HomeMy WebLinkAboutContract 64035CONTRACT
FOR
THE CONSTRUCTION OF
Water and Sanitary Sewer Replacement on Camp
Bowie Hul-Mont Project Part 5
(7th Street)
City Project No. 105062-5
Mattie Parker Jesus “Jay” Chapa
Mayor City Manager
Chris Harder
Director, Water Department
Prepared for
The City of Fort Worth
Water Department
JUNE 2025
Texas Registered Engineering Firm F-928
KHA No. 061018457 6/30/2025
CSC No. 64035
Adopted September 2011
City of Fort Worth
Standard Construction Specification
Documents
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 1 of 6
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER
Revised June 13, 2025 CITY PROJECT NO. 105062-5
SECTION 00 00 00
TABLE OF CONTENTS
Division 00 - General Conditions Last Revised
00 05 10 Mayor and Council Communication 07/01/2011
00 05 15 Addenda 07/01/2011
00 11 13 Invitation to Bidders 02/08/2024
00 21 13 Instructions to Bidders 06/13/2025
00 35 13 Conflict of Interest Statement 02/24/2020
00 41 00 Bid Form 09/30/2021
00 42 43 Proposal Form Unit Price 09/30/2021
00 43 13 Bid Bond 09/30/2021
00 43 37 Vendor Compliance to State Law Nonresident Bidder 09/30/2021
00 45 11 Bidders Prequalifications 08/13/2021
00 45 12 Prequalification Statement 09/30/2021
00 45 13 Prequalification Application 06/13/2025
00 45 26 Contractor Compliance with Workers' Compensation Law 07/01/2011
00 45 40 Business Equity Goal 03/07/2025
00 52 43 Agreement 06/13/2025
00 61 13 Performance Bond 12/08/2023
00 61 14 Payment Bond 12/08/2023
00 61 19 Maintenance Bond 12/08/2023
00 61 25 Certificate of Insurance 07/01/2011
00 72 00 General Conditions 03/08/2024
00 73 00 Supplementary Conditions 03/08/2024
Division 01 - General Requirements Last Revised
01 11 00 Summary of Work 12/20/2012
01 25 00 Substitution Procedures 07/01/2011
01 31 19 Preconstruction Meeting 08/17/2012
01 31 20 Project Meetings 07/01/2011
01 32 16 Construction Schedule 10/06/2023
01 32 33 Preconstruction Video 07/01/2011
01 33 00 Submittals 12/20/2012
01 35 13 Special Project Procedures 03/11/2022
01 45 23 Testing and Inspection Services 03/09/2020
01 50 00 Temporary Facilities and Controls 07/01/2011
01 55 26 Street Use Permit and Modifications to Traffic Control 03/22/2021
01 57 13 Storm Water Pollution Prevention Plan 07/01/2011
01 58 13 Temporary Project Signage 07/01/2011
01 60 00 Product Requirements 03/09/2020
01 66 00 Product Storage and Handling Requirements 07/01/2011
01 70 00 Mobilization and Remobilization 11/22/2016
01 71 23 Construction Staking and Survey 02/14/2018
01 74 23 Cleaning 07/01/2011
01 77 19 Closeout Requirements 03/22/2021
01 78 23 Operation and Maintenance Data 12/20/2012
01 78 39 Project Record Documents 07/01/2011
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 2 of 6
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER
Revised June 13, 2025 CITY PROJECT NO. 105062-5
Technical Specifications which have been modified by the Engineer specifically for this
Project; hard copies are included in the Project’s Contract Documents
Division 33 - Utilities
33 11 10 Ductile Iron Pipe – MODIFIED 6/20/2025
33 11 11 Ductile Iron Fittings – MODIFIED 6/20/2025
Technical Specifications listed below are included for this Project by reference and can be
viewed/downloaded from the City’s website at:
http://fortworthtexas.gov/tpw/contractors/
or
https://apps.fortworthtexas.gov/ProjectResources/
Division 02 - Existing Conditions Last Revised
02 41 13 Selective Site Demolition 03/11/2022
02 41 14 Utility Removal/Abandonment 12/20/2012
02 41 15 Paving Removal 02/02/2016
Division 03 - Concrete
03 30 00 Cast-In-Place Concrete 06/13/2025
03 34 13 Controlled Low Strength Material (CLSM) 03/07/2025
03 34 16 Concrete Base Material for Trench Repair 12/20/2012
03 80 00 Modifications to Existing Concrete Structures 12/20/2012
Division 26 - Electrical
26 05 00 Common Work Results for Electrical 03/11/2022
26 05 10 Demolition for Electrical Systems 12/20/2012
26 05 33 Raceways and Boxes for Electrical Systems 12/20/2012
26 05 43 Underground Ducts and Raceways for Electrical Systems 07/01/2011
26 05 50 Communications Multi-Duct Conduit 02/26/2016
Division 31 - Earthwork
31 00 00 Site Clearing 03/22/2021
31 23 16 Unclassified Excavation 01/28/2013
31 23 23 Borrow 01/28/2013
31 24 00 Embankments 01/28/2013
31 25 00 Erosion and Sediment Control 04/29/2021
31 36 00 Gabions 12/20/2012
31 37 00 Riprap 12/20/2012
Division 32 - Exterior Improvements
32 01 17 Permanent Asphalt Paving Repair 12/20/2012
32 01 18 Temporary Asphalt Paving Repair 12/20/2012
32 01 29 Concrete Paving Repair 06/13/2025
32 11 23 Flexible Base Courses 12/20/2012
32 11 29 Lime Treated Base Courses 12/20/2012
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 3 of 6
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER
Revised June 13, 2025 CITY PROJECT NO. 105062-5
32 11 33 Cement Treated Base Courses 06/10/2022
32 11 37 Liquid Treated Soil Stabilizer 08/21/2015
32 12 16 Asphalt Paving 6/07/2024
32 12 73 Asphalt Paving Crack Sealants 12/20/2012
32 13 13 Concrete Paving 06/13/2025
32 13 20 Concrete Sidewalks, Driveways and Barrier Free Ramps 12/09/2022
32 13 73 Concrete Paving Joint Sealants 12/20/2012
32 14 16 Brick Unit Paving 12/20/2012
32 16 13 Concrete Curb and Gutters and Valley Gutters 12/09/2022
32 17 23 Pavement Markings 06/10/2022
32 17 25 Curb Address Painting 11/04/2013
32 31 13 Chain Fences and Gates 12/20/2012
32 31 26 Wire Fences and Gates 12/20/2012
32 31 29 Wood Fences and Gates 12/20/2012
32 32 13 Cast-in-Place Concrete Retaining Walls 06/05/2018
32 91 19 Topsoil Placement and Finishing of Roadway Right-of-ways 03/11/2022
32 92 13 Sodding 05/13/2021
32 92 14 Non-Native Seeding 05/13/2021
32 92 15 Native Grass and Wildflower Seeding 10/06/2023
32 93 43 Trees and Shrubs 12/20/2012
Division 33 - Utilities
33 01 30 Sewer and Manhole Testing 09/07/2018
