HomeMy WebLinkAboutContract 62974-PM1CSC No. 62974-PM1
FORT WORTH
PROJECT MANUAL
FOR
THE CONSTRUCTION OF
Water and Sanitary Sewer Improvements for
Bailey Boswell Road
IPRC Record No. IPRC24-0117
City Project No. 105616
FID No. 30114-0200431-EO7685
X File No. X-28224
Mattie Parker Jesus "Jay" Chapa
Mayor City Manager
Christopher P. Harder, P.E.
Director, Water Department
Prepared for
The City of Fort Worth
Water Department
2025
Colliers Engineering and Design
see .... ...........................
t LO(IAN H. McWHORTER
•....; ... ....
1� 102254 IN' s
����lr`F�l4lVALE��'..'r IVIi
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
0000 10
PROJECTRECOR0 DOCUMENTS
SECTION 00 00 10
TABLE OF CONTENTS
DEVELOPER AWARDED PROJECTS
Division 00 - General Conditions
Last Revised
00 42 43
00 43 19
Proposal Form Unit Price
Bid Rend
1 05/22/2019
04igaQ044
00 46 H
Bigd-c--m PY#/311,3l;F-�4kNrz'c
90=014
0045 12
Prequalification Statement
09/01/2015
0045 19
D;/" oc Pic q v z! fi -- --I kv r, Aw):xmikin ('2VIR"infl)
030402
00 45 26
Contractor Compliance with Workers' Compensation Law
04/0212014
00 49 40
Minefi
0?121M�
00 52 43
Agreement
06/16/2016
00 61 25
Certificate of Insurance
07/01/2011
0062 13
Performance Bond
01/31/2012
0062 14
Payment Bond
01/31/2012
0062 19
Maintenance Bond
01/31/2012
002:1 13
cvn&,fif 21
1 V9-/:!V17
00-7-3-0
&wppl0n%"1Er,- Cw1iifie1w
0:40 Wo 1: i
Standard City Conditions of the Construction Contract for Developer
01/10/2013
0073 10
Awarded Projects
Division 01- General Requirements
Last Revised
01 1100
Summary of Work
12/20/2012
0i 25 00
C -A t & *14'ili V P.- 7, 7, 11 - 7 Z r
;QSAQwi
01 31 19
Preconstruction Meeting
08/30/2013
0i ;i 20
QW4*40-4
Qi 329;
0990/4
01 33 00
Submittals
08/30/2013
01 35 13
Special ProJect Procedures
08/30/2013
01 4523
Testing and Inspection Services
03/20/2020
01 5000
Temporary Facilities and Controls
07/01/2011
01 5526
Street Use Pen -nit and Modifications to Traffic Control
07/01/2011
01 57 13
Storm Water Pollution Prevention Plan
07/01/2011
01 6000
Product Requirements
0112012020
01 66 00
Product Storage and Handling Requirements
0407/2014
64-W4-00
Mc 12V i UeM.- W'd rm— # 1
01 P2 7120 V
01 11 �3
04ADMO 14
01 74 23
Cleaning
04/07/2014
01 77 19
Closeout Requirements
04/07/2014
01 7823
Operation and Maintenance Data
04/07/2014
Of 7839
Project Record Documents
04/07/2014
CfrY OF FOKf WORTH Bade); Boswell Rd.
STANDARX) CONSIRUCrION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPiV 105616
Revised March 20, 2020
0000 to
PROJECT RECORD DOCUMENTS
Technical Specifications which have been modified by the Engineer specifically for this
Project; hard copies are included in the Project's Contract Documents
Technical Specifications listed below are included for this Project by reference and can be
viewed/downloaded from the City's website at:
l: tt n:Hfortworth texas. eovltow/con t rattors/
or
httnq.1/ani)s.fortworthtexas.gov/Proie&Resources/
Division 02 - Existing Conditions
[past Revised
0241 13
Selective Site Demolition
12/20/2012
0241 14
Utility Removal/Abandonment
12/20/2012
0241 15
.Paving Removal
02/02/2016
Division 03
- Concrete
03 3000
Cast -In -Place Concrete
12/20/2012
03 34 13
Controlled Low strength Material (CLSM)
12/20/2012
03 34 16
Concrete Base Material for Trench Repair
12/20/20I2
03 8000*.1�
%1%/L�llii77//d: �� 121� "QCt9'rl/.� �1 t �?alc
]] --)
Division 26 - Electrical
26 05 00 Cyr -sir wsrk fW Exlastnivl,
26-Q5 19
1260539 iW7/ryx turd 1W.3a f9r. Voiisovisal S; ' :.c 1-, M�1,
2605 49 U-4irrIuvi- P:.Atc aid Rmivr-)-a f�� L'lsstrivcI L'— I �rIN,I'w4l
99 02/7VI/3021`
Division 311. - Earthwork
31 1000
Site Clearing
12/20/2012
31 23 16
Unclassified Fxcavation
01/28/2013
31 2323
Borrow
01/28/2013
31 2400
Embankments
01/28/2013
31 2500
Erosion and Sediment Control
12/20/2012
31 3600
Gabions
12/20/2012
31 3700
- Riprap
12/20/2012
Division 32
- Exterior Improvements
3201 17
Permanent Asphalt Paving Repair
12/20/2012
3201 18
'Temporary Asphalt raving Repair
12/20/2012
32 01 29
Concrete Paving Repair
12/20/2012
32 11 23
Flexible Base Courses
12/20/2012
gall 2
r imw, Trwzfz� �"i VJ,Jr/z�
1 :M
I ;2 1 ! 33
cameSt �`1��/1� �72i �'llllri!
=n
CITY Or' FORT WORTH
Ballet- Bowell Rd,
5 PANDARD CONSTRUCT[ON SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS
C'PN 105616
Revised March 20,
2020
00 00 LO
PROJECT RFCOM) DOCUMENTS
1 32 !1 9:7
' S.-AxH T:Ktzd Sgil Et2k1l7:!X
ogaY204-5 1
3212 16
Asphalt Paving
12/20/2012
32 1273
Asphalt Paving Crack Sealants
12/20/2012
32 13 13
Concrete Paving
12/20/2012
32 1320
Concrete Sidewalks, Driveways and Barrier Free Ramps
06/05/2018
32 13 73
Concrete Paving Joint Sealants
12/20/2012
42 14 16
'.20-M2012
32 16 13
Concrete Curb and Gutters and Valley Gutters
10/05/2016
32 1723
Pavement Markings
11/22/20 t 3
32 1725
Curb Address Painting
11/04/2013
3'31 13
Ch---'.- 701riz X *FA C-A=
12/21NO12012
32 3126
ird, C-.it
1-112013912
4244-29
Fm-n-&,an'. CY,::
342. 1 -3
i:a Wv.,§ T7,V'&
41/0/20 1
3291 19
Topsoil Placement and Finishing of Parkways
12/20/2012
3292 13
Hydro -Mulching, Seeding, and Sodding
12/20/2012
3293 43
Trees and Shrubs
12/20/2012
Division 33 - Utilities
3301 30
Sewer and Manhole Testing
12/20f2012
3301 31
Closed Circuit Television (CCTV) Inspection
03/03/2016
33 03 14
-1791 19
A i Fg an,-' E I :,v* i wJ 1v -z 17NA n
3394 11
locslv� 'rey. itav'sni
3204 12
Amedo IrvAgiliu.n. EyZem
33 04 30
Temporary Water Services
07/01/2011
33 04 40
Cleaning and Acceptance Testing of Water Mains
02/06/201.3
33 04 50
Cleaning of Sewer Mains
12/20/2012
33 05 10
Utility Trench Excavation, Embedment, and Backfill
12/12/2016
330512
Water Line Lowering
12/2012012
33 05 13
Frame, Cover and Grade Rings - Cast Iron
01/22/2016
33 05 13.10
Frame, Cover and Grade Rings -- Composite
01/22/2016
3305 14
Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to
12/20/2012
Grade
3305 16
Concrete Water Vaults
12/20/2012
3305 17
Concrete Collars
'
12/20/2012
42QQQW2
33 05 20
3305 21
Aftff 140
LiXqP;UW
1 AW2911
3305 22
Steel Casing Pipe
Ttlfwe4ft
12/20/2012
QA9Q@ 1-2
310523
33 05 24
Hand
Installation of Carrier Pipe in Casing or Tunnel Liner Plate
06/19/2013
33 05 26
Utility Markers/Locators
12/20/2012
33 05 30
Location of Existing Utilities
12/20/2012
33 11 05
13ofts, Nuts, and Gaskets
12/20/2012
33 11 10
-61-Ictile Iron Pipe
12/20/2012
CITY OF FORT WORTH
STANDARD CONSTRUC"FION SPU,CIFICATION DOCUMENTS- DEWLOPER AWARDEDPROJECTS
Railev Rowel) Rd
CPN105616
Revised March 20,2020
00 0010
PROJECT RECORD DOCUMENTS
33 11 11
Ductile .Iron Fittings
12/20/2012
33 11 12
Polyvinyl Chloride (PVC) Pressure Pipe
11/16/2018
34 i i 13
IXTA LW Cy lind$r lj•pt,
.2130/2013
Z2 11 `.'I
RjWia'N::! Npa z-A
1a/29/3413
33 12 10
Water Services 1-inch to 2-inch
02/14/2017
13 13 11
",;: Mven
13!'0M2 12
33 1220
Resilient Seated Gate Valve
12/20/2012
33 1221
AWA Rubber -Seated Butterfly Valves
12/20/2012
33 1225
Connection to Existing Water Mains
02/06/2013
33 1230
Combination Air Valve Assemblies for Potable Water Systems
12/20/2012
33 1240
Fire Hydrants
01/03/2014
33 1250
Water Sample Stations
12/20/2012
33 1260
Standard Blow -off Valve Assembly
06/19/2013
33 3 i W
c .\tea. ir, P!wjc :\Y:. (CIM
11l 0:2
31z
I:? II�%�lr i!" :11�i1i r��'li� �'Al1ii1A1 n \\V��
12/20/2012
333 i--i 5
111gh '>>!i `.3' "cl•yIlkv,; I#rr_ (IKV12) Pile_ W 1srf 9,:VtJr
�2•/XVY_ 12
3331 20
Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe
06/19/2013
33 31 21
Polyvinyl Chloride (PVC) Closed Profile Gravity Sanitary Sewer
12/20/2012
Pipe
39 N 22
33 31-23
:'�,1
! Vr1•2
33 31 50
Sanitary Sewer Service Connections and Service Line
04/26/2013
3331 70
Combination Air Valve for Sanitary Sewer Force Mains
12/20/2012
3339 10
Cast -in -Place Concrete Manholes
12/20/2012
33 39 20
Precast Concrete Manholes
12/20/2012
33 3930
fill V,;LAC I.L-1\404\3
i249Q0Q
34 49-48
('/.'AC)
'_1129.5702
33 3960
Epoxy Liners for Sanitary Sewer Structures
12/20/2012
39 4-11 10
ran &,r_ itimn, "wvjf Di[<l—vi-,sm
ON! /'�711
�3a4i 1 r
;4gh DAV its. (23PE) Pips f'tv 9tfl-,
tea
43-Q i 2
33-4609
Re f"x a pei valfl vi ;Cil6}-�
subelvaki"
33-46 01
SWIed E'IAPW.
l7 Mgt f i
QW044W i
2 1 t; Q2
Tfens13 9rai
271911Y- l !
33-49 10
raS4 ?n PkAI I,_ W*41a9 anrl'snAiK'Qc; B31ta1
12,M- ll2
33-49 20
cw- LN48P :nlBig
Q,M_ 12
33 4940
Stann Dx Aat I Ised-i.c1!:: z it '.','ir �i1
n�rn142014
Division 34 - Transportation
34-41 10 Trarfiz- Ek%049 4112N2 ! f
34 91 10.01 At''k-wkLn--v! A Canwalk. C;,l err t 12/1°/1-1015
31 I1 1102 !) (%7&Q?I1r1 r'371
7A 1'.:0.03 ."it+rr�' r�;�t C SN&uars nGU
3� 41-44 Tr,=;znrj Traffic &Agw%!e
3�-41-13 *ilerAr _' � TrA is `7iApri\ - 1 '/22%'iz.
CITY OF FORT WORTH Baih v Boswell Rd.
5fANDARD CONS'TRUC' ION SPE("[F(CATION DOCUMENTS - DEVELOPER AWARDED PROJECTS CPN 105616
Revised March 20, 2020
0000 10
PROJECT RECORD DOCUMENTS
34a-1--13 R,actmrg::kr fiWri' Fi=Nkr;A, R cn
34-41-20 "meA7::r,
Y 9 9'. 29,P4 "Zttrr
P 'f 1 30.%1 V.-wwwy LED Rc.- nc� :.tA2A:l1%a�L'b7r
2A 112 ('AZ i'��liL��►c'J/xl �.II' I�tai� : i� .'�►ar�:�`�yllr.
3471 13 "Traffic Control
Appendix
Gr' �-Of f�'�w>�'� :3rcii.z:srrTG�t�Cra�ilia� ut 0�1w
CC 4f.%,V '' %i117►i .1p4 II! jr- ��I:Zj �a�i3xcn i,:ic.Yr1N cum ti
CC � Jul Psrmiu &ci V: HSC
❑c .::9
GR-01 60 00 Product Requirements
END OF SECTION
4-1 1241M 3
11 /2%V12713
1 al3KW..2
4D6/1s/2015
9w/ 151101 s
(WI FIX I E
11 / 12/201
11 /22/2013
CITY OF FORT WOWn1 Bade.y Boswell Rd
STANDARD CONSIRIJCTION SPECIFIC:'ATION DOCUMENTS - DEVELOPER AWARDED PROJECTS CPA 105616
Revised March 20, 2020
Bidlvq Itorn
No.
4
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
26
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
44
46
SECTION 00 42 43
Developer Awarded Projects - PROPOSAL FORM
Project Item Information
Spmfication
I Unit of
Section No
I Measure
UNIT LWATER
WMPROMMENTS
12" PVC, WATER MAIN (RESTRAINED)
33 11 12
1368
112" DIP WATER MAIN (RESTRAINED) W/CSS BKFL
3311 10
259
12" DIP WATER MAIN CARRIER PIPE (RESTRAINED)
3311 10
20
24" STEEL CASING BY OPEN CUT WICSS BKFL
33 05 22
20
WPVC WATER MAIN
33 11 12
75
24" DIP X 12" TAPPING SLEEVE
33 1225
1
DUCTILE IRON FITTINGS
33 11 11
312
12" GATE VALVE & BOX
33 1220
4
6" GATE VALVE & BOX
33 12 20
9
FIRE HYDRANT ASSEMBLY
33 12 40
7
2" DOMESTIC WATER SERVICE
33 12 10
3
2" IRRIGATION WATER SEREVICE
33 1210
3
4" PVC FIRE LINE SERVICE & CAP
3311 12
3
PERMANENT ASPH PAVEMENT REPAIR
3201 17
50
PERMANENT ASPH DRIVEWAY REPAIR
3201 17
48
PERMANENT CONIC DRIVEWAY REPAIR,
3201 29
40
REMOVE & REPLACE STREET SIGN
3441 40
5
REMOVE & REPLACE MBGF
00 00 00
70
REMOVE & REPLACE GROUT RK RIPRAP
00 00 00
1
EXPLORATORY EXCAVATION
33 05 30
7
PRESSURE/STERILIZATION TEST
00 00 00
1
TRENCH SAFETY
33 05 10
1672
00 42 43
D.NP - WD PROPOSAL
pngo I of 7
Biddet's Proposal
Bid
Quantity Unit Price Bid Value
I
LF
$110.00
$162,680.00
LF
S409.00
$105,931.00
LF
$344,00
$6,880,00
LF
$680.00
$13,600.00
LF
$69.00
$5,175.00
EA
$30,000.00
$30.000.00
TN
$15,400.00
$49,280.00
EA
$5,000-00
$20,000.00
EA
$2,200.00
$19.800.00
FA
$6,700.00
$46,900.00
EA
$5,200.00
$15.600.00
EA
$5,200.00
$15.600.00
FA
$1,500,00
$4.500.00
SY
$520.00
$26,000.00
SY
$520.00
$24.960.00
sy
$300.00
$12,000.00
EA
$970.00
$4,850.00
LF
$90.00
$6.300.00
EA
$17,600.00
$17.600.00
EA
$2,000.00
$14.000.00
EA
$3.344.00
$3.344.00
LF
$2-00
$3.344X0
TOTAL UNIT I- WATER IMPROVEMENTS
CT I Y OF FORTIVOR'M
STANDARD CONSTRUCPON SPECIFICATION DOCUMENTS - DEVELOPER AWARDED rRDJF.CTS
F.rn, Version M,y 22.2W9
$598.344.00
00 42 43—Bid PropsnJ_DAP-.kJ,.
00 42 -13
DAP -BID PROPOSAL
Page 2 of?
SECTION 00 42 43
Developer Awarded Projects - PROPOSAL FORM
UNIT PRICE BID Bidder's Application
Project Item Inforinafton Bidders Proposal
Bidlist Item
Specification fication
Unit of
Bid
Unit Price
Bid Value
N
Section No
Quantity
U NJ T If: SANITARY
S EWEP 1,,JPROV;--'MENTS
1
1' PVC SEWER MAIN
33 1
R
Lr
$79.00
$61,778.00
2
8" PVC SEWER MAIN CARRIER PIPE
33 31 20
10
LF
$229.00
$2,290,00
3
24" STEEL CASING BY OPEN CUT WiCSS BKFL
33 05 22
10
LF
$680.00
$6,800.00
4
4' DIAMETER MANHOLE
33 39 10
4
EA
$12,000,00
$48,000,00
5
4' DIAMETER MH EXTRA DEPTH
33 39 10
24
VF
$200.00
$4,800,00
6
MANHOLE ADJUSTMENT, MINOR
33 05 14
4
EA
$900.00
$3,600,00
7
EPDXY MANHOLE LINER
33 39 60
9
VF
$1,200.00
$10,800,00
8
4' DOMESTIC SEWER SERVICE
3331 50
3
EA
$2,700.00
$8.100.00
9
TRENCH WATER STOP (CLSM)
33 05 15
3
EA
$750.00
$2.260.00
lo
REMOVE 611- 1211 TREE
31 1000
15
EA
$380.00
$5,700.00
11
EXPLORATORY EXCAVATION
33 05 30
2
EA
$2,000.00
$4.000.00
12
VACUUM TEST MANHOLE
33 01 30
4
EA
$300.00
$1,200.00
13
POST CCTV INSPECTION
33 01 31
792
LF
$4,00
$3.168.00
14
TRENCH SAFETY
3305 10
792
LF
$2.00
$1,584,00
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
TOTAL UNIT 11: SANITARY SEWER IMPROVEMENTS $164,070.00
CITY OF FORT WOWM
STANDARD CONSTRUCTION SPECIFICATION DOCUNIENJ5 - DEVELOPER AWAROLD PROJECTS
Form vt"i(m mly 2?. 20 11) 110 42 43-Did F,oposaIjIA P,K],,c
Ridlist Iteml
No. II
1
2
3
4
5
6
7
B
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
44
45
SECTION 00 42 43
Developer Awarded Projects - PROPOSAL FORM
Project Item information
00 ,12 d3
DAP - BID PROPOSAL
Page 3 of 7
Bidder's Proposal
Description Specification Unit of Bid
p Section No. Measure I Quantity Un[tPrica Bid Value
UNIT III: DRAINAGE IMPROVEMi NT5 J
TOTAL UNIT III: DRAINAGE IMPROVEMEWTS
CI'7Y OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVEI. OPER AWARDED PROIGCTS
Form Ve.ia0,tay 22, 2014 0042 41_Bid Prupo al_DAP slsr
00 42 43
DAP - BID PROPOSAL.
Pnge 4 of 7
SECTION 00 42 43
Developer Awarded Projects - PROPOSAL FORM
UNIT" PRICE RID Bidder's Application
Project Item Informalion Bidder's Proposal
Bidlist I eml
No_ I
Description "Speeification Unit of Bid
p Unit Price I Bid Value
Section No Measure Quantity
UNIT IV: PAVING 1MPROVEKITS
1
2
3
4
6
7
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
44
45
TOTAL UNIT IV: PAVING IMPROVEWNTS
CITY OF FORT WORTH
STANDARD CONST"RU TION SPECIFIC ATION DOCUMENTS - DEVELOPER AWARDED PROJECTS
Fam Version M- 22. 2019 0042 43_BiA Woposal_DAI':xlsx
11u1115r ]Icm�
No
1
2
3
4
5
6
7
8
9
10
1i
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
44
45
SECTION 00 42 43
Developer Awarded Projects - PROPOSAL FORM
Project Item Information
004243
DAP -BID PROPOSA1
Page 5 47
Bidder's Proposal
Description Specification Unit of Bid
p Section No I Measure Quantity unit Price Bid Value
UNIT V. STREET LIGHTING IMPROVEMENTS I
TOTAL UNIT V: STREET LIGHTING IMPROVEMENT
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROTECTS
Femr Version Mag 21.2019 00 42 43Did Propasal_DAP, xJ"
I
Bid[ iit Item
No.
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
34
31
32
33
34
35
36
37
38
39
40
44
45
SECTION 00 42 43
Developer Awarded Projects - PROPOSAL FORM
Project item Information
UU 42 43
DAP - BID PROPOSAL
Page 6 or 7
Aiddel's Proposal
Description Specification I Unilof i Bid f
p Unit price
Section No. 1 Measure ! Quantity I Bid Value
UNIT VI: TRAFFIC SIGNAL IMPROV �MENT5
TOTAL UNIT VI; TRAFFIC SIGNAL IMPROVF_MF1KTA
CITY of FORT WORTH
STANDARD CONSTRUCTION SPFCIFfCAT10N DOCUMENTS - DEVELOPER AWARDED PROJECTS
Fnnn Version May 22, 2019 00 42 433id Pmpnsat_DAP.xkx
�
SECTION 0D 42 43
Developer Awarded Projects - PROPOSAL FORM
Project Item Information
111411st Item) I Spexificalion
Description Section No
Bid summ2try
UNIT I: WATER IMPROVEMENTS
UNIT li: SANITARY SEWER IMPROVEMENTS
UNIT III: DRAINAGE IMPROVEMENTS
UNIT IV: PAVING IMPROVEMENTS
UNIT V: STREET LIGHTING IMPROVEMENTS
UNIT VI: TRAFFIC SIGNAL IMPROVEMENTS
This Did is snbimitted by the entity wmued below:
BIDDER:
Jackson Construction LTD
5112 Sun Valley Drive
Fort Worth, TX 76119
Contractor agrers to complete WOM for FINAL ACCEPTANCE within
CONTRACT commcnces to ruo as provided in the Gcueral C:ondilioas.
00 Q 43
DAY -BID PROPOSAL
Page 7 of 7
Bidder's Proposal
Unit of I Rid UnrtPrice I Bid Value
Ivteaswe Quantity
Total Construction Sid
BY: l m' 1 •'s.wk"'"l
7'1'Fi,E. Pri�nlcnl
DATE: i1I5,QW5
RNA OF SECTION
$59B,344.00
$164,070.00
$762.414.00
90 working daffy" alter the date when the
CITY Of PORT wORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS
0
roan Version Mar 22. 2019 0 42 i3_Bid Piuµosal_DAP,r)ss
0045 12
DAP PREQUALIF[C'ATION STATEME-FF
Page i of I
SECTION 00 45 12
DAP -- PREQUALIFICATION STATEMENT
Each Bidder is required to complete the information below by identifying the prequalihed contractors
and/or subcontractors whom they intend to utilize for the major work type(s) listed. In the "Maior Work
Tvoe" box provide the complete maior work tvpe and actual description as provided by the Water
Denartment for water and sewer and TPW for navinLy.
Major Work Type
Wastewater Mains (all sizes) for
New Development,
Rehabilitation, and
Redevelopment using Open Cut
and Trenchless construction
methods
Water Mains (all sizes) for New
Development, Rehabilitation,
and Redevelopment using Open
Cut and Trenchless construction
methods
Contractor/Subcontractor Company Name Prequalification
Expiration Date
Jackson Construction LTD 4/30/2026
Jackson Construction LTD 04/30/2026
The undersigned hereby certifies that the contractors and/or subcontractors described in the table above
are currently prequalified for the work types listed.
Jackson Construction LTD BY: Troy .lackson
5112 Sun Valley Dr.
Fort Worth, TX 76119
S' ture)
TITLE: grd
DATE:
END OF SECTION
CITY OF FORT WOR'ni
STANDARD CONSTRUCI7ON PREQUALIFICAT[ON STATFMENF— DEVELOPER AWARDED PROJECIS
Form Verson September I, 2015
Contract Nook d"x
00 00 00 - I
PROJECT RECORD DOCUMENTS
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 ail of its employees employed on City Project No. 105_616.
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:
L.
Jackson Construction. LTD By. Troy Jackson
Company (Please Print)
Signature: �o`F�
Address
Title: RNMent
City/State/Zip (Please Print)
THE STATE OFTERAS
COUNTY OFTARRANT
BEFORE ME, the undersigned authority, on this day personally appeared
Trnv I - larkrpn , known to me to be the person whose name is subscribed to
the foregoinlrinstrument, and acknowledged to me that he/she executed the same as the act and deed of
pfaskw for the purposes and consideration therein expressed and in
the capacity therein stated. —4"� day of
GIVN UNDER MY HAND AND SEAL OF OFFICE this
ota Public
in and for �the tCate �of Texas
My commission EnEpiwas
10130/2026
(Fee Notary ID1299$2648
END OF SECTION
CITY OF FORTWOM11 Barley Bo."vell Rd,
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103616
Revised April 2,2014
005243-1
Developer Awarded Project Agreement
Page 1 of 4
1 SECTION 00 52 43
2 AGREEMENT�S
3 THIS AGREEMENT, authorized on M&e& 3li made by and between the Developer, (SMRP
4 local Estate LTD), authorized to do business in Texas ("Developer"), and
5 d� G oy C' S ��L� i L Tc) , authorized to do business in
6 Texas, acting by and through its duly authorized representative, ("Contractor").
7 Developer and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as
8 follows:
9 Article 1. WORK
10 Contractor shall complete all Work as specified or indicated in the Contract Documents for the Project
11 identified herein.
12 Article 2. PROJECT
13 The project for which the Work under the Contract Documents may be the whole or only a part is generally
14 described as follows:
15 %Paler and Sanitary Server to Serve Bailev Boswell Road
16 CPN 105616
17 Article 3. CONTRACT TIME
18 3.1 Time is of the essence.
19 All time limits for Milestones, if any, and Final Acceptance as stated in the Contract Documents are
20 of the essence to this Contract.
21 3.2 Final Acceptance,
22 The Work will be complete for Final Acceptance within 90 working days after the date when the
23 Contract Time commences to run as provided in Paragraph 2.04 of the Standard City Conditions of
24 the Construction Contract for Developer Awarded Projects.
25 3.3 Liquidated damages
26 Contractor recognizes that time is of the essence of this Agreement and that Developer will suffer
27 financial loss if the Work is not completed within the times specified in Paragraph 3.2 above, plus
28 any extension thereof allowed in accordance with Article 10 of the Standard City Conditions of the
29 Construction Contract for Developer Awarded Projects. The Contractor also recognizes the delays,
30 expense and difficulties involved in proving in a legal proceeding the actual loss suffered by the
31 Developer if the Work is not completed on time. Accordingly, instead of requiring any such proof
32 , Contractor agrees that as liquidated damages for delay (but not as a penalty), Contractor shall pay
33 Developer Ten Dollars ($10.00) for each day that expires after the time specified in Paragraph 3.2
34 for Final Acceptance until the City issues the Final Letter of Acceptance.
CITY OF FORT WORTH Bailey Boswell Rd
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105616
Revised April 2, 2014
00 52 43 -2
Developer Awarded Project Agreement
Page 2 of4
35 Article 4. CONTRACT PRICE
36 Developer agrees to pay Contractor for performance of the Work in accordance with the Contract
37 Documents an amount in current funds of Seven hundred sixty-two thousand, four hundred fourteen
38 Dollars and 00 cents ($ 762.414. 00).
39 Article 5. CONTRACT DOCUMENTS
40 5.1 CONTENTS:
41 A.The Contract Documents which comprise the entire agreement between Developer and Contractor
42 concerning the Work consist of the following:
43 1. This Agreement.
44 2. Attachments to this Agreement:
45 a. Bid Form (As provided by Developer)
46 1) Proposal Form (DAP Version)
47 2) Prequalillication Statement
48 3) State and Federal documents (prqiecl svecifiq)
49 b. Insurance ACORD Form(s)
50 c. Payment Bond (DAP Version)
51 d. Performance Bond (DAP Version)
52 e. Maintenance Bond (DAP Version)
53 f. Power of Attorney for the Bonds
54 g. Worker's Compensation Affidavit
55 h. MBF. and/or SBE Commitment Form (If required)
56 1 Standard City General Conditions of the Construction Contract for Developer Awarded
57 Projects.
58 4. Supplementary Conditions.
59 5. Specifications specifically made a part of the Contract Documents by attachment or, if not
60 attached, as incorporated by reference and described in the Table of Contents of the Project's
61 Contract Documents.
62 6. Drawings.
63 7. Addenda.
64 8. Documentation submitted by Contractor prior to Notice of Award.
65 9. The following which may be delivered or issued after the Effective Date of the Agreement
66 and, if issued, become an incorporated part of the Contract Documents:
67 a. Notice to Proceed.
68 b. Field Orders,
69 c. Change Orders.
70 d. Letter of Final Acceptance.
71
72
CITY OF FORT WORTH Bailey Bowel! Rd
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105616
Revised April 2,2014
005243-3
Developer Awarded Project Agreement
Page 3 of
73 Article 6. INDEMNIFICATION
74 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense,
75 the city, its officers, servants and employees, from and against any and all claims arising out of,
76 or alleged to arise out of, the work and services to be performed by the contractor, its officers,
77 agents, employees, subcontractors, licenses or invitees under this contract. This indemnification
78 vrovision is snecificaliv intended to onerate and be of even if it is alleged or proven that
79 all or some of the darnaees beine souLht were caused, in whole or in Dart. by anv act. omission'
80 or nezlieence of the city. This indemnity provision is intended to include, without limitation,
'
81 indemnity for costs, expenses and legal fees incurred by the city in defending against such claims
82 and causes of actions.
83
84
6.2
Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the city,
85
its officers, servants and employees, from and against any and oil loss, damage or destruction
86
of property of the city, arising out of, or alleged to arise out of, the work and services to be
87
performed by the contractor, its officers, agents, employees, subcontractors, licensees or invitees
88
under this contract, This indemnification nrovision is snecificallv intended to onerate and be
89
effective even if it is alleged or vroven that all or some of the damages bein¢ souebt were caused.
90
in whole or in part, by anv act. omission or neeligence of the city.
91
92
Article 7. MISCELLANEOUS
93
7.1
Terms.
94
Terms used in this Agreement are defined in Article I of the Standard City Conditions of the
95
Construction Contract for Developer Awarded Projects.
96
7.2
Assignment of Contract.
97
This Agreement, including all of the Contract Documents may not be assigned by the Contractor
98
without the advanced express written consent of the Developer.
99
7.3
Successors and Assigns.
100
Developer and Contractor each binds itself, its partners, successors, assigns and legal representatives
101
to the other party hereto, in respect to all covenants, agreements and obligations contained in the
102
Contract Documents.
