HomeMy WebLinkAboutContract 63520-PM1CSC No. 63520-PM1
FORT WORTH
PROJECT MANUAL
FOR
THE CONSTRUCTION OF
Water, Sewer, Drainage & Paving Improvements
to serve Early Childhood Center #1
IPRC Record No. IPRC 24-0180
City Project No.105754
FID No. 30114-0200431-105754-EO7685
File No. K-3314
X File No. X-28316
Mattie Parker Jesus "Jay" Chapa
Mayor City Manager
Christopher P. Harder, P.E.
Director, Water Department
Lauren Prieur, P.E.
Director, Transportation and Public Works Department
Prepared for
The City of Fort Worth
April 2025
/*:.............................�
i BROOKS I. BACA
/lea � w��r
• tnp
teague nail & perkins 1 ~
5237 N. Riverside Drive, Suite 100
Fort Worth, TX 76137
817.336.5773 ph 817.336.2813 fx
TBPE Registration No. F-230
www.tnoinc.com OFFICIAL RECORD
H U C 24012 CITY SECRETARY
FT. WORTH, TX
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 1 of 5
SECTION 00 0010
TABLE OF CONTENTS
DEVELOPER AWARDED PROJECTS
Division 00 - General Conditions
Last Revised
1001113
layiia4ion ie Bidders
03/20/2020
nno�3
lastF,,etiors t Bidde :s
03/20/2020
00 41 00
Bid Fefm
04/02/2014
00 42 43
Proposal Form Unit Price
05/22/2019
0043 13
Bid Ben
04/02/2014
nno n�=
Bidde :s Pf:eq, alifieatiea's
04/02/2014
00 45 12
Prequalification Statement
09/01/2015
0045 13
Bidde . Pfegtta1 f;,,, 4ei kW,&atiaa
03/09/2020
00 45 26
Contractor Compliance with Workers' Compensation Law
04/02/2014
00 45 40
Mine-ity Business EfAer-prise Gee
08/21/2018
00 52 43
Agreement
06/16/2016
00 61 25
Certificate of Insurance
07/01/2011
00 62 13
Performance Bond
01/31/2012
00 62 14
Payment Bond
01/31/2012
00 62 19
00 7200
Maintenance Bond
Genef.,i Conditions
01/31/2012
i ii ii T
007300
0073 10
c,,,.,.io,,.,eata y C,,.,difi np
Standard City Conditions of the Construction Contract for Developer
n7inm�vzi
01/10/2013
Awarded Projects
Division 01- General Requirements
Last Revised
01 1100
Summary of Work
12/20/2012
01 25 00
Substitution Procedures
08/30/2013
01 31 19
Preconstruction Meeting
08/30/2013
013120
Pr-eieet Meet* —
07/01/2011
01 32 33
Preconstruction Video
08/30/2013
01 33 00
Submittals
08/30/2013
01 35 13
Special Project Procedures
08/30/2013
01 45 23
Testing and Inspection Services
03/20/2020
01 50 00
Temporary Facilities and Controls
07/01/2011
01 5526
Street Use Permit and Modifications to Traffic Control
07/01/2011
0157 13
Storm Water Pollution Prevention Plan
07/01/2011
01 60 00
Product Requirements
03/20/2020
01 66 00
Product Storage and Handling Requirements
04/07/2014
01 70 00
Mobilization and Remobilization
04/07/2014
01 71 23
Construction Staking and Survey
04/07/2014
01 74 23
Cleaning
04/07/2014
0177 19
Closeout Requirements
04/07/2014
017923
Ope -ati ,,, ,-ad Maintena- ee D t
04/07/2014
01 78 39
Project Record Documents
04/07/2014
CITY OF FORT WORTH Water, Sewer, Drainage, & Paving Improvements to serve Early Childhood Center #1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105754
Revised March 20, 2020
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 2 of 5
Technical Specifications listed below are included for this Project by reference and can be
viewed/downloaded from the City's website at:
httD:Hfortworthtexas.2ov/ti)w/contractors/
or
httvs:Happs.fortworthtexas.2ov/Proi ectResources/
Division 02 - Existing Conditions Last 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 30 00 Cast -In -Place Concrete 12/20/2012
03 34 13 Controlled Low Strength Material (CLSM) 12/20/2012
0334 16 Concrete Base Material for Trench Repair 12/20/2012
03 80 00 Modifications to Existing Concrete Structures 12/20/2012
Division 26 - Electrical
26 05 00 Common We v Results f E e t..:ea 11/22/2013
quo Demolition f Eleetfieal Systems 12/20/2012
q6 05 33 Rasa. ays and Be) 2z'or Elao,'r.�at Sr;4ems 12/20/2012
'tip Uade-gr-e,,..,1 Distets a -a Raee ays f L 1 ^a : l Eye 07/01/2011
q 05 50 GorArAurf.aa4i ns > tilt; Dtiet Gen „ t. 02/26/2016
Division 31- Earthwork
31 1000
Site Clearing
12/20/2012
3123 16
Unclassified Excavation
01/28/2013
31�3
BE)FFO
01/28/2013
31 24 00
Embankments
01/28/2013
31 25 00
Erosion and Sediment Control
12/20/2012
313600
Gabiens
12/20/2012
31 37 00
Riprap
12/20/2012
Division 32
- Exterior Improvements
27�
Pei= aaei4 Asphalt It Pa-ving nor^;
12/20/2012
3201 18
Tempef ary Aooralt P.r.,;..
12/20/2012
320129
Concrete Paving Repair
12/20/2012
27�3
Flexible Base C,,ufses
12/20/2012
27�9
Lime e TreatedBase C,.,,fs
12/20/2012
32 1133
Eawyant Traa4e Base C ,, ^^^
12/20/2012
3'�7
Liquid „a Tfea4e Sail FXA/lizaaf
08/21/2015
27�o
A ^.. hak Paving
12/20/2012
'27�3
A ^.. hak Pa-yi g Gr-aek Seala is
12/20/2012
3'�3
Genefete n^.,',.^
12/20/2012
32 1320
Concrete Sidewalks, Driveways and Barrier Free Ramps
06/05/2018
32 1373
Genefete Paving r )44 Se lafAs
12/20/2012
37�v
lfial
12/20/2012
10/05/2016
CITY OF FORT WORTH Water, Sewer, Drainage, & Paving Improvements to serve Early Childhood Center #1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105754
Revised March 20, 2020
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 3 of 5
Z7�3
PayemefA >\a., fk4a s
11/22/2013
Z'�5
Gur-b Ad llu:�;,.rg
11/04/2013
3231 3
Forzies
12/20/2012
3'�6
Wi .o Fenees and Gates
12/20/2012
'27�9
Wood Fenees and Gates
12/20/2012
Z7�3
Cast i Ulaee C ner-ete Retaining Al.,
06/05/2018
'27�9
Topsail PlaeemefA and Finishing of Parkways
12/20/2012
32 92 13
Hydro -Mulching, Seeding, and Sodding
12/20/2012
3293 43
Trees d f7r'.rubc
12/20/2012
Division 33 -
Utilities
330130
Sewer and Manhole Testing
12/20/2012
330131
Closed Circuit Television (CCTV) Inspection
03/03/2016
33 03 10
Du-wz xng 9f Existing Sewer- Systems
12/20/2012
33 04 100
TeipA Befi a;,.,. a -a Qeetfieal is la4io
12/20/2012
ZZ�i
C,,....esior C ffel Tort Stations
12/20/2012
33 04 12
Magaesith% Anode C.,tt,edie Pr-ete tie Syste
12/20/2012
33�
To,,. per-ar-y Water- Sef-, e
07/01/2011
33 04 40
Cleaning and Acceptance Testing of Water Mains
02/06/2013
33 04 50
Cleaning of Sewer Mains
12/20/2012
3305 10
Utility Trench Excavation, Embedment, and Backfill
12/12/2016
3305 12
Water Line Lowering
12/20/2012
3305 13
Frame, Cover and Grade Rings — Cast Iron
01/22/2016
3305 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
33 05 17
Concrete Collars
12/20/2012
3 Z�v
12/20/2012
33-0521
TuNrewll.inar- Pla4e
12/20/2012
33 05 22
Steel Casing Pipe
12/20/2012
33-0523
Hand TuNrewlixg
12/20/2012
33 05 24
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 1105
Bolts, Nuts, and Gaskets
12/20/2012
33 11 10
Ductile Iron Pipe
12/20/2012
33 11 11
Ductile Iron Fittings
12/20/2012
33 11 12
Polyvinyl Chloride (PVC) Pressure Pipe
11/16/2018
?i3 11 13
Cener-et3 Proouro Piro, Bar IALFapped, Stool Cylinder- Type
12/20/2012
3i3 11 11
died Dejd Pir_ ^nab
12/20/2012
33 1210
Water Services 1-inch to 2-inch
02/14/2017
33 12 11
Large Water Meters
12/20/2012
33 1220
Resilient Seated Gate Valve
12/20/2012
33 1221
A W k P_ubsbur. Fe^toa n„tto.fl., Valves
12/20/2012
33 1225
Connection to Existing Water Mains
02/06/2013
33 1230
ELF is i r Air- Valve Assemblies UA `xt.,to Systems
12/20/2012
33 1240
Fire Hydrants
01/03/2014
33 1250
star 1;amr).e Stmieas
12/20/2012
CITY OF FORT WORTH Water, Sewer, Drainage, & Paving Improvements to serve Early Childhood Center #1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105754
Revised March 20, 2020
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 4 of 5
44-v 06/19/2013
33 31 "
3? > 13
✓3 3, 15
33 31 20
famed ix Dlaoe P)
Fiboq;1aw Reinf reed Pipe for- r -a-v t., &anitar; s
High Deasit-y U lyethylene (14DP r) Pipe f r Sanitary Sewe,
Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe
Polyvinyl G lef:i ClosedD- file n t Sa-a tafy Sewer-
12/20/2012
12/20/2012
12/20/2012
06/19/2013
✓3 3,121
e (PVC) a-y y
Pipe
12/20/2012
?i3 3,122
Sa-aitafy Seor eirer, lining
12/20/2012
?? > 23
c, a tafy Sewer- Pipe > „1.,,.,.ef e
12/20/2012
333150
Safi tai-7y Sewer- Set=y ee Genneetions .-ad Setwiee T ; 0
04/26/2013
333170
r mtkar Air- Valve Eanitar; Sewer lr,. o >�
12/20/2012
33 39 10
Cast -in -Place Concrete Manholes
12/20/2012
33 39 20
Precast Concrete Manholes
12/20/2012
333930 30
Fiber -glass 1\R.,nheles
12/20/2012
J.1wnb Or )
12/20/2012
33 39 60
Epoxy Liners for Sanitary Sewer Structures
12/20/2012
3341 10
Reinforced Concrete Storm Sewer Pipe/Culverts
07/01/2011
33 41 11
High Deasit-y U lyethylene (14DP r) Pipe f r Storm Drain
12/20/2012
33 . 1 12
Reinfefeed Pelyetl.lefie (EDE) Pipe
11/13/2015
33 4600
Subdr-ainagee
12/20/2012
33-46 01
worm Drains
07/01/2011
33-46 02
Tfet & Drftino
07/01/2011
33 49 10
Cast -in -Place Manholes and Junction Boxes
12/20/2012
33 4920
Curb and D�k1, ZxU1s
12/20/2012
33 49 40
Storm Drainage Headwalls and Wingwalls
07/01/2011
Division 34 - Transportation
34 4 10 T-r-affia Pi�10
10/12/2015
34 ^env1 A4aehmet#A C—entfollefCabinet
12/18/2015
3 n n�02 Att-aeliment B Gent of l e - Spe i fie .t;
02/2012
34 ^�03 At4aehmei}t G Se€twafe Sppeei ea ien.
01/2012
34-41 11 '''o, per-ary TYa ffie Signals
11/22/2013
3n�3 Removing T -affi . Signals
12/20/2012
34 41 5 ReotungulY -%T/. 3 Fk. hfn�
11/22/2013
34-416 Redortnan H;brid-Sigxa4
11/22/2013
34 41 20 Roadway Illumination Assemblies
12/20/2012
34 4120.01 -Altorial LED P.aad-w Da inaires
06/15/2015
3n n�02 Freeway LED n,,.,dw .. Du1'aw-naiwo
06/15/2015
34 ^�03 Resklefi-tJ; . = D }, Damin iris
06/15/2015
34 41 30 Aluminum Signs
11/12/2013
02/26/2016
11/22/2013
CITY OF FORT WORTH Water, Sewer, Drainage, & Paving Improvements to serve Early Childhood Center #1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105754
Revised March 20, 2020
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 5 of 5
Appendix
GR-01 60 00 Product Requirements
END OF SECTION
CITY OF FORT WORTH Water, Sewer, Drainage, & Paving Improvements to serve Early Childhood Center #1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105754
Revised March 20, 2020
SECTION 00 42 43
Developer Awarded Projects - PROPOSAL
FORM
UNIT PRICE BID
I'ruiVo Item lnlnrmalion
13idlia
Dcscriplion
I sptcilicatiun scclion
Ile m Xo.
\u.
UNIT I: WATER IMPROVEMENTS
1
0241.1118 4"-12" Pressure Plug
02 41 14
2
3292.0400 Seeding. Hydromulch/Tempo_ rary Watering
32 19 13
3
3305.0109 Trench Safety
33 05 10
4
3305.1003 20" Casing by Open Cut
33 05 22
5
3305.1004 24" Casing by Open Cut
33 05 22
6
3311.0001 Ductile Iron Water Fittings w/ Restraint
3311 11
7
3311.0051 4" DIP Water
3311 10
8
3311.0061 4" PVC Water Pipe
3311 12
9
3311.0161 6" PVC Water Pipe
3311 12
10
3311.0251 8" DIP Water
-
3311 10
11
3311.0261 8" PVC Water Pipe
33 11 12
12
3311.0451 12" DIP Water
33 11 10
13
3311.0457 12" DIP Water, CLSM Backfill
33 11 10
14
3311.0461 12" PVC Water Pipe
33 11 12
15
3312.0001 Fire Hydrant
33 12 40
16
3312.0117 Connection to Existing 4"-12" Water Main
33 12 25
17
3312.2802 4" Water Meter and Vault
33 12 11
18
3312.3002 6" Gate Valve
32112 20
19
3312.3003 8" Gate Valve
33 12 20
20
3312.3006 12" Gate Valve
33 1220
21
9999.0001 Gravel Driveway Repair
00 00 00
22
9999.0002 2" Irrigation Service
33 12 10
C-) 42 43
1) W - lilt)1'Rt )11)s 11.
1•aye I nti 4
05.19.25
Bidder's Application
Riddar's Proposal
1'11il of I Rid 1 bil frier I Bid Value
\Icasum Qu:uuil)'
EA
SY
LF
LF
LF
TON
LF
LF
LF
LF
LF
LF
LF
LF
EA
EA
EA
EA
EA
EA
SF
EA
5
1850
2849
20
10
3.1
12
28
44
12
28
6
12
2707
5
1
1
6
1
10
40
2
$930.001
$2.00'
$1.50
$160.00
$190.00
$6.800.00
$170.00
$110.00
$110.00
$180.00
$140.00
$200.00 .
$350.00
$95.00
$5.500.00
$2.300.00
$31.100.00
$1,600.00
$2.200.00
$4.200.00
$22.50
$6, 500.00
$4,650.00
_ $3.700.00
$4.273.50
$3,200.00
$1,900.00
$21,080.00
$2,040.00
$3,080.00
$4,840.00
$2.160.00
$3,920.00
$1.200.00
$4.200.00
$257,165.00
$27,500.00
$2,300.00
$31,100.00
$9.600.00
$2.200.00
$42.000.00
$900.00
$13.000.00
TOTAL UNIT I: WATER IMPROVEMENTS $446,008.50
CITY 14F 0 IR 1Wt IR'I'I1
,TAM )1Rl ) (:( KI C I )\ "I'1 .31�It: V1'll )\ 1), K J I1M S - M,\11,11111T' AM N100;1)11Itt 41'(,"1 :S
I'"'m Vem mi M., 22. 2019 00 42 43 hid Prnpncal 1)11' - Bid Miii,W%
UNIT PRICE BID
SECTION 00 42 43
Developer Awarded Projects - PROPOSAL FORM
WENORMUMMEM
CIO 42 43
MI. WID11WPOSAI,
Page:.of 4
05.19.25
Bidder's Application
BiJIi,I
llcxcripliun
I
Spec;ficaU+m se'lion
I Vnil of
I Bid
lllil ],rice
R;J Value
IlemSu.
No.
\L.+asurr
Ilu.uuitc
UNIT II: SANITARY SEWER IMPROVEMENTS
1
0241.2103 8" Sewer Abandonment Plug
0241 14
EA
11
$880.00
$880.00
2
3292.0400 Seeding. Hydromulch/Temporary Watering
32 92 13
SY
650
$2.00
$1.300.00
3
3301.0002 Post -CCTV Inspection
33 01 31
LF
1550
$1.50
$2.325.00
4
3301.0101 Manhole Vacuum Testing
3301 30
EA
7
$290.00
$2,030.00
5
3305.0109 Trench Safety
33 05 10
LF
1550
$2.00
$3,100.00
6
3305.0112 Concrete Collar
3305 17
EA
4
$850.00
$3,400.00
7
3305.1003 20" Casing by Open Cut
33 05 22
LF
10
$160.00
$1,600.00
8
3110.0162 6"-12" Tree Removal
31 1000
EA
31
$710.00
$22.010.00
9
3110.0103 12%18" Tree Removal
31 1000
EA
4
$1,600.00
$6,400.00
10
3331.411-5 8" Sewer Pipe
3331 20
LF
1507
$58.50
$88,159.50
11
3331.4119 8" DIP Sewer Pipe
3311 00
LF
33
$85.00
$2,805.00
12
3331.5748 8" DIP Sewer Pipe, CLSM Backfill
3311 00
LF
10
$120.00
$1,200.00
13
3339.0001 Epoxy Manhole Liner
33 39 60
VF
12
$250.00
$3.000.00
14
3339.1001 4' Manhole
33 39 10
EA
7 _
$6.200.00
$43,400.00
15 _
3339.1003 4' Extra Depth Manhole
33 39 10
VF
34
$320.00
$_10,880.00
16
9999.0003 Connect to Existing Sewer Line
33 39 10. 33 11 10
EA
1
$1,700.00
$1.700.00
TOTAL UNIT II: SANITARY SEWE i IMPROVEMENTS $194,189.50
(:I'IY 1 11 11(11.1' %M1:'1'11
5'1'.1VI)AIt1)UINSIW-CIII IA1ITCIF1CU10-N IN U_NW N71'.4-I)MIAIIITK MAh)H)1'RWF(A'S
004243 Hid Proposal D "' -1HA \niillx'c
00 !2 43
1) Nil - HID IRI W( +\41,.
Pane 3 or a
SECTION 00 42 43
Developer Awarded Projects - PROPOSAL FORM
05.19.25
UNIT PRICE BID
Bidder's Application
1'a+joet llcw luli+nualiun
liiddcr',
I'rupu.ul
13idli,l
Ur.cripUol)
tiprrilicmill Section
l"uit of
I
Ritl
I I
Unit Yricr I
Rid \'ala.+
Ih+nl SI+.
\u.
]laasum
l �uantitp
UNIT III: DRAINAGE IMPROVEMENTS
1
0241.4401 Remove Headwall/SET
1 0241 14
EA
1
$1,100.00
$1.100.00
2
3110.0101 Site Clearing
31 1600
LS
1
$11.100.00
$11.100.00
3
3123.0101 Unclassified Excavation by Plan
_
31 23 16
LS
1
$80.700.00
$80.700.00
4
3215.0101 SWPPP>1 acre
321320
LS
1
$1,900.00
$1.900.00
5
3137.0104 Medium Stone Riprap, dry
31 37 00
SY
870
$110.00
$95.700.00
6
3292.0400 Seeding. Hydromulch/Temporary Watering
32 92 13
SY
29940
$2.00
$59,880.00
7
3305.0109 Trench Safety
33 05 10
LF
1282
$1.50
$1,923.00
8
3305.0112 Concrete Collar
32105 17
EA
4
$850.00
$3.400.00
9
3341.0103 18" RCP. Class III
33 41 10
LF
10
$160.00
$1.600.00
10
3341.0205 24" RCP. Class III
33 41 10
LF
8
$165.00
$1,320.00
11
3341.0302 30" RCP. Class III
33 41 10
LF
10
$170.00
$1,700.00
12
3341.0309 36" RCP, Class III
33 41 10
LF
842
$170.00
$143.140.00
13
3341.0409 48" RCP. Class III
3341 10
LF
302
$250.00
$75,500.00
14
3341.1002 3x3 Box Culvert
3341 10
LF
80
$320.00
$25,600.00
15
3341.1303 6x4 Box Culvert
3341 10
LF
30
$550.00
$16.500.00
16
3349.0001 4' Storm Junction Box
33 49 10
EA
2
$5,600.00
$11.200.00
17
3349.0002 5' Storm Junction Box
33 49 10
EA
2
$7,200.00
$14,400.00
18
3349.0006 Storm Junction Structure (9' Junction Box)
3349 10
EA
1
$20.000.00
$20,000.00
19
9999.0004 6x4 Straight Headwall - Type'C'
00 00 00
EA
1
$9.800.00
$9,800.00
20
9999.0005 5x5 Junction Structure #1 with Orifice Opening
00 00 00
EA
1
$7.200.00
$7,200.00
21
9999.0066 6" Conc Flume/5" Conc Apron
00 00 00
SY
465
$96.00
$44.640.00
TOTAL UNIT III: DRAINAGE IMPROVEMENTS $628.303.00
(I IV( W P( )I.'r WIWI II
I'IM)Vt1)t:i 1\ I'MRAVkl! �Sl'HMI(;ATI,IN1N«:( _\Il M"',- 1)PVT1!WIT AWARDED 1101i11t;1:�
I Vw-\lac 22.2019 00 424i JIM I'mp-i 1)0-hill \nuilxrs
1K132 43
n 41' - WD NOW[ N V,
Pa•e4 of
SECTION 00 42 43
Developer Awarded Projects - PROPOSAL FORM
05.19.25
UNIT PRICE BID
Bidder's Application
1'roiccl Ilcnl 111 i,rmalion
Biddcr's
Proposal
BiJlia
Dcscriptiou
St,"ilicalion Section
I"nit of
Ilid
Unit Price
Hid \':due
Lamm.
\o.
UoassUc
tJuanlity
UNIT IV: PAVING IMPROVEMENTS
1
10241.0100 Remove Sidewalk
0241 13
SF
3425
$2.00
$6,850.00
2
0241.0300 Remove ADA Ramp
0241 13
EA
2
$250.00
$500.00
3
0241.0500 Remove Fence
0241 13
LF
2540
$0.50
$1,270.00
4
3213.0302 5" Conc Sidewalk
32 13 20
SF
12350
$8.25
$101,887.50
5
3213.0501 Barrier Free Ramp, Type R-1
32 12 20
EA
2
$1.330.00
$2.660.00
6
3216.0101 6" Conc Curb & Gutter
32 1613
LF
14
$133.00
$1.862.00
7
3217.0102 6" SLD Pvmt Marking HAS (Y)
32 1723
LF
1440
$2.25
$3,240.00
8
3217.0201 8" SLD Pvmt Marking HAS (W)
32 17 23
LF
5.00
$3.00
$1,500.00
9
3217.0501 24" SLID Pvmt Marking HAE (W)
32 17 23
LF
25
$12.50
$312.50
10
3217 0502 Preformed Thermoplastic Contrast Marking - 24" Crosswalk
32 17 23
LF
40
$21.00
$840.00
11
3217.1002 Lane Legend Arrow
32 17 23
EA
6
$200.00
$1.200.00
12
3217.1004 Lane Legend Only
32 1723
EA
4
$250.00
$1.000.00
13
3217.2103 REFL Raised Marker TY II -A -A
32 17 23
EA
37
$10.00
$370.00
14
3217.2104 REFL Raised Marker TY II-C-R
32 1723
EA
26
$10.00
$260.00
15
3441.1831 School Zone Flasher Assembly (Solar)
32 1723
EA
3
$13,000.00
$39,000.00
16
-
3441.4006 Install Alum Sign Ground Mount
- - -- -
32 17 23
EA
_
8
$375.00
$3.000.00
17
9999.0007 18" SLID Pvmt Marking HAE (Y)
- -
32 17 23
---
LF
--
70
- - --
$10.00
$700.00
TOTAL UNIT IV: PAVINJ IMPROVEMENTS
$166.452.00
Bid Swnmmr:i
UNIT I: WATER IMPROVEMENTS $446.008.50
UNIT II: SANITARY SEWER IMPROVEMENTS $194.189.50
UNIT III: DRAINAGE IMPROVEMENTS $628,303.00
UNIT IV: PAVING IMPROVEMENTS
$166,452.00
']'Lis Bid is submitted by the entity named below:
BIDDER:
\Ic('O\\T(;ORIR)\ CONSTRUCTION
Contractor agrees to cenq)lOv APOI(P for FIN it], ACCEP I'ANCE within
CONTRACT commences to run as presided in the General Conditions.
foul Construction Bid $1,434,953.00
BT• CILI 4:I11
TFITE,: SENIOR \'ICE PRESIDENT
DATE: 5/19i2025
ENJ) OF SECTION
150 workin.. days after the date when the.
CITY I IF 110<1 Wi W 1'I I
Sl1\7)4Rll 04SS'1'R1711(4\SP1(IPIC 1'1'I(I\1)t N;l I)Iq'FlAil-IT AN'W)lq) PR4 IT1'1'
Penn \ ersrni \lac 22. 2011
CY1 a'- ! 3 14,d 1'rt•p_.sal ] )11' - t9d \nnilx^rs
00 45 1'_
T).1P PRF1)T'.1T.IITC.�I II IS S1.1II
Page I of I
SECTION 00 45 12
DAP — PREQUALIFICATION STATEMENT
Each Bidder is required to complete the information below by identifying the prequalified contractors
and/or subcontractors whom they intend to utilize for the major work type(s) listed. In the "Major Work
Tvpe" box provide the complete major work type and actual description as Drovided by the Water
Department for water and sewer and TPW for Davinra.
Major Work Type
Water Distribution,
Development, 12-inch diameter
and smaller
Sewer Collection System,
Development, 12-inches and
smaller
Sanitary Sewer
Manhole/Structure Interior
Lining — Warren Coating
Contractor/Subcontractor Company Name
BEAR CREEK SITE UTILITIES &
CONSTRUCTION LTD
BEAR CREEK SITE UTILITIES &
CONSTRUCTION LTD
BOAC UNDERGROUND, LLC
Prequalification
Expiration -Date
04.30.26
04.30.26
111ANowl
The undersigned hereby certifies that the contractors and/or subcontractors described in the table above
are currently prequalified for the work types listed.
BIDDER:
McCownGordon Construction
5700 Granite Parkway, Suite 800
Plano, TX 75024
C.CH�- J.OE III
(Signature)
TITLE: SENIOR VICE PRESIDENT
DATE: 05.19.25
END OF SECTION
CITY OF FORT WORTH
STANDARD CONSTRUCTION PREQUALIFICATION STATEMENT— DEVELOPER AWARDED PROJECTS
00 45 12_Prequalification Statement 2015_DAP • Filled
Form Version September 1, 2015
2
3
4
5
6
7
R
9
10
11
12
13
14
15
16
17
IR
19
20
?3
24
25
?6
?7
28
29
30
31
32
33
34
35
36
37
38
39
40
00 45 26 - 1
CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW
Pace I of I
SECTION 00 45 26
CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW
Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it
provides worker's compensation insurance coverage for all of its employees employed on City
Project No. CPN 105754 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:
McCowwnGordon Construction
Company
5700 Granite Parkway, Suite 800
Address
Plano, TX 75024
City/State/Zip
THE STATE OF TEXAS §
COUNTY OF TARRANT §
By: _CHARL : D VOE III
(P -int)
Signature:
Title: SENIOR VICE PRESIDENT
(Please Print)
BEFORE ME, the undersigned authority, on this day personally appeared
l e-S V • De V o r 11) , known to me to be the person whose nalne is
subscribed to the foregoing instrument, and acknowledged to me that he/she executed the same as
the act and deed of 5j,r U I (e -Pres;�—r- for the purposes and
consideration therein expressed and in the capacity therein stated.
GIVEN UNDER MY HAND AND SEAL OF OFFICE this a a "d day of
,20;155
i
}v'Lpn SHARON LYNN RAY � w
Notary 10 #134045925 1
My Commission Expires Notar Public in a forth State ofW\a�
'� or November 1, 2024
END OF SECTION
CITY OF FORT WORTH Walcr, S'cwcr, Druinagc, and Pal ink; 1111pro cmcnls to serve Childhood C'rnler #1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS ( PX 105751
Revised April_'. 2014
110 5? .I 3 - I
Developer Awaded Project Agrremenl
Page I ol'4
1 SECTION 00 52 43
AGREEMENT
3
4 THIS AGREEMENT, authorized on _MAY 19, 2025 is made by and between
5 the Developer, (NORTHWEST INDEPENDENT SCHOOL DISTRICT), authorized to do
6 business in Texas ("Developer") , and MCCOWNGORDON CONSTRUCTION
7 authorized to do business in Texas, acting by and through its duly authorized representative,
8 ("Contractor").
9 Developer and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as
10 follows:
1 1 Article 1. WORK
I? Contractor shall complete all Work as specified or indicated in the Contract Documents for the
13 Project identified herein.
14 Article 2. PROJECT
15 The project for which the Work under the Contract Documents may be the whole or only a part is
16 generally described as follows:
17 lVater, Sewer, Drainaize, & Pavin(-, Improvements to serve Eurlr Chihlhoucl Center #1
18 CPN 105 754
19
20 Article 3. CONTRACT TIME
1 3.1 Time is of the essence.
?? All time limits for Milestones, if any, and Final Acceptance as stated in the Contract
23 Documents are of the essence to this Contract.
24 3.2 Final Acceptance.
25 The Work will be complete for Final Acceptance within 150 working days after the date
26 when the Contract Time commences to run as provided in Paragraph 12.04 of the Standard
27 City Conditions of the Construction Contract for Developer Awarded Projects.
28 3.3 Liquidated damages
19
30
31
32
33
34
35
36
37
38
39
Contractor recognizes that time is of the essence of this Agreement and that Developer
will suffer financial loss if the Work is not completed within the times specified in
Paragraph 3.2 above, plus any extension thereof allowed in accordance with Article 10 of
the Standard City Conditions of the Construction Contract for Developer Awarded
Projects. The Contractor also recognizes the delays, expense and difficulties involved in
proving in a legal proceeding the actual loss suffered by the Developer if the Work is not
completed on time. Accordingly, instead of requiring any such proof, Contractor agrees
that as liquidated damages for delay (but not as a penalty), Contractor shall pay
Developer Five Hunch•ec1 Dollars ($500.00) for each day that expires after the time
specified in Paragraph 3.2 for Final Acceptance until the City issues the Final Letter of
Acceptance.
CITY OF FORT WORTH II "ulrr, Scu-rr, Ibzdnuge, A Pavia; ImprovrnrrnIs to serve burly Childhood Cenler #1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DEVELOPER AWARDED PROJECTS CPN 1057.54
Revised Jute 16, ?Ill6
005?43-2
Developer Awardcd Project Agreement
Paue 2 ol'4
40 Article 4. CONTRACT PRICE
41 Developer agrees to pay Contractor for performance of the Work in accordance with the Contract
42 Documents an amount in current finds of One Million Four Hundred Thilt_v-Four Thousand Nine
43 Hundred Fifty -Three Dollars & Zero Cents (S 1. 434,953. 00).
44 Article 5. CONTRACT DOCUMENTS
45 5.1 CONTENTS:
46 A. The Contract Documents which comprise the entire agreement between Developer and
47 Contractor concernina the Work consist of the following:
48 1. This Agreement.
49 2. Attachments to this Agreement:
50 a. Bid Form (As provided by Developer)
51 1) Proposal Form (DAP Version)
52 2) Predualification Statement
53 3) State and Federal documents (project spec•if e)
54 b. Insurance ACORD Form(s)
55 c. Payment Bond (DAP Version)
56 d. Performance Bond (DAP Version)
57 e. Maintenance Bond (DAP Version)
58 f. Power of Attorney for the Bonds
59 g. Worker's Compensation Affidavit
60 h. MBE and/or SBE Commitment Form (If required)
61 3. Standard City General Conditions of the Construction Contract for Developer
62 Awarded Projects.
63 4. Supplementary Conditions.
64
5.
Specifications specifically made a pall of the Contract Documents by attachment
65
or, if not attached, as incorporated by reference and described in the Table of
66
Contents of the Project's Contract Documents.
67
6.
Drawings.
68
7.
Addenda.
69
8.
Documentation submitted by Contractor prior to Notice of Award.
70
9.
The following which may be delivered or issued after the EtTective Date of the
71
Agreement and, if issued, become an incorporated part of the Contract Documents:
72
a. Notice to Proceed.
73
b. Field Orders.
74
c. Change Orders.
75
d. Letter of Final Acceptance.
76
77
CITY OF FORT WORTH II in rr, Scmcr, Druinfkl!c, d Paving Improvcmcros to Serve Early Childhood Cenha #/
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DEVELOPER AWARDED PROJECTS U'A' 1115754
Revised Arne 16, 2016
005243 - 3
Developer Awarded Proiect Agreement
Piwe 3 of 4
78 Article 6. INDEMNIFICATION
79 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own
80 expense, the city, its officers, servants and employees, from and against any and all
81 claims arising out of, or alleged to arise out of, the work and services to be performed
82 by the contractor, its officers, agents, employees, subcontractors, licenses or invitees
83 under this contract. This indemnification provision is specifically intended to operate
84 and be effective even if it is alleged or proven that all or some of the damages being
85 sought were caused, in whole or in part, by anv act, omission or negligence of the city.
86 This indemnity provision is intended to include, without limitation, indemnity for
87 costs, expenses and legal fees incurred by the city in defending against such claims and
88 causes of actions.
89
90 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense,
91 the city, its officers, servants and employees, from and against any and all loss, damage
92 or destruction of property of the city, arising out of, or alleged to arise out of, the work
93 and services to be performed by the contractor, its officers, agents, employees,
94 subcontractors, licensees or invitees under this contract. This indemnification
95 provision is specifically intended to operate and be effective even if it is alleged or
96 proven that all or some of the damages being sought were caused, in whole or in part,
97 by anv act, omission or negligence of the city.
98
99 Article 7. MISCELLANEOUS
100 7.1 Terms.
101 Terms used in this Agreement are defined in Article 1 of the Standard City Conditions of
02 the Construction Contract for Developer Awarded Projects,
103 7.2 Assignment of Contract.
104 This Agreement, including all of the Contract Documents may not be assigned by the
105 Contractor without the advanced express written consent of the Developer.
106 7.3 Successors and Assigns.
107 Developer and Contractor each binds itself, its partners, successors, assigns and legal
108 representatives to the other party hereto, in respect to all covenants, agreements and
109 obligations contained in the Contract Documents.
110 7.4 Severability.
III Any provision or part of the Contract Documents lield to be unconstitutional, void or
112 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all
113 remaining provisions sliall continue to be valid and binding upon DEVELOPER and
114 CONTRACTOR.
115 7.5 Governing Law and Venue.
116 This Agreement, including all of the Contract Documents is performable in the State of
117 Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the
118 Northern District of Texas, Fort Worth Division.
CITY OF FORT WORTH 11'aler, Selverr, Urainage, & Paving hnlerovellienty to seive Early Childhood C'rnhrr #1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DEVELOPER AWARDED PROJECTS C'/'N 105754
Revised .fine 16, 2016
00 5? 43 _4
Developor Awarded Project Agreement
Page 4 of -I
119
120 7.6 Authority to Sign
12 1 Contractor shall attach evidence of authority to sign Agreement, if other than duly
1?? authorized signatory of the Contractor.
I?3
124 IN WITNESS WHEREOF, Developer and Contractor have executed this Agreement in multiple
12)5 counterparts.
126
I27 This Agreement is effective as of the last date signed by the Parties ("Effective Date").
128
Contract, fklcCownGordon Construction
By:
(Signature)
CHARLES E. DEVOE III
(Printed Name)
Title: SENIOR VICE PRESIDENT
Company Name: McCownGordon Construction
Address: 5700 Granite Parkway, Suite 800
City/State/Zip: Plano, TX 75024
MAY 1912025
Date
129
Developer: Northwest ISD
By: ra L � lit.