33 01 31 Closed Circuit Television (CCTV) Inspection – Sanitary Sewer 03/11/2022
33 01 32 Closed Circuit Television (CCTV) Inspection – Storm Drain 12/08/2023
33 03 10 Bypass Pumping of Existing Sewer Systems 12/20/2012
33 04 10 Joint Bonding and Electrical Isolation 12/20/2012
33 04 11 Corrosion Control Test Stations 12/20/2012
33 04 12 Magnesium Anode Cathodic Protection System 12/20/2012
33 04 30 Temporary Water Services 07/01/2011
33 04 40 Cleaning and Acceptance Testing of Water Mains 02/06/2013
33 04 50 Cleaning of Pipes 03/11/2022
33 05 10 Utility Trench Excavation, Embedment, and Backfill 06/13/2025
33 05 12 Water Line Lowering 12/20/2012
33 05 13 Frame, Cover and Grade Rings 09/09/2022
33 05 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to
Grade 03/11/2022
33 05 16 Concrete Water Vaults 12/20/2012
33 05 17 Concrete Collars 03/11/2022
33 05 20 Auger Boring 12/20/2012
33 05 21 Tunnel Liner Plate 12/20/2012
33 05 22 Steel Casing Pipe 12/20/2012
33 05 23 Hand Tunneling 12/20/2012
33 05 24 Installation of Carrier Pipe in Casing or Tunnel Liner Plate 12/09/2022
33 05 26 Utility Markers/Locators 12/20/2012
33 05 30 Location of Existing Utilities 12/20/2012
33 11 05 Bolts, Nuts, and Gaskets 12/20/2012
33 11 10 Ductile Iron Pipe 12/09/2022
33 11 11 Ductile Iron Fittings 09/20/2017
33 11 12 Polyvinyl Chloride (PVC) Pressure Pipe 09/09/2022
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 4 of 6
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER
Revised June 13, 2025 CITY PROJECT NO. 105062-5
33 11 13 Concrete Pressure Pipe, Bar-Wrapped, Steel Cylinder Type 03/07/2025
33 11 14 Buried Steel Pipe and Fittings 12/20/2012
33 12 10 Water Services 1-inch to 2-inch 02/14/2017
33 12 11 Large Water Meters 12/20/2012
33 12 20 Resilient Seated Gate Valve 05/06/2015
33 12 21 AWWA Rubber-Seated Butterfly Valves 04/23/2019
33 12 25 Connection to Existing Water Mains 02/06/2013
33 12 30 Combination Air Valve Assemblies for Potable Water Systems 12/20/2012
33 12 40 Fire Hydrants 01/03/2014
33 12 50 Water Sample Stations 12/20/2012
33 12 60 Standard Blow-off Valve Assembly 06/19/2013
33 31 12 Cured in Place Pipe (CIPP) 12/20/2012
33 31 13 Fiberglass Reinforced Pipe for Gravity Sanitary Sewers 12/20/2012
33 31 15 High Density Polyethylene (HDPE) Pipe for Sanitary Sewer 04/23/2019
33 31 20 Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe 09/09/2022
33 31 21 Polyvinyl Chloride (PVC) Closed Profile Gravity Sanitary Sewer
Pipe 12/20/2012
33 31 22 Sanitary Sewer Slip Lining 12/20/2012
33 31 23 Sanitary Sewer Pipe Enlargement 12/20/2012
33 31 50 Sanitary Sewer Service Connections and Service Line 04/26/2013
33 31 70 Combination Air Valve for Sanitary Sewer Force Mains 12/20/2012
33 39 10 Cast-in-Place Concrete Manholes 12/13/2024
33 39 20 Precast Concrete Manholes 12/13/2024
33 39 30 Fiberglass Manholes 12/13/2024
33 39 40 Wastewater Access Chamber (WAC) 12/20/2012
33 39 60 Liners for Sanitary Sewer Structures 04/29/2021
33 41 10 Reinforced Concrete Storm Sewer Pipe/Culverts 07/01/2011
33 41 11 High Density Polyethylene (HDPE) Pipe for Storm Drain 12/20/2012
33 41 12 Reinforced Polyethylene (SRPE) Pipe 11/13/2015
33 41 13 Polypropylene Pipe for Storm Drain 06/10/2022
33 46 00 Subdrainage 12/20/2012
33 46 01 Slotted Storm Drains 07/01/2011
33 46 02 Trench Drains 07/01/2011
33 49 10 Storm Drain Manholes and Junction Boxes 12/13/2024
33 49 20 Curb and Drop Inlets 03/11/2022
33 49 40 Storm Drainage Headwalls and Wingwalls 07/01/2011
Division 34 - Transportation
34 41 10 Traffic Signals 03/11/2022
34 41 10.01 Attachment A – Controller Cabinet 12/18/2015
34 41 10.02 Attachment B – Controller Specification 02/2012
34 41 10.03 Attachment C – Software Specification 01/2012
34 41 11 Temporary Traffic Signals 11/22/2013
34 41 13 Removing Traffic Signals 03/11/2022
34 41 20 Roadway Illumination Assemblies 12/20/2012
34 41 20.01 Arterial LED Roadway Luminaires 06/15/2015
34 41 20.02 Freeway LED Roadway Luminaires 06/15/2015
34 41 20.03 Residential LED Roadway Luminaires 06/15/2015
34 41 30 Aluminum Signs 11/12/2013
34 41 50 Single-Mode Fiber Optic Cable 02/26/2016
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 5 of 6
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER
Revised June 13, 2025 CITY PROJECT NO. 105062-5
34 71 13 Traffic Control 03/22/2021
Appendix
GC-4.01 Availability of Lands
GC-4.02 Subsurface and Physical Conditions
GC-4.04 Underground Facilities
GC-4.06 Hazardous Environmental Condition at Site
GC-6.06.D Minority and Women Owned Business Enterprise Compliance
GC-6.07 Wage Rates
GC-6.09 Permits and Utilities
GC-6.24 Nondiscrimination
GR-01 60 00 Product Requirements
END OF SECTION
DATE:Tuesday, August 26, 2025 REFERENCE NO.: **M&C 25-0805
LOG NAME: 60WSSCBOWIEP5-GRATEX
SUBJECT:
(CD 9) Authorize Execution of a Contract with Gra-Tex Utilities, Inc. in the Amount of $2,107,928.00 for
Water and Sanitary Sewer Replacement on Camp Bowie Hul-Mont Project Part 5 (7th Street), and Adopt
Appropriation Ordinance to Effect a Portion of Water’s Contribution to the Fiscal Years 2025-2029 Capital
Improvement Program
RECOMMENDATION:
It is recommended that the City Council:
1. Authorize execution of a contract with Gra-Tex Utilities, Inc. in the amount of $2,107,928.00 for the
Water and Sanitary Sewer Replacement on Camp Bowie Hul-Mont Project Part 5 (7th Street); and
2. Adopt the attached Appropriation Ordinance increasing estimated receipts and appropriations in the
Water & Sewer Capital Projects Fund in the amount of $2,422,271.00, from available PayGo
residuals, for the purpose of funding the Water and Sanitary Sewer Replacement on Camp Bowie
Hul-Mont project (7th Street) (City Project No. 105062), to effect a portion of Water’s contribution to
the Fiscal Years 2025-2029 Capital Improvement Program.