103
7.4
Severability.
1.04
Any provision or part of the Contract Documents held to be unconstitutional, void or unenforceable
105
by a court of competent jurisdiction shall be deemed stricken, and all remaining provisions shall
106
continue to be valid and binding upon DEVELOPER and CONTRACTOR.
107
7.5
Governing Law and Venue,
108
This Agreement, including all of the Contract Documents is performable in the State of Texas. Venue
109
shall be Tarrant County, Texas, or the United States District Court for the Northern District of Texas,
110
Fort Worth Division.
CITY OF FORT WORTH Bailey Boswell Rd
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVFI,OPI,',R AWARDED PROJECTS CPAr 105616
Revised April 2, 2014
005243-4
Developer Awarded Project Agreement
Page 4 of 4
111
112
1 - 13 7.6 Authority to Sign.
114 Contractor shall attach evidence of authority to sign Agreement, if other than duty authorized
115 signatory of the Contractor.
116
117 IN WITNESS WHEREOF, Developer and Contractor have executed this Agreement in multiple
118 counterparts,
119
120 This Agreement is effective as of the last date signed by the Parties ("Effective Date").
121
CJacMoontractor: Developer:
n Constwion. LTD ,� h i� F
By: BY:
--;;� �( (Signature)
1M
Trov L. Jackson s e 0 Dcv-,0-
(Printed Name) (Printed Name)
Title: PMMOM Title- 0 c.,A -e
Company Name: Company name:
Address: Address:
5117- XUV%
(iAHIC. - 01 -7-., P
C ity/Slate/Zi p: f; j 4 W 0 (41,., -r-X city/statelzip.
<--
Date Dal. �M
CITY OF FORT WORTH Bail" Boswell Rd
STANDARD CONSTRUCTION SPECIFICATION DWOMENTS — DEVELOPER AWARDED PROJECTS CPN 105616
Revised April 2. 2014
1
2
3
5
G
11
SECTION 00 6213
PERFORMANCE ]BOND
00 61 25 - 1
PROJECT RECORD DOCUMENTS
Page 1 of
Boded 1112590
'THE STATE, OF TEXAS §
KNOW AIA, BY THESE PRESENTS:
C 7UNTV OF TARRANT
That we, Jacl on Gonst£uction, Ltd, , known as
8 "C ans ipal"he rein d "h H r zv r s;�s ain Company , a corporate
9 surety(sureties, if more than one) duly authorized to do business in the State of Texas, known as
10 "Surety" herein (whether one or more), are held and firmly bound unto the Developer. SMRP
11 Real Estate LTD , authorized to do business in Texas ("Developer") and the Cite of Dort Worth, a
12 Texas nitinicipal. corporation ("City"), in the penal sum of, Seven Hundred i y Twa
13 Thousand Four Hundred Fourteen & 001100 Dollars ($ 762,414.00
),
14 lawful money of the; United States; to be Paid in Fart Worth, Tarrant County, Texas for the
15 payment of which sum well and truly to be made jointly unto the Developer and. the City as dual
16 obligees, we bind ourselves, our heirs, executors, administrators, successors and assigns. jointly
17 and sevf;Mly, firmly by these presents.
18 WHEREAS, Developer and City have entered into an Agreement for the construction of
19 community facilities in the City of Fort Worth by and through a Community Facilities Agreement,
20 CFA Number C:FA24-0170; and
21 W "EREAS, the Principal has entered into a certain written contract with the Developer awarded
22 the 3 S'rday of M �'itif' ]JS _, 20�, which Contract is hereby referred to and made a
23 part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment labor
24 and other accessories dcfined by law, in the prosecution oftlte Work, including any Change
25 Orders, as provided for in said Contract designated as Water and Sanitary Server to Serve Bailey
26 Boswell Rd.
27 NOW,THEREFORE, E, the condition of this obligation is such that if the said Principal shall
28 faithfully perform it obligations under the Contract and shall in all respects duly and faithfully-
9 perform the Work, including Change Orders, under the Contract., according to the plans,
30 specifications, and contract docurnents therein referred to, acid as well during any period of
31 extension of the. Contract that may be granted on the part of the Developer and/or City, then this
32 obligation shall be and become null and void, otherwise to remain in full force and effect.
CITY OF 1 ORT WOR 11 Ba iey.8o„xvef! Ro.
5`C'rklvDARD CITY CONDITIONS — i3ULLOPRR AWARDED PROJECTS Cff 105616
RVviSod January 3 1 2012
00 01 25 -2
PROJECTIMCORD DOCUMENTS
Page 2 (if 3
I PROVIDED FURTHER, that if any legal action be filed on this Bond., venue shall lie in
2 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort
3 Worth Division.
4 This bond is made and executed in compliance with the provisions of Chapter 2253 of the
5 Texas Government Code, as amended, and all liabilities on this bond shall be determined in
6 accordance with the provisions of said statue,
7 IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED
9 this instrUlnent by duly authorized agents and officers on this the day of
9 65-66>*q .20�'.
ll
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
ATTEST':,
AA CW�
(rrincip>d) Secretary
Witned,,is to Surely - mowley
l�
PRINCIPAL:
Jackson Construction, Ltd.
B Y': Too
sigilAurc
Troy L Jackson, PTes€dent
Name acid 'Title
Address: 5112 Sun Valley thrive
Fort Worth, TX 76119
SURETY:
The Hanover insurance Company
BY:
gnaiure
Jack M Crowley, Afforney in Fact
Nome and Title
Address: 500 N-Ake(rd Street, #4300
Dallas, TX 75201
Telephone Number:
*Note: If signed by an officer of the Surety Company, there must be on file a certified ext=t
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.
crry oj; jowr woRTii
STANDARD CFJY CONDITIONS .. DENELOPERAWARTN'D PROJFCTS
Revisod January 31,2012
Bade.), flosivell Rd.
CTNI 105616
00 6125 - 1
PROJECT RECORD DOCUMENTS
Page I of 2
Bond I I -,1 25190
SECTION 00 62 14
2 PAYMENTBOND
3
4 THE STATE OF TEXAS § 5 § KNOW ALL BYT HESE PRESENTS:
6 COUNTY OF TARRANT §
7 'Chat we, jackson Construction, Ud, known as
8 "Principal' herein, and The Hanovei tristirance Company a
9 corporate surety, (or sureties if more than one), duly authorized to do business in the State of Texas,,
10 known as "Surety" herein (whether one or more), are, held and firmly bound unto the Developer,
11 SMRF Real Estate LTD. authorized to do business in 'Texas "(Developer"), and the City of Fort
t2 Worth, a Texas municipal corporation ("City"), in the penal sum
Sevon Hundred SjAy TwD Thuu%;ind Four iAundrod 'Dollars ($ 762,414,00
B of Fourtf-en. & OD1100
14 lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for the payment
IS of which surn well and tnily be made jointly unto the Developer and the City as dual obligees, we
16 bind ourselves, our heirs, executors, administrators, successors and assigns, ,jointly and severally,
17 firmly by these presents:
18 WHEREAS, Developer and City have entered into an Agreement for the construction of
19 community facilities in the City of Fort Worth, by and through a Community Facilities Agreement,
20 CFA Number CFA24-0170: arid
21 WHEREAS, Principal has entered into a certain written Contract with Developer, awarded
22 the day of 20�1•, which Contract is hereby referred to
23 and made a part hereof for all Purposes -,is if fully set forth herein, to furnish all materials,
24 equipment, labor and other accessories as defined by law, in the prosecution of the Work as
25 provided for in said Contract and designated as Water and Sanitary' Sewer to Serve Bailey Boswell
26 Rd.
27 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if
28 Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in
29 Chapter 2253 of the Texas Government Code., as amended) in the prosecution of the Work under
30 the Contract, then this obligation shall be and become null and void; otherwise to remain M full
34 force and effect.
CITY OF FOR:1'W0R:1'H BailqyBonvellRd.
STANDARD MY CONDITIONS - AWARDED PROJLM CM 105616
Rcvisod Janti"Y 31, 2012
00 6125 - 2
PROJECT RECORD DOCJMENTS
Page 2 of 2
I ']"his bond is made and executed in compliance with the provisions of Chapter 2253 of the
2 Texas, Goverrunewt Code, as amended, and all liabilities on this bond shall be determined in
3 accordance with the provisions of said statute.
4 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED mid SEALED
5 this instrument by duly authorized agents and officers on, this the � d* of
6 207s" .
7
8
9
10
11
12
13
14
ATTEST:
UAA
(Principal) Secretary
4it, -Ss4pal
ATTEST. -
(Surety) ScomEary
LlYh V / A,:
Witness as to-SMI MK Cfo'triey
PRINCIPAL:
-- Jackson Construction, Ltd,
BY-
Signaht
Troy L Jackson, President
Name and Title
Address: 5112 Sun Valley Drivo
Fort Worth, TX 76119
SURETY:
The Hanover fnsi-iraf ice Company
BY.
Signature
Jack M Crowley, Attorney in Fact
Name and. Title
Address: 500 N Alkard Street, #4300
Dallas, TX 7520i
'Telephone Number: 972-385-9800
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 TORT WORTH Bailey Bomall Rd,
STANDARD C1T`Y CONDITIONS - DE VELOPER AWAYMP.U.) PROJECTS CPAT 1056)6,
Revised Jwuary 31, 2012
00 6125 - L
PROJECT RECORD DOCUMENTS
P,-tgc I of 3
SECTION 0-0 62 19
MAINTENANCE BOND
3
4 THE STATE OF TEXAS § 5 KNOW A[A, BY THESE PRESENTS:
§
6 CO1[JNTY OF TARRANT §
7 Iliat we Jackson Gonstruclion, Ud, known as
8
lb . "Principal" herein and hq Hanovef 1psurance Comparly a corporate surety
9 (sureties, if more than one) duly authorized to do business in the State of Texas, known as
10 -SureW'herein (whether one or more), are hold and firmly bound unto the Developer, SMRP
11 Real Estate LTD authorized to do business in 'rcxas ("Developer") and the City of Fort Worth, a
12 Te,,as municipal corporafien ("City"), iii the sum.
Snv& n Hundred Sixty Tv+^ I housani.,! Fo,sx 162,414,00
13 of Kodred ��Ourte?�,o & 1.10/100 Dollars ($
14 lawful money of the United States, to be paid in Fort Worth, Tarrant Count-,,,, Texas, for payment
15 of which sum well and truly be made jointly unto the Developer and the City as dual obligees and
16 their successors, we bind ourselves, our heirs, oxecutors, administrators, successors and assigns,
17 jointly and severally, firmly by these presents-
18
19 WHEREAS, Developer and City have entered into an Agreement for the construction of
20 comili uni tV facilities in the City of Fort Worth by and through a Community Facilities Agreement,
21 CFA Number CFA24-0170- and
22 WHEREAS, the Principal has entered into a certain written contract with the Developer awarded
23 the day of_ QY .20Vr which Contract is hereby
24 referred to and a made part hereof for all purposes as if fully set forth herein, to furnish all materials,
25 equipment labor and other accessories as defined by law, in the prosecution of the Work, including
26 any Work resulting from a duly authorized Change Order (collectively herein, the "Work") as
27 provided for in said Contract and designated as Wiver and&nitaiy b1€wer to Serve Bailey Roswell
28 Rd.,, and
'19
30 WHEREAS, Principal binds itself to use such materials and to so construct the Work in
31 accordance Nvith the plans, specifications and Contract Documents that the Work is and Nvill
32 remain free from defects in materials or workmanship for and during the period of two (2) years
33 after the date of Final Acceptance of the Work by the City ("Maintenance Period"); and
CITY OF FORT WORTH Ballev BowdlRd.
STANDAKI) Cr[Y CONDITIGTNS -- DEW.I.OPER AWAXW.*,D PROJECF8 CPN 105616
Revised January 31, 2012
1
2
-3
4
5
6
7
8
9
10
11
12
13
14
is
16
17
18
19
20
21
22
W,
24
006195-2
PROJECT RECORD DOCUMENTS
Page 2 of 3
WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part
upon receiving notice frog/ the Developer and/or City of the need thereof at any time within the
Maintenance Period,
NOW THEREFORE, the condition of this obligation is such that if Principal shall
remedy any defective Work, for which timely noticevas provided by Developer or City, to a
completion satisfactory to the City, then this obligation shall become null and void; othorvvise to
remain in full force and effect.
PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely
noticed defective Work, it is agreed that the Developer or City may cause any and all such
defective Work to be repaired and/or reconstructed with all associated costs thereof being bone
by the Principal and the Surety tinder this Maintenance Bond, --and
PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in
Tarrant County, Texas or the United States District Court forthe Northern 'District of Texas, Fort
Worth Division-, and
PROVIDED FURTHER, that this obligation shall be continuous in nature and
successive recoveries may be had hereon for successive breaches,
CITY OF FOR'MOR71-1
STANT)ARI) CFFY CON'DrI , K)Ns — DEVELOPFA AWARDED PROJECTS
Revised Januuy 31, 2012
Bailey Boswell Rd.
GPN ) 05616
5
6
7
8
9
10
11
12
13
14
15
16
17
is
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
00 6t 25 - 3
PROJECT RECORD DOCUMENTS
Pag 3 of 3
IN WITNESS WHEREOF, the Principal mid the Surety have each SIGNED and SEALED this
instrument bv duly authorized agents and officers on this the day of
ATTEST:
{Principal)
�4� it's�
Principal
PRINCIPAL:
Ja,ck,sor Const(Liclion, Ltd.
BY:
Sig U r C
Troy L Jackson, Pre5deqt
M-unc and Tale
Address: 5112 Sun Valley Drive
Fort Worth, TX 76119
SURETY: TheHanovo; Insurance Company
BY: �
siure.
Jack M Crowley, Atom ey in Fact
ATTEST: Name and Tittc
Address: 500 N Akard Street, #4300
(SurCLY5 Skrc - wry
Dallas, 7X 75201
AA
Wilriess as to 'Surety I Crowley Tolepliono Number. 272-385-9800
*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.
`Tice date of the bond shall not be prior to the date the, Contract is awarded.
CITY OY FORT WOR111
STAND RD CITY CONDITIONS -- DEVI�.',LOP1,A AWARDLI) PROJECTS
Revised Jwmary 31, 2012
Bailey Boswell Rd.
CPjV 10.5 �
THE HANOVER INSURANCE COMPANY
MASSACHUSETTS SAY INSURANCE COMPANY
CITIZENS INSURANCE COMPANY OF AMERICA
POWER OF ATTORNEY
THIS Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the
extent herein stated.
KNOW ALL PERSONS BY THESE PRESENTS:
ThatTHE HANOVER INSURANCE COMPANY and MASSACHUSETTS t3AY INSURANCE COMPANY, bothbeing corporations organized and axisting undorthe
laws of the State of Now Hampshire, and CITIZENS INSURANCE COMPANY OF AMERICA, a corporation organized and existing under the taws of the State of
Michigan, (hereinafter Individually and collectively the "Campar>yf•) does hereby constitute and appoint,
,lack M. Crowley, Laurie Pflug, Holly Clevenger and/or Christine Clinger
Of Willis Towers Watson insurance Services West, Inc of Dallas, TX each individually, ifthere be more than one named, as its true and lawful attorney(s)-in-fact
to sign, execute, seal, acknowledge and deliver for, and on its behalf, and as its act and deed any place within the United States, any and all surety bonds,
recognizances, undertakings, or other suretyobllgatfons. The execution of such surety bonds, recognizances, undertakings or surety obligations, in pursuance of
these presents, shall be as binding upon the Company as iftheyhod boas duly signed bythe presldentand attested bythe secretary of the Company, In their own
properparsons. Provided however, that this power of attorney limits the acts of those named herein; and they have no authority to bind the Company except in the
manner stated and to the extent of any limitation stated below:
Any such obligations in the United States, not to exceed Fifty Million and No/100 ($50,000,000) in any single instance
That this power is made and executed pursuantto the authority ofthe following Resolutions passed bythe Board of Directorsofsaid Company, and said Resolutions
remain In full force and effect:
RESOLVED: That the President or any Vice President, In conjunction with any Vice President, be and they hereby are authorized and empowered to
appoint Attorneys -in -Fact of the Company, in its name and as it acts, to execute and acknowledge for and on its behalf as surety, any and all bonds,
reoognizances, contracts of Indemnity, waivers of citation and all other writings obligatory in the nature thereof, with powerto attach thereto the seal ofthe
Company. Any such writings so executed by such Attorneys -in -fact shall be binding upon the Company as if they had been duly executed and
acknowledged by the regularly elected officers of the Company in their own proper persons.
RESOLVED: That any and all Powers of Attorney and Certified Copies of such Powers of Attorney and certification in respect thereto, granted and
executed by the Presidentor Vice President in conjunction with any Vice Presidentofthe Company, shalt be binding onthe Company to the same extant
as if oll signatures therein were manuallyafflxed, even though one or more of any such signatures thereon may be facsimile. (Adopted October 7,19B1 --
The Hanover Insurance Company; Adopted April 14,1982— Massachusetts Bay Insurance Company; Adopted September 7,2001—Citizens Insurance
Company of America and affirmed by each Company on March 24, 2014)
IN WITNESS WHEREOF,TH E HANOVER INSURANCE COMPANY, MASSACHUSETTS BAY INSURANCE COMPANYand CITIZENS INSURANCE COMPANY
OF AMERICA have caused these presents to be sealed with their respective corporate seals, duly attested by two Vice Presidents, this 280' day of June, 2024
s 6aef ) s
U*;r
r..� rare
t Pac fl:rr�exr 3fasarxuce t: umyuras
'rraarebooettr trrq fra.rsate Cwpswy
uiriwm imur cf'afrrteexarArrrericr
J n. KawiacAvkaai`p�r"ift rill
STATE OF CONNECTICUT )
COUNTY OF HARTFORD ) ss.
Ifiwrrntr lftwmasc C&Mpais)
laeetta IRay tasartatt CA+etway
a Eane Coenpr�' ®(riraeNrr
lien = prra l
On this 281h day of June, 2024 before me came the above named Exewtive Vice President and Vice Pro sidontOf The Hanover fnsuranea Company. Massachusetts
Say Insurance Company and Citlzens Insurance Company of Arnork:a, to me personally known to be the indivktuais and officers described herein, and
acknowfadgad that the seals affixed to fho proce ding Instrument are the corporate seals of The Hanover Insurance Company, Massa ohusetts Say Insurance
Company and Cltieens Insurance Company of Americo, respoctively, and that the said corporate seals and their sigrmtures as officers were duly affixed and
subscribed to said instrument by the authorhy and dfractbn of said Corporations.
Wendy l.etoumes
NDhry PUNC, Wig ofemnrckut
COV11114iiutr E:MM J* 3 f, 2025
s �
►tt►p L taurrra:�IQtiary'Public
i)f y enfrMWIll'sion exprfua July 31, 2025
i, the undersigned Vice President of The Hanover Insurance Company, MM3chusetts Bay Insuranco Company and Citizens insurance Company of Arned",
hereby certify that the above and foregoing is a full, true and canect copy of the Original Power of Actor nay issued by said Companies, and do hereby further certify
that the said Powers of Attorney are still in force and effect.
GIVEN under my hand and the seals of said Companies, at Worcester, Massachusetts, this day of
CERTIFIED COPY
lie]r1r fawrerrrt orrpr
►tajur a orb for
Nsweddar, Fire P"meal
���9M The Hanover Insuranoe Company 1440 Lincoln Streek Worm5ter, MA 01653
015wns Insurance Company of America 1645 West Grand River Avenue, Howell, MI 48843 Texas Complaint Notice
IMPORTANT NOTICE AVISO IMPORTANTE
To obtain information or make a complaint.
You may call The Hanover Insurance Company/Citizens
Insurance Company of America's toll -free telephone
number for information or to make a complaint at:
You may also write to The Hanover Insurance Company/
Citizens Insurance Company of America at:
440 Lincoln Street
Worcester, MA 01615
You may contact the Texas Department of Insurance to
obtain information on companies, coverages, rights or
complaints at:
You may write the Texas Department of Insurance:
R O. Box 149104
Austin, TX 78714-9104
Fax: (512) 475-1771
Web: http://www,tdi.texas.gov
E-mail: ConsumerProtection@tdi.sttte,tK.us
PREMIUM OR CLAIM DISPUTES'
Should you have a dispute concerning your premium or
about a claim you should contact the agent or the com-
pany first. If the dispute is not resolved, you may contact
the Texas Department of Insurance,
ATTACH THIS NOTICE TO YOUR POLICY: This notice is
for information only and does not become a part or con-
dition of the attached document.
Para obtener informacion o para someter una queja:
Usted puede Ilarnar al nurnero de telefono gratis de The
Hanover Insurance Company/Citizens Insurance Company
of America's para informacion o para someter una queja al:
Usted tambien puede escribir a The Hanover Insurance
Company/Citizens Insurance Company of America al:
440 Lincoln Street
Worcester, MA 01615
Puede comunicarse con el Departamento de Seguros de
Texas para obtener informacion acerca de companjas,
cobertura-5, derechos o quejas al:
1-800252-3439
Puede escribir al Departamento de Sqguros de Texas:
R O. Box 149104
Austin, TX 78714-9104
Fax: (512) 475-1771
Web: http://www.tdi.texasgov
E-mail: ConsurnerProtecfion@tdi.stcite.tx.us
DISPUTAS SOBRE PRIMAS 0 RECLAMOS:
Si tiene una disputa concerniente a su prima o a un rec-
lamo, debe comunicarse con el agente o la compania
primero. Si no se resuelve la disputa, puede entonces
comunicarse con el departamento (rDI),
UNA ESTE AVISO A SU POLKA: Este aviso es solo para
proposito de informacion y nose convierte en parte o
concliclon del documento adjunto.
161-1457 (5112)
STANDARD CITY CONDITIONS OF
THE CONSTRUCTION CONTRACT
FOR DEVELOPER AWARDED PROJECTS
CITY OF FORT WORTH Bailey Boswell Rd.
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN 105016
Revised December 20, 2012
STANDARD CITY CONDITIONS OF THE
CONSTRUCTION CONTRACT
FOR DEVELOPER AWARDED PROJECTS
TABLE OF CONTENTS
Article 1 — Definitions and Terminology 1
1.1 Defined Terms...........................................................................................
1.2 Terminology..............................................................................................
Page
.................... I
....................... 5
Article 2 — Preliminary Matters 6
2.1 Before Starting Construction........................................................................................................ 6
2.2 Preconstruction Conference.......................................................................................................... 6
2.3 Public Meeting.............................................................................................................................. 6
Article 3 — Contract Documents and Amending 6
3.1 Reference Standards..................................................................................................................... 6
3.2 Amending and Supplementing Contract Documents................................................................... 0
Article 4 — Bonds and Insurance 7
4.1 Licensed Sureties and Insurers...................................................................................................... 7
4.2 Performance, Payment, and Maintenance Bonds......................................................................... 7
4.3 Certificates of Insurance............................................................................................................... 7
4.4 Contractor's Insurance.................................................................................................................. 9
4.5 Acceptance of Bonds and Insurance; Option to Replace...........................................................12
Article 5 — Contractor's Responsibilities 12
5.1
Supervision and Superintendent.................................................................................................
12
5.2
Labor; Working Hours................................................................................................................
13
5.3
Services, Materials, and Equipment...........................................................................................
13
5.4
Project Schedule..........................................................................................................................
14
5.5
Substitutes and "Or-Equals".......................................................................................................
14
5.6
Pre -Qualification of Bidders (Prime Contractors and Subcontractors) ......................................
16
5.7
Concerning Subcontractors, Suppliers, and Others....................................................................
16
5.8
Wage Rates..................................................................................................................................
18
5.9
Patent Fees and Royalties...........................................................................................................
19
5.10
Laws and Regulations.................................................................................................................
19
5.11
Use of Site and Other Areas........................................................................................................
19
5.12
Record Documents......................................................................................................................20
5.13
Safety and Protection..................................................................................................................
21
5.14
Safety Representative..................................................................................................................
21
5.15
Hazard Communication Programs.............................................................................................
22
5.16
Submittals....................................................................................................................................22
5.17
Contractor's General Warranty and Guarantee...........................................................................23
CITY OF FORT WORTH Bailey Boswell Rd.
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN 105616
Revised December 20, 2012
5.18 Indemnification........................................................................................................................... 24
5.19 Delegation of Professional Design Services...............................................................................24
5.20 Right to Audit: ......................................................................................................................... —25
5.21 Nondiscrimination.......................................................................................................................25
Article 6 — Other Work at the Site ............................................
6.01 Related Work at Site ............................................
Article 7 — City's Responsibilities .........................................
7.1 Inspections, Tests, and Approvals .....................
7.2 Limitations on City's Responsibilities ..............
7.3 Compliance with Safety Program .....................
....................................................... 26
....................................................... 26
.......................... 26
.......................... 26
.......................... 26
.......................... 27
Article 8 — City's Observation Status During Construction............................................................................ 27
8.1 City's Project Representative...................................................................................................— 27
8.2 Authorized Variations in Work...................................................................................................27
8.3 Rejecting Defective Work...........................................................................................................27
8.4 Determinations for Work Performed.......................................................................................... 28
Article9 — Changes in the Work...... ........ -- ... --- ........................................................................................ 28
9.1 Authorized Changes in the Work................................................................................................ 28
9.2 Notification to Surety.................................................................................................................. 28
Article 10 — Change of Contract Price; Change of Contract Time.................................................................28
10.1 Change of Contract Price............................................................................................................28
10.2 Change of Contract Time............................................................................................................28
10.3 Delays .............................. —.—..................................................................................................... 28
Article 11 — Tests and Inspections; Correction, Removal or Acceptance of Defective Work .......................29
11.1 Notice of Defects.........................................................................................................................29
11.2 Access to Work...........................................................................................................................29
11.3 Tests and Inspections..................................................................................................................29
11.4 Uncovering Work........................................................................................................................ 30
11.5 City May Stop the Work............................................................................................................. 30
11.6 Correction or Removal of Defective Work................................................................................ 30
11.7 Correction Period........................................................................................................................ 30
11.8 City May Correct Defective Work.............................................................................................. 31
Article12 — Completion........................................................................................................................... ....... 32
12.1 Contractor's Warranty of Title.................................................................................................... 32
12.2 Partial Utilization........................................................................................................................ 32
12.3 Final Inspection...........................................................................................................................32
12.4 Final Acceptance.........................................................................................................................33
Article13 — Suspension of Work..................................................................................................................... 33
13.01 City May Suspend Work............................................................................................................. 33
CITY OF FORT WORTH Bailey Boswell Rd
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN 105616
Revised December 20, 2012
Article14 —Miscellaneous .............................................................................................................................. 34
14.1 Giving Notice.............................................................................................................................. 34
14.2 Computation of Times................................................................................................................ 34
14.3 Cumulative Remedies................................................................................................................. 34
14.4 Survival of Obligations...............................................................................................................35
14.5 Headings......................................................................................................................................35
CITY OF FORT WORTH Bailey Boswell Rd.
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN 105616
Revised December 20, 2012
0073 10- 1
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 1 of35
ARTICLE 1— DEFINITIONS AND TERMINOLOGY
1.1 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.
Agreement - The written instrument which is evidence of the agreement between Developer
and Contractor covering the Work
2. Asbestos —Any material that contains more than one percent asbestos and is friable or is
releasing asbestos fibers into the air above current action levels established by the United
States Occupational Safety and Health Administration.
Business Day — A business day is defined as a day that the City conducts normal business,
generally Monday through Friday, except for federal or state holidays observed by the City.
4. Buzzsaw — City's on-line, electronic document management and cgllaboration system.
5. Calendar Day — A day consisting of 24 hours measured from midnight to the next midnight.
6. City— The City of Fort Worth, Texas, a Texas home -rule municipal corporation, acting by,
its governing body through its City Manager, his designee, or agents authorized pursuant to
its duly authorized charter on his behalf.
7. Community Facilities Agreement (CFA) A Contract between the Developer and the City
for the Construction of one or more following public facilities within the City public right-of-
way or easement: Water, Sanitary Sewer, Street, Storm Drain, Street Light, and Street Signs. A
CFA may include private facilities within the right-of-way dedicated as private right -of- way
or easement on a recorded plat.
8. Contract—Theentire and integrated written document incorporating the Contract Documents
between the Developer, Contractor, and/or City concerning the Work. The Contract supersedes
prior negotiations, representations, or agreements, whether written or oral.
9. Contract Documents —Those items that make up the contract and which must include the
Agreement, and it's attachments such as standard construction specifications, standard City
Conditions, other general conditions of the Developer, including:
a. An Agreement
CITY OF FORT WORTH Bailey Boswell Rd.
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN 105616
Revised December 20, 2012
0073 10- 2
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 2 of 35
b. Attachments to the Agreement
i. Bid Form
ii. Vendor Compliance with State Law Non -Resident Bidder
iii. Prequalification Statement
C. Current Prevailing Wage Rates Table (if required by City)
d. Insurance Accord Form
e. Payment Bond
f. Performance Bond
g. Maintenance Bond
h. Power of Attorney for Bonds
i. Workers Compensation Affidavit
j. MWBE Commitment Form( If required by City)
k. General Conditions
1. Supplementary Conditions
M. The Standard City Conditions
n. Specifications specifically made part of the Contract Documents by attachment, if
not attached, as incorporated by reference and described in the Table of Contents of
the Project's Contract Documents
o. Drawings
p. Documentation submitted by contractor prior to Notice of Award.
q. The following which may be delivered or issued after the effective date if the
Agreement and, if issued become an incorporated part of the Contract Documents
i. Notice to Proceed
ii. Field Orders
iii. Change Orders
iv. Letters of Final Acceptance
r. Approved Submittals, other Contractor submittals, and the reports and drawings of
subsurface and physical conditions are not Contract Documents.
10. Contractor —The individual or entity with whom Developer has entered into the Agreement.
11. Day or day — A day, unless otherwise defined, shall mean a Calendar Day.
12. Developer — An individual or entity that desires to make certain improvements within the
City of Fort Worth
13. Drawings —That part of the Contract Documents prepared or approved by Engineer which
graphically shows the scope, extent, and character of the Work to be performed by
Contractor. Submittals are not Drawings as so defined.
14. Engineer —The licensed professional engineer or engineering firm registered in the State of
Texas performing professional services for the Developer.
15. Final Acceptance — The written notice given by the City to the Developer and/or Contractor
that the Work specified in the Contract Documents has been completed to the satisfaction of
the City.
CITY OF FORT WORTH Bailey Boswell Rd.
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN 105616
Revised December 20, 2012
0073 10- 3
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 3 of 35
16. Final Inspection — Inspection carried out by the City to verb that the Contractor has
completed the Work, and each and every part or appurtenance thereof, fully, entirely, and in
conformance with the Contract Documents.
17. General Requirements —A part of the Contract Documents between the Developer and a
Contractor.
18. Laws and Regulations Any and all applicable laws, rules, regulations, ordinances, codes,
and orders of any and all governmental bodies, agencies, authorities, and courts having
jurisdiction.
19. Liens —Charges, security interests, or encumbrances upon Project funds, real property, or
personal property.
20. Milestone —A principal event specified in the Contract Documents relating to an
intermediate Contract Time prior to Final Acceptance of the Work.
21. Non -Participating Change Order —A document, which is prepared for and reviewed by the
City, which is signed by Contractor, and Developer, and authorizes an addition, deletion, or
revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on
or after the Effective Date of the Agreement.
