HomeMy WebLinkAboutContract 61561-PM1CSC No. 61561-PM1
PROJECT MANUAL
FOR
THE CONSTRUCTION OF
WATER, SANITARY SEWER, AND DRAINAGE
IMPROVEMENTS TO SERVE
PROJECT 6.0
IPRC Record No. IPRC24-0028
City Project No.105430
FID No. 30114-0200431-105430-EO7685
File No.
X File No. X-28092
Mattie Parker Jesus "Jay" Chapa
Mayor City Manager
Christopher P. Harder, P.E.
Director, Water Department
Lauren Prieur, P.E.
Director, Transportation and Public Works Department
Prepared for:
The City of Fort Worth
JUNE 2025
CRISTAL U. ZUBIA
o ; 148390
Prepared by:
Kimley)))Horn
6�6/2025
Texas Registered Engineering Firm F-928
Kimley-Horn No. 063934128
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
00 00 10
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 1 of 6
SECTION 00 00 10
TABLE OF CONTENTS
DEVELOPER AWARDED PROJECTS
Division 00 - General Conditions Last Revised
nn� hwitatio,. + Bidders 031nn
nn� inst ,,,bons to Biddefs 031nn
00 41 00 Bid FE) 04/04
00 42 43 Proposal Form Unit Price 05/22/2019
88-43-11
a:o P�auali + 's
nn 102/201
�4
00 45 12
Prequalification Statement
09/01/2015
00 45 26
Contractor Compliance with Workers' Compensation Law
04/02/2014
nQ i
0045 40
00 52 43
Nfin r-it-y Biisiaess Enterprise Goal
Agreement
8
06/16/2016
00 61 25
Certificate of Insurance
07/01/2011
00 62 13
Performance Bond
01/31/2012
00 62 14
Payment Bond
01/31/2012
00 62 19
Maintenance Bond
01/31/2012
007300
Supplonwmtary Conditions
07/0 4
0073 10
Standard City Conditions of the Construction Contract for Developer
01/10/2013
Awarded Projects
Division 01- General Requirements
Last Revised
01 1100
Summary of Work
12/20/2012
01 2500
Substitution Procedures
08/30/2013
01 31 19
nt�
Preconstruction Meeting
D-egeetNleefing-.,
08/30/2013
01 32 33
Preconstruction Video
07/0i/2
08/30/2013
01 33 00
Submittals
08/30/2013
01 35 13
Special Project Procedures
08/30/2013
01 45 23
Testing and Inspection Services
03/20/2020
01 50 00
Temporary Facilities and Controls
07/01/2011
01 5526
Street Use Permit and Modifications to Traffic Control
07/01/2011
01 57 13
Storm Water Pollution Prevention Plan
07/01/2011
01 60 00
Product Requirements
03/20/2020
01 66 00
Product Storage and Handling Requirements
04/07/2014
01 70 00
Mobilization and Remobilization
04/07/2014
01 71 23
Construction Staking
02/14/2018
01 74 23
Cleaning
04/07/2014
01 77 19
Closeout Requirements
04/07/2014
01 78 23
Operation and Maintenance Data
04/07/2014
01 78 39
Project Record Documents
04/07/2014
CITY OF FORT WORTH
Project 6.0
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS
CPN: 105430
Revised March 20, 2020
00 00 10
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 2 of 6
Technical Specifications which have been modified by the Engineer specifically for this
Project; hard copies are included in the Project's Contract Documents
Division 02 — Existing Conditions
None
Division 03 — Concrete
None
Division 26 — Electrical
None
Division 31— Earthwork
None
Division 32 — Exterior Improvements
None
Division 33 — Utilities
None
Division 34 — Transportation
None
CITY OF FORT WORTH Project 6.0
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105430
Revised March 20, 2020
00 00 10
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 3 of 6
Technical Specifications listed below are included for this Project by reference and can be
viewed/downloaded from the City's website at:
httD: //fortworthtexas.Lyov/tDw/contractors/
or
httDs://aDDs.fortworthtexas.eov/Proi ectResources/
Division 02 - Existing Conditions Last Revised
0241 13 Solo tiye Site Demolition 12/��2
n7� r 44 ty D om o-,, a / n ba-n.1efff.,ot 1 7 /'fez
0241 15 Paving Removal 02/02/2016
Division 03 - Concrete
03 30 00 Ga&t In Ploa Gener-ete 12/'��
93 211 13 r-�,�ed L/)-x Et .ford, Nl to -ia (Cr SM) 12 /�12
0 '2�-�4-16 Cam.,-...,-ete Base McAe.-ia f T,-cndh—Ropx.F 12/'frrr20A201-2
039000 N4edrf'yja6on3 to Existing Gone.ote Stfuet,, -es 12/20A2012
Division 26 - Electrical
26 05 00 C,.m,v.o W lE Results f Eleet,4eal 1 11 1 / �
260533 Raeew s and Boxes f , > lootrical E;s4exn-R 12/ 0A2
Division 31- Earthwork
31 1000 Site rg 12l�ii
312323 BefFe 01 /'fv� 28,L20i3
31 2n nn r 1 t 01 /28A2013
�-rzTvv �� � aP".11%S�S s ��
�
312500 �/�/� Erosion and Sediment Control 12/20/2012
345�00 Gabiens 1 2 /7rc 20,9vzz
3 ,� Ripr-ap 1 2 /'f�r�mLiviz
Division 32 - Exterior Improvements
efmaaepert 61 t Itl.paxr 12/20/2012
27� To.v.....,-ary Asphalt It Pa-yi.n.g Pao,& 12/'fr�-20riviz
Z 7�9 Cam.,-...,-ete Paving D o,.ai 1 2 /'fr�-zvrivii
3'�9 Lime Trea4e 1 Base Ceiffs 12/7zzi-20 i012
27� Gemen4 Treated Base C..12/7zzi-20/2012
32 7 L�quid Troate
Z7�o Asp -halt Paving 11 /�12
32 1320 G e nef ete Sldcw-�!ko, or rreo P.G N 06/05,L2�
Z7�o 1 r 12/2n/2n12
�(1C a�''llt �b:'ing r�-avraviz
CITY OF FORT WORTH Project 6.0
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS CPN: 105430
Revised March 20, 2020
00 00 10
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 4 of 6
3
32 1723
32 1725
Z7�3
3'�y
Cene,.ete C,,,.t, eaa n„+te -s and Valley r„t+e -s
Nwement Tii.,,-kings
+' C".�dr�m �lvrn �
Chain >~er es and Gates
Wife x:erees and Gates
1 n1 /n 6
1 11 1 /'l 4
1 1 /04 201 �n
12/�12-
12/�1"
3'�9
Z7�9
Weed > enees and Gates
Topsoil Pl e0m0,-,+.,,-,d F1x,iizhl ixg Pafk-ways
, 2/�ti
17/'f�- 04012
329213
�
3293 3
a�1�1�1�g, Ee� ding an Se,1ding
Tfees a -ad Sb.,-„L..,
12/20A2012
12/7rc�-20 i012
Division 33 - Utilities
>\RafA
Z2�o
33 01 31
ele Testing
Sewer- and
Closed Circuit Television (CCTV) Inspection
12/7re�-20/ivii
03/03/2016
33 03 10
2Z�
Z2�11
Z2�2
Bypas3 Ptx.,vWffC A Existing Sewer- Systems
7eipA Bending ,-ada-ad >rle +,.;e, l isel..tie.
C,wFes;en Cent-e Test Stations
r, esitff Anode C.,t1,ad e n.eteetief System-
12/�12
11 /�12-
12/'fr�-20A201i
12/�12
33 04-30
33 04-40
33 04 50
agf
Te,, pe,.ary Wa4ef Se,.,.;e
Cle.,,..;..g and n eeept, n e Testing fWater- >, airs
C)lJan g of Sower- Mai
07/no '�z
02/n�13
12404
3305 10
Z2�z
3305 13.10
3-3-A3-�4
3305 6
Utility Trench Excavation, Embedment, and Backfill
Water- Line e Lower -in .
> ,., e Cover- �a Grade Ring to
rrcaxx�C6m'j7v�cc
Adjusting sti„g >, r lei inlets, V Boxes, ,1 Other- � t,
12/12/2016
, 2l�li
01 /2240 6
rsv�v
12/20/2012
, 2/
1
� ��z��t�xE�s-te
Grade
Gonefete Water- Vat lts
C..,,
3305 17
330520 20
Z2�T
Z2�z
3
2Z�
33 05 30
e fete Ce4af
T,m.,el Liner- Plate
Steel Casing D;,.e
He,.,.1 T,,,.,.eling
Caf-ie- Pipe i C.,s;,,.g T,,n T ;
inst. lla4;,
Plate
2/7zzi-20,9012
171 /'l z
12/'1r�-20riviz
12/7 z
12/7re�-20/ivii
!16/ly 49A2013
12/�12
, 2
n of e- e of
Leon of Fkdstir, es
..n r s1��
33 1105
0
Belt, Nu4s
aanrs ,
+'
�✓.h Iron Pita
2/20/20
rc�rzvTcmz
, 2/20/2012
32 11 11
Dtiei lQ Iror. Figs
1 2 /20 2012
33 11 12
Polyvinyl Chloride (PVC) Pressure Pipe
xx7,-.,ppe.l Stool Cylif„1e,- Type
(''Pfessur-ePipe,
11/16/2018
33 11 13
✓3 11 IA,
Bar-
Btif;e,l Stool Pipe .-ad Fittings
12/rc 20ANQ
11 /�12
33 1210
Water Services 1-inch to 2-inch
02/14/2017
33 1211
Z2�0
Large Water Meters
Resilient Seated Gate Valve
12/20/2012
12/�12
Z2�T
33 1225
AWW-A Rubber- Seated BuRe,-toy Val
Connection to Existing Water Mains
12/7 -2
02/06/2013
�0
Ce,l.;n tie,. Air- x7.,l.,e kOOOri3Whas for- Detable xx a4ef Syste
,f
1242
CITY OF FORT WORTH
Project 6.0
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS
CPN: 105430
Revised March 20, 2020
00 00 10
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 5 of 6
33 12 40 Ei,� 01/03,L2014
33 4250 wator Emmr),o 12/�12
Z2�o c+.,..,1.,r -Blow off Valve n sso,v.b! 06494014
2Z� Fiberglass Reinfe-ee Pipe fer- Gravity E'carz. j-Sewef�s 12/7rc�-zv/ioii
33 31 15 High Density Polyethylene (HDPE) Pipe for- Sa-mitafy Sewer- 12/20,L2012
33 31 20 Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe 06/19/2013
33 3121 Polyvinyl Chlefide (PVC) Closed Pr-efile Cffevity Sanitary Sewer- 12/204012
Pipe
33-3422 c a-aitafy Sewer rr Lrrg 12/20,90 2
33 31 50 Sanitary Sewer Service Connections and Service Line 04/26/2013
33 31 70 C-o-mbinmVzo 1 A if: Valve for- Sanitary Sewer- Fer-ee Ta.,:12/7rc�-20/i012
3339
3 399' Itl Cast i Dlaee /''..,� a AiT..,� z
-ete holes 1 2/7zi-20/i012
333920 D,-o. ast (''..n a -ete A iT..n1...10., 1 2 /7zzi-20,90 2
333930 Fiberglass Manholes 12/20401-2
33-419 Reinfer-eed r,.,.e fac Eta E Pipe/Cu �/n
7� 01�z
✓-3 11 11 HighDensity Polyethylene (HDPE) Pipe for- c+^ D'+ im 12/zz 20/20i2
3s-rrrr �5
33 46 00 Subdrainage 12/20/2012
33 4601 worm DP,ainz 0�/no 1�z
33 4602
Tf3.zik,X-6rL,s 0�/no 1�z
2Z� Cast i Dlaee Manholes and T,tnetio B&Ees 12/2040i--�2
33 4940 &Or�i Dyc�-na..o 14eadwalls and Wingwalls 0T0,01z
Division 34 - Transportation
34 41 15 Reeta*gullar -Rap, d FlaA, irzg Beaeon 1 1 /22 0113
3n� Redwtrzm Hybrid Signal 1 11 1 /7 3
+ Mies , 12/20Q �
34--4-�8 ' 1 1i4:411R�'�iai Assemblies � ��
3n n�01 1 T T064540475 l
�to�u� �D P_ � �,l�Iirl��ras
�
3n n�02 Freeway LED n,..,,1..,n6/1�1-5
3 n ^�03 Su 1. = Via Darni ras 06 /,o�15
3n�o
h�'"liiltll°i Fizw 11/12 ,�Q013
3 n� Tfaffie Gent" 1 11 1 / -3
Appendix
GG 4.91
GG 4.92 �aYiu:
CITY OF FORT WORTH Project 6.0
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS CPN: 105430
Revised March 20, 2020
00 00 10
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
GC-4.04 Underground Facilities
Page 6 of 6
GC-"6.D 'M;,,e fit , and Women 0wnea n„Zn1\'P Exgto.... is r,,�,.o
GG 6.0 Wage Races
GC-6.09 Permits and Utilities
GG 6. 1 Nandizc\���\\1 tian
GR-01 60 00 Product Requirements
END OF SECTION
CITY OF FORT WORTH Project 6.0
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105430
Revised March 20, 2020
00 42 43
DAP - BID PROPOSAL
Page 1 of 1
PROJECT 6.0
CITY PROJECT NO. 105430
SECTION 00 42 43
Developer Awarded Projects - PROPOSAL FORM
UNIT PRICE BID
Bidlist
Description
Item No.
1 3305.0109 Trench Safety
2 3312.2802 4" Water Meter and Vault
3 3311.0061 4" PVC Water Pipe
4 3311.0461 12" PVC Water Pipe
5 3312.2203 2" Water Service
1 3305.0109 Trench Safety
2 3339.1001 4' Manhole
3 3339.0001 Epoxy Manhole Liner
4 3305.0112 Concrete Collar
5 3301.0002 Post -CCTV Inspection
6 3305.0113 Trench Water Stops
7 3331.4201 10" Sewer Pipe
1 9999.0001 Connect to Existing 6'x6' Drop Inlet
2 3305.0109 Trench Safety
3 �3305.0105 Inlet Adjustment
I
Bidder's Application
Project Item Information Bidder's Proposal
Specification Section No.
Unit of
I Bid
Unit Price
Bid Value
Measure
Quantity
UNIT I: WATER IMPROVEMENTS
33 05 10
LF
15
$1.00
$15.001
331211
EA
1
$35,000.00
$35,000.001
331112
LF
10
$55.00
$550.001
3311 12
LF
15
$112.00
$1,680.001
331210
EA
1
$4,500.00
$4,500.001
TOTAL UNIT I: WATER IMPROVEMENTS
$41,745.001
UNIT It: SANITARY SEWER IMPROVEMENTS
1
33 05 10
LF
26
$1.00
$26.001
33 39 10, 33 39 20
EA
1
$9,800.00
$9,800.001
33 39 60
VF
8
$350.00
$2,800.001
33 05 17
EA
1
$350.00
$350.001
3301 31
LF
26
$10.00
$260.001
33 05 15
EA
1
$250.00
$250.001
33 11 10, 33 31 12, 33 31 20
LF
26
$85.00
$2,210.001
TOTAL UNIT II: SANITARY SEWER IMPROVEMENTS
$15,696.001
UNIT III: DRAINAGE IMPROVEMENTS
00 00 00
EA
2
$1,250.00
$2,500.001
33 05 10
LF
�EA
20
$1.00
$20.001
33 05 14
2
$950.00
$1,900.001
TOTAL UNIT III: DRAINAGE IMPROVEMENTS
$4,420.001
1
Bid Summary
UNIT I: WATER IMPROVEMENTS
$41,745.001
UNIT II: SANITARY SEWER IMPROVEMENTS
$15,696.001
UNIT III: DRAINAGE IMPROVEMENTS
$4,420.001
Total Construction Bid
$61,861.001
This Bid is submitted by the entity named below:
BIDDER: Haider Construction
15455 Dallas Parkway,
#350
Addison, TX 75001
Contractor agrees to complete WORK for FINAL ACCEPTANCE within
CONTRACT commences to run as provided in the General Conditions.
END OF SECTION
BY:
IL r'nnstn+rtion Cwnpam
TITLE: Yp; Operations
DATE: 04.17.2034
120 working days after the date when the
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS
Form Version September 1, 2015
00 42 43 Bid Proposal - Project 6.0.zlsm
0045 12
DAP PREQUALIFICATION STATEMENT
Page 1 of 1
SECTION 00 45 12
DAP — PREQUALIFICATION STATEMENT
Each Bidder is required to complete the information below by identifying the prequalified contractors
and/or subcontractors whom they intend to utilize for the major work type(s) listed. In the "Maior Work
Tune" box provide the complete maior work tvne and actual description as provided by the Water
Department for water and sewer and TPW for paviniz.
Major Work Type Contractor/Subcontra.tor Company Name Prequalification
Expiration Date
Water Distribution, 12-inch Maverick Utility Construction 4/30/2025
diameter and smaller
Sewer Collection System, 10- Maverick Utility Construction 4/30/2025
inch diameter and smaller
Storm Collection System, Maverick Utility Construction 4/30/2025
Connect to Existing Drop Inlet
The undersigned hereby certifies that the contractors and/or subcontractors described in the table above
are currently prequalified for the work types listed.
BIDDER:
Holder Construction
15455 Dallas Parkway,
#350
Addison, TX 75001
(Signature)
Tra. Vice Presid t DATE: �`1o[wZA-
END OF SECTION
CITY OF FORT WORTH
STANDARD CONSTRUCTION PREQUALIFICATION STATEMENT — DEVELOPER AWARDED PROJECTS 00 45 12_Prequalification Statement 2015_DAP.doc
Form Version September 1, 2015
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
39
004526-1
CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW
Page 1 of 1
SECTION 00 45 26
CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW
Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it provides
worker's compensation insurance coverage for all of its employees employed on City Project No.
Insert Project CPN #. Contractor further certifies that, pursuant to Texas Labor Code, Section
406.096(b), as amended, it will provide to City its subcontractor's certificates of compliance with
worker's compensation coverage.
CONTRACTOR:`
Holder Construction
Company
15455 Dallas Parkway. #350
Address
Addison. TX 75001
City/State/Zip
�6, - &
THE STATE OF rr�
V0%a-
COUNTY OF TARKANT
By: John Redmond
(P as Prin
ti
t
Signature: •
Title: Vice President
(Please Print)
BEFORE ME, the undersigned authority, on this day personally appeared
known to me to be the person whose name is
subscribed to the foregoing instrument, and acknowledged to me that he/she executed the same as
the act and deed of 1/t C-{ Pre it C r,+ for the purposes and consideration
therein expressed and in the capacity therein stated.
GIVE UNDER MY HAND AND SEAL OF OFFICE this
J(,t G _ 2024
J
Notary Public ' d KRc tha fph,q'f s-
14
�M I LY ` i��(,Vo,- ;A�
.GOMMiss;
END OF SECTION Z 0 4* NOT 0 dp
n'��� eCIC`Q�
;pG
Y;? s:oeN?fe
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised April 2, 2014
D411
day of
Project 6.0
CPN:105430
DocuSign Envelope ID: A82891F2-6E4E-4FA4-BDA3-3A9D26EE836A
AMENDMENT 1 TO CONSTRUCTION MANAGEMENT AGREEMENT
This Amendment I to Construction Management Agreement ("Amendment") is made and
entered into as of May 30, 2024 (the "Amendment Effective Date") by and between McMaster -Carr
Supply Company ("Owner") and Holder Construction Group, LLC ("Construction Manager").
INTRODUCTION
Owner and Construction Manager are parties to that certain AIA A133-2019 Standard
Form of Agreement Between Owner and Construction Manager as Constructor dated
February 22, 2024 (the "CM Agreement") relating to "Work" to be performed by the
Construction Manager in connection with the "Project" defined therein as Project 6.0,
Fort Worth Facility New Build Project, 4894-4896 Litsey Road, Fort Worth, Texas.
Included in the Work is the construction of certain public infrastructure consisting of
water, sanitary sewer, and storm drainage improvements (collectively, the "Community
Facilities"). Owner is entering into a Standard Community Facilities Agreement (the
"CFA") with the City of Fort Worth, Texas (the "City") with respect to the construction
of the Community Facilities. The CFA requires Owner to cause Construction Manager to
provide certain information and assurances to the City with respect to the Work on the
Community Facilities (the "Community Facilities Work"). The parties desire to amend
the CM Agreement to address those matters, in accordance with the terms and conditions
below.
TERMS AND CONDITIONS
1. Incolmoration and Defined Terms. The introduction above is incorporated into the body
of this Amendment. Capitalized terms not otherwise defined in this Amendment shall have the meanings
ascribed to them in the CM Agreement
2. The Communitv Facilities Work. The scope (including as defined in the Engineering
Plans and other plans and specifications), schedule for, and lump sum cost of the Communities Facilities
Work are set forth in Attachment A to this Amendment, all of which are made part of the Contract
Documents defined in the CM Agreement. The cost of the Community Facilities Work is included in that
certain Guaranteed Maximum Price Amendment to the CM Agreement dated as of May 1, 2024.
3. Community Facilities Agreement Matters. In connection with the performance of the
Community Facilities Work, and in addition to any other requirements or obligations set forth in the CM
Agreement, Construction Manager covenants and agrees as follows:
a. Community Facilities Ordinance. Construction Manager will comply with the
City's Community Facilities Agreements Ordinance, Ord. No. 23656-05-2019 (the "CFA Ordinance"),
and will require subcontractors that are engaged to work on the Community Facilities to comply with the
CFA Ordinance. Construction Manager will cause the Community Facilities to be constructed in
accordance with the CFA Ordinance.
b. Bonds.
i. Pavment and Performance Bonds. Construction Manager will provide
the City with payment and performance bonds naming the City and Owner as dual obligees, in the
amount of 100% of the cost of constructing the Community Facilities. The payment and performance
Page 1 of 3
DocuSign Envelope ID: A82891F2-6E4E-4FA4-BDA3-3A9D26EE836A
bonds shall guarantee construction of the Community Facilities and payment of all subcontractors and
material suppliers related thereto.
ii. Maintenance Bond. Construction Manager will provide the City with a
maintenance bond naming the City as an obligee, in the amount of 100% of the cost of constructing the
Community Facilities. The maintenance bond shall guarantee correction of defects in materials and
workmanship for the Community Facilities by the Construction Manager and the surety for a period of
two years after completion of the work and the City's final acceptance of the Community Facilities.
iii. Bond Requirements. Construction Manager shall provide the bonds
required above before commencing work on the Community Facilities. All bonds must meet the
requirements of the City's Standard Conditions (defined below), Chapter 2253 of the Texas Government
Code, and the Texas Insurance Code. All bonds must be satisfactory to the City and Owner in their
respective reasonable judgment. The cost of the bonds will be included in the cost of the Community
Facilities Work.
C. Insurance. Construction Manager will carry the insurance required under the
CM Agreement, which the parties acknowledge exceeds the amount of insurance required under the
City's Standard Conditions. Construction Manager will include the City as an additional insured on
Construction Manager's commercial general liability policy with respect to the Community Facilities
Work. Construction Manager will provide the City with a certificate of insurance (ACORD or other form
approved by the State of Texas) evidencing the required coverages before commencing the Community
Facilities Work.
d. Indemnification. To the fullest extent permitted by law, Construction Manager
shall indemnify and hold harmless the City, its officers, agents, and employees, from and against any and
all actual or threatened claims, damages, losses, and expenses, including but not limited to attorneys' fees,
arising out of resulting from the performance of the Community Facilities Work, provided that such
claim, damage, loss, or expense is attributable to (a) bodily injury, sickness, disease or death, or to injury
to or destruction of tangible property, or (b) governmental fines or penalties, but only to the extent caused
by the breach of contract, negligent acts or omissions, fraud or willful misconduct of Construction
Manager or any other Contractor Parties.
e. Commencement of the Communitv Facilities Work. Construction Manager will
notify the City's Construction Services Division at least 48 hours before Construction Manager intends to
commence construction of the Community Facilities. Construction Manager will allow the City's
inspectors to inspect the construction of the Community Facilities at any time upon request. Construction
Manager will not install or relocate any sanitary sewer, storm drain, or water pipe unless a City inspector
is present and gives consent to proceed. Construction Manager will not begin construction of the
Community Facilities until the City issues a notice to proceed.
f. Audit. Construction Manager will allow the Owner, for a period of three years
after completion of the Community Facilities Work and the City's final acceptance of the Community
Facilities, to have access to and to examine any directly pertinent books, documents, papers, and records
of Construction Manager related to the Community Facilities. In connection with the Community
Facilities Work, Construction Manager will provide the Owner with adequate and appropriate workspace
at Construction Manager's main office during normal work hours in order to conduct audits in
compliance with the provisions of this section, provided the Owner gives Construction Manager
reasonable advanced notice of intended audits. Construction Manager will cooperate with Owner to
provide the City with such access and examination rights, if the City so requests.
Page 2 of 3
DocuSign Envelope ID: A82891F2-6E4E-4FA4-BDA3-3A9D26EE836A
g. Citv's Standard Conditions. Construction Manager has received a copy of the
Standard City Conditions of the Construction Contract for Developer Awarded Contracts (the "City's
Standard Conditions"). Construction Manager will perform the Community Facilities Work consistent
with the City's Standard Conditions.
h. Third Party Benetaciarv. Construction Manager agrees that the City may enforce
the terms of this Amendment against Construction Manager with respect to the performance of the
Community Facilities Work as an express third -party beneficiary hereof.
4. Further Assurances. Each of Owner and Construction Manager shall execute and deliver
such additional documents, instruments and assurances and take such other actions as may reasonably be
requested to carry out and give effect to the terms set forth in Section 3 of this Amendment.
5. Other Terms. Each party acknowledges to the other that this Amendment has been
entered into for good and valuable consideration, the receipt and sufficiency of which are also
acknowledged. Except as modified above, the CM Agreement remains in full force and effect and is
ratified by the parties. This Amendment is intended to apply only to the performance of the Community
Facilities Work, and not to any other portion of the Project. This Amendment may be executed in one or
more counterparts, each of which shall be considered an original, and all of which taken together shall
constitute one and the same instrument. Counterparts transmitted by email or transmitted and/or executed
by other standard electronic means (including those signed via DocuSign or other electronic signature
program) shall have the same force and effect as an original counterpart.
The undersigned have executed this Amendment as of the Amendment Effective Date.
OWNER:
McMaster -Carr Supply Company
By: �•
Patrick J. MdKenna, Vice President
Pat Digitally signed by
Pat McKenna
McKenna Date: 2024.0531
09:46:01-04'00'
CONSTRUCTION MANAGER:
Holder Construction Group, LLC
By: �DOCaSW.d by:
�iWA* r %liv,
W1ithfPFWD69ftt1`t%, Executive VP & COO
Page 3 of 3
DocuSign Envelope ID: A82897F2-6E4E-4FA4-BDA3-3A9D26EE836A
Attachment A
Scone. Schedule. and Cost of the Communitv Facilities Work
See attached.
DocuSlgn Envelope ID: A8289lF2-6E4E-4FA4-BDA3-3A9D26EE836A
UNIT PRICE BID
mg41
DAP -&DDpRDR75Ar
PV41 d 1
PROJECTS-0
CRY PROJECT NO. 10500
BECTiON 00 42 43
Oevelcper Awarded ProWls - PROPOSAL FORM
Bidder's Application
PR,w llrm I R;4&T16 Pro14.m1
I Unn p( Rid I pernTlr�ien I SPrailire[ion SMFim f:�, Mrn+un- I pupniiig Uni. Pris I UW V tw
WATCft 1NPRl1V-01ENTS
33M,0109 Trench 9aIeW
330110
ILF
15
b1.00
W12.2102 4' Walef MeW and VAuR
331211
1"
1 1,
35.Mou
3311A0S141 PVC We14f Flee
__ 3311q ._
11.F
ie
S55.00
99 cwt T2' f'YG We*FOa
3311 12
LF
15
5112.0o
3312.2203 2' WAN 5e W*
331210
EA
1
34.5% 00
L
I PRa
I
— -
rrARY TW IMPRQVE ENT9
"05.0104 Twch SOW
330610
LF _
26
11A0
3330.1001 4: Maox"
133 39 10.339020
EA
1
S916IO.I10
3339.DIW1 Evuxv M&f1de L1n■r
33 3960
VF
0
5380.00
3305.0112 CDPCFM COW
113 0517
EA
i
5350.00
=1.0002 Poet -CCTV Insawban
3311131
LF
26
S10,00
3MO113 T.ancnWom,Slme
1330516
EA
1
MOM
3331A20t 10`SanerPipe
33 1110.33 3112, 33XS*I
r IL• Z IIIE F-yQr
IINIT WiM11FN ��
I
1 19M.Owl Conect toEldWrg9,xv up Mkt uQW00 LA 2 S1,2b0,0:
LF
3 93MI05 I e[A0i1snaent 330514 IEA l2 IS50.00
tfTl�-n�lNIT LII:ORA... hS1PR6J6iiE1■a$
' liid 5nm■rn
UNIT L WATER [MPR E NTS
UNIT 1L SANffAAtY ¢ m b f,
1 uNR nr oaA[aJ � b
TeMICa■rlr.cuu■Old
TIM Did is sabiairled by she "" named belvn:
RIIMII'ltf Holder Constmetion
15455 Dallas Parkway,
4350
Addison, TX 75001
c-m,xw .m—iu cnq Am WORK kw FINAL ALrYPTANC F. w11Mn
COSTRAC'r CasanerrJ 1P MUM Prwidd IN d.r Gen.r■1 CoodntvM,
END (if SECTIM
SHDOCS:224944545.4
71'1'L1:x e; rll,.. "mm
11.'1TY�: n�.l7.zie.+
51600I
sa5,11oa
5550.00
Si,t1a0.00
SS,500.00
341,745.00I
s2�.vo1
ggp Boo.o91
$z�stw.acj
sssc.Ro)
s260.
saso.on
52210.00�
516,696 00
s2 sac.00i
S20 901
51,900.00
$4,420.00
941.745.P01
$15 $96.(el
34i2a.00
1711 world.r� d■yF pRur r6r d■rr nue■ rlr
006213-1
PERFORMANCE BOND
Page 1 of 2
1 SECTION 00 62 13
2 PERFORMANCE BOND PRF9406355
3
4 THE STATE OF TEXAS §
5 § KNOW ALL BY THESE PRESENTS:
6 COUNTY OF TARRANT §
7 That we, Holder Construction Grow). LLC, known as "Principal" herein and
8 Fidelity and Deposit Company of Maryland , a corporate surety (sureties, if more than
9 one) duly authorized to do business in the State of Texas, known as "Surety" herein (whether one or
10 more), are held and firmly bound unto the Developer, McMaster -Carr Supply Company, authorized
11 to do business in Texas ("Developer") and the City of Fort Worth, a Texas municipal corporation
12 ("City"), in the penal sum of, Sixty-one thousand ei1~ht hundred and sixty-one Dollars 61 861.00),
13 lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas for the payment
14 of which sum well and truly to be made jointly unto the Developer and the City as dual obligees,
15 we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and
16 severally, firmly by these presents.
17 WHEREAS, Developer and City have entered into an Agreement for the construction of
18 community facilities in the City of Fort Worth by and through a Community Facilities Agreement,
19 CFA Number CFA24-0039; and
20 WHEREAS, the Principal has entered into a certain written contract with the Developer awarded
21 the 30 day of _ Mav _, 20 24 , which Contract is hereby referred to and made a part
22 hereof for all purposes as if fully set forth herein, to furnish all materials, equipment labor and other
23 accessories defined by law, in the prosecution of the Work, including any Change Orders, as
24 provided for in said Contract designated as WATER, SANITARY SEWER, AND DRAINAGE
25 IMPROVEMENTS TO SERVE PROJECT 6.0.
26 NOW, THEREFORE, the condition of this obligation is such that if the said Principal
27 shall faithfully perform it obligations under the Contract and shall in all respects duly and faithfully
28 perform the Work, including Change Orders, under the Contract, according to the plans,
29 specifications, and contract documents therein referred to, and as well during any period of
30 extension of the Contract that may be granted on the part of the Developer and/or City, then this
31 obligation shall be and become null and void, otherwise to remain in full force and effect.
CITY OF FORT WORTH Project 6.0
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN: 105430
Revised January 31, 2012
006213-2
PERFORMANCE BOND
Page 2 of 2
1 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in
2 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort
3 Worth Division.
4 This bond is made and executed in compliance with the provisions of Chapter 2253 of the
5 Texas Government Code, as amended, and all liabilities on this bond shall be determined in
6 accordance with the provisions of said statue.
7 IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED this
8 instrument by duly authorized agents and officers on this the 11 ,day of _ July
9 .20 24 .
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
WITNE
W' ess as to Principal
Witness as to Surety Sarah Hancock
PRINCIPAL.
Holder Construction Group, LLC
BY: 3TPk I ' / ,
Signature
SHAW* Of-1 lA i C PQ
Name and Title
Address: 3300 Riverwood Parkway
Suite 1200
Atlanta, GA 30339
SURETY:
Fidelitv and Deposit Company of Maryland
BY: .Cignatum
Annette Wisong, Attorney in Fact
Name and Title
Address: 1299 Zurich Wav_
Schaumburg, IL 60196
Telephone Number: 847.605.6000
*Note: If signed by an officer of the Surety Company, there must be on file a certified extract
from the by-laws showing that this person has authority to sign such obligation. If Surety's
physical address is different from its mailing address, both must be provided.
The date of the bond shall not be prior to the date the Contract is awarded.
CITY OF FORT WORTH Project 6.0
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN: 105430
Revised January 31, 2012
ZURICH AMERICAN INSURANCE COMPANY
COLONIAL AMERICAN CASUALTY AND SURETY COMPANY
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That the ZURICH AMERICAN INSURANCE COMPANY, a corporation of the State of New York, the
COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Illinois, and the FIDELITY AND DEPOSIT COMPANY
OF MARYLAND a corporation of the State of Illinois (herein collectively called the "Companies"), by Thomas O. McClennan, Vice President,
in pursuance of authority granted by Article V, Section 8, of the By -Laws of said Companies, which are set forth on the reverse side hereof
and are hereby certified to be in full force and effect on the date hereof, do hereby nominate, constitute, and appoint Joseph W. Hamilton III,
Rebecca E. HOWARD, Joseph R. WILLIAMS, Sarah HANCOCK, Annette WISONG all of Atlanta, Georgia, its true and lawful agent
and Attomey-in-Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act and deed: any and all bonds and
undertakings, and the execution of such bonds or undertakings in pursuance of these
shall be as binding upon said Companies, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged
by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York, New York., the regularly
elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland., and
regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland., in their
own proper persons.
The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8, of
the By -Laws of said Companies, and is now in force.
IN WITNESS WHEREOF, the said Vice -President has hereunto subscribed his/her names and affixed the Corporate Seals of the said
ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY,
and FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 14th day of June, A.D. 2024. "yv.,, "° ' paw�r wso a co
0s,'.^ _ "SEALm $- ri°SEAL mj;
ATTEST:
ZURICH AMERICAN INSURANCE COMPANY
COLONIAL AMERICAN CASUALTY AND SURETY COMPANY
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
By: Thomas O. McClennan
Vice President
By: Daniel E. Lutes
Secretary
State of Maryland
County of Baltimore
On this 14th day of June, A.D. 2024, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, Robert D.
Murray, Vice President and Daniel E. Lutes, Secretary of the Companies, to me personally known to be the individuals and officers described in and
who executed the preceding instrument, and acknowledged the execution of same, and being by me duly sworn, deposeth and saith, that he/she is the
said officer of the Company aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and that the said
Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations.
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written.