DISCUSSION:
The Part 5 construction project provides for the replacement of the deteriorated and undersized cast iron
water main from University Drive/ West 7th Street intersection to Carrol Street. The Part 5 project was
advertised for bid on July 2, 2025, and July 9, 2025, in the Fort Worth Star-Telegram. On July 24, 2025,
the following bids were received:
Bidder Amount Contract Time
Gra-Tex Utilities, Inc.$2,107,928.00 120 Calendar
Days
Fort Worth Civil Constructors, Inc.$3,263,136.65
William J. Schultz, Inc dba Circle C
Construction Company $4,834,390.00
In addition to the contract cost, $208,947.00 is required for project management, material testing and
inspection and $105,396.00 is provided for project contingency.
Approximately 1,800 linear feet of cast iron water pipe will be replaced as part of this project. The new
water main will provide increased capacity to satisfy future development on 6th Street.
It is the practice of the Water Department to appropriate its Capital Improvement Program (CIP) plan
throughout the Fiscal Year, instead of within the annual budget ordinance, as projects commence,
additional funding needs are identified, and to comply with bond covenants. This project will have no
impact on the Water Department’s operating budget when completed.
Funding is available in the Unspecified-All Funds project within the W&S Capital Projects Fund for the
purpose of funding of the W/SS Repl Camp Bowie Hul-Mont project.
Funding for the W/SS Repl Camp Bowie Hul-Mont are depicted below:
Fund Existing
Appropriations
M&C 60WSSCBOWIEP4-
McCARTHYBCANDKHAA4
Additional
Appropriations Project Total*
City of Fort Worth, Texas
Mayor and Council Communication
W&S Capital
Projects
Fund 56002
$4,385,097.00 $4,628,227.00 $2,422,271.00 $11,435,595.00
Project Total $4,385,097.00 $4,628,227.00 $2,422,271.00 $11,435,595.00
*Numbers rounded for presentation purposes.
The project is located in COUNCIL DISTRICT 9.
FISCAL INFORMATION / CERTIFICATION:
The Director of Finance certifies that funds are currently available in the Unspecified-All Funds project
within the W&S Capital Projects Fund and upon approval of the above recommendations and adoption of
the attached appropriation ordinance, funds will be available in the W&S Capital Projects Fund for the
W/SS Repl Camp Bowie Hul-Mont. project to support the above recommendations and execution of the
contract. Prior to an expenditure being incurred, the Water Department has the responsibility of verifying
the availability of funds.
TO
Fund Department
ID
Account Project
ID
Program Activity Budget
Year
Reference #
(Chartfield 2)
Amount
FROM
Fund Department
ID
Account Project
ID
Program Activity Budget
Year
Reference #
(Chartfield 2)
Amount
Jesica McEachern (5804)
Chris Harder (5020)
Parvathi S. (7803)
FUND IDENTIFIERS (FIDs):
CERTIFICATIONS:
Submitted for City Manager's Office by:
Originating Department Head:
Additional Information Contact:
ATTACHMENTS
1. 105062-5 Form 1295_Gratex.pdf (CFW Internal)
2. 25-0202 (105062-5 AE Water Replacements)-CC.pdf (CFW Internal)
3. 60WSSCBOWIEP5-GRATEX FID TABLE (WCF 08.06.25).xlsx (CFW Internal)
4. 60WSSCBOWIEP5-GRATEX funds availability.pdf (CFW Internal)
5. 60WSSCBOWIEP5-GRATEX.pdf (Public)
6. ORD.APP_60WSSCBOWIEP5-GRATEX_56002_AO25(r2) (1).docx (Public)
7. PBS CPN 105062.pdf (CFW Internal)
8. SAM.gov search Gra-Tex.docx (CFW Internal)
60WSSCBOWIEP5-GRATEX FID Table
Rec #Fund Dept #Account Project ID Activity Budget
Year
CF 2 Program Amount Purpose Xfer
2 56002 0600430 4956001 105062 2025 $2,422,271.00
2 56002 0600430 105062 2025 $2,422,271.00
Rec #Fund Dept #Account Project ID Activity Budget
Year
CF 2 Program Amount Purpose Xfer
2 56002 0600430 4956001 105062 001780 9999 ($2,422,271.00)
2 56002 0600430 4956001 UNSPEC UNSPEC 9999 $2,422,271.00
Rec #Fund Dept #Account Project ID Activity Budget
Year
CF 2 Program Amount Purpose Xfer
2 56002 0600430 5110101 105062 001780 9999 $37,627.00 Water - Staff
2 56002 0600430 5550102 105062 001780 9999 $2,000.00 Water - Public Outreach
1 56002 0600430 5740010 105062 001780 9999 $2,107,928.00 To pay contractor
2 56002 0600430 5740010 105062 001780 9999 $105,396.00 Water Contingency
2 56002 0600430 5330500 105062 001784 9999 $55,333.00 Water - Soil Lab Consultant
2 56002 0600430 5310350 105062 001784 9999 $14,387.00 Water - Soil Lab TPW Staff
2 56002 0600430 5110101 105062 001785 9999 $99,600.00 Water - Water inspection
2 56002 2060000 105062 RETAIN Combo Code for Retainage
FIDs (Budget)
FIDs (Actual)
FIDs (REVENUE or EXPENSE - No KK or GL Entries Needed)
00 05 10 - 1
MAYOR AND COUNCIL COMMUNICATION (M&C)
Page 1 of 1
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER
Revised July 1, 2011 CITY PROJECT NO. 105062-5
SECTION 00 05 10 1
MAYOR AND COUNCIL COMMUNICATION (M&C) 2
3
4
5
[Assembler: For Contract Document execution, remove this page and replace with the approved 6
M&C for the award of the project. M&C insert shall be on blue paper.] 7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
END OF SECTION 24
25
26
27
28
29
ADDENDUM NO. 1
C1TY OF FORT WORTH
WATER DEPARTMENT
WATER REPLACEMENTS ALONG 7TH STREET
VAN ZANDT 12-INCH WATER LINE
City Project No. 105062-5
Addendum No. 1 Issue Date: July 18, 2025
Bid Opening Date: July 24, 2025
This addendum forms part of the contract documents referenced above and modifies the original Contract
Documents. Acknowledge receipt of this addendum by signing and attaching it to the Contract Documents
(inside). Note receipt of the Addendum in the Bid Proposal and on the outer envelope of your bid.