22. Participating Change Order —A document, which is prepared for and approved by the City,
which is signed by Contractor, Developer, and City and authorizes an addition, deletion, or
revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on
or after the Effective Date of the Agreement.
23. Plans — See definition of Drawings.
24. Project Schedule —A schedule, prepared and maintained by Contractor, in accordance with
the General Requirements, describing the sequence and duration of the activities comprising
the Contractor's plan to accomplish the Work within the Contract Time.
25. Project —The Work to be performed under the Contract Documents.
26. Project Representative —The authorized representative of the City who will be assigned to
the Site.
27. Public Meeting — An announced meeting conducted by the Developer to facilitate public
participation and to assist the public in gaining an informed view of the Project.
28. Regular Working Hours — Hours beginning at 7:00 a.m. and ending at 6:00 p.m., Monday
thru Friday (excluding legal holidays).
29. Samples —Physical examples of materials, equipment, or workmanship that are
representative of some portion of the Work and which establish the standards by which such
portion of the Work will be judged.
CITY OF FORT WORTH Bailey Boswell Rd.
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN 105616
Revised December 20, 2012
0073 10- 4
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 4 of35
30. Schedule of Submittals —A schedule, prepared and maintained by Contractor, of required
submittals and the time requirements to support scheduled performance of related
construction activities.
31. Site —Lands or areas indicated in the Contract Documents as being furnished by City or
Developer upon which the Work is to be performed, including rights -of -way, permits, and
easements for access thereto, and such other lands furnished by City or Developer which are
designated for the use of Contractor.
32. Specifications —That part of the Contract Documents consisting of written requirements for
materials, equipment, systems, standards and workmanship as applied to the Work, and
certain administrative requirements and procedural matters applicable thereto. Specifications
may be specifically made apart of the Contract Documents by attachment or, if not attached,
may be incorporated by reference as indicated in the Table of Contents (Division 00 00
00) of each Project.
33. Standard City Conditions — That part of the Contract Documents setting forth requirements
of the City.
34. Subcontractor An individual or entity having a direct contract with Contractor or with any
other Subcontractor for the performance of a part of the Work at the Site.
35. Submittals All drawings, diagrams, illustrations, schedules, and other data or information
which are specifically prepared or assembled by or for Contractor and submitted by
Contractor to illustrate some portion of the Work.
36. Superintendent — The representative of the Contractor who is available at all times and able
to receive instructions from the City and/or Developer and to act for the Contractor.
37. Supplementary Conditions —That part of the Contract Documents which amends or
supplements the General Conditions.
38. Supplier —A manufacturer, fabricator, supplier, distributor, materialman, or vendor having
a direct contract with Contractor or with any Subcontractor to furnish materials or
equipment to be incorporated in the Work by Contractor or Subcontractor.
39. Underground Facilities All underground pipelines, conduits, ducts, cables, wires, manholes,
vaults, tanks, tunnels, or other such facilities or attachments, and any encasements
containing such facilities, including but not limited to, those that convey electricity, gases,
steam, liquid petroleum products, telephone or other communications, cable television,
water, wastewater, storm water, other liquids or chemicals, or traffic or other control
systems.
40. Weekend Working Hours — Hours beginning at 9: 00 a.m. and ending at 5: 00 p.m., Saturday,
Sunday or legal holiday, as approved in advance by the City.
CITY OF FORT WORTH Bailey Boswell Rd.
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN 105616
Revised December 20, 2012
0073 10- 5
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 5 of 35
41. Work —The entire construction or the various separately identifiable parts thereof required
to be provided under the Contract Documents. Work includes and is the result of performing
or providing all labor, services, and documentation necessary to produce such construction
including any Participating Change Order, Non -Participating Change Order, or Field Order,
and furnishing, installing, and incorporating all materials and equipment into such
construction, all as required by the Contract Documents.
42. Working Day — A working day is defined as a day, not including Saturdays, Sundays, or
legal holidays authorized by the City for contract purposes, in which weather or other
conditions not under the control of the Contractor will permit the performance of the
principal unit of work underway for a continuous period of not less than 7 hours between 7
a.m. and 6 p. m.
1.2 Terminology
A. The words and terms discussed in Paragraph 1.02.13 through D are not defined but, when used in
the Bidding Requirements or Contract Documents, have the indicated meaning.
B. Defective:
1. The word "defective," when modifying the word "Work," refers to Work that is
unsatisfactory, faulty, or deficient in that it:
a. does not conform to the Contract Documents; or
b. does not meet the requirements of any applicable inspection, reference standard, test, or
approval referred to in the Contract Documents; or
c. has been damaged prior to City's written acceptance.
C. Furnish, Install, Perform, Provide:
1. The word "Furnish" or the word "Install" or the word "Perform" or the word "Provide" or
the word "Supply," or any combination or similar directive or usage thereof, shall mean
furnishing and incorporating in the Work including all necessary labor, materials, equipment,
and everything necessary to perform the Work indicated, unless specifically limited in the
context used.
D. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known
technical or construction industry or trade meaning are used in the Contract Documents in
accordance with such recognized meaning.
CITY OF FORT WORTH Bailey Boswell Rd.
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN 105616
Revised December 20, 2012
0073 10- 6
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 6 of 35
ARTICLE 2 - PRELIMINARY MATTERS
2.1 Before Starting Construction
Baseline Schedules: Submit to City in accordance with the Contract Documents, and prior to starting
the Work. New schedules will be submitted to City when Participating Change Orders or Non -
Participating Change Orders occur.
2.2 Preconstruction Conference
Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as
specified in the Contract Documents.
2.3 Public Meeting
Contractor may not mobilize any equipment, materials or resources to the Site prior to Contractor
attending the Public Meeting as scheduled by the City.
ARTICLE 3 - CONTRACT DOCUMENTS AND AMENDING
3.1 Reference Standards
A. Standards, Specifications, Codes, Laws, and Regulations
1. Reference to standards, specifications, manuals, or codes of any technical society,
organization, or association, or to Laws or Regulations, whether such reference be specific or
by implication, shall mean the standard, specification, manual, code, or Laws or Regulations
in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there
were no Bids), except as may be otherwise specifically stated in the Contract Documents.
2. No provision or instruction shall be effective to assign to City, or any of its officers,
directors, members, partners, employees, agents, consultants, or subcontractors, any duty or
authority to supervise or direct the performance of the Work or any duty or authority to
undertake responsibility inconsistent with the provisions of the Contract Documents.
3.2 Amending and Supplementing Contract Documents
A. The Contract Documents may be amended to provide for additions, deletions, and revisions in
the Work or to modify the terms and conditions thereof by a Participating Change Order or a
Non -Participating Change Order.
B. The requirements of the Contract Documents may be supplemented, and minor variations and
deviations in the Work not involving a change in Contract Price or Contract Time, may be
authorized, by one or more of the following ways:
1. A Field Order;
CITY OF FORT WORTH Bailey Boswell Rd.
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN 105616
Revised December 20, 2012
0073 10- 7
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 7 of35
1. City's or Engineer's review of a Submittal (subject to the provisions of Paragraph 5.16.C); or
2. City's written interpretation or clarification.
ARTICLE 4 — BONDS AND INSURANCE
4.1 Licensed Sureties and Insurers
All bonds and insurance required by the Contract Documents to be purchased and maintained by
Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized
in the State of Texas to issue bonds or insurance policies for the limits and coverage so required.
Such surety and insurance companies shall also meet such additional requirements and qualifications
as may be provided Section 4.04.
4.2 Performance, Payment, and Maintenance Bonds
A. Contractor shall furnish performance and payment bonds in the name of Developer and City, in
accordance with Texas Government Code Chapter 2253 or successor statute, each in an amount
equal to the Contract Price as security for the faithful performance and payment of all of
Contractor's obligations under the Contract Documents.
B. Contractor shall furnish maintenance bonds in the name of Developer and City in an amount
equal to the Contract Price as security to protect the City against any defects in any portion of the
Work described in the Contract Documents. Maintenance bonds shall remain in effect for two
(2) years after the date of Final Acceptance by the City.
C. All bonds shall be in the form prescribed by the Contract Documents except as provided
otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the list
of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and
as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial
Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed
by an agent or attorney -in -fact must be accompanied by a sealed and dated power of attorney
which shall show that it is effective on the date the agent or attorney -in -fact signed each bond.
D. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or
its right to do business is terminated in the State of Texas or it ceases to meet the requirements of
Paragraph 4.02.C, Contractor shall promptly notify City and shall, within 30 days after the event
giving rise to such notification, provide another bond and surety, both of which shall comply
with the requirements of Paragraphs 4.01 and 4.02.C.
4.3 Certificates of Insurance
Contractor shall deliver to Developer and City, with copies to each additional insured and loss payee
identified in these Standard City Conditions certificates of insurance (and other evidence of insurance
requested by City or any other additional insured) which Contractor is required to purchase and
maintain.
CITY OF FORT WORTH Bailey Boswell Rd.
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN 105616
Revised December 20, 2012
0073 10- 8
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 8 of 35
The certificate of insurance shall document the City, an as "Additional Insured" on all
liability policies.
2. The Contractor's general liability insurance shall include a, "per project" or "per location",
endorsement, which shall be identified in the certificate of insurance provided to the City.
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.
All applicable policies shall include a Waiver of Subrogation (Rights of Recovery) in favor
of the City. In addition, the Contractor agrees to waive all rights of subrogation against the
Engineer (if applicable), and each additional insured identified in these Standard City
Conditions. Failure of the City to demand such certificates or other evidence of full
compliance with the insurance requirements or failure of the City to identify a deficiency
from evidence that is provided shall not be construed as a waiver of Contractor's obligation
to maintain such lines of insurance coverage.
6. If insurance policies are not written for specified coverage limits, an Umbrella or Excess
Liability insurance for any differences is required. Excess Liability shall follow form of the
primary coverage.
7. Unless otherwise stated, all required insurance shall be written on the "occurrence basis". If
coverage is underwritten on a claims -made basis, the retroactive date shall be coincident with
or prior to the date of the effective date of the agreement and the certificate of insurance shall
state that the coverage is claims -made and the retroactive date. The insurance coverage shall
be maintained for the duration of the Contract and for three (3) years following Final
Acceptance provided under the Contract Documents or for the warranty period, whichever is
longer. An annual certificate of insurance submitted to the City shall evidence such insurance
coverage.
Policies shall have no exclusions by endorsements, which, neither nullify or amend, the
required lines of coverage, nor decrease the limits of said coverage unless such endorsements
are approved in writing by the City. In the event a Contract has been bid or executed and the
exclusions are determined to be unacceptable or the City desires additional insurance
coverage, and the City desires the contractor/engineer to obtain such coverage, the contract
price shall be adjusted by the cost of the premium for such additional coverage plus 10%.
9. Any self -insured retention (SIR), in excess of $25,000.00, affecting required insurance
coverage shall be approved by the City in regards to asset value and stockholders' equity. In
CITY OF FORT WORTH Bailey Boswell Rd.
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN 105616
Revised December 20, 2012
0073 10- 9
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 9 of 35
lieu of traditional insurance, alternative coverage maintained through insurance pools or risk
retention groups, must also be approved by City.
10. Any deductible in excess of $5,000.00, for any policy that does not provide coverage on a
first -dollar basis, must be acceptable to and approved by the City.
11. City, at its sole discretion, reserves the right to review the insurance requirements and to
make reasonable adjustments to insurance coverage's and their limits when deemed
necessary and prudent by the City based upon changes in statutory law, court decision or the
claims history of the industry as well as of the contracting party to the City. The City shall
be required to provide prior notice of 90 days, and the insurance adjustments shall be
incorporated into the Work by Change Order.
12. City shall be entitled, upon written request and without expense, to receive copies of policies
and endorsements thereto and may make any reasonable requests for deletion or revision or
modifications of particular policy terms, conditions, limitations, or exclusions necessary to
conform the policy and endorsements to the requirements of the Contract. Deletions,
revisions, or modifications shall not be required where policy provisions are established by
law or regulations binding upon either party or the underwriter on any such policies.
13. City shall not be responsible for the direct payment of insurance premium costs for
Contractor's insurance.
4.4 Contractor's Insurance
A. Workers Compensation and Employers' Liability. Contractor shall purchase and maintain such
insurance coverage with limits consistent with statutory benefits outlined in the Texas Workers'
Compensation Act (Texas Labor Code, Ch. 406, as amended), and minimum limits for
Employers' Liability as is appropriate for the Work being performed and as will provide protection
from claims set forth below which may arise out of or result from Contractor's performance
of the Work and Contractor's other obligations under the Contract Documents, whether it is
to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly
employed by any of them to perform any of the Work, or by anyone for whose acts any of them
may be liable:
1. claims under workers' compensation, disability benefits, and other similar employee benefit
acts;
2. claims for damages because of bodily injury, occupational sickness or disease, or death of
Contractor's employees.
3. The limits of liability for the insurance shall provide the following coverages for not less
than the following amounts or greater where required by Laws and Regulations
a. Statutory limits
b. Employer's liability
CITY OF FORT WORTH Bailey Boswell Rd.
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN 105616
Revised December 20. 2012
0073 10- 10
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 10 of 35
1) $100,000 each accident/occurrence
2) $100,000 Disease - each employee
3) $500,000 Disease - policy limit
B. Commercial General Liability Coverage shall include but not be limited to covering liability
(bodily injury or property damage) arising from: premises/operations, independent contractors,
products/completed operations, personal injury, and liability under an insured contract. Insurance
shall be provided on an occurrence basis, and as comprehensive as the current Insurance Services
Office (ISO) policy. This insurance shall apply as primary insurance with respect to any other
insurance or self-insurance programs afforded to the City. The Commercial General Liability
policy, shall have no exclusions by endorsements that would alter of nullify premises/operations,
products/completed operations, contractual, personal injury, or advertising injury, which are
normally contained with the policy, unless the City approves such exclusions in writing.
1. For construction projects that present a substantial completed operation exposure, the City
may require the contractor to maintain completed operations coverage for a minimum of no
less than three (3) years following the completion of the project
2. Contractor's Liability Insurance under this Section which shall be on a per project basis
covering the Contractor with minimum limits of:
a. $1,000,000 each occurrence
b. $2,000,000 aggregate limit
3. The policy must have an endorsement (Amendment — Aggregate Limits of Insurance) making
the General Aggregate Limits apply separately to each job site.
4. The Commercial General Liability Insurance policies shall provide "X", "C", and "U"
coverage's. Verification of such coverage must be shown in the Remarks Article of the
Certificate of Insurance.
C. Automobile Liability. A commercial business auto policy shall provide coverage on "any auto",
defined as autos owned, hired and non -owned and provide indemnity for claims for damages
because bodily injury or death of any person and or property damage arising out of the work,
maintenance or use of any motor vehicle by the Contractor, any Subcontractor or Supplier, or by
anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for
whose acts any of them may be liable.
1. Automobile Liability, Contractor's Liability Insurance under this Section, which shall be in an
amount not less than the following amounts:
a. Automobile Liability - a commercial business policy shall provide coverage on "Any
Auto", defined as autos owned, hired and non -owned.
CITY OF FORT WORTH Bailey Boswell Rd.
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN 105616
Revised December 20, 2012
0073 10- 11
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 11 of35
1) $1,000,000 each accident on a combined single limit basis. Split limits are
acceptable if limits are at least:
2) $250,000 Bodily Injury per person
3) $500,000 Bodily Injury per accident /
4) $100,000 Property Damage
D. Railroad Protective Liability. If any of the work or any warranty work is within the limits of
railroad right-of-way, the Contractor shall comply with the following requirements:
The Contractor's construction activities will require its employees, agents, subcontractors,
equipment, and material deliveries to cross railroad properties and tracks owned and operated
by: None
2. The Contractor shall conduct its operations on railroad properties in such a manner as not to
interfere with, hinder, or obstruct the railroad company in any manner whatsoever in the use
or operation of its/their trains or other property. Such operations on railroad properties may
require that Contractor to execute a "Right of Entry Agreement" with the particular railroad
company or companies involved, and to this end the Contractor should satisfy itself as to the
requirements of each railroad company and be prepared to execute the right -of -entry (if any)
required by a railroad company. The requirements specified herein likewise relate to the
Contractor's use of private and/or construction access roads crossing said railroad company's
properties.
3. The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions
shall provide coverage for not less than the following amounts, issued by companies
satisfactory to the City and to the Railroad Company for a term that continues for so long as
the Contractor's operations and work cross, occupy, or touch railroad property:
a. General Aggregate: None
b. Each Occurrence:: None
4. With respect to the above outlined insurance requirements, the following shall govern:
a. Where a single railroad company is involved, the Contractor shall provide one insurance
policy in the name of the railroad company. However, if more than one grade separation
or at -grade crossing is affected by the Project at entirely separate locations on the line or
lines of the same railroad company, separate coverage may be required, each in the
amount stated above.
b. Where more than one railroadcompany is operating on the same right-of-way or where
several railroad companies are involved and operated on their own separate rights -of -
CITY OF FORT WORTH Bailey Boswell Rd.
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN 105616
Revised December 20, 2012
0073 10- 12
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 12 of 35
way, the Contractor may be required to provide separate insurance policies in the name
of each railroad company.
c. If, in addition to a grade separation or an at -grade crossing, other work or activity is
proposed on a railroad company's right-of-way at a location entirely separate from the
grade separation or at -grade crossing, insurance coverage for this work must be included
in the policy covering the grade separation.
d. If no grade separation is involved but other work is proposed on a railroad company's
right-of-way, all such other work may be covered in a single policy for that railroad, even
though the work may be at two or more separate locations.
5. No work or activities on a railroad company's property to be performed by the Contractor
shall be commenced until the Contractor has furnished the City with an original policy or
policies of the insurance for each railroad company named, as required above. All such
insurance must be approved by the City and each affected Railroad Company prior to the
Contractor's beginning work.
6. The insurance specified above must be carried until all Work to be performed on the railroad
right-of-way has been completed and the grade crossing, if any, is no longer used by the
Contractor. In addition, insurance must be carried during all maintenance and/or repair work
performed in the railroad right-of-way. Such insurance must name the railroad company as
the insured, together with any tenant or lessee of the railroad company operating over tracks
involved in the Project.
E. Notification of Policy Cancellation: Contractor shall immediately notify City upon cancellation
or other loss of insurance coverage. Contractor shall stop work until replacement insurance has
been procured. There shall be no time credit for days not worked pursuant to this section.
4.5 Acceptance of Bonds and Insurance; Option to Replace
If City has any objection to the coverage afforded by or other provisions of the bonds or insurance
required to be purchased and maintained by the Contractor in accordance with Article 5 on the basis
of non-conformance with the Contract Documents, the Developer and City shall so notify the
Contractor in writing within 10 Business Days after receipt of the certificates (or other evidence
requested). Contractor shall provide to the City such additional information in respect of insurance
provided as the Developer or City may reasonably request. If Contractor does not purchase or
maintain all of the bonds and insurance required by the Contract Documents, the Developer or City
shall notify the Contractor in writing of such failure prior to the start of the Work, or of such failure
to maintain prior to any change in the required coverage.
ARTICLE 5 — CONTRACTOR'S RESPONSIBILITIES
5.1 Supervision and Superintendent
A. Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting
such attention thereto and applying such skills and expertise as may be necessary to perform the
CITY OF FORT WORTH Bailey Boswell Rd.
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN 105616
Revised December 20, 2012
0073 10- 13
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 13 of35
Work in accordance with the Contract Documents. Contractor shall be solely responsible for the
means, methods, techniques, sequences, and procedures of construction.
B. At all times during the progress of the Work, Contractor shall assign a competent, English-
speaking, Superintendent who shall not be replaced without written notice to City. The
Superintendent will be Contractor's representative at the Site and shall have authority to act on
behalf of Contractor. All communication given to or received from the Superintendent shall be
binding on Contractor.
C. Contractor shall notify the City 24 hours prior to moving areas during the sequence of
construction.
5.2 Labor; Working Hours
A. Contractor shall provide competent, suitably qualified personnel to perform construction as
required by the Contract Documents. Contractor shall at all times maintain good discipline and
order at the Site.
B. Except as otherwise required for the safety or protection of persons or the Work or property at
the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work
at the Site shall be performed during Regular Working Hours. Contractor will not permit the
performance of Work beyond Regular Working Hours or for Weekend Working Hours without
City's written consent (which will not be unreasonably withheld). Written request (by letter or
electronic communication) to perform Work:
for beyond Regular Working Hours request must be made by noon at least two (2) Business
Days prior
2. for Weekend Working Hours request must be made by noon of the preceding Thursday
3. for legal holidays request must be made by noon two Business Days prior to the legal
holiday.
5.3 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 Bailey Boswell Rd.
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN 105616
Revised December 20, 2012
0073 10- 14
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 14of35
C. All materials and equipment to be incorporated into the Work shall be stored, applied, installed,
connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of
the applicable Supplier, except as otherwise may be provided in the Contract Documents.
5.4 Project Schedule
A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.01
and the General Requirements as it may be adjusted from time to time as provided below.
1. Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.01 and
the General Requirements) proposed adjustments in the Project Schedule.
2. Proposed adjustments in the Project Schedule that will change the Contract Time shall be
submitted in accordance with the requirements of Article 9. Adjustments in Contract Time
for projects with City participation shall be made by participating change orders.
5.5 Substitutes and "Or -Equals "
A. Whenever an item of material or equipment is specified or described in the Contract Documents
by using the name of a proprietary item or the name of a particular Supplier, the specification or
description is intended to establish the type, function, appearance, and quality required. Unless
the specification or description contains or is followed by words reading that no like, equivalent,
or "or -equal" item or no substitution is permitted, other items of material or equipment of other
Suppliers may be submitted to City for review under the circumstances described below.
1. "Or -Equal" Items: If in City's sole discretion an item of material or equipment proposed by
Contractor is functionally equal to that named and sufficiently similar so that no change in
related Work will be required, it may be considered by City as an "or -equal" item, in which
case review and approval of the proposed item may, in City's sole discretion, be
accomplished without compliance with some or all of the requirements for approval of
proposed substitute items. For the purposes of this Paragraph 5.05.A.1, a proposed item of
material or equipment will be considered functionally equal to an item so named if:
a. City determines that:
1) it is at least equal in materials of construction, quality, durability, appearance,
strength, and design characteristics;
2) it will reliably perform at least equally well the function and achieve the results
imposed by the design concept of the completed Project as a functioning whole; and
3) it has a proven record of performance and availability of responsive service; and
b. Contractor certifies that, if approved and incorporated into the Work:
1) there will be no increase in cost to the City or increase in Contract Time; and
CITY OF FORT WORTH Bailey Boswell Rd.
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN 105616
Revised December 20, 2012
0073 10- 15
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 15 of 35
2) it will conform substantially to the detailed requirements of the item named in the
Contract Documents.
2. Substitute Items. -
a. If in City's sole discretion an item of material or equipment proposed by Contractor does
not qualify as an "or -equal" item under Paragraph 5.05.A.1, it may be submitted as a
proposed substitute item.
b. Contractor shall submit sufficient information as provided below to allow City to
determine if the item of material or equipment proposed is essentially equivalent to that
named and an acceptable substitute therefor. Requests for review of proposed substitute
items of material or equipment will not be accepted by City from anyone other than
Contractor.
c. Contractor shall make written application to City for review of a proposed substitute item
of material or equipment that Contractor seeks to furnish or use. The application shall
comply with Section 01 25 00 and:
1) shall certify that the proposed substitute item will:
i. perform adequately the functions and achieve the results called for by the general
design;
i1, be similar in substance to that specified;
iii. be suited to the same use as that specified; and
2) will state:
i. the extent, if any, to which the use of the proposed substitute item will prejudice
Contractor's achievement of final completion on time;
ii. whether use of the proposed substitute item in the Work will require a change in
any of the Contract Documents (or in the provisions of any other direct contract
with City for other work on the Project) to adapt the design to the proposed
substitute item;
iii. whether incorporation or use of the proposed substitute item in connection with
the Work is subject to payment of any license fee or royalty; and
3) will identify:
i. all variations of the proposed substitute item from that specified;
ii. available engineering, sales, maintenance, repair, and replacement services; and
CITY OF FORT WORTH Bailey Boswell Rd.
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN 105616
Revised December 20, 2012
0073 10-16
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 16 of 35
4) shall contain an itemized estimate of all costs or credits that will result directly or
indirectly from use of such substitute item, including costs of redesign and Damage
Claims of other contractors affected by any resulting change.
B. Substitute Construction Methods or Procedures: If a specific means, method, technique,
sequence, or procedure of construction is expressly required by the Contract Documents,
Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure
of construction approved by City. Contractor shall submit sufficient information to allow City, in
City's sole discretion, to determine that the substitute proposed is equivalent to that expressly
called for by the Contract Documents. Contractor shall make written application to City for
review in the same manner as those provided in Paragraph 5.05.A.2.
C. Citys Evaluation: City will be allowed a reasonable time within which to evaluate each
proposal or submittal made pursuant to Paragraphs 5.05.A and 5.05.B. City may require
Contractor to furnish additional data about the proposed substitute. City will be the sole judge of
acceptability. No "or -equal" or substitute will be ordered, installed or utilized until City's review
is complete, which will be evidenced by a Change Order in the case of a substitute and an
accepted Submittal for an "or -equal." City will advise Contractor in writing of its determination.
D. Special Guarantee: City may require Contractor to furnish at Contractor's expense a special
performance guarantee, warranty, or other surety with respect to any substitute. Contractor shall
indemnify and hold harmless City and anyone directly or indirectly employed by them from and
against any and all claims, damages, losses and expenses (including attorneys fees) arising out
of the use of substituted materials or equipment.
E. City Cost Reimbursement: City will record City's costs in evaluating a substitute proposed or
submitted by Contractor pursuant to Paragraphs 5.05.A.2 and 5.05.13. Whether or not City
approves a substitute so proposed or submitted by Contractor, Contractor may be required to
reimburse City for evaluating each such proposed substitute. Contractor may also be required to
reimburse City for the charges for making changes in the Contract Documents.
F. Contractors Expense: Contractor shall provide all data in support of any proposed substitute or
"or -equal" at Contractor's expense.
G. Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a substitute
shall be incorporated to the Contract by Participating Change Order.
5.6 Pre -Qualification of Bidders (Prime Contractors and Subcontractors)
A. The Contractor and any subcontractors are required to be prequalified for the work types requiring
pre -qualification
5.7 Concerning Subcontractors, Suppliers, and Others
A. Minority and Women Owned Business Enterprise Compliance,
CITY OF FORT WORTH Bailey Boswell Rd.
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN 105616
Revised December 20, 2012
0073 10- 17
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 17 of 35
❑ Required for this Contract.
❑ Not Required for this Contract.
It is City policy to ensure the full and equitable participation by Minority and Women Business
Enterprises (MWBE) in the procurement of goods and services on a contractual basis. If the
Contract Documents provide for a MWBE goal, Contractor is required to comply with the intent
of the City's MWBE Ordinance (as amended) by the following:
1. Contractor shall, upon request by City, provide complete and accurate information regarding
actual work performed by a MWBE on the Contract and payment therefor.
2. Contractor will not make additions, deletions, or substitutions of accepted MWBE without
written consent of the City. Any unjustified change or deletion shall be a material breach of
Contract and may result in debarment in accordance with the procedures outlined in the
Ordinance.
3. Contractor shall, upon request by City, allow an audit and/or examination of any books,
records, or files in the possession of the Contractor that will substantiate the actual work
performed by an MWBE. Material misrepresentation of any nature will be grounds for
termination of the Contract. Any such misrepresentation may be grounds for disqualification
of Contractor to bid on future contracts with the City for a period of not less than three years.
B. Contractor shall be fully responsible to City for all acts and omissions of the Subcontractors,
Suppliers, and other individuals or entities performing or furnishing any of the Work just as
Contractor is responsible for Contractor's own acts and omissions. Nothing in the Contract
Documents:
1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity
any contractual relationship between City and any such Subcontractor, Supplier or other
individual or entity; nor
2. shall create any obligation on the part of City to pay or to see to the payment of any moneys
due any such Subcontractor, Supplier, or other individual or entity except as may otherwise
be required by Laws and Regulations.
C. Contractor shall be solely responsible for scheduling and coordinating the Work of
Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the
Work under a direct or indirect contract with Contractor.
D. All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing
any of the Work shall communicate with City through Contractor.
E. All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an
appropriate agreement between Contractor and the Subcontractor or Supplier which specifically
binds the Subcontractor or Supplier to the applicable terms and conditions of these Contract
CITY OF FORT WORTH Bailey Boswell Rd.
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN 105616
Revised December 20, 2012
0073 10- 18
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 18 of 35
Documents, Contractor shall provide City contract numbers and reference numbers to the
Subcontractors and/or Suppliers.
5.8 Wage Rates
❑ Required for this Contract.
❑ Not Required for this Contract.
A. Duty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of
Chapter 2258, Texas Government Code (as amended), including the payment of not less than the
rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in
accordance with Chapter 2258. Such prevailing wage rates are included in these Contract
Documents.
B. Penaltyfor Violation. A Contractor or any Subcontractor who does not pay the prevailing wage
shall, upon demand made by the City, pay to the City $60 for each worker employed for each
calendar day or part of the day that the worker is paid less than the prevailing wage rates
stipulated in these contract documents. This penalty shall be retained by the City to offset its
administrative costs, pursuant to Texas Government Code 2258.023.
C. Complaints of Violations and City Determination of Good Cause. On receipt of information,
including a complaint by a worker, concerning an alleged violation of 2258.023, Texas
Government Code, by a Contractor or Subcontractor, the City shall make an initial
determination, before the 31 st day after the date the City receives the information, as to whether
good cause exists to believe that the violation occurred. The City shall notify in writing the
Contractor or Subcontractor and any affected worker of its initial determination. Upon the
City's determination that there is good cause to believe the Contractor or Subcontractor has
violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants
as the difference between wages paid and wages due under the prevailing wage rates, such
amounts being subtracted from successive progress payments pending a final determination of the
violation.
D. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of
Section 2258,023, Texas Government Code, including a penalty owed to the City or an affected
worker, shall be submitted to binding arbitration in accordance with the Texas General
Arbitration Act (Article 224 et seq., Revised Statutes) if the Contractor or Subcontractor and any
affected worker does not resolve the issue by agreement before the 15th day after the date the
City makes its initial determination pursuant to Paragraph C above. If the persons required to
arbitrate under this section do not agree on an arbitrator before the llth day after the date that
arbitration is required, a district court shall appoint an arbitrator on the petition of any of the
persons. The City is not a party in the arbitration. The decision and award of the arbitrator is
final and binding on all parties and may be enforced in any court of competent jurisdiction.
E. Records to be Maintained. The Contractor and each Subcontractor shall, for a period of three (3)
years following the date of acceptance of the work, maintain records that show (i) the name and
CITY OF FORT WORTH Bailey Boswell Rd,
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN 105616
Revised December 20, 2012
0073 10- 19
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 19 of 35
occupation of each worker employed by the Contractor in the construction of the Work provided
for in this Contract; and (ii) the actual per diem wages paid to each worker. The records shall be
open at all reasonable hours for inspection by the City. The provisions of Paragraph 6.23, Right
to Audit, shall pertain to this inspection.