.Wj (Si -nature)
(Printed Name)
Title: rute� r;exfi
Company name: Northwest ISD
Address: 2001 Texan Drive
City/State/Zip: Justin, TX 76-247
Date
CITY OF FORT WORTH U aatcv" Senjo, & Paving /aa/'rovenwial.v to vcrvc lsarlp C/aildhoud Colter #/
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS DEVELOPER AWARDED PRO.TEC:TS 05 75-/
Revised Ame'16,'_016
Attachment Code: D576626 Master ID: 1472574, Certificate ID: 21975909
PROFESSIONAL LIABILITY:
$10,000,000 EACH CLAIM
$10,000,000 AGGREGATE
$100,000 SELF INSURED RETENTION
POLLUTION:
$10,000,000 EACH CLAIM
$10,000,000 AGGREGATE
$25,000 SELF INSURED RETENTION
$15,000,000 POLICY AGGREGATE APPLIES FOR PROFESSIONAL LIABILITY &
POLLUTION
Attachment Code: D573685 Certificate 1D: 21975909
POLICY NUMBER: VTC2KCO2793C179TIL24
COMMERCIAL GENERAL LIABILITY
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
BLANKET ADDITIONAL INSURED
(Includes Products -Completed Operations If Required By Contract)
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
PROVISIONS
The following is added to SECTION II — WHO IS AN INSURED:
Any person or organization that you agree in a written contract or agreement to include as an additional
insured on this Coverage Part is an insured, but only:
a. With respect to liability for "bodily injury" or "property damage" that occurs, or for "personal injury'
caused by an offense that is committed, subsequent to the signing of that contract or agreement and
while that part of the contract or agreement is in effect; and
b. If, and only to the extent that, such injury or damage is caused by acts or omissions of you or your
subcontractor in the performance of "your work" to which the written contract or agreement applies. Such
person or organization does not qualify as an additional insured with respect to the independent acts or
omissions of such person or organization.
The insurance provided to such additional insured is subject to the following provisions:
a. If the Limits of Insurance of this Coverage Part shown in the Declarations exceed the minimum limits
required by the written contract or agreement, the insurance provided to the additional insured will be
limited to such minimum required limits. For the purposes of determining whether this limitation applies,
the minimum limits required by the written contract or agreement will be considered to include the
minimum limits of any Umbrella or Excess liability coverage required for the additional insured by that
written contract or agreement. This provision will not increase the limits of insurance described in Section
III — Limits Of Insurance.
b. The insurance provided to such additional insured does not apply to:
Any "bodily injury", "property damage" or "personal injury" arising out of the providing, or failure to
provide, any professional architectural, engineering or surveying services, including:
(a) The preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports,
surveys, field orders or change orders, or the preparing, approving, or failing to prepare or approve,
drawings and specifications; and
(b) Supervisory, inspection, architectural or engineering activities.
(2) Any "bodily injury' or "property damage" caused by "your work" and included in the
"products -completed operations hazard" unless the written contract or agreement specifically requires you
to provide such coverage for that additional insured during the policy period.
c. The additional insured must comply with the following duties:
(1) Give us written notice as soon as practicable of an "occurrence" or an offense which may result in a
claim. To the extent possible, such notice should include:
(a) How, when and where the "occurrence" or offense took place;
(b) The names and addresses of any injured persons and witnesses; and
(c) The nature and location of any injury or damage arising out of the "occurrence" or offense.
(2) If a claim is made or "suit" is brought against the additional insured:
(a) Immediately record the specifics of the claim or "suit" and the date received; and
(b) Notify us as soon as practicable and see to it that we receive written notice of the claim or "suit" as
soon as practicable.
Attachment Code: D573685 Certificate ID: 21975909
(3) Immediately send us copies of all legal papers received in connection with the claim or "suit',
cooperate with us in the investigation or settlement of the claim or defense against the "suit', and
otherwise comply with all policy conditions.
(4) Tender the defense and indemnity of any claim or "suit" to any provider of other insurance which
would cover such additional insured for a loss we cover. However, this condition does not affect whether
the insurance provided to such additional insured is primary to other insurance available to such
additional insured which covers that person or organization as a named insured as described in
Paragraph 4., Other Insurance, of Section IV — Commercial General Liability Conditions..
CG D2 46 04 19
Attachment Code: D547713 Certificate ID: 21975909
POLICY NUMBER: VTJ-CAP-2793C180-TIL-24
COMMERCIAL AUTO
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
BUSINESS AUTO EXTENSION ENDORSEMENT
This endorsement modifies insurance provided under the
following: BUSINESS AUTO COVERAGE FORM
GENERAL DESCRIPTION OF COVERAGE — This endorsement broadens coverage. However, coverage for
any injury, damage or medical expenses described in any of the provisions of this endorsement may be excluded
or limited by another endorsement to the Coverage Part, and these coverage broadening provisions do not apply
to the extent that coverage is excluded or limited by such an endorsement. The following listing is a general cover-
age description only. Limitations and exclusions may apply to these coverages. Read all the provisions of this en-
dorsement and the rest of your policy carefully to determine rights, duties, and what is and is not covered.
A. BROAD FORM NAMED INSURED
B. BLANKET ADDITIONAL INSURED
C. EMPLOYEE HIRED AUTO
D. EMPLOYEES AS INSURED
E. SUPPLEMENTARY PAYMENTS — INCREASED
LIMITS
F. HIRED AUTO — LIMITED WORLDWIDE COV-
ERAGE — INDEMNITY BASIS
G. WAIVER OF DEDUCTIBLE — GLASS
PROVISIONS
A. BROAD FORM NAMED INSURED
The following is added to Paragraph A.1., Who Is
An Insured, of SECTION II — COVERED
AUTOS LIABILITY COVERAGE:
Any organization you newly acquire or form dur-
ing the policy period over which you maintain
50% or more ownership interest and that is not
separately insured for Business Auto Coverage.
Coverage under this provision is afforded only un-
til the 180th day after you acquire or form the or-
ganization or the end of the policy period, which-
ever is earlier.
B. BLANKET ADDITIONAL INSURED
The following is added to Paragraph c. in A.1.,
Who Is An Insured, of SECTION II —
COVERED AUTOS LIABILITY COVERAGE:
Any person or organization who is required under
a written contract or agreement between you and
that person or organization, that is signed and
executed by you before the "bodily injury" or
"property damage" occurs and that is in effect
during the policy period, to be named as an addi-
tional insured is an "insured" for Covered Autos
Liability Coverage, but only for damages to which
H. HIRED AUTO PHYSICAL DAMAGE — LOSS
OF USE — INCREASED LIMIT
I. PHYSICAL DAMAGE — TRANSPORTATION
EXPENSES — INCREASED LIMIT
J. PERSONAL PROPERTY
K. AIRBAGS
L. NOTICE AND KNOWLEDGE OF ACCIDENT OR
LOSS
M. BLANKET WAIVER OF SUBROGATION
N. UNINTENTIONAL ERRORS OR OMISSIONS
this insurance applies and only to the extent that
person or organization qualifies as an "insured"
under the Who Is An Insured provision contained
in Section II.
C. EMPLOYEE HIRED AUTO
1. The following is added to Paragraph A.1.,
Who Is An Insured, of SECTION II — COV-
ERED AUTOS LIABILITY COVERAGE:
An "employee" of yours is an "insured" while
operating an "auto" hired or rented under a
contract or agreement in an "employee's"
name, with your permission, while performing
duties related to the conduct of your business.
2. The following replaces Paragraph b. in B.5.,
Other Insurance, of SECTION IV — BUSI-
NESS AUTO CONDITIONS:
b. For Hired Auto Physical Damage Cover-
age, the following are deemed to be cov-
ered "autos" you own:
(1) Any covered "auto" you lease, hire,
rent or borrow; and
(2) Any covered "auto" hired or rented by
your "employee" under a contract in
an "employee's" name, with your
Attachment Code: D547713 Certificate ID: 21975909
permission, while performing duties
related to the conduct of your busi-
ness.
However, any "auto" that is leased,
hired, rented or borrowed with a driver
is not a covered "auto".
D. EMPLOYEES AS INSURED
The following is added to Paragraph A.1., Who
Is An Insured, of SECTION II — COVERED
AUTOS LIABILITY COVERAGE:
Any "employee" of yours is an "insured" while us-
ing a covered "auto" you don't own, hire or
borrow in your business or your personal affairs.
E. SUPPLEMENTARY PAYMENTS —
INCREASED LIMITS
The following replaces Paragraph
A.2.a.(2), of SECTION II — COVERED
AUTOS LIABILITY COVERAGE:
(2) Up to $3,000 for cost of bail bonds (in-
cluding bonds for related traffic law viola-
tions) required because of an "accident"
we cover. We do not have to furnish
these bonds.
The following replaces Paragraph
A.2.a.(4), of SECTION If — COVERED
AUTOS LIABILITY COVERAGE:
(4) All reasonable expenses incurred by the
"insured" at our request, including
actual loss of earnings up to $500 a day
because of time off from work.
F. HIRED AUTO — LIMITED WORLDWIDE COV-
ERAGE — INDEMNITY BASIS
The following replaces Subparagraph (5) in Para-
graph B.7., Policy Period, Coverage Territory,
of SECTION IV — BUSINESS AUTO CONDI-
TIONS:
(5) Anywhere in the world, except any country or
jurisdiction while any trade sanction, em-
bargo, or similar regulation imposed by the
United States of America applies to and pro-
hibits the transaction of business with or
within such country or jurisdiction, for Cov-
ered Autos Liability Coverage for any
covered "auto" that you lease, hire, rent or
borrow without a driver for a period of 30
days or less and that is not an "auto" you
lease, hire, rent or borrow from any of your
"employees", partners (if you are a
partnership), members (if you are a limited
liability company) or members of their
households.
(a) With respect to any claim made or "suit" brought
outside the United States of America, the
territories and possessions of the United States
of America, Puerto Rico and Canada:
(i) You must arrange to defend the "in-
sured" against, and investigate or settle
any such claim or "suit" and keep us
advised of all proceedings and actions.
(ii) Neither you nor any other involved
"insured" will make any settlement
without our consent.
(iii) We may, at our discretion, participate in
defending the "insured" against, or in
the settlement of, any claim or "suit".
(iv) We will reimburse the "insured" for
sums that the "insured" legally must
pay as damages because of "bodily
injury" or "property damage" to which
this insurance applies, that the "in-
sured" pays with our consent, but only
up to the limit described in Paragraph
C., Limits Of Insurance, of SECTION II —
COVERED AUTOS LIABILITY
COVERAGE.
(v) We will reimburse the "insured" for the
reasonable expenses incurred with our
consent for your investigation of such
claims and your defense of the
"insured" against any such "suit', but
only up to and included within the limit
described in Paragraph C., Limits Of
Insurance, of SECTION II — COVERED
AUTOS LIABILITY COVERAGE, and not
in addition to such limit. Our duty to
make such payments ends when we
have used up the applicable limit of
insurance in payments for damages,
settlements or defense expenses.
(b) This insurance is excess over any valid and
collectible other insurance available to the
"insured" whether primary, excess, contingent
or on any other basis.
(c) This insurance is not a substitute for required or
compulsory insurance in any country outside
the United States, its territories and
possessions, Puerto Rico and Canada.
Attachment Code: D547713 Certificate ID: 21975909
You agree to maintain all required or
compulsory insurance in any such coun-
try up to the minimum limits required by
local law. Your failure to comply with
compulsory insurance requirements will
not invalidate the coverage afforded by
this policy, but we will only be liable to
the same extent we would have been
liable had you complied with the
compulsory insurance requirements.
(d) It is understood that we are not an admit-
ted or authorized insurer outside the
United States of America, its territories
and possessions, Puerto Rico and Can-
ada. We assume no responsibility for
the furnishing of certificates of
insurance, or for compliance in any way
with the laws of other countries relating
to insurance.
G. WAIVER OF DEDUCTIBLE — GLASS
The following is added to Paragraph D.,
Deductible, of SECTION III — PHYSICAL
DAMAGE COVERAGE:
No deductible for a covered "auto" will apply to
glass damage if the glass is repaired rather
than replaced.
H. HIRED AUTO PHYSICAL DAMAGE — LOSS
OF USE — INCREASED LIMIT
The following replaces the last sentence of
Paragraph AA.b., Loss Of Use Expenses, of
SECTION III — PHYSICAL DAMAGE
COVERAGE:
However, the most we will pay for any
expenses for loss of use is $65 per day, to a
maximum of $750 for any one "accident".
I. PHYSICAL DAMAGE —TRANSPORTATION
EXPENSES — INCREASED LIMIT
The following replaces the first sentence in
Paragraph A.4.a., Transportation Expenses,
of SECTION III — PHYSICAL DAMAGE
COVERAGE:
We will pay up to $50 per day to a maximum of
$1,500 for temporary transportation expense in-
curred by you because of the total theft of a cov-
ered "auto" of the private passenger type.
J. PERSONAL PROPERTY
The following is added to Paragraph AA.,
Coverage Extensions, of SECTION III —
PHYSICAL DAMAGE COVERAGE:
Personal Property
We will pay up to $400 for "loss" to wearing ap-
parel and other personal property which is:
(1) Owned by an "insured"; and
(2) In or on your covered "auto".
This coverage applies only in the event of a
total theft of your covered "auto".
No deductibles apply to this Personal Property
coverage.
K. AIRBAGS
The following is added to Paragraph B.3.,
Exclusions, of SECTION III — PHYSICAL
DAMAGE COVERAGE:
Exclusion 3.a. does not apply to "loss" to one or
more airbags in a covered "auto" you own that
inflate due to a cause other than a cause of
"loss" set forth in Paragraphs A.1.b. and A.1.c.,
but only:
a. If that "auto" is a covered "auto" for
Comprehensive Coverage under this
policy;
b. The airbags are not covered under any
warranty; and
C. The airbags were not intentionally inflated.
We will pay up to a maximum of $1,000 for any
one "loss".
L. NOTICE AND KNOWLEDGE OF ACCIDENT
OR LOSS
The following is added to Paragraph A.2.a., of
SECTION IV — BUSINESS AUTO
CONDITIONS:
Your duty to give us or our authorized
representative prompt notice of the "accident"
or "loss" applies only when the "accident" or
"loss" is known to:
(a) You (if you are an individual);
(b) A partner (if you are a partnership);
(c) A member (if you are a limited liability com-
pany);
(d) An executive officer, director or insurance
manager (if you are a corporation or other
organization); or
(e) Any "employee" authorized by you to give
notice of the "accident" or "loss".
M. BLANKET WAIVER OF SUBROGATION
The following replaces Paragraph A.5.,
Transfer Of Rights Of Recovery Against
Others To Us, of SECTION IV — BUSINESS
AUTO CONDITIONS:
5. Transfer Of Rights Of Recovery Against
Others To Us
We waive any right of recovery we may
have against any person or organization to
the extent required of you by a written
contract signed and executed prior to any
"accident" or "loss", provided that the
"accident" or "loss" arises out of
operations contemplated by
Attachment Code: D547713 Certificate ID: 21975909
such contract. The waiver applies only to
the person or organization designated in
such contract.
N. UNINTENTIONAL ERRORS OR OMISSIONS
The following is added to Paragraph B.2., Con-
cealment, Misrepresentation, Or Fraud, of
SECTION IV — BUSINESS AUTO
CONDITIONS:
The unintentional omission of, or unintentional error
in, any information given by you shall not prejudice
your rights under this insurance. However this
provision does not affect our right to collect
additional premium or exercise our right of
cancellation or non -renewal.
CA T3 53 02 15
006213-1
PERFORMANCE BOND
Page I of 3
Bond No. 9480776
1 SECTION 00 6213
2 PERFORMANCE BOND
3
4 THE STATE OF TEXAS §
5 § KNOW ALL BY THESE PRESENTS:
6 COUNTY OF TARRANT §
7 That we, McCownGordon Construction , known as "Principal" herein and
Colonial American Casualtv and Surety Company /
8 hirich American Incnranc-p f omra,pr , a corporate surety(sureties, if more than one)
9 duly authorized to do business in the State of Texas, known as "Surety" herein (whether one or more),
10 are held and firmly bound unto the Developer, Northwest Independent School District, authorized to
11 do business in Texas ("Developer") and the City of Fort Worth, a Texas municipal corporation
12 ("City"), in the penal sum of, One Million Four Hundred Thirtv-Four Thousand Nine Hundred
13 Fifty -Three Dollars & Zero Cents ($1.434.953.00), lawful money of the United States, to be paid
14 in Fort Worth, Tarrant County, Texas for the payment of which sum well and truly to be made jointly
15 unto the Developer and the City as dual obligees, we bind ourselves, our heirs, executors,
16 administrators, successors and assigns, jointly and severally, firmly by these presents.
17 WHEREAS, Developer and City have entered into an Agreement for the construction of
18 community facilities in the City of Fort Worth by and through a Community Facilities Agreement,
19 CFA Number 24-0175; and
20 WHEREAS, the Principal has entered into a certain written contract with the Developer awarded the
21 31" day of OCTOBER, 2024, which Contract is hereby referred to and made a part hereof for all
22 purposes as if fully set forth herein, to furnish all materials, equipment labor and other accessories
23 defined by law, in the prosecution of the Work, including any Change Orders, as provided for in said
24 Contract designated as Water, Sewer, Drainage, & Paving Improvements to serve Early Childhood
25 Center #I.
26 NOW, THEREFORE, the condition of this obligation is such that if the said Principal shall
27 faithfully perform it obligations under the Contract and shall in all respects duly and faithfully
28 perform the Work, including Change Orders, under the Contract, according to the plans,
29 specifications, and contract documents therein referred to, and as well during any period of extension
30 of the Contract that may be granted on the part of the Developer and/or City, then this obligation shall
31 be and become null and void, otherwise to remain in full force and effect.
CITY OF FORT WORTH Water, Sewer, Drainage, & Paving hnproventents to serve Early ChildhwKI Center #1
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN 105754
Revised January 31, 2012
006213-2
PERFORMANCE BOND
Page 2 of 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
8
9
10
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
IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED this
instrument by duly authorized agents and officers on this the loth day of May
12025
ATTEST:
A MAN I "RAW
Witness as to Principal
"toty Rebecca S. Leal
PRINCIPAL:
MCCOWNGORDON CONSTRUCTION
BY:
tgnature
_ ,vx 1 V �-T__, ACUX< .
Name and Tip
Address:5700 GRANITE PARKWAY, #800
PLANO, TX 75024
SURETY:
Colonial American Casualtv and Surety Com_nanv /
Zurich 1A encan Insurance Comoanv
BY: I ��
itU' re
Tahitia M. Frv. Attomev-in-Fact
Name and Title
Address: 1299 Zurich Way loth Floor
S he n�mhnrg 11.60196-1056
Telephone Number: (847) 605-600()
*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.
CITY OF FORT WORTH Witter, Sewer, Drainage, & Paring Improvements to seme Fariv Chitdhooil Center #1
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN 105754
Revised Jaiwary 31, 2012
006213-3
PERFORMANCE BOND
Page 3 of 3
Thee date of the bond shall not be prior to the date the Contract is awarded.
CITY OF FORT WORTH Water, Sewer. Drainage, cl Paving lmprarements to serge Lirl)� Childlnoad Center #1
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN 105754
Revised January 31, 2012
ZURICH AMERICAN INSURANCE COMPANY
COLONIAL AMERICAN CASUALTY AND SURETY COMPANY
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That the ZURICH AMERICAN INSURANCE COMPANY, a corporation of the State of New
York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Illinois, and the FIDELITY
AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Illinois (herein collectively called the "Companies"), by
Christopher Nolan, Vice President, in pursuance of authority granted by Article V, Section 8, of the By -Laws of said Companies, which are
set forth on the reverse side hereof and arc hereby certified to be in full force and effect on the date hereof, do hereby nominate, constitute,
and appoint Debra J. SCARBOROUGH, Kellie A. MEYER, Christy M. BRAILE, Mary T. FLANIGAN, Tahitia M. FRY, Rebecca S.
LEAL, C. STEPHENS GRIGGS, Lauren SCOTT, Veronica LAWVER, Danielle R. CAPPS, Kristin D. THURBER, Patrick T.
PRIBYL, Evan D. SIZEMORE, Jeffrey C. CAREY, Charles R. TETER, Ill, Hillary D. SHEPARD, Erin C. LAVIN, Mariana
WALKER, all of Kansas City, Missouri„ its true and lawful agent and Attorney -in -Fact, to make, execute, seal and deliver, for, and on its
behalf as surety, and as its act and deed: any and all bonds and undertakings, and the execution of such bonds or undertakings in
pursuance of these presents, shall be as binding upon said Companies, as fully and amply, to all intents and purposes, as if they had been duly
executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New
York, New York., the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in
Owings Mills, Maryland., and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in
Owings Mills, Maryland., in their own proper persons.
The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8, of
the By -Laws of said Companies, and is now in force.
IN WITNESS WHEREOF, the said Vice -President has hereunto subscribed his/her names and affixed the Corporate Seals of the said
ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY
AND DEPOSIT COMPANY OF MARYLAND, this i l th day of March, A.D., 2025,
r
By: Christopher Nolan
Vice President
�G�ticrtit. �
4y: Dawn E. Brown
Secretary
State of Maryland
County of Baltimore
ATTEST:
ZURICH AMERICAN INSURANCE COMPANY
COLONIAL AMERICAN CASUALTY AND SURETY COMPANY
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
`�r�`GQ,PO,�% ��00Q,POgJ.�':
°'aPOy`•a,f�'�.
P
`���SEAL)�'
SEALm3'
On this Hill day of March A.D. 2025, before the subscriber, a Notary Public of the State of Maryland,
duly commissioned and qualified, Christopher Nolan, Vice President and Dawn E. Brown, Secretary of the Companies, to me
personally known to be the individuals and officers described in and who executed the preceding instrument, and acknowledged the
execution of same, and being by me duly sworn, deposeth and saith, that he/she is the said officer of the Company aforesaid. and that the
seals affixed to the preceding instrument arc the Corporate Seals of said Companies, and that the said Corporate Seals and the signature as
such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations.
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written.
3�VE fit
(.� ��t�cvi€uc� ;tq. �I�ftt�r-�� � pPA''�,•'
Genevieve M. Malson
Notary Public
My Comr fission Expire January 27, 2029
Authenticity, of this bond can Ile confirmed at bond<<alitlator•.zut•ichna.cont or 410-559-8790
EXTRACT FROM BY-LAWS OF THE COMPANIES
"Article V, Section 8, Attorneys -in -Fact. The Chief Executive Officer, the President, or any Executive Vice President or Vice President
may, by written instrument under the attested corporate seal, appoint attorneys -in -fact with authority to execute bonds, polices,
recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer orany such
attorney -in -fact to affix the corporate seal thereto; and may with or without cause modify of revoke any such appointment or authority at any
time."
CERTIFICATE
1, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN
CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the
foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that Aaticle V, Section 8, of
the By -Laws of the Companies is still in force.
This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Boad of
Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998.
RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an AssistantSecretary
and the Seal of the Company may be affixed by facsimile on any Power of Attomey... Any such Power or any certificate thereof bearing such
facsimile signature and seal shall be valid and binding on the Company."
This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Boad of
Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of
May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a
meeting duly called and held on the I Oth day of May, 1990.
RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signatue
of any Vice -President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a
certified copy of any power of attorney issued by the Company, shall be- valid and binding upon the Company with the same force and effect
as though manually affixed.
IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seals of the said Companies,
this tom day of May 2025
` GaswhY
+a` � iws�
g
�yac PPFtq :
a�cvQ'` PgHS�,c."'amUq
�9gj1o';
ISEAIm? n'
°SEAL`";
SEAL`"d
y
- }
Mg ps .cam
Mary Jean Pethick
Vice President
TO REPORT A CLAIM WITH REGARD TO A SURETY BOND, PLEASE SUBMIT A COMPLETE DESCRIPTION
OF THE CLAIM INCLUDING THE PRINCIPAL ON THE BOND, THE BOND NUMBER, AND YOUR CONTACT
INFORMATION TO:
Zurich Surety Claims
1299 Zurich Way
Schaumburg, IL 60196-1056
rettortsfclaims(ci),zurichna.coni
800-626-4577
Authenticity of this boncl can be confirmed at bondvllid:rtor.zurichna.cotu or 410-559-8790
006214-1
PAYMENTBOND
Page 1 of 3
I SECTION 00 6214
2 PAYMENT BOND Bond No. 9480776
3
4 THE STATE OF TEXAS §
5 § KNOW ALL BY THESE PRESENTS:
6 COUNTY OF TARRANT §
7 That we, McCownGordon Construction , known as "Principal" herein, and
Colonial American Casualty and Surety Company /
8 7urich American Insurance Company a corporate surety ( or
9 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, Northwest
I 1 Independent School District, authorized to do business in Texas "(Developer"), and the City of
12 Fort Worth, a Texas municipal corporation ("City"), in the penal sum of One Million Four
t 3 Hundred Thirtv-Four Thousand Nine Hundred Fiftv-Three Dollars & Zero Cents
14 ($ 1.434,953.00), lawful money of the United States, to be paid in Fort Worth, Tarrant County,
15 Texas, for the payment of which sum well and truly be made jointly unto the Developer and the
16 City as dual obligees, we bind ourselves, our heirs, executors, administrators, successors and
17 assigns, jointly and severally, 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
20 Agreement, CFA Number 24-0175; and
21 WHEREAS, Principal has entered into a certain written Contract with Developer,
22 awarded the 31" day of OCTOBER, 2024, which Contract is hereby referred to and made a part
23 hereof for all purposes as if fully set forth herein, to furnish all materials, equipment, labor and
24 other accessories as defined by law, in the prosecution of the Work as provided for in said
25 Contract and designated as Water, Server, Drainage, & Paving Improvements to serge Early
26 Childhood Center#1
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 in full
31 force and effect.
CITY OF FORT WORTH Water, Seger, Drainage, & Paring Improvements to .serve &art}• Childhoml Center #1
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN 105754
Revised January 31, 2012
1
2
3
4
5
6
7
8
9
to
11
12
13
006214-2
PAYMENT BOND
Page 2 of 3
This bond'is made and executed in compliance with the provisions of Chapter 2253 of the
Texas Government Code, as amended, and all liabilities on this bond shall be determined in
accordance with the provisions of said statute.
IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED
this instrument by duly authorized agents and officers on this the nth day of
May 2025
ATTEST:
(Principal) Secretary
Witness as to Principal
ATTEST:
( rety) SLk4LtiK Witness
Rebecca S. Leal
Witness as to Surety
PRINCIPAL:
MCCOWNGORDON CONSTRUCTION
BY: —�
Signature
i LWVj , V P- r--7 ✓ate L
Name and Title
Address: 5700 GRANITE PARKWAY #800
PLANO, TX 75024
SURETY:
Colonial American C mnalty and Surety Company /
Zurich aerican Insurance Comoanv
BY: �\V�
Signature
Tahitia M. Fry, Attorney -in -Fact
Name and Title
Address: 1 199 Zurich Way, I nth Floor
Schaumburg. IL 60196-1056
Telephone Number: (847) 605-6000
Note: If signed by an officer of the Surety, there must be on file a certified extract from the
bylaws showing that this person has authority to sign such obligation. If Surety's physical
address is different from its mailing address, both must be provided.
The date of the bond shall not be prior to the date the Contract is awarded.
CITY OF FORT WORTH Water. Setter, Drainage, & Paving hnprovetttents to sent Early Childhood Center #1
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN 105754
Revised January 31, 2012
006214-3
PAYMENT BOND
Page 3 of 3
END OF SECTION
CITY OF FORT WORTH Illater, Server, Drainage, ex Paving Improvements u, serve Ear(y Childhood Center #1
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN 105754
Revised January 31, 2012
ZURICH AMERICAN INSURANCE COMPANY
COLONIAL AMERICAN CASUALTY AND SURETY COMPANY
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That the ZURICH AMERICAN INSURANCE COMPANY, a corporation of the State of New
York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Illinois, and the FIDELITY
AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Illinois (herein collectively called the "Companies"), by
Christopher Nolan, Vice President, in pursuance of authority granted by Article V, Section 8, of the By -Laws of said Companies, which are
set forth on the reverse side hereof and are hereby certified to be in full fierce and effect on the date hereof, do hereby nominate, constitute,
and appoint Debra J. SCARBOROUGH, Keilie A. MEYER, Christy M. BRAiLE, Mary T. FLANIGAN, Tahitia M. FRY, Rebecca S.
LEAL, C. STEPHENS GRIGGS, Lauren SCOTT, Veronica LAWVER, Danielle R. CAPPS, Kristin D. THURBER, Patrick T.
PRIBYL, Evan D. SIZEMORE, Jeffrey C. CAREY, Charles R. TETER, IiI, Hillary D. SHEPARD, Erin C. LAVIN, Mariana
WALKER, all of Kansas City, Missouri„ its true and lawful agent and Attomey-in-Fact, to make, execute, seal and deliver, for, and on its
behalf as surety, and as its act and deed: any and all bonds and undertakings, and the execution of such bonds or undertakings in
pursuance of these presents, shall be as binding upon said Companies, as fully and amply, to all intents and purposes, as if they had been duly
executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New
York, New York., the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in
Owings Mills, Maryland., and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in
Owings Mills, Maryland., in their own proper persons.
The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8, of
the By -Laws of said Companies, and is now in force.
iN WITNESS WHEREOF, the said Vice -President has hereunto subscribed his/her names and affixed the Corporate Seals of the said
ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY
AND DEPOSIT COMPANY OF MARYLAND, this 11 th day of March, A.D., 2025.
By: Christopher Nolan
Vice President
�, Gi G4hL f_c vt'9601
By: Datyn E. Brown
Secretary
State of Maryland
County of Baltimore
ATTEST:
ZURICH AMERICAN INSURANCE COMPANY
COLONIAL AMERICAN CASUALTY AND SURETY COMPANY
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
"casualtya
°Cr „"s4,ttti,,, SOS Comp°,,,
PPOg9`%Cl cj 4q•.3':
m�yf 6 ` " O
SEAL ' i
SEALis
01,
On this llth day of March A.Q. 2025, before the subscriber, a Notary Public of the State of Maryland,
duly commissioned and qualified, Christopher Nolan, Vice President and Dawn E. Brown, Secretary of the Companies, to me
personally known to be the individuals and officers described in and who executed the preceding instrument, and acknowledged the
execution of same, and being by me duly sworn, deposeth and saith, that he/she is the said officer of the Company aforesaid, and that the
seats affixed to the preceding instrument are the Corporate Seals of said Companies, and that the said Corporate Seals and the signature as
such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations.
1N TESTIMONY WHEREOF, 1 have hereunto set my hand and affixed my Official Seal the day and year first above written.
ri_ ',;'r ti'e'rrt.•'
Genevieve M. Maison
Notary Public
My Commission Expire January 27, 2029
Authenticity- of this bond can he confirmed at bondvalidator.zut•iciiva.com or 410-559-.8790
EXTRACT FROM BY-LAWS OF THE COMPANIES
"Article V, Section 8, Attorneys -in -Fact. The Chief Executive Officer, the President, or any Executive Vice President or VicePresident
may, by written instrument under the attested corporate seal, appoint attomcys-in-fact with authority to execute bonds, polices,
recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer orany such
attorney -in -fact to affix the corporate seal thereto; and may with or without cause modify of revoke any such appointment or authority at any
time."
CERTIFICATE
1, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN
CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the
foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that Adicle V. Section 8, of
the By -Laws of the Companies is still in force.
This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of
Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998.
RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an AssistantSecretary
and the Seal of the Company may be affixed by facsimile on any Power of Attorney ... Any such Power or any certificate thereof bwring such
facsimile signature and seal shall be valid and binding on the Company."
This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of
Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of
May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a
meeting duly called and held on the loth day of May, 1990.
RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signatuc
of any Vice -President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearbg upon a
certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same forceand effect
as though manually affixed.
IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seals of the said Companies,
this 2w day of may 2W5
`Pia
yec,pPP Aye
USEALmto s z[ SEO;)Z i SEAL t
'$cJ ...•r bar: %`''^..„�iy �s ' �y «.:�«r''p���
/�Aq
Mary Jean Pethick
Vice President
TO REPORT A CLAIM WITH REGARD TO A SURETY BOND, PLEASE SUBMIT A COMPLETE DESCRIPTION
OF THE CLAIM INCLUDING THE PRINCIPAL ON THE BOND, THE BOND NUMBER, AND YOUR CONTACT
INFORMATION TO:
Zurich Surety Claims
1299 Zurich Way
Schaumburg, IL 60196-1056
rcnortsfclaims(cr�zurichna.com
800-626-4577
Authenticitv of this bond can be confirmed at bondvalidator.zttrichna.cont or 410-559-5790
00 62 19 - 1
MAINTENANCE BOND
Page I of 3
Bond No. 9480776
1 SECTION 00 6219
2 MAINTENANCE BOND
3
4 THE STATE OF TEXAS §
5 § KNOW ALL BY THESE PRESENTS:
6 COUNTY OF TARRANT §
7 That we McCownGordon Construction known as "Principal' herein and
Colonial American Casualty and Surety Company /
8 Zurich American Insurance Comoanv , a corporate surety (sureties, if more than one)
9 duly authorized to do business in the State of Texas, known as "Surety" herein (whether one or more),
10 are held and firmly bound unto the Developer, Northwest Independent School District, authorized to
11 do business in Texas ("Developer") and the City of Fort Worth, a Texas municipal corporation
12 ("City"), in the sum of One Million Four Hundred Thirtv-Four Thousand Nine Hundred Fifty-
13 Three Dollars & Zero Cents ($1.434.953.00), lawful money of the United States, to be paid in Fort
14 Worth, Tarrant County, Texas, for payment of which sum well and truly be made jointly unto the
15 Developer and the City as dual obligees and their successors, we bind ourselves, our heirs, executors.
16 administrators, successors and assigns, jointly and severally, firmly by these presents.
17
18 WHEREAS, Developer and City have entered into an Agreement for the construction of
19 community facilities in the City of Fort Worth by and through a Community Facilities Agreement,
20 CFA Number 24-0175; and
21 WHEREAS, the Principal has entered into a certain written contract with the Developer
22 awarded the 3111 day of OCTOBER, 2024, which Contract is hereby referred to and a made part
23 hereof for all purposes as if fully set forth herein, to furnish all materials, equipment labor and other
24 accessories as defined by law, in the prosecution of the Work, including any Work resulting from a
25 duly authorized Change Order (collectively herein, the "Work") as provided for in said Contract and
26 designated as Water, Sewer, Drainage, & Paving Improvements to serve Earl), Childhood Center #1
27 and
28
29 WHEREAS, Principal binds itself to use such materials and to so construct the Work in
30 accordance with the plans, specifications and Contract Documents that the Work is and will remain
31 free from defects in materials or workmanship for and during the period of two (2) years after the
32 date of Final Acceptance of the Work by the City ("Maintenance Period"); and
33
CITY OF FORT WORTH Water, Sewer, Drainage, & Paving htywovennente to serve Earty Childhood Center #1
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN 105751
Revised January 31, 2012
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
006219-2
MAINTENANCE BOND
Page 2 of 3
WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part upon
receiving notice from the Developer and/or City of the need thereof at any time within the
Maintenance Period.
NOW THEREFORE, the condition of this obligation is such that if Principal shall remedy
any defective Work, for which timely notice was provided by Developer or City, to a completion
satisfactory to the City, then this obligation shall become null and void; otherwise to remain in full
force and effect.
PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely
noticed defective Work, it is agreed that the Developer or City may cause any and all such defective
Work to be repaired and/or reconstructed with all associated costs thereof being borne by the
Principal and the Surety under this Maintenance Bond; and
PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in
Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort
Worth Division; and
PROVIDED FURTHER, that this obligation shall be continuous in nature and successive
recoveries may be had hereon for successive breaches.
CITY OF FORT WORTH Water. Seiner, Drainage, & Paring Improvement to serve Farh, Childhood Cenrer #1
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN 105754
Revised January 31, 2012
1
2
3
4
G
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
006219-3
MAINTENANCE BOND
Page 3 of 3
IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this
instrument by duly authorized agents and officers on this the 20th day of May
, 20 25 .
ATTEST:
(Prt cipal) Secretary
Witness as to Principal
ANTEST:
(S a y) Sa\�\ str`�Witness
Rebecca S. Leal
Witness as to Surety
PRINCIPAL:
MCCOWNGORDON CONSTRUCTION
BY: _i� i_e l �'
i�uature
A , V �"'_ev,x Cc.
Name and Ti
Address: 5700 GRANITE PARKWAY #800
PLANO, TX 75024
SURETY:
Colonial American Casualty and Surety Company /
Zuric merican In/surance Company
BY: /
at re
Tahitia M. Fry. Attornev-in-Fact
Name and Title
Address: 1299 Zurich Way, 10th Floor
Schaumhurg,1I.60196-1056
Telephone Number: (47)605-6000
*Note: If signed by an officer of the Surety Company, there must be on file a certified extract
from the by-laws showing that this person has authority to sign such obligation. If
Surety's physical address is different from its mailing address, both must be provided.
The date of the bond shall not be prior to the date the Contract is awarded.
