HomeMy WebLinkAboutContract 63510CSC No. 63510
FORT WORTH
CONTRACT
FOR
THE CONSTRUCTION OF
Water and Sanitary Sewer Replacements
Contract 2020 WSM-L
City Project No. 103362
Mattie Parker Jesus "Jay" Chapa
Mayor City Manager
Chris Harder
Director, Water Department
Lauren Prieur
Director, Transportation and Public Works Department
Prepared for
The City of Fort Worth
Water Department
2025
L'-,\-x1
QUIDDITY
Texas Board of Professional Engineers and Land Surveyors Reg. No. F-23290
4500 Mercantile Plaza
Drive, Suite 210•Fort Worth, Texas 76137. 682.268.2200
RONDA D ViSINTAINER
.....................
.o . 86416 rrLc
�� �E NSE�'•'i
Visintainer
Engineering, PLLC
P.O. Box 2382
Keller, TX 76248
817.992.3214
TBPE Registered Engineering Firm No. F-11598
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
FORT WORTH.
"I'll
City of Fort Worth
Standard Construction Specification
Documents
Adopted September 2011
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 1 of 6
SECTION 00 00 00
TABLE OF CONTENTS
Division 00 - General Conditions
Last Revised
0005 10
Mayor and Council Communication
07/01/2011
0005 15
Addenda
07/01/2011
0011 13
Invitation to Bidders
02/08/2024
0021 13
Instructions to Bidders
01 / 17/2024
0035 13
Conflict of Interest Statement
02/24/2020
00 41 00
Bid Form
09/30/2021
00 42 43
Proposal Form Unit Price
01/20/2012
0043 13
Bid Bond
09/11/2017
00 43 37
Vendor Compliance to State Law Nonresident Bidder
06/27/2011
0045 11
Bidders Prequalifications
08/13/2011
0045 12
Prequalification Statement
09/30/2021
0045 13
Prequalification Application
08/13/2021
00 45 26
Contractor Compliance with Workers' Compensation Law
07/01/2011
00 45 40
Business Equity Goal
06/07/2024
00 52 43
Agreement
3/08/2024
0061 13
Performance Bond
12/08/2023
0061 14
Payment Bond
12/08/2023
0061 19
Maintenance Bond
12/08/2023
00 61 25
Certificate of Insurance
07/01/2011
00 72 00
General Conditions
03/08/2024
00 73 00
Supplementary Conditions
03/08/2024
Division 01- General Requirements
Last Revised
01 1100
Summary of Work
12/20/2012
01 25 00
Substitution Procedures
07/01/2011
01 31 19
Preconstruction Meeting
08/17/2012
01 31 20
Project Meetings
07/01/2011
01 32 16
Construction Schedule
10/06/2023
01 32 33
Preconstruction Video
07/01/2011
01 3300
Submittals
12/20/2012
01 35 13
Special Project Procedures
03/11/2022
01 45 23
Testing and Inspection Services
03/09/2020
01 5000
Temporary Facilities and Controls
07/01/2011
01 5526
Street Use Permit and Modifications to Traffic Control
03/22/2021
0157 13
Storm Water Pollution Prevention Plan
07/01/2011
0158 13
Temporary Project Signage
07/01/2011
01 60 00
Product Requirements
03/09/2020
01 66 00
Product Storage and Handling Requirements
07/01/2011
01 70 00
Mobilization and Remobilization
11/22/2016
01 71 23
Construction Staking and Survey
02/14/2018
01 74 23
Cleaning
07/01/2011
01 77 19
Closeout Requirements
03/22/2021
01 78 23
Operation and Maintenance Data
12/20/2012
01 78 39
Project Record Documents
07/01/2011
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revised June 7, 2024
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 2 of 6
Technical Specifications listed below are included for this Project by reference and can be
viewed/downloaded from the City's website at:
httv:Hfortworthtexas.eov/ti)w/contractors/
or
httvs:Happs.fortworthtexas.eov/Proi ectResources/
Date
Division 02 - Existing Conditions Modified
02 11 13 Sete tine Site De,, of t;efl 03/11z
0241 14 Utility Removal/Abandonment 12/20/2012
0241 15 Paving Removal 02/02/2016
Division 03 - Concrete
03 30 00 Cast -In -Place Concrete 03/11/2022
0334 13 Controlled Low Strength Material (CLSM) 12/20/2012
0334 16 Concrete Base Material for Trench Repair 12/20/2012
Division 26 - Electrical
0 rV,,,v.,v.en Wer-k Results f r E eet,.iea nano i�022
tri 2 i�n�
2�-AS-1-A �alaal FJ;S2605 43 Underground Duets and Raeeways for- Eleetfieal Systems 07110i/2
Division 31- Earthwork
31 1000 Site Clearing 03/22/2021
3123 �o o��
23 23 Beffe 0 io 4�t3
12 3n 00 i O inn
�rr,Jfn � IIn�kt6
31 25 00 Erosion and Sediment Control 04/29/2021
313600 Edens „ 'mot=
3i�no Ripmp i2i�lz
Division 32 - Exterior Improvements
3201 17
Permanent Asphalt Paving Repair
12/20/2012
3201 18
Temporary Asphalt Paving Repair
12/20/2012
32 01 29
Concrete Paving Repair
12/20/2012
32 1123
Flexible Base Courses
12/20/2012
32 1129
Lime Treated Base Courses
12/20/2012
32 1133
Cement Treated Base Courses
06/10/2022
32 1137
Liquid Treated Soil Stabilizer
08/21/2015
32 1216
Asphalt Paving
12/20/2012
32 1273
Asphalt Paving Crack Sealants
12/20/2012
32 13 13
Concrete Paving
06/10/2022
32 1320
Concrete Sidewalks, Driveways and Barrier Free Ramps
12/09/2022
32 1373
Concrete Paving Joint Sealants
12/20/2012
32 Z4- 16
E6-0k "ai: Paving
, 2 O/2
32 16 13
Concrete Curb and Gutters and Valley Gutters
12/09/2022
32 1723
Pavement Markings
06/10/2022
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revised June 7, 2024
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 3 of 6
32 1725
Curb Address Painting
11/04/2013
3231 13
Chain Fences and Gates
12/20/2012
32 31 26
Wire Fences and Gates
12/20/2012
32 31 29
Wood Fences and Gates
12/20/2012
3232 13
Cast -in -Place Concrete Retaining Walls
06/05/2018
3291 19
Topsoil Placement and Finishing of Parkways
03/11/2022
3292 13
27�
Sodding
No Na4iye Seeding
05/13/2021
ncn�21
3292 13
32 93 43
Native Grass and W ldflewe. Seedi
Trees and Shrubs
1010-3
12/20/2012
Division 33 - Utilities
33 01 30
Sewer and Manhole Testing
09/07/2018
33 01 31
Closed Circuit Television (CCTV) Inspection
03/11/2022
3303 10
Z2�o
22�
Bypass Pumping of Existing Sewer Systems
TeipA Bending and Eleet.-;e.,l lsel..tie,f.
Test Stations
12/20/2012
12/20/2012
22�
33 04 30
Geffesio Ce..tFel
TiT....,..e..;..m A..ede C ttiedie Proteetio Syste-Y..
Temporary Water Services
17/7rcr20/2012
17/7zz90/2012
07/01/2011
33 04 40
Cleaning and Acceptance Testing of Water Mains
02/06/2013
33 04 50
Cleaning of Pipes
03/11/2022
3305 10
Utility Trench Excavation, Embedment, and Backfill
04/02/2021
3305 12
Water Line Lowering
12/20/2012
3305 13
Frame, Cover and Grade Rings -Cast Iron
09/09/2022
3305 14
Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to
03/11/2022
Grade
('.,n
1 7 �7rc�-zvnviz
110
3305 17
e -ete Water- Vaults
Concrete Collars
03/11/2022
33 05 20
Auger Boring
12/20/2012
33052T 1
�
T lr
�unr�. �xre
12i�iz
33 05 22
Steel Casing Pipe
12/20/2012
12�7rc�-zvnviz
33 05 23
33 05 24
Hand Ttmaeliag
Installation of Carrier Pipe in Casing or Tunnel Liner Plate
12/09/2022
33 05 26
Utility Markers/Locators
12/20/2012
33 05 30
Location of Existing Utilities
12/20/2012
33 11 05
Bolts, Nuts, and Gaskets
12/20/2012
33 11 10
Ductile Iron Pipe
12/09/2022
33 11 11
Ductile Iron Fittings
09/20/2017
33 11 12
PolyvinylChloride(PVC) Pressure Pipe
09/09/2022
33 1 1 13
Co �A-vto PrPipe Baf ALF eed, Steel Cylinder- Type
1'f/'f�r20,Q z
33 1 1 11
Btif;ed Steel Pipe and F-44i n g
12/7zzr�vriviz
33 1210
22�=
Water Services 1-inch to 2-inch
T,I7..te,-
02/14/2017
12Q
33 1220
ZZ�i
Meters
Large
Resilient Seated Gate Valve
All; A T2„tte,-fly V.,iy
z
05/06/2015
!lA/'f�W
33 1225
22�0
A Rubber- Seated
Connection to Existing Water Mains
re,...l A l.l;es
Systems
02/06/2013
11 2/
33 1240
ina4io if Valve Assemblies for- Potable Al te,-
Fire Hydrants
z
01/03/2014
33 1250
2 2�o
Water Sample Stations
Standard Blew of f Valve Assembly
12/20/2012
ntin -3
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revised June 7, 2024
00 00 00
STANDARD CONSTRUCTION SPECIFICATION
DOCUMENTS
Page 4 of 6
3331 12
Cured in Place Pipe (CIPP)
12/20/2012
3331 15
High Density Polyethylene (HDPE) Pipe for Sanitary Sewer
04/23/2019
33 31 20
Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe
09/09/2022
Polyvinyl CL.1.,ride (PVC) Close D- File !`,-ayit�--E�"`i j' 2r
Pipe
3 4
Sanitarye &. EIS* Timing
12�Q
33 31 23
Sanitary Sewer Pipe Enlargement
12/20/2012
33 31 50
Sanitary Sewer Service Connections and Service Line
04/26/2013
3339 10
Cast -in -Place Concrete Manholes
12/20/2012
33 39 20
Precast Concrete Manholes
12/20/2012
22�
i- i-birmICEC Maaheles
i2/7 z
2 2940
Wastewater- n eeess ChczaiLo )
1 2 ice, 012
33 39 60
ZZ�o
Epoxy Liners for Sanitary Sewer Structures
Deinf ,-ee C
04/29/2021
n�inb�
33 41 11
22�z
ner-eteStef.... SewerPipe/C„lyet4s
High Density (IRDP..1) Pip* amain
rta-avrsvzz
1111
33 41 13
Reinforced Polyethylene (SR:P ) Pipe
Polyp-epyleae Pipe F « Ctmm 1)mQn
5
n�/1vrn 10/2022
33 4601
Slotted S orm D-.Girz;
n��n�n
33 4602
TfenOt D1 inc
n�in�1
3349 10
22�o
Cast -in -Place Manholes and Junction Boxes
C,,
12/20/2012
n�i1�z
22�o
-b and Drop inlets
�t01 �lY�l^� r7o.,,1.t ally .,n vx7;,�....�,a!
n�in1 /201 1
�,-�-�n
Division 34 - Transportation
2il�o Tr-affie Cc;,.n is
34 n� �z-z 0.01 AttcaE11I; ant A Gantfeller- Gabine
n
34 41 10.02 cro
EAntFAlln@i'�pvEifiE-&ti6a
03/1�22-
12/118/2015
�02
34 41 10.03
�tts'iC�lznent�
n
rrttaehriient-C —S6 c'li@cro-c�veifiC-&ti6-n-
Removing rr,.,,FF;,. Signals
-2
Q
03/1�22
?/1 11 13
2^�v
Readw illun. imtkan Assemblies
1�/�1
34 ^�nv1r
r r
i�t�1Q� �� �8y �]aT�'i�1�L�S
0645A2nlc
vrnr�rrvi�
2n n�02
Free a , LED D,,adw
ntin -5
34 4120.03
�
�tial. LED l� r}� �a�
6/15/201 crm��i.:
0
own
34 4130
�
3n�o
Aluminum figl}s
r
Cable
11 i12/2Ot ��
3471 13
Single ede Fite- Optie
Traffic Control
OX26A201.6
03/22/2021
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revised June 7, 2024
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Appendix
Page 5 of 6
GC-4.02
Subsurface and Physical Conditions
GC-6.06.1)
Minority and Women Owned Business Enterprise Compliance
GC-6.07
Wage Rates
GC-6.24
Nondiscrimination
GR-01 60 00
Product Requirements
END OF SECTION
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revised June 7, 2024
City of Fort Worth, Texas
Mayor and Council Communication
DATE: Tuesday, May 13, 2025
LOG NAME: 60WSSC20WSML-2RCS
SUBJECT:
REFERENCE NO.: **M&C 25-0397
(CD 7) Authorize Execution of a Contract with 2R Construction Services, LLC, in the Amount of
$8,637,507.04, for Water and Sanitary Sewer Replacement Contract 2020, WSM-L Project, Adopt
Appropriation Ordinances to Effect a Portion of Water's Contribution to the Fiscal Years 2025-2029 Capital
Improvement Program and Amend the Fiscal Year 2025-2029 Capital Improvement Program
RECOMMENDATION:
It is recommended that the City Council:
1. Authorize execution of a contract with 2R Construction Services, LLC, in the amount of
$8,637,507.04 for Water and Sanitary Sewer Replacement Contract 2020 WSM-L project;
2. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the
Water and Sewer Capital Projects Fund in the amount of $8,181,644.00, from available PayGo
residuals within the Water and Sewer Capital Projects Fund, for the purpose of funding the Water
and Sanitary Sewer Replacement Contract 2020 WSM-L project (City Project No. 103362) and to
effect a portion of Water's contribution to the Fiscal Years 2025-2029 Capital Improvement Program;
3. Adopt the attached appropriation ordinance adjusting estimated receipts and appropriations in the
General Capital Projects Fund by increasing estimated receipts and appropriations in Water and
Sanitary Sewer Replacement Contract 2020 WSM-L project (City Project No. 103362) in the amount
of $1,322,724.00, and decreasing estimated receipts and appropriations in the Contract Street
Maintenance programmable project (City Project No. P00020) by the same amount; and
4. Amend the Fiscal Years 2025-2029 Capital Improvement Program.
DISCUSSION:
This Mayor & Council Communication (M&C) is to authorize execution of a construction contract with 2R
Construction Services, LLC, in the amount of $8,637,507.04 for the replacement of cast iron water and
deteriorated sanitary sewer mains as indicated on the following streets and easements:
Street
From
To
Scope of
Work
N.enule y
L ood
Av
Crestwood Terrace
ad
Water/Sewer
Crestwood
White Settlement Road
Crestwood
Water/Sewer
Drive
Terrace
685 feet north of the
Crestwood
Crestwood
Northwest 595
Sewer
Drive
Drive/Crestwood
feet
Terrace intersection
Crestwood
Crestwood Drive
N. Bailey
Water/Sewer
Terrace
Avenue
Lindenwood
White Settlement Road
Crestwood
Water/Sewer
Drive
Terrace
Ridgewood
Cresthaven
Crestwood Terrace
Water/Sewer
Road
Terrace
Cresthaven
Bailey Avenue
Terrace
Easement
290 feet west of the
West of N.
Cresthaven Terrace/N.
Bailey Avenue
Bailey Avenue
intersection
Easement
290 feet west and 185
North of
feet north of the
Cresthaven
Cresthaven Terrace/N.
Terrace
Bailey Avenue
intersection
875 feet North of the N.
Eastwood
Bailey
Avenue
Avenue/Eastwood
Avenue intersection
Rockwood Park Water/Sewer
Drive
North 185 feet Sewer
West 295 feet
then 365 feet Sewer
Northwesterly
North 410 feet Sewer
Additionally, asphalt pavement rehabilitation will be conducted on all the roadways curb to curb
subsequent to the water and sanitary sewer main replacement. As part of this project, a pressure reducing
valve station will be installed at Eastside 2 and Holly pressure plane boundaries.
The Water Department's share of this contract is $7,314,783.25, and the Transportation & Public Works
Department's share of the contract is $1,322,723.79.
The project was advertised for bids on January 29, 2025 and February 5, 2025, in the Fort Worth Star -
Telegram. On March 13, 2025, the following bids were received:
� e-156-M
2R Construction Services LLC
Amount
$8,637,507.04
William J. Schultz, Inc. dba Circle C
Construction Company, Inc. $9,414,117.00
JGra-Tex Utilities, Inc. 11 $9,939,706.001
Woody Contractors, Inc. 1 $9,941,329.00 1
Jackson Construction Ltd �$11,368,721.001
Time of
Completion
500 Calendar
Days
In addition to the contract amount, $494,193.75 (Water: $256,604.45; Sewer: $237,589.30) is required for
project management, material testing and inspection, and $372,667.00 (Water: $212,188.00; Sewer:
$160,479.00) is provided for project contingencies.
The sanitary sewer component of this project is part of the Water Department's Sanitary Sewer Overflow
Initiative Program. Approximately 8,570 linear feet of cast iron water pipe will be removed and replaced as
part of this project.
This project will have no impact on the Transportation & Public Works' or the Water Department's
operating budgets when completed.
Funding for this project was not included in the FY2025-2029 Capital Improvement Program (CIP)
because Transportation & Public Works Department amounts for the project were unknown at the time of
CIP development. The action in this M&C will amend the FY2025-2029 Capital Improvement Program as
approved in connection with Ordinance 27107-09-2024 as follows:
60WSSC20WSML-2RCS
Capital project
Fund Name
Name
30100- P00020 -
General Contract
Capital Street
Projects Fund Maintenance
30100 P00020 —
General Contract
Capital Street
Projects Maintenance
Fund
30100 P00020 —
General Contract
Capital Street
Projects Maintenance
Fund
30100 P00020 —
General Contract
Capital Street
Projects Maintenance
Fund
30100 P00020 —
General Contract
Capital Street
Projects Maintenance
Fund
30100 P00020 —
General Contract
Capital Street
Projects Maintenance
Fund
FY2025 CIP Authority Budget Change project Total*
Appropriations (Increase/Decrease)
$38,798,204.00 M&C 24- $(205,288.00) $38,592,916.00
1093
M&C 25- ($961,859.00) $37,631,057.00
0026
M&C 25- ($561,870.00) $37,069,187.00
0030
M&C 25- ($653,547.00) $36,415,640.00
0103
M&C 25- ($45,725.00) $36,369,915.00
0195
This M&C ($1,322,724.00) $35,047,191.00
*Note: There may be other pending actions or recently approved actions that are not reflected in the table
due to timing.
It is the practice of the Water Department to appropriate its CIP plan throughout the Fiscal Year, instead of
within the annual budget ordinance, as projects commence, additional funding needs are identified, and to
comply with bond covenants. The actions in the M&C will appropriate funds in support of the Water's
portion of the City of Fort Worth's Fiscal Years 2025-2029 Capital Improvement Program, as follows:
60WSSC20WSML-2RCS
Capital
project
FY2025 CIP Budget Change Revised
Fund
Name
Appropriations Authority
(Increase/Decrease)
Name
Budget
Budget
W&S
103362-
Capital
W&S
Projects —
Contract
$0.00 This M&C $8,181,644.00 $8,181,644.00
Fund
2020
56002
WSM-L
Funding is budgeted in the Contract Street Maintenance programmable project within the General Capital
Projects Fund and in the Unspecified All Funds project within the Water & Sewer Capital Projects Fund for
the purpose of funding the W&S Contract 2020 WSM-L project.
Appropriations for the W&S Contract 2020 WSM-L project as are depicted below:
Fund
Water & Sewer Capital
Projects Fund 56002
General Capital
Projects Fund 30100
Project Total
Existing
Appropriations
$839,808.00
$0.00
$839,808.0011
*Numbers rounded for presentation purposes.
Additional Project Total*
Appropriations
$8,181,644.00 $9,021,452.00
$1,322,724.00 1 $1,322,724.00
$9,504,368.00 �$10,344,176.00
Business Equity: The Business Equity Division placed a 11.02 percent business equity goal on this
solicitation/contract. 2R Construction Services, LLC, will be exceeding the goal at 14.11 percent meeting
the City's Business Equity Ordinance. Any changes in subcontractors will be reviewed by the Business
Equity Division.
The project is located in COUNCIL DISTRICT 7.
FISCAL INFORMATION / CERTIFICATION:
The Director of Finance certifies that funds are currently available in the Contract Street Maintenance
programmable project within the General Capital Projects Fund and in the Unspecified All -Funds project
within the W&S Capital Projects Fund, and upon approval of the above recommendations and adoption of
the attached appropriation ordinances, funds will be available in the W&S Capital Projects Fund and the
General Capital Projects Fund for the W&S Contract 2020 WSM-L project to support the above
recommendations and execution of the contract. Prior to any expenditure being incurred, the Water and
Transportation & Public Works Departments have the responsibility of verifying the availability of funds.
FUND IDENTIFIERS (FIDs):
TO
Fund Department Account Project Program ctivity Budget Reference # Amount
ID ID Year (Chartfield 2)
FROM
Fund Department Account Project ProgramActivity Budget Reference # Amount
ID ID Year (Chartfield 2)
CERTIFICATIONS:
Submitted for Citv Manaqer's Office by: Jesica McEachern (5804)
Originating Department Head: Chris Harder (5020)
Additional Information Contact: Clayton Torrance (8528)
ATTACHMENTS
1. 1295 Form.pdf (CFW Internal)
2. 25-0077 (103362-1 Water and Sanitary Sewer Replacements Contract 2020. WSM-L)CM-NS.pdf
(CFW Internal)
3. 60WSSC20WSML-2RCS FID Table (WCF 03.25.25).xlsx (CFW Internal)
4. 60WSSC20WSML-2RCS funds availability_pdf (CFW Internal)
5.60WSSC20WSML-2RCS.pdf (Public)
6.ORD.APP 60WSSC20WSML-2RCS 30100 A025(r3).docx (Public)
7. ORD.APP 60WSSC20WSML-2RCS 56002 AO25(r2).docx (Public)
8. PBS CPN 103362.pdf (CFW Internal)
9. SAM.aov search 2R Construction. pdf (CFW Internal)
60WSSC20WSML 2RCS FID Table
2
56002
0600430
103362
2025
$4,573,999.00
2
56002
0700430
4956001 103362
2025
$3,607,645.00
2
56002
0700430
103362
2025
$3,607,645.00
3
30100
0200431
4910100 P00020
2025
($1,322,724.00)
3
30100
0200431
4910100 103362
2025
$1,322,724.00
3
30100
0200431
P00020
2025
($1,322,724.00)
3
30100
0200431
103362
2025
$1,322,724.00
2 56002 0600430 4956001 UNSPEC UNSPEC 9999 $4,573,999.00
2 56002 0600430 4956001 103362 001780 9999 ($4,573,999.00)
2 56002 0600430 4956001 UNSPEC UNSPEC 9999 $3,607,645.00
2 56002 0700430 4956001 103362 001780 9999 ($3,607,645.00)
3 30100 0200431 4910100 P00020 PGMABL 9999 $1,322,724.00
3 30100 0200431 4910100 103362 001780 9999 ($1,322,724.00)
2
2
1
1
2
2
2
2
2
2
1
56002
0600430
4956001
103362
001780 1
9999
($4,573,999.00) 1
56002
0600430
5110101
103362
001780 I
9999
$48,371.00 I Water Staff Costs
56002
0600430
5550102
103362
001780 I
9999
$4,000.00 (Public Outreach
56002
0600430
5740010
103362
001780 I
9999
$3,831,116.341Pay to Contractor for Water
56002
0600430
5740010
103362
001780 I
9999
$274,090.21I Pay to Contractor for Paving
56002
0600430
5740010
103362
001780 I
9999
$212,188.00 (Contract Contingency
56002
0600430
5330500
103362
001784 I
9999
$50,163.00 Soil Lab Consultant
56002
0600430
5310350
103362
001784 I
9999
$10,749.001Soil Lab TPW Staff Cost
56002
0600430
5110101
103362
001785 I
9999
$143,321.00 I Water Inspection Staff
56002
0600430
I
$0.45IRounding
56002
0700430
4956001
103362
001780 I
9999
($3,607,645.00) I
56002
0700430
5110101
103362
001780 I
9999
$45,496.00 I Water Staff Costs
56002
0700430
5740010
103362
001780 I
9999
$2,935,486.50I Pay to Contractor for Sewer
1
2
2
2
2
1
56002
0700430
5740010
103362
001780
56002
0700430
5740010
103362
001780
56002
0700430
5330500
103362
001784
56002
0700430
5310350
103362
001784
56002
0700430
5110101
103362
001785
56002
2060000
103362
RETAIN
56002
0700430
30100
0200431
5740010
103362
002480
30100
2060000
103362
RETAIN
9999
$274,090.20
Pay to Contractor for paving
9999
$160,479.00
Contract Contingency
9999
$47,181.00
Soil Lab Consultant
9999
$10,110.00
Soil Lab TPW Staff Cost
9999
$134,802.00
Water Inspection Staff
Retainage FID
$0.30
Rounding
9999
$1,322,723.79
To Pay Contractor
Retainage FID
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
000510-1
MAYOR AND COUNCIL COMMUNICATION (M&C)
Page 1 of 1
SECTION 00 05 10
MAYOR AND COUNCIL COMMUNICATION (M&C)
[Assembler: For Contract Document execution, remove this page and replace with the approved
M&C for the award of the project. M&C insert shall be on blue paper.]
END OF SECTION
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revised July 1, 2011
ADDENDUM TO INVITATION TO BID NO.25-0077
WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2020, WSM-L
WATER DEPARTMENT
ADDENDUM NO. 1 DATE ISSUED: February 21, 2026
INVITATION TO BID (ITB): 25-0077
BID OPENING DATE: February 27, 2025 (CHANGED)
REVISED BID OPENING DATE: March 13. 2025
ITB No. 25-0077, issued January 29, 2025, is hereby amended as follows:
1. Bid Opening Date is changed from February 27, 2025 at 2:00 PM CST to March 13, 2025 at
2:00 PM CST.
2. Questions Due Date is changed from February 21, 2025 at 5:00 PM CST to March 7, 2025 at
5:00 PM CST
3. Scope of project is changed to include Part 11: Eastside 2 to Holly Pressure Reducing Valve
Station
4. The pre -bid meeting presentation is issued by Addendum No. 1 as Attachment A.
5. SPECIFICATIONS:
Replace the following
Replace Entire Contract Manual: With Entire Contract Manual
Contract for the Construction for the Water Contract for the Construction for the Water and
and Sanitary Sewer Contract 2020 WSM-L Sanitary Sewer Contract 2020 WSM-L
Uploaded to Bonfire and Noted with revision
description Addendum No. 1
Summary of changes are provided as supplement to this addendum as Attachment B
6. DRAWINGS
Replace the following:
Replace Entire Plan Set With Entire Plan Set
Project Plan Set
Project Plan Set Uploaded to Bonfire and Noted with revision
description Addendum No. 1
Summary of changes are provided as supplement to this addendum as Attachment C
ITB 25-0077 WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2020, WSM-L
Addendum No. 1, Page 1 of
All other terms and conditions remain unchanged.
n-c-41,
_ fc, ( TONY SHOLOLA, P.E.
ASSISTANT DIRECTOR, WATER DEPARTMENT
By the signature affixed below, Addendum No. 1 is hereby incorporated into and made part of the above
referenced Invitation to Bid. I'n1
COMPANY NAME: Cc dAZ " CUC-4 , d' �� V � � -(-I
SIGNATURE:
NOTE: Company name and ignature mint bet a same as on the original bid documents. Failure to
return this form with your sealed bid may constitute grounds for rejection of your offer.
ITB 25-0077 WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2020, WSM-L
Addendum No. 1, Page 2 of 2
ADDENDUM TO INVITATION TO BID NO. 25-0077
WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2020 WSM-L
WATER DEPARTMENT
ADDENDUM NO. 2 DATE ISSUED: March 7, 2025
INVITATION TO BID (ITB): 25-0077
BID OPENING DATE: February 27, 2025 (CHANGED)
REVISED BID OPENING DATE: March 13. 2025
ITB No. 25-0077, issued January 29, 2025, is hereby amended as follows.-
1. Responses to questions are attached to this addendum as Attachment A.
2. SPECIFICATIONS:
Replace the following Sections:
Replace Section
00 41 00 Bid Form
00 42 43 Proposal Form
With Section
00 41 00 Bid Form
00 42 43 Proposal Form
00 45 12 Prequalification Statement 100 45 12 Prequalification Statement
3. PLANS:
Replace Sheet
COVER SHEET
2 - INDEX AND GENERAL CONSTRUCTION
NOTES - 1 OF 2
With Sheet(s)
COVER SHEET
2 - INDEX AND GENERAL CONSTRUCTION
NOTES - 1 OF 2
3 - GENERAL CONSTRUCTION NOTES - 2 OF 2 3 - GENERAL CONSTRUCTION NOTES - 2 OF 2
3A - GENERAL CONSTRUCTION NOTES - 2A OF 2
10 - PROP. 8" WATER REPLACEMENT PLAN - 10 - PROP. 8" WATER REPLACEMENT PLAN - WL-
WL-B STA 0+00 TO 9+33.33 B STA 0+00 TO 9+33.33
ITB 25-0077 WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2020 WSM-L
Addendum No. 2, Page 1 of 2
21 - PROP. SANITARY SEWER PLAN AND
PROFILE - L-2813 AND L-2813A STA 0+00 TO
6+43.38 & 0+00 TO 1+19.00
22 - PROP. SANITARY SEWER PLAN AND
PROFILE - SS-1 AND L-2814 STA 0+00 TO
6+40.75 & 3+50.34 TO 3+99.09
28 - PROP. SANITARY SEWER PLAN AND
PROFILE - L-2893* STA 6+85.01 TO 9+10.15
29 - PROP. SANITARY SEWER PLAN AND
PROFILE - L-2892R* STA 0+00 TO 7+00
30 - PROP. SANITARY SEWER PLAN AND
PROFILE - L-2892 STA 7+00 TO 9+62.95
31 - PROP. SANITARY SEWER PLAN AND
PROFILE - L-2894A STA 0+00 TO 3+08.73
34 - PROP. SANITARY SEWER PLAN AND
PROFILE - L-2894C STA 0+00 TO 6+00.89
35 - SANITARY SEWER DETAILS - 1 OF 5
42 - TRAFFIC CONTROL DETAILS
71 - TRAFFIC CONTROL DETAILS I
All other terms and Conditions remain unchanged.
21 - PROP. SANITARY SEWER PLAN AND
PROFILE - L-2813 AND L-2813A STA 0+00 TO
6+43.38 & 0+00 TO 1+19.00
22 - PROP. SANITARY SEWER PLAN AND
PROFILE - SS-1 AND L-2814 STA 0+00 TO 6+40.75
& 3+50.34 TO 3+99.09
28 - PROP. SANITARY SEWER PLAN AND
PROFILE - L-2893* STA 6+85.01 TO 9+10.15
29 - PROP. SANITARY SEWER PLAN AND
PROFILE - L-2892R* STA 0+00 TO 7+00
30 - PROP. SANITARY SEWER PLAN AND
PROFILE - L-2892 STA 7+00 TO 9+62.95
31 - PROP. SANITARY SEWER PLAN AND
PROFILE - L-2894A STA 0+00 TO 3+08.73
34 - PROP. SANITARY SEWER PLAN AND
PROFILE - L-2894C STA 0+00 TO 6+00.89
35 - SANITARY SEWER DETAILS - 1 OF 5
42 - TRAFFIC CONTROL DETAILS
71 - TRAFFIC CONTROL DETAILS I
TONY SHOLOLA, P.E.
ASSISTANT DIRECTOR, WATER DEPARTMENT
ne a ee1�"t�arrrra��r�reaersr..rr■.rnnrroasnnr■■ ...............................
By the signature affixed below, Addendum No. 2 is hereby incorporated into and made part of the above
referenced Invitation to Bid.
COMPANY NAME: C5 r1Sf �, s�
J1L iv ►'c cI
SIGNATURE:
NOTE: Compan ame-an-d--signature must be the same as on the original bid documents. Failure to
return this form with your sealed bid may constitute grounds for rejection of your offer.
ITB 25-0077 WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2020 WSM-L
Addendum No. 2, Page 2 of 2
ADDENDUM TO INVITATION TO BID NO.25-0077
WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2020, WSM-L
WATER DEPARTMENT
ADDENDUM NO. 3 DATE ISSUED: March 12, 2025
INVITATION TO BID (ITB): 25-0077
BID OPENING DATE: February 27, 2025 (CHANGED)
REVISED BID OPENING DATE: March 13. 2025
ITB No. 25-0077, issued January 29, 2025, is hereby amended as follows:
1. Response to questions are attached to this Addendum as Attachment A.
2. SPECIFICATIONS:
Replace the following:
Replace Section With Section
0042 43 Proposal Form 0042 43 Proposal Form
Cells unlocked to allow entry on Part 11 of Section 00 42 43
All other terms and conditions remain unchanged.
TONY SHOLOLA, P.E.
ASSISTANT DIRECTOR, WATER DEPARTMENT'
...........................................................................................
By the signature affixed below, Addendum No. 3 is hereby incorporated into and made part of the abo�
referenced Invitation to Bid. C�
COMPANY NAME: ,� r1S (�� ' ^ -1 f" `�C
SIGNATURE I._
NOTE: Co pany nab -and~ ignature must be the same as on the original bid documents. Failure to
return thi t wiff�i your sealed bid may constitute grounds for rejection of your offer.
ITB 25-0077 WATER AND SANITARY SEWER REPLACEM ENT CONTRACT 2020, WSM-L
Addendum No. 3, Page 1 of 1
ADDENDUM TO INVITATION TO BID NO.25-0077
WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2020, WSM-L
WATER DEPARTMENT
ADDENDUM NO.4 DATE ISSUED: March 12, 2025
INVITATION TO BID (ITB): 25-0077
BID OPENING DATE: February 27, 2025 (CHANGED)
REVISED BID OPENING DATE: March 13.2025
ITB No. 25-0077, issued January 29, 2025, is hereby amended as follows:
1. SPECIFICATIONS:
Replace the following:
Replace Section
10041 00 Bid Form
00 42 43 Proposal Form
i 00 45 12 Prequalification Statement
All other terms and conditions remain unchanged
} 3
With Section
00 41 00 Bid Form
00 42 43 Proposal Form
0045 12 Prequalification Statement
TONYSHOLOLA, P.E.
ASSISTANT DIRECTOR, WATER DEPARTMENT
..................................................................................................
By the signature affixed below, Addendum No. 4 is hereby incorporated into and made part ofthe above
referenced Invitation to Bid.
COMPANY NAME:
SIGNATURE:
NOTE: Company name aCti- gnat-uremnst•i�rn as on the original bid documents. Failure to
return this form with your sealed bid may constitute grounds for rejection of your offer.
ITB 25-0077 WATER AND SANITARY SEWER REPLACEMENT CONTRACT2020, WSM-L
Addendum No. 4, Page 1 of 1
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
000515-1
ADDENDA
Page 1 of 1
SECTION 00 05 15
ADDENDA
[Assembler: For Contract Document execution, remove this page and replace with any addenda
issued during bidding.]
END OF SECTION
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revised July 1, 2011
0011 13
INVITATION TO BIDDERS
Page 1 of 3
�1 01401 [1)0[QlfffR3
INVITATION TO BIDDERS
Electronic bids for the construction of Water and Sanitary Sewer Replacements Contract
2020 WSM-L, CPN 103362 ("Project") will be received by the City of Fort Worth via the
Procurement Portal htti)s:Hfortworthtexas.bonfirehub.com/portal/?tab=ovenODDortunities,
under the respective Project until 2:00 P.M. CST, Thursday, February 27, 2025.
Bids will then be opened publicly and read aloud beginning at 2:00 PM at New City Hall
(NCH); Room MZ10_12,100 Fort Worth Trail, Fort Worth, TX 76102.
Your submissions must be uploaded, finalized and submitted prior to the Project's posted due
date. The City strongly recommends allowing sufficient time to complete this process (ideally a
week prior to the deadline) to begin the uploading process and to finalize your submission.
Uploading large documents may take time, depending on the size of the file(s) and your Internet
connection speed. The Bonfire portal can be accessed using Microsoft Edge, Google Chrome, or
Mozilla Firefox. Javascript must be enabled. Browser cookies must be enabled.
Electronic submission is subject to electronic interface latency, which can result in transmission
delays. All bidders or proposers assume the risk of late transmission/ submission. The City shall
not be held liable if an interested bidder or proposer is unable to submit a complete bid/response
before the published deadline due to transmission delays or any other technical issues or
obstructions. The City strongly recommends allowing sufficient time to complete the submission
process (ideally a week before the deadline) to begin the uploading process and to finalize your
submission to give adequate time in the event an issue arises.
All submissions must be submitted electronically prior to the close date and time under the
respective Project via the Procurement Portal:
https://fortworthtexas.bonfirehub.com/portal/?tab=openOj2portunities
Failure to submit all completed required information listed in the respective Solicitation will be
grounds for rejection of a bid as non -responsive. No late bids/proposals shall be accepted. Bids
delivered in any other manner than using the Bonfire Platform (Procurement Portal) will not be
accepted or considered.
If, upon being opened, a submission is unreadable to the degree that material conformance to the
requirements of the procurement specifications cannot be ascertained, such submission will be
rejected without liability to the City, unless such bidder provides clear and convincing evidence
(a) of the content of the submission as originally submitted and (b) that the unreadable condition
of the Electronic Bid was caused solely by error or malfunction of the Bonfire Platform
(Procurement Portal). Failure to scan a clear or readable copy of a bid into the system does not
constitute and shall not be considered an error or malfunction of the Bonfire Platform
(Procurement Portal). Bidders are encouraged to fully review each page of every document within
their submission prior to submitting to ensure all documents are clear, legible, and complete.
SUPPORT
For technical questions, visit Bonfire's help forum at https://vendorsupport.gobonfire.com/hc/en-
us
Contact the Bonfire support team at Support@GoBonfire.com or by calling 1-800-354-8010.
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN 103362
Revised 2/08/24
0011 13
INVITATION TO BIDDERS
Page 2 of 3
To get started with Bonfire, watch this five-minute training video:
Vendor Registration and Submission [VIDEO] — Bonfire Vendor Support (gobonfire.com)
1" 3e101;7:1 w 17 DMI1;71911 IQ to] OIi.Ye7;7 CI
The major work will consist of the (approximate) following: The major work will consist of the
(approximate) following: Replacement of 8,000 linear feet (LF) of 6" and 8" Water Line and
1,200 LF of 10" Water Line including appurtenances, 32 gate valves, 160 services, and 7 fire
hydrant assemblies; and the replacement or rehabilitation of 6,500 LF of 8" Sanitary Sewer and
150 LF of 6" Sanitary Sewer including appurtenances, 105 services, 44 manholes. Paving
improvements of 35,000 SY of I I" Pavement Pulverization, 35,000 SY of 3" Asphalt Pavement
Type D, and 15,000 SF of Concrete Driveway.
PREQUALIFICATION
Certain improvements included in this project must be performed by a contractor or designated
subcontractor who is pre -qualified by the City at the time of bid opening. The procedures for
qualification and pre -qualification are outlined in the Section 3 of 00 21 13 — INSTRUCTIONS
TO BIDDERS.
DOCUMENT EXAMINATION AND PROCUREMENTS
The Bidding and Contract Documents may be examined or obtained via the Procurement Portal
httDs://fortworthtexas.bonfirehub.com/aortal/?tab=ODenODDOrtunities, under the respective
Project. Contract Documents may be downloaded, viewed, and printed by interested contractors
and/or suppliers.
EXPRESSION OF INTEREST
To ensure potential bidders are kept up to date of any new information pertinent to this project, all
interested parties should indicate their intent to bid in the Procurement Portal by selecting "yes"
under the Intent to Bid section. All Addenda will be posted in the Procurement Portal
httDs://fortworthtexas.bonfirehub.com/_aortal/?tab=ODenODDortunities, under the respective
Project.
PREBID CONFERENCE — Web Conference
A prebid conference will be held as discussed in Section 00 21 13 - INSTRUCTIONS TO
BIDDERS at the following date, and time via a web conferencing application:
DATE: February 10, 2025
TIME: 10 A.M. CST
Invitations with links to the web conferencing application will be distributed directly to those who
have submitted an Expression of Interest.
If a prebid conference is held, the presentation and any questions and answers provided at the
prebid conference will be issued as an Addendum to the call for bids. If a prebid conference is not
being held, prospective bidders should direct all questions about the meaning and intent of the
Bidding Documents electronically through the Vendors discussions section under the respective
Project via the Procurement Portal. If necessary, Addenda will be issued pursuant to the
Instructions to Bidders.
CITY'S RIGHT TO ACCEPT OR REJECT BIDS
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN 103362
Revised 2/08/24
0011 13
INVITATION TO BIDDERS
Page 3 of 3
City reserves the right to waive irregularities and to accept or reject any or all bids.
AWARD
City will award a contract to the Bidder presenting the lowest price, qualifications and
competencies considered.
FUNDING
Any Contracts awarded under this INVITATION TO BIDDERS are expected to be funded from
revenues generated from User Fees and reserved by the City for the Project.
INQUIRIES
All inquiries relative to this procurement should be addressed to the following:
Attn: Clayton M. Torrance, PE, City of Fort Worth
Email: cayton.torrance@FortWorthTexas.gov
Phone: 682-402-0146
AND/OR
Attn: Jennifer Franklin, PE, Quiddity Engineering
Email: jfranklin@quiddity.com
Phone: 972-488-3880
F.R DATAN71IKID1uIMe1813111V
January 29, 2025
February 5, 2025
END OF SECTION
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN 103362
Revised 2/08/24
0021 13
INSTRUCTIONS TO BIDDERS
SECTION 00 2113
INSTRUCTIONS TO BIDDERS
1. Defined Terms
Page 1 of 10
1.1. Capitalized terms used in these INSTRUCTIONS TO BIDDERS are defined in Section
00 72 00 - GENERAL CONDITIONS.
1.2. Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the
meanings indicated below which are applicable to both the singular and plural thereof.
1.2.1. Bidder: Any person, firm, partnership, company, association, or corporation acting
directly through a duly authorized representative, submitting a bid for performing
the work contemplated under the Contract Documents.
1.2.2. Nonresident Bidder: Any person, firm, partnership, company, association, or
corporation acting directly through a duly authorized representative, submitting a
bid for performing the work contemplated under the Contract Documents whose
principal place of business is not in the State of Texas.
1.2.3. Successful Bidder: The lowest responsible and responsive Bidder to whom City
(on the basis of City's evaluation as hereinafter provided) makes an award.
2. Copies of Bidding Documents
2.1. Neither City nor Engineer shall assume any responsibility for errors or
misinterpretations resulting from the Bidders use of incomplete sets of Bidding
Documents.
2.2. City and Engineer in making electronic Bidding Documents available do so only for the
purpose of obtaining Bids for the Work and do not authorize or confer a license or grant
for any other use.
3. Prequalification of Bidders (Prime Contractors and Subcontractors)
3.1. Bidders or their designated subcontractors are required to be prequalified for the work
types requiring prequalification as per Sections 00 45 11 BIDDERS
PREQUALIFICATIONS and 00 45 12 PREQUALIFICATION STATEMENT. Firms
seeking pre -qualification, must submit the documentation identified in Section 00 45 11
on Section 00 45 13 PREQUALIFICATION APPLICATION at least seven (7)
calendar days prior to Bid opening for review and, if qualified, acceptance. The
subcontractors listed by a Bidder on 00 45 12 must be prequalified for the appropriate
work types. Subcontractors must follow the same timelines as Bidders for obtaining
prequalification review. Bidders or Subcontractors who are not prequalified at the time
bids are opened and reviewed may cause the bid to be rejected.
Prequalification requirement work types and documentation are available by accessing all
required files through the City's website at:
httl)s://apl2s.fortworthtexas.gov/ProjectResources/
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN 103362
Revised/Updated 1/17/24
0021 13
INSTRUCTIONS TO BIDDERS
Page 2 of 10
3.1.1. Paving — Requirements document located at:
httDs: //aDDs. fortworthtexas. aov/Proj ectResources/ResourcesP/02%20-
%20Construction%2ODocuments/Contractor%2OPreaualification/TPW%2OPavin2
%20Contractor%2OPrecivalification%2OProaram/PREOUALIFICATION%20REO
UIREMENTS%20FOR%20PAVING%2000NTRACTORS.bdf
3.1.2. Roadway and Pedestrian Lighting — Requirements document located at:
htti)s://apps.fortworthtexas. Rov/Proj ectResources/ResourcesP/02%20-
%20Construction%2ODocuments/Contractor%2OPrecivalification/TPW%2ORoadwa
v%20and%2OPedestrian%2OLiahtina%2OPrequalification%2OProaram/STREET%
20LIGHT%20PREOUAL%20REOMNTS.tDdf
3.1.3. Water and Sanitary Sewer — Requirements document located at:
httns://anns.fortworthtexas. aov/Proi ectResources/ResourcesP/02%20-
%20Construction%2ODocuments/Contractor%2OPreaualification/Water%20and%2
OSanitarv%2OSewer%2OContractor%2OPredualification%20Proaram/W S S%2ODre
dual%20requirements-Ddf
3.2. Each Bidder, unless currently prequalified, must submit to City at least seven (7)
calendar days prior to Bid opening, the documentation identified in Section 00 45 11,
BIDDERS PREQUALIFICATIONS.
3.2.1. Submission of and/or questions related to prequalification should be addressed to
the City contact as provided in Paragraph 6.1.
3.3. The City reserves the right to require any pre -qualified contractor who is the apparent
low bidder for a project to submit such additional information as the City, in its sole
discretion may require, including but not limited to manpower and equipment records,
information about key personnel to be assigned to the project, and construction schedule
to assist the City in evaluating and assessing the ability of the apparent low bidder to
deliver a quality product and successfully complete projects for the amount bid within
the stipulated time frame. Based upon the City's assessment of the submitted
information, a recommendation regarding the award of a contract will be made to the
City Council. Failure to submit the additional information, if requested, may be grounds
for rejecting the apparent low bidder as non -responsive. Affected contractors will be
notified in writing of a recommendation to the City Council.
3.4. In addition to prequalification, additional requirements for qualification may be required
within various sections of the Contract Documents.
4. Examination of Bidding and Contract Documents, Other Related Data, and Site
4.1. Before submitting a Bid, each Bidder:
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN 103362
Revised/Updated 1/17/24
0021 13
INSTRUCTIONS TO BIDDERS
Page 3 of 10
4.1.1. Shall examine and carefully study the Contract Documents and other related data
identified in the Bidding Documents (including "technical data" referred to in
Paragraph 4.2. below). No information given by City or any representative of the
City other than that contained in the Contract Documents and officially
promulgated addenda thereto, shall be binding upon the City.
4.1.2. Should visit the site to become familiar with and satisfy Bidder as to the general,
local and site conditions that may affect cost, progress, performance or furnishing
of the Work.
4.1.3. Shall consider federal, state and local Laws and Regulations that may affect cost,
progress, performance or furnishing of the Work.
4.1.4. Is advised that, City, in accordance with Title VI of the Civil Rights Act of 1964,
78 Stat. 252, 42 U.S.C. 2000d to 2000d-4 and Title 49, Code of Federal
Regulations, Department of Transportation, Subtitle A, Office of the Secretary, Part
21, Nondiscrimination in Federally -assisted programs of the Department of
Transportation issued pursuant to such Act, hereby notifies all bidders that it will
affirmatively insure that in any contract entered into pursuant to this advertisement,
minority business enterprises will be afforded full opportunity to submit bids in
response to this invitation and will not be discriminated against on the grounds of
race, color, or national origin in consideration of award.
4.1.5. Shall study all: (i) reports of explorations and tests of subsurface conditions at or
contiguous to the Site and all drawings of physical conditions relating to existing
surface or subsurface structures at the Site (except Underground Facilities) that
have been identified in the Contract Documents as containing reliable "technical
data" and (ii) reports and drawings of Hazardous Environmental Conditions, if any,
at the Site that have been identified in the Contract Documents as containing
reliable "technical data."
4.1.6. Is advised that the Contract Documents on file with the City shall constitute all of
the information which the City will furnish. All additional information and data
which the City will supply after promulgation of the formal Contract Documents
shall be issued in the form of written addenda and shall become part of the Contract
Documents just as though such addenda were actually written into the original
Contract Documents. No information given by the City other than that contained in
the Contract Documents and officially promulgated addenda thereto, shall be
binding upon the City.
4.1.7. Should perform independent research, investigations, tests, borings, and such other
means as may be necessary to gain a complete knowledge of the conditions which
will be encountered during the construction of the project. For projects with
restricted access, upon request, City may provide each Bidder access to the site to
conduct such examinations, investigations, explorations, tests and studies as each
Bidder deems necessary for submission of a Bid. Bidder must fill all holes and
clean up and restore the site to its former conditions upon completion of such
explorations, investigations, tests and studies.
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN 103362
Revised/Updated 1/17/24
0021 13
INSTRUCTIONS TO BIDDERS
Page 4 of 10
4.1.8. Shall determine the difficulties of the Work and all attending circumstances
affecting the cost of doing the Work, time required for its completion, and obtain all
information required to make a proposal. Bidders shall rely exclusively and solely
upon their own estimates, investigation, research, tests, explorations, and other data
which are necessary for full and complete information upon which the proposal is
to be based. It is understood that the submission of a proposal or bid is prima -facie
evidence that the Bidder has made the investigations, examinations and tests herein
required.
4.1.9. Shall promptly notify City of all conflicts, errors, ambiguities or discrepancies in or
between the Contract Documents and such other related documents. The Contractor
shall not take advantage of any gross error or omission in the Contract Documents,
and the City shall be permitted to make such corrections or interpretations as may
be deemed necessary for fulfillment of the intent of the Contract Documents.
4.1.10. Indicate their intent to bid by selecting "yes" in the Procurement Portal
under the Intent to Bid section. You must indicate your intent to bid to be able
to submit a bid to the City.
4.2. Reference is made to Section 00 73 00 — Supplementary Conditions for identification
of:
4.2.1. those reports of explorations and tests of subsurface conditions at or contiguous to
the site which have been utilized by City in preparation of the Contract Documents.
The logs of Soil Borings, if any, on the plans are for general information only.
Neither the City nor the Engineer guarantee that the data shown is representative of
conditions which actually exist.
4.2.2. those drawings of physical conditions in or relating to existing surface and
subsurface structures (except Underground Facilities) which are at or contiguous to
the site that have been utilized by City in preparation of the Contract Documents.
4.2.3. copies of such reports and drawings will be made available by City to any Bidder
on request. Those reports and drawings may not be part of the Contract
Documents, but the "technical data" contained therein upon which Bidder is entitled
to rely as provided in Paragraph 4.02. of the General Conditions has been identified
and established in Paragraph SC 4.02 of the Supplementary Conditions. Bidder is
responsible for any interpretation or conclusion drawn from any "technical data" or
any other data, interpretations, opinions or information.
4.2.4. Standard insurance requirements, coverages and limits.
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN 103362
Revised/Updated 1/17/24
0021 13
INSTRUCTIONS TO BIDDERS
Page 5 of 10
4.3. The submission of a Bid will constitute an incontrovertible representation by Bidder: (i)
that Bidder has complied with every requirement of this Paragraph 4, (ii) that without
exception the Bid is premised upon performing and furnishing the Work required by the
Contract Documents and applying the specific means, methods, techniques, sequences or
procedures of construction (if any) that may be shown or indicated or expressly required
by the Contract Documents, (iii) that Bidder has given City written notice of all
conflicts, errors, ambiguities and discrepancies in the Contract Documents and the
written resolutions thereof by City are acceptable to Bidder, and when said conflicts,
etc., have not been resolved through the interpretations by City as described in
Paragraph 6., and (iv) that the Contract Documents are generally sufficient to indicate
and convey understanding of all terms and conditions for performing and furnishing the
Work.
4.4. The provisions of this Paragraph 4, inclusive, do not apply to Asbestos, Polychlorinated
biphenyls (PCBs), Petroleum, Hazardous Waste or Radioactive Material covered by
Paragraph 4.06. of the General Conditions, unless specifically identified in the Contract
Documents.
5. Availability of Lands for Work, Etc.
5.1. The lands upon which the Work is to be performed, rights -of -way and easements for
access thereto and other lands designated for use by Contractor in performing the Work
are identified in the Contract Documents. All additional lands and access thereto
required for temporary construction facilities, construction equipment or storage of
materials and equipment to be incorporated in the Work are to be obtained and paid for
by Contractor. Easements for permanent structures or permanent changes in existing
facilities are to be obtained and paid for by City unless otherwise provided in the
Contract Documents.
5.2. Outstanding right-of-way, easements, and/or permits to be acquired by the City are listed
in Paragraph SC 4.01 of the Supplementary Conditions. In the event the necessary right-
of-way, easements, and/or permits are not obtained, the City reserves the right to cancel
the award of contract at any time before the Bidder begins any construction work on the
project.
5.3. The Bidder shall be prepared to commence construction without all executed right-of-
way, easements, and/or permits, and shall submit a schedule to the City of how
construction will proceed in the other areas of the project that do not require permits
and/or easements.
6. Interpretations and Addenda
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN 103362
Revised/Updated 1/17/24
0021 13
INSTRUCTIONS TO BIDDERS
Page 6 of 10
6.1. All questions about the meaning or intent of the Bidding Documents are to be directed to
City electrically through the Vendor Discussions section under the respective Project via
the Procurement Portal
https://fortworthtexas.bonfirehub.com/portal/?tab=open0pportunities on or before 2
p.m., the Monday prior to the Bid opening. Questions received after this day may not be
responded to. Interpretations or clarifications considered necessary by City in response
to such questions will be issued by Addenda. Only questions answered by formal
written Addenda will be binding. Oral and other interpretations or clarifications will be
without legal effect.
6.2. Addenda may also be issued to modify the Bidding Documents as deemed advisable by
City.
6.3. Addenda or clarifications shall be posted under the respective Project via the
Procurement Portal
httDs://fortworthtexas.bonfirehub.com/aortal/?tab=ODenODDortunities
6.4. A prebid conference may be held at the time and place indicated in the Advertisement
or INVITATION TO BIDDERS. Representatives of City will be present to discuss the
Project. Bidders are encouraged to attend and participate in the conference. City will
transmit to all prospective Bidders of record such Addenda as City considers necessary
in response to questions arising at the conference. Oral statements may not be relied
upon and will not be binding or legally effective.
7. Bid Security
7.1. Each Bid must be accompanied by a Bid Bond made payable to City in an amount of
five (5) percent of Bidder's maximum Bid price, on the form attached or equivalent,
issued by a surety meeting the requirements of Paragraph 5.01 of the General
Conditions.
7.2. The Bid Bonds provided by a Bidder will be retained until the conditions of the Notice
of Award have been satisfied. If the Successful Bidder fails to execute and return the
Contract Documents within 14 days after the Notice of Award conveying same, City
may consider Bidder to be in default, rescind the Notice of Award and act on the Bid
Bond. Such action shall be City's exclusive remedy in the event Bidder is deemed to
have defaulted.
8. Contract Times
The number of days within which, or the dates by which, Milestones are to be achieved in
accordance with the General Requirements and the Work is to be completed and ready for
Final Acceptance is set forth in the Agreement or incorporated therein by reference to the
attached Bid Form.
9. Liquidated Damages
Provisions for liquidated damages are set forth in the Agreement.
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN 103362
Revised/Updated 1/17/24
0021 13
INSTRUCTIONS TO BIDDERS
Page 7 of 10
10. Substitute and "Or -Equal" Items
The Contract, if awarded, will be on the basis of materials and equipment described in the
Bidding Documents without consideration of possible substitute or "or -equal" items.
Whenever it is indicated or specified in the Bidding Documents that a "substitute" or "or -
equal" item of material or equipment may be furnished or used by Contractor if acceptable to
City, application for such acceptance will not be considered by City until after the Effective
Date of the Agreement. The procedure for submission of any such application by Contractor
and consideration by City is set forth in Paragraphs 6.05A., 6.05B. and 6.05C. of the General
Conditions and is supplemented in Section 01 25 00 of the General Requirements.
11. Subcontractors, Suppliers and Others
11.1. In accordance with the City's Business Equity Ordinance No.25165-10-2021 the City
has goals for the participation of minority business and/or women business
enterprises in City contracts $100,000 or greater. See Section 00 45 40 for the
M/WBE Project Goals and additional requirements. Failure to comply shall render
the Bidder as non -responsive.
Business Equity Ordinance No.25165-10-2021, as amended (replacing Ordinance
No. 24534-11-2020), codified at:
httDs://codelibrarv.amleaal.com/codes/ftworth/latest/ftworth tx/0-0-0-22593
11.2. No Contractor shall be required to employ any Subcontractor, Supplier, other person
or organization against whom Contractor or City has reasonable objection.
12. Bid Form
12.1. The Bid Form is included with the Bidding Documents.
12.2. All blanks on the Bid Form must be completed and the Bid Form signed
electronically or signed in ink and scan. A Bid price shall be indicated for each Bid
item, alternative, and unit price item listed therein. In the case of optional
alternatives, the words "No Bid," "No Change," or "Not Applicable" may be entered.
Bidder shall state the prices for which the Bidder proposes to do the work
contemplated or furnish materials required.
12.3. Bids by corporations shall be executed in the corporate name by the president or a
vice-president or other corporate officer accompanied by evidence of authority to
sign. The corporate seal shall be affixed. The corporate address and state of
incorporation shall be shown below the signature.
12.4. Bids by partnerships shall be executed in the partnership name and signed by a
partner, whose title must appear under the signature accompanied by evidence of
authority to sign. The official address of the partnership shall be shown below the
signature.
12.5. Bids by limited liability companies shall be executed in the name of the firm by a
member and accompanied by evidence of authority to sign. The state of formation of
the firm and the official address of the firm shall be shown.
12.6. Bids by individuals shall show the Bidder's name and official address.
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN 103362
Revised/Updated 1/17/24
0021 13
INSTRUCTIONS TO BIDDERS
Page 8 of 10
12.7. Bids by joint ventures shall be executed by each joint venture in the manner indicated
on the Bid Form. The official address of the joint venture shall be shown.
12.8. All names shall be typed or printed in ink below the signature.
12.9. The Bid shall contain an acknowledgement of receipt of all Addenda, the numbers of
which shall be filled in on the Bid Form.
12.10. Postal and e-mail addresses and telephone number for communications regarding the
Bid shall be shown.
12.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of
Texas shall be provided in accordance with Section 00 43 37 — Vendor Compliance
to State Law Non Resident Bidder.
13. Submission of Bids
Bids shall be submitted electronically in the Procurement Portal on the prescribed Bid Form,
provided with the Bidding Documents, prior to the time indicated in the Advertisement or
INVITATION TO BIDDERS.
14. Withdrawal of Bids
14.1. Bids submitted electronically may be withdrawn prior to the time set for bid opening
via the Procurement Portal
httDs://fortworthtexas.bonfirehub.com/aortal/?tab=ODenODDortunities.
15. Opening of Bids
Bids will be opened and read aloud publicly. An abstract of the amounts of the base Bids and
major alternates (if any) will be made available to Bidders after the opening of Bids.