F. Progress Payments. With each progress payment or payroll period, whichever is less, the
Contractor shall submit an affidavit stating that the Contractor has complied with the
requirements of Chapter 2258, Texas Govcmmcnt Codc.
G. Posting of Wage Rates. The Contractor shall post prevailing wage rates in a conspicuous place at
all times.
H. Subcontractor Compliance. The Contractor shall include in its subcontracts and/or shall
otherwise require all of its Subcontractors to comply with Paragraphs A through G above.
5.9 Patent Fees and Royalties
A. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold
harmless City, from and against all claims, costs, losses, and damages (including but not limited
to all fees and charges of engineers, architects, attorneys, and other professionals and all court
or arbitration or other dispute resolution costs) arising out of or relating to any infringement of
patent rights or copyrights incident to the use in the performance of the Work or resulting from
the incorporation in the Work of any invention, design, process, product, or device not specified
in the Contract Documents.
5.10 Laws and Regulations
A. Contractor shall give all notices required by and shall comply with all Laws and Regulations
applicable to the performance of the Work. Except where otherwise expressly required by
applicable Laws and Regulations, the City shall not be responsible for monitoring Contractor's
compliance with any Laws or Regulations.
B. If Contractor performs any Work knowing or having reason to know that it is contrary to Laws
or Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not
limited to all fees and charges of engineers, architects, attorneys, and other professionals and all
court or arbitration or other dispute resolution costs) arising out of or relating to such Work.
However, it shall not be Contractor's responsibility to make certain that the Specifications and
Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of
Contractor's obligations under Paragraph 3.01.
5.11 Use of Site and Other Areas
A. Limitation on Use of Site and Other Areas:
1. Contractor shall confine construction equipment, the storage of materials and equipment, and
the operations of workers to the Site and other areas permitted by Laws and Regulations, and
shall not unreasonably encumber the Site and other areas with construction equipment or
CITY OF FORT WORTH Bailey Boswell Rd.
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN 105616
Revised December 20, 2012
0073 10- 20
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 20 of 35
other materials or equipment. Contractor shall assume full responsibility for any damage to
any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas
resulting from the performance of the Work.
2. At any time when, in the judgment of the City, the Contractor has obstructed or closed or is
carrying on operations in a portion of a street, right-of-way, or easement greater than is
necessary for proper execution of the Work, the City may require the Contractor to finish the
section on which operations are in progress before work is commenced on any additional
area of the Site.
3. Should any Damage Claim be made by any such owner or occupant because of the
performance of the Work, Contractor shall promptly attempt to resolve the Damage Claim.
4. Pursuant to Paragraph 5.18, Contractor shall indemnify and hold harmless City, from and
against all claims, costs, losses, and damages arising out of or relating to any claim or
action, legal or equitable, brought by any such owner or occupant against City.
B. Removal of Debris During Performance of the Work: During the progress of the Work Contractor
shall keep the Site and other areas free from accumulations of waste materials, rubbish, and
other debris. Removal and disposal of such waste materials, rubbish, and other debris shall
conform to applicable Laws and Regulations.
C. Site Maintenance Cleaning: 24 hours after written notice is given to the Contractor that the
clean-up on the job site is proceeding in a manner unsatisfactory to the City or Developer, if the
Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as
the City deems appropriate to correct the clean-up deficiencies cited to the Contractor in the
written notice (by letter or electronic communication), and shall be entitled to recover its cost in
doing so. The City may withhold Final Acceptance until clean-up is complete and cost are
recovered.
D. Final Site Cleaning: Prior to Final Acceptance of the Work Contractor shall clean the Site and
the Work and make it ready for utilization by City or adjacent property owner. At the completion
of the Work Contractor shall remove from the Site all tools, appliances, construction equipment
and machinery, and surplus materials and shall restore to original condition or better all property
disturbed by the Work.
E. Loading Structures: Contractor shall not load nor permit any part of any structure to be loaded
in any manner that will endanger the structure, nor shall Contractor subject any part of the Work
or adjacent property to stresses or pressures that will endanger it.
5.12 Record Documents
A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor
and approved by the City, one (1) record copy of all Drawings, Specifications, Addenda, Change
Orders, Field Orders, and written interpretations and clarifications in good order and annotated
to show changes made during construction. These record documents together with all approved
CITY OF FORT WORTH Bailey Boswell Rd.
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN 105616
Revised December 20, 2012
0073 10- 21
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page21 o1735
Samples and a counterpart of all accepted Submittals will be available to City for reference.
Upon completion of the Work, these record documents, any operation and maintenance manuals,
and Submittals will be delivered to City prior to Final Inspection. Contractor shall include
accurate locations for buried and imbedded items.
5.13 Safety and Protection
A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety
precautions and programs in connection with the Work. Such responsibility does not relieve
Subcontractors of their responsibility for the safety of persons or property in the performance of
their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall
take all necessary precautions for the safety of, and shall provide the necessary protection to
prevent damage, injury or loss to:
1. all persons on the Site or who may be affected by the Work;
2. all the Work and materials and equipment to be incorporated therein, whether in storage on
or off the Site; and
other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks,
pavements, roadways, structures, utilities, and Underground Facilities not designated for
removal, relocation, or replacement in the course of construction.
B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of
persons or property, or to the protection of persons or property from damage, injury, or loss; and
shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall
notify owners of adjacent property and of Underground Facilities and other utility owners when
prosecution of the Work may affect them, and shall cooperate with them in the protection,
removal, relocation, and replacement of their property.
C. Contractor shall comply with the applicable requirements of City's safety programs, if any.
D. Contractor shall inform City of the specific requirements of Contractor's safety program, if any,
with which City's employees and representatives must comply while at the Site.
E. All damage, injury, or loss to any property referred to in Paragraph 5.13.A.2 or 5.13.A.3 caused,
directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any
other individual or entity directly or indirectly employed by any of them to perform any of the
Work, or anyone for whose acts any of them may be liable, shall be remedied by Contractor.
F. Contractor's duties and responsibilities for safety and for protection of the Work shall continue
until such time as all the Work is completed and City has accepted the Work.
5.14 Safety Representative
Contractor shall inform City in writing of Contractor's designated safety representative at the Site.
CITY OF FORT WORTH Bailey Boswell Rd.
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN 105616
Revised December 20, 2012
0073 10- 22
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 22 of 35
5.15 Hazard Communication Programs
Contractor shall be responsible for coordinating any exchange of material safety data sheets or other
hazard communication information required to be made available to or exchanged between or
among employers in accordance with Laws or Regulations.
5.16 Submittals
A. Contractor shall submit required Submittals to City for review and acceptance. Each submittal
will be identified as required by City.
1. Submit number of copies specified in the General Requirements.
2. Data shown on the Submittals will be complete with respect to quantities, dimensions,
specified performance and design criteria, materials, and similar data to show City the
services, materials, and equipment Contractor proposes to provide and to enable City to
review the information for the limited purposes required by Paragraph 5.16.C.
Submittals submitted as herein provided by Contractor and reviewed by City for
conformance with the design concept shall be executed in conformity with the Contract
Documents unless otherwise required by City.
4. When Submittals are submitted for the purpose of showing the installation in greater detail,
their review shall not excuse Contractor from requirements shown on the Drawings and
Specifications.
5. For -Information -Only submittals upon which the City is not expected to conduct review or
take responsive action may be so identified in the Contract Documents.
6. Submit required number of Samples specified in the Specifications.
7. Clearly identify each Sample as to material, Supplier, pertinent data such as catalog numbers,
the use for which intended and other data as City may require to enable City to review the
submittal for the limited purposes required by Paragraph 5.16.C.
B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any
related Work performed prior to City's review and acceptance of the pertinent submittal will be
at the sole expense and responsibility of Contractor.
C. City's Review;
1. City will provide timely review of required Submittals in accordance with the Schedule of Submittals
acceptable to City. City's review and acceptance will be only to determine if the items covered by the
submittals will, after installation or incorporation in the Work, conform to the information given in
the Contract Documents and be compatible with the design concept of the completed Project as
a functioning whole as indicated by the Contract Documents.
CITY OF FORT WORTH Bailey Boswell Rd.
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN 105616
Revised December 20, 2012
0073 10- 23
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 23 of35
2. City's review and acceptance will not extend to means, methods, techniques, sequences, or
procedures of construction (except where a particular means, method, technique, sequence,
or procedure of construction is specifically and expressly called for by the Contract
Documents) or to safety precautions or programs incident thereto. The review and
acceptance of a separate item as such will not indicate approval of the assembly in which the
item functions.
3. City's review and acceptance shall not relieve Contractor from responsibility for any variation
from the requirements of the Contract Documents unless Contractor has complied with the
requirements of Section 01 33 00 and City has given written acceptance of each such
variation by specific written notation thereof incorporated in or accompanying the
Submittal. City's review and acceptance shall not relieve Contractor from responsibility for
complying with the requirements of the Contract Documents.
5.17 Contractor's General Warranty and Guarantee
A. Contractor warrants and guarantees to City that all Work will be in accordance with the Contract
Documents and will not be defective. City and its officers, directors, members, partners,
employees, agents, consultants, and subcontractors shall be entitled to rely on representation of
Contractor's warranty and guarantee.
B. Contractor's warranty and guarantee hereunder excludes defects or damage caused by:
1. abuse, modification, or improper maintenance or operation by persons other than Contractor,
Subcontractors, Suppliers, or any other individual or entity for whom Contractor is
responsible; or
2. normal wear and tear under normal usage.
C. Contractor's obligation to perform and complete the Work in accordance with the Contract
Documents shall be absolute. None of the following will constitute an acceptance of Work that is
not in accordance with the Contract Documents or a release of Contractor's obligation to
perform the Work in accordance with the Contract Documents:
1. observations by City;
2. recommendation or payment by City or Developer of any progress or final payment;
the issuance of a certificate of Final Acceptance by City or any payment related thereto by
City;
4. use or occupancy of the Work or any part thereof by City;
5. any review and acceptance of a Submittal by City;
6. any inspection, test, or approval by others; or
CITY OF FORT WORTH Bailey Boswell Rd.
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN 105616
Revised December 20, 2012
0073 10- 24
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 24 of 35
7. any correction of defective Work by City.
D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to
other work or property resulting therefrom which shall appear within a period of two (2) years
from the date of Final Acceptance of the Work unless a longer period is specified and shall
furnish a good and sufficient maintenance bond, complying with the requirements of Article
4.02.B. The City will give notice of observed defects with reasonable promptness.
5.18 Indemnification
A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, 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 PJJ S SPEC111CALLY INTENDED TO OPERATE
AND BE EFFECTIVE EVEN IF IT IS AUEGED OR PROVEN THAT ALI. OR. SOME
OF THE DAMAGES BEINf: SOT IGHT WERE CAUSED. IN WHOLE OR IN_P__AU, 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. IMS INDEMNIFICATION PROVISION IS SPECIFICALLY
INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGUD OR
PROVEN THAT ALL Old SOME O NG SOUGHT WERE
CAUSED, IN WHOLE OR IN PANT. BY ANY ACT. OMISSION OR NEGUGENC'E OF
THE CITY..
5.19 Delegation of Professional Design Services
A. Contractor will not be required to provide professional design services unless such services are
specifically required by the Contract Documents for a portion of the Work or unless such
services are required to carry out Contractor's responsibilities for construction means, methods,
techniques, sequences and procedures.
B. If professional design services or certifications by a design professional related to systems,
materials or equipment are specifically required of Contractor by the Contract Documents, City
will specify all performance and design criteria that such services must satisfy. Contractor shall
cause such services or certifications to be provided by a properly licensed professional, whose
signature and seal shall appear on all drawings, calculations, specifications, certifications, and
Submittals prepared by such professional. Submittals related to the Work designed or certified
by such professional, if prepared by others, shall bear such professional's written approval when
submitted to City.
CITY OF FORT WORTH Bailey Boswell Rd.
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN 105616
Revised December 20, 2012
0073 10- 25
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 25 of 35
C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the services,
certifications or approvals performed by such design professionals, provided City has specified
to Contractor performance and design criteria that such services must satisfy.
D. Pursuant to this Paragraph 5.19, City's review and acceptance of design calculations and design
drawings will be only for the limited purpose of checking for conformance with performance
and design criteria given and the design concept expressed in the Contract Documents. City's
review and acceptance of Submittals (except design calculations and design drawings) will be
only for the purpose stated in Paragraph 5.16.C.
5.20 Right to Audit:
A. The City reserves the right to audit all projects utilizing City funds
B. The Contractor agrees that the City shall, until the expiration of three (3) years after final
payment under this Contract, have access to and the right to examine and photocopy any directly
pertinent books, documents, papers, and records of the Contractor involving transactions relating
to this Contract. Contractor agrees that the City shall have access during Regular Working Hours
to all necessary Contractor facilities and shall be provided adequate and appropriate work space
in order to conduct audits in compliance with the provisions of this Paragraph. The City shall
give Contractor reasonable advance notice of intended audits.
C. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that
the subcontractor agrees that the City shall, until the expiration of three (3) years after final
payment under this Contract, have access to and the right to examine and photocopy any directly
pertinent books, documents, papers, and records of such Subcontractor, involving transactions to
the subcontract, and further, that City shall have access during Regular Working Hours to all
Subcontractor facilities, and shall be provided adequate and appropriate work space in order to
conduct audits in compliance with the provisions of this Paragraph. The City shall give
Subcontractor reasonable advance notice of intended audits.
D. Contractor and Subcontractor agree to photocopy such documents as may be requested by the
City. The City agrees to reimburse Contractor for the cost of the copies as follows at the rate
published in the Texas Administrative Code in effect as of the time copying is performed.
5.21 Nondiscrimination
A. The City is responsible for operating Public Transportation Programs and implementing transit -
related projects, which are funded in part with Federal financial assistance awarded by the U.S.
Department of Transportation and the Federal Transit Administration (FTA), without
discriminating against any person in the United States on the basis of race, color, or national
origin.
B. Title VI, Civil Rights Act of 1964 as amended: Contractor shall comply with the requirements of
the Act and the Regulations as further defined in the Supplementary Conditions for any project
receiving Federal assistance.
CITY OF FORT WORTH Bailey Boswell Rd.
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN 105616
Revised December 20, 2012
0073 10- 26
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 26 of 35
ARTICLE 6 — OTHER WORK AT THE SITE
6.01 Related Work at Site
A. City may perform other work related to the Project at the Site with City's employees, or other
City contractors, or through other direct contracts therefor, or have other work performed by
utility owners. If such other work is not noted in the Contract Documents, then written notice
thereof will be given to Contractor prior to starting any such other work; and
B. Contractor shall afford each other contractor who is a party to such a direct contract, each utility
owner, and City, if City is performing other work with City's employees or other City contractors,
proper and safe access to the Site, provide a reasonable opportunity for the introduction and
storage of materials and equipment and the execution of such other work, and properly coordinate
the Work with theirs. Contractor shall do all cutting, fitting, and patching of the Work that may
be required to properly connect or otherwise make its several parts come together and properly
integrate with such other work. Contractor shall not endanger any work of others by cutting,
excavating, or otherwise altering such work; provided, however, that Contractor may cut or
alter others' work with the written consent of City and the others whose work will be affected.
C. If the proper execution or results of any part of Contractor's Work depends upon work performed
by others under this Article 7, Contractor shall inspect such other work and promptly report to
City in writing any delays, defects, or deficiencies in such other work that render it unavailable
or unsuitable for the proper execution and results of Contractor's Work. Contractor's failure to so
report will constitute an acceptance of such other work as fit and proper for integration
with Contractor's Work except for latent defects in the work provided by others.
ARTICLE 7 — CITY'S RESPONSIBILITIES
7.1 Inspections, Tests, and Approvals
City's responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph
11.03.
7.2 Limitations on City's Responsibilities
A. The City shall not supervise, direct, or have control or authority over, nor be responsible for,
Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety
precautions and programs incident thereto, or for any failure of Contractor to comply with Laws
and Regulations applicable to the performance of the Work. City will not be responsible for
Contractor's failure to perform the Work in accordance with the Contract Documents.
B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 5.13.
CITY OF FORT WORTH Bailey Boswell Rd.
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN 105616
Revised December 20, 2012
0073 10- 27
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 27 of 35
7.3 Compliance with Safety Program
While at the Site, City's employees and representatives shall comply with the specific applicable
requirements of Contractor's safety programs of which City has been informed pursuant to
Paragraph 5.13.
ARTICLE 8 — CITY'S OBSERVATION STATUS DURING CONSTRUCTION
8.1 City's Project Representative
City will provide one or more Project Representative(s) during the construction period. The duties
and responsibilities and the limitations of authority of City's representative during construction are
set forth in the Contract Documents.
A. City's Project Representative will make visits to the Site at intervals appropriate to the various
stages of construction as City deems necessary in order to observe the progress that has been
made and the quality of the various aspects of Contractor's executed Work. Based on
information obtained during such visits and observations, City's Project Representative will
determine, in general, if the Work is proceeding in accordance with the Contract Documents.
City's Project Representative will not be required to make exhaustive or continuous inspections
on the Site to check the quality or quantity of the Work. City's Project Representative's efforts
will be directed toward providing City a greater degree of confidence that the completed Work
will conform generally to the Contract Documents.
B. City's Project Representative's visits and observations are subject to all the limitations on
authority and responsibility in the Contract Documents.
8.2 Authorized Variations in Work
City's Project Representative may authorize minor variations in the Work from the requirements of
the Contract Documents which do not involve an adjustment in the Contract Price or the Contract
Time and are compatible with the design concept of the completed Project as a functioning whole as
indicated by the Contract Documents. These may be accomplished by a Field Order and will be
binding on City Developer, and also on Contractor, who shall perform the Work involved promptly.
8.3 Rejecting Defective Work
City will have authority to reject Work which City's Project Representative believes to be defective,
or will not produce a completed Project that conforms to the Contract Documents or that will
prejudice the integrity of the design concept of the completed Project as a functioning whole as
indicated by the Contract Documents. City will have authority to conduct special inspection or
testing of the Work as provided in Article 11, whether or not the Work is fabricated, installed, or
completed.
CITY OF FORT WORTH Bailey Boswell Rd.
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN 105616
Revised December 20, 2012
0073 10- 28
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 28 of35
8.4 Determinationsfor Work Performed
Contractor will determine the actual quantities and classifications of Work performed. City's Project
Representative will review with Contractor the preliminary determinations on such matters before
rendering a written recommendation. City's written decision will be final (except as modified to
reflect changed factual conditions or more accurate data).
ARTICLE 9 — CHANGES IN THE WORK
9.1 Authorized Changes in the Work
A. Without invalidating the Contract and without notice to any surety, City may, at any time or
from time to time, order Extra Work. Upon notice of such Extra Work, Contractor shall promptly
proceed with the Work involved which will be performed under the applicable conditions of the
Contract Documents (except as otherwise specifically provided). Extra Work shall be
memorialized by a Participating Change Order which may or may not precede an order of Extra
work.
B. For minor changes of Work not requiring changes to Contract Time or Contract Price on
project with City participation, a Field Order may be issued by the City.
9.2 Notification to Surety
If the provisions of any bond require notice to be given to a surety of any change affecting the
general scope of the Work or the provisions of the Contract Documents (including, but not limited
to, Contract Price or Contract Time), the giving of any such notice will be Contractor's
responsibility. The amount of each applicable bond will be adjusted by the Contractor to reflect the
effect of any such change.
ARTICLE 10 — CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME
10.1 Change of Contract Price
A. The Contract Price may only be changed by a Participating Change Order for projects with City participation.
10.2 Change of Contract Time
A. The Contract Time may only be changed by a Participating Change Order for projects with City
participation.
10.3 Delays
A. If Contractor is delayed, City shall not be liable to Contractor for any claims, costs, losses, or damages
(including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals
and all court or arbitration or other dispute resolution costs) sustained by Contractor on or in connection
with any other project or anticipated project.
CITY OF FORT WORTH Bailey Boswell Rd.
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN 105616
Revised December 20, 2012
0073 10- 29
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 29 of 35
ARTICLE 11— TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF
DEFECTIVE WORK
11.1 Notice of Defects
Notice of all defective Work of which City has actual knowledge will be given to Contractor.
Defective Work may be rejected, corrected, or accepted as provided in this Article 13.
11.2 Access to Work
City, independent testing laboratories, and governmental agencies with jurisdictional interests will
have access to the Site and the Work at reasonable times for their observation, inspection, and
testing. Contractor shall provide them proper and safe conditions for such access and advise them of
Contractor's safety procedures and programs so that they may comply therewith as applicable.
11.3 Tests and Inspections
A. Contractor shall give City timely notice of readiness of the Work for all required inspections,
tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required
inspections or tests.
B. If Contract Documents, Laws or Regulations of any public body having jurisdiction require any
of the Work (or part thereof) to be inspected, tested, or approved, Contractor shall assume full
responsibility for arranging and obtaining such independent inspections, tests, retests or
approvals, pay all costs in connection therewith, and furnish City the required certificates of
inspection or approval; excepting, however, those fees specifically identified in the
Supplementary Conditions or any Texas Department of Licensure and Regulation (TDLR)
inspections, which shall be paid as described in the Supplementary Conditions.
C. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection
with any inspections, tests, re -tests, or approvals required for City's acceptance of materials or
equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment
submitted for approval prior to Contractor's purchase thereof for incorporation in the Work.
Such inspections, tests, re -tests, or approvals shall be performed by organizations approved by
City.
D. City may arrange for the services of an independent testing laboratory ("Testing Lab") to
perform any inspections or tests ("Testing") for any part of the Work, as determined solely by
City.
1. City will coordinate such Testing to the extent possible, with Contractor;
2. Should any Testing under this Section 11.03 D result in a "fail", "did not pass" or other
similar negative result, the Contractor shall be responsible for paying for any and all retests.
Contractor's cancellation without cause of City initiated Testing shall be deemed a negative
result and require a retest.
CITY OF FORT WORTH Bailey Boswell Rd.
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN 105616
Revised December 20, 2012
0073 10- 30
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 30 of 35
Any amounts owed for any retest under this Section 11.03 D shall be paid directly to the
Testing Lab by Contractor. City will forward all invoices for retests to
Developer/Contractor.
4. If Contractor fails to pay the Testing Lab, City will not issue a letter of Final Acceptance
until the Testing Lab is Paid
E. If any Work (or the work of others) that is to
Contractor without written concurrence of City,
such Work for observation.
11.4 Uncovering Work
be inspected, tested, or approved is covered by
Contractor shall, if requested by City, uncover
A. If any Work is covered contrary to the Contract Documents or specific instructions by the City,
it must, if requested by City, be uncovered for City's observation and replaced at Contractor's
expense.
11.5 City May Stop the Work
If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials
or equipment, or fails to perform the Work in such a way that the completed Work will conform to
the Contract Documents, City may order Contractor to stop the Work, or any portion thereof, until
the cause for such order has been eliminated; however, this right of City to stop the Work shall not
give rise to any duty on the part of City to exercise this right for the benefit of Contractor, any
Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent
of any of them.
11.6 Correction or Removal of Defective Work
A. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to an
acceptable schedule, whether or not fabricated, installed, or completed, or, if the Work has been rejected
by City, remove it from the Project and replace it with Work that is not defective. Contractor shall pay all
claims, costs, additional testing, losses, and damages (including but not limited to all fees and charges of
engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute
resolution costs) arising out of or relating to such correction or removal (including but not limited to all
costs of repair or replacement of work of others). Failure to require the removal of any defective Work
shall not constitute acceptance of such Work.
B. When correcting defective Work under the terms of this Paragraph 11.06 or Paragraph 11.07, Contractor
shall take no action that would void or otherwise impair City's special warranty and guarantee, if any, on
said Work.
11.7 Correction Period
A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may be
prescribed by the terms of any applicable special guarantee required by the Contract
CITY OF FORT WORTH Bailey Boswell Rd.
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN 105616
Revised December 20, 2012
0073 10- 31
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 31 of 35
Documents), any Work is found to be defective, or if the repair of any damages to the land or
areas made available for Contractor's use by City or permitted by Laws and Regulations as
contemplated in Paragraph 5.10.A is found to be defective, Contractor shall promptly, without
cost to City and in accordance with City's written instructions:
1. repair such defective land or areas; or
2. correct such defective Work; or
3. if the defective Work has been rejected by City, remove it from the Project and replace it
with Work that is not defective, and
4. satisfactorily correct or repair or remove and replace any damage to other Work, to the work
of others or other land or areas resulting therefrom.
B. If Contractor does not promptly comply with the terms of City's written instructions, or in an
emergency where delay would cause serious risk of loss or damage, City may have the defective
Work corrected or repaired or may have the rejected Work removed and replaced. All claims,
costs, losses, and damages (including but not limited to all fees and charges of engineers,
architects, attorneys, and other professionals and all court or other dispute resolution costs)
arising out of or relating to such correction or repair or such removal and replacement (including
but not limited to all costs of repair or replacement of work of others) will be paid by Contractor.
C. Where defective Work (and damage to other Work resulting therefrom) has been corrected or
removed and replaced under this Paragraph 11.07, the correction period hereunder with respect
to such Work may be required to be extended for an additional period of one year after the end
of the initial correction period. City shall provide 30 days written notice to Contractor and
Developer should such additional warranty coverage be required. Contractor's obligations under
this Paragraph 11.07 are in addition to any other obligation or warranty. The provisions of this
Paragraph 11.07 shall not be construed as a substitute for, or a waiver of, the provisions of any
applicable statute of limitation or repose.
11.8 City May Correct Defective Work
A. If Contractor fails within a reasonable time after written notice from City to correct defective
Work, or to remove and replace rejected Work as required by City in accordance with Paragraph
11.06.A, or if Contractor fails to perform the Work in accordance with the Contract Documents,
or if Contractor fails to comply with any other provision of the Contract Documents, City may,
after seven (7) days written notice to Contractor and the Developer, correct, or remedy any such
deficiency.
B. In exercising the rights and remedies under this Paragraph 11.09, City shall proceed
expeditiously. In connection with such corrective or remedial action, City may exclude
Contractor from all or part of the Site, take possession of all or part of the Work and suspend
Contractor's services related thereto, and incorporate in the Work all materials and equipment
incorporated in the Work, stored at the Site or for which City has paid Contractor but which are
CITY OF FORT WORTH Bailey Boswell Rd.
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN 105616
Revised December 20, 2012
0073 10- 32
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 32 of35
stored elsewhere. Contractor shall allow City, City's representatives, agents, consultants,
employees, and City's other contractors, access to the Site to enable City to exercise the rights
and remedies under this Paragraph.
C. All claims, costs, losses, and damages (including but not limited to all fees and charges of
engineers, architects, attorneys, and other professionals and all court or other dispute resolution
costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph
13.09 will be charged against Contractor, and a Change Order will be issued incorporating the
necessary revisions in the Contract Documents with respect to the Work; and City shall be
entitled to an appropriate decrease in the Contract Price.
D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the
performance of the Work attributable to the exercise of City's rights and remedies under this
Paragraph 11.09.
ARTICLE 12 — COMPLETION
12.1 Contractor's Warranty of Title
Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any
Application for Payment will pass to City no later than the time of Final Acceptance and shall be
free and clear of all Liens.
12.2 Partial Utilization
A. Prior to Final Acceptance of all the Work, City may use or occupy any substantially completed part of
the Work which has specifically been identified in the Contract Documents, or which City, determines
constitutes a separately functioning and usable part of the Work that can be used by City for its
intended purpose without significant interference with Contractor's performance of the remainder of the
Work. City at any time may notify Contractor in writing to permit City to use or occupy any such part of
the Work which City determines to be ready for its intended use, subject to the following conditions:
1. Contractor at any time may notify City in writing that Contractor considers any such part of the Work
ready for its intended use.
2. Within a reasonable time after notification as enumerated in Paragraph 14.05.A.1, City and Contractor
shall make an inspection of that part of the Work to determine its status of completion. If City
does not consider that part of the Work to be substantially complete, City will notify Contractor in
writing giving the reasons therefor.
3. Partial Utilization will not constitute Final Acceptance by City.
12.3 Final Inspection
A. Upon written notice from Contractor that the entire Work is complete in accordance with the Contract
Documents:
CITY OF FORT WORTH Bailey Boswell Rd.
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN 105616
Revised December 20, 2012
0073 10- 33
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 33 of 35
1. within 10 days, City will schedule a Final Inspection with Contractor.
2. City will notify Contractor in writing of all particulars in which this inspection reveals that
the Work is incomplete or defective. Contractor shall immediately take such measures as are
necessary to complete such Work or remedy such deficiencies.
12.4 Final Acceptance
A. Upon completion by Contractor to City's satisfaction, of any additional Work identified in the
Final Inspection, City will issue to Contractor a letter of Final Acceptance upon the satisfaction
of the following:
1. All documentation called for in the Contract Documents, including but not limited to the
evidence of insurance required by Paragraph 5.03;
2. consent of the surety, if any, to Final Acceptance;
3. a list of all pending or released Damage Claims against City that Contractor believes are
unsettled; and
4. affidavits of payments and complete and legally effective releases or waivers (satisfactory to
City) of all Lien rights arising out of or Liens filed in connection with the Work.
after all Damage Claims have been resolved:
a. directly by the Contractor or;
b. Contractor provides evidence that the Damage Claim has been reported to Contractor's
insurance provider for resolution.
6. Issuing Final Acceptance by the City shall not relieve the Contractor of any guarantees or
other requirements of the Contract Documents which specifically continue thereafter.
ARTICLE 13 — SUSPENSION OF WORK
13.01 City May Suspend Work
A. At any time and without cause, City may suspend the Work or any portion thereof by written
notice to Contractor and which may fix the date on which Work will be resumed. Contractor
shall resume the Work on the date so fixed. During temporary suspension of the Work covered
by these Contract Documents, for any reason, the City will stop contract time on City
participation projects.
B. Should the Contractor not be able to complete a portion of the Project due to causes beyond the
control of and without the fault or negligence of the Contractor, and should it be determined by
mutual consent of the Contractor and City that a solution to allow construction to proceed is not
CITY OF FORT WORTH Bailey Boswell Rd.
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN 105616
Revised December 20, 2012
0073 10- 34
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 34 of 35
available within a reasonable period of time, Contractor may request an extension in Contract
Time, directly attributable to any such suspension.
C. If it should become necessary to suspend the Work for an indefinite period, the Contractor shall
store all materials in such a manner that they will not obstruct or impede the public unnecessarily
nor become damaged in any way, and he shall take every precaution to prevent damage or
deterioration of the work performed; he shall provide suitable drainage about the work, and erect
temporary structures where necessary.
ARTICLE 14 — MISCELLANEOUS
14.1 Giving Notice
A. Whenever any provision of the Contract Documents requires the giving of written notice, it will
be deemed to have been validly given i£
1. delivered in person to the individual or to a member of the firm or to an officer of the
corporation for whom it is intended; or
2. delivered at or sent by registered or certified mail, postage prepaid, to the last business
address known to the giver of the notice.
B. Business address changes must be promptly made in writing to the other party.
C. Whenever the Contract Documents specifies giving notice by electronic means such electronic
notice shall be deemed sufficient upon confirmation of receipt by the receiving party.
14.2 Computation of Times
When any period of time is referred to in the Contract Documents by days, it will be computed to
exclude the first and include the last day of such period. If the last day of any such period falls on a
Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last
day of the period.
14.3 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 Bailey Boswell Rd.