INFORMATION
l. Meeting notes and sign-in sheet from the virtual Pre-Bid held on July 15, 2025 have been attached
and have been uploaded to Bonfire.
cc3�r•r�k����rok ou�5-�•rc3vs
1. Is an estimated cost available?
■ The E�zgi�teer 's Opinion of Probable Const�•uction Cost is between $2.37M and $2.87M.
2. Will a third-party fire watch se�vice be required for the duration of each fire line service
replacement?
� The Contractor is respoi7sible for coordinating, fire-watch requirements with each ca�stomer
to dele�•mine�ire-watch needs. This may reguire coordination ��ith the closest fire station.
PR�; [i�f] MEF.TI�G OU[�:5'1'Iill�'S
1. Will a staging area for materials be provided?
• It is the responsibility of�the co�atractor to determine staging areus for• construction.
2. When is construction anticipated to begin`?
� Contract award is anticipated in Augc�st 2025, and construction notice to proceed is
nnticipated to begin in late September/early October�
3. Is a full road closure anticipated for this project?
� No, a full roacl closure is not required. Tr•affic control pla�as are included in the project.
ADDENDUM NO. 1
ADDENDUM NO. 1
All other terms and conditions remain unchanged.
%��L ���� 07/18I2025
TONY SHOLOLA, P.E.
ASSISTANT DIRECTOR, WATER DEPARTMENT
■�����M����a�a�����esrs�i�r�rrrrrrr��������a���a�aaa�a���Nr�..�����a������������
By the signature affixed below, Addendum No. 1 is hereby incorporated into and made part of the above
referenced Invitation to Bid.
COMPANY NAME: i� � ; : r1C...
SIGNATUR���o I.��L�
NOTE: Company name and signature must be the same as on the original bid documents. Failure to return
this form with your sealed bid may constitute grounds for rejection of your offer.
ADDENDUM NO. 1
00 05 15 - 1
ADDENDA
Page 1 of 1
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER
Revised July 1, 2011 CITY PROJECT NO. 105062-5
SECTION 00 05 15 1
ADDENDA 2
3
4
5
[Assembler: For Contract Document execution, remove this page and replace with any addenda 6
issued during bidding.] 7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
END OF SECTION 24
00 11 13
INVITATION TO BIDDERS
Page 1 of 3
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12 -INCH WATER
Revised 02/08/24 CITY PROJECT NO. 105062-5
SECTION 00 11 13
INVITATION TO BIDDERS
RECEIPT OF BIDS
Electronic bids for the construction of WATER REPLACEMENTS ALONG 7TH STREET –
VAN ZANDT 12-INCH WATER LINE (“Project”) will be received for the City of Fort Worth
via the Procurement Portal https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities,
under the respective Project until 2:00 P.M. CST, Thursday, July 24th, 2025 as further
described below:
Bids will then be opened publicly and read aloud beginning at 2:00 PM at New City Hall, 100 Fort
Worth Trail, Fort Worth, Texas on the Mezzanine of New City Hall (NCH); Room MZ10_12.
Bidders shall also e-mail the completed Business Equity forms and all applicable letters of intent
to the City Project Manager no later than 1:30 PM on the third City Business day after bid
opening date, exclusive of the bid opening date.
Your submissions must be uploaded, finalized and submitted prior to the Project’s posted due
date. The City strongly recommends allowing sufficient time to complete this process (ideally a
week prior to the deadline) to begin the uploading process and to finalize your submission.
Uploading large documents may take time, depending on the size of the file(s) and your Internet
connection speed. The Bonfire portal can be accessed using Microsoft Edge, Google Chrome, or
Mozilla Firefox. Javascript must be enabled. Browser cookies must be enabled.
Electronic submission is subject to electronic interface latency, which can result in transmission
delays. All bidders or proposers assume the risk of late transmission/ submission. The City shall
not be held liable if an interested bidder or proposer is unable to submit a complete bid/respo nse
before the published deadline due to transmission delays or any other technical issues or
obstructions. The City strongly recommends allowing sufficient time to complete the submission
process (ideally a week before the deadline) to begin the uploading process and to finalize your
submission to give adequate time in the event an issue arises.
All submissions must be submitted electronically prior to the close date and time under the
respective Project via the Procurement Portal:
https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities
Failure to submit all completed required information listed in the respective Solicitation will be
grounds for rejection of a bid as non-responsive. No late bids/proposals shall be accepted. Bids
delivered in any other manner than using the Bonfire Platform (Procurement Portal) will not be
accepted or considered.
00 11 13
INVITATION TO BIDDERS
Page 2 of 3
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12 -INCH WATER
Revised 02/08/24 CITY PROJECT NO. 105062-5
If, upon being opened, a submission is unreadable to the degree that material conformance to the
requirements of the procurement specifications cannot be ascertained, such submission will be
rejected without liability to the City, unless such bidder provides clear and convincing evidence
(a) of the content of the submission as originally submitted and (b) that the unreadable condition
of the Electronic Bid was caused solely by error or malfunction of the Bonfire Platform
(Procurement Portal). Failure to scan a clear or readable copy of a bid into the system does not
constitute and shall not be considered an error or malfunction of the Bonfire Platform
(Procurement Portal). Bidders are encouraged to fully review each page of every document within
their submission prior to submitting to ensure all documents are clear, legible, and complete.