Genevieve M. Maison
GENEVIEVE M. MAISON
NOTARYPUBLIC
BALTIMORE COUNTY, MD
% 2*�
Mr Commission Expires JANUARY27,2025
Authenticity of this bond can be confirmed at bondvalidator.zurichna.com or 410-559-8790
EXTRACT FROM BY-LAWS OF THE COMPANIES
"Article V, Section 8, Attom s-in-Fact. The Chief Executive Officer, the President, or any Executive Vice President or Vice President
may, by written instrument under the attested corporate seal, appoint attorneys -in -fact with authority to execute bonds, policies,
recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such
attomey-in-fact to affix the corporate seal thereto; and may with or without cause modify of revoke any such appointment or authority at any
time."
CERTIFICATE
I, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN
CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the
foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that Article V, Section 8, of
the By -Laws of the Companies is still in force.
This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of
Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998.
RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary
and the Seal of the Company may be affixed by facsimile on any Power of Attorney ... Any such Power or any certificate thereof bearing such
facsimile signature and seal shall be valid and binding on the Company."
This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of
Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of
May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a
meeting duly called and held on the loth day of May, 1990.
RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature
of any Vice -President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a
certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect
as though manually affixed.
IN TESTIMONY WHEREOF, I have hereunto subs c bed my name and affixed the corporate seals of the said Companies,
this A - day of 202 .
4.0Sd co
ORp"Tc,'c
¢[ SEAL0SEAL"'3s
='s"SEALm da
u,n"
"'n"�iiuO
Mary Jean Pethick
Vice President
TO REPORT A CLAIM WITH REGARD TO A SURETY BOND, PLEASE SUBMIT A COMPLETE DESCRIPTION
OF THE CLAIM INCLUDING THE PRINCIPAL ON THE BOND, THE BOND NUMBER, AND YOUR CONTACT
INFORMATION TO:
Zurich Surety Claims
1299 Zurich Way
Schaumburg, IL 60196-1056
renortsfclairns@,zurichna.com
800-626-4577
Authenticity of this bond can be confirmed at bondvalidator.zurichna.com or 410-559-8790
1
2
3
4
5
6
7
E
SECTION 00 6214
PAYMENT BOND
006214-1
PAYMENTBOND
Page 1 of 2
PRF9406355
THE STATE OF TEXAS §
§ KNOW ALL BY THESE PRESENTS:
COUNTY OF TARRANT §
That we, Holder Construction Group. LLC, known as "Principal" herein, and
Fidelity and Deposit Company of Maryland a corporate surety ( or
sureties if more than one), duly authorized to do business in the State of Texas, known as "Surety"
10 herein (whether one or more), are held and firmly bound unto the Developer, McMaster -Carr Supply
11 Company, authorized to do business in Texas "(Developer"), and the City of Fort Worth, a Texas
12 municipal corporation ("City"), in the penal sum of Sixtv-one Thousand Ei1?ht Hundred Six -one
13 Dollars ($61.861.00). lawful money of the United States, to be paid in Fort Worth, Tarrant County,
14 Texas, for the payment of which sum well and truly be made jointly unto the Developer and the City
15 as dual obligees, we bind ourselves, our heirs, executors, administrators, successors and assigns,
16 jointly and severally, firmly by these presents:
17 WHEREAS, Developer and City have entered into an Agreement for the construction of
18 community facilities in the City of Fort Worth, by and through a Community Facilities Agreement,
19 CFA Number CFA24-0039: and
20 WHEREAS, Principal has entered into a certain written Contract with Developer, awarded
21 the 30 day of May , 20 24 , which Contract is hereby referred to and
22 made a part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment,
23 labor and other accessories as defined by law, in the prosecution of the Work as provided for in said
24 Contract and designated as WATER, SANITARY SEWER, AND DRAINAGE IMPROVEMENTS TO
25 SERVE PROJECT 6.0.
26 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if Principal
27 shall pay all monies owing to any (and all) payment bond beneficiary (as defined in Chapter 2253 of
28 the Texas Government Code, as amended) in the prosecution of the Work under the Contract, then
29 this obligation shall be and become null and void; otherwise to remain in full force and effect.
30 This bond is made and executed in compliance with the provisions of Chapter 2253 of the
31 Texas Government Code, as amended, and all liabilities on this bond shall be determined in
32 accordance with the provisions of said statute.
CITY OF FORT WORTH Project 6.0
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN: 105430
Revised January 31, 2012
006214-2
PAYMENT BOND
Page 2 of 2
1 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED this
2 instrument by duly authorized agents and officers on this the 11 day of
3 July , 20 24
4
5
6
7
8
9
10
11
WITNESS:
mess as to Principal
ATTEST:
// 24.,Le 1.
Witness as to Suretysarah Hancock
PRINCIPAL:
Holder Construction Group,. LLC
BY: s4 W &L `' .
Signature
_514AwAI WW
Name and Title
Address: 3300 Riverwood Parkway
Suite 1200
Atlanta, GA 30339
SURETY,
Fidelitv and Deposit Comoanv of Marvland
BY:
Sign re
t
Annette Wisong, Attorney in Fact
1`Iallll, allll l lul
Address: 1299 Zurich Wav
Schaumburg, IL 60196
Telephone Number: 847.605.6000
Note: If signed by an officer of the Surety, there must be on file a certified extract from the bylaws
showing that this person has authority to sign such obligation. If Surety's physical address is different
from its mailing address, both must be provided.
The date of the bond shall not be prior to the date the Contract is awarded.
END OF SECTION
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised January 31, 2012
Project 6.0
CPN: 105430
ZURICH AMERICAN INSURANCE COMPANY
COLONIAL AMERICAN CASUALTY AND SURETY COMPANY
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That the ZURICH AMERICAN INSURANCE COMPANY, a corporation of the State of New York, the
COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Illinois, and the FIDELITY AND DEPOSIT COMPANY
OF MARYLAND a corporation of the State of Illinois (herein collectively called the "Companies"), by Thomas O. McClennan, Vice President,
in pursuance of authority granted by Article V, Section 8, of the By -Laws of said Companies, which are set forth on the reverse side hereof
and are hereby certified to be in full force and effect on the date hereof, do hereby nominate, constitute, and appoint Joseph W. Hamilton III,
Rebecca E. HOWARD, Joseph R. WILLIAMS, Sarah HANCOCK, Annette WISONG all of Atlanta, Georgia, its true and lawful agent
and Attorney -in -Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act and deed: any and all bonds and
undertakings, and the execution of such bonds or undertakings in pursuance of these
shall be as binding upon said Companies, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged
by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York, New York., the regularly
elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland., and
regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland., in their
own proper persons.
The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8, of
the By -Laws of said Companies, and is now in force.
IN WITNESS WHEREOF, the said Vice -President has hereunto subscribed his/her names and affixed the Corporate Seals of the said
ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY,
and FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 14th day of June, A.D. 2024. ,�y1''z.... "" ;pomp•.
�OpPOg9\i�_
= gam\ SEAL }=SEALm1``= 3t°SEALmfm-
ATTEST:
ZURICH AMERICAN INSURANCE COMPANY
COLONIAL AMERICAN CASUALTY AND SURETY COMPANY
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
9
By: Thomas O. McClennan
Vice President
c E.
By: Daniel E. Lutes
Secretary
State of Maryland
County of Baltimore
On this 14th day of June, A.D. 2024, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, Robert D.
Murray, Vice President and Daniel E. Lutes, Secretary of the Companies, to me personally known to be the individuals and officers described in and
who executed the preceding instrument, and acknowledged the execution of same, and being by me duly sworn, deposeth and saith, that he/she is the
said officer of the Company aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and that the said
Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations.
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written.
Genevieve M. Maison
............
0gp` ..i0
l
GENEVIEVE M. MAISON
=gym Pusu� . z_
NOTARY PUBLIC
BALTIMORE COUNTY, MD
My Commission Expires JANUARY27,2D25
Authenticity of this bond can be confirmed at bondvalidator.zurichna.com or 410-559-8790
EXTRACT FROM BY-LAWS OF THE COMPANIES
"Article V, Section 8, Attorneys -in -Fact. The Chief Executive Officer, the President, or any Executive Vice President or Vice President
may, by written instrument under the attested corporate seal, appoint attorneys -in -fact with authority to execute bonds, policies,
recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such
attorney -in -fact to affix the corporate seal thereto; and may with or without cause modify of revoke any such appointment or authority at any
time."
CERTIFICATE
I, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN
CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the
foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that Article V, Section 8, of
the By -Laws of the Companies is still in force.
This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of
Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998.
RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary
and the Seal of the Company may be affixed by facsimile on any Power of Attorney ... Any such Power or any certificate thereof bearing such
facsimile signature and seal shall be valid and binding on the Company."
This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of
Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of
May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a
meeting duly called and held on the loth day of May, 1990.
RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature
of any Vice -President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a
certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect
as though manually affixed.
IN TESTIMONY WHEREOF, I have hereunto subs c 'bed my name and affixed the corporate seals of the said Companies,
this day of 202 .
„mu."`ASK
"�''.,
corn
Ga5U2NY a
tea`` N INSU a.
.``� Q� A
E� oQ,a0,q m.
_!. SEAL
t
\
�a�
�A�'• 1 ie -
''i,�NtyyvOH�rr�``
_ MR aP4�
Mary Jean Pethick
Vice President
TO REPORT A CLAIM WITH REGARD TO A SURETY BOND, PLEASE SUBMIT A COMPLETE DESCRIPTION
OF THE CLAIM INCLUDING THE PRINCIPAL ON THE BOND, THE BOND NUMBER, AND YOUR CONTACT
INFORMATION TO:
Zurich Surety Claims
1299 Zurich Way
Schaumburg, IL 60196-1056
renortsfclaimsCla zurichna.com
800-626-4577
Authenticity of this bond can be confirmed at bondvalidator.zurichna.com or 410-559-8790
1
2
3
4
5
6
7
SECTION 00 62 19
MAINTENANCE BOND
006219-1
MAINTENANCE BOND
Page 1 of 3
MNT9406355
THE STATE OF TEXAS §
§ KNOW ALL BY THESE PRESENTS:
COUNTY OF TARRANT §
That we Holder Construction Group, LLC, known as "Principal" herein and
8 Fidelity and Deposit Companv of Marvland _, a corporate surety (sureties, if more than
9 one) duly authorized to do business in the State of Texas, known as "Surety" herein (whether one or
10 more), are held and firmly bound unto the Developer, McMaster -Carr Suvuly Companv, authorized
11 to do business in Texas ("Developer") and the City of Fort Worth, a Texas municipal corporation
12 ("City"), in the sum of sixty-one thousand eieht hundred and sixty-one Dollars ($ 61,861. 00), lawful
13 money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for payment of which
14 sum well and truly be made jointly unto the Developer and the City as dual obligees and their
15 successors, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly
16 and severally, firmly by these presents.
17
18 WHEREAS, Developer and City have entered into an Agreement for the construction of
19 community facilities in the City of Fort Worth by and through a Community Facilities Agreement,
20 CFA Number CFA24-0039; and
21 WHEREAS, the Principal has entered into a certain written contract with the Developer
22 awarded the 30 day of M air , 20 24 , which Contract is hereby
23 referred to and a made part hereof for all purposes as if fully set forth herein, to furnish all
24 materials, equipment labor and other accessories as defined by law, in the prosecution of the Work,
25 including any Work resulting from a duly authorized Change Order (collectively herein, the
26 "Work") as provided for in said Contract and designated as WATER, SANITARYSEWER, AND
27 DRAINAGE IMPROVEMENTS TO SERVE PROJECT 6.0.
28
29 WHEREAS, Principal binds itself to use such materials and to so construct the Work in
30 accordance with the plans, specifications and Contract Documents that the Work is and will remain
31 free from defects in materials or workmanship for and during the period of two (2) years after the
32 date of Final Acceptance of the Work by the City ("Maintenance Period"); and
33
CITY OF FORT WORTH Project 6.0
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN: 105430
Revised January 31, 2012
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
006219-2
MAINTENANCE BOND
Page 2 of 3
WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part upon
receiving notice from the Developer and/or City of the need thereof at any time within the
Maintenance Period.
NOW THEREFORE, the condition of this obligation is such that if Principal shall remedy
any defective Work, for which timely notice was provided by Developer or City, to a completion
satisfactory to the City, then this obligation shall become null and void; otherwise to remain in full
force and effect.
PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely
noticed defective Work, it is agreed that the Developer or City may cause any and all such defective
Work to be repaired and/or reconstructed with all associated costs thereof being borne by the
Principal and the Surety under this Maintenance Bond; and
PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in
Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort
Worth Division; and
PROVIDED FURTHER, that this obligation shall be continuous in nature and successive
recoveries may be had hereon for successive breaches.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised January 31, 2012
Project 6.0
CPN: 105430
1
2
C
4
5
6
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
006219-3
MAINTENANCE BOND
Page 3 of 3
IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this
instrument by duly authorized agents and officers on this the 11 day of July
. 20 24 .
WI ESS:
Wi ess as to Principal
ATTEST:
Witness as to Surety Sarah Hancock
PRINCIPAL:
Holder Construction Group, LLC
BY: S
Signature
StJAWv 6JF00 �>FQ
Name and Title
Address: 3300 Riverwood Parkway
Suite 1200
Atlanta, GA 30339
SURETY:
Fidelity a jj 1ny o` Maryland
I
BY: io 2
Signature �}
Annette Wisong Attorney in Fact
Name and Title
Address: 1299 Zurich Way
Schaumburg; IL 60196
Telephone Number: 847.605.6000
*Note: If signed by an officer of the Surety Company, there must be on file a certified extract
from the by-laws showing that this person has authority to sign such obligation. If Surety's
physical address is different from its mailing address, both must be provided.
The date of the bond shall not be prior to the date the Contract is awarded.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised January 31, 2012
Project 6.0
CPN: 105430
ZURICH AMERICAN INSURANCE COMPANY
COLONIAL AMERICAN CASUALTY AND SURETY COMPANY
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That the ZURICH AMERICAN INSURANCE COMPANY, a corporation of the State of New York, the
COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Illinois, and the FIDELITY AND DEPOSIT COMPANY
OF MARYLAND a corporation of the State of Illinois (herein collectively called the "Companies"), by Thomas O. McClennan, Vice President,
in pursuance of authority granted by Article V, Section 8, of the By -Laws of said Companies, which are set forth on the reverse side hereof
and are hereby certified to be in full force and effect on the date hereof, do hereby nominate, constitute, and appoint Joseph W. Hamilton HI,
Rebecca E. HOWARD, Joseph R. WILLIAMS, Sarah HANCOCK, Annette WISONG all of Atlanta, Georgia, its true and lawful agent
and Attorney -in -Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act and deed: any and all bonds and
undertakings, and the execution of such bonds or undertakings in pursuance of these
shall be as binding upon said Companies, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged
by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York, New York., the regularly
elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland., and
regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland., in their
own proper persons.
The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8, of
the By -Laws of said Companies, and is now in force.
IN WITNESS WHEREOF, the said Vice -President has hereunto subscribed his/her names and affixed the Corporate Seals of the said
ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY,
and FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 14th day of June, A.D. 2024.
UOP o�ms1-�P
SEAL 9_
61 SEALm%
`nooQ4o1�So=
,4USEAL
�l a. X
By: Thomas O. McClennan
Vice President
By: Daniel E. Lutes
Secretary
State of Maryland
County of Baltimore
ATTEST:
ZURICH AMERICAN INSURANCE COMPANY
COLONIAL AMERICAN CASUALTY AND SURETY COMPANY
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
On this 14th day of June, A.D. 2024, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, Robert D.
Murray, Vice President and Daniel E. Lutes, Secretary of the Companies, to me personally known to be the individuals and officers described in and
who executed the preceding instrument, and acknowledged the execution of same, and being by me duly swom, deposeth and saitb, that he/she is the
said officer of the Company aforesaid, and that the seals affixed to the preceding instrument arc the Corporate Seals of said Companies, and that the said
Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations.
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written.
Genevieve M. Maison
EVE M
GENEVIEVE M. MAISON -m.m Pusoc,
NOTARY PUBUC!A0�n7i'o
BALTIMORE COUNTY, MD
MY Commission Expires JANUARY27, 2D25 „� �,,,•�`
Authenticity of this bond can be confirmed at bondvalidator.zurichna.com or 410-559-8790
EXTRACT FROM BY-LAWS OF THE COMPANIES
"Article V, Section 8, Attomevs-in-Fact. The Chief Executive Officer, the President, or any Executive Vice President or Vice President
may, by written instrument under the attested corporate seal, appoint attomeys-in-fact with authority to execute bonds, policies,
recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such
attomey-in-fact to affix the corporate seal thereto; and may with or without cause modify of revoke any such appointment or authority at any
time.
CERTIFICATE
I, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN
CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the
foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that Article V, Section 8, of
the By -Laws of the Companies is still in force.
This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of
Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998.
RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary
and the Seal of the Company may be affixed by facsimile on any Power of Attorney ... Any such Power or any certificate thereof bearing such
facsimile signature and seal shall be valid and binding on the Company."
This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of
Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of
May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a
meeting duly called and held on the 1 Oth day of May, 1990.
RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature
of any Vice -President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a
certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect
as though manually affixed.
IN TESTIMONY WHEREOF, I have hereunto subsc bed my name and affixed the corporate seals of the said Companies,
this day of 202 .
` paY
A r0
apo''i,
oP R9rt;-=
Rvmlo�_
_'af
_ I SEAL -
_ SEAL l m
_
ff
-_�KRa)Aa�
Mary Jean Pethick
Vice President
TO REPORT A CLAIM WITH REGARD TO A SURETY BOND, PLEASE SUBMIT A COMPLETE DESCRIPTION
OF THE CLAIM INCLUDING THE PRINCIPAL ON THE BOND, THE BOND NUMBER, AND YOUR CONTACT
INFORMATION TO:
Zurich Surety Claims
1299 Zurich Way
Schaumburg, IL 60196-1056
reQortsfclaims rd zurichna. com
800-626-4577
Authenticity of this bond can be confirmed at bondvalidator.zurichna.com or 410-559-8790
STANDARD CITY CONDITIONS
OF THE CONSTRUCTION CONTRACT
FOR DEVELOPER AWARDED PROJECTS
CITY OF FORT WORTH Project 6.0
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN: 105430
Revised January 10, 2013
STANDARD CITY CONDITIONS OF THE
CONSTRUCTION CONTRACT
FOR DEVELOPER AWARDED PROJECTS
TABLE OF CONTENTS
Page
Article 1 —
Definitions and Terminology..........................................................................................................
I
1.01
Defined Terms...............................................................................................................................
1
1.02
Terminology..................................................................................................................................
5
Article2 —
Preliminary Matters.........................................................................................................................
6
2.01
Before Starting Construction........................................................................................................
6
2.02
Preconstruction Conference..........................................................................................................
6
2.03
Public Meeting..............................................................................................................................
6
Article 3 — Contract Documents and Amending............................................................................................... 6
3.01 Reference Standards...................................................................................................................... 6
3.02 Amending and Supplementing Contract Documents................................................................... 6
Article 4 — Bonds and Insurance........................................................................................................................ 7
4.01 Licensed Sureties and Insurers...................................................................................................... 7
4.02 Performance, Payment, and Maintenance Bonds......................................................................... 7
4.03 Certificates of Insurance............................................................................................................... 7
4.04 Contractor's Insurance.................................................................................................................. 9
4.05 Acceptance of Bonds and Insurance; Option to Replace...........................................................12
Article 5 —
Contractor's Responsibilities.........................................................................................................12
5.01
Supervision and Superintendent.................................................................................................12
5.02
Labor; Working Hours................................................................................................................13
5.03
Services, Materials, and Equipment...........................................................................................13
5.04
Project Schedule..........................................................................................................................14
5.05
Substitutes and "Or-Equals".......................................................................................................14
5.06
Pre -Qualification of Bidders (Prime Contractors and Subcontractors)......................................16
5.07
Concerning Subcontractors, Suppliers, and Others....................................................................16
5.08
Wage Rates.................................................................................................................................18
5.09
Patent Fees and Royalties...........................................................................................................19
5.10
Laws and Regulations.................................................................................................................19
5.11
Use of Site and Other Areas.......................................................................................................19
5.12
Record Documents......................................................................................................................
20
5.13
Safety and Protection..................................................................................................................
21
5.14
Safety Representative..................................................................................................................
21
5.15
Hazard Communication Programs.............................................................................................
22
5.16
Submittals....................................................................................................................................22
5.17
Contractor's General Warranty and Guarantee ................................................ 231ndemnification
24
CITY OF FORT WORTH Project 6.0
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN: 105430
Revised January 10, 2013
5.18 Delegation of Professional Design Services............
5.19 Right to Audit: ..........................................................
5.20 Nondiscrimination....................................................
Article 6 — Other Work at the Site.........
6.01 Related Work at Site .........
...... 24
...... 25
...... 25
.......................................................................... 26
.......................................................................... 26
Article 7 —
City's Responsibilities..................................................................................................................
26
7.01
Inspections, Tests, and Approvals..................................................................................................
26
7.02
Limitations on City's Responsibilities........................................................................................26
7.03
Compliance with Safety Program...............................................................................................27
Article 8 —
City's Observation Status During Construction............................................................................
27
8.01
City's Project Representative......................................................................................................
27
8.02
Authorized Variations in Work...................................................................................................
27
8.03
Rejecting Defective Work......................................................................................................
27
8.04
Determinations for Work Performed..........................................................................................
28
Article9 — Changes in the Work..................................................................................................................... 28
9.01 Authorized Changes in the Work............................................................................................... 28
9.02 Notification to Surety.................................................................................................................. 28
Article 10 — Change of Contract Price; Change of Contract Time................................................................. 28
1001 Change of Contract Price............................................................................................................ 28
10.02 Change of Contract Time........................................................................................................... 28
1003 Delays..........................................................................................................................................28
Article 11 —
Tests and Inspections; Correction, Removal or Acceptance ofDefective Work.......................29
11.01
Notice of Defects........................................................................................................................
29
ll.02
Access to Work...........................................................................................................................
29
11.03
Tests and Inspections..................................................................................................................
29
11.04
Uncovering Work..................................................................................................................
30
11.05
City May Stop the Work.............................................................................................................
30
11.06
Correction or Removal of Defective Work............................................................................
30
11.07
Correction Period........................................................................................................................
30
11.08
City May Correct Defective Work.............................................................................................
31
Article12 —
Completion..................................................................................................................................
32
1201
Contractor's Warranty of Title....................................................................................................
32
1202
Partial Utilization........................................................................................................................
32
1203
Final Inspection...........................................................................................................................32
1204
Final Acceptance.........................................................................................................................33
Article13 —
Suspension of Work....................................................................................................................
33
13.01
City May Suspend Work.............................................................................................................
33
Article14 — Miscellaneous.............................................................................................................................. 34
CITY OF FORT WORTH Project 6.0
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN: 105430
Revised January 10, 2013
14.01 Giving Notice .............
14.02 Computation of Times....
14.03 Cumulative Remedies .....
14.04 Survival of Obligations...
14.05 Headings ..........................
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised January 10, 2013
........................... 34
........................... 34
........................... 34
.......................... 35
........................ 35
Project 6.0
CPN:105430
0073 10-1
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Pagel of 35
ARTICLE 1— DEFINITIONS AND TERMINOLOGY
1.01 Defined Terms
A. Wherever used in these General Conditions or in other Contract Documents, the terms listed
below have the meanings indicated which are applicable to both the singular and plural thereof,
and words denoting gender shall include the masculine, feminine and neuter. Said terms are
generally capitalized or written in italics, but not always. When used in a context consistent with
the definition of a listed -defined term, the term shall have a meaning as defined below whether
capitalized or italicized or otherwise. In addition to terms specifically defined, terms with initial
capital letters in the Contract Documents include references to identified articles and paragraphs,
and the titles of other documents or forms.
1. Agreement - The written instrument which is evidence of the agreement between Developer
and Contractor covering the Work
2. Asbestos —Any material that contains more than one percent asbestos and is friable or is
releasing asbestos fibers into the air above current action levels established by the United
States Occupational Safety and Health Administration.
3. Business Day — A business day is defined as a day that the City conducts normal business,
generally Monday through Friday, except for federal or state holidays observed by the City.
4. Buzzsaw — City's on-line, electronic document management and collaboration system.
5. Calendar Day — A day consisting of 24 hours measured from midnight to the next midnight.
6. City— The City of Fort Worth, Texas, a Texas home -rule municipal corporation, acting by, its
governing body through its City Manager, his designee, or agents authorized pursuant to its
duly authorized charter on his behalf.
7. Community Facilities Agreement (CFA) --A Contract between the Developer and the City for
the Construction of one or more following public facilities within the City public right -of- way
or easement: Water, Sanitary Sewer, Street, Storm Drain, StreetLight, and Street Signs. A CFA
may include private facilities within the right-of-way dedicated as private right -of- way or
easement on a recordedplat.
8. Contract —The entire and integrated written document incorporating the Contract Documents
between the Developer, Contractor, and/or City concerning the Work. The Contract
supersedes prior negotiations, representations, or agreements, whether written or oral.
9. Contract Documents —Those items that make up the contract and which must include the
Agreement, and it's attachments such as standard construction specifications, standard City
Conditions, other general conditions of the Developer, including:
a. An Agreement
b. Attachments to the Agreement
CITY OF FORT WORTH Project 6.0
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN: 105430
Revised January 10, 2013
0073 10-2
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 2 of 35
i. Bid Form
ii. Vendor Compliance with State Law Non -Resident Bidder
iii. Prequalification Statement
C. Current Prevailing Wage Rates Table (if required by City)
d. Insurance Accord Form
e. Payment Bond
f. Performance Bond
g. Maintenance Bond
h. Power of Attorney for Bonds
I . Workers Compensation Affidavit
j. MWBE Commitment Form( If required by City)
k. General Conditions
1. Supplementary Conditions
M. The Standard City Conditions
n. Specifications specifically made part of the Contract Documents by attachment, if not
attached, as incorporated by reference and described in the Table of Contents of the
Project's Contract Documents
o. Drawings
P. Documentation submitted by contractor prior to Notice of Award.
q. The following which may be delivered or issued after the effective date if the
Agreement and, if issued become an incorporated part of the Contract Documents
i. Notice to Proceed
ii. Field Orders
iii. Change Orders
iv. Letters of Final Acceptance
r. Approved Submittals, other Contractor submittals, and the reports and drawings of
subsurface and physical conditions are not Contract Documents.
10. Contractor —The individual or entity with whom Developer has entered into the Agreement.
11. Day or day — A day, unless otherwise defined, shall mean a Calendar Day.
12. Developer —An individual or entity that desires to make certain improvements within the City
of Fort Worth
13. Drawings —That part of the Contract Documents prepared or approved by Engineer which
graphically shows the scope, extent, and character of the Work to be performed by Contractor.
Submittals are not Drawings as so defined.
14. Engineer —The licensed professional engineer or engineering firm registered in the State of
Texas performing professional services for the Developer.
15. Final Acceptance — The written notice given by the City to the Developer and/or Contractor
that the Work specified in the Contract Documents has been completed to the satisfaction of
the City.
16. Final Inspection — Inspection carried out by the City to verify that the Contractor has
CITY OF FORT WORTH Project 6.0
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN: 105430
Revised January 10, 2013
0073 10-3
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 3 of 35
completed the Work, and each and every part or appurtenance thereof, fully, entirely, and in
conformance with the Contract Documents.
17. General Requirements —A part of the Contract Documents between the Developer and a
Contractor.
18. Laws and Regulations Any and all applicable laws, rules, regulations, ordinances, codes,
and orders of any and all governmental bodies, agencies, authorities, and courts having
jurisdiction.
19. Liens —Charges, security interests, or encumbrances upon Project funds, real property, or
personal property.
20. Milestone —A principal event specified in the Contract Documents relating to an intermediate
Contract Time prior to Final Acceptance of the Work.
21. Non -Participating Change Order —A document, which is prepared for and reviewed by the
City, which is signed by Contractor, and Developer, and authorizes an addition, deletion, or
revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on
or after the Effective Date of theAgreement.
22. Participating Change Order —A document, which is prepared for and approved by the City,
which is signed by Contractor, Developer, and City and authorizes an addition, deletion, or
revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on
or after the Effective Date of theAgreement.
23. Plans —See definition of Drawings.
24. Project Schedule —A schedule, prepared and maintained by Contractor, in accordance with
the General Requirements, describing the sequence and duration of the activities comprising
the Contractor's plan to accomplish the Work within the Contract Time.
25. Project —The Work to be performed under the Contract Documents.
26. Project Representative —The authorized representative of the City who will be assigned to
the Site.
27. Public Meeting — An announced meeting conducted by the Developer to facilitate public
participation and to assist the public in gaining an informed view of theProject.
28. Regular Working Hours — Hours beginning at 7: 00 a. in. and ending at 6: 00 p.m., Monday thru
Friday (excluding legal holidays).
29. Samples Physical examples of materials, equipment, or workmanship that are representative
of some portion of the Work and which establish the standards by which such portion of the
Work will bejudged.
30. Schedule of Submittals —A schedule, prepared and maintained by Contractor, of required
CITY OF FORT WORTH Project 6.0
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN: 105430
Revised January 10, 2013
0073 10-4
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 4 of 35
submittals and the time requirements to support scheduled performance of related
construction activities.
31. Site —Lands or areas indicated in the Contract Documents as being furnished by City or
Developer upon which the Work is to be performed, including rights -of -way, permits, and
easements for access thereto, and such other lands furnished by City or Developer which are
designated for the use of Contractor.
32. Specifications —That part of the Contract Documents consisting of written requirements for
materials, equipment, systems, standards and workmanship as applied to the Work, and certain
administrative requirements and procedural matters applicable thereto. Specifications may be
specifically made a part of the Contract Documents by attachment or, if not attached, may be
incorporated by reference as indicated in the Table of Contents (Division 00 00 00) of each
Project.
33. Standard City Conditions — That part of the Contract Documents setting forth requirements of
the City.
34. Subcontractor An individual or entity having a direct contract with Contractor or with any
other Subcontractor for the performance of a part of the Work at theSite.
35. Submittals All drawings, diagrams, illustrations, schedules, and other data or information
which are specifically prepared or assembled by or for Contractor and submitted by
Contractor to illustrate some portion of the Work.
36. Superintendent — The representative of the Contractor who is available at all times and able
to receive instructions from the City and/or Developer and to act for the Contractor.
37. Supplementary Conditions —That part of the Contract Documents which amends or
supplements the General Conditions.
38. Supplier —A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a
direct contract with Contractor or with any Subcontractor to furnish materials or equipment
to be incorporated in the Work by Contractor or Subcontractor.
39. Underground Facilities All underground pipelines, conduits, ducts, cables, wires, manholes,
vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing
such facilities, including but not limited to, those that convey electricity, gases, steam, liquid
petroleum products, telephone or other communications, cable television, water, wastewater,
storm water, other liquids or chemicals, or traffic or other control systems.
40. Weekend Working Hours — Hours beginning at 9: 00 a. in. and ending at 5: 00 p.m., Saturday,
Sunday or legal holiday, as approved in advance by the City.
CITY OF FORT WORTH Project 6.0
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN: 105430
Revised January 10, 2013
0073 10-5
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 5 of 35
41. Work —The entire construction or the various separately identifiable parts thereof required
to be provided under the Contract Documents. Work includes and is the result of performing
or providing all labor, services, and documentation necessary to produce such construction
including any Participating Change Order, Non -Participating Change Order, or Field Order,
and furnishing, installing, and incorporating all materials and equipment into such
construction, all as required by the ContractDocuments.
42. Working Day — A working day is defined as a day, not including Saturdays, Sundays, or legal
holidays authorized by the City for contract purposes, in which weather or other conditions
not under the control of the Contractor will permit the performance of the principal unit of
work underway for a continuous period of not less than 7 hours between 7
a.m. and 6 p. m.
1.02 Terminology
A. The words and terms discussed in Paragraph 1.02.B through D are not defined but, when used in
the Bidding Requirements or Contract Documents, have the indicated meaning.
B. Defective:
1. The word "defective," when modifying the word "Work," refers to Work that is unsatisfactory,
faulty, or deficient in that it:
a. does not conform to the Contract Documents; or
b. does not meet the requirements of any applicable inspection, reference standard, test, or
approval referred to in the Contract Documents; or
c. has been damaged prior to City's written acceptance.
C. Furnish, Install, Perform, Provide:
1. The word "Furnish" or the word "Install" or the word "Perform" or the word "Provide" or the
word "Supply," or any combination or similar directive or usage thereof, shall mean furnishing
and incorporating in the Work including all necessary labor, materials, equipment, and
everything necessary to perform the Work indicated, unless specifically limited in the context
used.
D. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known
technical or construction industry or trade meaning are used in the Contract Documents in
accordance with such recognized meaning.
ARTICLE 2 — PRELIMINARY MATTERS
CITY OF FORT WORTH Project 6.0
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN: 105430
Revised January 10, 2013
0073 10-6
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 6 of 35
2.01 Before Starting Construction
Baseline Schedules: Submit to City in accordance with the Contract Documents, and prior to starting
the Work. New schedules will be submitted to City when Participating Change Orders or Non -
Participating Change Orders occur.
2.02 Preconstruction Conference
Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as
specified in the Contract Documents.
2.03 Public Meeting
Contractor may not mobilize any equipment, materials or resources to the Site prior to Contractor
attending the Public Meeting as scheduled by the City.
ARTICLE 3 — CONTRACT DOCUMENTS AND AMENDING
3.01 Reference Standards
A. Standards, Specifications, Codes, Laws, and Regulations
1. Reference to standards, specifications, manuals, or codes of any technical society,
organization, or association, or to Laws or Regulations, whether such reference be specific or
by implication, shall mean the standard, specification, manual, code, or Laws or Regulations
in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there
were no Bids), except as may be otherwise specifically stated in the Contract Documents.
2. No provision or instruction shall be effective to assign to City, or any of its officers, directors,
members, partners, employees, agents, consultants, or subcontractors, any duty or authority to
supervise or direct the performance of the Work or any duty or authority to undertake
responsibility inconsistent with the provisions of the Contract Documents.
3.02 Amending and Supplementing Contract Documents
A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the
Work or to modify the terms and conditions thereof by a Participating Change Order or a Non -
Participating Change Order.
B. The requirements of the Contract Documents may be supplemented, and minor variations and
deviations in the Work not involving a change in Contract Price or Contract Time, may be
authorized, by one or more of the following ways:
1. A Field Order;
1. City's or Engineer's review of a Submittal (subject to the provisions of Paragraph 5.16.C); or
CITY OF FORT WORTH Project 6.0
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN: 105430
Revised January 10, 2013
0073 10-7
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 7 of 35
2. City's written interpretation or clarification.
ARTICLE 4 — BONDS AND INSURANCE
4.01 Licensed Sureties and Insurers
All bonds and insurance required by the Contract Documents to be purchased and maintained by
Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized
in the State of Texas to issue bonds or insurance policies for the limits and coverage so required. Such
surety and insurance companies shall also meet such additional requirements and qualifications as
may be provided Section 4.04.
4.02 Performance, Payment, and Maintenance Bonds
A. Contractor shall furnish performance and payment bonds in the name of Developer and City, in
accordance with Texas Government Code Chapter 2253 or successor statute, each in an amount
equal to the Contract Price as security for the faithful performance and payment of all of
Contractor's obligations under the Contract Documents.
B. Contractor shall furnish maintenance bonds in the name of Developer and City in an amount equal
to the Contract Price as security to protect the City against any defects in any portion of the Work
described in the Contract Documents. Maintenance bonds shall remain in effect for two
(2) years after the date of Final Acceptance by the City.
C. All bonds shall be in the form prescribed by the Contract Documents except as provided otherwise
by Laws or Regulations, and shall be executed by such sureties as are named in the list of
"Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as
Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial
Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed by
an agent or attorney -in -fact must be accompanied by a sealed and dated power of attorney which
shall show that it is effective on the date the agent or attorney -in -fact signed each bond.
D. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or its
right to do business is terminated in the State of Texas or it ceases to meet the requirements of
Paragraph 4.02.C, Contractor shall promptly notify City and shall, within 30 days after the event
giving rise to such notification, provide another bond and surety, both of which shall comply with
the requirements of Paragraphs 4.01 and4.02.C.