16. Bids to Remain Subject to Acceptance
All Bids will remain subject to acceptance for a minimum of 90 days or the time period
specified for Notice of Award and execution and delivery of a complete Agreement by
Successful Bidder. City may, at City's sole discretion, release any Bid and nullify the Bid
security prior to that date.
17. Evaluation of Bids and Award of Contract
17.1. City reserves the right to reject any or all Bids, including without limitation the rights
to reject any or all nonconforming, nonresponsive, unbalanced or conditional Bids
and to reject the Bid of any Bidder if City believes that it would not be in the best
interest of the Project to make an award to that Bidder. City reserves the right to
waive informalities not involving price, contract time or changes in the Work and
award a contract to such Bidder. Discrepancies between the multiplication of units of
Work and unit prices will be resolved in favor of the unit prices. Discrepancies
between the indicated sum of any column of figures and the correct sum thereof will
be resolved in favor of the correct sum. Discrepancies between words and figures
will be resolved in favor of the words.
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN 103362
Revised/Updated 1/17/24
0021 13
INSTRUCTIONS TO BIDDERS
Page 9 of 10
17.1.1. Any or all bids will be rejected if City has reason to believe that collusion exists
among the Bidders, Bidder is an interested party to any litigation against City,
City or Bidder may have a claim against the other or be engaged in litigation,
Bidder is in arrears on any existing contract or has defaulted on a previous
contract, Bidder has performed a prior contract in an unsatisfactory manner, or
Bidder has uncompleted work which in the judgment of the City will prevent or
hinder the prompt completion of additional work if awarded.
17.2. In addition to Bidder's relevant prequalification requirements, City may consider the
qualifications and experience of Subcontractors, Suppliers, and other persons and
organizations proposed for those portions of the Work where the identity of such
Subcontractors, Suppliers, and other persons and organizations must be submitted as
provided in the Contract Documents or upon the request of the City. City also may
consider the operating costs, maintenance requirements, performance data and
guarantees of major items of materials and equipment proposed for incorporation in
the Work when such data is required to be submitted prior to the Notice of Award.
17.3. City may conduct such investigations as City deems necessary to assist in the
evaluation of any Bid and to establish the responsibility, qualifications, and financial
ability of Bidders, proposed Subcontractors, Suppliers and other persons and
organizations to perform and furnish the Work in accordance with the Contract
Documents to City's satisfaction within the prescribed time.
17.4. Contractor shall perform with his own organization, work of a value not less than
35% of the value embraced on the Contract, unless otherwise approved by the City.
17.5. If the Contract is to be awarded, it will be awarded to lowest responsible and
responsive Bidder whose evaluation by City indicates that the award will be in the
best interests of the City.
17.6. Pursuant to Texas Government Code Chapter 2252.001, the City will not award
contract to a Nonresident Bidder unless the Nonresident Bidder's bid is lower than
the lowest bid submitted by a responsible Texas Bidder by the same amount that a
Texas resident bidder would be required to underbid a Nonresident Bidder to obtain a
comparable contract in the state in which the nonresident's principal place of
business is located.
17.7. A contract is not awarded until formal City Council authorization. If the Contract is
to be awarded, City will award the Contract within 90 days after the day of the Bid
opening unless extended in writing. No other act of City or others will constitute
acceptance of a Bid. Upon the contract award, a Notice of Award will be issued by
the City.
17.7.1. The contractor is required to fill out and sign the Certificate of Interested
Parties Form 1295 and the form must be submitted to the Project Manager
before the contract will be presented to the City Council. The form can be
obtained at httns://www.ethics.state.tx.us/data/forms/1295/1295.i)df
17.8. Failure or refusal to comply with the requirements may result in rejection of Bid.
18. Signing of Agreement
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN 103362
Revised/Updated 1/17/24
0021 13
INSTRUCTIONS TO BIDDERS
Page 10 of 10
18.1. When City issues a Notice of Award to the Successful Bidder, it will be accompanied
by the required number of unsigned counterparts of the Project Manual. Within 14
days thereafter, Contractor shall sign and deliver the required number of counterparts
of the Project Manual to City with the required Bonds, Certificates of Insurance, and
all other required documentation.
18.2. City shall thereafter deliver one fully signed counterpart to Contractor.
III\I IZI] W11 ON I IQ] I
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN 103362
Revised/Updated 1/17/24
00 35 13
CONFLICT OF INTEREST STATEMENT
Page 1 of 1
SECTION 00 35 13
CONFLICT OF INTEREST STATEMENT
Each bidder, offeror or respondent to a City of Fort Worth procurement is required to complete a
Conflict of Interest Questionnaire or certify that one is current and on file with the City Secretary's
Office pursuant to state law.
If a member of the Fort Worth City Council, any one or more of the City Manager or Assistant
City Managers, or an agent of the City who exercise discretion in the planning, recommending,
selecting or contracting with a bidder, offeror or respondent is affiliated with your company, then
a Local Government Officer Conflicts Disclosure Statement (CIS) may be required.
You are urged to consult with counsel regarding the applicability of these forms and Local
Government Code Chapter 176 to your company.
The referenced forms may be downloaded from the links provided below.
Form CIQ (Conflict of Interest Questionnaire) (state.tx.us)
httiDs://www.ethics.state.tx.us/data/forms/conflict/ClS.iDdf
El CIQ Form does not apply
❑ CIQ Form is on file with City Secretary
❑ CIQ Form is being provided to the City Secretary
E CIS Form does not apply
❑ CIS Form is on File with City Secretary
❑ CIS Form is being provided to the City Secretary
BIDDER: (' ,
By:
Signature:
Title:
END OF SECTION
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised 9/30/2021 CPN 103362 - 00 41 00 Bid Proposal Workbook - Addendum 4.xlsx
0041 00
BID FORM
Page 1 of 3
SECTION 00 41 00
BID FORM
TO: The Purchasing Manager
c/o: The Purchasing Division
200 Texas Street
City of Fort Worth, Texas 76102
FOR: Water and Sanitary Sewer Replacements Contract 2020 WSM-L
City Project No.: 103362
Units/Sections: Part I: Contract 2020 WSM-L: Unit 1 Water
Part I: Contract 2020 WSM-L: Unit 2 Sanitary Sewer
Part I: Contract 2020 WSM-L: Unit 3 Paving
Part II: Eastside 2 to Holly Pressure Reducing Valve Station
1. Enter Into Agreement
The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City in the form
included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents
for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions
of the Contract Documents.
2. BIDDER Acknowledgements and Certification
2.1. In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and
INSTRUCTIONS TO BIDDERS, including without limitation those dealing with the disposition of Bid Bond.
2.2. Bidder is aware of all costs to provide the required insurance, will do so pending contract award, and will
provide a valid insurance certificate meeting all requirements within 14 days of notification of award.
2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed
individual or entity and is not submitted in conformity with any collusive agreement or rules of any group,
association, organization, or corporation.
2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid.
2.5. Bidder has not solicited or induced any individual or entity to refrain from bidding.
2.6. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract.
For the purposes of this Paragraph:
a. "corrupt practice" means the offering, giving, receiving, or soliciting of any thing of value likely to
influence the action of a public official in the bidding process.
b. "fraudulent practice" means an intentional misrepresentation of facts made (a) to influence the
bidding process to the detriment of City (b) to establish Bid prices at artificial non-competitive
levels, or (c) to deprive City of the benefits of free and open competition.
c. "collusive practice" means a scheme or arrangement between two or more Bidders, with or without
the knowledge of City, a purpose of which is to establish Bid prices at artificial, non-competitive
levels.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS ADDENDUM NO. 4
Revised 9/30/2021 CPN 103362 - 00 41 00 Bid Proposal Workbook - Addendum 4.xlsx
0041 00
BID FORM
Page 2 of 3
d. "coercive practice" means harming or threatening to harm, directly or indirectly, persons or their
property to influence their participation in the bidding process or affect the execution of the
Contract.
3. Prequalification
The Bidder acknowledges that the following work types must be performed only by prequalified contractors and
subcontractors:
a. Water Distribution, Urban and Renewal, 12-inch diameter and smaller
b. Sewer CIPP, 6-inches and smaller
c. Sewer Collection System, Urban and Renewal, 8-inches and smaller
d. Sewer Pipe Enlargement, 8-inches and smaller
e. Sanitary Manhole/Structure Interior Lining - Warren or Chesterton Coating
f. Auger Boring - 20-inch diameter casing and less
g. 8-inch Sewer Pipe Enlargement by Tunnel with no casing
h. CCTV, 12-inches and smaller
i. Asphalt Paving Construction/Reconstruction (Less than 15,000 Square Yards)
4. Time of Completion
4.1. The Work will be complete for Final Acceptance within 500 cal. days after the date when the
the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions.
4.2. Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete
the Work {and/or achievement of Milestones} within the times specified in the Agreement.
5. Attached to this Bid
The following documents are attached to and made a part of this Bid:
a. This Bid Form, Section 00 41 00
b. Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of Paragraph
5.01 of the General Conditions.
c. Proposal Form, Section 00 42 43
d. Vendor Compliance to State Law Non Resident Bidder, Section 00 43 37
e. MWBE Forms (optional at time of bid)
f. Prequalification Statement, Section 00 45 12
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS ADDENDUM NO.4
Revised 9/30/2021 CPN 103362 - 00 41 00 Bid Proposal Workbook - Addendum 4.xlsx
0041 00
BID FORM
Page 3 of 3
g. Conflict of Interest Affidavit, Section 00 35 13
"If necessary, CIQ or CIS forms are to be provided directly to City Secretary
h. Any additional documents that may be required by Section 12 of the Instructions to Bidders
6. Total Bid Amount
6.1. Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. In the
space provided below, please enter the total bid amount for this project. Only this figure will be read publicly
by the City at the bid opening.
6.2. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is
subject to verification and/or modification by multiplying the unit bid prices for each pay item by the respective
estimated quantities shown in this proposal and then totaling all of the extended amounts.
6.3.
7. Bid Submittal
This Bid is submitted on 7 3 2
Respectfully submitt ,
(Signature)
(Printed Name)
Title: �' m b e b
Company: C� n S"t`dC� . Je i-JA0
r�
���� Vl ��Yt A✓ b
Address: U(J
State of Incorporation: � X
Email: (CkA ,eI Q'I ic. S A"X' V�_
Phone: --3 1 G 90—Pq
END OF SECTION
by the entity named below.
Receipt is acknowledged of the
Initial
following Addenda:
JAddendum No. 1:
(,L
JAddendum No. 2:
Addendum No. 3:
�. <
JAddendum No. 4:
d . <—
Corporate Seal:
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS ADDENDUM NO. 4
Revised 9/30/2021 CPN 103362 - 00 41 00 Bid Proposal Workbook - Addendum 4.xlsx
UNIT PRICE BID
SECTION 00 42 43
PROPOSALFORM
Project Item Information
Bidlist Item
No. Description
PART I: CONTRACT 2020 WSMA
Unit 1- Water Improvements
1 3311.0251 8" DIP Water
2 3311.0261 8" PVC Water Pipe (C900 DR-14)
3 3311.0161 6" PVC Water Pipe (C900 DR-14)
4 3305.1103 20" Casing By Other Than Open Cut
5 3305.2002 8" DIP Water Carrier Pipe
6 13312.3002 6" Gate Valve w/ Concrete Collar
7 13312.3003 8" Gate Valve w/ Concrete Collar
8 19999.0001 Remove and Salvage 2" Gate Valve
9 10241.1302 Remove and Salvage 6" Water Valve
10 10241.1303 Remove and Salvage 8" Water Valve
11 10241.1304 Remove and Salvage 10" Water Valve
12 13305.0111 Water Valve Box Adjustment with Concrete Collar (50/50)
13 13311.0001 Ductile Iron Water Fittings w/ Restraint
14 10241,1001 Water Line Grouting
15 10241.1510 Salvage Fire Hydrant
16 10241.1511 Salvage 3/4" Water Meter
17 10241.1512 Salvage 1" Water Meter
18 10241.1513 Salvage 1 1/2" Water Meter
19 0241.1514 Salvage 2" Water Meter
20 3216.0101 6" Conc Curb and Gutter
21 10241.1300 Remove Conc Curb&Gutter
22 13305.0109 Trench Safety
23 13312.0001 Fire Hydrant
24 13312.2001 1" Water Service, Meter Reconnection
25 13312.2003 1" Water Service
26 13312.2004 1" Private Water Service
27 13312.2101 11/2" Water Service, Meter Reconnection
28 3312.2103 1 1/2" Water Service
29 3312.2201 2" Water Service, Meter Reconnection
30 13312.2203 2" Water Service
31 3304.0101 Temporary Water Services
32 3305.0003 8" Waterline Lowering
33 13312.0117 Connection to Existing 4"-12" Water Main
34 13312.0110 Connection to Existing 36" Concrete Water Main
35 13201.0111 4' Wide Asphalt Pvmt Repair, Residential
36 13201.0121 4' Wide Asphalt Pvmt Repair, Arterial
37 13201.0201 Asphalt Pvmt Repair Beyond Defined Width, Residential
38 3201.0202 Asphalt Pvmt Repair Beyond Defined Width, Arterial
39 13201.0400 Temporary Asphalt Paving Repair (2" HMAC over 6" Flexbase)
40 13201.0614 Conc Pvmt Repair, Residential
41 10241.0401 Remove Existing Concrete Driveway (50/50)
42 13213.0401 Install New 6" Concrete Driveway (50/50)
43 13213.0451 Remove & Replace 6" Exposed Aggregate Driveway (50/50)
44 10241.1400 Remove Existing Concrete Valley Gutter (50/50)
45 13216.0302 Install New 7" Concrete Valley Gutter (50/50)
46 10241.1700 11" Pavement Pulverization (50/50)
47 13211.3300 Cem-Lime Stabilization @ 32Lbs/SY (50/50)
48 13123.0101 Unclassified Street Excavation (50/50)
49 13212.0302 3" Asphalt Pvmt Type D (DG-D) (50/50)
00 42 43
PROPOSALFORM
Page 1 of 5
Bidder's Application
Bidder's Proposal
Specification
( Unit of
Bid
Unit Price
\
Bid Value
Section No.
Measure
Quantity
331110
LF
5,451
$122.79 $
669,328.29
331112
LF
3,355
$88.20
$
295,911.00
331112
LF
70
$105.00
$
7,350.00
33 05 22
LF
46
$566.001 $
26,036.00
330524
LF
46
$165.001 $
7,590.00
331220
1 EA
7
$1,680.001 $
11,760.00
331220
EA
25
$2,320.001
$
58,000.00
99 99 99
EA (
2
$250.00
$
500.00
024114
I EA 1
8
$250,001 $
2,000,00
1 024114
1 EA
11
$250.001 $
2,750.00
1 024114
1 EA
4
$250.001 $
1,000.00
330514
EA
16
$500.001 $
8.000.00
331111
TON 1
6
$5,500,001 $
33,000,00
1 02 41 14
1 CY 1
25
$280.00 1 $
7,000.00
1 024114
1 EA I
6
$600.001 $
3,600.00
024114
EA f
152
$100.001 $
15,200.00
024114
EA
5
$100.00
$
500.00
024114
EA
1
$100.00
$
100.00
024114
1 EA
2 1
$100.00 1 $
200.00
321613
1 LF
2,425
$56.801 $
137,740.00
02 41 15
1 LF
2,425
$8.001
$
19,400.00
330510
1 LF
171
$10.00
$
1,710.00
331240
1 EA 1
7
$4, 300.001 $
30,100.00
331210
EA I
132
$350.001 $
46,200.00
331210
EA 1
132 (
$2.140.001 $
282,480.00
33 12 10
LF
22
$70.00
$
1,540.00
331210
EA I
7
$350.00
$
2,450.00
331210
EA i
7
$3,005.00
$
21,035.00
331210
1 EA 1
19
$350.001 $
6,650.00
331210
1 EA 1
19 1
$4,000.001 $
76,000.00
330430
1 LS
1
$160,000.00
$
160,000.00
330512
1 EA (
5 (
$6,800.00
$
34,000.00
331225
( EA 1
11 1
$3,500.001 $
38,500.00
331225
1 EA 1
1
$51,500.001 $
51,500.00
320117
LF
100
$90.001
$
9,000.00
320117
LF
100
$90.001
$
9,000.00
320117
SY 1
200 (
$135.001 $
27,000.00
330117
1 SY 1
200
$135.001 $
27,000.00
320118
LF
10,784
$16.001 $
172,544.00
320129
SY 1
191
$188.001 $
35,908.00
024113
SF 1
3,688
$5.951 $
21,943.60
321320
1 SF 1
3,688 1
$15.501 $
57,164.00
321320
SF 1
350 1
$21.451 $
7,507.50
024115
SY
111 (
$55.001 $
6.105.00
321613
SY
466 (
$145.651
$
67,872.90
024115
SY
8,713
$12.651
$
110,219.45
321129 1
TN 1
136
$565.001 $
76,840.00
312316
CY 1
48
$60.001 $
2,880.00
321216
SY (
8,713 (
$31.451 $
274,023.85
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised 9/30/2021
ADDENDUM NO.4
00 4100 Bid Proposal Workbook - Addendum 4
WHAUNNA ie
SECTION 00 42 43
PROPOSALFORM
Project Item Information
Bidlist Item
DesDescriptionNo.
50 3305.0103 Exploratory Excavation of Existing Utilities
51 3305.0202 Imported Embedment/Backfill, CSS
52 3305.0203 Imported Embedment/Backfill, CLSM
53 13305.0207 Imported Embedment/Backfill, Select Fill
54 13292.0101 Utility Service Surface Restoration Sodding
55 3291.0100 Topsoil (50/50)
56 13292.0100 Block Sod Placement (50/50)
57 13471.0001 Traffic Control
58 10171,0101 Construction Staking
59 10171.0102 Construction Survey (GPS and Redline Survey)
60 19999.0002 Water Construction Allowance
PART I: CONTRACT 2020 WSM-L
Unit 2 - Sanitary Sewer Improvements
1 3331.4115 8" PVC Sewer Pipe (SDR 26)
2 3331.4119 8" DIP Sewer Pipe (w/ Protecto 401)
3 3331.1102 6" to 8" Pipe Enlargement
4 9999.0003 8" SS By Other Than Open Cut
5 13331.2101 6" CIPP
6 13331.2201 Service Reconnection, CIPP
7 13331.0102 6" Sewer Pipe, Point Repair
8 19999.0004 6" SS Service Relocate
9 13305.1103 20" Casing By Other Than Open Cut
]0 13305.3002 8" DIP Sewer Carrier Pipe
11 0241.2201 Remove 4' Sewer Manhole
12 10241,5001 Abandon Manhole
13 13301.0001 Pre -CCTV Inspection
14 13301.0002 Post -CCTV Inspection
15 13301.0003 Post -CCTV MH Inspection
16 13301.0101 Manhole Vacuum Testing
17 3331.3101 4" Sewer Service
18 13331.3201 6" Sewer Service
19 13331.3202 6" 2-way Cleanout
20 13331.1201 Service Reinstatement, Pipe Enlargement
21 13339.1001 4' Manhole
22 13339.1002 4' Drop Manhole
23 9999.0005 Drop MH Connection
24 9999.0006 Hydraulic Slide
25 19999.0007 Connect to Existing SSMH
26 13339.1003 4' Extra Depth Manhole
27 3339.1004 4' Shallow Manhole
28 13339.0001 Epoxy Manhole Liner
29 13305.0112 Concrete Collar
30 3305.0107 Manhole Adjustment with Concrete Collar (50/50)
31 13305.0109 Trench Safety
32 10241.2102 6" Sewer Abandonment Plug
33 10241.2001 Sanitary Line Grouting
34 13231.0412 6' Fences, Wood
35 13201.0400 Temporary Asphalt Paving Repair (2" HMAC over 6" Flexbase)
36 13201.0111 4' Wide Asphalt Pvmt Repair, Residential
37 0241.0401 Remove Existing Concrete Driveway (50/SO)
38 13213.0401 Install New 6" Concrete Driveway (50/50)
39 13213.0451 Remove & Replace 6" Exposed Aggregate Driveway (50/50)
40 10241.1400 Remove Existing Concrete Valley Gutter (50/50)
41 13216.0302 Install New 7" Concrete Valley Gutter (50/50)
00 42 43
PROPOSALFORM
Page 2 of 5
Bidder's Application
Bidder's Proposal
Specification
Unit of
Bid
Unit Price
Bid Value
Section No.
Measure
Quantity
33 05 30
EA
6
$1, 000.00 $
6,000.00
330510
CY
50
$120.00 $
6,000.00
330510
1 CY
50
$280.001 $
14,000.00
330510
1 CY
1 50 1
$60.001 $
3,000.00
329213
1 SY
1 106 (
$16.001 $
1,696.00
329119
CY
23
$70.001
$
1,610.00
329213
SY
525
$10.25
$
5,381.25
347113
1 MO
4
$3,500.001 $
14,000.00
017123
1 LS
1 1 (
$15,000.00I $
15,000.00
017123
LS
1 1 1
$7,500.001 $
7,500.00
99 99 99
LS
1 1 1
$100, 000.00 1 $
100, 000.00
PART 1- Subtotal, Unit 1- Water Improvements) $3,138,325.84
33 11 10,33 3112,
LF
3,823
333120
$89.40 $
341,776.20
331110
LF
1,991
$190.50 $
379.285.50
333123
LF
615
$120.75 $
74,261.25
99 99 99
LF
84
$430.00 $
36.120.00
333112 (
LF
120
$179.00 $
21,480.00
333112
EA
1
$3,000.00 $
3,000.00
33 3122, 33 3123
LF
( 95
$374.001 $
35,530.00
999999 I
LF
1 18
$150.00I $
2,700.00
33 05 22 1
LF
334
$530.001 $
177,020.00
330524 1
LF
1 334
$175.001 $
58,450.00
024114
EA
( 17
$1,000.001 $
17,000.00
024114 1
EA
1 2
$1,500.001 $
3,000.00
330131 1
LF
1,367
$4.001 $
5,468.00
330131
LF
6,221
$2.001 $
12,442.00
330131
EA
47
$300.001 $
14,100.00
330130 I
EA
1 47
$300.001 $
14,100.00
333150 1
EA
1 104 1
$1,850.001 $
192,400.00
333150
EA
1
$2,850.00 $
2,850.00
333150
EA
1
$2,850.00 $
2,850.00
333123 1
EA
1 13 1
$1,605.001 $
20,865.00
33 3910, 33 39 20 1
EA
1 44 1
$4,551.00 1 $
200,244.00
33 3910, 33 39 20
I
EA
1 2 1
$5,850.00 1 $
11, 700.00
333910
EA
1 1 1
$1,600.001 $
1,600.00
999999
EA
1 2
$1'000.00 $
2,000.00
999999 1
EA
1 2 1
$2,000.001 $
4,000.00
33 39 10, 33 39 20
VF
44 1
$550.001 $
24,200.00
33 39 10, 33 39 20 I
EA
1 1
$3,800.00 1 $
3,800.00
333960 (
VF
189
$430.00 $
81,270.00
330517
EA
47 1
$1,000.00 $
47,000.00
330514 1
EA
1 14 1
$1,200.001 $
16,800.00
330510
LF
1 5,509 1
$3.001 $
16,527.00
024114
EA
28 1
$1,000.001 $
28,000.00
024114
CY
16
$280.001 $
4,480.00
323129 I
LF
I 40
$75.001 $
3,000.00
320118
LF
6,807
$16.00 $
108,912.00
320117
LF
( 100 (
$90.001 $
9,000.00
024113 1
SF
1 3,688
1
$5.951 $
21,943.60
321320
SF
3,6
$15,50 $
57,164.00
321320
SF
350 (
$21.45 $
7,507.50
024115 1
SY
I 111 1
$55.001 $
6,105.00
321613 1
SY
( 466 1
$145.651 $
67,872.90
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised 9/30/2021
ADDENDUM NO. 4
00 41 00 Bid Proposal Workbook - Addendum 4
J]Zlti11112: UIRM- 17
Bidlist Item
No.
SECTION 00 42 43
PROPOSALFORM
Project Item Infnnnation
Description
42 10241.1700 11" Pavement Pulverization (50/50)
00 42 43
PROPOSAL FORM
Page 3 of 5
Bidder's Application
Specification I Unit of Bid
Section No. Measure I Quantity
024115 1 SY 1 8,713
Bidder's Proposal
Unit Price I Bid Value
$12.651 $ 110,219.45
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised 9/30/2021
ADDENDUM NO. 4
00 4100 Bid Proposal Workbook - Addendum 4
SECTION 00 42 43
PROPOSAL FORM
Project Item Information
Bidlist Item Description
No.
43 3211.3300 Cem-lime Stabilization @ 32Lbs/SY (50/50)
44 3123.0101 Unclassified Street Excavation (50/50)
45 3212.0302 3" Asphalt Pvmt Type D (DG-D) (50/50)
46 13216.0102 6" Concrete Curb and Gutter (50/50)
47 10241.1300 Remove Existing Concrete Curb and Gutter (50/50)
48 13110.0102 6"-12" Tree Removal
49 13305.0202 Imported Embed ment/Backfill, CSS
50 13305.0203 Imported Embedment/Backfill, CLSM
51 13305.0207 Imported Embedment/Backfill, Select Fill
52 13292.0101 Utility Service Surface Restoration Sodding
53 13291.0100 Topsoil (50/50)
54 3292,0100 Block Sod Placement (50/50)
55 3305.0103 Exploratory Excavation of Existing Utilities
56 13471.0001 Traffic Control
57 10171.0101 Construction Staking
58 0171.0102 Construction Survey (GPS and Redline Survey)
59 19999.0008 Sewer Construction Allowance
PART I: CONTRACT 2020 WSM-L
Unit 3 - Paving Improvments
I 0241.1300 Remove Existing Concrete Curb and Gutter (50/50)
2 3216,0102 6" Concrete Curb and Gutter (50/50)
3 10241.0401 Remove Existing Concrete Driveway (50/50)
4 13213.0451 Remove & Replace 6" Exposed Aggregate Driveway (50/50)
5 13213.0401 Install New 6" Concrete Driveway (50/50)
6 13213.0351 Remove & Replace 4" Exposed Aggregate Sidewalk
7 10241.1400 Remove Existing Concrete Valley Gutter (50/50)
8 13216.0302 Install New 7" Concrete Valley Gutter (50/50)
9 0241.1700 11" Pavement Pulverization (50/50)
10 3211.3300 Cem-Lime Stabilization @ 32Lbs/SY (50/50)
11 3123.0101 Unclassified Street Excavation (50/50)
12 3212.0302 3" Asphalt Pvmt Type D (DG-D) (50/50)
13 10241.1800 Remove Speed Cushion w/ Striping
14 19999.0009 Install Speed Cushion - TL Standard
15 3217.0101 6" SLD Pvmt Marking HAS (W)
16 3217.0102 6" SLD Pvmt Marking HAS (Y)
17 13217.0504 Preformed Thermoplastic Contrast Markings - 24" Stop Bars
18 13217.0502 Preformed Thermoplastic Contrast Markings - 24" Crosswalk
19 13217.2103 REFL Raised Marker TY II -A -A
20 13305.0111 Water Valve Box Adjustment with Concrete Collar (50/50)
21 13305.0107 Manhole Adjustment with Concrete Collar (50/50)
22 3217.5001 Painting Curb Addresses
23 13291.0100 Topsoil (50/50)
24 13292.0100 Block Sod Placement (50/50)
25 13232,0100 Retaining Wall
26 13349.5005 Remove and Replace Inlet Top, 5'
27 13346.0008 4" Pipe Underdrain, Type 8
28 13471.0001 Traffic Control
29 3125.0101 SWPPP >_ 1 acre
30 13212.0401 HMAC Transition
31 13305.0108 Miscellaneous Structure Adjustment (Irrigation)
32 19999.0010 Paving Construction Allowance
00 42 43
PROPOSALFORM
Page 4 of 5
Bidder's Application
Bidder's Proposal
Specification
Unit of
Bid
Unit Price
Bid Value
Section No.
lvlea%re
Quantity
321129
TN
136
$565.00 $
76,840.00
312316
CY
48
$60.00 $
2,880.00
32 12 16
SY
8,713
$31.45 $
274,023.85
321613
LF
I
2,425
$56.80 $
137,740.00
024115
LF (
2,425
$8,00 $
19,400.00
311000
1 EA 1
1
$1,500.001 $
1.500.00
33 05 10
1 CY 1
26
$120.00 1 $
3,120.00
330510
CY
66
$280.001 $
18,480.00
330510
CY
300
$60.00
$
18,000.00
329213
SY
373
$16.00
$
5,968.00
329119
CY
23
$70.00
$
1,610.00
329213
1 SY 1
525 1
$10.251 $
5,381.25
3
34 7171 13 13
I MO I
4 '
$3,500.001 $
14,000.00
017123
LS
1 (
$15,000.001
$
15,000.00
017123
LS
1
$7,500.00
$
7,500.00
999999
LS
1
$80,000.00
$
80,000.00
PART I -Subtotal, Unit 2 -Sanitary Sewer Improvementsi $2,935,486.50
024115
LF
4,850
$8.00 $
38,800.00
321613
LF
I
4,850
$56.80 $
275,480.00
024113
SF
7,375
$5.95 $
43,88125
321320
SF
700
$21.45 $
15,015.00
321320
SF
7,375
$15.50 $
114,312.50
024113
SF
100
$21.45 $
2,145.00
024115
SY
223
$55.00 $
12,265.00
321613
SY
933
$145.651 $
135,891.45
024115
SY
17,425
$12.651 $
220,426.25
321129
1 TN
1 271
$565.001 $
153.115.00
312316
CY
95
$60.001
$
5,700.00
32 12 16
SY
17,425
$31.45
$
548,016.25
024115
1 EA
I 1
$1,000.001 $
1,000.00
999999
1 EA
1
$6,500.001 $
6,500.00
321723
LF
I
14,000
$1.001 $
14,000.00
321723
LF
14,800
$1.00
$
14,800.00
321723
( LF
90
$16.001
$
1,440.00
321723
I LF
1 100
$16.001 $
1,600.00
321723
1 EA
1 90
$6.001 $
540.00
330514
EA
1 16 1
$500.001 $
8,000.00
330514
EA
14
$1,500.001
$
21,000.00
321725
EA
173
$100.00
$
17.300.00
329119
CY
45
$70.00
$
3.150.00
329213
SY
1,050
$10.251
$
10,762.50
323213
SF
100
$110.00
$
11,000.00
999999
EA
1 6 (
$5,200.001 $
31,200.00
334600
1 LF
112
$72.001 $
8,064.00
347113
1 MO
4
$3,500.001 $
14,000.00
312500
1 LS
1
$45.000.001 $
45.000.00
321216
TN
1 50
$280.001 $
14,000.00
330514
, LS
1 1
$7,500.001 $
7,500.00
999999
1 LS
I 1 1
$75,000.001 $
75,000.00
PART I -Subtotal, Unit 3 -Paving Improvementsi $1,870,904.20
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised 9/30/2021
ADDENDUM NO.4
00 41 00 Bid Proposal Workbook - Addendum 4
•-
SECTION 00 42 43
PROPOSAL FORM
00 42 43
PROPOSALFORM
Page 5 of 5
Bidder's Application
Project Item Inforniation Bidder's Proposal
Bidlist Itcml
No. Description
PART II: EASTSIDE 2 TO HOLLY PRESSURE REDUCING VALVE STATION
1 9999.000110"/4" Pressure Reducing Valve and Vault
2 3311.0351 10" DIP Water
3 3311.0001 Ductile Iron Water Fittings w/ Restraint
4 3312.0117 Connection to Existing 4"-12" Water Main
5 3312.3005 12" Gate Valve
6 13312.3004 10" Gate Valve
7 3305.0109 Trench Safety
8 0241.0100 Remove Sidewalk
9 10241.2016 Remove 15" Sewer Line
10 3110.0102 6"42" Tree Removal
I 1 3292.0100 Block Sad Placement
12 13213.0301 4" Conc Sidewalk
13 3201.0121 4' Wide Asphalt Pvmt Repair, Arterial
14 3216.0101 6" Conc Curb and Gutter
15 10171.0101 Construction Staking
16 10171.0102 Construction Survey (GPS and Redline Survey)
17 3471.0001 Traffic Control
18 19999.0002 Irrigation Restoration Allowance
19 19999.0003 PRV Construction Allowance
(Part 1: Unit i - Water Improvements
Part I: Unit 2 - Sanitary Sewer Improvements
Part 1: Unit 3 - Paving Improvements
J Part 11: Eastside 2 to Holly Pressure Reducing Valve Station
P rice Bid Value
Quantity
Sectwn�allo.
r,,,, Measure QBtd Y Um[,P�,.��,.�,�,,,��
40 05 67
EA
1
600000
$
331110
LF
51
135
$
331111
TON
1
3600
$
33 12 25
EA
2 (
48001 $
33 12 20
1 EA (
1 1
4SO01 $
33 1220
1 EA 1
4
36001 $
1 330510
LF
51
31 $
1 02 41 13
SF I
115
261 $
1 02 41 14
LF (
27
151 $
1 31 10 00
1 EA 1
1
15001 $
1 32 92 13
Sy
112 I
151 $
1 32 13 20
I SF I
115 1
3.51 $
1 32 01 17
1 LF 1
97 1
951 $
1 321613
1 LF 1
16 1
601 $
1 017123
LS 1
1 1
35001 $
1 017123
LS
1 1
35001 $
34 7113
MO I
2 1
35001 $
1 99 99 99
1 LS 1
1 1
$2,500-001 $
1 99 99 99
1 LS 1
1 1
$20,000.001 $
PART II - Subtotal, Eastside 2 to Holly Pressure Reducing Valve Station
PART I*
PART II*
600,000.00
6,885.00
3,600.00
9,600.00
4,500.00
14,400.00
153,00
2,990.00
405.00
1,500.00
1,680.00
40250
9,215.00
960.00
3,500.00
3,500.00
7,000.00
2,500.00
20,000.00
$692.790.50
Bidder's Application
Total A = Total Bid - Part 1:
Total B = Total Bid - Part IL
$3,138, 325.84
$2,935,486.50
$1,870, 904.20
$7,944,716.54
1
$692,790.501
$692,790.50 1
Grand Total Bid =(Total A +Total B):J $8,637,507.041
The City reserves the right to award the contract(s) to the responsive low bidder(s) of either Total A or Total B or to the responsive low bidder of Grand Total Bid
END OF SECTION
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS ADDENDUM NO.4
Revised 9/30/2021 00 4100 Bid Proposal Workbook- Addendum 4
SECTION 00 43 13
BID BOND
KNOW ALL BY THESE PRESENTS:
00 43 13
BID BOND
Page 9 of 11
That we, 2R Construction Services, LLC. , known as
"Bidder" herein and West Bend Mutual Insurance Company a corporate surety
duly authorized to do business in the State of Texas, known as "Surety" herein, are held and firmly bound unto the City
of Fort Worth, a municipal corporation created pursuant to the laws of Texas, known as "City" herein, in the penal sum
of five percent (5%) of Bidder's maximum bid price, in lawful money of the United States, to be paid in Fort Worth,
Tarrant County, Texas for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors,
administrators, successors and assigns, jointly and severally, firmly by these presents.
WHEREAS, the Principal has submitted a bid or proposal to perform Work for the following project
designated as Water and Sanitary Sewer Replacements Contract 2020 WSM-L
NOW, THEREFORE, the condition of this obligation is such that if the City shall award
the Contract for the foregoing project to the Principal, and the Principal shall satisfy all requirements and conditions
required for the execution of the Contract and shall enter into the Contract in writing with the City in accordance with the
terms of such same, then this obligation shall be and become null and void. If, however, the Principal fails to execute
such Contract in accordance with the terms of same or fails to satisfy all requirements and conditions required for the
execution of the Contract, this bond shall become the property of the City, without recourse of the Principal and/or
Surety, not to exceed the penalty hereof, and shall be used to compensate City for the difference between Principal's
total bid amount and the next selected bidder's total bid amount.
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.
IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED this instrument by
duly authorized agents and officers on this the 3rd day of March 2025.
ATTEST:
�-.1" J 0h�s��
Witness as to Principal
PRINCIPAL:
2R Construction Servic.,es.; L-t
BY:
ignature
Raul Canales Member
Name and Title
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised 9/30/2021
00 41 00 Bid Proposal Workbook
Witness agto Surety
Attach Power of Attorney (Surety) for Attorney -in -Fact
0043 13
BID BOND
Page 10 of 11
Address: 3009 Nathan Drive
Wylie, TX 75098
SURETY:
West Bend Mutual Insurance Company
BY:
I �
Signature G� �N�� ....
David Quinn Power of Attu
Name and Title = SEAL J K -
Address: 2418 Rosebury Ln.
Trophy Club, TX 76262
Telephone Number: 903-235-5533
*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.
END OF SECTION
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised 9/30/2021 00 41 00 Bid Proposal Workbook
A MUTUAL INSURANCE COMPANY
WESTBEND
POWER OF ATTORNEY
THE SILVER LINING®
Bond No. N/A
Know all men by these Presents, That West Bend Mutual Insurance Company, a corporation having its principal office in the City of West Bend,
Wisconsin does make, constitute and appoint:
Christine Deem, David Quinn
lawful Attorneys) -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, undertakings
and contracts of suretyship, provided that no bond or undertaking or contract of suretyship executed under this authority shall exceed in amount the
sum of: Twenty Million Dollars ($20,000,000)
This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board
of Directors of West Bend Mutual Insurance Company at a meeting duly called and held on the 215t day of December, 1999.
Appointment of Attorney -In -Fact. The president or any vice president, or any other officer of West Bend Mutual Insurance Company may appoint
by written certificate Attorneys -In -Fact to act on behalf of the company in the execution of and attesting of bonds and undertakings and other
written obligatory instruments of like nature. The signature of any officer authorized hereby and the corporate seal maybe affixed by facsimile
to any such power of attorney or to any certificate relating therefore and any such power of attorney or certificate bearing such facsimile
signatures or facsimile seal shall be valid and binding upon the company, and any such power so executed and certified by facsimile signatures
and facsimile seal shall be valid and binding upon the company in the future with respect to any bond or undertaking or other writing obligatory
in nature to which it is attached. Any such appointment maybe revoked, for cause, or without cause, by any said officer at anytime.
In witness whereof, the West Bend Mutual Insurance Company has caused these presents to be signed by its president undersigned and its
corporate seal to be hereto duly attested by its secretary this 17th day of August, 2021.
:i�`t!?�--
Attest.,_ �
Christopher C. Zwygart ;`��o�TF',.$':. Kevin A. Steiner
Secretary '' SI-' Chief Executive Officer/President
State of Wisconsin............ _..............
County of Washington
On the 17th day of August, 2021, before me personally came Kevin A. Steiner, to me known being by duly sworn, did depose and say that he resides
in the County of Washington, State of Wisconsin; that he is the President of West Bend Mutual Insurance Company, the corporation described in and
which executed the above instrument; that he knows the seal of the said corporation; that the seal affixed to said instrument is such corporate seal;
that is was so affixed by order of the board of directors of said corporation and that he signed his name thereto by like order.
` aatARt
Matthew E. Carlton
Senior Corporate Attorney
........6? `
Notary Public, Washington Co., WI
QF,w;s,•'°`
My Commission is Permanent
The undersigned, duly elected to the office stated below, now the incumbent in West Bend Mutual Insurance Company, a Wisconsin corporation
authorized to make this certificate, Do Hereby Certify that the foregoing attached Power of Attorney remains in full force effect and has not been
revoked and that the Resolution of the Board of Directors, set forth in the Power of Attorney is now in force. ��kxx,SU RI III,
Signed and sealed at West Bend, Wisconsin this 3rd day of March 2025 `w� �l`� NC
bpi iras� ., _; :'0O �T•': C)
; or�r g, Heather Dunn SEAL 'gyp
�'y SFAT• �
Vice President — Chief F'rgo } � cOer Gp:• ``
I1�7
Notice: Any questions concerning this Power of Attorney may be directed to the Bond Manager at West Bend Mutua'(4msWjgjgi0 mpany.
1900 South 18th Avenue I West Bend, WI 53095 1 Phone: (608) 410-3410 1 Fax: (877) 674-2663 1 www.thesilverlining.com
00 43 37
VENDOR COMPLIANCE TO STATE LAW
Page 1 of 1
SECTION 00 43 37
VENDOR COMPLIANCE TO STATE LAW NON RESIDENT BIDDER
Texas Government Code Chapter 2252 was adopted for the award of contracts to nonresident bidders. This law
provides that, in order to be awarded a contract as low bidder, nonresident bidders (out-of-state contractors
whose corporate offices or principal place of business are outside the State of Texas) bid projects for
construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident
bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder in
order to obtain a comparable contract in the State which the nonresident's principal place of business is located.
The appropriate blanks in Section A must be filled out by all nonresident bidders in order for your bid to meet
specifications. The failure of nonresident bidders to do so will automatically disqualify that bidder. Resident
bidders must check the box in Section B.
A. Nonresident bidders in the State of , our principal place of business,
are required to be percent lower than resident bidders by State Law. A copy of the
statute is attached.
Nonresident bidders in the State of
are not required to underbid resident bidders.
, our principal place of business,
B. The principal place of business of o r-t�mpany or our parent company or majority owner is
in the State of Texas.
BIDDER:
END OF SECTION
By:
(s' ature)
Title: `b P(
Date: r 2
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised 9/30/2021
CPN 103362 - 00 41 00 Bid Proposal Workbook - Addendum 4.xlsx
004511 -1
BIDDERS PREQUALIFICATIONS
Page 1 of 3
1 SECTION 00 45 11
2 BIDDERS PREQUALIFICATIONS
4 1. Summary. A Bidder or their designated subcontractors are required to be prequalified or
5 have applied for prequalification by the City for the work types requiring prequalification
6 prior to submitting bids. To be considered for award of contract the Bidder must submit
7 Section 00 45 12, PREQUALIFICATION STATEMENT for the work type(s) listed with
8 their Bid. Any contractor or subcontractor who is not prequalified for the work type(s) listed
9 must submit Section 00 45 13, PREQUALIFICATION APPLICATION in accordance with
10 the requirements below. The information must be submitted seven (7) days prior to the
11 date of the opening of bids. Subcontractors must follow the same timelines as contractors
12 for obtaining prequalification review. Bidders or Subcontractors who are not prequalified at
13 the time bids are opened and reviewed may cause the bid to be rejected.
14
15
16 The prequalification process will establish a bid limit based on a technical evaluation and
17 financial analysis of the contractor. For example, a contractor wishing to submit bids on
18 projects to be opened on the 7th of April must file the information by the 31 st day of March
19 in order to eligible to work on these projects. In orderto facilitate the approval of a Bidder's
20 Prequalification Application, the following must accompany the submission.
21 a. A complete set of audited or reviewed financial statements.
22 (1) Classified Balance Sheet
23 (2) Income Statement
24 (3) Statement of Cash Flows
25 (4) Statement of Retained Earnings
26 (5) Notes to the Financial Statements, if any
27 b. A certified copy of the firm's organizational documents (Corporate Charter, Articles
28 of Incorporation, Articles of Organization, Certificate of Formation, LLC
29 Regulations, and Certificate of Limited Partnership Agreement).
30 c. A completed Bidder Prequalification Application.
31 (1) The firm's Texas Taxpayer Identification Number as issued by the Texas
32 Comptroller of Public Accounts. To obtain a Texas Taxpayer Identification
33 number visit the Texas Comptroller of Public Accounts online at the
34 following web address www.window.state.tx.us/taxDermit/ and fill out the
35 application to apply for your Texas tax ID.
36 (2) The firm's e-mail address and fax number.
37 (3) The firm's DUNS number as issued by Dun & Bradstreet. This number
38 is used by the City for required reporting on Federal Aid projects. The DUNS
39 number maybe obtained at www.dnb.com.
40 d. Resumes reflecting the construction experience of the principles of the firm for firms
41 submitting their initial prequalification. These resumes should include the size and
42 scope of the work performed.
43 e. Other information as requested by the City.
44
45 2. Pre qualification Requirements
46 a. Financial Statements. Financial statement submission must be provided in
47 accordance with the following:
48 (1) The City requires that the original Financial Statement or a certified copy
49 be submitted for consideration.
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revised August 13, 2021
00 45 11 -2
BIDDERS PREQUALIFICATIONS
Page 2of3
1
(2)
To be satisfactory, the financial statements mustbe audited or reviewed
2
by an independent, certified public accounting firm registered and in
3
good standing in any state. Current Texas statues also require that
4
accounting firms performing audits or reviews on business entities within
5
the State of Texas be properly licensed or registered with the Texas State
6
Board of Public Accountancy.
7
(3)
The accounting firm should state in the audit report or review whether
8
the contractor is an individual, corporation, or limited liability company.
9
(4)
Financial Statements must be presented in U.S. dollars at the current rate
10
of exchange of the Balance Sheet date.
11
(5)
The City will not recognize any certified public accountant as
12
independent who is not, in fact, independent.
13
(6)
The accountant's opinion on the financial statements of the contracting
14
company should state that the audit or review has been conducted in
15
accordance with auditing standards generally accepted in the United
16
States of America. This must be stated in the accounting firm's opinion.
17
It should: (1) express an unqualified opinion, or (2) express a qualified
18
opinion on the statements taken as a whole.
19
(7)
The City reserves the right to require a new statement at any time.
20
(8)
The financial statement must be prepared as of the last day of any month,
21
not more than one year old and must be on file with the City 16 months
22
thereafter, in accordance with Paragraph 1.
23
(9)
The City will determine a contractor's bidding capacity for the purposes
24
of awarding contracts. Bidding capacity is determined by multiplying the
25
positive net working capital (working capital= current assets— current
26
liabilities) by a factor of 10. Only those statements reflecting a positive
27
net working capital position will be considered satisfactory for
28
prequalification purposes.
29
(10)
In the case that a bidding date falls within the time a new financial
30
statement is being prepared, the previous statement shall be updated with
31
proper verification.
32
b. Bidder Prequalification Application. ABidder Prequalification Application must be
33
submitted along with audited or reviewed financial statements by firms wishing to be
34
eligible to bid on all classes of construction and maintenance projects. Incomplete
35
Applications
will be rejected.
36
(1)
In those schedules where there is nothing to report, the notation of
37
"None" or "N/A" should be inserted.
38
(2)
A minimum of five (5) references of related work must be provided.
39
(3)
Submission of an equipment schedule which indicates equipment under
40
the control of the Contractor and which is related to the type of work for
41
which the Contactor is seeking prequalification. The schedule must
42
include the manufacturer, model and general common description of
43
each piece of equipment. Abbreviations or means of describing
44
equipment other than provided above will not be accepted.
45
46 3. Eligibility for Award of Contract
47 a. The City shall be the sole judge as to a contractor's prequalification.
48 b. The City may reject, suspend, or modify any prequalification for failure by the
49 contractor to demonstrate acceptable financial ability or performance.
50 c. The City will issue a letter as to the status of the prequalification approval.
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revised August 13, 2021
004511 -3
BIDDERS PREQUALIFICATIONS
Page 3 of 3
1 d. If a contractor has a valid prequalification letter, the contractor will be eligible to
2 perform the prequalified work types until the expiration date stated in the letter.
3
4
END OF SECTION
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revised August 13, 2021
00 45 12
PREQUALIFICATION STATEMENT
Page 1 of 2
SECTION 00 45 12
PREQUALIFICATION STATEMENT
Each Bidder for a City procurement is required to complete the information below by identifying the prequalified
contractors and/or subcontractors whom they intend to utilize for the major work type(s) listed.
Major Work Type
Contractor/Subcontractor Company Name
Prequalification
Expiration Date
Water Distribution, Urban and
Renewal, 12-inch diameter and
2R Construction Services
3/31/2026
smaller
Sewer CIPP, 6-inches and
Ace Pipeline
2/28/2026
smaller
Sewer Collection System,
Urban and Renewal, 8-inches
2R Construction Services
3/31/2026
and smaller
Sewer Pipe Enlargement, 8-
Excel 4
4/30/2025
inches and smaller
Sanitary Manhole/Structure
Interior Lining - Warren or
Ace Pipeline
2/28/2026
Chesterton Coating
Auger Boring - 20-inch
Skaggs Road Boring
4/30/2025
diameter casing and less
8-inch Sewer Pipe
Enlargement by Tunnel with no
Excel 4
4/30/2025
casing
CCTV, 12-inches and smaller
Ace Pipeline
2/28/2026
Asphalt Paving
Construction/Reconstruction Reynolds Asphht 6/1/2025
(Less than 15,000 Square
Yards)
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS ADDENDUM NO.4
Revised 9/30/2021 CPN 103362 - 00 41 00 Bid Proposal Workbook - Addendum 4.xlsx
00 45 12
PREQUALIFICATION STATEMENT
Page 2 of 2
The undersigned hereby certifies that the contractors and/or subcontractors described in the table on the previous
page are currently prequalified for the work types listed.
BIDDER: C
0 By: 0
0 I
0 (Signature_--
0
Title: 0
Date: �' -� ^ )---)
END OF SECTION
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS ADDENDUM NO.4
Revised 9/30/2021 CPN 103362 - 00 41 00 Bid Proposal Workbook - Addendum 4.xlsx
FORT WORTH
SECTION 00 45 13
PREQUALIFICATION APPLICATION
Date of Balance Sheet
Name underwhich youwish to qualify
Post Office Box
Street Address (required)
C 1
Telephone
Mark only one:
City
City
1
Fax
Individual
Limited Partnership
General Partnership
Corporation
Limited Liability Company
State
State
Email
Texas Taxpayer Identification No.
Federal Employers Identification No.
DUNS No. (if applicable)
Zip Code
Zip Code
Email/mail this questionnaire along with financial statements to the appropriate group below. A separate
submittal is required for water/sewer, paving, and lighting:
Work Category — Water Dept - Water/sewer Work Category — TPW Paving Work Category — TPW Ped/Rdwy Lighting
iohn.kasavich(a,FortWorthTexas.Qov Alicia. Garcia(a,fortworthtexas.eov clint.hooverafortworthtexas.aov
Fort Worth Water Department Engineering and City of Fort Worth Transportation and Public City of Fort Worth TPW Transportation
Fiscal Services Division 200 Texas St. Fort Works Dept. 8851 Camp Bowie West Blvd. Fort Management Attn: Clint Hoover, P.E. 5001
Worth, TX 76102 Worth, Texas 76116 Attn: Alicia Garcia James Ave. Fort Worth, TX 76115
*Financial Statements must be mailed. Mark the envelope: "Bidder Prequalification Application"
00 45 13 -2
BIDDER PREQUALIFICATION APPLICATION
Page 2 of 8
BUSINESS CLASSIFICATION
The following should be completed in order that we may properly classify your firm:
(Check the block(s) which are applicable — Block 3 is to be left blank if Block 1 and/or Block 2 is
checked)
❑ Has fewer than 100 employees
and/or
❑ Has less than $6,000,000.00 in annual gross receipts
OR
❑ Does not meet the criteria for being designated a small business as provided in Section
2006.001 of the Texas Government Code.
The classification of your firm as a small or large business is not a factor in determining eligibility to
become prequalified.
Select major work categories for which you would like to be prequalified (City may deem you are not
qualified for selected category or may approve you at a lesser size/length and maximum size may
not be listed specifically under a major work category):
MAJOR WORK CATEGORIES
Water Department
Augur Boring - 24-inch diameter casing and less
_ Augur Boring - Greater than 24-inch diameter casing and greater
_ Tunneling — 36-Inches — 60 —inches, and 350 LF or less
_ Tunneling - 36-Inches — 60 —inches, and greaterthan 350 LF
_ Tunneling — 66" and greater, 350 LF and greater
_ Tunneling — 66" and greater, 350 LF or Less
Cathodic Protection
_ Water Distribution, Development, 8-inch diameter and smaller
_ Water Distribution, Urban and Renewal, 8-inch diameter and smaller
_ Water Distribution, Development, 12-inch diameter and smaller
Water Distribution, Urban and Renewal, 12-inch diameter and smaller
_ Water Transmission, Development, 24-inches and smaller
_ Water Transmission, Urban/Renewal, 24-inches and smaller
_ Water Transmission, Development, 42-inches and smaller
_ Water Transmission, Urban/Renewal, 42-inches and smaller
_ Water Transmission, Development, All Sizes
Water Transmission, Urban/Renewal, All Sizes
_ Sewer Bypass Pumping, 18-inches and smaller
_ Sewer Bypass Pumping, 18-inches — 36-inches
_ Sewer Bypass Pumping 42-inches and larger
_ CCTV, 8-inches and smaller
_ CCTV, 12-inches and smaller
_ CCTV, 18-inches and smaller
CCTV, 24-inches and smaller
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised August 13, 2021
Water and Sanitary Sewer Replacements Contract 2020 WSM-L
CPN 103362
00 45 13 - 3
BIDDER PREQUALIFICATION APPLICATION
Page 3 of 8
MAJOR WORK CATEGORIES, CONTINUED
_ CCTV, 42-inches and smaller
_ CCTV, 48-inches and smaller
_ Sewer CIPP, 12-inches and smaller
_ Sewer CIPP, 24-inches and smaller
_ Sewer CIPP, 42-inches and smaller
_ Sewer CIPP, All Sizes
_ Sewer Collection System, Development, 8-inches and smaller
_ Sewer Collection System, Urban/Renewal, 8-inches and smaller
_ Sewer Collection System, Development, 12-inches and smaller
_ Sewer Collection System, Urban/Renewal, 12-inches and smaller
_ Sewer Interceptors, Development, 24-inches and smaller
Sewer Interceptors, Urban/Renewal, 24-inches and smaller
Sewer Interceptors, Development, 42-inches and smaller
_ Sewer Interceptors, Urban/Renewal, 42-inches and smaller
_ Sewer Interceptors, Development, 48-inches and smaller
_ Sewer Interceptors, Urban/Renewal, 48-inches and smaller
_ Sewer Pipe Enlargement 12-inches and smaller
_ Sewer Pipe Enlargement 24-inches and smaller
_ Sewer Pipe Enlargement, All Sizes
_ Sewer Cleaning, 24-inches and smaller
_ Sewer Cleaning, 42-inches and smaller
_ Sewer Cleaning, All Sizes
_ Sewer Cleaning, 8-inches and smaller
_ Sewer Cleaning, 12-inches and smaller
_ Sewer Siphons 12-inches or less
_ Sewer Siphons 24-inches or less
_ Sewer Siphons 42-inches or less
Sewer Siphons All Sizes
Transportation Public Works
_ Asphalt Paving Construction/Reconstruction (LESS THAN 15,000 square yards)
_ Asphalt Paving Construction/Reconstruction (15,000 square yards and GREATER)
_ Asphalt Paving Heavy Maintenance (UNDER $1,000,000)
_ Asphalt Paving Heavy Maintenance ($1,000,000 and OVER)
_ Concrete Paving Construction/Reconstruction (LESS THAN 15,000 square yards)*
_ Concrete Paving Construction/Reconstruction (15,000 square yards and GREATER)*
Roadway and Pedestrian Lighting
NOTE *There is not a prequalification requirement for installation of concrete sidewalk, curb & gutter,
driveways, and panel replacement, only concrete paving
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revised August 13, 2021
00 45 13 -4
BIDDER PREQUALIFICATION APPLICATION
Page 4 of 8
1. List equipment you do not own but which is available by renting
DESCRIPTION OF EQUIPMENT NAME AND DETAILED ADDRESS OF OWNER
2. How many years has your organization been in business as a general contractor under your present
name?
List previous business names:
3. How many years of experience in construction work has your organization
had:
(a) As a General Contractor: (b) As a Sub -Contractor:
4. *What projects has your organization completed in Texas and elsewhere?
CLASS LOCATION NAME AND DETAILED
CONTRACT OF DATE CITY -COUNTY- ADDRESS OF OFFICIAL TO
AMOUNT WORK COMPLETED STATE WHOM YOU REFER
*If requalifying only show work performed since last statement.
5.Have you ever failed to complete any work awarded to you?
If so, where and why?
6.Has any officer or owner of your organization ever been an officer of another organization that failed to
complete a contract?
If so, state the name of the individual, other organization and reason.
7.Has any officer or owner of your organization ever failed to complete a contract executed in his/her
name?
If so, state the name of the individual, name of owner and reason.
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revised August 13, 2021
00 45 13 - 5
BIDDER PREQUALIFICATION APPLICATION
Page 5 of 8
8. In what other lines of business are you financially interested?
9. Have you ever performed any work for the City?
If so, when and to whom do you refer?
10. State names and detailed addresses of all producers from whom you have purchased principal
materials during the last three years.
NAME OF FIRM OR COMPANY
DETAILED ADDRESS
11. Give the names of any affiliates or relatives currently debarred by the City. Indicate your relationship
to this person or firm.
12. What is the construction experience of the principal individuals in your organization?
PRESENT MAGNITUDE
POSITION OR YEARS OF AND TYPE OF IN WHAT
NAME OFFICE EXPERIENCE WORK CAPACITY
13. If any owner, officer, director, or stockholder of your firm is an employee of the City, or shares the
same household with a City employee, please list the name of the City employee and the relationship. In
addition, list any City employee who is the spouse, child, or parent of an owner, officer, stockholder, or
director who does not live in the same household but who receives care and assistance from that person as
a direct result of a documented medical condition. This includes foster children or those related by
adoption or marriage.
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revised August 13, 2021
CORPORATION BLOCK
If a corporation:
Date of Incorporation
Charter/File No.
President
Vice Presidents
Secretary
Treasurer
LIMITED LIABILITY COMPANY BLOCK
If a corporation:
State of Incorporation
Date of organization
File No.
Officers or Managers (with titles, if any)
00 45 13 - 6
BIDDER PREQUALIFICATION APPLICATION
Page 6 of 8
PARTNERSHIP BLOCK
If a partnership:
State of Organization
Date of organization
Is partnership general, limited, or registered limited
liability partnership?
File No. (if Limited
Partnership)
General Partners/Officers
Limited Partners (if applicable)
Individuals authorized to sign for Partnership
Ficept for limited partners, the individuals listed in the blocks above are presumed to have full
signature authority for your firm unless otherwise advised Should you wish to grant signature
authority for additional individuals, please attach a certified copy of the corporate resolution,
corporate minutes, partnership agreement, power of attorney or other legal documentation which
grants this authority.
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revised August 13, 2021
00 45 13 - 7
BIDDER PREQUALIFICATION APPLICATION
Page 7 of 8
14. Equipment
TOTAL
Similar types of equipment may be lumped together. If your firm has more than 30 types of equipment,
you may show these 30 types and show the remainder as "various". The City, by allowing you to show
only 30 types of equipment, reserves the right to request a complete, detailed list of all your equipment.
The equipment list is a representation of equipment under the control of the firm and which is related to
the type of work for which the firm is seeking qualification. In the description include, the manufacturer,
model, and general common description of each.
ITEM QUANTITY
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
Various -
ITEM DESCRIPTION
TOTAL
BALANCE SHEET
VALUE
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revised August 13, 2021
004513-8
BIDDER PREQUALIFICATION APPLICATION
Page 8 of 8
BIDDER PREQUALIFICATION AFFIDAVIT
STATE OF
COUNTY OF
The undersigned hereby declares that the foregoing is a true statement of the financial condition of the
entity herein first named, as of the date herein first given; that this statement is for the express purpose of
inducing the party to whom it is submitted to award the submitter a contract; and that the accountant who
prepared the balance sheet accompanying this report as well as any depository, vendor or any other
agency herein named is hereby authorized to supply each party with any information, while this statement
is in force, necessary to verify said statement.