SUPPORT
For technical questions, visit Bonfire’s help forum at https://vendorsupport.gobonfire.com/hc/en-
us
Contact the Bonfire support team at Support@GoBonfire.com or by calling 1-800-354-8010.
To get started with Bonfire, watch this five-minute training video:
Vendor Registration and Submission [VIDEO] – Bonfire Vendor Support (gobonfire.com)
Bids will be opened publicly and read aloud at 2:00 PM CST in the City Council Chambers.
GENERAL DESCRIPTION OF WORK
The major work will consist of the (approximate) following:
• ~100 LF of 24” Steel Casing Pipe with 12” Ductile Iron Carrier Pipe by other than Open
Cut
• ~1,935 LF of 12” Ductile Iron PC-350 Water Line by Other Than Open Cut
• ~10 LF of 8” Water Line by Open Cut
• ~231 LF of 6” Water Line by Open Cut
• ~200 SY of 8” Concrete Pavement Repair
• ~6,320 SY of 2” Type D Asphalt Mill and Overlay
PREQUALIFICATION
Certain improvements included in this project must be performed by a contractor or designated
subcontractor who is pre-qualified by the City at the time of bid opening. The procedures for
qualification and pre-qualification are outlined in the Section 3 of 00 21 13 – INSTRUCTIONS
TO BIDDERS.
DOCUMENT EXAMINATION AND PROCUREMENTS
The Bidding and Contract Documents may be examined or obtained via the Procurement Portal
https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities, under the respective
Project. Contract Documents may be downloaded, viewed, and printed by interested contractors
and/or suppliers.
EXPRESSION OF INTEREST
To ensure potential bidders are kept up to date of any new information pertinent to this project, all
interested parties should indicate their intent to bid in the Procurement Portal by selecting “yes”
under the Intent to Bid section. All Addenda will be posted in the Procurement Portal
https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities, under the respective
Project.
00 11 13
INVITATION TO BIDDERS
Page 3 of 3
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12 -INCH WATER
Revised 02/08/24 CITY PROJECT NO. 105062-5
PREBID CONFERENCE – Web Conference
A prebid conference will be held as discussed in Section 00 21 13 - INSTRUCTIONS TO
BIDDERS at the following date, and time via a web conferencing application:
DATE: July 15, 2025
TIME: 10:30 AM CST
Invitations with links to the web conferencing application will be distributed directly to those who
have submitted an Expression of Interest.
If a prebid conference is held, the presentation and any questions and answers provided at the
prebid conference will be issued as an Addendum to the call for bids. If a prebid conference is not
being held, prospective bidders should direct all questions about the meaning and intent of the
Bidding Documents electronically through the Vendors discussions section under the respective
Project via the Procurement Portal. If necessary, Addenda will be issued pursuant to the
Instructions to Bidders.
CITY'S RIGHT TO ACCEPT OR REJECT BIDS
City reserves the right to waive irregularities and to accept or reject any or all bids.
AWARD
City will award a contract to the Bidder presenting the lowest price, qualifications and
competencies considered.
ADVERTISEMENT DATES
July 2, 2025
July 9, 2025
END OF SECTION
00 21 13
INSTRUCTIONS TO BIDDERS
Page 1 of 9
CITY OF FORT WORTH WATER REPLACEMENT S ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER
Revised/Updated June 13, 2025 CITY PROJECT NO. 105062-5
SECTION 00 21 13
INSTRUCTIONS TO BIDDERS
1. Defined Terms
1.1. Capitalized terms used in these INSTRUCTIONS TO BIDDERS are defined in Section
00 72 00 - GENERAL CONDITIONS.
1.2. Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the
meanings indicated below which are applicable to both the singular and plural thereof.
1.2.1. Bidder: Any person, firm, partnership, company, association, or corporation acting
directly through a duly authorized representative, submitting a bid for performing
the work contemplated under the Contract Documents.
1.2.2. Nonresident Bidder: Any person, firm, partnership, company, association, or
corporation acting directly through a duly authorized representative, submitting a
bid for performing the work contemplated under the Contract Documents whose
principal place of business is not in the State of Texas.
1.2.3. Successful Bidder: The lowest responsible and responsive Bidder to whom City
(on the basis of City's evaluation as hereinafter provided) makes an award.
2. Copies of Bidding Documents
2.1. Neither City nor Engineer shall assume any responsibility for errors or
misinterpretations resulting from the Bidders use of incomplete sets of Bidding
Documents.
2.2. City and Engineer in making electronic Bidding Documents available do so only for the
purpose of obtaining Bids for the Work and do not authorize or confer a license or grant
for any other use.
3. Prequalification of Bidders (Prime Contractors and Subcontractors)
3.1. Bidders or their designated subcontractors are required to be prequalified for the work
types requiring prequalification as per Sections 00 45 11 BIDDERS
PREQUALIFICATIONS and 00 45 12 PREQUALIFICATION STATEMENT. Firms
seeking pre-qualification, must submit the documentation identified in Section 00 45 11
on Section 00 45 13 PREQUALIFICATION APPLICATION at least seven (7)
calendar days prior to Bid opening for review and, if qualified, acceptance. The
subcontractors listed by a Bidder on 00 45 12 must be prequalified for the appropriate
work types. Subcontractors must follow the same timelines as Bidders for obtaining
prequalification review. Bidders or Subcontractors who are not prequalified at the time
bids are opened and reviewed may cause the bid to be rejected.
00 21 13
INSTRUCTIONS TO BIDDERS
Page 2 of 9
CITY OF FORT WORTH WATER REPLACEMENT S ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER
Revised/Updated June 13, 2025 CITY PROJECT NO. 105062-5
Prequalification requirement work types and documentation are available by accessing all
required files through the City’s website at:
https://www.fortworthtexas.gov/departments/tpw/development/cfw-departments-tpw-
contractors under Division 00 - General Conditions and as follows:
3.1.1. Paving – Requirements document located at:
https://app-us3.e-
builder.net/public/publicLanding.aspx?QS=4d00804b133b408a85a69323548dda25
3.1.2. Roadway and Pedestrian Lighting – Requirements document located at:
https://app-us3.e-
builder.net/public/publicLanding.aspx?QS=e43c4239775f4b2583552c029c6a1ed2
3.1.3. Water and Sanitary Sewer – Requirements document located at:
https://app-us3.e-
builder.net/public/publicLanding.aspx?QS=4fc66ff8c36c4c029d542d4e55114e8d
3.2. Each Bidder, unless currently prequalified, must submit to City at least seven (7)
calendar days prior to Bid opening, the documentation identified in Section 00 45 11,
BIDDERS PREQUALIFICATIONS.