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN 105616
Revised December 20, 2012
0073 10- 35
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 35 of 35
14.4 Survival of Obligations
All representations, indemnifications, warranties, and guarantees made in, required by, or given in
accordance with the Contract Documents, as well as all continuing obligations indicated in the
Contract Documents, will survive final payment, completion, and acceptance of the Work or
termination or completion of the Contract or termination of the services of Contractor.
14.5 Headings
Article and paragraph headings are inserted for convenience only and do not constitute parts of these
General Conditions.
CITY OF FORT WORTH Bailey Boswell Rd.
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN 105616
Revised December 20, 2012
00 61 25 - 1
DAP PROJECT RECORD DOCUMENTS
Pagel of 3
1 SECTION 01 11 00
2 SUMMARY OF WORK
3 GENERAL
4 SUMMARY
5 A. Section Includes:
6 1. Summary of Work to be performed in accordance with the Contract Documents
7 B. Deviations from this City of Fort Worth Standard Specification
8 1. None.
9 C. Related Specification Sections include, but are not necessarily limited to:
10 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract
11 2. Division 1 - General Requirements
12 1.2 PRICE AND PAYMENT PROCEDURES
13 A. Measurement and Payment
14 1. Work associated with this Item is considered subsidiary to the various items bid.
15 No separate payment will be allowed for this Item.
16 1.3 REFERENCES [NOT USED]
17 1.4 ADMINISTRATIVE REQUIREMENTS
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
A. Work Covered by Contract Documents
1. Work is to include furnishing all labor, materials, and equipment, and performing
all Work necessary for this construction project as detailed in the Drawings and
Specifications.
B. Subsidiary Work
1. Any and all Work specifically governed by documentary requirements for the
project, such as conditions imposed by the Drawings or Contract Documents in
which no specific item for bid has been provided for in the Proposal and the item is
not a typical unit bid item included on the standard bid item list, then the item shall
be considered as a subsidiary item of Work, the cost of which shall be included in
the price bid in the Proposal for various bid items.
C. Use of Premises
1. Coordinate uses of premises under direction of the City.
2. Assume full responsibility for protection and safekeeping of materials and
equipment stored on the Site.
3. Use and occupy only portions of the public streets and alleys, or other public places
or other rights -of -way as provided for in the ordinances of the City, as shown in the
Contract Documents, or as may be specifically authorized in writing by the City.
a. A reasonable amount of tools, materials, and equipment for construction
purposes may be stored in such space, but no more than is necessary to avoid
delay in the construction operations.
CITY OF FORT WORTH Bailey Boswell Rd
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN 105616
Revised December 20, 2012
006125-2
DAP PROJECT RECORD DOCUMENTS
Page 2 of 3
1 b. Excavated and waste materials shall be stored in such a way as not to interfere
2 with the use of spaces that may be designated to be left free and unobstructed
3 and so as not to inconvenience occupants of adjacent property.
4 c. If the street is occupied by railroad tracks, the Work shall be carried on in such
5 manner as not to interfere with the operation of the railroad.
6 All Work shall be in accordance with railroad requirements set forth in Division
7 0 as well as the railroad permit.
8 D. Work within Easements
9 1. Do not enter upon private property for any purpose without having previously
10 obtained permission from the owner of such property.
11 2. Do not store equipment or material on private property unless and until the
12 specified approval of the property owner has been secured in writing by the
13 Contractor and a copy furnished to the City.
14
3. Unless specifically provided otherwise, clear all rights -of -way or easements of
15
obstructions which must be removed to make possible proper prosecution of the
16
Work as a part of the project construction operations.
17
4. Preserve and use every precaution to prevent damage to, all trees, shrubbery,
18
plants, lawns, fences, culverts, curbing, and all other types of structures or
19
improvements, to all water, sewer, and gas lines, to all conduits, overhead pole
20
lines, or appurtenances thereof, including the construction of temporary fences
21
and to all other public or private property adjacent to the Work.
22
5. Notify the proper representatives of the owners or occupants of the public or
23
private lands of interest in lands which might be affected by the Work.
24
a. Such notice shall be made at least 48 hours in advance of the beginning of
25
the Work.
26
b. Notices shall be applicable to both public and private utility companies and
27
any corporation, company, individual, or other, either as owners or
28
occupants, whose land or interest in land might be affected by the Work.
29
c. Be responsible for all damage or injury to property of any character
30
resulting from any act, omission, neglect, or misconduct in the manner or
31
method or execution of the Work, or at any time due to defective work,
32
material, or equipment.
33
6. Fence
34
a. Restore all fences encountered and removed during construction of the
35
Project to the original or a better than original condition.
36
b. Erect temporary fencing in place of the fencing removed whenever the
37
Work is not in progress and when the site is vacated overnight, and/or at all
38
times to provide site security.
39
c. The cost for all fence work within easements, including removal, temporary
40
closures and replacement, shall be subsidiary to the various items bid in the
41
project proposal, unless a bid item is specifically provided in the proposal.
CITY OF FORT WORTH Bailey Boswell Rd
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN 105616
Revised December 20, 2012
006125-3
DAP PROJECT RECORD DOCUMENTS
Page 3 of 3
1 1.5
SUBMITTALS [NOT USED]
2 1.6
ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
3 1.7
CLOSEOUT SUBMITTALS [NOT USED]
4 1.8
MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
5 1.9
QUALITY ASSURANCE [NOT USED]
6 1.10
DELIVERY, STORAGE, AND HANDLING [NOT USED]
7 1.11
FIELD [SITE] CONDITIONS [NOT USED]
8 1.12
WARRANTY [NOT USED]
9 PART 2 - PRODUCTS [NOT USED]
10 PART 3 - EXECUTION [NOT USED]
11
12
13
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
CITY OF FORT WORTH Bailey Boswell Rd
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN 105616
Revised December 20, 2012
00 61 2519 - 1
DAP PROJECT RECORD DOCUMENTS
Page 1 of 3
1 SECTION 013119
2 PRECONSTRUCTION MEETING
3 PART 1- GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
6 1. Provisions for the preconstruction meeting to be held prior to the start of Work to
7 clarify construction contract administration procedures
8 B. Deviations from this City of Fort Worth Standard Specification
9 1. No construction schedule required unless requested by the City.
10 C. Related Specification Sections include, but are not necessarily limited to:
11 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
12 2. Division 1 — General Requirements
13 1.2 PRICE AND PAYMENT PROCEDURES
14 A. Measurement and Payment
15 1. Work associated with this Item is considered subsidiary to the various items bid.
16 No separate payment will be allowed for this Item.
17 1.3 REFERENCES [NOT USED]
18 1.4 ADMINISTRATIVE REQUIREMENTS
19 A. Coordination
20 1. Attend preconstruction meeting.
21 2. Representatives of Contractor, subcontractors and suppliers attending meetings
22 shall be qualified and authorized to act on behalf of the entity each represents.
23 3. Meeting administered by City may be tape recorded.
24 a. If recorded, tapes will be used to prepare minutes and retained by City for
25 future reference.
26 B. Preconstruction Meeting
27 1. A preconstruction meeting will be held within 14 days after the delivery of the
28 distribution package to the City.
29 The meeting will be scheduled and administered by the City.
30 2. The Project Representative will preside at the meeting, prepare the notes of the
31 meeting and distribute copies of same to all participants who so request by fully
32 completing the attendance form to be circulated at the beginning of the meeting.
33 3. Attendance shall include:
34 a. Developer and Consultant
35 b. Contractor's project manager
36 c. Contractor's superintendent
37 d. Any subcontractor or supplier representatives whom the Contractor may
38 desire to invite or the City may request
39
CITY OF FORT WORTH Bailey Boswell Rd.
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105616
Revised August 30, 2013
00 61 2519 - 2
DAP PROJECT RECORD DOCUMENTS
Page 2 of 3
1
e. Other City representatives
2
f. Others as appropriate
3
4. Preliminary Agenda may include:
4
a. Introduction of Project Personnel
5
b. General Description of Project
6
c. Status of right-of-way, utility clearances, easements or other pertinent permits
7
d. Contractor's work plan and schedule
8
e. Contract Time
9
f. Notice to Proceed
10
g. Construction Staking
11
h. Progress Payments
12
i. Extra Work and Change Order Procedures
13
j. Field Orders
14
k. Disposal Site Letter for Waste Material
15
1. Insurance Renewals
16
m. Payroll Certification
17
n. Material Certifications and Quality Control Testing
18
o. Public Safety and Convenience
19
p. Documentation of Pre -Construction Conditions
20
q. Weekend Work Notification
21
r. Legal Holidays
22
s. Trench Safety Plans
23
t. Confined Space Entry Standards
24
u. Coordination with the City's representative for operations of existing water
25
systems
26
v. Storm Water Pollution Prevention Plan
27
w. Coordination with other Contractors
28
x. Early Warning System
29
y. Contractor Evaluation
30
z. Special Conditions applicable to the project
31
aa. Damages Claims
32
bb. Submittal Procedures
33
cc. Substitution Procedures
34
dd. Correspondence Routing
35
ee. Record Drawings
36
ff. Temporary construction facilities
37
gg. MBE/SBE procedures
38
hh. Final Acceptance
39
ii. Final Payment
40
J. Questions or Comments
CITY OF FORT WORTH Bailey Boswell Rd.
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105616
Revised August 30, 2013
00 61 2519 - 3
DAP PROJECT RECORD DOCUMENTS
Page 3 of 3
1 1.5
SUBMITTALS [NOT USED]
2 1.6
ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
3 1.7
CLOSEOUT SUBMITTALS [NOT USED]
4 1.8
MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
5 1.9
QUALITY ASSURANCE [NOT USED]
6 1.10
DELIVERY, STORAGE, AND HANDLING [NOT USED]
7 1.11
FIELD [SITE] CONDITIONS [NOT USED]
8 1.12
WARRANTY [NOT USED]
9 PART 2 - PRODUCTS [NOT USED]
10 PART 3 - EXECUTION [NOT USED]
12
13
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
CITY OF FORT WORTH Bailey Boswell Rd.
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105616
Revised August 30, 2013
006125-1
DAP PROJECT RECORD DOCUMENTS
Page 1 of 8
1 SECTION 0133 00
2 DAP SUBMITTALS
3 PART 1 - GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
6 1. General methods and requirements of submissions applicable to the following Work-
7 related submittals:
8 a. Shop Drawings
9 b. Product Data (including Standard Product List submittals)
10 c. Samples
11 d. Mock Ups
12 B. Deviations from this City of Fort Worth Standard Specification
13 1. None.
14 C. Related Specification Sections include, but are not necessarily limited to:
15 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
16 2. Division 1 — General Requirements
17 1.2 PRICE AND PAYMENT PROCEDURES
18 A. Measurement and Payment
19 1. Work associated with this Item is considered subsidiary to the various items bid. No
20 separate payment will be allowed for this Item.
21 1.3 REFERENCES [NOT USED]
22 1.4 ADMINISTRATIVE REQUIREMENTS
23 A. Coordination
24 1. Notify the City in writing, at the time of submittal, of any deviations in the submittals
25 from the requirements of the Contract Documents.
26 2. Coordination of Submittal Times
27 a. Prepare, prioritize and transmit each submittal sufficiently in advance of performing
28 the related Work or other applicable activities, or within the time specified in the
29 individual Work Sections, of the Specifications.
30 b. Contractor is responsible such that the installation will not be delayed by processing
31 times including, but not limited to:
32 a) Disapproval and resubmittal (if required)
33 b) Coordination with other submittals
34 c) Testing
35 d) Purchasing
36 e) Fabrication
37 f) Delivery
38 Similar sequenced activities
39 c. No extension of time will be authorized because of the Contractor's failure to
40 transmit submittals sufficiently in advance of the Work.
CITY OF FORT WORTH Bailey Boswell Rd,
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105616
Revised August 30, 2013
00 61 25 - 2
DAP PROJECT RECORD DOCUMENTS
Page 2 of 8
1 d. Make submittals promptly in accordance with approved schedule, and in such
2 sequence as to cause no delay in the Work or in the work of any other contractor.
3 B. Submittal Numbering
4 1. When submitting shop drawings or samples, utilize a 9-character submittal cross-
5 reference identification numbering system in the following manner:
6 a. Use the first 6 digits of the applicable Specification Section Number.
7 b. For the next 2 digits number use numbers 01-99 to sequentially number each
8 initial separate item or drawing submitted under each specific Section number.
9 c. Last use a letter, A-Z, indicating the resubmission of the same drawing (i.e.
10 A=2nd submission, B=3rd submission, C=4th submission, etc.). A typical
11 submittal number would be as follows:
12
13 03 30 00-08-B
14
15 1) 03 30 00 is the Specification Section for Concrete
16 2) 08 is the eighth initial submittal under this Specification Section
17 3) B is the third submission (second resubmission) of that particular shop
18 drawing
19 C. Contractor Certification
20 1. Review shop drawings, product data and samples, including those by
21 subcontractors, prior to submission to determine and verify the following:
22 a. Field measurements
23 b. Field construction criteria
24 c. Catalog numbers and similar data
25 d. Conformance with the Contract Documents
26 2. Provide each shop drawing, sample and product data submitted by the Contractor
27 with a Certification Statement affixed including:
28 a. The Contractor's Company name
29 b. Signature of submittal reviewer
30 c. Certification Statement
31 1) `By this submittal, I hereby represent that I have determined and verified
32 field measurements, field construction criteria, materials, dimensions,
33 catalog numbers and similar data and I have checked and coordinated each
34 item with other applicable approved shop drawings."
35 D. Submittal Format
36 1. Fold shop drawings larger than 8 '/2 inches x 11 inches to 8 '/2 inches x 11 inches.
37 2. Bind shop drawings and product data sheets together.
38 3. Order
39 a. Cover Sheet
40 1) Description of Packet
41 2) Contractor Certification
42 b. List of items / Table of Contents
43 c. Product Data /Shop Drawings/Samples /Calculations
44 E. Submittal Content
45 1. The date of submission and the dates of any previous submissions
CITY OF FORT WORTH Bailey Boswell Rd.
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105616
Revised August 30, 2013
006125-3
DAP PROJECT RECORD DOCUMENTS
Page 3 of 8
1 2. The Project title and number
2 3. Contractor identification
3 4. The names of-
4 a. Contractor
5 b. Supplier
6 c. Manufacturer
7 5. Identification of the product, with the Specification Section number, page and
8 paragraph(s)
9 6. Field dimensions, clearly identified as such
10 7. Relation to adjacent or critical features of the Work or materials
11 8. Applicable standards, such as ASTM or Federal Specification numbers
12 9. Identification by highlighting of deviations from Contract Documents
13 10. Identification by highlighting of revisions on resubmittals
14 11. An 8-inch x 3-inch blank space for Contractor and City stamps
15 F. Shop Drawings
16 1. As specified in individual Work Sections includes, but is not necessarily limited to:
17 a. Custom -prepared data such as fabrication and erection/installation (working)
18 drawings
19 b. Scheduled information
20 c. Setting diagrams
21 d. Actual shopwork manufacturing instructions
22 e. Custom templates
23 f. Special wiring diagrams
24 g. Coordination drawings
25 h. Individual system or equipment inspection and test reports including:
26 1) Performance curves and certifications
27 i. As applicable to the Work
28 2. Details
29 a. Relation of the various parts to the main members and lines of the structure
30 b. Where correct fabrication of the Work depends upon field measurements
31 Provide such measurements and note on the drawings prior to submitting for
32 approval.
33 G. Product Data
34 1. For submittals of product data for products included on the City's Standard Product
35 List, clearly identify each item selected for use on the Project.
36 2. For submittals of product data for products not included on the City's Standard
37 Product List, submittal data may include, but is not necessarily limited to:
38 a. Standard prepared data for manufactured products (sometimes referred to as
39 catalog data)
40 1) Such as the manufacturer's product specification and installation instructions
41 2) Availability of colors and patterns
42 3) Manufacturer's printed statements of compliances and applicability
43 4) Roughing -in diagrams and templates
44 5) Catalog cuts
CITY OF FORT WORTH Bailey Boswell Rd.
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105616
Revised August 30, 2013
006125-4
DAP PROJECT RECORD DOCUMENTS
Page 4 of 8
1 6) Product photographs
2 7) Standard wiring diagrams
3 8) Printed performance curves and operational -range diagrams
4 9) Production or quality control inspection and test reports and certifications
5 10) Mill reports
6 11) Product operating and maintenance instructions and recommended spare -parts
7 listing and printed product warranties
8 12) As applicable to the Work
9 H. Samples
10 1. As specified in individual Sections, include, but are not necessarily limited to:
11 a. Physical examples of the Work such as:
12 1) Sections of manufactured or fabricated Work
13 2) Small cuts or containers of materials
14 3) Complete units of repetitively used products color/texture/pattern swatches and
15 range sets
16 4) Specimens for coordination of visual effect
17 5) Graphic symbols and units of Work to be used by the City for independent
18 inspection and testing, as applicable to the Work
19 I. Do not start Work requiring a shop drawing, sample or product data nor any material to be
20 fabricated or installed prior to the approval or qualified approval of such item.
21 1. Fabrication performed, materials purchased or on -site construction accomplished which
22 does not conform to approved shop drawings and data is at the Contractor's risk.
23 2. The City will not be liable for any expense or delay due to corrections or remedies
24 required to accomplish conformity.
25 3. Complete project Work, materials, fabrication, and installations in conformance with
26 approved shop drawings, applicable samples, and product data.
27 J. Submittal Distribution
28 1. Electronic Distribution
29 a. Confirm development of Project directory for electronic submittals to be uploaded
30 to City's Buzzsaw site, or another external FTP site approved by the City.
31 b. Shop Drawings
32 1) Upload submittal to designated project directory and notify appropriate City
33 representatives via email of submittal posting.
34 2) Hard Copies
35 a) 3 copies for all submittals
36 b) If Contractor requires more than 1 hard copy of Shop Drawings returned,
37 Contractor shall submit more than the number of copies listed above.
38 c. Product Data
39 1) Upload submittal to designated project directory and notify appropriate City
40 representatives via email of submittal posting.
41 2) Hard Copies
42 a) 3 copies for all submittals
43 d. Samples
44 1) Distributed to the Project Representative
45 2. Hard Copy Distribution (if required in lieu of electronic distribution)
46
47
CITY OF FORT WORTH Bailey Boswell Rd.
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105616
Revised August 30, 2013
00 61 25 - 5
DAP PROJECT RECORD DOCUMENTS
Page 5 of 8
1 a. Shop Drawings
2 1) Distributed to the City
3 2) Copies
4 a. 8 copies for mechanical submittals
5 b. 7 copies for all other submittals
6 c. If Contractor requires more than 3 copies of Shop Drawings returned,
7 Contractor shall submit more than the number of copies listed above.
8 b. Product Data
9 1) Distributed to the City
10 2) Copies
11 a) 4 copies
12 c. Samples
13 1) Distributed to the Project Representative
14 2) Copies
15 a) Submit the number stated in the respective Specification Sections.
16 3. Distribute reproductions of approved shop drawings and copies of approved product
17 data and samples, where required, to the job site file and elsewhere as directed by
18 the City.
19 a. Provide number of copies as directed by the City but not exceeding the number
20 previously specified.
21 K. Submittal Review
22 1. The review of shop drawings, data and samples will be for general conformance with
23 the design concept and Contract Documents. This is not to be construed as:
24 a. Permitting any departure from the Contract requirements
25 b. Relieving the Contractor of responsibility for any errors, including details,
26 dimensions, and materials
27 c. Approving departures from details furnished by the City, except as otherwise
28 provided herein
29 2. The review and approval of shop drawings, samples or product data by the City does
30 not relieve the Contractor from his/her responsibility with regard to the fulfillment of
31 the terms of the Contract.
32 a. All risks of error and omission are assumed by the Contractor, and the City will
33 have no responsibility therefore.
34 3. The Contractor remains responsible for details and accuracy, for coordinating the Work
35 with all other associated work and trades, for selecting fabrication processes, for
36 techniques of assembly and for performing Work in a safe manner.
37 4. If the shop drawings, data or samples as submitted describe variations and show a
38 departure from the Contract requirements which City finds to be in the interest of the
39 City and to be so minor as not to involve a change in Contract Price or time for
40 performance, the City may return the reviewed drawings without noting an exception.
41 5. Submittals will be returned to the Contractor under 1 of the following codes:
42 a. Code 1
43 1) "NO EXCEPTIONS TAKEN" is assigned when there are no notations or
44 comments on the submittal.
45 a. When returned under this code the Contractor may release the equipment
46 and/or material for manufacture.
47 b. Code 2
CITY OF FORT WORTH Bailey Boswell Rd,
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105616
Revised August 30, 2013
006125-6
DAP PROJECT RECORD DOCUMENTS
Page 6 of 8
1 1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of the
2 notations and comments IS NOT required by the Contractor.
3 a. The Contractor may release the equipment or material for manufacture;
4 however, all notations and comments must be incorporated into the final
5 product.
6 c. Code 3
7 1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is assigned
8 when notations and comments are extensive enough to require a resubmittal of
9 the package.
10 a) The Contractor may release the equipment or material for manufacture;
11 however, all notations and comments must be incorporated into the final
12 product.
13 b) This resubmittal is to address all comments, omissions and non -conforming
14 items that were noted.
15 c) Resubmittal is to be received by the City within 15 Calendar Days of the
16 date of the City's transmittal requiring the resubmittal.
17 d. Code 4
18 1) "NOT APPROVED" is assigned when the submittal does not meet the intent of
19 the Contract Documents.
20 a) The Contractor must resubmit the entire package revised to bring the
21 submittal into conformance.
22 b) It may be necessary to resubmit using a different manufacturer/vendor to
23 meet the Contract Documents.
24 6. Resubmittals
25 a. Handled in the same manner as first submittals
26 1) Corrections other than requested by the City
27 2) Marked with revision triangle or other similar method
28 a) At Contractor's risk if not marked
29 b. Submittals for each item will be reviewed no more than twice at the City's expense.
30 1) All subsequent reviews will be performed at times convenient to the City and at
31 the Contractor's expense, based on the City's or City Representative's then
32 prevailing rates.
33 2) Provide Contractor reimbursement to the City within 30 Calendar Days for all
34 such fees invoiced by the City.
35 c. The need for more than 1 resubmission or any other delay in obtaining City's
36 review of submittals, will not entitle the Contractor to an extension of Contract
37 Time.
38 7. Partial Submittals
39 a. City reserves the right to not review submittals deemed partial, at the City's
40 discretion.
41 b. Submittals deemed by the City to be not complete will be returned to the
42 Contractor, and will be considered "Not Approved" until resubmitted.
43 c. The City may at its option provide a list or mark the submittal directing the
44 Contractor to the areas that are incomplete.
45 8. If the Contractor considers any correction indicated on the shop drawings to constitute a
46 change to the Contract Documents, then written notice must be provided thereof to the
47 Developer at least 7 Calendar Days prior to release for manufacture.
CITY OF FORT WORTH Bailey Boswell Rd,
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105616
Revised August 30, 2013
006125-7
DAP PROJECT RECORD DOCUMENTS
Page 7 of 8
1 9. When the shop drawings have been completed to the satisfaction of the City, the
2 Contractor may carry out the construction in accordance therewith and no further
3 changes therein except upon written instructions from the City.
4 10. Each submittal, appropriately coded, will be returned within 30 Calendar Days
5 following receipt of submittal by the City.
6 L. Mock ups
7 1. Mock Up units as specified in individual Sections, include, but are not necessarily
8 limited to, complete units of the standard of acceptance for that type of Work to be used
9 on the Project. Remove at the completion of the Work or when directed.
10 M. Qualifications
11 If specifically required in other Sections of these Specifications, submit a P.E. Certification
12 for each item required.
13 N. Request for Information (RFI)
14 1. Contractor Request for additional information
15 a. Clarification or interpretation of the contract documents
16 b. When the Contractor believes there is a conflict between Contract Documents
17 c. When the Contractor believes there is a conflict between the Drawings and
18 Specifications
19 1) Identify the conflict and request clarification
20 2. Sufficient information shall be attached to permit a written response without further
21 information.
22
23
24
25
26 1.5 SUBMITTALS [NOT USED]
27 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
28
1.7
CLOSEOUT SUBMITTALS [NOT USED]
29
1.8
MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
30
1.9
QUALITY ASSURANCE [NOT USED]
31
1.10
DELIVERY, STORAGE, AND HANDLING [NOT USED]
32
1.11
FIELD [SITE] CONDITIONS [NOT USED]
33
1.12
WARRANTY [NOT USED]
CITY OF FORT WORTH Bailey Boswell Rd.
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105616
Revised August 30, 2013
2
3
4
5
6
7
8
z
PART 2 — PRODUCTS [NOT USED]
006125-8
DAP PROJECT RECORD DOCUMENTS
Page 8 of 8
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 Bailey Boswell Rd.
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105616
Revised August 30, 2013
006125-1
DAP PROJECT RECORD DOCUMENTS
Page 1 of 7
1 SECTION 0135 13
2 SPECIAL PROJECT PROCEDURES
3 [Text in Blue is for information or guidance. Remove all hlzte text in the final project docninenIJ
4 PART 1- GENERAL
5 1.1 SUMMARY
6 A. Section Includes:
7 1. The procedures for special project circumstances that includes, but is not limited to:
8 a. Coordination with the Texas Department of Transportation
9 b. Work near High Voltage Lines
10 c. Confined Space Entry Program
11 d. Air Pollution Watch Days
12 e. Use of Explosives, Drop Weight, Etc.
13 f. Water Department Notification
14 g. Public Notification Prior to Beginning Construction
15 h. Coordination with United States Army Corps of Engineers
16 i. Coordination within Railroad permits areas
17 j. Dust Control
18 k. Employee Parking
19 1. (Coordination mith North Central Texas Council of Governments Clean
20 Construction Specification [remove if not required])
21 B. Deviations from this City of Fort Worth Standard Specification
22 1. None.
23 C. Related Specification Sections include, but are not necessarily limited to:
24 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
25 2. Division 1 — General Requirements
26 3. Section 33 12 25 — Connection to Existing Water Mains
27
28 1.2 REFERENCES
29 A. Reference Standards
30 1. Reference standards cited in this Specification refer to the current reference standard
31 published at the time of the latest revision date logged at the end of this Specification,
32 unless a date is specifically cited.
33 2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. High
34 Voltage Overhead Lines.
35 3. North Central Texas Council of Governments (NCTCOG) — Clean Construction
36 Specification
37 1.3 ADMINISTRATIVE REQUIREMENTS
38 A. Coordination with the Texas Department of Transportation
39 1. When work in the right-of-way which is under the jurisdiction of the Texas Department
40 of Transportation (TxDOT):
CITY OF FORT WORTH Bailey Boswell Rd.
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105616
Revised August, 30, 2013
006125-2
DAP PROJECT RECORD DOCUMENTS
Page 2 of 7
1 a. Notify the Texas Department of Transportation prior to commencing any work
2 therein in accordance with the provisions of the permit
3 b. All work performed in the TxDOT right-of-way shall be performed in compliance
4 with and subject to approval from the Texas Department of Transportation
5 B. Work near High Voltage Lines
6 1. Regulatory Requirements
7 a. All Work near High Voltage Lines (more than 600 volts measured between
8 conductors or between a conductor and the ground) shall be in accordance with
9 Health and Safety Code, Title 9, Subtitle A, Chapter 752.
10 2. Warning sign
11 a. Provide sign of sufficient size meeting all OSHA requirements.
12 3. Equipment operating within 10 feet of high voltage lines will require the following
13 safety features
14 a. Insulating cage -type of guard about the boom or arm
15 b. Insulator links on the lift hook connections for back hoes or dippers
16 c. Equipment must meet the safety requirements as set forth by OSHA and the safety
17 requirements of the owner of the high voltage lines
18 4. Work within 6 feet of high voltage electric lines
19 a. Notification shall be given to:
20 1) The power company (example: ONCOR)
21 a) Maintain an accurate log of all such calls to power company and record
22 action taken in each case.
23 b. Coordination with power company
24 1) After notification coordinate with the power company to:
25 a) Erect temporary mechanical barriers, de -energize the lines, or raise or lower
26 the lines
27 c. No personnel may work within 6 feet of a high voltage line before the above
28 requirements have been met.
29 C. Confined Space Entry Program
30 1. Provide and follow approved Confined Space Entry Program in accordance with OSHA
31 requirements.
32 2. Confined Spaces include:
33 a. Manholes
34 b. All other confined spaces in accordance with OSHA's Permit Required for
35 Confined Spaces
36 D. Use of Explosives, Drop Weight, Etc.
37 1. When Contract Documents permit on the project the following will apply:
38 a. Public Notification
39 1) Submit notice to City and proof of adequate insurance coverage, 24 hours prior
40 to commencing.
41 2) Minimum 24 hour public notification in accordance with Section 0131 13
42 E. Water Department Coordination
43
CITY OF FORT WORTH Bailey Boswell Rd.
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105616
Revised August, 30, 2013
00 61 25 - 3
DAP PROJECT RECORD DOCUMENTS
Page 3 of 7
1
1. During the construction of this project, it will be necessary to deactivate, for a
2
period of time, existing lines. The Contractor shall be required to coordinate with
3
the Water Department to determine the best times for deactivating and activating
4
those lines.
5
2. Coordinate any event that will require connecting to or the operation of an existing
6
City water line system with the City's representative.
7
a. Coordination shall be in accordance with Section 33 12 25.
8
b. If needed, obtain a hydrant water meter from the Water Department for use
9
during the life of named project.
10
C. In the event that a water valve on an existing live system be turned off and
11
on to accommodate the construction of the project is required, coordinate
12
this activity through the appropriate City representative.
13
1) Do not operate water line valves of existing water system.
14
a) Failure to comply will render the Contractor in violation of Texas
15
Penal Code Title 7, Chapter 28.03 (Criminal Mischief) and the
16
Contractor will be prosecuted to the full extent of the law.
17
b) In addition, the Contractor will assume all liabilities and
18
responsibilities as a result of these actions.
19 F. Public Notification Prior to Beginning Construction
20 1. Prior to beginning construction on any block in the project, on a block by block
21 basis, prepare and deliver a notice or flyer of the pending construction to the front
22 door of each residence or business that will be impacted by construction. The notice
23 shall be prepared as follows:
24 a. Post notice or flyer 7 days prior to beginning any construction activity on each
25 block in the project area.
26 1) Prepare flyer on the Contractor's letterhead and include the following
27 information:
28 a) Name of Project
29 b) City Project No (CPN)
30 c) Scope of Project (i.e. type of construction activity)
31 d) Actual construction duration within the block
32 e) Name of the contractor's foreman and phone number
33 f) Name of the City's inspector and phone number
34 g) City's after-hours phone number
35 2) A sample of the `pre -construction notification' flyer is attached as Exhibit A.
36 3) Submit schedule showing the construction start and finish time for each block
37 of the project to the inspector.
38 4) Deliver flyer to the City Inspector for review prior to distribution.
39 b. No construction will be allowed to begin on any block until the flyer is delivered to
40 all residents of the block.
41 G. Public Notification of Temporary Water Service Interruption during Construction
42 1. In the event it becomes necessary to temporarily shut down water service to
43 residents or businesses during construction, prepare and deliver a notice or flyer of
44 the pending interruption to the front door of each affected resident.
45 2. Prepared notice as follows:
46 a. The notification or flyer shall be posted 24 hours prior to the temporary
47 interruption.