, being duly sworn, deposes and says that
he/she is the of , the entity
described in and which executed the foregoing statement that he/she is familiar with the books of the said
entity showing its financial condition; that the foregoing financial statement taken from the books of the
said entity as of the date thereof and that the answers to the questions of the foregoing Bidder
Prequalification Application are correct and true as of the date of this affidavit.
Firm Name:
Signature:
Sworn to before me this
day of
Notary Public
Notary Public must not be an officer, director, or stockholder or relative thereof.
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revised August 13, 2021
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
00 45 26 - I
CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW
Page I of I
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. 103362. 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:
2-1` (oo\ -+fuc•f, u-,
Company1
300 q I �1J1\,„n OC
Address
City/State/Zip
ScrJ;c�s ,Ll�.
THE STATE OF TEXAS §
By: qc4j Cr4NIPY
I
Signatu
Title: MfftNbe(
(Please Print)
COUNTY OFT 1T §
Co //ire
BEFORE ME, the undersigned authority, on this day personally appeared
%l A v1 c2r),2-kc , known to me to be the person whose name is
subscribed to the foregoing instr ment, and acknowledged to me that he/she executed the same as
the act and deed of M ezn be r � %R CoAs4, & vbv^ r,,,°r the purposes and
consideration therein expressed and in the capacity therein stated. 'ces
GIVEN UNDER MY HAND AND SEAL OF OFFICE this
/7701 V , 20 2.5
Notary Public in for the State of Texas
11\111111111//
pTF OF yyg^�:
� '•.,13353,.•'' rL6 ���
01-1
END OF SECTION
20 fA day of
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revised July 1, 2011
00 45 40 - 1
Business Equity Goal
Page 1 of 2
1 SECTION 00 45 40
2 Business Equity Goal
3 APPLICATION OF POLICY
4 If the total dollar value of the contract is $100,000 or more, then a Business Equity goal is applicable.
5 A Business Equity Firm refers to certified Minority-, and/or Women-, owned Business Enterprises
6 (M/WBEs).
7
8 POLICY STATEMENT
9 It is the policy of the City of Fort Worth to ensure the full and equitable participation of Business Equity
10 Firms when applicable, in the procurement of all goods and services. All requirements and regulations
11 stated in the City's Business Equity Ordinance No.25165-10-2021, (replacing Ordinance No. 24534-11-
12 2020 (codified at: httDs:Hcodelibrarv.amleaal.com/codes/ftworth/latest/ftworth tx/0-0-0-22593) apply to
13 this bid.
14
15 BUSINESS EQUITY PROJECT GOAL
16 The City's Business Equity goal on this project is 11.02% of the total bid value of the contract (Base bid
17 applies to Parks and Community Services).
18
19 METHODS TO COMPLY WITH THE GOAL
20 On City contracts where a Business Equity Goal is applied, offerors are required to comply with the City's
21 Business Equity Ordinance by meeting or exceeding the above stated goal or otherwise comply with the
22 ordinance through one of the following methods: 1. Commercially useful services performed by a
23 Business Equity prime contractor, 2. Business Equity subcontracting participation, 3. Combination
24 of Business Equity prime services and Business Equity subcontracting participation, 4. Business
25 Equity Joint Venture/Mentor-Protege participation, 5. Good Faith Effort documentation, or 6. Prime
26 contractor Waiver documentation.
27
28 SUBMITTAL OF REOUIRED DOCUMENTATION
29 Applicable documents (listed below) must be submitted electronically with the other required bidding
30 documents at the time of the bid under the respective Project via the Procurement Portal:
31 https://fortworthtexas.bonfirehub.com/portal/?tab=openOj2portunities
32 OR received no later than 2:00 p.m., on the third City business day after the bid opening date,
33 exclusive of the bid opening date with the respective Project via the Procurement Portal by
34 responding to the message sent within Bonfire to all the bidders. It is highly encouraged that bidders
35 submit required documentation at the time of bid submission.
36
37 The Offeror must submit one or more of the following documents:
38 1. Utilization Form and Letter(s) of Intent, if the goal is met or exceeded;
39 2. Letter of Intent, for all M/WBE Subcontractors;
40 3. Good Faith Effort Form and Utilization Form, including supporting documentation, if
41 participation is less than stated goal, or no Business Equity participation is accomplished;
42 4. Prime Contractor Waiver Form, including supporting documentation, if the Offeror will perform
43 all subcontracting/supplier opportunities; or
44 5. Joint Venture/Mentor-Protkg6 Form, if goal is met or exceeded with a Joint Venture or Mentor-
45 Prot6g6 participation.
46
47 These forms can be accessed at:
48 Business Equity Utilization Form and Letter of Intent
CITY OF FORT WORTH W ter and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revised June 7, 2024
00 45 40 - 2
Business Equity Goal
Page 2 of 2
1 httDs://apes.fortworthtexas.2ov/Pro_jectResources/ResourcesP/60 - MWBE/Business Ea_uity Utilization
2 Form DVIN 2022 220324.Ddf
3
4 Letter of Intent
5 httDs://anus.fortworthtexas.aov/Pro_jectResources/ResourcesP/60 - MWBE/Letter of Intent DVIN
6 2021.Ddf
7
8 Business Equity Good Faith Effort Form
9 httns://anus.fortworthtexas.aov/Pro_jectResources/ResourcesP/60 - MWBE/Good Faith Effort
10 Form DVIN2022.ndf
11
12 Business Equity Prime Contractor Waiver Form
13 httns://anus.fortworthtexas.aov/Pro_jectResources/ResourcesP/60 - MWBE/MWBE Prime Contractor
14 Waiver-220313.ndf
15
16 Business Equity Joint Venture Form
17 httDs://apes.fortworthtexas.2_ov/Pro_jectResources/ResourcesP/60 - MWBE/MWBE Joint
18 Venture 220225.ndf
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
FAILURE TO ACHIEVE THE GOAL OR OTHERWISE COMPLY WITH THE ORDINANCE WILL
RESULT IN THE BIDDER/OFFEROR BEING DECLARED NON -RESPONSIVE AND THE BID
REJECTED.
FAILURE TO SUBMIT THE REOUIRED BUSINESS EQUITY DOCUMENTATION OR OTHERWISE
COMPLY WITH THE ORDINANCE WILL RESULT IN THE BID BEING DECLARED NON-
RESPONSIVE. THE BID REJECTED AND MAY SUBJECT THE BIDDER/OFFEROR TO SANCTIONS
AS DESCRIBED IN SEC. 20-373 OF THE ORDINANCE.
For Questions, Please Contact the Business Equity Division of the Access and Opportunity Services
Department at (817) 392-2674.
END OF SECTION
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revised June 7, 2024
00 52 43 - 1
Agreement
Page 1 of 6
SECTION 00 52 43
AGREEMENT
THIS AGREEMENT, authorized on May 13,2025 , is made by and between the City of
Fort Worth, a Texas home rule municipality, acting by and through its duly authorized City
Manager, ("City"), and 2R Construction Services, LLC , authorized to do business in
Texas, acting by and through its duly authorized representative, ("Contractor"). City and
Contractor may jointly be referred to as Parties.
City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows:
Article 1. WORK
Contractor shall complete all Work as specified or indicated in the Contract Documents for the
Project identified herein.
Article 2. PROJECT
The project for which the Work under the Contract Documents may be the whole or only a part is
generally described as follows:
Water and Sanitary Sewer Replacements Contract 2020 WSM-L
CPN 103362
Article 3. CONTRACT PRICE
City agrees to pay Contractor for performance of the Work in accordance with the Contract
Documents an amount, in current funds, of Eight Million Six Hundred Thirty -Seven Thousand
Five Hundred Seven and 04/100 Dollars ( $8,637,507.04). Contract price may be adjusted by
change orders duly authorized by the Parties.
Article 4. CONTRACT TIME
4.1 Final Acceptance.
The Work shall be complete for Final Acceptance within 500 calendar days after the date
when the Contract Time commences to run, as provided in Paragraph 2.02 of the General
Conditions, plus any extension thereof allowed in accordance with Article 12 of the General
Conditions.
4.2 Liquidated Damages
Contractor recognizes that time is of the essence for completion of Milestones, if any, and
to achieve Final Acceptance of the Work and City and the public will suffer from loss of
use if the Work is not completed within the time(s) specified in Paragraph 4.1 above. The
Contractor also recognizes the delays, expense and difficulties involved in proving in a
legal proceeding, the actual loss suffered by the City if the Work is not completed on time.
Accordingly, instead of requiring any such proof, Contractor agrees that as liquidated
damages for delay (but not as a penalty), Contractor shall pay City Six hundred and fifty
Dollars ($650.00) for each day that expires after the time specified in Paragraph 4.1 for
Final Acceptance until the City issues the Final Letter of Acceptance.
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revised December 8, 2023
00 52 43 - 2
Agreement
Page 2 of 6
Article 5. CONTRACT DOCUMENTS
5.1 CONTENTS:
A.The Contract Documents which comprise the entire agreement between City and
Contractor concerning the Work consist of the following:
1. This Agreement.
2. Attachments to this Agreement:
a. Bid Form
1) Proposal Form
2) Vendor Compliance to State Law Non -Resident Bidder
3) Prequalification Statement
4) State and Federal documents (project specific)
b. Current Prevailing Wage Rate Table
c. Insurance Certification Form (ACORD or equivalent)
d. Payment Bond
e. Performance Bond
f. Maintenance Bond
g. Power of Attorney for the Bonds
h. Worker's Compensation Affidavit
i. MBE and/or SBE Utilization Form
3. General Conditions.
4. Supplementary Conditions.
5. Specifications specifically made a part of the Contract Documents by attachment or,
if not attached, as incorporated by reference and described in the Table of Contents
of the Project's Contract Documents.
6. Drawings.
7. Addenda.
8. Documentation submitted by Contractor prior to Notice of Award.
9. The following which may be delivered or issued after the Effective Date of the
Agreement and, if issued, become an incorporated part of the Contract Documents:
a. Notice to Proceed.
b. Field Orders.
c. Change Orders.
d. Letter of Final Acceptance.
Article 6. INDEMNIFICATION
6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own
expense, the city, its officers, servants and employees, from and against any and all
claims arising out of, or alleged to arise out of, the work and services to be performed
by the contractor, its officers, agents, employees, subcontractors, licenses or invitees
under this contract. This indemnification Provision is specifically intended to overate
and be effective even if it is alleged or Proven that all or some of the damages being
sought were caused, in whole or in Part, by anv act, omission or negligence of the citv.
This indemnity provision is intended to include, without limitation, indemnity for costs,
expenses and legal fees incurred by the city in defending against such claims and causes
of actions.
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revised December 8, 2023
00 52 43 - 3
Agreement
Page 3 of 6
6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense,
the city, its officers, servants and employees, from and against any and all loss, damage
or destruction of property of the city, arising out of, or alleged to arise out of, the work
and services to be performed by the contractor, its officers, agents, employees,
subcontractors, licensees or invitees under this contract. This indemnification provision
is specifically intended to operate and be effective even if it is alleged or proven that all
or some of the damages being sought were caused, in whole or in part, by anv act,
omission or negligence of the city.
Article 7. MISCELLANEOUS
7.1 Terms.
Terms used in this Agreement which are defined in Article 1 of the General Conditions will
have the meanings indicated in the General Conditions.
7.2 Assignment of Contract.
This Agreement, including all of the Contract Documents may not be assigned by the
Contractor without the advanced express written consent of the City.
7.3 Successors and Assigns.
City and Contractor each binds itself, its partners, successors, assigns and legal
representatives to the other party hereto, in respect to all covenants, agreements and
obligations contained in the Contract Documents.
7.4 Severability/Non-Waiver of Claims.
Any provision or part of the Contract Documents held to be unconstitutional, void or
unenforceable by a court of competent jurisdiction shall be deemed stricken, and all
remaining provisions shall continue to be valid and binding upon City and Contractor.
The failure of City or Contractor to insist upon the performance of any term or provision of
this Agreement or to exercise any right granted herein shall not constitute a waiver of City's
or Contractor's respective right to insist upon appropriate performance or to assert any such
right on any future occasion.
7.5 Governing Law and Venue.
This Agreement, including all of the Contract Documents is performable in the State of
Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the
Northern District of Texas, Fort Worth Division.
7.6 Authority to Sign.
Contractor shall attach evidence of authority to sign Agreement if signed by someone other
than the duly authorized signatory of the Contractor.
7.7 Non -appropriation of Funds.
In the event no funds or insufficient funds are appropriated by City in any fiscal period for
any payments due hereunder, City will notify Vendor of such occurrence and this Agreement
shall terminate on the last day of the fiscal period for which appropriations were received
without penalty or expense to City of any kind whatsoever, except as to the portions of the
payments herein agreed upon for which funds have been appropriated.
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revised December 8, 2023
00 52 43 - 4
Agreement
Page 4 of 6
7.8 Prohibition On Contracts With Companies Boycotting Israel.
Contractor, unless a sole proprietor, acknowledges that in accordance with Chapter 2271 of
the Texas Government Code, if Contractor has 10 or more full time -employees and the
contract value is $100,000 or more, the City is prohibited from entering into a contract with
a company for goods or services unless the contract contains a written verification from the
company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of
the contract. The terms "boycott Israel" and "company" shall have the meanings ascribed to
those terms in Section 808.001 of the Texas Government Code. By signing this contract,
Contractor certifies that Contractor's signature provides written verification to the
City that if Chapter 2271, Texas Government Code applies, Contractor: (1) does not
boycott Israel; and (2) will not boycott Israel during the term of the contract.
7.9 Prohibition on Boycotting Energy Companies.
Contractor acknowledges that in accordance with Chapter 2276 of the Texas Government
Code, the City is prohibited from entering into a contract for goods or services that has a
value of $100,000 or more, which will be paid wholly or partly from public funds of the City,
with a company (with 10 or more full-time employees) unless the contract contains a written
verification from the company that it: (1) does not boycott energy companies; and (2) will
not boycott energy companies during the term of the contract. The terms "boycott energy
company" and "company" have the meaning ascribed to those terms by Chapter 2276 of the
Texas Government Code. To the extent that Chapter 2276 of the Government Code is
applicable to this Agreement, by signing this Agreement, Contractor certifies that
Contractor's signature provides written verification to the City that Contractor: (1)
does not boycott energy companies; and (2) will not boycott energy companies during
the term of this Agreement.
7.10 Prohibition on Discrimination Against Firearm and Ammunition Industries.
Contractor acknowledges that except as otherwise provided by Chapter 2274 of the Texas
Government Code, the City is prohibited from entering into a contract for goods or services
that has a value of $100,000 or more which will be paid wholly or partly from public funds
of the City, with a company (with 10 or more full-time employees) unless the contract
contains a written verification from the company that it: (1) does not have a practice, policy,
guidance, or directive that discriminates against a firearm entity or firearm trade association;
and (2) will not discriminate during the term of the contract against a firearm entity or firearm
trade association. The terms "discriminate," "firearm entity" and "firearm trade association"
have the meaning ascribed to those terms by Chapter 2274 of the Texas Government
Code. To the extent that Chapter 2274 of the Government Code is applicable to this
Agreement, by signing this Agreement, Contractor certifies that Contractor's signature
provides written verification to the City that Contractor: (1) does not have a practice,
policy, guidance, or directive that discriminates against a firearm entity or firearm
trade association; and (2) will not discriminate against a firearm entity or firearm trade
association during the term of this Agreement.
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revised December 8, 2023
00 52 43 - 5
Agreement
Page 5 of 6
7.11 Immigration Nationality Act.
Contractor shall verify the identity and employment eligibility of its employees who perform
work under this Agreement, including completing the Employment Eligibility Verification
Form (I-9). Upon request by City, Contractor shall provide City with copies of all I-9 forms
and supporting eligibility documentation for each employee who performs work under this
Agreement. Contractor shall adhere to all Federal and State laws as well as establish
appropriate procedures and controls so that no services will be performed by any Contractor
employee who is not legally eligible to perform such services. CONTRACTOR SHALL
INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES,
LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY
CONTRACTOR, CONTRACTOR'S EMPLOYEES, SUBCONTRACTORS,
AGENTS, OR LICENSEES. City, upon written notice to Contractor, shall have the right
to immediately terminate this Agreement for violations of this provision by Contractor.
7.12 No Third -Party Beneficiaries.
This Agreement gives no rights or benefits to anyone other than the City and the Contractor
and there are no third -party beneficiaries.
7.13 No Cause of Action Against Engineer.
Contractor, its subcontractors and equipment and materials suppliers on the PROJECT or their
sureties, shall maintain no direct action against the Engineer, its officers, employees, and
subcontractors, for any claim arising out of, in connection with, or resulting from the engineering
services performed. Only the City will be the beneficiary of any undertaking by the Engineer.
The presence or duties of the Engineer's personnel at a construction site, whether as on -site
representatives or otherwise, do not make the Engineer or its personnel in any way
responsible for those duties that belong to the City and/or the City's construction contractors
or other entities, and do not relieve the construction contractors or any other entity of their
obligations, duties, and responsibilities, including, but not limited to, all construction
methods, means, techniques, sequences, and procedures necessary for coordinating and
completing all portions of the construction work in accordance with the Contract Documents
and any health or safety precautions required by such construction work. The Engineer and
its personnel have no authority to exercise any control over any construction contractor or
other entity or their employees in connection with their work or any health or safety
precautions.
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revised December 8, 2023
005243-6
Agreement
Page 6 of 6
IN WITNESS WHEREOF, City and Contractor have each executed this Agreement to be effective
as of the date subscribed by the City's designated Assistant City Manager ("Effective Date").
Contractor:' K C(J ASt ('*-''vim ">Ct'J" k'eJ City of Fort Worth
By:
ature
aU j Ctly�.'A� AS
(Printed Name)
M tr tc
Title ^^''
3 GUti 1 CA-I'n �r
Address
City/Slate/Zip
ou I�
Date
LIN
Jesica McEachern
Assistant City Manager
06/18/2025
Date
Attest: A
Jannette Goodall, City Secretary
(Seal)
M&C: 25-0397
Date: May 13, 2025
- p
pt.A nY
, y
optOt�ad
�o
aayIl nEXpSaod
Contract Compliance Manager:
By signing, I acknowledge that I am the person
responsible for the monitoring and
administration of this contract, including
ensuring all performance and reporting
requirements.
Clayton Torrance, P.E.
Project Manager
Approved and Legality:
Douglas Black (Jun 12, 202514:10 CDT)
Douglas W. Black
Sr. Assistant City Attorney
APPRDVAL RECOLEYMNE)ED:
LL&� tAPder
Christopher Har er (Jun 12, 2025 08:38 CDT)
Christopher Harder, P.E.
DLrectoT, WateT Department OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revised December 8, 2023
006113-1
PERFORMANCE BOND
Page 1 of 2
Bond # 2297370
1 SECTION 00 6113
2 PERFORMANCE BOND
3
4 THE STATE OF TEXAS §
5 § KNOW ALL BY THESE PRESENTS:
6 COUNTY OF TARRANT §
7
8 That we, 2R Construction Services LLC. known as
9 "Principal' herein and West Bend Insurance Comnanv , a corporate
10 surety(sureties, if more than one) duly authorized to do business in the State of Texas, known as
11 "Surety" herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a
12 municipal corporation created pursuant to the laws of Texas, known as "City" herein, in the penal
13 sutra of, Eight million six hundred thirty seven thousand five hundred seven dollars and four cents Dollars
14 ($ 8,637,507.04 ), lawful money of the United States, to be paid in Fort Worth,
15 Tarrant County, Texas for the payment of which sum well and truly to be made, we bind ourselves,
16 our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these
17 presents.
18 WHEREAS, the Principal has entered into a certain written contract with the City awarded
19 the 13a' day of May , 20_25_, which Contract is hereby referred to and made a part
20 hereof for all purposes as if fully set forth herein, to Punish all materials, equipment labor and other
21 accessories defined by law, in the prosecution of the Work, including any Change Orders, as
22 provided for in said Contract designated as Water and Sanitary Sewer Replacements Contract 2020
23 WSM-L, CPN 103362.
24 NOW, THEREFORE, the condition of this obligation is such that if the said Principal
25 shall faithfully perform it obligations under the Contract and shall in all respects duly and faithfully
26 perform the Work, including Change Orders, under the Contract, according to the plans,
27 specifications, and contract documents therein referred to, and as well during any period of
28 extension of the Contract that may be granted on the part of the City, then this obligation shall be
29 and become null and void, otherwise to remain in full force and effect.
30 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in
31 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort
32 Worth Division.
CITY OF FORT WORTH Water and Sanitary Server Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revised December 8, 2023
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
00 61 13 - 2
PERFORMANCE BOND
Page 2 of 2
This bond is made and executed in compliance with the provisions of Chapter 2253 of the
Texas Government Code, as amended, and all liabilities on this bond shall be determined in
accordance with the provisions of said statue.
IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED this
instrument by duly authorized agents and officers on this the 15th day of May
20 25 .
PRINCIPAL:
LCon!st�Rwri-ou�Oervices LLC.
B
Signature
ATTEST:
Raul Canales Member
(Principal) Secretary Name and Title
Address: 2R Construction Services LLC.
3009 Nathan Drive
Wylie TX. 75098
R�tl��( `�ul►�SCJ`'�
Witness as to Principal
SURETY:
West Bend Insurance Company
BY: ,Lu` rt. i2
tgnature
David Quinn Attorney -in -Fact.
Name and Title
Address: David Quinn
2418 Rosebury Lane
lJ��
(�, . Trophy Club, TX 76262
1
Witness as to Sur ty Telephone Number: 903-235-5533
Email Address: david c().auinninsurancetx.com.
*Note: If signed by an officer of the Surety Company, there must be on file a certified extract
from the by-laws showing that this person has authority to sign such obligation. If
Surety's physical address is different from its mailing address, both must be provided.
The date of the bond shall not be prior to the date the Contract is awarded.
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revised December 8, 2023
006114-1
PAYMENTBOND
Pagel of 2
Bond # 2297370
1 SECTION 00 6114
2 PAYMENT BOND
3
4 THE STATE OF TEXAS §
5 § KNOW ALL BY THESE PRESENTS:
6 COUNTY OF TARRANT §
7
8 That we, 2R Construction Services LLC. , known as "Principal"
9 herein, and West Bend Insurance Company , a corporate
10 surety (sureties), duly authorized to do business in the State of Texas, known as "Surety" herein
11 (whether one or more), are held and firmly bound unto the City of Fort Worth, a municipal
12 corporation created pursuant to the laws of the State of Texas, known as "City" herein, in the penal
13 sum of Eight million six hundred thirty seven thousand five hundred seven dollars and four cents Dollars
14 ($ 8,637,507.04 ), lawful money of the United States, to be paid in Fort Worth,
15 Tarrant County, Texas, for the payment of which sum well and truly be made, we bind ourselves,
16 our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these
17 presents:
18 WHEREAS, Principal has entered into a certain written Contract with City, awarded the
19 13th day of May 12025 , which Contract is hereby referred to and made
20 a part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment, labor
21 and other accessories as defined by law, in the prosecution of the Work as provided for in said
22 Contract and designated as Water and Sanitary Sewer Replacements Contract 2020 WSM-L, CPN
23 103362.
24 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if
25 Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in
26 Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under
27 the Contract, then this obligation shall be and become null and void; otherwise to remain in full
28 force and effect.
29 This bond is made and executed in compliance with the provisions of Chapter 2253 of the
30 Texas Government Code, as amended, and all liabilities on this bond shall be determined in
31 accordance with the provisions of said statute.
32
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revised December 8, 2023
1
2
3
4
5
6
7
8
9
10
11
12
0061 14 - 2
PAYMENTBOND
Page 2 of 2
IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED
this instrument by duly authorized agents and officers on this the 15th day of
May . 20 25
ATTEST: 4
(Principal) Secretary
Witness as to Principal
ATTEST:
C� Q�
(Surety) Secretary
4 jW
W ess as to Siu•el!y
PRINCIPAL:
2R Construct'. n _Sees
•e
Raul Canales Member
Name and Title
Address: 2R Construction Services LLC.
3009 Nathan Drive
Wylie TX. 75098
SURETY:
West Bend Insurance Company
BY: Gu'r►�l
Sigtfatiiie
David Quinn Attornev-in-Fact
Name and Title
Address: David Quinn
2418 Rosebury Lane
Tronhv Club. TX 76262
Telephone Number: 903-235-5533
Email Address: david(a.auinninsurancetx.corn
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 Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revised December 8, 2023
006119-1
MAINTENANCE BOND
Pagel of 3
Bond # 2297370
SECTION 00 61 19
2 MAINTENANCE BOND
3
4 THE STATE OF TEXAS §
5 - § KNOW ALL BY THESE PRESENTS:
6 COUNTY OF TARRANT §
7
8 That we 2R Construction Services LLC. known as
9 "Principal" herein and West Bend Insurance Company , a corporate surety
10 (sureties, if more than one) duly authorized to do business in the State of Texas, known as "Surety"
11 herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a municipal
12 corporation created pursuant to the laws of the State of Texas, known as "City" herein, in the sum
13 of Eight million six hundred thirty seven thousand five hundred seven dollars and four cents Dollars ($ 8.637.507.04
14 lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for payment
15 of which sum well and truly be made unto the City and its successors, we bind ourselves, our heirs,
16 executors, administrators, successors and assigns, jointly and severally, firmly by these presents.
17
18 WHEREAS, the Principal has entered into a certain written contract with the City awarded
19 the 13th day of May , 20 25, wlucli Contract is hereby
20 referred to and a made part hereof for all purposes as if fully set forth herein, to furnish all materials,
21 equipment labor and other accessories as defined by law, in the prosecution of the Work, including
22 any Work resulting from a duly authorized Change Order (collectively herein, the "Work") as
23 provided for in said contract and designated as Water and Sanitary Sewer Replacements Contract
24 2020 WSM-L, CPN 103362; and
25
26 WHEREAS, Principal binds itself to use such materials and to so construct the Work in
27 accordance with the plans, specifications and Contract Documents that the Work is and will remain
28 free from defects in materials or workmanship for and during the period of two (2) years after the
29 date of Final Acceptance of the Work by the City ("Maintenance Period"); and
30
31 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part upon
32 receiving notice from the City of the need therefor at any time within the Maintenance Period.
33
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revised December 8, 2023
0061 19 - 2
MAINTENANCE BOND
Page 2 of 3
1 NOW THEREFORE, the condition of this obligation is such that if Principal shall remedy
2 any defective Work, for which timely notice was provided by City, to a completion satisfactory to
3 the City, then this obligation shall become null and void; otherwise to remain in full force and
4 effect.
5
6 PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely
7 noticed defective Work, it is agreed that the City may cause any and all such defective Work to be
8 repaired and/or reconstructed with all associated costs thereof being borne by the Principal and the
9 Surety under this Maintenance bond; and
10
11 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in
12 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort
13 Worth Division; and
14
15 PROVIDED FURTHER, that this obligation shall be continuous in nature and successive
16 recoveries may be had hereon for successive breaches.
17
18
19
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revised December 8, 2023
0061 19 - 3
MAINTENANCE BOND
Page 3 of 3
1 IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this
2 instrument by duly authorized agents and officers on this the 15th day of May
3 .20 25 .
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
ATTEST: 4
(Principal) Secretary
R,4;L1 jk)\0o^
Witness as to Principal
ATTEST:
_ESJA�CbUA_�
(Surety) Secr tart' A Ni 44 01 A
I n
VhAVsIas to S re
PRINCIPAL:
211 Cons on Services LL .
Signature
Raul Canales Member
Name and Title
Address: 2R Construction Services LLC.
3009 Nathan Drive
Wylie TX_ 75098
SURETY:
West Bend Insurance Comnanv
BY: a-l.,7 A
ignature
David Quinn Attorney -in -Fact
Name and Title
Address: David Ouirm
2418 Rosebury Lane'
Tronhv Club. TX 76262
Telephone Number: 903-235-5533,
Email Address: dav� :ninninenrancttg,com
37
38 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract
39 from the by-laws showing that this person has authority to sign such obligation. If
40 Surety's physical address is different from its mailing address, both must be provided.
41 The date of the bond shall not be prior to the date the Contract is awarded.
1%
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revised December 8, 2023
WEST BEND
A MUTUAL INSURANCE COMPANY,
POWER OF ATTORNEY
THE SILVER LINING®
Bond No. 2297370
Know all men by these Presents, That West Bend Mutual Insurance Company, a corporation having its principal office in the City of West Bend,
Wisconsin does make, constitute and appoint:
Christine Deem, David Quinn
lawful Attorney(s)-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, undertakings
and contracts of suretyship, provided that no bond or undertaking or contract of suretyship executed under this authority shall exceed in amount the
sum of: Twenty Million Dollars ($20,000,000)
This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board
of Directors of West Bend Mutual Insurance Company at a meeting duly called and held on the 21s1 day of December, 1999.
AppointmentofAttorney-In-Fact The president or any vice president, or any other officer of West Bend Mutual Insurance Company may appoint
by written certificate Attorneys -In -Fact to act on behalf of the company in the execution of and attesting of bonds and undertakings and other
written obligatory instruments of like nature. The signature of any officer authorized hereby and the corporate seal may be affixed by facsimile
to any such power of attorney or to any certificate relating therefore and any such power of attorney or certificate bearing such facsimile
signatures or facsimile seal shall be valid and binding upon the company, and any such power so executed and certified by facsimile signatures
and facsimile seal shall be valid and binding upon the company in the future with respect to any bond or undertaking or other writing obligatory
in nature to which it is attached. Any such appointment may be revoked, for cause, or without cause, by any said officer at any time.
In witness whereof, the West Bend Mutual Insurance Company has caused these presents to be signed by its president undersigned and its
corporate seal to be hereto duly attested by its secretary this 17th day of August, 2021.
Attest UV�tb �"" 1017
JJ
Christopl her C. Z gart
Secretary
State of Wisconsin
County of Washington
cpr�oraArF iii����
Kevin A. Steiner
'' SEliL Chief Executive Officer/President
On the 17th day of August, 2021, before me personally came Kevin A. Steiner, to me known being by duly sworn, did depose and say that he resides
in the County of Washington, State of Wisconsin; that he is the President of West Bend Mutual Insurance Company, the corporation described in and
which executed the above instrument; that he knows the seal of the said corporation; that the seal affixed to said instrument is such corporate seal;
that is was so affixed by order of the board of directors of said corporation and that he signed his name thereto by like order.
""\1\111111tlllllryyry,
Matthew E. Carlton
t
�•uS•,'°U94�C, '2
Senior Corporate Attorney
,yv•..__,•.•o�,+=
Notary Public, Washington Co., WI
My Commission is Permanent
The undersigned, duly elected to the office stated below, now the incumbent in West Bend Mutual Insurance Company, a Wisconsin corporation
authorized to make this certificate, Do Hereby Certify that the foregoing attached Power of Attorney remains in full force effect and has not been
revoked and that the Resolution of the Board of Directors, set forth in the Power of Attorney is now in force.
Signed and sealed at West Bend, Wisconsin this 15th day of May 2025
iNSRIP
•..
sal'
S�'` Heather Dunn
Vice President — Chief Financial Officer
Notice: Any questions concerning this Power of Attorney may be directed to the Bond Manager at West Bend Mutual Insurance Company.
1900 South 18th Avenue I West Bend, WI 53095 1 Phone: (608) 410-3410 1 Fax: (877) 674-2663 1 www.thesilverlining.com
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
006125-1
CERTIFICATE OF INSURANCE
Page 1 of 1
SECTION 00 6125
CERTIFICATE OF INSURANCE
[Assembler: For Contract Document execution, remove this page and replace with standard
ACORD Certificate of Insurance form.]
END OF SECTION
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revised July 1, 2011
STANDARD GENERAL CONDITIONS
OF THE CONSTRUCTION CONTRACT
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revision: 3/08/2024
STANDARD GENERAL CONDITIONS OF THE
CONSTRUCTION CONTRACT
TABLE OF CONTENTS
Article 1 — Definitions and Terminology .....................................
1.01 Defined Terms..........................................................
1.02 Terminology.............................................................
Article 2 — Preliminary Matters.............................................................
2.01 Copies of Documents........................................................
2.02 Commencement of Contract Time; Notice to Proceed ....
2.03 Starting the Work..............................................................
2.04 Before Starting Construction ............................................
2.05 Preconstruction Conference ..............................................
2.06 Public Meeting..................................................................
2.07 Initial Acceptance of Schedules ........................................
Article 3 — Contract Documents: Intent, Amending, Reuse .........
3.01 Intent...........................................................................
3.02 Reference Standards ...................................................
3.03 Reporting and Resolving Discrepancies ....................
3.04 Amending and Supplementing Contract Documents
3.05 Reuse of Documents ..................................................
3.06 Electronic Data...........................................................
Page
......................................1
......................................1
...................................... 6
................... 7
.................. 7
.................. 7
.................. 8
.................. 8
.................. 8
.................. 8
.................. 8
Article 4 — Availability of Lands; Subsurface and Physical Conditions; Hazardous Environmental
Conditions; Reference Points...........................................................................................................11
4.01 Availability of Lands.................................................................................................................. 11
4.02 Subsurface and Physical Conditions..........................................................................................12
4.03 Differing Subsurface or Physical Conditions.............................................................................12
4.04 Underground Facilities...............................................................................................................13
4.05 Reference Points.........................................................................................................................14
4.06 Hazardous Environmental Condition at Site..............................................................................14
Article 5 — Bonds and Insurance.....................................................................................................................16
5.01 Licensed Sureties and Insurers................................................................................................... 16
5.02 Performance, Payment, and Maintenance Bonds.......................................................................16
5.03 Certificates of Insurance.............................................................................................................16
5.04 Contractor's Insurance................................................................................................................18
5.05 Acceptance of Bonds and Insurance; Option to Replace...........................................................19
Article 6 — Contractor's Responsibilities........................................................................................................19
6.01 Supervision and Superintendence...............................................................................................19
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revision: 3/08/2024
6.02
Labor; Working Hours................................................................................................................20
6.03
Services, Materials, and Equipment...........................................................................................
20
6.04
Project Schedule..........................................................................................................................21
6.05
Substitutes and "Or-Equals".......................................................................................................
21
6.06
Concerning Subcontractors, Suppliers, and Others....................................................................24
6.07
Wage Rates..................................................................................................................................25
6.08
Patent Fees and Royalties...........................................................................................................
26
6.09
Permits and Utilities....................................................................................................................27
6.10
Laws and Regulations.................................................................................................................
27
6.11
Taxes...........................................................................................................................................28
6.12
Use of Site and Other Areas.......................................................................................................
28
6.13
Record Documents......................................................................................................................29
6.14
Safety and Protection..................................................................................................................
29
6.15
Safety Representative..................................................................................................................
30
6.16
Hazard Communication Programs.............................................................................................
30
6.17
Emergencies and/or Rectification...............................................................................................
30
6.18
Submittals....................................................................................................................................31
6.19
Continuing the Work...................................................................................................................
32
6.20
Contractor's General Warranty and Guarantee..........................................................................32
6.21
Indemnification.........................................................................................................................
33
6.22
Delegation of Professional Design Services.............................................................................. 34
6.23
Right to Audit..............................................................................................................................
34
6.24
Nondiscrimination.......................................................................................................................35
Article 7 -
Other Work at the Site...................................................................................................................
35
7.01
Related Work at Site...................................................................................................................
35
7.02
Coordination................................................................................................................................36
Article 8 -
City's Responsibilities...................................................................................................................
36
8.01
Communications to Contractor...................................................................................................36
8.02
Furnish Data................................................................................................................................36
8.03
Pay When Due............................................................................................................................36
8.04
Lands and Easements; Reports and Tests...................................................................................36
8.05
Change Orders.............................................................................................................................36
8.06
Inspections, Tests, and Approvals..............................................................................................
36
8.07
Limitations on City's Responsibilities.......................................................................................
37
8.08
Undisclosed Hazardous Environmental Condition....................................................................37
8.09
Compliance with Safety Program...............................................................................................
37
Article 9 - City's Observation Status During Construction...........................................................................37
9.01 City's Project Manager............................................................................................................37
9.02 Visits to Site................................................................................................................................ 37
9.03 Authorized Variations in Work..................................................................................................38
9.04 Rejecting Defective Work..........................................................................................................38
9.05 Determinations for Work Performed..........................................................................................38
9.06 Decisions on Requirements of Contract Documents and Acceptability of Work ..................... 38
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revision: 3/08/2024
Article 10 - Changes in the Work; Claims; Extra Work................................................................................38
10.01 Authorized Changes in the Work............................................................................................... 38
10.02 Unauthorized Changes in the Work........................................................................................... 39
10.03 Execution of Change Orders....................................................................................................... 39
10.04 Extra Work.................................................................................................................................. 39
10.05 Notification to Surety.................................................................................................................. 39
10.06 Contract Claims Process............................................................................................................. 40
Article 11 - Cost of the Work; Allowances; Unit Price Work; Plans Quantity Measurement ...................... 41
11.01 Cost of the Work.........................................................................................................................41
11.02 Allowances..................................................................................................................................43
11.03 Unit Price Work.......................................................................................................................... 44
11.04 Plans Quantity Measurement......................................................................................................45
Article 12 - Change of Contract Price; Change of Contract Time.................................................................46
12.01 Change of Contract Price............................................................................................................ 46
12.02 Change of Contract Time............................................................................................................ 47
12.03 Delays..........................................................................................................................................47
Article 13 - Tests and Inspections; Correction, Removal or Acceptance of Defective Work ...................... 48
13.01 Notice of Defects........................................................................................................................ 48
13.02 Access to Work........................................................................................................................... 48
13.03 Tests and Inspections.................................................................................................................. 48
13.04 Uncovering Work........................................................................................................................49
13.05 City May Stop the Work............................................................................................................. 49
13.06 Correction or Removal of Defective Work................................................................................ 50
13.07 Correction Period........................................................................................................................ 50
13.08 Acceptance of Defective Work................................................................................................... 51
13.09 City May Correct Defective Work............................................................................................. 51
Article 14 - Payments to Contractor and Completion....................................................................................52
14.01 Schedule of Values...................................................................................................................... 52
14.02 Progress Payments...................................................................................................................... 52
14.03 Contractor's Warranty of Title................................................................................................... 54
14.04 Partial Utilization........................................................................................................................ 55
14.05 Final Inspection...........................................................................................................................55
14.06 Final Acceptance......................................................................................................................... 55
14.07 Final Payment..............................................................................................................................56
14.08 Final Completion Delayed and Partial Retainage Release........................................................ 56
14.09 Waiver of Claims........................................................................................................................ 57
Article 15 - Suspension of Work and Termination........................................................................................ 57
15.01 City May Suspend Work............................................................................................................. 57
15.02 City May Terminate for Cause................................................................................................... 58
15.03 City May Terminate For Convenience....................................................................................... 60
Article 16 - Dispute Resolution...................................................................................................................... 61
16.01 Methods and Procedures.............................................................................................................61
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revision: 3/08/2024
Article 17 — Miscellaneous .............................................
17.01 Giving Notice .............................................
17.02 Computation of Times ...............................
17.03 Cumulative Remedies ................................
17.04 Survival of Obligations ..............................
17.05 Headings .....................................................
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
................................................................................. 62
................................................................................. 62
................................................................................. 62
................................................................................. 62
................................................................................. 63
................................................................................. 63
Water and Sanitary Sewer Replacements Contract 2020 WSM-L
CPN 103362
007200-1
GENERAL CONDITIONS
Page 1 of 63
ARTICLE 1— DEFINITIONS AND TERMINOLOGY
1.01 Defined Terms
A. Wherever used in these General Conditions or in other Contract 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. Addenda —Written or graphic instruments issued prior to the opening of Bids which clarify,
correct, or change the Bidding Requirements or the proposed Contract Documents.
2. Agreement —The written instrument which is evidence of the agreement between City and
Contractor covering the Work.
3. Application for Payment —The form acceptable to City which is to be used by Contractor
during the course of the Work in requesting progress or final payments and which is to be
accompanied by such supporting documentation as is required by the Contract Documents.
4. 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.
5. Award — Authorization by the City Council for the City to enter into an Agreement.
6. Bid —The offer or proposal of a Bidder submitted on the prescribed form setting forth the
prices for the Work to be performed.
7. Bidder —The individual or entity who submits a Bid directly to City.
8. Bidding Documents —The Bidding Requirements and the proposed Contract Documents
(including all Addenda).
9. Bidding Requirements —The advertisement or Invitation to Bid, Instructions to Bidders, Bid
security of acceptable form, if any, and the Bid Form with any supplements.
10. 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.
11. Calendar Day — A day consisting of 24 hours measured from midnight to the next midnight.
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revision: 3/08/2024
007200-1
GENERAL CONDITIONS
Page 2 of 63
12. Change Order —A document, which is prepared and approved by the City, which is signed
by Contractor and City and authorizes an addition, deletion, or revision in the Work or an
adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date
of the Agreement.
13. City— The City of Fort Worth, Texas, a home -rule municipal corporation, authorized and
chartered under the Texas State Statutes, acting by its governing body through its City
Manager, his designee, or agents authorized under his behalf, each of which is required by
Charter to perform specific duties with responsibility for final enforcement of the contracts
involving the City of Fort Worth is by Charter vested in the City Manager and is the entity
with whom Contractor has entered into the Agreement and for whom the Work is to be
performed.
14. City Attorney — The officially appointed City Attorney of the City of Fort Worth, Texas, or
his duly authorized representative.
15. City Council - The duly elected and qualified governing body of the City of Fort Worth,
Texas.
16. City Manager — The officially appointed and authorized City Manager of the City of Fort
Worth, Texas, or his duly authorized representative.
17. Contract Claim —A demand or assertion by City or Contractor seeking an adjustment of
Contract Price or Contract Time, or both, or other relief with respect to the terms of the
Contract. A demand for money or services by a third party is not a Contract Claim.
18. Contract —The entire and integrated written document between the City and Contractor
concerning the Work. The Contract contains the Agreement and all Contract Documents and
supersedes prior negotiations, representations, or agreements, whether written or oral.
19. Contract Documents —Those items so designated in the Agreement. All items listed in the
Agreement are Contract Documents. Approved Submittals, other Contractor submittals, and
the reports and drawings of subsurface and physical conditions are not Contract Documents.
20. Contract Price —The moneys payable by City to Contractor for completion of the Work in
accordance with the Contract Documents as stated in the Agreement (subject to the provisions
of Paragraph 11.03 in the case of Unit Price Work).
21. Contract Time —The number of days or the dates stated in the Agreement to: (i) achieve
Milestones, if any and (ii) complete the Work so that it is ready for Final Acceptance.
22. Contractor —The individual or entity with whom City has entered into the Agreement.
23. Cost of the Work —See Paragraph 11.01 of these General Conditions for definition.
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revision: 3/08/2024
007200-1
GENERAL CONDITIONS
Page 3 of 63
24. Damage Claims — A demand for money or services arising from the Project or Site from a
third party, City or Contractor exclusive of a Contract Claim.
25. Day or day — A day, unless otherwise defined, shall mean a Calendar Day.
26. Director of Aviation — The officially appointed Director of the Aviation Department of the
City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents.
27. Director of Parks and Community Services — The officially appointed Director of the Parks
and Community Services Department of the City of Fort Worth, Texas, or his duly appointed
representative, assistant, or agents.
28. Director of Planning and Development — The officially appointed Director of the Planning
and Development Department of the City of Fort Worth, Texas, or his duly appointed
representative, assistant, or agents.
29. Director of Transportation Public Works — The officially appointed Director of the
Transportation Public Works Department of the City of Fort Worth, Texas, or his duly
appointed representative, assistant, or agents.
30. Director of Water Department — The officially appointed Director of the Water Department
of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents.
31. 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.
32. Effective Date of the Agreement —The date indicated in the Agreement on which it becomes
effective, but if no such date is indicated, it means the date on which the Agreement is signed
and delivered by the last of the two parties to sign and deliver.
33. Engineer —The licensed professional engineer or engineering firm registered in the State of
Texas performing professional services for the City.
34. Extra Work — Additional work made necessary by changes or alterations of the Contract
Documents or of quantities or for other reasons for which no prices are provided in the Contract
Documents. Extra work shall be part of the Work.
35. Field Order — A written order issued by City which requires changes in the Work but which
does not involve a change in the Contract Price, Contract Time, or the intent of the Engineer.
Field Orders are paid from Field Order Allowances incorporated into the Contract by funded
work type at the time of award.
36. Final Acceptance — The written notice given by the City to the Contractor that the Work
specified in the Contract Documents has been completed to the satisfaction of the City.
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revision: 3/08/2024
007200-1
GENERAL CONDITIONS
Page 4 of 63
37. Final Inspection — Inspection carried out by the City to verify that the Contractor has
completed the Work, and each and every part or appurtenance thereof, fully, entirely, and in
conformance with the Contract Documents.
38. General Requirements —Sections of Division 1 of the Contract Documents.
39. Hazardous Environmental Condition —The presence at the Site of Asbestos, PCBs,
Petroleum, Hazardous Waste, Radioactive Material, or other materials in such quantities or
circumstances that may present a substantial danger to persons or property exposed thereto.
40. Hazardous Waste —Hazardous waste is defined as any solid waste listed as hazardous or
possesses one or more hazardous characteristics as defined in the federal waste regulations,
as amended from time to time.
41. Laws and Regulations —Any and all applicable laws, rules, regulations, ordinances, codes,
and orders of any and all governmental bodies, agencies, authorities, and courts having
jurisdiction.
42. Liens —Charges, security interests, or encumbrances upon Project funds, real property, or
personal property.
43. Major Item — An Item of work included in the Contract Documents that has a total cost equal
to or greater than 5% of the original Contract Price or $25,000 whichever is less.
44. Milestone —A principal event specified in the Contract Documents relating to an intermediate
Contract Time prior to Final Acceptance of the Work.
45. Notice of Award —The written notice by City to the Successful Bidder stating that upon
timely compliance by the Successful Bidder with the conditions precedent listed therein, City
will sign and deliver the Agreement.
46. Notice to Proceed —A written notice given by City to Contractor fixing the date on which the
Contract Time will commence to run and on which Contractor shall start to perform the Work
specified in Contract Documents.
47. PCBs —Polychlorinated biphenyls.
48. Petroleum —Petroleum, including crude oil or any fraction thereof which is liquid at standard
conditions of temperature and pressure (60 degrees Fahrenheit and 14.7 pounds per square
inch absolute), such as oil, petroleum, fuel oil, oil sludge, oil refuse, gasoline, kerosene, and
oil mixed with other non -Hazardous Waste and crude oils.
49. Plans — See definition of Drawings.
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revision: 3/08/2024
007200-1
GENERAL CONDITIONS
Page 5 of 63
50. Project Schedule —A schedule, prepared and maintained by Contractor, in accordance with
the General Requirements, describing the sequence and duration of the activities comprising
the Contractor's plan to accomplish the Work within the Contract Time.
51. Project —The Work to be performed under the Contract Documents.
52. Project Manager —The authorized representative of the City who will be assigned to the
Site.
53. Public Meeting — An announced meeting conducted by the City to facilitate public
participation and to assist the public in gaining an informed view of the Project.
54. Radioactive Material —Source, special nuclear, or byproduct material as defined by the
Atomic Energy Act of 1954 (42 USC Section 2011 et seq.) as amended from time to time.
55. Regular Working Hours — Hours beginning at 7:00 a.m. and ending at 6:00 p.m., Monday
thru Friday (excluding legal holidays).
56. Samples —Physical examples of materials, equipment, or workmanship that are
representative of some portion of the Work and which establish the standards by which such
portion of the Work will be judged.
57. Schedule of Submittals —A schedule, prepared and maintained by Contractor, of required
submittals and the time requirements to support scheduled performance of related construction
activities.
58. Schedule of Values —A schedule, prepared and maintained by Contractor, allocating portions
of the Contract Price to various portions of the Work and used as the basis for reviewing
Contractor's Applications for Payment.
59. Site —Lands or areas indicated in the Contract Documents as being furnished by City 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 which are designated for the use of Contractor.
60. 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.
61. Subcontractor —An individual or entity having a direct contract with Contractor or with any
other Subcontractor for the performance of a part of the Work at the Site.
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revision: 3/08/2024
007200-1
GENERAL CONDITIONS
Page 6 of 63
62. 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.
63. Substantial Completion — The stage in the progress of the Project when the Work is
sufficiently complete in accordance with the Contract Documents for Final Inspection.
64. Successful Bidder —The Bidder submitting the lowest and most responsive Bid to whom City
makes an Award.
65. Superintendent — The representative of the Contractor who is available at all times and able
to receive instructions from the City and to act for the Contractor.
66. Supplementary Conditions —That part of the Contract Documents which amends or
supplements these General Conditions.
67. 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.
68. 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.
69 Unit Price Work —See Paragraph 11.03 of these General Conditions for definition.
70. Weekend Working Hours — Hours beginning at 9:00 a.m. and ending at 5:00 p.m., Saturday,
Sunday or legal holiday, as approved in advance by the City.
71. 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 Change Order or Field Order, and furnishing, installing, and incorporating all
materials and equipment into such construction, all as required by the Contract Documents.
72. Working Day — A working day is defined as a day, not including Saturdays, Sundays, or legal
holidays authorized by the City for contract purposes, in which weather or other conditions
not under the control of the Contractor will permit the performance of the principal unit of
work underway for a continuous period of not less than 7 hours between 7 a.m. and 6 p.m.
1.02 Terminology
A. The words and terms discussed in Paragraph 1.02.13 through E are not defined but, when used in
the Bidding Requirements or Contract Documents, have the indicated meaning.
B. Intent of Certain Terms orAdjectives:
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revision: 3/08/2024
007200-1
GENERAL CONDITIONS
Page 7 of 63
1. The Contract Documents include the terms "as allowed," "as approved," "as ordered," "as
directed" or terms of like effect or import to authorize an exercise of judgment by City. In
addition, the adjectives "reasonable," "suitable," "acceptable," "proper," "satisfactory," or
adjectives of like effect or import are used to describe an action or determination of City as to
the Work. It is intended that such exercise of professional judgment, action, or determination
will be solely to evaluate, in general, the Work for compliance with the information in the
Contract Documents and with the design concept of the Project as a functioning whole as
shown or indicated in the Contract Documents (unless there is a specific statement indicating
otherwise).
C. 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.
D. Furnish, Install, Perform, Provide:
1. The word "Furnish" or the word "Install" or the word "Perform" or the word "Provide" or
the word "Supply," or any 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.
E. 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
2.01 Copies of Documents
City shall furnish to Contractor one (1) original executed copy and one (1) electronic copy of the
Contract Documents, and four (4) additional copies of the Drawings. Additional copies will be
furnished upon request at the cost of reproduction.
2.02 Commencement of Contract Time; Notice to Proceed
The Contract Time will commence to run on the day indicated in the Notice to Proceed. A Notice to
Proceed may be given no earlier than 14 days after the Effective Date of the Agreement, unless agreed
to by both parties in writing.
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revision: 3/08/2024
007200-1
GENERAL CONDITIONS
Page 8 of 63
2.03 Starting the Work
Contractor shall start to perform the Work on the date when the Contract Time commences to run.
No Work shall be done at the Site prior to the date on which the Contract Time commences to run.
2.04 Before Starting Construction
Baseline Schedules: Submit in accordance with the Contract Documents, and prior to starting the
Work.
2.05 Preconstruction Conference
Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as
specified in the Contract Documents.
2.06 Public Meeting
Contractor may not mobilize any equipment, materials or resources to the Site prior to the Public
Meeting if scheduled by the City.
2.07 Initial Acceptance of Schedules
No progress payment shall be made to Contractor until acceptable schedules are submitted to City in
accordance with the Schedule Specification as provided in the Contract Documents.
ARTICLE 3 — CONTRACT DOCUMENTS: INTENT, AMENDING, REUSE
3.01 Intent
A. The Contract Documents are complementary; what is required by one is as binding as if required
by all.
B. It is the intent of the Contract Documents to describe a functionally complete project (or part
thereof) to be constructed in accordance with the Contract Documents. Any labor, documentation,
services, materials, or equipment that reasonably may be inferred from the Contract Documents
or from prevailing custom or trade usage as being required to produce the indicated result will be
provided whether or not specifically called for, at no additional cost to City.
C. Clarifications and interpretations of the Contract Documents shall be issued by City.
D. The Specifications may vary in form, format and style. Some Specification sections may be written
in varying degrees of streamlined or declarative style and some sections may be relatively
narrative by comparison. Omission of such words and phrases as "the Contractor shall," "in
conformity with," "as shown," or "as specified" are intentional in streamlined sections.
Omitted words and phrases shall be supplied by inference. Similar types of provisions may appear
in various parts of a section or articles within a part depending on the format of the
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revision: 3/08/2024
007200-1
GENERAL CONDITIONS
Page 9 of 63
section. The Contractor shall not take advantage of any variation of form, format or style in
making Contract Claims.
E. The cross referencing of specification sections under the subparagraph heading "Related
Sections include but are not necessarily limited to:" and elsewhere within each Specification
section is provided as an aid and convenience to the Contractor. The Contractor shall not rely on
the cross referencing provided and shall be responsible to coordinate the entire Work under the
Contract Documents and provide a complete Project whether or not the cross referencing is
provided in each section or whether or not the cross referencing is complete.
3.02 Reference Standards
A. Standards, Specifications, Codes, Laws, and Regulations
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 of any such standard, specification, manual, or code, or any instruction of a
Supplier, shall be effective to change the duties or responsibilities of City, Contractor, or any
of their subcontractors, consultants, agents, or employees, from those set forth in the Contract
Documents. No such 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.
3.03 Reporting and Resolving Discrepancies
A. Reporting Discrepancies:
Contractor's Review of Contract Documents Before Starting Work: Before undertaking each
part of the Work, Contractor shall carefully study and compare the Contract Documents and
check and verify pertinent figures therein against all applicable field measurements and
conditions. Contractor shall promptly report in writing to City any conflict, error, ambiguity,
or discrepancy which Contractor discovers, or has actual knowledge of, and shall obtain a
written interpretation or clarification from City before proceeding with any Work affected
thereby.
2. Contractor's Review of Contract Documents During Performance of Work: If, during the
performance of the Work, Contractor discovers any conflict, error, ambiguity, or discrepancy
within the Contract Documents, or between the Contract Documents and (a) any applicable
Law or Regulation, (b) any standard, specification, manual, or code, or (c) any instruction of
any Supplier, then Contractor shall promptly report it to City in writing. Contractor shall not
proceed with the Work affected thereby (except in an emergency as required by Paragraph
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revision: 3/08/2024
007200-1
GENERAL CONDITIONS
Page 10 of 63
6.17.A) until an amendment or supplement to the Contract Documents has been issued by
one of the methods indicated in Paragraph 3.04.
3. Contractor shall not be liable to City for failure to report any conflict, error, ambiguity, or
discrepancy in the Contract Documents unless Contractor had actual knowledge thereof.
B. Resolving Discrepancies:
Except as may be otherwise specifically stated in the Contract Documents, the provisions of
the Contract Documents shall take precedence in resolving any conflict, error, ambiguity, or
discrepancy between the provisions of the Contract Documents and the provisions of any
standard, specification, manual, or the instruction of any Supplier (whether or not specifically
incorporated by reference in the Contract Documents).
2. In case of discrepancies, figured dimensions shall govern over scaled dimensions, Plans shall
govern over Specifications, Supplementary Conditions shall govern over General Conditions
and Specifications, and quantities shown on the Plans shall govern over those shown in the
proposal.
3.04 Amending and Supplementing Contract Documents
A. The Contract Documents may be amended to provide for additions, deletions, and revisions in
the Work or to modify the terms and conditions thereof by a 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;
2. City's review of a Submittal (subject to the provisions of Paragraph 6.18.C); or
3. City's written interpretation or clarification.
3.05 Reuse of Documents
A. Contractor and any Subcontractor or Supplier shall not:
have or acquire any title to or ownership rights in any of the Drawings, Specifications, or
other documents (or copies of any thereof) prepared by or bearing the seal of Engineer,
including electronic media editions; or
2. reuse any such Drawings, Specifications, other documents, or copies thereof on extensions of
the Project or any other project without written consent of City and specific written verification
or adaptation by Engineer.
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revision: 3/08/2024
007200-1
GENERAL CONDITIONS
Page 11 of 63
B. The prohibitions of this Paragraph 3.05 will survive final payment, or termination of the
Contract. Nothing herein shall preclude Contractor from retaining copies of the Contract
Documents for record purposes.
3.06 Electronic Data
A. Unless otherwise stated in the Supplementary Conditions, the data furnished by City or Engineer
to Contractor, or by Contractor to City or Engineer, that may be relied upon are limited to the
printed copies included in the Contract Documents (also known as hard copies) and other
Specifications referenced and located on the City's on-line electronic document management and
collaboration system site. Files in electronic media format of text, data, graphics, or other types
are furnished only for the convenience of the receiving party. Any conclusion or information
obtained or derived from such electronic files will be at the user's sole risk. If there is a discrepancy
between the electronic files and the hard copies, the hard copies govern.
B. When transferring documents in electronic media format, the transferring party makes no
representations as to long term compatibility, usability, or readability of documents resulting from
the use of software application packages, operating systems, or computer hardware differing from
those used by the data's creator.
ARTICLE 4 — AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS;
HAZARDOUS ENVIRONMENTAL CONDITIONS; REFERENCE POINTS
4.01 Availability of Lands
A. City shall furnish the Site. City shall notify Contractor of any encumbrances or restrictions not of
general application but specifically related to use of the Site with which Contractor must comply
in performing the Work. City will obtain in a timely manner and pay for easements for permanent
structures or permanent changes in existing facilities.
The City has obtained or anticipates acquisition of and/or access to right-of-way, and/or
easements. Any outstanding right-of-way and/or easements are anticipated to be acquired in
accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule
submitted by the Contractor in accordance with the Contract Documents must consider any
outstanding right-of-way, and/or easements.
2. The City has or anticipates removing and/or relocating utilities, and obstructions to the Site.
Any outstanding removal or relocation of utilities or obstructions is anticipated in accordance
with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted
by the Contractor in accordance with the Contract Documents must consider any outstanding
utilities or obstructions to be removed, adjusted, and/or relocated by others.
B. Upon reasonable written request, City shall furnish Contractor with a current statement of record
legal title and legal description of the lands upon which the Work is to be performed.
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revision: 3/08/2024
007200-1
GENERAL CONDITIONS
Page 12 of 63
C. Contractor shall provide for all additional lands and access thereto that may be required for
construction facilities or storage of materials and equipment.
4.02 Subsurface and Physical Conditions
A. Reports and Drawings: The Supplementary Conditions identify:
1. those reports known to City of explorations and tests of subsurface conditions at or
contiguous to the Site; and
2. those drawings known to City of physical conditions relating to existing surface or
subsurface structures at the Site (except Underground Facilities).
B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the
accuracy of the "technical data" contained in such reports and drawings, but such reports and
drawings are not Contract Documents. Such "technical data" is identified in the Supplementary
Conditions. Contractor may not make any Contract Claim against City, or any of their officers,
directors, members, partners, employees, agents, consultants, or subcontractors with respect to:
1. the completeness of such reports and drawings for Contractor's purposes, including, but not
limited to, any aspects of the means, methods, techniques, sequences, and procedures of
construction to be employed by Contractor, and safety precautions and programs incident
thereto; or
2. other data, interpretations, opinions, and information contained in such reports or shown or
indicated in such drawings; or
3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such
other data, interpretations, opinions, or information.