4.03 Certificates oflnsurance
Contractor shall deliver to Developer and City, with copies to each additional insured and loss payee
identified in these Standard City Conditions certificates of insurance (and other evidence of insurance
requested by City or any other additional insured) which Contractor is required to purchase and
maintain.
1. The certificate of insurance shall document the City, an as "Additional Insured" on all
CITY OF FORT WORTH Project 6.0
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN: 105430
Revised January 10, 2013
0073 10-8
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 8 of 35
liability policies.
2. The Contractor's general liability insurance shall include a, "per project" or "per location",
endorsement, which shall be identified in the certificate of insurance provided to the City.
3. The certificate shall be signed by an agent authorized to bind coverage on behalf of the insured,
be complete in its entirety, and show complete insurance carrier names as listed in the current
A.M. Best Property & Casualty Guide
4. The insurers for all policies must be licensed and/or approved to do business in the State of
Texas. Except for workers' compensation, all insurers must have a minimum rating of A-: VII
in the current A. M. Best Key Rating Guide or have reasonably equivalent financial strength
and solvency to the satisfaction of Risk Management. If the rating is below that required,
written approval of City is required.
5. All applicable policies shall include a Waiver of Subrogation (Rights of Recovery) in favor
of the City. In addition, the Contractor agrees to waive all rights of subrogation against the
Engineer (if applicable), and each additional insured identified in these Standard City
Conditions. Failure of the City to demand such certificates or other evidence of full compliance
with the insurance requirements or failure of the City to identify a deficiency from evidence
that is provided shall not be construed as a waiver of Contractor's obligation to maintain such
lines of insurance coverage.
6. If insurance policies are not written for specified coverage limits, an Umbrella or Excess
Liability insurance for any differences is required. Excess Liability shall follow form of the
primary coverage.
7. Unless otherwise stated, all required insurance shall be written on the "occurrence basis". If
coverage is underwritten on a claims -made basis, the retroactive date shall be coincident with
or prior to the date of the effective date of the agreement and the certificate of insurance shall
state that the coverage is claims -made and the retroactive date. The insurance coverage shall
be maintained for the duration of the Contract and for three (3) years following Final
Acceptance provided under the Contract Documents or for the warranty period, whichever is
longer. An annual certificate of insurance submitted to the City shall evidence such insurance
coverage.
8. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the
required lines of coverage, nor decrease the limits of said coverage unless such endorsements
are approved in writing by the City. In the event a Contract has been bid or executed and the
exclusions are determined to be unacceptable or the City desires additional insurance
coverage, and the City desires the contractor/engineer to obtain such coverage, the contract
price shall be adjusted by the cost of the premium for such additional coverage plus 10%.
9. Any self -insured retention (SIR), in excess of $25,000.00, affecting required insurance
coverage shall be approved by the City in regards to asset value and stockholders' equity. In
lieu of traditional insurance, alternative coverage maintained through insurance pools or risk
CITY OF FORT WORTH Project 6.0
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN: 105430
Revised January 10, 2013
0073 10-9
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 9 of 35
retention groups, must also be approved by City.
10. Any deductible in excess of $5,000.00, for any policy that does not provide coverage on a
first -dollar basis, must be acceptable to and approved by the City.
11. City, at its sole discretion, reserves the right to review the insurance requirements and to make
reasonable adjustments to insurance coverage's and their limits when deemed necessary and
prudent by the City based upon changes in statutory law, court decision or the claims history
of the industry as well as of the contracting party to the City. The City shall be required to
provide prior notice of 90 days, and the insurance adjustments shall be incorporated into the
Work by Change Order.
12. City shall be entitled, upon written request and without expense, to receive copies of policies
and endorsements thereto and may make any reasonable requests for deletion or revision or
modifications of particular policy terms, conditions, limitations, or exclusions necessary to
conform the policy and endorsements to the requirements of the Contract. Deletions, revisions,
or modifications shall not be required where policy provisions are established by law or
regulations binding upon either party or the underwriter on any such policies.
13. City shall not be responsible for the direct payment of insurance premium costs for
Contractor's insurance.
4.04 Contractor's Insurance
A. Workers Compensation and Employers' Liability. Contractor shall purchase and maintain such
insurance coverage with limits consistent with statutory benefits outlined in the Texas Workers'
Compensation Act (Texas Labor Code, Ch. 406, as amended), and minimum limits for Employers'
Liability as is appropriate for the Work being performed and as will provide protection from
claims set forth below which may arise out of or result from Contractor's performance of the
Work and Contractor's other obligations under the Contract Documents, whether it is to be
performed by Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly
employed by any of them to perform any of the Work, or by anyone for whose acts any of them
may be liable:
1. claims under workers' compensation, disability benefits, and other similar employee benefit
acts;
2. claims for damages because of bodily injury, occupational sickness or disease, or death of
Contractor's employees.
3. The limits of liability for the insurance shall provide the following coverages for not less
than the following amounts or greater where required by Laws and Regulations
a. Statutory limits
b. Employer's liability
CITY OF FORT WORTH Project 6.0
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN: 105430
Revised January 10, 2013
0073 10-10
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 10 of 35
1) $100,000 each accident/occurrence
2) $100,000 Disease - each employee
3) $500,000 Disease - policy limit
A. Commercial General Liability. Coverage shall include but not be limited to covering liability
(bodily injury or property damage) arising from: premises/operations, independent contractors,
products/completed operations, personal injury, and liability under an insured contract. Insurance
shall be provided on an occurrence basis, and as comprehensive as the current Insurance Services
Office (ISO) policy. This insurance shall apply as primary insurance with respect to any other
insurance or self-insurance programs afforded to the City. The Commercial General Liability
policy, shall have no exclusions by endorsements that would alter of nullify premises/operations,
products/completed operations, contractual, personal injury, or advertising injury, which are
normally contained with the policy, unless the City approves such exclusions in writing.
1. For construction projects that present a substantial completed operation exposure, the City may
require the contractor to maintain completed operations coverage for a minimum of no less
than three (3) years following the completion of the project
2. Contractor's Liability Insurance under this Section which shall be on a per project basis
covering the Contractor with minimum limits of
a. $1,000,000 eachoccurrence
b. $2,000,000 aggregate limit
3. The policy must have an endorsement (Amendment — Aggregate Limits of Insurance) making
the General Aggregate Limits apply separately to each job site.
4. The Commercial General Liability Insurance policies shall provide "X", "C", and "U"
coverage's. Verification of such coverage must be shown in the Remarks Article of the
Certificate of Insurance.
B. Automobile Liability. A commercial business auto policy shall provide coverage on "any auto",
defined as autos owned, hired and non -owned and provide indemnity for claims for damages
because bodily injury or death of any person and or property damage arising out of the work,
maintenance or use of any motor vehicle by the Contractor, any Subcontractor or Supplier, or by
anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone
for whose acts any of them may be liable.
1. Automobile Liability, Contractor's Liability Insurance under this Section, which shall be in an
amount not less than the following amounts:
a. Automobile Liability - a commercial business policy shall provide coverage on "Any
Auto", defined as autos owned, hired and non -owned.
1) $1, 000, 000 each accident on a combined single limit basis. Split limits are
CITY OF FORT WORTH Project 6.0
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN: 105430
Revised January 10, 2013
0073 10-11
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 11 of 35
acceptable if limits are at least:
2) $250,000 Bodily Injury per person
3) $500,000 Bodily Injury per accident /
4) $100,000 Property Damage
B. Railroad Protective Liability. If any of the work or any warranty work is within the limits of
railroad right-of-way, the Contractor shall comply with the following requirements:
The Contractor's construction activities will require its employees, agents, subcontractors,
equipment, and material deliveries to cross railroad properties and tracks owned and operated
by: None.
Write the name of the railroad company. (If none, then write none)
2. The Contractor shall conduct its operations on railroad properties in such a manner as not to
interfere with, hinder, or obstruct the railroad company in any manner whatsoever in the use
or operation of its/their trains or other property. Such operations on railroad properties may
require that Contractor to execute a "Right of Entry Agreement" with the particular railroad
company or companies involved, and to this end the Contractor should satisfy itself as to the
requirements of each railroad company and be prepared to execute the right -of -entry (if any)
required by a railroad company. The requirements specified herein likewise relate to the
Contractor's use of private and/or construction access roads crossing said railroad company's
properties.
3. The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions
shall provide coverage for not less than the following amounts, issued by companies
satisfactory to the City and to the Railroad Company for a term that continues for so long as
the Contractor's operations and work cross, occupy, or touch railroad property:
a. General Aggregate: None.
Enter limits provided by Railroad Company (If none, write none)
b. Each Occurrence:: None.
Enter limits provided by Railroad Company (If none, write none)
4. With respect to the above outlined insurance requirements, the following shall govern:
a. Where a single railroad company is involved, the Contractor shall provide one insurance
policy in the name of the railroad company. However, if more than one grade separation
or at -grade crossing is affected by the Project at entirely separate locations on the line or
lines of the same railroad company, separate coverage may be required, each in the amount
stated above.
b. Where more than one railroad company is operating on the same right-of-way or where
several railroad companies are involved and operated on their own separate rights -of -
way, the Contractor may be required to provide separate insurance policies in the name of
CITY OF FORT WORTH Project 6.0
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN: 105430
Revised January 10, 2013
0073 10-12
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 12 of 35
each railroad company.
c. If, in addition to a grade separation or an at -grade crossing, other work or activity is
proposed on a railroad company's right-of-way at a location entirely separate from the
grade separation or at -grade crossing, insurance coverage for this work must be included
in the policy covering the grade separation.
d. If no grade separation is involved but other work is proposed on a railroad company's
right-of-way, all such other work may be covered in a single policy for that railroad, even
though the work may be at two or more separate locations.
5. No work or activities on a railroad company's property to be performed by the Contractor
shall be commenced until the Contractor has furnished the City with an original policy or
policies of the insurance for each railroad company named, as required above. All such
insurance must be approved by the City and each affected Railroad Company prior to the
Contractor's beginning work.
6. The insurance specified above must be carried until all Work to be performed on the railroad
right-of-way has been completed and the grade crossing, if any, is no longer used by the
Contractor. In addition, insurance must be carried during all maintenance and/or repairwork
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.
C. Notification of Policy Cancellation: Contractor shall immediately notify City upon cancellation or
other loss of insurance coverage. Contractor shall stop work until replacement insurance has
been procured. There shall be no time credit for days not worked pursuant to this section.
4.05 Acceptance of Bonds and Insurance; Option to Replace
If City has any objection to the coverage afforded by or other provisions of the bonds or insurance
required to be purchased and maintained by the Contractor in accordance with Article 5 on the basis
of non-conformance with the Contract Documents, the Developer and City shall so notify the
Contractor in writing within 10 Business Days after receipt of the certificates (or other evidence
requested). Contractor shall provide to the City such additional information in respect of insurance
provided as the Developer or City may reasonably request. If Contractor does not purchase or maintain
all of the bonds and insurance required by the Contract Documents, the Developer or City shall notify
the Contractor in writing of such failure prior to the start of the Work, or of such failure to maintain
prior to any change in the required coverage.
D. ARTICLE 5 — CONTRACTOR'S RESPONSIBILITIES
5.01 Supervision and Superintendent
A. Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting
such attention thereto and applying such skills and expertise as may be necessary to perform the
Work in accordance with the Contract Documents. Contractor shall be solely responsible for the
CITY OF FORT WORTH Project 6.0
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN: 105430
Revised January 10, 2013
0073 10-13
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 13 of 35
means, methods, techniques, sequences, and procedures of construction.
B. At all times during the progress of the Work, Contractor shall assign a competent, English-
speaking, Superintendent who shall not be replaced without written notice to City. The
Superintendent will be Contractor's representative at the Site and shall have authority to act on
behalf of Contractor. All communication given to or received from the Superintendent shall be
binding on Contractor.
C. Contractor shall notify the City 24 hours prior to moving areas during the sequence of
construction.
5.02 Labor; Working Hours
A. Contractor shall provide competent, suitably qualified personnel to perform construction as
required by the Contract Documents. Contractor shall at all times maintain good discipline and
order at the Site.
B. Except as otherwise required for the safety or protection of persons or the Work or property at the
Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work at the
Site shall be performed during Regular Working Hours. Contractor will not permit the
performance of Work beyond Regular Working Hours or for Weekend Working Hours without
City's written consent (which will not be unreasonably withheld). Written request (by letter or
electronic communication) to perform Work:
for beyond Regular Working Hours request must be made by noon at least two (2) Business
Days prior
2. for Weekend Working Hours request must be made by noon of the preceding Thursday
3. for legal holidays request must be made by noon two Business Days prior to the legal
holiday.
5.03 Services, Materials, and Equipment
A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full
responsibility for all services, materials, equipment, labor, transportation, construction equipment
and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities,
temporary facilities, and all other facilities and incidentals necessary for the performance,
Contractor required testing, start-up, and completion of the Work.
B. All materials and equipment incorporated into the Work shall be as specified or, if not specified,
shall be of good quality and new, except as otherwise provided in the Contract Documents. All
special warranties and guarantees required by the Specifications shall expressly run to the benefit
of City. If required by City, Contractor shall furnish satisfactory evidence (including reports of
required tests) as to the source, kind, and quality of materials and equipment.
CITY OF FORT WORTH Project 6.0
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN: 105430
Revised January 10, 2013
0073 10-14
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 14 of 35
C. All materials and equipment to be incorporated into the Work shall be stored, applied, installed,
connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of
the applicable Supplier, except as otherwise may be provided in the Contract Documents.
5.04 Project Schedule
A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.01 and
the General Requirements as it may be adjusted from time to time as provided below.
1. Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.01 and
the General Requirements) proposed adjustments in the Project Schedule.
2. Proposed adjustments in the Project Schedule that will change the Contract Time shall be
submitted in accordance with the requirements of Article 9. Adjustments in Contract Time for
projects with City participation shall be made byparticipating change orders.
5.05 Substitutes and "Or -Equals "
A. Whenever an item of material or equipment is specified or described in the Contract Documents
by using the name of a proprietary item or the name of a particular Supplier, the specification or
description is intended to establish the type, function, appearance, and quality required. Unless the
specification or description contains or is followed by words reading that no like, equivalent, or
"or -equal" item or no substitution is permitted, other items of material or equipment of other
Suppliers may be submitted to City for review under the circumstances described below.
1. "Or -Equal" Items: If in City's sole discretion an item of material or equipment proposed by
Contractor is functionally equal to that named and sufficiently similar so that no change in
related Work will be required, it may be considered by City as an "or -equal" item, in which
case review and approval of the proposed item may, in City's sole discretion, be accomplished
without compliance with some or all of the requirements for approval of proposed substitute
items. For the purposes of this Paragraph 5.05.A.1, a proposed item of material or equipment
will be considered functionally equal to an item so named i£
a. City determines that:
1) it is at least equal in materials of construction, quality, durability, appearance,
strength, and design characteristics;
2) it will reliably perform at least equally well the function and achieve the results
imposed by the design concept of the completed Project as a functioning whole; and
3) it has a proven record of performance and availability of responsive service; and
b. Contractor certifies that, if approved and incorporated into the Work:
1) there will be no increase in cost to the City or increase in Contract Time; and
CITY OF FORT WORTH Project 6.0
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN: 105430
Revised January 10, 2013
0073 10-15
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 15 of 35
2) it will conform substantially to the detailed requirements of the item named in the
Contract Documents.
2. Substitute Items:
a. If in City's sole discretion an item of material or equipment proposed by Contractor does
not qualify as an "or -equal" item under Paragraph 5.05.A.1, it may be submitted as a
proposed substitute item.
b. Contractor shall submit sufficient information as provided below to allow City to
determine if the item of material or equipment proposed is essentially equivalent to that
named and an acceptable substitute therefor. Requests for review of proposed substitute
items of material or equipment will not be accepted by City from anyone other than
Contractor.
c. Contractor shall make written application to City for review of a proposed substitute item
of material or equipment that Contractor seeks to furnish or use. The application shall
comply with Section 01 25 00 and:
1) shall certify that the proposed substitute itemwill:
i. perform adequately the functions and achieve the results called for by the general
design;
ii. be similar in substance to that specified;
iii. be suited to the same use as that specified; and
2) will state:
i. the extent, if any, to which the use of the proposed substitute item will prejudice
Contractor's achievement of final completion on time;
ii. whether use of the proposed substitute item in the Work will require a change in
any of the Contract Documents (or in the provisions of any other direct contract
with City for other work on the Project) to adapt the design to the proposed
substitute item;
iii. whether incorporation or use of the proposed substitute item in connection with
the Work is subject to payment of any license fee or royalty; and
3) will identify:
i. all variations of the proposed substitute item from that specified;
ii. available engineering, sales, maintenance, repair, and replacement services; and
CITY OF FORT WORTH Project 6.0
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN: 105430
Revised January 10, 2013
0073 10-16
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 16 of 35
4) shall contain an itemized estimate of all costs or credits that will result directly or
indirectly from use of such substitute item, including costs of redesign and Damage
Claims of other contractors affected by any resulting change.
B. Substitute Construction Methods or Procedures: If a specific means, method, technique, sequence,
or procedure of construction is expressly required by the Contract Documents, Contractor may
furnish or utilize a substitute means, method, technique, sequence, or procedure of construction
approved by City. Contractor shall submit sufficient information to allow City, in City's sole
discretion, to determine that the substitute proposed is equivalent to that expressly called for by
the Contract Documents. Contractor shall make written application to City for review in the same
manner as those provided in Paragraph 5.05.A.2.
C. City's Evaluation: City will be allowed a reasonable time within which to evaluate each proposal
or submittal made pursuant to Paragraphs 5.05.A and 5.05.B. City may require Contractor to
furnish additional data about the proposed substitute. City will be the sole judge of acceptability.
No "or -equal" or substitute will be ordered, installed or utilized until City's review is complete,
which will be evidenced by a Change Order in the case of a substitute and an accepted Submittal
for an "or -equal." City will advise Contractor in writing of its determination.
D. Special Guarantee: City may require Contractor to furnish at Contractor's expense a special
performance guarantee, warranty, or other surety with respect to any substitute. Contractor shall
indemnify and hold harmless City and anyone directly or indirectly employed by them from and
against any and all claims, damages, losses and expenses (including attorneys fees) arising out of
the use of substituted materials or equipment.
E. City's Cost Reimbursement: City will record City's costs in evaluating a substitute proposed or
submitted by Contractor pursuant to Paragraphs 5.05.A.2 and 5.05.13. Whether or not City
approves a substitute so proposed or submitted by Contractor, Contractor may be required to
reimburse City for evaluating each such proposed substitute. Contractor may also be required to
reimburse City for the charges for making changes in the Contract Documents.
F. Contractor's Expense: Contractor shall provide all data in support of any proposed substitute or
"or -equal" at Contractor's expense.
G. Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a substitute
shall be incorporated to the Contract by Participating Change Order.
5.06 Pre -Qualification of Bidders (Prime Contractors and Subcontractors)
A. The Contractor and any subcontractors are required to be prequalified for the work types requiring
pre -qualification
5.07 Concerning Subcontractors, Suppliers, and Others
A. Minority and Women Owned Business Enterprise Compliance:
❑ Required for this Contract.
CITY OF FORT WORTH Project 6.0
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN: 105430
Revised January 10, 2013
0073 10-17
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 17 of 35
® Not Required for this Contract.
It is City policy to ensure the full and equitable participation by Minority and Women Business
Enterprises (MWBE) in the procurement of goods and services on a contractual basis. If the
Contract Documents provide for a MWBE goal, Contractor is required to comply with the intent
of the City's MWBE Ordinance (as amended) by the following:
1. Contractor shall, upon request by City, provide complete and accurate information regarding
actual work performed by a MWBE on the Contract and payment therefor.
2. Contractor will not make additions, deletions, or substitutions of accepted MWBE without
written consent of the City. Any unjustified change or deletion shall be a material breach of
Contract and may result in debarment in accordance with the procedures outlined in the
Ordinance.
3. Contractor shall, upon request by City, allow an audit and/or examination of any books,
records, or files in the possession of the Contractor that will substantiate the actual work
performed by an MWBE. Material misrepresentation of any nature will be grounds for
termination of the Contract. Any such misrepresentation may be grounds for disqualification
of Contractor to bid on future contracts with the City for a period of not less than three years.
B. Contractor shall be fully responsible to City for all acts and omissions of the Subcontractors,
Suppliers, and other individuals or entities performing or furnishing any of the Work just as
Contractor is responsible for Contractor's own acts and omissions. Nothing in the Contract
Documents:
1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity
any contractual relationship between City and any such Subcontractor, Supplier or other
individual or entity; nor
2. shall create any obligation on the part of City to pay or to see to the payment of any moneys
due any such Subcontractor, Supplier, or other individual or entity except as may otherwise
be required by Laws and Regulations.
C. Contractor shall be solely responsible for scheduling and coordinating the Work of Subcontractors,
Suppliers, and other individuals or entities performing or furnishing any of the Work under a
direct or indirect contract with Contractor.
D. All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing
any of the Work shall communicate with City through Contractor.
E. All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an
appropriate agreement between Contractor and the Subcontractor or Supplier which specifically
binds the Subcontractor or Supplier to the applicable terms and conditions of these Contract
Documents, Contractor shall provide City contract numbers and reference numbers to the
CITY OF FORT WORTH Project 6.0
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN: 105430
Revised January 10, 2013
0073 10-18
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 18 of 35
Subcontractors and/or Suppliers.
5.08 Wage Rates
❑ Required for this Contract.
® Not Required for this Contract.
A. Duty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of Chapter
2258, Texas Government Code (as amended), including the payment of not less than the rates
determined by the City Council of the City of Fort Worth to be the prevailing wage rates in
accordance with Chapter 2258. Such prevailing wage rates are included in these Contract
Documents.
B. Penalty for Violation. A Contractor or any Subcontractor who does not pay the prevailing wage
shall, upon demand made by the City, pay to the City $60 for each worker employed for each
calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated
in these contract documents. This penalty shall be retained by the City to offset its administrative
costs, pursuant to Texas Government Code 2258.023.
C. Complaints of Violations and City Determination of Good Cause. On receipt of information,
including a complaint by a worker, concerning an alleged violation of 2258.023, Texas
Government Code, by a Contractor or Subcontractor, the City shall make an initial determination,
before the 31 st day after the date the City receives the information, as to whether good cause
exists to believe that the violation occurred. The City shall notify in writing the Contractor or
Subcontractor and any affected worker of its initial determination. Upon the City's determination
that there is good cause to believe the Contractor or Subcontractor has violated Chapter 2258, the
City shall retain the full amounts claimed by the claimant or claimants as the difference between
wages paid and wages due under the prevailing wage rates, such amounts being subtracted from
successive progress payments pending a final determination of the violation.
D. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of
Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected
worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration
Act (Article 224 et seq., Revised Statutes) if the Contractor or Subcontractor and any affected
worker does not resolve the issue by agreement before the 15th day after the date the City makes
its initial determination pursuant to Paragraph C above. If the persons required to arbitrate under
this section do not agree on an arbitrator before the I Ith day after the date that arbitration is
required, a district court shall appoint an arbitrator on the petition of any of the persons. The City
is not a party in the arbitration. The decision and award of the arbitrator is final and binding on
all parties and may be enforced in any court of competent jurisdiction.
E. Records to be Maintained. The Contractor and each Subcontractor shall, for a period of three (3)
years following the date of acceptance of the work, maintain records that show (i) the name and
occupation of each worker employed by the Contractor in the construction of the Work provided
for in this Contract; and (ii) the actual per diem wages paid to each worker. The records shallbe
CITY OF FORT WORTH Project 6.0
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN: 105430
Revised January 10, 2013
0073 10-19
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 19 of 35
open at all reasonable hours for inspection by the City. The provisions of Paragraph 6.23, Right to
Audit, shall pertain to this inspection.
F. Progress Payments. With each progress payment or payroll period, whichever is less, the
Contractor shall submit an affidavit stating that the Contractor has complied with the requirements
of Chapter 2258, Texas Government Code.
G. Posting of Wage Rates. The Contractor shall post prevailing wage rates in a conspicuous place at
all times.
H. Subcontractor Compliance. The Contractor shall include in its subcontracts and/or shall otherwise
require all of its Subcontractors to comply with Paragraphs A through G above.
5.09 Patent Fees and Royalties
A. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold
harmless City, from and against all claims, costs, losses, and damages (including but not limited
to all fees and charges of engineers, architects, attorneys, and other professionals and all court
or arbitration or other dispute resolution costs) arising out of or relating to any infringement of
patent rights or copyrights incident to the use in the performance of the Work or resulting from
the incorporation in the Work of any invention, design, process, product, or device not specified
in the Contract Documents.
5.10 Laws and Regulations
A. Contractor shall give all notices required by and shall comply with all Laws and Regulations
applicable to the performance of the Work. Except where otherwise expressly required by
applicable Laws and Regulations, the City shall not be responsible for monitoring Contractor's
compliance with any Laws or Regulations.
B. If Contractor performs any Work knowing or having reason to know that it is contrary to Laws or
Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not limited
to all fees and charges of engineers, architects, attorneys, and other professionals and all court or
arbitration or other dispute resolution costs) arising out of or relating to such Work. However, it
shall not be Contractor's responsibility to make certain that the Specifications and Drawings are
in accordance with Laws and Regulations, but this shall not relieve Contractor of Contractor's
obligations under Paragraph 3.01.
5.11 Use of Site and Other Areas
A. Limitation on Use of Site and OtherAreas:
1. Contractor shall confine construction equipment, the storage of materials and equipment, and
the operations of workers to the Site and other areas permitted by Laws and Regulations, and
shall not unreasonably encumber the Site and other areas with construction equipment or
other materials or equipment. Contractor shall assume full responsibility for any damage to
CITY OF FORT WORTH Project 6.0
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN: 105430
Revised January 10, 2013
0073 10-20
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 20 of 35
any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas
resulting from the performance of the Work.
2. At any time when, in the judgment of the City, the Contractor has obstructed or closed or is
carrying on operations in a portion of a street, right-of-way, or easement greater than is
necessary for proper execution of the Work, the City may require the Contractor to finish the
section on which operations are in progress before work is commenced on any additional area
of the Site.
3. Should any Damage Claim be made by any such owner or occupant because of the
performance of the Work, Contractor shall promptly attempt to resolve theDamage Claim.
4. Pursuant to Paragraph 5.18, Contractor shall indemnify and hold harmless City, from and
against all claims, costs, losses, and damages arising out of or relating to any claim or action,
legal or equitable, brought by any such owner or occupant against City.
B. Removal of Debris During Performance of the Work: During the progress of the Work Contractor
shall keep the Site and other areas free from accumulations of waste materials, rubbish, and other
debris. Removal and disposal of such waste materials, rubbish, and other debris shall conform to
applicable Laws and Regulations.
C. Site Maintenance Cleaning: 24 hours after written notice is given to the Contractor that the clean-
up on the job site is proceeding in a manner unsatisfactory to the City or Developer, if the
Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as
the City deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written
notice (by letter or electronic communication), and shall be entitled to recover its cost in doing so.
The City may withhold Final Acceptance until clean-up is complete and cost are recovered.
D. Final Site Cleaning: Prior to Final Acceptance of the Work Contractor shall clean the Site and the
Work and make it ready for utilization by City or adjacent property owner. At the completion of
the Work Contractor shall remove from the Site all tools, appliances, construction equipment and
machinery, and surplus materials and shall restore to original condition or better all property
disturbed by the Work.
E. Loading Structures: Contractor shall not load nor permit any part of any structure to be loaded in
any manner that will endanger the structure, nor shall Contractor subject any part of the Work or
adjacent property to stresses or pressures that will endanger it.
5.12 Record Documents
A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor and
approved by the City, one (1) record copy of all Drawings, Specifications, Addenda, Change
Orders, Field Orders, and written interpretations and clarifications in good order and annotated to
show changes made during construction. These record documents together with all approved
Samples and a counterpart of all accepted Submittals will be available to City for reference. Upon
CITY OF FORT WORTH Project 6.0
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN: 105430
Revised January 10, 2013
0073 10-21
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 21 of 35
completion of the Work, these record documents, any operation and maintenance manuals, and
Submittals will be delivered to City prior to Final Inspection. Contractor shall include accurate
locations for buried and imbeddeditems.
5.13 Safety and Protection
A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety
precautions and programs in connection with the Work. Such responsibility does not relieve
Subcontractors of their responsibility for the safety of persons or property in the performance of
their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall take
all necessary precautions for the safety of, and shall provide the necessary protection to prevent
damage, injury or loss to:
1. all persons on the Site or who may be affected by the Work;
2. all the Work and materials and equipment to be incorporated therein, whether in storage on or
off the Site; and
3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements,
roadways, structures, utilities, and Underground Facilities not designated for removal,
relocation, or replacement in the course of construction.
B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of persons
or property, or to the protection of persons or property from damage, injury, or loss; and shall erect
and maintain all necessary safeguards for such safety and protection. Contractor shall notify
owners of adjacent property and of Underground Facilities and other utility owners when
prosecution of the Work may affect them, and shall cooperate with them in the protection,
removal, relocation, and replacement of their property.
C. Contractor shall comply with the applicable requirements of City's safety programs, if any.
D. Contractor shall inform City of the specific requirements of Contractor's safety program, if any,
with which City's employees and representatives must comply while at the Site.
E. All damage, injury, or loss to any property referred to in Paragraph 5.13.A.2 or 5.13.A.3 caused,
directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any
other individual or entity directly or indirectly employed by any of them to perform any of the
Work, or anyone for whose acts any of them may be liable, shall be remedied by Contractor.
F. Contractor's duties and responsibilities for safety and for protection of the Work shall continue
until such time as all the Work is completed and City has accepted the Work.
5.14 Safety Representative
Contractor shall inform City in writing of Contractor's designated safety representative at the Site.
5.15 Hazard Communication Programs
CITY OF FORT WORTH Project 6.0
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN: 105430
Revised January 10, 2013
0073 10-22
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 22 of 35
Contractor shall be responsible for coordinating any exchange of material safety data sheets or other
hazard communication information required to be made available to or exchanged between or among
employers in accordance with Laws or Regulations.
5.16 Submittals
A. Contractor shall submit required Submittals to City for review and acceptance. Each submittal
will be identified as required by City.
1. Submit number of copies specified in the General Requirements.
2. Data shown on the Submittals will be complete with respect to quantities, dimensions,
specified performance and design criteria, materials, and similar data to show City the services,
materials, and equipment Contractor proposes to provide and to enable City to review the
information for the limited purposes required by Paragraph5.16.C.
3. Submittals submitted as herein provided by Contractor and reviewed by City for conformance
with the design concept shall be executed in conformity with the Contract Documents unless
otherwise required by City.
4. When Submittals are submitted for the purpose of showing the installation in greater detail,
their review shall not excuse Contractor from requirements shown on the Drawings and
Specifications.
5. For -Information -Only submittals upon which the City is not expected to conduct review or
take responsive action may be so identified in the ContractDocuments.
6. Submit required number of Samples specified in the Specifications.
7. Clearly identify each Sample as to material, Supplier, pertinent data such as catalog numbers,
the use for which intended and other data as City may require to enable City to review the
submittal for the limited purposes required by Paragraph5.16.C.
B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any
related Work performed prior to City's review and acceptance of the pertinent submittal will be
at the sole expense and responsibility of Contractor.
C. City's Review:
City will provide timely review of required Submittals in accordance with the Schedule of
Submittals acceptable to City. City's review and acceptance will be only to determine if the
items covered by the submittals will, after installation or incorporation in the Work, conform
to the information given in the Contract Documents and be compatible with the design
concept of the completed Project as a functioning whole as indicated by the Contract
Documents.
2. City's review and acceptance will not extend to means, methods, techniques, sequences, or
procedures of construction (except where a particular means, method, technique, sequence, or
CITY OF FORT WORTH Project 6.0
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN: 105430
Revised January 10, 2013
0073 10-23
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 23 of 35
procedure of construction is specifically and expressly called for by the Contract Documents)
or to safety precautions or programs incident thereto. The review and acceptance of a separate
item as such will not indicate approval of the assembly in which the item functions.
3. City's review and acceptance shall not relieve Contractor from responsibility for any
variation from the requirements of the Contract Documents unless Contractor has complied
with the requirements of Section 01 33 00 and City has given written acceptance of each such
variation by specific written notation thereof incorporated in or accompanying the Submittal.
City's review and acceptance shall not relieve Contractor from responsibility for complying
with the requirements of the Contract Documents.
5.17 Contractor's General Warranty and Guarantee
A. Contractor warrants and guarantees to City that all Work will be in accordance with the Contract
Documents and will not be defective. City and its officers, directors, members, partners,
employees, agents, consultants, and subcontractors shall be entitled to rely on representation of
Contractor's warranty and guarantee.
B. Contractor's warranty and guarantee hereunder excludes defects or damage causedby:
1. abuse, modification, or improper maintenance or operation by persons other than Contractor,
Subcontractors, Suppliers, or any other individual or entity for whom Contractor is responsible;
or
2. normal wear and tear under normal usage.
C. Contractor's obligation to perform and complete the Work in accordance with the Contract
Documents shall be absolute. None of the following will constitute an acceptance of Work that is
not in accordance with the Contract Documents or a release of Contractor's obligation to perform
the Work in accordance with the Contract Documents:
1. observations by City;
2. recommendation or payment by City or Developer of any progress or finalpayment;
3. the issuance of a certificate of Final Acceptance by City or any payment related thereto by
City;
4. use or occupancy of the Work or any part thereof by City;
5. any review and acceptance of a Submittal by City;
6. any inspection, test, or approval by others; or
7. any correction of defective Work by City.
CITY OF FORT WORTH Project 6.0
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN: 105430
Revised January 10, 2013
0073 10-24
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 24 of 35
D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to other
work or property resulting therefrom which shall appear within a period of two (2) years from the
date of Final Acceptance of the Work unless a longer period is specified and shall furnish a good
and sufficient maintenance bond, complying with the requirements of Article
4.02.13. The City will give notice of observed defects with reasonable promptness.
5.18 Indemnification
A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the
City, its officers, servants and employees, from and against any and all claims arising out of, or
alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents,
employees, subcontractors, licenses or invitees under this Contract. THIS INDEMNIFICATION
PROVISION IS SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE
EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES
BEING SOUGHT WERE CAUSED. IN WHOLE OR IN PART. BY ANY ACT.
OMISSION OR NEGLIGENCE OF THE CITY. This indemnity provision is intended to
include, without limitation, indemnity for costs, expenses and legal fees incurred by the City in
defending against such claims and causes ofactions.
B. Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the City, its
officers, servants and employees, from and against any and all loss, damage or destruction of
property of the City, arising out of, or alleged to arise out of, the work and services to be performed
by the Contractor, its officers, agents, employees, subcontractors, licensees or invitees under this
Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO
OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL
OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED. IN WHOLE OR IN
PART. BY ANY ACT. OMISSION OR NEGLIGENCE OF THE CITY.
5.19 Delegation of Professional Design Services
A. Contractor will not be required to provide professional design services unless such services are
specifically required by the Contract Documents for a portion of the Work or unless such services
are required to carry out Contractor's responsibilities for construction means, methods, techniques,
sequences and procedures.
B. If professional design services or certifications by a design professional related to systems,
materials or equipment are specifically required of Contractor by the Contract Documents, City
will specify all performance and design criteria that such services must satisfy. Contractor shall
cause such services or certifications to be provided by a properly licensed professional, whose
signature and seal shall appear on all drawings, calculations, specifications, certifications, and
Submittals prepared by such professional. Submittals related to the Work designed or certified by
such professional, if prepared by others, shall bear such professional's written approval when
submitted to City.
C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the services,
CITY OF FORT WORTH Project 6.0
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN: 105430
Revised January 10, 2013
0073 10-25
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 25 of 35
certifications or approvals performed by such design professionals, provided City has specified to
Contractor performance and design criteria that such services must satisfy.
