business day after the bid opening date, exclusive of the bid
opening date. Faxed copies will not be accepted. Exception: CFA, ICA, and CDBG projects, documents will be
submitted to the City Project Manager if publicly bid or to the Developer if privately bid.
The Offeror must submit one of the following documentation:
Any questions, please contact the Business Equity Division at (817) 392-2674.
Cifiy of Fort Worth ATTACHMENT 1A
FORT WORTH Business Equity Uti�ization Form Page 1 of4
Disad�antaqed Business Enterprise Utilization Form (Applicable if Federaliv-Fundedl
PRIMEIOFFERORIOWN�R }
COMPANY NAME: WOOd�I COI1LraC�OrS� InC.
pRo'E�T "AM�� Water and Sanitary Sewer Replacement Con�ract 2021, WSM-T
PROJEC7 NUMBER: B1D DATE: City's Business �quity Goal: � Offeror's Business Equiky (or QBEj
� d4$$� 12/5/2024 �(Check if addressing DBE Goalj ��.�2 % Commitment: 2�.g4 %
Check all applicable boxes to describe � NQti Certified �MBE � WB� �[�BE � HUB �VOSS �Section 3
PrimelOfFerorlOwner's Classification:
Gertifying Agency: ❑NCTRCA �DIFW MSDC �TX DOT ❑WBCS �Other:
EthniCity: ❑African American ❑Hispanic �Caucasian �Asian ❑ Native American Gender: �Male ❑Female � Non-Binary
Definitions: Business Equity Firm: Certified MBE Minority Business Enterprise or WSE Wom�n Business Enterprise DBE: Disad�antaged Business Enterprise
HUB: Historically Llnder Utilized Business VOSB: Veteran Ownad Small Business Section 3: Certified Housing Urban Development Vendors
ALL BU5IN�SS EQUITY FIRMS MUST BE CERTIFIED BEFORE CONTRAC7 AWARD
Failure ta complete this form, in its entirety, and received by the Purchasing Division no later than 2:00 p.m. on the third City business day afier bid opening, exclusive of bid opening date,
wil{ result in the hid being cansidered non-responsive to bid specif'ications. �xce tion: CFA ICA and CDBG ro'ecks documents will 5e submitted tn the Cit Pro�ect Mana er if ublicl
bid or ta the De�eloper if pri�ately bid.
The undersigned PrimelQfferos agrees to enter into a formal agreement with ihe 8usiness Equity firm(s) listad in this utilization schedule, conditioned upon �xecution af a contract with the
City of Fort Wo�th {Exception: Developer prolects). The inientional andlor knowing misrepresentation of facts is grounds for consideration of disqualification and will result in the bid being
considered non-respansive to bid specifications.
Business Equity firms listed toward meeting the project goal must be located in the City's marketpface at khe time of bid ar the business has a 5ign'�%cant Bc�siness Presence in the
Markekplace. The marketplace is the Citv ot Fort Worth includinq portions af Dentan, Parker, Wise, and all of Tarrant Dallas and ,lohnson counties.
Certified means thos� Business Equity Firms, located within the lNarketplace, that ha�e been determined to be a bona-fide minority or women business enterprise by the
North Central Texas Regionak Certification Agency (NCTRCA), dahaslFort Worth Minority Supplier Development CoUncil (QI�W AIISDC) and Women's Business Council-Southwest
(WBCS).
If hauiing services are utilized, the PrimelOfferor will he given credit as long as the Business Equity firm listed owns and operates at least one fully licensed and operational truck ta be
used on the cantract. The Business Equity firms may lease trucks frorn another Business Equity firm, including Business Equity owner-operated, and recei�e full Business Equity
credit. The Business Equity firm may lease trucks from rson-Business Equity firms, including owner-operated, but will only receive credit for tha fees and commissions earned by the
Business Equity as outlined in the lease agreement.
Federally-funded Projects (ONLY), Counting DBE Participatiorr If materials or supplies are obtained from a DBE manu�acturer, count 1a0 p�rcent of the cost of the materials or
supplies towards the goal. If the materials or supplies are purchased from a �BE reqular dealer, co�nt 60_percent of the cost of the rnaterials and supplies toward the DBE gaal. When
materiafs or supplies are purchased fram a DBE neither a manufacturer nor a regular dealer, count the entire amount of fees or commissions charged for assistance in the
procurement of the materials and supplies or fees or transportation charges for the delivery of the materials or supplies defi�ered to the job site. In all cases, the PrimelQfferor is
responsible to identify the arnounts to be used toward the committed DBE goai. Note: For DBE Goals, 60% af the services caunt towards the goal.
EfFective 01/01/2021
Updated 03/24/2022
F4RT WORTH ATTACHMENT 1A
Business Equity Utilization Form Page2ofa
Please note ti�at onfy certifiad BusinEss Equity firms wilE be counted to meet the Business Equity goal. Prime/Offerars ars required to identify ALL subcontractorslsuppliers,
regardless of status; i.e., Business Equity firms and non-Business Equity firms. PrimelOfferors must identify by tier level al! subcontractorslsuppliers. Tier: means the level of
subcontracting below t�e PrimelOfferar i.e. a direct payment from the PrimelOfferor to a subcantractar is considered 1st tier, a payment by a subcontractor to its supplier is considered
2nd tier. Business Equity firms are to be listed before non-Business Equity Firms. The PrimelOfferar is responsibfe ta pro�ide proof o€ payment of all tiered sub-contractorslsuppliers
identifiec€ as a Business Equity firm and counting those dvllars towards meeting the contract corr3mitted goal.
Certified Busiroess Equity PrimelOfferor Contractors counting their self-performance towards meeting the contract goal, must be certified within those NAIGS commodity codes with a
certifying agency acceptable by the Gity of Fort Workh. Certified Business Equity Primel�fferor caunting self-performing servic�s towards the goal, fhe servic�(s} to be performed
should be listed first on the UtiGzation form.
Check this box�if certified Prime Contractor services will be counting towards the Business Equity contracting gaal. Please list ser�ices first below.
Please list certified Business Equitv firm narr�es as listed on their certification, inclucfing DBA names.
NAMES AND ADDRESSES OF �YPE DF SERVIC�SISUPPLIES 5pecify Tier
CONTRACTORSlSUPPLIERS PR�VIDED NAICS #te uired Certification Agency Gender anci Efhnicity:
� � 5 Name 1st Tier
Type of 5ervicel5upplies: Certified By: Male Female Non-Bina
Business Name: Zamora Construction � � � ry
Address: p0 Box 10396 Concrete Flatwark 1 Sod ❑DIFW MSDC African American f Hispanic
Ri�er Oaks, TX 76114 �t�CT�cA � �
Phone: $�7-759-0063 � �As��an
lu B zamarBConStruCtlOn.com NAICS Code: �TXD�T �W�CS
Email: P@ 238� � � �Caucasian � Nakive
�Other:
�ontact Person: �upe zamora $ AMOUNT: �293,653.9'� Am�rican
Type of ServicelSupplies: Certified By:
Business Name: l.ions Gate Lagistics � nnale � Female � Non-Blnary
Address: 2600 Timber Rd Hauling by dump truck �aFW MSDC �African American � Hispanic
Burlesan, TX 76028 Rock 1 Sand Supplier NCTRCA
Phone: 817-917-0668 NAICS Cade: � ❑TXD�T Wg�S ❑ Asian
Email: lionsgatelogistics�@gmail.com 484220 � �
�Qther: � Caucasian � Nati��
contact Person: Maria Martinez $ A""ou"�' $43,195.00 American
Business Name: Madero Engineers & FYPe of ServicelSupplies: Certified By: � Mal� � Female � Norr-Binary
Address: Constructors LLC Epoxy MH Lining �DFW MSDC
11712 Roaring Fork Trail �NCTRCA ❑ African American � Hispanic
Phonc: Aubrey, �X 76227 �
Ernail: 817- 609-0733
NA�cs code: 238190 ❑TXDflT �WBGS ❑ �sian
Other. Caucasian Naiive
julio@madero.net; � American
Contact Person: �rar�k Maderp $ AMOUN'i: �8�760.00
Effecti�e �11D1I2021
Updafed 03l24I2D22
FORT WORTH
Business Equity Utilization Form
Pl�ase include multiple copies of this page if needed to list ail cantractars and suppliers.
ATTACHMENTIA
Page 3 of 4
NAMES AN� ADDRESSES OF TYPE QF SERVICESISUPPL.IES Specify Tier
CONTRACTORSlSUPPLIERS PROVIDED PV,AIG � E�e uis•�ci Certification Agency �ender and Ethnicity:
� � �1 � Name '!st Tier
Type of ServicelSupplies: Certified B
Business Name: Stablle & Wlnn, Inc. y� � Male �Female � Non-Binary
Address: P.O. Box 7938a Asphalt Paving 1 Stripir�g �DIFW MSDC
5aginaw, TX 76179 ❑N����� �African American � Hispanic
Phone: 8�7-847-2086 � �Asian
Email: jerry@stabilewinn.corn �A�cs cod�: 2373'� 0 ❑TXDOT �wBcs
Other: �Caucasian �lVaf�ve
Arnerican
Contact Person: Jerry Henderson S ANiOUNT: �2Os,s95.00
Type of 5ervicelSupplies: Certified B
Business Name: Fortiline Waterworks v� � nria�e �Female � Non-Binary
Address: � 7a� Cypress St Pipe 1 Fittings 1 Valv�s �DFW MSDG
H31tOtTl Clfjl, TX 76117 Supplier �NCTRCA ❑African Arnerican �Hispanic
Phone: 682-747-0879 � Asian
Email: will.kirtley@fortiline.com �A�cs coae:42351 0 1 33291 1 �TXDOT �WBcs ❑
❑Other: � Caucasian � Native
Cantact Persan: Will Kirtley $ AMOUNT: c�'� 44,491.0� American
.��
Business Name: Rinker Materials TYpe of ServicelSupplies: Certified By: � Male � Female � Non-Binary
Address: 1000 N. Macarthur Precast Cancrete �D�W NiSDC
Grand Prairie, TX 7505a �African American �Hispanic
� �NCTRCA
Phone: 972-263-2181 NAICS Code:
@ P P 238120 �TXDOT ❑wacs ❑Asian
Email: ryan.odom rinker i e.com
�Other: � Caucasian � Native
Contact Person: Casey Odom $ AMOUNT: �7,896.00 American
Ty�e of Servicel5upplies: Certified By:
Business Name: Site Barricades �Male ��emale �Non-Binary
Address: 4841 Freeman Dr Barricade Supplier �DFW MSQC
Fort Wo�#h, TX 76140 �African American �Hispanic
� �NCTRCA
Phane: $��-$$�-7�$3 NAICS Code: Asian
Email: taylor@sitebarricades.com 532490 ❑TXDOT �wBcs ❑
�Other: � Caucasian � Native
$ AMOUNT: American
Contact Person: `�aylor S#roud �� � ,97�.00
Effective 01l0112021
Updated 03I2412022
ATTACHMENT 1A
F�RTWORTH Business Equity Utilization Form Page2°f4
PEease note khai only certified Business �quity firms will be counted to meet the Business Equity goal. PrimelOfferors are required ta identify ALL subcantractorslsuppliers,
regardless of status; i.e., Business Equity firms and non-Business Equity firms. PrimelOfferors must identify 6y tier level all subcontraciorslsuppliers. Tier: means the level of
subcontracting below the PrimelOfferor i.e. a direct payment from the Primelpfferor to a subcontractar is conssdered 1st tier, a payment by a subcontracfor to its supplier is considered
2nd tier. Business Equity firms are to be listeci before non-Business Equity firms. The PrimelOffernr is responsible to provide proof of payment of all tiered sub-coniraciors/suppliers
identified as a 6usiness Equity firm anri counting those dollars towards meeting the contract committed gaal.
Certified Business Equity PrimelOfferor Contractors counting their seif-performance towards meeting the contrac# goal, must be certifed within those NAICS commodity codes with a
certifying ager�cy acceptable by the City of Fart Worth. Certified Business Equity PrimelOfferar counting self-performing services towards the goal, the service(s} to be performed
should be listed first on the Utilization form.