4.03 Differing Subsurface or Physical Conditions
A. Notice: If Contractor believes that any subsurface or physical condition that is uncovered or
revealed either:
1. is of such a nature as to establish that any "technical data" on which Contractor is entitled to
rely as provided in Paragraph 4.02 is materially inaccurate; or
2. is of such a nature as to require a change in the Contract Documents; or
3. differs materially from that shown or indicated in the Contract Documents; or
4. is of an unusual nature, and differs materially from conditions ordinarily encountered and
generally recognized as inherent in work of the character provided for in the Contract
Documents;
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revision: 3/08/2024
007200-1
GENERAL CONDITIONS
Page 13 of 63
then Contractor shall, promptly after becoming aware thereof and before further disturbing the
subsurface or physical conditions or performing any Work in connection therewith (except in an
emergency as required by Paragraph 6.17.A), notify City in writing about such condition.
B. Possible Price and Time Adjustments
Contractor shall not be entitled to any adjustment in the Contract Price or Contract Time if:
1. Contractor knew of the existence of such conditions at the time Contractor made a final
commitment to City with respect to Contract Price and Contract Time by the submission of a
Bid or becoming bound under a negotiated contract; or
2. the existence of such condition could reasonably have been discovered or revealed as a result
of the examination of the Contract Documents or the Site; or
3. Contractor failed to give the written notice as required by Paragraph 4.03.A.
4.04 Underground Facilities
A. Shown or Indicated.• The information and data shown or indicated in the Contract Documents
with respect to existing Underground Facilities at or contiguous to the Site is based on information
and data furnished to City or Engineer by the owners of such Underground Facilities,
including City, or by others. Unless it is otherwise expressly provided in the Supplementary
Conditions:
1. City and Engineer shall not be responsible for the accuracy or completeness of any such
information or data provided by others; and
2. the cost of all of the following will be included in the Contract Price, and Contractor shall
have full responsibility for:
a. reviewing and checking all such information and data;
b. locating all Underground Facilities shown or indicated in the Contract Documents;
c. coordination and adjustment of the Work with the owners of such Underground
Facilities, including City, during construction; and
d. the safety and protection of all such Underground Facilities and repairing any damage
thereto resulting from the Work.
B. Not Shown or Indicated.•
1. If an Underground Facility which conflicts with the Work is uncovered or revealed at or
contiguous to the Site which was not shown or indicated, or not shown or indicated with
reasonable accuracy in the Contract Documents, Contractor shall, promptly after becoming
aware thereof and before further disturbing conditions affected thereby or performing any
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revision: 3/08/2024
007200-1
GENERAL CONDITIONS
Page 14 of 63
Work in connection therewith (except in an emergency as required by Paragraph 6.17.A),
identify the owner of such Underground Facility and give notice to that owner and to City.
City will review the discovered Underground Facility and determine the extent, if any, to
which a change may be required in the Contract Documents to reflect and document the
consequences of the existence or location of the Underground Facility. Contractor shall be
responsible for the safety and protection of such discovered Underground Facility.
2. If City concludes that a change in the Contract Documents is required, a Change Order may
be issued to reflect and document such consequences.
3. Verification of existing utilities, structures, and service lines shall include notification of all
utility companies a minimum of 48 hours in advance of construction including exploratory
excavation if necessary.
4.05 Reference Points
A. City shall provide engineering surveys to establish reference points for construction, which in
City's judgment are necessary to enable Contractor to proceed with the Work. City will provide
construction stakes or other customary method of marking to establish line and grades for roadway
and utility construction, centerlines and benchmarks for bridgework. Contractor shall protect and
preserve the established reference points and property monuments, and shall make no changes or
relocations. Contractor shall report to City whenever any reference point or property monument is
lost or destroyed or requires relocation because of necessary changes in grades or locations. The
City shall be responsible for the replacement or relocation of reference points or property
monuments not carelessly or willfully destroyed by the Contractor. The Contractor shall notify
City in advance and with sufficient time to avoid delays.
B. Whenever, in the opinion of the City, any reference point or monument has been carelessly or
willfully destroyed, disturbed, or removed by the Contractor or any of his employees, the full cost
for replacing such points plus 25% will be charged against the Contractor, and the full amount will
be deducted from payment due the Contractor.
4.06 Hazardous Environmental Condition at Site
A. Reports and Drawings: The Supplementary Conditions identify those reports and drawings known
to City relating to Hazardous Environmental Conditions that have been identified at the Site.
B. Limited Reliance by Contractor on Technical Data Authorized.- Contractor may rely upon the
accuracy of the "technical data" contained in such reports and drawings, but such reports and
drawings are not Contract Documents. Such "technical data" is identified in the Supplementary
Conditions. Contractor may not make any Contract Claim against City, or any of their officers,
directors, members, partners, employees, agents, consultants, or subcontractors with respect to:
the completeness of such reports and drawings for Contractor's purposes, including, but not
limited to, any aspects of the means, methods, techniques, sequences and procedures of
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revision: 3/08/2024
007200-1
GENERAL CONDITIONS
Page 15 of 63
construction to be employed by Contractor and safety precautions and programs incident
thereto; or
2. other data, interpretations, opinions and information contained in such reports or shown or
indicated in such drawings; or
3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such
other data, interpretations, opinions or information.
C. Contractor shall not be responsible for any Hazardous Environmental Condition uncovered or
revealed at the Site which was not shown or indicated in Drawings or Specifications or identified
in the Contract Documents to be within the scope of the Work. Contractor shall be responsible for
a Hazardous Environmental Condition created with any materials brought to the Site by
Contractor, Subcontractors, Suppliers, or anyone else for whom Contractor is responsible.
D. If Contractor encounters a Hazardous Environmental Condition or if Contractor or anyone for
whom Contractor is responsible creates a Hazardous Environmental Condition, Contractor shall
immediately: (i) secure or otherwise isolate such condition; (ii) stop all Work in connection with
such condition and in any area affected thereby (except in an emergency as required by Paragraph
6.17.A); and (iii) notify City (and promptly thereafter confirm such notice in writing). City may
consider the necessity to retain a qualified expert to evaluate such condition or take corrective
action, if any.
E. Contractor shall not be required to resume Work in connection with such condition or in any
affected area until after City has obtained any required permits related thereto and delivered written
notice to Contractor: (i) specifying that such condition and any affected area is or has been
rendered suitable for the resumption of Work; or (ii) specifying any special conditions under which
such Work may be resumed.
F. If after receipt of such written notice Contractor does not agree to resume such Work based on a
reasonable belief it is unsafe, or does not agree to resume such Work under such special conditions,
then City may order the portion of the Work that is in the area affected by such condition to be
deleted from the Work. City may have such deleted portion of the Work performed by City's own
forces or others.
G. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold
harmless City, from and against all claims, costs, losses, and damages (including but not limited
to all fees and charges of engineers, architects, attorneys, and other professionals and all court
or arbitration or other dispute resolution costs) arising out of or relating to a Hazardous
Environmental Condition created by Contractor or by anyone for whom Contractor is responsible.
Nothing in this Paragraph 4.06. G shall obligate Contractor to indemnify any individual or entity
from and against the consequences of that individual's or entity's own negligence.
H. The provisions of Paragraphs 4.02, 4.03, and 4.04 do not apply to a Hazardous Environmental
Condition uncovered or revealed at the Site.
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revision: 3/08/2024
007200-1
GENERAL CONDITIONS
Page 16 of 63
ARTICLE 5 — BONDS AND INSURANCE
5.01 Licensed Sureties and Insurers
All bonds and insurance required by the Contract 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 coverages so required.
Such surety and insurance companies shall also meet such additional requirements and qualifications
as may be provided in the Supplementary Conditions.
5.02 Performance, Payment, and Maintenance Bonds
A. Contractor shall furnish performance and payment bonds, in accordance 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 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 5.02.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 5.01 and 5.02.C.
5.03 Certificates of Insurance
Contractor shall deliver to City, with copies to each additional insured and loss payee identified in the
Supplementary Conditions, certificates of insurance (other evidence of insurance requested by City or
any other additional insured) in at least the minimum amount as specified in the Supplementary
Conditions which Contractor is required to purchase and maintain.
1. The certificate of insurance shall document the City, and all identified entities named in the
Supplementary Conditions as "Additional Insured" on all liability policies.
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revision: 3/08/2024
007200-1
GENERAL CONDITIONS
Page 17 of 63
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 the Supplementary
Conditions
6. 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.
7. 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.
8. Unless otherwise stated, all required insurance shall be written on the "occurrence basis". If
coverage is underwritten on a claims -made basis, the retroactive 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.
9. 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%.
10. Any self -insured retention (SIR), in excess of $25,000.00, affecting required insurance
coverage shall be approved by the City in regards to asset value and stockholders' equity. In
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revision: 3/08/2024
007200-1
GENERAL CONDITIONS
Page 18 of 63
lieu of traditional insurance, alternative coverage maintained through insurance pools or risk
retention groups, must also be approved by City.
11. 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.
12. 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.
13. 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.
14. City shall not be responsible for the direct payment of insurance premium costs for
Contractor's insurance.
5.04 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.
B. Commercial General Liability. Coverage shall include but not be limited to covering liability
(bodily injury or property damage) arising from: premises/operations, independent contractors,
products/completed operations, personal injury, and liability under an insured contract. Insurance
shall be provided on an occurrence basis, and as comprehensive as the current Insurance Services
Office (ISO) policy. This insurance shall apply as primary insurance with respect to any other
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revision: 3/08/2024
007200-1
GENERAL CONDITIONS
Page 19 of 63
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.
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 (if identified in the Supplementary
Conditions).
C. Automobile Liability. A commercial business auto policy shall provide coverage on "any auto",
defined as autos owned, hired and non -owned and provide indemnity for claims for damages
because bodily injury or death of any person and or property damage arising out of the work,
maintenance or use of any motor vehicle by the Contractor, any Subcontractor or Supplier, or by
anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone
for whose acts any of them may be liable.
D. Railroad Protective Liability. If any of the work or any warranty work is within the limits of
railroad right-of-way, the Contractor shall comply with the requirements identified in the
Supplementary Conditions.
E. Notification of Policy Cancellation: Contractor shall immediately notify City upon cancellation
or other loss of insurance coverage. Contractor shall stop work until replacement insurance has
been procured. There shall be no time credit for days not worked pursuant to this section.
5.05 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 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 City may
reasonably request. If Contractor does not purchase or maintain all of the bonds and insurance required
by the Contract Documents, the City shall notify the Contractor in writing of such failure prior to the
start of the Work, or of such failure to maintain prior to any change in the required coverage.
ARTICLE 6 — CONTRACTOR'S RESPONSIBILITIES
6.01 Supervision and Superintendence
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
means, methods, techniques, sequences, and procedures of construction.
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revision: 3/08/2024
007200-1
GENERAL CONDITIONS
Page 20 of 63
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.
6.02 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.
6.03 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 Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revision: 3/08/2024
007200-1
GENERAL CONDITIONS
Page 21 of 63
C. All materials and equipment to be incorporated into the Work shall be stored, applied, installed,
connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of
the applicable Supplier, except as otherwise may be provided in the Contract Documents.
D. All items of standard equipment to be incorporated into the Work shall be the latest model at the
time of bid, unless otherwise specified.
6.04 Project Schedule
A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.07
and the General Requirements as it may be adjusted from time to time as provided below.
Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.07 and
the General Requirements) proposed adjustments in the Project Schedule that will not result
in changing the Contract Time. Such adjustments will comply with any provisions of the
General Requirements applicable thereto.
2. Contractor shall submit to City a monthly Project Schedule with a monthly progress payment
for the duration of the Contract in accordance with the schedule specification 01 32 16.
3. Proposed adjustments in the Project Schedule that will change the Contract Time shall be
submitted in accordance with the requirements of Article 12. Adjustments in Contract Time
may only be made by a Change Order.
6.05 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.
"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 6.05.A.1, a proposed item of material or equipment
will be considered functionally equal to an item so named if
a. the City determines that:
1) it is at least equal in materials of construction, quality, durability, appearance,
strength, and design characteristics;
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revision: 3/08/2024
007200-1
GENERAL CONDITIONS
Page 22 of 63
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
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 6.05.A.1, it may be submitted as a
proposed substitute item.
b. Contractor shall submit sufficient information as provided below to allow City to determine
if the item of material or equipment proposed is essentially equivalent to that named and
an acceptable substitute therefor. Requests for review of proposed substitute items of
material or equipment will not be accepted by City from anyone other than Contractor.
c. Contractor shall make written application to City for review of a proposed substitute item
of material or equipment that Contractor seeks to furnish or use. The application shall
comply with Section 01 25 00 and:
1) shall certify that the proposed substitute item will:
a) perform adequately the functions and achieve the results called for by the general
design;
b) be similar in substance to that specified;
c) be suited to the same use as that specified; and
2) will state:
a) the extent, if any, to which the use of the proposed substitute item will prejudice
Contractor's achievement of final completion on time;
b) 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;
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revision: 3/08/2024
007200-1
GENERAL CONDITIONS
Page 23 of 63
c) 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:
a) all variations of the proposed substitute item from that specified;
b) available engineering, sales, maintenance, repair, and replacement services; and
4) shall contain an itemized estimate of all costs or credits that will result directly or
indirectly from use of such substitute item, including costs of redesign and 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 6.05.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 6.05.A and 6.05.13. City may require Contractor
to furnish additional data about the proposed substitute. City will be the sole judge of acceptability.
No "or -equal" or substitute will be ordered, installed or utilized until City's review is complete,
which will be evidenced by a Change Order in the case of a substitute and an accepted Submittal
for an "or -equal." City will advise Contractor in writing of its determination.
D. Special Guarantee: City may require Contractor to furnish at Contractor's expense a special
performance guarantee, warranty, or other surety with respect to any substitute. Contractor shall
indemnify and hold harmless City and anyone directly or indirectly employed by them from and
against any and all claims, damages, losses and expenses (including attorneys fees) arising out of
the use of substituted materials or equipment.
E. City's Cost Reimbursement: City will record City's costs in evaluating a substitute proposed or
submitted by Contractor pursuant to Paragraphs 6.05.A.2 and 6.05.13. 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 (or in the provisions
of any other direct contract with City) resulting from the acceptance of each proposed substitute.
F. Contractor's Expense: Contractor shall provide all data in support of any proposed substitute or
"or -equal" at Contractor's expense.
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revision: 3/08/2024
007200-1
GENERAL CONDITIONS
Page 24 of 63
G. City Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a substitute
shall be incorporated to the Contract by Change Order.
H. Time Extensions: No additional time will be granted for substitutions.
6.06 Concerning Subcontractors, Suppliers, and Others
A. Contractor shall perform with his own organization, work of a value not less than 35% of the
value embraced on the Contract, unless otherwise approved by the City.
B. Contractor shall not employ any Subcontractor, Supplier, or other individual or entity, whether
initially or as a replacement, against whom City may have reasonable objection. Contractor shall
not be required to employ any Subcontractor, Supplier, or other individual or entity to furnish or
perform any of the Work against whom Contractor has reasonable objection (excluding those
acceptable to City as indicated in Paragraph 6.06.C).
C. The City may from time to time require the use of certain Subcontractors, Suppliers, or other
individuals or entities on the project, and will provide such requirements in the Supplementary
Conditions.
D. Minority and Women Business Enterprise Compliance: 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 MWBE goal,
Contractor is required to comply with the intent of the City's MWBE Business Enterprise
Ordinance (as amended) by the following:
1. Contractor shall, upon request by City, provide complete and accurate information regarding
actual work performed by 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
MWBE. Material misrepresentation of any nature will be grounds for termination of the
Contract in accordance with Paragraph 15.02.A. 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.
E. 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:
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revision: 3/08/2024
007200-1
GENERAL CONDITIONS
Page 25 of 63
1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity
any contractual relationship between 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.
F. 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.
G. All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any
of the Work shall communicate with City through Contractor.
H. 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 the Contract
Documents for the benefit of City.
6.07 Wage Rates
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.
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revision: 3/08/2024
007200-1
GENERAL CONDITIONS
Page 26 of 63
D. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section
2258.023, Texas Government Code, including a penalty owed to the City or an affected worker,
shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act
(Article 224 et seq., Revised Statutes) if the Contractor or Subcontractor and any affected worker
does not resolve the issue by agreement before the 15th day after the date the City makes its initial
determination pursuant to Paragraph C above. If the persons required to arbitrate under this
section do not agree on an arbitrator before the 1 lth 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 shall be
open at all reasonable hours for inspection by the City. The provisions of Paragraph 6.23, Right
to Audit, shall pertain to this inspection.
F. Affadavit. Contractor shall submit an affidavit stating that the Contractor has complied with the
requirements of Chapter 2258, Texas Government Code related to paying prevailing wage rates on
completion of the project.
G. Posting of Wage Rates. The Contractor shall post prevailing wage rates in a conspicuous place at
all times.
H. Subcontractor Compliance. The Contractor shall include in its subcontracts and/or shall
otherwise require all of its Subcontractors to comply with Paragraphs A through G above.
6.08 Patent Fees and Royalties
A. Contractor shall pay all license fees and royalties and assume all costs incident to the use in the
performance of the Work or the incorporation in the Work of any invention, design, process,
product, or device which is the subject of patent rights or copyrights held by others. If a particular
invention, design, process, product, or device is specified in the Contract Documents for use in the
performance of the Work and if, to the actual knowledge of City, its use is subject to patent rights
or copyrights calling for the payment of any license fee or royalty to others, the existence of such
rights shall be disclosed by City in the Contract Documents. Failure of the City to disclose such
information does not relieve the Contractor from its obligations to pay for the use of said fees or
royalties to others.
B. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold
harmless City, from and against all claims, costs, losses, and damages (including but not limited
to all fees and charges of engineers, architects, attorneys, and other 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
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revision: 3/08/2024
007200-1
GENERAL CONDITIONS
Page 27 of 63
the incorporation in the Work of any invention, design, process, product, or device not specified
in the Contract Documents.
6.09 Permits and Utilities
A. Contractor obtained permits and licenses. Contractor shall obtain and pay for all construction
permits and licenses except those provided for in the Supplementary Conditions or Contract
Documents. City shall assist Contractor, when necessary, in obtaining such permits and licenses.
Contractor shall pay all governmental charges and inspection fees necessary for the prosecution of
the Work which are applicable at the time of opening of Bids, or, if there are no Bids, on the
Effective Date of the Agreement, except for permits provided by the City as specified in 6.09.13.
City shall pay all charges of utility owners for connections for providing permanent service to the
Work.
B. City obtained permits and licenses. City will obtain and pay for all permits and licenses as provided
for in the Supplementary Conditions or Contract Documents. It will be the Contractor's
responsibility to carry out the provisions of the permit. If the Contractor initiates changes to the
Contract and the City approves the changes, the Contractor is responsible for obtaining clearances
and coordinating with the appropriate regulatory agency. The City will not reimburse the
Contractor for any cost associated with these requirements of any City acquired permit. The
following are permits the City will obtain if required:
1. Texas Department of Transportation Permits
2. U.S. Army Corps of Engineers Permits
3. Texas Commission on Environmental Quality Permits
4. Railroad Company Permits
C. Outstanding permits and licenses. The City anticipates acquisition of and/or access to permits
and licenses. Any outstanding permits and licenses are anticipated to be acquired in accordance
with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by
the Contractor in accordance with the Contract Documents must consider any outstanding permits
and licenses.
6.10 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
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revision: 3/08/2024
007200-1
GENERAL CONDITIONS
Page 28 of 63
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 3.02.
C. Changes in Laws or Regulations not known at the time of opening of Bids having an effect on
the cost or time of performance of the Work may be the subject of an adjustment in Contract Price
or Contract Time.
6.11 Taxes
A. On a contract awarded by the City, an organization which qualifies for exemption pursuant to
Texas Tax Code, Subchapter H, Sections 151.301-335 (as amended), the Contractor may purchase,
rent or lease all materials, supplies and equipment used or consumed in the performance of this
contract by issuing to his supplier an exemption certificate in lieu of the tax, said exemption
certificate to comply with State Comptroller's Ruling .007. Any such exemption certificate issued
to the Contractor in lieu of the tax shall be subject to and shall comply with the provision of State
Comptroller's Ruling .011, and any other applicable rulings pertaining to the Texas Tax Code,
Subchapter H.
B. Texas Tax permits and information may be obtained from:
hUs://co=troUer.texas. Qov/taxes/permit/
6.12 Use of Site and Other Areas
A. Limitation on Use of Site and OtherAreas:
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 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.
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revision: 3/08/2024
007200-1
GENERAL CONDITIONS
Page 29 of 63
3. Should any Damage Claim be made by any such owner or occupant because of the performance
of the Work, Contractor shall promptly attempt to resolve the Damage Claim.
4. Pursuant to Paragraph 6.21, Contractor shall indemnify and hold harmless City, from and
against all claims, costs, losses, and damages arising out of or relating to any claim or action,
legal or equitable, brought by any such owner or occupant against City.
B. Removal of Debris During Performance of the Work: During the progress of the Work
Contractor shall keep the 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, 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 the costs of such direct action, plus 25 % of such
costs, shall be deducted from the monies due or to become due to the Contractor.
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.
6.13 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
completion of the Work, these record documents, any operation and maintenance manuals, and
Submittals will be delivered to City prior to Final Inspection. Contractor shall include accurate
locations for buried and imbedded items.
6.14 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
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revision: 3/08/2024
007200-1
GENERAL CONDITIONS
Page 30 of 63
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 6.14.A.2 or 6.14.A.3 caused,
directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other
individual or 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.
6.15 Safety Representative
Contractor shall inform City in writing of Contractor's designated safety representative at the Site.
6.16 Hazard Communication Programs
Contractor shall be responsible for coordinating any exchange of material safety data sheets or other
hazard communication information required to be made available to or exchanged between or among
employers in accordance with Laws or Regulations.
6.17 Emergencies and/or Rectification
A. In emergencies affecting the safety or protection of persons or the Work or property at the Site or
adjacent thereto, Contractor is obligated to act to prevent threatened damage, injury, or loss.
Contractor shall give City prompt written notice if Contractor believes that any significant
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revision: 3/08/2024
007200-1
GENERAL CONDITIONS
Page 31 of 63
changes in the Work or variations from the Contract Documents have been caused thereby or are
required as a result thereof. If City determines that a change in the Contract Documents is required
because of the action taken by Contractor in response to such an emergency, a Change Order may
be issued.
B. Should the Contractor fail to respond to a request from the City to rectify any discrepancies,
omissions, or correction necessary to conform with the requirements of the Contract Documents,
the City shall give the Contractor written notice that such work or changes are to be performed.
The written notice shall direct attention to the discrepant condition and request the Contractor to
take remedial action to correct the condition. In the event the Contractor does not take positive
steps to fulfill this written request, or does not show just cause for not taking the proper action,
within 24 hours, the City may take such remedial action with City forces or by contract. The City
shall deduct an amount equal to the entire costs for such remedial action, plus 25%, from any
funds due or become due the Contractor on the Project.
6.18 Submittals
A. Contractor shall submit required Submittals to City for review and acceptance in accordance
with the accepted Schedule of Submittals (as required by Paragraph 2.07). Each submittal will be
identified as City may require.
1. Submit number of copies specified in the General Requirements.
2. Data shown on the Submittals will be complete with respect to quantities, dimensions, specified
performance and design criteria, materials, and similar data to show City the services,
materials, and equipment Contractor proposes to provide and to enable City to review the
information for the limited purposes required by Paragraph 6.18.C.
3. Submittals submitted as herein provided by Contractor and reviewed by City for
conformance with the design concept shall be executed in conformity with the Contract
Documents unless otherwise required by City.
4. When Submittals are submitted for the purpose of showing the installation in greater detail,
their review shall not excuse Contractor from requirements shown on the Drawings and
Specifications.
5. For -Information -Only submittals upon which the City is not expected to conduct review or
take responsive action may be so identified in the Contract Documents.
6. Submit required number of Samples specified in the Specifications.
7. Clearly identify each Sample as to material, Supplier, pertinent data such as catalog numbers,
the use for which intended and other data as City may require to enable City to review the
submittal for the limited purposes required by Paragraph 6.18.C.
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revision: 3/08/2024
007200-1
GENERAL CONDITIONS
Page 32 of 63
B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any
related Work performed prior to City's review and acceptance of the pertinent submittal will be
at the sole expense and responsibility of Contractor.
C. City's Review.•
1. City will provide timely review of required Submittals in accordance with the Schedule of
Submittals acceptable to City. City's review and acceptance will be only to determine if the
items covered by the submittals will, after installation or incorporation in the Work, conform
to the information given in the Contract Documents and be compatible with the design concept
of the completed Project as a functioning whole as indicated by the Contract Documents.
2. City's review and acceptance will not extend to means, methods, techniques, sequences, or
procedures of construction (except where a particular means, method, technique, sequence,
or procedure of construction is specifically and expressly called for by the Contract
Documents) or to safety precautions or programs incident thereto. The review and acceptance
of a separate item as such will not indicate approval of the assembly in which the item
functions.
3. City's review and acceptance shall not relieve Contractor from responsibility for any
variation from the requirements of the Contract Documents unless Contractor has complied
with the requirements of Section 01 33 00 and City has given written acceptance of each
such variation by specific written notation thereof incorporated in or accompanying the
Submittal. City's review and acceptance shall not relieve Contractor from responsibility for
complying with the requirements of the Contract Documents.
6.19 Continuing the Work
Except as otherwise provided, Contractor shall carry on the Work and adhere to the Project Schedule
during all disputes or disagreements with City. No Work shall be delayed or postponed pending
resolution of any disputes or disagreements, except as City and Contractor may otherwise agree in
writing.
6.20 Contractor's General Warranty and Guarantee
A. Contractor warrants and guarantees to City that all Work will be in accordance with the Contract
Documents and will not be defective. City and its officers, directors, members, partners,
employees, agents, consultants, and subcontractors shall be entitled to rely on representation of
Contractor's warranty and guarantee.
B. Contractor's warranty and guarantee hereunder excludes defects or damage caused by:
1. abuse, modification, or improper maintenance or operation by persons other than Contractor,
Subcontractors, Suppliers, or any other individual or entity for whom Contractor is
responsible; or
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revision: 3/08/2024
007200-1
GENERAL CONDITIONS
Page 33 of 63
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 of any progress or final payment;
3. the issuance of a certificate of Final Acceptance by City or any payment related thereto by
City;
4. use or occupancy of the Work or any part thereof by City;
5. any review and acceptance of a Submittal by City;
6. any inspection, test, or approval by others; or
7. any correction of defective Work by City.
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
5.02.B. The City will give notice of observed defects with reasonable promptness.
6.21 Indemnification
A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own
expense, the City, its officers, servants and employees, 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 INTENDFD TO
OPERATE AND BF FFFF,CTIVF F`TFN IF IT IS ALLEGED OR PROVEN THAT ALL
OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN
PART, BY ANY ACT. OMISSION OR NEGLIGENCE OF THE CITY. This indemnity
provision is intended to include, without limitation, indemnity for costs, expenses and legal
fees incurred by the City in defending against such claims and causes of actions.
B. Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the City,
its officers, servants and employees, from and against any and all loss, damage or destruction
of property of the City, arising out of, or alleged to arise out of, the work and services to be
performed by the Contractor, its officers, agents, employees, subcontractors, licensees or
invitees under this Contract. THIS INDEMNIFICATION PROVISION IS
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revision: 3/08/2024
007200-1
GENERAL CONDITIONS
Page 34 of 63
SPECIFICALLY INTFNDFD TO OPERATE AND BE EFFECTTVF FVFN IF TT TS
ALLEGED OR PROVEN THAT ALL OR SOME, OF THE DAMAGES RFTNG SOUGHT
WERE CAUSED. TN WVLOLE OR IN PART. BY ANY ACT. OMjSSTON OIR
NEGLIGFNCF, OF THE CITY.
6.22 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,
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 6.22, 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 6.18.C.
6.23 Right to Audit
A. 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.
B. 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
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revision: 3/08/2024
007200-1
GENERAL CONDITIONS
Page 35 of 63
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.
C. 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.
6.24 Nondiscrimination
A. The City is responsible for operating Public Transportation Programs and implementing transit -
related projects, which are funded in part with Federal financial assistance awarded by the U.S.
Department of Transportation and the Federal Transit Administration (FTA), without
discriminating against any person in the United States on the basis of race, color, or national origin.
B. Title VI, Civil Rights Act of 1964 as amended: Contractor shall comply with the requirements of
the Act and the Regulations as further defined in the Supplementary Conditions for any project
receiving Federal assistance.
ARTICLE 7 — OTHER WORK AT THE SITE
7.01 Related Work at Site
A. City may perform other work related to the Project at the Site with City's employees, or other
City contractors, or through other direct contracts therefor, or have other work performed by utility
owners. If such other work is not noted in the Contract Documents, then written notice thereof
will be given to Contractor prior to starting any such other work; and
B. Contractor shall afford each other contractor who is a party to such a direct contract, each utility
owner, and City, if City is performing other work with City's employees or other City contractors,
proper and safe access to the Site, provide a reasonable opportunity for the introduction and storage
of materials and equipment and the execution of such other work, and properly coordinate the
Work with theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be
required to properly connect or otherwise make its several parts come together and properly
integrate with such other work. Contractor shall not endanger any work of others by cutting,
excavating, or otherwise altering such work; provided, however, that Contractor may cut or alter
others' work with the written consent of City and the others whose work will be affected.
C. If the proper execution or results of any part of Contractor's Work depends upon work performed
by others under this Article 7, Contractor shall inspect such other work and promptly report to
City in writing any delays, defects, or deficiencies in such other work that render it unavailable
or unsuitable for the proper execution and results of Contractor's Work. Contractor's failure to so
report will constitute an acceptance of such other work as fit and proper for integration with
Contractor's Work except for latent defects in the work provided by others.
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revision: 3/08/2024
007200-1
GENERAL CONDITIONS
Page 36 of 63
7.02 Coordination
A. If City intends to contract with others for the performance of other work on the Project at the
Site, the following will be set forth in Supplementary Conditions:
the individual or entity who will have authority and responsibility for coordination of the
activities among the various contractors will be identified;
2. the specific matters to be covered by such authority and responsibility will be itemized; and
3. the extent of such authority and responsibilities will be provided.
B. Unless otherwise provided in the Supplementary Conditions, City shall have authority for such
coordination.
ARTICLE 8 — CITY'S RESPONSIBILITIES
8.01 Communications to Contractor
Except as otherwise provided in the Supplementary Conditions, City shall issue all communications
to Contractor.
8.02 Furnish Data
City shall timely furnish the data required under the Contract Documents.
8.03 Pay When Due
City shall make payments to Contractor in accordance with Article 14.
8.04 Lands and Easements; Reports and Tests
City's duties with respect to providing lands and easements and providing engineering surveys to
establish reference points are set forth in Paragraphs 4.01 and 4.05. Paragraph 4.02 refers to City's
identifying and making available to Contractor copies of reports of explorations and tests of subsurface
conditions and drawings of physical conditions relating to existing surface or subsurface structures at
or contiguous to the Site that have been utilized by City in preparing the Contract Documents.
8.05 Change Orders
City shall execute Change Orders in accordance with Paragraph 10.03.
8.06 Inspections, Tests, and Approvals
City's responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph
13.03.
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revision: 3/08/2024
007200-1
GENERAL CONDITIONS
Page 37 of 63
8.07 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 6.14.
8.08 Undisclosed Hazardous Environmental Condition
City's responsibility with respect to an undisclosed Hazardous Environmental Condition is set forth
in Paragraph 4.06.
8.09 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 6.14.
ARTICLE 9 — CITY'S OBSERVATION STATUS DURING CONSTRUCTION
9.01 City's Project Manager
City will provide one or more Project Manager(s) during the construction period. The duties and
responsibilities and the limitations of authority of City's Project Manager during construction are set
forth in the Contract Documents. The City's Project Manager for this Contract is identified in the
Supplementary Conditions.
9.02 Visits to Site
A. City's Project Manager will make 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 Manager will determine, in general, if
the Work is proceeding in accordance with the Contract Documents. City's Project Manager 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 Manager'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 Manager's visits and observations are subject to all the limitations on authority and
responsibility in the Contract Documents including those set forth in Paragraph
8.07.
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revision: 3/08/2024
007200-1
GENERAL CONDITIONS
Page 38 of 63
9.03 Authorized Variations in Work
City's Project Manager 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 and also on Contractor, who shall perform the Work involved promptly.
9.04 Rejecting Defective Work
City will have authority to reject Work which City's Project Manager 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 13, whether or not the Work is fabricated, installed, or completed.
9.05 Determinations for Work Performed
Contractor will determine the actual quantities and classifications of Work performed. City's Project
Manager 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).
9.06 Decisions on Requirements of Contract Documents and Acceptability of Work
A. City will be the initial interpreter of the requirements of the Contract Documents and judge of the
acceptability of the Work thereunder.
B. City will render a written decision on any issue referred.
C. City's written decision on the issue referred will be final and binding on the Contractor, subject
to the provisions of Paragraph 10.06.
ARTICLE 10 — CHANGES IN THE WORK; CLAIMS; EXTRA WORK
10.01 Authorized Changes in the Work
A. Without invalidating the Contract and without notice to any surety, 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 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, a Field
Order may be issued by the City.
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revision: 3/08/2024
007200-1
GENERAL CONDITIONS
Page 39 of 63
10.02 Unauthorized Changes in the Work
Contractor shall not be entitled to an increase in the Contract Price or an extension of the Contract
Time with respect to any work performed that is not required by the Contract Documents as amended,
modified, or supplemented as provided in Paragraph 3.04, except in the case of an emergency as
provided in Paragraph 6.17.
10.03 Execution of Change Orders
A. City and Contractor shall execute appropriate Change Orders covering:
changes in the Work which are: (i) ordered by City pursuant to Paragraph 10.0 LA, (ii) required
because of acceptance of defective Work under Paragraph 13.08 or City's correction of
defective Work under Paragraph 13.09, or (iii) agreed to by the parties;
2. changes in the Contract Price or Contract Time which are agreed to by the parties, including
any undisputed sum or amount of time for Work actually performed.
10.04 Extra Work
A. Should a difference arise as to what does or does not constitute Extra Work, or as to the payment
thereof, and the City insists upon its performance, the Contractor shall proceed with the work after
making written request for written orders and shall keep accurate account of the actual reasonable
cost thereof. Contract Claims regarding Extra Work shall be made pursuant to Paragraph 10.06.
B. The Contractor shall furnish the City such installation records of all deviations from the original
Contract Documents as may be necessary to enable the City to prepare for permanent record a
corrected set of plans showing the actual installation.
C. The compensation agreed upon for Extra Work whether or not initiated by a Change Order shall
be a full, complete and final payment for all costs Contractor incurs as a result or relating to the
change or Extra Work, whether said costs are known, unknown, foreseen or unforeseen at that
time, including without limitation, any costs for delay, extended overhead, ripple or impact cost,
or any other effect on changed or unchanged work as a result of the change or Extra Work.
10.05 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.
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revision: 3/08/2024
007200-1
GENERAL CONDITIONS
Page 40 of 63
10.06 Contract Claims Process
A. City's Decision Required: All Contract Claims, except those waived pursuant to Paragraph
14.09, shall be referred to the City for decision. A decision by City shall be required as a condition
precedent to any exercise by Contractor of any rights or remedies he may otherwise have under
the Contract Documents or by Laws and Regulations in respect of such Contract Claims.
B. Notice:
1. Written notice stating the general nature of each Contract Claim shall be delivered by the
Contractor to City no later than 15 days after the start of the event giving rise thereto. The
responsibility to substantiate a Contract Claim shall rest with the party making the Contract
Claim.
2. Notice of the amount or extent of the Contract Claim, with supporting data shall be delivered
to the City on or before 45 days from the start of the event giving rise thereto (unless the City
allows additional time for Contractor to submit additional or more accurate data in support of
such Contract Claim).
3. A Contract Claim for an adjustment in Contract Price shall be prepared in accordance with
the provisions of Paragraph 12.01.
4. A Contract Claim for an adjustment in Contract Time shall be prepared in accordance with
the provisions of Paragraph 12.02.
5. Each Contract Claim shall be accompanied by Contractor's written statement that the
adjustment claimed is the entire adjustment to which the Contractor believes it is entitled as a
result of said event.
6. The City shall submit any response to the Contractor within 30 days after receipt of the
claimant's last submittal (unless Contract allows additional time).
C. City's Action: City will review each Contract Claim and, within 30 days after receipt of the last
submittal of the Contractor, if any, take one of the following actions in writing:
1. deny the Contract Claim in whole or in part;
2. approve the Contract Claim; or
3. notify the Contractor that the City is unable to resolve the Contract Claim if, in the City's
sole discretion, it would be inappropriate for the City to do so. For purposes of further
resolution of the Contract Claim, such notice shall be deemed a denial.
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revision: 3/08/2024
007200-1
GENERAL CONDITIONS
Page 41 of 63
D. City's written action under Paragraph 10.06.0 will be final and binding, unless City or
Contractor invoke the dispute resolution procedure set forth in Article 16 within 30 days of such
action or denial.
E. No Contract Claim for an adjustment in Contract Price or Contract Time will be valid if not
submitted in accordance with this Paragraph 10.06.
ARTICLE 11— COST OF THE WORK; ALLOWANCES; UNIT PRICE WORK; PLANS
QUANTITY MEASUREMENT
11.01 Cost of the Work
A. Costs Included.- The term Cost of the Work means the sum of all costs, except those excluded in
Paragraph 11.013, necessarily incurred and paid by Contractor in the proper performance of the
Work. When the value of any Work covered by a Change Order, the costs to be reimbursed to
Contractor will be only those additional or incremental costs required because of the change in the
Work. Such costs shall not include any of the costs itemized in Paragraph 11.0l.B, and shall
include but not be limited to the following items:
1. Payroll costs for employees in the direct employ of Contractor in the performance of the
Work under schedules of job classifications agreed upon by City and Contractor. Such
employees shall include, without limitation, superintendents, foremen, and other personnel
employed full time on the Work. Payroll costs for employees not employed full time on the
Work shall be apportioned on the basis of their time spent on the Work. Payroll costs shall
include;
a. salaries with a 55% markup, or
b. salaries and wages plus the cost of fringe benefits, which shall include social security
contributions, unemployment, excise, and payroll taxes, workers' compensation, health
and retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto.
The expenses of performing Work outside of Regular Working Hours, Weekend
Working Hours, or legal holidays, shall be included in the above to the extent authorized
by City.
2. Cost of all materials and equipment furnished and incorporated in the Work, including costs
of transportation and storage thereof, and Suppliers' field services required in connection
therewith.
3. Rentals of all construction equipment and machinery, and the parts thereof whether rented
from Contractor or others in accordance with rental agreements approved by City, and the
costs of transportation, loading, unloading, assembly, dismantling, and removal thereof. All
such costs shall be in accordance with the terms of said rental agreements. The rental of any
such equipment, machinery, or parts shall cease when the use thereof is no longer necessary
for the Work.
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revision: 3/08/2024
007200-1
GENERAL CONDITIONS
Page 42 of 63
4. Payments made by Contractor to Subcontractors for Work performed by Subcontractors. If
required by City, Contractor shall obtain competitive bids from subcontractors acceptable to
City and Contractor and shall deliver such bids to City, who will then determine, which bids,
if any, will be acceptable. If any subcontract provides that the Subcontractor is to be paid on
the basis of Cost of the Work plus a fee, the Subcontractor's Cost of the Work and fee shall
be determined in the same manner as Contractor's Cost of the Work and fee as provided in
this Paragraph 11.01.
5. Costs of special consultants (including but not limited to engineers, architects, testing
laboratories, surveyors, attorneys, and accountants) employed for services specifically related
to the Work.
6. Supplemental costs including the following:
a. The proportion of necessary transportation, travel, and subsistence expenses of
Contractor's employees incurred in discharge of duties connected with the Work.
b. Cost, including transportation and maintenance, of all materials, supplies, equipment,
machinery, appliances, office, and temporary facilities at the Site, and hand tools not
owned by the workers, which are consumed in the performance of the Work, and cost, less
market value, of such items used but not consumed which remain the property of
Contractor.
c. Sales, consumer, use, and other similar taxes related to the Work, and for which
Contractor is liable not covered under Paragraph 6.11, as imposed by Laws and
Regulations.
d. Deposits lost for causes other than negligence of Contractor, any Subcontractor, or
anyone directly or indirectly employed by any of them or for whose acts any of them may
be liable, and royalty payments and fees for permits and licenses.
e. Losses and damages (and related expenses) caused by damage to the Work, not
compensated by insurance or otherwise, sustained by Contractor in connection with the
performance of the Work, provided such losses and damages have resulted from causes
other than the negligence of Contractor, any Subcontractor, or anyone directly or indirectly
employed by any of them or for whose acts any of them may be liable. Such losses shall
include settlements made with the written consent and approval of City. No such losses,
damages, and expenses shall be included in the Cost of the Work for the purpose of
determining Contractor's fee.
f. The cost of utilities, fuel, and sanitary facilities at the Site.
g. Minor expenses such as telegrams, long distance telephone calls, telephone and
communication services at the Site, express and courier services, and similar petty cash
items in connection with the Work.
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revision: 3/08/2024
007200-1
GENERAL CONDITIONS
Page 43 of 63
h. The costs of premiums for all bonds and insurance Contractor is required by the Contract
Documents to purchase and maintain.
B. Costs Excluded.• The term Cost of the Work shall not include any of the following items:
1. Payroll costs and other compensation of Contractor's officers, executives, principals (of
partnerships and sole proprietorships), general managers, safety managers, engineers,
architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents,
expediters, timekeepers, clerks, and other personnel employed by Contractor, whether at the
Site or in Contractor's principal or branch office for general administration of the Work and
not specifically included in the agreed upon schedule of job classifications referred to in
Paragraph 11.0I.A.I or specifically covered by Paragraph 11.0I.A.4, all of which are to be
considered administrative costs covered by the Contractor's fee.
2. Expenses of Contractor's principal and branch offices other than Contractor's office at the
Site.
3. Any part of Contractor's capital expenses, including interest on Contractor's capital
employed for the Work and charges against Contractor for delinquent payments.
4. Costs due to the negligence of Contractor, any Subcontractor, or anyone directly or indirectly
employed by any of them or for whose acts any of them may be liable, including but not
limited to, the correction of defective Work, disposal of materials or equipment wrongly
supplied, and making good any damage to property.
5. Other overhead or general expense costs of any kind.
C. Contractor's Fee: When all the Work is performed on the basis of cost-plus, Contractor's fee
shall be determined as set forth in the Agreement. When the value of any Work covered by a
Change Order for an adjustment in Contract Price is determined on the basis of Cost of the
Work, Contractor's fee shall be determined as set forth in Paragraph 12.01.C.
D. Documentation: Whenever the Cost of the Work for any purpose is to be determined pursuant to
Paragraphs 11.01.A and 11.01.13, Contractor will establish and maintain records thereof in
accordance with generally accepted accounting practices and submit in a form acceptable to City
an itemized cost breakdown together with supporting data.
11.02 Allowances
A. Specified Allowance: It is understood that Contractor has included in the Contract Price all
allowances so named in the Contract Documents and shall cause the Work so covered to be
performed for such sums and by such persons or entities as may be acceptable to City.
B. Pre -bid Allowances:
1. Contractor agrees that:
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revision: 3/08/2024
007200-1
GENERAL CONDITIONS
Page 44 of 63
a. the pre -bid allowances include the cost to Contractor of materials and equipment required
by the allowances to be delivered at the Site, and all applicable taxes; and
b. Contractor's costs for unloading and handling on the Site, labor, installation, overhead,
profit, and other expenses contemplated for the pre -bid allowances have been included in
the allowances, and no demand for additional payment on account of any of the
foregoing will be valid.
C. Contingency Allowance: Contractor agrees that a contingency allowance, if any, is for the sole use
of City.
D. Prior to final payment, an appropriate Change Order will be issued to reflect actual amounts due
Contractor on account of Work covered by allowances, and the Contract Price shall be
correspondingly adjusted.
11.03 Unit Price Work
A. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work,
initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to
the sum of the unit price for each separately identified item of Unit Price Work times the estimated
quantity of each item as indicated in the Agreement.
B. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the
purpose of comparison of Bids and determining an initial Contract Price. Determinations of the
actual quantities and classifications of Unit Price Work performed by Contractor will be made by
City subject to the provisions of Paragraph 9.05.
C. Each unit price will be deemed to include an amount considered by Contractor to be adequate to
cover Contractor's overhead and profit for each separately identified item. Work described in the
Contract Documents, or reasonably inferred as required for a functionally complete installation,
but not identified in the listing of unit price items shall be considered incidental to unit price work
listed and the cost of incidental work included as part of the unit price.
D. City may make an adjustment in the Contract Price in accordance with Paragraph 12.01 if:
1. the quantity of any item of Unit Price Work performed by Contractor differs materially and
significantly from the estimated quantity of such item indicated in the Agreement; and
2. there is no corresponding adjustment with respect to any other item of Work.
E. Increased or Decreased Quantities: The City reserves the right to order Extra Work in
accordance with Paragraph 10.01.
If the changes in quantities or the alterations do not significantly change the character of
work under the Contract Documents, the altered work will be paid for at the Contract unit
price.
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revision: 3/08/2024
007200-1
GENERAL CONDITIONS
Page 45 of 63
2. If the changes in quantities or alterations significantly change the character of work, the
Contract will be amended by a Change Order.
3. If no unit prices exist, this will be considered Extra Work and the Contract will be amended
by a Change Order in accordance with Article 12.
4. A significant change in the character of work occurs when:
a. the character of work for any Item as altered differs materially in kind or nature from that
in the Contract or
b. a Major Item of work varies by more than 25% from the original Contract quantity.
5. When the quantity of work to be done under any Major Item of the Contract is more than
125% of the original quantity stated in the Contract, then either party to the Contract may
request an adjustment to the unit price on the portion of the work that is above 125%.
6. When the quantity of work to be done under any Major Item of the Contract is less than 75%
of the original quantity stated in the Contract, then either party to the Contract may request
an adjustment to the unit price.
11.04 Plans Quantity Measurement
A. Plans quantities may or may not represent the exact quantity of work performed or material moved,
handled, or placed during the execution of the Contract. The estimated bid quantities are
designated as final payment quantities, unless revised by the governing Section or this Article.
B. If the quantity measured as outlined under "Price and Payment Procedures" varies by more than
25% (or as stipulated under "Price and Payment Procedures" for specific Items) from the total
estimated quantity for an individual Item originally shown in the Contract Documents, an
adjustment may be made to the quantity of authorized work done for payment purposes. The party
to the Contract requesting the adjustment will provide field measurements and calculations
showing the final quantity for which payment will be made. Payment for revised quantity will be
made at the unit price bid for that Item, except as provided for in Article 10.
C. When quantities are revised by a change in design approved by the City, by Change Order, or to
correct an error, or to correct an error on the plans, the plans quantity will be increased or decreased
by the amount involved in the change, and the 25% variance will apply to the new plans quantity.
D. If the total Contract quantity multiplied by the unit price bid for an individual Item is less than
$250 and the Item is not originally a plans quantity Item, then the Item may be paid as a plans
quantity Item if the City and Contractor agree in writing to fix the final quantity as a plans quantity.
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revision: 3/08/2024
007200-1
GENERAL CONDITIONS
Page 46 of 63
E. For callout work or non -site specific Contracts, the plans quantity measurement requirements are
not applicable.
ARTICLE 12 — CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME
12.01 Change of Contract Price
A. The Contract Price may only be changed by a Change Order.
B. The value of any Work covered by a Change Order will be determined as follows:
where the Work involved is covered by unit prices contained in the Contract Documents, by
application of such unit prices to the quantities of the items involved (subject to the provisions
of Paragraph 11.03); or
2. where the Work involved is not covered by unit prices contained in the Contract Documents,
by a mutually agreed lump sum or unit price (which may include an allowance for overhead
and profit not necessarily in accordance with Paragraph 12.0l.C.2), and shall include the cost
of any secondary impacts that are foreseeable at the time of pricing the cost of Extra Work;
or
3. where the Work involved is not covered by unit prices contained in the Contract Documents
and agreement to a lump sum or unit price is not reached under Paragraph 12.0l.B.2, on the
basis of the Cost of the Work (determined as provided in Paragraph 11.01) plus a Contractor's
fee for overhead and profit (determined as provided in Paragraph 12.01.C).
C. Contractor's Fee: The Contractor's additional fee for overhead and profit shall be determined as
follows:
1. a mutually acceptable fixed fee; or
2. if a fixed fee is not agreed upon, then a fee based on the following percentages of the various
portions of the Cost of the Work:
a. for costs incurred under Paragraphs 11.0l.A.1, 11.0l.A.2. and 11.0l.A.3, the
Contractor's additional fee shall be 15 percent except for:
1) rental fees for Contractor's own equipment using standard rental rates;
2) bonds and insurance;
b. for costs incurred under Paragraph 11.01.A.4 and 11.01.A.5, the Contractor's fee shall be
five percent (5%);
1) where one or more tiers of subcontracts are on the basis of Cost of the Work plus a
fee and no fixed fee is agreed upon, the intent of Paragraphs 12.0l.C.2.a and
12.0l.C.2.b is that the Subcontractor who actually performs the Work, at whatever
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revision: 3/08/2024
007200-1
GENERAL CONDITIONS
Page 47 of 63
tier, will be paid a fee of 15 percent of the costs incurred by such Subcontractor under
Paragraphs 11.0l.A.1 and 11.0l.A.2 and that any higher tier Subcontractor and
Contractor will each be paid a fee of five percent (5%) of the amount paid to the next
lower tier Subcontractor, however in no case shall the cumulative total of fees paid be
in excess of 25%;
no fee shall be payable on the basis of costs itemized under Paragraphs I1.0l.A.6, and
11.01.13;
d. the amount of credit to be allowed by Contractor to City for any change which results in
a net decrease in cost will be the amount of the actual net decrease in cost plus a deduction
in Contractor's fee by an amount equal to five percent (5%) of such net decrease.
12.02 Change of Contract Time
A. The Contract Time may only be changed by a Change Order.
B. No extension of the Contract Time will be allowed for Extra Work or for claimed delay unless the
Extra Work contemplated or claimed delay is shown to be on the critical path of the Project
Schedule or Contractor can show by Critical Path Method analysis how the Extra Work or claimed
delay adversely affects the critical path.
12.03 Delays
A. Where Contractor is reasonably delayed in the performance or completion of any part of the
Work within the Contract Time due to delay beyond the control of Contractor, the Contract Time
may be extended in an amount equal to the time lost due to such delay if a Contract Claim is made
therefor. Delays beyond the control of Contractor shall include, but not be limited to, acts or
neglect by City, acts or neglect of utility owners or other contractors performing other work as
contemplated by Article 7, fires, floods, epidemics, abnormal weather conditions, or acts of God.
Such an adjustment shall be Contractor's sole and exclusive remedy for the delays described in
this Paragraph.
B. 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.
C. Contractor shall not be entitled to an adjustment in Contract Price or Contract Time for delays
within the control of Contractor. Delays attributable to and within the control of a Subcontractor
or Supplier shall be deemed to be delays within the control of Contractor.
D. The Contractor shall receive no compensation for delays or hindrances to the Work, except when
direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide
information or material, if any, which is to be furnished by the City.
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revision: 3/08/2024
007200-1
GENERAL CONDITIONS
Page 48 of 63
ARTICLE 13 — TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF
DEFECTIVE WORK
13.01 Notice of Defects
Notice of all defective Work of which City has actual knowledge will be given to Contractor.
Defective Work may be rejected, corrected, or accepted as provided in this Article 13.
13.02 Access to Work
City, independent testing laboratories, and governmental agencies 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.
13.03 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 acceptable to
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 13.03 D result in a "fail", "did not pass" or other
similar negative result, the Contractor shall be responsible for paying for any and all retests.
Contractor's cancellation without cause of City initiated Testing shall be deemed a negative
result and require a retest.
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revision: 3/08/2024
007200-1
GENERAL CONDITIONS
Page 49 of 63
3. Any amounts owed for any retest under this Section 13.03 D shall be paid directly to the
Testing Lab by Contractor. City will forward all invoices for retests to Contractor.
4. If Contractor fails to pay the Testing Lab, City will not issue Final Payment 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.
F. Uncovering Work as provided in Paragraph 13.03.E shall be at Contractor's expense.
G. Contractor shall have the right to make a Contract Claim regarding any retest or invoice issued
under Section 13.03 D.
13.04 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.
B. If City considers it necessary or advisable that covered Work be observed by City or inspected or
tested by others, Contractor, at City's request, shall uncover, expose, or otherwise make available
for observation, inspection, or testing as City may require, that portion of the Work in question,
furnishing all necessary labor, material, and equipment.
If it is found that the uncovered Work is defective, Contractor shall pay all claims, costs,
losses, and damages (including but not limited to all fees and charges of engineers, architects,
attorneys, and other professionals and all court or other dispute resolution costs) arising out of
or relating to such uncovering, exposure, observation, inspection, and testing, and of
satisfactory replacement or reconstruction (including but not limited to all costs of repair or
replacement of work of others); or City shall be entitled to accept defective Work in accordance
with Paragraph 13.08 in which case Contractor shall still be responsible for all costs associated
with exposing, observing, and testing the defective Work.
2. If the uncovered Work is not found to be defective, Contractor shall be allowed an increase
in the Contract Price or an extension of the Contract Time, or both, directly attributable to such
uncovering, exposure, observation, inspection, testing, replacement, and reconstruction.
13.05 City May Stop the Work
If the Work is defective, or 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
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revision: 3/08/2024
007200-1
GENERAL CONDITIONS
Page 50 of 63
Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of
any of them.
13.06 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 13.06 or Paragraph 13.07,
Contractor shall take no action that would void or otherwise impair City's special warranty and
guarantee, if any, on said Work.
13.07 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 contemplated in
Paragraph 6.10.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.
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revision: 3/08/2024
007200-1
GENERAL CONDITIONS
Page 51 of 63
C. In special circumstances where a particular item of equipment is placed in continuous service
before Final Acceptance of all the Work, the correction period for that item may start to run from
an earlier date if so provided in the Contract Documents.
D. Where defective Work (and damage to other Work resulting therefrom) has been corrected or
removed and replaced under this Paragraph 13.07, 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 should such
additional warranty coverage be required. Contractor may dispute this requirement by filing a
Contract Claim, pursuant to Paragraph 10.06.
E. Contractor's obligations under this Paragraph 13.07 are in addition to any other obligation or
warranty. The provisions of this Paragraph 13.07 shall not be construed as a substitute for, or a
waiver of, the provisions of any applicable statute of limitation or repose.
13.08 Acceptance of Defective Work
If, instead of requiring correction or removal and replacement of defective Work, City prefers to
accept it, City may do so. Contractor shall pay all claims, costs, losses, and damages (including but
not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all
court or other dispute resolution costs) attributable to City's evaluation of and determination to accept
such defective Work and for the diminished value of the Work to the extent not otherwise paid by
Contractor. If any such acceptance occurs prior to Final Acceptance, 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, reflecting the diminished value of
Work so accepted.
13.09 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
13.06.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, correct, or remedy any such deficiency.
B. In exercising the rights and remedies under this Paragraph 13.09, 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 and remedies under this
Paragraph.
C. All claims, costs, losses, and damages (including but not limited to all fees and charges of
engineers, architects, attorneys, and other professionals and all court or other dispute resolution
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revision: 3/08/2024
007200-1
GENERAL CONDITIONS
Page 52 of 63
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 13.09.
ARTICLE 14 — PAYMENTS TO CONTRACTOR AND COMPLETION
14.01 Schedule of Values
The Schedule of Values for lump sum contracts established as provided in Paragraph 2.07 will serve
as the basis for progress payments and will be incorporated into a form of Application for Payment
acceptable to City. Progress payments on account of Unit Price Work will be based on the number of
units completed.
14.02 Progress Payments
A. Applications for Payments:
Contractor is responsible for providing all information as required to become a vendor of the
City.
2. At least 20 days before the date established in the General Requirements for each progress
payment, Contractor shall submit to City for review an Application for Payment filled out and
signed by Contractor covering the Work completed as of the date of the Application and
accompanied by such supporting documentation as is required by the Contract Documents.
3. If payment is requested on the basis of materials and equipment not incorporated in the Work
but delivered and suitably stored at the Site or at another location agreed to in writing, the
Application for Payment shall also be accompanied by a bill of sale, invoice, or other
documentation warranting that City has received the materials and equipment free and clear of
all Liens and evidence that the materials and equipment are covered by appropriate insurance
or other arrangements to protect City's interest therein, all of which must be satisfactory to
City.
4. Beginning with the second Application for Payment, each Application shall include an affidavit
of Contractor stating that previous progress payments received on account of the Work have
been applied on account to discharge Contractor's legitimate obligations associated with prior
Applications for Payment.
5. The amount of retainage with respect to progress payments will be as described in
subsection C. unless otherwise stipulated in the Contract Documents.
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revision: 3/08/2024
007200-1
GENERAL CONDITIONS
Page 53 of 63
B. Review of Applications:
1. City will, after receipt of each Application for Payment, either indicate in writing a
recommendation of payment or return the Application to Contractor indicating reasons for
refusing payment. In the latter case, Contractor may make the necessary corrections and
resubmit the Application.
2. City's processing of any payment requested in an Application for Payment will be based on
City's observations of the executed Work, and on City's review of the Application for Payment
and the accompanying data and schedules, that to the best of City's knowledge:
a. the Work has progressed to the point indicated;
b. the quality of the Work is generally in accordance with the Contract Documents (subject
to an evaluation of the Work as a functioning whole prior to or upon Final Acceptance, the
results of any subsequent tests called for in the Contract Documents, a final determination
of quantities and classifications for Work performed under Paragraph 9.05, and any other
qualifications stated in the recommendation).
3. Processing any such payment will not thereby be deemed to have represented that:
a. inspections made to check the quality or the quantity of the Work as it has been performed
have been exhaustive, extended to every aspect of the Work in progress, or involved
detailed inspections of the Work beyond the responsibilities specifically assigned to City
in the Contract Documents; or
b. there may not be other matters or issues between the parties that might entitle Contractor
to be paid additionally by City or entitle City to withhold payment to Contractor; or
c. Contractor has complied with Laws and Regulations applicable to Contractor's performance
of the Work.
4. City may refuse to process the whole or any part of any payment because of subsequently
discovered evidence or the results of subsequent inspections or tests, and revise or revoke
any such payment previously made, to such extent as may be necessary to protect City from
loss because:
a. the Work is defective or completed Work has been damaged by the Contractor or
subcontractors requiring correction or replacement;
b. discrepancies in quantities contained in previous applications for payment;
c. the Contract Price has been reduced by Change Orders;
d. City has been required to correct defective Work or complete Work in accordance with
Paragraph 13.09; or
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revision: 3/08/2024
007200-1
GENERAL CONDITIONS
Page 54 of 63
e. City has actual knowledge of the occurrence of any of the events enumerated in
Paragraph 15.02.A.