CITY OF FORT WORTH Winer, Seiner, Drainage, & Pcn•ing hnprunements to some Fiidy Chiidhowd Center #J
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN 105754
Revised January 31, 2012
ZURICH AMERICAN INSURANCE COMPANY
COLONIAL AMERICAN CASUALTY AND SURETY COMPANY
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That the ZURICH AMERICAN INSURANCE COMPANY, a corporation of the State of New
York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Illinois, and the FIDELITY
AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Illinois (herein collectively called the "Companies"), by
Christopher Nolan, Vice President, in pursuance of authority granted by Article V, Section 8, of the By -Laws of said Companies, which are
set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate, constitute,
and appoint Debra J. SCARBOROUGH, Kellie A. MEYER, Christy M. BRAiLE, Mary T. FLANiGAN, Tahitia M. FRY, Rebecca S.
LEAL, C. STEPHENS GRIGGS, Lauren SCOTT, Veronica LAWV ER, Danielle R. CAPPS, Kristin D. THURBER, Patrick T.
PRIBYL, Evan D. SIZEMORE, Jeffrey C. CAREY, Charles R. TETER, III, Hillary D. SHEPARD, Erin C. LAVIN, Mariana
WALKER, all of Kansas City, Missouri„ its true and lawful agent and Attorney -in -Fact, to make, execute, seal and deliver, for, and on its
behalf as surety, and as its act and deed: any and all bonds and undertakings, and the execution of such bonds or undertakings in
pursuance of these presents, shall be as binding upon said Companies, as fully and amply, to all intents and purposes, as if they had been duly
executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New
York, New York., the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in
Owings Mills, Maryland., and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in
Owings Mills, Maryland., in their own proper persons.
The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8, of
the By -Laws of said Companies, and is now in force.
iN WITNESS WHEREOF, the said Vice -President has hereunto subscribed his/her names and affixed the Corporate Seals of the said
ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY
AND DEPOSIT COMPANY OF MARYLAND, this 1 Ith day of March, A.D., 2025.
BY: Christopher Nolan
Vice President
C Eztic7t. tt�ts
BY: Dawn E. Brown
Secretary
State of Maryland
County of Baltimore
ATTEST:
ZURICH AMERICAN INSURANCE COMPANY
COLONIAL AMERICAN CASUALTY AND SURETY COMPANY
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
'�uSEAL`��Jj2 E SE:ALml''= SEALm'�
ytiuvo Q�`Y.
On this Ilth day of March A.D. 2025, before the subscriber, a Notary Public of the State of Maryland,
duly commissioned and qualified, Christopher Nolan, Vice President and Dawn E. Brown, Secretary of the Companies, to me
personally known to be the individuals and officers described in and who executed the preceding instrument, and acknowledged the
execution of same, and being by me duly sworn, deposeth and saith, that he/she is the said officer of the Company aforesaid, and that the
seats affixed to the preceding instrument are the Corporate Seals of said Companies, and that the said Corporate Seals and the signature as
such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations.
IN TESTIMONY WHEREOF, 1 have hereunto set my hand and affixed my Official Seal the day and year first above written.
.3�1Lciz-
Genevieve M. Maison
Notary Public
My Commission Expire January 27, 2029
Authenticity of this bond can be confirmed at bonch,aiidator.ztii-ichtia.cotn or 410-559-8790
EXTRACT FROM BY-LAWS OF THE COMPANIES
"Article V, Section 8, Attorneys -in -Fact. The Chief Executive Officcr, the President, or any Executive Vice President or Vice President
may, by written instrument under the attested corporate seal, appoint attorneys -in -fact with authority to execute bonds, policbs,
recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer orany such
attorney -in -fact to affix the corporate seal thereto; and may with or without cause modify of revoke any such appointment or athority at any
time."
CERTIFICATE
I, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN
CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the
foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do farther certify that Article V, Section 8, of
the By -Laws of the Companies is still in force.
This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of
Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998.
RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary
and the Seal of the Company may be affixed by facsimile on any Power of Attorney ... Any such Power or any certificate thereof barring such
facsimile signature and seal shall be valid and binding on the Company."
This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of
Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of
May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a
meeting duly called and held on the 10th day of May, 1990.
RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signatuc
of any Vice -President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a
certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same forceand effect
as though manually affixed.
IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seals of the said Companies,
this 2ft day of May - 2025
POg9'�,�
SEAL
SEAL
oSEALm�ab
SEAL 1m
�''ory
/,'"'Nuu.,,,,"`�"`
"�rru„•.na"`�'`,
fW YQP'K„„o
-7�n9P cl �
Mary Jean Pethick
Vice President
TO REPORT A CLAIM WITH REGARD TO A SURETY BOND, PLEASE SUBMIT A COMPLETE DESCRIPTION
OF THE CLAIM INCLUDING THE PRINCIPAL ON THE BOND, THE BOND NUMBER, AND YOUR CONTACT
INFORMATION TO:
Zurich Surety Claims
1299 Zurich Way
Schaumburg, IL 60196-1056
reports fclaims(d.zurich na.com
800-626-4577
Authenticity of this bond can be confirmed at bondyalidator.zurichna.coiii or 410-559-8790
Texas Important Notice
IMPORTANT NOTICE
To obtain information or make a complaint:
You may call Zurich North America's toll -free telephone
number for information or to make a complaint at:
1-800-382-2150
You may contact the Texas Department of Insurance to
obtain information on companies, coverages, rights, or
complaints at:
1-800-252-3439
You may write the Texas Department of
Insurance:
P.O. Box 149104
Austin, TX 78714-9104
Fax: (512) 490-1007
Web: www.tdi.texas.gov
E-mail: ConsumerProtection@tdi.texas.gov
PREMIUM OR CLAIM DISPUTES:
Should you have a dispute concerning your premium or
about a claim, you should contact the company first. If
the dispute is not resolved, you may contact the Texas
Department of Insurance.
ATTACH THIS NOTICE TO YOUR POLICY:
This notice is for information only and does not become
a part or condition of the attached document.
ZURICH
AVISO IMPORTANTE
Para obtener informaci6n o para presentar una queja:
Usted puede Ilamar al numero de telefono gratuito de
Zurich North America's para obtener informacion o para
presentar una queja al:
1-800-382-2150
Usted puede comunicarse con el Departamento de Se-
guros de Texas para obtener informacion sobre com-
panias, coberturas, derechos, o quejas al:
1-800-252-3439
Usted puede escribir al Departamento
de Seguros de Texas a:
P.O. Box 149104
Austin, TX 78714-9104
Fax: (512) 490-1007
Sitio web: www.tdi.texas.gov
E-mail: ConsumerProtection@tdi.texas.gov
DISPUTAS POR PRIMAS DE SEGUROS O
RECLAMACIONES:
Si tiene una disputa relacionada con su prima de seguro
o con una reclamaci6n, usted debe comunicarse con la
compania primero. Si la disputa no es resuelta, usted
puede comunicarse con el Departamento de Seguros de
Texas.
ADJUNTE ESTE AVISO A SU P6LIZA: Este aviso es
solamente para prop6sitos informativos y no se con-
vierte en parte o en condici6n del documento adjunto.
U-GU-296-E (06/15)
Page 1 of 1
STANDARD CITY CONDITIONS
OF THE CONSTRUCTION CONTRACT
FOR DEVELOPER AWARDED PROJECTS
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
STANDARD CITY CONDITIONS OF THE
CONSTRUCTION CONTRACT
FOR DEVELOPER AWARDED PROJECTS
TABLE OF CONTENTS
Article 1 — Definitions and Terminology..........
1.01 Defined Terms ...............................
1.02 Terminology ..................................
Article 2 —
Preliminary Matters .......................
2.01
Before Starting Construction......
2.02
Preconstruction Conference........
2.03
Public Meeting ............................
Page
.............................................1
.............................................1
............................................. 5
....................................................... 6
....................................................... 6
....................................................... 6
....................................................... 6
Article 3 — Contract Documents and Amending............................................................................................... 6
3.01 Reference Standards..................................................................................................................... 6
3.02 Amending and Supplementing Contract Documents.................................................................. 6
Article 4 — Bonds and Insurance....................................................................................................................... 7
4.01 Licensed Sureties and Insurers..................................................................................................... 7
4.02 Performance, Payment, and Maintenance Bonds........................................................................ 7
4.03 Certificates of Insurance............................................................................................................... 7
4.04 Contractor's Insurance.................................................................................................................. 9
4.05 Acceptance of Bonds and Insurance; Option to Replace...........................................................12
Article 5 —
Contractor's Responsibilities........................................................................................................12
5.01
Supervision and Superintendent.................................................................................................12
5.02
Labor; Working Hours................................................................................................................13
5.03
Services, Materials, and Equipment...........................................................................................13
5.04
Project Schedule..........................................................................................................................14
5.05
Substitutes and "Or-Equals".......................................................................................................14
5.06
Pre -Qualification of Bidders (Prime Contractors and Subcontractors).....................................16
5.07
Concerning Subcontractors, Suppliers, and Others...................................................................16
5.08
Wage Rates..................................................................................................................................18
5.09
Patent Fees and Royalties...........................................................................................................19
5.10
Laws and Regulations.................................................................................................................19
5.11
Use of Site and Other Areas.......................................................................................................19
5.12
Record Documents......................................................................................................................20
5.13
Safety and Protection..................................................................................................................
21
5.14
Safety Representative.................................................................................................................21
5.15
Hazard Communication Programs.............................................................................................22
5.16
Submittals....................................................................................................................................22
5.17
Contractor's General Warranty and Guarantee..........................................................................23
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
5.18 Indemnification ............................................
5.19 Delegation of Professional Design Services
5.20 Right to Audit: .............................................
5.21 Nondiscrimination ........................................
Article 6 - Other Work at the Site.......
6.01 Related Work at Site .......
Article 7 - City's Responsibilities ............................................
7.01 Inspections, Tests, and Approvals .......................
7.02 Limitations on City's Responsibilities ................
7.03 Compliance with Safety Program ........................
Article 8 - City's Observation Status During Construction.......
8.01 City's Project Representative .................................
8.02 Authorized Variations in Work ..............................
8.03 Rejecting Defective Work ......................................
8.04 Determinations for Work Performed ......................
Article 9 - Changes in the Work ......................
9.01 Authorized Changes in the Work
9.02 Notification to Surety ...................
Article 10 - Change of Contract Price; Change of Contract Time
10.01 Change of Contract Price ...........................................
10.02 Change of Contract Time ...........................................
10.03 Delays.........................................................................
Article 11 - Tests and Inspections; Correction, Removal or Acceptance of Defective Work ............
11.01 Notice of Defects..............................................................................................................
11.02 Access to Work.................................................................................................................
11.03 Tests and Inspections........................................................................................................
11.04 Uncovering Work.............................................................................................................
11.05 City May Stop the Work...................................................................................................
11.06 Correction or Removal of Defective Work......................................................................
11.07 Correction Period..............................................................................................................
11.08 City May Correct Defective Work...................................................................................
Article 12 - Completion ...........................................
12.01 Contractor's Warranty of Title ............
12.02 Partial Utilization .................................
12.03 Final Inspection ....................................
12.04 Final Acceptance ..................................
Article 13 - Suspension of Work .....................................
13.01 City May Suspend Work .............................
Article 14 - Miscellaneous .........................................
14.01 Giving Notice .........................................
CITY OF FORT WORTH
STANDARD CITY CONDITIONS - DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
24
24
25
25
26
26
26
26
26
27
a
a
... 29
... 29
... 29
... 29
... 30
... 30
... 30
... 30
... 31
................................. 32
................................. 32
................................. 32
................................. 32
................................. 33
............................................................. 33
............................................................. 33
34
34
14.02 Computation of Times................................................................................................................ 34
14.03 Cumulative Remedies................................................................................................................. 34
14.04 Survival of Obligations...............................................................................................................35
14.05 Headings......................................................................................................................................35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
0073 10- 1
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 1 of 35
ARTICLE 1— DEFINITIONS AND TERMINOLOGY
1.01 Defined Terms
A. Wherever used in these General Conditions or in other Contract Documents, the terms listed
below have the meanings indicated which are applicable to both the singular and plural thereof,
and words denoting gender shall include the masculine, feminine and neuter. Said terms are
generally capitalized or written in italics, but not always. When used in a context consistent with
the definition of a listed -defined term, the term shall have a meaning as defined below whether
capitalized or italicized or otherwise. In addition to terms specifically defined, terms with initial
capital letters in the Contract Documents include references to identified articles and paragraphs,
and the titles of other documents or forms.
1. Agreement - The written instrument which is evidence of the agreement between Developer
and Contractor covering the Work
2. Asbestos —Any material that contains more than one percent asbestos and is friable or is
releasing asbestos fibers into the air above current action levels established by the United
States Occupational Safety and Health Administration.
3. Business Day — A business day is defined as a day that the City conducts normal business,
generally Monday through Friday, except for federal or state holidays observed by the City.
4. Buzzsaw — City's on-line, electronic document management and collaboration system.
5. Calendar Day — A day consisting of 24 hours measured from midnight to the next midnight.
6. City— The City of Fort Worth, Texas, a Texas home -rule municipal corporation, acting by,
its governing body through its City Manager, his designee, or agents authorized pursuant to
its duly authorized charter on his behalf.
7. Community Facilities Agreement (CFA) A Contract between the Developer and the City
for the Construction of one or more following public facilities within the City public right-of-
way or easement: Water, Sanitary Sewer, Street, Storm Drain, Street Light, and Street Signs.
A CFA may include private facilities within the right-of-way dedicated as private right-of-
way or easement on a recorded plat.
8. Contract —The entire and integrated written document incorporating the Contract
Documents between the Developer, Contractor, and/or City concerning the Work. The
Contract supersedes prior negotiations, representations, or agreements, whether written or
oral.
9. Contract Documents —Those items that make up the contract and which must include the
Agreement, and it's attachments such as standard construction specifications, standard City
Conditions, other general conditions of the Developer, including:
a. An Agreement
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
0073 10-2
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 2 of 35
b. Attachments to the Agreement
i. Bid Form
ii. Vendor Compliance with State Law Non -Resident Bidder
iii. Prequalification Statement
C. Current Prevailing Wage Rates Table (if required by City)
d. Insurance Accord Form
e. Payment Bond
f. Performance Bond
g. Maintenance Bond
h. Power of Attorney for Bonds
i. Workers Compensation Affidavit
j. MWBE Commitment Form( If required by City)
k. General Conditions
1. Supplementary Conditions
in. The Standard City Conditions
n. Specifications specifically made part of the Contract Documents by attachment, if
not attached, as incorporated by reference and described in the Table of Contents of
the Project's Contract Documents
o. Drawings
P. Documentation submitted by contractor prior to Notice of Award.
q. The following which may be delivered or issued after the effective date if the
Agreement and, if issued become an incorporated part of the Contract Documents
i. Notice to Proceed
ii. Field Orders
iii. Change Orders
iv. Letters of Final Acceptance
r. Approved Submittals, other Contractor submittals, and the reports and drawings of
subsurface and physical conditions are not Contract Documents.
10. Contractor —The individual or entity with whom Developer has entered into the Agreement.
11. Day or day —A day, unless otherwise defined, shall mean a Calendar Day.
12. Developer — An individual or entity that desires to make certain improvements within the
City of Fort Worth
13. Drawings —That part of the Contract Documents prepared or approved by Engineer which
graphically shows the scope, extent, and character of the Work to be performed by
Contractor. Submittals are not Drawings as so defined.
14. Engineer —The licensed professional engineer or engineering firm registered in the State of
Texas performing professional services for the Developer.
15. Final Acceptance — The written notice given by the City to the Developer and/or Contractor
that the Work specified in the Contract Documents has been completed to the satisfaction of
the City.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
0073 10- 3
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 3 of 35
16. Final Inspection — Inspection carried out by the City to verify that the Contractor has
completed the Work, and each and every part or appurtenance thereof, fully, entirely, and in
conformance with the Contract Documents.
17. General Requirements —A part of the Contract Documents between the Developer and a
Contractor.
18. Laws and Regulations Any and all applicable laws, rules, regulations, ordinances, codes,
and orders of any and all governmental bodies, agencies, authorities, and courts having
jurisdiction.
19. Liens —Charges, security interests, or encumbrances upon Project funds, real property, or
personal property.
20. Milestone —A principal event specified in the Contract Documents relating to an
intermediate Contract Time prior to Final Acceptance of the Work.
21. Non -Participating Change Order —A document, which is prepared for and reviewed by the
City, which is signed by Contractor, and Developer, and authorizes an addition, deletion, or
revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on
or after the Effective Date of the Agreement.
22. Participating Change Order —A document, which is prepared for and approved by the City,
which is signed by Contractor, Developer, and City and authorizes an addition, deletion, or
revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on
or after the Effective Date of the Agreement.
23. Plans — See definition of Drawings.
24. Project Schedule —A schedule, prepared and maintained by Contractor, in accordance with
the General Requirements, describing the sequence and duration of the activities comprising
the Contractor's plan to accomplish the Work within the Contract Time.
25. Project —The Work to be performed under the Contract Documents.
26. Project Representative —The authorized representative of the City who will be assigned to
the Site.
27. Public Meeting — An announced meeting conducted by the Developer to facilitate public
participation and to assist the public in gaining an informed view of the Project.
28. Regular Working Hours — Hours beginning at 7: 00 a.m. and ending at 6:00 p.m., Monday
thru Friday (excluding legal holidays).
29. Samples Physical examples of materials, equipment, or workmanship that are
representative of some portion of the Work and which establish the standards by which such
portion of the Work will be judged.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
0073 10- 4
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 4 of 35
30. Schedule of Submittals —A schedule, prepared and maintained by Contractor, of required
submittals and the time requirements to support scheduled performance of related
construction activities.
31. Site —Lands or areas indicated in the Contract Documents as being furnished by City or
Developer upon which the Work is to be performed, including rights -of -way, permits, and
easements for access thereto, and such other lands furnished by City or Developer which are
designated for the use of Contractor.
32. Specifications —That part of the Contract Documents consisting of written requirements for
materials, equipment, systems, standards and workmanship as applied to the Work, and
certain administrative requirements and procedural matters applicable thereto.
Specifications may be specifically made a part of the Contract Documents by attachment or,
if not attached, may be incorporated by reference as indicated in the Table of Contents
(Division 00 00 00) of each Project.
33. Standard City Conditions — That part of the Contract Documents setting forth requirements
of the City.
34. Subcontractor —An individual or entity having a direct contract with Contractor or with any
other Subcontractor for the performance of apart of the Work at the Site.
35. Submittals All drawings, diagrams, illustrations, schedules, and other data or information
which are specifically prepared or assembled by or for Contractor and submitted by
Contractor to illustrate some portion of the Work.
36. Superintendent — The representative of the Contractor who is available at all times and able
to receive instructions from the City and/or Developer and to act for the Contractor.
37. Supplementary Conditions —That part of the Contract Documents which amends or
supplements the General Conditions.
38. Supplier —A manufacturer, fabricator, supplier, distributor, materialman, or vendor having
a direct contract with Contractor or with any Subcontractor to furnish materials or
equipment to be incorporated in the Work by Contractor or Subcontractor.
39. Underground Facilities All underground pipelines, conduits, ducts, cables, wires,
manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any
encasements containing such facilities, including but not limited to, those that convey
electricity, gases, steam, liquid petroleum products, telephone or other communications,
cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or
other control systems.
40. Weekend Working Hours — Hours beginning at 9: 00 a. in. and ending at 5: 00 p.m., Saturday,
Sunday or legal holiday, as approved in advance by the City.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
0073 10- 5
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 5 of 35
41. Work —The entire construction or the various separately identifiable parts thereof required
to be provided under the Contract Documents. Work includes and is the result of performing
or providing all labor, services, and documentation necessary to produce such construction
including any Participating Change Order, Non -Participating Change Order, or Field
Order, and furnishing, installing, and incorporating all materials and equipment into such
construction, all as required by the Contract Documents.
42. Working Day — A working day is defined as a day, not including Saturdays, Sundays, or
legal holidays authorized by the City for contract purposes, in which weather or other
conditions not under the control of the Contractor will permit the performance of the
principal unit of work underway for a continuous period of not less than 7 hours between 7
a.m. and 6 p. m.
1.02 Terminology
A. The words and terms discussed in Paragraph 1.02.13 through D are not defined but, when used in
the Bidding Requirements or Contract Documents, have the indicated meaning.
B. Defective:
1. The word "defective," when modifying the word "Work," refers to Work that is
unsatisfactory, faulty, or deficient in that it:
a. does not conform to the Contract Documents; or
b. does not meet the requirements of any applicable inspection, reference standard, test, or
approval referred to in the Contract Documents; or
c. has been damaged prior to City's written acceptance.
C. Furnish, Install, Perform, Provide:
1. The word "Furnish" or the word "Install" or the word "Perform" or the word "Provide" or
the word "Supply," or any combination or similar directive or usage thereof, shall mean
furnishing and incorporating in the Work including all necessary labor, materials, equipment,
and everything necessary to perform the Work indicated, unless specifically limited in the
context used.
D. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known
technical or construction industry or trade meaning are used in the Contract Documents in
accordance with such recognized meaning.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
0073 10- 6
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 6 of 35
ARTICLE 2 — PRELIMINARY MATTERS
2.01 Before Starting Construction
Baseline Schedules: Submit to City in accordance with the Contract Documents, and prior to starting
the Work. New schedules will be submitted to City when Participating Change Orders or Non -
Participating Change Orders occur.
2.02 Preconstruction Conference
Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as
specified in the Contract Documents.
2.03 Public Meeting
Contractor may not mobilize any equipment, materials or resources to the Site prior to Contractor
attending the Public Meeting as scheduled by the City.
ARTICLE 3 — CONTRACT DOCUMENTS AND AMENDING
3.01 Reference Standards
A. Standards, Specifications, Codes, Laws, and Regulations
1. Reference to standards, specifications, manuals, or codes of any technical society,
organization, or association, or to Laws or Regulations, whether such reference be specific or
by implication, shall mean the standard, specification, manual, code, or Laws or Regulations
in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there
were no Bids), except as may be otherwise specifically stated in the Contract Documents.
2. No provision or instruction shall be effective to assign to City, or any of its officers,
directors, members, partners, employees, agents, consultants, or subcontractors, any duty or
authority to supervise or direct the performance of the Work or any duty or authority to
undertake responsibility inconsistent with the provisions of the Contract Documents.
3.02 Amending and Supplementing Contract Documents
A. The Contract Documents may be amended to provide for additions, deletions, and revisions in
the Work or to modify the terms and conditions thereof by a Participating Change Order or a
Non -Participating Change Order.
B. The requirements of the Contract Documents may be supplemented, and minor variations and
deviations in the Work not involving a change in Contract Price or Contract Time, may be
authorized, by one or more of the following ways:
1. A Field Order;
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
0073 10- 7
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 7 of 35
1. City's or Engineer's review of a Submittal (subject to the provisions of Paragraph 5.16.C); or
2. City's written interpretation or clarification.
ARTICLE 4 — BONDS AND INSURANCE
4.01 Licensed Sureties and Insurers
All bonds and insurance required by the Contract Documents to be purchased and maintained by
Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized
in the State of Texas to issue bonds or insurance policies for the limits and coverage so required.
Such surety and insurance companies shall also meet such additional requirements and qualifications
as may be provided Section 4.04.
4.02 Performance, Payment, and Maintenance Bonds
A. Contractor shall furnish performance and payment bonds in the name of Developer and City, in
accordance with Texas Government Code Chapter 2253 or successor statute, each in an amount
equal to the Contract Price as security for the faithful performance and payment of all of
Contractor's obligations under the Contract Documents.
B. Contractor shall furnish maintenance bonds in the name of Developer and City in an amount
equal to the Contract Price as security to protect the City against any defects in any portion of the
Work described in the Contract Documents. Maintenance bonds shall remain in effect for two
(2) years after the date of Final Acceptance by the City.
C. All bonds shall be in the form prescribed by the Contract Documents except as provided
otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the list
of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and
as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial
Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed
by an agent or attorney -in -fact must be accompanied by a sealed and dated power of attorney
which shall show that it is effective on the date the agent or attorney -in -fact signed each bond.
D. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or
its right to do business is terminated in the State of Texas or it ceases to meet the requirements of
Paragraph 4.02.C, Contractor shall promptly notify City and shall, within 30 days after the event
giving rise to such notification, provide another bond and surety, both of which shall comply
with the requirements of Paragraphs 4.01 and 4.02.C.
4.03 Certificates of Insurance
Contractor shall deliver to Developer and City, with copies to each additional insured and loss payee
identified in these Standard City Conditions certificates of insurance (and other evidence of
insurance requested by City or any other additional insured) which Contractor is required to
purchase and maintain.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
0073 10- 8
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 8 of 35
1. The certificate of insurance shall document the City, an as "Additional Insured" on all
liability policies.
2. The Contractor's general liability insurance shall include a, "per project" or "per location",
endorsement, which shall be identified in the certificate of insurance provided to the City.
3. The certificate shall be signed by an agent authorized to bind coverage on behalf of the
insured, be complete in its entirety, and show complete insurance carrier names as listed in
the current A.M. Best Property & Casualty Guide
4. The insurers for all policies must be licensed and/or approved to do business in the State of
Texas. Except for workers' compensation, all insurers must have a minimum rating of A-:
VII in the current A. M. Best Key Rating Guide or have reasonably equivalent financial
strength and solvency to the satisfaction of Risk Management. If the rating is below that
required, written approval of City is required.
5. All applicable policies shall include a Waiver of Subrogation (Rights of Recovery) in favor
of the City. In addition, the Contractor agrees to waive all rights of subrogation against the
Engineer (if applicable), and each additional insured identified in these Standard City
Conditions. Failure of the City to demand such certificates or other evidence of full
compliance with the insurance requirements or failure of the City to identify a deficiency
from evidence that is provided shall not be construed as a waiver of Contractor's obligation
to maintain such lines of insurance coverage.
6. If insurance policies are not written for specified coverage limits, an Umbrella or Excess
Liability insurance for any differences is required. Excess Liability shall follow form of the
primary coverage.
7. Unless otherwise stated, all required insurance shall be written on the "occurrence basis". If
coverage is underwritten on a claims -made basis, the retroactive date shall be coincident with
or prior to the date of the effective date of the agreement and the certificate of insurance shall
state that the coverage is claims -made and the retroactive date. The insurance coverage shall
be maintained for the duration of the Contract and for three (3) years following Final
Acceptance provided under the Contract Documents or for the warranty period, whichever is
longer. An annual certificate of insurance submitted to the City shall evidence such
insurance coverage.
8. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the
required lines of coverage, nor decrease the limits of said coverage unless such endorsements
are approved in writing by the City. In the event a Contract has been bid or executed and the
exclusions are determined to be unacceptable or the City desires additional insurance
coverage, and the City desires the contractor/engineer to obtain such coverage, the contract
price shall be adjusted by the cost of the premium for such additional coverage plus 10%.
9. Any self -insured retention (SIR), in excess of $25,000.00, affecting required insurance
coverage shall be approved by the City in regards to asset value and stockholders' equity. In
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
0073 10-9
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 9 of 35
lieu of traditional insurance, alternative coverage maintained through insurance pools or risk
retention groups, must also be approved by City.
10. Any deductible in excess of $5,000.00, for any policy that does not provide coverage on a
first -dollar basis, must be acceptable to and approved by the City.
11. City, at its sole discretion, reserves the right to review the insurance requirements and to
make reasonable adjustments to insurance coverage's and their limits when deemed
necessary and prudent by the City based upon changes in statutory law, court decision or the
claims history of the industry as well as of the contracting party to the City. The City shall
be required to provide prior notice of 90 days, and the insurance adjustments shall be
incorporated into the Work by Change Order.
12. City shall be entitled, upon written request and without expense, to receive copies of policies
and endorsements thereto and may make any reasonable requests for deletion or revision or
modifications of particular policy terms, conditions, limitations, or exclusions necessary to
conform the policy and endorsements to the requirements of the Contract. Deletions,
revisions, or modifications shall not be required where policy provisions are established by
law or regulations binding upon either parry or the underwriter on any such policies.
13. City shall not be responsible for the direct payment of insurance premium costs for
Contractor's insurance.
4.04 Contractor's Insurance
A. Workers Compensation and Employers' Liability. Contractor shall purchase and maintain such
insurance coverage with limits consistent with statutory benefits outlined in the Texas Workers'
Compensation Act (Texas Labor Code, Ch. 406, as amended), and minimum limits for
Employers' Liability as is appropriate for the Work being performed and as will provide
protection from claims set forth below which may arise out of or result from Contractor's
performance of the Work and Contractor's other obligations under the Contract Documents,
whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly
or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts
any of them may be liable:
1. claims under workers' compensation, disability benefits, and other similar employee benefit
acts;
2. claims for damages because of bodily injury, occupational sickness or disease, or death of
Contractor's employees.
3. The limits of liability for the insurance shall provide the following coverages for not less
than the following amounts or greater where required by Laws and Regulations
a. Statutory limits
b. Employer's liability
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
00 73 10- 10
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 10 of 35
1) $100,000 each accident/occurrence
2) $100,000 Disease - each employee
3) $500,000 Disease - policy limit
B. Commercial General Liability. Coverage shall include but not be limited to covering liability
(bodily injury or property damage) arising from: premises/operations, independent contractors,
products/completed operations, personal injury, and liability under an insured contract. Insurance
shall be provided on an occurrence basis, and as comprehensive as the current Insurance
Services Office (ISO) policy. This insurance shall apply as primary insurance with respect to
any other insurance or self-insurance programs afforded to the City. The Commercial General
Liability policy, shall have no exclusions by endorsements that would alter of nullify
premises/operations, products/completed operations, contractual, personal injury, or advertising
injury, which are normally contained with the policy, unless the City approves such exclusions
in writing.
1. For construction projects that present a substantial completed operation exposure, the City
may require the contractor to maintain completed operations coverage for a minimum of no
less than three (3) years following the completion of the project
2. Contractor's Liability Insurance under this Section which shall be on a per project basis
covering the Contractor with minimum limits of:
a. $1,000,000 each occurrence
b. $2,000,000 aggregate limit
3. The policy must have an endorsement (Amendment — Aggregate Limits of Insurance)
making the General Aggregate Limits apply separately to each job site.
4. The Commercial General Liability Insurance policies shall provide "X", "C", and "U"
coverage's. Verification of such coverage must be shown in the Remarks Article of the
Certificate of Insurance.
C. Automobile Liability. A commercial business auto policy shall provide coverage on "any auto",
defined as autos owned, hired and non -owned and provide indemnity for claims for damages
because bodily injury or death of any person and or property damage arising out of the work,
maintenance or use of any motor vehicle by the Contractor, any Subcontractor or Supplier, or by
anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone
for whose acts any of them may be liable.
1. Automobile Liability, Contractor's Liability Insurance under this Section, which shall be in
an amount not less than the following amounts:
a. Automobile Liability - a commercial business policy shall provide coverage on "Any
Auto", defined as autos owned, hired and non -owned.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
00 73 10- 11
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 11 of 35
1) $1, 000, 000 each accident on a combined single limit basis. Split limits are
acceptable if limits are at least:
2) $250,000 Bodily Injury per person
3) $500,000 Bodily Injury per accident /
4) $100,000 Property Damage
D. Railroad Protective Liability. If any of the work or any warranty work is within the limits of
railroad right-of-way, the Contractor shall comply with the following requirements:
1. The Contractor's construction activities will require its employees, agents, subcontractors,
equipment, and material deliveries to cross railroad properties and tracks owned and
operated by:
Write the name of the railroad company. (If none, then write none)
2. The Contractor shall conduct its operations on railroad properties in such a manner as not to
interfere with, hinder, or obstruct the railroad company in any manner whatsoever in the use
or operation of its/their trains or other property. Such operations on railroad properties may
require that Contractor to execute a "Right of Entry Agreement" with the particular railroad
company or companies involved, and to this end the Contractor should satisfy itself as to the
requirements of each railroad company and be prepared to execute the right -of -entry (if any)
required by a railroad company. The requirements specified herein likewise relate to the
Contractor's use of private and/or construction access roads crossing said railroad company's
properties.
3. The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions
shall provide coverage for not less than the following amounts, issued by companies
satisfactory to the City and to the Railroad Company for a term that continues for so long as
the Contractor's operations and work cross, occupy, or touch railroad property:
a. General Aggregate:
b. Each Occurrence: :
Enter limits provided by Railroad Company (If none, write none)
Enter limits provided by Railroad Company (If none, write none)
4. With respect to the above outlined insurance requirements, the following shall govern:
a. Where a single railroad company is involved, the Contractor shall provide one insurance
policy in the name of the railroad company. However, if more than one grade separation
or at -grade crossing is affected by the Project at entirely separate locations on the line or
lines of the same railroad company, separate coverage may be required, each in the
amount stated above.
b. Where more than one railroad company is operating on the same right-of-way or where
several railroad companies are involved and operated on their own separate rights -of -
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
00 73 10- 12
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 12 of 35
way, the Contractor may be required to provide separate insurance policies in the name
of each railroad company.
c. If, in addition to a grade separation or an at -grade crossing, other work or activity is
proposed on a railroad company's right-of-way at a location entirely separate from the
grade separation or at -grade crossing, insurance coverage for this work must be included
in the policy covering the grade separation.
d. If no grade separation is involved but other work is proposed on a railroad company's
right-of-way, all such other work may be covered in a single policy for that railroad, even
though the work may be at two or more separate locations.
5. No work or activities on a railroad company's property to be performed by the Contractor
shall be commenced until the Contractor has furnished the City with an original policy or
policies of the insurance for each railroad company named, as required above. All such
insurance must be approved by the City and each affected Railroad Company prior to the
Contractor's beginning work.
6. The insurance specified above must be carried until all Work to be performed on the railroad
right-of-way has been completed and the grade crossing, if any, is no longer used by the
Contractor. In addition, insurance must be carried during all maintenance and/or repair work
performed in the railroad right-of-way. Such insurance must name the railroad company as
the insured, together with any tenant or lessee of the railroad company operating over tracks
involved in the Project.
E. Notification of Policy Cancellation: Contractor shall immediately notify City upon cancellation
or other loss of insurance coverage. Contractor shall stop work until replacement insurance has
been procured. There shall be no time credit for days not worked pursuant to this section.
4.05 Acceptance of Bonds and Insurance; Option to Replace
If City has any objection to the coverage afforded by or other provisions of the bonds or insurance
required to be purchased and maintained by the Contractor in accordance with Article 5 on the basis
of non-conformance with the Contract Documents, the Developer and City shall so notify the
Contractor in writing within 10 Business Days after receipt of the certificates (or other evidence
requested). Contractor shall provide to the City such additional information in respect of insurance
provided as the Developer or City may reasonably request. If Contractor does not purchase or
maintain all of the bonds and insurance required by the Contract Documents, the Developer or City
shall notify the Contractor in writing of such failure prior to the start of the Work, or of such failure
to maintain prior to any change in the required coverage.
ARTICLE 5 — CONTRACTOR'S RESPONSIBILITIES
5.01 Supervision and Superintendent
A. Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting
such attention thereto and applying such skills and expertise as may be necessary to perform the
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
00 73 10- 13
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 13 of 35
Work in accordance with the Contract Documents. Contractor shall be solely responsible for the
means, methods, techniques, sequences, and procedures of construction.
B. At all times during the progress of the Work, Contractor shall assign a competent, English-
speaking, Superintendent who shall not be replaced without written notice to City. The
Superintendent will be Contractor's representative at the Site and shall have authority to act on
behalf of Contractor. All communication given to or received from the Superintendent shall be
binding on Contractor.
C. Contractor shall notify the City 24 hours prior to moving areas during the sequence of
construction.
5.02 Labor; Working Hours
A. Contractor shall provide competent, suitably qualified personnel to perform construction as
required by the Contract Documents. Contractor shall at all times maintain good discipline and
order at the Site.
B. Except as otherwise required for the safety or protection of persons or the Work or property at
the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work
at the Site shall be performed during Regular Working Hours. Contractor will not permit the
performance of Work beyond Regular Working Hours or for Weekend Working Hours without
City's written consent (which will not be unreasonably withheld). Written request (by letter or
electronic communication) to perform Work:
1. for beyond Regular Working Hours request must be made by noon at least two (2) Business
Days prior
2. for Weekend Working Hours request must be made by noon of the preceding Thursday
3. for legal holidays request must be made by noon two Business Days prior to the legal
holiday.
5.03 Services, Materials, and Equipment
A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full
responsibility for all services, materials, equipment, labor, transportation, construction
equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary
facilities, temporary facilities, and all other facilities and incidentals necessary for the
performance, Contractor required testing, start-up, and completion of the Work.
B. All materials and equipment incorporated into the Work shall be as specified or, if not specified,
shall be of good quality and new, except as otherwise provided in the Contract Documents. All
special warranties and guarantees required by the Specifications shall expressly run to the benefit
of City. If required by City, Contractor shall furnish satisfactory evidence (including reports of
required tests) as to the source, kind, and quality of materials and equipment.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
00 73 10- 14
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 14 of 35
C. All materials and equipment to be incorporated into the Work shall be stored, applied, installed,
connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of
the applicable Supplier, except as otherwise may be provided in the Contract Documents.
5.04 Project Schedule
A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.01
and the General Requirements as it may be adjusted from time to time as provided below.
1. Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.01 and
the General Requirements) proposed adjustments in the Project Schedule.
2. Proposed adjustments in the Project Schedule that will change the Contract Time shall be
submitted in accordance with the requirements of Article 9. Adjustments in Contract Time
for projects with City participation shall be made by participating change orders.
5.05 Substitutes and "Or -Equals "
A. Whenever an item of material or equipment is specified or described in the Contract Documents
by using the name of a proprietary item or the name of a particular Supplier, the specification or
description is intended to establish the type, function, appearance, and quality required. Unless
the specification or description contains or is followed by words reading that no like, equivalent,
or "or -equal" item or no substitution is permitted, other items of material or equipment of other
Suppliers may be submitted to City for review under the circumstances described below.
1. "Or -Equal" Items: If in City's sole discretion an item of material or equipment proposed by
Contractor is functionally equal to that named and sufficiently similar so that no change in
related Work will be required, it may be considered by City as an "or -equal" item, in which
case review and approval of the proposed item may, in City's sole discretion, be
accomplished without compliance with some or all of the requirements for approval of
proposed substitute items. For the purposes of this Paragraph 5.05.A.1, a proposed item of
material or equipment will be considered functionally equal to an item so named if:
a. City determines that:
1) it is at least equal in materials of construction, quality, durability, appearance,
strength, and design characteristics;
2) it will reliably perform at least equally well the function and achieve the results
imposed by the design concept of the completed Project as a functioning whole; and
3) it has a proven record of performance and availability of responsive service; and
b. Contractor certifies that, if approved and incorporated into the Work:
1) there will be no increase in cost to the City or increase in Contract Time; and
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
00 73 10- 15
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 15 of 35
2) it will conform substantially to the detailed requirements of the item named in the
Contract Documents.
2. Substitute Items:
a. If in City's sole discretion an item of material or equipment proposed by Contractor does
not qualify as an "or -equal" item under Paragraph 5.05.A.1, it may be submitted as a
proposed substitute item.
b. Contractor shall submit sufficient information as provided below to allow City to
determine if the item of material or equipment proposed is essentially equivalent to that
named and an acceptable substitute therefor. Requests for review of proposed substitute
items of material or equipment will not be accepted by City from anyone other than
Contractor.
c. Contractor shall make written application to City for review of a proposed substitute item
of material or equipment that Contractor seeks to furnish or use. The application shall
comply with Section 0125 00 and:
1) shall certify that the proposed substitute item will:
i. perform adequately the functions and achieve the results called for by the general
design;
ii. be similar in substance to that specified;
iii. be suited to the same use as that specified; and
2) will state:
i. the extent, if any, to which the use of the proposed substitute item will prejudice
Contractor's achievement of final completion on time;
ii. whether use of the proposed substitute item in the Work will require a change in
any of the Contract Documents (or in the provisions of any other direct contract
with City for other work on the Project) to adapt the design to the proposed
substitute item;
iii. whether incorporation or use of the proposed substitute item in connection with
the Work is subject to payment of any license fee or royalty; and
3) will identify:
i. all variations of the proposed substitute item from that specified;
ii. available engineering, sales, maintenance, repair, and replacement services; and
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
00 73 10- 16
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 16 of 35
4) shall contain an itemized estimate of all costs or credits that will result directly or
indirectly from use of such substitute item, including costs of redesign and Damage
Claims of other contractors affected by any resulting change.
B. Substitute Construction Methods or Procedures: If a specific means, method, technique,
sequence, or procedure of construction is expressly required by the Contract Documents,
Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure
of construction approved by City. Contractor shall submit sufficient information to allow City, in
City's sole discretion, to determine that the substitute proposed is equivalent to that expressly
called for by the Contract Documents. Contractor shall make written application to City for
review in the same manner as those provided in Paragraph 5.05.A.2.
C. City's Evaluation: City will be allowed a reasonable time within which to evaluate each
proposal or submittal made pursuant to Paragraphs 5.05.A and 5.05.13. City may require
Contractor to furnish additional data about the proposed substitute. City will be the sole judge of
acceptability. No "or -equal" or substitute will be ordered, installed or utilized until City's review
is complete, which will be evidenced by a Change Order in the case of a substitute and an
accepted Submittal for an "or -equal." City will advise Contractor in writing of its determination.
D. Special Guarantee: City may require Contractor to furnish at Contractor's expense a special
performance guarantee, warranty, or other surety with respect to any substitute. Contractor shall
indemnify and hold harmless City and anyone directly or indirectly employed by them from and
against any and all claims, damages, losses and expenses (including attorneys fees) arising out
of the use of substituted materials or equipment.
E. City's Cost Reimbursement: City will record City's costs in evaluating a substitute proposed or
submitted by Contractor pursuant to Paragraphs 5.05.A.2 and 5.05.B. Whether or not City
approves a substitute so proposed or submitted by Contractor, Contractor may be required to
reimburse City for evaluating each such proposed substitute. Contractor may also be required to
reimburse City for the charges for making changes in the Contract Documents.
F. Contractor's Expense: Contractor shall provide all data in support of any proposed substitute or
"or -equal" at Contractor's expense.
G. Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a substitute
shall be incorporated to the Contract by Participating Change Order.
5.06 Pre -Qualification of Bidders (Prime Contractors and Subcontractors)
A. The Contractor and any subcontractors are required to be prequalified for the work types
requiring pre -qualification
5.07 Concerning Subcontractors, Suppliers, and Others
A. Minority and Women Owned Business Enterprise Compliance:
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
00 73 10- 17
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 17 of 35
❑ Required for this Contract.
(Check this box if there is any City Participation)
❑ Not Required for this Contract.
It is City policy to ensure the full and equitable participation by Minority and Women Business
Enterprises (MWBE) in the procurement of goods and services on a contractual basis. If the
Contract Documents provide for a MWBE goal, Contractor is required to comply with the intent
of the City's MWBE Ordinance (as amended) by the following:
1. Contractor shall, upon request by City, provide complete and accurate information regarding
actual work performed by a MWBE on the Contract and payment therefor.
2. Contractor will not make additions, deletions, or substitutions of accepted MWBE without
written consent of the City. Any unjustified change or deletion shall be a material breach of
Contract and may result in debarment in accordance with the procedures outlined in the
Ordinance.
3. Contractor shall, upon request by City, allow an audit and/or examination of any books,
records, or files in the possession of the Contractor that will substantiate the actual work
performed by an MWBE. Material misrepresentation of any nature will be grounds for
termination of the Contract. Any such misrepresentation may be grounds for disqualification
of Contractor to bid on future contracts with the City for a period of not less than three years.
B. Contractor shall be fully responsible to City for all acts and omissions of the Subcontractors,
Suppliers, and other individuals or entities performing or furnishing any of the Work just as
Contractor is responsible for Contractor's own acts and omissions. Nothing in the Contract
Documents:
1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity
any contractual relationship between City and any such Subcontractor, Supplier or other
individual or entity; nor
2. shall create any obligation on the part of City to pay or to see to the payment of any moneys
due any such Subcontractor, Supplier, or other individual or entity except as may otherwise
be required by Laws and Regulations.
C. Contractor shall be solely responsible for scheduling and coordinating the Work of
Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the
Work under a direct or indirect contract with Contractor.
D. All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing
any of the Work shall communicate with City through Contractor.
E. All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an
appropriate agreement between Contractor and the Subcontractor or Supplier which specifically
binds the Subcontractor or Supplier to the applicable terms and conditions of these Contract
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
00 73 10- 18
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 18 of 35
Documents, Contractor shall provide City contract numbers and reference numbers to the
Subcontractors and/or Suppliers.
5.08 Wage Rates
❑ Required for this Contract.
❑ Not Required for this Contract.
A. Duty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of
Chapter 2258, Texas Government Code (as amended), including the payment of not less than the
rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in
accordance with Chapter 2258. Such prevailing wage rates are included in these Contract
Documents.
B. Penalty for Violation. A Contractor or any Subcontractor who does not pay the prevailing wage
shall, upon demand made by the City, pay to the City $60 for each worker employed for each
calendar day or part of the day that the worker is paid less than the prevailing wage rates
stipulated in these contract documents. This penalty shall be retained by the City to offset its
administrative costs, pursuant to Texas Government Code 2258.023.
C. Complaints of Violations and City Determination of Good Cause. On receipt of information,
including a complaint by a worker, concerning an alleged violation of 2258.023, Texas
Government Code, by a Contractor or Subcontractor, the City shall make an initial
determination, before the 31 st day after the date the City receives the information, as to whether
good cause exists to believe that the violation occurred. The City shall notify in writing the
Contractor or Subcontractor and any affected worker of its initial determination. Upon the
City's determination that there is good cause to believe the Contractor or Subcontractor has
violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or
claimants as the difference between wages paid and wages due under the prevailing wage rates,
such amounts being subtracted from successive progress payments pending a final determination
of the violation.
D. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of
Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected
worker, shall be submitted to binding arbitration in accordance with the Texas General
Arbitration Act (Article 224 et seq., Revised Statutes) if the Contractor or Subcontractor and any
affected worker does not resolve the issue by agreement before the 15th day after the date the
City makes its initial determination pursuant to Paragraph C above. If the persons required to
arbitrate under this section do not agree on an arbitrator before the 1 Ith day after the date that
arbitration is required, a district court shall appoint an arbitrator on the petition of any of the
persons. The City is not a party in the arbitration. The decision and award of the arbitrator is
final and binding on all parties and may be enforced in any court of competent jurisdiction.
E. Records to be Maintained. The Contractor and each Subcontractor shall, for a period of three (3)
years following the date of acceptance of the work, maintain records that show (i) the name and
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
00 73 10- 19
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 19 of 35
occupation of each worker employed by the Contractor in the construction of the Work provided
for in this Contract; and (ii) the actual per diem wages paid to each worker. The records shall be
open at all reasonable hours for inspection by the City. The provisions of Paragraph 6.23, Right
to Audit, shall pertain to this inspection.
F. Progress Payments. With each progress payment or payroll period, whichever is less, the
Contractor shall submit an affidavit stating that the Contractor has complied with the
requirements of Chapter 2258, Texas Government Code.
G. Posting of Wage Rates. The Contractor shall post prevailing wage rates in a conspicuous place at
all times.
H. Subcontractor Compliance. The Contractor shall include in its subcontracts and/or shall
otherwise require all of its Subcontractors to comply with Paragraphs A through G above.
5.09 Patent Fees and Royalties
A. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold
harmless City, from and against all claims, costs, losses, and damages (including but not limited
to all fees and charges of engineers, architects, attorneys, and other professionals and all court
or arbitration or other dispute resolution costs) arising out of or relating to any infringement of
patent rights or copyrights incident to the use in the performance of the Work or resulting from
the incorporation in the Work of any invention, design, process, product, or device not specified
in the Contract Documents.
5.10 Laws and Regulations
A. Contractor shall give all notices required by and shall comply with all Laws and Regulations
applicable to the performance of the Work. Except where otherwise expressly required by
applicable Laws and Regulations, the City shall not be responsible for monitoring Contractor's
compliance with any Laws or Regulations.
B. If Contractor performs any Work knowing or having reason to know that it is contrary to Laws
or Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not
limited to all fees and charges of engineers, architects, attorneys, and other professionals and all
court or arbitration or other dispute resolution costs) arising out of or relating to such Work.
However, it shall not be Contractor's responsibility to make certain that the Specifications and
Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of
Contractor's obligations under Paragraph 3.01.
5.11 Use of Site and Other Areas
A. Limitation on Use of Site and Other Areas:
1. Contractor shall confine construction equipment, the storage of materials and equipment, and
the operations of workers to the Site and other areas permitted by Laws and Regulations, and
shall not unreasonably encumber the Site and other areas with construction equipment or
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
00 73 10- 20
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 20 of 35
other materials or equipment. Contractor shall assume full responsibility for any damage to
any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas
resulting from the performance of the Work.
2. At any time when, in the judgment of the City, the Contractor has obstructed or closed or is
carrying on operations in a portion of a street, right-of-way, or easement greater than is
necessary for proper execution of the Work, the City may require the Contractor to finish the
section on which operations are in progress before work is commenced on any additional
area of the Site.
3. Should any Damage Claim be made by any such owner or occupant because of the
performance of the Work, Contractor shall promptly attempt to resolve the Damage Claim.
4. Pursuant to Paragraph 5.18, Contractor shall indemnify and hold harmless City, from and
against all claims, costs, losses, and damages arising out of or relating to any claim or
action, legal or equitable, brought by any such owner or occupant against City.
B. Removal of Debris During Performance of the Work: During the progress of the Work
Contractor shall keep the Site and other areas free from accumulations of waste materials,
rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other
debris shall conform to applicable Laws and Regulations.
C. Site Maintenance Cleaning: 24 hours after written notice is given to the Contractor that the
clean-up on the job site is proceeding in a manner unsatisfactory to the City or Developer, if the
Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as
the City deems appropriate to correct the clean-up deficiencies cited to the Contractor in the
written notice (by letter or electronic communication), and shall be entitled to recover its cost in
doing so. The City may withhold Final Acceptance until clean-up is complete and cost are
recovered.
D. Final Site Cleaning: Prior to Final Acceptance of the Work Contractor shall clean the Site and
the Work and make it ready for utilization by City or adjacent property owner. At the completion
of the Work Contractor shall remove from the Site all tools, appliances, construction equipment
and machinery, and surplus materials and shall restore to original condition or better all property
disturbed by the Work.
E. Loading Structures: Contractor shall not load nor permit any part of any structure to be loaded
in any manner that will endanger the structure, nor shall Contractor subject any part of the Work
or adjacent property to stresses or pressures that will endanger it.
5.12 Record Documents
A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor
and approved by the City, one (1) record copy of all Drawings, Specifications, Addenda, Change
Orders, Field Orders, and written interpretations and clarifications in good order and annotated
to show changes made during construction. These record documents together with all approved
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
00 73 10- 21
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 21 of 35
Samples and a counterpart of all accepted Submittals will be available to City for reference.
Upon completion of the Work, these record documents, any operation and maintenance manuals,
and Submittals will be delivered to City prior to Final Inspection. Contractor shall include
accurate locations for buried and imbedded items.
5.13 Safety and Protection
A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety
precautions and programs in connection with the Work. Such responsibility does not relieve
Subcontractors of their responsibility for the safety of persons or property in the performance of
their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall
take all necessary precautions for the safety of, and shall provide the necessary protection to
prevent damage, injury or loss to:
1. all persons on the Site or who may be affected by the Work;
2. all the Work and materials and equipment to be incorporated therein, whether in storage on
or off the Site; and
3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks,
pavements, roadways, structures, utilities, and Underground Facilities not designated for
removal, relocation, or replacement in the course of construction.
B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of
persons or property, or to the protection of persons or property from damage, injury, or loss; and
shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall
notify owners of adjacent property and of Underground Facilities and other utility owners when
prosecution of the Work may affect them, and shall cooperate with them in the protection,
removal, relocation, and replacement of their property.
C. Contractor shall comply with the applicable requirements of City's safety programs, if any.
D. Contractor shall inform City of the specific requirements of Contractor's safety program, if any,
with which City's employees and representatives must comply while at the Site.
E. All damage, injury, or loss to any property referred to in Paragraph 5.13.A.2 or 5.13.A.3 caused,
directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any
other individual or entity directly or indirectly employed by any of them to perform any of the
Work, or anyone for whose acts any of them may be liable, shall be remedied by Contractor.
F. Contractor's duties and responsibilities for safety and for protection of the Work shall continue
until such time as all the Work is completed and City has accepted the Work.
5.14 Safety Representative
Contractor shall inform City in writing of Contractor's designated safety representative at the Site.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
00 73 10- 22
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 22 of 35
5.15 Hazard Communication Programs
Contractor shall be responsible for coordinating any exchange of material safety data sheets or other
hazard communication information required to be made available to or exchanged between or
among employers in accordance with Laws or Regulations.
5.16 Submittals
A. Contractor shall submit required Submittals to City for review and acceptance. Each submittal
will be identified as required by City.
1. Submit number of copies specified in the General Requirements.
2. Data shown on the Submittals will be complete with respect to quantities, dimensions,
specified performance and design criteria, materials, and similar data to show City the
services, materials, and equipment Contractor proposes to provide and to enable City to
review the information for the limited purposes required by Paragraph 5.16.C.
3. Submittals submitted as herein provided by Contractor and reviewed by City for
conformance with the design concept shall be executed in conformity with the Contract
Documents unless otherwise required by City.
4. When Submittals are submitted for the purpose of showing the installation in greater detail,
their review shall not excuse Contractor from requirements shown on the Drawings and
Specifications.
5. For -Information -Only submittals upon which the City is not expected to conduct review or
take responsive action may be so identified in the Contract Documents.
6. Submit required number of Samples specified in the Specifications.
7. Clearly identify each Sample as to material, Supplier, pertinent data such as catalog numbers,
the use for which intended and other data as City may require to enable City to review the
submittal for the limited purposes required by Paragraph 5.16.C.
B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any
related Work performed prior to City's review and acceptance of the pertinent submittal will be
at the sole expense and responsibility of Contractor.
C. City's Review:
1. City will provide timely review of required Submittals in accordance with the Schedule of
Submittals acceptable to City. City's review and acceptance will be only to determine if the
items covered by the submittals will, after installation or incorporation in the Work, conform
to the information given in the Contract Documents and be compatible with the design
concept of the completed Project as a functioning whole as indicated by the Contract
Documents.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
00 73 10- 23
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 23 of 35
2. City's review and acceptance will not extend to means, methods, techniques, sequences, or
procedures of construction (except where a particular means, method, technique, sequence,
or procedure of construction is specifically and expressly called for by the Contract
Documents) or to safety precautions or programs incident thereto. The review and
acceptance of a separate item as such will not indicate approval of the assembly in which the
item functions.
3. City's review and acceptance shall not relieve Contractor from responsibility for any
variation from the requirements of the Contract Documents unless Contractor has complied
with the requirements of Section 01 33 00 and City has given written acceptance of each
such variation by specific written notation thereof incorporated in or accompanying the
Submittal. City's review and acceptance shall not relieve Contractor from responsibility for
complying with the requirements of the Contract Documents.
5.17 Contractor's General Warranty and Guarantee
A. Contractor warrants and guarantees to City that all Work will be in accordance with the Contract
Documents and will not be defective. City and its officers, directors, members, partners,
employees, agents, consultants, and subcontractors shall be entitled to rely on representation of
Contractor's warranty and guarantee.
B. Contractor's warranty and guarantee hereunder excludes defects or damage caused by:
1. abuse, modification, or improper maintenance or operation by persons other than Contractor,
Subcontractors, Suppliers, or any other individual or entity for whom Contractor is
responsible; or
2. normal wear and tear under normal usage.
C. Contractor's obligation to perform and complete the Work in accordance with the Contract
Documents shall be absolute. None of the following will constitute an acceptance of Work that is
not in accordance with the Contract Documents or a release of Contractor's obligation to
perform the Work in accordance with the Contract Documents:
1. observations by City;
2. recommendation or payment by City or Developer of any progress or final payment;
3. the issuance of a certificate of Final Acceptance by City or any payment related thereto by
City;
4. use or occupancy of the Work or any part thereof by City;
5. any review and acceptance of a Submittal by City;
6. any inspection, test, or approval by others; or
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
00 73 10- 24
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 24 of 35
7. any correction of defective Work by City.
D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to
other work or property resulting therefrom which shall appear within a period of two (2) years
from the date of Final Acceptance of the Work unless a longer period is specified and shall
furnish a good and sufficient maintenance bond, complying with the requirements of Article
4.02.13. The City will give notice of observed defects with reasonable promptness.
5.18 Indemnification
A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the
City, its officers, servants and employees, from and against any and all claims arising out of, or
alleged to arise out of, the work and services to be performed by the Contractor, its officers,
agents, employees, subcontractors, licenses or invitees under this Contract. THIS
INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE
AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME
OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN PART, BY
ANY ACT, OMISSION OR NEGLIGENCE OF THE CITY. This indemnity provision is
intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by
the City in defending against such claims and causes of actions.
B. Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the City, its
officers, servants and employees, from and against any and all loss, damage or destruction of
property of the City, arising out of, or alleged to arise out of, the work and services to be
performed by the Contractor, its officers, agents, employees, subcontractors, licensees or invitees
under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY
INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR
PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE
CAUSED, IN WHOLE OR IN PART, BY ANY ACT, OMISSION OR NEGLIGENCE OF
THE CITY.
5.19 Delegation of Professional Design Services
A. Contractor will not be required to provide professional design services unless such services are
specifically required by the Contract Documents for a portion of the Work or unless such
services are required to carry out Contractor's responsibilities for construction means, methods,
techniques, sequences and procedures.
B. If professional design services or certifications by a design professional related to systems,
materials or equipment are specifically required of Contractor by the Contract Documents, City
will specify all performance and design criteria that such services must satisfy. Contractor shall
cause such services or certifications to be provided by a properly licensed professional, whose
signature and seal shall appear on all drawings, calculations, specifications, certifications, and
Submittals prepared by such professional. Submittals related to the Work designed or certified
by such professional, if prepared by others, shall bear such professional's written approval when
submitted to City.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
00 73 10- 25
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 25 of 35
C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the services,
certifications or approvals performed by such design professionals, provided City has specified
to Contractor performance and design criteria that such services must satisfy.
D. Pursuant to this Paragraph 5.19, City's review and acceptance of design calculations and design
drawings will be only for the limited purpose of checking for conformance with performance
and design criteria given and the design concept expressed in the Contract Documents. City's
review and acceptance of Submittals (except design calculations and design drawings) will be
only for the purpose stated in Paragraph 5.16.C.
5.20 Right to Audit:
A. The City reserves the right to audit all projects utilizing City funds
B. The Contractor agrees that the City shall, until the expiration of three (3) years after final
payment under this Contract, have access to and the right to examine and photocopy any directly
pertinent books, documents, papers, and records of the Contractor involving transactions relating
to this Contract. Contractor agrees that the City shall have access during Regular Working Hours
to all necessary Contractor facilities and shall be provided adequate and appropriate work space
in order to conduct audits in compliance with the provisions of this Paragraph. The City shall
give Contractor reasonable advance notice of intended audits.
C. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that
the subcontractor agrees that the City shall, until the expiration of three (3) years after final
payment under this Contract, have access to and the right to examine and photocopy any directly
pertinent books, documents, papers, and records of such Subcontractor, involving transactions to
the subcontract, and further, that City shall have access during Regular Working Hours to all
Subcontractor facilities, and shall be provided adequate and appropriate work space in order to
conduct audits in compliance with the provisions of this Paragraph. The City shall give
Subcontractor reasonable advance notice of intended audits.
D. Contractor and Subcontractor agree to photocopy such documents as may be requested by the
City. The City agrees to reimburse Contractor for the cost of the copies as follows at the rate
published in the Texas Administrative Code in effect as of the time copying is performed.
5.21 Nondiscrimination
A. The City is responsible for operating Public Transportation Programs and implementing transit -
related projects, which are funded in part with Federal financial assistance awarded by the U.S.
Department of Transportation and the Federal Transit Administration (FTA), without
discriminating against any person in the United States on the basis of race, color, or national
origin.
B. Title VI, Civil Rights Act of 1964 as amended: Contractor shall comply with the requirements of
the Act and the Regulations as further defined in the Supplementary Conditions for any project
receiving Federal assistance.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
00 73 10- 26
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 26 of 35
ARTICLE 6 — OTHER WORK AT THE SITE
6.01 Related Work at Site
A. City may perform other work related to the Project at the Site with City's employees, or other
City contractors, or through other direct contracts therefor, or have other work performed by
utility owners. If such other work is not noted in the Contract Documents, then written notice
thereof will be given to Contractor prior to starting any such other work; and
B. Contractor shall afford each other contractor who is a party to such a direct contract, each utility
owner, and City, if City is performing other work with City's employees or other City
contractors, proper and safe access to the Site, provide a reasonable opportunity for the
introduction and storage of materials and equipment and the execution of such other work, and
properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of
the Work that may be required to properly connect or otherwise make its several parts come
together and properly integrate with such other work. Contractor shall not endanger any work of
others by cutting, excavating, or otherwise altering such work; provided, however, that
Contractor may cut or alter others' work with the written consent of City and the others whose
work will be affected.
C. If the proper execution or results of any part of Contractor's Work depends upon work
performed by others under this Article 7, Contractor shall inspect such other work and promptly
report to City in writing any delays, defects, or deficiencies in such other work that render it
unavailable or unsuitable for the proper execution and results of Contractor's Work. Contractor's
failure to so report will constitute an acceptance of such other work as fit and proper for
integration with Contractor's Work except for latent defects in the work provided by others.
ARTICLE 7 — CITY'S RESPONSIBILITIES
7.01 Inspections, Tests, and Approvals
City's responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph
11.03.
7.02 Limitations on City's Responsibilities
A. The City shall not supervise, direct, or have control or authority over, nor be responsible for,
Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety
precautions and programs incident thereto, or for any failure of Contractor to comply with Laws
and Regulations applicable to the performance of the Work. City will not be responsible for
Contractor's failure to perform the Work in accordance with the Contract Documents.
B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 5.13.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
00 73 10- 27
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 27 of 35
7.03 Compliance with Safety Program
While at the Site, City's employees and representatives shall comply with the specific applicable
requirements of Contractor's safety programs of which City has been informed pursuant to
Paragraph 5.13.
ARTICLE 8 — CITY'S OBSERVATION STATUS DURING CONSTRUCTION
8.01 City's Project Representative
City will provide one or more Project Representative(s) during the construction period. The duties
and responsibilities and the limitations of authority of City's representative during construction are
set forth in the Contract Documents.
A. City's Project Representative will make visits to the Site at intervals appropriate to the various
stages of construction as City deems necessary in order to observe the progress that has been
made and the quality of the various aspects of Contractor's executed Work. Based on
information obtained during such visits and observations, City's Project Representative will
determine, in general, if the Work is proceeding in accordance with the Contract Documents.
City's Project Representative will not be required to make exhaustive or continuous inspections
on the Site to check the quality or quantity of the Work. City's Project Representative's efforts
will be directed toward providing City a greater degree of confidence that the completed Work
will conform generally to the Contract Documents.
B. City's Project Representative's visits and observations are subject to all the limitations on
authority and responsibility in the Contract Documents.
8.02 Authorized Variations in Work
City's Project Representative may authorize minor variations in the Work from the requirements of
the Contract Documents which do not involve an adjustment in the Contract Price or the Contract
Time and are compatible with the design concept of the completed Project as a functioning whole as
indicated by the Contract Documents. These may be accomplished by a Field Order and will be
binding on City Developer, and also on Contractor, who shall perform the Work involved promptly.
8.03 Rejecting Defective Work
City will have authority to reject Work which City's Project Representative believes to be defective,
or will not produce a completed Project that conforms to the Contract Documents or that will
prejudice the integrity of the design concept of the completed Project as a functioning whole as
indicated by the Contract Documents. City will have authority to conduct special inspection or
testing of the Work as provided in Article 11, whether or not the Work is fabricated, installed, or
completed.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
00 73 10- 28
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 28 of 35
8.04 Determinations for Work Performed
Contractor will determine the actual quantities and classifications of Work performed. City's Project
Representative will review with Contractor the preliminary determinations on such matters before
rendering a written recommendation. City's written decision will be final (except as modified to
reflect changed factual conditions or more accurate data).
ARTICLE 9 — CHANGES IN THE WORK
9.01 Authorized Changes in the Work
A. Without invalidating the Contract and without notice to any surety, City may, at any time or
from time to time, order Extra Work. Upon notice of such Extra Work, Contractor shall
promptly proceed with the Work involved which will be performed under the applicable
conditions of the Contract Documents (except as otherwise specifically provided). Extra Work
shall be memorialized by a Participating Change Order which may or may not precede an order
of Extra work.
B. For minor changes of Work not requiring changes to Contract Time or Contract Price on a
project with City participation, a Field Order may be issued by the City.
9.02 Notification to Surety
If the provisions of any bond require notice to be given to a surety of any change affecting the
general scope of the Work or the provisions of the Contract Documents (including, but not limited
to, Contract Price or Contract Time), the giving of any such notice will be Contractor's
responsibility. The amount of each applicable bond will be adjusted by the Contractor to reflect the
effect of any such change.
ARTICLE 10 — CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME
10.01 Change of Contract Price
A. The Contract Price may only be changed by a Participating Change Order for projects with City
participation.
10.02 Change of Contract Time
A. The Contract Time may only be changed by a Participating Change Order for projects with City
participation.
10.03 Delays
A. If Contractor is delayed, City shall not be liable to Contractor for any claims, costs, losses, or
damages (including but not limited to all fees and charges of engineers, architects, attorneys, and
other professionals and all court or arbitration or other dispute resolution costs) sustained by
Contractor on or in connection with any other project or anticipated project.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
00 73 10- 29
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 29 of 35
ARTICLE 11— TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF
DEFECTIVE WORK
11.01 Notice of Defects
Notice of all defective Work of which City has actual knowledge will be given to Contractor.
Defective Work may be rejected, corrected, or accepted as provided in this Article 13.
11.02 Access to Work
City, independent testing laboratories, and governmental agencies with jurisdictional interests will
have access to the Site and the Work at reasonable times for their observation, inspection, and
testing. Contractor shall provide them proper and safe conditions for such access and advise them of
Contractor's safety procedures and programs so that they may comply therewith as applicable.
11.03 Tests and Inspections
A. Contractor shall give City timely notice of readiness of the Work for all required inspections,
tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required
inspections or tests.
B. If Contract Documents, Laws or Regulations of any public body having jurisdiction require any
of the Work (or part thereof) to be inspected, tested, or approved, Contractor shall assume full
responsibility for arranging and obtaining such independent inspections, tests, retests or
approvals, pay all costs in connection therewith, and furnish City the required certificates of
inspection or approval; excepting, however, those fees specifically identified in the
Supplementary Conditions or any Texas Department of Licensure and Regulation (TDLR)
inspections, which shall be paid as described in the Supplementary Conditions.
C. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection
with any inspections, tests, re -tests, or approvals required for City's acceptance of materials or
equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment
submitted for approval prior to Contractor's purchase thereof for incorporation in the Work.
Such inspections, tests, re -tests, or approvals shall be performed by organizations approved by
City.
D. City may arrange for the services of an independent testing laboratory ("Testing Lab") to
perform any inspections or tests ("Testing") for any part of the Work, as determined solely by
City.
1. City will coordinate such Testing to the extent possible, with Contractor;
2. Should any Testing under this Section 11.03 D result in a "fail", "did not pass" or other
similar negative result, the Contractor shall be responsible for paying for any and all retests.
Contractor's cancellation without cause of City initiated Testing shall be deemed a negative
result and require a retest.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
00 73 10- 30
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 30 of 35
3. Any amounts owed for any retest under this Section 11.03 D shall be paid directly to the
Testing Lab by Contractor.
Developer/Contractor.
City will forward all invoices for retests to
4. If Contractor fails to pay the Testing Lab, City will not issue a letter of Final Acceptance
until the Testing Lab is Paid
E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by
Contractor without written concurrence of City, Contractor shall, if requested by City, uncover
such Work for observation.
11.04 Uncovering Work
A. If any Work is covered contrary to the Contract Documents or specific instructions by the City, it
must, if requested by City, be uncovered for City's observation and replaced at Contractor's
expense.
11.05 City May Stop the Work
If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials
or equipment, or fails to perform the Work in such a way that the completed Work will conform to
the Contract Documents, City may order Contractor to stop the Work, or any portion thereof, until
the cause for such order has been eliminated; however, this right of City to stop the Work shall not
give rise to any duty on the part of City to exercise this right for the benefit of Contractor, any
Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent
of any of them.
11.06 Correction or Removal of Defective Work
A. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to
an acceptable schedule, whether or not fabricated, installed, or completed, or, if the Work has
been rejected by City, remove it from the Project and replace it with Work that is not defective.
Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not
limited to all fees and charges of engineers, architects, attorneys, and other professionals and all
court or arbitration or other dispute resolution costs) arising out of or relating to such correction
or removal (including but not limited to all costs of repair or replacement of work of others).
Failure to require the removal of any defective Work shall not constitute acceptance of such
Work.
B. When correcting defective Work under the terms of this Paragraph 11.06 or Paragraph 11.07,
Contractor shall take no action that would void or otherwise impair City's special warranty and
guarantee, if any, on said Work.
11.07 Correction Period
A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may
be prescribed by the terms of any applicable special guarantee required by the Contract
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
00 73 10- 31
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 31 of 35
Documents), any Work is found to be defective, or if the repair of any damages to the land or
areas made available for Contractor's use by City or permitted by Laws and Regulations as
contemplated in Paragraph 5.10.A is found to be defective, Contractor shall promptly, without
cost to City and in accordance with City's written instructions:
1. repair such defective land or areas; or
2. correct such defective Work; or
3. if the defective Work has been rejected by City, remove it from the Project and replace it
with Work that is not defective, and
4. satisfactorily correct or repair or remove and replace any damage to other Work, to the work
of others or other land or areas resulting therefrom.
B. If Contractor does not promptly comply with the terms of City's written instructions, or in an
emergency where delay would cause serious risk of loss or damage, City may have the defective
Work corrected or repaired or may have the rejected Work removed and replaced. All claims,
costs, losses, and damages (including but not limited to all fees and charges of engineers,
architects, attorneys, and other professionals and all court or other dispute resolution costs)
arising out of or relating to such correction or repair or such removal and replacement (including
but not limited to all costs of repair or replacement of work of others) will be paid by Contractor.
C. Where defective Work (and damage to other Work resulting therefrom) has been corrected or
removed and replaced under this Paragraph 11.07, the correction period hereunder with respect
to such Work may be required to be extended for an additional period of one year after the end
of the initial correction period. City shall provide 30 days written notice to Contractor and
Developer should such additional warranty coverage be required. Contractor's obligations under
this Paragraph 11.07 are in addition to any other obligation or warranty. The provisions of this
Paragraph 11.07 shall not be construed as a substitute for, or a waiver of, the provisions of any
applicable statute of limitation or repose.
11.08 City May Correct Defective Work
A. If Contractor fails within a reasonable time after written notice from City to correct defective
Work, or to remove and replace rejected Work as required by City in accordance with Paragraph
11.06.A, or if Contractor fails to perform the Work in accordance with the Contract Documents,
or if Contractor fails to comply with any other provision of the Contract Documents, City may,
after seven (7) days written notice to Contractor and the Developer, correct, or remedy any such
deficiency.
B. In exercising the rights and remedies under this Paragraph 11.09, City shall proceed
expeditiously. In connection with such corrective or remedial action, City may exclude
Contractor from all or part of the Site, take possession of all or part of the Work and suspend
Contractor's services related thereto, and incorporate in the Work all materials and equipment
incorporated in the Work, stored at the Site or for which City has paid Contractor but which are
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
00 73 10- 32
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 32 of 35
stored elsewhere. Contractor shall allow City, City's representatives, agents, consultants,
employees, and City's other contractors, access to the Site to enable City to exercise the rights
and remedies under this Paragraph.
C. All claims, costs, losses, and damages (including but not limited to all fees and charges of
engineers, architects, attorneys, and other professionals and all court or other dispute resolution
costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph
13.09 will be charged against Contractor, and a Change Order will be issued incorporating the
necessary revisions in the Contract Documents with respect to the Work; and City shall be
entitled to an appropriate decrease in the Contract Price.
D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the
performance of the Work attributable to the exercise of City's rights and remedies under this
Paragraph 11.09.
ARTICLE 12 — COMPLETION
12.01 Contractor's Warranty of Title
Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any
Application for Payment will pass to City no later than the time of Final Acceptance and shall be
free and clear of all Liens.
12.02 Partial Utilization
A. Prior to Final Acceptance of all the Work, City may use or occupy any substantially completed
part of the Work which has specifically been identified in the Contract Documents, or which
City, determines constitutes a separately functioning and usable part of the Work that can be
used by City for its intended purpose without significant interference with Contractor's
performance of the remainder of the Work. City at any time may notify Contractor in writing to
permit City to use or occupy any such part of the Work which City determines to be ready for its
intended use, subject to the following conditions:
1. Contractor at any time may notify City in writing that Contractor considers any such part of
the Work ready for its intended use.
2. Within a reasonable time after notification as enumerated in Paragraph 14.05.A.1, City and
Contractor shall make an inspection of that part of the Work to determine its status of
completion. If City does not consider that part of the Work to be substantially complete, City
will notify Contractor in writing giving the reasons therefor.
3. Partial Utilization will not constitute Final Acceptance by City.
12.03 Final Inspection
A. Upon written notice from Contractor that the entire Work is complete in accordance with the
Contract Documents:
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
00 73 10- 33
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 33 of 35
1. within 10 days, City will schedule a Final Inspection with Contractor.
2. City will notify Contractor in writing of all particulars in which this inspection reveals that
the Work is incomplete or defective. Contractor shall immediately take such measures as are
necessary to complete such Work or remedy such deficiencies.