CITY OF FORT WORTH Bailey Boswell Rd,
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105616
Revised August, 30, 2013
00 61 25 - 4
DAP PROJECT RECORD DOCUMENTS
Page 4 of 7
1 b. Prepare flyer on the contractor's letterhead and include the following information:
2 1) Name of the project
3 2) City Project Number
4 3) Date of the interruption of service
5 4) Period the interruption will take place
6 5) Name of the contractor's foreman and phone number
7 6) Name of the City's inspector and phone number
8 c. A sample of the temporary water service interruption notification is attached as
9 Exhibit B.
10 d. Deliver a copy of the temporary interruption notification to the City inspector for
11 review prior to being distributed.
12 e. No interruption of water service can occur until the flyer has been delivered to all
13 affected residents and businesses.
14 f. Electronic versions of the sample flyers can be obtained from the Project
15 Construction Inspector.
16 H. Coordination with United States Army Corps of Engineers (USACE)
17 1. At locations in the Project where construction activities occur in areas where USACE
18 permits are required, meet all requirements set forth in each designated permit.
19 I. Coordination within Railroad Permit Areas
20 1. At locations in the project where construction activities occur in areas where railroad
21 permits are required, meet all requirements set forth in each designated railroad permit.
22 This includes, but is not limited to, provisions for:
23 a. Flagmen
24 b. Inspectors
25 c. Safety training
26 d. Additional insurance
27 e. Insurance certificates
28 f. Other employees required to protect the right-of-way and property of the Railroad
29 Company from damage arising out of and/or from the construction of the project.
30 Proper utility clearance procedures shall be used in accordance with the permit
31 guidelines.
32 2. Obtain any supplemental information needed to comply with the railroad's
33 requirements.
34 J. Dust Control
35 1. Use acceptable measures to control dust at the Site.
36 a. If water is used to control dust, capture and properly dispose of waste water.
37 b. If wet saw cutting is performed, capture and properly dispose of slurry.
38 K. Employee Parking
39 1. Provide parking for employees at locations approved by the City.
40 L. {Coordination with North Central Texas Council of Governments (NCTCOG) Clean
41 Construction Specification [if required for the project]
42 1. Comply with equipment, operational, reporting and enforcement requirements set forth
43 in NCTCOG's Clean Construction Specification.)
CITY OF FORT WORTH Bailey Boswell Rd.
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105616
Revised August, 30, 2013
1
2
3
4
5
6
7
8
9
10
11
12
13
006125-5
DAP PROJECT RECORD DOCUMENTS
Page 5 of 7
1.4 SUBMITTALS [NOT USED]
1.5 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.6 CLOSEOUT SUBMITTALS [NOT USED]
1.7 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.8 QUALITY ASSURANCE [NOT USED]
1.9 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.10 FIELD [SITE] CONDITIONS [NOT USED]
1.11 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
1.3.13— Added requirement of compliance with Health and Safety Code, Title 9.
8/31/2012 D. Johnson Safety, Subtitle A. Public Safety, Chapter 752. High Voltage Overhead Lines.
CITY OF FORT WORTH Bailey Boswell Rd,
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105616
Revised August, 30, 2013
006125-6
DAP PROJECT RECORD DOCUMENTS
Page 6 of 7
1 EXHIBIT A
2 (To be printed on Contractor's Letterhead)
3
4
5
6 Date:
7
8 CPN No.:
9 Project Name:
10 Mapsco Location:
11 Limits of Construction
12
13
NOTICE OF
„ CONSTRUCTION
15
16
17 THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT
18 WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR
19 PROPERTY.
20
21 CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE OF
22 THIS NOTICE.
23
24 IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER
25 ISSUE, PLEASE CALL:
26
27
28 Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.>
29
30 OR
31
32 Mr. <CITY INSPECTOR> AT < TELEPHONE NO.>
33
34 AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306
35
36 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL
37
CITY OF FORT WORTH Bailey Boswell Rd,
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105616
Revised August, 30, 2013
006125-7
DAP PROJECT RECORD DOCUMENTS
Page 7 of 7
1 EXHIBIT B
7
4
Fox
DOW
Dolt NO. xxxx
ftojea H&mw.
NOTICE OF TEMPORARY WATER SERVICE
INTERRUPTIOM
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
(CONTRAC'CORS SUPERINTENDENlr) (TELEPHONE NUMBER)
OR
MR. AT
(CITY INSPECTOR) (TELEPHONE NUMBER)
THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE.
THANK YOU,
CONTRACTOR
CITY OF FORT WORTH Bailey Boswell Rd
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105616
Revised August, 30, 2013
00 61 25 - 1
DAP PROJECT RECORD DOCUMENTS
Pagel of 2
1 SECTION 0145 23
2 TESTING AND INSPECTION SERVICES
3 PART 1 - GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
6 1. Testing and inspection services procedures and coordination
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 a. Contractor is responsible for performing, coordinating, and payment of all
17 Quality Control testing.
18 b. City is responsible for performing and payment for first set of Quality
19 Assurance testing.
20 1) If the first Quality Assurance test performed by the City fails, the
21 Contractor is responsible for payment of subsequent Quality Assurance
22 testing until a passing test occurs.
23 a) Final acceptance will not be issued by City until all required payments
24 for testing by Contractor have been paid in full.
25 1.3 REFERENCES [NOT USED]
26 1.4 ADMINISTRATIVE REQUIREMENTS
27 A. Testing
28 1. Complete testing in accordance with the Contract Documents.
29 2. Coordination
30 a. When testing is required to be performed by the City, notify City, sufficiently
31 in advance, when testing is needed.
32 b. When testing is required to be completed by the Contractor, notify City,
33 sufficiently in advance, that testing will be performed.
34 3. Distribution of Testing Reports
35 a. Electronic Distribution
36 1) Confirm development of Project directory for electronic submittals to be
37 uploaded to City's Buzzsaw site, or another form of distribution approved
38 by the City.
39
40
CITY OF FORT WORTH Bailey Boswell Rd.
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105616
Revised August 30, 2013
00 61 25 - 2
DAP PROJECT RECORD DOCUMENTS
Page 2 of 2
1 2) Upload test reports to designated project directory and notify appropriate
2 City representatives via email of submittal posting.
3 3) Hard Copies
4 a) 1 copy for all submittals submitted to the Project Representative
5 b. Hard Copy Distribution (if required in lieu of electronic distribution)
6 1) Tests performed by City
7 a) Distribute 1 hard copy to the Contractor
8 2) Tests performed by the Contractor
9 a) Distribute 3 hard copies to City's Project Representative
10 4. Provide City's Project Representative with trip tickets for each delivered
11 load of Concrete or Lime material including the following information:
12 a. Name of pit
13 b. Date of delivery
14 c. Material delivered
15
B. Inspection
16
1. Inspection or lack of inspection does not relieve the Contractor from obligation to
17
perform work in accordance with the Contract Documents.
18
1.5
SUBMITTALS [NOT USED]
19
1.6
ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED]
20
1.7
CLOSEOUT SUBMITTALS [NOT USED]
21
1.8
MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
22
1.9
QUALITY ASSURANCE [NOT USED]
23
1.10
DELIVERY, STORAGE, AND HANDLING [NOT USED]
24
1.11
FIELD [SITE] CONDITIONS [NOT USED]
25
1.12
WARRANTY [NOT USED]
26
27
28
29
30
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
DATE NAME
END OF SECTION
Revision Log
SUMMARY OF CHANGE
CITY OF FORT WORTH Bailey Boswell Rd.
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105616
Revised August 30, 2013
00 61 25 - 1
DAP PROJECT RECORD DOCUMENTS
Page 1 of 4
1 SECTION 0150 00
2 TEMPORARY FACILITIES AND CONTROLS
3 PART 1- GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
6 1. Provide temporary facilities and controls needed for the Work including, but not
7 necessarily limited to:
8 a. Temporary utilities
9 b. Sanitary facilities
10 c. Storage Sheds and Buildings
11 d. Dust control
12 e. Temporary fencing of the construction site
13 B. Deviations from this City of Fort Worth Standard Specification
14 1. None.
15 C. Related Specification Sections include, but are not necessarily limited to:
16 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
17 2. Division 1 — General Requirements
18 1.2 PRICE AND PAYMENT PROCEDURES
19 A. Measurement and Payment
20 1. Work associated with this Item is considered subsidiary to the various Items bid.
21 No separate payment will be allowed for this Item.
22 1.3 REFERENCES [NOT USED]
23 1.4 ADMINISTRATIVE REQUIREMENTS
24 A. Temporary Utilities
25 1. Obtaining Temporary Service
26 a. Make arrangements with utility service companies for temporary services.
27 b. Abide by rules and regulations of utility service companies or authorities
28 having jurisdiction.
29 c. Be responsible for utility service costs until Work is approved for Final
30 Acceptance.
31 1) Included are fuel, power, light, heat and other utility services necessary for
32 execution, completion, testing and initial operation of Work.
33 2. Water
34 a. Contractor to provide water required for and in connection with Work to be
35 performed and for specified tests of piping, equipment, devices or other use as
36 required for the completion of the Work.
37 b. Provide and maintain adequate supply of potable water for domestic
38 consumption by Contractor personnel and City's Project Representatives.
39 c. Coordination
40 1) Contact City 1 week before water for construction is desired
41
CITY OF FORT WORTH Bailey Boswell Rd.
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105616
Revised JULY 1, 2011
00 61 25 - 2
DAP PROJECT RECORD DOCUMENTS
Page 2 of 4
1 d. Contractor Payment for Construction Water
2 1) Obtain construction water meter from City for payment as billed by City's
3 established rates.
4 3. Electricity and Lighting
5 a. Provide and pay for electric powered service as required for Work, including
6 testing of Work.
7 Provide power for lighting, operation of equipment, or other use.
8 b. Electric power service includes temporary power service or generator to
9 maintain operations during scheduled shutdown.
10 4. Telephone
11 a. Provide emergency telephone service at Site for use by Contractor personnel
12 and others performing work or furnishing services at Site.
13 5. Temporary Heat and Ventilation
14 a. Provide temporary heat as necessary for protection or completion of Work.
15 b. Provide temporary heat and ventilation to assure safe working conditions.
16 B. Sanitary Facilities
17 1. Provide and maintain sanitary facilities for persons on Site.
18 a. Comply with regulations of State and local departments of health.
19 2. Enforce use of sanitary facilities by construction personnel at job site.
20 a. Enclose and anchor sanitary facilities.
21 b. No discharge will be allowed from these facilities.
22 c. Collect and store sewage and waste so as not to cause nuisance or health
23 problem.
24 d. Haul sewage and waste off -site at no less than weekly intervals and properly
25 dispose in accordance with applicable regulation.
26 3. Locate facilities near Work Site and keep clean and maintained throughout Project.
27 4. Remove facilities at completion of Project
28 C. Storage Sheds and Buildings
29 1. Provide adequately ventilated, watertight, weatherproof storage facilities with floor
30 above ground level for materials and equipment susceptible to weather damage.
31 2. Storage of materials not susceptible to weather damage may be on blocks off
32 ground.
33 3. Store materials in a neat and orderly manner.
34 a. Place materials and equipment to permit easy access for identification,
35 inspection and inventory.
36 4. Equip building with lockable doors and lighting, and provide electrical service for
37 equipment space heaters and heating or ventilation as necessary to provide storage
38 environments acceptable to specified manufacturers.
39 5. Fill and grade site for temporary structures to provide drainage away from
40 temporary and existing buildings.
41 6. Remove building from site prior to Final Acceptance.
42 D. Temporary Fencing
43 1. Provide and maintain for the duration or construction when required in contract
44 documents
45 E. Dust Control
CITY OF FORT WORTH Bailey Boswell Rd.
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105616
Revised JULY 1, 2011
006125-3
DAP PROJECT RECORD DOCUMENTS
Page 3 of 4
1
1. Contractor is responsible for maintaining dust control through the duration of the
2
project.
3
a. Contractor remains on -call at all times
4
b. Must respond in a timely manner
5
F. Temporary Protection of Construction
6
1. Contractor or subcontractors are responsible for protecting Work from damage due
7
to weather.
8
1.5
SUBMITTALS [NOT USED]
9
1.6
ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
10
1.7
CLOSEOUT SUBMITTALS [NOT USED]
11
1.8
MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
12
1.9
QUALITY ASSURANCE [NOT USED]
13
1.10
DELIVERY, STORAGE, AND HANDLING [NOT USED]
14
1.11
FIELD [SITE] CONDITIONS [NOT USED]
15
1.12
WARRANTY [NOT USED]
16 PART 2 - PRODUCTS [NOT USED]
17
PART 3 - EXECUTION [NOT USED]
18
3.1
INSTALLERS [NOT USED]
19
3.2
EXAMINATION [NOT USED]
20
3.3
PREPARATION [NOT USED]
21
3.4
INSTALLATION
22
A. Temporary Facilities
23
1. Maintain all temporary facilities for duration of construction activities as needed.
24
3.5
[REPAIR] / [RESTORATION]
25
3.6
RE -INSTALLATION
26
3.7
FIELD [oR] SITE QUALITY CONTROL [NOT USED]
27
3.8
SYSTEM STARTUP [NOT USED]
28
3.9
ADJUSTING [NOT USED]
29
3.10
CLEANING [NOT USED]
30
3.11
CLOSEOUT ACTIVITIES
31
A. Temporary Facilities
32
33
34
CITY OF FORT WORTH Bailey Boswell Rd
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105616
Revised JULY 1, 2011
00 61 25 - 4
DAP PROJECT RECORD DOCUMENTS
Page 4 of 4
1 1. Remove all temporary facilities and restore area after completion of the Work,
2 to a condition equal to or better than prior to start of Work.
3 3.12 PROTECTION [NOT USED]
4 3.13 MAINTENANCE [NOT USED]
5 3.14 ATTACHMENTS [NOT USED]
R
7
8
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
CITY OF FORT WORTH Bailey Boswell Rd.
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105616
Revised JULY 1.2011
00 61 25 - 1
DAP PROJECT RECORD DOCUMENTS
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 specification, unless a date is specifically cited.
25 2. Texas Manual on Uniform Traffic Control Devices (TMUTCD).
26 1.4 ADMINISTRATIVE REQUIREMENTS
27 A. Traffic Control
28
1. General
29
a. When traffic control plans are included in the Drawings, provide Traffic
30
Control in accordance with Drawings and Section 34 71 13.
31
b. When traffic control plans are not included in the Drawings, prepare traffic
32
control plans in accordance with Section 34 71 13 and submit to City for
33
review.
34
1) Allow minimum 10 working days for review of proposed Traffic Control.
35 B. Street Use Permit
36 1. Prior to installation of Traffic Control, a City Street Use Permit is required.
37 a. To obtain Street Use Permit, submit Traffic Control Plans to City
38 Transportation and Public Works Department.
39
40
CITY OF FORT WORTH Bailey Boswell Rd.
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105616
July 1, 2011
00 61 25 - 2
DAP PROJECT RECORD DOCUMENTS
Page 2 of 3
1
2 1) Allow a minimum of 5 working days for permit review.
3 2) Contractor's responsibility to coordinate review of Traffic Control plans for
4 Street Use Permit, such that construction is not delayed.
5 C. Modification to Approved Traffic Control
6 1. Prior to installation traffic control:
7 a. Submit revised traffic control plans to City Department Transportation and
8 Public Works Department.
9 1) Revise Traffic Control plans in accordance with Section 34 71 13.
10 2) Allow minimum 5 working days for review of revised Traffic Control.
11 3) 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 D. Removal of Street Sign
14 1. If it is determined that a street sign must be removed for construction, then contact
15 City Transportation and Public Works Department, Signs and Markings Division to
16 remove the sign.
17 E. Temporary Signage
18 1. In the case of regulatory signs, replace permanent sign with temporary sign meeting
19 requirements of the latest edition of the Texas Manual on Uniform Traffic Control
20 Devices (MUTCD).
21 2. Install temporary sign before the removal of permanent sign.
22 3. When construction is complete, to the extent that the permanent sign can be
23 reinstalled, contact the City Transportation and Public Works Department, Signs
24 and Markings Division, to reinstall the permanent sign.
25 F. Traffic Control Standards
26 1. Traffic Control Standards can be found on the City's Buzzsaw website.
27
1.5
SUBMITTALS [NOT USED]
28
1.6
ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED]
29
1.7
CLOSEOUT SUBMITTALS [NOT USED]
30
1.8
MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
31
1.9
QUALITY ASSURANCE [NOT USED]
32
1.10
DELIVERY, STORAGE, AND HANDLING [NOT USED]
33 1.11 FIELD [SITE] CONDITIONS [NOT USED]
34 1.12 WARRANTY [NOT USED]
35 PART 2 - PRODUCTS [NOT USED]
36 PART 3 - EXECUTION [NOT USED]
37 END OF SECTION
38
CITY OF FORT WORTH Bailey Boswell Rd.
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105616
July 1, 2011
006125-3
DAP PROJECT RECORD DOCUMENTS
Page 3 of 3
Revision Log
DATE NAME SUMMARY OF CHANGE
CITY OF FORT WORTH Bailey Boswell Rd.
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105616
July 1, 2011
006125-1
DAP PROJECT RECORD DOCUMENTS
Page 1 of 3
1 SECTION 0157 13
2 STORM WATER POLLUTION PREVENTION
3 PART 1- GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
6 1. Procedures for Storm Water Pollution Prevention Plans
7 B. Deviations from this City of Fort Worth Standard Specification
8 1. None.
9 C. Related Specification Sections include, but are not necessarily limited to:
10 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the
11 Contract
12 2. Division 1 — General Requirements
13 3. Section 3125 00 — Erosion and Sediment Control
14 1.2 PRICE AND PAYMENT PROCEDURES
15 A. Measurement and Payment
16 1. Construction Activities resulting in less than 1 acre of disturbance
17 A. Work associated with this Item is considered subsidiary to the various Items
18 bid. No separate payment will be allowed for this Item.
19 2. Construction Activities resulting in greater than 1 acre of disturbance
20 Measurement and Payment shall be in accordance with Section 3125 00.
21 1.3 REFERENCES
22 A. Abbreviations and Acronyms
23 1. Notice of Intent: NOI
24 2. Notice of Termination: NOT
25 3. Storm Water Pollution Prevention Plan: SWPPP
26 4. Texas Commission on Environmental Quality: TCEQ
27 5. Notice of Change: NOC
28 B. Reference Standards
29 1. Reference standards cited in this Specification refer to the current reference
30 standard published at the time of the latest revision date logged at the end of this
31 Specification, unless a date is specifically cited.
32 2. Integrated Storm Management (iSWM) Technical Manual for Construction
33 Controls
34 1.4 ADMINISTRATIVE REQUIREMENTS
35 A. General
36 1. Contractor is responsible for resolution and payment of any fines issued associated
37 with compliance to Stormwater Pollution Prevention Plan.
38
CITY OF FORT WORTH Bailey Boswell Rd
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105616
Revised July 1, 2011
00 61 25 - 2
DAP PROJECT RECORD DOCUMENTS
Page 2 of 3
1 B. Construction Activities resulting in:
2 1. Less than 1 acre of disturbance
3 a. Provide erosion and sediment control in accordance with Section 3125 00 and
4 Drawings.
5 2. 1 to less than 5 acres of disturbance
6 a. Texas Pollutant Discharge Elimination System (TPDES) General Construction
7 Permit is required
8 b. Complete SWPPP in accordance with TCEQ requirements
9 1) TCEQ Small Construction Site Notice Required under general permit
10 TXR150000
11 a) Sign and post at job site
12 b) Prior to Preconstruction Meeting, send 1 copy to City Department of
13 Transportation and Public Works, Environmental Division, (817) 392-
14 6088.
15 2) Provide erosion and sediment control in accordance with:
16 a) Section 3125 00
17 b) The Drawings
18 c) TXR150000 General Permit
19 d) SWPPP
20 e) TCEQ requirements
21 3. 5 acres or more of Disturbance
22 a. Texas Pollutant Discharge Elimination System (TPDES) General Construction
23 Permit is required
24 b. Complete SWPPP in accordance with TCEQ requirements
25 1) Prepare a TCEQ NOI form and submit to TCEQ along with required fee
26 a) Sign and post at job site
27 b) Send copy to City Department of Transportation and Public Works,
28 Environmental Division, (817) 392-6088.
29 2) 'TCEQ Notice of Change required if making changes or updates to NOI
30 3) Provide erosion and sediment control in accordance with:
31 a) Section 3125 00
32 b) The Drawings
33 c) TXR150000 General Permit
34 d) SWPPP
35 e) TCEQ requirements
36 4) Once the project has been completed and all the closeout requirements of
37 TCEQ have been met a TCEQ Notice of Termination can be submitted.
38 a) Send copy to City Department of Transportation and Public Works,
39 Environmental Division, (817) 392-6088.
40 1.5 SUBMITTALS
41 A. SWPPP
42 1. Submit in accordance with Section 0133 00, except as stated herein.
43 a. Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the City
44 as follows:
45 1) 1 copy to the City Project Manager
46 a) City Project Manager will forward to the City Department of
47 Transportation and Public Works, Environmental Division for review
CITY OF FORT WORTH Bailey Boswell Rd
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105616
Revised July 1, 2011
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
006125-3
DAP PROJECT RECORD DOCUMENTS
Page 3 of 3
B. Modified SWPPP
1. If the SWPPP is revised during construction, resubmit modified SWPPP to the City
in accordance with Section 0133 00.
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - -PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
DATE NAME
END OF SECTION
Revision Log
SUMMARY OF CHANGE
CITY OF FORT WORTH Bailey Boswell Rd
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105616
Revised July 1, 2011
0061 25 - 1
DAP PROJECT RECORD DOCUMENTS
Page 1 of 2
1 SECTION 0160 00
2 PRODUCT REQUIREMENTS
3 PART 1 - GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
6 1. References for Product Requirements and City Standard Products List
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 [NOT USED]
13 1.3 REFERENCES [NOT USED]
14 1.4 ADMINISTRATIVE REQUIREMENTS
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
A. A list of City approved products for use is located on Buzzsaw as follows:
1. Resources\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.
The City reserves the right to not allow products to be used for certain projects even
though the product is listed on the City's Standard Product List.
D. Although a specific product is included on City's Standard Product List, not all
products from that manufacturer are approved for use, including but not limited to, that
manufacturer's standard product.
E. See Section 01 33 00 for submittal requirements of Product Data included on City's
Standard Product List.
30 1.5 SUBMITTALS [NOT USED]
31 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
32 1.7 CLOSEOUT SUBMITTALS [NOT USED]
33 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
34 1.9 QUALITY ASSURANCE [NOT USED]
35
36
CITY OF FORT WORTH Bailey Boswell Rd.
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105616
Revised April 7, 2014
00 61 25 - 2
DAP PROJECT RECORD DOCUMENTS
Page 2 of 2
1 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
2 1.11 FIELD [SITE] CONDITIONS [NOT USED]
3 1.12 WARRANTY [NOT USED]
4
5
6
7
g
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
DATE NAME
10/12/12 D. Johnson
4/7/2014 M.Domenech
END OF SECTION
Revision Log
SUMMARY OF CHANGE
Modified Location of City's Standard Product List
Revised for DAP application
CITY OF FORT WORTH Bailey Boswell Rd,
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105616
Revised April 7, 2014
016600-1
DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS
Page 1 of 4
1 SECTION 0166 00
2 PRODUCT STORAGE AND HANDLING REQUIREMENTS
3 PART 1- GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
6 1. Scheduling of product delivery
7 2. Packaging of products for delivery
8 3. Protection of products against damage from:
9 a. Handling
10 b. Exposure to elements or harsh environments
11 B. Deviations from this City of Fort Worth Standard Specification
12 1. None.
13 C. Related Specification Sections include, but are not necessarily limited to:
14 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
15 2. Division 1 — General Requirements
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 [NOT USED]
21 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
22 1.5 SUBMITTALS [NOT USED]
23 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED]
24 1.7 CLOSEOUT SUBMITTALS [NOT USED]
25 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
26 1.9 QUALITY ASSURANCE [NOT USED]
27 1.10 DELIVERY AND HANDLING
28 A. Delivery Requirements
29 1. Schedule delivery of products or equipment as required to allow timely installation
30 and to avoid prolonged storage.
31 2. Provide appropriate personnel and equipment to receive deliveries.
32 3. Delivery trucks will not be permitted to wait extended periods of time on the Site
33 for personnel or equipment to receive the delivery.
34
35
36
CITY OF FORT WORTH Bailey Boswell Rd.
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105616
Revised April 7, 2014
016600-2
DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS
Page 2 of 4
1
4.
Deliver products or equipment in manufacturer's original unbroken cartons or other
2
containers designed and constructed to protect the contents from physical or
3
environmental damage.
4
5.
Clearly and fully mark and identify as to manufacturer, item and installation
5
location.
6
6.
Provide manufacturer's instructions for storage and handling.
7
B. Handling
Requirements
8
1.
Handle products or equipment in accordance with these Contract Documents and
9
manufacturer's recommendations and instructions.
10
C. Storage Requirements
11
1.
Store materials in accordance with manufacturer's recommendations and
12
requirements of these Specifications.
13
2.
Make necessary provisions for safe storage of materials and equipment.
14
a. Place loose soil materials and materials to be incorporated into Work to prevent
15
damage to any part of Work or existing facilities and to maintain free access at
16
all times to all parts of Work and to utility service company installations in
17
vicinity of Work.
18
3.
Keep materials and equipment neatly and compactly stored in locations that will
19
cause minimum inconvenience to other contractors, public travel, adjoining owners,
20
tenants and occupants.
21
a. Arrange storage to provide easy access for inspection.
22
4.
Restrict storage to areas available on construction site for storage of material and
23
equipment as shown on Drawings, or approved by City's Project Representative.
24
5.
Provide off -site storage and protection when on -site storage is not adequate.
25
a. Provide addresses of and access to off -site storage locations for inspection by
26
City's Project Representative.
27
6.
Do not use lawns, grass plots or other private property for storage purposes without
28
written permission of owner or other person in possession or control of premises.
29
7.
Store in manufacturers' unopened containers.
30
8.
Neatly, safely and compactly stack materials delivered and stored along line of
31
Work to avoid inconvenience and damage to property owners and general public
32
and maintain at least 3 feet from fire hydrant.
33
9.
Keep public and private driveways and street crossings open.
34
10.
Repair or replace damaged lawns, sidewalks, streets or other improvements to
35
satisfaction of City's Project Representative.
36
a. Total length which materials may be distributed along route of construction at
37
one time is 1,000 linear feet, unless otherwise approved in writing by City's
38
Project Representative.
CITY OF FORT WORTH Bailey Boswell Rd.
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105616
Revised April 7, 2014
016600-3
DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS
Page 3 of 4
1 1.11 FIELD [SITE] CONDITIONS [NOT USED]
2 1.12 WARRANTY [NOT USED]
3 PART 2 - PRODUCTS [NOT USED]
4
PART 3 - EXECUTION
5
3.1
INSTALLERS [NOT USED]
6
3.2
EXAMINATION [NOT USED]
7
3.3
PREPARATION [NOT USED]
8
3.4
ERECTION [NOT USED]
9
3.5
REPAIR / RESTORATION [NOT USED]
10
3.6
RE -INSTALLATION [NOT USED]
11
3.7
FIELD [oR] SITE QUALITY CONTROL
12
A. Tests and Inspections
13
1. Inspect all products or equipment delivered to the site prior to unloading.
14
B. Non -Conforming Work
15
1. Reject all products or equipment that are damaged, used or in any other way
16
unsatisfactory for use on the project.
17
3.8
SYSTEM STARTUP [NOT USED]
18
3.9
ADJUSTING [NOT USED]
19
3.10
CLEANING [NOT USED]
20
3.11
CLOSEOUT ACTIVITIES [NOT USED]
21
3.12
PROTECTION
22
A. Protect all products or equipment in accordance with manufacturer's written directions.
23
B. Store products or equipment in location to avoid physical damage to items while in
24
storage.
25
C. Protect equipment from exposure to elements and keep thoroughly dry if required by
26
the manufacturer.
27
3.13
MAINTENANCE [NOT USED]
28
3.14
ATTACHMENTS [NOT USED]
29
END OF SECTION
30
31
32
CITY OF FORT WORTH Bailey Boswell Rd.
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105616
Revised April 7, 2014
016600-4
DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS
Page 4 of 4
Revision Log
DATE NAME SUMMARY OF CHANGE
4/7/2014 M.Domenech Revised for DAP application
CITY OF FORT WORTH Bailey Boswell Rd
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105616
Revised April 7, 2014
017423-1
DAP CLEANING
Pagel of 4
1 SECTION 0174 23
2 CLEANING
3 PART 1- GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
6 1. Intermediate and final cleaning for Work not including special cleaning of closed
7 systems specified elsewhere
8 B. Deviations from this City of Fort Worth Standard Specification
9 1. None.
10 C. Related Specification Sections include, but are not necessarily limited to:
11 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
12 2. Division 1 — General Requirements
13 3. Section 32 92 13 — Hydro -Mulching, Seeding and Sodding
14 1.2 PRICE AND PAYMENT PROCEDURES
15 A. Measurement and Payment
16 1. Work associated with this Item is considered subsidiary to the various Items bid.
17 No separate payment will be allowed for this Item.
18 1.3 REFERENCES [NOT USED]
19 1.4 ADMINISTRATIVE REQUIREMENTS
20 A. Scheduling
21 1. Schedule cleaning operations so that dust and other contaminants disturbed by
22 cleaning process will not fall on newly painted surfaces.
23 2. Schedule final cleaning upon completion of Work and immediately prior to final
24 inspection.
25 1.5 SUBMITTALS [NOT USED]
26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
27 1.7 CLOSEOUT SUBMITTALS [NOT USED]
28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
29 1.9 QUALITY ASSURANCE [NOT USED]
30 1.10 STORAGE, AND HANDLING
31 A. Storage and Handling Requirements
32 1. Store cleaning products and cleaning wastes in containers specifically designed for
33 those materials.
CITY OF FORT WORTH Bailey Boswell Rd.
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105616
Revised April 7, 2014
017423-2
DAP CLEANING
Page 2 of 4
1 1.11 FIELD [SITE] CONDITIONS [NOT USED]
2 1.12 WARRANTY [NOT USED]
3 PART 2 - PRODUCTS
4 2.1 OWNER -FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED]
5 2.2 MATERIALS
6 A. Cleaning Agents
7 1. Compatible with surface being cleaned
8 2. New and uncontaminated
9 3. For manufactured surfaces
10 a. Material recommended by manufacturer
11 2.3 ACCESSORIES [NOT USED]
12 2.4 SOURCE QUALITY CONTROL [NOT USED]
13
PART 3 - EXECUTION
14
3.1
INSTALLERS [NOT USED]
15
3.2
EXAMINATION [NOT USED]
16
3.3
PREPARATION [NOT USED]
17
3.4
APPLICATION [NOT USED]
18
3.5
REPAIR / RESTORATION [NOT USED]
19
3.6
RE -INSTALLATION [NOT USED]
20
3.7
FIELD [OR] SITE QUALITY CONTROL [NOT USED]
21
3.8
SYSTEM STARTUP [NOT USED]
22
3.9
ADJUSTING [NOT USED]
23
3.10
CLEANING
24
A. General
25
1. Prevent accumulation of wastes that create hazardous conditions.
26
2. Conduct cleaning and disposal operations to comply with laws and safety orders of
27
governing authorities.