Gheck this box❑if ce�ified Prime Contractor services wil! be counting towards the Business Equity contracting goa1. Please fist ser'vices first below.
Please list certified Business Equity firm names as listed on their certification, includinq D8A names.
NAMES AND ADDRESSES OF TYPE OF SERVICESISUPPLIES 5pecify Tier
CONTRACTORSlSUPPLIERS PROVIDED NAICS Re uired �ertification Agency Cender and Ethnicity:
( Q � Name 1 sf Tier
Type of ServicelSupplies: Certified B
Business I�arr�e: American Rehab & Inspections, y� � Male � Female � Non-Binary
aaaress: Inc. Pipeline Inspection CCTV �D/FW MSDC
11455 NeWklrk St �African Arnerican � Hispanic
�NCTRCA
Phone: Dallas, TX 75229 � �Asian
21�-536-5549 NAlcs code: �rXDOT �WBCS
Emai1: 541990 �Caucasian �Native
da�idsamblanet@aal.com �Other:
Contact Person: Da�id Samblanet � AMouNT: $4,500.�� American
Type af 5ervicelSupp�ies: Gertified By:
Business Name: Texas MateriaEs Group � Male � Female � Non-Binary
Address: 420 Decker Dr, ste 200 Asphalt Supplier ��Fw MSQC A�rican American ��;$panic
Ilvl�lg, TX 75062 �NCTRCA �
Phone: 214-535-4078 � � Asian
�mai�: will.tinsley@texasmaterials.carn �A�cs �ode: 324121 �TXDOT �B��
�Other: � Caucasian � Nati�e
Contact Person: WIII Tlnsley $ AMOUNT: �3 600.00 American
�
Business Name: Cow Town Redi Mix Type of Ser�icelSuppli�s: Certified By: � Male � Female � Non-Binary
Address: PO Box 162327 Ready Mix Cancrete �DFW MSDC
FOI� VllO�kh, TX 76161 Supplier ��ICTRCA ❑African American �Hispanic
Phone: 817-454-237� � � Asian
Emaif: maxcowtawn@yahoo.com NAics co�e: 327320 ❑TXDOT �wBcs
�Other: � Caucasian � Nakive
$ AMOLiNT: American
Contact Person: Max Ulrich �2,���.��
Effective O11fli12021
Updated 0 312 412 0 2 2
FORT W�RTH
Business Equity U�ilization Form
Please include multiple copies of this page if needed to list al[ cantractors and suppliers.
ATTACHMENTIA
Page 3 of 4
HAMES AND ADDRE55ES OF TYPE OF SERVICESISUPPLIES $pecify Tier
CbNTRACTORSlSUPPLIE.RS PROVID�D l��+9�� k�e uii°�d Certificakion Agency Gender and Ethnicity:
( g ) Name 1st Tier
Type of Servicel5upplies: Certified B
Business Name: Dial Lubrican#s, Inc. y� � Male � Female � Non-Binary
Address: PO Bax 06303Q7 Fuel Supplier �DIFW MSDC
Irving, TX 75063 ❑ �African American � Hispanic
214-741-3531 � NCTRCA �Asian
Phone: NAICS Code: �TXDOT ❑WBCS
Emai1: wendy@d�allubricants.corn 423520
Other: �Gaucasian �Native
COtltdGt Pel'SOn: $ AMUUNT' �5,QOO.OQ American
Business Name: �Ype of ServicelSupplies: Certified By: � Male �Female � Non-Binary
Address: �DFW MSQC
�African American ����Span[c
�NCTRCA
PhOnE: NAlCS Code: �TXDOT �Wg�g �Asian
Email:
�Other: � Caucasian � Native
Contact Person: $ AMOUNT: American
Business Name: Type of ServicelSupplies: Cerkified By:
�Male �Female �Non-Binary
Address: �DFW MSDG
�NCTRGA ❑African American �yispan'Ec
Phone: NAiCS Code: � TXDQT �Wg�� � Asian
Email:
� Other: � Caucasian � Native
Cnntact Person: $ AMOUNT: American
Business N�me: Type of 5errricelSupplies: Certified By:
� Male �Female � Non-Binary
�DFW MSDC
Address: �African American �Hispanic
�NCTRCA
Phone: NAICS Code: �TXDOT �W�CS ❑ Asian
Email:
�Other: �Caucasian �Native
Contact Person: $ AMpUNT: American
Effeciive 011p312021
Updated 03124I2022
F�RT WORTH
Business Equity Utifization Form
ATTACHMENT 1A
Page 4 of 4
7otal Dollar Amount of Certified PrimelOfferor Services towards contract goal � 0.00
Totai Dollar Amaunt of Business Equity (or DBE if applicahle} Subcontractorsl5uppliers $ 347,608.91
Total Doflar Amo�r�t of Non-Business Equity 5ubcontractarslSuppliers � 3$6,352.00
TOTAL DOLLAR AMOUNT OF CERTIFIED PRIMEIALL SIJBCONTRACTQRSISUPPLIERS � 733,960.91
The Prime/Offerar wifl nat make additions, deletions, or substitutions to this certi#ied list without the prior approval of the Business Equity Division
through the submittal of a Requesf for Approval of Change/Addiiion online. Any unjustified change or deletion shaH be a material breach ofi
contract and may result in debarment in accard with the procedures outlined in the ordinance. The PrimelOfferor shall suhmit a detailed explanation of
how the requested change/addition or deletian will affect the committed Business Equity goal. If the detail expfanatifln is not submitfed, it will affect
the final compliance d�termina#ion.
By affixing a signature to this fflrm, the PrimelOfferor further agrees to provide, directly to the City upon r�quest, complete and accurate infiormation
regarding actual work pertormed by all subcontractors, including non-Business Equity firms. The PrimelOfferor also agrees to allow an audit andlor
axarrtination of any books, records and files helci by their company. The Primel�fferor agrees to allow the transmission of interviews with owners,
principals, officers, employees and applicable subcontractorslsuppliers participating an the contract that will substantiate the actual work
performed by the Business Equity firms on tl�is contract, by an authorized officer or emplayee of the City. A PrimelOfferer who intentionally andlor
knowingly misrepresents material facts shall be D�barred far a period of time of not less than three (3) years.
Authcri ed � at�e �
Pr�sident �-�
Title
Woady Cantractors, Inc.
Company Name
650 Tower Dr
Address
Kennedale, TX 76060
CitylStatelZip Code
Department o# Diversity and [ndusion - Business Equity Di�ision
Ema'�I: DVIN BEQ�ce@fartwo�thtexas.gov
Ph:817-392-2674
Troy Woody
Printed Signaiure
Contact Name and Title (if differentj
817-483-4787
Phone Number
twoady2020@aol.com
Email Address
��-19-��
bate
Effective 01/01/2021
Updated 03124/2022
ATTACHMENT 1B
Page 1 of 1
Rev. 3/13/2022
City of Fort Worth
Business Equity (M/WBE) Specifications
Prime Contractor Waiver Form
OFFEROR COMPANY NAME: Check applicable block to describe Prime
M/WBE NON-MWBE PROJECT NAME:
BID DATE
City’s MBE Project Goal:
%
Offeror’s MBE Project Commitment:
%
PROJECT NUMBER
If both answers to this form are YES, do not complete ATTACHMENT 1C (Good Faith Effort Form). All questions on
this form must be completed and a detailed explanation provided, if applicable. If the answer to either question is
NO, then you must complete ATTACHMENT 1C. This form is only applicable if both answers are yes.
Failure to complete this form in its entirety and be received by the Purchasing Division no later than 2:00
p.m., on the second City business day after bid opening, exclusive of the bid opening date, will result in
the bid being considered non-responsive to bid specifications.
Will you perform this entire contract without subcontractors?
If yes, please provide a detailed explanation that proves based on the size and scope of this
project, this is your normal business practice and provide an operational profile of your business.
YES
NO
Will you perform this entire contract without suppliers?
If yes, please provide a detailed explanation that proves based on the size and scope of this
project, this is your normal business practice and provide an inventory profile of your business.
YES
NO
The Offeror further agrees to provide, directly to the City upon request, complete and accurate information
regarding actual work performed by all subcontractors, including certified M/WBE(s) on this contract, the payment
thereof and any proposed changes to the original M/WBE(s) arrangements submitted with this bid. The Offeror
also agrees to allow an audit and/or examination of any books, records and files held by their company that will
substantiate the actual work performed by the M/WBEs on this contract, by an authorized officer or
employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for
terminating the contract or debarment from City work for a period of not less than three (3) years and for
initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this
ordinance creates a material breach of contract and may result in a determination of an irresponsible Offeror
and barred from participating in City work for a period of time not less than one (1) year.
______________________________________ ___________________________________________
Authorized Signature Printed Signature
______________________________________ ___________________________________________
Title Contact Name (if different)
______________________________________ ___________________________________________
Company Name Phone Number Fax Number
______________________________________ ___________________________________________
Address Email Address
______________________________________ ___________________________________________
City/State/Zip Date
Business Equity Division
Email: DVIN_BEOffice@fortworthtexas.gov Phone:
(817) 392-2674
ATTACHMENT 1C
Page 1 of 4
Effective 03/15/2022
City of Fort Worth
Business Equity Division
Good Faith Effort Form
PRIME/OFFEROR
COMPANY NAME:
Check applicable box to describe
Prime/Offeror's Certification
Business Equity
Firm
Non-Business
Equity Firm PROJECT NAME:
BID DATE
Business Equity Goal:
%
Offeror’s Business Equity Goal Commitment:
%
PROJECT NUMBER
If the Offeror did not meet or exceed the Business Equity Goal for this project, the Prime/Offeror must complete
this form.
If the Prime/Offeror’s method of compliance with the Business Equity Goal is based
upon demonstration of a “Good Faith Effort”, the Prime/Offeror will have the burden of
correctly and accurately preparing and submitting the documentation required by the
City. Compliance with each item, 1 thru 10 below, shall satisfy the Good Faith Effort
requirement absent proof of fraud, intentional and/or knowing misrepresentation of the facts
or intentional discrimination by the Prime/Offeror.
Failure to complete this form, in its entirety with supporting documentation, and received by the
Purchasing Division no later than 2:00 p.m. on the third City business day after bid opening, exclusive
of bid opening date, will result in the bid being considered non-responsive to bid specifications.
Exception: CFA, ICA, and CDBG projects, documents will be submitted to the City Project Manager if
publicly bid or to the Developer if privately bid.
1.) Please list each and every subcontracting and/or supplier opportunity for the completion of this project, regardless of whether it is to be provided by a Business Equity firm or non-Business
Equity firm. (DO NOT LIST NAMES OF FIRMS). On all projects, the Prime/Offeror must list each
subcontracting and or supplier opportunity regardless of tier.
(Use additional sheets, if necessary)
List of Subcontracting Opportunities List of Supplier Opportunities
ATTACHMENT 1C
Page 2 of 4
Date of Listing _______________
2.) Obtain a current (not more than two (2) months old from the bid open date) list of Business Equity
subcontractors and/or suppliers from the City's Business Equity Division.
Yes
No
3.) Did you solicit bids from Business Equity firms, within the subcontracting and/or supplier areas
previously listed, at least ten calendar days prior to bid opening by telephone, exclusive of the day the
bids are opened?
Yes
4.) Did you solicit bids from Business Equity firms, within the subcontracting and/or supplier areas
previously listed, at least ten calendar days prior to bid opening by fax, exclusive of the day the bids are
opened?
(If yes, attach list to include name of Business Equity firm, person contacted, phone number and date and time of contact.)
(If yes, attach list to include name of Business Equity firm, fax number and date and time of contact. In addition, if the fax is
returned as undeliverable, then that “undeliverable confirmation” received must be printed directly from the facsimile for
proper documentation. Failure to submit confirmation and/or “undeliverable confirmation” documentation may render the
GFE non-responsive.)