D. Pursuant to this Paragraph 5.19, City's review and acceptance of design calculations and design
drawings will be only for the limited purpose of checking for conformance with performance and
design criteria given and the design concept expressed in the Contract Documents. City's review
and acceptance of Submittals (except design calculations and design drawings) will be only for
the purpose stated in Paragraph 5.16.C.
5.20 Right to Audit:
A. The City reserves the right to audit all projects utilizing Cityfunds
B. The Contractor agrees that the City shall, until the expiration of three (3) years after final payment
under this Contract, have access to and the right to examine and photocopy any directly pertinent
books, documents, papers, and records of the Contractor involving transactions relating to this
Contract. Contractor agrees that the City shall have access during Regular Working Hours to all
necessary Contractor facilities and shall be provided adequate and appropriate work space in order
to conduct audits in compliance with the provisions of this Paragraph. The City shall give
Contractor reasonable advance notice of intended audits.
C. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that
the subcontractor agrees that the City shall, until the expiration of three (3) years after final
payment under this Contract, have access to and the right to examine and photocopy any directly
pertinent books, documents, papers, and records of such Subcontractor, involving transactions to
the subcontract, and further, that City shall have access during Regular Working Hours to all
Subcontractor facilities, and shall be provided adequate and appropriate work space in order to
conduct audits in compliance with the provisions of this Paragraph. The City shall give
Subcontractor reasonable advance notice of intended audits.
D. Contractor and Subcontractor agree to photocopy such documents as may be requested by the City.
The City agrees to reimburse Contractor for the cost of the copies as follows at the rate published
in the Texas Administrative Code in effect as of the time copying is performed.
5.21 Nondiscrimination
A. The City is responsible for operating Public Transportation Programs and implementing transit -
related projects, which are funded in part with Federal financial assistance awarded by the U.S.
Department of Transportation and the Federal Transit Administration (FTA), without
discriminating against any person in the United States on the basis of race, color, or national origin.
B. Title V1, Civil Rights Act of 1964 as amended: Contractor shall comply with the requirements of
the Act and the Regulations as further defined in the Supplementary Conditions for any project
receiving Federal assistance.
ARTICLE 6 — OTHER WORK AT THE SITE
CITY OF FORT WORTH Project 6.0
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN: 105430
Revised January 10, 2013
0073 10-26
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 26 of 35
6.01 Related Work at Site
A. City may perform other work related to the Project at the Site with City's employees, or other
City contractors, or through other direct contracts therefor, or have other work performed by utility
owners. If such other work is not noted in the Contract Documents, then written notice thereof
will be given to Contractor prior to starting any such other work; and
B. Contractor shall afford each other contractor who is a parry to such a direct contract, each utility
owner, and City, if City is performing other work with City's employees or other City contractors,
proper and safe access to the Site, provide a reasonable opportunity for the introduction and storage
of materials and equipment and the execution of such other work, and properly coordinate the
Work with theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be
required to properly connect or otherwise make its several parts come together and properly
integrate with such other work. Contractor shall not endanger any work of others by cutting,
excavating, or otherwise altering such work; provided, however, that Contractor may cut or alter
others' work with the written consent of City and the others whose work will be affected.
C. If the proper execution or results of any part of Contractor's Work depends upon work performed
by others under this Article 7, Contractor shall inspect such other work and promptly report to
City in writing any delays, defects, or deficiencies in such other work that render it unavailable
or unsuitable for the proper execution and results of Contractor's Work. Contractor's failure to so
report will constitute an acceptance of such other work as fit and proper for integration with
Contractor's Work except for latent defects in the work provided by others.
ARTICLE 7 — CITY'S RESPONSIBILITIES
7.01 Inspections, Tests, and Approvals
City's responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph
11.03.
7.02 Limitations on City's Responsibilities
A. The City shall not supervise, direct, or have control or authority over, nor be responsible for,
Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety
precautions and programs incident thereto, or for any failure of Contractor to comply with Laws
and Regulations applicable to the performance of the Work. City will not be responsible for
Contractor's failure to perform the Work in accordance with the Contract Documents.
B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 5.13.
CITY OF FORT WORTH Project 6.0
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN: 105430
Revised January 10, 2013
0073 10-27
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 27 of 35
7.03 Compliance with Safety Program
While at the Site, City's employees and representatives shall comply with the specific applicable
requirements of Contractor's safety programs of which City has been informed pursuant to Paragraph
5.13.
ARTICLE 8 — CITY'S OBSERVATION STATUS DURING CONSTRUCTION
8.01 City's Project Representative
City will provide one or more Project Representative(s) during the construction period. The duties
and responsibilities and the limitations of authority of City's representative during construction are
set forth in the Contract Documents.
A. City's Project Representative will make visits to the Site at intervals appropriate to the various
stages of construction as City deems necessary in order to observe the progress that has been
made and the quality of the various aspects of Contractor's executed Work. Based on information
obtained during such visits and observations, City's Project Representative will determine, in
general, if the Work is proceeding in accordance with the Contract Documents. City's Project
Representative will not be required to make exhaustive or continuous inspections on the Site to
check the quality or quantity of the Work. City's Project Representative's efforts will be directed
toward providing City a greater degree of confidence that the completed Work will conform
generally to the Contract Documents.
B. City's Project Representative's visits and observations are subject to all the limitations on
authority and responsibility in the Contract Documents.
8.02 Authorized Variations in Work
City's Project Representative may authorize minor variations in the Work from the requirements of
the Contract Documents which do not involve an adjustment in the Contract Price or the Contract
Time and are compatible with the design concept of the completed Project as a functioning whole as
indicated by the Contract Documents. These may be accomplished by a Field Order and will be
binding on City Developer, and also on Contractor, who shall perform the Work involved promptly.
8.03 Rejecting Defective Work
City will have authority to reject Work which City's Project Representative believes to be defective,
or will not produce a completed Project that conforms to the Contract Documents or that will prejudice
the integrity of the design concept of the completed Project as a functioning whole as indicated by the
Contract Documents. City will have authority to conduct special inspection or testing of the Work as
provided in Article 11, whether or not the Work is fabricated, installed, or completed.
8.04 Determinations for Work Performed
Contractor will determine the actual quantities and classifications of Work performed. City's Project
CITY OF FORT WORTH Project 6.0
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN: 105430
Revised January 10, 2013
0073 10-28
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 28 of 35
Representative will review with Contractor the preliminary determinations on such matters before
rendering a written recommendation. City's written decision will be final (except as modified to reflect
changed factual conditions or more accurate data).
ARTICLE 9 — CHANGES IN THE WORK
9.01 Authorized Changes in the Work
A. Without invalidating the Contract and without notice to any surety, City may, at any time or from
time to time, order Extra Work. Upon notice of such Extra Work, Contractor shall promptly
proceed with the Work involved which will be performed under the applicable conditions of the
Contract Documents (except as otherwise specifically provided). Extra Work shall be
memorialized by a Participating Change Order which may or may not precede an order of Extra
work.
B. For minor changes of Work not requiring changes to Contract Time or Contract Price on a
project with City participation, a Field Order may be issued by the City.
9.02 Notification to Surety
If the provisions of any bond require notice to be given to a surety of any change affecting the general
scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract
Price or Contract Time), the giving of any such notice will be Contractor's responsibility. The amount
of each applicable bond will be adjusted by the Contractor to reflect the effect of any such change.
ARTICLE 10 — CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME
10.01 Change of Contract Price
A. The Contract Price may only be changed by a Participating Change Order for projects with City
participation.
10.02 Change of Contract Time
A. The Contract Time may only be changed by a Participating Change Order for projects with City
participation.
10.03 Delays
A. If Contractor is delayed, City shall not be liable to Contractor for any claims, costs, losses, or
damages (including but not limited to all fees and charges of engineers, architects, attorneys, and
other professionals and all court or arbitration or other dispute resolution costs) sustained by
Contractor on or in connection with any other project or anticipated project.
ARTICLE 11 — TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF
DEFECTIVE WORK
CITY OF FORT WORTH Project 6.0
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN: 105430
Revised January 10, 2013
0073 10-29
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 29 of 35
11.01 Notice of Defects
Notice of all defective Work of which City has actual knowledge will be given to Contractor.
Defective Work may be rejected, corrected, or accepted as provided in this Article 13.
11.02 Access to Work
City, independent testing laboratories, and governmental agencies with jurisdictional interests will have
access to the Site and the Work at reasonable times for their observation, inspection, and testing.
Contractor shall provide them proper and safe conditions for such access and advise them of
Contractor's safety procedures and programs so that they may comply therewith as applicable.
11.03 Tests and Inspections
A. Contractor shall give City timely notice of readiness of the Work for all required inspections, tests,
or approvals and shall cooperate with inspection and testing personnel to facilitate required
inspections or tests.
B. If Contract Documents, Laws or Regulations of any public body having jurisdiction require any of
the Work (or part thereof) to be inspected, tested, or approved, Contractor shall assume full
responsibility for arranging and obtaining such independent inspections, tests, retests or approvals,
pay all costs in connection therewith, and furnish City the required certificates of inspection or
approval; excepting, however, those fees specifically identified in the Supplementary Conditions
or any Texas Department of Licensure and Regulation (TDLR) inspections, which shall be paid as
described in the Supplementary Conditions.
C. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection
with any inspections, tests, re -tests, or approvals required for City's acceptance of materials or
equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment
submitted for approval prior to Contractor's purchase thereof for incorporation in the Work. Such
inspections, tests, re -tests, or approvals shall be performed by organizations approved by City.
D. City may arrange for the services of an independent testing laboratory ("Testing Lab") to perform
any inspections or tests ("Testing") for any part of the Work, as determined solely by City.
1. City will coordinate such Testing to the extent possible, with Contractor;
2. Should any Testing under this Section 11.03 D result in a "fail", "did not pass" or other similar
negative result, the Contractor shall be responsible for paying for any and all retests.
Contractor's cancellation without cause of City initiated Testing shall be deemed anegative
result and require a retest.
3. Any amounts owed for any retest under this Section 11.03 D shall be paid directly to the
Testing Lab by Contractor. City will forward all invoices for retests to Developer/Contractor.
CITY OF FORT WORTH Project 6.0
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN: 105430
Revised January 10, 2013
0073 10-30
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 30 of 35
4. If Contractor fails to pay the Testing Lab, City will not issue a letter of Final Acceptance until
the Testing Lab is Paid
E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by
Contractor without written concurrence of City, Contractor shall, if requested by City, uncover
such Work for observation.
11.04 Uncovering Work
A. If any Work is covered contrary to the Contract Documents or specific instructions by the City, it
must, if requested by City, be uncovered for City's observation and replaced at Contractor's
expense.
11.05 City May Stop the Work
If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials
or equipment, or fails to perform the Work in such a way that the completed Work will conform to
the Contract Documents, City may order Contractor to stop the Work, or any portion thereof, until the
cause for such order has been eliminated; however, this right of City to stop the Work shall not give
rise to any duty on the part of City to exercise this right for the benefit of Contractor, any
Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent
of any of them.
11.06 Correction or Removal of Defective Work
A. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to an
acceptable schedule, whether or not fabricated, installed, or completed, or, if the Work has been
rejected by City, remove it from the Project and replace it with Work that is not defective.
Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not
limited to all fees and charges of engineers, architects, attorneys, and other professionals and all
court or arbitration or other dispute resolution costs) arising out of or relating to such correction
or removal (including but not limited to all costs of repair or replacement of work of others).
Failure to require the removal of any defective Work shall not constitute acceptance of such
Work.
B. When correcting defective Work under the terms of this Paragraph 11.06 or Paragraph 11.07,
Contractor shall take no action that would void or otherwise impair City's special warranty and
guarantee, if any, on said Work.
11.07 Correction Period
A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may
be prescribed by the terms of any applicable special guarantee required by the Contract
Documents), any Work is found to be defective, or if the repair of any damages to the land or
areas made available for Contractor's use by City or permitted by Laws and Regulations as
CITY OF FORT WORTH Project 6.0
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN: 105430
Revised January 10, 2013
0073 10-31
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 31 of 35
contemplated in Paragraph 5.10.A is found to be defective, Contractor shall promptly, without
cost to City and in accordance with City's written instructions:
1. repair such defective land or areas; or
2. correct such defective Work; or
3. if the defective Work has been rejected by City, remove it from the Project and replace it
with Work that is not defective, and
4. satisfactorily correct or repair or remove and replace any damage to other Work, to the work
of others or other land or areas resulting therefrom.
B. If Contractor does not promptly comply with the terms of City's written instructions, or in an
emergency where delay would cause serious risk of loss or damage, City may have the defective
Work corrected or repaired or may have the rejected Work removed and replaced. All claims,
costs, losses, and damages (including but not limited to all fees and charges of engineers,
architects, attorneys, and other professionals and all court or other dispute resolution costs)
arising out of or relating to such correction or repair or such removal and replacement (including
but not limited to all costs of repair or replacement of work of others) will be paid by Contractor.
C. Where defective Work (and damage to other Work resulting therefrom) has been corrected or
removed and replaced under this Paragraph 11.07, the correction period hereunder with respect to
such Work may be required to be extended for an additional period of one year after the end of
the initial correction period. City shall provide 30 days written notice to Contractor and
Developer should such additional warranty coverage be required. Contractor's obligations under
this Paragraph 11.07 are in addition to any other obligation or warranty. The provisions of this
Paragraph 11.07 shall not be construed as a substitute for, or a waiver of, the provisions of any
applicable statute of limitation or repose.
11.08 City May Correct Defective Work
A. If Contractor fails within a reasonable time after written notice from City to correct defective
Work, or to remove and replace rejected Work as required by City in accordance with Paragraph
11.06.A, or if Contractor fails to perform the Work in accordance with the Contract Documents,
or if Contractor fails to comply with any other provision of the Contract Documents, City may,
after seven (7) days written notice to Contractor and the Developer, correct, or remedy any such
deficiency.
B. In exercising the rights and remedies under this Paragraph 11.09, City shall proceed expeditiously.
In connection with such corrective or remedial action, City may exclude Contractor from all or
part of the Site, take possession of all or part of the Work and suspend Contractor's services related
thereto, and incorporate in the Work all materials and equipment incorporated in the Work, stored
at the Site or for which City has paid Contractor but which are
stored elsewhere. Contractor shall allow City, City's representatives, agents, consultants,
employees, and City's other contractors, access to the Site to enable City to exercise the rights
CITY OF FORT WORTH Project 6.0
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN: 105430
Revised January 10, 2013
0073 10-32
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 32 of 35
and remedies under this Paragraph.
C. All claims, costs, losses, and damages (including but not limited to all fees and charges of
engineers, architects, attorneys, and other professionals and all court or other dispute resolution
costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph
13.09 will be charged against Contractor, and a Change Order will be issued incorporating the
necessary revisions in the Contract Documents with respect to the Work; and City shall be
entitled to an appropriate decrease in the Contract Price.
D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the
performance of the Work attributable to the exercise of City's rights and remedies under this
Paragraph 11.09.
ARTICLE 12 — COMPLETION
12.01 Contractor's Warranty of Title
Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any
Application for Payment will pass to City no later than the time of Final Acceptance and shall be
free and clear of all Liens.
12.02 Partial Utilization
A. Prior to Final Acceptance of all the Work, City may use or occupy any substantially completed
part of the Work which has specifically been identified in the Contract Documents, or which City,
determines constitutes a separately functioning and usable part of the Work that can be used by
City for its intended purpose without significant interference with Contractor's performance of
the remainder of the Work. City at any time may notify Contractor in writing to permit City to
use or occupy any such part of the Work which City determines to be ready for its intended use,
subject to the following conditions:
1. Contractor at any time may notify City in writing that Contractor considers any such part of
the Work ready for its intended use.
2. Within a reasonable time after notification as enumerated in Paragraph 14.05.A.1, City and
Contractor shall make an inspection of that part of the Work to determine its status of
completion. If City does not consider that part of the Work to be substantially complete, City
will notify Contractor in writing giving the reasons therefor.
3. Partial Utilization will not constitute Final Acceptance by City.
12.03 Final Inspection
A. Upon written notice from Contractor that the entire Work is complete in accordance with the
Contract Documents:
1. within 10 days, City will schedule a Final Inspection with Contractor.
CITY OF FORT WORTH Project 6.0
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN: 105430
Revised January 10, 2013
0073 10-33
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 33 of 35
2. City will notify Contractor in writing of all particulars in which this inspection reveals that
the Work is incomplete or defective. Contractor shall immediately take such measures as are
necessary to complete such Work or remedy such deficiencies.
12.04 Final Acceptance
A. Upon completion by Contractor to City's satisfaction, of any additional Work identified in the
Final Inspection, City will issue to Contractor a letter of Final Acceptance upon the satisfaction of
the following:
1. All documentation called for in the Contract Documents, including but not limited to the
evidence of insurance required by Paragraph 5.03;
2. consent of the surety, if any, to Final Acceptance;
3. a list of all pending or released Damage Claims against City that Contractor believes are
unsettled; and
4. affidavits of payments and complete and legally effective releases or waivers (satisfactory to
City) of all Lien rights arising out of or Liens filed in connection with the Work.
5. after all Damage Claims have been resolved:
a. directly by the Contractor or;
b. Contractor provides evidence that the Damage Claim has been reported to Contractor's
insurance provider for resolution.
6. Issuing Final Acceptance by the City shall not relieve the Contractor of any guarantees or
other requirements of the Contract Documents which specifically continue thereafter.
ARTICLE 13 — SUSPENSION OF WORK
13.01 City May Suspend Work
A. At any time and without cause, City may suspend the Work or any portion thereof by written
notice to Contractor and which may fix the date on which Work will be resumed. Contractor shall
resume the Work on the date so fixed. During temporary suspension of the Work covered by these
Contract Documents, for any reason, the City will stop contract time on City participation
projects.
B. Should the Contractor not be able to complete a portion of the Project due to causes beyond the
control of and without the fault or negligence of the Contractor, and should it be determined by
mutual consent of the Contractor and City that a solution to allow construction to proceed is not
available within a reasonable period of time, Contractor may request an extension in Contract
CITY OF FORT WORTH Project 6.0
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN: 105430
Revised January 10, 2013
0073 10- 34
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 34 of 35
Time, directly attributable to any such suspension.
C. If it should become necessary to suspend the Work for an indefinite period, the Contractor shall
store all materials in such a manner that they will not obstruct or impede the public unnecessarily
nor become damaged in any way, and he shall take every precaution to prevent damage or
deterioration of the work performed; he shall provide suitable drainage about the work, and erect
temporary structures where necessary.
ARTICLE 14 — MISCELLANEOUS
14.01 Giving Notice
A. Whenever any provision of the Contract Documents requires the giving of written notice, it will
be deemed to have been validly given if:
1. delivered in person to the individual or to a member of the firm or to an officer of the
corporation for whom it is intended; or
2. delivered at or sent by registered or certified mail, postage prepaid, to the last business
address known to the giver of the notice.
B. Business address changes must be promptly made in writing to the otherparty.
C. Whenever the Contract Documents specifies giving notice by electronic means such electronic
notice shall be deemed sufficient upon confirmation of receipt by the receiving party.
14.02 Computation of Times
When any period of time is referred to in the Contract Documents by days, it will be computed to
exclude the first and include the last day of such period. If the last day of any such period falls on a
Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last
day of the period.
14.03 Cumulative Remedies
The duties and obligations imposed by these General Conditions and the rights and remedies available
hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation
of, any rights and remedies available to any or all of them which are otherwise imposed or available
by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract
Documents. The provisions of this Paragraph will be as effective as if repeated specifically in the
Contract Documents in connection with each particular duty, obligation, right, and remedy to which
they apply.
14.04 Survival of Obligations
CITY OF FORT WORTH Project 6.0
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN: 105430
Revised January 10, 2013
0073 10-35
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 35 of 35
All representations, indemnifications, warranties, and guarantees made in, required by, or given in
accordance with the Contract Documents, as well as all continuing obligations indicated in the
Contract Documents, will survive final payment, completion, and acceptance of the Work or
termination or completion of the Contract or termination of the services of Contractor.
14.05 Headings
Article and paragraph headings are inserted for convenience only and do not constitute parts of these
General Conditions.
CITY OF FORT WORTH Project 6.0
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN: 105430
Revised January 10, 2013
1
2
3 PART1- GENERAL
4 1.1 SUMMARY
SECTION 01 11 00
SUMMARY OF WORK
011100-1
DAP SUMMARY OF WORK
Pagel of 3
5 A. Section Includes:
6 1. Summary of Work to be performed in accordance with the Contract Documents
7 B. Deviations from this City of Fort Worth Standard Specification
8 1. None.
9 C. Related Specification Sections include, but are not necessarily limited to:
10 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract
11 2. Division 1 - General Requirements
12 1.2 PRICE AND PAYMENT PROCEDURES
13 A. Measurement and Payment
14 1. Work associated with this Item is considered subsidiary to the various items bid.
15 No separate payment will be allowed for this Item.
16 1.3 REFERENCES [NOT USED]
17 1.4 ADMINISTRATIVE REQUIREMENTS
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
A. Work Covered by Contract Documents
1. Work is to include furnishing all labor, materials, and equipment, and performing
all Work necessary for this construction project as detailed in the Drawings and
Specifications.
B. Subsidiary Work
1. Any and all Work specifically governed by documentary requirements for the
project, such as conditions imposed by the Drawings or Contract Documents in
which no specific item for bid has been provided for in the Proposal and the item is
not a typical unit bid item included on the standard bid item list, then the item shall
be considered as a subsidiary item of Work, the cost of which shall be included in
the price bid in the Proposal for various bid items.
C. Use of Premises
1. Coordinate uses of premises under direction of the City.
2. Assume full responsibility for protection and safekeeping of materials and
equipment stored on the Site.
3. Use and occupy only portions of the public streets and alleys, or other public places
or other rights -of -way as provided for in the ordinances of the City, as shown in the
Contract Documents, or as may be specifically authorized in writing by the City.
a. A reasonable amount of tools, materials, and equipment for construction
purposes may be stored in such space, but no more than is necessary to avoid
delay in the construction operations.
CITY OF FORT WORTH Insert Project Name
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN CPN: 105430
Revised December 20, 2012
011100-2
DAP SUMMARY OF WORK
Page 2 of 3
1 b. Excavated and waste materials shall be stored in such a way as not to interfere
2 with the use of spaces that may be designated to be left free and unobstructed
3 and so as not to inconvenience occupants of adjacent property.
4 c. If the street is occupied by railroad tracks, the Work shall be carried on in such
5 manner as not to interfere with the operation of the railroad.
6 1) All Work shall be in accordance with railroad requirements set forth in
7 Division 0 as well as the railroad permit.
8 D. Work within Easements
9 1. Do not enter upon private property for any purpose without having previously
10 obtained permission from the owner of such property.
11 2. Do not store equipment or material on private property unless and until the
12 specified approval of the property owner has been secured in writing by the
13 Contractor and a copy furnished to the City.
14
3. Unless specifically provided otherwise, clear all rights -of -way or easements of
15
obstructions which must be removed to make possible proper prosecution of the
16
Work as a part of the project construction operations.
17
4. Preserve and use every precaution to prevent damage to, all trees, shrubbery, plants,
18
lawns, fences, culverts, curbing, and all other types of structures or improvements,
19
to all water, sewer, and gas lines, to all conduits, overhead pole lines, or
20
appurtenances thereof, including the construction of temporary fences and to all
21
other public or private property adjacent to the Work.
22
5. Notify the proper representatives of the owners or occupants of the public or private
23
lands of interest in lands which might be affected by the Work.
24
a. Such notice shall be made at least 48 hours in advance of the beginning of the
25
Work.
26
b. Notices shall be applicable to both public and private utility companies and any
27
corporation, company, individual, or other, either as owners or occupants,
28
whose land or interest in land might be affected by the Work.
29
c. Be responsible for all damage or injury to property of any character resulting
30
from any act, omission, neglect, or misconduct in the manner or method or
31
execution of the Work, or at any time due to defective work, material, or
32
equipment.
33
6. Fence
34
a. Restore all fences encountered and removed during construction of the Project
35
to the original or a better than original condition.
36
b. Erect temporary fencing in place of the fencing removed whenever the Work is
37
not in progress and when the site is vacated overnight, and/or at all times to
38
provide site security.
39
c. The cost for all fence work within easements, including removal, temporary
40
closures and replacement, shall be subsidiary to the various items bid in the
41
project proposal, unless a bid item is specifically provided in the proposal.
CITY OF FORT WORTH Insert Project Name
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN CPN: 105430
Revised December 20, 2012
1
2
3
4
5
6
7
8
9
011100-3
DAP 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]
10 PART 3 - EXECUTION [NOT USED]
1 1 END OF SECTION
12
Revision Log
DATE NAME SUMMARY OF CHANGE
13
CITY OF FORT WORTH Insert Project Name
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN CPN: 105430
Revised December 20, 2012
SECTION 0125 00
SUBSTITUTION PROCEDURES
PART1-GENERAL
1.1 SUMMARY
A. Section Includes:
012500-1
DAP SUBSTITUTION PROCEDURES
Page 1 of 5
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:
CITY OF FORT WORTH Project 6.0
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105430
Revised August 30, 2013
012500-2
DAP SUBSTITUTION PROCEDURES
Page 2 of 5
a. Or -equals are unavailable due to strike, discontinued production of products
meeting specified requirements, or other factors beyond control of Contractor;
or,
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
CITY OF FORT WORTH Project 6.0
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105430
Revised August 30, 2013
012500-3
DAP SUBSTITUTION PROCEDURES
Page 3 of 5
2. City reserves the right to require proposed product to comply with color and pattern
of specified product if necessary to secure design intent.
3. In the event the substitution is approved, if a reduction in cost or time results, it will
be documented by Change Order.
4. Substitution will be rejected if:
a. Submittal is not through the Contractor with his stamp of approval
b. Request is not made in accordance with this Specification Section
c. In the Developer's opinion, acceptance will require substantial revision of
the original design
d. In the City's or Developer's opinion, substitution will not perform
adequately the function consistent with the design intent
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE
A. In making request for substitution or in using an approved product, the Contractor
represents that the Contractor:
1. Has investigated proposed product, and has determined that it is adequate or superior
in all respects to that specified, and that it will perform function for which it is
intended
2. Will provide same guarantee for substitute item as for product specified
3. Will coordinate installation of accepted substitution into Work, to include building
modifications if necessary, making such changes as may be required for Work to be
complete in all respects
4. Waives all claims for additional costs related to substitution which subsequently
arise
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
CITY OF FORT WORTH Project 6.0
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105430
Revised August 30, 2013
Revision Log
DATE NAME SUMMARY OF CHANGE
EXHIBIT A
REQUEST FOR SUBSTITUTION FORM:
Ifel
012500-4
DAP SUBSTITUTION PROCEDURES
Page 4 of 5
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.
CITY OF FORT WORTH Project 6.0
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105430
Revised August 30, 2013
012500-5
DAP SUBSTITUTION PROCEDURES
Submitted By:
Signature
as noted
Firm
Date
Telephone
For Use by City:
_Approved _ Rejected City
For Use by City
Recommended Recommended
Not recommended Received late
Remark
Address
By
Date
Date
Page 5 of 5
CITY OF FORT WORTH Project 6.0
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105430
Revised August 30, 2013
SECTION 01 31 19
PRECONSTRUCTION MEETING
PART 1-GENERAL
1.1 SUMMARY
A. Section Includes:
0131 19 - 1
DAP PRECONSTRUCTION MEETING
Page I of 3
1. Provisions for the preconstruction meeting to be held prior to the start of Work to clarify
construction contract administration procedures
B. Deviations from this City of Fort Worth Standard Specification
1. No construction schedule required unless requested by the City.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1— General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Coordination
1. Attend preconstruction meeting.
2. Representatives of Contractor, subcontractors and suppliers attending meetings shall be
qualified and authorized to act on behalf of the entity each represents.
3. Meeting administered by City may be tape recorded.
a. If recorded, tapes will be used to prepare minutes and retained by City for future
reference.
B. Preconstruction Meeting
1. A preconstruction meeting will be held within 14 days after the delivery of the distribution
package to the City.
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. Developer and Consultant
b. Contractor's project manager
c. Contractor's superintendent
d. Any subcontractor or supplier representatives whom the Contractor may desire to invite
or the City may request
CITY OF FORT WORTH Project 6.0
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105430
Revised August 30, 2013
0131 19 - 2
DAP PRECONSTRUCTION MEETING
Page 2 of 3
e.
Other City representatives
f.
Others as appropriate
4. Preliminary
Agenda may include:
a.
Introduction of Project Personnel
b.
General Description of Project
c.
Status of right-of-way, utility clearances, easements or other pertinent permits
d.
Contractor's work plan and schedule
e.
Contract Time
f.
Notice to Proceed
g.
Construction Staking
h.
Progress Payments
i.
Extra Work and Change Order Procedures
j.
Field Orders
k.
Disposal Site Letter for Waste Material
1.
Insurance Renewals
m.
Payroll Certification
n.
Material Certifications and Quality Control Testing
o.
Public Safety and Convenience
p.
Documentation of Pre -Construction Conditions
q.
Weekend Work Notification
r.
Legal Holidays
s.
Trench Safety Plans
t.
Confined Space Entry Standards
u.
Coordination with the City's representative for operations of existing water systems
v.
Storm Water Pollution Prevention Plan
w.
Coordination with other Contractors
x.
Early Warning System
y.
Contractor Evaluation
z.
Special Conditions applicable to the project
aa.
Damages Claims bb. Submittal Procedures cc. Substitution Procedures dd.
Correspondence Routing ee. Record Drawings ff. Temporary construction facilities gg.
MBE/SBE procedures hh. Final Acceptance ii. Final Payment J. Questions or
Comments
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 Project 6.0
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105430
Revised August 30, 2013
0131 19 - 3
DAP PRECONSTRUCTION MEETING
Page 3 of 3
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
CITY OF FORT WORTH Project 6.0
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105430
Revised August 30, 2013
013233-1
DAP PRECONSTRUCTION VIDEO
Page 1 of 2
SECTION 0132 33
PRECONSTRUCTION VIDEO
PART1-GENERAL
1.1 SUMMARY
A. Section Includes:
1. Administrative and procedural requirements for:
a. Preconstruction Videos
B. Deviations from this City of Fort Worth Standard Specification
1. Though not mandatory, it is highly recommended on infill developer projects.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1— General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Preconstruction Video
1. Produce a preconstruction video of the site/alignment, including all areas in the vicinity
of and to be affected by construction.
a. Provide digital copy of video upon request by the City.
2. Retain a copy of the preconstruction video until the end of the maintenance surety period.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
CITY OF FORT WORTH Insert Project Name
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105430
Revised August 30, 2013
01 32 33 - 2
DAP PRECONSTRUCTION VIDEO
Page 2 of 2
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
CITY OF FORT WORTH Insert Project Name
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105430
Revised August 30, 2013
SECTION 0133 00
DAP SUBMITTALS
PART 1-GENERAL
1.1 SUMMARY
A. Section Includes:
013300-1
DAP SUBMITTALS
Page 1 of 8
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
CITY OF FORT WORTH Project 6.0
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105430
Revised August 30, 2013
01 33 00 - 2
DAP SUBMITTALS
Page 2 of 8
c. No extension of time will be authorized because of the Contractor's failure to transmit
submittals sufficiently in advance of the Work.
d. Make submittals promptly in accordance with approved schedule, and in such sequence
as to cause no delay in the Work or in the work of any other contractor.
B. Submittal Numbering
When submitting shop drawings or samples, utilize a 9-character submittal cross reference
identification numbering system in the following manner:
a. Use the first 6 digits of the applicable Specification Section Number.
b. For the next 2 digits number use numbers 01-99 to sequentially number each initial
separate item or drawing submitted under each specific Section number.
c. Last use a letter, A-Z, indicating the resubmission of the same drawing (i.e. A=2nd
submission, B=3rd submission, C=4th submission, etc.). A typical submittal number
would be as follows:
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 1/2 inches x 11 inches to 8 %2 inches x flinches.
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 Project 6.0
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105430
Revised August 30, 2013
013300-3
DAP SUBMITTALS
Page 3 of 8
2. The Project title and number
3. Contractor identification
4. The names o£
a. Contractor
b. Supplier
c. Manufacturer
5. Identification of the product, with the Specification Section number, page and paragraph(s)
6. Field dimensions, clearly identified as such
7. Relation to adjacent or critical features of the Work or materials
8. Applicable standards, such as ASTM or Federal Specification numbers
9. Identification by highlighting of deviations from Contract Documents
10. Identification by highlighting of revisions on resubmittals
11. An 8-inch x 3-inch blank space for Contractor and City stamps
F. Shop Drawings
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 Project 6.0
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105430
Revised August 30, 2013
01 33 00 - 4
DAP SUBMITTALS
Page 4 of 8
7) Standard wiring diagrams
8) Printed performance curves and operational -range diagrams
9) Production or quality control inspection and test reports and certifications
10) Mill reports
11) Product operating and maintenance instructions and recommended spare -parts
listing and printed product warranties
12) As applicable to the Work
H. Samples
As specified in individual Sections, include, but are not necessarily limited to:
a. Physical examples of the Work such as:
1) Sections of manufactured or fabricated Work
2) Small cuts or containers of materials
3) Complete units of repetitively used products color/texture/pattern swatches and
range sets
4) Specimens for coordination of visual effect
5) Graphic symbols and units of Work to be used by the City for independent
inspection and testing, as applicable to the Work
I. Do not start Work requiring a shop drawing, sample or product data nor any material to be
fabricated or installed prior to the approval or qualified approval of such item.
1. Fabrication performed, materials purchased or on -site construction accomplished which does
not conform to approved shop drawings and data is at the Contractor's risk.
2. The City will not be liable for any expense or delay due to corrections or remedies required
to accomplish conformity.
3. Complete project Work, materials, fabrication, and installations in conformance with
approved shop drawings, applicable samples, and product data.
J. Submittal Distribution
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 Project 6.0
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105430
Revised August 30, 2013
013300-5
DAP 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.
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
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.
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.
CITY OF FORT WORTH Project 6.0
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105430
Revised August 30, 2013
013300-6
DAP SUBMITTALS
Page 6 of 8
b. Code 2
1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of the
notations and comments IS NOT required by the Contractor.
a) The Contractor may release the equipment or material for manufacture; however,
all notations and comments must be incorporated into the final product.
c. Code 3
1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is assigned when
notations and comments are extensive enough to require a resubmittal of the
package.
a) The Contractor may release the equipment or material for manufacture;
however, all notations and comments must be incorporated into the final
product.
b) This resubmittal is to address all comments, omissions and non -conforming
items that were noted.
c) Resubmittal is to be received by the City within 15 Calendar Days of the date of
the City's transmittal requiring the resubmittal.
d. Code 4
1) "NOT APPROVED" is assigned when the submittal does not meet the intent of the
Contract Documents.
a) The Contractor must resubmit the entire package revised to bring the submittal
into conformance.
b) It may be necessary to resubmit using a different manufacturer/vendor to meet
the Contract Documents.
6. Resubmittals
a. Handled in the same manner as first submittals
1) Corrections other than requested by the City
2) Marked with revision triangle or other similar method
a) At Contractor's risk if not marked
b. Submittals for each item will be reviewed no more than twice at the City's expense.
1) All subsequent reviews will be performed at times convenient to the City and at the
Contractor's expense, based on the City's or City Representative's then prevailing
rates.
2) Provide Contractor reimbursement to the City within 30 Calendar Days for all such
fees invoiced by the City.
c. The need for more than 1 resubmission or any other delay in obtaining City's review of
submittals, will not entitle the Contractor to an extension of Contract Time.
7. Partial Submittals
a. City reserves the right to not review submittals deemed partial, at the City's discretion.
b. Submittals deemed by the City to be not complete will be returned to the Contractor, and
will be considered "Not Approved" until resubmitted.
c. The City may at its option provide a list or mark the submittal directing the Contractor to
the areas that are incomplete.