12.04 Final Acceptance
A. Upon completion by Contractor to City's satisfaction, of any additional Work identified in the
Final Inspection, City will issue to Contractor a letter of Final Acceptance upon the satisfaction
of the following:
1. All documentation called for in the Contract Documents, including but not limited to the
evidence of insurance required by Paragraph 5.03;
2. consent of the surety, if any, to Final Acceptance;
3. a list of all pending or released Damage Claims against City that Contractor believes are
unsettled; and
4. affidavits of payments and complete and legally effective releases or waivers (satisfactory to
City) of all Lien rights arising out of or Liens filed in connection with the Work.
5. after all Damage Claims have been resolved:
a. directly by the Contractor or;
b. Contractor provides evidence that the Damage Claim has been reported to Contractor's
insurance provider for resolution.
6. Issuing Final Acceptance by the City shall not relieve the Contractor of any guarantees or
other requirements of the Contract Documents which specifically continue thereafter.
ARTICLE 13 — SUSPENSION OF WORK
13.01 City May Suspend Work
A. At any time and without cause, City may suspend the Work or any portion thereof by written
notice to Contractor and which may fix the date on which Work will be resumed. Contractor
shall resume the Work on the date so fixed. During temporary suspension of the Work covered
by these Contract Documents, for any reason, the City will stop contract time on City
participation projects.
B. Should the Contractor not be able to complete a portion of the Project due to causes beyond the
control of and without the fault or negligence of the Contractor, and should it be determined by
mutual consent of the Contractor and City that a solution to allow construction to proceed is not
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
00 73 10- 34
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 34 of 35
available within a reasonable period of time, Contractor may request an extension in Contract
Time, directly attributable to any such suspension.
C. If it should become necessary to suspend the Work for an indefinite period, the Contractor shall
store all materials in such a manner that they will not obstruct or impede the public unnecessarily
nor become damaged in any way, and he shall take every precaution to prevent damage or
deterioration of the work performed; he shall provide suitable drainage about the work, and erect
temporary structures where necessary.
ARTICLE 14 — MISCELLANEOUS
14.01 Giving Notice
A. Whenever any provision of the Contract Documents requires the giving of written notice, it will
be deemed to have been validly given i£
1. delivered in person to the individual or to a member of the firm or to an officer of the
corporation for whom it is intended; or
2. delivered at or sent by registered or certified mail, postage prepaid, to the last business
address known to the giver of the notice.
B. Business address changes must be promptly made in writing to the other party.
C. Whenever the Contract Documents specifies giving notice by electronic means such electronic
notice shall be deemed sufficient upon confirmation of receipt by the receiving party.
14.02 Computation of Times
When any period of time is referred to in the Contract Documents by days, it will be computed to
exclude the first and include the last day of such period. If the last day of any such period falls on a
Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last
day of the period.
14.03 Cumulative Remedies
The duties and obligations imposed by these General Conditions and the rights and remedies
available hereunder to the parties hereto are in addition to, and are not to be construed in any way as
a limitation of, any rights and remedies available to any or all of them which are otherwise imposed
or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the
Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically
in the Contract Documents in connection with each particular duty, obligation, right, and remedy to
which they apply.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
00 73 10- 35
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 35 of 35
14.04 Survival of Obligations
All representations, indemnifications, warranties, and guarantees made in, required by, or given in
accordance with the Contract Documents, as well as all continuing obligations indicated in the
Contract Documents, will survive final payment, completion, and acceptance of the Work or
termination or completion of the Contract or termination of the services of Contractor.
14.05 Headings
Article and paragraph headings are inserted for convenience only and do not constitute parts of these
General Conditions.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
SECTION 01 11 00
Y81ulu/_IWall 00fe] 7�
PART1- GENERAL
"HoLl d lu V.11
A. Section Includes:
011100-1
DAP SUMMARY OF WORK
Pagel of 3
1. Summary of Work to be performed in accordance with the Contract Documents
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract
2. Division 1 - General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Work Covered by Contract Documents
1. Work is to include furnishing all labor, materials, and equipment, and performing
all Work necessary for this construction project as detailed in the Drawings and
Specifications.
B. Subsidiary Work
Any and all Work specifically governed by documentary requirements for the
project, such as conditions imposed by the Drawings or Contract Documents in
which no specific item for bid has been provided for in the Proposal and the item is
not a typical unit bid item included on the standard bid item list, then the item shall
be considered as a subsidiary item of Work, the cost of which shall be included in
the price bid in the Proposal for various bid items.
C. Use of Premises
1. Coordinate uses of premises under direction of the City.
2. Assume full responsibility for protection and safekeeping of materials and
equipment stored on the Site.
Use and occupy only portions of the public streets and alleys, or other public places
or other rights -of -way as provided for in the ordinances of the City, as shown in the
Contract Documents, or as may be specifically authorized in writing by the City.
a. A reasonable amount of tools, materials, and equipment for construction
purposes may be stored in such space, but no more than is necessary to avoid
delay in the construction operations.
CITY OF FORT WORTH Water, Sewer, Drainage, & Paving Improvements to serve Early Childhood Center #1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN 105754
Revised December 20, 2012
01 11 00 - 2
DAP SUMMARY OF WORK
Page 2 of 3
b. Excavated and waste materials shall be stored in such a way as not to interfere
with the use of spaces that may be designated to be left free and unobstructed
and so as not to inconvenience occupants of adjacent property.
c. If the street is occupied by railroad tracks, the Work shall be carried on in such
manner as not to interfere with the operation of the railroad.
1) All Work shall be in accordance with railroad requirements set forth in
Division 0 as well as the railroad permit.
D. Work within Easements
1. Do not enter upon private property for any purpose without having previously
obtained permission from the owner of such property.
2. Do not store equipment or material on private property unless and until the
specified approval of the property owner has been secured in writing by the
Contractor and a copy furnished to the City.
3. Unless specifically provided otherwise, clear all rights -of -way or easements of
obstructions which must be removed to make possible proper prosecution of the
Work as a part of the project construction operations.
4. Preserve and use every precaution to prevent damage to, all trees, shrubbery, plants,
lawns, fences, culverts, curbing, and all other types of structures or improvements,
to all water, sewer, and gas lines, to all conduits, overhead pole lines, or
appurtenances thereof, including the construction of temporary fences and to all
other public or private property adjacent to the Work.
5. Notify the proper representatives of the owners or occupants of the public or private
lands of interest in lands which might be affected by the Work.
a. Such notice shall be made at least 48 hours in advance of the beginning of the
Work.
b. Notices shall be applicable to both public and private utility companies and any
corporation, company, individual, or other, either as owners or occupants,
whose land or interest in land might be affected by the Work.
c. Be responsible for all damage or injury to property of any character resulting
from any act, omission, neglect, or misconduct in the manner or method or
execution of the Work, or at any time due to defective work, material, or
equipment.
6. Fence
a. Restore all fences encountered and removed during construction of the Project
to the original or a better than original condition.
b. Erect temporary fencing in place of the fencing removed whenever the Work is
not in progress and when the site is vacated overnight, and/or at all times to
provide site security.
c. The cost for all fence work within easements, including removal, temporary
closures and replacement, shall be subsidiary to the various items bid in the
project proposal, unless a bid item is specifically provided in the proposal.
CITY OF FORT WORTH Water, Sewer, Drainage, & Paving Improvements to serve Early Childhood Center #1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN 105754
Revised December 20, 2012
01 11 00 - 3
DAP SUMMARY OF WORK
Page 3 of 3
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
I DATE NAME SUMMARY OF CHANGE
CITY OF FORT WORTH Water, Sewer, Drainage, & Paving Improvements to serve Early Childhood Center #1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — Developer Awarded Projects CPN 105754
Revised December 20, 2012
012500-1
DAP SUBSTITUTION PROCEDURES
SECTION 0125 00
SUBSTITUTION PROCEDURES
PART1- GENERAL
""EL1110 10 /\
A. Section Includes:
Page 1 of 4
1. The procedure for requesting the approval of substitution of a product that is not
equivalent to a product which is specified by descriptive or performance criteria or
defined by reference to 1 or more of the following:
a. Name of manufacturer
b. Name of vendor
c. Trade name
d. Catalog number
2. Substitutions are not "or -equals".
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1— General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various items bid. No
separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Request for Substitution - General
1. Within 30 days after award of Contract (unless noted otherwise), the City will
consider formal requests from Contractor for substitution of products in place of
those specified.
2. Certain types of equipment and kinds of material are described in Specifications by
means of references to names of manufacturers and vendors, trade names, or catalog
numbers.
a. When this method of specifying is used, it is not intended to exclude from
consideration other products bearing other manufacturer's or vendor's names,
trade names, or catalog numbers, provided said products are "or -equals," as
determined by City.
3. Other types of equipment and kinds of material may be acceptable substitutions
under the following conditions:
a. Or -equals are unavailable due to strike, discontinued production of products
meeting specified requirements, or other factors beyond control of Contractor;
or,
CITY OF FORT WORTH Water, Sewer, Drainage, & Paving Improvements to serve Early Childhood Center #1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105754
Revised August 30, 2013
012500-2
DAP SUBSTITUTION PROCEDURES
Page 2 of 4
b. Contractor proposes a cost and/or time reduction incentive to the City.
1.5 SUBMITTALS
A. See Request for Substitution Form (attached)
B. Procedure for Requesting Substitution
1. Substitution shall be considered only:
a. After award of Contract
b. Under the conditions stated herein
2. Submit 3 copies of each written request for substitution, including:
a. Documentation
1) Complete data substantiating compliance of proposed substitution with
Contract Documents
2) Data relating to changes in construction schedule, when a reduction is
proposed
3) Data relating to changes in cost
b. For products
1) Product identification
a) Manufacturer's name
b) Telephone number and representative contact name
c) Specification Section or Drawing reference of originally specified
product, including discrete name or tag number assigned to original
product in the Contract Documents
2) Manufacturer's literature clearly marked to show compliance of proposed
product with Contract Documents
3) Itemized comparison of original and proposed product addressing product
characteristics including, but not necessarily limited to:
a) Size
b) Composition or materials of construction
c) Weight
d) Electrical or mechanical requirements
4) Product experience
a) Location of past projects utilizing product
b) Name and telephone number of persons associated with referenced
projects knowledgeable concerning proposed product
c) Available field data and reports associated with proposed product
5) Samples
a) Provide at request of City.
b) Samples become the property of the City.
c. For construction methods:
1) Detailed description of proposed method
2) Illustration drawings
C. Approval or Rejection
1. Written approval or rejection of substitution given by the City
2. City reserves the right to require proposed product to comply with color and pattern
of specified product if necessary to secure design intent.
3. In the event the substitution is approved, if a reduction in cost or time results, it will
be documented by Change Order.
CITY OF FORT WORTH Water, Sewer, Drainage, & Paving Improvements to serve Early Childhood Center #1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105754
Revised August 30, 2013
012500-3
DAP SUBSTITUTION PROCEDURES
Page 3 of 4
4. Substitution will be rejected if
a. Submittal is not through the Contractor with his stamp of approval
b. Request is not made in accordance with this Specification Section
c. In the Developer's opinion, acceptance will require substantial revision of the
original design
d. In the City's or Developer's opinion, substitution will not perform adequately
the function consistent with the design intent
1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE
A. In making request for substitution or in using an approved product, the Contractor
represents that the Contractor:
1. Has investigated proposed product, and has determined that it is adequate or
superior in all respects to that specified, and that it will perform function for which it
is intended
2. Will provide same guarantee for substitute item as for product specified
3. Will coordinate installation of accepted substitution into Work, to include building
modifications if necessary, making such changes as may be required for Work to be
complete in all respects
4. Waives all claims for additional costs related to substitution which subsequently
arise
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
CITY OF FORT WORTH Water, Sewer, Drainage, & Paving Improvements to serve Early Childhood Center #1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105754
Revised August 30, 2013
012500-4
DAP SUBSTITUTION PROCEDURES
EXHIBIT A
REQUEST FOR SUBSTITUTION FORM:
TO:
Page 4 of 4
PROJECT: DATE:
We hereby submit for your consideration the following product instead of the specified item for
the above project:
SECTION PARAGRAPH SPECIFIED ITEM
Proposed Substitution:
Reason for Substitution:
Include complete information on changes to Drawings and/or Specifications which proposed
substitution will require for its proper installation.
Fill in Blanks Below:
A. Will the undersigned contractor pay for changes to the building design, including engineering
and detailing costs caused by the requested substitution?
B. What effect does substitution have on other trades?
C. Differences between proposed substitution and specified item?
D. Differences in product cost or product delivery time?
E. Manufacturer's guarantees of the proposed and specified items are:
Equal Better (explain on attachment)
The undersigned states that the function, appearance and quality are equivalent or superior to the
specified item.
Submitted By: For Use by City
Signature Recommended Recommended
as noted
Firm Not recommended Received late
Address By
Date
Date Remarks
Telephone
For Use by City:
Approved Rejected
City Date
CITY OF FORT WORTH Water, Sewer, Drainage, & Paving Improvements to serve Early Childhood Center #1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105754
Revised August 30, 2013
013119-1
DAP PRECONSTRUCTION MEETING
SECTION 013119
PRECONSTRUCTION MEETING
PART1- GENERAL
""ELl d 10 /\
A. Section Includes:
Page 1 of 3
1. Provisions for the preconstruction meeting to be held prior to the start of Work to
clarify construction contract administration procedures
B. Deviations from this City of Fort Worth Standard Specification
1. No construction schedule required unless requested by the City.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 — General Requirements
IPM 9;7101 WR1211] 7�1Ie118 9;Z1Z6111111) tl xy
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Coordination
1. Attend preconstruction meeting.
2. Representatives of Contractor, subcontractors and suppliers attending meetings
shall be qualified and authorized to act on behalf of the entity each represents.
3. Meeting administered by City may be tape recorded.
a. If recorded, tapes will be used to prepare minutes and retained by City for
future reference.
B. Preconstruction Meeting
1. A preconstruction meeting will be held within 14 days after the delivery of the
distribution package to the City.
a. The meeting will be scheduled and administered by the City.
2. The Project Representative will preside at the meeting, prepare the notes of the
meeting and distribute copies of same to all participants who so request by fully
completing the attendance form to be circulated at the beginning of the meeting.
3. Attendance shall include:
a. Developer and Consultant
b. Contractor's project manager
c. Contractor's superintendent
d. Any subcontractor or supplier representatives whom the Contractor may desire
to invite or the City may request
CITY OF FORT WORTH Water, Sewer, Drainage, & Paving Improvements to serve Early Childhood Center #1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105754
Revised August 30, 2013
013119-2
DAP PRECONSTRUCTION MEETING
Page 2 of 3
e. Other City representatives
f. Others as appropriate
4. Preliminary Agenda may include:
a. Introduction of Project Personnel
b. General Description of Project
c. Status of right-of-way, utility clearances, easements or other pertinent permits
d. Contractor's work plan and schedule
e. Contract Time
f. Notice to Proceed
g. Construction Staking
h. Progress Payments
i. Extra Work and Change Order Procedures
j. Field Orders
k. Disposal Site Letter for Waste Material
1. Insurance Renewals
m. Payroll Certification
n. Material Certifications and Quality Control Testing
o. Public Safety and Convenience
p. Documentation of Pre -Construction Conditions
q. Weekend Work Notification
r. Legal Holidays
s. Trench Safety Plans
t. Confined Space Entry Standards
u. Coordination with the City's representative for operations of existing water
systems
v. Storm Water Pollution Prevention Plan
w. Coordination with other Contractors
x. Early Warning System
y. Contractor Evaluation
z. Special Conditions applicable to the project
aa. Damages Claims
bb. Submittal Procedures
cc. Substitution Procedures
dd. Correspondence Routing
ee. Record Drawings
ff. Temporary construction facilities
gg. MBE/SBE procedures
hh. Final Acceptance
ii. Final Payment
j j . Questions or Comments
CITY OF FORT WORTH Water, Sewer, Drainage, & Paving Improvements to serve Early Childhood Center #1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105754
Revised August 30, 2013
013119-3
DAP PRECONSTRUCTION MEETING
Page 3 of 3
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
I DATE NAME SUMMARY OF CHANGE
CITY OF FORT WORTH Water, Sewer, Drainage, & Paving Improvements to serve Early Childhood Center #1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105754
Revised August 30, 2013
013233-1
DAP PRECONSTRUCTION VIDEO
Page 1 of 2
SECTION 0132 33
PRECONSTRUCTION VIDEO
PART1- GENERAL
1.1 SUMMARY
A. Section Includes:
1. Administrative and procedural requirements for:
a. Preconstruction Videos
B. Deviations from this City of Fort Worth Standard Specification
1. Though not mandatory, it is highly recommended on infill developer projects.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1— General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Preconstruction Video
1. Produce a preconstruction video of the site/alignment, including all areas in the
vicinity of and to be affected by construction.
a. Provide digital copy of video upon request by the City.
2. Retain a copy of the preconstruction video until the end of the maintenance surety
period.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
CITY OF FORT WORTH Water, Sewer, Drainage, & Paving Improvements to serve Early Childhood Center #1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105754
Revised August 30, 2013
01 32 33 - 2
DAP PRECONSTRUCTION VIDEO
Page 2 of 2
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
CITY OF FORT WORTH Water, Sewer, Drainage, & Paving Improvements to serve Early Childhood Center #1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105754
Revised August 30, 2013
SECTION 0133 00
DAP SUBMITTALS
PART1- GENERAL
""ELl d lU /\
A. Section Includes:
013300-1
DAP SUBMITTALS
Page 1 of 8
General methods and requirements of submissions applicable to the following
Work -related submittals:
a. Shop Drawings
b. Product Data (including Standard Product List submittals)
c. Samples
d. Mock Ups
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1— General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Coordination
1. Notify the City in writing, at the time of submittal, of any deviations in the
submittals from the requirements of the Contract Documents.
2. Coordination of Submittal Times
a. Prepare, prioritize and transmit each submittal sufficiently in advance of
performing the related Work or other applicable activities, or within the time
specified in the individual Work Sections, of the Specifications.
b. Contractor is responsible such that the installation will not be delayed by
processing times including, but not limited to:
a) Disapproval and resubmittal (if required)
b) Coordination with other submittals
c) Testing
d) Purchasing
e) Fabrication
f) Delivery
g) Similar sequenced activities
c. No extension of time will be authorized because of the Contractor's failure to
transmit submittals sufficiently in advance of the Work.
CITY OF FORT WORTH Water, Sewer, Drainage, & Paving Improvements to serve Early Childhood Center #1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105754
Revised August 30, 2013
013300-2
DAP SUBMITTALS
Page 2 of 8
d. Make submittals promptly in accordance with approved schedule, and in such
sequence as to cause no delay in the Work or in the work of any other
contractor.
B. Submittal Numbering
When submitting shop drawings or samples, utilize a 9-character submittal cross-
reference identification numbering system in the following manner:
a. Use the first 6 digits of the applicable Specification Section Number.
b. For the next 2 digits number use numbers 01-99 to sequentially number each
initial separate item or drawing submitted under each specific Section number.
c. Last use a letter, A-Z, indicating the resubmission of the same drawing (i.e.
A=2nd submission, B=3rd submission, C=4th submission, etc.). A typical
submittal number would be as follows:
03 30 00-08-B
1) 03 30 00 is the Specification Section for Concrete
2) 08 is the eighth initial submittal under this Specification Section
3) B is the third submission (second resubmission) of that particular shop
drawing
C. Contractor Certification
1. Review shop drawings, product data and samples, including those by
subcontractors, prior to submission to determine and verify the following:
a. Field measurements
b. Field construction criteria
c. Catalog numbers and similar data
d. Conformance with the Contract Documents
2. Provide each shop drawing, sample and product data submitted by the Contractor
with a Certification Statement affixed including:
a. The Contractor's Company name
b. Signature of submittal reviewer
c. Certification Statement
1) `By this submittal, I hereby represent that I have determined and verified
field measurements, field construction criteria, materials, dimensions,
catalog numbers and similar data and I have checked and coordinated each
item with other applicable approved shop drawings."
D. Submittal Format
1. Fold shop drawings larger than 8 '/z inches x 11 inches to 8 'h inches x 11 inches.
2. Bind shop drawings and product data sheets together.
3. Order
a. Cover Sheet
1) Description of Packet
2) Contractor Certification
b. List of items / Table of Contents
c. Product Data /Shop Drawings/Samples /Calculations
E. Submittal Content
1. The date of submission and the dates of any previous submissions
CITY OF FORT WORTH Water, Sewer, Drainage, & Paving Improvements to serve Early Childhood Center #1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105754
Revised August 30, 2013
013300-3
DAP SUBMITTALS
Page 3 of 8
2. The Project title and number
3. Contractor identification
4. The names of:
a. Contractor
b. Supplier
c. Manufacturer
5. Identification of the product, with the Specification Section number, page and
paragraph(s)
6. Field dimensions, clearly identified as such
7. Relation to adjacent or critical features of the Work or materials
8. Applicable standards, such as ASTM or Federal Specification numbers
9. Identification by highlighting of deviations from Contract Documents
10. Identification by highlighting of revisions on resubmittals
11. An 8-inch x 3-inch blank space for Contractor and City stamps
F. Shop Drawings
1. As specified in individual Work Sections includes, but is not necessarily limited to:
a. Custom -prepared data such as fabrication and erection/installation (working)
drawings
b. Scheduled information
c. Setting diagrams
d. Actual shopwork manufacturing instructions
e. Custom templates
f. Special wiring diagrams
g. Coordination drawings
h. Individual system or equipment inspection and test reports including:
1) Performance curves and certifications
i. As applicable to the Work
2. Details
a. Relation of the various parts to the main members and lines of the structure
b. Where correct fabrication of the Work depends upon field measurements
1) Provide such measurements and note on the drawings prior to submitting
for approval.
G. Product Data
1. For submittals of product data for products included on the City's Standard Product
List, clearly identify each item selected for use on the Project.
2. For submittals of product data for products not included on the City's Standard
Product List, submittal data may include, but is not necessarily limited to:
a. Standard prepared data for manufactured products (sometimes referred to as
catalog data)
1) Such as the manufacturer's product specification and installation
instructions
2) Availability of colors and patterns
3) Manufacturer's printed statements of compliances and applicability
4) Roughing -in diagrams and templates
5) Catalog cuts
6) Product photographs
CITY OF FORT WORTH Water, Sewer, Drainage, & Paving haprovements to serve Early Childhood Center #1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105754
Revised August 30, 2013
013300-4
DAP SUBMITTALS
Page 4 of 8
7) Standard wiring diagrams
8) Printed performance curves and operational -range diagrams
9) Production or quality control inspection and test reports and certifications
10) Mill reports
11) Product operating and maintenance instructions and recommended
spare -parts listing and printed product warranties
12) As applicable to the Work
H. Samples
As specified in individual Sections, include, but are not necessarily limited to:
a. Physical examples of the Work such as:
1) Sections of manufactured or fabricated Work
2) Small cuts or containers of materials
3) Complete units of repetitively used products color/texture/pattern swatches
and range sets
4) Specimens for coordination of visual effect
5) Graphic symbols and units of Work to be used by the City for independent
inspection and testing, as applicable to the Work
I. Do not start Work requiring a shop drawing, sample or product data nor any material to
be fabricated or installed prior to the approval or qualified approval of such item.
1. Fabrication performed, materials purchased or on -site construction accomplished
which does not conform to approved shop drawings and data is at the Contractor's
risk.
2. The City will not be liable for any expense or delay due to corrections or remedies
required to accomplish conformity.
3. Complete project Work, materials, fabrication, and installations in conformance
with approved shop drawings, applicable samples, and product data.
J. Submittal Distribution
1. Electronic Distribution
a. Confirm development of Project directory for electronic submittals to be
uploaded to City's Buzzsaw site, or another external FTP site approved by the
City.
b. Shop Drawings
1) Upload submittal to designated project directory and notify appropriate
City representatives via email of submittal posting.
2) Hard Copies
a) 3 copies for all submittals
b) If Contractor requires more than 1 hard copy of Shop Drawings
returned, Contractor shall submit more than the number of copies listed
above.
c. Product Data
1) Upload submittal to designated project directory and notify appropriate
City representatives via email of submittal posting.
2) Hard Copies
a) 3 copies for all submittals
d. Samples
1) Distributed to the Project Representative
2. Hard Copy Distribution (if required in lieu of electronic distribution)
CITY OF FORT WORTH Water, Sewer, Drainage, & Paving Improvements to serve Early Childhood Center #1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105754
Revised August 30, 2013
013300-5
DAP SUBMITTALS
Page 5 of 8
a. Shop Drawings
1) Distributed to the City
2) Copies
a) 8 copies for mechanical submittals
b) 7 copies for all other submittals
c) If Contractor requires more than 3 copies of Shop Drawings returned,
Contractor shall submit more than the number of copies listed above.
b. Product Data
1) Distributed to the City
2) Copies
a) 4 copies
c. Samples
1) Distributed to the Project Representative
2) Copies
a) Submit the number stated in the respective Specification Sections.
3. Distribute reproductions of approved shop drawings and copies of approved
product data and samples, where required, to the job site file and elsewhere as
directed by the City.
a. Provide number of copies as directed by the City but not exceeding the number
previously specified.
K. Submittal Review
1. The review of shop drawings, data and samples will be for general conformance
with the design concept and Contract Documents. This is not to be construed as:
a. Permitting any departure from the Contract requirements
b. Relieving the Contractor of responsibility for any errors, including details,
dimensions, and materials
c. Approving departures from details furnished by the City, except as otherwise
provided herein
2. The review and approval of shop drawings, samples or product data by the City
does not relieve the Contractor from his/her responsibility with regard to the
fulfillment of the terms of the Contract.
a. All risks of error and omission are assumed by the Contractor, and the City will
have no responsibility therefore.
3. The Contractor remains responsible for details and accuracy, for coordinating the
Work with all other associated work and trades, for selecting fabrication processes,
for techniques of assembly and for performing Work in a safe manner.
4. If the shop drawings, data or samples as submitted describe variations and show a
departure from the Contract requirements which City finds to be in the interest of
the City and to be so minor as not to involve a change in Contract Price or time for
performance, the City may return the reviewed drawings without noting an
exception.
5. Submittals will be returned to the Contractor under 1 of the following codes:
a. Code 1
1) "NO EXCEPTIONS TAKEN' is assigned when there are no notations or
comments on the submittal.
a) When returned under this code the Contractor may release the
equipment and/or material for manufacture.
b. Code 2
CITY OF FORT WORTH Water, Sewer, Drainage, & Paving Improvements to serve Early Childhood Center #1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105754
Revised August 30, 2013
013300-6
DAP SUBMITTALS
Page 6 of 8
1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of
the notations and comments IS NOT required by the Contractor.
a) The Contractor may release the equipment or material for manufacture;
however, all notations and comments must be incorporated into the
final product.
c. Code 3
1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is
assigned when notations and comments are extensive enough to require a
resubmittal of the package.
a) The Contractor may release the equipment or material for manufacture;
however, all notations and comments must be incorporated into the
final product.
b) This resubmittal is to address all comments, omissions and
non -conforming items that were noted.
c) Resubmittal is to be received by the City within 15 Calendar Days of
the date of the City's transmittal requiring the resubmittal.
d. Code 4
1) "NOT APPROVED" is assigned when the submittal does not meet the
intent of the Contract Documents.
a) The Contractor must resubmit the entire package revised to bring the
submittal into conformance.
b) It may be necessary to resubmit using a different manufacturer/vendor
to meet the Contract Documents.
6. Resubmittals
a. Handled in the same manner as first submittals
1) Corrections other than requested by the City
2) Marked with revision triangle or other similar method
a) At Contractor's risk if not marked
b. Submittals for each item will be reviewed no more than twice at the City's
expense.
1) All subsequent reviews will be performed at times convenient to the City
and at the Contractor's expense, based on the City's or City
Representative's then prevailing rates.
2) Provide Contractor reimbursement to the City within 30 Calendar Days for
all such fees invoiced by the City.
c. The need for more than 1 resubmission or any other delay in obtaining City's
review of submittals, will not entitle the Contractor to an extension of Contract
Time.
7. Partial Submittals
a. City reserves the right to not review submittals deemed partial, at the City's
discretion.
b. Submittals deemed by the City to be not complete will be returned to the
Contractor, and will be considered "Not Approved" until resubmitted.
c. The City may at its option provide a list or mark the submittal directing the
Contractor to the areas that are incomplete.
8. If the Contractor considers any correction indicated on the shop drawings to
constitute a change to the Contract Documents, then written notice must be
provided thereof to the Developer at least 7 Calendar Days prior to release for
manufacture.
CITY OF FORT WORTH Water, Sewer, Drainage, & Paving Improvements to serve Early Childhood Center #1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105754
Revised August 30, 2013
013300-7
DAP SUBMITTALS
Page 7 of 8
9. When the shop drawings have been completed to the satisfaction of the City, the
Contractor may carry out the construction in accordance therewith and no further
changes therein except upon written instructions from the City.
10. Each submittal, appropriately coded, will be returned within 30 Calendar Days
following receipt of submittal by the City.
L. Mock ups
1. Mock Up units as specified in individual Sections, include, but are not necessarily
limited to, complete units of the standard of acceptance for that type of Work to be
used on the Project. Remove at the completion of the Work or when directed.
M. Qualifications
1. If specifically required in other Sections of these Specifications, submit a P.E.
Certification for each item required.
N. Request for Information (RFI)
1. Contractor Request for additional information
a. Clarification or interpretation of the contract documents
b. When the Contractor believes there is a conflict between Contract Documents
c. When the Contractor believes there is a conflict between the Drawings and
Specifications
1) Identify the conflict and request clarification
2. Sufficient information shall be attached to permit a written response without further
information.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
CITY OF FORT WORTH Water, Sewer, Drainage, & Paving Improvements to serve Early Childhood Center #1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105754
Revised August 30, 2013
013300-8
DAP SUBMITTALS
Page 8 of 8
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
12/20/2012 D. Johnson 1.4.K.8. Working Days modified to Calendar Days
CITY OF FORT WORTH Water, Sewer, Drainage, & Paving hnprovements to serve Early Childhood Center #1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105754
Revised August 30, 2013
0135 13- 1
DAP SPECIAL PROJECT PROCEDURES
Page 1 of 7
1 SECTION 01 3513
2 SPECIAL PROJECT PROCEDURES
3 PART1- GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
6 1. The procedures for special project circumstances that includes, but is not limited to:
7 a. Coordination with the Texas Department of Transportation
8 b. Work near High Voltage Lines
9 c. Confined Space Entry Program
10 d. Air Pollution Watch Days
11 e. Use of Explosives, Drop Weight, Etc.
12 £ Water Department Notification
13 g. Public Notification Prior to Beginning Construction
14 h. Coordination with United States Army Corps of Engineers
15 i. Coordination within Railroad permits areas
16 j. Dust Control
17 k. Employee Parking
18 B. Deviations from this City of Fort Worth Standard Specification
19 1. None.
20 C. Related Specification Sections include, but are not necessarily limited to:
21 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
22 2. Division 1 — General Requirements
23 3. Section 33 12 25 — Connection to Existing Water Mains
24
25 1.2 REFERENCES
26 A. Reference Standards
27 1. Reference standards cited in this Specification refer to the current reference
28 standard published at the time of the latest revision date logged at the end of this
29 Specification, unless a date is specifically cited.
30 2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752.
31 High Voltage Overhead Lines.
32 3. North Central Texas Council of Governments (NCTCOG) — Clean Construction
33 Specification
34 1.3 ADMINISTRATIVE REQUIREMENTS
35 A. Coordination with the Texas Department of Transportation
36 1. When work in the right-of-way which is under the jurisdiction of the Texas
37 Department of Transportation (TxDOT):
38 a. Notify the Texas Department of Transportation prior to commencing any work
39 therein in accordance with the provisions of the permit
CITY OF FORT WORTH Water, Sewer, Drainage, & Paving Improvements to serve Early Childhood Center #1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105754
Revised August 30, 2013
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
013513-2
DAP SPECIAL PROJECT PROCEDURES
Page 2 of 7
b. All work performed in the TxDOT right-of-way shall be performed in
compliance with and subject to approval from the Texas Department of
Transportation
B. Work near High Voltage Lines
1. Regulatory Requirements
a. All Work near High Voltage Lines (more than 600 volts measured between
conductors or between a conductor and the ground) shall be in accordance with
Health and Safety Code, Title 9, Subtitle A, Chapter 752.
2. Warning sign
a. Provide sign of sufficient size meeting all OSHA requirements.
3. Equipment operating within 10 feet of high voltage lines will require the following
safety features
a. Insulating cage -type of guard about the boom or arm
b. Insulator links on the lift hook connections for back hoes or dippers
c. Equipment must meet the safety requirements as set forth by OSHA and the
safety requirements of the owner of the high voltage lines
4. Work within 6 feet of high voltage electric lines
a. Notification shall be given to:
1) The power company (example: ONCOR)
a) Maintain an accurate log of all such calls to power company and record
action taken in each case.
b. Coordination with power company
1) After notification coordinate with the power company to:
a) Erect temporary mechanical barriers, de -energize the lines, or raise or
lower the lines
c. No personnel may work within 6 feet of a high voltage line before the above
requirements have been met.
C. Confined Space Entry Program
1. Provide and follow approved Confined Space Entry Program in accordance with
OSHA requirements.
2. Confined Spaces include:
a. Manholes
b. All other confined spaces in accordance with OSHA's Permit Required for
Confined Spaces
D. Use of Explosives, Drop Weight, Etc.
1. When Contract Documents permit on the project the following will apply:
a. Public Notification
1) Submit notice to City and proof of adequate insurance coverage, 24 hours
prior to commencing.
2) Minimum 24 hour public notification in accordance with Section 01 31 13
E. Water Department Coordination
1. During the construction of this project, it will be necessary to deactivate, for a
period of time, existing lines. The Contractor shall be required to coordinate with
the Water Department to determine the best times for deactivating and activating
those lines.
CITY OF FORT WORTH Water, Sewer, Drainage, & Paving Improvements to serve Early Childhood Center #1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105754
Revised August 30, 2013
013513-3
DAP SPECIAL PROJECT PROCEDURES
Page 3 of 7
1 2. Coordinate any event that will require connecting to or the operation of an existing
2 City water line system with the City's representative.
3 a. Coordination shall be in accordance with Section 33 12 25.
4 b. If needed, obtain a hydrant water meter from the Water Department for use
5 during the life of named project.
6 c. In the event that a water valve on an existing live system be turned off and on
7 to accommodate the construction of the project is required, coordinate this
8 activity through the appropriate City representative.
9 1) Do not operate water line valves of existing water system.
10 a) Failure to comply will render the Contractor in violation of Texas Penal
11 Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor
12 will be prosecuted to the full extent of the law.
13 b) In addition, the Contractor will assume all liabilities and
14 responsibilities as a result of these actions.
15 F. Public Notification Prior to Beginning Construction
16 1. Prior to beginning construction on any block in the project, on a block by block
17 basis, prepare and deliver a notice or flyer of the pending construction to the front
18 door of each residence or business that will be impacted by construction. The notice
19 shall be prepared as follows:
20 a. Post notice or flyer 7 days prior to beginning any construction activity on each
21 block in the project area.
22 1) Prepare flyer on the Contractor's letterhead and include the following
23 information:
24
a) Name of Project
25
b) City Project No (CPN)
26
c) Scope of Project (i.e. type of construction activity)
27
d) Actual construction duration within the block
28
e) Name of the contractor's foreman and phone number
29
f) Name of the City's inspector and phone number
30
g) City's after-hours phone number
31
2) A sample of the `pre -construction notification' flyer is attached as Exhibit
32
A.
33
3) Submit schedule showing the construction start and finish time for each
34
block of the project to the inspector.
35
4) Deliver flyer to the City Inspector for review prior to distribution.
36
b. No construction will be allowed to begin on any block until the flyer is
37
delivered to all residents of the block.
38 G. Public Notification of Temporary Water Service Interruption during Construction
39 1. In the event it becomes necessary to temporarily shut down water service to
40 residents or businesses during construction, prepare and deliver a notice or flyer of
41 the pending interruption to the front door of each affected resident.
42 2. Prepared notice as follows:
43 a. The notification or flyer shall be posted 24 hours prior to the temporary
44 interruption.
45 b. Prepare flyer on the contractor's letterhead and include the following
46 information:
47 1) Name of the project
48 2) City Project Number
49 3) Date of the interruption of service
CITY OF FORT WORTH Water, Sewer, Drainage, & Paving Improvements to serve Early Childhood Center #1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105754
Revised August 30, 2013
0135 13 - 4
DAP SPECIAL PROJECT PROCEDURES
Page 4 of 7
1 4) Period the interruption will take place
2 5) Name of the contractor's foreman and phone number
3 6) Name of the City's inspector and phone number
4 c. A sample of the temporary water service interruption notification is attached as
5 Exhibit B.
6 d. Deliver a copy of the temporary interruption notification to the City inspector
7 for review prior to being distributed.
8 e. No interruption of water service can occur until the flyer has been delivered to
9 all affected residents and businesses.