Yes (If yes, attach email confirmation to include name of Business Equity firm, date and time. In addition, if an
email is returned as undeliverable, then that “undeliverable message” receipt must be printed directly from the
email system for proper documentation. Failure to submit confirmation and/or “undeliverable message”
documentation may r ender the GFE non-responsive.)No
NOTE: The three methods identified above are acceptable for soliciting bids, and each selected
method must be applied to the applicable contract. The Prime/Offeror must document that either at
least two attempts were made using two of the three methods or that at least one successful contact was
made using one of the three methods in order to deemed responsive to the Good Faith Effort requirement.
NOTE: The Prime/Offeror must contact the entire Business Equity list specific to each
subcontracting and supplier opportunity to be in compliance with questions 3 thru 5.
6.) Did you provide plans and specifications to potential Business Equity firms?
Yes
Yes
7.) Did you provide the information regarding the location of plans and specifications in order to assist
the Business Equity firms?
No
5.) Did you solicit bids from Business Equity firms, within the subcontracting and/or supplier areas
previously listed, at least ten calendar days prior to bid opening by email, exclusive of the day the bids are
opened?
Yes
No
No
No
Effective 03/15/2022
ATTACHMENT 1C
Page 3 of 4
8.) Did you prepare a quotation for the Business Equity firms to bid on goods/services specific to their
skill set?
(If yes, attach all copies of quotations.)
Yes (If yes, attach the information that was not valid in order for the Business Equity Division to address
the corrections needed.)
(Please use additional sheets, if necessary, and attach.)
Company Name Telephone Contact Person Scope of Work Reason for Rejection
ADDITIONAL INFORMATION:
Please provide additional information you feel will further explain your good and honest efforts to obtain
Business Equity firm participation on this project.
__________________________________________________________________________________________
__________________________________________________________________________________________
__________________________________________________________________________________________
__________________________________________________________________________________________
The Prime/Offeror further agrees to provide, directly to the City upon request,
complete and accurate information regarding actual work performed on this contract,
the payment thereof and any proposed changes to the original arrangements submitted
with this bid. The Prime/Offeror also agrees to allow an audit and/or examination of any
books, records and files held by their company that will substantiate the actual work
performed on this contract, by an authorized officer or employee of the City.
A Prime/Offeror who intentionally and/or knowingly misrepresents material facts shall be
Debarred for a period of time of not less than three (3) years.
No
Yes
No
9.) Was the contact information on any of the listings not valid?
10.) Submit documentation if Business Equity firms quotes were rejected. The documentation submitted
should be in the firms forms of an affidavit, include a detailed explanation of why the Business Equity firms
was rejected and any supporting documentation the Prime/Offeror wishes to be considered by the City. In the
event of a bona fide dispute concerning quotes, the Prime/Offeror will provide for confidential in-camera
access to an inspection of any relevant documentation by City personnel.
Effective 03/15/2022
ATTACHMENT 1C
Page 4 of 4
The undersigned certifies that the information provided and the Business Equity firms
listed was/were contacted in good faith. It is understood that any Business Equity firms
listed in Attachment 1C will be contacted and the reasons for not using them will be
verified by the City’s Business Equity Division.
_______________________________________
Authorized Signature
_______________________________________
Title
_______________________________________
Company Name
______________________________________
Address
_______________________________________
City/State/Zip
_______________________________________
Printed Signature
_______________________________________
Contact Name and Title (if different)
_______________________________________
Phone Number
_______________________________________
Email Address
_______________________________________
Date
Business Equity Division
Email: DVIN_BEOffice@fortworthtexas.gov
Phone: (817) 392-2674
Effective 03/15/2022
Joint Venture
Page 1 of 3
Effective 01/01/2021
CITY OF FORT WORTH
Joint Venture Eligibility Form
All questions must be answered; use “N/A” if not applicable.
.
Name of City project: ___________________________________________________________________________
A joint venture form must be completed on each project
RFP/Bid/Project Number: ____________________________
1. Joint venture information:
Joint Venture Name:
Joint Venture Address:
(If applicable)
Telephone:
Fax:
E-mail:
Identify the firms that comprise the joint venture:
Please attach extra sheets if additional space is required to provide detailed explanations of work to be performed by each firm comprising the
joint venture
Business Equity
Firm Name:
Non-Business
Equity Firm Name:
Business
Address:
Business
Address:
Telephone: Fax:
E-mail:
Telephone: Fax:
Certification Status:
E-mail:
Name of Certifying Agency:
2. Scope of work performed by the Joint Venture:
Describe the scope of work of the Business Equity firm: Describe the scope of work of the non-Business Equity firm:
Business Firm
Contact Name:
Business Firm
Contact Name:
Joint Venture
Page 2 of 3
3.What is the percentage of Business Equity firm participation on this joint venture counting towards the
project goal? _____________________
4.Attach a copy of the joint venture agreement.
5.List components of ownership of joint venture: (Do not complete if this information is described in joint venture
agreement)
Profit and loss sharing:
Capital contributions, including
equipment:
Other applicable ownership interests:
6. Identify by name, race, sex and firm those individuals (with titles) who are responsible for the day-to-day
management and decision making of the joint venture:
Financial decisions
(to include Account Payable and Receivable):
Management decisions:
a.Estimating
b.Marketing and Sales
c.Hiring and Firing of management
personnel
d.Purchasing of major equipment
and/or supplies
Supervision of field operations
The City’s Business Equity Division will review your joint venture submission and will have
final approval of the Business Equity percentage applied toward the goal for the project listed on
this form.
NOTE: From and after the date of project award, if any of the participants, the individually defined scopes of work or
the dollar amounts/percentages change from the originally approved information, then the participants must
inform the City’s Business Equity Division immediately for approval. Any unjustified change or
deletion shall be a material breach of contract and may result in debarment in accord with the procedures
outlined in the City’s Business Equity Ordinance.
Effective 01/01/2021
Joint Venture
Page 3 of 3
AFFIDAVIT
The undersigned affirms that the foregoing statements are true and correct and include all material information
necessary to identify and explain the terms and operation of the joint venture. Furthermore, the undersigned shall
agree to provide to the joint venture the stated scope of work, decision-making responsibilities and payments
herein.
The City also reserves the right to request any additional information deemed necessary to determine if the
joint venture is eligible. Failure to cooperate and/or provide requested information within the time specified is
grounds for termination of the eligibility process.
The undersigned agree to permit audits, interviews with owners and examination of the books, records and
files of the joint venture by any authorized representatives of the City of Fort Worth. Failure to comply
with this provision shall result in the termination of any contract, which may be awarded under the provisions
of this joint venture’s eligibility and may initiate action under Federal, State and/or Local laws/ordinances
concerning false statements or willful misrepresentation of facts.
Name of Owner:Name of Owner:
Signature of Owner Signature of Owner
Printed Name of Owner Printed Name of Owner
Signature of Owner Signature of Owner
Title Title
Date Date
Notarization
State of _________________________________________ County of _________________________________
On this _____________________________ day of _________________, 20 ____, before me appeared
___________________________________________ and ___________________________________________
to me personally known and who, being duly sworn, did execute the foregoing affidavit and did state that they were
properly authorized to execute this affidavit and did so as their free act and deed.
Notary Public ______________________________________________________
Print Name
Notary Public ______________________________________________________
Signature
(seal) Commission Expires _________________________________________________
Business Equity Division
Email: DVIN_BEOffice@fortworthtexas.gov
Phone: (817) 392-2674
Name of Non-Business Equity Firm: Name of Business Equity Firm:
Effective 01/01/2021
City of Fort Worth
Business Equity Division
INSTRUCTIONS TO BIDDERS ABOUT THE BUSINESS EQUITY GOAL
Bid number: _____________ Business Equity Goal: __________%
It is the policy of the City of Fort Worth to ensure the full and equitable utilization of Business Equity
Firms when appropriate, in the procurement of all goods and services. When a Business Equity Goal
is established for a bid, it means that the City of Fort Worth believes that there are Business Equity
Firms available that can provide goods or services requested by the bid.
The Business Equity Goal for Bid number _________ is ______%. This means that the City
believes that there are available Business Equity Firms that can provide goods or services required
by this bid and therefore, ______% of the Bidder’s awarded amount must be spent with a Business
Equity Firm. All requirements and regulations stated in the City’s current Business Equity Ordinance
#25165-10-2021 apply to this bid. Definitions are at the end of this document.
Because a Business Equity Goal has been established for this bid, in order for your bid to be
considered, a Bidder must satisfy one (1) of the conditions below.
A.Commit to Meet or Exceed the Business Equity Goal
Hire Business Equity Firm(s) to provide goods or services and spend at least the goal amount
with the Business Equity Firm(s).
Step 1: Obtain a listing of Business Equity Firms by completing the “Request for Listing of
Certified Firms Form” located at the City of Fort Worth’s Business Equity Division
website.
Step 2: Request bids from Business Equity Firms to provide goods or services at least 10
calendar days before bid opening.
Step 3: Submit the following two (2) forms:
a.Utilization Plan
b.Letter(s) of Intent
B.Prove a Good Faith Effort
Show attempt to hire Business Equity Firms to meet or exceed the goal, but was unsuccessful.
This can occur in two (2) ways:
1)Bidder proposes a smaller Goal
Step 1: Obtain a listing of Business Equity Firms by completing the “Request for Listing of
Certified Firms Form” located at the City of Fort Worth’s Business Equity Division
website.
Step 2: Request bids from Business Equity Firms to provide goods or services at least 10
calendar days before bid opening.
Step 3: Submit the following three (3) forms:
a.Utilization Plan
b.Letter(s) of Intent
c.Good Faith Effort
2)Bidder proposes a 0% Goal
Step 1: Obtain a listing of Business Equity Firms by completing the “Request for Listing of
Certified Firms Form” located at the City of Fort Worth’s Business Equity Division
website.
Step 2: Request bids from Business Equity Firms to provide goods or services at least 10
calendar days before bid opening.
Step 3: If unsuccessful, submit Good Faith Effort Form. Please see Ordinance §20-370 (g)
page for requirements of an acceptable Good Faith Effort.
C. Prove that the Bidder Can Perform the Service and Provide all Materials on the Project
as the Prime Contractor
Bidder must show that the Bidder is providing all of the goods and services through their own
company and that there are no goods or services provided by a third party or an affiliate.
Bidder will not purchase any supplies or inventory from a third party.
Step 1: Must submit Prime Contract Waiver Form
D. Create a Joint Venture with a Business Equity Firm
At least one or both of the firms must be a Business Equity Firm
Step 1: Must submit Joint Venture Form
DEADLINE TO SUBMIT REQUIRED DOCUMENTS AND FORMS
Bidders must submit sealed bids to be opened at the date, time, and place stated in the solicitation for
the public opening of bids. Faxed copies will not be accepted.
FREQUENTLY ASKED QUESTIONS
1. If I am Business Equity Firm, can I count my performance of the bid?
Answer: A Business Equity Prime Contractor can count its self-performance towards meeting the
Business Equity Goal for the assigned North American Industry Classification System (NAICS)
commodity codes on its Minority Business Enterprise (MBE) or Women Business Enterprise (WBE)
certification.
2. What if I am a Business Equity Firm, but I am unable to self perform all work or provide all of the
goods under the bid, can I count my performance under the Bid?
Answer: If the Business Equity Prime cannot self-perform all of the work, it will be accountable for
subcontracting with certified firms to meet the overall goal. Business Equity Firms that qualify under
the “Significant Business Presence” definition may count in the Program upon approval of DVIN-BE.
3. This bid does not have a set amount that the City will purchase from the Awarded Bidder, how do I
complete the form?