8. If the Contractor considers any correction indicated on the shop drawings to constitute a
change to the Contract Documents, then written notice must be provided thereof to the
Developer at least 7 Calendar Days prior to release for manufacture.
CITY OF FORT WORTH Project 6.0
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105430
Revised August 30, 2013
013300-7
DAP 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. Sufficient information shall be attached to permit a written response without further
information.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
CITY OF FORT WORTH Project 6.0
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105430
Revised August 30, 2013
013300-8
DAP SUBMITTALS
Page 8 of 8
Revision Log
DATE NAME SUMMARY OF CHANGE
12/20/2012 D. Johnson 1.4.K.8. Working Days modified to Calendar Days
CITY OF FORT WORTH Project 6.0
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105430
Revised August 30, 2013
0135 13- 1
DAP SPECIAL PROJECT PROCEDURES
Page 1 of 7
1 SECTION 0135 13
2 SPECIAL PROJECT PROCEDURES
3 PART1- GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
6 1. The procedures for special project circumstances that includes, but is not limited to:
7 a. Coordination with the Texas Department of Transportation
8 b. Work near High Voltage Lines
9 c. Confined Space Entry Program
10 d. Air Pollution Watch Days
11 e. Use of Explosives, Drop Weight, Etc.
12 £ Water Department Notification
13 g. Public Notification Prior to Beginning Construction
14 h. Coordination with United States Army Corps of Engineers
15 i. Coordination within Railroad permits areas
16 j. Dust Control
17 k. Employee Parking
18 B. Deviations from this City of Fort Worth Standard Specification
19 1. None.
20 C. Related Specification Sections include, but are not necessarily limited to:
21 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
22 2. Division 1— General Requirements
23 3. Section 33 12 25 — Connection to Existing Water Mains
24
25 1.2 REFERENCES
26 A. Reference Standards
27 1. Reference standards cited in this Specification refer to the current reference standard
28 published at the time of the latest revision date logged at the end of this Specification, unless
29 a date is specifically cited.
30 2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. High
31 Voltage Overhead Lines.
32 3. North Central Texas Council of Governments (NCTCOG) — Clean Construction
33 Specification
34 1.3 ADMINISTRATIVE REQUIREMENTS
35 A. Coordination with the Texas Department of Transportation
36 1. When work in the right-of-way which is under the jurisdiction of the Texas Department of
37 Transportation (TxDOT):
38 a. Notify the Texas Department of Transportation prior to commencing any work therein in
39 accordance with the provisions of the permit
CITY OF FORT WORTH Project 6.0
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105430
Revised August, 30, 2013
013513-2
DAP SPECIAL PROJECT PROCEDURES
Page 2 of 7
1 b. All work performed in the TxDOT right-of-way shall be performed in compliance with
2 and subject to approval from the Texas Department of Transportation
3 B. Work near High Voltage Lines
4 1. Regulatory Requirements
5 a. All Work near High Voltage Lines (more than 600 volts measured between conductors
6 or between a conductor and the ground) shall be in accordance with Health and Safety
7 Code, Title 9, Subtitle A, Chapter 752.
8 2. Warning sign
9 a. Provide sign of sufficient size meeting all OSHA requirements.
10
3. Equipment operating within 10 feet of high voltage lines will require the following safety
11
features
12
a. Insulating cage -type of guard about the boom or arm
13
b. Insulator links on the lift hook connections for back hoes or dippers
14
c. Equipment must meet the safety requirements as set forth by OSHA and the safety
15
requirements of the owner of the high voltage lines
16
4. Work within 6 feet of high voltage electric lines
17
a. Notification shall be given to:
18
1) The power company (example: ONCOR)
19
a) Maintain an accurate log of all such calls to power company and record action
20
taken in each case.
21
b. Coordination with power company
22
1) After notification coordinate with the power company to:
23
a) Erect temporary mechanical barriers, de -energize the lines, or raise or lower the
24
lines
25
c. No personnel may work within 6 feet of a high voltage line before the above
26
requirements have been met.
27 C. Confined Space Entry Program
28 1. Provide and follow approved Confined Space Entry Program in accordance with OSHA
29 requirements.
30 2. Confined Spaces include:
31 a. Manholes
32 b. All other confined spaces in accordance with OSHA's Permit Required for Confined
33 Spaces
34 D. Use of Explosives, Drop Weight, Etc.
35 1. When Contract Documents permit on the project the following will apply:
36 a. Public Notification
37 1) Submit notice to City and proof of adequate insurance coverage, 24 hours prior to
38 commencing.
39 2) Minimum 24 hour public notification in accordance with Section 0131 13
40 E. Water Department Coordination
41 1. During the construction of this project, it will be necessary to deactivate, for a period of
42 time, existing lines. The Contractor shall be required to coordinate with the Water
43 Department to determine the best times for deactivating and activating those lines.
44 2. Coordinate any event that will require connecting to or the operation of an existing City
45 water line system with the City's representative.
CITY OF FORT WORTH Project 6.0
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105430
Revised August, 30, 2013
013513-3
DAP SPECIAL PROJECT PROCEDURES
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
Page 3 of 7
a. Coordination shall be in accordance with Section 33 12 25.
b. If needed, obtain a hydrant water meter from the Water Department for use during the
life of named project.
c. In the event that a water valve on an existing live system be turned off and on to
accommodate the construction of the project is required, coordinate this activity through
the appropriate City representative.
1) Do not operate water line valves of existing water system.
a) Failure to comply will render the Contractor in violation of Texas Penal Code
Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor will be
prosecuted to the full extent of the law.
b) In addition, the Contractor will assume all liabilities and responsibilities as a
result of these actions.
F. Public Notification Prior to Beginning Construction
1. Prior to beginning construction on any block in the project, on a block by block basis,
prepare and deliver a notice or flyer of the pending construction to the front door of each
residence or business that will be impacted by construction. The notice shall be prepared as
follows:
a. Post notice or flyer 7 days prior to beginning any construction activity on each block in
the project area.
1) Prepare flyer on the Contractor's letterhead and include the following information:
a) Name of Project
b) City Project No (CPN)
c) Scope of Project (i.e. type of construction activity)
d) Actual construction duration within the block
e) Name of the contractor's foreman and phone number
f) Name of the City's inspector and phone number
g) City's after-hours phone number
2) A sample of the `pre -construction notification' flyer is attached as Exhibit A.
3) Submit schedule showing the construction start and finish time for each block of the
project to the inspector.
4) Deliver flyer to the City Inspector for review prior to distribution.
b. No construction will be allowed to begin on any block until the flyer is delivered to all
residents of the block.
G. Public Notification of Temporary Water Service Interruption during Construction
1. In the event it becomes necessary to temporarily shut down water service to residents or
businesses during construction, prepare and deliver a notice or flyer of the pending
interruption to the front door of each affected resident.
2. Prepared notice as follows:
a. The notification or flyer shall be posted 24 hours prior to the temporary interruption.
b. Prepare flyer on the contractor's letterhead and include the following information:
1) Name of the project
2) City Project Number
3) Date of the interruption of service
4) Period the interruption will take place
5) Name of the contractor's foreman and phone number
6) Name of the City's inspector and phone number
c. A sample of the temporary water service interruption notification is attached as Exhibit
B.
CITY OF FORT WORTH Project 6.0
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105430
Revised August, 30, 2013
0135 13 - 4
DAP SPECIAL PROJECT PROCEDURES
1
2
3
4
5
6
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
Page 4 of 7
d. Deliver a copy of the temporary interruption notification to the City inspector for review
prior to being distributed.
e. No interruption of water service can occur until the flyer has been delivered to all
affected residents and businesses.
f. Electronic versions of the sample flyers can be obtained from the Project Construction
Inspector.
H. Coordination with United States Army Corps of Engineers (USACE)
1. At locations in the Project where construction activities occur in areas where USACE
permits are required, meet all requirements set forth in each designated permit.
I. Coordination within Railroad Permit Areas
1. At locations in the project where construction activities occur in areas where railroad permits
are required, meet all requirements set forth in each designated railroad permit. This
includes, but is not limited to, provisions for:
a. Flagmen
b. Inspectors
c. Safety training
d. Additional insurance
e. Insurance certificates
f. Other employees required to protect the right-of-way and property of the Railroad
Company from damage arising out of and/or from the construction of the project.
Proper utility clearance procedures shall be used in accordance with the permit
guidelines.
2. Obtain any supplemental information needed to comply with the railroad's requirements.
J. Dust Control
1. Use acceptable measures to control dust at the Site.
a. If water is used to control dust, capture and properly dispose of waste water.
b. If wet saw cutting is performed, capture and properly dispose of slurry.
K. Employee Parking
1. Provide parking for employees at locations approved by the City.
CITY OF FORT WORTH Project 6.0
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105430
Revised August, 30, 2013
013513-5
DAP SPECIAL PROJECT PROCEDURES
Page 5 of 7
1 1.4
SUBMITTALS [NOT USED]
2 1.5
ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
3 1.6
CLOSEOUT SUBMITTALS [NOT USED]
4 1.7
MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
5 1.8
QUALITY ASSURANCE [NOT USED]
6 1.9
DELIVERY, STORAGE, AND HANDLING [NOT USED]
7 1.10
FIELD [SITE] CONDITIONS [NOT USED]
8 1.11
WARRANTY [NOT USED]
9 PART 2 - PRODUCTS [NOT USED]
10 PART 3 - EXECUTION [NOT USED]
11
12
DATE NAME
8/31/2012 D. Johnson
13
14
END OF SECTION
Revision Log
SUMMARY OF CHANGE
1.33 — Added requirement of compliance with Health and Safety Code, Title 9.
Safety, Subtitle A. Public Safety, Chapter 752. High Voltage Overhead Lines.
CITY OF FORT WORTH Project 6.0
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105430
Revised August, 30, 2013
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
01 35 13 - 6
DAP SPECIAL PROJECT PROCEDURES
Page 6 of 7
EXHIBIT A
(To be printed on Contractor's Letterhead)
Date:
CPN No.:
Project Name:
Mapsco Location:
Limits of Construction:
NOTICE OF
CONSTRUCTION
THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT WORTH,
OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR PROPERTY.
CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE OF THIS
NOTICE.
IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER ISSUE,
PLEASE CALL:
Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.>
OR
Mr. <CITY INSPECTOR> AT < TELEPHONE NO.>
AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306
PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL
CITY OF FORT WORTH Project 6.0
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105430
Revised August, 30, 2013
2
3
01 35 13 -7
DAP SPECIAL PROJECT PROCEDURES
Page 7 of 7
EXHIBIT B
FoR� T WoRTH
Date:
DO6 NO. XXXX
Pm,e" Hame:
NOTICE OF TEMPORARY WATER SERVICE
INTERRUPTION
DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR
WATER SERVICE WILL BE INTERRUPTED ON
BETWEEN THE HOURS OF AND
IF YOU HAVE QUESTIONS ABOUT THIS SHUT -OUT, PLEASE CALL:
MR. AT
(CONTRACTORS SUPERINTENDENT) (TELEPHONE NUMBER)
OR
MR. AT
(CITY INSPECTOR) (TELEPHONE NUMBER)
THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE.
THANK YOU,
CONTRACTOR
CITY OF FORT WORTH Project 6.0
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105430
Revised August, 30, 2013
01 45 23
DAP TESTING AND INSPECTION SERVICES
Page I of 2
SECTION 0145 23
TESTING AND INSPECTION SERVICES
PART1-GENERAL
1.1 SUMMARY
A. Section Includes:
1. Testing and inspection services procedures and coordination
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1— General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
Work associated with this Item is considered subsidiary to the various Items bid. No
separate payment will be allowed for this Item.
a. Contractor is responsible for performing, coordinating, and payment of all
Quality Control testing.
b. City is responsible for performing and payment for first set of Quality
Assurance testing.
1) If the first Quality Assurance test performed by the City fails, the Contractor
is responsible for payment of subsequent Quality Assurance testing until a
passing test occurs.
a) Final acceptance will not be issued by City until all required payments
for testing by Contractor have been paid in full.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Testing
1. Complete testing in accordance with the Contract Documents.
2. Coordination
a. When testing is required to be performed by the City, notify City, sufficiently
in advance, when testing is needed.
b. When testing is required to be completed by the Contractor, notify City,
sufficiently in advance, that testing will be performed.
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 form of
distribution approved by the City.
CITY OF FORT WORTH Project 6.0
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105430
Revised March 20, 2020
01 45 23
DAP TESTING AND INSPECTION SERVICES
Page 2 of 2
2) Upload test reports to designated project directory and notify appropriate
City representatives via email of submittal posting.
3) Hard Copies
a) 1 copy for all submittals submitted to the Project Representative
b. Hard Copy Distribution (if required in lieu of electronic distribution)
1) Tests performed by City
a) Distribute 1 hard copy to the Contractor
2) Tests performed by the Contractor
D. 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
Removed reference to Buzzsaw and noted that electronic submittals be uploaded
03/20/2020 D.V. Magana through the City's document management system.
CITY OF FORT WORTH Project 6.0
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105430
Revised March 20, 2020
01 50 00 - 1
DAP TEMPORARY FACILITIES AND CONTROLS
Page 1 of 4
SECTION 0150 00
TEMPORARY FACILITIES AND CONTROLS
PART1-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
CITY OF FORT WORTH Project 6.0
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105430
Revised JULY 1, 2011
015000-2
DAP TEMPORARY FACILITIES AND CONTROLS
Page 2 of 4
1) Contact City 1 week before water for construction is desired
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.
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
CITY OF FORT WORTH Project 6.0
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105430
Revised JULY 1, 2011
015000-3
DAP TEMPORARY FACILITIES AND CONTROLS
Page 3 of 4
E. Dust Control
1. Contractor is responsible for maintaining dust control through the duration of the project.
a. Contractor remains on -call at all times
b. Must respond in a timely manner
F. Temporary Protection of Construction
1. Contractor or subcontractors are responsible for protecting Work from damage due to
weather.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
3.1 INSTALLERS [NOT USED]
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 INSTALLATION
A. Temporary Facilities
1. Maintain all temporary facilities for duration of construction activities as needed.
3.5 [REPAIR] / [RESTORATION]
3.6 RE -INSTALLATION
3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED]
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.10 CLEANING [NOT USED]
CITY OF FORT WORTH Project 6.0
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105430
Revised JULY 1, 2011
01 50 00 - 4
DAP TEMPORARY FACILITIES AND CONTROLS
Page 4 of 4
3.11 CLOSEOUT ACTIVITIES
A. Temporary Facilities
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 WORTH Project 6.0
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105430
Revised JULY 1, 2011
01 55 26 - 1
DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL
Pagel of 3
SECTION 0155 26
STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL
PART1-GENERAL
1.1 SUMMARY
A. Section Includes:
1. Administrative procedures for:
a. Street Use Permit
b. Modification of approved traffic control
c. Removal of Street Signs
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1— General Requirements
3. Section 34 71 13 — Traffic Control
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various Items bid. No separate
payment will be allowed for this Item.
1.3 REFERENCES
A. Reference Standards
1. Reference standards cited in this specification refer to the current reference standard
published at the time of the latest revision date logged at the end of this specification, unless
a date is specifically cited.
2. Texas Manual on Uniform Traffic Control Devices (TMUTCD).
1.4 ADMINISTRATIVE REQUIREMENTS
A. Traffic Control
1. General
a. When traffic control plans are included in the Drawings, provide Traffic Control
in accordance with Drawings and Section 34 71 13.
b. When traffic control plans are not included in the Drawings, prepare traffic
control plans in accordance with Section 34 71 13 and submit to City for review.
1) Allow minimum 10 working days for review of proposed Traffic Control.
B. Street Use Permit
1. Prior to installation of Traffic Control, a City Street Use Permit is required.
a. To obtain Street Use Permit, submit Traffic Control Plans to City Transportation and
Public Works Department.
CITY OF FORT WORTH Project 6.0
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105430
Revised July 1, 2011
01 55 26 - 2
DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL
Page 2 of 3
1) Allow a minimum of 5 working days for permit review.
2) Contractor's responsibility to coordinate review of Traffic Control plans for Street
Use Permit, such that construction is not delayed.
C. Modification to Approved Traffic Control
1. Prior to installation traffic control:
a. Submit revised traffic control plans to City Department Transportation and Public Works
Department.
1) Revise Traffic Control plans in accordance with Section 34 71 13.
2) Allow minimum 5 working days for review of revised Traffic Control.
3) It is the Contractor's responsibility to coordinate review of Traffic Control plans for
Street Use Permit, such that construction is not delayed.
D. Removal of Street Sign
1. If it is determined that a street sign must be removed for construction, then contact City
Transportation and Public Works Department, Signs and Markings Division to remove the
sign.
E. Temporary Signage
1. In the case of regulatory signs, replace permanent sign with temporary sign meeting
requirements of the latest edition of the Texas Manual on Uniform Traffic Control Devices
(MUTCD).
2. Install temporary sign before the removal of permanent sign.
3. When construction is complete, to the extent that the permanent sign can be reinstalled,
contact the City Transportation and Public Works Department, Signs and Markings
Division, to reinstall the permanent sign.
F. Traffic Control Standards
1. Traffic Control Standards can be found on the City's Buzzsaw website.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
CITY OF FORT WORTH Project 6.0
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105430
Revised July 1, 2011
01 55 26 - 3
DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL
Page 3 of 3
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
CITY OF FORT WORTH Project 6.0
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105430
Revised July 1, 2011
0157 13- 1
DAP STORM WATER POLLUTION PREVENTION
Pagel of 3
SECTION 01 5713
STORM WATER POLLUTION PREVENTION
PART1-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 3125 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 3125 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.
B. Construction Activities resulting in:
CITY OF FORT WORTH Project 6.0
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105430
Revised July 1, 2011
01 57 13 - 2
DAP STORM WATER POLLUTION PREVENTION
Page 2 of 3
1. Less than 1 acre of disturbance
a. Provide erosion and sediment control in accordance with Section 3125 00 and
Drawings.
2. 1 to less than 5 acres of disturbance
a. Texas Pollutant Discharge Elimination System (TPDES) General Construction
Permit is required
b. Complete SWPPP in accordance with TCEQ requirements
1) TCEQ Small Construction Site Notice Required under general permit
TXR150000
a) Sign and post at job site
b) Prior to Preconstruction Meeting, send 1 copy to City Department of
Transportation and Public Works, Environmental Division, (817) 3926088.
2) Provide erosion and sediment control in accordance with:
a) Section 3125 00
b) The Drawings
c) TXR150000 General Permit
d) SWPPP
e) TCEQ requirements
3. 5 acres or more of Disturbance
a. Texas Pollutant Discharge Elimination System (TPDES) General Construction
Permit is required
b. Complete SWPPP in accordance with TCEQ requirements
1) Prepare a TCEQ NOI form and submit to TCEQ along with required fee
a) Sign and post at job site
b) Send copy to City Department of Transportation and Public Works,
Environmental Division, (817) 392-6088.
2) TCEQ Notice of Change required if making changes or updates to NOI 3) Provide
erosion and sediment control in accordance with:
a) Section 3125 00
b) The Drawings
c) TXR150000 General Permit
d) SWPPP
e) TCEQ requirements
4) Once the project has been completed and all the closeout requirements of TCEQ
have been met a TCEQ Notice of Termination can be submitted.
a) Send copy to City Department of Transportation and Public Works,
Environmental Division, (817) 392-6088.
1.5 SUBMITTALS
A. SWPPP
1. Submit in accordance with Section 0133 00, except as stated herein.
a. Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the City as
follows:
1) 1 copy to the City Project Manager
a) City Project Manager will forward to the City Department of
Transportation and Public Works, Environmental Division for review
CITY OF FORT WORTH Project 6.0
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105430
Revised July 1, 2011
0157 13 - 3
DAP STORM WATER POLLUTION PREVENTION
Page 3 of 3
B. Modified SWPPP
1. If the SWPPP is revised during construction, resubmit modified SWPPP to the City in
accordance with Section 0133 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
CITY OF FORT WORTH Project 6.0
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105430
Revised July 1, 2011
SECTION 0160 00
PRODUCT REQUIREMENTS
PART1-GENERAL
1.1 SUMMARY
A. Section Includes:
01 60 00
DAP PRODUCT REQUIREMENTS
Page 1 of 2
1. References for Product Requirements and City Standard Products List
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1— General Requirements
1.2 PRICE AND PAYMENT PROCEDURES [NOT USED]
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A list of City approved products for use is available through the City's website at:
httus://apes.fortworthtexas.aov/ProiectResources/ and following the directory
path: 02 - Construction Documents\Standard Products List
A. Only products specifically included on City's Standard Product List in these Contract
Documents shall be allowed for use on the Project.
1. Any subsequently approved products will only be allowed for use upon specific
approval by the City.
B. Any specific product requirements in the Contract Documents supersede similar
products included on the City's Standard Product List.
1. The City reserves the right to not allow products to be used for certain projects even
though the product is listed on the City's Standard Product List.
C. Although a specific product is included on City's Standard Product List, not all products
from that manufacturer are approved for use, including but not limited to, that
manufacturer's standard product.
D. See Section 0133 00 for submittal requirements of Product Data included on City's
Standard Product List.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
CITY OF FORT WORTH Project 6.0
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105430
Revised March 20, 2020
01 60 00
DAP PRODUCT REQUIREMENTS
Page 2 of 2
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
10/12/12 D. Johnson Modified Location of City's Standard Product List
4/7/2014 M.Domenech Revised for DAP application
Removed reference to Buzzsaw and noted that the City approved products list is
03/20/2020 D.V. Magaria accessible through the City's website.
CITY OF FORT WORTH Project 6.0
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105430
Revised March 20, 2020
01 66 00 - 1
DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS
Page 1 of 3
SECTION 0166 00
PRODUCT STORAGE AND HANDLING REQUIREMENTS
PART1-GENERAL
1.1 SUMMARY
A. Section Includes:
1. Scheduling of product delivery
2. Packaging of products for delivery
3. Protection of products against damage from:
a. Handling
b. Exposure to elements or harsh environments
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1— General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various Items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY AND HANDLING
A. Delivery Requirements
1. Schedule delivery of products or equipment as required to allow timely installation and to
avoid prolonged storage.
2. Provide appropriate personnel and equipment to receive deliveries.
3. Delivery trucks will not be permitted to wait extended periods of time on the Site for
personnel or equipment to receive the delivery.
CITY OF FORT WORTH Project 6.0
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105430
Revised April 7, 2014
016600-2
DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS
Page 2 of 3
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.
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION
CITY OF FORT WORTH Project 6.0
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105430
Revised April 7, 2014
016600-3
DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS
Page 3 of 3
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
Revision Log
DATE NAME SUMMARY OF CHANGE
4/7/2014 M.Domenech Revised for DAP application
CITY OF FORT WORTH Project 6.0
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105430
Revised April 7, 2014
017000-1
DAP MOBILIZATION AND REMOBILIZATION
Page 1 of 4
SECTION 0170 00
MOBILIZATION AND REMOBILIZATION
PART1-GENERAL
1.1 SUMMARY
A. Section Includes:
1. Mobilization and Demobilization
a. Mobilization
1) Transportation of Contractor's personnel, equipment, and operating supplies to the
Site
2) Establishment of necessary general facilities for the Contractor's operation at the
Site
3) Premiums paid for performance and payment bonds
4) Transportation of Contractor's personnel, equipment, and operating supplies to
another location within the designated Site
5) Relocation of necessary general facilities for the Contractor's operation from 1
location to another location on the Site.
b. Demobilization
1) Transportation of Contractor's personnel, equipment, and operating supplies away
from the Site including disassembly
2) Site Clean-up
3) Removal of all buildings and/or other facilities assembled at the Site for this
Contract
c. Mobilization and Demobilization do not include activities for specific items of work
that are for which payment is provided elsewhere in the contract.
2. Remobilization
a. Remobilization for Suspension of Work specifically required in the Contract
Documents or as required by City includes:
1) Demobilization
a) Transportation of Contractor's personnel, equipment, and operating supplies
from the Site including disassembly or temporarily securing equipment,
supplies, and other facilities as designated by the Contract Documents
necessary to suspend the Work.
b) Site Clean-up as designated in the Contract Documents
2) Remobilization
a) Transportation of Contractor's personnel, equipment, and operating supplies to
the Site necessary to resume the Work.
b) Establishment of necessary general facilities for the Contractor's operation at
the Site necessary to resume the Work.
3) No Payments will be made for:
a) Mobilization and Demobilization from one location to another on the Site in
the normal progress of performing the Work.
b) Stand-by or idle time
c) Lost profits
CITY OF FORT WORTH Project 6.0
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105430
Revised April 7, 2014
01 70 00 - 2
DAP MOBILIZATION AND REMOBILIZATION
Page 2 of 4
Mobilizations and Demobilization for Miscellaneous Projects
a. Mobilization and Demobilization
1) Mobilization shall consist of the activities and cost on a Work Order basis
necessary for:
a) Transportation of Contractor's personnel, equipment, and operating supplies to
the Site for the issued Work Order.
b) Establishment of necessary general facilities for the Contractor's operation at
the Site for the issued Work Order
2) Demobilization shall consist of the activities and cost necessary for:
a) Transportation of Contractor's personnel, equipment, and operating supplies
from the Site including disassembly for each issued Work
Order
b) Site Clean-up for each issued Work Order
c) Removal of all buildings or other facilities assembled at the Site for each Work
Oder
b. Mobilization and Demobilization do not include activities for specific items of work for
which payment is provided elsewhere in the contract.
4. Emergency Mobilizations and Demobilization for Miscellaneous Projects
a. A Mobilization for Miscellaneous Projects when directed by the City and the
mobilization occurs within 24 hours of the issuance of the Work Order.
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1— General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Mobilization and Demobilization
a. Measure
1) This Item is considered subsidiary to the various Items bid.
b. Payment
1) The work performed and materials furnished in accordance with this Item are
subsidiary to the various Items bid and no other compensation will be allowed.
2. Remobilization for suspension of Work as specifically required in the Contract
Documents
a. Measurement
1) Measurement for this Item shall be per each remobilization performed.
b. Payment
1) The work performed and materials furnished in accordance with this Item and
measured as provided under "Measurement" will be paid for at the unit price per
each "Specified Remobilization" in accordance with Contract Documents.
c. The price shall include:
1) Demobilization as described in Section 1.1.A.2.a.1)
2) Remobilization as described in Section 1.1.A.2.a.2)
CITY OF FORT WORTH Project 6.0
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105430
Revised April 7, 2014
017000-3
DAP MOBILIZATION AND REMOBILIZATION
Page 3 of 4
d. No payments will be made for standby, idle time, or lost profits associated this Item.
Remobilization for suspension of Work as required by City
a. Measurement and Payment
1) This shall be submitted as a Contract Claim in accordance with Article 10 of
Section 00 72 00.
2) No payments will be made for standby, idle time, or lost profits associated with this
Item.
4. Mobilizations and Demobilizations for Miscellaneous Projects
a. Measurement
1) Measurement for this Item shall be for each Mobilization and
Demobilization required by the Contract Documents
b. Payment
1) The Work performed and materials furnished in accordance with this Item and
measured as provided under "Measurement" will be paid for at the unit price per
each "Work Order Mobilization" in accordance with Contract Documents.
Demobilization shall be considered subsidiary to mobilization and shall not be paid
for separately.
c. The price shall include:
1) Mobilization as described in Section 1.I.A.3.a.1)
2) Demobilization as described in Section 1.1.A.3.a.2)
d. No payments will be made for standby, idle time, or lost profits associated this Item.
5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects
a. Measurement
1) Measurement for this Item shall be for each Mobilization and
Demobilization required by the Contract Documents
b. Payment
1) The Work performed and materials furnished in accordance with this Item and
measured as provided under "Measurement" will be paid for at the unit price per
each "Work Order Emergency Mobilization" in accordance with Contract
Documents. Demobilization shall be considered subsidiary to mobilization and
shall not be paid for separately.
c. The price shall include
1) Mobilization as described in Section 1.1.A.4.a)
2) Demobilization as described in Section 1.1.A.3.a.2)
d. No payments will be made for standby, idle time, or lost profits associated this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
1.5 SUBMITTALS [NOT USED]
1.6 INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
CITY OF FORT WORTH Project 6.0
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105430
Revised April 7, 2014
01 70 00 - 4
DAP MOBILIZATION AND REMOBILIZATION
Page 4 of 4
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
4/7/2014 M.Domenech Revised for DAP application
CITY OF FORT WORTH Project 6.0
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105430
Revised April 7, 2014
017123-1
DAP CONSTRUCTION STAKING AND SURVEY
Page 1 of 7
1 SECTION 01 71 23
2 CONSTRUCTION STAKING AND SURVEY
3 PART1- GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
6 1. Requirements for construction staking and construction survey
7 B. Deviations from this City of Fort Worth Standard Specification
8 1. 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
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
A.Measurement and Payment
1. Construction Staking
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.
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) 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.
CITY OF FORT WORTH Project 6.0
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105430
Revised February 14, 2018
017123-2
DAP CONSTRUCTION STAKING AND SURVEY
Page 2 of 7
1 1.3 REFERENCES
2 A.Definitions
3 1. Construction Survev - The survey measurements made prior to or while construction is in
4 progress to control elevation, horizontal position, dimensions and configuration of
5 structures/improvements included in the Project Drawings.
6 2. As -built Survev —The measurements made after the construction of the improvement
7 features are complete to provide position coordinates for the features of a project.
8 3. Construction Staking — The placement of stakes and markings to provide offsets and
9 elevations to cut and fill in order to locate on the ground the designed
10 structures/improvements included in the Project Drawings. Construction staking shall
11 include staking easements and/or right of way if indicated on the plans.
12 4. Survev "Field Checks" — Measurements made after construction staking is completed and
13 before construction work begins to ensure that structures marked on the ground are
14 accurately located per Project Drawings.
15 B. Technical References
16 1. City of Fort Worth — Construction Staking Standards (available on City's Buzzsaw website)
17 — 01 71 23.16.01_ Attachment A_Survey Staking Standards
18 2. City of Fort Worth - Standard Survey Data Collector Library (fxl) files (available on City's
19 Buzzsaw website).
20 3. Texas Department of Transportation (TxDOT) Survey Manual, latest revision
21 4. Texas Society of Professional Land Surveyors (TSPS), Manual of Practice for Land
22 Surveying in the State of Texas, Category 5
23
24 1.4 ADMINISTRATIVE REQUIREMENTS
25 A.The Contractor's selection of a surveyor must comply with Texas Government Code 2254
26 (qualifications based selection) for this project.
27 1.5 SUBMITTALS
28 A.Submittals, if required, shall be in accordance with Section 0133 00.
29 B. All submittals shall be received and reviewed by the City prior to delivery of work.
30 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS
31 A.Field Quality Control Submittals
32 1. Documentation verifying accuracy of field engineering work, including coordinate
33 conversions if plans do not indicate grid or ground coordinates.
34 1. Submit "Cut -Sheets" conforming to the standard template provided by the City (refer to 01
35 71 23.16.01 — Attachment A — Survey Staking Standards).
36
37 1.7 CLOSEOUT SUBMITTALS
38 B. As -built Redline Drawing Submittal
CITY OF FORT WORTH Project 6.0
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105430
Revised February 14, 2018
017123-3
DAP CONSTRUCTION STAKING AND SURVEY
Page 3 of 7
1 1. Submit As -Built Survey Redline Drawings documenting the locations/elevations of
2 constructed improvements signed and sealed by Registered Professional Land Surveyor
3 (RPLS) responsible for the work (refer to 01 71 23.16.01 — Attachment A — Survey Staking
4 Standards) .
5 2. Contractor shall submit the proposed as -built and completed redline drawing submittal one
6 (1) week prior to scheduling the project final inspection for City review and comment.
7 Revisions, if necessary, shall be made to the as -built redline drawings and resubmitted to
8 the City prior to scheduling the construction final inspection.
9 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
10 1.9 QUALITY ASSURANCE
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
A.Construction Staking
1. Construction staking will be performed by the Contractor.
2. Coordination
a. Contact City and Developer's Project Representative at least one week in advance
notifying the City of when Construction Staking is scheduled.
b. It is the Contractor's responsibility to coordinate staking such that construction
activities are not delayed or negatively impacted.
3. General
a. Contractor is responsible for preserving and maintaining stakes. If City surveyors or
Developer's Project Representative 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.
General
a. Construction survey will be performed in order to construct the work shown on the
Construction Drawings and specified in the Contract Documents.
b. For construction methods other than open cut, the Contractor shall perform
construction survey and verify control data including, but not limited to, the following:
1) Verification that established benchmarks and control are accurate.
2) Use of Benchmarks to furnish and maintain all reference lines and grades for
tunneling.
3) Use of line and grades to establish the location of the pipe.
4) Submit to the City copies of field notes used to establish all lines and grades, if
requested, and allow the City to check guidance system setup prior to beginning each
tunneling drive.
5) Provide access for the City, if requested, to verify the guidance system and the line
and grade of the carrier pipe.
6) The Contractor remains fully responsible for the accuracy of the work and
correction of it, as required.
7) Monitor line and grade continuously during construction.
CITY OF FORT WORTH Project 6.0
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105430
Revised February 14, 2018
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
01 71 23 - 4
DAP CONSTRUCTION STAKING AND SURVEY
Page 4 of 7
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.
General
a. The Contractor shall provide as -built survey including the elevation and location (and
provide written documentation to the City) of construction features during the
progress of the construction including the following:
1) Water Lines
a) Top of pipe elevations and coordinates for waterlines at the following locations:
(1) Minimum every 250 linear feet, including
(2) Horizontal and vertical points of inflection, curvature, etc.
(3) Fire line tee
(4) Plugs, stub -outs, dead-end lines
(5) Casing pipe (each end) and all buried fittings
2) Sanitary Sewer
a) Top of pipe elevations and coordinates for force mains and siphon sanitary
sewer lines (non -gravity facilities) at the following locations:
(1) Minimum every 250 linear feet and any buried fittings
(2) Horizontal and vertical points of inflection, curvature, etc.
3) Stormwater — Not Applicable
b. The Contractor shall provide as -built survey including the elevation and location (and
provide written documentation to the City) of construction features after the
construction is completed including the following:
1) Manholes
a) Rim and flowline elevations and coordinates for each manhole
2) Water Lines
a) Cathodic protection test stations
b) Sampling stations
c) Meter boxes/vaults (All sizes)
d) Fire hydrants
e) Valves (gate, butterfly, etc.)
f) Air Release valves (Manhole rim and vent pipe)
g) Blow off valves (Manhole rim and valve lid)
h) Pressure plane valves
CITY OF FORT WORTH Project 6.0
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105430
Revised February 14, 2018
017123-5
DAP CONSTRUCTION STAKING AND SURVEY
Page 5 of 7
1 i)Underground Vaults
2 (1) Rim and flowline elevations and coordinates for each
3 Underground Vault.
4 3) Sanitary Sewer
5 a) Cleanouts
6 (1) Rim and flowline elevations and coordinates for each
7 b) Manholes and Junction Structures
8 (1) Rim and flowline elevations and coordinates for each manhole
9 and junction structure.
10 4) Stormwater — Not Applicable
11 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
12 1.11 FIELD [SITE] CONDITIONS [NOT USED]
13 1.12 WARRANTY
14 PART 2 - PRODUCTS
15
A. A construction survey will produce, but will not be limited to:
16
1.
Recovery of relevant control points, points of curvature and points of intersection.
17
2.
Establish temporary horizontal and vertical control elevations (benchmarks) sufficiently
18
permanent and located in a manner to be used throughout construction.
19
3.
The location of planned facilities, easements and improvements.
20
a. Establishing final line and grade stakes for piers, floors, grade beams, parking areas,
21
utilities, streets, highways, tunnels, and other construction.
22
b. A record of revisions or corrections noted in an orderly manner for reference.
23
c. A drawing, when required by the client, indicating the horizontal and vertical location
24
of facilities, easements and improvements, as built.