3.2.1. Submission of and/or questions related to prequalification should be addressed to
the City contact as provided in Paragraph 6.1.
3.3. The City reserves the right to require any pre-qualified contractor who is the apparent
low bidder for a project to submit such additional information as the City, in its sole
discretion may require, including but not limited to manpower and equipment records,
information about key personnel to be assigned to the project, and construction schedule
to assist the City in evaluating and assessing the ability of the apparent low bidder to
deliver a quality product and successfully complete projects for the amount bid within
the stipulated time frame. Based upon the City’s assessment of the submitted
information, a recommendation regarding the award of a contract will be made to the
City Council. Failure to submit the additional information, if requested, may be grounds
for rejecting the apparent low bidder as non-responsive. Affected contractors will be
notified in writing of a recommendation to the City Council.
3.4. In addition to prequalification, additional requirements for qualification may be required
within various sections of the Contract Documents.
4. Examination of Bidding and Contract Documents, Other Related Data, and Site
4.1. Before submitting a Bid, each Bidder:
4.1.1. Shall examine and carefully study the Contract Documents and other related data
identified in the Bidding Documents (including "technical data" referred to in
Paragraph 4.2. below). No information given by City or any representative of the
City other than that contained in the Contract Documents and officially
promulgated addenda thereto, shall be binding upon the City.
00 21 13
INSTRUCTIONS TO BIDDERS
Page 3 of 9
CITY OF FORT WORTH WATER REPLACEMENT S ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER
Revised/Updated June 13, 2025 CITY PROJECT NO. 105062-5
4.1.2. Should visit the site to become familiar with and satisfy Bidder as to the general,
local and site conditions that may affect cost, progress, performance or furnishing
of the Work.
4.1.3. Shall consider federal, state and local Laws and Regulations that may affect cost,
progress, performance or furnishing of the Work.
4.1.4. Shall study all: (i) reports of explorations and tests of subsurface conditions at or
contiguous to the Site and all drawings of physical conditions relating to existing
surface or subsurface structures at the Site (except Underground Facilities) that
have been identified in the Contract Documents as containing reliable "technical
data" and (ii) reports and drawings of Hazardous Environmental Conditions, if any,
at the Site that have been identified in the Contract Documents as containing
reliable "technical data."
4.1.5. Is advised that the Contract Documents on file with the City shall constitute all of
the information which the City will furnish. All additional information and data
which the City will supply after promulgation of the formal Contract Documents
shall be issued in the form of written addenda and shall become part of the Contract
Documents just as though such addenda were actually written into the original
Contract Documents. No information given by the City other than that contained in
the Contract Documents and officially promulgated addenda thereto, shall be
binding upon the City.
4.1.6. Should perform independent research, investigations, tests, borings, and such other
means as may be necessary to gain a complete knowledge of the conditions which
will be encountered during the construction of the project. For projects with
restricted access, upon request, City may provide each Bidder access to the site to
conduct such examinations, investigations, explorations, tests and studies as each
Bidder deems necessary for submission of a Bid. Bidder must fill all holes and
clean up and restore the site to its former conditions upon completion of such
explorations, investigations, tests and studies.
4.1.7. Shall determine the difficulties of the Work and all attending circumstances
affecting the cost of doing the Work, time required for its completion, and obtain all
information required to make a proposal. Bidders shall rely exclusively and solely
upon their own estimates, investigation, research, tests, explorations, and other data
which are necessary for full and complete information upon which the proposal is
to be based. It is understood that the submission of a proposal or bid is prima-facie
evidence that the Bidder has made the investigations, examinations and tests herein
required.
4.1.8. Shall promptly notify City of all conflicts, errors, ambiguities or discrepancies in or
between the Contract Documents and such other related documents. The Contractor
shall not take advantage of any gross error or omission in the Contract Documents,
and the City shall be permitted to make such corrections or interpretations as may
be deemed necessary for fulfillment of the intent of the Contract Documents.
00 21 13
INSTRUCTIONS TO BIDDERS
Page 4 of 9
CITY OF FORT WORTH WATER REPLACEMENT S ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER
Revised/Updated June 13, 2025 CITY PROJECT NO. 105062-5
4.1.9. Indicate their intent to bid by selecting “yes” in the Procurement Portal under
the Intent to Bid section. You must indicate your intent to bid to be able to
submit a bid to the City.
4.2. Reference is made to Section 00 73 00 – Supplementary Conditions for identification
of:
4.2.1. those reports of explorations and tests of subsurface conditions at or contiguous to
the site which have been utilized by City in preparation of the Contract Documents.
The logs of Soil Borings, if any, on the plans are for general information only.
Neither the City nor the Engineer guarantee that the data shown is representative of
conditions which actually exist.
4.2.2. those drawings of physical conditions in or relating to existing surface and
subsurface structures (except Underground Facilities) which are at or contiguous to
the site that have been utilized by City in preparation of the Contract Documents.
4.2.3. copies of such reports and drawings will be made available by City to any Bidder
on request. Those reports and drawings may not be part of the Contract
Documents, but the "technical data" contained therein upon which Bidder is entitled
to rely as provided in Paragraph 4.02. of the General Conditions has been identified
and established in Paragraph SC 4.02 of the Supplementary Conditions. Bidder is
responsible for any interpretation or conclusion drawn from any "technical data" or
any other data, interpretations, opinions or information.
4.2.4. Standard insurance requirements, coverages and limits.
4.3. The submission of a Bid will constitute an incontrovertible representation by Bidder: (i)
that Bidder has complied with every requirement of this Paragraph 4, (ii) that without
exception the Bid is premised upon performing and furnishing the Work required by the
Contract Documents and applying the specific means, methods, techniques, sequences or
procedures of construction (if any) that may be shown or indicated or expressly required
by the Contract Documents, (iii) that Bidder has given City written notice of all
conflicts, errors, ambiguities and discrepancies in the Contract Documents and the
written resolutions thereof by City are acceptable to Bidder, and when said conflicts,
etc., have not been resolved through the interpretations by City as described in
Paragraph 6., and (iv) that the Contract Documents are generally sufficient to indicate
and convey understanding of all terms and conditions for performing and furnishing the
Work.
4.4. The provisions of this Paragraph 4, inclusive, do not apply to Asbestos, Polychlorinated
biphenyls (PCBs), Petroleum, Hazardous Waste or Radioactive Material covered by
Paragraph 4.06. of the General Conditions, unless specifically identified in the Contract
Documents.