Answers:
a. For a low bid procurement, the lowest bidder shall submit a Utilization Plan no later than 2:00 PM
on the third business day after bids are opened detailing all Subcontractors the Contractor intends
to utilize in its performance of a Contract. Contractors that are Business Equity Firms may count
their self-performed services towards meeting a Business Equity Goal.
b. For a Best Value procurement, all bidders who wish to be considered for evaluation scoring shall
submit a Utilization Plan by 2:00 PM on the third business day after the bids are opened detailing
all Subcontractors the Contractor intends to utilize in its performance of a Contract. Contractors
that are Business Equity Firms may count their self-performed services towards meeting a
Business Equity Goal.
c. Non-compliance. If the lowest bidder for a low bid procurement or any bidder for a Best Value
procurement does not timely submit its Utilization Plan with the required documents, that bidder
will be deemed Non-Responsive. For a low bid procurement, the City will notify the next lowest
bidder who shall then submit a Utilization Plan with required documents no later than 2:00 PM on
the third business day after the bidder receives notification. This process will be followed until a
bidder submitting the required documents is selected.
DEFINITIONS
Business Equity Firm means an Independent Firm that is a Certified minority- and/or women-owned
business enterprise (M/WBE) with a Significant Business Presence in the City's Marketplace.
Business Equity Goal means a calculation prepared by the DVIN-BE that includes all the following
factors: the detailed cost estimate of the work to be performed, or goods purchased; the 6-county
Marketplace; the availability of Business Equity Firms and non-Business Equity Firms in the Marketplace
determined on a Contract-by-Contract basis; and the subcontracting/supplier opportunities of each
project.
Certified means those firms identified by the North American Industry Classification System (NAICS)
that have been determined to be a bona fide MBE or WBE by the North Central Texas Regional
Certification Agency (NCTRCA), the Dallas/Fort Worth Minority Supplier Development Council (DFW
/MSDC), Women's Business Council-SW (WBCS), Texas Department of Transportation (TxDOT) or
another certifying agency that the DVIN-BE may deem appropriate and accepted by the City of Fort
Worth.
DVIN-BE means the City's Department of Diversity and Inclusion – Business Equity Division
Good Faith Efforts means the actions undertaken by a Contractor and approved by DVIN-BE as
described in the Business Equity Ordinance §20-370 (g).
Joint Venture means a business entity formed by two or more independent Persons for the purpose of
pursuing a common objective, such as a prime contract. The resulting business entity has additional
resources and capacity, enhancing its ability to compete for larger awards. A joint venture is generally
characterized by shared ownership, shared returns and risks, and shared governance. In a joint venture,
the prime managing partner holds 51 % or more interest in the business. Partner(s) hold less than 51 %
interest but in most cases, not less than 20%.
Marketplace means the geographic area as defined by the City's most current Disparity Study (i.e.,
Tarrant, Dallas, Denton, Johnson, Parker and Wise counties).
Responsive means that a Person is compliant with the requirements of the Business Equity Ordinance.
Significant Business Presence means a Person (1) which has its principal place of business located
inside the Marketplace; (2) which has its principal place of business located outside the Marketplace but
has been verified to be in existence for a minimum of 24 months and from which at least 20% of the
business's workforce is based in the Marketplace; or (3) which has cumulative business receipts
greater than $1,000,000 for work done in the Marketplace since January 1, 2013.
Utilization Plan means the list of Business Equity Firms that a Contractor commits will be utilized to
meet the Business Equity Goal for a specific project, the scopes of the work and the dollar values or the
percentages of the work to be performed.
VIOLATIONS AND SANCTIONS
1. Failure to comply with the City’s Business Equity Ordinance will result in the bid being
considered “Non-Responsive.”
2. Failure to submit the required Business Equity forms and documentation will result in the bid being
considered non-responsive and a “written warning” letter that may impact the Offeror’s evaluation scoring
on future City bid opportunities for up to 12 months, refer to Ordinance §20-373 on VIOLATIONS AND
SANCTIONS for continued offenses or failures to comply.
If you have any questions, contact Department of Diversity & Inclusion, Business Equity Division
Email: DVIN_BE@fortworthtexas.gov | Phone: 817-392-2674
CITY OF FORT WORTH Water & Sanitary Sewer Replacement Contract 2021, WSM-T
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104880
Revised July 1, 2011
GC-6.07 Wage Rates
THIS PAGE LEFT INTENTIONALLY BLANK
CLASSIFICATION DESCRIPTION Wage Rate
AC Mechanic $ 25.24
AC Mechanic Helper $ 13.67
Acoustical Ceiling Installer $ 16.83
Acoustical Ceiling Installer Helper $ 12.70
Bricklayer/Stone Mason $ 19.45
Bricklayer/Stone Mason Trainee $ 13.31
Bricklayer/Stone Mason Helper $ 10.91
Carpenter $ 17.75
Carpenter Helper $ 14.32
Concrete Cutter/Sawer $ 17.00
Concrete Cutter/Sawer Helper $ 11.00
Concrete Finisher $ 15.77
Concrete Finisher Helper $ 11.00
Concrete Form Builder $ 15.27
Concrete Form Builder Helper $ 11.00
Drywall Mechanic $ 15.36
Drywall Helper $ 12.54
Drywall Taper $ 15.00
Drywall Taper Helper $ 11.50
Electrician (Journeyman) $ 19.63
Electrician Apprentice (Helper) $ 15.64
Electronic Technician $ 20.00
Floor Layer $ 18.00
Floor Layer Helper $ 10.00
Glazier $ 21.03
Glazier Helper $ 12.81
Insulator $ 16.59
Insulator Helper $ 11.21
Laborer Common $ 10.89
Laborer Skilled $ 14.15
Lather $ 12.99
Metal Building Assembler $ 16.00
Metal Building Assembler Helper $ 12.00
Metal Installer (Miscellaneous) $ 13.00
Metal Installer Helper (Miscellaneous) $ 11.00
Metal Stud Framer $ 16.12
Metal Stud Framer Helper $ 12.54
Painter $ 16.44
Painter Helper $ 9.98
Pipefitter $ 21.22
Pipefitter Helper $ 15.39
Plasterer $ 16.17
Plasterer Helper $ 12.85
Plumber $ 21.98
Plumber Helper $ 15.85
Reinforcing Steel Setter $ 12.87
(Commercial Construction Projects)
2013 PREVAILING WAGE RATES
Page 1 of 2
Reinforcing Steel Setter Helper $ 11.08
Roofer $ 16.90
Roofer Helper $ 11.15
Sheet Metal Worker $ 16.35
Sheet Metal Worker Helper $ 13.11
Sprinkler System Installer $ 19.17
Sprinkler System Installer Helper $ 14.15
Steel Worker Structural $ 17.00
Steel Worker Structural Helper $ 13.74
Waterproofer $ 15.00
Concrete Pump $ 18.50
Crane, Clamsheel, Backhoe, Derrick, D'Line Shovel $ 19.31
Forklift $ 16.45
Foundation Drill Operator $ 22.50
Front End Loader $ 16.97
Truck Driver $ 16.77
Welder $ 19.96
Welder Helper $ 13.00
The prevailing wage rates shown for Commercial construction projects were based on a salary survey conducted
and published by the North Texas Construction Industry (Fall 2012) Independently compiled by the Lane Gorman
Trubitt, PLLC Construction Group. The descriptions for the classifications listed are provided on the TEXO's (The
Construction Association) website. www.texoassociation.org/Chapter/wagerates.asp
Equipment Operators
Page 2 of 2
CITY OF FORT WORTH Water & Sanitary Sewer Replacement Contract 2021, WSM-T
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104880
Revised July 1, 2011
GC-6.09 Permits and Utilities
THIS PAGE LEFT INTENTIONALLY BLANK
CITY OF FORT WORTH Water & Sanitary Sewer Replacement Contract 2021, WSM-T
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104880
Revised July 1, 2011
GC-6.24 Nondiscrimination
THIS PAGE LEFT INTENTIONALLY BLANK
CITY OF FORT WORTH Water & Sanitary Sewer Replacement Contract 2021, WSM-T
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 104880
Revised July 1, 2011
GR-01 60 00 Product Requirements
THIS PAGE LEFT INTENTIONALLY BLANK
Approval Spec No.Classification Manufacturer Model No.National Spec
Concrete
9/9/2022 03 30 00 Mix Design American Concrete Company 30CAF029 3000 psi Concrete for Sidewalks & ADA Ramps
9/9/2022 03 30 00 Mix Design American Concrete Company 01JAF382 1000 psi Concrete Base Material for Trench Repair
9/9/2022 03 30 00 Mix Design American Concrete Company 40CNF065 4000 psi Concrete for Manholes & Utility Structures
9/9/2022 03 30 00 Mix Design American Concrete Company 45CAF076 4500 psi Concrete for Hand Placed Paving
9/9/2022 03 30 00 Mix Design Argos D10000001737 4500 psi Concrete for Hand Placed Paving
9/9/2022 03 30 00 Mix Design Argos D10000001791 4500 psi Concrete for Hand Placed Paving
9/9/2022 03 30 00 Mix Design Argos D10000001793 4500 psi Concrete for Hand Placed Paving
9/9/2022 03 30 00 Mix Design Argos D10000001103 4500 psi Concrete for Hand Placed Paving
9/9/2022 03 30 00 Mix Design Argos D10000002107 4500 psi Concrete for Hand Placed Paving
9/9/2022 03 30 00 Mix Design Argos D10000001273 4500 psi Concrete for Hand Placed Paving
9/9/2022 03 30 00 Mix Design Argos D10000001617 3600 psi Concrete for Machine Placed Paving
9/9/2022 03 30 00 Mix Design Argos D10000008381 4500 psi Concrete for HES Paving
9/9/2022 03 30 00 Mix Design Argos D10000009857 50 psi Flowable Fill - CLSM
9/9/2022 03 30 00 Mix Design Argos D10000001055 3000 psi Concrete for Inlets, Junction Boxes, Manholes, Channel Liners, Sidewalks, Driveways, Curb & Gutter
9/9/2022 03 30 00 Mix Design Argos D1000001043S 3000 psi Concrete for Sidewalks, Curbs
9/9/2022 03 30 00 Mix Design Argos D1000001565S 3000 psi Concrete for Curbs, Curb & Gutters, Sidewalks, Driveways, ADA Ramps
9/9/2022 03 30 00 Mix Design Argos D1000001615 3600 psi Concrete for Inlets, Boxes, Encasement, Blocking
9/9/2022 03 30 00 Mix Design Argos D10000001061 3600 psi Concrete for Inlets, Boxes, Encasement, Blocking
9/9/2022 03 30 00 Mix Design Argos D10000001083S 4000 psi Concrete for Valve Pads, Inlets, Structures, Headwalls, Thrust Blocking
9/9/2022 03 30 00 Mix Design Argos D10000001083 4000 psi Concrete for Valve Pads, Inlets, Structures, Headwalls, Thrust Blocking
9/9/2022 03 30 00 Mix Design Argos D10000001685 4000 psi Concrete for Valve Pads
9/9/2022 03 30 00 Mix Design Argos D10000005751 750 Psi Concrete Base for Trench Repair
9/9/2022 03 30 00 Mix Design Argos D10000001681 4000 psi Concrete for Headwalls, Retaining Walls, Box Culverts, Valley Gutters
9/9/2022 03 30 00 Mix Design Big D Concrete 7SKGRT 3000 psi Concrete for Grouting
9/9/2022 03 30 00 Mix Design Big D Concrete 14500AE 4500 psi Concrete for High Early Strength Paving
5/2/2023 32 13 13 Mix Design Big D Concrete CM14520AE 4500 psi Concrete for Hand Placed Paving
9/9/2022 03 30 00 Mix Design Big Town Concrete 452065-1 4500 psi hand placed paving
9/9/2022 03 30 00 Mix Design Big Town Concrete 450065-1 4500 psi hand placed paving
9/9/2022 03 30 00 Mix Design Burnco Texas 45U500BG 4500 psi Concrete Mix for Hand Placed Paving, Storm Structures
9/9/2022 03 30 00 Mix Design Burnco Texas 40U553BG 4000 psi Concrete Mix for Machine Placed Paving
9/9/2022 03 30 00 Mix Design Burnco Texas 55U120AG 4000 psi Concrete Mix for High Early Strength Paving
9/9/2022 03 30 00 Mix Design Burnco Texas 30U100AG 3000 psi Concrete Mix for Pipe Collars, Inlets, Thrust Blocks, Sidewalks, ADA Ramps
9/9/2022 03 30 00 Mix Design Burnco Texas 30U101AG 3000 psi Concrete Mix for Flatwork
9/9/2022 03 30 00 Mix Design Burnco Texas 30U500BG 3000 psi Concrete Mix for Blocking, Driveways, Curb & Gutters, Sidewalks, ADA Ramps
9/9/2022 03 30 00 Mix Design Burnco Texas 40U500BG 4000 psi Concrete Mix for Storm Drain Structures, Driveways, Screen Walls