10 f. Electronic versions of the sample flyers can be obtained from the Project
11 Construction Inspector.
12 H. Coordination with United States Army Corps of Engineers (USACE)
13 1. At locations in the Project where construction activities occur in areas where
14 USACE permits are required, meet all requirements set forth in each designated
15 permit.
16 1. Coordination within Railroad Permit Areas
17 1. At locations in the project where construction activities occur in areas where
18 railroad permits are required, meet all requirements set forth in each designated
19 railroad permit. This includes, but is not limited to, provisions for:
20 a. Flagmen
21 b. Inspectors
22 c. Safety training
23 d. Additional insurance
24 e. Insurance certificates
25 f. Other employees required to protect the right-of-way and property of the
26 Railroad Company from damage arising out of and/or from the construction of
27 the project. Proper utility clearance procedures shall be used in accordance
28 with the permit guidelines.
29 2. Obtain any supplemental information needed to comply with the railroad's
30 requirements.
31 J. Dust Control
32 1. Use acceptable measures to control dust at the Site.
33 a. If water is used to control dust, capture and properly dispose of waste water.
34 b. If wet saw cutting is performed, capture and properly dispose of slurry.
35 K. Employee Parking
36 1. Provide parking for employees at locations approved by the City.
37 L. {Coordination with North Central Texas Council of Governments (NCTCOG) Clean
38 Construction Specification [if required for the project]
39 1. Comply with equipment, operational, reporting and enforcement requirements set
40 forth in NCTCOG's Clean Construction Specification.}
CITY OF FORT WORTH Water, Sewer, Drainage, & Paving Improvements to serve Early Childhood Center #1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105754
Revised August 30, 2013
013513-5
DAP SPECIAL PROJECT PROCEDURES
Page 5 of 7
1 1.4
SUBMITTALS [NOT USED]
2 1.5
ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED]
3 1.6
CLOSEOUT SUBMITTALS [NOT USED]
4 1.7
MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
5 1.8
QUALITY ASSURANCE [NOT USED]
6 1.9
DELIVERY, STORAGE, AND HANDLING [NOT USED]
7 1.10
FIELD [SITE] CONDITIONS [NOT USED]
8 1.11
WARRANTY [NOT USED]
9 PART 2 - PRODUCTS [NOT USED]
10 PART 3 - EXECUTION [NOT USED]
11
12
13
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 Water, Sewer, Drainage, & Paving Improvements to serve Early Childhood Center #1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105754
Revised August 30, 2013
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
01 35 13 - 6
DAP SPECIAL PROJECT PROCEDURES
Page 6 of 7
EXHIBIT A
(To be printed on Contractor's Letterhead)
Date:
CPN No.:
Project Name:
Mapsco Location:
Limits of Construction:
THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT
WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR
PROPERTY.
CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE
OF THIS NOTICE.
IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER
ISSUE, PLEASE CALL:
Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.>
OR
Mr. <CITY INSPECTOR> AT < TELEPHONE NO.>
AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306
PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL
CITY OF FORT WORTH Water, Sewer, Drainage, & Paving Improvements to serve Early Childhood Center #1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS— DEVELOPER AWARDED PROJECTS CPN 105754
Revised August 30, 2013
2
3
4
Date:
EXHIBIT B
FORT WORTH
DOE NO. xxxx
Project Name:
013513-7
DAP SPECIAL PROJECT PROCEDURES
Page 7 of 7
NOTICE OF TEMPORARY WATER SERVICE
INTERRUPTION
DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR
WATER SERVICE WILL BE INTERRUPTED ON
BETWEEN THE HOURS OF AND
IF YOU HAVE QUESTIONS ABOUT THIS SHUT -OUT, PLEASE CALL:
MR. AT
(CONTRACTORS SUPERINTENDENT) (TELEPHONE NUMBER)
C630
MR. AT
(CITY INSPECTOR) (TELEPHONE NUMBER)
THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE.
THANK YOU,
CONTRACTOR
CITY OF FORT WORTH Water, Sewer, Drainage, & Paving Improvements to serve Early Childhood Center #1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105754
Revised August 30, 2013
01 45 23
DAP TESTING AND INSPECTION SERVICES
Page 1 of 2
SECTION 0145 23
TESTING AND INSPECTION SERVICES
PART1- GENERAL
A. Section Includes:
1. Testing and inspection services procedures and coordination
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division I — General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
Work associated with this Item is considered subsidiary to the various Items bid.
No separate payment will be allowed for this Item.
a. Contractor is responsible for performing, coordinating, and payment of all
Quality Control testing.
b. City is responsible for performing and payment for first set of Quality
Assurance testing.
1) If the first Quality Assurance test performed by the City fails, the
Contractor is responsible for payment of subsequent Quality Assurance
testing until a passing test occurs.
a) Final acceptance will not be issued by City until all required payments
for testing by Contractor have been paid in full.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Testing
1. Complete testing in accordance with the Contract Documents.
2. Coordination
a. When testing is required to be performed by the City, notify City, sufficiently
in advance, when testing is needed.
b. When testing is required to be completed by the Contractor, notify City,
sufficiently in advance, that testing will be performed.
Distribution of Testing Reports
a. Electronic Distribution
1) Confirm development of Project directory for electronic submittals to be
uploaded to the City's document management system, or another form of
distribution approved by the City.
CITY OF FORT WORTH Water, Sewer, Drainage, & Paving Improvements to serve Early Childhood Center #1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105754
Revised March 20, 2020
01 45 23
DAP TESTING AND INSPECTION SERVICES
Page 2 of 2
2) Upload test reports to designated project directory and notify appropriate
City representatives via email of submittal posting.
3) Hard Copies
a) 1 copy for all submittals submitted to the Project Representative
b. Hard Copy Distribution (if required in lieu of electronic distribution)
1) Tests performed by City
a) Distribute 1 hard copy to the Contractor
2) Tests performed by the Contractor
a) Distribute 3 hard copies to City's Project Representative
4. Provide City's Project Representative with trip tickets for each delivered load of
Concrete or Lime material including the following information:
a. Name of pit
b. Date of delivery
c. Material delivered
B. Inspection
1. Inspection or lack of inspection does not relieve the Contractor from obligation to
perform work in accordance with the Contract Documents.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED[
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
03/20/2020 D.V. Magaiia Removed reference to Buzzsaw and noted that electronic submittals be uploaded
through the City's document management system.
CITY OF FORT WORTH Water, Sewer, Drainage, & Paving Improvements to serve Early Childhood Center #1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105754
Revised March 20, 2020
01 50 00 - 1
DAP TEMPORARY FACILITIES AND CONTROLS
Page 1 of 4
SECTION 0150 00
TEMPORARY FACILITIES AND CONTROLS
PART1- GENERAL
Hum&i d lU /\
A. Section Includes:
Provide temporary facilities and controls needed for the Work including, but not
necessarily limited to:
a. Temporary utilities
b. Sanitary facilities
c. Storage Sheds and Buildings
d. Dust control
e. Temporary fencing of the construction site
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 — General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various Items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Temporary Utilities
1. Obtaining Temporary Service
a. Make arrangements with utility service companies for temporary services.
b. Abide by rules and regulations of utility service companies or authorities
having jurisdiction.
c. Be responsible for utility service costs until Work is approved for Final
Acceptance.
1) Included are fuel, power, light, heat and other utility services necessary for
execution, completion, testing and initial operation of Work.
2. Water
a. Contractor to provide water required for and in connection with Work to be
performed and for specified tests of piping, equipment, devices or other use as
required for the completion of the Work.
b. Provide and maintain adequate supply of potable water for domestic
consumption by Contractor personnel and City's Project Representatives.
c. Coordination
1) Contact City 1 week before water for construction is desired
CITY OF FORT WORTH Water, Sewer, Drainage, & Paving Improvements to serve Early Childhood Center #1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105754
Revised JULY 1, 2011
01 50 00 - 2
DAP TEMPORARY FACILITIES AND CONTROLS
Page 2 of 4
d. Contractor Payment for Construction Water
1) Obtain construction water meter from City for payment as billed by City's
established rates.
3. Electricity and Lighting
a. Provide and pay for electric powered service as required for Work, including
testing of Work.
1) Provide power for lighting, operation of equipment, or other use.
b. Electric power service includes temporary power service or generator to
maintain operations during scheduled shutdown.
4. Telephone
a. Provide emergency telephone service at Site for use by Contractor personnel
and others performing work or furnishing services at Site.
5. Temporary Heat and Ventilation
a. Provide temporary heat as necessary for protection or completion of Work.
b. Provide temporary heat and ventilation to assure safe working conditions.
B. Sanitary Facilities
1. Provide and maintain sanitary facilities for persons on Site.
a. Comply with regulations of State and local departments of health.
2. Enforce use of sanitary facilities by construction personnel at job site.
a. Enclose and anchor sanitary facilities.
b. No discharge will be allowed from these facilities.
c. Collect and store sewage and waste so as not to cause nuisance or health
problem.
d. Haul sewage and waste off -site at no less than weekly intervals and properly
dispose in accordance with applicable regulation.
3. Locate facilities near Work Site and keep clean and maintained throughout Project.
4. Remove facilities at completion of Project
C. Storage Sheds and Buildings
1. Provide adequately ventilated, watertight, weatherproof storage facilities with floor
above ground level for materials and equipment susceptible to weather damage.
2. Storage of materials not susceptible to weather damage may be on blocks off
ground.
3. Store materials in a neat and orderly manner.
a. Place materials and equipment to permit easy access for identification,
inspection and inventory.
4. Equip building with lockable doors and lighting, and provide electrical service for
equipment space heaters and heating or ventilation as necessary to provide storage
environments acceptable to specified manufacturers.
5. Fill and grade site for temporary structures to provide drainage away from
temporary and existing buildings.
6. Remove building from site prior to Final Acceptance.
D. Temporary Fencing
1. Provide and maintain for the duration or construction when required in contract
documents
E. Dust Control
CITY OF FORT WORTH Water, Sewer, Drainage, & Paving Improvements to serve Early Childhood Center #1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105754
Revised JULY 1, 2011
01 50 00 - 3
DAP TEMPORARY FACILITIES AND CONTROLS
Page 3 of 4
1. Contractor is responsible for maintaining dust control through the duration of the
project.
a. Contractor remains on -call at all times
b. Must respond in a timely manner
F. Temporary Protection of Construction
1. Contractor or subcontractors are responsible for protecting Work from damage due
to weather.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
3.1 INSTALLERS [NOT USED]
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 INSTALLATION
A. Temporary Facilities
1. Maintain all temporary facilities for duration of construction activities as needed.
3.5 [REPAIR] / [RESTORATION]
3.6 RE -INSTALLATION
3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED]
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.10 CLEANING [NOT USED]
3.11 CLOSEOUT ACTIVITIES
A. Temporary Facilities
CITY OF FORT WORTH Water, Sewer, Drainage, & Paving Improvements to serve Early Childhood Center #1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105754
Revised JULY 1, 2011
01 50 00 - 4
DAP TEMPORARY FACILITIES AND CONTROLS
Page 4 of 4
1. Remove all temporary facilities and restore area after completion of the Work, to a
condition equal to or better than prior to start of Work.
3.12 PROTECTION [NOT USED]
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
10401XII Oy 1Xi 11110
Revision Log
DATE NAME SUMMARY OF CHANGE
CITY OF FORT WORTH Water, Sewer, Drainage, & Paving Improvements to serve Early Childhood Center #1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105754
Revised JULY 1, 2011
015526-1
DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL
Pagel of 3
SECTION 0155 26
STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL
PART1- GENERAL
f "ELY11u 105 V.11
A. Section Includes:
1. Administrative procedures for:
a. Street Use Permit
b. Modification of approved traffic control
c. Removal of Street Signs
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1— General Requirements
3. Section 34 71 13 — Traffic Control
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various Items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES
A. Reference Standards
1. Reference standards cited in this specification refer to the current reference standard
published at the time of the latest revision date logged at the end of this
specification, unless a date is specifically cited.
2. Texas Manual on Uniform Traffic Control Devices (TMUTCD).
1.4 ADMINISTRATIVE REQUIREMENTS
A. Traffic Control
1. General
a. When traffic control plans are included in the Drawings, provide Traffic
Control in accordance with Drawings and Section 34 71 13.
b. When traffic control plans are not included in the Drawings, prepare traffic
control plans in accordance with Section 34 71 13 and submit to City for
review.
1) Allow minimum 10 working days for review of proposed Traffic Control.
B. Street Use Permit
1. Prior to installation of Traffic Control, a City Street Use Permit is required.
a. To obtain Street Use Permit, submit Traffic Control Plans to City
Transportation and Public Works Department.
CITY OF FORT WORTH Water, Sewer, Drainage, & Paving Improvements to serve Early Childhood Center #1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105754
Revised JULY 1, 2011
01 55 26 - 2
DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL
Page 2 of 3
1) Allow a minimum of 5 working days for permit review.
2) Contractor's responsibility to coordinate review of Traffic Control plans for
Street Use Permit, such that construction is not delayed.
C. Modification to Approved Traffic Control
1. Prior to installation traffic control:
a. Submit revised traffic control plans to City Department Transportation and
Public Works Department.
1) Revise Traffic Control plans in accordance with Section 34 71 13.
2) Allow minimum 5 working days for review of revised Traffic Control.
3) It is the Contractor's responsibility to coordinate review of Traffic Control
plans for Street Use Permit, such that construction is not delayed.
D. Removal of Street Sign
1. If it is determined that a street sign must be removed for construction, then contact
City Transportation and Public Works Department, Signs and Markings Division to
remove the sign.
E. Temporary Signage
1. In the case of regulatory signs, replace permanent sign with temporary sign meeting
requirements of the latest edition of the Texas Manual on Uniform Traffic Control
Devices (MUTCD).
2. Install temporary sign before the removal of permanent sign.
3. When construction is complete, to the extent that the permanent sign can be
reinstalled, contact the City Transportation and Public Works Department, Signs
and Markings Division, to reinstall the permanent sign.
F. Traffic Control Standards
1. Traffic Control Standards can be found on the City's Buzzsaw website.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
CITY OF FORT WORTH Water, Sewer, Drainage, & Paving Improvements to serve Early Childhood Center #1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105754
Revised JULY 1, 2011
015526-3
DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL
Page 3 of 3
Revision Log
DATE NAME SUMMARY OF CHANGE
CITY OF FORT WORTH Water, Sewer, Drainage, & Paving Improvements to serve Early Childhood Center #1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105754
Revised JULY 1, 2011
015713-1
DAP STORM WATER POLLUTION PREVENTION
Pagel of 3
SECTION 01 5713
STORM WATER POLLUTION PREVENTION
PART1- GENERAL
f UEL91U lU M
A. Section Includes:
1. Procedures for Storm Water Pollution Prevention Plans
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the
Contract
2. Division 1— General Requirements
3. Section 3125 00 — Erosion and Sediment Control
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Construction Activities resulting in less than 1 acre of disturbance
a. Work associated with this Item is considered subsidiary to the various Items
bid. No separate payment will be allowed for this Item.
2. Construction Activities resulting in greater than 1 acre of disturbance
a. Measurement and Payment shall be in accordance with Section 3125 00.
1.3 REFERENCES
A. Abbreviations and Acronyms
1. Notice of Intent: NOI
2. Notice of Termination: NOT
3. Storm Water Pollution Prevention Plan: SWPPP
4. Texas Commission on Environmental Quality: TCEQ
5. Notice of Change: NOC
A. Reference Standards
1. Reference standards cited in this Specification refer to the current reference
standard published at the time of the latest revision date logged at the end of this
Specification, unless a date is specifically cited.
2. Integrated Storm Management (iSWM) Technical Manual for Construction
Controls
1.4 ADMINISTRATIVE REQUIREMENTS
A. General
1. Contractor is responsible for resolution and payment of any fines issued associated
with compliance to Stormwater Pollution Prevention Plan.
CITY OF FORT WORTH Water, Sewer, Drainage, & Paving Improvements to serve Early Childhood Center #1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105754
Revised JULY 1, 2011
0157 13 - 2
DAP STORM WATER POLLUTION PREVENTION
Page 2 of 3
B. Construction Activities resulting in:
1. Less than 1 acre of disturbance
a. Provide erosion and sediment control in accordance with Section 3125 00 and
Drawings.
2. 1 to less than 5 acres of disturbance
a. Texas Pollutant Discharge Elimination System (TPDES) General Construction
Permit is required
b. Complete SWPPP in accordance with TCEQ requirements
1) TCEQ Small Construction Site Notice Required under general permit
TXR150000
a) Sign and post at job site
b) Prior to Preconstruction Meeting, send 1 copy to City Department of
Transportation and Public Works, Environmental Division, (817) 392-
6088.
2) Provide erosion and sediment control in accordance with:
a) Section 3125 00
b) The Drawings
c) TXR150000 General Permit
d) SWPPP
e) TCEQ requirements
5 acres or more of Disturbance
a. Texas Pollutant Discharge Elimination System (TPDES) General Construction
Permit is required
b. Complete SWPPP in accordance with TCEQ requirements
1) Prepare a TCEQ NOI form and submit to TCEQ along with required fee
a) Sign and post at job site
b) Send copy to City Department of Transportation and Public Works,
Environmental Division, (817) 392-6088.
2) TCEQ Notice of Change required if making changes or updates to NOI
3) Provide erosion and sediment control in accordance with:
a) Section 3125 00
b) The Drawings
c) TXR150000 General Permit
d) SWPPP
e) TCEQ requirements
4) Once the project has been completed and all the closeout requirements of
TCEQ have been met a TCEQ Notice of Termination can be submitted.
a) Send copy to City Department of Transportation and Public Works,
Environmental Division, (817) 392-6088.
1.5 SUBMITTALS
A. SWPPP
Submit in accordance with Section 01 33 00, except as stated herein.
a. Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the City
as follows:
1) 1 copy to the City Project Manager
a) City Project Manager will forward to the City Department of
Transportation and Public Works, Environmental Division for review
CITY OF FORT WORTH Water, Sewer, Drainage, & Paving Improvements to serve Early Childhood Center #1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105754
Revised JULY 1, 2011
0157 13 - 3
DAP STORM WATER POLLUTION PREVENTION
Page 3 of 3
B. Modified SWPPP
1. If the SWPPP is revised during construction, resubmit modified SWPPP to the City
in accordance with Section 0133 00.
1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
I DATE NAME SUMMARY OF CHANGE
CITY OF FORT WORTH Water, Sewer, Drainage, & Paving Improvements to serve Early Childhood Center #1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105754
Revised JULY 1, 2011
SECTION 0160 00
PRODUCT REQUIREMENTS
PART1- GENERAL
1.1 SUMMARY
A. Section Includes:
01 60 00
DAP PRODUCT REQUIREMENTS
Page 1 of 2
1. References for Product Requirements and City Standard Products List
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1— General Requirements
1.2 PRICE AND PAYMENT PROCEDURES [NOT USED]
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A list of City approved products for use is available through the City's website at:
https://apes.fortworthtexas.2ov/ProiectResources/ and following the directory
path: 02 - Construction Documents\Standard Products List
A. Only products specifically included on City's Standard Product List in these Contract
Documents shall be allowed for use on the Project.
1. Any subsequently approved products will only be allowed for use upon specific
approval by the City.
B. Any specific product requirements in the Contract Documents supersede similar
products included on the City's Standard Product List.
1. The City reserves the right to not allow products to be used for certain projects even
though the product is listed on the City's Standard Product List.
C. Although a specific product is included on City's Standard Product List, not all
products from that manufacturer are approved for use, including but not limited to, that
manufacturer's standard product.
D. See Section 0133 00 for submittal requirements of Product Data included on City's
Standard Product List.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
CITY OF FORT WORTH Water, Sewer, Drainage, & Paving Improvements to serve Early Childhood Center #1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105754
Revised March 20, 2020
01 60 00
DAP PRODUCT REQUIREMENTS
Page 2 of 2
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
10/12/12 D. Johnson Modified Location of City's Standard Product List
4/7/2014 M.Domenech Revised for DAP application
03/20/2020 D.V. Magaiia Removed reference to Buzzsaw and noted that the City approved products list is
accessible through the City's website.
CITY OF FORT WORTH Water, Sewer, Drainage, & Paving Improvements to serve Early Childhood Center #1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105754
Revised March 20, 2020
01 66 00 - 1
DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS
Page 1 of 4
SECTION 0166 00
PRODUCT STORAGE AND HANDLING REQUIREMENTS
PART1- GENERAL
1.1 SUMMARY
A. Section Includes:
1. Scheduling of product delivery
2. Packaging of products for delivery
3. Protection of products against damage from:
a. Handling
b. Exposure to elements or harsh environments
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1— General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various Items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY AND HANDLING
A. Delivery Requirements
1. Schedule delivery of products or equipment as required to allow timely installation
and to avoid prolonged storage.
2. Provide appropriate personnel and equipment to receive deliveries.
3. Delivery trucks will not be permitted to wait extended periods of time on the Site
for personnel or equipment to receive the delivery.
CITY OF FORT WORTH Water, Sewer, Drainage, & Paving Improvements to serve Early Childhood Center #1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105754
Revised April 7, 2014
016600-2
DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS
Page 2 of 4
4. Deliver products or equipment in manufacturer's original unbroken cartons or other
containers designed and constructed to protect the contents from physical or
environmental damage.
5. Clearly and fully mark and identify as to manufacturer, item and installation
location.
6. Provide manufacturer's instructions for storage and handling.
B. Handling Requirements
1. Handle products or equipment in accordance with these Contract Documents and
manufacturer's recommendations and instructions.
C. Storage Requirements
1. Store materials in accordance with manufacturer's recommendations and
requirements of these Specifications.
2. Make necessary provisions for safe storage of materials and equipment.
a. Place loose soil materials and materials to be incorporated into Work to prevent
damage to any part of Work or existing facilities and to maintain free access at
all times to all parts of Work and to utility service company installations in
vicinity of Work.
3. Keep materials and equipment neatly and compactly stored in locations that will
cause minimum inconvenience to other contractors, public travel, adjoining owners,
tenants and occupants.
a. Arrange storage to provide easy access for inspection.
4. Restrict storage to areas available on construction site for storage of material and
equipment as shown on Drawings, or approved by City's Project Representative.
5. Provide off -site storage and protection when on -site storage is not adequate.
a. Provide addresses of and access to off -site storage locations for inspection by
City's Project Representative.
6. Do not use lawns, grass plots or other private property for storage purposes without
written permission of owner or other person in possession or control of premises.
7. Store in manufacturers' unopened containers.
8. Neatly, safely and compactly stack materials delivered and stored along line of
Work to avoid inconvenience and damage to property owners and general public
and maintain at least 3 feet from fire hydrant.
9. Keep public and private driveways and street crossings open.
10. Repair or replace damaged lawns, sidewalks, streets or other improvements to
satisfaction of City's Project Representative.
a. Total length which materials may be distributed along route of construction at
one time is 1,000 linear feet, unless otherwise approved in writing by City's
Project Representative.
CITY OF FORT WORTH Water, Sewer, Drainage, & Paving Improvements to serve Early Childhood Center #1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105754
Revised April 7, 2014
016600-3
DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS
Page 3 of 4
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION
3.1 INSTALLERS [NOT USED]
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 ERECTION [NOT USED]
3.5 REPAIR / RESTORATION [NOT USED]
3.6 RE -INSTALLATION [NOT USED]
3.7 FIELD [OR] SITE QUALITY CONTROL
A. Tests and Inspections
1. Inspect all products or equipment delivered to the site prior to unloading.
B. Non -Conforming Work
1. Reject all products or equipment that are damaged, used or in any other way
unsatisfactory for use on the project.
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.10 CLEANING [NOT USED]
3.11 CLOSEOUT ACTIVITIES [NOT USED]
3.12 PROTECTION
A. Protect all products or equipment in accordance with manufacturer's written directions.
B. Store products or equipment in location to avoid physical damage to items while in
storage.
C. Protect equipment from exposure to elements and keep thoroughly dry if required by
the manufacturer.
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
END OF SECTION
CITY OF FORT WORTH Water, Sewer, Drainage, & Paving Improvements to serve Early Childhood Center #1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105754
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 Water, Sewer, Drainage, & Paving Improvements to serve Early Childhood Center #1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105754
Revised April 7, 2014
01 70 00 - 1
DAP MOBILIZATION AND REMOBILIZATION
Page 1 of 4
SECTION 0170 00
MOBILIZATION AND REMOBILIZATION
PART1- GENERAL
""ELl d lU /\
A. Section Includes:
1. Mobilization and Demobilization
a. Mobilization
1) Transportation of Contractor's personnel, equipment, and operating supplies
to the Site
2) Establishment of necessary general facilities for the Contractor's operation
at the Site
3) Premiums paid for performance and payment bonds
4) Transportation of Contractor's personnel, equipment, and operating supplies
to another location within the designated Site
5) Relocation of necessary general facilities for the Contractor's operation
from 1 location to another location on the Site.
b. Demobilization
1) Transportation of Contractor's personnel, equipment, and operating supplies
away from the Site including disassembly
2) Site Clean-up
3) Removal of all buildings and/or other facilities assembled at the Site for this
Contract
c. Mobilization and Demobilization do not include activities for specific items of
work that are for which payment is provided elsewhere in the contract.
Remobilization
a. Remobilization for Suspension of Work specifically required in the Contract
Documents or as required by City includes:
1) Demobilization
a) Transportation of Contractor's personnel, equipment, and operating
supplies from the Site including disassembly or temporarily securing
equipment, supplies, and other facilities as designated by the Contract
Documents necessary to suspend the Work.
b) Site Clean-up as designated in the Contract Documents
2) Remobilization
a) Transportation of Contractor's personnel, equipment, and operating
supplies to the Site necessary to resume the Work.
b) Establishment of necessary general facilities for the Contractor's
operation at the Site necessary to resume the Work.
3) No Payments will be made for:
a) Mobilization and Demobilization from one location to another on the
Site in the normal progress of performing the Work.
b) Stand-by or idle time
c) Lost profits
3. Mobilizations and Demobilization for Miscellaneous Projects
a. Mobilization and Demobilization
CITY OF FORT WORTH Water, Sewer, Drainage, & Paving Improvements to serve Early Childhood Center #1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105754
Revised April 7, 2014
017000-2
DAP MOBILIZATION AND REMOBILIZATION
Page 2 of 4
1) Mobilization shall consist of the activities and cost on a Work Order basis
necessary for:
a) Transportation of Contractor's personnel, equipment, and operating
supplies to the Site for the issued Work Order.
b) Establishment of necessary general facilities for the Contractor's
operation at the Site for the issued Work Order
2) Demobilization shall consist of the activities and cost necessary for:
a) Transportation of Contractor's personnel, equipment, and operating
supplies from the Site including disassembly for each issued Work
Order
b) Site Clean-up for each issued Work Order
c) Removal of all buildings or other facilities assembled at the Site for
each Work Oder
b. Mobilization and Demobilization do not include activities for specific items of
work for which payment is provided elsewhere in the contract.
4. Emergency Mobilizations and Demobilization for Miscellaneous Projects
a. A Mobilization for Miscellaneous Projects when directed by the City and the
mobilization occurs within 24 hours of the issuance of the Work Order.
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 — General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Mobilization and Demobilization
a. Measure
1) This Item is considered subsidiary to the various Items bid.
b. Payment
1) The work performed and materials furnished in accordance with this Item
are subsidiary to the various Items bid and no other compensation will be
allowed.
Remobilization for suspension of Work as specifically required in the Contract
Documents
a. Measurement
1) Measurement for this Item shall be per each remobilization performed.
b. Payment
1) The work performed and materials furnished in accordance with this Item
and measured as provided under "Measurement" will be paid for at the unit
price per each "Specified Remobilization" in accordance with Contract
Documents.
c. The price shall include:
1) Demobilization as described in Section 1.1.A.2.a.1)
2) Remobilization as described in Section 1.1.A.2.a.2)
d. No payments will be made for standby, idle time, or lost profits associated this
Item.
CITY OF FORT WORTH Water, Sewer, Drainage, & Paving Improvements to serve Early Childhood Center #1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105754
Revised April 7, 2014
017000-3
DAP MOBILIZATION AND REMOBILIZATION
Page 3 of 4
Remobilization for suspension of Work as required by City
a. Measurement and Payment
1) This shall be submitted as a Contract Claim in accordance with Article 10
of Section 00 72 00.
2) No payments will be made for standby, idle time, or lost profits associated
with this Item.
4. Mobilizations and Demobilizations for Miscellaneous Projects
a. Measurement
1) Measurement for this Item shall be for each Mobilization and
Demobilization required by the Contract Documents
b. Payment
1) The Work performed and materials furnished in accordance with this Item
and measured as provided under "Measurement" will be paid for at the unit
price per each "Work Order Mobilization" in accordance with Contract
Documents. Demobilization shall be considered subsidiary to mobilization
and shall not be paid for separately.
c. The price shall include:
1) Mobilization as described in Section 1.1.A.3.a.1)
2) Demobilization as described in Section I.1.A.3.a.2)
d. No payments will be made for standby, idle time, or lost profits associated this
Item.
Emergency Mobilizations and Demobilizations for Miscellaneous Projects
a. Measurement
1) Measurement for this Item shall be for each Mobilization and
Demobilization required by the Contract Documents
b. Payment
1) The Work performed and materials furnished in accordance with this Item
and measured as provided under "Measurement' will be paid for at the unit
price per each "Work Order Emergency Mobilization" in accordance with
Contract Documents. Demobilization shall be considered subsidiary to
mobilization and shall not be paid for separately.
c. The price shall include
1) Mobilization as described in Section 1.1.A.4.a)
2) Demobilization as described in Section 1.1.A.3.a.2)
d. No payments will be made for standby, idle time, or lost profits associated this
Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
1.5 SUBMITTALS [NOT USED]
1.6 INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
CITY OF FORT WORTH Water, Sewer, Drainage, & Paving Improvements to serve Early Childhood Center #1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105754
Revised April 7, 2014
017000-4
DAP MOBILIZATION AND REMOBILIZATION
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
DATE
4/7/2014
NAME
M. Domenech
END OF SECTION
Revision Log
SUMMARY OF CHANGE
Revised for DAP application
Page 4 of 4
CITY OF FORT WORTH Water, Sewer, Drainage, & Paving Improvements to serve Early Childhood Center #1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105754
Revised April 7, 2014
1
2
3 PART1- GENERAL
4 1.1 SUMMARY
5
6
7
8
9
10
11
12 1.2
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
017123-1
CONSTRUCTION STAKING AND SURVEY
Pagel of 8
SECTION 01 71 23
CONSTRUCTION STAKING AND SURVEY
A. Section Includes:
1. Requirements for construction staking and construction survey
B. Deviations from this City of Fort Worth Standard Specification
1. See Changes (Highlighted in Yellow).
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 — General Requirements
PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Construction Staking
a. Measurement
1) This Item is considered subsidiary to the various Items bid.
b. Payment
1) The work performed and the materials furnished in accordance with this
Item are subsidiary to the various Items bid and no other compensation will
be allowed.
2. Construction Survey
a. Measurement
1) This Item is considered subsidiary to the various Items bid.
b. Payment
1) The work performed and the materials furnished in accordance with this
Item are subsidiary to the various Items bid and no other compensation will be
allowed.
3. As -Built Survey
a. Measurement
1) This Item is considered subsidiary to the various Items bid.
b. Payment
1) The work performed and the materials furnished in accordance with this
Item are subsidiary to the various Items bid and no other compensation will be
allowed.
CITY OF FORT WORTH Water, Sewer, Drainage, & Paving Improvements to serve Early Childhood Center #1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105754
Revised February 14, 2018
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
017123-2
CONSTRUCTION STAKING AND SURVEY
Page 2 of 8
1.3 REFERENCES
A. Definitions
1. Construction Survev - The survey measurements made prior to or while
construction is in progress to control elevation, horizontal position, dimensions and
configuration of structures/improvements included in the Project Drawings.
2. As -built Survev —The measurements made after the construction of the
improvement features are complete to provide position coordinates for the features
of a project.
3. Construction Stakins — The placement of stakes and markings to provide offsets
and elevations to cut and fill in order to locate on the ground the designed
structures/improvements included in the Project Drawings. Construction staking
shall include staking easements and/or right of way if indicated on the plans.
4. Survev "Field Checks" — Measurements made after construction staking is
completed and before construction work begins to ensure that structures marked on
the ground are accurately located per Project Drawings.
B. Technical References
1. City of Fort Worth — Construction Staking Standards (available on City's Buzzsaw
website) — 01 71 23.16.01— Attachment A Survey Staking Standards
2. City of Fort Worth - Standard Survey Data Collector Library (fxl) files (available
on City's Buzzsaw website).
3. Texas Department of Transportation (TxDOT) Survey Manual, latest revision
4. Texas Society of Professional Land Surveyors (TSPS), Manual of Practice for Land
Surveying in the State of Texas, Category 5
25 1.4 ADMINISTRATIVE REQUIREMENTS
26 A. The Contractor's selection of a surveyor must comply with Texas Government
27 Code 2254 (qualifications based selection) for this project.
28 1.5 SUBMITTALS
29 A. Submittals, if required, shall be in accordance with Section 0133 00.
30 B. All submittals shall be received and reviewed by the City prior to delivery of work.
31 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS
32 A. Field Quality Control Submittals
33 1. Documentation verifying accuracy of field engineering work, including coordinate
34 conversions if plans do not indicate grid or ground coordinates.
35 2. Submit "Cut -Sheets" conforming to the standard template provided by the City
36 (refer to 01 71 23.16.01 — Attachment A — Survey Staking Standards).
37
38 1.7 CLOSEOUT SUBMITTALS
39 B. As -built Redline Drawing Submittal
CITY OF FORT WORTH Water, Sewer, Drainage, & Paving Improvements to serve Early Childhood Center #1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105754
Revised February 14, 2018
017123-3
CONSTRUCTION STAKING AND SURVEY
Page 3 of 8
1 1. Submit As -Built Survey Redline Drawings documenting the locations/elevations of
2 constructed improvements signed and sealed by Registered Professional Land
3 Surveyor (RPLS) responsible for the work (refer to 01 71 23.16.01 — Attachment A
4 — Survey Staking Standards) .
5 2. Contractor shall submit the proposed as -built and completed redline drawing
6 submittal one (1) week prior to scheduling the project final inspection for City
7 review and comment. Revisions, if necessary, shall be made to the as -built redline
8 drawings and resubmitted to the City prior to scheduling the construction final
9 inspection.
10 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
11 1.9 QUALITY ASSURANCE
12 A. Construction Staking
13 1. Construction staking will be performed by the Contractor.
14 2. Coordination
15 a. Contact City and Developer's Project Representative at least one week in
16 advance notifying the City of when Construction Staking is scheduled.
17 b. It is the Contractor's responsibility to coordinate staking such that
18 construction activities are not delayed or negatively impacted.
19 3. General
20 a. Contractor is responsible for preserving and maintaining stakes. If City
21 surveyors or Developer's Project Representative are required to re -stake for
22 any reason, the Contractor will be responsible for costs to perform staking. If
23 in the opinion of the City, a sufficient number of stakes or markings have been
24 lost, destroyed disturbed or omitted that the contracted Work cannot take place
25 then the Contractor will be required to stake or re -stake the deficient areas.
26 B. Construction Survey
27 1. Construction Survey will be performed by the Contractor.
28 2. Coordination
29 a. Contractor to verify that horizontal and vertical control data established in the
30 design survey and required for construction survey is available and in place.
31 3. General
32 a. Construction survey will be performed in order to construct the work shown
33 on the Construction Drawings and specified in the Contract Documents.
34 b. For construction methods other than open cut, the Contractor shall perform
35 construction survey and verify control data including, but not limited to, the
36 following:
37 1) Verification that established benchmarks and control are accurate.
38 2) Use of Benchmarks to furnish and maintain all reference lines and grades
39 for tunneling.
40 3) Use of line and grades to establish the location of the pipe.
41 4) Submit to the City copies of field notes used to establish all lines and
42 grades, if requested, and allow the City to check guidance system setup prior
43 to beginning each tunneling drive.
44 5) Provide access for the City, if requested, to verify the guidance system and
45 the line and grade of the carrier pipe.
CITY OF FORT WORTH Water, Sewer, Drainage, & Paving Improvements to serve Early Childhood Center #1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105754
Revised February 14, 2018
01 71 23 - 4
CONSTRUCTION STAKING AND SURVEY
Page 4 of 8
1 6) The Contractor remains fully responsible for the accuracy of the work and
2 correction of it, as required.
3 7) Monitor line and grade continuously during construction.
4 8) Record deviation with respect to design line and grade once at each pipe
5 joint and submit daily records to the City.
6 9) If the installation does not meet the specified tolerances (as outlined in
7 Sections 33 05 23 and/or 33 05 24), immediately notify the City and correct
8 the installation in accordance with the Contract Documents.
9 C. As -Built Survey
10 1. Required As -Built Survey will be performed by the Contractor.
11 2. Coordination
12 a. Contractor is to coordinate with City to confirm which features require as-
13 built surveying.