25
4.
Cut sheets shall be provided to the City inspector and Survey Superintendent for all
26
construction staking projects. These cut sheets shall be on the standard city template which
27
can be obtained from the Survey Superintendent (817-392-7925).
28
5.
Digital survey files in the following formats shall be acceptable:
29
a. AutoCAD (.dwg)
30
b. ESRI Shapefile (.shp)
31
c. CSV file (.csv), formatted with X and Y coordinates in separate columns (use standard
32
templates, if available)
33
6.
Survey files shall include vertical and horizontal data tied to original project control and
34
benchmarks, and shall include feature descriptions
35 PART 3 - EXECUTION
36 3.1 INSTALLERS
37 A. Tolerances:
CITY OF FORT WORTH Project 6.0
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105430
Revised February 14, 2018
017123-6
DAP CONSTRUCTION STAKING AND SURVEY
Page 6 of 7
1
1. The staked location of any improvement or facility should be as accurate as practical and
2
necessary. The degree of precision required is dependent on many factors all of which must
3
remain judgmental. The tolerances listed hereafter are based on generalities and, under
4
certain circumstances, shall yield to specific requirements. The surveyor shall assess any
5
situation by review of the overall plans and through consultation with responsible parties as
6
to the need for specific tolerances.
7
a. Earthwork: Grades for earthwork or rough cut should not exceed 0.1 ft. vertical
8
tolerance. Horizontal alignment for earthwork and rough cut should not exceed 1.0 ft.
9
tolerance.
10
b. Horizontal alignment on a structure shall be within .0.1 ft tolerance.
11
c. Paving or concrete for streets, curbs, gutters, parking areas, drives, alleys and walkways
12
shall be located within the confines of the site boundaries and, occasionally, along a
13
boundary or any other restrictive line. Away from any restrictive line, these facilities
14
should be staked with an accuracy producing no more than 0.05ft. tolerance from their
15
specified locations.
16
d. Underground and overhead utilities, such as sewers, gas, water, telephone and electric
17
lines, shall be located horizontally within their prescribed areas or easements. Within
18
assigned areas, these utilities should be staked with an accuracy producing no more than
19
0.1 ft tolerance from a specified location.
20
e. The accuracy required for the vertical location of utilities varies widely. Many
21
underground utilities require only a minimum cover and a tolerance of 0.1 ft. should be
22
maintained. Underground and overhead utilities on planned profile, but not depending
23
on gravity flow for performance, should not exceed 0.1 ft. tolerance.
24 B. Surveying instruments shall be kept in close adjustment according to manufacturer's
25 specifications or in compliance to standards. The City reserves the right to request a calibration
26 report at any time and recommends regular maintenance schedule be performed by a certified
27 technician every 6 months.
28 1. Field measurements of angles and distances shall be done in such fashion as to satisfy the
29 closures and tolerances expressed in Part 3.1.A.
30 2. Vertical locations shall be established from a pre -established benchmark and checked by
31 closing to a different bench mark on the same datum.
32 3. Construction survey field work shall correspond to the client's plans. Irregularities or
33 conflicts found shall be reported promptly to the City.
34 4. Revisions, corrections and other pertinent data shall be logged for future reference.
35
36 3.2 EXAMINATION [NOT USED]
37 3.3 PREPARATION [NOT USED]
38 3.4 APPLICATION
39 3.5 REPAIR / RESTORATION
40 A. If the Contractor's work damages or destroys one or more of the control monuments/points set
41 by the City or Developer's Project Representative, the monuments shall be adequately referenced
42 for expedient restoration.
43 1. Notify City or Developer's Project Representative if any control data needs to be restored or
44 replaced due to damage caused during construction operations.
CITY OF FORT WORTH Project 6.0
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105430
Revised February 14, 2018
017123-7
DAP CONSTRUCTION STAKING AND SURVEY
Page 7 of 7
1 a. Contractor shall perform replacements and/or restorations.
2 b. The City or Developer's Project Representative may require at any time a survey
3 "Field Check" of any monument or benchmarks that are set be verified by the City
4 surveyors or Developer's Project Representative before further associated work can
5 move forward.
6 3.6 RE -INSTALLATION [NOT USED]
7 3.7 FIELD [OR] SITE QUALITY CONTROL
8 A. It is the Contractor's responsibility to maintain all stakes and control data placed by the City or
9 Developer's Project Representative in accordance with this Specification. This includes
10 easements and right of way, if noted on the plans.
1 1 B. Do not change or relocate stakes or control data without approval from the City.
12 3.8 SYSTEM STARTUP
13 A. Survey Checks
14 1. The City reserves the right to perform a Survey Check at any time deemed necessary.
15 2. Checks by City personnel or 3' party contracted surveyor are not intended to relieve the
16 contractor of his/her responsibility for accuracy.
17 3.9 ADJUSTING [NOT USED]
18 3.10 CLEANING [NOT USED]
19 3.11 CLOSEOUT ACTIVITIES [NOT USED]
20
21
22
23
24
3.12 PROTECTION [NOT USED]
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
8/31/2012 D. Johnson
Added instruction and modified measurement & payment under 1.2; added
8/31/2017 M. Owen definitions and references under 1.3; modified 1.6; added 1.7 closeout submittal
requirements; modified 1.9 Quality Assurance; added PART 2 — PRODUCTS ;
Added 3.1 Installers; added 3.5 Repair/Restoration; and added 3.8 System Startup.
Removed "blue text"; revised measurement and payment sections for Construction
Staking and As -Built Survey; added reference to selection compliance with TGC
2/14/2018 M Owen 2254; revised action and Closeout submittal requirements; added acceptable depth
measurement criteria; revised list of items requiring as -built survey "during" and
"after" construction; and revised acceptable digital survey file format
CITY OF FORT WORTH Project 6.0
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105430
Revised February 14, 2018
SECTION 0174 23
CLEANING
PART1-GENERAL
1.1 SUMMARY
A. Section Includes:
017423-1
DAP CLEANING
Page 1 of 4
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
a Schedule cleaning operations so that dust and other contaminants disturbed by cleaning
process will not fall on newly painted surfaces.
b 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.
1.11 FIELD [SITE] CONDITIONS [NOT USED]
CITY OF FORT WORTH Project 6.0
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105430
Revised April 7, 2014
01 74 23 - 2
DAP CLEANING
Page 2 of 4
1.12 WARRANTY [NOT USED]
PART2-PRODUCTS
2.1 OWNER -FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED]
2.2 MATERIALS
A. Cleaning Agents
a Compatible with surface being cleaned
b New and uncontaminated
c 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
1 General
i Prevent accumulation of wastes that create hazardous conditions.
ii Conduct cleaning and disposal operations to comply with laws and safety
orders of governing authorities.
iii Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in
storm or sanitary drains or sewers.
iv Dispose of degradable debris at an approved solid waste disposal site.
v Dispose of nondegradable debris at an approved solid waste disposal site or in
an alternate manner approved by City and regulatory agencies.
vi Handle materials in a controlled manner with as few handlings as possible.
CITY OF FORT WORTH Project 6.0
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105430
Revised April 7, 2014
017423-3
DAP CLEANING
Page 3 of 4
vii Thoroughly clean, sweep, wash and polish all Work and equipment associated
with this project.
viii Remove all signs of temporary construction and activities incidental to
construction of required permanent Work.
ix 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.
x Do not burn on -site.
2 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.
3 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.
i 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.
ii Clean any interior areas including, but not limited to, vaults, manholes, structures, junction
boxes and inlets.
iii If no longer required for maintenance of erosion facilities, and upon approval by City,
remove erosion control from site.
iv Clean signs, lights, signals, etc.
a CLOSEOUT ACTIVITIES [NOT USED]
b PROTECTION [NOT USED]
c MAINTENANCE [NOT USED]
d ATTACHMENTS [NOT USED]
CITY OF FORT WORTH Project 6.0
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105430
Revised April 7, 2014
01 74 23 - 4
DAP CLEANING
Page 4 of 4
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
4/7/2014 M.Domenech Revised for DAP application
CITY OF FORT WORTH Project 6.0
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105430
Revised April 7, 2014
017719-1
DAP CLOSEOUT REQUIREMENTS
Pagel of 3
SECTION 01 7719
CLOSEOUT REQUIREMENTS
PART1-GENERAL
1.1 SUMMARY
1 Section Includes:
a The procedure for closing out a contract
2 Deviations from this City of Fort Worth Standard Specification
a None.
3 Related Specification Sections include, but are not necessarily limited to:
a Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
b 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
Guarantees, Bonds and Affidavits
1. No application for final payment will be accepted until all guarantees, bonds, certificates,
licenses and affidavits required for Work or equipment as specified are satisfactorily filed
with the City.
2 Release of Liens or Claims
1. No application for final payment will be accepted until satisfactory evidence of release of
liens has been submitted to the City.
1.5 SUBMITTALS
A. Submit all required documentation to City's Project Representative.
1.6 INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION
3.1 INSTALLERS [NOT USED]
3.2 EXAMINATION [NOT USED]
CITY OF FORT WORTH Project 6.0
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105430
Revised April 7, 2014
017719-2
DAP CLOSEOUT REQUIREMENTS
Page 2 of 3
3.3 PREPARATION [NOT USED]
3.4 CLOSEOUT PROCEDURE
1 Prior to requesting Final Inspection, submit:
i Project Record Documents in accordance with Section 0178 39
ii Operation and Maintenance Data, if required, in accordance with Section 0178 23
2 Prior to requesting Final Inspection, perform final cleaning in accordance with Section 0174 23.
3 Final Inspection
1. After final cleaning, provide notice to the City Project Representative that the Work is
completed.
1 The City will make an initial Final Inspection with the Contractor present.
2 Upon completion of this inspection, the City will notify the Contractor, in writing within
10 business days, of any particulars in which this inspection reveals that the Work is
defective or incomplete.
i Upon receiving written notice from the City, immediately undertake the Work required to
remedy deficiencies and complete the Work to the satisfaction of the City.
ii Upon completion of Work associated with the items listed in the City's written notice,
inform the City, that the required Work has been completed. Upon receipt of this notice, the
City, in the presence of the Contractor, will make a subsequent Final Inspection of the
project.
iii Provide all special accessories required to place each item of equipment in full operation.
These special accessory items include, but are not limited to: a. Specified spare parts
1 Adequate oil and grease as required for the first lubrication of the equipment
2 Initial fill up of all chemical tanks and fuel tanks
3 Light bulbs
4 Fuses
5 Vault keys
6 Handwheels
7 Other expendable items as required for initial start-up and operation of all equipment
4 Notice of Project Completion
1. Once the City Project Representative finds the Work subsequent to Final Inspection to be
satisfactory, the City will issue a Notice of Project Completion (Green Sheet).
5 Supporting Documentation
1. Coordinate with the City Project Representative to complete the following additional forms:
1 Final Payment Request
2 Statement of Contract Time
3 Affidavit of Payment and Release of Liens
4 Consent of Surety to Final Payment
5 Pipe Report (if required)
6 Contractor's Evaluation of City
7 Performance Evaluation of Contractor
6 Letter of Final Acceptance
CITY OF FORT WORTH Project 6.0
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105430
Revised April 7, 2014
017719-3
DAP CLOSEOUT REQUIREMENTS
Page 3 of 3
1. Upon review and acceptance of Notice of Project Completion and Supporting
Documentation, in accordance with General Conditions, City will issue Letter of Final
Acceptance and release the Final Payment Request for payment.
3.1 REPAIR / RESTORATION [NOT USED]
3.2 RE -INSTALLATION [NOT USED]
3.3 FIELD[OR] SITE QUALITY CONTROL [NOT USED]
3.4 SYSTEM STARTUP [NOT USED]
3.5 ADJUSTING [NOT USED]
3.6 CLEANING [NOT USED]
3.7 CLOSEOUT ACTIVITIES [NOT USED]
3.8 PROTECTION [NOT USED]
3.9 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
4/7/2014 M.Domenech Revised for DAP application
CITY OF FORT WORTH Project 6.0
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105430
Revised April 7, 2014
017823-1
DAP OPERATION AND MAINTENANCE DATA
Page 1 of 5
SECTION 0178 23
OPERATION AND MAINTENANCE DATA
PART1-GENERAL
1.1 SUMMARY
A. Section Includes:
a Product data and related information appropriate for City's maintenance and operation
of products furnished under Contract
b Such products may include, but are not limited to:
i Traffic Controllers
ii Irrigation Controllers (to be operated by the City)
iii Butterfly Valves
B. Deviations from this City of Fort Worth Standard Specification
a None.
C. Related Specification Sections include, but are not necessarily limited to:
a Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
b 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
3 Prepare data in form of an instructional manual for use by City personnel.
4 Format
i Size: 8 % inches x 11 inches
ii Paper
1 40 pound minimum, white, for typed pages
2 Holes reinforced with plastic, cloth or metal
CITY OF FORT WORTH Project 6.0
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105430
Revised April 7, 2014
01 78 23 - 2
DAP OPERATION AND MAINTENANCE DATA
Page 2 of 5
1. Text: Manufacturer's printed data, or neatly typewritten
2. Drawings
a Provide reinforced punched binder tab, bind in with text 2) Reduce larger drawings and
fold to size of text pages.
B. Provide fly -leaf for each separate product, or each piece of operating equipment.
a Provide typed description of product, and major component parts of equipment.
b Provide indexed tabs.
C. Cover
a Identify each volume with typed or printed title "OPERATING AND MAINTENANCE
INSTRUCTIONS".
b List:
1 Title of Project
2 Identity of separate structure as applicable
3 Identity of general subject matter covered in the manual
1 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.
2 If available, provide an electronic form of the O&M Manual.
1 Manual Content
1. Neatly typewritten table of contents for each volume, arranged in systematic order
1 Contractor, name of responsible principal, address and telephone number
2 A list of each product required to be included, indexed to content of the volume
3 List, with each product:
a The name, address and telephone number of the subcontractor or installer
b A list of each product required to be included, indexed to content of the
volume
c Identify area of responsibility of each
d 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
1 Include only those sheets which are pertinent to the specific product.
2 Annotate each sheet to:
a Clearly identify specific product or part installed
b Clearly identify data applicable to installation
c Delete references to inapplicable information
3. Drawings
a. Supplement product data with drawings as necessary to clearly illustrate:
a Relations of component parts of equipment and systems
b Control and flow diagrams
1 Coordinate drawings with information in Project Record Documents to assure
correct illustration of completed installation.
2 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.
CITY OF FORT WORTH Project 6.0
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105430
Revised April 7, 2014
01 78 23 - 3
DAP OPERATION AND MAINTENANCE DATA
Page 3 of 5
b. Provide logical sequence of instructions of each procedure.
5. Copy of each warranty, bond and service contract issued a. Provide
information sheet for City personnel giving:
a Proper procedures in event of failure
b Instances which might affect validity of warranties or bonds
2 Manual for Materials and Finishes
i Submit 5 copies of complete manual in final form.
ii Content, for architectural products, applied materials and finishes:
a. Manufacturer's data, giving full information on products
a Catalog number, size, composition
b Color and texture designations
c Information required for reordering special manufactured products
b. Instructions for care and maintenance
a Manufacturer's recommendation for types of cleaning agents and methods
b Cautions against cleaning agents and methods which are detrimental to
product
c Recommended schedule for cleaning and maintenance
3. Content, for moisture protection and weather exposure products:
a. Manufacturer's data, giving full information on products
a Applicable standards
b Chemical composition
c Details of installation
b. Instructions for inspection, maintenance and repair
3 Manual for Equipment and Systems
i Submit 5 copies of complete manual in final form.
ii Content, for each unit of equipment and system, as appropriate:
a. Description of unit and component parts
a Function, normal operating characteristics and limiting conditions
b Performance curves, engineering data and tests
c Complete nomenclature and commercial number of replaceable parts
b. Operating procedures
a Start-up, break-in, routine and normal operating instructions
b Regulation, control, stopping, shut -down and emergency instructions
c Summer and winter operating instructions
d Special operating instructions
c. Maintenance procedures
a Routine operations
b Guide to "trouble shooting"
c Disassembly, repair and reassembly
d Alignment, adjusting and checking
d. Servicing and lubrication schedule
1) List of lubricants required
1 Manufacturer's printed operating and maintenance instructions
2 Description of sequence of operation by control manufacturer
CITY OF FORT WORTH Project 6.0
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105430
Revised April 7, 2014
01 78 23 - 4
DAP OPERATION AND MAINTENANCE DATA
Page 4 of 5
a Predicted life of parts subject to wear
b Items recommended to be stocked as spare parts
1 As installed control diagrams by controls manufacturer
2 Each contractor's coordination drawings
1) As installed color coded piping diagrams
a Charts of valve tag numbers, with location and function of each
valve
b List of original manufacturer's spare parts, manufacturer's current
prices, and recommended quantities to be maintained in storage
c 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
i Function, normal operating characteristics, and limiting conditions
ii Performance curves, engineering data and tests
iii Complete nomenclature and commercial number of replaceable parts
b. Circuit directories of panelboards
i Electrical service
ii Controls
iii Communications
a As installed color coded wiring diagrams
b Operating procedures
i Routine and normal operating instructions
ii Sequences required
iii Special operating instructions
e. Maintenance procedures
i Routine operations
ii Guide to "trouble shooting"
iii Disassembly, repair and reassembly
iv Adjustment and checking
a Manufacturer's printed operating and maintenance instructions
b List of original manufacturer's spare parts, manufacturer's current prices, and
recommended quantities to be maintained in storage
c 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.
a CLOSEOUT SUBMITTALS [NOT USED]
b MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE
A. Provide operation and maintenance data by personnel with the following criteria:
a Trained and experienced in maintenance and operation of described products
b Skilled as technical writer to the extent required to communicate essential data
c Skilled as draftsman competent to prepare required drawings
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
CITY OF FORT WORTH Project 6.0
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105430
Revised April 7, 2014
017823-5
DAP OPERATION AND MAINTENANCE DATA
Page 5 of 5
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
8/31/2012 D. Johnson 1.5.A.1— title of section removed
4/7/2014 M.Domenech Revised for DAP Application
CITY OF FORT WORTH Project 6.0
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105430
Revised April 7, 2014
SECTION 0178 39
PROJECT RECORD DOCUMENTS
PART1-GENERAL
01 78 39 - 1
DAP PROJECT RECORD DOCUMENTS
Pagel of 4
1.1 SUMMARY
1 Section Includes:
a Work associated with the documenting the project and recording changes to project documents,
including: a. Record Drawings
1. Water Meter Service Reports
2. Sanitary Sewer Service Reports
3. Large Water Meter Reports
2 Deviations from this City of Fort Worth Standard Specification
a None.
3 Related Specification Sections include, but are not necessarily limited to:
a Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
b 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 Project 6.0
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105430
Revised April 7, 2014
017839-2
DAP 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.
A. Storage and Handling Requirements
a 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.
b In the event of loss of recorded data, use means necessary to again secure the data to the City's
approval.
a. In such case, provide replacements to the standards originally required by the Contract
Documents.
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART2-PRODUCTS
2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS [NOT USED]
2.2 RECORD DOCUMENTS
1 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.
2 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.
ACCESSORIES [NOT USED]
b 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
CITY OF FORT WORTH Project 6.0
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105430
Revised April 7, 2014
017839-3
DAP PROJECT RECORD DOCUMENTS
Page 3 of 4
Immediately upon receipt of the job set, identify each of the Documents with the title, "RECORD
DOCUMENTS - JOB SET".
2 Preservation
1 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.
2 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.
3 Maintain the job set at the site of work.
1 Coordination with Construction Survey
a At a minimum clearly mark any deviations from Contract Documents associated with installation
of the infrastructure.
2 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.
3 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.
i Final physical arrangement is determined by the Contractor, subject to the City's approval.
ii 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.
i Final physical arrangement is determined by the Contractor, subject to the City's approval.
ii Show, by symbol or note, the vertical location of the Item ("under slab", "in ceiling plenum",
"exposed", and the like).
iii Make all identification sufficiently descriptive that it may be related reliably to the
Specifications.
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
i Carefully transfer change data shown on the job set of Record Drawings to the corresponding
final documents, coordinating the changes as required.
ii Clearly indicate at each affected detail and other Drawing a full description of changes made
during construction, and the actual location of items.
iii Call attention to each entry by drawing a "cloud" around the area or areas affected.
CITY OF FORT WORTH Project 6.0
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105430
Revised April 7, 2014
01 78 39 - 4
DAP PROJECT RECORD DOCUMENTS
Page 4 of 4
iv Make changes neatly, consistently and with the proper media to assure longevity and clear
reproduction.
2. Transfer of data to other Documents
1 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.
2 If any such Document is not so approved by the City, secure a new copy of that Document
from the City at the City's usual charge for reproduction and handling, and carefully transfer
the change data to the new copy to the approval of the City.
3.5 REPAIR / RESTORATION [NOT USED]
3.6 RE -INSTALLATION [NOT USED]
3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED]
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.10 CLEANING [NOT USED]
3.11 CLOSEOUT ACTIVITIES [NOT USED]
3.12 PROTECTION [NOT USED]
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
4/7/2014 M.Domenech Revised for DAP Application
CITY OF FORT WORTH Project 6.0
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105430
Revised April 7, 2014
APPENDIX
GR-01 60 00 Product Requirements
GC-4.04 Underground Facilities
THIS PAGE LEFT INTENTIONALLY BLANK
GC-6.09 Permits and Utilities
THIS PAGE LEFT INTENTIONALLY BLANK
GR-01 60 00 Product Requirements
THIS PAGE LEFT INTENTIONALLY BLANK
FORT WORTH,.; CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT
STANDARD PRODUCTS LIST AS OF 4/5/2025
!!!!!!!! Attention: Mix Designs do not su ercede CFW Specifications !!!!!!rrrr
Spec No.
Classification
Manufacturer
Miv ID
DescriptionApproval
Mix
Concrete
Class A (S dewalh, ADA Ramps, Driveways, Curb/Gutter,
%ledian Pavement)
9/9/2022
32 1320
Mix Design
American Concrete Company
30CAF029
3000 psi
3-5" Slump; 3-6 % Air
4/3/2025
32 1320
Mix Design
Big Town Concrete
2211
3000 psi
3-5" Slump; 3-6% Air
9/9/2022
32 1320
Mix Design
Bumco Texas
30U101 AG
3000 psi
3-5" Slump; 3-6 % Air
4/l/2024
32 1320
Mix Design
Bumco Texas
30U500BG
3000 psi
3-5" Slump; 3-6 % Air
9/9/2022
32 1320
Mix Design
Carder Concrete
F WCC502001
3000 psi
3-5" Slump; 3-6 % Air
9/9/2022
32 1320
Mix Design
Carder Concrete
FWCC502021
3500 psi
3-5" Slump; 3-6 % Air
9/9/2022
32 1320
Mix Design
Chisholm Trail Redi Mix
C 13020AE
3000 psi
3-5" Slump; 4.5-7.5% Air
9/9/2022
32 1320
Mix Design
City Concrete Company
30HA20TI
3000 psi
3-5" Slump; 3-6% Air
9/9/2022
32 1320
Mix Design
Cow Town Redi Mix
253-W
3000 psi
3-5" Slump; 3-6% Air
9/9/2022
32 1320
Mix Design
Cow Town Redi Mix
250
3000 psi
3-5" Slump; 3-6% Air
9/9/2022
32 1320
Mix Design
Cow Town Redi Mix
350
3000 psi
3-5" Slump; 3-6% Air
1/29/2024
32 1320
Mix Design
Estrada Ready Mix
R3050AEWR
3000 psi
3-5" Slump; 3-6% Air
9/9/2022
32 1320
Mix Design
Holcim - SOR, Inc.
1261
3000 psi
3-5" Slump; 3-6% Air
9/23/2024
32 1320
Mix Design
Holcim - SOR, Inc.
5177
3000 psi
3-5" Slump; 3-6% Air
4/7/2023
32 1320
Mix Design
Liquid Stone
C301D
3000 psi
3-5" Slump; 3-6% Air
9/9/2022
32 1320
Mix Design
Martin Marietta
R2136214
3000 psi
3-5" Slump; 3-6% Air
9/9/2022
32 1320
Mix Design
Martin Marietta
R2136014
3000 psi
3-5" Slump; 3-6% Air
4/1/2023
32 1320
Mix Design
Martin Marietta
R2136N14
3000 psi
3-5" Slump; 3-6% Air
6/1/2023
32 1320
Mix Design
Martin Marietta
R2136R20
3000 psi
3-5" Slump; 3-6% Air
6/1/2023
32 1320
Mix Design
Martin Marietta
R2136N20
3000 psi
3-5" Slump; 3-6% Air
11/2/2022
32 1320
Mix Design
Martin Marietta
R2141K24
4000 psi
3-5" Slump; 3-6% Air
4/7/2023
32 1320
Mix Design
Martin Marietta
R2136K14
3000 psi
3-5" Slump; 3-6% Air
9/9/2022
32 1320
Mix Design
Martin Marietta
R2131314
3000 psi
3-5" Slump; 3-6% Air
9/9/2022
32 1320
Mix Design
Martin Marietta
R2132214
3000 psi
3-5" Slump; 3-6% Air
9/9/2022
32 1320
Mix Design
Martin Marietta
D9490SC
3000 psi
3-5" Slump; 4.5-7.5% Air
10/4/2023
32 1320
Mix Design
NBR Ready Mix
CLS A-YY
3000 psi
3-5" Slump; 3-6% Air
10/4/2023
32 1320
Mix Design
NBR Ready Mix
CLS A -NY
3000 psi
3-5" Slump; 3-6% Air
7/10/2023
32 1320
Mix Desing
Osborn
30A50MR
3000 psi
3-5" Slump; 3-6% Air
1/18/2023
32 1320
Mix Design
Rapid Redi Mix
RRM5020A
3000 psi
3-5" Slump; 3-6% Air
1/24/2023
32 1320
Mix Design
Rapid Redi Mix
RRM5525A
3600 psi
3-5" Slump; 3-6% Air
10/24/2024
32 1320
Mix Design
SRM Concrete
30850
3000 psi
3-5" Slump; 3-6% Air
10/24/2024
32 1320
Mix Design
SRM Concrete
30350
3000 psi
3-5" Slump; 3-6% Air
10/18/2024
32 1320
Mix Design
SRM Concrete
30050
3000 psi
3-5" Slump; 3-6% Air
9/9/2022
32 1320
Mix Design
Tarrant Concrete
FW5025A
3000 psi
3-5" Slump; 3-6% Air
9/9/2022
32 1320
Mix Design
Tarrant Concrete
CP5020A
3000 psi
3-5" Slump; 3-6% Air
10/10/2022
32 1320
Mix Design
Tarrant Concrete
TCFW5020A
3000 psi
3-5" Slump; 3-6% Air
9/9/2022
32 1320
Mix Design
Tarrant Concrete
FW5525A2
3000 psi
3-5" Slump; 3-6% Air
9/9/2022
32 1320
Mix Design
Titan Ready Mix
3020AE
3000 psi
3-5" Slump; 3-6% Air
9/9/2022
32 1320
Mix Design
True Grit Redi Mix
0250.230
3000 psi
3-5" Slump; 3-6% Air
9/9/2022
32 13 20
Mix Design
True Grit Redi Mix
0250.2301
3000 psi
3-5" Slump; 3-6% Air
Class CIP'Inlets,
Manholes,
.unction Boxes, Encasement, 3locldn , Collars, (Sp-ead Footing Pedistal Pole Foundations (Reference Detail 34 41 10-D605A)
9/9/2022
32 13 13
Mix Design
American Concrete Company
40CNF065
4000 psi
3-5' Slump; 0-3% Air
9/9/2022
32 13 13
Mix Design
Bumco Texas
40U500BG
4000 psi
3-5" Slump; 3-6% Air
9/9/2022
32 13 13
Mix Design
Cow Town Redi Mix
255-2
3000 psi
3-5" Slump; 3-6% Air
9/9/2022
32 13 13
Mix Design
Cow Town Redi Mix
355
3000 psi
3-5" Slump; 3-6% Air
9/9/2022
32 13 13
Mix Design
Cow Town Redi Mix
255
3500 psi
3-5" Slump; 3-6% Air
9/9/2022
32 13 13
Mix Design
Cow Town Redi Mix
270
5000 psi
3-5" Slump; 3-6% Air
9/9/2022
32 13 13
Mix Design
Cow Town Redi Mix
370
5000 psi
3-5" Slump; 3-6% Air
9/9/2022
32 13 13
Mix Design
Cow Town Redi Mix
353
3000 psi
3-5" Slump; 3-6% Air
9/9/2022
32 13 13
Mix Design
Cow Town Redi Mix
257
3600 psi
3-5" Slump; 3-6% Air
9/9/2022
32 13 13
Mix Design
Cow Town Redi Mix
357
3600 psi
3-5" Slump; 3-6% Air
9/9/2022
32 13 13
Mix Design
Holcim - SOR, Inc.
1701
4000 psi
3-5" Slump; 3-6% Air
9/9/2022
32 13 13
Mix Design
Holcim - SOR, Inc.
1551
3000 psi
3-5" Slump; 3-6% Air
9/9/2022
32 13 13
Mix Design
Holcim - SOR, Inc.
5409
4000 psi
3-5" Slump; 3-6% Air
4/27/2023
32 13 13
Mix Design
Liquid Stone
C361DNFA
3600 psi
3-5" Slump; 3-6% Air
9/9/2022
32 13 13
Mix Design
Martin Marietta
R2141230
4000 psi
3-5" Slump; 3-6% Air
8/4/2023
32 13 13
Mix Design
Martin Marietta
R2141R24
4000 psi
3-5" Slump; 3-6% Air
11/20/2023
32 13 13
Mix Design
Martin Marietta
R2146R33
4000 psi
3-5" Slump; 3-6% Air
11/20/2023
32 13 13
Mix Design
Martin Marietta
R2146K33
4000 psi
3-5" Slump; 3-6% Air
9/9/2022
32 13 13
Mix Design
Martin Marietta
R2142233
3600 psi
3-5" Slump; 4.5-7.5% Air
9/9/2022
32 13 13
Mix Design
Martin Marietta
R2136224
3600 psi
3-5" Slump; 3-6% Air
9/9/2022
32 13 13
Mix Design
Martin Marietta
R2141233
3600 psi
3-5" Slump; 3-6% Air
9/9/2022
32 13 13
Mix Design
Martin Marietta
R2146038
4500 psi
3-5" Slump; 3-6% Air
10/24/2024
32 13 13
Mix Design
Martin Marietta
R2146K34
4000 psi
3-5" Slump; 3-6% Air
9/12/2023
32 13 13
Mix Design
NBR Ready Mix
CLS Pl-YY
4000 psi
3-5" Slump; 3-6% Air
9/9/2022
32 13 13
Mix Design
NBR Ready Mix
TX C-YY
3000 psi
3-5" Slump; 3-6% Air
9/9/2022
32 13 13
Mix Design
NBR Ready Mix
TX C-NY
3000 psi
3-5" Slump; 3-6% Air
1/18/2023
3213 13
Mix Design
Rapid Redi Mix
RRM5320A
3000 psi
3-5" Slump; 3-6% Air
FORT WORTH,.; CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT
STANDARD PRODUCTS LIST AS OF 4/5/2025
!!!!!!!! Attention: Mix Designs do not su ercede CFW Specifications !!!!!!rrrr
Spec No.
Classification
Maniff'-ftner
Mix ID
DescriptionApproval
Mix
Concrete(Continued)
1/18/2023
32 13 13
Mix Des
Rapid Redi Mix
RRM6020ASS
4000 psi
3-5" Slump; 3-6%Air
10/24/2024
32 13 13
Mix Des
SRM Concrete
40350
4000 psi
3-5" Slump; 3-6% Air
10/24/2024
32 13 13
Mix Desp
SRM Concrete
40850
4000 psi
3-5" Slump; 3-6% Air
9/16/2024
32 13 13
Mix Des
SRM Concrete
35050
3500 psi
3-5" Slump; 3-6% Air
9/9/2022
32 13 13
Mix Design
Tarrant Concrete
FW5320A
3000 psi
3-5" Slump; 3-6% Air
10/10/2022
32 13 13
Mix Design
Tarrant Concrete
TCFW6025A2
4000 psi
3-5" Slump; 3-6% Air
Class C (Drilled Shaft for Traffic SSgpal Pole Foundations Reference Detail 3141 10-D605)
9/9/2022
3213 13
Mix Desp
Bumco TTexas
36U500BG
3600 psi
5.5-7.5" Slump; 3-6% Air
6/21/2023
32 13 13
Mix Des
Cow Town Redi Mix
360-DS
3600 psi
5.5-7.5" Slump; 3-6% Air
10/30/2024
32 13 13
Mix Des
Estrada Ready Mix
R36575AEWR
3600 psi
5.5-7.5" Slump; 3-6%Air
12/5/2022
32 13 13
Mix Desp
Holcim - SOR, Inc.
1822
3600 psi
5.5-7.5" Slump; 0-3% Air
9/9/2022
32 13 13
Mix Des
Holcim- SOR, Inc.