28
3. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in
29
storm or sanitary drains or sewers.
30
4. Dispose of degradable debris at an approved solid waste disposal site.
31
5. Dispose of nondegradable debris at an approved solid waste disposal site or in an
32
alternate manner approved by City and regulatory agencies.
33
34
35
36
CITY OF FORT WORTH Bailey Boswell Rd.
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105616
Revised April 7, 2014
017423-3
DAP CLEANING
Page 3 of 4
1 6. Handle materials in a controlled manner with as few handlings as possible.
2 7. Thoroughly clean, sweep, wash and polish all Work and equipment associated with
3 this project.
4 8. Remove all signs of temporary construction and activities incidental to construction
5 of required permanent Work.
6 9. If project is not cleaned to the satisfaction of the City, the City reserves the right to
7 have the cleaning completed at the expense of the Contractor.
8 10. Do not burn on -site.
9 B. Intermediate Cleaning during Construction
10 1. Keep Work areas clean so as not to hinder health, safety or convenience of
11 personnel in existing facility operations.
12 2. At maximum weekly intervals, dispose of waste materials, debris and rubbish.
13 3. Confine construction debris daily in strategically located container(s):
14 a. Cover to prevent blowing by wind
15 b. Store debris away from construction or operational activities
16 c. Haul from site at a minimum of once per week
17 4. Vacuum clean interior areas when ready to receive finish painting.
18 a. Continue vacuum cleaning on an as -needed basis, until Final Acceptance.
19 5. Prior to storm events, thoroughly clean site of all loose or unsecured items, which
20 may become airborne or transported by flowing water during the storm.
21 C. Exterior (Site or Right of Way) Final Cleaning
22 1. Remove trash and debris containers from site.
23 a. Re -seed areas disturbed by location of trash and debris containers in accordance
24 with Section 32 92 13.
25 2. Sweep roadway to remove all rocks, pieces of asphalt, concrete or any other object
26 that may hinder or disrupt the flow of traffic along the roadway.
27 3. Clean any interior areas including, but not limited to, vaults, manholes, structures,
28 junction boxes and inlets.
29 4. If no longer required for maintenance of erosion facilities, and upon approval by
30 City, remove erosion control from site.
31 Clean signs, lights, signals, etc.
32 3.11 CLOSEOUT ACTIVITIES [NOT USED]
33 3.12 PROTECTION [NOT USED]
34 3.13 MAINTENANCE [NOT USED]
35 3.14 ATTACHMENTS [NOT USED]
36
37
38
39
40
CITY OF FORT WORTH Bailey Boswell Rd.
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105616
Revised April 7, 2014
017423-4
DAP CLEANING
Page 4 of 4
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
4/7/2014 M.Domenech Revised for DAP application
CITY OF FORT WORTH Bailey Boswell Rd,
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105616
Revised April 7, 2014
0177 19- 1
DAP CLOSEOUT REQUIREMENTS
Page 1 of 3
I 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 1. 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.
CITY OF FORT WORTH Bailey Boswell Rd.
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105616
Revised April 7, 2014
017719-2
DAP CLOSEOUT REQUIREMENTS
Page 2 of 3
1 1.6 INFORMATIONAL SUBMITTALS [NOT USED]
2 1.7 CLOSEOUT SUBMITTALS [NOT USED]
3 PAT 2 - PRODUCTS [NOT USED]
4 PART 3 - EXECUTION
5 3.1 INSTALLERS [NOT USED]
6 3.2 EXAMINATION [NOT USED]
7 3.3 PREPARATION [NOT USED]
8 3.4 CLOSEOUT PROCEDURE
9 A. Prior to requesting Final Inspection, submit:
10 1. Project Record Documents in accordance with Section 01 78 39
11 2. Operation and Maintenance Data, if required, in accordance with Section 01 78 23
12 B. Prior to requesting Final Inspection, perform final cleaning in accordance with Section
13 01 74 23.
14 C. Final Inspection
15 1. After final cleaning, provide notice to the City Project Representative that the Work
16 is completed.
17 a. The City will make an initial Final Inspection with the Contractor present.
18 b. Upon completion of this inspection, the City will notify the Contractor, in
19 writing within 10 business days, of any particulars in which this inspection
20 reveals that the Work is defective or incomplete.
21 2. Upon receiving written notice from the City, immediately undertake the Work
22 required to remedy deficiencies and complete the Work to the satisfaction of the
23 City.
24 3. Upon completion of Work associated with the items listed in the City's written
25 notice, inform the City, that the required Work has been completed. Upon receipt
26 of this notice, the City, in the presence of the Contractor, will make a subsequent
27 Final Inspection of the project.
28 4. Provide all special accessories required to place each item of equipment in full
29 operation. These special accessory items include, but are not limited to:
30 a. Specified spare parts
31 b. Adequate oil and grease as required for the first lubrication of the equipment
32 c. Initial fill up of all chemical tanks and fuel tanks
33 d. Light bulbs
34 e. Fuses
35 i Vault keys
36 g. Handwheels
37 h. Other expendable items as required for initial start-up and operation of all
38 equipment
39 D. Notice of Project Completion
40
CITY OF FORT WORTH Bailey Boswell Rd.
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105616
Revised April 7, 2014
017719-3
DAP CLOSEOUT REQUIREMENTS
Page 3 of 3
1
1. Once the City Project Representative finds the Work subsequent to Final Inspection
2
to be satisfactory, the City will issue a Notice of Project Completion (Green Sheet).
3
E. Supporting Documentation
4
1. Coordinate with the City Project Representative to complete the following
5
additional forms:
6
a. Final Payment Request
7
b. Statement of Contract Time
8
c. Affidavit of Payment and Release of Liens
9
d. Consent of Surety to Final Payment
10
e. Pipe Report (if required)
11
f. Contractor's Evaluation of City
12
g. Performance Evaluation of Contractor
13
F. Letter of Final Acceptance
14
1. Upon review and acceptance of Notice of Project Completion and Supporting
15
Documentation, in accordance with General Conditions, City will issue Letter of
16
Final Acceptance and release the Final Payment Request for payment.
17
3.5
REPAIR / RESTORATION [NOT USED]
18
3.6
RE -INSTALLATION [NOT USED]
19
3.7
FIELD [oR] SITE QUALITY CONTROL [NOT USED]
20
3.8
SYSTEM STARTUP [NOT USED]
21
3.9
ADJUSTING [NOT USED]
22
3.10
CLEANING [NOT USED]
23
3.11
CLOSEOUT ACTIVITIES [NOT USED]
24
3.12
PROTECTION [NOT USED]
25
3.13
MAINTENANCE [NOT USED]
26
3.14
ATTACHMENTS [NOT USED]
27 END OF SECTION
28
Revision Log
DATE NAME SUMMARY OF CHANGE
4/7/2014 M.Domenech Revised for DAP application
29
CITY OF FORT WORTH Bailey Boswell Rd.
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105616
Revised April 7, 2014
017823-1
DAP OPERATION AND MAINTENANCE DATA
Pagel of 5
1 SECTION 0178 23
2 OPERATION AND MAINTENANCE DATA
3 PART 1- GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
6 1. Product data and related information appropriate for City's maintenance and
7 operation of products furnished under Contract
8 2. Such products may include, but are not limited to:
9 a. Traffic Controllers
10 b. Irrigation Controllers (to be operated by the City)
11 c. Butterfly Valves
12 B. Deviations from this City of Fort Worth Standard Specification
13 1. None.
14 C. Related Specification Sections include, but are not necessarily limited to:
15 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
16 2. Division 1 — General Requirements
17 1.2 PRICE AND PAYMENT PROCEDURES
18 A. Measurement and Payment
19 1. Work associated with this Item is considered subsidiary to the various Items bid.
20 No separate payment will be allowed for this Item.
21 1.3 REFERENCES [NOT USED]
22 1.4 ADMINISTRATIVE REQUIREMENTS
23 A. Schedule
24 1. Submit manuals in final form to the City within 30 calendar days of product
25 shipment to the project site.
26 1.5 SUBMITTALS
27 A. Submittals shall be in accordance with Section 0133 00. All submittals shall be
28 approved by the City prior to delivery.
29 1.6 INFORMATIONAL SUBMITTALS
30 A. Submittal Form
31 1. Prepare data in form of an instructional manual for use by City personnel.
32 2. Format
33 a. Size: 8 '/2 inches x 11 inches
34 b. Paper
35 1) 40 pound minimum, white, for typed pages
36 2) Holes reinforced with plastic, cloth or metal
37 c. Text: Manufacturer's printed data, or neatly typewritten
38
39
CITY OF FORT WORTH Bailey Boswell Rd.
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105616
Revised April 7, 2014
01 78 23 - 2
DAP OPERATION AND MAINTENANCE DATA
Page 2 of 5
1 d. Drawings
2 1) Provide reinforced punched binder tab, bind in with text
3 2) Reduce larger drawings and fold to size of text pages.
4 e. Provide fly -leaf for each separate product, or each piece of operating
5 equipment.
6 1) Provide typed description of product, and major component parts of
7 equipment.
8 2) Provide indexed tabs.
9 f. Cover
10 1) Identify each volume with typed or printed title "OPERATING AND
11 MAINTENANCE INSTRUCTIONS".
12 2) List:
13 a) Title of Project
14 b) Identity of separate structure as applicable
15 c) Identity of general subject matter covered in the manual
16 3. Binders
17 a. Commercial quality 3-ring binders with durable and cleanable plastic covers
18 b. When multiple binders are used, correlate the data into related consistent
19 groupings.
20 4. If available, provide an electronic form of the O&M Manual.
21 B. Manual Content
22 1. Neatly typewritten table of contents for each volume, arranged in systematic order
23 a. Contractor, name of responsible principal, address and telephone number
24 b. A list of each product required to be included, indexed to content of the volume
25 c. List, with each product:
26 1) The name, address and telephone number of the subcontractor or installer
27 2) A list of each product required to be included, indexed to content of the
28 volume
29 3) Identify area of responsibility of each
30 4) Local source of supply for parts and replacement
31 d. Identify each product by product name and other identifying symbols as set
32 forth in Contract Documents.
33 2. Product Data
34 a. Include only those sheets which are pertinent to the specific product.
35 b. Annotate each sheet to:
36 1) Clearly identify specific product or part installed
37 2) Clearly identify data applicable to installation
38 3) Delete references to inapplicable information
39 3. Drawings
40 a. Supplement product data with drawings as necessary to clearly illustrate:
41 1) Relations of component parts of equipment and systems
42 2) Control and flow diagrams
43 b. Coordinate drawings with information in Project Record Documents to assure
44 correct illustration of completed installation.
45 c. Do not use Project Record Drawings as maintenance drawings.
46 4. Written text, as required to supplement product data for the particular installation:
47 a. Organize in consistent format under separate headings for different procedures.
48 b. Provide logical sequence of instructions of each procedure.
CITY OF FORT WORTH Bailey Boswell Rd,
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105616
Revised April 7, 2014
017823-3
DAP OPERATION AND MAINTENANCE DATA
Page 3 of 5
1 5. Copy of each warranty, bond and service contract issued
2 a. Provide information sheet for City personnel giving:
3 1) Proper procedures in event of failure
4 2) Instances which might affect validity of warranties or bonds
5 C. Manual for Materials and Finishes
6 1. Submit 5 copies of complete manual in final form.
7 2. Content, for architectural products, applied materials and finishes:
8 a. Manufacturer's data, giving full information on products
9 1) Catalog number, size, composition
10 2) Color and texture designations
11 3) Information required for reordering special manufactured products
12 b. Instructions for care and maintenance
13 1) Manufacturer's recommendation for types of cleaning agents and methods
14 2) Cautions against cleaning agents and methods which are detrimental to
15 product
16 3) Recommended schedule for cleaning and maintenance
17 3. Content, for moisture protection and weather exposure products:
18 a. Manufacturer's data, giving full information on products
19 1) Applicable standards
20 2) Chemical composition
21 3) Details of installation
22 b. Instructions for inspection, maintenance and repair
23 D. Manual for Equipment and Systems
24 1. Submit 5 copies of complete manual in final form.
25 2. Content, for each unit of equipment and system, as appropriate:
26 a. Description of unit and component parts
27 1) Function, normal operating characteristics and limiting conditions
28 2) Performance curves, engineering data and tests
29 3) Complete nomenclature and commercial number of replaceable parts
30 b. Operating procedures
31 1) Start-up, break-in, routine and normal operating instructions
32 2) Regulation, control, stopping, shut -down and emergency instructions
33 3) Summer and winter operating instructions
34 4) Special operating instructions
35 c. Maintenance procedures
36 1) Routine operations
37 2) Guide to "trouble shooting"
38 3) Disassembly, repair and reassembly
39 4) Alignment, adjusting and checking
40 d. Servicing and lubrication schedule
41 1) List of lubricants required
42 e. Manufacturer's printed operating and maintenance instructions
43 f. Description of sequence of operation by control manufacturer
44 1) Predicted life of parts subject to wear
45 2) Items recommended to be stocked as spare parts
46 g. As installed control diagrams by controls manufacturer
47 h. Each contractor's coordination drawings
48 1) As installed color coded piping diagrams
CITY OF FORT WORTH Bailey Boswell Rd.
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105616
Revised April 7, 2014
01 78 23 - 4
DAP OPERATION AND MAINTENANCE DATA
Page 4 of 5
1 i. Charts of valve tag numbers, with location and function of each valve
2 j. List of original manufacturer's spare parts, manufacturer's current prices, and
3 recommended quantities to be maintained in storage
4 k. Other data as required under pertinent Sections of Specifications
5 3. Content, for each electric and electronic system, as appropriate:
6 a. Description of system and component parts
7 1) Function, normal operating characteristics, and limiting conditions
8 2) Performance curves, engineering data and tests
9 3) Complete nomenclature and commercial number of replaceable parts
10 b. Circuit directories of panelboards
11 1) Electrical service
12 2) Controls
13 3) Communications
14 c. As installed color coded wiring diagrams
15 d. Operating procedures
16 1) Routine and normal operating instructions
17 2) Sequences required
18 3) Special operating instructions
19 e. Maintenance procedures
20 1) Routine operations
21 2) Guide to "trouble shooting"
22 3) Disassembly, repair and reassembly
23 4) Adjustment and checking
24 f. Manufacturer's printed operating and maintenance instructions
25 g. List of original manufacturer's spare parts, manufacturer's current prices, and
26 recommended quantities to be maintained in storage
27 h. Other data as required under pertinent Sections of Specifications
28 4. Prepare and include additional data when the need for such data becomes apparent
29 during instruction of City's personnel.
30 1.7 CLOSEOUT SUBMITTALS [NOT USED]
31 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
32 1.9 QUALITY ASSURANCE
33 A. Provide operation and maintenance data by personnel with the following criteria:
34 1. Trained and experienced in maintenance and operation of described products
35 2. Skilled as technical writer to the extent required to communicate essential data
36 3. Skilled as draftsman competent to prepare required drawings
37
CITY OF FORT WORTH Bailey Boswell Rd,
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105616
Revised April 7, 2014
017823-5
DAP OPERATION AND MAINTENANCE DATA
Page 5 of 5
I 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
2 1.11 FIELD [SITE] CONDITIONS [NOT USED]
3 1.12 WARRANTY [NOT USED]
4
5
6
7
g
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
8/31/2012 D. Johnson 1.5.A.1 — title of section removed
4/7/2014 M.Domenech Revised for DAP Application
CITY OF FORT WORTH Bailey Boswell Rd.
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105616
Revised April 7, 2014
0178 39- 1
DAP PROJECT RECORD DOCUMENTS
Page 1 of 4
1 SECTION 0178 39
2 PROJECT RECORD DOCUMENTS
3 PART 1- GENERAL
4 1.1 SUMMARY
5
A. Section Includes:
6
1. Work associated with the documenting the project and recording changes to project
7
documents, including:
8
a. Record Drawings
9
b. Water Meter Service Reports
10
c. Sanitary Sewer Service Reports
11
d. Large Water Meter Reports
12
B. Deviations from this City of Fort Worth Standard Specification
13
1. None.
14
C. Related Specification Sections include, but are not necessarily limited to:
15
1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
16
2. Division 1 — General Requirements
17
1.3 PRICE AND PAYMENT PROCEDURES
18
A. Measurement and Payment
19
1. Work associated with this Item is considered subsidiary to the various Items bid.
20
No separate payment will be allowed for this Item.
21
1.3
REFERENCES [NOT USED]
22
1.4
ADMINISTRATIVE REQUIREMENTS [NOT USED]
23
1.5
SUBMITTALS
24
A. Prior to submitting a request for Final Inspection, deliver Project Record Documents to
25
City's Project Representative.
26
1.6
ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
27
1.7
CLOSEOUT SUBMITTALS [NOT USED]
28
1.8
MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
29
1.9
QUALITY ASSURANCE
30 A. Accuracy of Records
31 1. Thoroughly coordinate changes within the Record Documents, making adequate
32 and proper entries on each page of Specifications and each sheet of Drawings and
33 other Documents where such entry is required to show the change properly.
34 2. Accuracy of records shall be such that future search for items shown in the Contract
35 Documents may rely reasonably on information obtained from the approved Project
36 Record Documents.
37
CITY OF FORT WORTH Bailey Boswell Rd,
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105616
Revised April 7, 2014
01 78 39 - 2
DAP PROJECT RECORD DOCUMENTS
Page 2 of 4
1 3. To facilitate accuracy of records, make entries within 24 hours after receipt of
2 information that the change has occurred.
3 4. Provide factual information regarding all aspects of the Work, both concealed and
4 visible, to enable future modification of the Work to proceed without lengthy and
5 expensive site measurement, investigation and examination.
6 1.10 STORAGE AND HANDLING
7 A. Storage and Handling Requirements
8 1. Maintain the job set of Record Documents completely protected from deterioration
9 and from loss and damage until completion of the Work and transfer of all recorded
10 data to the final Project Record Documents.
11 2. In the event of loss of recorded data, use means necessary to again secure the data
12 to the City's approval.
13 a. In such case, provide replacements to the standards originally required by the
14 Contract Documents.
15 1.11 FIELD [SITE] CONDITIONS [NOT USED]
16 1.12 WARRANTY [NOT USED]
17 PART 2 - PRODUCTS
18 2.1 OWNER -FURNISHED [oR] OWNER -SUPPLIED PRODUCTS [NOT USED]
19 2.2 RECORD DOCUMENTS
20 A. Job set
21 1. Promptly following receipt of the Notice to Proceed, secure from the City, at no
22 charge to the Contractor, 1 complete set of all Documents comprising the Contract.
23 B. Final Record Documents
24 1. At a time nearing the completion of the Work and prior to Final Inspection, provide
25 the City 1 complete set of all Final Record Drawings in the Contract.
26 2.3 ACCESSORIES [NOT USED]
27 2.4 SOURCE QUALITY CONTROL [NOT USED]
28 PART 3 - EXECUTION
29 3.1 INSTALLERS [NOT USED]
30 3.2 EXAMINATION [NOT USED]
31
32
33
34
35
36
37
38
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 Bailey Boswell Rd,
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105616
Revised April 7, 2014
017839-3
DAP PROJECT RECORD DOCUMENTS
Page 3 of 4
1 2. Preservation
2 a. Considering the Contract completion time, the probable number of occasions
3 upon which the job set must be taken out for new entries and for examination,
4 and the conditions under which these activities will be performed, devise a
5 suitable method for protecting the job set.
6 b. Do not use the job set for any purpose except entry of new data and for review
7 by the City, until start of transfer of data to final Project Record Documents.
8 c. Maintain the job set at the site of work.
9 3. Coordination with Construction Survey
10 a. At a minimum clearly mark any deviations from Contract Documents
11 associated with installation of the infrastructure.
12 4. Making entries on Drawings
13 a. Record any deviations from Contract Documents.
14 b. Use an erasable colored pencil (not ink or indelible pencil), clearly describe the
15 change by graphic line and note as required.
16 c. Date all entries.
17 d. Call attention to the entry by a "cloud" drawn around the area or areas affected.
18 e. In the event of overlapping changes, use different colors for the overlapping
19 changes.
20 5. Conversion of schematic layouts
21 a. In some cases on the Drawings, arrangements of conduits, circuits, piping,
22 ducts, and similar items, are shown schematically and are not intended to
23 portray precise physical layout.
24 1) Final physical arrangement is determined by the Contractor, subject to the
25 City's approval.
26 2) However, design of future modifications of the facility may require
27 accurate information as to the final physical layout of items which are
28 shown only schematically on the Drawings.
29 b. Show on the job set of Record Drawings, by dimension accurate to within 1
30 inch, the centerline of each run of items.
31 1) Final physical arrangement is determined by the Contractor, subject to the
32 City's approval.
33 2) Show, by symbol or note, the vertical location of the Item ("under slab", "in
34 ceiling plenum", "exposed", and the like).
35 3) Make all identification sufficiently descriptive that it may be related
36 reliably to the Specifications.
37 c. The City may waive the requirements for conversion of schematic layouts
38 where, in the City's judgment, conversion serves no useful purpose. However,
39 do not rely upon waivers being issued except as specifically issued in writing
40 by the City.
41 B. Final Project Record Documents
42 1. Transfer of data to Drawings
43 a. Carefully transfer change data shown on the job set of Record Drawings to the
44 corresponding final documents, coordinating the changes as required.
45 b. Clearly indicate at each affected detail and other Drawing a full description of
46 changes made during construction, and the actual location of items.
47 c. Call attention to each entry by drawing a "cloud" around the area or areas
48 affected.
CITY OF FORT WORTH Bailey Boswell Rd.
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105616
Revised April 7, 2014
1
2
3
4
5
6
7
8
9
10
12
13
14
15
16
17
18
19
20
21
22
23
24
25
01 78 39 - 4
DAP PROJECT RECORD DOCUMENTS
Page 4 of 4
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]
DATE NAME
4/7/2014 M.Domenech
END OF SECTION
Revision Log
SUMMARY OF CHANGE
Revised for DAP Application
CITY OF FORT WORTH Bailey Boswell Rd.
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105616
Revised April 7, 2014
FORT WORTH.
Approval Spec No.
Classsification
CITY OF FORT WORTH
WATER DEPARTMENT
STANDARD PRODUCT LIST
Manufacturer
Water & Sewer - Manholes & Bases/Components 33-39-10 (Rev 2/3/16)
Model No.
National Spec
Updated: 11-6-24
Size
07/23/97
33 05 13
Urethane Hydrophilic Waterstop
Asahi Kogyo K.K.
Adeka Ultra -Seal P-201
ASTM D2240/D412/D792
04/26/00
33 05 13
Offset Joint for 4' Diam. MH
Hanson Concrete Products
Drawing No. 35-0048-001
04/26/00
33 05 13
Profile Gasket for 4' Diam. MH.
Press -Seal Gasket Corp.
2504G Gasket
ASTM C-443/C-361
SS MH
1/26/99
33 05 13
HDPE Manhole Adjustment Rings
Ladtech, Inc
HDPE Adjustment Ring
Traffic and Non -traffic area
5/13/05
33 05 13
Manhole External Wrap
Canusa - CPS WrapidSeal Manhole Encapsulation System
Water & Sewer - Manholes & Bases/FiberLlass 33-39-13 (1/8/13)
1/26/99
33 39 13
Fiberglass Manhole
Fluid Containment, Inc.
I
Flowtite
ASTM 3753
Non -traffic area
08/30/06
33 39 13
Fiberglass Manhole
L.F. Manufacturing
Non -traffic area
Water & Sewer - Manholes & Bases/Frames & Covers/Rectangular 33-05-13 (Rev 2/3/16)
*
33 05 13
(Manhole Frames and Covers
I Western Iron Works, Bass & Hays Foundry f
1001
24"x40" WD
Water & Sewer - Manholes & Bases/Frames & Covers/Standard
(Round) 33-05-13 (Rev 2/3/16)
*
33 05 13
Manhole Frames and Covers
Western Iron Works, Bass & Hays Foundry
30024
24" Dia.
*
33 05 13
Manhole Frames and Covers
McKinley Iron Works Inc.
A 24 AM
24" Dia.
08/24/18
33 05 13
Manhole Frames and Covers
Neenah Foundry
R-1272
ASTM A48 & AASHTO M306
24" Dia.
08/24/18
33 05 13
Manhole Frames and Covers
Neenah Foundry
NF 1274
ASTM A48 & AASHTO M306
30" Dia.
33 05 13
Manhole Frames and Covers
Sigma Corporation
MH-144N
33 05 13
Manhole Frames and Covers
Sigma Corporation
MH-143N
33 05 13
Manhole Frames and Covers
Pont-A-Mousson
GTS-STD
24" dia.
33 05 13
Manhole Frames and Covers
Neenah Casting
24" dia.
10/31/06
33 05 13
Manhole Frames and Covers (Hinged)
Powerseal
Hinged Ductile Iron Manhole
ASTM A536
24" Dia.
7/25/03
33 05 13
Manhole Frames and Covers
Saint-Gobain Pipelines (Pamrex/rexus)
RE32-R817S
30" Dia.
01/31/06
33 05 13
30" Dia. MH Ring and Cover
East Jordan Iron Works
V1432-2 and V1483 Designs
AASHTO M306-04
30" Dia.
11/02/10
33 05 13
30" Dia. MH Ring and Cover
Sigma Corporation
MH1651FWN & MH16502
30" Dia
07/19/11
33 05 13
30" Dia. MH Ring and Cover
Star Pipe Products
MH32FTWSS-DC
30" Dia
08/10/11
33 05 13
30" Dia. MH Ring and Cover
Accucast
220700 Heavy Duty with Gasket Ring
30" Dia
30" ERGO XL Assembly
10/14/13
33 05 13
30" Dia. MH Ring and Cover (Hinged & Lockable)
East Jordan Iron Works
with Cam Lock/MPIC/T-Gasket
ASSHTO M105 & ASTM A536
30" Dia
06/01/17
3405 13
30" Dia. MH Ring and Cover (Lockable) Cl
SIP Industries
2280 (32")
ASTM A 48
30" Dia.
12/05/23
3405 13
30" Dia. MH Ring and Cover (Hinged & Lockable) Cl
SIP Industries
4267WT - Hinged (32")
ASTM A 48
30" Dia.
CAP-ONE-30-FTW, Composite, w/ Lock
09/16/19
33 05 13
30" Dia. MH Ring and Cover
Composite Access Products, L.P.
w/o Hing
30" Dia.
10/07/21
3405 13
30" Dia. MH Ring and Cover
Trumbull Manufacturing
32"(30") Frame and Cover
30" Dia.
Water & Sewer - Manholes & Bases/Frames & Covers/Water
Tight & Pressure Tight 33-05-13 (Rev 2/3/16)
*
33 05 13
Manhole Frames and Covers
Pont-A-Mousson
Pamtight
24" Dia.
*
33 05 13
Manhole Frames and Covers
Neenah Casting
24" Dia.
*
33 05 13
Manhole Frames and Covers
Western Iron Works,Bass & Hays Foundry
300-24P
24" Dia.
*
33 05 13
Manhole Frames and Covers
McKinley Iron Works Inc.
WPA24AM
24" Dia.
03/08/00
33 05 13
Manhole Frames and Covers
Accucast
RC-2100
ASTM A 48
24" Dia.
04/20/01
33 05 13
Manhole Frames and Covers
(SIP)Serampore Industries Private Ltd.
300-24-23.75 Ring and Cover
ASTM A 48
24" Dia.
Water & Sewer - Manholes & Bases/Precast Concrete (Rev
1/8/13)
*
33 39 10
Manhole, Precast Concrete
Hydro Conduit Corp
SPL Item #49
ASTM C 478
48"
*
33 39 10
Manhole, Precast Concrete
Wall Concrete Pipe Co. Inc.
ASTM C-443
48"
09/23/96
33 39 10
Manhole, Precast Concrete
Concrete Product Inc.
48" I.D. Manhole w/ 32" Cone
ASTM C 478
48" w/32" cone
12/05/23
33 39 10
Manhole, Precast Concrete
The Turner Company
72" I.D. Manhole w/ 32" Cone
ASTM C 478
72"
05/08/18
33 39 10
Manhole, Precast Concrete
The Turner Company
48", 60" I.D. Manhole w/ 32" Cone
ASTM C 478
4811,6011
Manhole, 32" Opening and Flat top, (No
09/03/24
33 39 10
Manhole, Precast Concrete
Oldcastle Precast Inc.
Transition Cones)
ASTM C 478
48" to 84" I.D.
06/09/10
33 39 10
Manhole, Precast (Reinforced Polymer)Concrete
US Composite Pipe
Reinforced Polymer Concrete
ASTM C-76
48" to 72"
09/06/19
33 39 20
Manhole, Precast Concrete
Forterra Pipe and Precast
60" & 72" I.D. Manhole w/32" Cone
ASTM C-76
60" & 72"
10/07/21
32 39 20
Manhole, Precast Concrete
Forterra Pipe and Precast
48" I.D. Manhole w/32" Cone
ASTM C-77
48"
10/07/21
33 39 20
Manhole, Precast (Reinforced Polymer) Concrete
Armorock
48" & 60" I.D. Manhole w/32" Cone
48" & 60"
10/07/21
33 39 20
Manhole, Precast (Hybrid) Polymer & PVC
Geneva Pipe and Precast (Predl Systems)
48" & 60" I.D. Manhole w/32" Cone
48" & 60" Non Traffic Areas
ASTM C-478; ASTM C-923;
03/07/23
33 39 20
Manhole, Precast Concrete
AmeriTex Pipe and Products, LLC
48" & 60" I.D. Manhole w/32" Cone
ASTM C-443
03/07/23
33 39 20
Manhole, Precast (Reinforced Polymer) Concrete
P3 Polymers, RockHardscp
48" & 60" I.D. Manhole w/32" Cone
04/28/07
Manhole, Precast (Reinforced Polymer) Concrete
Amitech USA
Meyer Polycrete Pipe
Sewer -(WAC) Wastewater Access Chamber 33 39 40
For use when Std. MH cannot be
12/29/23
33 39 20
Wastewater Access Chamber
Quickstream Solutions, Inc.
Type 8 Maintenace Shaft (Poopit)
installed due to depth
Water & Sewer - Manholes & Bases/Rehab Svstems/Cementitious
*
E1-14
Manhole Rehab Systems
Quadex
04/23/01
E1-14
Manhole Rehab Systems
Standard Cement Materials, Inc.
Reliner MSP
E1-14
Manhole Rehab Systems
AP/M Permaform
4/20/01
E1-14
Manhole Rehab System
Strong Company
Strong Seal MS2A Rehab System
5/12/03
E1-14
Manhole Rehab System (Liner)
Triplex Lining System
MH repair product to stop infiltration
ASTM D5813
08/30/06
General Concrete Repair
F1exKrete Technologies
Vinyl Polyester Repair Product
Misc. Use
* From Original Standard Products List 1
FORT WORTH.
CITY OF FORT WORTH
WATER DEPARTMENT
STANDARD PRODUCT LIST
Updated: 11-6-24
Approval
Spec No.
I Classsification I
Manufacturer
Model No.