C. Retainage:
1. For contracts less than $400,000 at the time of execution, retainage shall be ten percent
(10%).
2. For contracts greater than $400,000 at the time of execution, retainage shall be five percent
(5%).
D. Liquidated Damages. For each calendar day that any work shall remain uncompleted after the
time specified in the Contract Documents, the sum per day specified in the Agreement will be
assessed against the monies due the Contractor, not as a penalty, but as damages suffered by the
City.
E. Payment: Contractor will be paid pursuant to the requirements of this Article 14 and payment
will become due in accordance with the Contract Documents.
F. Reduction in Payment:
1. City may refuse to make payment of the amount requested because:
a. Liens have been filed in connection with the Work, except where Contractor has delivered
a specific bond satisfactory to City to secure the satisfaction and discharge of such Liens;
b. there are other items entitling City to a set-off against the amount recommended; or
c. City has actual knowledge of the occurrence of any of the events enumerated in
Paragraphs 14.02.B.4.a through 14.02.B.4.e or Paragraph 15.02.A.
2. If City refuses to make payment of the amount requested, City will give Contractor written
notice stating the reasons for such action and pay Contractor any amount remaining after
deduction of the amount so withheld. City shall pay Contractor the amount so withheld, or any
adjustment thereto agreed to by City and Contractor, when Contractor remedies the reasons
for such action.
14.03 Contractor's Warranty of Title
Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any
Application for Payment, whether incorporated in the Project or not, will pass to City no later than the
time of payment free and clear of all Liens.
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revision: 3/08/2024
007200-1
GENERAL CONDITIONS
Page 55 of 63
14.04 Partial Utilization
A. Prior to Final Acceptance of all the Work, City may use or occupy any 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 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.
14.05 Finallnspection
A. Upon written notice from Contractor that the entire Work is Substantially Complete in
accordance with the Contract Documents:
1. Within 10 days, City will schedule a Final Inspection with Contractor.
2. City will notify Contractor in writing of all particulars in which this inspection reveals that
the Work is incomplete or defective ("Punch List Items"). Contractor shall immediately take
such measures as are necessary to complete such Work or remedy such deficiencies.
B. No time charge will be made against the Contractor between said date of notification to the City
of Substantial Completion and the date of Final Inspection.
Should the City determine that the Work is not ready for Final Inspection, City will notify the
Contractor in writing of the reasons and Contract Time will resume.
2. Should the City concur that Substantial Completion has been achieved with the exception of
any Punch List Items, Contract Time will resume for the duration it takes for Contractor to
achieve Final Acceptance.
14.06 Final Acceptance
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.
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revision: 3/08/2024
007200-1
GENERAL CONDITIONS
Page 56 of 63
14.07 Final Payment
A. Application for Payment:
1. Upon Final Acceptance, and in the opinion of City, Contractor may make an application for
final payment following the procedure for progress payments in accordance with the
Contract Documents.
2. The final Application for Payment shall be accompanied (except as previously delivered) by:
a. all documentation called for in the Contract Documents, including but not limited to the
evidence of insurance required by Paragraph 5.03;
b. consent of the surety, if any, to final payment;
c. a list of all pending or released Damage Claims against City that Contractor believes are
unsettled; and
d. affidavits of payments for employees, subcontractors, and suppliers; 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.
B. Payment Becomes Due:
1. After City's acceptance of the Application for Payment and accompanying documentation,
requested by Contractor, less previous payments made and any sum City is entitled,
including but not limited to liquidated damages, will become due and payable.
2. 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.
3. The making of the final payment by the City shall not relieve the Contractor of any
guarantees or other requirements of the Contract Documents which specifically continue
thereafter.
14.08 Final Completion Delayed and Partial Retainage Release
A. If final completion of the Work is significantly delayed, and if City so confirms, City may, upon
receipt of Contractor's final Application for Payment, and without terminating the Contract, make
payment of the balance due for that portion of the Work fully completed and accepted. If the
remaining balance to be held by City for Work not fully completed or corrected is less than the
retainage stipulated in Paragraph 14.02.C, and if bonds have been furnished as required in
Paragraph 5.02, the written consent of the surety to the payment of the balance due for that
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revision: 3/08/2024
007200-1
GENERAL CONDITIONS
Page 57 of 63
portion of the Work fully completed and accepted shall be submitted by Contractor to City with
the Application for such payment. Such payment shall be made under the terms and conditions
governing final payment, except that it shall not constitute a waiver of Contract Claims.
B. Partial Retainage Release. For a Contract that provides for a separate vegetative establishment
and maintenance, and test and performance periods following the completion of all other
construction in the Contract Documents for all Work locations, the City may release a portion of
the amount retained provided that all other work is completed as determined by the City. Before
the release, all submittals and final quantities must be completed and accepted for all other work.
An amount sufficient to ensure Contract compliance will be retained.
14.09 Waiver of Claims
The acceptance of final payment will constitute a release of the City from all claims or liabilities
under the Contract for anything done or furnished or relating to the work under the Contract
Documents or any act or neglect of City related to or connected with the Contract.
ARTICLE 15 — SUSPENSION OF WORK AND TERMINATION
15.01 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 make no extra payment for stand-by time of
construction equipment and/or construction crews.
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
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.
D. Contractor may be reimbursed for the cost of moving his equipment off the job and returning the
necessary equipment to the job when it is determined by the City that construction may be
resumed. Such reimbursement shall be based on actual cost to the Contractor of moving the
equipment and no profit will be allowed. Reimbursement may not be allowed if the equipment is
moved to another construction project for the City.
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revision: 3/08/2024
007200-1
GENERAL CONDITIONS
Page 58 of 63
15.02 City May Terminate for Cause
A. The occurrence of any one or more of the following events by way of example, but not of limitation,
may justify termination for cause:
1. Contractor's persistent failure to perform the Work in accordance with the Contract Documents
(including, but not limited to, failure to supply sufficient skilled workers or suitable materials
or equipment, failure to adhere to the Project Schedule established under Paragraph 2.07 as
adjusted from time to time pursuant to Paragraph 6.04, or failure to adhere to the City's
Business Diversity Enterprise Ordinance #20020-12-2011 established under Paragraph
6.06.D);
2. Contractor's disregard of Laws or Regulations of any public body having jurisdiction;
3. Contractor's repeated disregard of the authority of City; or
4. Contractor's violation in any substantial way of any provisions of the Contract Documents;
or
5. Contractor's failure to promptly make good any defect in materials or workmanship, or
defects of any nature, the correction of which has been directed in writing by the City; or
6. Substantial indication that the Contractor has made an unauthorized assignment of the
Contract or any funds due therefrom for the benefit of any creditor or for any other purpose;
or
7. Substantial evidence that the Contractor has become insolvent or bankrupt, or otherwise
financially unable to carry on the Work satisfactorily; or
8. Contractor commences legal action in a court of competent jurisdiction against the City.
B. If one or more of the events identified in Paragraph 15.02A. occur, City will provide written notice
to Contractor and Surety to arrange a conference with Contractor and Surety to address
Contractor's failure to perform the Work. Conference shall be held not later than 15 days, after
receipt of notice.
1. If the City, the Contractor, and the Surety do not agree to allow the Contractor to proceed to
perform the construction Contract, the City may, to the extent permitted by Laws and
Regulations, declare a Contractor default and formally terminate the Contractor's right to
complete the Contract. Contractor default shall not be declared earlier than 20 days after the
Contractor and Surety have received notice of conference to address Contractor's failure to
perform the Work.
2. If Contractor's services are terminated, Surety shall be obligated to take over and perform the
Work. If Surety does not commence performance thereof within 15 consecutive calendar days
after date of an additional written notice demanding Surety's performance of its
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revision: 3/08/2024
007200-1
GENERAL CONDITIONS
Page 59 of 63
obligations, then City, without process or action at law, may take over any portion of the
Work and complete it as described below.
a. If City completes the Work, City may exclude Contractor and Surety from the site and
take possession of the Work, and all materials and equipment incorporated into the Work
stored at the Site or for which City has paid Contractor or Surety but which are stored
elsewhere, and finish the Work as City may deem expedient.
3. Whether City or Surety completes the Work, Contractor shall not be entitled to receive any
further payment until the Work is finished. If the unpaid balance of the Contract Price exceeds
all claims, costs, losses and damages sustained by City arising out of or resulting from
completing the Work, such excess will be paid to Contractor. If such claims, costs, losses and
damages exceed such unpaid balance, Contractor shall pay the difference to City. Such claims,
costs, losses and damages incurred by City will be incorporated in a Change Order, provided
that when exercising any rights or remedies under this Paragraph, City shall not be required to
obtain the lowest price for the Work performed.
4. Neither City, nor any of its respective consultants, agents, officers, directors or employees
shall be in any way liable or accountable to Contractor or Surety for the method by which the
completion of the said Work, or any portion thereof, may be accomplished or for the price paid
therefor.
5. City, notwithstanding the method used in completing the Contract, shall not forfeit the right
to recover damages from Contractor or Surety for Contractor's failure to timely complete the
entire Contract. Contractor shall not be entitled to any claim on account of the method used
by City in completing the Contract.
6. Maintenance of the Work shall continue to be Contractor's and Surety's responsibilities as
provided for in the bond requirements of the Contract Documents or any special guarantees
provided for under the Contract Documents or any other obligations otherwise prescribed by
law.
C. Notwithstanding Paragraphs 15.02.13, Contractor's services will not be terminated if Contractor
begins within seven days of receipt of notice of intent to terminate to correct its failure to perform
and proceeds diligently to cure such failure within no more than 30 days of receipt of said notice.
D. Where Contractor's services have been so terminated by City, the termination will not affect any
rights or remedies of City against Contractor then existing or which may thereafter accrue. Any
retention or payment of moneys due Contractor by City will not release Contractor from liability.
E. If and to the extent that Contractor has provided a performance bond under the provisions of
Paragraph 5.02, the termination procedures of that bond shall not supersede the provisions of this
Article.
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revision: 3/08/2024
007200-1
GENERAL CONDITIONS
Page 60 of 63
15.03 City May Terminate For Convenience
A. City may, without cause and without prejudice to any other right or remedy of City, terminate the
Contract. Any termination shall be effected by mailing a notice of the termination to the Contractor
specifying the extent to which performance of Work under the contract is terminated, and the date
upon which such termination becomes effective. Receipt of the notice shall be deemed
conclusively presumed and established when the letter is placed in the United States Postal Service
Mail by the City. Further, it shall be deemed conclusively presumed and established that such
termination is made with just cause as therein stated; and no proof in any claim, demand or suit
shall be required of the City regarding such discretionary action.
B. After receipt of a notice of termination, and except as otherwise directed by the City, the
Contractor shall:
1. Stop work under the Contract on the date and to the extent specified in the notice of termination;
2. place no further orders or subcontracts for materials, services or facilities except as may be
necessary for completion of such portion of the Work under the Contract as is not terminated;
3. terminate all orders and subcontracts to the extent that they relate to the performance of the
Work terminated by notice of termination;
4. transfer title to the City and deliver in the manner, at the times, and to the extent, if any,
directed by the City:
a. the fabricated or unfabricated parts, Work in progress, completed Work, supplies and
other material produced as a part of, or acquired in connection with the performance of,
the Work terminated by the notice of the termination; and
b. the completed, or partially completed plans, drawings, information and other property
which, if the Contract had been completed, would have been required to be furnished to
the City.
5. complete performance of such Work as shall not have been terminated by the notice of
termination; and
6. take such action as may be necessary, or as the City may direct, for the protection and
preservation of the property related to its contract which is in the possession of the
Contractor and in which the owner has or may acquire the rest.
C. At a time not later than 30 days after the termination date specified in the notice of termination,
the Contractor may submit to the City a list, certified as to quantity and quality, of any or all items
of termination inventory not previously disposed of, exclusive of items the disposition of which
has been directed or authorized by City.
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revision: 3/08/2024
007200-1
GENERAL CONDITIONS
Page 61 of 63
D. Not later than 15 days thereafter, the City shall accept title to such items provided, that the list
submitted shall be subject to verification by the City upon removal of the items or, if the items are
stored, within 45 days from the date of submission of the list, and any necessary adjustments to
correct the list as submitted, shall be made prior to final settlement.
E. Not later than 60 days after the notice of termination, the Contractor shall submit his termination
claim to the City in the form and with the certification prescribed by the City. Unless an extension
is made in writing within such 60 day period by the Contractor, and granted by the City, any and
all such claims shall be conclusively deemed waived.
F. In such case, Contractor shall be paid for (without duplication of any items):
1. completed and acceptable Work executed in accordance with the Contract Documents prior
to the effective date of termination, including fair and reasonable sums for overhead and profit on
such Work;
2. expenses sustained prior to the effective date of termination in performing services and
furnishing labor, materials, or equipment as required by the Contract Documents in connection
with uncompleted Work, plus fair and reasonable sums for overhead and profit on such expenses;
and
3. reasonable expenses directly attributable to termination.
G. In the event of the failure of the Contractor and City to agree upon the whole amount to be paid
to the Contractor by reason of the termination of the Work, the City shall determine, on the basis
of information available to it, the amount, if any, due to the Contractor by reason of the termination
and shall pay to the Contractor the amounts determined. Contractor shall not be paid on account
of loss of anticipated profits or revenue or other economic loss arising out of or resulting from
such termination.
ARTICLE 16 — DISPUTE RESOLUTION
16.01 Methods and Procedures
A. Either City or Contractor may request mediation of any Contract Claim submitted for a decision
under Paragraph 10.06 before such decision becomes final and binding. The request for mediation
shall be submitted to the other party to the Contract. Timely submission of the request shall stay
the effect of Paragraph 10.06.E.
B. City and Contractor shall participate in the mediation process in good faith. The process shall be
commenced within 60 days of filing of the request.
C. If the Contract Claim is not resolved by mediation, City's action under Paragraph 10.06.0 or a
denial pursuant to Paragraphs 10.06.C.3 or 10.06.1) shall become final and binding 30 days after
termination of the mediation unless, within that time period, City or Contractor:
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revision: 3/08/2024
007200-1
GENERAL CONDITIONS
Page 62 of 63
1. elects in writing to invoke any other dispute resolution process provided for in the
Supplementary Conditions; or
2. agrees with the other party to submit the Contract Claim to another dispute resolution
process; or
3. gives written notice to the other party of the intent to submit the Contract Claim to a court of
competent jurisdiction.
ARTICLE 17 — MISCELLANEOUS
17.01 Giving Notice
A. Whenever any provision of the Contract Documents requires the giving of written notice, it will
be deemed to have been validly given if
1. delivered in person to the individual or to a member of the firm or to an officer of the
corporation for whom it is intended; or
2. delivered at or sent by registered or certified mail, postage prepaid, to the last business
address known to the giver of the notice.
B. Business address changes must be promptly made in writing to the other party.
C. Whenever the Contract Documents specifies giving notice by electronic means such electronic
notice shall be deemed sufficient upon confirmation of receipt by the receiving party.
17.02 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.
17.03 Cumulative Remedies
The duties and obligations imposed by these General Conditions and the rights and remedies available
hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation
of, any rights and remedies available to any or all of them which are otherwise imposed or available
by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract
Documents. The provisions of this Paragraph will be as effective as if repeated specifically in the
Contract Documents in connection with each particular duty, obligation, right, and remedy to which
they apply.
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revision: 3/08/2024
007200-1
GENERAL CONDITIONS
Page 63 of 63
17.04 Survival of Obligations
All representations, indemnifications, warranties, and guarantees made in, required by, or given in
accordance with the Contract Documents, as well as all continuing obligations indicated in the
Contract Documents, will survive final payment, completion, and acceptance of the Work or
termination or completion of the Contract or termination of the services of Contractor.
17.05 Headings
Article and paragraph headings are inserted for convenience only and do not constitute parts of these
General Conditions.
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revision: 3/08/2024
00 73 00
SUPPLEMENTARY CONDITIONS
f 1 DEW I 1130111I1IK11II111
SUPPLEMENTARY CONDITIONS
TO
GENERAL CONDITIONS
Supplementary Conditions
Page 1 of 5
These Supplementary Conditions modify and supplement Section 00 72 00 - General Conditions, and other
provisions of the Contract Documents as indicated below. All provisions of the General Conditions that are
modified or supplemented remain in full force and effect as so modified or supplemented. All provisions
of the General Conditions which are not so modified or supplemented remain in full force and effect.
Defined Terms
The terms used in these Supplementary Conditions which are defined in the General Conditions have the
meaning assigned to them in the General Conditions, unless specifically noted herein.
Modifications and Supplements
The following are instructions that modify or supplement specific paragraphs in the General Conditions and
other Contract Documents.
SC-3.03B.2, "Resolving Discrepancies"
Plans govern over Specifications.
SC-4.01A
Easement limits shown on the Drawing are approximate and were provided to establish a basis for bidding.
Upon receiving the final easements descriptions, Contractor shall compare them to the lines shown on the
Contract Drawings.
SC-4.01A.1., "Availability of Lands"
The following is a list of known outstanding right-of-way, and/or easements to be acquired, if any as of
January 28, 2025:
Outstanding Right -Of -Way, and/or Easements to Be Acquired
PARCEL OWNER TARGET DATE
NUMBER OF POSSESSION
Easement Recordation in Process Homeowner of 428 Crestwood 2/7/2025
The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, and
do not bind the City.
If Contractor considers the final easements provided to differ materially from the representations on the
Contract Drawings, Contractor shall within five (5) Business Days and before proceeding with the Work,
notify City in writing associated with the differing easement line locations.
SC-4.01A.2, "Availability of Lands"
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revised March 8, 2024
00 73 00
SUPPLEMENTARY CONDITIONS
Page 2 of 5
Utilities or obstructions to be removed, adjusted, and/or relocated
The following is list of utilities and/or obstructions that have not been removed, adjusted, and/or relocated
as of January 28, 2025:
EXPECTED UTILITY AND LOCATION TARGET DATE OF
OWNER ADJUSTMENT
None
The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed,
and do not bind the City.
SC-4.02A., "Subsurface and Physical Conditions"
The following are reports of explorations and tests of subsurface conditions at the site of the Work:
A Soil Bore Report No. 103362, dated 9/30/2021, prepared by City of Fort Worth Soils Lab, providing
additional information on Bore Samples.
The following are drawings of physical conditions in or relating to existing surface and subsurface
structures (except Underground Facilities) which are at or contiguous to the site of the Work: None
SC-4.06A., "Hazardous Environmental Conditions at Site"
The following are reports and drawings of existing hazardous environmental conditions known to the City:
None.
SC-5.03A., "Certificates of Insurance"
The entities listed below are "additional insureds as their interest may appear" including their respective
officers, directors, agents and employees.
(1) City
(2) Consultant: Quiddity Engineering, LLC; Visintainer Engineering, PLCC
(3) Other: None.
SC-5.04A., "Contractor's Insurance"
The limits of liability for the insurance required by Paragraph GC-5.04 shall provide the following
coverages for not less than the following amounts or greater where required by laws and regulations:
5.04A. Workers' Compensation, under Paragraph GC-5.04A.
Statutory limits
Employer's liability
$100, 000 each accident/occurrence
$100, 000 Disease - each employee
$500, 000 Disease -policy limit
SC-5.04B., "Contractor's Insurance"
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revised March 8, 2024
00 73 00
SUPPLEMENTARY CONDITIONS
Page 3 of 5
5.04B. Commercial General Liability, under Paragraph GC-5.04B. Contractor's Liability Insurance
under Paragraph GC-5.04B., which shall be on a per project basis covering the Contractor with
minimum limits of:
$1,000,000 each occurrence
$2, 000, 000 aggregate limit
The policy must have an endorsement (Amendment — Aggregate Limits of Insurance) making the
General Aggregate Limits apply separately to each job site.
The Commercial General Liability Insurance policies shall provide "X", "C", and "U" coverage's.
Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance.
SC 5.04C., "Contractor's Insurance"
5.04C. Automobile Liability, under Paragraph GC-5.04C. Contractor's Liability Insurance under
Paragraph GC-5.04C., which shall be in an amount not less than the following amounts:
(1) Automobile Liability - a commercial business policy shall provide coverage on "Any Auto",
defined as autos owned, hired and non -owned.
$1, 000, 000 each accident on a combined single limit basis. Split limits are acceptable if limits are at
least:
$250, 000 Bodily Injury per person /
$500, 000 Bodily Injury per accident /
$100, 000 Property Damage
SC-5.04D., "Contractor's Insurance"
The Contractor's construction activities will require its employees, agents, subcontractors, equipment, and
material deliveries to cross railroad properties and tracks: None.
The Contractor shall conduct its operations on railroad properties in such a manner as not to interfere with,
hinder, or obstruct the railroad company in any manner whatsoever in the use or operation of its/their trains
or other property. Such operations on railroad properties may require that Contractor to execute a "Right of
Entry Agreement" with the particular railroad company or companies involved, and to this end the
Contractor should satisfy itself as to the requirements of each railroad company and be prepared to execute
the right -of -entry (if any) required by a railroad company. The requirements specified herein likewise relate
to the Contractor's use of private and/or construction access roads crossing said railroad company's
properties.
The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions shall provide
coverage for not less than the following amounts, issued by companies satisfactory to the City and to the
Railroad Company for a term that continues for so long as the Contractor's operations and work cross,
occupy, or touch railroad property:
(1) General Aggregate: N/A
(2) Each Occurrence: N/A
Required for this Contract X Not required for this Contract
With respect to the above outlined insurance requirements, the following shall govern:
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revised March 8, 2024
00 73 00
SUPPLEMENTARY CONDITIONS
Page 4 of 5
1. Where a single railroad company is involved, the Contractor shall provide one insurance policy in
the name of the railroad company. However, if more than one grade separation or at -grade crossing
is affected by the Project at entirely separate locations on the line or lines of the same railroad
company, separate coverage may be required, each in the amount stated above.
2. Where more than one railroad company is operating on the same right-of-way or where several
railroad companies are involved and operated on their own separate rights -of -way, the Contractor
may be required to provide separate insurance policies in the name of each railroad company.
3. If, in addition to a grade separation or an at -grade crossing, other work or activity is proposed on a
railroad company's right-of-way at a location entirely separate from the grade separation or at -grade
crossing, insurance coverage for this work must be included in the policy covering the grade
separation.
4. If no grade separation is involved but other work is proposed on a railroad company's right-of-way,
all such other work may be covered in a single policy for that railroad, even though the work may
be at two or more separate locations.
No work or activities on a railroad company's property to be performed by the Contractor shall be
commenced until the Contractor has furnished the City with an original policy or policies of the insurance
for each railroad company named, as required above. All such insurance must be approved by the City and
each affected Railroad Company prior to the Contractor's beginning work.
The insurance specified above must be carried until all Work to be performed on the railroad right-of-way
has been completed and the grade crossing, if any, is no longer used by the Contractor. In addition,
insurance must be carried during all maintenance and/or repair work performed in the railroad right-of-way.
Such insurance must name the railroad company as the insured, together with any tenant or lessee of the
railroad company operating over tracks involved in the Project.
SC-6.04., "Project Schedule"
Project schedule shall be tier 3 for the project.
SC-6.07 A.., "Duty to pay Prevailing Wage Rates"
The following is the prevailing wage rate table(s) applicable to this project and is provided in the
Appendixes:
2013 Prevailing Wage Rats (Heavy and Highway Construction Projects)
A copy of the table is also available by accessing the City's website at:
htti)s: Havvs.fortworthtexas.2ov/Proi ectResources/
You can access the file by following the directory path:
02-Construction Documents/Specifications/Div00 — General Conditions
SC-6.09., "Permits and Utilities"
SC-6.09A., "Contractor obtained permits and licenses"
The following are known permits and/or licenses required by the Contract to be acquired by the Contractor:
1. Street Use Permit
SC-6.09B. "City obtained permits and licenses"
The following are known permits and/or licenses required by the Contract to be acquired by the City: None.
SC-6.09C. "Outstanding permits and licenses"
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revised March 8, 2024
00 73 00
SUPPLEMENTARY CONDITIONS
Page 5 of 5
The following is a list of known outstanding permits and/or licenses to be acquired, if any as of January 28,
2025:
Outstanding Permits and/or Licenses to Be Acquired
OWNER PERMIT OR LICENSE AND LOCATION TARGET DATE
OF POSSESSION
Street Use Permit
SC-7.02., "Coordination"
The individuals or entities listed below have contracts with the City for the performance of other work at
the Site:
Vendor Scope of Work Coordination Authority
None
SC-8.01, "Communications to Contractor"
None.
SC-9.01., "City's Project Manager"
The City's Project Manager for this Contract is Clayton Torrance or his successor pursuant to written
notification from the Director of Water Department.
SC-13.03C., "Tests and Inspections"
None.
SC-16.01C.1, "Methods and Procedures"
None.
END OF SECTION
Revision Log
DATE
NAME
SUMMARY OF CHANGE
1/22/2016
F. Griffin
SC-9.01., "City's Project Representative" wording changed to City's Project
Manager.
3/9/2020
D.V. Magaha
SC-6.07, Updated the link such that files can be accessed via the City's
website.
10/06/23
Michael Owen
SC-6.07, Allow affidavit regarding paying prevailing wages to be submitted on
completion of job, as opposed to with each progress report
3/08/24
Michael Owen
Removed revisions related to affidavit, as those changes have been made in
General Conditions
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revised March 8, 2024
011100-1
SUMMARY OF WORK
SECTION 01 11 00
SUMMARY OF WORK
PART1- GENERAL
1.1 SUMMARY
A. Section Includes:
Page 1 of 3
1. Summary of Work to be performed in accordance with the Contract Documents
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract
2. Division 1 - General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
Work associated with this Item is considered subsidiary to the various items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Work Covered by Contract Documents
1. Work is to include furnishing all labor, materials, and equipment, and performing
all Work necessary for this construction project as detailed in the Drawings and
Specifications.
B. Subsidiary Work
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.
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 Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revised December 20, 2012
01 11 00 - 2
SUMMARY OF WORK
Page 2 of 3
b. Excavated and waste materials shall be stored in such a way as not to interfere
with the use of spaces that may be designated to be left free and unobstructed
and so as not to inconvenience occupants of adjacent property.
c. If the street is occupied by railroad tracks, the Work shall be carried on in such
manner as not to interfere with the operation of the railroad.
1) All Work shall be in accordance with railroad requirements set forth in
Division 0 as well as the railroad permit.
D. Work within Easements
1. Do not enter upon private property for any purpose without having previously
obtained permission from the owner of such property.
2. Do not store equipment or material on private property unless and until the
specified approval of the property owner has been secured in writing by the
Contractor and a copy furnished to the City.
3. Unless specifically provided otherwise, clear all rights -of -way or easements of
obstructions which must be removed to make possible proper prosecution of the
Work as a part of the project construction operations.
4. Preserve and use every precaution to prevent damage to, all trees, shrubbery, plants,
lawns, fences, culverts, curbing, and all other types of structures or improvements,
to all water, sewer, and gas lines, to all conduits, overhead pole lines, or
appurtenances thereof, including the construction of temporary fences and to all
other public or private property adjacent to the Work.
5. Notify the proper representatives of the owners or occupants of the public or private
lands of interest in lands which might be affected by the Work.
a. Such notice shall be made at least 48 hours in advance of the beginning of the
Work.
b. Notices shall be applicable to both public and private utility companies and any
corporation, company, individual, or other, either as owners or occupants,
whose land or interest in land might be affected by the Work.
c. Be responsible for all damage or injury to property of any character resulting
from any act, omission, neglect, or misconduct in the manner or method or
execution of the Work, or at any time due to defective work, material, or
equipment.
6. Fence
a. Restore all fences encountered and removed during construction of the Project
to the original or a better than original condition.
b. Erect temporary fencing in place of the fencing removed whenever the Work is
not in progress and when the site is vacated overnight, and/or at all times to
provide site security.
c. The cost for all fence work within easements, including removal, temporary
closures and replacement, shall be subsidiary to the various items bid in the
project proposal, unless a bid item is specifically provided in the proposal.
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revised December 20, 2012
01 11 00 - 3
SUMMARY OF WORK
Page 3 of 3
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revised December 20, 2012
012500-1
SUBSTITUTION PROCEDURES
SECTION 0125 00
SUBSTITUTION PROCEDURES
PART1- GENERAL
1.1 SUMMARY
A. Section Includes:
Page 1 of 4
The procedure for requesting the approval of substitution of a product that is not
equivalent to a product which is specified by descriptive or performance criteria or
defined by reference to 1 or more of the following:
a. Name of manufacturer
b. Name of vendor
c. Trade name
d. Catalog number
2. Substitutions are not "or -equals".
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 — General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Request for Substitution - General
1. Within 30 days after award of Contract (unless noted otherwise), the City will
consider formal requests from Contractor for substitution of products in place of
those specified.
2. Certain types of equipment and kinds of material are described in Specifications by
means of references to names of manufacturers and vendors, trade names, or
catalog numbers.
a. When this method of specifying is used, it is not intended to exclude from
consideration other products bearing other manufacturer's or vendor's names,
trade names, or catalog numbers, provided said products are "or -equals," as
determined by City.
3. Other types of equipment and kinds of material may be acceptable substitutions
under the following conditions:
a. Or -equals are unavailable due to strike, discontinued production of products
meeting specified requirements, or other factors beyond control of Contractor;
or,
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revised July 1, 2011
012500-2
SUBSTITUTION PROCEDURES
Page 2 of 4
b. Contractor proposes a cost and/or time reduction incentive to the City.
1.5 SUBMITTALS
A. See Request for Substitution Form (attached)
B. Procedure for Requesting Substitution
1. Substitution shall be considered only:
a. After award of Contract
b. Under the conditions stated herein
2. Submit 3 copies of each written request for substitution, including:
a. Documentation
1) Complete data substantiating compliance of proposed substitution with
Contract Documents
2) Data relating to changes in construction schedule, when a reduction is
proposed
3) Data relating to changes in cost
b. For products
1) Product identification
a) Manufacturer's name
b) Telephone number and representative contact name
c) Specification Section or Drawing reference of originally specified
product, including discrete name or tag number assigned to original
product in the Contract Documents
2) Manufacturer's literature clearly marked to show compliance of proposed
product with Contract Documents
3) Itemized comparison of original and proposed product addressing product
characteristics including, but not necessarily limited to:
a) Size
b) Composition or materials of construction
c) Weight
d) Electrical or mechanical requirements
4) Product experience
a) Location of past projects utilizing product
b) Name and telephone number of persons associated with referenced
projects knowledgeable concerning proposed product
c) Available field data and reports associated with proposed product
5) Samples
a) Provide at request of City.
b) Samples become the property of the City.
c. For construction methods:
1) Detailed description of proposed method
2) Illustration drawings
C. Approval or Rejection
1. Written approval or rejection of substitution given by the City
2. City reserves the right to require proposed product to comply with color and pattern
of specified product if necessary to secure design intent.
3. In the event the substitution is approved, the resulting cost and/or time reduction
will be documented by Change Order in accordance with the General Conditions.
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revised July 1, 2011
012500-3
SUBSTITUTION PROCEDURES
Page 3 of 4
4. No additional contract time will be given for substitution.
Substitution will be rejected if:
a. Submittal is not through the Contractor with his stamp of approval
b. Request is not made in accordance with this Specification Section
c. In the City's opinion, acceptance will require substantial revision of the original
design
d. In the City's opinion, substitution will not perform adequately the function
consistent with the design intent
1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE
A. In making request for substitution or in using an approved product, the Contractor
represents that the Contractor:
1. Has investigated proposed product, and has determined that it is adequate or
superior in all respects to that specified, and that it will perform function for which
it is intended
2. Will provide same guarantee for substitute item as for product specified
3. Will coordinate installation of accepted substitution into Work, to include building
modifications if necessary, making such changes as may be required for Work to be
complete in all respects
4. Waives all claims for additional costs related to substitution which subsequently
arise
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised July 1, 2011
SUMMARY OF CHANGE
Water and Sanitary Sewer Replacements Contract 2020 WSM-L
CPN 103362
012500-4
SUBSTITUTION PROCEDURES
Page 4 of 4
EXHIBIT A
REQUEST FOR SUBSTITUTION FORM:
PROJECT: DATE:
We hereby submit for your consideration the following product instead of the specified item for
the above project:
SECTION PARAGRAPH SPECIFIED ITEM
Proposed Substitution:
Reason for Substitution:
Include complete information on changes to Drawings and/or Specifications which proposed
substitution will require for its proper installation.
Fill in Blanks Below:
A. Will the undersigned contractor pay for changes to the building design, including engineering
and detailing costs caused by the requested substitution?
B. What effect does substitution have on other trades?
C. Differences between proposed substitution and specified item?
D. Differences in product cost or product delivery time?
E. Manufacturer's guarantees of the proposed and specified items are:
Equal Better (explain on attachment)
The undersigned states that the function, appearance and quality are equivalent or superior to the
specified item.
Submitted By: For Use by City
Signature
as noted
Firm
Address
Date
Telephone
For Use by City:
Approved
City
Recommended
Not recommended
By
Date
Remarks
Date
Rej ected
Recommended
Received late
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revised July 1, 2011
SECTION 01 31 19
PRECONSTRUCTION MEETING
PART1- GENERAL
1.1 SUMMARY
A. Section Includes:
013119-1
PRECONSTRUCTION MEETING
Page 1 of 3
1. Provisions for the preconstruction meeting to be held prior to the start of Work to
clarify construction contract administration procedures
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 — General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Coordination
1. Attend preconstruction meeting.
2. Representatives of Contractor, subcontractors and suppliers attending meetings
shall be qualified and authorized to act on behalf of the entity each represents.
3. Meeting administered by City may be tape recorded.
a. If recorded, tapes will be used to prepare minutes and retained by City for
future reference.
B. Preconstruction Meeting
1. A preconstruction meeting will be held within 14 days after the execution of the
Agreement and before Work is started.
a. The meeting will be scheduled and administered by the City.
2. The Project Representative will preside at the meeting, prepare the notes of the
meeting and distribute copies of same to all participants who so request by fully
completing the attendance form to be circulated at the beginning of the meeting.
3. Attendance shall include:
a. Project Representative
b. Contractor's project manager
c. Contractor's superintendent
d. Any subcontractor or supplier representatives whom the Contractor may desire
to invite or the City may request
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revised August 17, 2012
01 31 19 - 2
PRECONSTRUCTION MEETING
Page 2 of 3
e. Other City representatives
f. Others as appropriate
4. Construction Schedule
a. Prepare baseline construction schedule in accordance with Section 0132 16 and
provide at Preconstruction Meeting.
b. City will notify Contractor of any schedule changes upon Notice of
Preconstruction Meeting.
5. Preliminary Agenda may include:
a. Introduction of Project Personnel
b. General Description of Project
c. Status of right-of-way, utility clearances, easements or other pertinent permits
d. Contractor's work plan and schedule
e. Contract Time
f. Notice to Proceed
g. Construction Staking
h. Progress Payments
i. Extra Work and Change Order Procedures
j. Field Orders
k. Disposal Site Letter for Waste Material
1. Insurance Renewals
in. Payroll Certification
n. Material Certifications and Quality Control Testing
o. Public Safety and Convenience
p. Documentation of Pre -Construction Conditions
q. Weekend Work Notification
r. Legal Holidays
s. Trench Safety Plans
t. Confined Space Entry Standards
u. Coordination with the City's representative for operations of existing water
systems
v. Storm Water Pollution Prevention Plan
w. Coordination with other Contractors
x. Early Warning System
y. Contractor Evaluation
z. Special Conditions applicable to the project
aa. Damages Claims
bb. Submittal Procedures
cc. Substitution Procedures
dd. Correspondence Routing
ee. Record Drawings
ff. Temporary construction facilities
gg. M/WBE or MBE/SBE procedures
hh. Final Acceptance
ii. Final Payment
J. Questions or Comments
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revised August 17, 2012
013119-3
PRECONSTRUCTION MEETING
Page 3 of 3
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revised August 17, 2012
SECTION 01 31 20
PROJECT MEETINGS
PART1- GENERAL
1.1 SUMMARY
A. Section Includes:
013120-1
PROJECT MEETINGS
Page 1 of 3
1. Provisions for project meetings throughout the construction period to enable orderly
review of the progress of the Work and to provide for systematic discussion of
potential problems
B. Deviations this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 — General Requirements
IfflMgHrfW.1e177%'/u101e189ZIZy011117&1
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Coordination
1. Schedule, attend and administer as specified, periodic progress meetings, and
specially called meetings throughout progress of the Work.
2. Representatives of Contractor, subcontractors and suppliers attending meetings
shall be qualified and authorized to act on behalf of the entity each represents.
3. Meetings administered by City may be tape recorded.
a. If recorded, tapes will be used to prepare minutes and retained by City for
future reference.
4. Meetings, in addition to those specified in this Section, may be held when requested
by the City, Engineer or Contractor.
B. Pre -Construction Neighborhood Meeting
1. After the execution of the Agreement, but before construction is allowed to begin,
attend 1 Public Meeting with affected residents to:
a. Present projected schedule, including construction start date
b. Answer any construction related questions
2. Meeting Location
a. Location of meeting to be determined by the City.
3. Attendees
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revised July 1, 2011
013120-2
PROJECT MEETINGS
Page 2 of 3
a. Contractor
b. Project Representative
c. Other City representatives
4. Meeting Schedule
a. In general, the neighborhood meeting will occur within the 2 weeks following
the pre -construction conference.
b. In no case will construction be allowed to begin until this meeting is held.
C. Progress Meetings
1. Formal project coordination meetings will be held periodically. Meetings will be
scheduled and administered by Project Representative.
2. Additional progress meetings to discuss specific topics will be conducted on an as -
needed basis. Such additional meetings shall include, but not be limited to:
a. Coordinating shutdowns
b. Installation of piping and equipment
c. Coordination between other construction projects
d. Resolution of construction issues
e. Equipment approval
3. The Project Representative will preside at progress meetings, prepare the notes of
the meeting and distribute copies of the same to all participants who so request by
fully completing the attendance form to be circulated at the beginning of each
meeting.
4. Attendance shall include:
a. Contractor's project manager
b. Contractor's superintendent
c. Any subcontractor or supplier representatives whom the Contractor may desire
to invite or the City may request
d. Engineer's representatives
e. City's representatives
f. Others, as requested by the Project Representative
Preliminary Agenda may include:
a. Review of Work progress since previous meeting
b. Field observations, problems, conflicts
c. Items which impede construction schedule
d. Review of off -site fabrication, delivery schedules
e. Review of construction interfacing and sequencing requirements with other
construction contracts
f. Corrective measures and procedures to regain projected schedule
g. Revisions to construction schedule
h. Progress, schedule, during succeeding Work period
i. Coordination of schedules
j. Review submittal schedules
k. Maintenance of quality standards
1. Pending changes and substitutions
m. Review proposed changes for:
1) Effect on construction schedule and on completion date
2) Effect on other contracts of the Project
n. Review Record Documents
o. Review monthly pay request
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revised July 1, 2011
013120-3
PROJECT MEETINGS
Page 3 of 3
p. Review status of Requests for Information
6. Meeting Schedule
a. Progress meetings will be held periodically as determined by the Project
Representative.
1) Additional meetings may be held at the request of the:
a) City
b) Engineer
c) Contractor
7. Meeting Location
a. The City will establish a meeting location.
1) To the extent practicable, meetings will be held at the Site.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised July 1, 2011
SUMMARY OF CHANGE
Water and Sanitary Sewer Replacements Contract 2020 WSM-L
CPN 103362
01 32 16.1
CONSTRUCTION PROGRESS SCHEDULE —BASELINE EXAMPLE
Page 1 of 5
1 SECTION 0132 16.1
2 CONSTRUCTION SCHEDULE — BASELINE EXAMPLE
3 PART 1 - GENERAL
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
The following is an example of a Contractor's project schedule that illustrates the data and
expectation for schedule content depicting the baseline for the project. This version of the
schedule is referred to as a "baseline" schedule. This example is intended to provide
guidance for the Contractor when developing and submitting a baseline schedule. See CFW
Specification 0132 16 Construction Schedule for details and requirements regarding the
Contractor's project schedule.
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revised August 13, 2021
TP1 - Capital Deliverer
Project ID: CIP-01 B
Layout: Baseline Template
An-flly IQ J'MI1Y Nape RYOerfS56r5 1CS'-065a15 T7al
Floal
CIP4MB -Heig hborhood Street Construction Baseline Schedule Eli 434 434 o2-APr-2U15 17-13eo-2019 =
82
Pre-Cans4uctlan
38
3B 02-Apr-201B
23-Mafr2016
39EI
82aa
Awald Carlstruetlon Contract
0
0 02-Apr�2016
6210, 622a
a
821a
SW POIIUhon Prever0an Plan [Corltacior Prepare and Srbmlt}
10
10 02-Apr-Y016
13,Vpr--261B B200
CA
822a
Site Walk Through
1
1 02-Apr�2016
02iVpr 2616 6200
6230
a
823a
Nance Tb F .,--. - — , than Meeting
1
1 17-Apr-ZD
17-Apr--2616 B2211
B240
a
82aa
Pre-C orrslMon- PrLlle Meetlrg
1
1 25-,5pr,2016
25iVpr-2616 B2311
3M. B250
0
825a
Mablllzation
20
20 25-Apr-261B
23-May2018 8240
3310
all
83
Callsh iftiDn
Street 1
Water 8
Storm
370.3
vo rshrJclor art
3010
TBTa Vlax•
372.3
_a} 3-waler and a»: ces
373.3
Te TS Faerg Reaal'
Paring
3a40
Emcavallon
3050
SLa611zaion
3060
Paving
3070
FlallVork
308.3
C can L13
309.3
M-EM1 Carnpl ele
SUP4 P
gate aC
'S&W M
3100
Ternp W21en
3110
Lay 8-Y'aterandservices
3120
Ternp Pali rg Repair
3130
Lay 8'Sewerand 5erdces
3180
Ternp PaYl rrg Repair
315r3
.^rldrni gain i SMztfeL
Paving
3160
E>oo373fftn
3170
SMIAl2al6n
3130
Paving
3190
Flal W6rk
3200
Cl can 1p
3210
Sireet2 Cornpl Me
Street 3
Actual Work Milestone
zo Remaining Work ♦ ♦ Critical Milestione
c Critical Remaining Work Completed Milestone
N r'
23a 230 a3aday2018 DI-Apr-2619
90 J0 63-May 2a16 10-Sep-201e I
do 40 63-May20113 28�IUF20fa
0 0 a3-May2018 8240
10 10 133-May 2a18 16-May2018 3o00
25 25 17-May201B 21-IUF2616 3o10
5 5 22-ML-2416 28-AFF2616 31120
45 09-J1Fffi1B 1CFgep201�-
5 5 a9-Al-201a 13-Jr}20 18 311311
5 5 16}ILL20 18 20-JW20 18 3040
36 .30 23-JW20 18 31-Aug-21318 3050
24 20 064dWZ318 31-Aug-21318 3060
14 10 274aWZ318 10-0ep201B 30711
0 0 10-0ep201B 30811
113 113 29-11ff2018 10-13eo-2016
53 63
29-Jut21618
27-Sep-2016
10 10
29-Iur►2o18
13zIrI-21118 3030
15 15
15-AIL2018
03Aug-21318 3100
5 5
064MW2018
10-Aug-2a 18 3110
B B
134MW2018
22-Aug-21318 3120
5 5
234MW2018
29-Aug-2018 3130
26 20
3D4Mg-2018
27-Sep2018 3140
45 45
M-OcF2018
10-Deo-20115
5 5
05-0oE2018
11-0ot-2015 3150
5 5
12-0CF2018
18-0CF2616 3160
20 20
19-0CE2U18
15-NIN20115 3170.306
20 20
02-1aY2016
03-Oe6,2016 3180
19 10
2T-NOV2016
10-oe4,2018 3190
a 0
1bOeo-2018 3200
BB 80
304MW2018
2d-oeo-2016
a
140
C
3016, B500 a
302k} 4
3036 0
Mo. 3100 a
Ida
Re part Print Date: 2"un-2418
Page 1 of 3
3656
1101
36B6
1101
rH
3076, 3160
11a
3666
14A
--- ----- ----- - --- --- ------ ---- -
3096
140
_
B516
140
3110 0 1 ;:
312U 0 _ -4_; _-_-. -_ _ _ ___ ___ _____. ------
3130 0
3140 0
3150, 3224 0 1 ' 1 _ ______ _ __ ___ ______. ______
3150 E7 #
--------------
3170,325C c-
3180 „
0 3190 37
3200 T7
3210 37
8516 77 i ;
E7I i ---j_—______-______t______.______—
I
CIP-01B-Neighborhood Street Construction
Baseline Schedule Example
FaRT WORTH
AS
I
N.
N —
TP - Capital Delivery Project ID: CIP-0113
Layout: Baseline Template
AC0411Y I❑
AC4VIry NaTe
I O❑ I
,D
I �zw
I Flflbn I Pf1eme�wr
I `.ara'1'65A15 I To"
Water $
Storm
13
13
3Waq-2018
1&Sep-201B
3220
Temp Walel
4
4
304 Mr2A18
05,-Sep-2018 3140
32M U
W311
Lay a, atef am eefwkes
8
6
06 Seep-2o16�-11-,
11116Sep-2o16
-4ep-2018 3220
3246 0
3240
Temp Pa,tirg Repair
1
1
1B=e
3230
3250,3310 0
50
iF-0d2018-0eo-2a1B
32513
EMCaV"n
5
5
12-0IX-21r18
1843Lt-2U15 3240,3150
3260 67
32513
S1aGllmbn
5
5
19-0CF207$
2543CP2018 3250
3270 67
32713
ar-
PaYlrg
20
20
25-0eF-"18
ZFH1)Y-21]1B 3250 3260
57
3260
Flal Work
20
213
18-Hov-21116
17-Deo-201B 3270 3291r
67
3290
Cleanup
10
113
11-0eD-21118
24-Deo-201B 32B11 3300
67
awn
. nppt3 Carrlplete
0
0
24-❑ee-2016 32913 6510
57
Skdd
134
134
19-Sep-201B
01-Apr-2019 I
O
Mter &
Storm
59
69
L19-Sep-201B
27-0euti201B
0
331a
Te tip Ways
5
5
19-Elep-2018
25-Sep-2a 18 3240,B250 3320
0
3320
Layr 8-yatef and&eMOee
20
213
27 201E
2443d-2018 3310 33M
0
3330
Terllp PaMIg Repair
3
3
25-0cE2018
29-0d-2018 3320 3340
0
3341
Lay B-Serrer Linn L3203 s L-1346 am 3eruloes
20
2a
38-0CF2018
2FHim-2a1B 3330 3350
0
3350
Lay B-Serrer LYles L3212 s L4355 arm Seruloes
15
15
MAow,-21116
19-0eo-2131B 3346 3360
0
3360
Terllp PaMrg Repair
5
5
20-0ec-21116
27-0eo-2131 B 3356 3370
0
Paving
I 50 I
54
107-Mn-2019
01-1PF-2019 I I
I 0I
337a
EMcavatMn
10
113
07-1an-019
16-Jan-2019 3360 33M
0
338a
339a
StMlxalm
Pav I
10
20211
111
22,1an-Mg
135-reF2019
114-Fetr2a19 33711 33W
114-M 2019 33B0 Mw
0
0
Report Print Date: 20-Jun-2018
Page 2 of 3
4115 Z119 2=
I'l Sc Jl�i'�NM-1jjl�VSI9Nl11 IFI ,
-------------
ng----- -----
---'-I -------
],I[](]FIAWort 20 213 25-reF2019 25-Mar-2019 3396 3410 0 - - --- :
3,110 Cleanly 10 113 19 M r-2819 OlApr--2079 3466 ' 0
3d20 Street4 Carl PKMPJ3 Natal complete 6 0 DI-Apr-2019 3410 BS10 6
85
rwpeceon
275
276
03-May-201B
05-JuP2619
8500
rwpeceon
225
22B
03-May-2016
25-Mar-2019 3000
8510
Flna lmpectlon
10
113
02-Apr-2019
]&Apr--2019 3420r330a,3211
8520
Camplele PUMJ1 LV Asks
30
3a
lfrApr-2019
2B- lay-2019 6510
8530
Flna1 Walk Thmugll for Corllpletetl Pu1oh LIW Tasks
1
1
05�1ur2019
O5-1ur2019 B5211
8540
Canstnlalon Final CompleWn
0
a
H-A91-2019 0530
90 Closeout
ConshurtGn Cantlaet Close-out
As -Built Surrey
910a Ar BLulu SUN" (SWrIY1 M by C*WaMr)
Contract C loseaut
911a Canta:t ReoomMadon
Actual Woik ♦ ♦ Milestone
Remaining Work ♦ • CiiticaI Milestone
Critical Remaining Work 6 ♦ Completed Milestone
135 135
06}jr-C.,=
17-❑eo-M19
135 1135
9&JUP2019
17-Deo-2019
5 5
D&JwV2019
12}W1-2019
5 5
05}IuF21r19
12-AM-2019 65413
135 135
66-A1F2019
17-❑2C,2019
36 3a
116-JM2019
18-JU-2a19 9100,B540
B520
B530
B540
9100.9110
9120
6
5
0
0
�.---'-----"------ - -------
-'-' -------�
CIP-01B - Neighborhood Street Construction
Baseline Schedule Example
-------------
FORT WORTH
4*49T�
r,
I
N.
TPW - Capital Delivery
Laya ut: Baseline Te m p late
#coyly ID peuvipf rkyw
9120
ri-bmitaii s iPmlecICIas5DLrt DucurnerLsIon)
9130
NcillreDrcDrnplLLllDr,'GrLLbnSheet
9140
FIn3I GDrGIn=cn GDITIMINI Invalca Paid
9150
Cc nEinxton Contract Closed
9160
LeMDns Le3med
Actual Woi k 4 * Milestone
Remaining Work + + Critical Milestone
Critical Remaining Work * * Completed Milestone
Project ID: CIP-01 B
Ou I rw 1 5t 1 ri"fin I FrOX-US*IY5
38 "
19-JU-213 19 11 -Sep,2a 19 9110
0 023-Oct-21319
91211
1 1
14-NGV-2(119 14-N6V-20 19 9130
0 014
NM-20 19 9140
1 1
17-0ea-2019 17-Deo-21119 91511
Report Print Date: 20-Jun-2018
Page 3 of 3
wm�66ar5 ]DOI 21:1115 1 A119 2=
Float M J1 J IAI Sl 9 M 1: J I q M I M J1 J IS 9NI D J I Fl
913D D
9140 D ------------------- — ------ ----------
-
911SO 01
DI&D O�
0 ........
...... — ----- 4 ------ ------
CIP-0 1 B - 'Neighbo rho o d Street Construction
Baseline Schedul.e Example
FORT WORTH
I
95
2
3
4
5
6
01 32 16.1
CONSTRUCTION PROGRESS SCHEDULE —BASELINE EXAMPLE
Page 5 of 5
END OF SECTION
I DATE NAME
July 20, 2018 M. Jarrell Initial Issue
Revision Log
SUMMARY OF CHANGE
May 7, 2021 M Owen Revised name due to revising the schedule specification
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revised August 13, 2021
01 32 16.2
CONSTRUCTION PROGRESS SCHEDULE —PROGRESS EXAMPLE
Page 1 of 4
1 SECTION 0132 16.2
2 CONSTRUCTION SCHEDULE — PROGRESS EXAMPLE
3 PART 1 - GENERAL
4 The following is an example of a Contractor's project schedule that illustrates the data and
5 expectation for schedule content depicting the progress for the project. This version of the
6 schedule is referred to as a "progress" schedule. This example is intended to provide
7 guidance for the Contractor when developing and submitting a progress schedule. See
8 CFW Specification 0132 16 Construction Schedule for details and requirements regarding
9 the Contractor's project schedule.
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revised August 13, 2021
N.
TP1 - Capital Delivery
Layaut-- Progress Template
Project ID: I P-01 P
Acm.f IC AdWNeme OD RP Phydml% ELRJer1SVt EL Prghd Fhkh aw FhhM Thml 'ahrh—e ]r119 I 2D19
ComPktr 'Fad - aL i /
CIP-01P -Neighborhood Street Construction Progress Schedule E, 432 411 C2-APr-201a 17-0eo-2C19 02-Apr-2CisA 13-oeo-2019 al s
82
Pre-CanMCUDn
38 11
0% C244Pr-2016
M-Mar-2018
02-Apr-2DI8A 15,Wy-2018 85 6
823D
AVUd GDnZ cflon C"9tract
a o
11311% 024hpr-2315
-
o2-Apr-2018A D
821D
SW Pdlutlon Preventlon Plan [Contractor Prepare and 3udrr1l}
is 9
1a0% 024hpr-2315
13,VF 2015
02-Apr-2018A 13-Apr-2015 DI
822D
SHOLMIN TWMgn
1 0
100% 02APr-2015
02-Apr21)16
02-Apr2D18A a2-Apr-2018 0
MID
Natice Fb Proceed Pre-C mstrclan Meeing
1 a
100% 1744pr-2016
17-Apr2616
17-Apr-2018 A 17-Apr-2018 0
82 II
Pre- anMetlon-Pudic Meeting
1 a
1a0% 25-Apr-2016
25,Vr2616
19-Apr2D18A 19-Apr-21118 4
825D
101ohlllzartlon
20 11
50% 2541pr-2315
23--far-201a
la4pr2618A 18-Mar-2018 85 61
83
CUSIl pltlrl
PAD
230
0% Q3--R4}�201a
61-APr2619
01-10lay-2315
2&-Mar2A14
a
3
SbiDdi
9a
99
4�
02Df8
70 4q�.M5
1141"r-2315
aE S,ep-201&
1.
x
Mkr d
Stum
40
40
43--I6113y�2018
28-Jlrr2018
111"Aar-2018
25-Jun2016
a
2
313M
Carsn1C11Crl3-on
a
a
D% X14Aaw2018
01-Vay-231161
a
2
Sala
Terre Water
10
16
D% C3--lJm}�211118
16-Mar-21118
D1afay-231a
14-Aar-2D18
0
2
3IM
Lay&'vater anti services
25
25
D% 17401a}-2018
21J1n-2018
15y-231a
15,,1un-20111
0
2
3630
TeWPayirlg Fbapalr
5
S
0% 22Jurr2018
28-Jun2A18
2C Jun2618
2E,Iun-3016
0
2
Paring
IS
�S
U9 .Yw2�18
16.3�a018
0&JUHM78
015 Sep-a01&
11
2
30W
Excaw3w
5
5
D% 09-.IUH2a18
13-M-20118
05-M-M18
11JlF2Ur16
11a
2
365a
S13G112alan
5
5
D% 15-Julkn16
2➢-J"Ill
12-Al-201B
1B-Al-2018
110
21
ZION
Patting
30
39
0% 23-Jul-2015
314dMIZD1B
19-.1u1-201B
2!,M1 2018
110
2
3DM
Flat Wark
2a
20
D% 05,U 201a
314dxka16
92-A r2015
29-AK 2018
1441
2
3050
Cle3fI Up
7d
10
0%274W¢2A16
la-Sep-2916
Z'-Alr¢2015
aFrSPp-2078
140
21
3650
Steel Complete
a
D
D%
ia-Elep-2616
❑6--sp-201&
140
2
StreL42
113
113
29-Jum-201&
10-0L 2416
27-Jun
a6-0eD-201a
77
2
YB r &
Skim
65
63
29Jun 2D18
27-SeVa
ZB
27Jun2O1 B
25 SL�2018
57
2
31M
Terre Water
is
10
D% 29Jurr2018
13-J112016
27-Jun2618
11J1126112,
(1
2
1 311D
Lay B'vster antisWmE
15
15
D% 15-Jul-2016
43-d 1)16
12-Ju1-201B
a1,Au9-2018
rJ
2
1 3120
Temp Paying Repalr
5
5
0% DG-AL1¢2015
I&ALHJ261 B
02-VKr2318
OD kKI-2018
a
21
1 3130
Lay B'Sevler and Services
a
a
0% IaALIk2015
224W9-2616
09- I Mid
213AXI-2018
a
2
3140
Temp Paying Repalr
5
5
0% 23AWg201B
29AI*261B
21-AL19-2018
27-AL19-201a
a
2
3150
Slimm Drain 8 SUctures
23
26
0% 3a-Au9-20111
27-Sep-2619
28,"-2018
25Se3-2018
67
2
Parirgl
45
45
ZDIB
iD-0ec-2618
03-01*21316
DG-deD- 018
77
2
3160
Exul artlCn
5
5
0% D5-CrCF2D18
I-M-2018
113rO 201B
99-OCF20115
57 —
3 -
3170
SWILalan
5
5
0% 12-OCI-261B
1& OCt-201B
10-OCF2016
iG-0cF201B
77
2
31 Ba
Paying
20
26
D% 19-C6201B
15-I'llaw201B
17-0cE2Di6
13-Nov-21118
77
2
3190
F131Wark
20
20
0% 1324iov-2015
43Dec-201B
31-0cF2D1B
29-FI 1118
77
2
321)(1
Gear up
is
10
D% 0-I104-2015
110-0ecti2915
21-War-2015
a6-111[lei�-201a
77
2
1 . 3210
Streel2 CDIrP"
a
D
D%
10-0ecti2915
06-0e0-21118
77
2
9&wIt3
BO
BB
30*w_q-201a
24-Dm-z 18
2a4UK-2015
204)FC-201118
h7'
2
Y:tr s
skm
13
13
30-AL19-2018
1&6eP2M8
2&AL19- A 18
14-0ep-2018
0
2
3220
Terip Water
-
A
0% 30-ALig-2016
M-Sep-26115
2a AIKr2018
31-ALi -2018
0
2
3230
Lay T mW anti services
a
E
0% C&SPF -2015
17-Sep41)118
I MSep-2a 1a
l MqL 018 1
al
2
Acbual Wark . Milest3Dne
� Remaining Work • • Critical Milestone
� Critical Remaining Work f • Completed Milestone
CIP-01P - Neighborhood Street Construction
Progress Schedule Example
SORT WORTH
Report Print Date: 20-Jun-2a18
Page 1 of 2
2
88
N.
N —
TPW - Capital Deliverer
Layout: Progress Template
A.tW 10 Atlhq N-
32AG
Temp Paying Repair
Parting
325a
3260
ul<= ::.,r
3270
-a ...
32E•3
=1-- .=1.
325:
- -.- .•.