1859
4000 psi
5.5-7.5" Slump; 3-6% Air
4/7/2023
32 13 13
Mix Des
Liquid Stone
C361DHR
3600 psi
5.5-7.5" Slump; 3-6% Air
6/27/2023
32 13 13
Mix Des
Martin Marietta
U2146N41
3600 psi
5-7Slump; 3-6 % Air
6/27/2023
32 13 13
Mix DespMartin
Marietta
U2146K45
3600 psi
5-7Slump; 3-6% Air
8/22/2024
32 13 13
Mix Design
NBR Ready Mix
135K2524
3600 psi
5.5" Slump; 3-6% Air
8/22/2024
32 13 13
Mix Design
NBR Ready Mix
135KO524
3600 psi
5.5" Slump; 3-6% Air
Class C Headwalls, Wingwalls, Culverts
9/9/2022
32 13 13
Mix Design
Carder Concrete
FWCC602001
4000 psi
3-5" Slump; 3-6% Air
9/9/2022
32 13 13
Mix Desp
City Concrete Company
40LA2011
4000 psi
3-5" Slump; 3-6% Air
9/9/2022
32 13 13
Mix Des
n
Cow Town Redi Mix
260-2
3600 psi
3-5" Slump; 3-6% Air
9/9/2022
32 13 13
Mix Des
Cow Town Redi Mix
360-1
3600 psi
3-5" Slump; 3-6% Air
9/9/2022
32 13 13
Mix Des
Cow Town Redi Mix
260-1
3600 psi
3-5" Slump; 3-6% Air
1/29/2024
32 13 13
Mix Des
Estrada Ready Mix
R3655AEWR
3600 psi
3-5" Slump; 3-6% Air
9/9/2022
32 13 13
Mix Des
GCH Concrete Services
GCH4000
4000 psi
3-5" Slump; 3-6% Air
4/l/2023
32 13 13
Mix Des
Martin Marietta
310LBP
3600 psi
3-5" Slump; 4-7% Air
8/30/2023
32 13 13
Mix Des
Martin Marietta
R2141R30
4000 psi
3-5" Slump; 3-6% Air
9/9/2022
32 13 13
Mix Des
Martin Marietta
R2146035
4000 psi
3-5" Slump; 3-6% Air
9/9/2022
32 13 13
Mix Des
SRM Concrete
40050
4000 psi
3-5" Slump; 3-6 % Air
9/9/2022
32 13 13
Mix Desp
SRM Concrete
35022
3600 psi
3-5" Slump; 3-6% Air
9/9/2022
32 13 13
Mix Design
Tarrant Concrete
FW6020A2
4000 psi
3-5" Slump; 3-6% Air
Class P (Machine Placed Paving)
4/3/2025
32 13 13
Mix Design
Big Town Concrete
4511
3600 psi
1-3" Slump; 3-6% Air
4/3/2025
32 13 13
Mix Design
Big Town Concrete
4411
3600 psi
1-3" Slump; 3-6% Air
9/9/2022
32 13 13
Mix Design
Carder Concrete
FWCC552091
3600 psi
1-3" Slump; 3-6% Air
9/9/2022
32 13 13
Mix Design
Carder Concrete
FWCC602091
4000 psi
1-3" Slump; 3-6% Air
9/9/2022
32 13 13
Mix Design
City Concrete Company
36LA2011
3600 psi
1-3" Slump; 3-6% Air
9/9/2022
33 13 13
Mix Design
Cow Town Redi Mix
257-M
3600 psi
1-3" Slump; 3-6% Air
11/14/2022
32 13 13
Mix Design
Cow Town Redi Mix
357-M
3600 psi
1-3" Slump; 3-6% Air
9/9/2022
32 13 13
Mix Design
Cow Town Redi Mix
260-M
4000 psi
1-3" Slump; 3-6% Air
9/9/2022
32 13 13
Mix Design
Cow Town Redi Mix
360-M
4000 psi
1-3" Slump; 3-6% Air
2/6/2024
32 13 13
Mix Design
Estrada Ready Mix
TD3655AEWR
3600 psi
1-3" Slump; 3-6% Air
8/4/2023
32 13 13
Mix Design
Martin Marietta
Q2141R27
4000 psi
1-3" Slump; 3-6% Air
11/2/2022
32 13 13
Mix Design
Martin Marietta
Q2141K30
4000 psi
1-3" Slump; 3-6% Air
10/4/2023
32 13 13
Mix Design
NBR Ready Mix
TX C SF-YY
3600 psi
1-3" Slump; 3-6% Air
10/4/2023
32 13 13
Mix Design
NBR Ready Mix
TX C SF -NY
3600 psi
1-3" Slump; 3-6% Air
10/24/2024
32 13 13
Mix Design
SRM Concrete
40068
4000 psi
1-3" Slump; 3-6% Air
10/24/2024
32 13 13
Mix Design
SRM Concrete
40825
4000 psi
1-3" Slump; 3-6% Air
9/16/2024
32 13 13
Mix Design
SRM Concrete
40025
4000 psi
1-3" Slump; 3-6% Air
10/18/2024
32 13 13
Mix Design
SRM Concrete
35023
3600 psi
1-3" Slump; 3-6% Air
9/9/2022
32 13 13
Mix Design
Tarrant Concrete
FW5520AMP
3600 psi
1-3" Slump; 3-6% Air
9/9/2022
32 13 13
Mix Design
True Grit Redi Mix
0255.2301
3600 psi
1-3" Slump; 3.5-6.5%Air
9/9/2022
32 13 13
Mix Design
True Grit Redi Mix
0260.2302
4000 psi
1-3" Slump; 3.5-6.5% Air
Class H (Hand Placed Paving, Valley Gutter)
9/9/2022
32 13 13
Mix Design
American Concrete Company
45CAF076
4500 psi
3-5" Slump; 3-6% Air
5/2/2023
32 13 13
Mix Design
Big D Concrete
CM14520AE
4500 psi
3-5" Slump; 3-6% Air
4/3/2025
32 13 13
Mix Design
Big Town Concrete
6211
4500 psi
3-5" Slump; 3-6% Air
4/3/2025
32 13 13
Mix Design
Big Town Concrete
6311
4500 psi
3-5" Slump; 3-6% Air
4/5/2025
32 13 13
Mix Design
Big Town Concrete
6017
4500 psi
3-5" Slump; 3-6% Air
9/9/2022
32 13 13
Mix Design
Bumco Texas
4SUS00BG
4500 psi
3-5" Slump; 3-6% Air
9/9/2022
32 13 13
Mix Design
Carder Concrete
FWCC602021
4500 psi
3-5" Slump; 3-6% Air
9/9/2022
32 13 13
Mix Design
City Concrete Company
45NA2011
4500 psi
3-5" Slump; 3-6% Air
9/9/2022
32 13 13
Mix Design
Cow Town Redi Mix
265
4500 psi
3-5" Slump; 3-6% Air
9/9/2022
32 13 13
Mix Design
Cow Town Redi Mix
365
4500 psi
3-5" Slump; 3-6% Air
1/29/2024
32 13 13
Mix Design
Estrada Ready Mix
R4560AEWR/
4500 psi
3-5" Slump; 4-6% Air
9/9/2022
32 13 13
Mix Design
GCH Concrete Services
GCH4500
4500 psi
3-5" Slump; 3-6% Air
10/4/2024
32 13 13
Mix Design
Holcim - SOR, Inc.
5507
4500 psi
3-5" Slump; 3-6% Air
9/9/2022
32 13 13
Mix Design
Holcim - SOR, Inc.
1851
4500 psi
3-5" Slump; 3-6% Air
FORT WORTH.; CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT
STANDARD PRODUCTS LIST AS OF 4/5/2025
!!!!!!!! Attention: Mix Designs do not su ercede CFW Specifications !!!!!!rrrr
Spec No.
Classification
Maniff'-ftner
DescriptionApproval
Mix ID Mix
Concrete(Con'inued)
4/5/2025
3213 13
Mix Desp
Liquid Stone
C451D
4500 psi
3-5" Slump; 3-6%Air
11/2/2022
3213 13
Mix Des
Martin Marietta
R2146N35
4500 psi
3-5" Slump; 3-6%Air
8/4/2023
3213 13
Mix Des
Martin Marietta
R21461136
4500 psi
3-5" Slump; 3-6% Air
11/2/2022
3213 13
Mix Des
Martin Marietta
R2146N36
4500 psi
3-5" Slump; 3-6% Air
5/22/2023
32 13 13
Mix Des
Martin Marietta
R2146K37
4500 psi
3-5" Slump; 3-6% Air
12/22/2023
32 13 13
Mix Des
Martin Marietta
R2146R44
4500 psi
3-5" Slump; 3-6% Air
12/22/2023
32 13 13
Mix Des
Martin Marietta
R2146K44
4500 psi
3-5" Slump; 3-6% Air
11/15/2022
32 13 13
Mix Des
Martin Marietta
R2146P36
4500 psi
3-5" Slump; 3-6% Air
11/15/2022
32 13 13
Mix Desp
Martin Marietta
R2146K36
4500 psi
3-5" Slump; 3-6% Air
9/9/2022
32 13 13
Mix Desp
Martin Marietta
R2147241
4500 psi
3-5" Slump; 4.5-7.5% Air
9/9/2022
32 13 13
Mix Des)ip
Martin Marietta
R2146236
4500 psi
3-5" Slump; 3-6% Air
9/9/2022
32 13 13
Mix Des)ip
Martin Marietta
R2146036
4500 psi
3-5" Slump; 3-6% Air
9/9/2022
32 13 13
Mix Des}tgn
Martin Marietta
R2146242
4500 psi
3-5" Slump; 3-6% Air
9/9/2022
32 13 13
Mix Desp
Martin Marietta
R2146042
4500 psi
3-5" Slump; 3-6% Air
10/4/2023
32 13 13
Mix Des1ip
NBR Ready Mix
CLS P2-YY
4500 psi
3-5" Slump; 3-6% Air
10/4/2023
32 13 13
Mix Des1�
NBR Ready Mix
CLS P2-NY
4500 psi
3-5" Slump; 3-6% Air
7/10/2023
32 13 13
Mix Des 1�
Osborn
45A60MR
4500 psi
3-5" Slump; 3-6% Air
1/24/2023
32 13 13
Mix Des 1�
Rapid Redi Mix
RRM6320AEP
4500 psi
3-5" Slump; 3-6% Air
1/13/2023
32 13 13
Mix Des�np
SRM Concrete
45023
4500 psi
3-5" Slump; 3-6% Air
9/9/2022
3213 13
Mix Desp
SRM Concrete
45000
4500 psi
3-5" Slump; 3-6% Air
10/24/2024
3213 13
Mix Desp
SRM Concrete
45350
4500 psi
3-5" Slump; 3-6% Air
10/24/2024
3213 13
Mix Des
SRM Concrete
45850
4500 psi
3-5" Slump; 3-6% Air
10/18/2024
3213 13
Mix Des
SRM Concrete
45050
4500 psi
3-5" Slump; 3-6% Air
9/9/2022
3213 13
Mix Des
Tarrant Concrete
FW6020AHP
4500 psi
3-5" Slump; 3-6% Air
9/9/2022
3213 13
Mix Des
Tarrant Concrete
FW60AHP
4500 psi
3-5" Slump; 3-6% Air
9/9/2022
32 13 13
Mix Des
Tarrant Concrete
TCFW6020AHP
4500 psi
3-5" Slump; 3-6% Air
9/9/2022
32 13 13
Mix Des
Titan Ready Mix
TRC4520
4500 psi
3-5" Slump; 3-6% Air
9/9/2022
32 13 13
Mix Desp
True Grit Redi Mix
0260.2301
4500 psi
3-5" Slump; 3-6% Air
9/9/2022
32 13 13
Mix Desp
True Grit Redi Mix
0265.2301
4500 psi
3-5" Slump; 3.5-6.5% Air
9/9/2022
32 13 13
Mix Design
True Grit Redi Mix
270.230
4500 psi
3-5" Slump; 3-6% Air
10/9/2024
32 13 13
Mix Design
Wildcatter
4520AI
4500 psi
3-5" Slump; 3-6% Air
Class HES High Early Stren
,,th Paving)
9/9/2022
3213 13
ix Des1Ep
Big D Concrete
14500AE
4500 psi
3-5" Slump; 3-6% Air
9/9/2022
3213 13
Mix Des
n
Cow Town Redi Mix
370-INC
4500 psi
3-5" Slump; 3-6% Air
9/9/2022
3213 13
Mix Des
Cow Town Redi Mix
375-NC
5000 psi
3-5" Slump; 3-6% Air
9/9/2022
3213 13
Mix Des
Cow Town Redi Mix
370-NC
4500 psi
3-5" Slump; 3-6% Air
1/18/2023
3213 13
Mix Des
Cow Town Redi Mix
380-NC
4500 psi
3-5" Slump; 3-6% Air
1/29/2024
32 13 13
Mix Des
Estrada Ready Mix
4575AESC
4500 psi / 3000 psi (&, 3 days
3-5" Slump; 3-6% Air
9/9/2022
32 13 13
Mix Des
Holcim - SOR, Inc.
2125
5000 psi
3-5" Slump; 3-6% Air
1/24/2023
32 13 13
Mix Desp
Liquid Stone
C451 DHR-A
4500 psi
3-5" Slump; 3-6% Air
4/7/2023
32 13 13
Mix Des
p
Martin Marietta
R2161K70
6000 psi / 3000 Ti 9 24hr.
3-5" Slump; 3-6% Air
2/10/2023
32 13 13
Mix Des
SRM Concrete
50310
5000 psi
3-5" Slump; 3-6 % Air
9/9/2022
32 13 13
Mix Desp
SRM Concrete
40326
4500 psi / 3000 psi 3 days
3-5" Slump; 3-6% Air
9/9/2022
32 13 13
Mix Design
Tarrant Concrete
FW6520AMR
4500 psi / 3000 psi 3 days
3-5" Slump; 3-6% Air
9/9/2022
32 13 13
Mix Design
Tartan[ Concrete
FW7520AMR
4500 psi / 3000 psi 3 days
3-5" Slump; 3-6% Air
Class S (Bridge
Slabs, Top Slabs of Direct Traffic Culverts, Approach Slabs)
9/9/2022
32 13 13
Mix�esign
Cow Town Redi Mix
266
4000 psi
3-5" Slump; 3-6% Air
9/9/2022
32 13 13
Mix Desp
Cow Town Redi Mix
360
4000 psi
3-5" Slump; 3-6% Air
9/9/2022
3213 13
Mix Des
Cow Town Redi Mix
365-STX
4000 psi
3-5" Slump; 3-6% Air
1/29/2024
3213 13
Mix Des
Estrada Ready Mix
R4060AEWR
4000 psi
4-6" Slump; 3-6% Air
5/3/2023
3213 13
Mix Des
n
Martin Marietta
M7842344
4000 psi
3-5" Slump; 4.5-7.5% Air
4/l/2023
32 13 13
Mix Des
Martin Marietta
R2146P33
4000 psi
3-5" Slump; 3-6% Air
4/15/2024
32 13 13
Mix Des
NBR Ready Mix
TX S-NY
4000 psi
3-5" Slump; 3-6% Air
4/15/2024
32 13 13
Mix Des
NBR Ready Mix
TX S-YY
4000 psi
3-5" Slump; 3-6 % Air
4/5/2025
32 13 13
Mix Desp
SRM Concrete
40850
4000 psi
3-5" Slump; 3-6% Air
4/5/2025
32 13 13
Mix Design
SRM Concrete
40350
4000 psi
3-5" Slump; 3-6% Air
5/5/2023
32 13 13
Mix Design
SRM Concrete
D100008553CB
4000 psi
3-5" Slump; 3-6% Air
Concrete Base Trench Repair
4/l/2023
1033416
( Mix Design
Branco Texas
IOYH50BF I
I 1000 psi
(Flowable; 8.5-11.5% Air
9/9/20221033416
Mix Design
Bumco Texas
08Y450BA
800 psi
5-7" Slump; 3-6 %Air
Controlled
Low Strength Material
(Flowable Fill)
9/9/2022
03 34 13
Mix Design
Burri exas
OIY690BF
100 psi
Flowable; 8.5-11.5% Air
9/9/2022
03 34 13
Mix Des
Carder Concrete
FWCC359101
50-150 psi
3-5" Slump; 8-12% Air
9/9/2022
0334 13
Mix Des
Carder Concrete
FWFF237501
50-150 psi
Flowable; 8.5-11.5 % Air
9/9/2022
0334 13
Mix Desp
City Concrete Company
11-350-FF
50-150 psi
Flowable; 8-12% Air
9/9/2022
0334 13
Mix Des
Cow Town Redi Mix
Mix# 9
70 psi
7-9" Slump; 8-11% Air
10/4/2023
03 34 13
Mix Design
NBR Ready Mix
FTW FLOW FILL
150 psi
7-10" Slump; 8-12%Air
9/9/2022
03 34 13
Mix Design
Tarrant Concrete
FWFF150CLSM
50-150 psi
Flowable; 8-12% Air
FORT WORTH, CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT
STANDARD PRODUCTS LIST AS OF 4/5/2025
!!!!!!!! Attention: Mix Desiens do not sunercede CFW Specifications !!!!!!rrrr
Concrete Rip Rap
4/l/2023
31 3700
Mix Design
Martin Marietta
R2141030
4/l/2023
31 3700
Mix Design
Martin Marietta
R2146033
Asphalt
P7vhtg
9/9/2022
32 12 16
Mix Design
Austin Asphalt
F75B117965
FT5B 117965 PG64-22 Type B Fine Base
9/9/2022
32 12 16
Mix Design
Austin Asphalt
FTIBI39965
FTIBI39965 PG64-22 Type B Fine Base
9/9/2022
32 12 16
Mix Design
Austin Asphalt
FT1B117.2
FTIB117.2 PG64-22 Type B Fine Base
5/l/2024
32 12 16
Mix Design
Reynolds Asphalt
340-DG-B P
340-DG-B PG64-22 Type B Base Course
9/9/2022
32 12 16
Mix Design
Reynolds Asphalt
1112B
1112B PG64-22 Type B Fine Base
9/9/2022
32 12 16
Mix Design
Reynolds Asphalt
1612B
1612B PG64-22 Type B Fine Base
4/4/2025
32 12 16
Mix Design
Reynolds Asphalt
2315B
2315B PG64-22 Type B Fine Base
12/5/2022
33 12 16
Mix Design
Surmount Paving
3076BV6422
3076BV6422 PG62-22 Type B Fine Base
9/9/2022
32 12 16
Mix Design
Surmount Paving
341-BRAP6422ERG
34 1 -BRAP6422ERG PG64-22 Type B Fine Base
9/9/2022
32 12 16
Mix Design
TXBIT
37-211305-20
37-211305-20 PG64-22 Type B Fine Base
9/9/2022
32 12 16
Mix Design
TXBIT
44-211305-17
44-211305-17 PG64-22 Type B Fine Base
9/9/2022
32 12 16
Mix Design
TXBIT
211305 (1757)
211305 (1757) PG64-22 Type B Fine Base
As4halt(Continued)
9/9/2022
32 12 16
Mix Design
TXBIT
64-224125-18 PG
PG70-22 Type D Fine Surface
4/1/2024
32 12 16
I Mix Design
TXBIT
344 MAC-SP-D 70-22XR
I64-224125-18
344 MAC-SP-D 70-22XR SAC A-R 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
Armor Tile
9/9/2022
32 1320
DWS - Composite
ADA Solutions (Wilmington, MA)
Heritage Brick CIP Composite Paver
4/7/2023
32 1320
DWS - Pavers
ADA Solutions (Wilmington, MA)
Detectable Warning Pavers
Silicone Joint Sealant
9/9/2022
32 1373
Joint Sealant
Dow
890SL
890SL - Cold Applied, Single Component, Silicone Joint Sealant
9/9/2022
32 13 73
Joint Sealant
Tremco
900SL
900SL - Cold Applied, Single Component, Silicone Joint Sealant
9/9/2022
32 1373
�32
Joint Sealant
Pecan,300SL
300SL - Cold Applied, Single Component, Silicone Joint Sealant
9/9/2022
13 73
Joint Sealant
Crafco
RoadSaver Silicone
RoadSaver Silicone - Cold Applied, Single Component, Silicone Joint Sealant
Utility,
Trench Embedment Sand
9/9/2022
33 OS lb
Embedment Sand
Silver Creek Materials
Utility Embedment Sand
9/9/2022
33 05 10
Embedment Sand
Crouch Materials
Utility Embedment Sand
9/9/2022
3305 10
Embedment Sand
F and L Dirt Movers
Utility Embedment Sand
9/9/2022
3305 10
Embedment Sand
F and L Dirt Movers
Utility Embedment Sand
9/9/2022
3305 10
Embedment Sand
Tin Top Martin Marietta
Utility Embedment Sand
Storm
Sewer - Manholes & B3ses/Frames & Covers/Standard (Round) 33-05-13
4000 psi I3-5" Slump; 3-6% Air
4000 psi 3-5" Slump; 3-6% Air
9/28/2018
3305 13
Manhole Frames and Covers AccuCast (Govind Steel Company, LTD)
MHRC #220605
MHRC #220605 (Size - **24" Dia.)
9/28/2018
3305 13
Manhole Cover Neenah Form
NF-1274-T91
NF-1274-T91 (Size - 32" Dia.)
9/28/2018
3305 13
Manhole Frames and Coy Neenah Foun
NF-1743-LM (Hinged)
NF-1743-LM (Hinged) (Size - 32" Dia.)
9/28/2018
3305 13
Manhole Frame Neenah Form
NF-1930-30
NF-1930-30 (Size - 32.25" Dia.)
9/28/2018
3305 13
Manhole Frames and Coy Neenah Form
R-1743-ITV
R-1743-HV (Size - 32" Dia.)
4/3/2019
3305 13
Manhole Frames and Coy SIP Industries ++
2279ST
2279ST (Size - 24" Dia.)
4/3/2019
3305 13
Manhole Frames and Coy SIP Industries ++
2280ST
2280ST (Size - 32" Dia.)
10/8/2020
3305 13
Manhole Frames and Coy EJ ( Formally East Jordan Iron Works)
EJ1033 Z2/A
EJ1033 Z2/A (Size - 32.25" Dia.)
3/8/2024
3305 13
Curb Inlet Covers SIP Industries ++
2296T
2296T (Size - ***24" Dia.)
6/18/2024
3305 13
Curb Inlet Covers SIP Industries ++
2279STN
2279STN (Size - 24" Dia.)
**Nate. All new development and new installation manhole yids shall meet the minimum 30-inch opening
requirement as specified in City Specification 33 0513. Any smaller opening sizes will only be allowed for existing manholes that require replacement frames and covers.
�ASTMD5893
ASTM D5893
ASTM D5893
ASTM D5893
ASTM C33
ASTM C33
ASTM C33
ASTM C33
ASTM C33
ASTM A48 AASHTO M306
ASTM A48 AASHTO M306
ASTM A48 AASHTO M306
ASTM A48 AASHTO M306
ASTM A48 AASHTO M306
ASTM A48 AASHTO M306
ASTM A48 AASHTO M306
ASTM A536 AASHTO M306
ASTM A48 AASHTO M306
ASTM A48 AASHTO M306
Storm Sewer - Inlet & Structures 33-05-13
10/8/2020
33 49 20
Curb Inlets
Fortema
FRT-1 Ox3-405-PRECAST** (Size - 10' X 3')
ASTM C913
10/8/2020
33 49 20
Curb Inlets
Forterrra
FRT-1 Ox3-406-PRECAST** (Size - 10' X 3')
ASTM C913
10/8/2020
33 49 20
Curb Inlets
Forterrra
FRT-1 Ox4.5-407-PRECAST** (Size - 10' X 4.5')
ASTM C913
10/8/2020
33 49 20
Curb Inlets
Forterrra
FRT-1 Ox4.5-420-PRECAST** (Size - 10' X 4.5')
ASTM C913
10/8/2020
33 39 20
Manhole
Forterrra
FRT-4X4-409-PRECAST-TOP (Size - 4' X 4')
ASTM C913
10/8/2020
33 39 20
Manhole
Forterrra
FRT-4X4-409-PRECAST-BASE (Size - 4' X 41
ASTM C913
10/8/2020
33 39 20
Manhole
Forterrra
FRT-5X5410-PRECAST-TOP (Size - 5' X 5')
ASTM C913
10/8/2020
33 39 20
Manhole
Forterrra
FRT-5X5410-PRECAST-BASE (Size - 5' X 51
ASTM C913
10/8/2020
33 39 20
Manhole
Forterrra
FRT-6X64I I -PRECAST -TOP (Size - 6' X 6')
ASTM C913
10/8/2020
33 39 20
Manhole
Forterrm
FRT-6X64I I -PRECAST -BASE (Size - 6' X 6�
ASTM C913
3/19/2021
33 49 20
Curb Inlets
Thompson
PT' a Group
TPG-I OX3-405-PRECAST INLET** (Size - 10' X 3')
ASTM 615
3/19/2021
33 49 20
Curb Inlets
Thompson
PTe Group
TPG-15X3-405-PRECAST INLET** (Size - 15' X 3')
ASTM 615
3/19/2021
33 49 20
Curb Inlets
Thompson
PTe Group
TPG-20X3-405-PRECAST INLET** (Size - 20' X T)
ASTM 615
3/19/2021
33 39 20
Manhole
Thompson
Pipe Group
TPG-4X4-409-PRECAST TOP (Size - 4' X 4')
ASTM 615
FORT WORTH,.; CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT
STANDARD PRODUCTS LIST AS OF 4/5/2025
!!!!!!!! Attention: Mix Designs do not su ercede CFW Specifications !!!!!!rrrr
Description
3/19/2021
33 39 20
Manhole
Thompson Pipe Group
TPG-4X4409-PRECAST BASE (Size - 4' X 4')
ASTM 615
3/19/2021
33 39 20
Manhole
Thompson Pipe Group
TPG-4X4-412-PRECAST 4-FT RISER (Size - 4' X 4')
ASTM 615
3/19/2021
33 39 20
Manhole
Thompson Pipe Group
TPG-5X5-410-PRECAST TOP (Size - 5' X 5')
ASTM 615
3/19/2021
33 39 20
Manhole
Thompson Pipe Group
TPG-5X5-410-PRECAST BASE (Size - 5' X 5�
ASTM 615
3/19/2021
33 39 20
Manhole
Thompson Pipe Group
TPG-5X5-412-PRECAST 5-FT RISER (Size - 5' X 5')
ASTM 615
3/19/2021
33 39 20
Manhole
Thompson Pipe Group
TPG-6X6-411-PRECAST TOP (Size - 6' X 6')
ASTM 615
3/19/2021
33 39 20
Manhole
Thompson Pipe Group
TPG-6X6-411-PRECAST BASE (Size - 6' X 6�
ASTM 615
3/19/2021
33 39 20
Manhole
Thompson Pipe Group
TPG-6X6-412-PRECAST 6-FT RISER (Size - 6' X 6')
ASTM 615
3/19/2021
33 39 20
Manhole
Thompson Pipe Group
TPG-7X7-411-PRECAST TOP (Size - TX T)
ASTM 615
3/19/2021
33 39 20
Manhole
Thompson Pipe Group
TPG-7X7-411-PRECAST BASE (Size - TX 7�
ASTM 615
3/19/2021
33 39 20
Manhole
Thompson Pipe Group
TPG-7X7-412-PRECAST 4-FT RISER (Size - TX T)
ASTM 615
3/19/2021
33 39 20
Manhole
Thompson Pipe Group
TPG-8X8-411-PRECAST TOP (Size - 8' X 8')
ASTM 615
3/19/2021
33 39 20
Manhole
Thompson Pipe Group
TPG-8X8-411-PRECAST BASE (Size - 8' X 8�
ASTM 615
3/19/2021
33 39 20
Manhole
Thompson Pipe Group
TPG-8X8-412-PRECAST 5-FT RISER (Size - 8' X 8')
ASTM 615
3/19/2021
33 49 20
Drop Inlet
Thompson Pipe Group
TPG-4X4-408-PRECAST INLET (Size - 4' X 4')
ASTM 615
3/19/2021
33 49 20
Drop Inlet
Thompson Pipe Group
TPG-5X5-408-PRECAST INLET (Size - 5' X 5')
ASTM 615
3/19/2021
33 49 20
Drop Inlet
Thompson Pipe Group
TPG-6X6-408-PRECAST INLET (Size - 6' X 6')
ASTM 615
8/28/2023
33 49 10
Manhole
Oldcastle
Precast 4' x 4' Stacked Manhole (Size - 4' X 4�
ASTM C478
8/28/2023
33 49 10
Manhole
Oldcastle
Precast 5' x 8' Storm Junction Box (Size - 5' X 8�
ASTM C478
8/28/2023
33 49 10
Manhole
Oldcastle
Precast 4' x 4' Storm Junction Box (Size - 4' X 4�
ASTM C478
8/28/2023
33 49 10
Manhole
Oldcastle
Precast 5' x 5' Storm Junction Box (Size - 5' X 5�
ASTM C478
8/28/2023
33 49 10
Manhole
Oldcastle
Precast 6' x 6' Storm Junction Box (Size - 6' X 6�
ASTM C478
8/28/2023
33 49 10
Manhole
Oldcastle
Precast 8' x 8' Storm Junction Box Base (Size - 8' X 8')
ASTM C478
8/28/2023
33 49 10
Manhole
Oldcastle
Precast 5' x 8' Stomr Junction Box Base (Size - 5' X 8')
ASTM C478
8/28/2023
33 49 10
Manhole
Rinker Materials
Reinforced 48" Diameter Spread Footing Manhole (Size - 4' X 4')
ASTM C433
8/28/2023
33 39 20
Curb Inlet 10'x 3' Riser
Thompson Pipe Group
Inlet Riser (Size - 3 FT)
ASTM C913-16
8/28/2023
33 39 20
Curb Inlet 15 'x 3' Riser
Thompson Pipe Group
Inlet Riser (Size - 3 FT)
ASTM C913-16
8/28/2023
33 39 20
Curb Inlet 20' x 3' Riser
Thompson Pipe Group
Inlet Riser (Size - 3 FT)
ASTM C913-16
1/12/2024
33 49 20
Drop Inlet
AmenTex Pipe &Products
Drop Inlet (4' X 4�
ASTM C913
1/12/2024
33 49 20
Drop Inlet
AmenTex Pipe &Products
Drop Inlet (5' X 5�
ASTM C913
1/19/2024
33 49 20
Manhole
AmenTex Pipe &Products
Precast 4'x4' Storm Junction Box
ASTM C913
1/19/2024
33 49 20
Manhole
AmenTex Pipe &Products
Precast 5'x5' Storm Junction Box
ASTM C913
1/19/2024
33 49 20
Manhole
AmenTex Pipe &Products
5' Precast Tansition MH (4' MH on the top of 5' JB)
ASTM C913
1/19/2024
33 49 20
Manhole
AmenTex Pipe &Products
Precast 6'x6' Storm Junction Box
ASTM C913
1/19/2024
33 49 20
Manhole
AmenTex Pipe &Products
6' Precast Tansition MH (4' MH on the top of 6' JB)
ASTM C913
1/19/2024
33 49 20
Manhole
AmenTex Pipe &Products
Precast 8'x8' Storm Junction Box
ASTM C913
1/19/2024
33 49 20
Manhole
AmeriTex Pipe &Products
8' Precast Tansition MH (4' MH on the top of 8' JB)
ASTM C913
1/19/2024
33 49 20
Manhole
AmeriTex Pipe &Products
Type C Storm Drain Manhole on Box (4' MH on the top of RCB)
ASTM C913
7/16/2024
33 49 20
Curb Inlets
AmeriTex Pipe &Products
10x3 Precast** (Size 10' x 39
ASTM C913
7/16/2024
33 49 20
Curb Inlets
AmeriTex Pipe &Products
15x3 Precast** (Size 15' x 3''
ASTM C913
**Note: Pre -cast
inlets are apposed
for the stage / portion
o) the structure (basin) only. Stage H pordon ot'the structure are required
to be cast in -place. No exceptions to thu requirement sha!l be allowed.
Storm Sewer - Pies & Boxes 33-05-13
4/9/2021
3341 13
Storm Dram Pipes
Advanced Drainage Systems, Inc. (ADS)
ADS HP Storm Polvpropylene (PP) Pipe (Size - 12" - 60")
ASTM F2881 & AASHTO M330
8/28/2023
3341 10
Storm Drain Pipes
Rinker Materials
Reinforced Concrete Pipe Tongue and Groove Joint Pipe (Size - 21" or larger)
ASTM C76, C655
8/28/2023
3341 10
Culvert Box
Rinker Materials
Reinforced Concrete Box Culvert (Sze - Various)
ASTM C789, C850
10/12/2023
3341 10
Storm Drain Pipes
AmeriTex P�c &Products
Reinforced Concrete Pipe Tongue and Groove Joint Pipe* (Size - 15" or larger)
ASTM C76, C506
10/12/2023
3441 10
Culvert Box
AmeriTex Pipe &Products
Reinforced Concrete Box Culvert (size - Various))
ASTM C1433,C1577
10/18/2023
3541 10
Storm Drain Pipes
The Turner Co.
Reinforced Concrete Pipe Tongue and Groove Joint Pipe* (Size - 15" or larger)
ASTM C76, C506
10/18/2023
3341 10
Culvert Box
The Turner Co.
Reinforced Concrete Box Culvert (size - Various)
ASTM C1433,C1577
4/12/2024
3341 10
Storm Drain Pipes
Thompson Pipe Group
Reinforced Concrete Pipe Tongue and Groove Joint Pipe* (Size Various)
ASTM C76, C506
6/25/2024
3341 10
Culvert Box
Oldcastle
Reinforced Concrete Box Culvert
ASTM C1433,C1577
6/25/2024
3341 10
Storm Drain Pipes
Oldcastle
Reinforced Concrete Pipe Tongue and Groove Joint Pipe* (Size Various)
ASTM C76, C506
Revision
Comments
(1-29-2025)
Removed Argos, Ingram, Redi-Mix, Charley s
(4-3-2025) Bigto— Concrete updated Mix ID's
(4-5-2025) 03 34 13 CLSM
specification
FORT WORTH.
Approval Spec No.
Classsification
CITY OF FORT WORTH
WATER DEPARTMENT
STANDARD PRODUCT LIST
Manufacturer
Water & Sewer - Manholes & Bases/Components 33-39-10 (Rev 2/3/16)
Model No.
National Spec
Updated: 11-6-24
Size
07/23/97
33 05 13
Urethane Hydrophilic Waterstop
Asahi Kogyo K.K.
Adeka Ultra -Seal P-201
ASTM D2240/D412/D792
04/26/00
33 05 13
Offset Joint for 4' Diam. MH
Hanson Concrete Products
Drawing No. 35-0048-001
04/26/00
33 05 13
Profile Gasket for 4' Diam. MH.
Press -Seal Gasket Corp.
2504G Gasket
ASTM C-443/C-361
SS MH
1/26/99
33 05 13
HDPE Manhole Adjustment Rings
Ladtech, Inc
HDPE Adjustment Ring
Traffic and Non -traffic area
5/13/05
33 05 13
Manhole External Wrap
Canusa - CPS WrapidSeal Manhole Encapsulation System
Water & Sewer - Manholes & Bases/FiberLlass 33-39-13 (1/8/13)
1/26/99
33 39 13
Fiberglass Manhole
Fluid Containment, Inc.
I
Flowtite
ASTM 3753
Non -traffic area
08/30/06
33 39 13
Fiberglass Manhole
L.F. Manufacturing
Non -traffic area
Water & Sewer - Manholes & Bases/Frames & Covers/Rectangular 33-05-13 (Rev 2/3/16)
*
33 05 13
(Manhole Frames and Covers
I Western Iron Works, Bass & Hays Foundry f
1001
24"x40" WD
Water & Sewer - Manholes & Bases/Frames & Covers/Standard
(Round) 33-05-13 (Rev 2/3/16)
*
33 05 13
Manhole Frames and Covers
Western Iron Works, Bass & Hays Foundry
30024
24" Dia.
*
33 05 13
Manhole Frames and Covers
McKinley Iron Works Inc.
A 24 AM
24" Dia.
08/24/18
33 05 13
Manhole Frames and Covers
Neenah Foundry
R-1272
ASTM A48 & AASHTO M306
24" Dia.
08/24/18
33 05 13
Manhole Frames and Covers
Neenah Foundry
NF 1274
ASTM A48 & AASHTO M306
30" Dia.
33 05 13
Manhole Frames and Covers
Sigma Corporation
MH-144N
33 05 13
Manhole Frames and Covers
Sigma Corporation
MH-143N
33 05 13
Manhole Frames and Covers
Pont-A-Mousson
GTS-STD
24" dia.
33 05 13
Manhole Frames and Covers
Neenah Casting
24" dia.
10/31/06
33 05 13
Manhole Frames and Covers (Hinged)
Powerseal
Hinged Ductile Iron Manhole
ASTM A536
24" Dia.
7/25/03
33 05 13
Manhole Frames and Covers
Saint-Gobain Pipelines (Pamrex/rexus)
RE32-R817S
30" Dia.
01/31/06
33 05 13
30" Dia. MH Ring and Cover
East Jordan Iron Works
V1432-2 and V1483 Designs
AASHTO M306-04
30" Dia.
11/02/10
33 05 13
30" Dia. MH Ring and Cover
Sigma Corporation
MH1651FWN & MH16502
30" Dia
07/19/11
33 05 13
30" Dia. MH Ring and Cover
Star Pipe Products
MH32FTWSS-DC
30" Dia
08/10/11
33 05 13
30" Dia. MH Ring and Cover
Accucast
220700 Heavy Duty with Gasket Ring
30" Dia
30" ERGO XL Assembly
10/14/13
33 05 13
30" Dia. MH Ring and Cover (Hinged & Lockable)
East Jordan Iron Works
with Cam Lock/MPIC/T-Gasket
ASSHTO M105 & ASTM A536
30" Dia
06/01/17
3405 13
30" Dia. MH Ring and Cover (Lockable) Cl
SIP Industries
2280 (32")
ASTM A 48
30" Dia.
12/05/23
3405 13
30" Dia. MH Ring and Cover (Hinged & Lockable) Cl
SIP Industries
4267WT - Hinged (32")
ASTM A 48
30" Dia.
CAP-ONE-30-FTW, Composite, w/ Lock
09/16/19
33 05 13
30" Dia. MH Ring and Cover
Composite Access Products, L.P.
w/o Hing
30" Dia.
10/07/21
3405 13
30" Dia. MH Ring and Cover
Trumbull Manufacturing
32"(30") Frame and Cover
30" Dia.
Water & Sewer - Manholes & Bases/Frames & Covers/Water
Tight & Pressure Tight 33-05-13 (Rev 2/3/16)
*
33 05 13
Manhole Frames and Covers
Pont-A-Mousson
Pamtight
24" Dia.