National Spec
Size
Water & Sewer
- Manholes & Bases/Rehab Svstems/NonCementitious
05/20/96
E1-14
Manhole Rehab Systems
Sprayroq,
Spray Wall Polyurethane Coating
ASTM D639/D790
12/14/01
Coating for Corrosion protection(Exterior)
ERTECH
Series 20230 and 2100 (Asphatic Emulsion)
Structures Only
01/31/06
Coatings for Corrosion Protection
Chesterton
Arc 791, S1HB, S1, S2
Acid Resistance Test
Sewer Applications
8/28/2006
Coatings for Corrosion Protection
Warren Environmental
S-301 and M-301
Sewer Applications
33 05 16, 33 39 10,
RR&C Dampproofing Non-Fibered Spray
For Exterior Coating of Concrete
03/19/18
33 39 20
Coating for Corrosion protection(Exterior)
Sherwin Williams
Grade (Asphatic Emulsion)
Structures Only
Water & Sewer
- Manhole Inserts - Field Operations Use Onlv (Rev 2/3/16)
*
33 05 13
Manhole Insert
Knutson Enterprises
Made to Order - Plastic
ASTM D 1248
For 24" dia.
*
33 05 13
Manhole Insert
South Western Packaging
Made to Order - Plastic
ASTM D 1248
For 24" dia.
*
33 05 13
Manhole Insert
Noflow-Inflow
Made to Order - Plastic
ASTM D 1248
For 24" dia.
09/23/96
33 05 13
Manhole Insert
Southwestern Packing & Seals, Inc.
Lifesaver - Stainless Steel
For 24" dia.
09/23/96
33 05 13
Manhole Insert
Southwestern Packing & Seals, Inc.
TetherLok - Stainless Steel
For 24" dia
Water & Sewer
- Pipe Casino Spacers 33-05-24 (07/01/13)
11/04/02
Steel Band Casing Spacers
Advanced Products and Systems, Inc.
Carbon Steel Spacers, Model SI
02/02/93
Stainless Steel Casing Spacer
Advanced Products and Systems, Inc.
Stainless Steel Spacer, Model SSI
04/22/87
Casing Spacers
Cascade Waterworks Manufacturing
Casing Spacers
09/14/10
Stainless Steel Casing Spacer
Pipeline Seal and Insulator
Stainless Steel Casing Spacer
Up to 48"
09/14/10
Coated Steel Casin Spacers
Pipeline Seal and Insulator
Coated Steel Casing Spacers
Up to 48"
05/10/11
Stainless Steel Casing Spacer
Powerseal
4810 Powerchock
Up to 48"
03/19/18
Casing Spacers
BWM
SS-12 Casing Spacer(Stainless Steel)
03/19/18
Casing Spacers
BWM
FB-12 Casing Spacer (Coated Carbon Steel)
for Non pressure Pipe and Grouted Casing
03/29/22
33 05 13
Casing Spacers
CCI Pipeline Systems
CSC12, CSS12
09/03/24
33 05 13
Casing Spacers
Raci (Completely HDPE)
Per Manufacturers Requirements (Sewer
8" - 12" (Sewer Only)
Applications Only)
Water & Sewer - Pipes/Ductile Iron 33-11-10(1/8/13)
*
33 11 10 Ductile Iron Pipe
Griffin Pipe Products, Co.
Super Bell-Tite Ductile Iron Pressure Pipe,
AWWA C150, C151
3" thru 24"
08/24/18
33 11 10 Ductile Iron Pipe
American Ductile Iron Pipe Co.
American Fastite Pipe (Bell Spigot)
AWWA C150, C151
4" thru 30"
08/24/18
33 11 10 Ductile Iron Pipe
American Ductile Iron Pipe Co.
American Flex Ring (Restrained Joint)
AWWA C150, C151
4" thru 30"
*
33 11 10 Ductile Iron Pipe
U.S. Pipe and Foundry Co.
AWWA C150, C151
*
33 11 10 Ductile Iron Pipe
McWane Cast Iron Pipe Co.
AWWA C150, C151
Water & Sewer - Utility Line Marker (08/24/2018)
Sewer - Coatings/Evoxv 33-39-60 (01/08/13)
02/25/02
Epoxy Lining System
Sauereisen, Inc
SewerGard 210RS
LA County #210-1.33
12/14/01
Epoxy Lining System
Ertech Technical Coatings
Ertech 2030 and 2100 Series
04/14/05
Interior Ductile Iron Pipe Coating
Induron
Protecto 401
ASTM B-117
Ductile Iron Pipe Only
01/31/06
Coatings for Corrosion Protection
Chesterton
Arc 791, S1HB, S1, S2
Acid Resistance Test
Sewer Applications
8/28/2006
Coatings for Corrosion Protection
Warren Environmental
S-301 and M-301
Sewer Applications
Sewer - Coatings/Polyurethane
Sewer - Combination Air Valves
05/25/18
33-31-70
Air Release Valve
A.R.I. USA, Inc.
D025LTP02(Composite Body)
2"
Sewer - Pipes/Concrete
*
E1-04 Conc. Pipe, Reinforced
Wall Concrete Pipe Co. Inc.
ASTM C 76
*
E1-04 Conc. Pipe, Reinforced
Hydro Conduit Corporation
Class III T&G, SPL Item #77
ASTM C 76
*
E1-04 Conc. Pipe, Reinforced
Hanson Concrete Products
SPL i«o. #95 ra,...hol #99 Pip
ASTM C 76
*
E1-04 Conc. Pipe, Reinforced
Concrete Pipe & Products Co. Inc.
ASTM C 76
Sewer - Pipe Enlarcment Svstem (Method)33-31-23 (01/18/13)
PIM System
PIM Corporation
Polyethylene
PIM Corp., Piscata Way, N.J.
Approved Previously
McConnell Systems
McLat Construction
Polyethylene
Houston, Texas
Approved Previously
TRS Systems
Trenchless Replacement System
Polyethylene
Calgary, Canada
Approved Previously
Sewer - Pipe/Fiberclass Reinforced/ 33-31-13(1/8/13)
7/21/97
33 31 13 Cent. Cast Fiberglass (FRP)
Hobas Pipe USA, Inc.
Hobas Pipe (Non -Pressure)
ASTM D3262/D3754
03/22/10
33 31 13 Fiberglass Pipe (FRP)
Ameron
Bondstrand RPMP Pipe
ASTM D3262/D3754
04/09/21
33 31 13 Glass -Fiber Reinforced Polymer Pipe (FRP)
Thompson Pipe Group
Thompson Pipe (Flowtite)
ASTM D3262/D3754
ASTM D3262, ASTM D3681,
03/07/23
33 31 13 Fiberglass Pipe (FRP)
Future Pipe Industries
Fiberstrong FRP
ASTM D4161, AWWA M45
ASTM D3262, ASTM D3517,
09/03/24
33 31 13 Fiberglass Pipe (FRP)
Superlit Boru Sanayi A.S.
Superlit FRP
ASTM 3754, AWWA C950
* From Original Standard Products List 2
FORT WORTH.
Approval Spec No. I Classsification
Sewer - Pipe/Polymer Pipe
4/14/05 Polymer Modified Concrete Pipe
06/09/10 E1-9 Reinforced Polymer Concrete Pipe
Sewer - Pipes/HDPE 33-31-23(1/8/13)
* High -density polyethylene pipe
* High -density polyethylene pipe
* High -density polyethylene pipe
High -density polyethylene pipe
Sewer - Pipes/PVC (Pressure Sewer) 33-11-12 (4/1/13)
12/02/11 33-11-12 DR-14 PVC Pressure Pipe
10/22/14 33-11-12 DR-14 PVC Pressure Pipe
Sewer - Pipes/PVC* 33-31-20 (7/1/13)
*
33-31-20
PVC Sewer Pipe
12/23/97*
33-31-20
PVC Sewer Pipe
*
33-31-20
PVC Sewer Pipe
12/05/23
33-31-20
PVC Sewer Pipe
12/05/23
33-31-20
PVC Sewer Pipe
*
33-31-20
PVC Sewer Pipe
05/06/05
33-31-20
PVC Solid Wall Pipe
04/27/06
33-31-20
PVC Sewer Fittings
*
33-31-20
PVC Sewer Fittings
3/19/2018
33 31 20
PVC Sewer Pipe
3/19/2018
33 31 20
PVC Sewer Pipe
3/29/2019
33 31 20
Gasketed Fittings (PVC)
10/21/2020
33 31 20
PVC Sewer Pipe
10/22/2020
33 31 20
PVC Sewer Pipe
10/21/2020
33 3120
PVC Sewer Pipe
CITY OF FORT WORTH
WATER DEPARTMENT
STANDARD PRODUCT LIST
Updated: 11-6-24
Manufacturer Model No. National Spec Size
Amitech USA Meyer Polycrete Pipe ASTM C33, A276, F477 8" to 102", Class V
US Composite Pipe Reinforced Polymer Concrete Pipe ASTM C-76
Phillips Driscopipe, Inc.
Opticore Ductile Polyethylene Pipe
ASTM D 1248
8"
Plexco Inc.
ASTM D 1248
8"
Polly Pipe, Inc.
ASTM D 1248
8"
CSR Hydro Conduit/Pipeline Systems
McConnell Pipe Enlargement
ASTM D 1248
Pipelife Jetstream
PVC Pressure Pipe
AWWA C900
4" thru 12"
Royal Building Products
Royal Seal PVC Pressure Pipe
AWWA C900
4" thru 12"
J-M Manufacturing Co., Inc. QM Eagle)
SDR-26 (PSI 15)
ASTM D 3034
4" - 15"
Diamond Plastics Corporation
SDR-26 (PSI 15)
ASTM D 3034
4" thru 15"
Lamson Vylon Pipe
SDR-26 (PSI 15)
ASTM D 3034
4" thru 15"
Vinyltech PVC Pipe
SDR-26 (PSI 15)
ASTM D3034
4" thru 15"
Vinyltech PVC Pipe
Gravity Sewer PS 115
ASTM F 679
18"
J-M Manufacturing Co, Inc. (JM Eagle)
PS 115
ASTM F 679
18" - 28"
Diamond Plastics Corporation
PS 115
ASTM F-679
18" to 48"
Harco
SDR-26 (PS 115) Gasket Fittings
ASTM D-3034, D-1784, etc
4" - 15"
Plastic Trends, Inc.(Westlake)
Gasketed PVC Sewer Main Fittings
ASTM D 3034
Pipelife Jet Stream
SDR 26 (PS 115)
ASTM F679
1811- 24"
Pipelife Jet Stream
SDR 26
ASTM D3034
4"- 15"
GPK Products, Inc.
SDR 26
ASTM D3034
4"- 15"
NAPCO(Westlake)
SDR 26
ASTM D3034
4" - 15"
Sanderson Pipe Corp.
SDR 26
ASTM D3034
4"- 15"
NAPCO(Westlake)
SDR 26 PS 115
ASTM F-679
1811- 36"
* From Original Standard Products List 3
FORT WORTH.
CITY OF FORT WORTH
WATER DEPARTMENT
STANDARD PRODUCT LIST
Updated: 11-6-24
Approval
Spec No.
I Classsification
Manufacturer
Model No.
National Spec
Size
Water - Appurtenances
33-12-10 (07/01/13)
09/03/24
33-12-10
Double Strap Saddle
Ford Meter Box Co., Inc.
202B
V-2" SVC, up to 16" Pipe
01/18/18
33-12-10
Double Strap Saddle
Romac
202NS Nylon Coated
AWWA C800
V-2" SVC, up to 24" Pipe
08/28/02
Double Strap Saddle
Smith Blair
#317 Nylon Coated Double Strap Saddle
07/23/12
33-12-10
Double Strap Service Saddle
Mueller Company
DR2S Double (SS) Strap DI Saddle
AWWA C800
1"-2" SVC, up to 24" Pipe
03/07/23
33-12-10
Double Strap Service Saddle
Powerseal
3450AS, Inc]. Corp. Stop, Dbl Strap, Stainless
NSF ANSI 372
1"-2" SVC, up to 24" Pipe
10/27/87
Curb Stops -Ball Meter Valves
McDonald
6100M,6100MT & 61OMT
3/4" and 1"
10/27/87
Curb Stops -Ball Meter Valves
McDonald
4603B, 4604B, 6100M, 610OTM and 6101M
1'/2" and 2"
FB600-7NL, FB1600-7-NL, FV23-777-W-NL,
5/25/2018
33-12-10
Curb Stops -Ball Meter Valves
Ford Meter Box Co., Inc.
L22-77NL
AWWA C800
2"
FB600-6-NL, FB1600-6-NL, FV23-666-W-
5/25/2018
33-12-10
Curb Stops -Ball Meter Valves
Ford Meter Box Co., Inc.
NL, L22-66NL
AWWA C800
1-1/2"
FB600-4-NL, FBI600-4-NL, B I 1-444-WR-
5/25/2018
33-12-10
Curb Stops -Ball Meter Valves
Ford Meter Box Co., Inc.
NL, B22444-WR-NL, L28-44NL
AWWA C800
I"
B-25000N, B-24277N-3, B-20200N-3, H-
AWWA C800, ANSF 61,
5/25/2018
33-12-10
Curb Stops -Ball Meter Valves
Mueller Co., Ltd.
15000N, , H-1552N, H142276N
ANSI/NSF 372
2"
B-25000N, B-20200N-3, B-24277N-3,H-
AWWA C800, ANSF 61,
5/25/2018
33-12-10
Curb Stops -Ball Meter Valves
Mueller Co., Ltd.
15000N, H-14276N, H-15525N
ANSI/NSF 372
1-1/2"
B-25000N, B-20200N-3,H-15000N, H-
AWWA C800, ANSF 61,
5/25/2018
33-12-10
Curb Stops -Ball Meter Valves
Mueller Co., Ltd.
15530N
ANSI/NSF 372
1"
01/26/00
Coated Tapping Saddle with Double SS Straps
JCM Industries, Inc.
#406 Double Band SS Saddle
1"-2" Taps on up to 12"
0/5/21/12
33-12-25
Tapping Sleeve (Coated Steel)
JCM Industries, Inc.
412 Tapping Sleeve ESS
AWWA C-223
Up to 30" w/12" Out
03/29/22
33-12-25
Tapping Sleeve (Coated or Stainless Steel)
JCM Industries, Inc.
415 Tapping Sleeve
AWWA C-223
Concrete Pipe Only
05/10/11
Tapping Sleeve (Stainless Steel)
Powerseal
3490AS (Flange) & 3490MJ
4"-8" and 16"
02/29/12
33-12-25
Tapping Sleeve (Coated Steel)
Romac
FTS 420
AWWA C-223
U p to 42" w/24" Out
02/29/12
33-12-25
Tapping Sleeve (Stainless Steel)
Romac
SST Stainless Steel
AWWA C-223
Up to 24" w/12" Out
02/29/12
33-12-25
Tapping Sleeve (Stainless Steel)
Romac
SST III Stainless Steel
AWWA C-223
Up to 30" w/12" Out
05/10/11
Joint Repair Clamp
Powerseal
3232 Bell Joint Repair Clamp
4" to 30"
Plastic Meter Box w/Composite Lid
DFW Plastics Inc.
DFW37C-12-IEPAF FTW
Plastic Meter Box w/Composite Lid
DFW Plastics Inc.
DFW39C-12-IEPAF FTW
08/30/06
Plastic Meter Box w/Composite Lid
DFW Plastics Inc.
DFW65C-14-IEPAF FTW
Class "A"
Concrete Meter Box
Bass & Hays
CM1337-1312 1118 LID-9
Concrete Meter Box
Bass & Hays
CMB-I8-Dual 1416 LID-9
Concrete Meter Box
Bass & Hays
CM1365-1365 1527 LID-9
Water - Bolts, Nuts, and Gaskets 33-11-05 (01/08/13)
None
Water - Combination Air Release 33-31-70 (01/08/13)
*
EI-11
Combination Air Release Valve
GA Industries, Inc.
Empire Air and Vacuum Valve, Model 935
ASTM A 126 Class B, ASTM A
1" & 2"
*
E1-11
Combination Air Release Valve
Multiplex Manufacturing Co.
Crispin Air and Vacuum Valves, Model No.
1/211, 1" & 2"
*
E1-11
Combination Air Release Valve
Valve and Primer Corp.
APCO #143C, #145C and #147C
111, 2" & 3"
Water - Dry Barrel Fire Hvdrants 33-12-40 (01/15/14)
10/01/87
E-1-12
Dry Barrel Fire Hydrant
American -Darling Valve
Drawing Nos. 90-18608, 94-18560
AWWA C-502
03/31/88
E-1-12
Dry Barrel Fire Hydrant
American Darling Valve
Shop Drawing No. 94-18791
AWWA C-502
09/30/87
E-1-12
Dry Barrel Fire Hydrant
Clow Corporation
Shop Drawing No. D-19895
AWWA C-502
01/12/93
E-1-12
Dry Barrel Fire Hydrant
American AVK Company
Model 2700
AWWA C-502
08/24/88
E-1-12
Dry Barrel Fire Hydrant
Clow Corporation
Drawings D20435, D20436, B20506
AWWA C-502
E-1-12
Dry Barrel Fire Hydrant
ITT Kennedy Valve
Shop Drawing No. D-80783FW
AWWA C-502
09/24/87
E-1-12
Dry Barrel Fire Hydrant
M&H Valve Company
Shop Drawing No. 13476
AWWA C-502
Shop Drawings No. 6461
10/14/87
E-1-12
Dry Barrel Fire Hydrant
Mueller Company
A-423 Centurion
AWWA C-502
Shop Drawing FH-12
01/15/88
E1-12
Dry Barrel Fire Hydrant
Mueller Company
A-423 Super Centurion 200
AWWA C-502
10/09/87
E-1-12
Dry Barrel Fire Hydrant
U.S. Pipe & Foundry
Shop Drawing No. 960250
AWWA C-502
09/16/87
E-1-12
Dry Barrel Fire Hydrant
American Flow Control (AFC)
Waterous Pacer W1367
AWWA C-502
08/12/16
33-12-40
Dry Barrel Fire Hydrant
EJ (East Jordan Iron Works)
WaterMaster 5CD250
Water - Meters
02/05/93
E101-5
Detector Check Meter
Ames Company
Model 1000 Detector Check Valve
AWWA C550
4" - 10"
08/05/04
Magnetic Drive Vertical Turbine
Hersey
Magnetic Drive Vertical
AWWA C701, Class 1
3/4" - 6"
* From Original Standard Products List 4
FORT WORTH.
CITY OF FORT WORTH
WATER DEPARTMENT
STANDARD PRODUCT LIST
Approval
Spec No.
�Classsification I
Manufacturer I
Model No.
Water - Pipes/PVC (Pressure Water) 33-31-70 (01/08/13)
12/05/23
33-11-12
PVC Pressure Pipe
Vinyltech PVC Pipe
DR14
12/05/23
33-11-12
PVC Pressure Pipe
Vinyltech PVC Pipe
DR18
09/03/24
33-11-12
PVC Pressure Pipe
Northern Pipe Products
DR14
09/03/24
33-11-12
PVC Pressure Pipe
Northern Pipe Products
DR18
3/19/2018
33 11 12
PVC Pressure Pipe
Pipelife Jet Stream
DR14
3/19/2018
33 11 12
PVC Pressure Pipe
Pipelife Jet Stream
DR18
5/25/2018
33 11 12
PVC Pressure Pipe
Diamond Plastics Corporation
DR 14
5/25/2018
33 11 12
PVC Pressure Pipe
Diamond Plastics Corporation
DR 18
12/6/2018
33 11 12
PVC Pressure Pipe
J-M Manufacturing Co., Inc d/b/a JM Eagle
DR 14
12/6/2018
33 11 12
PVC Pressure Pipe
J-M Manufacturing Co., Inc d/b/a JM Eagle
DR 18
9/6/2019
33 11 12
PVC Pressure Pipe
Underground Solutions Inc.
DR14 Fusible PVC
9/6/2019
33 11 12
PVC Pressure Pipe
NAPCO(Westlake)
DR18
9/6/2019
33 11 12
PVC Pressure Pipe
NAPCO(Westlake)
DR14
9/6/2019
33 11 12
PVC Pressure Pipe
Sanderson Pipe Corp.
DR14
Water - Pives/Valves & Fittines/Ductile Iron Fittincs 33-11-11 (01/08/13)
07/23/92
E1-07
Ductile Iron Fittings
Star Pipe Products, Inc.
*
E1-07
Ductile Iron Fittings
Griffin Pipe Products, Co.
*
E1-07
Ductile Iron Fittings
McWane/Tyler Pipe/ Union Utilities Division
08/11/98
E1-07
Ductile Iron Fittings
Sigma, Co.
02/26/14
E1-07
MJ Fittings
Accucast
05/14/98
E1-07
Ductile Iron Joint Restraints
Ford Meter Box Co./Uni-Flange
05/14/98
E1-24
PVC Joint Restraints
Ford Meter Box Co./Uni-Flange
11/09/04
E1-07
Ductile Iron Joint Restraints
One Bolt, Inc.
02/29/12
33-11-11
Ductile Iron Pipe Mechanical Joint Restraint
EBAA Iron, Inc.
02/29/12
33-11-11
PVC Pipe Mechanical Joint Restraint
EBAA Iron, Inc.
08/05/04
E1-07
Mechanical Joint Retainer Glands(PVC)
Sigma, Co.
03/06/19
33-11-11
Mechanical Joint Retainer Glands(PVC)
Sigma, Co.
08/05/04
E1-07
Mechanical Joint Retainer Glands(PVC)
Sigma, Co.
08/10/98
E1-07
MJ Fittings(DIP)
Sigma, Co.
10/12/10
E1-24
Interior Restrained Joint System
S & B Techncial Products
08/16/06
E1-07
Mechanical Joint Fittings
SIP Industries(Serampore)
11/07/16
33-11-11
Mechanical Joint Retainer Glands
Star Pipe Products, Inc.
11/07/16
33-11-11
Mechanical Joint Retainer Glands
Star Pipe Products, Inc.
03/19/18
33-11-11
Mechanical Joint Retainer Glands
SIP Industries(Serampore)
03/19/18
33-11-11
Mechanical Joint Retainer Glands
SIP Industries(Serampore)
03/19/18
33-11-11
Mechanical Joint Retainer Glands
SIP Industries(Serampore)
Mechanical Joint Fittings
Mechanical Joint Fittings
Mechanical Joint Fittings, SSB Class 350
Mechanical Joint Fittings, SSB Class 351
Class 350 C-153 MJ Fittings
Uni-Flange Series 1400
Uni-Flange Series 1500 Circle -Lock
One Bolt Restrained Joint Fitting
Megalug Series 1100 (for DI Pipe)
Megalug Series 2000 (for PVC Pipe)
Sigma One-Lok SLC4 - SLC10
Sigma One-Lok SLCS4 - SLCS12
Sigma One-Lok SLCE
Sigma One-Lok SLDE
Bulldog System ( Diamond Lok 21 & JM
Mechanical Joint Fittings
PVC Stargrip Series 4000
DIP Stargrip Series 3000
EZ Grip Joint Restraint (EZD) Black For DIP
EZ Grip Joint Restraint (EZD) Red for C900
DR14 PVC Pipe
EZ Grip Joint Restraint (EZD) Red for C900
DR18 PVC Pipe
National Spec
AWWA C900, AWWA C605,
ASTM D1784
AWWA C900, AWWA C605,
ASTM D1784
AWWA C900, AWWA C605,
ASTM D1784
AWWA C900, AWWA C605,
ASTM D1784
AWWA C900
AWWA C900
AWWA C900
AWWA C900
AWWA C900-16
UL 1285
ANSI/NSF 61
FM 1612
AWWA C900-16
UL 1285
ANSI/NSF 61
FM 1612
AWWA C900
AWWA C900
AWWA C900
AWWA C900
AWWA C153 & C110
AWWA C 110
AWWA C 153, C 110, C III
AWWA C 153, C 110, C 112
AWWA C153
AWWA Clll/C153
AWWA C111/C153
AWWA C111/Cll6/C153
AWWA C111/Cll6/C153
AWWA C111/C116/C153
AWWA C111/C153
AWWA C111/C153
AWWA Clll/C153
AWWA C153
ASTM F-1624
AWWA C153
ASTM A536 AWWA C111
ASTM A536 AWWA C111
ASTM A536 AWWA C111
ASTM A536 AWWA CI I I
ASTM A536 AWWA CI I I
Updated: 11-6-24
Size
4"-1 6"
16"-18"
4"-1 6"
16"-18"
4"-12"
16"-24"
4"-12"
1 6"-24"
4"-28"
16"-24"
4" - 8"
16" - 24"
4"- 12"
4'1- 12'1
4"-12"
4" to 36"
4" to 24"
4" to 12"
4" to 42"
4" to 24"
4" to 10"
4" to 12"
12" to 24"
4" - 24"
4" to 12"
4" to 24"
3"-48"
4"-12"
16"-24"
* From Original Standard Products List 5
FORT WORTH.
CITY OF FORT WORTH
WATER DEPARTMENT
STANDARD PRODUCT LIST
Approval
Spec No.
I Classsification
I Manufacturer
Water - Pives/Valves
& Fittincs/Resilient Seated Gate
Valve* 33-12-20 (05/13/15)
Resilient Wedged Gate Valve w/no Gears
American Flow Control
12/13/02
Resilient Wedge Gate Valve
American Flow Control
08/31/99
Resilient Wedge Gate Valve
American Flow Control
05/18/99
Resilient Wedge Gate Valve
American Flow Control
10/24/00
E1-26
Resilient Wedge Gate Valve
American Flow Control
08/05/04
Resilient Wedge Gate Valve
American Flow Control
05/23/91
E1-26
Resilient Wedge Gate Valve
American AVK Company
01/24/02
E1-26
Resilient Wedge Gate Valve
American AVK Company
*
E1-26
Resilient Seated Gate Valve
Kennedy
*
E1-26
Resilient Seated Gate Valve
M&H
*
E1-26
Resilient Seated Gate Valve
Mueller Co.
11/08/99
Resilient Wedge Gate Valve
Mueller Co.
01/23/03
Resilient Wedge Gate Valve
Mueller Co.
05/13/05
Resilient Wedge Gate Valve
Mueller Co.
01/31/06
Resilient Wedge Gate Valve
Mueller Co.
01/28/88
E1-26
Resilient Wedge Gate Valve
Clow Valve Co.
10/04/94
Resilient Wedge Gate Valve
Clow Valve Co.
11/08/99
E1-26
Resilient Wedge Gate Valve
Clow Valve Co.
11/29/04
Resilient Wedge Gate Valve
Clow Valve Co.
11/30/12
Resilient Wedge Gate Valve
Clow Valve Co.
05/08/91
E1-26
Resilient Seated Gate Valve
Stockham Valves & Fittings
*
E1-26
Resilient Seated Gate Valve
U.S. Pipe and Foundry Co.
10/26/16
33-12-20
Resilient Seated Gate Valve
EJ (East Jordan Iron Works)
08/24/18
Matco Gate Valve
Matco-Norca
Water - Pives/Valves
& Fittincs/Rubber Seated Butterflv
Valve 33-12-21 (07/10/14)
*
E1-30
Rubber Seated Butterfly Valve
Henry Pratt Co.
*
E1-30
Rubber Seated Butterfly Valve
Mueller Co.
1/11/99
E1-30
Rubber Seated Butterfly Valve
Dezurik Valves Co.
06/12/03
E1-30
Valmatic American Butterfly Valve
Valmatic Valve and Manufacturing Corp
04/06/07
E1-30
Rubber Seated Butterfly Valve
M&H Valve
03/19/18
33 1221
Rubber Seated Butterfly Valve
G. A. Industries (Golden Anderson)
09/03/24
33 1221
Rubber Seated Butterfly Valve
American AVK Company
Water - Polvethvlene Encasement 33-11-10 (01/08/13)
05/12/05
E1-13
Polyethylene Encasment
05/12/05
E1-13
Polyethylene Encasment
05/12/05
E1-13
Polyethylene Encasment
09/06/19
33-11-11
Polyethylene Encasment
Model No.
Series 2500 Drawing # 94-20247
Series 2530 and Series 2536
Series 2520 & 2524 (SD 94-20255)
Series 2516 (SD 94-20247)
Series 2500 (Ductile Iron)
42" and 48" AFC 2500
American AVK Resilient Seaded GV
Series A2361 (SD 6647)
Series A2360 for 18"-24" (SD 6709)
Mueller 30" & 36", C-515
Mueller 42" & 48", C-515
16" RS GV (SD D-20995)
Clow RW Valve (SD D-21652)
Clow 30" & 36" C-515
Clow Valve Model 2638
Metroseal 250, requirements SPL #74
EJ F1owMaster Gate Valve & Boxes
225 MR
Valmatic American Butterfly Valve.
M&H Style 4500 & 1450
AWWA C504 Butterfly Valve
AWWA C504 Butterfly Valve Class 250B
Flexsol Packaging Fulton Enterprises
Mountain States Plastics (MSP) and AEP Ind. Standard Hardware
AEP Industries Bullstrong by Cowtown Bolt & Gasket
Northtown Products Inc. PE Encasement for DIP
National Spec
AWWA C515
AWWA C515
AWWA C515
AWWA C515
AWWA C515
AWWA C509
AWWA C515
AWWA C515
AWWA C515
AWWA C515
AWWA C509
AWWA C515
AWWA C515
AWWA C515
AWWA C515
AWWA C 509, ANSI 420 - stem,
AWWA/ANSI C115/An21.15
AWWA C-504
AWWA C-504
AWWA C-504
AWWA C-504
AWWA C-504
AWWA C-504
AWWA C-504
AWWA C105
AWWA C105
AWWA C105
AWWA C105
Updated: 11-6-24
Size
16"
30" and 36"
20" and 24"
16"
4" to 12"
42" and 48"
4" to 12"
20" and smaller
4" - 12"
4" - 12"
4" - 12"
16"
24" and smaller
30" and 36"
42" and 48"
4" - 12"
16"
24" and smaller
30" and 36" (Note 3)
24" to 48" (Note 3)
4" - 12"
3" to 16"
4" to 16"
24"
24"and smaller
24" and larger
Up to 84" diameter
24" to 48"
30"-54"
24" - 48"
8 mil LLD
8 mil LLD
8 mil LLD
8 mil LLD
Water - Samplinc Station
03/07/23 33 12 50 Water Sampling Station Kupferle Foundry Company Eclipse, Number 88 , 12-inch Depth of Bury As shown in spec. 33 12 50
09/02/24 33 i2 50 Mueller Water Products, Inc;a BSS0 r, UDG2 D N This product removed
�-rcw ,�Oc� vvvvi-36-rvronvz, C�v-rr�€'�oe$�
10/21/20
04/09/21
04/09/21
Water - Automatic Flusher
Automated Flushing System
Automated Flushing System
Automated Flushing System
HG6-A-IN-2-BRN-LPRR(Portable)
Mueller Hydroguard HG2-A-IN--2-PVC-018-LPLG(Permanent)
Kupferle Foundry Company Eclipse #9800wc
Kupferle Foundry Company Eclipse #9700 (Portable)
The Fort Worth Water Department's Standard Products List has been developed to minimize the submittal review of products which meet the Fort Worth Water Department's Standard Specifications during utility construction projects. When Technical
Specifications for specific products, are included as part of the Construction Contract Documents, the requirements of the Technical Specification will override the Fort Worth Water Department's Standard Specifications and the Fort Worth Water Department's
Standard Products List and approval of the specific products will be based on the requirements of the Technical Specification whether or not the specific product meets the Fort Worth Water Department's Standard Specifications or is on the Fort Worth Water
Yellow Highlight indicates recent changes
* From Original Standard Products List 6