5. Availability of Lands for Work, Etc.
00 21 13
INSTRUCTIONS TO BIDDERS
Page 5 of 9
CITY OF FORT WORTH WATER REPLACEMENT S ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER
Revised/Updated June 13, 2025 CITY PROJECT NO. 105062-5
5.1. The lands upon which the Work is to be performed, rights-of-way and easements for
access thereto and other lands designated for use by Contractor in performing the Work
are identified in the Contract Documents. All additional lands and access thereto
required for temporary construction facilities, construction equipment or storage of
materials and equipment to be incorporated in the Work are to be obtained and paid for
by Contractor. Easements for permanent structures or permanent changes in existing
facilities are to be obtained and paid for by City unless otherwise provided in the
Contract Documents.
5.2. Outstanding right-of-way, easements, and/or permits to be acquired by the City are listed
in Paragraph SC 4.01 of the Supplementary Conditions. In the event the necessary right-
of-way, easements, and/or permits are not obtained, the City reserves the right to cancel
the award of contract at any time before the Bidder begins any construction work on the
project.
5.3. The Bidder shall be prepared to commence construction without all executed right-of-
way, easements, and/or permits, and shall submit a schedule to the City of how
construction will proceed in the other areas of the project that do not require permits
and/or easements.
6. Interpretations and Addenda
6.1. All questions about the meaning or intent of the Bidding Documents are to be directed to
City electrically through the Vendor Discussions section under the respective Project via
the Procurement Portal
https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities on or before 2
p.m., the Friday prior to the Bid opening. Questions received after this day may not be
responded to. Interpretations or clarifications considered necessary by City in response
to such questions will be issued by Addenda. Only questions answered by formal
written Addenda will be binding. Oral and other interpretations or clarifications will be
without legal effect.
6.2. Addenda may also be issued to modify the Bidding Documents as deemed advisable by
City.
6.3. Addenda or clarifications shall be posted under the respective Project via the
Procurement Portal
https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities
6.4. A prebid conference may be held at the time and place indicated in the Advertisement
or INVITATION TO BIDDERS. Representatives of City will be present to discuss the
Project. Bidders are encouraged to attend and participate in the conference. City will
transmit to all prospective Bidders of record such Addenda as City considers necessary
in response to questions arising at the conference. Oral statements may not be relied
upon and will not be binding or legally effective.
7. Bid Security
00 21 13
INSTRUCTIONS TO BIDDERS
Page 6 of 9
CITY OF FORT WORTH WATER REPLACEMENT S ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER
Revised/Updated June 13, 2025 CITY PROJECT NO. 105062-5
7.1. Each Bid must be accompanied by a Bid Bond made payable to City in an amount of
five (5) percent of Bidder's maximum Bid price, on the form attached or equivalent,
issued by a surety meeting the requirements of Paragraph 5.01 of the General
Conditions.
7.2. The Bid Bonds provided by a Bidder will be retained until the conditions of the Notice
of Award have been satisfied. If the Successful Bidder fails to execute and return the
Contract Documents within 14 days after the Notice of Award conveying same, City
may consider Bidder to be in default, rescind the Notice of Award and act on the Bid
Bond. Such action shall be City's exclusive remedy in the event Bidder is deemed to
have defaulted.
8. Contract Times
The number of days within which, or the dates by which, Milestones are to be achieved in
accordance with the General Requirements and the Work is to be completed and ready for
Final Acceptance is set forth in the Agreement or incorporated therein by reference to the
attached Bid Form.
9. Liquidated Damages
Provisions for liquidated damages are set forth in the Agreement.
10. Substitute and "Or-Equal" Items
The Contract, if awarded, will be on the basis of materials and equipment described in the
Bidding Documents without consideration of possible substitute or "or-equal" items.
Whenever it is indicated or specified in the Bidding Documents that a "substitute" or "or-
equal" item of material or equipment may be furnished or used by Contractor if acceptable to
City, application for such acceptance will not be considered by City until after the Effective
Date of the Agreement. The procedure for submission of any such application by Contractor
and consideration by City is set forth in Paragraphs 6.05A., 6.05B. and 6.05C. of the General
Conditions and is supplemented in Section 01 25 00 of the General Requirements.
11. Subcontractors, Suppliers and Others
11.1. In accordance with the City’s Business Equity Ordinance No.25165-10-2021 the City
has goals for the participation of minority business and/or women business
enterprises in City contracts $100,000 or greater. See Section 00 45 40 for the
M/WBE Project Goals and additional requirements. Failure to comply shall render
the Bidder as non-responsive.
Business Equity Ordinance No.25165-10-2021, as amended (replacing Ordinance
No. 24534-11-2020), codified at:
https://codelibrary.amlegal.com/codes/ftworth/latest/ftworth_tx/0-0-0-22593
11.2. No Contractor shall be required to employ any Subcontractor, Supplier, other person
or organization against whom Contractor or City has reasonable objection.
12. Bid Form
12.1. The Bid Form is included with the Bidding Documents.
00 21 13
INSTRUCTIONS TO BIDDERS
Page 7 of 9
CITY OF FORT WORTH WATER REPLACEMENT S ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER
Revised/Updated June 13, 2025 CITY PROJECT NO. 105062-5
12.2. All blanks on the Bid Form must be completed and the Bid Form signed
electronically or signed in ink and scan. A Bid price shall be indicated for each Bid
item, alternative, and unit price item listed therein. In the case of optional
alternatives, the words "No Bid," "No Change," or "Not Applicable" may be entered.
Bidder shall state the prices for which the Bidder proposes to do the work
contemplated or furnish materials required.
12.3. Bids by corporations shall be executed in the corporate name by the president or a
vice-president or other corporate officer accompanied by evidence of authority to
sign. The corporate seal shall be affixed. The corporate address and state of
incorporation shall be shown below the signature.
12.4. Bids by partnerships shall be executed in the partnership name and signed by a
partner, whose title must appear under the signature accompanied by evidence of
authority to sign. The official address of the partnership shall be shown below the
signature.
12.5. Bids by limited liability companies shall be executed in the name of the firm by a
member and accompanied by evidence of authority to sign. The state of formation of
the firm and the official address of the firm shall be shown.
12.6. Bids by individuals shall show the Bidder's name and official address.
12.7. Bids by joint ventures shall be executed by each joint venture in the manner indicated
on the Bid Form. The official address of the joint venture shall be shown.
12.8. All names shall be typed or printed in ink below the signature.
12.9. The Bid shall contain an acknowledgement of receipt of all Addenda, the numbers of
which shall be filled in on the Bid Form.
12.10. Postal and e-mail addresses and telephone number for communications regarding the
Bid shall be shown.