WM
sd 1 3 COOTEIL'FE
gY� i
Miller a
Reffm
33113
TenpvYmIR-r
3320
Lay d"wa&l alnd Se'MI&L
3330
Tenp Paying Repair
MQ
Lay a' Serer LlnesL3203 a L23d5 and Serelces
3350
Lay 8'Se>ter Lines L 3212 & L-49356 and Cerdces
33M
Tenp Pawing Repair
Palling
3374
IF_na railm
33B0
St3k nian
3390
Paling
34C0
Flat Work
3170
clean up
342a
Steeld ColraleVOvbsta•Na• Ccrnle1e
Project ID: CIP-01P Report Print Date: 20-Jun-2018
Page 2 of 2
1 OD R6 I PhYAMI% BLFMirda rt 31ar IBLProjdFMA I 1 I Fhhh I -.t. —1— :315 7D13 2MD
ComPkk
1
1
D% 18-Sep2.316
18-9ep-3616
w!,,e�241a
ia-3ep-201a
92
50
59
12�241 B
I24-DRL 2018
18431:F20113
20-UFL 2018
_I
2
5
5
0% IF-W-2C18
15-0cF201B
10-4ct-2018
woct-miB
67
2
5
5
0% 19-031-2618
26-4ct-201B
17-0ct-2018
23-Cct-24113
57
2
20
29
0% 25-001-miB
25-NM,2015
24- Oct-2o1B
20-Hav-2o15
67
2
20
29
0% 184Ov-2015
17-0eG-201B
114-Nav-2018
13)ee-2018
67
2
N
10
0% 11-0eG-N115
24-0LC-201B
07-0eo-201a
20-0ee-21118
67
2
0
0
0%
24-0eo-2D1B
20-0ea2018
67
2
134
131
19-Sep2015
01-Apr2019
17Sep2018
2D-w3r-wig
0
2
69
59
19-Sep2015
-0
27ec-2018
17Sep2018
24-0eo-21118
0
P
B
f,
0% 19-:z13-2011,
2&Sep261B
17wep-201a
24-: ep-2018
0
2
20
29
0% 27-;tip-2315
7A-0ct-2018
25-Sep-201a
22{OcF20115
a
2
a
3
0% 2&0d-261B
29-01:1-2018
2343at-2018
25-Oct-201B
0
2
20
29
0% 30-0cH2O1B
28- I)16
36-Cct-2016
26ila4-2018
0
2
15
15
0% 294bv-2015
19-0EC:-201B
27'1av-2018
17-0ee-21118
0
2
5
5
0% 20-Oea2015
27-0L 1)16
16-0eo-2018
24-Deo-2D18
0
2
50
50
07,Wa -2019
101-Apr-2019
C342rn, 019
2B4A3r-X19 I
16'
2I
10
10
0% N-Jart-2079
1&-JW-2019
WJ:n-2019
1b-Jan-7A 19
0
2
10
10
D% 22-Jarl-2C19
04-FeR2019
17-J n2619
31,1an-2A19
0
2
7A
24
0% C5-Feta2419
BA4dar-2019
61-Fetr2619
28-Feta3A19
a
2
20
20
0% 2S-Feta,Ml9
2r1Aar-2019
22-Feb-2619
21-Mar-2A 19
0
2
10
10
0% 19-Wr-2419
01-Apr2D19
75i013r2019
28-Mar-3019
0
2
0
0
0%
01-AW2619
2"3r2019
0
2
85
Ihspectlon
276
2763
0% W4&1 -2o
05-,nn-2019
-F8 03,1un-219
o1Aar-21
a
x
850D
i rpeion
25
2
% dh28
1
4Aar-20121-Mar21
5
2
851D
FIrr,3I Inssppedlm
10
10
D% C244N-20119
1&-Apr2619
29-M3r2619 11,W-2019
0
2
352D
FLrlcp
19
�9
8531)
Flr3 WalkTUogh'br3Co•r•gletad Punch List Ta&5
1
1
0% rr2019
C L- ffii-
03-.lunligg C3-Juo
0
2
8540
ConsiuMn F ral C.Tpleion
0
D
0%
05311r1-2019
03,Iun2019
0
2
9C vosF)ul
US 1M
D% M-Arr21D19
17-0eo-015
04-Jun2C19
13-Deo-2019 0
C011str11ct m Contract Close-Dut
135
135
CCr.UIt-2079
17-0L�L 2419
Gd! IJUIF2419
13-0e62019 0
AsBuiIt Surrey
5
5
05 JUIr2C19
1} Iu1r2019
04-Jun2019
10-Jun-2019 25
51.•] As-3JIIt SJn•ey {Sutlmllted Gq Cuntla�r}
5
i!
S
0% Lb-Jurr2C19
12,11n-2019
104,Iun2C19
1Ctilun-3715 25
CorntraclC]e out
735
135
06-mr,2019
17-0eL�2019
04-JUG-2019
13-0e62019 0
_11C Con--a:1 Rpowc-ailon
30
36
0% DF—Wrr2079
18ti11r-2019
dl,llln-2019
1&,%1-2D19 0
9120 -a s =• - : C'aseout 0acunelnlaticn}
.38
36
0% 19}lul-2019
112619
17,1u1-2019
09 U2019 0
9130 N,:: _ . - - ::.. - Green Teel
0
0
D%
23-0eF2D19
21-0eF2019 0
914(l Fir) -- -..... -. -C-lnnice Pald
1
1
0% 1444Ov-2019
IJI-NDv-2619
12-Now-2019
12-Nov-2619 0
915a Cor>: t.:__:•;:: r_,:_: ar]
0
0
0%
14-NDY-2619
12Nav-2619 0
9160 Less7ns Learned
1
1
0% 17-0eo-2019
17-0ec 2019
13-Cso2019
13Nea2619 0
Actual Work
t_ Remaining Work •
t_ Critical Remaining Work
♦ Milestone
•Critical Milestone CIP-01P - Neighborhood Street Construction
+ completed Milestone Pivgr-ess Schedule Example
2
2
2
2
2
2
Fogy Wow
ro
0
M
`U tTJ O
tv
BCD W
W N
O ti
ro t"
rz1 N
01 32 16.2
CONSTRUCTION PROGRESS SCHEDULE —PROGRESS EXAMPLE
Page 4 of 4
1 END OF SECTION
4
Revision Log
DATE NAME SUMMARY OF CHANGE
July 20, 2018 M. Jarrell Initial Issue
May 7, 2021 M Owen Revised name due to revising the schedule specification
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revised August 13, 2021
0132 16.3
—PROGRESS NARRATIVE
Page 1 of 1
SECTION 0132 16.3
CONSTRUCTION PROJECT SCHEDULE PROGRESS NARRATIVE
Reporting Period: Date Issued:
Project Name: Contractor Company Name:
City Project No: Contractor Schedule Contact:
City Project Manager:
A. List of activities changed in the reporting period.
1. (insert text here)
2. (insert text here)
3. (insert text here)
4. (insert text here)
5. (insert text here)
6. (insert text here)
B. List any potential delays and provide mitigation actions
1. (insert text here)
2. (insert text here)
3. (insert text here)
C. List any actual delays and provide recovery actions
1. (insert text here)
2. (insert text here)
3. (insert text here)
City of Fort Worth, Texas
Construction Project Schedule Narrative Report for CFW Projects
Revised August 13, 2021
Page 1 of 1
Water and Sanitary Sewer Replacements Contract 2020 WSM-L
CPN 103362
013216-1
CONSTRUCTION PROGRESS SCHEDULE
Page 1 of 10
1 SECTION 0132 16
2 CONSTRUCTION SCHEDULE
3 PART1- GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
6 1. General requirements for the preparation, submittal, updating, status reporting and
7 management of the Construction Progress Schedule
8 2. Specific requirements are presented in the City of Fort Worth Schedule Guidance
9 Document
10 B. Deviations from this City of Fort Worth Standard Specification
11 1. None.
12 C. Related Specification Sections include, but are not necessarily limited to:
13 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
14 2. Division 1 — General Requirements
15 D. Purpose
16 The City of Fort Worth (City) is committed to delivering quality, cost-effective
17 infrastructure to its citizens in a timely manner. A key tool to achieve this purpose is a
18 properly structured schedule with accurate updates. This supports effective monitoring
19 of progress and is input to critical decision making by the project manager throughout
20 the life of the project. Data from the updated project schedule is utilized in status
21 reporting to various levels of the City organization and the citizenry.
22
23 This Document complements the City's Standard Agreement to guide the construction
24 contractor (Contractor) in preparing and submitting acceptable schedules for use by the
25 City in project delivery. The expectation is the performance of the work follows the
26 accepted schedule and adhere to the contractual timeline.
27
28 The Contractor will designate a qualified representative (Project Scheduler) responsible
29 for developing and updating the schedule and preparing status reporting as required by
30 the City.
31 1.2 PRICE AND PAYMENT PROCEDURES
32 A. Measurement and Payment
33 1. Work associated with this Item is considered subsidiary to the various items bid.
34 No separate payment will be allowed for this Item.
35 2. Non-compliance with this specification is grounds for City to withhold payment of
36 the Contractor's invoices until Contractor achieves said compliance.
37 1.3 REFERENCES
38 A. Project Schedules
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revised October 6, 2023
013216-2
CONSTRUCTION PROGRESS SCHEDULE
Page 2 of 10
1 Each project is represented by City's master project schedule that encompasses the
2 entire scope of activities envisioned by the City to properly deliver the work. When the
3 City contracts with a Contractor to perform construction of the Work, the Contractor
4 will develop and maintain a schedule for their scope of work in alignment with the
5 City's standard schedule requirements as defined herein. The data and information of
6 each such schedule will be leveraged and become integral in the master project
7 schedule as deemed appropriate by the City's Project Control Specialist and approved
8 by the City's Project Manager.
9
10 1. Master Project Schedule
11 The master project schedule is a holistic representation of the scheduled activities
12 and milestones for the total project and be Critical Path Method (CPM) based. The
13 City's Project Manager is accountable for oversight of the development and
14 maintaining a master project schedule for each project. When the City contracts for
15 the design and/or construction of the project, the master project schedule will
16 incorporate elements of the Design and Construction schedules as deemed
17 appropriate by the City's Project Control Specialist. The assigned City Project
18 Control Specialist creates and maintains the master project schedule in P6 (City's
19 scheduling software).
20
21 2. Construction Schedule
22 The Contractor is responsible for developing and maintaining a schedule for the
23 scope of the Contractor's contractual requirements. The Contractor will issue an
24 initial schedule for review and acceptance by the City's Project Control Specialist
25 and the City's Project Manager as a baseline schedule for Contractor's scope of
26 work. Contractor will issue current, accurate updates of their schedule (Progress
27 Schedule) to the City at the end of each month throughout the life of their work.
28 B. Schedule Tiers
29 The City has a portfolio of projects that vary widely in size, complexity and content
30 requiring different scheduling to effectively deliver each project. The City uses a
31 "tiered" approach to align the proper schedule with the criteria for each project. The
32 City's Project Manager determines the appropriate schedule tier for each project, and
33 includes that designation and the associated requirements in the Contractor's scope of
34 work. The following is a summary of the "tiers".
35
36 1. Tier 1: Small Size and Short Duration Project (design not required)
37 The City develops and maintains a Master Project Schedule for the project. No
38 schedule submittal is required from Contractor. City's Project Control Specialist
39 acquires any necessary schedule status data or information through discussions with
40 the respective party on an as -needed basis.
41
42 2. Tier 2: Small Size and Short to Medium Duration Project
43 The City develops and maintains a Master Project Schedule for the project. The
44 Contractor identifies "start" and "finish" milestone dates on key elements of their
45 work as agreed with the City's Project Manager at the kickoff of their work effort.
46 The Contractor issues to the City, updates to the "start" and "finish" dates for such
47 milestones at the end of each month throughout the life of their work on the project.
48
49 3. Tier 3: Medium and Large Size and/or Complex Projects Regardless of Duration
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revised October 6, 2023
013216-3
CONSTRUCTION PROGRESS SCHEDULE
Page 3 of 10
1 The City develops and maintains a Master Project Schedule for the project. The
2 Contractor develops a Baseline Schedule and maintains the schedule of their
3 respective scope of work on the project at a level of detail (generally Level 3) and in
4 alignment with the WBS structure in Section 1.4.H as agreed by the Project
5 Manager. The Contractor issues to the City, updates of their respective schedule
6 (Progress Schedule) at the end of each month throughout the life of their work on the
7 project.
8 C. Schedule Types
9 Project delivery for the City utilizes two types of schedules as noted below. The City
10 develops and maintains a Master Project Schedule as a "baseline" schedule and issue
11 monthly updates to the City Project Manager (end of each month) as a "progress"
12 schedule. The Contractor prepares and submits each schedule type to fulfill their
13 contractual requirements.
14
15 1. Baseline Schedule
16 The Contractor develops and submits to the City, an initial schedule for their scope
17 of work in alignment with this specification. Once reviewed and accepted by the
18 City, it becomes the "Baseline" schedule and is the basis against which all progress
19 is measured. The baseline schedule will be updated when there is a change or
20 addition to the scope of work impacting the duration of the work, and only after
21 receipt of a duly authorized change order issued by the City. In the event progress is
22 significantly behind schedule, the City's Project Manager may authorize an update
23 to the baseline schedule to facilitate a more practical evaluation of progress. An
24 example of a Baseline Schedule is provided in Specification 0132 16.1
25 Construction Project Schedule Baseline Example.
26
27 2. Progress Schedule
28 The Contractor updates their schedule at the end of each month to represent the
29 progress achieved in the work which includes any impact from authorized changes
30 in the work. The updated schedule must accurately reflect the current status of the
31 work at that point in time and is referred to as the "Progress Schedule". The City's
32 Project Manager and Project Control Specialist reviews and accepts each progress
33 schedule. In the event a progress schedule is deemed not acceptable, the
34 unacceptable issues are identified by the City within 5 working days and the
35 Contractor must provide an acceptable progress schedule within 5 working days
36 after receipt of non -acceptance notification. An example of a Progress Schedule is
37 provided in Specification 0132 16.2 Construction Project Schedule Progress
38 Example.
39 D. City Standard Schedule requirements
40 The following is an overview of the methodology for developing and maintaining a
41 schedule for delivery of a project.
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revised October 6, 2023
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
0132 16 - 4
CONSTRUCTION PROGRESS SCHEDULE
Page 4 of 10
1. Schedule Framework - The schedule will be based on the defined scope of work
and follow the (Critical Path Methodology) CPM method. The Contractor's
schedule will align with the requirements of this specification and will be cost
loaded to reflect their plan for execution. Compliance with cost loading can be
provided with traditional cost loading of line items OR a projected cost per
month for the project when the initial schedule is submitted, updated on a
quarterly basis is significant change is anticipated. Overall schedule duration
will align with the contractual requirements for the respective scope of work and be
reflected in City's Master Project Schedule. The Project Number and Name of the
Project is required on each schedule and must match the City's project data.
E. Schedule File Name
All schedules submitted to the City for a project will have a file name that begins with
the City's project number followed by the name of the project followed by baseline (if
a baseline schedule) or the year and month (if a progress schedule), as shown below.
• Baseline Schedule File Name
Format: City Project Number _Project Name —Baseline
Example: 101376 North Montgomery Street HMAC Baseline
• Progress Schedule File Name
Format: City Project Number _Project Name_YYYY-MM
Example: 101376 North Montgomery Street HNIAC_2018_01
• Project Schedule Progress Narrative File Name
Format: City Project Number —Project Name_PN_YYYY-MM
Example: 101376 North Montgomery Street HMAC PN_2018_01
F. Schedule Templates
The Contractor will utilize the relevant sections from the City's templates provided in
the City's document management system as the basis for creating their respective
project schedule. Specifically, the Contractor's schedule will align with the layout of
the Construction section. The templates are identified by type of project as noted
below.
• Arterials
• Aviation
• Neighborhood Streets
• Sidewalks (later)
• Quiet Zones (later)
• Street Lights (later)
• Intersection Improvements (later)
• Parks
• Storm water
• Street Maintenance
• Traffic
• Water
48 G. Schedule Calendar
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revised October 6, 2023
013216-5
CONSTRUCTION PROGRESS SCHEDULE
Page 5 of 10
1 The City's standard calendar for schedule development purposes is based on a 5-day
2 workweek and accounts for the City's nine standard holidays (New Years, Martin
3 Luther King, Memorial, Juneteenth, Independence, Labor, Thanksgiving, day after
4 Thanksgiving, and Christmas). The Contractor will establish a schedule calendar as
5 part of the schedule development process and provide to the Project Control Specialist
6 as part of the basis for their schedule. Variations between the City's calendar and the
7 Contractor's calendar must be resolved prior to the City's acceptance of their Baseline
8 project schedule.
9
10 H. WBS & Milestone Standards for Schedule Development
11 The scope of work to be accomplished by the Contractor is represented in the schedule
12 in the form of a Work Breakdown Structure (WBS). The WBS is the basis for the
13 development of the schedule activities and shall be imbedded and depicted in the
14 schedule.
15
16 The following is a summary of the standards to be followed in preparing and
17 maintaining a schedule for project delivery.
18
19 1. Contractor is required to utilize the City's WBS structure and respective
20 project type template for "Construction" as shown in Section 1.4.1-1 below.
21 Additional activities may be added to Levels 1 - 4 to accommodate the needs
22 of the organization executing the work. Specifically, the Contractor will add
23 activities under WBS XXXXXX.80.83 "Construction Execution" that
24 delineates the activities associated with the various components of the work.
25
26 2. Contractor is required to adhere to the City's Standard Milestones as shown
27 in Section 1.4.1 below. Contractor will include additional milestones
28 representing intermediate deliverables as required to accurately reflect their
29 scope of work.
30
31 I. Schedule Activities
32 Activities are the discrete elements of work that make up the schedule. They will be
33 organized under the umbrella of the WBS. Activity descriptions should adequately
34 describe the activity, and in some cases the extent of the activity. All activities are
35 logically tied with a predecessor and a successor. The only exception to this rule is for
36 "project start" and "project finish" milestones.
37
38 The activity duration is based on the physical amount of work to be performed for the
39 stated activity, with a maximum duration of 20 working days OR a continuous activity
40 in one location. If the work for any one activity exceeds 20 days, break that activity
41 down incrementally to achieve this duration constraint. Any exception to this requires
42 review and acceptance by the City's Project Control Specialist.
43
44 J. Change Orders
45 When a Change Order is issued by the City, the impact is incorporated into the
46 previously accepted baseline schedule as an update, to clearly show impact to the
47 project timeline. The Contractor submits this updated baseline schedule to the City for
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revised October 6, 2023
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
013216-6
CONSTRUCTION PROGRESS SCHEDULE
Page 6 of 10
review and acceptance as described in Section 1.5 below. Updated baseline schedules
adhere to the following:
1. Time extensions associated with approved contract modifications are limited to the
actual amount of time the project activities are anticipated to be delayed, unless
otherwise approved by the Program Manager.
2. The re-baselined schedule is submitted by the Contractor within ten workdays after
the date of receipt of the approved Change Order.
3. The changes in logic or durations approved by the City are used to analyze the impact
of the change and is included in the Change Order. The coding for a new activity(s)
added to the schedule for the Change Order includes the Change Order number in the
Activity ID. Use as many activities as needed to accurately show the work of the
Change Order. Revisions to the baseline schedule are not effective until accepted by
the City.
K. City's Work Breakdown Structure
WBS Code WBS Name
XXXXXX Project Name
XXXXXX.30
Design
XXXXXX.30.10
Design Contractor Agreement
XXXXXX.30.20
Conceptual Design (30%)
XXXXXX30.30
Preliminary Design (60%)
XXXXXX30.40
Final Design
XXXXXX.30.50
Environmental
XXXXXX.30.60
Permits
XXXXXX.30.60.10
Permits - Identification
XXXXXX.30.60.20
Permits - Review/Approve
XXXXXX.40
ROW & Easements
XXXXXX.40.10
ROW Negotiations
XXXXXX.40.20
Condemnation
XXXXXX.70
Utility Relocation
XXXXXX.70.10
Utility Relocation Co-ordination
XXXXXX.80
Construction
XXXXXX.80.81
Bid and Award
XXXXXX.80.83
Construction Execution
XXXXXX.80.85
Inspection
XXXXXX.80.86
Landscaping
XXXXXX.90
Closeout
XXXXXX.90.10
Construction Contract Close-out
XXXXXX.90.40
Design Contract Closure
L. City's Standard Milestones
The following milestone activities (i.e., important events on a project that mark critical
points in time) are of particular interest to the City and must be reflected in the project
schedule for all phases of work.
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revised October 6, 2023
013216-7
CONSTRUCTION PROGRESS SCHEDULE
Page 7 of 10
1
Activity ID
Activity Name
2
Design
3
3020
Award Design Agreement
4
3040
Issue Notice to Proceed - Design Engineer
5
3100
Design Kick-off Meeting
6
3120
Submit Conceptual Plans to Utilities, ROW, Traffic, Parks, Storm Water,
7
Water & Sewer
8
3150
Peer Review Meeting/Design Review meeting (technical)
9
3160
Conduct Design Public Meeting #1 (required)
10
3170
Conceptual Design Complete
11
3220
Submit Preliminary Plans and Specifications to Utilities, ROW, Traffic,
12
Parks, Storm Water, Water & Sewer
13
3250
Conduct Design Public Meeting #2 (required)
14
3260 Preliminary Design Complete
15
3310
Submit Final Design to Utilities, ROW, Traffic, Parks, Storm Water,
16
Water & Sewer
17
3330
Conduct Design Public Meeting #3 (if required)
18
3360
Final Design Complete
19
ROW & Easements
20
4000
Right of Way Start
21
4230
Right of Way Complete
22
Utility Relocation
23
7000
Utilities Start
24
7120
Utilities Cleared/Complete
25
Construction
26
Bid and Award
27
8110
Start Advertisement
28
8150
Conduct Bid Opening
29
8240
Award Construction Contract
30
Construction Execution
31
8330
Conduct Construction Public Meeting #4 Pre -Construction
32
8350
Construction Start
33
8370
Substantial Completion
34
8540
Construction Completion
35
9130
Notice of Completion/Green Sheet
36
9150
Construction Contract Closed
37
9420
Design Contract Closed
38
39 1.4 SUBMITTALS
40 A. Schedule Submittal & Review
41 The City's Project Manager is responsible for reviews and acceptance of the Contractor's
42 schedule. The City's Project Control Specialist is responsible for ensuring alignment of
43 the Contractor's baseline and progress schedules with the Master Project Schedule as
44 support to the City's Project Manager. The City reviews and accepts or rejects the
45 schedule within ten workdays of Contractor's submittal.
46
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revised October 6, 2023
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
013216-8
CONSTRUCTION PROGRESS SCHEDULE
Page 8 of 10
Schedule Format
The Contractor will submit each schedule in two electronic forms, one in native file
format (.xer, .xml, .mpx) and the second in a pdf format, in the City's document
management system in the location dedicated for this purpose and identified by the
Project Manager. In the event the Contractor does not use Primavera P6 or MS
Project for scheduling purposes, the schedule information must be submitted in .xls or
.xlsx format in compliance with the sample layout (See Specification 0132 16.1
Construction Project Schedule Baseline Example), including activity predecessors,
successors and total float.
2. Initial & Baseline Schedule
The Contractor will develop their schedule for their scope of work and submit their
initial schedule in electronic form (in the file formats noted above), in the City's
document management system in the location dedicated for this purpose at least 5
working days prior to Pre Construction Meeting.
The City's Project Manager and Project Control Specialist review this initial schedule
to determine alignment with the City's Master Project Schedule, including format &
WBS structure. Following the City's review, feedback is provided to the Contractor
for their use in finalizing their initial schedule and issuing (within five workdays) their
Baseline Schedule for final review and acceptance by the City.
3. Progress Schedule
The Contractor will update and issue their project schedule (Progress Schedule) by the
last day of each month throughout the life of their work on the project. The Progress
Schedule is submitted in electronic form as noted above, in the City's document
management system in the location dedicated for this purpose.
The City's Project Control team reviews each Progress Schedule for data and
information that support the assessment of the update to the schedule. In the event
data or information is missing or incomplete, the Project Controls Specialist
communicates directly with the Contractor's scheduler for providing same. The
Contractor re -submits the corrected Progress Schedule within S workdays, following
the submittal process noted above. The City's Project Manager and Project Control
Specialist review the Contractor's progress schedule for acceptance and to monitor
performance and progress.
The following list of items are required to ensure proper status information is
contained in the Progress Schedule.
• Baseline Start date
• Baseline Finish Date
• % Complete
• Float
• Activity Logic (dependencies)
• Critical Path
• Activities added or deleted
• Expected Baseline Finish date
• Variance to the Baseline Finish Date
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revised October 6, 2023
013216-9
CONSTRUCTION PROGRESS SCHEDULE
Page 9 of 10
1 B. Monthly Construction Status Report
2 The Contractor submits a written status report (referred to as a progress narrative) at the
3 monthly progress meeting (if monthly meetings are held) or at the end of each month to
4 accompany the Progress Schedule submittal, using the standard format provided in
5 Specification 0132 16.3 Construction Project Schedule Progress Narrative. The content
6 of the Construction Project Schedule Progress Narrative should be concise and complete
7 to include only changes, delays, and anticipated problems.
8
9 C. Submittal Process
10 • Schedules and Monthly Construction Status Reports are submitted in in the City's
11 document management system in the location dedicated for this purpose.
12 • Once the project has been completed and Final Acceptance has been issued by the
13 City, no further progress schedules or construction status reports are required from
14 the Contractor.
15 1.
16 1.5 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
17 1.6 CLOSEOUT SUBMITTALS [NOT USED]
18 1.7 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
19 1.8 QUALITY ASSURANCE
20 A. The person preparing and revising the construction Progress Schedule shall be
21 experienced in the preparation of schedules of similar complexity.
22 B. Schedule and supporting documents addressed in this Specification shall be prepared,
23 updated and revised to accurately reflect the performance of the construction.
24 C. Contractor is responsible for the quality of all submittals in this section meeting the
25 standard of care for the construction industry for similar projects.
26 1.9 DELIVERY, STORAGE, AND HANDLING [NOT USED]
27 1.10 FIELD [SITE] CONDITIONS [NOT USED]
28 1.11 WARRANTY [NOT USED]
29 1.12 ATTACHMENTS
30 Spec 0132 16.1 Construction Project Schedule Baseline Example
31 Spec 0132 16.2 Construction Project Schedule Progress Example
32 Spec 0132 16.3 Construction Project Schedule Progress Narrative
33
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revised October 6, 2023
10
01 32 16 - 10
CONSTRUCTION PROGRESS SCHEDULE
Page 10 of 10
2 PART 2 - PRODUCTS [NOT USED]
3 PART 3 - EXECUTION [NOT USED]
4
5
6
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
8/13/2021 Michael Owen Revised to update specification requirements and eliminate duplicate schedule
specifications.
10/06/2023 Michael Owen Added "Juneteenth" to list of City Holidays under 1.3 G. "Schedule Calendar"
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revised October 6, 2023
013233-1
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. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 — General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Preconstruction Video
1. Produce a preconstruction video of the site/alignment, including all areas in the
vicinity of and to be affected by construction.
a. Provide digital copy of video upon request by the City.
2. Retain a copy of the preconstruction video until the end of the maintenance surety
period.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revised July 1, 2011
01 32 33 - 2
PRECONSTRUCTION VIDEO
PART 3 - EXECUTION [NOT USED]
Page 2 of 2
END OF SECTION
Revision Log
DATE NAME
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised July 1, 2011
SUMMARY OF CHANGE
Water and Sanitary Sewer Replacements Contract 2020 WSM-L
CPN 103362
SECTION 0133 00
SUBMITTALS
PART1- GENERAL
1.1 SUMMARY
A. Section Includes:
013300-1
SUBMITTALS
Pagel of 8
General methods and requirements of submissions applicable to the following
Work -related submittals:
a. Shop Drawings
b. Product Data (including Standard Product List submittals)
c. Samples
d. Mock Ups
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 — General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Coordination
1. Notify the City in writing, at the time of submittal, of any deviations in the
submittals from the requirements of the Contract Documents.
2. Coordination of Submittal Times
a. Prepare, prioritize and transmit each submittal sufficiently in advance of
performing the related Work or other applicable activities, or within the time
specified in the individual Work Sections, of the Specifications.
b. Contractor is responsible such that the installation will not be delayed by
processing times including, but not limited to:
a) Disapproval and resubmittal (if required)
b) Coordination with other submittals
c) Testing
d) Purchasing
e) Fabrication
f) Delivery
g) Similar sequenced activities
c. No extension of time will be authorized because of the Contractor's failure to
transmit submittals sufficiently in advance of the Work.
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revised December 20, 2012
01 33 00 - 2
SUBMITTALS
Page 2 of 8
d. Make submittals promptly in accordance with approved schedule, and in such
sequence as to cause no delay in the Work or in the work of any other
contractor.
B. Submittal Numbering
When submitting shop drawings or samples, utilize a 9-character submittal cross-
reference identification numbering system in the following manner:
a. Use the first 6 digits of the applicable Specification Section Number.
b. For the next 2 digits number use numbers 01-99 to sequentially number each
initial separate item or drawing submitted under each specific Section number.
c. Last use a letter, A-Z, indicating the resubmission of the same drawing (i.e.
A=2nd submission, B=3rd submission, C=4th submission, etc.). A typical
submittal number would be as follows:
1) 03 30 00 is the Specification Section for Concrete
2) 08 is the eighth initial submittal under this Specification Section
3) B is the third submission (second resubmission) of that particular shop
drawing
C. Contractor Certification
Review shop drawings, product data and samples, including those by
subcontractors, prior to submission to determine and verify the following:
a. Field measurements
b. Field construction criteria
c. Catalog numbers and similar data
d. Conformance with the Contract Documents
2. Provide each shop drawing, sample and product data submitted by the Contractor
with a Certification Statement affixed including:
a. The Contractor's Company name
b. Signature of submittal reviewer
c. Certification Statement
1) `By this submittal, I hereby represent that I have determined and verified
field measurements, field construction criteria, materials, dimensions,
catalog numbers and similar data and I have checked and coordinated each
item with other applicable approved shop drawings."
D. Submittal Format
1. Fold shop drawings larger than 8 %2 inches x 11 inches to 8 %2 inches x 11 inches.
2. Bind shop drawings and product data sheets together.
3. Order
a. Cover Sheet
1) Description of Packet
2) Contractor Certification
b. List of items / Table of Contents
c. Product Data /Shop Drawings/Samples /Calculations
E. Submittal Content
1. The date of submission and the dates of any previous submissions
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revised December 20, 2012
01 33 00 - 3
SUBMITTALS
Page 3 of 8
2. The Project title and number
3. Contractor identification
4. The names of:
a. Contractor
b. Supplier
c. Manufacturer
5. Identification of the product, with the Specification Section number, page and
paragraph(s)
6. Field dimensions, clearly identified as such
7. Relation to adjacent or critical features of the Work or materials
8. Applicable standards, such as ASTM or Federal Specification numbers
9. Identification by highlighting of deviations from Contract Documents
10. Identification by highlighting of revisions on resubmittals
11. An 8-inch x 3-inch blank space for Contractor and City stamps
F. Shop Drawings
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 Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revised December 20, 2012
01 33 00 - 4
SUBMITTALS
Page 4 of 8
7) Standard wiring diagrams
8) Printed performance curves and operational -range diagrams
9) Production or quality control inspection and test reports and certifications
10) Mill reports
11) Product operating and maintenance instructions and recommended
spare -parts listing and printed product warranties
12) As applicable to the Work
H. Samples
As specified in individual Sections, include, but are not necessarily limited to:
a. Physical examples of the Work such as:
1) Sections of manufactured or fabricated Work
2) Small cuts or containers of materials
3) Complete units of repetitively used products color/texture/pattern swatches
and range sets
4) Specimens for coordination of visual effect
5) Graphic symbols and units of Work to be used by the City for independent
inspection and testing, as applicable to the Work
I. Do not start Work requiring a shop drawing, sample or product data nor any material to
be fabricated or installed prior to the approval or qualified approval of such item.
1. Fabrication performed, materials purchased or on -site construction accomplished
which does not conform to approved shop drawings and data is at the Contractor's
risk.
2. The City will not be liable for any expense or delay due to corrections or remedies
required to accomplish conformity.
3. Complete project Work, materials, fabrication, and installations in conformance
with approved shop drawings, applicable samples, and product data.
J. Submittal Distribution
Electronic Distribution
a. Confirm development of Project directory for electronic submittals to be
uploaded to City's Buzzsaw site, or another external FTP site approved by the
City.
b. Shop Drawings
1) Upload submittal to designated project directory and notify appropriate
City representatives via email of submittal posting.
2) Hard Copies
a) 3 copies for all submittals
b) If Contractor requires more than 1 hard copy of Shop Drawings
returned, Contractor shall submit more than the number of copies listed
above.
c. Product Data
1) Upload submittal to designated project directory and notify appropriate
City representatives via email of submittal posting.
2) Hard Copies
a) 3 copies for all submittals
d. Samples
1) Distributed to the Project Representative
2. Hard Copy Distribution (if required in lieu of electronic distribution)
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revised December 20, 2012
01 33 00 - 5
SUBMITTALS
Page 5 of 8
a. Shop Drawings
1) Distributed to the City
2) Copies
a) 8 copies for mechanical submittals
b) 7 copies for all other submittals
c) If Contractor requires more than 3 copies of Shop Drawings returned,
Contractor shall submit more than the number of copies listed above.
b. Product Data
1) Distributed to the City
2) Copies
a) 4 copies
c. Samples
1) Distributed to the Project Representative
2) Copies
a) Submit the number stated in the respective Specification Sections.
3. Distribute reproductions of approved shop drawings and copies of approved
product data and samples, where required, to the job site file and elsewhere as
directed by the City.
a. Provide number of copies as directed by the City but not exceeding the number
previously specified.
K. Submittal Review
1. The review of shop drawings, data and samples will be for general conformance
with the design concept and Contract Documents. This is not to be construed as:
a. Permitting any departure from the Contract requirements
b. Relieving the Contractor of responsibility for any errors, including details,
dimensions, and materials
c. Approving departures from details furnished by the City, except as otherwise
provided herein
2. The review and approval of shop drawings, samples or product data by the City
does not relieve the Contractor from his/her responsibility with regard to the
fulfillment of the terms of the Contract.
a. All risks of error and omission are assumed by the Contractor, and the City will
have no responsibility therefore.
3. The Contractor remains responsible for details and accuracy, for coordinating the
Work with all other associated work and trades, for selecting fabrication processes,
for techniques of assembly and for performing Work in a safe manner.
4. If the shop drawings, data or samples as submitted describe variations and show a
departure from the Contract requirements which City finds to be in the interest of
the City and to be so minor as not to involve a change in Contract Price or time for
performance, the City may return the reviewed drawings without noting an
exception.
5. Submittals will be returned to the Contractor under 1 of the following codes:
a. Code I
1) "NO EXCEPTIONS TAKEN' is assigned when there are no notations or
comments on the submittal.
a) When returned under this code the Contractor may release the
equipment and/or material for manufacture.
b. Code 2
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revised December 20, 2012
01 33 00 - 6
SUBMITTALS
Page 6 of 8
1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of
the notations and comments IS NOT required by the Contractor.
a) The Contractor may release the equipment or material for manufacture;
however, all notations and comments must be incorporated into the
final product.
c. Code 3
1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is
assigned when notations and comments are extensive enough to require a
resubmittal of the package.
a) The Contractor may release the equipment or material for manufacture;
however, all notations and comments must be incorporated into the
final product.
b) This resubmittal is to address all comments, omissions and
non -conforming items that were noted.
c) Resubmittal is to be received by the City within 15 Calendar Days of
the date of the City's transmittal requiring the resubmittal.
d. Code 4
1) "NOT APPROVED" is assigned when the submittal does not meet the
intent of the Contract Documents.
a) The Contractor must resubmit the entire package revised to bring the
submittal into conformance.
b) It may be necessary to resubmit using a different manufacturer/vendor
to meet the Contract Documents.
6. Resubmittals
a. Handled in the same manner as first submittals
1) Corrections other than requested by the City
2) Marked with revision triangle or other similar method
a) At Contractor's risk if not marked
b. Submittals for each item will be reviewed no more than twice at the City's
expense.
1) All subsequent reviews will be performed at times convenient to the City
and at the Contractor's expense, based on the City's or City
Representative's then prevailing rates.
2) Provide Contractor reimbursement to the City within 30 Calendar Days for
all such fees invoiced by the City.
c. The need for more than 1 resubmission or any other delay in obtaining City's
review of submittals, will not entitle the Contractor to an extension of Contract
Time.
7. Partial Submittals
a. City reserves the right to not review submittals deemed partial, at the City's
discretion.
b. Submittals deemed by the City to be not complete will be returned to the
Contractor, and will be considered "Not Approved" until resubmitted.
c. The City may at its option provide a list or mark the submittal directing the
Contractor to the areas that are incomplete.
8. If the Contractor considers any correction indicated on the shop drawings to
constitute a change to the Contract Documents, then written notice must be
provided thereof to the City at least 7 Calendar Days prior to release for
manufacture.
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revised December 20, 2012
01 33 00 - 7
SUBMITTALS
Page 7 of 8
9. When the shop drawings have been completed to the satisfaction of the City, the
Contractor may carry out the construction in accordance therewith and no further
changes therein except upon written instructions from the City.
10. Each submittal, appropriately coded, will be returned within 30 Calendar Days
following receipt of submittal by the City.
L. Mock ups
1. Mock Up units as specified in individual Sections, include, but are not necessarily
limited to, complete units of the standard of acceptance for that type of Work to be
used on the Project. Remove at the completion of the Work or when directed.
M. Qualifications
1. If specifically required in other Sections of these Specifications, submit a P.E.
Certification for each item required.
N. Request for Information (RFI)
Contractor Request for additional information
a. Clarification or interpretation of the contract documents
b. When the Contractor believes there is a conflict between Contract Documents
c. When the Contractor believes there is a conflict between the Drawings and
Specifications
1) Identify the conflict and request clarification
2. Use the Request for Information (RFI) form provided by the City.
3. Numbering of RFI
a. Prefix with "RFI" followed by series number, "-xxx", beginning with "01" and
increasing sequentially with each additional transmittal.
4. Sufficient information shall be attached to permit a written response without further
information.
5. The City will log each request and will review the request.
a. If review of the project information request indicates that a change to the
Contract Documents is required, the City will issue a Field Order or Change
Order, as appropriate.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revised December 20, 2012
013300-8
SUBMITTALS
Page 8 of 8
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
12/20/2012 D. Johnson 1.4.K.8. Working Days modified to Calendar Days
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revised December 20, 2012
0135 13 -1
SPECIAL PROJECT PROCEDURES
Page 1 of 8
1 SECTION 0135 13
2 SPECIAL PROJECT PROCEDURES
3 PART1- GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
6 1. The procedures for special project circumstances that includes, but is not limited to:
7 a. Coordination with the Texas Department of Transportation
8 b. Work near High Voltage Lines
9 c. Confined Space Entry Program
10 d. Use of Explosives, Drop Weight, Etc.
11 e. Water Department Notification
12 f. Public Notification Prior to Beginning Construction
13 g. Coordination with United States Army Corps of Engineers
14 h. Coordination within Railroad permits areas
15 i. Dust Control
16 j. Employee Parking
17 B. Deviations from this City of Fort Worth Standard Specification
18 1. None.
19 C. Related Specification Sections include, but are not necessarily limited to:
20 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
21 2. Division 1 — General Requirements
22 3. Section 33 12 25 — Connection to Existing Water Mains
23 1.2 PRICE AND PAYMENT PROCEDURES
24 A. Measurement and Payment
25 1. Coordination within Railroad permit areas
26 a. Measurement
27 1) Measurement for this Item will be by lump sum.
28 b. Payment
29 1) The work performed and materials furnished in accordance with this Item
30 will be paid for at the lump sum price bid for Railroad Coordination.
31 c. The price bid shall include:
32 1) Mobilization
33 2) Inspection
34 3) Safety training
35 4) Additional Insurance
36 5) Insurance Certificates
37 6) Other requirements associated with general coordination with Railroad,
38 including additional employees required to protect the right-of-way and
39 property of the Railroad from damage arising out of and/or from the
40 construction of the Project.
41 2. Railroad Flagmen
42 a. Measurement
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revised March 11, 2022
0135 13 -2
SPECIAL PROJECT PROCEDURES
Page 2 of 8
1 1) Measurement for this Item will be per working day.
2 b. Payment
3 1) The work performed and materials furnished in accordance with this Item
4 will be paid for each working day that Railroad Flagmen are present at the
5 Site.
6 c. The price bid shall include:
7 1) Coordination for scheduling flagmen
8 2) Flagmen
9 3) Other requirements associated with Railroad
10 3. All other items
11 a. Work associated with these Items is considered subsidiary to the various Items
12 bid. No separate payment will be allowed for this Item.
13 1.3 REFERENCES
14 A. Reference Standards
15 1. Reference standards cited in this Specification refer to the current reference
16 standard published at the time of the latest revision date logged at the end of this
17 Specification, unless a date is specifically cited.
18 2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752.
19 High Voltage Overhead Lines.
20 1.4 ADMINISTRATIVE REQUIREMENTS
21 A. Coordination with the Texas Department of Transportation
22 1. When work in the right-of-way which is under the jurisdiction of the Texas
23 Department of Transportation (TxDOT):
24 a. Notify the Texas Department of Transportation prior to commencing any work
25 therein in accordance with the provisions of the permit
26 b. All work performed in the TxDOT right-of-way shall be performed in
27 compliance with and subject to approval from the Texas Department of
28 Transportation
29 B. Work near High Voltage Lines
30 1. Regulatory Requirements
31 a. All Work near High Voltage Lines (more than 600 volts measured between
32 conductors or between a conductor and the ground) shall be in accordance with
33 Health and Safety Code, Title 9, Subtitle A, Chapter 752.
34 2. Warning sign
35 a. Provide sign of sufficient size meeting all OSHA requirements.
36 3. Equipment operating within 10 feet of high voltage lines will require the following
37 safety features
38 a. Insulating cage -type of guard about the boom or arm
39 b. Insulator links on the lift hook connections for back hoes or dippers
40 c. Equipment must meet the safety requirements as set forth by OSHA and the
41 safety requirements of the owner of the high voltage lines
42 4. Work within 6 feet of high voltage electric lines
43 a. Notification shall be given to:
44 1) The power company (example: ONCOR)
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revised March 11, 2022
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
0135 13 -3
SPECIAL PROJECT PROCEDURES
Page 3 of 8
a) Maintain an accurate log of all such calls to power company and record
action taken in each case.
b. Coordination with power company
1) After notification coordinate with the power company to:
a) Erect temporary mechanical barriers, de -energize the lines, or raise or
lower the lines
c. No personnel may work within 6 feet of a high voltage line before the above
requirements have been met.
C. Confined Space Entry Program
1. Provide and follow approved Confined Space Entry Program in accordance with
OSHA requirements.
2. Confined Spaces include:
a. Manholes
b. All other confined spaces in accordance with OSHA's Permit Required for
Confined Spaces
D. TCEQ Air Permit
1. Obtain TCEQ Air Permit for construction activities per requirements of TCEQ.
E. Use of Explosives, Drop Weight, Etc.
1. When Contract Documents permit on the project the following will apply:
a. Public Notification
1) Submit notice to City and proof of adequate insurance coverage, 24 hours
prior to commencing.
2) Minimum 24 hour public notification in accordance with Section 0131 13
F. Water Department Coordination
1. During the construction of this project, it will be necessary to deactivate, for a
period of time, existing lines. The Contractor shall be required to coordinate with
the Water Department to determine the best times for deactivating and activating
those lines.
2. Coordinate any event that will require connecting to or the operation of an existing
City water line system with the City's representative.
a. Coordination shall be in accordance with Section 33 12 25.
b. If needed, obtain a hydrant water meter from the Water Department for use
during the life of named project.
c. In the event that a water valve on an existing live system be turned off and on
to accommodate the construction of the project is required, coordinate this
activity through the appropriate City representative.
1) Do not operate water line valves of existing water system.
a) Failure to comply will render the Contractor in violation of Texas Penal
Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor
will be prosecuted to the full extent of the law.
b) In addition, the Contractor will assume all liabilities and
responsibilities as a result of these actions.
43 G. Public Notification Prior to Beginning Construction
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revised March 11, 2022
0135 13 -4
SPECIAL PROJECT PROCEDURES
Page 4 of 8
1 1. Prior to beginning construction on any block in the project, on a block by block
2 basis, prepare and deliver a notice or flyer of the pending construction to the front
3 door of each residence or business that will be impacted by construction. The notice
4 shall be prepared as follows:
5 a. Post notice or flyer and City of Fort Worth Door Hangers, 7 days prior to
6 beginning any construction activity on each block in the project area.
7 1) Prepare flyer on the Contractor's letterhead and include the following
8 information:
9 a) Name of Project
10 b) City Project No (CPN)
11 c) Scope of Project (i.e. type of construction activity)
12 d) Actual construction duration within the block
13 e) Name of the contractor's foreman and phone number
14 f) Name of the City's inspector and phone number
15 g) City's after-hours phone number
16 2) A sample of the `pre -construction notification' flyer is attached as Exhibit
17 A.
18 3) City of Fort Worth Door Hangers will be provided to the Contractor for
19 distribution with their notice.
20 4) Submit schedule showing the construction start and finish time for each
21 block of the project to the inspector.
22 5) Deliver flyer to the City Inspector for review prior to distribution.
23 b. No construction will be allowed to begin on any block until the flyer and door
24 hangers are delivered to all residents of the block.
25 H. Public Notification of Temporary Water Service Interruption during Construction
26 1. In the event it becomes necessary to temporarily shut down water service to
27 residents or businesses during construction, prepare and deliver a notice or flyer of
28 the pending interruption to the front door of each affected resident.
29 2. Prepared notice as follows:
30 a. The notification or flyer shall be posted 24 hours prior to the temporary
31 interruption.
32 b. Prepare flyer on the contractor's letterhead and include the following
33 information:
34 1) Name of the project
35 2) City Project Number
36 3) Date of the interruption of service
37 4) Period the interruption will take place
38 5) Name of the contractor's foreman and phone number
39 6) Name of the City's inspector and phone number
40 c. A sample of the temporary water service interruption notification is attached as
41 Exhibit B.
42 d. Deliver a copy of the temporary interruption notification to the City inspector
43 for review prior to being distributed.
44 e. No interruption of water service can occur until the flyer has been delivered to
45 all affected residents and businesses.
46 £ Electronic versions of the sample flyers can be obtained from the Project
47 Construction Inspector.
48 I. Coordination with United States Army Corps of Engineers (USACE)
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revised March 11, 2022
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
0135 13 -5
SPECIAL PROJECT PROCEDURES
Page 5 of 8
1. At locations in the Project where construction activities occur in areas where
USACE permits are required, meet all requirements set forth in each designated
permit.
J. Coordination within Railroad Permit Areas
1. At locations in the project where construction activities occur in areas where
railroad permits are required, meet all requirements set forth in each designated
railroad permit. This includes, but is not limited to, provisions for:
a. Flagmen
b. Inspectors
c. Safety training
d. Additional insurance
e. Insurance certificates
f. Other employees required to protect the right-of-way and property of the
Railroad Company from damage arising out of and/or from the construction of
the project. Proper utility clearance procedures shall be used in accordance
with the permit guidelines.
2. Obtain any supplemental information needed to comply with the railroad's
requirements.
3. Railroad Flagmen
a. Submit receipts to City for verification of working days that railroad flagmen
were present on Site.
K. Dust Control
1. Use acceptable measures to control dust at the Site.
a. If water is used to control dust, capture and properly dispose of waste water.
b. If wet saw cutting is performed, capture and properly dispose of slurry.
L. Employee Parking
1. Provide parking for employees at locations approved by the City.
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revised March 11, 2022
013513-6
SPECIAL PROJECT PROCEDURES
Page 6 of 8
1 1.5
SUBMITTALS [NOT USED]
2 1.6
ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED]
3 1.7
CLOSEOUT SUBMITTALS [NOT USED]
4 1.8
MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
5 1.9
QUALITY ASSURANCE [NOT USED]
6 1.10
DELIVERY, STORAGE, AND HANDLING [NOT USED]
7 1.11
FIELD [SITE] CONDITIONS [NOT USED]
8 1.12
WARRANTY [NOT USED]
9 PART 2 - PRODUCTS [NOT USED]
10 PART 3 - EXECUTION [NOT USED]
11
12
DATE NAME
8/31/2012 D. Johnson
13
3/11/2022 M Owen
III\I 1X17 W3I[t] I IQ I
Revision Log
SUMMARY OF CHANGE
1.4.13— Added requirement of compliance with Health and Safety Code, Title 9.
Safety, Subtitle A. Public Safety, Chapter 752. High Voltage Overhead Lines.
1.4.E — Added Contractor responsibility for obtaining a TCEQ Air Permit
Remove references to Air Pollution watch Days and NCTCOG Clean construction
Specification requirements. Clarify need for Door Hangers under in addition to
contractor notification of public.
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revised March 11, 2022
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
0135 13 -7
SPECIAL PROJECT PROCEDURES
Page 7 of 8
EXHIBIT A
(To be printed on Contractor's Letterhead)
Date:
CPN No.:
Project Name:
Mapsco Location:
Limits of Construction:
THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT
WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR
PROPERTY.
CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE
OF THIS NOTICE.
IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER
ISSUE, PLEASE CALL:
Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.>
OR
Mr. <CITY INSPECTOR> AT < TELEPHONE NO.>
AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306
PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revised March 11, 2022
1
2
3
4
Date:
EXHIBIT B
FORT WORTH:
DOE NO. xxxx
Project Name:
0135 13 -8
SPECIAL PROJECT PROCEDURES
Page 8 of 8
NOTICE OF TEMPORARY WATER SERVICE
INTERRUPTION
DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR
WATER SERVICE WILL BE INTERRUPTED ON
BETWEEN THE HOURS OF AND
IF YOU HAVE QUESTIONS ABOUT THIS SHUT -OUT, PLEASE CALL:
MR. AT
(CONTRACTORS SUPERINTENDENT) (TELEPHONE NUMBER)
OR
MR. AT
(CITY INSPECTOR) (TELEPHONE NUMBER)
THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE.
THANK YOU,
,CONTRACTOR
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revised March 11, 2022
01 45 23
TESTING AND INSPECTION SERVICES
Page 1 of 2
SECTION 0145 23
TESTING AND INSPECTION SERVICES
PART1- GENERAL
1.1 SUMMARY
A. Section Includes:
1. Testing and inspection services procedures and coordination
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 — General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
Work associated with this Item is considered subsidiary to the various Items bid.
No separate payment will be allowed for this Item.
a. Contractor is responsible for performing, coordinating, and payment of all
Quality Control testing.
b. City is responsible for performing and payment for first set of Quality
Assurance testing.
1) If the first Quality Assurance test performed by the City fails, the
Contractor is responsible for payment of subsequent Quality Assurance
testing until a passing test occurs.
a) Final acceptance will not be issued by City until all required payments
for testing by Contractor have been paid in full.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Testing
1. Complete testing in accordance with the Contract Documents.
2. Coordination
a. When testing is required to be performed by the City, notify City, sufficiently
in advance, when testing is needed.
b. When testing is required to be completed by the Contractor, notify City,
sufficiently in advance, that testing will be performed.
3. Distribution of Testing Reports
a. Electronic Distribution
1) Confirm development of Project directory for electronic submittals to be
uploaded to the City's document management system, or another external
FTP site approved by the City.
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revised March 9, 2020
01 45 23
TESTING AND INSPECTION SERVICES
Page 2 of 2
2) Upload test reports to designated project directory and notify appropriate
City representatives via email of submittal posting.
3) Hard Copies
a) 1 copy for all submittals submitted to the Project Representative
b. Hard Copy Distribution (if required in lieu of electronic distribution)
1) Tests performed by City
a) Distribute 1 hard copy to the Contractor
2) Tests performed by the Contractor
a) Distribute 3 hard copies to City's Project Representative
4. Provide City's Project Representative with trip tickets for each delivered load of
Concrete or Lime material including the following information:
a. Name of pit
b. Date of delivery
c. Material delivered
B. Inspection
1. Inspection or lack of inspection does not relieve the Contractor from obligation to
perform work in accordance with the Contract Documents.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
3/9/2020 D.V. Magaiia Removed reference to Buzzsaw and noted that electronic submittals be uploaded
through the City's document management system.
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revised March 9, 2020
015000-1
TEMPORARY FACILITIES AND CONTROLS
Page 1 of 4
SECTION 0150 00
TEMPORARY FACILITIES AND CONTROLS
PART1- GENERAL
1.1 SUMMARY
A. Section Includes:
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
Work associated with this Item is considered subsidiary to the various Items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Temporary Utilities
1. Obtaining Temporary Service
a. Make arrangements with utility service companies for temporary services.
b. Abide by rules and regulations of utility service companies or authorities
having jurisdiction.
c. Be responsible for utility service costs until Work is approved for Final
Acceptance.
1) Included are fuel, power, light, heat and other utility services necessary for
execution, completion, testing and initial operation of Work.
2. Water
a. Contractor to provide water required for and in connection with Work to be
performed and for specified tests of piping, equipment, devices or other use as
required for the completion of the Work.
b. Provide and maintain adequate supply of potable water for domestic
consumption by Contractor personnel and City's Project Representatives.
c. Coordination
1) Contact City 1 week before water for construction is desired
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revised July 1, 2011
01 50 00 - 2
TEMPORARY FACILITIES AND CONTROLS
Page 2 of 4
d. Contractor Payment for Construction Water
1) Obtain construction water meter from City for payment as billed by City's
established rates.
3. Electricity and Lighting
a. Provide and pay for electric powered service as required for Work, including
testing of Work.
1) Provide power for lighting, operation of equipment, or other use.
b. Electric power service includes temporary power service or generator to
maintain operations during scheduled shutdown.
4. Telephone
a. Provide emergency telephone service at Site for use by Contractor personnel
and others performing work or furnishing services at Site.
5. Temporary Heat and Ventilation
a. Provide temporary heat as necessary for protection or completion of Work.
b. Provide temporary heat and ventilation to assure safe working conditions.
B. Sanitary Facilities
1. Provide and maintain sanitary facilities for persons on Site.
a. Comply with regulations of State and local departments of health.
2. Enforce use of sanitary facilities by construction personnel at job site.
a. Enclose and anchor sanitary facilities.
b. No discharge will be allowed from these facilities.
c. Collect and store sewage and waste so as not to cause nuisance or health
problem.
d. Haul sewage and waste off -site at no less than weekly intervals and properly
dispose in accordance with applicable regulation.
3. Locate facilities near Work Site and keep clean and maintained throughout Project.
4. Remove facilities at completion of Project
C. Storage Sheds and Buildings
1. Provide adequately ventilated, watertight, weatherproof storage facilities with floor
above ground level for materials and equipment susceptible to weather damage.
2. Storage of materials not susceptible to weather damage may be on blocks off
ground.
3. Store materials in a neat and orderly manner.
a. Place materials and equipment to permit easy access for identification,
inspection and inventory.
4. Equip building with lockable doors and lighting, and provide electrical service for
equipment space heaters and heating or ventilation as necessary to provide storage
environments acceptable to specified manufacturers.
5. Fill and grade site for temporary structures to provide drainage away from
temporary and existing buildings.
6. Remove building from site prior to Final Acceptance.
D. Temporary Fencing
Provide and maintain for the duration or construction when required in contract
documents
E. Dust Control
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revised July 1, 2011
01 50 00 - 3
TEMPORARY FACILITIES AND CONTROLS
Page 3 of 4
1. Contractor is responsible for maintaining dust control through the duration of the
project.
a. Contractor remains on -call at all times
b. Must respond in a timely manner
F. Temporary Protection of Construction
1. Contractor or subcontractors are responsible for protecting Work from damage due
to weather.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
3.1 INSTALLERS [NOT USED]
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 INSTALLATION
A. Temporary Facilities
1. Maintain all temporary facilities for duration of construction activities as needed.
3.5 [REPAIR] / [RESTORATION]
3.6 RE -INSTALLATION
3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED]
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.10 CLEANING [NOT USED]
3.11 CLOSEOUT ACTIVITIES
A. Temporary Facilities
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revised July 1, 2011
01 50 00 - 4
TEMPORARY FACILITIES AND CONTROLS
Page 4 of 4
1. Remove all temporary facilities and restore area after completion of the Work, to a
condition equal to or better than prior to start of Work.
3.12 PROTECTION [NOT USED]
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
END OF SECTION
Revision Log
DATE NAME
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised July 1, 2011
SUMMARY OF CHANGE
Water and Sanitary Sewer Replacements Contract 2020 WSM-L
CPN 103362
01 55 26 -1
STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL
Page 1 of 3
1 SECTION 0155 26
2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL
3 PART 1 - GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
6 1. Administrative procedures for:
7 a. Street Use Permit
8 b. Modification of approved traffic control
9 c. Removal of Street Signs
10 B. Deviations from this City of Fort Worth Standard Specification
11 1. None.
12 C. Related Specification Sections include, but are not necessarily limited to:
13 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
14 2. Division 1— General Requirements
15 3. Section 34 71 13 — Traffic Control
16 1.2 PRICE AND PAYMENT PROCEDURES
17 A. Measurement and Payment
18 1. Work associated with this Item is considered subsidiary to the various Items bid.
19 No separate payment will be allowed for this Item.
20 1.3 REFERENCES
21 A. Reference Standards
22 1. Reference standards cited in this specification refer to the current reference standard
23 published at the time of the latest revision date logged at the end of this
24 spec ific ation, unles s a date is spec ific ally c ited.
25 2. Texas Manual on Uniform Traffic Control Devices (TMUTCD).
26 1.4 ADMINISTRATIVE REQUIREMENTS
27 A. Traffic Control
28 1. General
29 a. Contractor shall minimize lane closures and impact to vehicular/pedestrian
30 traffic.
31 b. When traffic control plans are included in the Drawings, provide Traffic
32 Control in accordance with Drawings and Section 34 71 13.
33 c. When traffic control plans are not included in the Drawings, prepare traffic
34 controlplans in accordance with Section 34 71 13 and submit to City for
35 review.
36 1) Allow minimum 10 working days for review of proposed Traffic Control.
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revised March 22, 2021
01 55 26 - 2
STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL
Page 2of3
1 2) A traffic control "Typical" published by City of Fort Worth, the Texas
2 Manual Unified Traffic Control Devices (TMUTCD) or Texas Department
3 of Transportation (TxDOT) can be used as an alternative to preparing
4 project/site specific traffic control plan if the typical is applicable to the
5 specific project/site.
6 B. Street Use Permit
7 1. Prior to installation of Traffic Control, a City Street Use Permit is required.
8 a. To obtain Street Use Permit, submit Traffic Control Plans to City
9 Transportation and Public Works Department.
10 1) Allow a minimum of 5 working days for permit review.
11 2) It is the Contractor's responsibility to coordinate review of Traffic Control
12 plans for Street Use Permit, such that construction is not delayed.
13 C. Modification to Approved Traffic Control
14 1. Prior to installation traffic control:
15 a. Submit revised traffic control plans to City Department Transportation and
16 Public Works Department.
17 1) Revise Traffic Controlplans in accordance with Section 34 71 13.
18 2) Allow minimum 5 working days for review of revised Traffic Control.
19 3) It is the Contractor's responsibility to coordinate review of Traffic Control
20 plans for Street Use Permit, such that construction is not delayed.
21 D. Removal of Street Sign
22 1. If it is determined that a street sign must be removed for construction, then contact
23 City Transportation and Public Works Department, Signs and Markings Division to
24 remove the sign.
25 E. Temporary Signage
26 1. In the case of regulatory signs, replace permanent sign with temporary sign meeting
27 requirements of the latest edition of the Texas Manual on Uniform Traffic Control
28 Devices (MUTCD).
29 2. Install temporary sign before the removal of permanent sign.
30 3. When construction is complete, to the extent that the permanent sign can be
31 reinstalled, contact the City Transportation and Public Works Department, Signs
32 and Markings Division, to reinstall the permanent sign.
33 F. Traffic Control Standards
34 1. Traffic Control Standards can be found on the City's web site.