*
33 05 13
Manhole Frames and Covers
Neenah Casting
24" Dia.
*
33 05 13
Manhole Frames and Covers
Western Iron Works,Bass & Hays Foundry
300-24P
24" Dia.
*
33 05 13
Manhole Frames and Covers
McKinley Iron Works Inc.
WPA24AM
24" Dia.
03/08/00
33 05 13
Manhole Frames and Covers
Accucast
RC-2100
ASTM A 48
24" Dia.
04/20/01
33 05 13
Manhole Frames and Covers
(SIP)Serampore Industries Private Ltd.
300-24-23.75 Ring and Cover
ASTM A 48
24" Dia.
Water & Sewer - Manholes & Bases/Precast Concrete (Rev
1/8/13)
*
33 39 10
Manhole, Precast Concrete
Hydro Conduit Corp
SPL Item #49
ASTM C 478
48"
*
33 39 10
Manhole, Precast Concrete
Wall Concrete Pipe Co. Inc.
ASTM C-443
48"
09/23/96
33 39 10
Manhole, Precast Concrete
Concrete Product Inc.
48" I.D. Manhole w/ 32" Cone
ASTM C 478
48" w/32" cone
12/05/23
33 39 10
Manhole, Precast Concrete
The Turner Company
72" I.D. Manhole w/ 32" Cone
ASTM C 478
72"
05/08/18
33 39 10
Manhole, Precast Concrete
The Turner Company
48", 60" I.D. Manhole w/ 32" Cone
ASTM C 478
4811,6011
Manhole, 32" Opening and Flat top, (No
09/03/24
33 39 10
Manhole, Precast Concrete
Oldcastle Precast Inc.
Transition Cones)
ASTM C 478
48" to 84" I.D.
06/09/10
33 39 10
Manhole, Precast (Reinforced Polymer)Concrete
US Composite Pipe
Reinforced Polymer Concrete
ASTM C-76
48" to 72"
09/06/19
33 39 20
Manhole, Precast Concrete
Forterra Pipe and Precast
60" & 72" I.D. Manhole w/32" Cone
ASTM C-76
60" & 72"
10/07/21
32 39 20
Manhole, Precast Concrete
Forterra Pipe and Precast
48" I.D. Manhole w/32" Cone
ASTM C-77
48"
10/07/21
33 39 20
Manhole, Precast (Reinforced Polymer) Concrete
Armorock
48" & 60" I.D. Manhole w/32" Cone
48" & 60"
10/07/21
33 39 20
Manhole, Precast (Hybrid) Polymer & PVC
Geneva Pipe and Precast (Predl Systems)
48" & 60" I.D. Manhole w/32" Cone
48" & 60" Non Traffic Areas
ASTM C-478; ASTM C-923;
03/07/23
33 39 20
Manhole, Precast Concrete
AmeriTex Pipe and Products, LLC
48" & 60" I.D. Manhole w/32" Cone
ASTM C-443
03/07/23
33 39 20
Manhole, Precast (Reinforced Polymer) Concrete
P3 Polymers, RockHardscp
48" & 60" I.D. Manhole w/32" Cone
04/28/07
Manhole, Precast (Reinforced Polymer) Concrete
Amitech USA
Meyer Polycrete Pipe
Sewer -(WAC) Wastewater Access Chamber 33 39 40
For use when Std. MH cannot be
12/29/23
33 39 20
Wastewater Access Chamber
Quickstream Solutions, Inc.
Type 8 Maintenace Shaft (Poopit)
installed due to depth
Water & Sewer - Manholes & Bases/Rehab Svstems/Cementitious
*
E1-14
Manhole Rehab Systems
Quadex
04/23/01
E1-14
Manhole Rehab Systems
Standard Cement Materials, Inc.
Reliner MSP
E1-14
Manhole Rehab Systems
AP/M Permaform
4/20/01
E1-14
Manhole Rehab System
Strong Company
Strong Seal MS2A Rehab System
5/12/03
E1-14
Manhole Rehab System (Liner)
Triplex Lining System
MH repair product to stop infiltration
ASTM D5813
08/30/06
General Concrete Repair
F1exKrete Technologies
Vinyl Polyester Repair Product
Misc. Use
* From Original Standard Products List 1
FORT WORTH.
CITY OF FORT WORTH
WATER DEPARTMENT
STANDARD PRODUCT LIST
Updated: 11-6-24
Approval
Spec No.
I Classsification I
Manufacturer
Model No.
National Spec
Size
Water & Sewer
- Manholes & Bases/Rehab Svstems/NonCementitious
05/20/96
E1-14
Manhole Rehab Systems
Sprayroq,
Spray Wall Polyurethane Coating
ASTM D639/D790
12/14/01
Coating for Corrosion protection(Exterior)
ERTECH
Series 20230 and 2100 (Asphatic Emulsion)
Structures Only
01/31/06
Coatings for Corrosion Protection
Chesterton
Arc 791, S1HB, S1, S2
Acid Resistance Test
Sewer Applications
8/28/2006
Coatings for Corrosion Protection
Warren Environmental
S-301 and M-301
Sewer Applications
33 05 16, 33 39 10,
RR&C Dampproofing Non-Fibered Spray
For Exterior Coating of Concrete
03/19/18
33 39 20
Coating for Corrosion protection(Exterior)
Sherwin Williams
Grade (Asphatic Emulsion)
Structures Only
Water & Sewer
- Manhole Inserts - Field Operations Use Onlv (Rev 2/3/16)
*
33 05 13
Manhole Insert
Knutson Enterprises
Made to Order - Plastic
ASTM D 1248
For 24" dia.
*
33 05 13
Manhole Insert
South Western Packaging
Made to Order - Plastic
ASTM D 1248
For 24" dia.
*
33 05 13
Manhole Insert
Noflow-Inflow
Made to Order - Plastic
ASTM D 1248
For 24" dia.
09/23/96
33 05 13
Manhole Insert
Southwestern Packing & Seals, Inc.
Lifesaver - Stainless Steel
For 24" dia.
09/23/96
33 05 13
Manhole Insert
Southwestern Packing & Seals, Inc.
TetherLok - Stainless Steel
For 24" dia
Water & Sewer
- Pipe Casino Spacers 33-05-24 (07/01/13)
11/04/02
Steel Band Casing Spacers
Advanced Products and Systems, Inc.
Carbon Steel Spacers, Model SI
02/02/93
Stainless Steel Casing Spacer
Advanced Products and Systems, Inc.
Stainless Steel Spacer, Model SSI
04/22/87
Casing Spacers
Cascade Waterworks Manufacturing
Casing Spacers
09/14/10
Stainless Steel Casing Spacer
Pipeline Seal and Insulator
Stainless Steel Casing Spacer
Up to 48"
09/14/10
Coated Steel Casin Spacers
Pipeline Seal and Insulator
Coated Steel Casing Spacers
Up to 48"
05/10/11
Stainless Steel Casing Spacer
Powerseal
4810 Powerchock
Up to 48"
03/19/18
Casing Spacers
BWM
SS-12 Casing Spacer(Stainless Steel)
03/19/18
Casing Spacers
BWM
FB-12 Casing Spacer (Coated Carbon Steel)
for Non pressure Pipe and Grouted Casing
03/29/22
33 05 13
Casing Spacers
CCI Pipeline Systems
CSC12, CSS12
09/03/24
33 05 13
Casing Spacers
Raci (Completely HDPE)
Per Manufacturers Requirements (Sewer
8" - 12" (Sewer Only)
Applications Only)
Water & Sewer - Pipes/Ductile Iron 33-11-10(1/8/13)
*
33 11 10 Ductile Iron Pipe
Griffin Pipe Products, Co.
Super Bell-Tite Ductile Iron Pressure Pipe,
AWWA C150, C151
3" thru 24"
08/24/18
33 11 10 Ductile Iron Pipe
American Ductile Iron Pipe Co.
American Fastite Pipe (Bell Spigot)
AWWA C150, C151
4" thru 30"
08/24/18
33 11 10 Ductile Iron Pipe
American Ductile Iron Pipe Co.
American Flex Ring (Restrained Joint)
AWWA C150, C151
4" thru 30"
*
33 11 10 Ductile Iron Pipe
U.S. Pipe and Foundry Co.
AWWA C150, C151
*
33 11 10 Ductile Iron Pipe
McWane Cast Iron Pipe Co.
AWWA C150, C151
Water & Sewer - Utility Line Marker (08/24/2018)
Sewer - Coatings/Evoxv 33-39-60 (01/08/13)
02/25/02
Epoxy Lining System
Sauereisen, Inc
SewerGard 210RS
LA County #210-1.33
12/14/01
Epoxy Lining System
Ertech Technical Coatings
Ertech 2030 and 2100 Series
04/14/05
Interior Ductile Iron Pipe Coating
Induron
Protecto 401
ASTM B-117
Ductile Iron Pipe Only
01/31/06
Coatings for Corrosion Protection
Chesterton
Arc 791, S1HB, S1, S2
Acid Resistance Test
Sewer Applications
8/28/2006
Coatings for Corrosion Protection
Warren Environmental
S-301 and M-301
Sewer Applications
Sewer - Coatings/Polyurethane
Sewer - Combination Air Valves
05/25/18
33-31-70
Air Release Valve
A.R.I. USA, Inc.
D025LTP02(Composite Body)
2"
Sewer - Pipes/Concrete
*
E1-04 Conc. Pipe, Reinforced
Wall Concrete Pipe Co. Inc.
ASTM C 76
*
E1-04 Conc. Pipe, Reinforced
Hydro Conduit Corporation
Class III T&G, SPL Item #77
ASTM C 76
*
E1-04 Conc. Pipe, Reinforced
Hanson Concrete Products
SPL i«o. #95 ra,...hol #99 Pip
ASTM C 76
*
E1-04 Conc. Pipe, Reinforced
Concrete Pipe & Products Co. Inc.
ASTM C 76
Sewer - Pipe Enlarcment Svstem (Method)33-31-23 (01/18/13)
PIM System
PIM Corporation
Polyethylene
PIM Corp., Piscata Way, N.J.
Approved Previously
McConnell Systems
McLat Construction
Polyethylene
Houston, Texas
Approved Previously
TRS Systems
Trenchless Replacement System
Polyethylene
Calgary, Canada
Approved Previously
Sewer - Pipe/Fiberclass Reinforced/ 33-31-13(1/8/13)
7/21/97
33 31 13 Cent. Cast Fiberglass (FRP)
Hobas Pipe USA, Inc.
Hobas Pipe (Non -Pressure)
ASTM D3262/D3754
03/22/10
33 31 13 Fiberglass Pipe (FRP)
Ameron
Bondstrand RPMP Pipe
ASTM D3262/D3754
04/09/21
33 31 13 Glass -Fiber Reinforced Polymer Pipe (FRP)
Thompson Pipe Group
Thompson Pipe (Flowtite)
ASTM D3262/D3754
ASTM D3262, ASTM D3681,
03/07/23
33 31 13 Fiberglass Pipe (FRP)
Future Pipe Industries
Fiberstrong FRP
ASTM D4161, AWWA M45
ASTM D3262, ASTM D3517,
09/03/24
33 31 13 Fiberglass Pipe (FRP)
Superlit Boru Sanayi A.S.
Superlit FRP
ASTM 3754, AWWA C950
* From Original Standard Products List 2
FORT WORTH.
Approval Spec No. I Classsification
Sewer - Pipe/Polymer Pipe
4/14/05 Polymer Modified Concrete Pipe
06/09/10 E1-9 Reinforced Polymer Concrete Pipe
Sewer - Pipes/HDPE 33-31-23(1/8/13)
* High -density polyethylene pipe
* High -density polyethylene pipe
* High -density polyethylene pipe
High -density polyethylene pipe
Sewer - Pipes/PVC (Pressure Sewer) 33-11-12 (4/1/13)
12/02/11 33-11-12 DR-14 PVC Pressure Pipe
10/22/14 33-11-12 DR-14 PVC Pressure Pipe
Sewer - Pipes/PVC* 33-31-20 (7/1/13)
*
33-31-20
PVC Sewer Pipe
12/23/97*
33-31-20
PVC Sewer Pipe
*
33-31-20
PVC Sewer Pipe
12/05/23
33-31-20
PVC Sewer Pipe
12/05/23
33-31-20
PVC Sewer Pipe
*
33-31-20
PVC Sewer Pipe
05/06/05
33-31-20
PVC Solid Wall Pipe
04/27/06
33-31-20
PVC Sewer Fittings
*
33-31-20
PVC Sewer Fittings
3/19/2018
33 31 20
PVC Sewer Pipe
3/19/2018
33 31 20
PVC Sewer Pipe
3/29/2019
33 31 20
Gasketed Fittings (PVC)
10/21/2020
33 31 20
PVC Sewer Pipe
10/22/2020
33 31 20
PVC Sewer Pipe
10/21/2020
33 3120
PVC Sewer Pipe
CITY OF FORT WORTH
WATER DEPARTMENT
STANDARD PRODUCT LIST
Updated: 11-6-24
Manufacturer Model No. National Spec Size
Amitech USA Meyer Polycrete Pipe ASTM C33, A276, F477 8" to 102", Class V
US Composite Pipe Reinforced Polymer Concrete Pipe ASTM C-76
Phillips Driscopipe, Inc.
Opticore Ductile Polyethylene Pipe
ASTM D 1248
8"
Plexco Inc.
ASTM D 1248
8"
Polly Pipe, Inc.
ASTM D 1248
8"
CSR Hydro Conduit/Pipeline Systems
McConnell Pipe Enlargement
ASTM D 1248
Pipelife Jetstream
PVC Pressure Pipe
AWWA C900
4" thru 12"
Royal Building Products
Royal Seal PVC Pressure Pipe
AWWA C900
4" thru 12"
J-M Manufacturing Co., Inc. QM Eagle)
SDR-26 (PSI 15)
ASTM D 3034
4" - 15"
Diamond Plastics Corporation
SDR-26 (PSI 15)
ASTM D 3034
4" thru 15"
Lamson Vylon Pipe
SDR-26 (PSI 15)
ASTM D 3034
4" thru 15"
Vinyltech PVC Pipe
SDR-26 (PSI 15)
ASTM D3034
4" thru 15"
Vinyltech PVC Pipe
Gravity Sewer PS 115
ASTM F 679
18"
J-M Manufacturing Co, Inc. (JM Eagle)
PS 115
ASTM F 679
18" - 28"
Diamond Plastics Corporation
PS 115
ASTM F-679
18" to 48"
Harco
SDR-26 (PS 115) Gasket Fittings
ASTM D-3034, D-1784, etc
4" - 15"
Plastic Trends, Inc.(Westlake)
Gasketed PVC Sewer Main Fittings
ASTM D 3034
Pipelife Jet Stream
SDR 26 (PS 115)
ASTM F679
1811- 24"
Pipelife Jet Stream
SDR 26
ASTM D3034
4"- 15"
GPK Products, Inc.
SDR 26
ASTM D3034
4"- 15"
NAPCO(Westlake)
SDR 26
ASTM D3034
4" - 15"
Sanderson Pipe Corp.
SDR 26
ASTM D3034
4"- 15"
NAPCO(Westlake)
SDR 26 PS 115
ASTM F-679
1811- 36"
* From Original Standard Products List 3
FORT WORTH.
CITY OF FORT WORTH
WATER DEPARTMENT
STANDARD PRODUCT LIST
Updated: 11-6-24
Approval
Spec No.
I Classsification
Manufacturer
Model No.
National Spec
Size
Water - Appurtenances
33-12-10 (07/01/13)
09/03/24
33-12-10
Double Strap Saddle
Ford Meter Box Co., Inc.
202B
V-2" SVC, up to 16" Pipe
01/18/18
33-12-10
Double Strap Saddle
Romac
202NS Nylon Coated
AWWA C800
V-2" SVC, up to 24" Pipe
08/28/02
Double Strap Saddle
Smith Blair
#317 Nylon Coated Double Strap Saddle
07/23/12
33-12-10
Double Strap Service Saddle
Mueller Company
DR2S Double (SS) Strap DI Saddle
AWWA C800
1"-2" SVC, up to 24" Pipe
03/07/23
33-12-10
Double Strap Service Saddle
Powerseal
3450AS, Inc]. Corp. Stop, Dbl Strap, Stainless
NSF ANSI 372
1"-2" SVC, up to 24" Pipe
10/27/87
Curb Stops -Ball Meter Valves
McDonald
6100M,6100MT & 61OMT
3/4" and 1"
10/27/87
Curb Stops -Ball Meter Valves
McDonald
4603B, 4604B, 6100M, 610OTM and 6101M
1'/2" and 2"
FB600-7NL, FB1600-7-NL, FV23-777-W-NL,
5/25/2018
33-12-10
Curb Stops -Ball Meter Valves
Ford Meter Box Co., Inc.
L22-77NL
AWWA C800
2"
FB600-6-NL, FB1600-6-NL, FV23-666-W-
5/25/2018
33-12-10
Curb Stops -Ball Meter Valves
Ford Meter Box Co., Inc.
NL, L22-66NL
AWWA C800
1-1/2"
FB600-4-NL, FBI600-4-NL, B I 1-444-WR-
5/25/2018
33-12-10
Curb Stops -Ball Meter Valves
Ford Meter Box Co., Inc.
NL, B22444-WR-NL, L28-44NL
AWWA C800
I"
B-25000N, B-24277N-3, B-20200N-3, H-
AWWA C800, ANSF 61,
5/25/2018
33-12-10
Curb Stops -Ball Meter Valves
Mueller Co., Ltd.
15000N, , H-1552N, H142276N
ANSI/NSF 372
2"
B-25000N, B-20200N-3, B-24277N-3,H-
AWWA C800, ANSF 61,
5/25/2018
33-12-10
Curb Stops -Ball Meter Valves
Mueller Co., Ltd.
15000N, H-14276N, H-15525N
ANSI/NSF 372
1-1/2"
B-25000N, B-20200N-3,H-15000N, H-
AWWA C800, ANSF 61,
5/25/2018
33-12-10
Curb Stops -Ball Meter Valves
Mueller Co., Ltd.
15530N
ANSI/NSF 372
1"
01/26/00
Coated Tapping Saddle with Double SS Straps
JCM Industries, Inc.
#406 Double Band SS Saddle
1"-2" Taps on up to 12"
0/5/21/12
33-12-25
Tapping Sleeve (Coated Steel)
JCM Industries, Inc.
412 Tapping Sleeve ESS
AWWA C-223
Up to 30" w/12" Out
03/29/22
33-12-25
Tapping Sleeve (Coated or Stainless Steel)
JCM Industries, Inc.
415 Tapping Sleeve
AWWA C-223
Concrete Pipe Only
05/10/11
Tapping Sleeve (Stainless Steel)
Powerseal
3490AS (Flange) & 3490MJ
4"-8" and 16"
02/29/12
33-12-25
Tapping Sleeve (Coated Steel)
Romac
FTS 420
AWWA C-223
U p to 42" w/24" Out
02/29/12
33-12-25
Tapping Sleeve (Stainless Steel)
Romac
SST Stainless Steel
AWWA C-223
Up to 24" w/12" Out
02/29/12
33-12-25
Tapping Sleeve (Stainless Steel)
Romac
SST III Stainless Steel
AWWA C-223
Up to 30" w/12" Out
05/10/11
Joint Repair Clamp
Powerseal
3232 Bell Joint Repair Clamp
4" to 30"
Plastic Meter Box w/Composite Lid
DFW Plastics Inc.
DFW37C-12-IEPAF FTW
Plastic Meter Box w/Composite Lid
DFW Plastics Inc.
DFW39C-12-IEPAF FTW
08/30/06
Plastic Meter Box w/Composite Lid
DFW Plastics Inc.
DFW65C-14-IEPAF FTW
Class "A"
Concrete Meter Box
Bass & Hays
CM1337-1312 1118 LID-9
Concrete Meter Box
Bass & Hays
CMB-I8-Dual 1416 LID-9
Concrete Meter Box
Bass & Hays
CM1365-1365 1527 LID-9
Water - Bolts, Nuts, and Gaskets 33-11-05 (01/08/13)
None
Water - Combination Air Release 33-31-70 (01/08/13)
*
EI-11
Combination Air Release Valve
GA Industries, Inc.
Empire Air and Vacuum Valve, Model 935
ASTM A 126 Class B, ASTM A
1" & 2"
*
E1-11
Combination Air Release Valve
Multiplex Manufacturing Co.
Crispin Air and Vacuum Valves, Model No.
1/211, 1" & 2"
*
E1-11
Combination Air Release Valve
Valve and Primer Corp.
APCO #143C, #145C and #147C
111, 2" & 3"
Water - Dry Barrel Fire Hvdrants 33-12-40 (01/15/14)
10/01/87
E-1-12
Dry Barrel Fire Hydrant
American -Darling Valve
Drawing Nos. 90-18608, 94-18560
AWWA C-502
03/31/88
E-1-12
Dry Barrel Fire Hydrant
American Darling Valve
Shop Drawing No. 94-18791
AWWA C-502
09/30/87
E-1-12
Dry Barrel Fire Hydrant
Clow Corporation
Shop Drawing No. D-19895
AWWA C-502
01/12/93
E-1-12
Dry Barrel Fire Hydrant
American AVK Company
Model 2700
AWWA C-502
08/24/88
E-1-12
Dry Barrel Fire Hydrant
Clow Corporation
Drawings D20435, D20436, B20506
AWWA C-502
E-1-12
Dry Barrel Fire Hydrant
ITT Kennedy Valve
Shop Drawing No. D-80783FW
AWWA C-502
09/24/87
E-1-12
Dry Barrel Fire Hydrant
M&H Valve Company
Shop Drawing No. 13476
AWWA C-502
Shop Drawings No. 6461
10/14/87
E-1-12
Dry Barrel Fire Hydrant
Mueller Company
A-423 Centurion
AWWA C-502
Shop Drawing FH-12
01/15/88
E1-12
Dry Barrel Fire Hydrant
Mueller Company
A-423 Super Centurion 200
AWWA C-502
10/09/87
E-1-12
Dry Barrel Fire Hydrant
U.S. Pipe & Foundry
Shop Drawing No. 960250
AWWA C-502
09/16/87
E-1-12
Dry Barrel Fire Hydrant
American Flow Control (AFC)
Waterous Pacer W1367
AWWA C-502
08/12/16
33-12-40
Dry Barrel Fire Hydrant
EJ (East Jordan Iron Works)
WaterMaster 5CD250
Water - Meters
02/05/93
E101-5
Detector Check Meter
Ames Company
Model 1000 Detector Check Valve
AWWA C550
4" - 10"
08/05/04
Magnetic Drive Vertical Turbine
Hersey
Magnetic Drive Vertical
AWWA C701, Class 1
3/4" - 6"
* From Original Standard Products List 4
FORT WORTH.
CITY OF FORT WORTH
WATER DEPARTMENT
STANDARD PRODUCT LIST
Approval
Spec No.
�Classsification I
Manufacturer I
Model No.
Water - Pipes/PVC (Pressure Water) 33-31-70 (01/08/13)
12/05/23
33-11-12
PVC Pressure Pipe
Vinyltech PVC Pipe
DR14
12/05/23
33-11-12
PVC Pressure Pipe
Vinyltech PVC Pipe
DR18
09/03/24
33-11-12
PVC Pressure Pipe
Northern Pipe Products
DR14
09/03/24
33-11-12
PVC Pressure Pipe
Northern Pipe Products
DR18
3/19/2018
33 11 12
PVC Pressure Pipe
Pipelife Jet Stream
DR14
3/19/2018
33 11 12
PVC Pressure Pipe
Pipelife Jet Stream
DR18
5/25/2018
33 11 12
PVC Pressure Pipe
Diamond Plastics Corporation
DR 14
5/25/2018
33 11 12
PVC Pressure Pipe
Diamond Plastics Corporation
DR 18
12/6/2018
33 11 12
PVC Pressure Pipe
J-M Manufacturing Co., Inc d/b/a JM Eagle
DR 14
12/6/2018
33 11 12
PVC Pressure Pipe
J-M Manufacturing Co., Inc d/b/a JM Eagle
DR 18
9/6/2019
33 11 12
PVC Pressure Pipe
Underground Solutions Inc.
DR14 Fusible PVC
9/6/2019
33 11 12
PVC Pressure Pipe
NAPCO(Westlake)
DR18
9/6/2019
33 11 12
PVC Pressure Pipe
NAPCO(Westlake)
DR14
9/6/2019
33 11 12
PVC Pressure Pipe
Sanderson Pipe Corp.
DR14
Water - Pives/Valves & Fittines/Ductile Iron Fittincs 33-11-11 (01/08/13)
07/23/92
E1-07
Ductile Iron Fittings
Star Pipe Products, Inc.
*
E1-07
Ductile Iron Fittings
Griffin Pipe Products, Co.
*
E1-07
Ductile Iron Fittings
McWane/Tyler Pipe/ Union Utilities Division
08/11/98
E1-07
Ductile Iron Fittings
Sigma, Co.
02/26/14
E1-07
MJ Fittings
Accucast
05/14/98
E1-07
Ductile Iron Joint Restraints
Ford Meter Box Co./Uni-Flange
05/14/98
E1-24
PVC Joint Restraints
Ford Meter Box Co./Uni-Flange
11/09/04
E1-07
Ductile Iron Joint Restraints
One Bolt, Inc.
02/29/12
33-11-11
Ductile Iron Pipe Mechanical Joint Restraint
EBAA Iron, Inc.
02/29/12
33-11-11
PVC Pipe Mechanical Joint Restraint
EBAA Iron, Inc.
08/05/04
E1-07
Mechanical Joint Retainer Glands(PVC)
Sigma, Co.
03/06/19
33-11-11
Mechanical Joint Retainer Glands(PVC)
Sigma, Co.
08/05/04
E1-07
Mechanical Joint Retainer Glands(PVC)
Sigma, Co.
08/10/98
E1-07
MJ Fittings(DIP)
Sigma, Co.
10/12/10
E1-24
Interior Restrained Joint System
S & B Techncial Products
08/16/06
E1-07
Mechanical Joint Fittings
SIP Industries(Serampore)
11/07/16
33-11-11
Mechanical Joint Retainer Glands
Star Pipe Products, Inc.
11/07/16
33-11-11
Mechanical Joint Retainer Glands
Star Pipe Products, Inc.
03/19/18
33-11-11
Mechanical Joint Retainer Glands
SIP Industries(Serampore)
03/19/18
33-11-11
Mechanical Joint Retainer Glands
SIP Industries(Serampore)
03/19/18
33-11-11
Mechanical Joint Retainer Glands
SIP Industries(Serampore)
Mechanical Joint Fittings
Mechanical Joint Fittings
Mechanical Joint Fittings, SSB Class 350
Mechanical Joint Fittings, SSB Class 351
Class 350 C-153 MJ Fittings
Uni-Flange Series 1400
Uni-Flange Series 1500 Circle -Lock
One Bolt Restrained Joint Fitting
Megalug Series 1100 (for DI Pipe)
Megalug Series 2000 (for PVC Pipe)
Sigma One-Lok SLC4 - SLC10
Sigma One-Lok SLCS4 - SLCS12
Sigma One-Lok SLCE
Sigma One-Lok SLDE
Bulldog System ( Diamond Lok 21 & JM
Mechanical Joint Fittings
PVC Stargrip Series 4000
DIP Stargrip Series 3000
EZ Grip Joint Restraint (EZD) Black For DIP
EZ Grip Joint Restraint (EZD) Red for C900
DR14 PVC Pipe
EZ Grip Joint Restraint (EZD) Red for C900
DR18 PVC Pipe
National Spec
AWWA C900, AWWA C605,
ASTM D1784
AWWA C900, AWWA C605,
ASTM D1784
AWWA C900, AWWA C605,
ASTM D1784
AWWA C900, AWWA C605,
ASTM D1784
AWWA C900
AWWA C900
AWWA C900
AWWA C900
AWWA C900-16
UL 1285
ANSI/NSF 61
FM 1612
AWWA C900-16
UL 1285
ANSI/NSF 61
FM 1612
AWWA C900
AWWA C900
AWWA C900
AWWA C900
AWWA C153 & C110
AWWA C 110
AWWA C 153, C 110, C III
AWWA C 153, C 110, C 112
AWWA C153
AWWA Clll/C153
AWWA C111/C153
AWWA C111/Cll6/C153
AWWA C111/Cll6/C153
AWWA C111/C116/C153
AWWA C111/C153
AWWA C111/C153
AWWA Clll/C153
AWWA C153
ASTM F-1624
AWWA C153
ASTM A536 AWWA C111
ASTM A536 AWWA C111
ASTM A536 AWWA C111
ASTM A536 AWWA CI I I
ASTM A536 AWWA CI I I
Updated: 11-6-24
Size
4"-1 6"
16"-18"
4"-1 6"
16"-18"
4"-12"
16"-24"
4"-12"
1 6"-24"
4"-28"
16"-24"
4" - 8"
16" - 24"
4"- 12"
4'1- 12'1
4"-12"
4" to 36"
4" to 24"
4" to 12"
4" to 42"
4" to 24"
4" to 10"
4" to 12"
12" to 24"
4" - 24"
4" to 12"
4" to 24"
3"-48"
4"-12"
16"-24"
* From Original Standard Products List 5
FORT WORTH.
CITY OF FORT WORTH
WATER DEPARTMENT
STANDARD PRODUCT LIST
Approval
Spec No.
I Classsification
I Manufacturer
Water - Pives/Valves
& Fittincs/Resilient Seated Gate
Valve* 33-12-20 (05/13/15)
Resilient Wedged Gate Valve w/no Gears
American Flow Control
12/13/02
Resilient Wedge Gate Valve
American Flow Control
08/31/99
Resilient Wedge Gate Valve
American Flow Control
05/18/99
Resilient Wedge Gate Valve
American Flow Control
10/24/00
E1-26
Resilient Wedge Gate Valve
American Flow Control
08/05/04
Resilient Wedge Gate Valve
American Flow Control
05/23/91
E1-26
Resilient Wedge Gate Valve
American AVK Company
01/24/02
E1-26
Resilient Wedge Gate Valve
American AVK Company
*
E1-26
Resilient Seated Gate Valve
Kennedy
*
E1-26
Resilient Seated Gate Valve
M&H
*
E1-26
Resilient Seated Gate Valve
Mueller Co.
11/08/99
Resilient Wedge Gate Valve
Mueller Co.
01/23/03
Resilient Wedge Gate Valve
Mueller Co.
05/13/05
Resilient Wedge Gate Valve
Mueller Co.
01/31/06
Resilient Wedge Gate Valve
Mueller Co.
01/28/88
E1-26
Resilient Wedge Gate Valve
Clow Valve Co.
10/04/94
Resilient Wedge Gate Valve
Clow Valve Co.
11/08/99
E1-26
Resilient Wedge Gate Valve
Clow Valve Co.
11/29/04
Resilient Wedge Gate Valve
Clow Valve Co.
11/30/12
Resilient Wedge Gate Valve
Clow Valve Co.
05/08/91
E1-26
Resilient Seated Gate Valve
Stockham Valves & Fittings
*
E1-26
Resilient Seated Gate Valve
U.S. Pipe and Foundry Co.
10/26/16
33-12-20
Resilient Seated Gate Valve
EJ (East Jordan Iron Works)
08/24/18
Matco Gate Valve
Matco-Norca
Water - Pives/Valves
& Fittincs/Rubber Seated Butterflv
Valve 33-12-21 (07/10/14)
*
E1-30
Rubber Seated Butterfly Valve
Henry Pratt Co.
*
E1-30
Rubber Seated Butterfly Valve
Mueller Co.
1/11/99
E1-30
Rubber Seated Butterfly Valve
Dezurik Valves Co.
06/12/03
E1-30
Valmatic American Butterfly Valve
Valmatic Valve and Manufacturing Corp
04/06/07
E1-30
Rubber Seated Butterfly Valve
M&H Valve
03/19/18
33 1221
Rubber Seated Butterfly Valve
G. A. Industries (Golden Anderson)
09/03/24
33 1221
Rubber Seated Butterfly Valve
American AVK Company
Water - Polvethvlene Encasement 33-11-10 (01/08/13)
05/12/05
E1-13
Polyethylene Encasment
05/12/05
E1-13
Polyethylene Encasment
05/12/05
E1-13
Polyethylene Encasment
09/06/19
33-11-11
Polyethylene Encasment
Model No.
Series 2500 Drawing # 94-20247
Series 2530 and Series 2536
Series 2520 & 2524 (SD 94-20255)
Series 2516 (SD 94-20247)
Series 2500 (Ductile Iron)
42" and 48" AFC 2500
American AVK Resilient Seaded GV
Series A2361 (SD 6647)
Series A2360 for 18"-24" (SD 6709)
Mueller 30" & 36", C-515
Mueller 42" & 48", C-515
16" RS GV (SD D-20995)
Clow RW Valve (SD D-21652)
Clow 30" & 36" C-515
Clow Valve Model 2638
Metroseal 250, requirements SPL #74
EJ F1owMaster Gate Valve & Boxes
225 MR
Valmatic American Butterfly Valve.
M&H Style 4500 & 1450
AWWA C504 Butterfly Valve
AWWA C504 Butterfly Valve Class 250B
Flexsol Packaging Fulton Enterprises
Mountain States Plastics (MSP) and AEP Ind. Standard Hardware
AEP Industries Bullstrong by Cowtown Bolt & Gasket
Northtown Products Inc. PE Encasement for DIP
National Spec
AWWA C515
AWWA C515
AWWA C515
AWWA C515
AWWA C515
AWWA C509
AWWA C515
AWWA C515
AWWA C515
AWWA C515
AWWA C509
AWWA C515
AWWA C515
AWWA C515
AWWA C515
AWWA C 509, ANSI 420 - stem,
AWWA/ANSI C115/An21.15
AWWA C-504
AWWA C-504
AWWA C-504
AWWA C-504
AWWA C-504
AWWA C-504
AWWA C-504
AWWA C105
AWWA C105
AWWA C105
AWWA C105
Updated: 11-6-24
Size
16"
30" and 36"
20" and 24"
16"
4" to 12"
42" and 48"
4" to 12"
20" and smaller
4" - 12"
4" - 12"
4" - 12"
16"
24" and smaller
30" and 36"
42" and 48"
4" - 12"
16"
24" and smaller
30" and 36" (Note 3)
24" to 48" (Note 3)
4" - 12"
3" to 16"
4" to 16"
24"
24"and smaller
24" and larger
Up to 84" diameter
24" to 48"
30"-54"
24" - 48"
8 mil LLD
8 mil LLD
8 mil LLD
8 mil LLD
Water - Samplinc Station
03/07/23 33 12 50 Water Sampling Station Kupferle Foundry Company Eclipse, Number 88 , 12-inch Depth of Bury As shown in spec. 33 12 50
09/02/24 33 i2 50 Mueller Water Products, Inc;a BSS0 r, UDG2 D N This product removed
�-rcw ,�Oc� vvvvi-36-rvronvz, C�v-rr�€'�oe$�
10/21/20
04/09/21
04/09/21
Water - Automatic Flusher
Automated Flushing System
Automated Flushing System
Automated Flushing System
HG6-A-IN-2-BRN-LPRR(Portable)
Mueller Hydroguard HG2-A-IN--2-PVC-018-LPLG(Permanent)
Kupferle Foundry Company Eclipse #9800wc
Kupferle Foundry Company Eclipse #9700 (Portable)
The Fort Worth Water Department's Standard Products List has been developed to minimize the submittal review of products which meet the Fort Worth Water Department's Standard Specifications during utility construction projects. When Technical
Specifications for specific products, are included as part of the Construction Contract Documents, the requirements of the Technical Specification will override the Fort Worth Water Department's Standard Specifications and the Fort Worth Water Department's
Standard Products List and approval of the specific products will be based on the requirements of the Technical Specification whether or not the specific product meets the Fort Worth Water Department's Standard Specifications or is on the Fort Worth Water
Yellow Highlight indicates recent changes
* From Original Standard Products List 6