9/9/2022 03 30 00 Mix Design Burnco Texas 36U500BG 3600 psi Concrete Mix for Lighting and Traffic Signal Foundations
9/9/2022 03 30 00 Mix Design Burnco Texas 08Y450BA 800 psi Concrete Mix for Base for Trench Repair
9/9/2022 03 30 00 Mix Design Burnco Texas 01Y690BF 100 psi Concrete Mix for Flowable Fill
4/1/2023 03 34 16 Mix Design Burnco Texas 10YH50BF 1000 psi Concrete Base Material for Trench Repair
9/9/2022 03 30 00 Mix Design Carder Concrete FWCC602021 4500 psi concrete for Hand Placed Paving
9/9/2022 03 30 00 Mix Design Carder Concrete FWCC552091 3600 psi for Machine Placed Paving
9/9/2022 03 30 00 Mix Design Carder Concrete FWCC602091 3600 psi for Machine Placed Paving
9/9/2022 03 30 00 Mix Design Carder Concrete FWCC359101 Flowable Fill - CLSM
9/9/2022 03 30 00 Mix Design Carder Concrete FWFF237501 Flowable Fill - CLSM
9/9/2022 03 30 00 Mix Design Carder Concrete FWCC602001 4000 psi Concrete for Storm Drain Structures, Manholes, Headwalls, Retaining Walls, Valley Gutters, Drive Approaches
9/9/2022 03 30 00 Mix Design Carder Concrete FWCC502021 3500 psi concrete for Sidewalks, Driveways, Ramps, Curb & Gutter
9/9/2022 03 30 00 Mix Design Carder Concrete FWCC502001 3000 psi for Sidewalks, Driveways, Ramps, Curb & Gutter, Flatwork
9/9/2022 03 30 00 Mix Design Charley's Concrete 4142 3600 psi Concrete for Curb Inlets, Junction Boxes
9/9/2022 03 30 00 Mix Design Charley's Concrete 4518 4000 psi Concrete for Headwalls, Wingwalls
9/9/2022 03 30 00 Mix Design Charley's Concrete 5167 3600 psi Concrete Mix for Machine Placed Paving
9/9/2022 03 30 00 Mix Design Charley's Concrete 4609 4500 psi Concrete Mix for Hand Placed Paving, Manholes
9/9/2022 03 30 00 Mix Design Charley's Concrete 6103 4500 psi Concrete Mix for Hand Placed Paving, Manholes
9/9/2022 03 30 00 Mix Design Charley's Concrete 4502 3000 psi Concrete Mix for Sidewalks
9/9/2022 03 30 00 Mix Design Charley's Concrete 3759 3000 psi Concrete Mix for Sidewalks
9/9/2022 03 30 00 Mix Design Charley's Concrete 1502 150 psi Concrete for Flowable Fill-CLSM
9/9/2022 03 30 00 Mix Design Charley's Concrete 1518 150 Psi Concrete for Flowable Fill-CLSM
9/9/2022 03 30 00 Mix Design Charley's Concrete 5642 4000 psi Concrete for Storm Drain Structures
9/9/2022 03 30 00 Mix Design Charley's Concrete 6595 5000 psi Concrete Mix for High Early Strength Paving
9/9/2022 03 30 00 Mix Design Charley's Concrete 6589 4500 psi Concrete Mix for High Early Strength Paving
9/9/2022 03 30 00 Mix Design Chisholm Trail Redi Mix C13020AE 3000 psi Concrete for Driveways, Curb & Gutter
9/9/2022 03 30 00 Mix Design City Concrete Company 11-350-FF 50-150 psi Concrete for Flowable Fill-CLSM
CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT
STANDARD PRODUCTS LIST AS OF 08/04/2023
Approval Spec No.Classification Manufacturer Model No.National Spec
CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT
STANDARD PRODUCTS LIST AS OF 08/04/2023
Concrete (Continued)
9/9/2022 03 30 00 Mix Design City Concrete Company 30HA25II 3000 psi Concrete for Rip-Rap
9/9/2022 03 30 00 Mix Design City Concrete Company 30HA20II 3000 psi Concrete Mix for Blocking, Sidewalks, Flatwork, Pads
9/9/2022 03 30 00 Mix Design City Concrete Company 45NG25II 3600 psi Concrete Mix for Drilled Shafts/Lighting and Traffic Signal Foundations
9/9/2022 03 30 00 Mix Design City Concrete Company 50QG25II 3600 psi Slurry Displaced Drilled Shaft
9/9/2022 03 30 00 Mix Design City Concrete Company 45NA20II 4500 psi Concrete Mix for Hand Placed Paving
9/9/2022 03 30 00 Mix Design City Concrete Company 36LA2011 3600 psi Concrete Mix for Machine Placed Paving
9/9/2022 03 30 00 Mix Design City Concrete Company 36JA001J 3600 psi Concrete Mix for Machine Placed Paving
9/9/2022 03 30 00 Mix Design City Concrete Company 40LA2011 4000 psi Concrete Mix for Storm Drain Structures
11/16/2022 03 30 00 Mix Design City Concrete Company CLNG25II 3600 psi Concrete for Drilled Shaft/Lighting and Traffic Signal Foundations
5/5/2023 03 30 00 Mix Design City Concrete Company CCNA25OAG 3600 psi Concrete for Drilled ShaftsLighting and Traffic Signal Foundations
5/5/2023 03 30 00 Mix Design City Concrete Company CSSQA25OAG 3,600 psi Concrete for Slurry Displacement Shafts, Underwater Shafts
9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 250 3000 psi Concrete Mix for Sidewalks, Driveways, ADA Ramps
9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 350 3000 psi Concrete Mix for Sidewalks, Driveways, ADA Ramps
9/9/2022 03 34 13 Mix Design Cow Town Redi Mix 9 70 psi Flowable Fill - CLSM
9/9/2022 03 34 13 Mix Design Cow Town Redi Mix 9-S-2 70 psi Flowable Fill - CLSM
9/9/2022 03 34 13 Mix Design Cow Town Redi Mix 220-8 50 psi Concrete Mix for Flowable Fill - CLSM
9/9/2022 03 34 13 Mix Design Cow Town Redi Mix 320-8 50 psi Concrete Mix for Flowable Fill - CLSM
9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 230-8 750 psi Concrete Base Material for Trench Repair
9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 330-S8 750 psi Concrete Base Material for Trench Repair
9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 353 3000 psi Concrete Mix for Sidewalks, ADA Ramps, Driveways, Curb & Gutter, Safety End Treatments, Non-TxDOT Retaining Walls
9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 253-W 3000 psi Concrete Mix Sidewalks, ADA Ramps, Driveways, Curb & Gutter, Safety End Treatments, Non-TxDOT Retaining Walls
9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 260 4000 psi Concrete Mix for Bridge Slabs, Box Culverts, Headwalls
9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 260-1 3600 psi Concrete Mix for Headwalls
9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 260-2 3600 psi Concrete Mix for Box Culverts, Headwalls
9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 360 4000 psi Concrete Mix for Bridge Slabs, Box Culverts, Headwalls
9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 360-1 3600 psi Concrete Mix for Box Culverts, Headwalls, Wingwalls
9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 264-N 4500 psi Concrete Mix for Hand Placed Paving
9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 366 4500 psi Concrete Mix for Hand Placed Paving
9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 265 4500 psi Concrete Mix for Hand Placed Paving
9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 365 4500 psi Concrete Mix for Hand Placed Paving
9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 370-NC 4500 psi Concrete for HES Paving
9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 370-1NC 5000 psi Concrete for HES Paving
9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 375-NC 5000 psi Concrete for HES Paving
9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 267 4200 psi Concrete Mix for Manholes and Drainage Structures
9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 270 5000 psi Concrete Mix for Cast-in-Place Box Culverts
9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 370 5000 psi Concrete Mix for Cast-in-Place Box Culverts
9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 255-2 3000 psi Concrete Mix for Inlets, Thrust Blocking, Concrete Encasement
9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 257 3600 psi Concrete mix for Valley Gutters
11/14/2022 32 13 13 Mix Design Cow Town Redi Mix 357-M 3600 psi Concrete Mix for Machine Placed Paving
9/9/2022 33 13 13 Mix Design Cow Town Redi Mix 257-M 3600 psi Concrete Mix for Machine Placed Paving
9/9/2022 34 13 13 Mix Design Cow Town Redi Mix 260-M 4000 psi Concrete Mix for Machine Placed Paving
9/9/2022 35 13 13 Mix Design Cow Town Redi Mix 360-M 4000 psi Concrete Mix for Machine Placed Paving
9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 255-LP 3000 psi Concrete Mix for Curb & Gutter
9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 355-LP 3000 psi Concrete Mix for Curb & Gutter
9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 255 3500 psi Concrete Mix for Flatwork, Inlets, Thrust Blocking Concrete Encasement
9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 355 3000 psi Concrete Mix for Inlets, Thrust Blocking, Concrete Encasement
9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 365-STX 4000 psi Concrete for Bridge slabs, top slabs of direct traffic culverts, approach slabs
9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 357 3600 psi Concrete Mix for Valley Gutters
6/21/2023 03 30 00 Mix Design Cow Town Redi Mix 360-DS 3600 psi Concrete for Drilled Shaft/Lighting and Traffic Signal Foundation
1/18/2023 03 30 00 Mix Design Cow Town Redi Mix 380-NC 4500 psi Concrete for HES Paving
9/9/2022 03 30 00 Mix Design GCH Concrete Services GCH4000 4000 psi Concrete for for Sidewalks, Ramps, Headwalls, Inlets, and Storm Drain Structures
9/9/2022 03 30 00 Mix Design GCH Concrete Services GCHV5 4000 psi Concrete for Machine Placed Paving
9/9/2022 03 30 00 Mix Design GCH Concrete Services GCH4500 4500 psi Concrete Hand Placed Paving
9/9/2022 03 30 00 Mix Design Ingram Concrete & Aggregates C47PV5E5 3000 psi Concrete for Sidewalks, ADA Ramps
9/9/2022 03 30 00 Mix Design Ingram Concrete & Aggregates 2MWR-70J23504 3000 psi Concrete for Sidewalks, ADA Ramps
9/9/2022 03 30 00 Mix Design Ingram Concrete & Aggregates 2MWR-147QW5D5 3000 psi Concrete Mix for Sidewalks, ADA Ramps
9/9/2022 03 30 00 Mix Design Ingram Concrete & Aggregates 2MWR-C56PS5D5 4000 psi Concrete Machine Placed Paving
9/9/2022 03 30 00 Mix Design Ingram Concrete & Aggregates 2MWR-161UV5DM 4500 psi Concrete for Hand Placed Paving
9/9/2022 03 30 00 Mix Design Ingram Concrete & Aggregates 2MWR-10MQS50N 4500 psi Concrete for Hand Placed Paving
9/9/2022 03 30 00 Mix Design Ingram Concrete & Aggregates 161PS5EM 4500 psi Concrete for Hand Placed Paving
9/9/2022 03 30 00 Mix Design Ingram Concrete & Aggregates C47PV5E5 3000 psi Concrete Mix for Sidewalks, ADA Ramps
4/7/2023 03 30 00 mix Design Ingram Concrete & Aggregates 10LQS50N 3,600 psi Concrete for Drilled Shafts/Lighting and Traffic Signal Foundations
9/9/2022 03 30 00 Mix Design Ingram Concrete & Aggregates 161PS5EM 4500 psi Concrete Mix for Hand Placed Paving
9/9/2022 03 30 00 Mix Design Holcim - SOR, Inc.1551 3000 psi Concrete Mix for Blocking
Approval Spec No.Classification Manufacturer Model No.National Spec
CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT
STANDARD PRODUCTS LIST AS OF 08/04/2023
Concrete(Continued)
9/9/2022 03 30 00 Mix Design Holcim - SOR, Inc.5177 3000 psi Concrete Mix for Sidewalks
9/9/2022 03 30 00 Mix Design Holcim - SOR, Inc.1261 3000 psi Concrete Mix for Sidewalks
9/9/2022 4 30 00 Mix Design Holcim - SOR, Inc.2125 4500 psi Concrete for HES Paving
9/9/2022 03 30 00 Mix Design Holcim - SOR, Inc.1701 4000 psi Concrete Mix for Storm Drain Structures, Sanitary Sewer Manholes, Junction Box
9/9/2022 03 30 00 Mix Design Holcim - SOR, Inc.5409 4000 psi Concrete Mix for Sidewalks, Inlets
9/9/2022 03 30 00 Mix Design Holcim - SOR, Inc.5507 4500 psi Concrete Mix for Hand Placed Paving
12/15/2022 3 30 00 Mix Design Holcim - SOR, Inc.3741 100 psi concrete for flowable fill/CSLM
9/9/2022 04 30 00 Mix Design Holcim - SOR, Inc.5017 200 psi Concrete for Base Material for Trench Repair
9/9/2022 03 30 00 Mix Design Holcim - SOR, Inc.9600 3600 psi Concrete for Drill Shafts/Lighting and Traffic Signal Foundations
9/9/2022 03 30 00 Mix Design Holcim - SOR, Inc.1851 4500 psi Concrete for Storm Drain Structures, Hand Placed Paving
12/5/2022 4 30 00 Mix Design Holcim - SOR, Inc.1822 3600 psi Concrete for Drilled Shafts/Lighting and Traffic Signal Foundations
9/9/2022 03 30 00 Mix Design Holcim - SOR, Inc.1859 4000 psi Concrete for Drilled Shafts/Lighting and Traffic Signal Foundations
4/7/2023 03 30 00 Mix Design Liquid Stone C301D 3,000 psi Concrete for Sidewalks, Approaches, and Driveways.