35 1.5 SUBMITTALS [NOT USED]
36 A. Submit all required documentation to City's Project Representative.
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revised March 22, 2021
1
2
3
4
5
6
7
8
01 55 26 - 3
STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL
Page 3 of 3
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]
9 PART 3 - EXECUTION [NOT USED]
10
11
12
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
1.4 A. Added language to emphasize minimizing of lane closures and impact to
traffic.
1.4 A. 1. c. Added language to allow for use of published traffic control "Typicals" if
3/22/2021 M Owen applicable to specific project/site.
1.4 F. 1) Removed reference to Buzzsaw
1.5 Added language re: submittal of permit
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revised March 22, 2021
015713-1
STORM WATER POLLUTION PREVENTION
Page 1 of 3
SECTION 0157 13
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.
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revised July 1, 2011
01 57 13 - 2
STORM WATER POLLUTION PREVENTION
Page 2 of 3
B. Construction Activities resulting in:
1. Less than 1 acre of disturbance
a. Provide erosion and sediment control in accordance with Section 3125 00 and
Drawings.
2. 1 to less than 5 acres of disturbance
a. Texas Pollutant Discharge Elimination System (TPDES) General Construction
Permit is required
b. Complete SWPPP in accordance with TCEQ requirements
1) TCEQ Small Construction Site Notice Required under general permit
TXR150000
a) Sign and post at job site
b) Prior to Preconstruction Meeting, send 1 copy to City Department of
Transportation and Public Works, Environmental Division, (817) 392-
6088.
2) Provide erosion and sediment control in accordance with:
a) Section 3125 00
b) The Drawings
c) TXR150000 General Permit
d) SWPPP
e) TCEQ requirements
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 Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revised July 1, 2011
0157 13 -3
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 SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised July 1, 2011
SUMMARY OF CHANGE
Water and Sanitary Sewer Replacements Contract 2020 WSM-L
CPN 103362
SECTION 0158 13
TEMPORARY PROJECT SIGNAGE
PART1- GENERAL
1.1 SUMMARY
015813-1
TEMPORARY PROJECT SIGNAGE
Page 1 of 3
A. Section Includes:
1. Temporary Project Signage Requirements
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 — General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various Items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART2- PRODUCTS
2.1 OWNER -FURNISHED [oR] OWNER-SUPPLIEDPRODUCTS [NOT USED]
2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS
A. Design Criteria
1. Provide free standing Project Designation Sign in accordance with City's Standard
Details for project signs.
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revised July 1, 2011
01 58 13 - 2
TEMPORARY PROJECT SIGNAGE
Page 2 of 3
B. Materials
1. Sign
a. Constructed of 3/4-inch fir plywood, grade A-C (exterior) or better
2.3 ACCESSORIES [NOT USED]
2.4 SOURCE QUALITY CONTROL [NOT USED]
PART 3 - EXECUTION
3.1 INSTALLERS [NOT USED]
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 INSTALLATION
A. General
1. Provide vertical installation at extents of project.
2. Relocate sign as needed, upon request of the City.
B. Mounting options
a. Skids
b. Posts
c. Barricade
3.5 REPAIR / RESTORATION [NOT USED]
3.6 RE -INSTALLATION [NOT USED]
3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED]
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.10 CLEANING [NOT USED]
3.11 CLOSEOUT ACTIVITIES [NOT USED]
3.12 PROTECTION [NOT USED]
3.13 MAINTENANCE
A. General
1. Maintenance will include painting and repairs as needed or directed by the City.
3.14 ATTACHMENTS [NOT USED]
END OF SECTION
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revised July 1, 2011
0158 13 -3
TEMPORARY PROJECT SIGNAGE
Revision Log
DATE NAME SUMMARY OF CHANGE
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised July 1, 2011
Page 3 of 3
Water and Sanitary Sewer Replacements Contract 2020 WSM-L
CPN 103362
SECTION 0160 00
PRODUCT REQUIREMENTS
PART1- GENERAL
1.1 SUMMARY
A. Section Includes:
01 60 00
PRODUCT REQUIREMENTS
Page 1 of 2
1. References for Product Requirements and City Standard Products List
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 — General Requirements
1.2 PRICE AND PAYMENT PROCEDURES [NOT USED]
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. A list of City approved products for use is available through the City's website at:
https:Happs.fortworthtexas.gov/ProjectResources/ and following the directory path;
02 - Construction Documents/Standard Products List
B. Only products specifically included on City's Standard Product List in these Contract
Documents shall be allowed for use on the Project.
1. Any subsequently approved products will only be allowed for use upon specific
approval by the City.
C. Any specific product requirements in the Contract Documents supersede similar
products included on the City's Standard Product List.
1. The City reserves the right to not allow products to be used for certain projects even
though the product is listed on the City's Standard Product List.
D. Although a specific product is included on City's Standard Product List, not all
products from that manufacturer are approved for use, including but not limited to, that
manufacturer's standard product.
E. See Section 0133 00 for submittal requirements of Product Data included on City's
Standard Product List.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revised March 9, 2020
01 60 00
PRODUCT REQUIREMENTS
Page 2 of 2
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
10/12/12 D. Johnson Modified Location of City's Standard Product List
3/9/2020 D.V. Magaiia Removed reference to Buzzsaw and noted that the City approved products list is
accessible through the City's website.
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revised March 9, 2020
01 70 00 - 1
MOBILIZATION AND REMOBILIZATION
Page 1 of 4
1 SECTION 0170 00
2 MOBILIZATION AND REMOBILIZATION
3 PART1- GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
6 1. Mobilization and Demobilization
7 a. Mobilization
8 1) Transportation of Contractor's personnel, equipment, and operating supplies
9 to the Site
10 2) Establishment of necessary general facilities for the Contractor's operation
11 at the Site
12 3) Premiums paid for performance and payment bonds
13 4) Transportation of Contractor's personnel, equipment, and operating supplies
14 to another location within the designated Site
15 5) Relocation of necessary general facilities for the Contractor's operation
16 from 1 location to another location on the Site.
17 b. Demobilization
18 1) Transportation of Contractor's personnel, equipment, and operating supplies
19 away from the Site including disassembly
20 2) Site Clean-up
21 3) Removal of all buildings and/or other facilities assembled at the Site for this
22 Contract
23 c. Mobilization and Demobilization do not include activities for specific items of
24 work that are for which payment is provided elsewhere in the contract.
25 2. Remobilization
26 a. Remobilization for Suspension of Work specifically required in the Contract
27 Documents or as required by City includes:
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revised November 22, 2016
01 70 00 - 2
MOBILIZATION AND REMOBILIZATION
Page 2 of 4
1
1) Demobilization
2
a) Transportation of Contractor's personnel, equipment, and operating
3
supplies from the Site including disassembly or temporarily securing
4
equipment, supplies, and other facilities as designated by the Contract
5
Documents necessary to suspend the Work.
6
b) Site Clean-up as designated in the Contract Documents
7
2) Remobilization
8
a) Transportation of Contractor's personnel, equipment, and operating
9
supplies to the Site necessary to resume the Work.
10
b) Establishment of necessary general facilities for the Contractor's
11
operation at the Site necessary to resume the Work.
12
3) No Payments will be made for:
13 a) Mobilization and Demobilization from one location to another on the
14 Site in the normal progress of performing the Work.
15 b) Stand-by or idle time
16 c) Lost profits
17 3. Mobilizations and Demobilization for Miscellaneous Projects
18 a. Mobilization and Demobilization
19 1) Mobilization shall consist of the activities and cost on a Work Order basis
20 necessary for:
21 a) Transportation of Contractor's personnel, equipment, and operating
22 supplies to the Site for the issued Work Order.
23
b) Establishment of necessary general facilities for the Contractor's
24
operation at the Site for the issued Work Order
25
2) Demobilization shall consist of the activities and cost necessary for:
26
a) Transportation of Contractor's personnel, equipment, and operating
27
supplies from the Site including disassembly for each issued Work
28
Order
29
b) Site Clean-up for each issued Work Order
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revised November 22, 2016
01 70 00 - 3
MOBILIZATION AND REMOBILIZATION
Page 3 of 4
1 c) Removal of all buildings or other facilities assembled at the Site for
2 each Work Oder
3 b. Mobilization and Demobilization do not include activities for specific items of
4 work for which payment is provided elsewhere in the contract.
5 4. Emergency Mobilizations and Demobilization for Miscellaneous Projects
6 a. A Mobilization for Miscellaneous Projects when directed by the City and the
7 mobilization occurs within 24 hours of the issuance of the Work Order.
8 B. Deviations from this City of Fort Worth Standard Specification
9 1. None.
10 C. Related Specification Sections include, but are not necessarily limited to:
11 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
12 2. Division 1 — General Requirements
13 1.2 PRICE AND PAYMENT PROCEDURES
14 A. Measurement and Payment [Consult City Department/Division for direction on if
15 Mobilization pay item to be included or the item should be subsidiary. Include the
16 appropriate Section 1.2 A. 1.]
17 1. Mobilization and Demobilization
18 a. Measure
19 1) This Item is considered subsidiary to the various Items bid.
20 b. Payment
21 1) The work performed and materials furnished in accordance with this Item
22 are subsidiary to the various Items bid and no other compensation will be
23 allowed.
24 1.3 REFERENCES [NOT USED]
25 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
26 1.5 SUBMITTALS [NOT USED]
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revised November 22, 2016
01 70 00 - 4
MOBILIZATION AND REMOBILIZATION
Page 4 of 4
1 1.6 INFORMATIONAL SUBMITTALS [NOT USED]
2 1.7 CLOSEOUT SUBMITTALS [NOT USED]
3 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
4 1.9 QUALITY ASSURANCE [NOT USED]
5 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
6 1.11 FIELD [SITE] CONDITIONS [NOT USED]
7 1.12 WARRANTY [NOT USED]
8 PART 2 - PRODUCTS [NOT USED]
9 PART 3 - EXECUTION [NOT USED]
10
11
12
111\I ZI] W3 BES] 1 [17►1
Revision Log
DATE NAME SUMMARY OF CHANGE
11/22/16 Michael Owen 1.2 Price and Payment Procedures - Revised specification, including blue text, to
make specification flexible for either subsidiary or paid bid item for Mobilization.
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revised November 22, 2016
FORT WORTH,
Section 01 71 23.01 - Attachment A
Survey Staking Standards
February 2017
0:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71
23.16.01_Attachment A_Survey Staking Standards.docx
Page 1 of 22
Water and Sanitary Sewer Replacements Contract 2020 WSM-L
CPN 103362
These procedures are intended to provide a standard method for construction staking services
associated with the City of Fort Worth projects. These are not to be considered all inclusive, but only as
a general guideline. For projects on TXDOT right-of-way or through joint TXDOT participation,
adherence to the TXDOT Survey Manual shall be followed and if a discrepancy arises, the TXDOT
manual shall prevail. (http://onlinemanuals.txdot.gov/txdotmanuals/ess/ess.Ddf)
If you have a unique circumstance, please consult with the project manager, inspector, or survey
department at 817-392-7925.
Table of Contents
I. City of Fort Worth Contact Information
II. Construction Colors
III. Standard Staking Supplies
IV. Survey Equipment, Control, and Datum Standards
V. Water Staking
VI.
Sanitary Sewer Staking
VI I.
Storm Staking
VIII.
Curb and Gutter Staking
IX.
Cut Sheets
X.
As -built Survey
O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71
23.16.01_Attachment A_Survey Staking Standards.docx
Page 2 of 22
Water and Sanitary Sewer Replacements Contract 2020 WSM-L
CPN 103362
I. Survey Department Contact Information
Physical and mailing address:
8851 Camp Bowie West Boulevard
Suite 300
Fort Worth, Texas 76116
Office: (817) 392-7925
Survey Superintendent, direct line: (817) 392-8971
II. Construction Colors
The following colors shall be used for staking or identifying features in the field. This
includes flagging, paint of laths/stakes, paint of hubs, and any identification such as pin flags
if necessary.
Utility
Color
PROPOSED EXCAVATION
WHITE
ALL ELECTRIC AND CONDUITS
POTABLE WATER
GAS OR OIL
YELLOW
TELEPHONE/FIBER OPTIC
ORANGE
SURVEY CONTROL POINTS, BENCHMARKS,
PROPERTY CORNERS, RIGHT-OF-WAYS, AND
PINK
ALL PAVING INCLUDING CURB, SIDEWALK, BUILDING CORNERS
SANITARY SEWER
6NUMA
IRRIGATION AND RECLAIMED WATER
III. Standard Staking Supplies
Item
Minimum size
Lath/Stake
36" tall
Wooden Hub (2"x2" min. square preferred)
6" tall
Pin Flags (2.5" x 3.5" preferred)
21" long
Guard Stakes
Not required
PK or Mag nails
1" long
Iron Rods (1/2" or greater diameter)
18" long
Survey Marking Paint
Water -based
Flagging
1" wide
Marking Whiskers (feathers)
6" long
Tacks (for marking hubs)
3/4" long
0:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71
23.16.01_Attachment A_Survey Staking Standards.docx
Page 3 of 22
Water and Sanitary Sewer Replacements Contract 2020 WSM-L
CPN 103362
IV. Survev Equipment, Control, and Datum Standards
A. City Benchmarks
All city benchmarks can be found here: httr)://fortworthtexas.eov/itsolutions/GIS/
Look for 'Zoning Maps'. Under 'Layers' , expand 'Basemap Layers', and check on
'Benchmarks'.
B. Conventional or Robotic Total Station Equipment
I. A minimum of a 10 arc -second instrument is required.
II. A copy of the latest calibration report may be requested by the City at any time.
It is recommended that an instrument be calibrated by certified technician at
least 1 occurrence every 6 months.
C. Network/V.R.S. and static GPS Equipment
I. It is critical that the surveyor verify the correct horizontal and vertical datum
prior commencing work. A site calibration may be required and shall consist of
at least 4 control points spaced evenly apart and in varying quadrants.
Additional field checks of the horizontal and vertical accuracies shall be
completed and the City may ask for a copy of the calibration report at any time.
Network GPS such as the Western Data Systems or SmartNet systems may be
used for staking of property/R.O.W, forced -main water lines, and rough -grade
only. No GPS staking for concrete, sanitary sewer, storm drain, final grade, or
anvthing that needs vertical grading with a tolerance of 0.25' or less is
allowed.
D. Control Points Set
All control points set shall be accompanied by a lath with the appropriate
Northing, Easting, and Elevation (if applicable) of the point set. Control points
can be set rebar, 'X' in concrete, or any other appropriate item with a stable
base and of a semi -permanent nature. A rebar cap is optional, but preferred if
the cap is marked 'control point' or similar wording.
Datasheets are required for all control points set.
Datasheet should include:
A. Horizontal and Vertical Datum used, Example: N.A.D.83, North Central Zone
4202, NAVD 88 Elevations
B. Grid or ground distance. — If ground, provide scale factor used and base
point coordinate, Example: C.S.F.=0.999125, Base point=North: 0, East=O
C. Geoid model used, Example: GEOID12A
0:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71
23.16.01_Attachment A_Survey Staking Standards.docx
Page 4 of 22
Water and Sanitary Sewer Replacements Contract 2020 WSM-L
CPN 103362
E. Preferred Grid Datum
Although many plan sets can be in surface coordinates, the City's preferred grid datum
is listed below. Careful consideration must be taken to verify what datum each project is
in prior to beginning work. It is essential the surveyor be familiar with coordinate
transformations and how a grid/surface/assumed coordinate system affect a project.
Proiected Coordinate
System: NAD_1983_StatePlane_Texas_North_Central_FIPS_4202_Feet
Projection: Lambert_ Conformal_ Conic
Fa Ise_Easti ng: 1968500.00000000
False —Northing: 6561666.66666667
Central Meridian:-98.50000000
Standard Parallel 1: 32.13333333
Standard Parallel 2: 33.96666667
Latitude —Of —Origin: 31.66666667
Linear Unit: Foot US
Geographic Coordinate System: GCS_North_American_1983
Datum: D North American 1983
Prime Meridian: Greenwich
Angular Unit: Degree
Note: Regardless of what datum each particular project is in, deliverables to the City
must be converted/translated into this preferred grid datum. 1 copy of the deliverable
should be in the project datum (whatever it may be) and 1 copy should be in the NAD83,
TX North Central 4202 zone. See Preferred File Namina Convention below
F. Preferred Deliverable Format
txt csv dwg .job
G. Preferred Data Format
P,N,E,Z,D,N
Point Number, Northing, Easting, Elevation, Description, Notes (if applicable)
H. Preferred File Naming Convention
This is the preferred format: City Project Number_Description_Datum.csv
Example for a proiect that has surface coordinates which must be translated:
File 1: C1234 As -built of Water on Main Street Grid NAD83 TXSP 4202.csv
O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71
23.16.01_Attachment A_Survey Staking Standards.docx
Page 5 of 22
Water and Sanitary Sewer Replacements Contract 2020 WSM-L
CPN 103362
File 2: C1234_As-built of Water on Main Street —Project Specific Datum.csv
Example Control Stakes
O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71
23.16.01_Attachment A_Survey Staking Standards.docx
Page 6 of 22
Water and Sanitary Sewer Replacements Contract 2020 WSM-L
CPN 103362
W
d
w
m
�
Q
�
w
w
❑�
�
<
>
�
�
w
1 015 EL.— 100, 00'
w
m
V
Cn
tZ
w
[ri
J
O
w
t�
J
1--
W
O
CD
U
�
CP #1 N=5000.00 E=5000.00
o w
z ~
� w
o
= o
W
LL ~
W
< X
m
W W
CC D
V. Water Staking Standards
0:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71
23.16.01_Attachment A_Survey Staking Standards.docx
Page 7 of 22
Water and Sanitary Sewer Replacements Contract 2020 WSM-L
CPN 103362
A. Centerline Staking— Straight Line Tangents
I. Offset lath/stakes every 200' on even stations
II. Painted blue lath/stake only, no hub is required
III. Grade is to top of pipe (T/P) for 12" diameter pipes or smaller
IV. Grade to flow line (F/L) for 16" and larger diameter pipes
V. Grade should be 3.50' below the proposed top of curb line for 10" and smaller
diameter pipes
VI. Grade should be 4.00' below the proposed top of curb line for 12" and larger
diameter pipes
VI I. Cut Sheets are required on all staking and a copy can be received from the
survey superintendent
Optional: Actual stakes shall consist of a 60D nail or hub set with a whisker
B. Centerline Staking - Curves
I. If arc length is greater than 100', POC (Point of Curvature) offset stakes should
be set at a 25' interval
II. Same grading guidelines as above
III. Staking of radius points of greater than 100' may be omitted
C. Water Meter Boxes
I. 7.0' perpendicular offset is preferred to the center of the box
II. Center of the meter should be 3.0' behind the proposed face of curb
III. Meter should be staked a minimum of 4.5' away from the edge of a driveway
IV. Grade is to top of box and should be +0.06' higher than the proposed top of
curb unless shown otherwise on the plans
D. Fire Hydrants
I. Center of Hydrant should be 3.0' behind proposed face of curb
II. Survey offset stake should be 7.0' from the center and perpendicular to the curb
line or water main
III. Grade of hydrants should be +0.30 higher than the adjacent top of curb
E. Water Valves & Vaults
I. Offsets should be perpendicular to the proposed water main
II. RIM grades should only be provided if on plans
Example Water Stakes
0:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71
23.16.01_Attachment A_Survey Staking Standards.docx
Page 8 of 22
Water and Sanitary Sewer Replacements Contract 2020 WSM-L
CPN 103362
WE
N �
W �
n
N �
CD
N O
ID
ry �
n m
zT 3
3 -,
Z O
� ry
ono I D
rD
I.D rD
r)
O < � T
N N L rD
IL i
77- n
IL
00 �.
In r
rr N
ED
7 0
Q m
ff <
Q rD
0-
0 n
n Iv
x -a
0
rD
rD
NO FLAGGING REQUIRED
IN LIEU OF BLUE PAINTED LATH
FRONT
(SIDE FACING
BACK 0 OFFSET DISTANCE
(SIDE FACING R.O.W.)
POINT # ICI CENTERLINE OF
L% WATER LINE
r
1
HLIR ELEVATION
o �
o i
STAT ONING
4
4
�Z/fP IDENTIFIES TOP OF PIPE
n
_ I IDENTIFIES CUT -
~- OR FILL +
HUB PAINTED BLUE, FLUSH 'MTH
r GRCIUND, WITH TACK OR BLACK DOT
HUB PI TEDNALBLUE WITH
BLUE WHISKERS OR 60D
NAIL WTH BLUE '{WHISKER
FRONT
FRONT (SIDE FACING]
(SIDE
FACING }
0
BACK
rF'
0
(SIDE FACING R_O_W.}
J
f)
P
� CONTINUE STAKING
IDENTIFY ANY
rlv EVERY 200'
r n TEES, METERS
+
GATE VALVES,
— CROSSES, ETC.
—
Ln
T/P
+
I
�
In
Tf P
I
w � �
�S� ti 1P
A. Centerline Staking — Straight Line Tangents
I. Inverts shall be field verified and compared against the plans before staking
II. Painted green lath/stake WITH hub and tack or marker dot, no flagging required
III. 1 offset stake between manholes if manholes are 400' or less apart
IV. Offset stakes should be located at even distances and perpendicular to the
centerline
V. Grades will be per plan and the date of the plans used should be noted
VI. If multiple lines are at one manhole, each line shall have a cut/fill and direction
noted
VI I. Stakes at every grade break
VIII. Cut sheets are required on all staking
Optional: Actual stakes shall consist of a 60D nail or hub set with a whisker
B. Centerline Staking — Curves
I. If arc length is greater than 100', POC (Point of Curvature) offset stakes should
be set at a 25' interval
II. Staking of radius points of greater than 100' may be omitted
C. Sanitary Sewer Manholes
I. 2 offset stakes per manhole for the purpose of providing alignment to the
contractor
II. Flowline grade should be on the lath/stake for each flowline and direction noted
III. RIM grade should only be on the stake when provided in the plans
0:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71
23.16.01_Attachment A_Survey Staking Standards.docx
Page 10 of 22
Water and Sanitary Sewer Replacements Contract 2020 WSM-L
CPN 103362
FRONT
0
(SIDE FACING)
V) 2nd OFFSET STAKE
_ N FOR ALIGNMENT
rD
FOR SSMH'S
FRONT
FRONT
V) (SIDE FACING )
(SIDE FACING NO FLAGGING REQUIRED MH
j 2nd 4FFT£T STAKE IN LIEU aF GREEN PAINTED LATH = Iak OFFSET STAKE
{{ LJ FOR ALIGNMENT
N N FOR ALIGNMENT FOR SSMH'S
w FOR SSMH'5
0
64
V)
re FRONT co
rD In D
NO 2ND OFFSET STAKE FJL (SIDE FACING) FOR CENTERLINE s MH
v = NEEDED n
rD MH let OFFSET STAKE �R L1 N T I n
3 f FOR ALIGNMENT Ic II
rD o ss�IHs (SIDE FACING ) FJL
&6,ME STATIONING AS 1 ON NE
UQ ID < FIRST OFFSET STAKE re
rD o SANITARY SEWER LINE
F� rD o 0 FA
< r� FrL n
`G T N Hi IDENTIFIES MANHOLE RIM
N L n rn
� n w Q5 a =
IN,to FA
Oro 6 STATIONING �_ NE
— r* FfLCD n
?: aj
(D IL IDENTIFIES FLONLINE OF ± p.
I
NORTH PIPE GRADE to \ RIM
cn QrDSEC4NSE STATIONINGRIM IDENTIFIES CUT -BETHEEN S5biH'S WAS
$wQ{y DR FILL t FOR NORTH PIPE F LESS THAN 400'. SPLIT \ 6
O) I THE DIFFERENCE AND SET � —^
1 STAKE IN THE MIDDLE
� x IdENTIFIES FLOVfUNE OF �
S SOUTH PIPE GRADE
rD. 13L
CD
7y < I IDENTIFIES CUT
rD rn OR FILL + FCR SOUTH PIPE Vk
CD _� RIM IDENTIFIES RIM GRADE
CD�o
HUB PAINTED GREEN. FLUSH WITH I IDENTIFIES CUT -+ OR FILL + TO
m GROUND, NTH TACK OR BLACK DOT O OF MANHOLE � N
b o
z � Z—
(OPTIONAL)
rn HUB PAINTER GREEN WITH
w SLUE WHISKERS OR SOD
N r" NAIL WITH BWE WHISKERS
—
IT!
x
ar'
fD
V1
fu
rF
CA
m
m
(/1
e-F
m
VII. Storm Sewer & Inlet Staking
A. Centerline Staking — Straight Line Tangents
I. 1 offset stake every 200' on even stations
II. Grades are to flowline of pipe unless otherwise shown on plans
III. Stakes at every grade break
IV. Cut sheets are required on all staking
Optional: Actual stakes shall consist of a 60D nail or hub set with a whisker
B. Centerline Staking — Curves
I. If arc length is greater than 100', POC (Point of Curvature) offset stakes should
be set at a 25' interval
II. Staking of radius points of greater than 100' may be omitted
C. Storm Drain Inlets
I. Staking distances should be measured from end of wing
II. Standard 10' Inlet = 16.00' total length
III. Recessed 10' Inlet = 20.00' total length
IV. Standard double 10' inlet = 26.67' total length
V. Recessed double 10' inlet = 30.67' total length
D. Storm Drain Manholes
I. 2 offset stakes per manhole for the purpose of providing alignment to the
contractor
II. Flowline grade should be on the lath/stake for each flowline and direction noted
III. RIM grade should only be on the stake when provided in the plans
O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71
23.16.01_Attachment A_Survey Staking Standards.docx
Page 12 of 22
Water and Sanitary Sewer Replacements Contract 2020 WSM-L
CPN 103362
BACK
C30E FAahr- R.ELW.)
POINT #
i
Hue ELEvnnrn
Example Storm Inlet Stakes
FRONT
(SIDE FACING
NO FLAGGING REQUIRED
IN LIEU OF PINK PAINTED LATH
IDENTIFIES W101-1
END OF THE WING
BEING STAKED
INLET STATION
[IF NOTED ON PLANS]
IDENTIFIES GRADE
TO TOP OF CURB
IDENTIFIES GRADE
TO FL104NNE
DISTANCES FOR INLETS
STANDARD 10' - 16'
RECESSED W - 20'
STANDARD DUJBLE 10' — 2&67
BACK
{SUE FA13NG R.QW_)
PRINT 0 Q
HUB ELE ATUN c
FRONT
(SIDE FACING
M IIDE NTI FIES 1lHICH
END OF THE YdNG
BEING STAKED
RECESSED ELMLE 10= -30_67
HUB %MM TACK T*- — —
— — — — —
I
BACK OF INLET
I
BACK OF CURB
BACK OF CURB
y
.
FLOYLINE
FACE OF INLET
FACE OF INLET
FLDMJNE
EDGE OF PAVEMENT EDGE OF PAVEMENT II
EDGE OF PAVEMENT EDGE OF PAVEMENT
0:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71
23.16.01_Attachment A_Survey Staking Standards.docx
Page 13 of 22
Water and Sanitary Sewer Replacements Contract 2020 WSM-L
CPN 103362
VIII. Curb and Gutter Staking
A. Centerline Staking— Straight Line Tangents
V. 1 offset stake every 50' on even stations
VI. Grades are to top of curb unless otherwise shown on plans
VI I. Stakes at every grade break
VIII. Cut sheets are required on all staking
Optional: Actual stakes shall consist of a 60D nail or hub set with a whisker
B. Centerline Staking— Curves
III. If arc length is greater than 100', POC (Point of Curvature) offset stakes should
be set at a 25' interval
IV. Staking of radius points of greater than 100' may be omitted
0:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71
23.16.01_Attachment A_Survey Staking Standards.docx
Page 14 of 22
Water and Sanitary Sewer Replacements Contract 2020 WSM-L
CPN 103362
Example Curb & Gutter Stakes
FRONT
(SIDE FACING CL)
FRONT
(SIDE FACING CL) DENTIFIES START
PONT OF CURVATURE
4
BACK IDENTIFIES OFFSET Is To
(SIDE FACING R.4. Yi.) BACK CF CURB CR FIC
FOR FACE OF CURB
POINT
HUB ELEVA110N
BACK
p�
II O
+ P.
IDENTIFIES GRADE IS
TIC TD TQP OF OURH
P
FRONT
ASIDE FACING}
A
P
0
2
BfC
NO GRADE ON
RhPlu-L
5 FUNT5
FRONT
IDOVTIFlES END
(SIDE FACING POINT OF
T GENT
d
BC
m
PT
r
III I
Q
III I
III I
I I
III III
NO FLAGGING REQUIRED f f I ti
IN LIEU OF PINK PAINTED LATH
r I
TOP OF CURB
OF CURB
FACE OF CURB I
FLOKI NE
EDGE OF PAVEMENT
Example Curb & Gutter Stakes at Intersection
0:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71
23.16.01_Attachment A_Survey Staking Standards.docx
Page 15 of 22
Water and Sanitary Sewer Replacements Contract 2020 WSM-L
CPN 103362
G1
N
W �
rD
Ql -u
O 0
� O
IDrD
r-F Vf
v �
n rD
zT 3
3 -,
rD O
Z
-u r* v
sv D
Oq
O I� �
<rD
n
0 mG T
N r v�
N /
77- n
7 N
00 �.
1nED
r
0
Q N
Q rD
fl- /
O n
n v
x —a
0
rD
10' ❑/S STAKE 1D' ❑/S STAKE
W/GRADE AT W/GRADE AT
EVEN STATION ELEN STATION
1
W MAX. DISTANCE � 50' MAX. DISTANCE � 50' MAX. DISTANCE � 5V MAX. DISTANCE � 50' MAX. DISTANCE � 50' MAX. DISTANCE
<> 0
BACK OF CURB
BACK OF CURB
IF ARC LENGTH 15
I
_
T
GREATER THAN 100',
I
A PCC OFFSET STAKE
C] 50' MAX.
DISTANCE O
SHOULD BE SET
r I
r10'
�
O/S
f'1"1
fl"1 STAKE /
10' O/S
W/GRADE
AT PC
STARE
/GRDT 4STATION
1
0 E
f ST
l W/GRADE
f AT PT
Qe
—
—
_
3G' RADIUS
w
POINT
W/NO GRADE
a
d
x
�
�
10' O/S
M
d
u
Q
STAKE El
W/GRACE AT
EVEN STATION
I
BAC1< OF CURB
I
I Q
Q S9' MAX. DISTANCE
rEm
r
10'O/S
STAKE
I
\ W/GRADE
TPAT
10' 0/S
mod'
STAKE
\ /7}
W/GRADE AT
EVEN STATION
10' O/S
STAKE
W/GRADE
1C
AT C \
`
S
30' RADIUS
w
POINT
� F
W/NO GRADE
0
0 72
V Q�
m O
'O
16' O/S
STAKE
q'
W/GRADE AT
EVEN STATION
TYP
FRONT
(SIDE FACING TL)
0
4
B/ IDENTIFIES
OFFSET 15 TO
cu CK a OF
P
a
T/C
IX. Cut Sheets
A. Date of field work
B. Staking Method (GPS, total station)
C. Project Name
D. City Project Number (Example: C01234)
E. Location (Address, cross streets, GPS coordinate)
F. Survey company name
G. Crew chief name
H. A blank template can be obtained from the survey superintendent (see item I above)
Standard Citv Cut Sheet
City Project
Date: Number:
Project Name:
❑ TOTAL
Staking Method: ❑ GPS STATION ❑ OTHER
LOCATION:
CONSULTANT/CONTRACTOR
SURVEY CREW INITIALS
ALL GRADES ARE TO FLOWLINE OR TOP OF CURB UNLESS OTHERWISE NOTED.
PT # STATION OFFSET DESCRIPTION PROP. STAKED _ CUT + FILL
-LT/+RT GRADE ELEV.
O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71
23.16.01_Attachment A_Survey Staking Standards.docx
Page 17 of 22
Water and Sanitary Sewer Replacements Contract 2020 WSM-L
CPN 103362
X. As -built Survey
A. Definition and Purpose
The purpose of an as -built survey is to verify the asset was installed in the proper location
and grade. Furthermore, the information gathered will be used to supplement the City's GIS
data and must be in the proper format when submitted. See section IV.
As -built survey should include the following (additional items may be requested):
Manholes
Top of pipe elevations every 250 feet
Horizontal and vertical points of inflection, curvature, etc. (All Fittings)
Cathodic protection test stations
Sampling stations
Meter boxes/vaults (All sizes)
Fire lines
Fire hydrants
Gate valves (rim and top of nut)
Plugs, stub -outs, dead-end lines
Air Release valves (Manhole rim and vent pipe)
Blow off valves (Manhole rim and valve lid)
Pressure plane valves
Cleaning wyes
Clean outs
Casing pipe (each end)
Inverts of pipes
Turbo Meters
O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71
23.16.01_Attachment A_Survey Staking Standards.docx
Page 18 of 22
Water and Sanitary Sewer Replacements Contract 2020 WSM-L
CPN 103362
B. Example Deliverable
A hand written red line by the field surveyor is acceptable in most cases. This should be
a copy of the plans with the point number noted by each asset. If the asset is missing,
then the surveyor should write "NOT FOUND" to notify the City.
O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71
23.16.01_Attachment A_Survey Staking Standards.docx
Page 19 of 22
Water and Sanitary Sewer Replacements Contract 2020 WSM-L
CPN 103362
f 9Z6fL-X 'WI':re70f�sR/ 9 WeY Of6F0 bM 1J3!'01fd 1J1J 'fYYSM !!03 Lroaa�i f"7113N7d3N N3M35 ,UNdlWS OlT 1'31b'M
6
115,
O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71
23.16.01_Attachment A_Survey Staking Standards.docx
Page 20 of 22
Water and Sanitary Sewer Replacements Contract 2020 WSM-L
CPN 103362
�A• d�yp0 - X 'W CIATTiW RM
STA 657A7 - 12•WL fFLGYD LWl
. �A 0.97lp - IM lFLDYD M
- RE"E 6 $",WWE EXIST.
IWO ppvp r2 WA TER
GATE V"E s fd5%tFJ9
��
AiY = M EXIST.O%TER
jrXrNsrALLW
1-IP'SDLID S1EE1rE
BEND
FNOr aEAWN 1°As l 11
i• 7Y X W REMr.F_R f
F l2NA9sP095� E j JV
PIS
E�?�?SlJ79f �/•
2
CDr 16 �
wu rrecww Ire,
y-
F� w�
ELK 6
LOT 2
REM"NE EXIS!
12WArE/i
•xalr
N.BTIP765.M
7M.42
O
(Cy� •
STAOew- OWL
AYSTAU,
GJ
F I2 w5Y£R7; @FjYp
N691701475125
E,az�vr svo
. STA OW75 - a,WL
. IWSTALL, r
F 72 x B ANWM TEE �P r
' J`MG FEI VALVE
' FFIRE' 1A'LiRANT
RLF E1IIYaWr LEM
F 0OTE VMVE
�u•55avD3on2a9
/
Epiea
rer •0
IZWATE�
REMVE & S"A^.E
EXIST. GATE V"E
STAd321- A
NHSTAM � 12W
/ F lY rsV£Rr. SCAO ° ' abcroti a
W�W70lJ14fl9! rmvwxz ur
i
•!,i v4cm,an7a x.F�•rxma
d7Q3&6JOC7L,77p?V 223M
.� Y kr„
STA Q1WM - 12 WL fFIDYD LVf1 STA 03T59 - le -.TA 6MM - IPWI
INSTALL: L
ALG
F lr Md. SCYID SFEV£ I-!E'•IS'YEft7: SEND .7 LF OF IP•WATEN PIPEACWNECr TO FX1517. 0 WATER2%30rB3/D
N•694I145_4a9
EM22�..iD4dT36
FROMSED
SANITARY Si
SEE SHEET
P
O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71
23.16.01_Attachment A_Survey Staking Standards.docx
Page 21 of 22
Water and Sanitary Sewer Replacements Contract 2020 WSM-L
CPN 103362
v an=
oe-
N I
1r warms
"' �-' "
GOxSTR T I (F OF
B PVC SaflTARI' SEWER LAPIN /
,L'< WATEfl YbY
� SEE SHFET fi a-gyly wr aeX.WM w e �'
m n awe 4
fr 5
CLAYTON/RA
BLX 20 V a � ��• `wL C� __
L-3777 & L-3f54
PROPOSED F SAN.SEWER UNE A
�urrmve 1 �'V`J
�se°aiiF�� h
flEXGHYARNS mur ���� � �xm��x urwr�ts �
.www.r vxn. �
11�—
rxs rrec.,
g�
"� fi
CPCY MAP NO. �M 2011F376 n xer erxuivwe.
MAPSCO PAGE NO. 74?�� T. W, X
z
Ti!$ .. M,rtax
vxe
rcu y
I'r--
—
T
1
- TA oa nDni womfr,
WATER ))=ARTMENT
- seven aenn�>�vr�
-
wn>m s ewu+rwnr
mermwei muwsro-r
_
— _ cu N RD. W. (FLOVn ox. -ROWAN DR)
Am
UHmY Fe�F � I
,
BLK 29
�T k jQ
3]OS LYgfm Fe w,Fw}wann
.ma croxap, nn x.� a,m�rn �.
a 1 W
,rSANfTARY SEWER ` i • Z
sEHvrE wi CLEMVff
wj.IAYTON[RD.g Ni'EM � �i 'qh a • v J
_ k 0—
COQi' ✓ n, •O
1 `�A'fRw r � v COQ 2iYH 16
6x. 0 WaW
0WA! ER - U)
re a w ER ONE A L-3654 — '— " i Q
VJ
* T
REYWE EXIST. J
a_SM SEWER F . T
gy i r5r�'r `L
/
i roA / STA hS%q - FSS LINE A - LOT 2 E
EXIST. STAO-0ML-31Tl- rro� rain wd r.1a l
E Er��
awsrRu:r s LE of ass uHe 11ir
CA1GLLLLAR !I SERr
.� W/ C.FMS qM PROTECTIaV
CONNECT PR(P. aSS MW)
GEWNECT PRW.B'SS MESSY)
TO PRQ? SSYH.
N-694ESMZ252
E229SEEM31
CITY MAY NO. Z018-380, 2018-3'
MAPSCO PAGE NO.74N, S, `i', W
i
-i — — --I-
1—'�_-- _ — T.
71
NRI11—
6
0:\Spec 2-00 1 )1\0171
23.16.01_Attachment A —Survey Staking Standards.docx
Page 23 of 23
Water and Sanitary Sewer Replacements Contract 2020 WSM-L
CPN 103362
Obviously the .csv or .txt file cannot be signed/sealed by a surveyor in the format
requested. This is just an example and all this information should be noted when
delivered to the City so it is clear to what coordinate system the data is in.
POINT NO.
NORTHING
EASTING ELEV.
DESCRIPTION
1
6946257.189
2296079.165
726.09 SSMH RIM
2
6946260.893
2296062.141
725.668 GV RIM
3
6946307,399
2296038.306
726.85 GV RIM
CV V/&-i f}j`-z-:S
4
6946220.582
2296011,025
723.359 SSMH RIM
5
6946195.23
2296015.116
722.123 GV RIM
f �J
6
6946190,528
2296022.721
722.325 FH
7
6946136.012
2295992.115
719,448 WM RIM
8
6946002.267
2295919.133
713.331 WM RIM
TXIv
9
6946003.056
2295933.418
713.652 CO RIM
10
6945984.677
2295880.52
711.662 SSMH RIM
11
6945996.473
2295869,892
710.046 WM RIM
12
6945895.077
2295360.962
707.72 WM RIM
� pp
13
6945896.591
2295862.188
708.205 WM RIM
14
6945934.286
2295841.925
709.467 WM RIM
15
6945936,727
2295830.441
710.084 CO RIM
CCG(�j 1. 5
16
6945835.678
2295799.707
707.774 SSMH RIM
!
17
6945817.488
2295827.011
708.392 SSMH RIM
18
6945759.776
2295758,643
711.218 SSMH RIM
6p
19
6945768.563
2295779,424
710,086 GV RIM
20
6945743.318
2295788.392
710.631 GV RIM
21
6945723.219
2295754.394
712.849 GV RIM
22
6945682.21
2295744.22
716.686 WM RIM
r
23
6945621.902
2295669.471
723.76 WM RIM
r
24
6945643.407
2295736.03
719,737 CO RIM
l�T
C ��� �n �I ',
25
6945571.059
2295655.195
727.514 SSMH RIM
26
6945539.498
2295667.803
729.123 WM RIM
27
6945519.834
2295619.49
732.689 WM RIM
r('d L_ pv �S
28
6945417.879
2795580.27
740.521 WM RIM
29
6945456.557
2295643.145
736.451 CO RIM
30
6945387.356
2295597.101
740.756 GV RIM
*r}F ( f}N S
31
6945370.688
2295606.793
740.976 GV RIM
32
6945383.53
2295610.559
740.408 FH
33
6945321.228
2295551.105
746.34 WM RIM
34
6945319.365
2295539.728
746.777 CO RIM
35
6945242.289
2295570.715
748.454 WM RIM
36
6945233.624
2295544.626
749.59 SSMH RIM
37
6945206.483
2295529.305
751.058 WM RIMP
�-
38
6945142.015
2295557.666
750.853 WM RIMrj
p
l r1 C
39
6945113.445
2295520.335
751.871 WM RIM
40
6945049.02
2295527.345
752.257 SSMH RIM
iE o�
41
6945041.024
2295552.675
751.79 WM RIM
7
42
6945038.878
2295552.147
751.88 WM RIMy�
5cy
43
6945006.397
2295518.135
752.615 WM RIM
�#-3#T#
44
6944944.782
2295520.635
752.801 WM RIMS
45
6944943.432
2295556.479
752.156 WM RIM
46
6944860.416
2295534.397
752.986 SSMH RIM
C -
1l , SUT� ✓YVr� ��I3cJ12�
O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71
23.16.01_Attachment A_Survey Staking Standards.docx
Page 24 of 24
Water and Sanitary Sewer Replacements Contract 2020 WSM-L
CPN 103362
C. Other preferred as -built deliverable
Some vendors have indicated that it is easier to deliver this information in a different
format. Below is an example spreadsheet that is also acceptable and can be obtained by
request from the survey superintendent.
O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71
23.16.01_Attachment A_Survey Staking Standards.docx
Page 25 of 25
Water and Sanitary Sewer Replacements Contract 2020 WSM-L
CPN 103362
G7
,1.
N
W �
F rD
O 0
� O
rD
rl
D
N �
l N
rD o
Z O
_U F N
v
DD
Tl
rD
N N
0 MG T
N N rD
CD /
77- n
7 �
00 �.
(n r
ED
7 0
Q (D
S1 -
G
Q rD
0- /
O n
n 111
X -p
0
rD
= Home I Insert Page Layout Formulas Gala Review View 11116a1
M cut
•
[al€bri - 12 - A A =,- �T- j++Wrap Teat
General - x NomLal
L9
Bad Good Neutral Calculation
tn-
CePr
Paste
lFormat Painter
B p ❑ (jj• A - _ ll WMerge&Center•
-
*Alignment
$ °lo ° .00 Condrt€oral Format
+. Formatting•as Table•
Exnlanafory ... Followed Hy... Hypedink Input
InseR Delete
-
Clipboard r„
Font r„
Number
Styles
Cells
N31
A
A
6 C G E F
G H I 1
K L NI
N
1
Pr0iect Name and Number -(Street Nar l
2
4
5
3
9
70
77
72
73
74
15
16
17
Valve Box
Water Main
Bends
Meter Boxes
GPSIGritll Gtaridnates,Te'ws;
Stall
GPSIGr'k}Caor'rdnates,Tezas
Fire Hydrants
Hydrantvalve
GPSIGritll Cneritlnates,Texasj
Nut Elevation
sta. 0
GP51Gritll Cauritlnates,Texas
Nut Elevation
TIP-250'll-a-ales 5ta.a IGPS(Grid) Coaridnates,TeUs ElevatirW
SM.A
NC 4202
NC 4202
NC 4202
NC 4202
NC 4202
NIY1=6934779.5510'
NIYI=5934784.3970'
NIY1=6934790.8950'
NIYI=5934791.0300'
0«2005
719103
0«11.
0«31.22
0«3141
711.355
EI%1=2320950.1460'
EI%1=2320924.5750'
EI%1=2320959.7560'
E(X1=2320951.9690'
N(Y)=6935913.4620'
N(Y1=934849.4310'
N(Y)=6935979.3410'
N(Yl- ' 5979.1580'
11+5369
716A38
0+9005
12+1971
12+1958
714431
EI%1=2320942.4830'
EI%1=2320922.6840'
EI%1=2320949.6250'
E(X1=6935979.1580'
NIY1=69359525340'
N(Y1-934849 8250'
N(Y)=15951%595W1
N(Y1=5935849 9940'
11a9267
717.489
O+A 15
1
20+99.76
20+90.25
M4241'
EIX1=73209665290'
E(%1=2320960.1410'
I
EI%1=2320950.4650'
E(%1=2320960.4250'
I
NIYI=69359521510
N(YI=6934854.8750'
NIYI=6937492MR
N(YI=6937491 8650'
11a'92.95
715.044
.520
27+32.65
27+32.33
6%38
EI%1=73208978250'
E(X1-2320959 9W'
EI%1=2320936A970'
E(%1=2320931 59511'
NIY1=6935974.74110'
NIY1=5934855.45W
12+75.17
715.001
01%D7
EI%1=2320942.3170'
EI%1=2320922.5780'
N(Y)=69368112340'
NIY1=5934959.5300'
2OF51.69
704.755
1+99.16
EI%1=2320935.9070'
EI%1=2320959.0260'
NIY1=6937494.5290'
NIYI= 5934952.1570'
EI%1=2320930.5430'
EI%1=2320921.8150'
017123-1
CONSTRUCTION STAKING AND SURVEY
Page 1 of 8
SECTION 01 71 23
CONSTRUCTION STAKING AND SURVEY
PART1- GENERAL
1.1 SUMMARY
A. Section Includes:
1. Requirements for construction staking and construction survey
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 — General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
Construction Staking
a. Measurement
1) Measurement for this Item shall be by lump sum.
b. Payment
1) The work performed and the materials furnished in accordance with this
Item shall be paid for at the lump sum price bid for "Construction Staking".
2) Payment for "Construction Staking" shall be made in partial payments
prorated by work completed compared to total work included in the lump
sum item.
c. The price bid shall include, but not be limited to the following:
1) Verification of control data provided by City.
2) Placement, maintenance and replacement of required stakes and markings
in the field.
3) Preparation and submittal of construction staking documentation in the
form of "cut sheets" using the City's standard template.
2. Construction Survey
a. Measurement
1) This Item is considered subsidiary to the various Items bid.
b. Payment
1) The work performed and the materials furnished in accordance with this
Item are subsidiary to the various Items bid and no other compensation will be
allowed.
3. As -Built Survey
a. Measurement
1) Measurement for this Item shall be by lump sum.
b. Payment
1) The work performed and the materials furnished in accordance with this
Item shall be paid for at the lump sum price bid for "As -Built Survey".
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revised February 14, 2018
01 71 23 - 2
CONSTRUCTION STAKING AND SURVEY
Page 2 of 8
2) Payment for "Construction Staking" shall be made in partial payments
prorated by work completed compared to total work included in the lump sum
item.
c. The price bid shall include, but not be limited to the following::
1) Field measurements and survey shots to identify location of completed
facilities.
2) Documentation and submittal of as -built survey data onto contractor redline
plans and digital survey files.
1.3 REFERENCES
A. Definitions
1. Construction Survey - The survey measurements made prior to or while
construction is in progress to control elevation, horizontal position, dimensions and
configuration of structures/improvements included in the Project Drawings.
2. As -built Survey —The measurements made after the construction of the
improvement features are complete to provide position coordinates for the features
of a project.
3. Construction Stakiniz — The placement of stakes and markings to provide offsets
and elevations to cut and fill in order to locate on the ground the designed
structures/improvements included in the Project Drawings. Construction staking
shall include staking easements and/or right of way if indicated on the plans.
4. Survey "Field Checks" — Measurements made after construction staking is
completed and before construction work begins to ensure that structures marked on
the ground are accurately located per Project Drawings.
B. Technical References
1. City of Fort Worth — Construction Staking Standards (available on City's Buzzsaw
website) — 01 71 23.16.01— Attachment A —Survey Staking Standards
2. City of Fort Worth - Standard Survey Data Collector Library (fxl) files (available
on City's Buzzsaw website).
3. Texas Department of Transportation (TxDOT) Survey Manual, latest revision
4. Texas Society of Professional Land Surveyors (TSPS), Manual of Practice for Land
Surveying in the State of Texas, Category 5
1.4 ADMINISTRATIVE REQUIREMENTS
A. The Contractor's selection of a surveyor must comply with Texas Government
Code 2254 (qualifications based selection) for this project.
1.5 SUBMITTALS
A. Submittals, if required, shall be in accordance with Section 01 33 00.
B. All submittals shall be received and reviewed by the City prior to delivery of work.
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS
A. Field Quality Control Submittals
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revised February 14, 2018
01 71 23 - 3
CONSTRUCTION STAKING AND SURVEY
Page 3 of 8
1. Documentation verifying accuracy of field engineering work, including coordinate
conversions if plans do not indicate grid or ground coordinates.
2. Submit "Cut -Sheets" conforming to the standard template provided by the City
(refer to 01 71 23.16.01 — Attachment A — Survey Staking Standards).
1.7 CLOSEOUT SUBMITTALS
B. As -built Redline Drawing Submittal
1. Submit As -Built Survey Redline Drawings documenting the locations/elevations of
constructed improvements signed and sealed by Registered Professional Land
Surveyor (RPLS) responsible for the work (refer to 01 71 23.16.01 — Attachment A
— Survey Staking Standards) .
2. Contractor shall submit the proposed as -built and completed redline drawing
submittal one (1) week prior to scheduling the project final inspection for City
review and comment. Revisions, if necessary, shall be made to the as -built redline
drawings and resubmitted to the City prior to scheduling the construction final
inspection.
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE
A. Construction Staking
1. Construction staking will be performed by the Contractor.
2. Coordination
a. Contact City's Project Representative at least one week in advance notifying
the City of when Construction Staking is scheduled.
b. It is the Contractor's responsibility to coordinate staking such that
construction activities are not delayed or negatively impacted.
3. General
a. Contractor is responsible for preserving and maintaining stakes. If City
surveyors are required to re -stake for any reason, the Contractor will be
responsible for costs to perform staking. If in the opinion of the City, a
sufficient number of stakes or markings have been lost, destroyed disturbed or
omitted that the contracted Work cannot take place then the Contractor will be
required to stake or re -stake the deficient areas.
B. Construction Survey
1. Construction Survey will be performed by the Contractor.
2. Coordination
a. Contractor to verify that horizontal and vertical control data established in the
design survey and required for construction survey is available and in place.
General
a. Construction survey will be performed in order to construct the work shown
on the Construction Drawings and specified in the Contract Documents.
b. For construction methods other than open cut, the Contractor shall perform
construction survey and verify control data including, but not limited to, the
following:
1) Verification that established benchmarks and control are accurate.
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revised February 14, 2018
01 71 23 - 4
CONSTRUCTION STAKING AND SURVEY
Page 4 of 8
2) Use of Benchmarks to furnish and maintain all reference lines and grades
for tunneling.
3) Use of line and grades to establish the location of the pipe.
4) Submit to the City copies of field notesused to establish all lines and
grades, if requested, and allow the City to check guidance system setup prior
to beginning each tunneling drive.
5) Provide access for the City, if requested, to verify the guidance system and
the line and grade of the carrier pipe.
6) The Contractor remains fully responsible for the accuracy of the work and
correction of it, as required.
7) Monitor line and grade continuously during construction.
8) Record deviation with respect to design line and grade once at each pipe
joint and submit daily records to the City.
9) If the installation does not meet the specified tolerances (as outlined in
Sections 33 05 23 and/or 33 05 24), immediately notify the City and correct
the installation in accordance with the Contract Documents.
C. As -Built Survey
1. Required As -Built Survey will be performed by the Contractor.
2. Coordination
a. Contractor is to coordinate with City to confirm which features require as -
built surveying.
b. It is the Contractor's responsibility to coordinate the as -built survey and
required measurements for items that are to be buried such that construction
activities are not delayed or negatively impacted.
c. For sewer mains and water mains 12" and under in diameter, it is acceptable
to physically measure depth and mark the location during the progress of
construction and take as -built survey after the facility has been buried. The
Contractor is responsible for the quality control needed to ensure accuracy.
3. General
a. The Contractor shall provide as -built survey including the elevation and
location (and provide written documentation to the City) of construction
features during the progress of the construction including the following:
1) W ter Lines
a) Top of pipe elevations and coordinates for waterlines at the following
locations:
(1) Minimum every 250 linear feet, including
(2) Horizontal and vertical points of inflection, curvature,
etc.
(3) Fire line tee
(4) Plugs, stub -outs, dead-end lines
(5) Casing pipe (each end) and all buried fittings
2) Sanitary Sewer
a) Top of pipe elevations and coordinates for force mains and siphon
sanitary sewer lines (non -gravity facilities) at the following locations:
(1) Minimum every 250 linear feet and any buried fittings
(2) Horizontal and vertical points of inflection, curvature,
etc.
3) Stormwater — Not Applicable
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revised February 14, 2018
017123-5
CONSTRUCTION STAKING AND SURVEY
Page 5 of 8
b. The Contractor shall provide as -built survey including the elevation and
location (and provide written documentation to the City) of construction
features after the construction is completed including the following:
1) Manholes
a) Rim and flowline elevations and coordinates for each manhole
2) W ter Lines
a) Cathodic protection test stations
b) Sampling stations
c) Meter boxes/vaults (All sizes)
d) Fire hydrants
e) Valves (gate, butterfly, etc.)
f) Air Release valves (Manhole rim and vent pipe)
g) Blow off valves (Manhole rim and valve lid)
h) Pressure plane valves
i) Underground Vaults
(1) Rim and flowline elevations and coordinates for each
Underground Vault.
3) Sanitary Sewer
a) Cleanouts
(1) Rim and flowline elevations and coordinates for each
b) Manholes and Junction Structures
(1) Rim and flowline elevations and coordinates for each
manhole and junction structure.
4) Stormwater — Not Applicable
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY
PART2- PRODUCTS
A. A construction survey will produce, but will not be limited to:
1. Recovery of relevant control points, points of curvature and points of intersection.
2. Establish temporary horizontal and vertical control elevations (benchmarks)
sufficiently permanent and located in a manner to be used throughout construction.
3. The location of planned facilities, easements and improvements.
a. Establishing final line and grade stakes for piers, floors, grade beams, parking
areas, utilities, streets, highways, tunnels, and other construction.
b. A record of revisions or corrections noted in an orderly manner for reference.
c. A drawing, when required by the client, indicating the horizontal and vertical
location of facilities, easements and improvements, as built.
4. Cut sheets shall be provided to the City inspector and Survey Superintendent for all
construction staking projects. These cut sheets shall be on the standard city template
which can be obtained from the Survey Superintendent (817-392-7925).
5. Digital survey files in the following formats shall be acceptable:
a. AutoCAD (.dwg)
b. ESRI Shapefile (.shp)
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revised February 14, 2018
017123-6
CONSTRUCTION STAKING AND SURVEY
Page 6 of 8
c. CSV file (.csv), formatted with X and Y coordinates in separate columns (use
standard templates, if available)
6. Survey files shall include vertical and horizontal data tied to original project
control and benchmarks, and shall include feature descriptions
PART 3 - EXECUTION
A. Tolerances:
The staked location of any improvement or facility should be as accurate as
practical and necessary. The degree of precision required is dependent on many
factors all of which must remain judgmental. The tolerances listed hereafter are
based on generalities and, under certain circumstances, shall yield to specific
requirements. The surveyor shall assess any situation by review of the overall plans
and through consultation with responsible parties as to the need for specific
tolerances.
a. Earthwork: Grades for earthwork or rough cut should not exceed 0.1 ft. vertical
tolerance. Horizontal alignment for earthwork and rough cut should not exceed
1.0 ft. tolerance.
b. Horizontal alignment on a structure shall be within .0.1 ft tolerance.
c. Paving or concrete for streets, curbs, gutters, parking areas, drives, alleys and
walkways shall be located within the confines of the site boundaries and,
occasionally, along a boundary or any other restrictive line. Away from any
restrictive line, these facilities should be staked with an accuracy producing no
more than 0.05ft. tolerance from their specified locations.
d. Underground and overhead utilities, such as sewers, gas, water, telephone and
electric lines, shall be located horizontally within their prescribed areas or
easements. Within assigned areas, these utilities should be staked with an
accuracy producing no more than 0.1 ft tolerance from a specified location.
e. The accuracy required for the vertical location of utilities varies widely. Many
underground utilities require only a minimum cover and a tolerance of 0.1 ft.
should be maintained. Underground and overhead utilities on planned profile,
but not depending on gravity flow for performance, should not exceed 0.1 ft.
tolerance.
B. Surveying instruments shall be kept in close adjustment according to manufacturer's
specifications or in compliance to standards. The City reserves the right to request a
calibration report at any time and recommends regular maintenance schedule be
performed by a certified technician every 6 months.
1. Field measurements of angles and distances shall be done in such fashion as to
satisfy the closures and tolerances expressed in Part 3.1.A.
2. Vertical locations shall be established from a pre -established benchmark and
checked by closing to a different bench mark on the same datum.
3. Construction survey field work shall correspond to the client's plans. Irregularities
or conflicts found shall be reported promptly to the City.
4. Revisions, corrections and other pertinent data shall be logged for future reference.
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revised February 14, 2018
017123-7
CONSTRUCTION STAKING AND SURVEY
Page 7 of 8
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 APPLICATION
3.5 REPAIR / RESTORATION
A. If the Contractor's work damages or destroys one or more of the control
monuments/points set by the City, the monuments shall be adequately referenced for
expedient restoration.
1. Notify City if any control data needs to be restored or replaced due to damage
caused during construction operations.
a. Contractor shall perform replacements and/or restorations.
b. The City may require at any time a survey "Field Check" of any monument
or benchmarks that are set be verified by the City surveyors before further
associated work can move forward.
3.6 RE -INSTALLATION [NOT USED]
3.7 FIELD [OR] SITE QUALITY CONTROL
A. It is the Contractor's responsibility to maintain all stakes and control data placed by the
City in accordance with this Specification. This includes easements and right of way, if
noted on the plans.
B. Do not change or relocate stakes or control data without approval from the City.
3.8 SYSTEM STARTUP
A. Survey Checks
1. The City reserves the right to perform a Survey Check at any time deemed
necessary.
2. Checks by City personnel or 3' party contracted surveyor are not intended to
relieve the contractor of his/her responsibility for accuracy.
3.9 ADJUSTING [NOT USED]
3.10 CLEANING [NOT USED]
3.11 CLOSEOUT ACTIVITIES [NOT USED]
3.12 PROTECTION [NOT USED]
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
END OF SECTION
Revision Log
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revised February 14, 2018
017123-8
CONSTRUCTION STAKING AND SURVEY
Page 8 of 8
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 Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revised February 14, 2018
SECTION 0174 23
CLEANING
PART1- GENERAL
1.1 SUMMARY
017423-1
CLEANING
Page 1 of 4
A. Section Includes:
1. Intermediate and final cleaning for Work not including special cleaning of closed
systems specified elsewhere
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 — General Requirements
3. Section 32 92 13 — Hydro -Mulching, Seeding and Sodding
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various Items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Scheduling
1. Schedule cleaning operations so that dust and other contaminants disturbed by
cleaning process will not fall on newly painted surfaces.