14 b. It is the Contractor's responsibility to coordinate the as -built survey and
15 required measurements for items that are to be buried such that construction
16 activities are not delayed or negatively impacted.
17 c. For sewer mains and water mains 12" and under in diameter, it is acceptable
18 to physically measure depth and mark the location during the progress of
19 construction and take as -built survey after the facility has been buried. The
20 Contractor is responsible for the quality control needed to ensure accuracy.
21 3. General
22 a. The Contractor shall provide as -built survey including the elevation and
23 location (and provide written documentation to the City) of construction
24 features during the progress of the construction including the following:
25 1) Water Lines
26 a) Top of pipe elevations and coordinates for waterlines at the following
27 locations:
28 (1) Minimum every 250 linear feet, including
29 (2) Horizontal and vertical points of inflection, curvature,
30 etc.
31 (3) Fire line tee
32 (4) Plugs, stub -outs, dead-end lines
33 (5) Casing pipe (each end) and all buried fittings
34 2) Sanitary Sewer
35 a) Top of pipe elevations and coordinates for force mains and siphon
36 sanitary sewer lines (non -gravity facilities) at the following locations:
37 (1) Minimum every 250 linear feet and any buried fittings
38 (2) Horizontal and vertical points of inflection, curvature,
39 etc.
40 3) Stormwater — Not Applicable
41 b. The Contractor shall provide as -built survey including the elevation and
42 location (and provide written documentation to the City) of construction
43 features after the construction is completed including the following:
44 1) Manholes
45 a) Rim and flowline elevations and coordinates for each manhole
46 2) Water Lines
47 a) Cathodic protection test stations
48 b) Sampling stations
49 c) Meter boxes/vaults (All sizes)
CITY OF FORT WORTH Water, Sewer, Drainage, & Paving Improvements to serve Early Childhood Center #1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105754
Revised February 14, 2018
017123-5
CONSTRUCTION STAKING AND SURVEY
Page 5 of 8
I d)
Fire hydrants
2 e)
Valves (gate, butterfly, etc.)
3 f)
Air Release valves (Manhole rim and vent pipe)
4 g)
Blow off valves (Manhole rim and valve lid)
5 h)
Pressure plane valves
6 i)
Underground Vaults
7
(1) Rim and flowline elevations and coordinates for each
8
Underground Vault.
9 3) Sanitary
Sewer
10 a)
Cleanouts
11
(1) Rim and flowline elevations and coordinates for each
12 b)
Manholes and Junction Structures
13
(1) Rim and flowline elevations and coordinates for each
14
manhole and junction structure.
15 4) Stormwater — Not Applicable
16 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
17 1.11 FIELD [SITE] CONDITIONS [NOT USED]
18 1.12 WARRANTY
19 PART 2 - PRODUCTS
20
A. A construction survey will produce, but will not be limited to:
21
1.
Recovery of relevant control points, points of curvature and points of intersection.
22
2.
Establish temporary horizontal and vertical control elevations (benchmarks)
23
sufficiently permanent and located in a manner to be used throughout construction.
24
3.
The location of planned facilities, easements and improvements.
25
a. Establishing final line and grade stakes for piers, floors, grade beams, parking
26
areas, utilities, streets, highways, tunnels, and other construction.
27
b. A record of revisions or corrections noted in an orderly manner for reference.
28
c. A drawing, when required by the client, indicating the horizontal and vertical
29
location of facilities, easements and improvements, as built.
30
4.
Cut sheets shall be provided to the City inspector and Survey Superintendent for all
31
construction staking projects. These cut sheets shall be on the standard city template
32
which can be obtained from the Survey Superintendent (817-392-7925).
33
5.
Digital survey files in the following formats shall be acceptable:
34
a. AutoCAD (.dwg)
35
b. ESRI Shapefile (.shp)
36
c. CSV file (.csv), formatted with X and Y coordinates in separate columns (use
37
standard templates, if available)
38
6.
Survey files shall include vertical and horizontal data tied to original project
39
control and benchmarks, and shall include feature descriptions
40 PART 3 - EXECUTION
41 3.1 INSTALLERS
CITY OF FORT WORTH Water, Sewer, Drainage, & Paving Improvements to serve Early Childhood Center #1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105754
Revised February 14, 2018
017123-6
CONSTRUCTION STAKING AND SURVEY
Page 6 of 8
I A. Tolerances:
2
1. The staked location of any improvement or facility should be as accurate as
3
practical and necessary. The degree of precision required is dependent on many
4
factors all of which must remain judgmental. The tolerances listed hereafter are
5
based on generalities and, under certain circumstances, shall yield to specific
6
requirements. The surveyor shall assess any situation by review of the overall plans
7
and through consultation with responsible parties as to the need for specific
8
tolerances.
9
a. Earthwork: Grades for earthwork or rough cut should not exceed 0.1 ft. vertical
10
tolerance. Horizontal alignment for earthwork and rough cut should not exceed
11
1.0 ft. tolerance.
12
b. Horizontal alignment on a structure shall be within .0.1 ft tolerance.
13
c. Paving or concrete for streets, curbs, gutters, parking areas, drives, alleys and
14
walkways shall be located within the confines of the site boundaries and,
15
occasionally, along a boundary or any other restrictive line. Away from any
16
restrictive line, these facilities should be staked with an accuracy producing no
17
more than 0.05ft. tolerance from their specified locations.
18
d. Underground and overhead utilities, such as sewers, gas, water, telephone and
19
electric lines, shall be located horizontally within their prescribed areas or
20
easements. Within assigned areas, these utilities should be staked with an
21
accuracy producing no more than 0.1 ft tolerance from a specified location.
22
e. The accuracy required for the vertical location of utilities varies widely. Many
23
underground utilities require only a minimum cover and a tolerance of 0.1 ft.
24
should be maintained. Underground and overhead utilities on planned profile,
25
but not depending on gravity flow for performance, should not exceed 0.1 ft.
26
tolerance.
27 B. Surveying instruments shall be kept in close adjustment according to manufacturer's
28 specifications or in compliance to standards. The City reserves the right to request a
29 calibration report at any time and recommends regular maintenance schedule be
30 performed by a certified technician every 6 months.
31 1. Field measurements of angles and distances shall be done in such fashion as to
32 satisfy the closures and tolerances expressed in Part 3.1.A.
33 2. Vertical locations shall be established from a pre -established benchmark and
34 checked by closing to a different bench mark on the same datum.
35 3. Construction survey field work shall correspond to the client's plans. Irregularities
36 or conflicts found shall be reported promptly to the City.
37 4. Revisions, corrections and other pertinent data shall be logged for future reference.
38
39 3.2 EXAMINATION [NOT USED]
40 3.3 PREPARATION [NOT USED]
41 3.4 APPLICATION
42 3.5 REPAIR / RESTORATION
43 A. If the Contractor's work damages or destroys one or more of the control
44 monuments/points set by the City or Developer's Project Representative, the monuments
45 shall be adequately referenced for expedient restoration.
CITY OF FORT WORTH Water, Sewer, Drainage, & Paving Improvements to serve Early Childhood Center #1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105754
Revised February 14, 2018
017123-7
CONSTRUCTION STAKING AND SURVEY
Page 7 of 8
1 1. Notify City or Developer's Project Representative if any control data needs to be
2 restored or replaced due to damage caused during construction operations.
3 a. Contractor shall perform replacements and/or restorations.
4 b. The City or Developer's Project Representative may require at anytime a
5 survey "Field Check" of any monument or benchmarks that are set be verified
6 by the City surveyors or Developer's Project Representative before further
7 associated work can move forward.
8 3.6 RE -INSTALLATION [NOT USED]
9 3.7 FIELD [OR] SITE QUALITY CONTROL
10 A. It is the Contractor's responsibility to maintain all stakes and control data placed by the
11 City or Developer's Project Representative in accordance with this Specification. This
12 includes easements and right of way, if noted on the plans.
13 B. Do not change or relocate stakes or control data without approval from the City.
14 3.8 SYSTEM STARTUP
15 A. Survey Checks
16 1. The City reserves the right to perform a Survey Check at any time deemed
17 necessary.
18 2. Checks by City personnel or 3' party contracted surveyor are not intended to
19 relieve the contractor of his/her responsibility for accuracy.
20
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
8/31/2012 D. Johnson
Added instruction and modified measurement & payment under 1.2; added
8/31/2017 M. Owen definitions and references under 1.3; modified 1.6; added 1.7 closeout submittal
requirements; modified 1.9 Quality Assurance; added PART 2 — PRODUCTS;
Added 3.1 Installers; added 3.5 Repair/Restoration; and added 3.8 System Startup.
Removed "blue text"; revised measurement and payment sections for Construction
2/14/2018 M Owen Staking and As -Built Survey; added reference to selection compliance with TGC
2254; revised action and Closeout submittal requirements; added acceptable depth
CITY OF FORT WORTH Water, Sewer, Drainage, & Paving Improvements to serve Early Childhood Center #1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105754
Revised February 14, 2018
017123-8
CONSTRUCTION STAKING AND SURVEY
Page 8 of 8
measurement criteria; revised list of items requiring as -built survey "during" and
"after" construction; and revised acceptable digital survey file format
CITY OF FORT WORTH Water, Sewer, Drainage, & Paving Improvements to serve Early Childhood Center #1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105754
Revised February 14, 2018
SECTION 0174 23
CLEANING
PART1- GENERAL
"UNRi lu lu /\
A. Section Includes:
017423-1
DAP CLEANING
Page 1 of 4
1. Intermediate and final cleaning for Work not including special cleaning of closed
systems specified elsewhere
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1— General Requirements
3. Section 32 92 13 — Hydro -Mulching, Seeding and Sodding
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various Items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Scheduling
1. Schedule cleaning operations so that dust and other contaminants disturbed by
cleaning process will not fall on newly painted surfaces.
2. Schedule final cleaning upon completion of Work and immediately prior to final
inspection.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 STORAGE, AND HANDLING
A. Storage and Handling Requirements
1. Store cleaning products and cleaning wastes in containers specifically designed for
those materials.
CITY OF FORT WORTH Water, Sewer, Drainage, & Paving Improvements to serve Early Childhood Center #1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105754
Revised April 7, 2014
01 74 23 - 2
DAP CLEANING
Page 2 of 4
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS
2.1 OWNER -FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED]
2.2 MATERIALS
A. Cleaning Agents
1. Compatible with surface being cleaned
2. New and uncontaminated
3. For manufactured surfaces
a. Material recommended by manufacturer
2.3 ACCESSORIES [NOT USED]
2.4 SOURCE QUALITY CONTROL [NOT USED]
PART 3 - EXECUTION
3.1 INSTALLERS [NOT USED]
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 APPLICATION [NOT USED]
3.5 REPAIR / RESTORATION [NOT USED]
3.6 RE -INSTALLATION [NOT USED]
3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED]
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.10 CLEANING
A. General
1. Prevent accumulation of wastes that create hazardous conditions.
2. Conduct cleaning and disposal operations to comply with laws and safety orders of
governing authorities.
3. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in
storm or sanitary drains or sewers.
4. Dispose of degradable debris at an approved solid waste disposal site.
5. Dispose of nondegradable debris at an approved solid waste disposal site or in an
alternate manner approved by City and regulatory agencies.
CITY OF FORT WORTH Water, Sewer, Drainage, & Paving Improvements to serve Early Childhood Center #1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105754
Revised April 7, 2014
01 74 23 - 3
DAP CLEANING
Page 3 of 4
6. Handle materials in a controlled manner with as few handlings as possible.
7. Thoroughly clean, sweep, wash and polish all Work and equipment associated with
this project.
8. Remove all signs of temporary construction and activities incidental to construction
of required permanent Work.
9. If project is not cleaned to the satisfaction of the City, the City reserves the right to
have the cleaning completed at the expense of the Contractor.
10. Do not burn on -site.
B. Intermediate Cleaning during Construction
1. Keep Work areas clean so as not to hinder health, safety or convenience of
personnel in existing facility operations.
2. At maximum weekly intervals, dispose of waste materials, debris and rubbish.
3. Confine construction debris daily in strategically located container(s):
a. Cover to prevent blowing by wind
b. Store debris away from construction or operational activities
c. Haul from site at a minimum of once per week
4. Vacuum clean interior areas when ready to receive fmish painting.
a. Continue vacuum cleaning on an as -needed basis, until Final Acceptance.
5. Prior to storm events, thoroughly clean site of all loose or unsecured items, which
may become airborne or transported by flowing water during the storm.
C. Exterior (Site or Right of Way) Final Cleaning
1. Remove trash and debris containers from site.
a. Re -seed areas disturbed by location of trash and debris containers in accordance
with Section 32 92 13.
2. Sweep roadway to remove all rocks, pieces of asphalt, concrete or any other object
that may hinder or disrupt the flow of traffic along the roadway.
3. Clean any interior areas including, but not limited to, vaults, manholes, structures,
junction boxes and inlets.
4. If no longer required for maintenance of erosion facilities, and upon approval by
City, remove erosion control from site.
5. Clean signs, lights, signals, etc.
3.11 CLOSEOUT ACTIVITIES [NOT USED]
3.12 PROTECTION [NOT USED]
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
CITY OF FORT WORTH Water, Sewer, Drainage, & Paving Improvements to serve Early Childhood Center #1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105754
Revised April 7, 2014
01 74 23 - 4
DAP CLEANING
Page 4 of 4
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
4/7/2014 M.Domenech Revised for DAP application
CITY OF FORT WORTH Water, Sewer, Drainage, & Paving Improvements to serve Early Childhood Center #1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105754
Revised April 7, 2014
017719-1
DAP CLOSEOUT REQUIREMENTS
Pagel of 3
SECTION 01 7719
CLOSEOUT REQUIREMENTS
PART1- GENERAL
""EL1110 10 /\
A. Section Includes:
1. The procedure for closing out a contract
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1— General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various Items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Guarantees, Bonds and Affidavits
1. No application for final payment will be accepted until all guarantees, bonds,
certificates, licenses and affidavits required for Work or equipment as specified are
satisfactorily filed with the City.
B. Release of Liens or Claims
1. No application for final payment will be accepted until satisfactory evidence of
release of liens has been submitted to the City.
1.5 SUBMITTALS
A. Submit all required documentation to City's Project Representative.
CITY OF FORT WORTH Water, Sewer, Drainage, & Paving Improvements to serve Early Childhood Center #1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105754
Revised April 7, 2014
017719-2
DAP CLOSEOUT REQUIREMENTS
Page 2 of 3
1.6 INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION
3.1 INSTALLERS [NOT USED]
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 CLOSEOUT PROCEDURE
A. Prior to requesting Final Inspection, submit:
1. Project Record Documents in accordance with Section 0178 39
2. Operation and Maintenance Data, if required, in accordance with Section 0178 23
B. Prior to requesting Final Inspection, perform final cleaning in accordance with Section
01 74 23.
C. Final Inspection
1. After final cleaning, provide notice to the City Project Representative that the Work
is completed.
a. The City will make an initial Final Inspection with the Contractor present.
b. Upon completion of this inspection, the City will notify the Contractor, in
writing within 10 business days, of any particulars in which this inspection
reveals that the Work is defective or incomplete.
2. Upon receiving written notice from the City, immediately undertake the Work
required to remedy deficiencies and complete the Work to the satisfaction of the
City.
3. Upon completion of Work associated with the items listed in the City's written
notice, inform the City, that the required Work has been completed. Upon receipt
of this notice, the City, in the presence of the Contractor, will make a subsequent
Final Inspection of the project.
4. Provide all special accessories required to place each item of equipment in full
operation. These special accessory items include, but are not limited to:
a. Specified spare parts
b. Adequate oil and grease as required for the first lubrication of the equipment
c. Initial fill up of all chemical tanks and fuel tanks
d. Light bulbs
e. Fuses
£ Vault keys
g. Handwheels
h. Other expendable items as required for initial start-up and operation of all
equipment
D. Notice of Project Completion
CITY OF FORT WORTH Water, Sewer, Drainage, & Paving Improvements to serve Early Childhood Center #1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105754
Revised April 7, 2014
017719-3
DAP CLOSEOUT REQUIREMENTS
Page 3 of 3
1. Once the City Project Representative finds the Work subsequent to Final Inspection
to be satisfactory, the City will issue a Notice of Project Completion (Green Sheet).
E. Supporting Documentation
1. Coordinate with the City Project Representative to complete the following
additional forms:
a. Final Payment Request
b. Statement of Contract Time
c. Affidavit of Payment and Release of Liens
d. Consent of Surety to Final Payment
e. Pipe Report (if required)
f. Contractor's Evaluation of City
g. Performance Evaluation of Contractor
F. Letter of Final Acceptance
1. Upon review and acceptance of Notice of Project Completion and Supporting
Documentation, in accordance with General Conditions, City will issue Letter of
Final Acceptance and release the Final Payment Request for payment.
3.5 REPAIR / RESTORATION [NOT USED]
3.6 RE -INSTALLATION [NOT USED]
3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED]
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.10 CLEANING [NOT USED]
3.11 CLOSEOUT ACTIVITIES [NOT USED]
3.12 PROTECTION [NOT USED]
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
4/7/2014 M.Domenech Revised for DAP application
CITY OF FORT WORTH Water, Sewer, Drainage, & Paving Improvements to serve Early Childhood Center #1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105754
Revised April 7, 2014
SECTION 0178 39
PART1- GENERAL
��Yllu lu /\:T1
A. Section Includes:
017839-1
DAP PROJECT RECORD DOCUMENTS
Page 1 of 4
1. Work associated with the documenting the project and recording changes to project
documents, including:
a. Record Drawings
b. Water Meter Service Reports
c. Sanitary Sewer Service Reports
d. Large Water Meter Reports
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 — General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various Items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
1.5 SUBMITTALS
A. Prior to submitting a request for Final Inspection, deliver Project Record Documents to
City's Project Representative.
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE
A. Accuracy of Records
1. Thoroughly coordinate changes within the Record Documents, making adequate
and proper entries on each page of Specifications and each sheet of Drawings and
other Documents where such entry is required to show the change properly.
2. Accuracy of records shall be such that future search for items shown in the Contract
Documents may rely reasonably on information obtained from the approved Project
Record Documents.
CITY OF FORT WORTH Water, Sewer, Drainage, & Paving Improvements to serve Early Childhood Center #1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105754
Revised April 7, 2014
017839-2
DAP PROJECT RECORD DOCUMENTS
Page 2 of 4
3. To facilitate accuracy of records, make entries within 24 hours after receipt of
information that the change has occurred.
4. Provide factual information regarding all aspects of the Work, both concealed and
visible, to enable future modification of the Work to proceed without lengthy and
expensive site measurement, investigation and examination.
1.10 STORAGE AND HANDLING
A. Storage and Handling Requirements
1. Maintain the job set of Record Documents completely protected from deterioration
and from loss and damage until completion of the Work and transfer of all recorded
data to the final Project Record Documents.
2. In the event of loss of recorded data, use means necessary to again secure the data
to the City's approval.
a. In such case, provide replacements to the standards originally required by the
Contract Documents.
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2- PRODUCTS
2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS [NOT USED]
i•164i:7 �CK1 '71 1 �Z�lI��Y�f.�
A. Job set
1. Promptly following receipt of the Notice to Proceed, secure from the City, at no
charge to the Contractor, 1 complete set of all Documents comprising the Contract.
B. Final Record Documents
1. At a time nearing the completion of the Work and prior to Final Inspection, provide
the City 1 complete set of all Final Record Drawings in the Contract.
2.3 ACCESSORIES [NOT USED]
2.4 SOURCE QUALITY CONTROL [NOT USED]
PART 3 - EXECUTION
3.1 INSTALLERS [NOT USED]
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 MAINTENANCE DOCUMENTS
A. Maintenance of Job Set
1. Immediately upon receipt of the job set, identify each of the Documents with the
title, "RECORD DOCUMENTS - JOB SET".
CITY OF FORT WORTH Water, Sewer, Drainage, & Paving Improvements to serve Early Childhood Center #1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105754
Revised April 7, 2014
017839-3
DAP PROJECT RECORD DOCUMENTS
Page 3 of 4
2. Preservation
a. Considering the Contract completion time, the probable number of occasions
upon which the job set must be taken out for new entries and for examination,
and the conditions under which these activities will be performed, devise a
suitable method for protecting the job set.
b. Do not use the job set for any purpose except entry of new data and for review
by the City, until start of transfer of data to final Project Record Documents.
c. Maintain the job set at the site of work.
3. Coordination with Construction Survey
a. At a minimum clearly mark any deviations from Contract Documents
associated with installation of the infrastructure.
4. Making entries on Drawings
a. Record any deviations from Contract Documents.
b. Use an erasable colored pencil (not ink or indelible pencil), clearly describe the
change by graphic line and note as required.
c. Date all entries.
d. Call attention to the entry by a "cloud" drawn around the area or areas affected.
e. In the event of overlapping changes, use different colors for the overlapping
changes.
5. Conversion of schematic layouts
a. In some cases on the Drawings, arrangements of conduits, circuits, piping,
ducts, and similar items, are shown schematically and are not intended to
portray precise physical layout.
1) Final physical arrangement is determined by the Contractor, subject to the
City's approval.
2) However, design of future modifications of the facility may require
accurate information as to the final physical layout of items which are
shown only schematically on the Drawings.
b. Show on the job set of Record Drawings, by dimension accurate to within 1
inch, the centerline of each run of items.
1) Final physical arrangement is determined by the Contractor, subject to the
City's approval.
2) Show, by symbol or note, the vertical location of the Item ("under slab", "in
ceiling plenum", "exposed", and the like).
3) Make all identification sufficiently descriptive that it may be related
reliably to the Specifications.
c. The City may waive the requirements for conversion of schematic layouts
where, in the City's judgment, conversion serves no useful purpose. However,
do not rely upon waivers being issued except as specifically issued in writing
by the City.
B. Final Project Record Documents
Transfer of data to Drawings
a. Carefully transfer change data shown on the job set of Record Drawings to the
corresponding final documents, coordinating the changes as required.
b. Clearly indicate at each affected detail and other Drawing a full description of
changes made during construction, and the actual location of items.
c. Call attention to each entry by drawing a "cloud" around the area or areas
affected.
CITY OF FORT WORTH Water, Sewer, Drainage, & Paving Improvements to serve Early Childhood Center #1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105754
Revised April 7, 2014
017839-4
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
4/7/2014
0 ►00
M.Domenech
END OF SECTION
Revision Log
SUMMARY OF CHANGE
Revised for DAP Application
CITY OF FORT WORTH Water, Sewer, Drainage, & Paving Improvements to serve Early Childhood Center #1
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN 105754
Revised April 7, 2014
APPENDIX
GR-01 60 00 Product Requirements
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
FORTWORTH, CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT
STANDARD PRODUCTS LIST AS OF 7/31/2025
s
Illrrrrr Attention:
Mix Designs do not sui2ersede CFW Si2ecifications -MITI!
Spec No.
Classification
Manufacturer
Mix ID Mix D—ription
Design strength'a 28,1.1,
s
DesignApproval
Concrete
Class A (S
dewalk, ADA Ramps, Driveways, Curb/Gutter, Median Pavement)
9/9/2022
32 13 20
Mix Design
American Concrete Company
30CAF029
3000 psi
3-5" Slump; 3-6% Air
4/3/2025
32 13 20
Mix Design
Big Town Concrete
2211
3000 psi
3-5" Slump; 3-6% Air
9/9/2022
32 13 20
Mix Design
Bunten Texas
30U101AG
3000 psi
3-5" Slump; 3-6% Air
4/l/2024
32 13 20
Mix Design
Borneo Texas
30U500BG
3000 psi
3-5" Slump; 3-6% Air
9/9/2022
32 13 20
Mix Design
Carder Concrete
FWCC502001
3000 psi
3-5" Slump; 3-6% Air
9/9/2022
32 13 20
Mix Design
Carder Concrete
FWCC502021
3500 psi
3-5" Slump; 3-6% Air
9/9/2022
32 13 20
Mix Design
Chisholm Trail Redi Mix
C 13020AE
3000 psi
3-5" Slump; 4.5-7.5% Air
4/28/2025
32 13 20
Mix Design
Chisholm Trail Redi Mix
CT6020A
3600 psi
3-5" Slump; 3-6% Air
9/9/2022
32 13 20
Mix Design
City Concrete Company
30HA20II
3000 psi
3-5" Slump; 3-6% Air
9/9/2022
32 13 20
Mix Design
Cow Town Redi Mix
253-W
3000 psi
3-5" Slump; 3-6% Air
9/9/2022
32 13 20
Mix Design
Cow Town Redi Mix
250
3000 psi
3-5" Slump; 3-6% Air
9/9/2022
32 13 20
Mix Design
Cow Town Redi Mix
350
3000 psi
3-5" Slump; 3-6% Air
1/29/2024
32 13 20
Mix Design
Estrada Ready Mix
R3050AEWR
3000 psi
3-5" Slump; 3-6% Air
9/9/2022
32 13 20
Mix Design
Holum - SOR, Inc.
1261
3000 psi
3-5" Slump; 3-6% Air
9/23/2024
32 13 20
Mix Design
Holcim - SOR, Inc.
5177
3000 psi
3-5" Slump; 3-6% Air
5/8/2025
32 13 20
Mix Design
Holum - SOR, Inc.
530WA-TI
3000 psi
3-5" Slump; 3-6% Air
4/7/2023
32 13 20
Mix Design
Liquid Stone
C301D
3000 psi
3-5" Slump; 3-6% Air
9/9/2022
32 13 20
Mix Design
Martin Marietta
R2136214
3000 psi
3-5" Slump; 3-6% Air
9/9/2022
32 13 20
Mix Design
Martin Marietta
R2136014
3000 psi
3-5" Slump; 3-6% Air
4/l/2023
32 13 20
Mix Design
Martin Marietta
R2136N14
3000 psi
3-5" Slump; 3-6% Air
6/l/2023
32 13 20
Mix Design
Martin Marietta
R2136R20
3000 psi
3-5" Slump; 3-6% Air
6/l/2023
32 13 20
Mix Design
Martin Marietta
R2136N20
3000 psi
3-5" Slump; 3-6% Air
11/2/2022
32 13 20
Mix Design
Martin Marietta
R2141K24
4000 psi
3-5" Slump; 3-6% Air
4/7/2023
32 13 20
Mix Design
Martin Marietta
R2136KI4
3000 psi
3-5" Slump; 3-6% Air
9/9/2022
32 13 20
Mix Design
Martin Marietta
R2131314
3000 psi
3-5" Slump; 3-6% Air
9/9/2022
32 13 20
Mix Design
Martin Marietta
R2132214
3000 psi
3-5" Slump; 3-6% Air
9/9/2022
32 13 20
Mix Design
Martin Marietta
D9490SC
3000 psi
3-5" Slump; 4.5-7.5% Air
5/9/2025
32 13 20
Mix Design
Martin Marietta
R2136R14
3000 psi
3-5" Slump; 3-6% Air
10/4/2023
32 13 20
Mix Design
NBR Ready Mix
CLS A-YY
3000 psi
3-5" Slump; 3-6% Air
10/4/2023
32 13 20
Mix Design
NBR Ready Mix
CLS A -NY
3000 psi
3-5" Slump; 3-6% Air
7/10/2023
32 13 20
Mix Design
Osbum
3OA50MR
3000 psi
3-5" Slump; 3-6% Air
1/18/2023
32 13 20
Mix Design
Rapid Redi Mix
RRM5020A
3000 psi
3-5" Slump; 3-6% Air
1/24/2023
32 13 20
Mix Design
Rapid Redi Mix
RRM5525A
3600 psi
3-5" Slump; 3-6% Air
10/24/2024
32 13 20
Mix Desp
SRM Concrete
30850
3000 psi
3-5" Slump; 3-6% Air
10/24/2024
32 13 20
Mix Design
SRM Concrete
30350
3000 psi
3-5" Slump; 3-6% Air
10/18/2024
32 13 20
Mix Desp
SRM Concrete
30050
3000 psi
3-5" Slump; 3-6% Air
9/9/2022
32 13 20
Mix Design
Tarrant Concrete
FW5025A
3000 psi
3-5" Slump; 3-6% Air
9/9/2022
32 13 20
Mix Desp
Tarrant Concrete
CP5020A
3000 psi
3-5" Slump; 3-6% Air
10/10/2022
32 13 20
Mix Design
Tarrant Concrete
TCFW5020A
3000 psi
3-5" Slump; 3-6% Air
9/9/2022
32 13 20
Mix Desp
Tarrant Concrete
FW5525A2
3000 psi
3-5" Slump; 3-6% Air
9/9/2022
32 13 20
Mix Design
Titan Ready Mix
3020AE
3000 psi
3-5" Slump; 3-6% Air
9/9/2022
32 13 20
Mix Design
True Grit Redi Mix
0250.230
3000 psi
3-5" Slump; 3-6% Air
9/9/2022
32 13 20
Mix Design
True Grit Redi Mix
0250.2301
3000 psi
3-5" Slump; 3-6% Air
Class CIP Inlets, Manholes, Junction Boxes, Encasement, Blocldn Collars, (Spread Footing Pedestal Pole Foundations
(Reference Detail 34 41 10-D605A)
9/9/2022
3213 13
: Mix Des tt
American Concrete Company
40CNF06f
4000 psi
3-5" Slump; 0-3% Air
7/28/2025
3213 13
:Mix Design
Barren Texas
40V 100AG
4000 psi
3-5" Slump; 3.5-6.5%Air
7/28/2025
32 13 13
: Mix Des tt
Borneo Texas
30V 100AG
3000 psi
3-5" Slump; 3.5-6.5% Air
7/28/2025
3213 13
: Mix Design
Barren Texas
36V500BG
3600 psi
3-5" Slump; 3.5-6.5% Air
9/9/2022
3213 13
Mix Desp
Bumco Texas
40U500BG
4000 psi
3-5" Slump; 3-6% Air
4/28/2025
32 13 20
Mix Design
Chisholm Trail Redi Mix
CT6020A
3600 psi
3-5" Slump; 3-6% Air
4/28/2025
32 13 20
Mix Desp
Chisholm Trail Redi Mix
CTFW5520A
3600 psi
3-5" Slump; 3-6% Air
4/28/2025
32 13 20
Mix Design
Chisholm Trail Redi Mix
CTFW6020A
4000 psi
3-5" Slump; 3-6% Air
9/9/2022
3213 13
Mix Desp
Cow Town Redi Mix
255-2
3000 psi
3-5" Slump; 3-6% Air
9/9/2022
3213 13
Mix Design
Cow Town Redi Mix
355
3000 psi
3-5" Slump; 3-6% Air
9/9/2022
3213 13
Mix Desp
Cow Town Redi Mix
255
3500 psi
3-5" Slump; 3-6% Air
9/9/2022
3213 13
Mix Design
Cow Town Redi Mix
270
5000 psi
3-5" Slump; 3-6% Air
9/9/2022
3213 13
Mix Desp
Cow Town Redi Mix
370
5000 psi
3-5" Slump; 3-6% Air
9/9/2022
3213 13
Mix Design
Cow Town Redi Mix
353
3000 psi
3-5" Slump; 3-6% Air
9/9/2022
3213 13
Mix Desp
Cow Town Redi Mix
257
3600 psi
3-5" Slump; 3-6% Air
9/9/2022
3213 13
Mix Design
Cow Town Redi Mix
357
3600 psi
3-5" Slump; 3-6% Air
5/7/2025
3213 13
Mix Desp
Cow Town Redi Mix
265-42
4200 psi
3-5" Slump; 3-6% Air
2n12025
3213 13
Mix Design
Holcim - SOR, Inc.
1701
4000 psi
3-5" Slump; 3-6% Air
2/7/2025
3213 13
Mix Design
Holcim - SOR, Inc.
1551
3000 psi
3-5" Slump; 3-6% Air
9/9/2022
3213 13
Mix Design
Holcim - SOR, Inc.
5409
4000 psi
3-5" Slump; 3-6% Air
4/27/2023
3213 13
Mix Design
Liquid Stone
C361DNFA
3600 psi
3-5" Slump; 3-6%Air
9/9/2022
3213 13
Mix Design
Martin Marietta
R2141230
4000 psi
3-5" Slump; 3-6% Air
8/4/2023
3213 13
Mix Design
Martin Marietta
R2141 R24
4000 psi
3-5" Slump; 3-6% Air
Page 1 of 6
FORTWORTH, CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT
STANDARD PRODUCTS LIST AS OF 7/31/2025
s
Illrrrrr Attention:
Mix Designs do not supersede CFW S ecifications -MI111
Spec No.
Classification
Manufacturer
Nli, 11)
Nli, D—ription
Design strength'a 28,1.1,
s
DesignApproval
...Concrete (Continues)
11/20/2023
32 13 13
Mix Design
Martin Marietta
R2146R33
4000 psi
3-5" Slump; 3-6% Air
11/20/2023
3213 13
Mix Design
Martin Marietta
R2146K33
4000 psi
3-5" Slump; 3-6% Air
9/9/2022
3213 13
Mix Design
Martin Marietta
R2142233
3600 psi
3-5" Slump; 4.5-7.5% Air
9/9/2022
3213 13
Mix Design
Martin Marietta
R2136224
3600 psi
3-5" Slump; 3-6% Air
9/9/2022
3213 13
Mix Design
Martin Marietta
R2141233
3600 psi
3-5" Slump; 3-6% Air
9/9/2022
3213 13
Mix Design
Martin Marietta
R2146038
4500 psi
3-5" Slump; 3-6% Air
10/24/2024
3213 13
Mix Design
Martin Marietta
R2146K34
4000 psi
3-5" Slump; 3-6% Air
5/5/2025
3213 13
Mix Design
Martin Marietta
R2146R35
4000 psi
3-5" Slump; 3-6% Air
5/5/2025
33 13 13
Mix Design
Martin Marietta
R2146K35
4000 psi
3-5" Slump; 3-6% Air
5/5/2025
33 13 13
Mix Design
Martin Marietta
R2146N33
4000 psi
3-5" Slump; 3-6% Air
9/12/2023
3213 13
Mix Design
NBR Ready Mix
CLS PI-YY
4000 psi
3-5" Slump; 3-6% Air
9/9/2022
3213 13
Mix Design
NBR Ready Mix
TX C-YY
3000 psi
3-5" Slump; 3-6% Air
9/9/2022
3213 13
Mix Design
NBR Ready Mix
TX C-NY
3000 psi
3-5" Slump; 3-6% Air
1/18/2023
3213 13
Mix Design
Rapid Redi Mix
RRM5320A
3000 psi
3-5" Slump; 3-6% Air
1/18/2023
3213 13
Mix Design
Rapid Redi Mix
RRM6020ASS
4000 psi
3-5" Slump; 3-6% Air
10/24/2024
3213 13
Mix Design
SRM Concrete
40350
4000 psi
3-5" Slump; 3-6% Air
10/24/2024
3213 13
Mix Design
SRM Concrete
40850
4000 psi
3-5" Slump; 3-6% Air
9/16/2024
3213 13
Mix Design
SRM Concrete
35050
3500 psi
3-5" Slump; 3-6% Air
4/28/2025
3213 13
Mix Design
SRM Concrete
36850
3600 psi
3-5" Slump; 3-6% Air
9/9/2022
3213 13
Mix Design
Tarrant Concrete
FW5320A
3000 psi
3-5" Slump; 3-6% Air
10/10/2022
3213 13
Mix Design
Tarrant Concrete
TCFW6025A2
4000 psi
3-5" Slump; 3-6% Air
Class C (Drilled Shaft for Traffic Signal Pole Foundations teference Detail 314
10-D605)
9/9/2022
3213 13
Mix Design
Bumco Texas
36U502BG
3600 psi
5.5-7.5" Slump; 3-6% Air
6/21/2023
3213 13
Mix Design
Cow Town Redi Mix
360-DS
3600 psi
5.5-7.5" Slump; 3-6% Air
10/30/2024
3213 13
Mix Design
Estrada Ready Mix
R36575AEWR
3600 psi
5.5-7.5" Slump; 3-6% Air
12/5/2022
3213 13
Mix Design
Holchn - SOR, Inc.
1822
3600 psi
5.5-7.5" Slump; 0-3% Air
9/9/2022
3213 13
Mix Design
Holcim - SOR, Inc.