4/27/2023 03 30 00 Mix Design Liquid Stone C361DNFA 3,600 psi Concrete for Retaining wall, driveway, junction box apron, approach
4/7/2023 03 30 00 Mix Design Liquid Stone C361DHR 3,600 psi Concrete for Drilled Shaft/Lighting and Traffic Signal Foundations
1/24/2023 03 30 00 Mix Design Liquid Stone C451DHR-A 4500psi Concrete for HES Paving
9/9/2022 03 30 00 Mix Design Martin Marietta R2132214 3,000 psi Concrete for Sidewalks & Ramps
9/9/2022 03 30 00 Mix Design Martin Marietta D9490SC 3,000 psi Concrete for Sidewalks & Ramps
9/9/2022 03 30 00 Mix Design Martin Marietta R2131214 3,000 psi Concrete for Sidewalks & Ramps
9/9/2022 03 30 00 Mix Design Martin Marietta R2131314 3,000 psi Concrete for Sidewalks & Ramps
9/9/2022 03 30 00 Mix Design Martin Marietta R2136014 3,000 psi Concrete for Sidewalks & Ramps
9/9/2022 03 30 00 Mix Design Martin Marietta R2136214 3,000 psi Concrete for Sidewalks & Ramps
9/9/2022 03 30 00 Mix Design Martin Marietta R2141224 4,000 psi Concrete for Sidewalks & Ramps
9/9/2022 03 30 00 Mix Design Martin Marietta R2141024 4,000 psi Concrete for Sidewalks & Ramps
9/9/2022 03 30 00 Mix Design Martin Marietta R2136224 3,600 psi Concrete for Curb Inlets
9/9/2022 03 30 00 Mix Design Martin Marietta R2141233 3,600 psi Concrete for Storm Structures, Inlets, Blocking & Encasement
9/9/2022 03 30 00 Mix Design Martin Marietta FLOW25A 50 psi Concrete for Flowable Fill/CLSM
9/9/2022 03 30 00 Mix Design Martin Marietta R2142233 3,600 psi Concrete for Manholes, Inlets & Headwalls
9/9/2022 03 30 00 Mix Design Martin Marietta R2146333 3,600 psi Concrete for Manholes, Inlets & Headwalls, Concrete Encasement
9/9/2022 03 30 00 Mix Design Martin Marietta R21412304,000 psi Concrete for Manholes, Inlets & Headwalls, Valve Pads
9/9/2022 03 30 00 Mix Design Martin Marietta R2146035 4,000 psi Concrete for Manholes, Inlets & Headwalls, Valve Pads
9/9/2022 03 30 00 Mix Design Martin Marietta R2146335 4,500 psi Concrete for Hand Placed Paving, Inlets, Storm Drain Structures
11/2/2022 32 13 13 Mix Design Martin Marietta Q2141N27 4,000 psi Concrete for Machine Placed paving
11/2/2022 32 13 13 Mix Design Martin Marietta Q2141K30 4,000 psi Concrete for Machine Placed Paving
11/2/2022 32 13 13 Mix Design Martin Marietta R2146N36 4,500 psi Concrete for Hand Placed Paving
11/15/2022 33 13 13 Mix Design Martin Marietta R2146K36 4,500 psi Concrete for Hand Placed Paving
11/15/2022 34 13 13 Mix Design Martin Marietta R2146P36 4,500 psi Concrete for Hand Placed Paving
11/2/2022 32 13 13 Mix Design Martin Marietta R2146K36 4,500 psi Concrete for Hand Placed Paving
11/2/2022 32 13 13 Mix Design Martin Marietta R2146N35 / 6.11 sacks / 4,500 psi concrete for Hand Place Paving, Inlets, Manholes, Headwalls
11/2/2022 32 13 13 Mix Design Martin Marietta R2146K34 4,000 psi Concrete for Inlets, Manholes, Headwalls
11/2/2022 32 13 13 Mix Design Martin Marietta R2141N24 4,000 psi Concrete for Sidewalks and Ramps
11/2/2022 32 13 13 Mix Design Martin Marietta R2141K24 4,000 psi Concrete for Sidewalks and Ramps
9/9/2022 03 30 00 Mix Design Martin Marietta R2146038 4,500 psi Concrete for Inlets, Storm Drain Structures
9/9/2022 03 30 00 Mix Design Martin Marietta R2146036 4,500 psi Concrete for Hand Placed Paving, Inlets
9/9/2022 03 30 00 Mix Design Martin Marietta R2146042 4,500 psi Concrete for Hand Placed Paving
9/9/2022 03 30 00 Mix Design Martin Marietta R2146242 4,500 psi Concrete for Hand Placed Paving
9/9/2022 03 30 00 Mix Design Martin Marietta R2146236 4,500 psi Concrete for Hand Placed Paving
9/9/2022 03 30 00 Mix Design Martin Marietta D9493SC 4,500 psi Concrete for Hand Placed Paving
9/9/2022 03 30 00 Mix Design Martin Marietta R2147241 4,500 psi Concrete for Hand Placed Paving
4/1/2023 32 13 20 Mix Design Martin Marietta R2136N14 / 5.00 sacks / 3,000 psi concrete for Sidewalks
4/1/2023 03 30 00 Mix Design Martin Marietta R2146P33 / 6.01 sacks / 4,000 psi concrete for Bridge Deck
4/1/2023 03 30 00 Mix Design Martin Marietta R2146033 4,000 psi Concrete for Riprap
4/7/2023 32 13 20 Mix Design Martin Marietta R2136K14 3,000 psi concrete for sidewalks and ramps
4/7/2023 32 13 13 Mix Design Martin Marietta R2161K70 6,000 psi (3,000 psi @ 24 hrs.) for HES Paving
4/1/2023 03 30 00 Mix Design Martin Marietta 310LBP 3,600 psi Concrete for Retaining Walls
5/22/2023 32 13 13 Mix Design Martin Marietta R2146K37/6.22 sack / 4,500 psi Concrete for Hand Placed Paving
4/1/2023 03 30 00 Mix Design Martin Marietta R2141030 4,000 psi Concrete for Riprap
Approval Spec No.Classification Manufacturer Model No.National Spec
CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT
STANDARD PRODUCTS LIST AS OF 08/04/2023
Concrete(Continued)
5/3/2023 03 30 00 Mix Design Martin Marietta M7842344 4,000 psi Concrete for Bridge Deck
6/1/2023 32 13 20 Mix Design Martin Marietta R2136R20 3,000 psi Concrete for Sidewalks and Ramps
6/1/2023 32 13 20 Mix Design Martin Marietta R2136N20 3,000 psi Concrete for Sidewalks and Ramps
6/27/2023 03 30 00 Mix Design Martin Marietta U2146N41 / 6.44sacks / 3,600 psi Concrete for Drilled Shafts / Lighting and Traffic Signal Foundations
6/27/2023 03 30 00 Mix Desaign Martin Marietta U2146K45 / 6.65 sacks / 3,600 psi Concrete for Drilled Shafts / Lighting and Trafic Signal Foundations
8/4/2023 03 30 00 Mix Desaign Martin Marietta U2146R41 / 6.44 sacks / 4,500 psi Concrete for Drilled Piers/Light Pole bases.
8/4/2023 03 30 00 Mix Desaign Martin Marietta R2136R14 / 5.00 sacks / 3,500 psi Concrete for Sidewalks and Ramps
8/4/2023 32 13 20 Mix Desaign Martin Marietta R2141R24 / 5.53 / 4,000 psi Concrete for Sidewalks and Ramps.