2. Schedule final cleaning upon completion of Work and immediately prior to final
inspection.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 STORAGE, AND HANDLING
A. Storage and Handling Requirements
1. Store cleaning products and cleaning wastes in containers specifically designed for
those materials.
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revised July 1, 2011
01 74 23 - 2
CLEANING
Page 2 of 4
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART2- PRODUCTS
2.1 OWNER -FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED]
2.2 MATERIALS
A. Cleaning Agents
1. Compatible with surface being cleaned
2. New and uncontaminated
3. For manufactured surfaces
a. Material recommended by manufacturer
2.3 ACCESSORIES [NOT USED]
2.4 SOURCE QUALITY CONTROL [NOT USED]
PART 3 - EXECUTION
3.1 INSTALLERS [NOT USED]
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 APPLICATION [NOT USED]
3.5 REPAIR / RESTORATION [NOT USED]
3.6 RE -INSTALLATION [NOT USED]
3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED]
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.10 CLEANING
A. General
1. Prevent accumulation of wastes that create hazardous conditions.
2. Conduct cleaning and disposal operations to comply with laws and safety orders of
governing authorities.
3. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in
storm or sanitary drains or sewers.
4. Dispose of degradable debris at an approved solid waste disposal site.
5. Dispose of nondegradable debris at an approved solid waste disposal site or in an
alternate manner approved by City and regulatory agencies.
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revised July 1, 2011
01 74 23 - 3
CLEANING
Page 3 of 4
6. Handle materials in a controlled manner with as few handlings as possible.
7. Thoroughly clean, sweep, wash and polish all Work and equipment associated with
this project.
8. Remove all signs of temporary construction and activities incidental to construction
of required permanent Work.
9. If project is not cleaned to the satisfaction of the City, the City reserves the right to
have the cleaning completed at the expense of the Contractor.
10. Do not burn on -site.
B. Intermediate Cleaning during Construction
1. Keep Work areas clean so as not to hinder health, safety or convenience of
personnel in existing facility operations.
2. At maximum weekly intervals, dispose of waste materials, debris and rubbish.
3. Confine construction debris daily in strategically located container(s):
a. Cover to prevent blowing by wind
b. Store debris away from construction or operational activities
c. Haul from site at a minimum of once per week
4. Vacuum clean interior areas when ready to receive finish painting.
a. Continue vacuum cleaning on an as -needed basis, until Final Acceptance.
5. Prior to storm events, thoroughly clean site of all loose or unsecured items, which
may become airborne or transported by flowing water during the storm.
C. Interior Final Cleaning
1. Remove grease, mastic, adhesives, dust, dirt, stains, fingerprints, labels and other
foreign materials from sight -exposed surfaces.
2. Wipe all lighting fixture reflectors, lenses, lamps and trims clean.
3. Wash and shine glazing and mirrors.
4. Polish glossy surfaces to a clear shine.
5. Ventilating systems
a. Clean permanent filters and replace disposable filters if units were operated
during construction.
b. Clean ducts, blowers and coils if units were operated without filters during
construction.
6. Replace all burned out lamps.
7. Broom clean process area floors.
8. Mop office and control room floors.
D. Exterior (Site or Right of Way) Final Cleaning
Remove trash and debris containers from site.
a. Re -seed areas disturbed by location of trash and debris containers in accordance
with Section 32 92 13.
2. Sweep roadway to remove all rocks, pieces of asphalt, concrete or any other object
that may hinder or disrupt the flow of traffic along the roadway.
3. Clean any interior areas including, but not limited to, vaults, manholes, structures,
junction boxes and inlets.
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revised July 1, 2011
01 74 23 - 4
CLEANING
Page 4 of 4
4. If no longer required for maintenance of erosion facilities, and upon approval by
City, remove erosion control from site.
5. Clean signs, lights, signals, etc.
3.11 CLOSEOUT ACTIVITIES [NOT USED]
3.12 PROTECTION [NOT USED]
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
END OF SECTION
Revision Log
DATE NAME
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised July 1, 2011
SUMMARY OF CHANGE
Water and Sanitary Sewer Replacements Contract 2020 WSM-L
CPN 103362
01 77 19 -1
CLOSEOUT REQUIREMENTS
Page 1 of 3
1 SECTION 0177 19
2 CLOSEOUT REQUIREMENTS
3 PART 1 - GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
6 1. The procedure for closing out a contract
7 B. Deviations from this City of Fort Worth Standard Specification
8 1. None.
9 C. Related Specification Sections include, but are not necessarily limited to:
10 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
11 2. Division 1— General Requirements
12 1.2 PRICE AND PAYMENT PROCEDURES
13 A. Measurement and Payment
14 1. Work associated with this Item is considered subsidiary to the various Items bid.
15 No separate payment will be allowed for this Item.
16 1.3 REFERENCES [NOT USED]
17 1.4 ADMINISTRATIVE REQUIREMENTS
18 A. Guarantees, Bonds and Affidavits
19 1. No application for final payment will be accepted until all guarantees, bonds,
20 certificates, licenses and affidavits required for Work or equipment as specified are
21 satisfactorily filed with the City.
22 B. Release of Liens or Claims
23 1. No application for final payment will be accepted until satisfactory evidence of
24 release of liens has been submitted to the City.
25 1.5 SUBMITTALS
26 A. Submit all required documentation to City's Project Representative.
27
28 1.6 INFORMATIONAL SUBMITTALS [NOT USED]
29
30 1.7 CLOSEOUT SUBMITTALS [NOT USED]
31 PART 2 - PRODUCTS [NOT USED]
32
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revised March 22, 2021
01 77 19 - 2
CLOSEOUT REQUIREMENTS
Page 2of3
1 PART 3 - EXECUTION
2 3.1 INSTALLERS [NOT USED]
3 3.2 EXAMINATION [NOT USED]
4 3.3 PREPARATION [NOT USED]
5 3.4 CLOSEOUT PROCEDURE
6 A. Prior to requesting Final Inspection, submit:
7 1. Project Record Documents in accordance with Section 0178 39
8 2. Operation and Maintenance Data, if required, in accordance with Section 0178 23
9 B. Prior to requesting Final Inspection, perform final cleaning in accordance with Section
10 01 74 23.
11 C. Final Inspection
12 1. After final cleaning, provide notice to the City Project Representative that the Work
13 is completed.
14 a. The City will make an initial Final Inspection with the Contrac tor pres ent
15 b. Upon completion of this inspection, the City will notify the Contractor, in
16 writing within 10 business days, of any particulars in which this inspection
17 reveals that the Work is defective or incomplete.
18 2. Upon receiving written notice from the City, immediately undertake the Work
19 required to remedy deficiencies and complete the Work to the satisfaction of the
20 City.
21 3. The Right-of-way shall be cleared of all construction materials, barricades, and
22 temporary signage.
23 4. Upon completion of Work associated with the items listed in the City's written
24 notice, inform the City that the required Work has been completed. Upon receipt of
25 this notice, the City, in the presence of the Contractor, will make a subsequent Final
26 Inspection of the project.
27 5. Provide all special accessories required to place each item of equipment in full
28 operation. These special accessory items include, but are not limited to:
29 a. Specked spare parts
30 b. Adequate oil and grease as required for the first lubrication of the equipment
31 c. Initial fill up of all chemical tanks and fuel tanks
32 d. Light bulbs
33 e. Fuses
34 f. Vault keys
35 g. Handwheels
36 h. Other expendable items as required for initial start-up and operation of all
37 equipment
38 D. Notice of Project Completion
39 1. Once the City Project Representative finds the Work subsequent to Final Inspection
40 to be satisfactory, the City will issue a Notice of Project Completion (Green Sheet).
41 E. Supporting Documentation
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revised March 22, 2021
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
01 7719 - 3
CLOSEOUT REQUIREMENTS
Page 3 of 3
1. Coordinate with the City Project Representative to complete the following
additional forms:
a. Final Payment Request
b. Statement of Contract Time
c. Affidavit of Payment and Release of Liens
d. Consent of Surety to Final Payment
e. Pipe Report (if required)
f. Contractor's Evaluation of City
g. Performance Evaluation of Contractor
F. Letter of Final Acceptance
1. Upon review and acceptance of Notice of Project Completion and Supporting
Documentation, in accordance with General Conditions, City will issue Letter of
Final Acceptance and release the Final Payment Request for payment.
3.5 REPAIR / RESTORATION [NOT USED]
3.6 RE -INSTALLATION [NOT USED]
3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED]
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.10 CLEANING [NOT USED]
3.11 CLOSEOUT ACTIVITIES [NOT USED]
3.12 PROTECTION [NOT USED]
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
3/22/2021 M Owen 3.4 C. Added language to clarify and emphasize requirement to "Clearing ROW"
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revised March 22, 2021
017823-1
OPERATION AND MAINTENANCE DATA
Page 1 of 5
SECTION 0178 23
OPERATION AND MAINTENANCE DATA
PART1- GENERAL
1.1 SUMMARY
A. Section Includes:
1. Product data and related information appropriate for City's maintenance and
operation of products furnished under Contract
2. Such products may include, but are not limited to:
a. Traffic Controllers
b. Irrigation Controllers (to be operated by the City)
c. Butterfly Valves
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 — General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various Items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Schedule
1. Submit manuals in final form to the City within 30 calendar days of product
shipment to the project site.
1.5 SUBMITTALS
A. Submittals shall be in accordance with Section 0133 00. All submittals shall be
approved by the City prior to delivery.
1.6 INFORMATIONAL SUBMITTALS
A. Submittal Form
1. Prepare data in form of an instructional manual for use by City personnel.
2. Format
a. Size: 8 1/2 inches x 11 inches
b. Paper
1) 40 pound minimum, white, for typed pages
2) Holes reinforced with plastic, cloth or metal
c. Text: Manufacturer's printed data, or neatly typewritten
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revised December 20, 2012
01 78 23 - 2
OPERATION AND MAINTENANCE DATA
Page 2 of 5
d. Drawings
1) Provide reinforced punched binder tab, bind in with text
2) Reduce larger drawings and fold to size of text pages.
e. Provide fly -leaf for each separate product, or each piece of operating
equipment.
1) Provide typed description of product, and major component parts of
equipment.
2) Provide indexed tabs.
f. Cover
1) Identify each volume with typed or printed title "OPERATING AND
MAINTENANCE INSTRUCTIONS".
2) List:
a) Title of Project
b) Identity of separate structure as applicable
c) Identity of general subject matter covered in the manual
3. Binders
a. Commercial quality 3-ring binders with durable and cleanable plastic covers
b. When multiple binders are used, correlate the data into related consistent
groupings.
4. If available, provide an electronic form of the O&M Manual.
B. Manual Content
Neatly typewritten table of contents for each volume, arranged in systematic order
a. Contractor, name of responsible principal, address and telephone number
b. A list of each product required to be included, indexed to content of the volume
c. List, with each product:
1) The name, address and telephone number of the subcontractor or installer
2) A list of each product required to be included, indexed to content of the
volume
3) Identify area of responsibility of each
4) Local source of supply for parts and replacement
d. Identify each product by product name and other identifying symbols as set
forth in Contract Documents.
2. Product Data
a. Include only those sheets which are pertinent to the specific product.
b. Annotate each sheet to:
1) Clearly identify specific product or part installed
2) Clearly identify data applicable to installation
3) Delete references to inapplicable information
3. Drawings
a. Supplement product data with drawings as necessary to clearly illustrate:
1) Relations of component parts of equipment and systems
2) Control and flow diagrams
b. Coordinate drawings with information in Project Record Documents to assure
correct illustration of completed installation.
c. Do not use Project Record Drawings as maintenance drawings.
4. Written text, as required to supplement product data for the particular installation:
a. Organize in consistent format under separate headings for different procedures.
b. Provide logical sequence of instructions of each procedure.
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revised December 20, 2012
01 78 23 - 3
OPERATION AND MAINTENANCE DATA
Page 3 of 5
5. Copy of each warranty, bond and service contract issued
a. Provide information sheet for City personnel giving:
1) Proper procedures in event of failure
2) Instances which might affect validity of warranties or bonds
C. Manual for Materials and Finishes
1. Submit 5 copies of complete manual in final form.
2. Content, for architectural products, applied materials and finishes:
a. Manufacturer's data, giving full information on products
1) Catalog number, size, composition
2) Color and texture designations
3) Information required for reordering special manufactured products
b. Instructions for care and maintenance
1) Manufacturer's recommendation for types of cleaning agents and methods
2) Cautions against cleaning agents and methods which are detrimental to
product
3) Recommended schedule for cleaning and maintenance
3. Content, for moisture protection and weather exposure products:
a. Manufacturer's data, giving full information on products
1) Applicable standards
2) Chemical composition
3) Details of installation
b. Instructions for inspection, maintenance and repair
D. Manual for Equipment and Systems
1. Submit 5 copies of complete manual in final form.
2. Content, for each unit of equipment and system, as appropriate:
a. Description of unit and component parts
1) Function, normal operating characteristics and limiting conditions
2) Performance curves, engineering data and tests
3) Complete nomenclature and commercial number of replaceable parts
b. Operating procedures
1) Start-up, break-in, routine and normal operating instructions
2) Regulation, control, stopping, shut -down and emergency instructions
3) Summer and winter operating instructions
4) Special operating instructions
c. Maintenance procedures
1) Routine operations
2) Guide to "trouble shooting"
3) Disassembly, repair and reassembly
4) Alignment, adjusting and checking
d. Servicing and lubrication schedule
1) List of lubricants required
e. Manufacturer's printed operating and maintenance instructions
f. Description of sequence of operation by control manufacturer
1) Predicted life of parts subject to wear
2) Items recommended to be stocked as spare parts
g. As installed control diagrams by controls manufacturer
h. Each contractor's coordination drawings
1) As installed color coded piping diagrams
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revised December 20, 2012
01 78 23 - 4
OPERATION AND MAINTENANCE DATA
Page 4 of 5
i. Charts of valve tag numbers, with location and function of each valve
j. List of original manufacturer's spare parts, manufacturer's current prices, and
recommended quantities to be maintained in storage
k. Other data as required under pertinent Sections of Specifications
3. Content, for each electric and electronic system, as appropriate:
a. Description of system and component parts
1) Function, normal operating characteristics, and limiting conditions
2) Performance curves, engineering data and tests
3) Complete nomenclature and commercial number of replaceable parts
b. Circuit directories of panelboards
1) Electrical service
2) Controls
3) Communications
c. As installed color coded wiring diagrams
d. Operating procedures
1) Routine and normal operating instructions
2) Sequences required
3) Special operating instructions
e. Maintenance procedures
1) Routine operations
2) Guide to "trouble shooting"
3) Disassembly, repair and reassembly
4) Adjustment and checking
f. Manufacturer's printed operating and maintenance instructions
g. List of original manufacturer's spare parts, manufacturer's current prices, and
recommended quantities to be maintained in storage
h. Other data as required under pertinent Sections of Specifications
4. Prepare and include additional data when the need for such data becomes apparent
during instruction of City's personnel.
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE
A. Provide operation and maintenance data by personnel with the following criteria:
1. Trained and experienced in maintenance and operation of described products
2. Skilled as technical writer to the extent required to communicate essential data
3. Skilled as draftsman competent to prepare required drawings
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revised December 20, 2012
01 78 23 - 5
OPERATION AND MAINTENANCE DATA
Page 5 of 5
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME
8/31/2012 D. Johnson
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20, 2012
SUMMARY OF CHANGE
1.5.A.1 — title of section removed
Water and Sanitary Sewer Replacements Contract 2020 WSM-L
CPN 103362
SECTION 0178 39
PROJECT RECORD DOCUMENTS
PART1- GENERAL
1.1 SUMMARY
A. Section Includes:
017839-1
PROJECT RECORD DOCUMENTS
Page 1 of 4
1. Work associated with the documenting the project and recording changes to project
documents, including:
a. Record Drawings
b. Water Meter Service Reports
c. Sanitary Sewer Service Reports
d. Large Water Meter Reports
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 — General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various Items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
1.5 SUBMITTALS
A. Prior to submitting a request for Final Inspection, deliver Project Record Documents to
City's Project Representative.
1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE
A. Accuracy of Records
1. Thoroughly coordinate changes within the Record Documents, making adequate
and proper entries on each page of Specifications and each sheet of Drawings and
other Documents where such entry is required to show the change properly.
2. Accuracy of records shall be such that future search for items shown in the Contract
Documents may rely reasonably on information obtained from the approved Project
Record Documents.
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revised July 1, 2011
01 78 39 - 2
PROJECT RECORD DOCUMENTS
Page 2 of 4
3. To facilitate accuracy of records, make entries within 24 hours after receipt of
information that the change has occurred.
4. Provide factual information regarding all aspects of the Work, both concealed and
visible, to enable future modification of the Work to proceed without lengthy and
expensive site measurement, investigation and examination.
1.10 STORAGE AND HANDLING
A. Storage and Handling Requirements
1. Maintain the job set of Record Documents completely protected from deterioration
and from loss and damage until completion of the Work and transfer of all recorded
data to the final Project Record Documents.
2. In the event of loss of recorded data, use means necessary to again secure the data
to the City's approval.
a. In such case, provide replacements to the standards originally required by the
Contract Documents.
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART2- PRODUCTS
2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS [NOT USED]
2.2 RECORD DOCUMENTS
A. Job set
1. Promptly following receipt of the Notice to Proceed, secure from the City, at no
charge to the Contractor, 1 complete set of all Documents comprising the Contract.
B. Final Record Documents
1. At a time nearing the completion of the Work and prior to Final Inspection, provide
the City 1 complete set of all Final Record Drawings in the Contract.
2.3 ACCESSORIES [NOT USED]
2.4 SOURCE QUALITY CONTROL [NOT USED]
PART 3 - EXECUTION
3.1 INSTALLERS [NOT USED]
3.2 EXAMINATION [NOT USED
3.3 PREPARATION [NOT USED
3.4 MAINTENANCE DOCUMENTS
A. Maintenance of Job Set
1. Immediately upon receipt of the job set, identify each of the Documents with the
title, "RECORD DOCUMENTS - JOB SET".
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revised July 1, 2011
017839-3
PROJECT RECORD DOCUMENTS
Page 3 of 4
2. Preservation
a. Considering the Contract completion time, the probable number of occasions
upon which the job set must be taken out for new entries and for examination,
and the conditions under which these activities will be performed, devise a
suitable method for protecting the job set.
b. Do not use the job set for any purpose except entry of new data and for review
by the City, until start of transfer of data to final Project Record Documents.
c. Maintain the job set at the site of work.
3. Coordination with Construction Survey
a. At a minimum, in accordance with the intervals set forth in Section 01 7123,
clearly mark any deviations from Contract Documents associated with
installation of the infrastructure.
4. Making entries on Drawings
a. Record any deviations from Contract Documents.
b. Use an erasable colored pencil (not ink or indelible pencil), clearly describe the
change by graphic line and note as required.
c. Date all entries.
d. Call attention to the entry by a "cloud" drawn around the area or areas affected.
e. In the event of overlapping changes, use different colors for the overlapping
changes.
Conversion of schematic layouts
a. In some cases on the Drawings, arrangements of conduits, circuits, piping,
ducts, and similar items, are shown schematically and are not intended to
portray precise physical layout.
1) Final physical arrangement is determined by the Contractor, subject to the
City's approval.
2) However, design of future modifications of the facility may require
accurate information as to the final physical layout of items which are
shown only schematically on the Drawings.
b. Show on the job set of Record Drawings, by dimension accurate to within 1
inch, the centerline of each run of items.
1) Final physical arrangement is determined by the Contractor, subject to the
City's approval.
2) Show, by symbol or note, the vertical location of the Item ("under slab", "in
ceiling plenum", "exposed", and the like).
3) Make all identification sufficiently descriptive that it may be related
reliably to the Specifications.
c. The City may waive the requirements for conversion of schematic layouts
where, in the City's judgment, conversion serves no useful purpose. However,
do not rely upon waivers being issued except as specifically issued in writing
by the City.
B. Final Project Record Documents
Transfer of data to Drawings
a. Carefully transfer change data shown on the job set of Record Drawings to the
corresponding final documents, coordinating the changes as required.
b. Clearly indicate at each affected detail and other Drawing a full description of
changes made during construction, and the actual location of items.
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revised July 1, 2011
01 78 39 - 4
PROJECT RECORD DOCUMENTS
Page 4 of 4
c. Call attention to each entry by drawing a "cloud" around the area or areas
affected.
d. Make changes neatly, consistently and with the proper media to assure
longevity and clear reproduction.
2. Transfer of data to other Documents
a. If the Documents, other than Drawings, have been kept clean during progress of
the Work, and if entries thereon have been orderly to the approval of the City,
the job set of those Documents, other than Drawings, will be accepted as final
Record Documents.
b. If any such Document is not so approved by the City, secure a new copy of that
Document from the City at the City's usual charge for reproduction and
handling, and carefully transfer the change data to the new copy to the approval
of the City.
3.5 REPAIR / RESTORATION [NOT USED]
3.6 RE -INSTALLATION [NOT USED]
3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED]
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.10 CLEANING [NOT USED]
3.11 CLOSEOUT ACTIVITIES [NOT USED]
3.12 PROTECTION [NOT USED]
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
END OF SECTION
Revision Log
DATE NAME
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised July 1, 2011
SUMMARY OF CHANGE
Water and Sanitary Sewer Replacements Contract 2020 WSM-L
CPN 103362
APPENDIX
GC-4.02 Subsurface and Physical Conditions
GC-6.06.1) Minority and Women Owned Business Enterprise Compliance
GC-6.07 Wage Rates
GC-6.24 Nondiscrimination
GR-01 60 00 Product Requirements — Available online, not included herein
CITY OF FORT WORTH Water and Sanitary Sewer Replacements Contract 2020 WSM-L
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103362
Revised July 1, 2011
GC-4.02 Subsurface and Physical Conditions
FORTWORTH.
City of Fort Worth
Capital Delivery Division/Soil Lab
8851 Camp Bowie Blvd #300
Fort Worth, TX 76116
Phone:817-392-7920
Laboratory Test Results for
Cresthaven Terrace, Northwood Road, Ridgewood Road, and Englewood Lane Street Coring Project
09/30/2021
Project: CPN# 103362
Date Tested: 09/22/2021 — 09/24/2021
Requested by: Brenda Oropeza
This report presents the results of a street coring project for CPN #103362. Mr. Stephen Overton and Mr. Daniel
Wright performed the cores, and Mr. Zelalem Arega reviewed and approved the results.
W Englewood Lane
(Northwood Road to North Bailey Avenue)
HOLE # 1
LOCATION: 3800 Englewood Lane (E/4)
2.00" HMAC
3.00" Base material (rock and sand)
11.00" Brown clayey sand with rock
HOLE # 2
LOCATION: 3828 Englewood Lane (W/4)
2.00" HMAC
11.00" Base material (rock and sand)
3.00" Brown clayey sand with rock (Non Plastic) Shrinkage %: 2.5
HOLE # 3
LOCATION: 860 Edgefield Road (N/4)
2.00" HMAC
14.00" Brown clayey sand with rock
HOLE #4
LOCATION: 833 Edgefield Road (S/4)
2.00" HMAC
14.00" Base material (brown clayey sand with rock)
PW I of 5
FORTWORTH.
City of Fort Worth
Capital Delivery Division/Soil Lab
8851 Camp Bowie Blvd #300
Fort Worth, TX 76116
HOLE #5
LOCATION: 808 Edgefield Road (N/4)
2.00" HMAC
14.00" Base material (brown clayey sand with rock)
HOLE #6
LOCATION: 737 Edgefteld Road (S/4)
11 ■IU
10.00" Base material (Red brown clayey sand with rock)
4.00" Yellowish brown clayey sand
HOLE #7
LOCATION: 713 Edgefield Road (N/4)
2.00" HMAC
6.00" Base material
2.00" HMAC
6.00" Red brown clayey sand with rock
HOLE #8
LOCATION: 625 Edgefield Road (S/4)
2.50" HMAC
13.50" Base material (brown clayey sand with rock)
HOLE #9
LOCATION: 3825 Sherwood Avenue (W/4)
2.75" HMAC
13.25" Brown/ Red brown clayey sand with rock
HOLE #10
LOCATION: 3705 Sherwood Avenue (E/4)
2.00" HMAC
2.00" Sand and rock
5.00" Dark brown clay with rock
7.00" Red brown clayey sand (LL- 28, PL- 15, PI- 13) Shrinkage %: 7.5
Phone:817-392-7920
Page 2 of 5
FORTWORTH.
City of Fort Worth
Capital Delivery Division/Soil Lab
8851 Camp Bowie Blvd #300
Fort Worth, TX 76116
Cresthaven Terrace
(Rockwood Park Drive to North Bailey Avenue)
HOLE #1
LOCATION: 3709 Cresthaven Terrace (E/4)
3.50" HMAC
5.50" Brown/ Light brown clay with rock
6.00" Brown shaley clay (LL- 45, PL- 21, PI- 24) Shrinkage %: 10
HOLE #2
LOCATION: 3724 Cresthaven Terrace (W/4)
5.25" HMAC
1.75" Brown clayey sand with gravel
9.00" Greyish brown sandy clay (LL- 50, PL- 22, PI- 28) Shrinkage %: 10
Northwood Road
(Rockwood Park Drive to Wildwood Road)
HOLE #1
LOCATION:1004 Northwood Road (S/4)
1.75" HMAC
8.25" Red brown/ Yellowish brown clay with rock
8.00" Dark brown/ brown sandy clay (LL- 32, PL- 19, PI- 13) Shrinkage %: 7.5
HOLE #2
LOCATION: 900 Northwood Road (N/4)
4.00" HMAC
6.00" Red brown/ Yellowish brown clay with rock
6.00" Brown sandy clay
HOLE #3
LOCATION: 849 Northwood Road (S/4)
9.00" HMAC
7.00" Brown sandy clay
Phone:817-392-7920
Page 3 of 5
FORTWORTH.
City of Fort Worth
Capital Delivery Division/Soil Lab
8851 Camp Bowie Blvd #300
Fort Worth, TX 76116
HOLE #4
LOCATION: 828 Northwood Road (N/4)
3.00" HMAC
2.00" Brown clay with rock
4.00" Rock with light brown clay
1.00" HMAC
3.00" Rock with light brown clay
HOLE #5
LOCATION: 805 Northwood Road (S/4)
3.00" HMAC
5.00" Brown/ Yellowish brown clay with rock
8.00" Brown sandy clay
HOLE #6
LOCATION: 728 Northwood Road (N/4)
2.50" HMAC
2.00" Red brown clay with rock
3.50" Brown sandy clay with rock
8.00" Brown sandy clay
HOLE #7
LOCATION: 704 Northwood Road (S/4)
1.50" HMAC
5.50" Red brown clay with rock
9.00" Red brown clayey sand (LL- 29, PL- 17, PI- 12) Shrinkage %: 7.5
Ridgewood Road
IN" (Cresthaven Terrace to Crestwood Terrace)
HOLE #1
LOCATION: 304 Ridgewood Road (S/4)
2.50" HMAC
7.50" Brown/ Red brown sandy clay with rock
6.00" Red brown sandy clay (LL- 41, PL- 23, PI- 18) Shrinkage %:10
Phone:817-392-7920
Page 4of5
FORTWORTH.
City of Fort Worth
Capital Delivery Division/Soil Lab
8851 Camp Bowie Blvd #300
Fort Worth, TX 76116
HOLE #2
LOCATION: 323 Ridgewood Road (N/4)
3.25" HMAC
12.75" Red brown/ Brown clayey sand with rock
HOLE #3
LOCATION: 408 Ridgewood Road (S/4)
2.75" HMAC
7.25" Red brown/ Brown sandy clay with rock
6.00" Red brown sandy clay
HOLE #4
LOCATION: 430 Ridgewood Road (N/4)
2.50" HMAC
13.50" Red brown clayey sand with rock
Phone:817-392-7920
Page 5 of 5
J
9NE
1G E,�1 vt
I: , -
Client: City of Fort Worth/TPW Soil Lab
8851 Camp Bowie Boulevard
Fort Worth, TX 76116
Project: CPN 103361 Cores Jones & Carter
Sewer PO-FW020-0000007089 Sewer FID
56002-0700430-5330500=103361-001784-9999
Services:
3201 NE Loop 820, S. 180, Fort Worth, TX 76137
8908 Ambassador Row, Dallas, TX 75247
Texas Engineering Firm Registration, No. F-1572
Corporate Phone: (214) 630-9745
Report of On Site Activities
Report No.: 14372826
Project No.: 2126061
Date of Service: 02/01/2022
Report Date: 02/11/2022
On this date, a representative(s) of Rone Engineering Services, Ltd. arrived on site as scheduled to perform coring for
depth and sampling.
Technician: Ray Godfrey
Report Distribution:
Orig: City of Fort Worth/TPW Soil Lab (Fort Worth,
Attn: Ms. Alicia Garcia (1-ec copy)
1-ec Rone Engineering Project Managers
Attn: Mr. Steve Campbell
Started: 08:30am Finished: 04:15pm Rone Engineering
TX)
Steve Campbell, CET
Project Manager
LIMITATIONS: The test results presented herein were prepared based upon the specific samples provided for testing. We assume no responsibility for variation in quality
(composition, appearance, etc.) or any other feature of similar subject matter provided by persons or conditions over which we have no control. Our letters and reports are
for the exclusive use of the clients to whom they are addressed and shall not be reproduced except in full without the written approval of Rone Engineering Services, Ltd.
(SC/SC)
Page 1 of 9
Rone Engineering Services, Ltd.
Project: Jones & Carter — Sewer
CPN: 103361 / PO- 0000007089 / Water FID: 56002-
0700430-5330500-C 103361-0001784-9999
Rone Project No.: 2126061
Rone Report No.: 14372826
Date of Service: February 2022
Depth Checks — Coring
On this date a representative of Rone Engineering Services, Ltd. arrived onsite, as scheduled,
to perform Core Depth Checks.
Please See Below for Locations and Results:
Hole #1
Location: See attached map
4" of Type C HMAC
5" of Flexbase
9" Light Brown Red Clay
Stopped coring at 18"
Hole #2
Location: See attached map
3.75" of Type C HMAC
5" of Flexbase, Atterburg Limits: LL=19, PL=13, PI=6
9.25" Light Brown Red Clay, Atterburg Limits: LL=39, PL=14, PI=25
Stopped coring at 18"
Hole #3
Location: See attached map
1.5" of Type C HMAC
3.5" of Flexbase, Atterburg Limits: LL=24, PL=19, PI=5
13.0" Light Brown Red Clay, Atterburg Limits: LL=47, PL=17, PI=30
Stopped coring at 18"
Hole #4
Location: See attached map
9" of Type C HMAC
5" of Flexbase
4" Light Brown Clay with Limestone Fragments
Stopped coring at 18"
Hole #5
Location: See attached map
4" of Type C HMAC
4" of Flexbase, Atterburg Limits: LL=29, PL=18, PI=11
10" Light Brown Clay with Limestone Fragments, Atterburg Limits: LL=44, PL=18, PI=26
Stopped coring at 18"
Hole #6
Location: See attached map
2" of Type C HMAC
10" of Concrete, 5100psi
6" of Flexbase, Atterburg Limits: LL=15, PL=10, PI=5
Stopped coring at 18"
Hole #7
Location: See attached map
5.75" of Type C HMAC
12.25" of Flexbase
Stopped coring at 18"
Hole #8
Location: See attached map
5.5" of Type C HMAC
5" of Concrete, Untestable
7.5" of Flexbase, Atterburg Limits: LL=13, PL=10, PI=3
Stopped coring at 18"
Hole #9
Location: See attached map
3.75" of Type C HMAC
10.5" of Flexbase
3.75" Brown Clay
Stopped coring at 18"
Hole #10
Location: See attached map
2.5" of Type C HMAC
11" of Flexbase, Atterburg Limits: LL=28, PL=16, PI=12
4.5" Brown Clay
Stopped coring at 18"
Hole #11
Location: See attached map
2.5" of Type C HMAC
5" of Flexbase
10.5" Brown Clay
Stopped coring at 18"
Hole #12
Location: See attached map
3" of Type C HMAC
4" of Flexbase, Atterburg Limits: LL=25, PL=16, PI=9
11" Light Brown Red Clay, Atterburg Limits: LL=27, PL=9, PI=18
Stopped coring at 18"
Hole #13
Location: See attached map
2.5" of Type C HMAC
5.5" of Flexbase
10" Light Brown Red Clay
Stopped coring at 18"
Hole #14
Location: See attached map
5.25" of Type C HMAC
5" of Flexbase, Atterburg Limits: LL=24, PL=16, PI=8
7.5" Light Brown Red Clay, Atterburg Limits: LL=28, PL=7, PI=21
Stopped coring at 18"
Hole #15
Location: See attached map
2" of Type C HMAC
6" of Flexbase
10" Light Brown Red Clay
Stopped coring at 18"
Hole #16
Location: See attached map
2.25" of Type C HMAC
5.5" of Flexbase, Atterburg Limits: LL=25, PL=14, PI=11
10.25" Light Brown Red Clay, Atterburg Limits: LL=29, PL=12, PI=17
Stopped coring at 18"
Hole #17
Location: See attached map
3.25" of Type C HMAC
6" of Flexbase
8.75" Light Brown Red Clay
Stopped coring at 18"
Hole #18
Location: See attached map
3.5" of Type C HMAC
5.75" of Flexbase
8.75" Brown Clay
Stopped coring at 18"
Hole #19
Location: See attached map
4.75" of Type C HMAC
6.25" of Flexbase, Atterburg Limits: LL=25, PL=17, PI=8
7" Light Brown Red Clay, Atterburg Limits: LL=29, PL=15, PI=14
Stopped coring at 18"
Hole #20
Location: See attached map
2.75" of Type C HMAC
6" of Flexbase
9.25" Brown Clay
Stopped coring at 18"
Hole #21
Location: See attached map
4" of Type C HMAC
5" of Flexbase, Atterburg Limits: LL=26, PL=17, PI=9
9" Brown Clay, Atterburg Limits: LL=41, PL=15, PI=26
Stopped coring at 18"
Hole #22
Location: See attached map
3" of Type C HMAC
5" of Flexbase
10" Brown Clay
Stopped coring at 18"
Hole #23
Location: See attached map
2.5" of Type C HMAC
5.5" of Flexbase, Atterburg Limits: LL=20, PL=13, PI=7
10" Brown Clay, Atterburg Limits: LL=31, PL=13, PI=18
Stopped coring at 18"
Hole #24
Location: See attached map
2" of Type C HMAC
4.5" of Flexbase, Atterburg Limits: LL=25, PL=14, PI=11
11.5" Brown Clay, Atterburg Limits: LL=37, PL=14, PI=23
Stopped coring at 18"
Please see attached maps for plotted locations referenced above.
i c
/ T
�., V" ski E`d`ff',y� 'K. '-�y •rt"^J., - 47
a oMir
{VA
�i�\
vA
At
A AN
TI
��' ����;-���'-�L'�'" i� ,''� ��+�•��,.�` jai+ i '6r� ~ `I;P �'
�r ��1�•r ,7s
_4t ljjFk
��-" ��p y��,, to�L's i y T¢M,�'�. � �,•r� 4 Zi .. "1 '• �(�y 11 �l�
�����'� •rS` a �` }� Ili:;;'���s,.t� �..,�t�....+'�5 `I i 1'i
a.- - , rti b A - * y .T � ' .,�, -,X••,,,. • ;'g •ice S
-�r i ��f � , � pp�lL K� �• .-gip � � � � ` "� �•� �
:.Y G � 4�/. � u u :F.&�'�+r .�� msr:. si ter., wwwwwwnrwwau:, •`ram w��e�;azm■ 1.: 6aa--�A-,mrv-,wt ...,--tee.
GC-6.061D Minority and Women Owned Business Enterprise
Compliance
F_ O RT WORTH TEMPORARY REVISION 4/6/2020 (COVID-19)
City of Fort Worth
Minority Business Enterprise Specifications
SPECIAL INSTRUCTIONS FOR OFFERORS
APPLICATION OF POLICY
IIf the total dollar value of the contract is $50,000.01 or more, then a MBE subcontracting goal is applicable
POLICY STATEMENT
It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority Business Enterprises
(MBE) in the procurement of all goods and services. All requirements and regulations stated in the City's current
Business Diversity Enterprise Ordinance applies to this bid.
MBE PROJECT GOALS
The City's MBE goal on this project is 11.02 % of the base bid value of the contract.
Note: If both MBE and SBE subcontracting goals are established for this project, then an Offeror must submit both a
MBE Utilization Form and a SBE Utilization Form to be deemed responsive.
COMPLIANCE TO BID SPECIFICATIONS
On City contracts $50,000.01 or more where a MBE subcontracting goal is applied, Offerors are required to comply
with the intent of the City's Business Diversity Enterprise Ordinance by one of the following:
1. Meet or exceed the above stated MBE goal through MBE subcontracting participation, or
2. Meet or exceed the above stated MBE goal through MBE Joint Venture participation, or;
3. Good Faith Effort documentation, or;
4. Prime Waiver documentation.
SUBMITTAL OF REQUIRED DOCUMENTATION
The applicable documents must be received by the by the assigned City of Fort Worth Project Manager or
Department Designee, within the following times allocated, in order for the entire bid to be considered responsive to
the specifications. The Offeror shall EMAIL the MBE documentation to the assigned City of Fort Worth
Project Manager or Department Designee. A faxed copy will not be accepted.
1. Subcontractor Utilization Form, if goal is received no later than 2:00 p.m., on the second City business day
met or exceeded: after the bid opening date, exclusive of the bid opening date.
2. Good Faith Effort and Subcontractor received no later than 2:00 p.m., on the second City business day
Utilization Form, if participation is less than
stated goal:
3. Good Faith Effort and Subcontractor
Utilization Form, if no MBE participation:
4. Prime Contractor Waiver Form, if you will
perform all subcontracting/supplier work:
5. Joint Venture Form, if goal is met or
exceeded:
after the bid opening date, exclusive of the bid opening date.
received no later than 2:00 p.m., on the second City business day
after the bid opening date, exclusive of the bid opening date.
received no later than 2:00 p.m., on the second City business day
after the bid opening date, exclusive of the bid opening date.
received no later than 2:00 p.m., on the second City business day
after the bid opening date, exclusive of the bid opening date.
FAILURE TO COMPLY WITH THE CITY'S BUSINESS DIVERSITY ENTERPRISE ORDINANCE, WILL RESULT IN
THE BID BEING CONSIDERED NON -RESPONSIVE TO SPECIFICATIONS.
FAILURE TO SUBMIT THE REQUIRED MBE DOCUMENTATION WILL RESULT IN THE BID BEING CONSIDERED
NON -RESPONSIVE. A SECOND FAILURE WILL RESULT IN THE OFFEROR BEING DISQUALIFIED FOR A
PERIOD OF ONE YEAR. THREE FAILURES IN A FIVE YEAR PERIOD WILL RESULT IN A DISQUALIFICATION
PERIOD OF THREE YEARS.
Any questions, please contact the Office of Business Diversity at (817) 392-2674.
Office of Business Diversity
Email: mwbeoffice@fortworthtexas.gov Temporarily Revised April 6, 2020 due to COVIDI9 Emergency
Phone: (817) 392-2674
ATTACHMENT1A
Page 1 of 4
FORT WORTH
City of Fort Worth
Office of Business Diversity
MBE Subcontractors/Suppliers Utilization Form
OFFEROR COMPANY NAME: Check applicable box to describe
Offeror's Certification
PROJECT NAME: M/W/DBE n NON-M/W/DBE
Water & Sanitary Sewer Replacement Contract 2020 WSM-L BID DATE
2/27/2025
City's MBE Project Goal: I Offeror's MBE Project Commitment: PROJECT NUMBER
11.02 Rio Rio 103362
Identify all subcontractors/suppliers you will use on this project
Failure to complete this form, in its entirety with requested documentation, and received by the Purchasing
Division no later than 2:00 p.m. on the second City business day after bid opening, exclusive of bid opening date,
will result in the bid being considered non -responsive to bid specifications.
The undersigned Offeror agrees to enter into a formal agreement with the MBE firm(s) listed in this utilization
schedule, conditioned upon execution of a contract with the City of Fort Worth. The intentional and/or knowing
misrepresentation of facts is grounds for consideration of disqualification and will result in the bid being
considered non -responsive to bid specifications.
MBEs listed toward meeting the project goal must be located in the six (6) county marketplace at the time of
bid or the business has a Significant Business Presence in the Marketplace. Marketplace is the geographic
area of Tarrant, Dallas, Denton, Johnson, Parker, and Wise counties.
Prime contractors must identify by tier level of all subcontractors/suppliers. Tier: means the level of
subcontracting below the prime contractor/consultant i.e. a direct payment from the prime contractor to a
subcontractor is considered 1st tier, a payment by a subcontractor to its supplier is considered 2nd tier. The prime
contractor is responsible to provide proof of payment of all tiered subcontractors identified as a MBE and
counting those dollars towards meeting the contract committed goal.
ALL MBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD.
Certification means those firms, located within the Marketplace, that have been determined to be a bonafide minority
business enterprise by the North Central Texas Regional Certification Agency (NCTRCA) and the Dallas/Fort Worth
Minority Supplier Development Council (D/FW MSDC).
If hauling services are utilized, the Offeror will be given credit as long as the MBE listed owns and
operates at least one fully licensed and operational truck to be used on the contract. The MBE may lease
trucks from another MBE firm, including MBE owner -operated, and receive full MBE credit. The MBE may
lease trucks from non -MBEs, including owner -operated, but will only receive credit for the fees and
commissions earned by the MBE as outlined in the lease agreement.
Rev. 2/13/19
FORT ATTACHMENT 1A
Page 2 of 4
Offerors are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority and non -MBEs. MBE firms are to be
listed first, use additional sheets if necessary. Please note that only certified MBEs will be counted to meet an MBE goal.
N
SUBCONTRACTOR/SUPPLIER °
Company Name T M W n Detail Detail
Address i B B Subcontracting Supplies
Dollar Amount
Telephone/Fax e E E M Work Purchased
Email r B
Contact Person E
Rev. 5/15/19
FORTWORTH
ATTACHMENT1A
Page 3 of 4
Offerors are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority and non -MBEs. MBE firms are to be
listed first, use additional sheets if necessary. Please note that only certified MBEs will be counted to meet an MBE goal.
N
SUBCONTRACTOR/SUPPLIER °
Company Name T M W n Detail Detail
Address i B B Subcontracting Supplies
Dollar Amount
Telephone/Fax e E E M Work Purchased
Email r B
Contact Person E
J
Rev. 5/15/19
FORT WORTH ATTACHMENT 1A
Page 4 of 4
Total Dollar Amount of MBE Subcontractors/Suppliers $
Total Dollar Amount of Non -MBE Subcontractors/Suppliers $
TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $
The Offeror will not make additions, deletions, or substitutions to this certified list without the prior approval of the
Office of Business Diversity through the submittal of a Request for Approval of Change/Addition
form. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in
accord with the procedures outlined in the ordinance. The Offeror shall submit a detailed explanation of
how the requested change/addition or deletion will affect the committed MBE goal. If the detail explanation is
not submitted, it will affect the final compliance determination.
By affixing a signature to this form, the Offeror further agrees to provide, directly to the City upon request,
complete and accurate information regarding actual work performed by all subcontractors, including MBE(s) and
any special arrangements with MBEs. The Offeror also agrees to allow an audit and/or examination of any
books, records and files held by their company. The Offeror agrees to allow the transmission of interviews with
owners, principals, officers, employees and applicable subcontractors/suppliers participating on the contract that
will substantiate the actual work performed by the MBE(s) on this contract, by an authorized officer or employee
of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract
or debarment from City work for a period of not less than three (3) years and for initiating action under Federal,
State or Local laws concerning false statements. Any failure to comply with this ordinance creates a material
breach of the contract and may result in a determination of an irresponsible Offeror and debarment from
participating in City work for a period of time not less than one (1) year.
Authorized Signature
Title
Company Name
Address
City/State/Zip
Office of Business Diversity
Email: mwbeoffice@fortworthtexas.gov
Phone: (817) 392-2674
Printed Signature
Contact Name/Title (if different)
Telephone and/or Fax
E-mail Address
Date
Rev. 5/15/19
FORT WORTH
City of Fort Worth
Minority Business Enterprise Specifications
Prime Contractor Waiver Form
OFFEROR COMPANY NAME:
PROJECT NAME:
Water & Sanitary Sewer Replacement Contract 2020 WSM-L
City's MBE Project Goal: I Offeror's MBE Project Commitment:
11.02
ATTACHMENT 1B
Page 1 of 1
Check applicable box to describe Offeror's
Certification
M/W/DBE NON-M/W/DBE
BID DATE
2/27/2025
103362
PROJECT NUMBER
If both answers to this form are YES, do not complete ATTACHMENT 1C (Good Faith Effort Form). All questions on
this form must be completed and a detailed explanation provided, if applicable. If the answer to either question is
NO, then you must complete ATTACHMENT 1 C. This form is only applicable if both answers are yes.
Failure to complete this form in its entirety and be received by the Purchasing Division no later than 2:00
p.m., on the second City business day after bid opening, exclusive of the bid opening date, will result in
the bid being considered non -responsive to bid specifications.
Will you perform this entire contract without subcontractors? YES
If yes, please provide a detailed explanation that proves based on the size and scope of this NO
project, this is your normal business practice and provide an operational profile of your business.
Will you perform this entire contract without suppliers? YES
If yes, please provide a detailed explanation that proves based on the size and scope of this
project, this is your normal business practice and provide an inventory profile of your business. NO
The Offeror further agrees to provide, directly to the City upon request, complete and accurate information
regarding actual work performed by all subcontractors, including MBE(s) on this contract, the payment thereof and
any proposed changes to the original MBE(s) arrangements submitted with this bid. The Offeror also agrees to
allow an audit and/or examination of any books, records and files held by their company that will substantiate the
actual work performed by the MBEs on this contract, by an authorized officer or employee of the City. Any
intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment
from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local
laws concerning false statements. Any failure to comply with this ordinance creates a material breach of contract
and may result in a determination of an irresponsible Offeror and barred from participating in City work for a
period of time not less than one (1) year.
Authorized Signature
Title
Company Name
Address
City/State/Zip
Office of Business Diversity
Email: mwbeoffice@fortworthtexas.gov
Phone: (817) 392-2674
Printed Signature
Contact Name (if different)
Phone Number Fax Number
Email Address
Date
Rev. 5/15/19
FORT WORTH
OFFEROR COMPANY NAME:
PROJECT NAME:
City of Fort Worth
Minority Business Enterprise
MBE Good Faith Effort Form
Water & Sanitary Sewer Replacement Contract 2020 WSM-L
City's MBE Project Goal: I Offeror's MBE Project Commitment:
ATTACHMENT 1C
Page 1 of 4
Check applicable box to describe
Offeror's Certification
NON-M/W/DBE
BID DATE
2/27/2025
103362
PROJECT NUMBER
If the Offeror did not meet or exceed the MBE subcontracting goal for this project, the Offeror must complete this I
form. 11
If the Offeror's method of compliance with the MBE goal is based upon demonstration of a
"good faith effort", the Offeror will have the burden of correctly and accurately preparing and
submitting the documentation required by the City. Compliance with each item, 1 thru 11 below,
shall satisfy the Good Faith Effort requirement absent proof of fraud, intentional and/or knowing
misrepresentation of the facts or intentional discrimination by the Offeror.
Failure to complete this form, in its entirety with supporting documentation, and received by the
Purchasing Division no later than 2:00 p.m. on the second City business day after bid opening, exclusive
of bid opening date, will result in the bid being considered non -responsive to bid specifications.
1.) Please list each and every subcontracting and/or supplier opportunity for the completion of this
project, regardless of whether it is to be provided by a MBE or non -MBE. (DO NOT LIST NAMES OF
FIRMS) On all projects, the Offeror must list each subcontracting and or supplier opportunity
regardless of tier.
(Use additional sheets, if necessary)
List of Subcontracting Opportunities List of Supplier Opportunities
Rev. 5/15119
ATTACHMENT 1C
Page 2 of 4
2.) Obtain a current (not more than two (2) months old from the bid open date) list of MBE subcontractors
and/or suppliers from the City's Office of Business Diversity.
❑ Yes Date of Listing
❑ No
3.) Did you solicit bids from MBE firms, within the subcontracting and/or supplier areas previously listed,
at least ten calendar days prior to bid opening by mail, exclusive of the day the bids are opened?
❑ Yes (If yes, attach MBE mail listing to include name of firm and address and a dated copy of letter mailed.)
❑ No
4.) Did you solicit bids from MBE firms, within the subcontracting and/or supplier areas previously listed,
at least ten calendar days prior to bid opening by telephone, exclusive of the day the bids are opened?
❑ Yes (If yes, attach list to include name of MBE firm, person contacted, phone number and date and time of contact.)
❑ No
5.) Did you solicit bids from MBE firms, within the subcontracting and/or supplier areas previously listed,
at least ten calendar days prior to bid opening by facsimile (fax), exclusive of the day the bids are
opened?
❑ Yes (If yes, attach list to include name of MBE firm, fax number and date and time of contact. In addition, if the fax
is returned as undeliverable, then that "undeliverable confirmation" received must be printed directly from the
facsimile for proper documentation. Failure to submit confirmation and/or "undeliverable confirmation"
documentation may render the GFE non -responsive.)
❑ No
6.) Did you solicit bids from MBE firms, within the subcontracting and/or supplier areas previously listed,
at least ten calendar days prior to bid opening by email, exclusive of the day the bids are opened?
❑ Yes (If yes, attach email confirmation to include name of MBE firm, date and time. In addition, if an email is returned
as undeliverable, then that "undeliverable message" receipt must be printed directly from the email system for
proper documentation. Failure to submit confirmation and/or "undeliverable message" documentation may
render the GFE non -responsive.)
❑ No
NOTE: The four methods identified above are acceptable for soliciting bids, and each selected method
must be applied to the applicable contract. The Offeror must document that either at least two attempts
were made using two of the four methods or that at least one successful contact was made using one of
the four methods in order to deemed responsive to the Good Faith Effort requirement.
NOTE: The Offeror must contact the entire MBE list specific to each subcontracting and supplie�
opportunity to be in compliance with questions 3 thru 6.
7.) Did you provide plans and specifications to potential MBEs?
❑ Yes
❑ No
8.) Did you provide the information regarding the location of plans and specifications in order to assist
the MBEs?
❑ Yes
❑ No
Rev. 5/15119
ATTACHMENT 1C
Page 3 of 4
9.) Did you prepare a quotation for the MBEs to bid on goods/services specific to their skill set?
Yes (If yes, attach all copies of quotations.)
❑ No
10.) Was the contact information on any of the listings not valid?
(If yes, attach the information that was not valid in order for the Office of Business Diversity to address
❑ Yes the corrections needed.)
❑ No
11.)Submit documentation if MBE quotes were rejected. The documentation submitted should be in the
forms of an affidavit, include a detailed explanation of why the MBE was rejected and any supporting
documentation the Offeror wishes to be considered by the City. In the event of a bona fide dispute
concerning quotes, the Offeror will provide for confidential in -camera access to an inspection of any
relevant documentation by City personnel.
(Please use additional sheets, if necessary, and attach.)
Company Name Telephone
ADDITIONAL INFORMATION:
Contact Person Scope of Work Reason for Rejection
Please provide additional information you feel will further explain your good and honest efforts to obtain
MBE participation on this project.
The Offeror further agrees to provide, directly to the City upon request, complete and
accurate information regarding actual work performed on this contract, the payment
thereof and any proposed changes to the original arrangements submitted with this bid.
The Offeror also agrees to allow an audit and/or examination of any books, records and
files held by their company that will substantiate the actual work performed on this
contract, by an authorized officer or employee of the City.
Any intentional and/or knowing misrepresentation of facts will be grounds for
terminating the contract or debarment from City work for a period of not less than three
(3) years and for initiating action under Federal, State or Local laws concerning false
statements. Any failure to comply with this ordinance shall create a material breach of
contract and may result in a determination of an irresponsible Offeror and debarment
from participating in City work for a period of time not less than one (1) year.
Rev. 5/15119
ATTACHMENT 1C
Page 4 of 4
The undersigned certifies that the information provided and the MBE(s) listed was/were
contacted in good faith. It is understood that any MBE(s) listed in Attachment 1C will be
contacted and the reasons for not using them will be verified by the City's Office
of Business Diversity.
Authorized Signature
Title
Company Name
Address
City/State/Zip
Office of Business Diversity
Email: mwbeoffice@fortworthtexas.gov
Phone: (817) 392-2674
Printed Signature
Contact Name and Title (if different)
Phone Number Fax Number
Email Address
Date
Rev. 5/15119
Joint Venture
Page 1 of 3
FORT WORTH
s CITY OF FORT WORTH
MBE Joint Venture Eligibility Form
All questions must be answered; use "NIA "if not applicable.
Name of City project: Water & Sanitary Sewer Replacement Contract 2020 WSM-L
A joint venture form must be completed on each project
UP/Bid/Project Number: cPN 103362
1. Joint venture information:
Joint Venture Name:
Joint Venture Address:
(If applicable)
Telephone: Facsimile: E-mail
Cellular:
Identify the firms that comprise the joint venture:
Please attach extra sheets if additional space is required to provide detailed explanations of work to be performed by each firm comprising the
joint venture
MBE firm Non -MBE firm
name: name:
Business Address: Business Address:
City, State, Zip:
Telephone E-mail
Cellular Facsimile
Certification Status:
Name of Certifying Agency:
2. Scope of work performed by the Joint Venture:
Describe the scope of work of the MBE:
City, State, Zip:
Telephone F-mail
Describe the scope of work of the non -MBE:
Rev. 5/15/19
Joint Venture
Page 2 of 3
3. What is the percentage of MBE participation on this joint venture that you wish to be counted toward
meeting the project goal?
4. Attach a copy of the joint venture agreement.
5. List components Of Ownership Of joint venture: (Do not complete if this information is described in joint venture agreement)
Profit and loss sharing:
Capital contributions, including
equipment:
Other applicable ownership interests:
6. Identify by name, race, sex and firm those individuals (with titles) who are responsible for the day-to-day
management and decision making of the joint venture:
Financial decisions
(to include Account Payable and Receivable):
Management decisions:
a. Estimating
b. Marketing and Sales
c. Hiring and Firing of management
personnel
d. Purchasing of major equipment
and/or supplies
Supervision of field operations
The City's Office of Business Diversity will review your joint venture submission and will have final
approval of the MBE percentage applied toward the goal for the project listed on this form.
NOTE:
From and after the date of project award, if any of the participants, the individually defined scopes of work or
the dollar amounts/percentages change from the originally approved information, then the participants must
inform the City's Office of Business Diversity immediately for approval. Any unjustified change or
deletion shall be a material breach of contract and may result in debarment in accord with the procedures
outlined in the City's BDE Ordinance.
Rev. 5/15/19
Joint Venture
Paqe 3 of 3
AFFIDAVIT
The undersigned affirms that the foregoing statements are true and correct and include all material information
necessary to identify and explain the terms and operation of the joint venture. Furthermore, the undersigned shall
agree to provide to the joint venture the stated scope of work, decision -making responsibilities and payments
herein.
The City also reserves the right to request any additional information deemed necessary to determine if the joint
venture is eligible. Failure to cooperate and/or provide requested information within the time specified is grounds
for termination of the eligibility process.
The undersigned agree to permit audits, interviews with owners and examination of the books, records and files
of the joint venture by any authorized representatives of the City of Fort Worth. Failure to comply with this
provision shall result in the termination of any contract, which may be awarded under the provisions of this joint
venture's eligibility and may initiate action under Federal, State and/or Local laws/ordinances concerning false
statements or willful misrepresentation of facts.
Name of MBE firm Name of non -MBE firm
Printed Name of Owner Printed Name of Owner
Signature of Owner Signature of Owner
Printed Name of Owner Printed Name of Owner
Signature of Owner Signature of Owner
Title Title
Date Date
Notarization
State of County of
On this day of , 20 , before me appeared
and
to me personally known and who, being duly sworn, did execute the foregoing affidavit and did state that they were
properly authorized to execute this affidavit and did so as their free act and deed.
Notary Public
Print Name
Notary Public
Signature
Commission Expires
Office of Business Diversity
Email: mwbeoffice@fortworthtexas.gov
Phone: (817) 392-2674
(seal)
Rev. 5/15/19
GC-6.07 Wage Rates
2013 PREVAILING WAGE RATES
(Heavy and Highway Construction Projects)
CLASSIFICATION DESCRIPTION
Wage Rate
Asphalt Distributor Operator
$
15.32
Asphalt Paving Machine Operator
$
13.99
Asphalt Raker
$
12.69
Broom or Sweeper Operator
$
11.74
Concrete Finisher, Paving and Structures
$
14.12
Concrete Pavement Finishing Machine Operator
$
16.05
Concrete Saw Operator
$
14.48
Crane Operator, Hydraulic 80 tons or less
$
18.12
Crane Operator, Lattice Boom 80 Tons or Less
$
17.27
Crane Operator, Lattice Boom Over 80 Tons
$
20.52
Crawler Tractor Operator
$
14.07
Electrician
$
19.80
Excavator Operator, 50,000 pounds or less
$
17.19
Excavator Operator, Over 50,000 pounds
$
16.99
Flagger
$
10.06
Form Builder/Setter, Structures
$
13.84
Form Setter, Paving & Curb
$
13.16
Foundation Drill Operator, Crawler Mounted
$
17.99
Foundation Drill Operator, Truck Mounted
$
21.07
Front End Loader Operator, 3 CY or Less
$
13.69
Front End Loader Operator, Over 3 CY
$
14.72
Laborer, Common
$
10.72
Laborer, Utility
$
12.32
Loader/Backhoe Operator
$
15.18
Mechanic
$
17.68
Milling Machine Operator
$
14.32
Motor Grader Operator, Fine Grade
$
17.19
Motor Grader Operator, Rough
$
16.02
Off Road Hauler
$
12.25
Pavement Marking Machine Operator
$
13.63
Pipelayer
$
13.24
Reclaimer/Pulverizer Operator
$
11.01
Reinforcing Steel Worker
$
16.18
Roller Operator, Asphalt
$
13.08
Roller Operator, Other
$
11.51
Scraper Operator
$
12.96
Servicer
$
14.58
Small Slipform Machine Operator
$
15.96
Spreader Box Operator
$
14.73
Truck Driver Lowboy -Float
$
16.24
Truck Driver Transit -Mix
$
14.14
Truck Driver, Single Axle
$
12.31
Truck Driver, Single or Tandem Axle Dump Truck
$
12.62
Truck Driver, Tandem Axle Tractor with Semi Trailer
$
12.86
Welder
$
14.84
Work Zone Barricade Servicer
$
11.68
The Davis -Bacon Act prevailing wage rates shown for Heavy and Highway construction projects were determined by
the United States Department of Labor and current as of September 2013. The titles and descriptions for the
classifications listed are detailed in the AGC of Texas' Standard Job Classifications and Descriptions for Highway,
Heavy, Utilities, and Industrial Construction in Texas.
Page 1 of 1
GC-6.24 Nondiscrimination