1859
4000 psi
5.5-7.5" Slump; 3-6% Air
4/7/2023
3213 13
Mix Design
Liquid Stone
C361DHR
3600 psi
5.5-7.5" Slump; 3-6% Air
6/27/2023
3213 13
Mix Design
Martin Marietta
U2146N41
3600 psi
5-7" Slump; 3-6% Air
6/27/2023
3213 13
Mix Design
Martin Marietta
U2146K45
3600 psi
5-7" Slump; 3-6% Air
5/9/2025
213 13
Mix Design
Martin Marietta
U2146R41
3600 psi
5-7" Slump; 3-6% Air
8/22/2024
3213 13
Mix Design
NBR Ready Mix
135K2524
3600 psi
5.5" Slump; 3-6% Air
8/22/2024
32 13 13
Mix Design
NBR Ready Mix
135KO524
3600 psi
5.5" Slump; 3-6% Air
Class C (Headwalls, Wing
wills, Culverts)
9/9/2022
3213 13
Mix Design
Carder Concrete
FWCC602001
4000 psi
3-5" Slump; 3-6% Air
9/9/2022
3213 13
Mix Design
City Concrete Company
40LA2011
4000 psi
3-5" Slump; 3-6% Air
9/9/2022
3213 13
Mix Desp
Cow Town Redi Mix
260-2
3600 psi
3-5" Slump; 3-6% Air
9/9/2022
3213 13
Mix Design
Cow Town Redi Mix
360-1
3600 psi
3-5" Slump; 3-6% Air
9/9/2022
3213 13
Mix Desp
Cow Town Redi Mix
260-1
3600 psi
3-5" Slump; 3-6% Air
1/29/2024
3213 13
Mix Design
Estrada Ready Mix
R3655AEWR
3600 psi
3-5" Slump; 3-6% Air
9/9/2022
3213 13
Mix Desp
GCH Concrete Services
GCH4000
4000 psi
3-5" Slump; 3-6% Air
4/l/2023
3213 13
Mix Design
Martin Marietta
310LBP
3600 psi
3-5" Slump; 4-7% Air
8/30/2023
3213 13
Mix Desp
Martin Marietta
R2141R30
4000 psi
3-5" Slump; 3-6% Air
9/9/2022
3213 13
Mix Design
Martin Marietta
R2146035
4000 psi
3-5" Slump; 3-6% Air
9/9/2022
3213 13
Mix Desp
SRM Concrete
40050
4000 psi
3-5" Slump; 3-6% Air
9/9/2022
3213 13
Mix Design
SRM Concrete
35022
3600 psi
3-5" Slump; 3-6% Air
9/9/2022
3213 13
Mix Design
Tarrant Concrete
FW6020A2
4000 psi
3-5" Slump; 3-6% Air
Class P (A
achine Placed Pav ng)
4/3/2025
3213 13
Mix Desp
Bw Town Concrete
4511
3600 psi
1-3" Slump; 3-6% Air
4/3/2025
3213 13
Mix Design
Big Town Concrete
4411
3600 psi
1-3" Slump; 3-6% Air
6/30/2025
3213 13
Mix Desp
Bw Town Concrete
5211
With 20% Fly Ash
4000 psi
1-Y Slump; 3-6% Air
6/30/2025
3013 13
Mix Design
Big Town Concrete
52113
With 30% slag
4000 psi
I-Y Slump; 3-6% Air
6/30/2025
3013 13
Mix Desp
Big Town Concrete
5311
4000 psi
1-3' Slump; 3-6% Air
9/9/2022
3213 13
Mix Design
Carder Concrete
FWCC552091
3600 psi
I-Y Slump; 3-6% Air
9/9/2022
3213 13
Mix Desp
Carder Concrete
FWCC602091
4000 psi
1-Y Slump; 3-6% Air
9/9/2022
3213 13
Mix Design
City Concrete Company
36LA2011
3600 psi
I-Y Slump; 3-6% Air
9/9/2022
33 13 13
Mix Desp
Cow Town Redi Mix
257-M
3600 psi
1-3" Slump; 3-6% Air
11/14/2022
3213 13
Mix Design
Cow Town Redi Mix
357-M
3600 psi
1-3" Slump; 3-6% Air
9/9/2022
3213 13
Mix Desp
Cow Town Redi Mix
260-M
4000 psi
1-3" Slump; 3-6% Air
9/9/2022
3213 13
Mix Design
Cow Town Redi Mix
360-M
4000 psi
1-3" Slump; 3-6% Air
2/6/2024
3213 13
Mix Desp
Estrada Ready�Mix
TD3655AEWR
3600 psi
1-Y Slump; 3-6% Air
5/20/2025
3213 13
Mix Design
Gilco Contracting Inc
36MP1643
3600 psi
1-Y Slump; 3-6% Air
6/20/2025
3213 13
Mix Design
Gilco Contracting Inc
36MP1629
3600 psi
1-Y Slump; 3-6%Air
5/12/2025
3213 13
Mix Design
Holcim - SOR, Inc.
1703
4000 psi
1-3" Slump; 3-6% Air
8/4/2023
3213 13
Mix Design
Martin Marietta
Q214IR27
4000 psi
1-Y Slump; 3-6% Air
11/2/2022
3213 13
Mix Design
Martin Marietta
Q214IK30
4000 psi
1-3" Slump; 3-6% Air
Page 2 of 6
FORTWORTH, CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT
STANDARD PRODUCTS LIST AS OF 7/31/2025
s
!!liar! Attention:
Mix Designs do not supersede CFW S ecifications 1111A1111
Spec No.
Classification
Manufacturer
Nli, 11) Nli, l)—ription
Design strcrigtli'a 28dal,
s
DesignApproval
...Concrete (Continues)
5/5/2025
32 13 13
Mix Desp
Martin Marietta
Q214IN27
4000 psi
1-3" Slump; 3-6% Air
10/4/2023
3213 13
Mix Design
NBR Ready Mix
TX C SF-YY
3600 psi
1-3" Slump; 3-6% Air
10/4/2023
32 13 13
Mix DesP
NBR Ready Mix
TX C SF -NY
3600 psi
1-3" Slump; 3-6% Air
10/24/2024
3213 13
Mix Design
SRM Concrete
40068
4000 psi
1-3" Slump; 3-6% Air
10/24/2024
32 13 13
Mix DesP
SRM Concrete
40825
4000 psi
1-3" Slump; 3-6% Air
9/16/2024
3213 13
Mix Design
SRM Concrete
40025
4000 psi
1-3" Slump; 3-6% Air
10/18/2024
3213 13
Mix Des�op
SRM Concrete
35023
3600 psi
1-3" Slump; 3-6% Air
6/5/2025
3213 13
Mix Des1i p
SRM Concrete
40324
4000 psi
1-3" Slump; 3-6% Air
9/9/2022
3213 13
Mix Desi
Tarrant Concrete
FW5520AMP
3600 psi
1-3" Slump; 3-6% Air
9/9/2022
3213 13
Mix Deslt„n
True Grit Redi Mix
0255.2301
3600 psi
1-3" Slump; 3.5-6.5% Air
9/9/2022
3213 13
Mix Desi
True Grit Redi Mix
0260.2302
4000 psi
1-3" Slump; 3.5-6.5% Air
6/17/2025
3213 13
Mix Deslt„n
True Grit Redi Mix
460.230M
4000 psi
1-3" Slump; 3-6% Air
6/23/2025
3213 13
Mix Design
True Grit Redi Mix
360.230M
4000 psi
1-3" Slump; 3-6% Air
Class H (Vand Placed Paving, Valley Gutter)
9/9/2022
3213 13
Mix Des
American American Concrete Company
45CAF076
4500 psi
3-5" Slump; 3-6% Air
5/2/2023
3213 13
Mix Desop
B; D Concrete
CM14520AE
4500 psi
3-5" Slump; 3-6% Air
4/3/2025
3213 13
Mix Deslt„n
B1w Town Concrete
6211
4500 psi
3-5" Slump; 3-6% Air
4/3/2025
3213 13
Mix Desi
Bw Town Concrete
6311
4500 psi
3-5" Slump; 3-6% Air
4/5/2025
3213 13
Mix Des1i p
Big Town Concrete
6017
4500 psi
3-5" Slump; 3-6% Air
7/25/2025
3213 13
Mix Design
Bur wo Texas
45U500BG
4500 psi
3-5" Slump; 3-6% Air
9/9/2022
3213 13
Mix Desp
Carder Concrete
FWCC602021
4500 psi
3-5" Slump; 3-6% Air
4/28/2025
3213 13
Mix Design
Chisholm Trail Redi Mix
CTFW6520A
4500 psi
3-5" Slump; 3-6% Air
9/9/2022
3213 13
Mix Desp
City Concrete Company
45NA20II
4500 psi
3-5" Slump; 3-6% Air
9/9/2022
3213 13
Mix Design
Cow Town Redi Mix
265
4500 psi
3-5" Slump; 3-6% Air
9/9/2022
3213 13
Mix Desp
Cow Town Redi Mix
365
4500 psi
3-5" Slump; 3-6% Air
1/29/2024
3213 13
Mix Design
Estrada Ready Mix
R4560AEWR/
4500 psi
3-5" Slump; 4-6% Air
9/9/2022
3213 13
Mix Desp
GCH Concrete Services
GCH4500
4500 psi
3-5" Slump; 3-6% Air
5/20/2025
3213 13
Mix Design
Gilco Contracting Inc
45HP1643
4500 psi
3-5" Slump; 3-6%Air
6/20/2025
3213 13
Mix Desp
Gilco Contracting Inc
45HP1629
4500 psi
3-5" Slump; 3-6%Air
10/4/2024
3213 13
Mix Design
Holcim - SOR, Inc.
5507
4500 psi
3-5" Slump; 3-6% Air
9/9/2022
3213 13
Mix Desp
Holum - SOR, Inc.
1851
4500 psi
3-5" Slump; 3-6% Air
5/8/2025
3213 13
Mix Design
Holcim - SOR, Inc.
545WA-TI
4500 psi
3-5" Slump; 3-6% Air
4/5/2025
3213 13
Mix Desp
Liquid Stone
C451D
4500 psi
3-5" Slump; 3-6%Air
11/2/2022
3213 13
Mix Design
Martin Marietta
R2146N35
4500 psi
3-5" Slump; 3-6% Air
8/4/2023
3213 13
Mix Desp
Martin Marietta
R2146R36
4500 psi
3-5" Slump; 3-6% Air
11/2/2022
3213 13
Mix Design
Martin Marietta
R2146N36
4500 psi
3-5" Slump; 3-6% Air
5/22/2023
3213 13
Mix Desp
Martin Marietta
R2146K37
4500 psi
3-5" Slump; 3-6% Air
12/22/2023
3213 13
Mix Design
Martin Marietta
R2146R44
4500 psi
3-5" Slump; 3-6% Air
12/22/2023
3213 13
Mix Desp
Martin Marietta
R2146K44
4500 psi
3-5" Slump; 3-6% Air
11/15/2022
3213 13
Mix Design
Martin Marietta
R21461`36
4500 psi
3-5" Slump; 3-6% Air
11/15/2022
3213 13
Mix Desp
Martin Marietta
R2146K36
4500 psi
3-5" Slump; 3-6% Air
9/9/2022
3213 13
Mix Design
Martin Marietta
R2147241
4500 psi
3-5" Slump; 4.5-7.5% Air
9/9/2022
3213 13
Mix Desp
Martin Marietta
R2146236
4500 psi
3-5" Slump; 3-6% Air
9/9/2022
3213 13
Mix Design
Martin Marietta
R2146036
4500 psi
3-5" Slump; 3-6% Air
9/9/2022
3213 13
Mix Desp
Martin Marietta
R2146242
4500 psi
3-5" Slump; 3-6% Air
9/9/2022
3213 13
Mix Design
Martin Marietta
R2146042
4500 psi
3-5" Slump; 3-6% Air
6/3/2025
3213 13
Mix Desp
Martin Marietta
R2146K43
4500 psi
3-5" Slump; 3-6% Air
10/4/2023
3213 13
Mix Design
NBR Ready Mix
CLS P2-YY
4500 psi
3-5" Slump; 3-6% Air
10/4/2023
3213 13
Mix Desp
NBR Ready Mix
CLS P2-NY
4500 psi
3-5" Slump; 3-6% Air
7/10/2023
3213 13
Mix Design
Osbum
45A60MR
4500 psi
3-5" Slump; 3-6% Air
1/24/2023
3213 13
Mix Desp
Rapid Redi Mix
RRM6320AHP
4500 psi
3-5" Slump; 3-6% Air
2/7/2025
3213 13
Mix Design
SRM Concrete
45023
4500 psi
3-5" Slump; 3-6% Air
9/9/2022
3213 13
Mix Desp
SRM Concrete
45000
4500 psi
3-5" Slump; 3-6% Air
5/23/2025
3213 13
Mix Design
SRM Concrete
45300
4500 psi
3-5" Slump; 3-6% Air
10/24/2024
3213 13
Mix Desp
SRM Concrete
45350
4500 psi
3-5" Slump; 3-6% Air
10/24/2024
3213 13
Mix Design
SRM Concrete
45850
4500 psi
3-5" Slump; 3-6% Air
10/18/2024
3213 13
Mix Desp
SRM Concrete
45050
4500 psi
3-5" Slump; 3-6% Air
9/9/2022
3213 13
Mix Design
Tarrant Concrete
FW6020AHP
4500 psi
3-5" Slump; 3-6% Air
9/9/2022
3213 13
Mix Desp
Tarrant Concrete
FW60AHP
4500 psi
3-5" Slump; 3-6% Air
9/9/2022
3213 13
Mix Design
Tarrant Concrete
TCFW6020AHP
4500 psi
3-5" Slump; 3-6% Air
9/9/2022
3213 13
Mix Desp
Titan Ready Mix
TRC4520
4500 psi
3-5" Slump; 3-6% Air
9/9/2022
3213 13
Mix Design
True Grit Redi Mix
0260.2301
4500 psi
3-5" Slump; 3-6% Air
9/9/2022
3213 13
Mix Desp
True Grit Redi Mix
0265.2301
4500 psi
3-5" Slump; 3.5-6.5% Air
9/9/2022
3213 13
Mix Design
True Grit Redi Mix
270.230
4500 psi
3-5" Slump; 3-6% Air
6/12/2025
3213 13
Mix DesP
True Grit Redi Mix
465.230H
4500 psi
3-5" Slunp: 3-6% Air
6/23/2025
3213 13
Mix Design
True Grit Redi Mix
365.230H
4500 psi
3-5" Slump: 3-6% Air
10/9/2024
3213 13
Mix Design
Wildcatter
4520AI
4500 psi
3-5" Slump; 3-6% Air
Page 3 of 6
FORTWORTH,
CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT
STANDARD PRODUCTS LIST AS OF 7/31/2025
!!!!!!!! Attention; Mix Designs
do not sui2ersede CFW S ecifications
!!!!!!!!!!
Spec No.
C11—iti'ation
Manufacturer
Nli, 11)
Nli, l)—ription
Design Strength if, 28 da� s
DesignApproval
Class HES (High Early Stren^th
Paving)
9/9/2022
3213 13
Mix DesP
Big D Concrete
14500AE
4500 psi
3-5" Slump; 3-6 % Air
9/9/2022
3213 13
Mix Design
Cow Town Redi Mix
370-INC
4500 psi
3-5" Slump; 3-6% Air
9/9/2022
3213 13
Mix DesP
Cow Town Redi Mix
375-NC
5000 psi
3-5" Slump; 3-6% Air
9/9/2022
3213 13
Mix Design
Cow Town Redi Mix
370-NC
4500 psi
3-5" Slump; 3-6% Air
1/18/2023
3213 13
Mix DesP
Cow Town Redi Mix
380-NC
4500 psi
3-5" Slump; 3-6% Air
1/29/2024
3213 13
Mix Design
Estrada Ready Mix
4575AESC
4500 psi / 3000 psi (a) 3 days
3-5" Slump; 3-6% Air
9/9/2022
3213 13
Mix Design
Holcim - SOR, Inc.
2125
5000 psi
3-5" Slump; 3-6% Air
...Concrete �Confinues)
1/24/2023
3213 13
Mix Design
Liquid Stone
C451DHR-A
4500 psi
3-5" Slump; 3-6% Air
4/7/2023
3213 13
Mix Design
Martin Marietta
R2161K70
6000 psi / 3000 psi (a, 24hr.
3-5" Slump; 3-6% Air
2/10/2023
3213 13
Mix Design
SRM Concrete
50310
5000 psi
3-5" Slump; 3-6% Air
2/7/2025
3213 13
Mix Design
SRM Concrete
40326
4500 psi / 3000 psi (a) 3 days
3-5" Slump; 3-6% Air
9/9/2022
3213 13
Mix Design
Tarrant Concrete
FW6520AMR
4500 psi / 3000 psi @ 3 days
3-5" Slump; 3-6% Air
9/9/2022
3213 13
Mix Design
Tarrant Concrete
FW7520AMR
4500 psi / 3000 psi P 3 days
3-5" Slump; 3-6% Air
Class S (Bridle Slabs, Top SI-tbs
of Direct Traffic Culverts, Approach Slabs)
9/9/2022
3213 13
Mix Design
Cow Town Redi Mix
260
4000 psi
3-5" Slump; 3-6% Air
9/9/2022
3213 13
Mix Design
Cow Town Redi Mix
360
4000 psi
3-5" Slump; 3-6% Air
9/9/2022
3213 13
Mix Design
Cow Town Redi Mix
365-STX
4000 psi
3-5" Slump; 3-6% Air
1/29/2024
3213 13
Mix Design
Estrada Ready Mix
R4060AEWR
4000 psi
4-6" Slump; 3-6% Air
5/3/2023
3213 13
Mix Design
Martin Marietta
M7842344
4000 psi
3-5" Slump; 4.5-7.5% Air
4/l/2023
3213 13
Mix Design
Martin Marietta
R2146P33
4000 psi
3-5" Slump; 3-6% Air
4/15/2024
3213 13
Mix Design
NBR Ready Mix
TX S-NY
4000 psi
3-5" Slump; 3-6% Air
4/15/2024
3213 13
Mix Design
NBR Ready Mix
TX S-YY
4000 psi
3-5" Slump; 3-6% Air
4/5/2025
3213 13
Mix Design
SRM Concrete
40850
4000 psi
3-5" Slump; 3-6% Air
4/5/2025
3213 13
Mix Design
SRM Concrete
40350
4000 psi
3-5" Slump; 3-6% Air
5/5/2023
3213 13
Mix Design
SRM Concrete
D100008553CB
4000 psi
3-5" Slump; 3-6% Air
Concrete Base Trench Repair
4/l/2023
03 34 16
1033416
(Mix Design
IBumco Texas
IOYH50BF
I
1000 psi
(Flowable; 8.5-11.5%Air
9/9/2022
03 34 16
Mix Design
Bumco Texas
08Y450BA
800 psi
5-7" Slump; 3-6% Air
Controlled Low Strength Ma'erial
(Flowable Fill)
2/7/2025
03 34 13
Mix Design
Bumco Texas
OIY690BF
100 psi
Flowable; 9.5-11.5% Air
5/19/2025
03 34 13
Mix Design
Borneo Texas
OIZ180AF
100 psi
Flowable; 8.5-11.5%Air
9/9/2022
03 34 13
Mix Design
Carder Concrete
FWCC359101
50-150 psi
3-5" Slump; 8-12% Air
9/9/2022
03 34 13
Mix Desp
Carder Concrete
FWFF237501
50-150 psi
Flowable; 8.5-11.5%Air
9/9/2022
03 34 13
Mix Design
City Concrete Company
11-350-FF
50-150 psi
Flowable; 8-12%Air
9/9/2022
03 34 13
Mix Desp
Cow Town Redi Mix
Mix# 9
70 psi
7-9" Slump; 8-11 % Air
5/12/2025
03 34 13
Mix Design
Holcirn - SOR, Inc.
3741
100 psi
Flowable; 12.0-24.0% Air
10/4/2023
03 34 13
Mix Desp
NBR Ready Mix
FTW FLOW FILL
150 psi
7-10" Slump; 8-12% Air
2/7/2025
03 34 13
Mix Design
SRM Concrete
910
150 psi
Flowable; 8-12% Air
9/9/2022
03 34 13
Mix Design
Tarrant Concrete
FWFF150CLSM
50-150 psi
Flowable; 8-12%Air
Concrete Rip Rap
4/l/2023
I31 37 00
(Mix Design
(Martin Marietta
R2141030
I
4000 psi
I3-5" Slump; 3-6%Air
4/l/2023
31 37 00
Mix Design
Martin Marietta
R2146033
4000 psi
3-5" Slump; 3-6% Air
AShalt Paving
9/9/2022
32 12 16
Mix Design
Austin Asphalt
FT5B117965
FT5B117965 PG64-22 Type B Fine Base
9/9/2022
321216
Mix Desp
Austin Asphalt
FTIIB139965
FT1B139965 PG64-22 Type B Fine Base
9/9/2022
321216
Mix Design
Austin Asphalt
FT1B117.2
FTIB 117.2 PG64-22 Type B Fine Base
5/l/2024
32 12 16
Mix Desp
Reynolds Asphalt
340-DG-B P
340-DG-B PG64-22 Type B Base Course
9/9/2022
32 12 16
Mix Design
Reynolds Asphalt
1112B
1112B PG64-22 Type B Fine Base
9/9/2022
32 12 16
Mix Desp
Reynolds Asphalt
1612B
1612B PG64-22 Type B Fine Base
4/4/2025
32 12 16
Mix Design
Reynolds Asphalt
2315B
2315B PG64-22 Type B Fine Base
12/5/2022
33 1216
Mix Desp
Supmount Paving
3076BV6422
3076BV6422 PG62-22 Type B Fine Base
9/9/2022
32 12 16
Mix Design
Surmount Paving
341-BRAP6422ERG
341-BRAP6422ERG PG64-22 Type B Fine Base
9/9/2022
32 12 16
Mix Desp
TXBIT
37-211305-20
37-211305-20 PG64-22 Type B Fine Base
9/9/2022
32 12 16
Mix Design
TXBIT
44-211305-17
44-211305-17 PG64-22 Type B Fine Base
9/9/2022
32 12 16
Mix Desp
TXBIT
211305 (1757)
211305 (1757) PG64-22 Type B Fine Base
9/9/2022
32 12 16
Mix Design
TXBIT
64-224125-18 PG
64-224125-18 PG70-22 Type D Fine Surface
4/l/2024
32 12 16
Mix Design
TXBIT
344 MAC-SP-D 70-22XR
344 MAC-SP-D 70-22XR SAC A-R Type D Fine Surface
Detectable Warning Surface
9/9/2022
32 13 20
DWS - Pavers
Pine Hall Brick (Winston Salem, NC)
Tactile Pavers
9/9/2022
32 13 20
DWS - Pavers
Western Brick Co. (Houston, TX)
Detectable Warning Pavers
9/9/2022
32 13 20
DWS - Composite
Armor Tile
9/9/2022
32 13 20
DWS - Composite
ADA Solutions (Wilmington, MA)
Heritage Brick CIP Composite Paver
4/7/2023
32 13 20
DWS - Pavers
ADA Solutions (Wilmington, MA)
Detectable Warning Pavers
Page 4 of 6
FORTWORTH,
CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT
STANDARD PRODUCTS LIST AS OF 7/31/2025
!!!!!!!! Attention, Mix Designs do not supersede CFW S ecifications
11111!!111
Approval
Spec No.
Classification Manufacturer
Nli, 11)
Nli, D—ription 1 Design
Silicone Joint Sealant
9/9/2022
13 73
Joint Sealant
Dow
890SL
890SL - Cold Applied, Si a Component, Silicone Joint Sealant
ASTM D5893
9/9/2022
�32
32 13 73
Joint Sealant
Tremco
900SL
900SL - Cold Applied, Sing a Component, Silicone Joint Sealant
ASTM D5893
9/9/2022
32 13 73
Joint Sealant
Pecom
300SL
300SL - Cold Applied, Single Component, Silicone Joint Sealant
ASTM D5893
9/9/2022
32 13 73
Joint Sealant
Crafco
RoadSaver Silicone
RoadSaver Silicone - Cold Applied, Single Component, Silicone Joint Sealant
ASTM D5893
Utility Trench Embedment Sand
9/9/2022
3305 lb
Embedment Sand
Silver Creek Materials
Utility Embedment Sand
ASTM C33
9/9/2022
3305 10
Embedment Sand
Crouch Materials
Utility Embedment Sand
ASTM C33
9/9/2022
3305 10
Embedment Sand
F and L Dirt Movers
Utility Embedment Sand
ASTM C33
9/9/2022
3305 10
Embedment Sand
F and L Dirt Movers
Utility Embedment Sand
ASTM C33
9/9/2022
3305 10
Embedment Sand
Tin Top Martin Marietta
Utility Embedment Sand
ASTM C33
Storm Sewer - Manholes & Bases/Frames & Covers/Standard (Round) 33-05-13
9/28/2018
3305 13
Manhole Frames and Covers AccuCast (Govind Steel Company, LTD)
MHRC #220605
MHRC #220605 (Size - **24" Dia.)
ASTM A48 AASHTO M306
9/28/2018
3305 13
Manhole Cover Neenah Foundry
NF-1274-T91
NF-1274-T91 (Size - 32" Dia.)
ASTM A48 AASHTO M306
9/28/2018
3305 13
Manhole Frames and Cova Neenah Foundry
NF-1743-LM (Hinged)
NF-1743-LM (Hinged) (Size - 32" Dia.)
ASTM A48 AASHTO M306
9/28/2018
3305 13
Manhole Frame Neenah Foundry
NF-1930-30
NF-1930-30 (Size - 32.25" Dial
ASTM A48 AASHTO M306
9/28/2018
3305 13
Manhole Frames and Cova Neenah Foundry
R-1743-HV
R-1743-HV (Size - 32" Dial
ASTM A48 AASHTO M306
4/3/2019
3305 13
Manhole Frames and Cov SIP Industries ++
2279ST
2279ST (Size - 24" Dial
ASTM A48 AASHTO M306
4/3/2019
3305 13
Manhole Frames and CovSIP Industries ++
2280ST
2280ST (Size - 32" Dial
ASTM A48 AASHTO M306
10/8/2020
3305 13
Manhole Frames and Cov/EJ ( Formally East Jordan Iron Works)
EJ1033 Z2/A
EJ 1033 Z2/A (Size - 32.25" Dial
ASTM A536 AASHTO M306
3/8/2024
3305 13
Curb Inlet Covers SIP Industries ++
2296T
2296T (Size - ***24" Dial
ASTM A48 AASHTO M306
6/18/2024
3305 13
Curb Inlet Covers SIP Industries ++
2279STN
2279STN (Size - 24" Dia.)
ASTM A48 AASHTO M306
**Note: All new development and new installation manhole 4hds shall meet the minimum 30-inch opening requirement as specified in City Specification 33 0513. Any smaller opening sizes will only be allowed for existing manholes that require replacement frames and covers.
Storm Sewer - Inlet & Structures 33-05-13
10/8/2020
33 49 20
Curb Inlets
Fontera
FRT-100-405-PRECAST** (Size - 10' X 3)
ASTM C913
10/8/2020
33 49 20
Curb Inlets
Fonterra
FRT-lOx3-406-PRECAST** (Size - 10' X 3')
ASTM C913
10/8/2020
33 49 20
Curb Inlets
Fonterra
FRT-l0x4.5-407-PRECAST** (Size - 10' X 4.5')
ASTM C913
10/8/2020
33 49 20
Curb Inlets
Fonterra
FRT-lOx4.5-420-PRECAST** (Size - 10' X 4.5')
ASTM C913
10/8/2020
33 39 20
Manhole
Fonterra
FRT-4X4-409-PRECAST-TOP (Size - 4' X 4')
ASTM C913
10/8/2020
33 39 20
Manhole
Fonterra
FRT-4X4-409-PRECAST-BASE (Size - 4' X 4')
ASTM C913
10/8/2020
33 39 20
Manhole
Fonterra
FRT-5X5-010-PRECAST-TOP (Size - 5' X 5')
ASTM C913
10/8/2020
33 39 20
Manhole
Fonterra
FRT-5X5-410-PRECAST-BASE (Size - 5' X 5')
ASTM C913
10/8/2020
33 39 20
Manhole
Fonterra
FRT-6X6-411-PRECAST-TOP (Size - 6' X 61
ASTM C913
10/8/2020
33 39 20
Manhole
Fonera
FRT-6X6-411-PRECAST-BASE (Size - 6' X 6')
ASTM C913
3/19/2021
33 49 20
Curb Inlets
Thompson PFe Group
TPG-I OX3-405-PRECAST INLET** ((Size - 110' X 3')
ASTM 615
3/19/2021
33 49 20
Curb Inlets
Thompson Pipe Group
TPG-15X3-405-PRECAST INLET** (Size - 15' X 3')
ASTM 615
3/19/2021
33 49 20
Curb Inlets
Thompson PFe Group
TPG-20X3-405-PRECAST INLET** (Size - 20' X T)
ASTM 615
3/19/2021
33 39 20
Manhole
Thompson Pipe Group
TPG4X4-409-PRECAST TOP (Size - 4' X 4')
ASTM 615
3/19/2021
33 39 20
Manhole
Thompson PFe Group
TPG4X4-409-PRECAST BASE (Size - 4' X 41
ASTM 615
3/19/2021
33 39 20
Manhole
Thompson Pipe Group
TPG4X4-412-PRECAST 4-FT RISER (Size - 4' X 4')
ASTM 615
3/19/2021
33 39 20
Manhole
Thompson PFe Group
TPG-5X5-410-PRECAST TOP (Size - 5' X 5')
ASTM 615
3/19/2021
33 39 20
Manhole
Thompson Pipe Group
TPG-5X5-410-PRECAST BASE (Size - 5' X 5�
ASTM 615
3/19/2021
33 39 20
Manhole
Thompson PFe Group
TPG-5X5-412-PRECAST 5-FT RISER (Size - 5' X 5')
ASTM 615
3/19/2021
33 39 20
Manhole
Thompson Pipe Group
TPG-6X6-411-PRECAST TOP (Size - 6' X 6')
ASTM 615
3/19/2021
33 39 20
Manhole
Thompson PFe Group
TPG-6X6-411-PRECAST BASE (Size - 6' X 61
ASTM 615
3/19/2021
33 39 20
Manhole
Thompson Pipe Group
TPG-6X6-412-PRECAST 6-FT RISER (Size - 6' X 6')
ASTM 615
3/19/2021
33 39 20
Manhole
Thompson PFe Group
TPG-7X7-411-PRECAST TOP (Size - TX T)
ASTM 615
3/19/2021
33 39 20
Manhole
Thompson Pipe Group
TPG-7X7-411-PRECAST BASE (Size - TX 7')
ASTM 615
3/19/2021
33 39 20
Manhole
Thompson PFe Group
TPG-7X7-412-PRECAST 4-FT RISER (Size - TX T)
ASTM 615
3/19/2021
33 39 20
Manhole
Thompson Pipe Group
TPG-8X8-411-PRECAST TOP (Size - 8' X 8')
ASTM 615
3/19/2021
33 39 20
Manhole
Thompson PFe Group
TPG-8X8-411-PRECAST BASE (Size - 8' X 81
ASTM 615
3/19/2021
33 39 20
Manhole
Thompson Pipe Group
TPG-8X8-412-PRECAST 5-FT RISER (Size - 8' X 8')
ASTM 615
3/19/2021
33 49 20
Drop Inlet
Thompson PFe Group
TPG4X4-408-PRECAST INLET (Size - 4' X 4')
ASTM 615
3/19/2021
33 49 20
Drop Inlet
Thompson Pipe Group
TPG-5X5-408-PRECAST INLET (Size - 5' X 5')
ASTM 615
3/19/2021
33 49 20
DroQQ Inlet
Thompson Pipe Group
TPG-6X6-408-PRECAST INLET (Size - 6' X 6')
ASTM 615
8/28/2023
33 49 10
Marilrole
Oldcastle
Precast 4' x 4' Stacked Manhole (Size - 4' X 41
ASTM C478
8/28/2023
33 49 10
Manhole
Oldcastle
Precast 5' x 8' Storm Junction Box (Size - 5' X 8')
ASTM C478
8/28/2023
33 49 10
Manhole
Oldcastle
Precast 4' x 4' Storm Junction Box (Size - 4' X 4')
ASTM C478
8/28/2023
33 49 10
Manhole
Oldcastle
Precast 5' x 5' Storm Junction Box (Size - 5' X 5')
ASTM C478
8/28/2023
33 49 10
Manhole
Oldcastle
Precast 6' x 6' Storm Junction Box (Size - 6' X 6')
ASTM C478
8/28/2023
33 49 10
Manhole
Oldcastle
Precast 8' x 8' Storm Junction Box Base (Size - 8' X 85
ASTM C478
8/28/2023
33 49 10
Manhole
Oldcastle
Precast 5' x 8' Storm Junction Box Base (Size - 5' X 8')
ASTM C478
8/28/2023
33 49 10
Manhole
Rinker Materials
Reinforced 48" Diameter Spread Footing Manhole (Size - 4' X 4')
ASTM C433
Page 5 of 6
CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT
STANDARD PRODUCTS LIST AS OF 7/31/2025
....Storm Sewer - Inlet & Structures Continues
8/28/2023
33 39 20
Curb Inlet 10'x 3' Riser
Thompson Ppe Group
Inlet Riser (Size - 3 FT)
ASTM C913-16
8/28/2023
33 39 20
Curb Inlet 15'x 3' Riser
Thompson Pipe Group
Inlet Riser (Size - 3 FT)
ASTM C913-16
8/28/2023
33 39 20
Curb Inlet 20' x 3' Riser
Thotrfson Pipe Groin Q
Inlet Riser (Size - 3 FT)
ASTM C913-16
1/12/2024
33 49 20
Drop Inlet
AmeriTex Pipe &Products
Drop Inlet (4' X 41)
ASTM C913
1/12/2024
33 49 20
Droe Inlet
AmeriTex Pipe &Products
Drop Inlet (5' X 5')
ASTM C913
1/19/2024
33 49 20
Manhole
AmeriTex Pipe &Products
Precast 4'x4' Storm Junction Box
ASTM C913
1/19/2024
33 49 20
Manhole
AmeriTex Pipe &Products
Precast 5'x5' Storm Junction Box
ASTM C913
1/19/2024
33 49 20
Manhole
AmeriTex Pipe &Products
5' Precast Transition MH (4' MH on the top of 5' JB)
ASTM C913
1/19/2024
33 49 20
Manhole
AmeriTex Pipe &Products
Precast 6'x6' Storm Junction Box
ASTM C913
1/19/2024
33 49 20
Manhole
AmeriTex Pipe &Products
6' Precast Transition MH (4' MH on the top of 6' JB)
ASTM C913
1/19/2024
33 49 20
Manhole
AmeriTex Pipe &Products
Precast 8'x8' Storm Junction Box
ASTM C913
1/19/2024
33 49 20
Manhole
AmeriTex Pipe &Products
8' Precast Transition MH (4' MH on the top of 8' JB)
ASTM C913
1/19/2024
33 49 20
Manhole
AmeriTex Pipe &Products
Type C Storm Drain Manhole on Box (4' MH on the top of RCB)
ASTM C913
7/16/2024
33 49 20
Curb Inlets
AmeriTex Pipe &Products
100 Precast** (Size 10' x 3')
ASTM C913
7/16/2024
33 49 20
Curb Inlets
AmeriTex Pipe &Products
150 Precast** (Size 15' x 3)
ASTM C913
--Note: Pre -cast inlets are approved for the stage l portion of he structure (basin) only. Stage II pardon al the structure are required
to be cast in place. No exceptions to this requirement shall be allowed.
Storm Sewer - Pipes & Boxes 33-05-13
4/9/2021
3341 13
Storm Drain Pipes
Advanced Drainage Systems, Inc. (ADS)
ADS HP Stoma Polypropylene (PP) Pipe (Size - 12" - 60")
ASTM F2881 & AASHTO M330
8/28/2023
3341 10
Storm Drain Pipes
Rinker Materials
Reinforced Concrete Pipe Tongue and Groove Joint Pipe (Size - 21" or larger)
ASTM C76, C655
8/28/2023
3341 10
Culvert Box
Rinker Materials
Reinforced Concrete Box Culvert (Sze - Various)
ASTM C789, C850
10/12/2023
3341 10
Storm Drain Pipes
AmeriTex Pipe &Products
Reinforced Concrete Pipe Tongue and Groove Joint Pipe* (Size - 15" or larger)
ASTM C76, C506
10/12/2023
3441 10
Culvert Box
AmeriTex Pipe &Products
Reinforced Concrete Box Culvert (size - Various))
ASTM C1433,C1577
10/18/2023
3541 10
Storm Drain Pipes
The Turner Co.
Reinforced Concrete Pipe Tongue and Groove Joint Pipe* (Size - 15" or larger)
ASTM C76, C506
10/18/2023
3341 10
Culvert Box
The Turner Co.
Reinforced Concrete Box Culvert (size - Various)
ASTM C1433,C1577
4/12/2024
3341 10
Storm Drain Pipes
Thompson Pipe Group
Reinforced Concrete Pipe Tongue and Groove Joint Pipe* (Size Various)
ASTM C76, C506
6/25/2024
3341 10
Culvert Box
Oldcastle
Reinforced Concrete Box Culvert
ASTM C1433,C1577
6/25/2024
3341 10
Storm Drain Pipes
Oldcastle
Reinforced Concrete Pipe Tongue and Groove Joint Pipe* (Size Various)
ASTM C76, C506
Revision
Comments
(1-29-2025) Removed Argos, Ingram, Redi-Mix, Charley's
(4-3-2025) Bigtown
Concrete
updated Mix ID's
(4-5-2025) 03 34 13 CLSM specification
Page 6 of 6