8/4/2023 03 30 00 Mix Desaign Martin Marietta R2146R35 / 6.11 / 4,500 psi Concrete for Inlets, Manholes, and Headwalls
8/4/2023 32 13 13 Mix Desaign Martin Marietta R2146R36 / 6.17 / 4,500 psi Concrete for Hand Placed Paving
8/4/2023 32 13 13 Mix Desaign Martin Marietta Q2141R27 / 5.69 sacks / 4,000 psi Concrete for Machine Placed Paving
9/9/2022 32 13 20 Mix Design NCS Redi Mix NCS5020A 3000 psi Concrete Mix for Curb & Gutter, Driveways, Sidewalks
9/9/2022 03 30 00 Mix Design NBR Ready Mix TX C-YY 3000 psi Concrete Mix for Curb Inlets
9/9/2022 03 30 00 Mix Design NBR Ready Mix TX C-NY 3000 psi Concrete Mix for Curb Inlets
7/10/2023 03 30 00 Mix Desing Osburn 30A50MR / 5 SK / 3,000 psi Concrete for Sidewalks
7/10/2023 32 13 13 Mix Design Osburn 45A60MR / 6 SK / 4,500 psi Concrete for Hand Placed Paving
1/24/2023 03 30 00 Mix Design Rapid Redi Mix RRM6320AHP 4500 psi Concrete for Hand Placed Paving
1/24/2023 03 30 00 Mix Design Rapid Redi Mix RRM5525A 3600 psi Concrete for Valley Gutters, Sidewalks, Approaches, ADA Ramps
1/18/2023 03 30 00 Mix Design Rapid Redi Mix RRM6020ASS 4000 psi Concrete for Strom Drain Structures
1/18/2023 03 30 00 Mix Design Rapid Redi Mix RRM5320A 3000 psi Concrete for Blocking
1/18/2023 03 30 00 Mix Design Rapid Redi Mix RRM5020A 3000 psi Concrete for Curb, Gutter, Driveways, Sidewalk, Ramps
9/9/2022 03 30 00 Mix Design Redi-Mix DCA2E554 3000 psi Concrete Mix for Rip Rap
9/9/2022 03 30 00 Mix Design Redi-Mix V0J11524 3000 psi Concrete Mix for Curb & Gutter
9/9/2022 03 34 13 Mix Design Redi-Mix F0C10021 215 psi Flowable Fill - CLSM
9/9/2022 03 30 00 Mix Design Redi-Mix 10J11524 3000 psi Concrete Mix for Driveways, Sidewalks, ADA Ramps
9/9/2022 03 30 00 Mix Design Redi-Mix 10J11504 3000 psi Concrete Mix for Sidewalks
9/9/2022 03 30 00 Mix Design Redi-Mix 10L11504 3,600 psi Concrete Mix for Sidewalks, Curb & Gutter
9/9/2022 03 30 00 Mix Design Redi-Mix 10L11524 3600 psi Concrete Mix Manholes, Inlets, Junction Boxes, Headwalls
9/9/2022 03 30 00 Mix Design Redi-Mix 1RJ11524 3500 psi Concrete Mix for Thrust Blocks, Valve Pads
9/29/2022 03 30 00 Mix Design Redi-Mix 10L21524 4000 psi Concrete Mix for Manholes
9/9/2022 03 30 00 Mix Design Redi-Mix 15611524 4000 psi Concrete Mix for Cast-in-Place Storm Drain Structures
9/9/2022 03 30 00 Mix Design Redi-Mix 10L115E4 3600 psi Concrete Mix for Bridge substructures
9/9/2022 03 30 00 Mix Design Redi-Mix 156115D4 4000 psi Bridge Slabs
9/9/2022 03 34 13 Mix Design Redi-Mix F35238VN 100 psi Flowable Fill - CLSM
9/9/2022 03 34 13 Mix Design Redi-Mix F0D138VM 100 psi Flowable Fill - CLSM
9/9/2022 03 34 13 Mix Design Redi-Mix 10J11554 3000 psi Concrete Mix for Rip-Rap
9/9/2022 03 30 00 Mix Design Redi-Mix P0G138K9 1000 psi Concrete Mix for Trench Repair Base Material
9/9/2022 03 30 00 Mix Design Redi-Mix 10K11524 3600 psi Concrete Mix for Encasement
9/9/2022 03 30 00 Mix Design Redi-Mix 10N11507 4500 psi (2600 psi @ 24 hrs.) Concrete Mix for HES Paving
9/9/2022 03 30 00 Mix Design Redi-Mix 10N11504 5000 psi (3600 psi @ 2 days) Concrete Mix for HES Paving
9/9/2022 03 30 00 Mix Design Redi-Mix 50K11524 3600 psi Concrete Mix for Machine Placed Paving
9/9/2022 03 30 00 Mix Design Redi-Mix 10M115D4 4500 psi Concrete Mix for Hand Placed Paving, Storm Drain Structures
9/9/2022 03 30 00 Mix Design Redi-Mix 10M11524 4500 psi Concrete Mix for Hand Placed Paving
9/9/2022 03 30 00 Mix Design Redi-Mix 10M11504 4500 psi Concrete Mix for Hand Placed Paving
9/9/2022 03 30 00 Mix Design Redi-Mix 145CD5P4 4500 psi Concrete Mix for Hand Placed Paving, Storm Drain Structures
11/2/2022 03 30 00 Mix Design Redi-Mix 145P25P4 4500 psi Concrete for Storm Drain Structures
12/5/2022 03 30 00 Mix Design Redi-Mix 10K115C4 3500 psi Concrete for Thrust Blocks, Valve Pads
12/5/2022 03 30 00 Mix Design Redi-Mix 156115C4 4000 psi Concrete for CIP Storm Drain Structures
12/5/2022 03 30 00 Mix Design Redi-Mix 10L115C4 3600 psi Concrete for Manhole, Inlet, Junction Box, Headwall
5/15/2023 03 30 00 Mix Design Redi-Mix 80L115D5 3600 psi Concrete for Drilled Shafts/Lighting and Traffic Signal Foundations
5/15/2023 03 30 00 Mix Design Redi-Mix 10N115D6 Slurry Displacement Shafts, Underwater Drilled shafts
9/9/2022 03 34 13 Mix Design SRM Concrete 30000 3,000 psi Concrete for Sidewalks and Ramps, Curb & Gutter
9/9/2022 03 34 13 Mix Design SRM Concrete 40050 4,000 psi Concrete for Headwalls, Retaining Wall
9/9/2022 03 30 00 Mix Design SRM Concrete 35023 3,600 psi Concrete for Machine Placed Paving
9/9/2022 03 30 00 Mix Design SRM Concrete 40068 3,600 psi Concrete for Machine Placed Paving
9/9/2022 03 30 00 Mix Design SRM Concrete 45000 4,500 psi Concrete for Hand Placed Paving
9/9/2022 03 30 00 Mix Design SRM Concrete 45300 4,500 psi Concrete for Hand Placed Paving
9/9/2022 03 30 00 Mix Design SRM Concrete 40326 4,500 (3,00 @ 3-days) psi Concrete for HES Paving
10/10/2022 03 30 00 Mix Design SRM Concrete 35000 3600 psi Concrete for Sewer Manholes
10/10/2022 03 30 00 Mix Design SRM Concrete 35300 3600 psi Concrete for Swere Manholes
9/9/2022 03 30 00 Mix Design SRM Concrete 35022 3,600 psi Concrete for Junction Box, Retaining Walls
9/9/2022 03 30 00 Mix Design SRM Concrete 30050 3,000 psi Concrete for Sidewalks, Ramps, Inlets, Junction Boxes, Thrust Blocks, Curb and Gutter, Driveways, Barrier Ramp
2/10/2023 03 30 00 Mix Design SRM Concrete 50310 5,000 psi Concrete for HES Paving
1/13/2023 32 13 13 Mix Design SRM Concrete 45023 4,500 psi Concrete for Hand Placed Paving
5/5/2023 03 30 00 Mix Design SRM Concrete D100008553CB 4,000 psi Concrete for Bdridge Approach Slab, Deck Slab
9/9/2022 03 30 00 Mix Design Tarrant Concrete FW6020AHP 4500 psi Concrete Mix for Hand Placed Paving
Approval Spec No.Classification Manufacturer Model No.National Spec
CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT
STANDARD PRODUCTS LIST AS OF 08/04/2023
Concrete(Continued)
9/9/2022 03 30 00 Mix Design Tarrant Concrete FW60AHP 4500 psi Concrete Mix for Hand Placed Paving
9/9/2022 03 30 00 Mix Design Tarrant Concrete TCFW6020AHP 4500 psi Concrete Mix for Hand Placed Paving
9/9/2022 03 30 00 Mix Design Tarrant Concrete FW7520AMR 4500 (3000 psi @ 3-days) psi Concrete HES Paving
9/9/2022 03 30 00 Mix Design Tarrant Concrete FW6520AMR 4500 (3000 psi @ 3-days) psi HES Paving
9/9/2022 03 30 00 Mix Design Tarrant Concrete FW5520AMP 3600 psi Concrete for Machine Placed Paving
9/9/2022 03 30 00 Mix Design Tarrant Concrete FW5320A 3000 psi Concrete Mix for Blocking
9/9/2022 03 34 13 Mix Design Tarrant Concrete FWFF150CLSM 50-150 psi Flowable Fill - CLSM
9/9/2022 03 34 13 Mix Design Tarrant Concrete FWFF275 50-150 psi Flowable Fill - CLSM
9/9/2022 03 30 00 Mix Design Tarrant Concrete FW6020A2 4000 psi Concrete Mix for Storm Drain Structures
10/10/2022 03 30 00 Mix Design Tarrant Concrete TCFW6025A2 4000 psi Concrete for Manholes
10/10/2022 03 30 00 Mix Design Tarrant Concrete TCFW5020A 3000 psi Concrete for Sidewalks
9/9/2022 03 30 00 Mix Design Tarrant Concrete FW5025A 3000 psi Concrete Mix for Curb & Gutter, Driveways, Sidewalks, ADA Ramps
9/9/2022 03 30 00 Mix Design Titan Ready Mix 3020AE 3000 psi Concrete for Sidewalks
9/9/2022 03 30 00 Mix Design Tarrant Concrete CP5020A 3000 psi Concrete Mix for Curb and Gutter
9/9/2022 03 30 00 Mix Design Tarrant Concrete FW5525A2 3600 psi Concrete Mix for Sidewalks, Drive Approaches, ADA Ramp
9/9/2022 03 30 00 Mix Design Titan Ready Mix TRC4520 4500 psi Concrete for Hand Placed Paving
9/9/2022 03 30 00 Mix Design True Grit Redi Mix 0250.230 3000 psi Concrete Mix for Flatwork, Curb & Gutter, Driveways, Sidewalks, ADA Ramps
9/9/2022 03 30 00 Mix Design True Grit Redi Mix 270.230 5000 psi Concrete for Hand Placed Paving
9/9/2022 03 30 00 Mix Design True Grit Redi Mix 0250.2301 3000 psi Concret Mix for Curb & Gutter, Driveways, Sidewalks, ADA Ramps
9/9/2022 03 30 00 Mix Design True Grit Redi Mix 0260.2302 4000 psi Concrete Mix for Machine Placed Paving
9/9/2022 03 30 00 Mix Design True Grit Redi Mix 0255.2301 3600 psi Concrete Mix for Machine Placed Paving
9/9/2022 03 30 00 Mix Design True Grit Redi Mix 0260.2301 4500 psi Concrete Mix for Hand Placed Paving
9/9/2022 03 30 00 Mix Design True Grit Redi Mix 0265.2301 4500 psi Concrete Mix for Valley Gutters, Hand Placed Paving
9/9/2022 03 30 00 Mix Design Wise Redi Mix 3678 3600 psi Concrete Mix for Lighting and Traffic Signal Foundations
Asphalt Paving
9/9/2022 32 12 16 Mix Design Austin Asphalt FT5D137965 PG64-22 Type D Fine Surface
9/9/2022 32 12 16 Mix Design Austin Asphalt DA5D135965 PG64-22 Type D Fine Surface
9/9/2022 32 12 16 Mix Design Austin Asphalt FT5B117965 PG64-22 Type B Fine Base
9/9/2022 32 12 16 Mix Design Austin Asphalt FT1B139965 PG64-22 Type B Fine Base
9/9/2022 32 12 16 Mix Design Austin Asphalt FT1B117.2 PG64-22 Type B Fine Base
9/9/2022 32 12 16 Mix Design Reynolds Asphalt 1901D PG64-22 Type D Fine Surface
9/9/2022 32 12 16 Mix Design Reynolds Asphalt 1112B PG64-22 Type B Fine Base
9/9/2022 32 12 16 Mix Design Reynolds Asphalt 1612B PG64-22 Type B Fine Base
9/9/2022 32 12 16 Mix Design Sunmount Paving 341DV6422 PG64-22 Type D Fine Surface
11/26/2022 32 12 16 Mix Design Sunmount Paving 340DV6422 PG64-22 Type D Fine Surface
12/5/2022 33 12 16 Mix Design Sunmount Paving 3076BV6422 PG62-22 Type B Fine Base
9/9/2022 32 12 16 Mix Design Sunmount Paving 341-BRAP6422ERG PG64-22 Type B Fine Base
9/9/2022 32 12 16 Mix Design TXBIT 37-211305-20 PG64-22 Type B Fine Base
9/9/2022 32 12 16 Mix Design TXBIT 44-211305-17 PG64-22 Type B Fine Base
9/9/2022 32 12 16 Mix Design TXBIT 211305 (1757) PG64-22 Type B Fine Base
9/9/2022 32 12 16 Mix Design TXBIT 222475 (1857) PG64-22 Type D Fine Surface
9/9/2022 32 12 16 Mix Design TXBIT 29-222475-19 PG64-22 Type D Fine Surface
9/9/2022 32 12 16 Mix Design TXBIT 1-222475-20 PG64-22 Type D Fine Surface
9/9/2022 32 12 16 Mix Design TXBIT 64-224125-18 PG70-22 Type D Fine Surface
9/9/2022 32 12 16 Mix Design TXBIT 12-222475-19 PG64-22 Type D Fine Surface
Detectable Warning Surface
9/9/2022 32 13 20 DWS - Pavers Pine Hall Brick (Winston Salem, NC)Tactile Pavers
9/9/2022 32 13 20 DWS - Pavers Western Brick Co. (Houston, TX)Detectable Warning Pavers
9/9/2022 32 13 20 DWS - Composite Engineered Plastics, Inc. (Williamsville, NY)Armor Tile
9/9/2022 32 13 20 DWS - Composite ADA Solutions (Wilmington, MA)Heritage Brick CIP Composite Paver
4/7/2023 32 13 20 DWS - Pavers ADA Solutions (Wilmington, MA)Detectable Warning Pavers
Silicone Joint Sealant
9/9/2022 32 13 73 Joint Sealant Dow 890SL - Cold Applied, Single Component, Silicone Joint Sealant ASTM D5893
9/9/2022 32 13 73 Joint Sealant Tremco 900SL - Cold Applied, Single Component, Silicone Joint Sealant ASTM D5893
9/9/2022 32 13 73 Joint Sealant Pecora 300SL - Cold Applied, Single Component, Silicone Joint Sealant ASTM D5893
9/9/2022 32 13 73 Joint Sealant Crafco RoadSaver Silicone - Cold Applied, Single Component, Silicone Joint Sealant ASTM D5893
Approval Spec No.Classification Manufacturer Model No.National Spec
CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT
STANDARD PRODUCTS LIST AS OF 08/04/2023
Utility Trench Embedment Sand
9/9/2022 33 05 10 Embedment Sand Silver Creek Materials Utility Embedment Sand ASTM C33
9/9/2022 33 05 10 Embedment Sand Crouch Materials Utility Embedment Sand ASTM C33
9/9/2022 33 05 10 Embedment Sand F and L Dirt Movers Utility Embedment Sand ASTM C33
9/9/2022 33 05 10 Embedment Sand F and L Dirt Movers Utility Embedment Sand ASTM C33
9/9/2022 33 05 10 Embedment Sand Tin Top Martin Marietta Utility Embedment Sand ASTM C33
Frame, Cover, and Grade Rings - Cast Iron** for Stormwater Structures
9/9/2022 33 05 13 Manhole Frames and Covers Neena Foundry 32" Diameter Liftmate Water Manhole Gasketed Frame and Cover w/Longhorn Logo, Model No. NF-1743LT66
9/9/2022 33 05 13 Manhole Frames and Covers Neena Foundry 32" Diameter Liftmate Sanitary Sewer Manhole Frame and Cover w/Longhorn Logo, Model No. NF-1743LT69
9/9/2022 33 05 13 Manhole Frames and Covers SIP Industries 32" Diameter Fort Worth Sanitary Sewer Manhole Frame and Cover, Item No. NF-2280
9/9/2022 33 05 13 Manhole Frames and Covers EJCO Ergo XL Assembly 32" Diameter Sanitary Sewer Manhole Frame and Cover, Model No. 00148021L010
9/9/2022 33 05 13 Manhole Frames and Covers Neena Foundry 32" Diameter Liftmate Storm Sewer Junction Box and Manhole Frame and Cover w/Longhorn Logo, Model No. NF-1743LTXX
9/9/2022 33 05 13 Manhole Frames and Covers Neena Foundry 24" Diameter Liftmate Storm Sewer Inlet Manhole Frame and Cover w/Longhorn Logo, Model No. NF-1650LT61
9/9/2022 33 05 13 Manhole Frames and Covers AccuCast (Govind Steel Company, Ltd.)24" Diameter MHRC #220605**ASTM A48 AASHTO M306
9/9/2022 33 05 13 Manhole Cover Neena Foundry 32" Diameter NF-1274-T91 ASTM A48 AASHTO M306
9/9/2022 33 05 13 Manhole Frames and Covers Neena Foundry 32" Diameter NF-1743-LM (Hinged)ASTM A48 AASHTO M306
9/9/2022 33 05 13 Manhole Frame Neena Foundry 32.25" Diameter NF-1930-30 ASTM A48 AASHTO M306
9/9/2022 33 05 13 Manhole Frames and Covers Neena Foundry 32" Diameter NF-1743-HV ASTM A48 AASHTO M306
9/9/2022 33 05 13 Manhole Frames and Covers SIP Industries 24" Diameter 2279ST**ASTM A48 AASHTO M306
9/9/2022 33 05 13 Manhole Frames and Covers SIP Industries 32" Diameter 2280ST ASTM A48 AASHTO M306
9/9/2022 33 05 13 Manhole Frames and Covers EJCO 32.25" Diameter EJ1033 X2/A ASTM A48 AASHTO M306
Reinforced Concrete Storm Drain Pipe/Culverts
9/9/2022 33 41 10 Precast Box Culverts Forterra Precast Box Culverts
9/9/2022 33 41 10 Concrete Pipe Wyes and Bends Forterra RCP Wye and Bends
9/9/2022 33 49 10 Precast Box Culverts Rinker Materials Rinker Materials Reinforced Concrete Box Culvert ASTM C789, C850 ASTM C789, C850
9/9/2022 33 49 10 Concrete Pipe Rinker Materials Rinker Materials Reinforced Concrete Pipe Tongue and Groove Joint Pipe ASTM C76, C655 ASTM C76, C655
9/9/2022 33 41 10 Concrete Pipe Forterra Reinforced Concrete Pipe - Tongue and Groove +D48
Polypropylene Storm Drain Pipe
9/9/2022 33 41 13 Polypropylene Pipe Advanced Drainage Systems, Inc.HP Polypropylene Storm Drain Pipe
**Note: All new development and new installation manhole lids shall meet the minimum 30" opening requirement as specified in City Specification 33 05 13. Any smaller opening sizes will only be allowed for existing manholes that require replacement frames and covers.
Approval Spec No.Classification Manufacturer Model No.National Spec
CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT
STANDARD PRODUCTS LIST AS OF 08/04/2023
Storm Drain Manholes and Junction Boxes
9/9/2022 33 49 10 Stacked Manhole Oldcastle Precast 4' x 4' Stacked Manhole ASTM C478
9/9/2022 33 49 10 Junction Box Oldcastle Precast 5' x 8' Storm Junction Box ASTM C478
9/9/2022 33 49 10 Junction Box Oldcastle Precast 4' x 4' Storm Junction Box ASTM C478
9/9/2022 33 49 10 Junction Box Oldcastle Precast 5' x 5' Storm Junction Box ASTM C478
9/9/2022 33 49 10 Junction Box Oldcastle Precast 6' x 6' Storm Junction Box ASTM C478
9/9/2022 33 49 10 Junction Box Oldcastle Precast 8' x 8' Storm Junction Box Base ASTM C478
9/9/2022 33 49 10 Junction Box Oldcastle Precast 5' x 8' Storm Junction Box Base ASTM C478
9/9/2022 33 49 10 Junction Box Cowtown Redi Mix No. 260-2 6 Sack 3600 psi Concrete for Concrete Collars ACI 318-14
9/9/2022 33 49 10 Manhole Rinker Materials Rinker Materials Reinforced 48" Diameter Spread Footing Manhole ASTM C433
9/9/2022 33 49 10 Manhole Connector Trelleborg Engineered Systems Kor-N-Seal 106/406 Series Pipe to Manhole Connector ASTM C923
9/9/2022 33 49 10 Junction Box Forterra 4' x 4' FRT-4x4-409-PRECAST-BASE ASTM C913
9/9/2022 33 49 10 Junction Box Forterra 5' x 5' FRT-5x5-409-PRECAST-TOP ASTM C913
9/9/2022 33 49 10 Junction Box Forterra 5' x 5' FRT-5x5-409-PRECAST-BASE ASTM C913
9/9/2022 33 49 10 Junction Box Forterra 6' x 6' FRT-6x6-409-PRECAST-TOP ASTM C913
9/9/2022 33 49 10 Junction Box Forterra 6' x 6' FRT-6x6-409-PRECAST-BASE ASTM C913
9/9/2022 33 49 10 Junction Box Thompson Pipe Group 4 'x 4' TPG-4x4-409-PRECAST TOP ASTM C615
9/9/2022 33 49 10 Junction Box Thompson Pipe Group 4 'x 4' TPG-4x4-409-PRECAST BASE ASTM C615
9/9/2022 33 49 10 Junction Box Thompson Pipe Group 4 'x 4' TPG-4x4-412-PRECAST 4-FT RISER ASTM C615
9/9/2022 33 49 10 Junction Box Thompson Pipe Group 5 'x 5' TPG-5x5-410-PRECAST TOP ASTM C615
9/9/2022 33 49 10 Junction Box Thompson Pipe Group 5 'x 5' TPG-5x5-410-PRECAST BASE ASTM C615
9/9/2022 33 49 10 Junction Box Thompson Pipe Group 5 'x 5' TPG-5x5-412-PRECAST 5-FT RISER ASTM C615
9/9/2022 33 49 10 Junction Box Thompson Pipe Group 6 'x 6' TPG-6x6-411-PRECAST TOP ASTM C615
9/9/2022 33 49 10 Junction Box Thompson Pipe Group 6 'x 6' TPG-6x6-411-PRECAST BASE ASTM C615
9/9/2022 33 49 10 Junction Box Thompson Pipe Group 6 'x 6' TPG-6x6-412-PRECAST 6-FT RISER ASTM C615
9/9/2022 33 49 10 Junction Box Thompson Pipe Group 7 'x 7' TPG-7x7-411-PRECAST TOP ASTM C615
9/9/2022 33 49 10 Junction Box Thompson Pipe Group 7 'x 7' TPG-7x7-411-PRECAST BASE ASTM C615
9/9/2022 33 49 10 Junction Box Thompson Pipe Group 7 'x 7' TPG-7x7-412-PRECAST 4-FT RISER ASTM C615
9/9/2022 33 49 10 Junction Box Thompson Pipe Group 8 'x 8' TPG-8x8-411-PRECAST TOP ASTM C615
9/9/2022 33 49 10 Junction Box Thompson Pipe Group 8 'x 8' TPG-8x8-411-PRECAST BASE ASTM C615
9/9/2022 33 49 10 Junction Box Thompson Pipe Group 8 'x 8' TPG-8x8-412-PRECAST 5-FT RISER ASTM C615
Storm Drain Curb and Drop Inlets
9/9/2022 33 49 20 Curb Inlets Forterra 10' x 3' FRT-10x3-405-PRECAST ASTM C913
9/9/2022 33 49 20 Curb Inlets Forterra 10' x 3' FRT-10x3-406-PRECAST ASTM C913
9/9/2022 33 49 20 Curb Inlets Forterra 10' x 4.5' FRT-10x4-407-PRECAST ASTM C913
9/9/2022 33 49 20 Curb Inlets Forterra 10' x 4.5' FRT-10x4-420-PRECAST ASTM C913
9/9/2022 33 49 20 Junction Box Forterra 4' x 4' FRT-4x4-409-PRECAST-TOP ASTM C913
9/9/2022 33 49 20 Curb Inlet Thompson Pipe Group 10' x 3' TPG-10x3-405-PRECAST INLET ASTM C615
9/9/2022 33 49 20 Curb Inlet Thompson Pipe Group 15' x 3' TPG-15x3-405-PRECAST INLET ASTM C615
9/9/2022 33 49 20 Curb Inlet Thompson Pipe Group 20' x 3' TPG-20X3-405-PRECAST INLET ASTM C615
9/9/2022 33 49 20 Drop Inlet Thompson Pipe Group 4' x 4' TPG-4X4-408-PRECAST INLET ASTM C615
9/9/2022 33 49 20 Drop Inlet Thompson Pipe Group 5' x 5' TPG-5X5-408-PRECAST INLET ASTM C615
9/9/2022 33 49 20 Drop Inlet Thompson Pipe Group 6' x 6' TPG-6X6-408-PRECAST INLET ASTM C615