12.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of
Texas shall be provided in accordance with Section 00 43 37 – Vendor Compliance
to State Law Non Resident Bidder.
13. Submission of Bids
Bids shall be submitted electronically in the Procurement Portal on the prescribed Bid Form,
provided with the Bidding Documents, prior to the time indicated in the Advertisement or
INVITATION TO BIDDERS.
14. Withdrawal of Bids
14.1. Bids submitted electronically may be withdrawn prior to the time set for bid opening
via the Procurement Portal
https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities.
00 21 13
INSTRUCTIONS TO BIDDERS
Page 8 of 9
CITY OF FORT WORTH WATER REPLACEMENT S ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER
Revised/Updated June 13, 2025 CITY PROJECT NO. 105062-5
15. Opening of Bids
Bids will be opened and read aloud publicly. An abstract of the amounts of the base Bids and
major alternates (if any) will be made available to Bidders after the opening of Bids.
16. Bids to Remain Subject to Acceptance
All Bids will remain subject to acceptance for a minimum of 90 days or the time period
specified for Notice of Award and execution and delivery of a complete Agreement by
Successful Bidder. City may, at City's sole discretion, release any Bid and nullify the Bid
security prior to that date.
17. Evaluation of Bids and Award of Contract
17.1. City reserves the right to reject any or all Bids, including without limitation the rights
to reject any or all nonconforming, nonresponsive, unbalanced or conditional Bids
and to reject the Bid of any Bidder if City believes that it would not be in the best
interest of the Project to make an award to that Bidder. City reserves the right to
waive informalities not involving price, contract time or changes in the Work and
award a contract to such Bidder. Discrepancies between the multiplication of units of
Work and unit prices will be resolved in favor of the unit prices. Discrepancies
between the indicated sum of any column of figures and the correct sum thereof will
be resolved in favor of the correct sum. Discrepancies between words and figures
will be resolved in favor of the words.
17.1.1. Any or all bids will be rejected if City has reason to believe that collusion exists
among the Bidders, Bidder is an interested party to any litigation against City,
City or Bidder may have a claim against the other or be engaged in litigation,
Bidder is in arrears on any existing contract or has defaulted on a previous
contract, Bidder has performed a prior contract in an unsatisfactory manner, or
Bidder has uncompleted work which in the judgment of the City will prevent or
hinder the prompt completion of additional work if awarded.
17.2. In addition to Bidder’s relevant prequalification requirements, City may consider the
qualifications and experience of Subcontractors, Suppliers, and other persons and
organizations proposed for those portions of the Work where the identity of such
Subcontractors, Suppliers, and other persons and organizations must be submitted as
provided in the Contract Documents or upon the request of the City. City also may
consider the operating costs, maintenance requirements, performance data and
guarantees of major items of materials and equipment proposed for incorporation in
the Work when such data is required to be submitted prior to the Notice of Award.
17.3. City may conduct such investigations as City deems necessary to assist in the
evaluation of any Bid and to establish the responsibility, qualifications, and financial
ability of Bidders, proposed Subcontractors, Suppliers and other persons and
organizations to perform and furnish the Work in accordance with the Contract
Documents to City's satisfaction within the prescribed time.
17.4. Contractor shall perform with his own organization, work of a value not less than
35% of the value embraced on the Contract, unless otherwise approved by the City.
00 21 13
INSTRUCTIONS TO BIDDERS
Page 9 of 9
CITY OF FORT WORTH WATER REPLACEMENT S ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER
Revised/Updated June 13, 2025 CITY PROJECT NO. 105062-5
17.5. If the Contract is to be awarded, it will be awarded to lowest responsible and
responsive Bidder whose evaluation by City indicates that the award will be in the
best interests of the City.
17.6. Pursuant to Texas Government Code Chapter 2252.001, the City will not award
contract to a Nonresident Bidder unless the Nonresident Bidder’s bid is lower than
the lowest bid submitted by a responsible Texas Bidder by the same amount that a
Texas resident bidder would be required to underbid a Nonresident Bidder to obtain a
comparable contract in the state in which the nonresident’s principal place of
business is located.
17.7. A contract is not awarded until formal City Council authorization. If the Contract is
to be awarded, City will award the Contract within 90 days after the day of the Bid
opening unless extended in writing. No other act of City or others will constitute
acceptance of a Bid. Upon the contract award, a Notice of Award will be issued by
the City.
17.7.1. The contractor is required to fill out and sign the Certificate of Interested
Parties Form 1295 and the form must be submitted to the Project Manager
before the contract will be presented to the City Council. The form can be
obtained at https://www.ethics.state.tx.us/data/forms/1295/1295.pdf
17.8. Failure or refusal to comply with the requirements may result in rejection of Bid.
18. Signing of Agreement
18.1. When City issues a Notice of Award to the Successful Bidder, it will be accompanied
by the required number of unsigned counterparts of the Project Manual. Within 14
days thereafter, Contractor shall sign and deliver the required number of counterparts
of the Project Manual to City with the required Bonds, Certificates of Insurance, and
all other required documentation.
18.2. City shall thereafter deliver one fully signed counterpart to Contractor.
END OF SECTION
003513
CONFLICT OF INTEREST STATEMENT
Page 1 of 1
SECTION 00 35 13
CONFLICT OF INTEREST STATEMENT
Each bidder, offeror or respondent to a City of Fort Worth procurement is required to complete a
Conflict of Interest Questionnaire or certify that one is current and on file with the City Secretary's
Office pursuant to state law.
If a member of the Fort Worth City Council, any one or more of the City Manager or Assistant
City Managers, or an agent of the City who exercise discretion in the planning, recommending,
selecting or contracting with a bidder, offeror or respondent is affiliated with your company, then
a Local Government Officer Conflicts Disclosure Statement (CIS) may be required.
You are urged to consult with counsel regarding the applicability of these forms and Local
Government Code Chapter 176 to your company.
The referenced forms may be downloaded from the links provided below.
Fnrm CfQ Confiict of lnt�resE Questiannaire stat�.tx.us
ht# s:llwww.ethics.state.tx.usltfatalfarmslconflicUCIS. df
0
❑
❑
0
❑
❑
BIDDER:
CIQ Form does not apply
CIQ Form is on file with City Secretary
CIQ Form is being provided to the City Secretary
CIS Form does not apply
CIS Form is on File with City Secretary
CIS Form is being provided to the City Secretary
Gra-Tex Utilities Inc.
END OF SECTION
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised February 24, 2020
By: Rex Heflin
Signature:
Title:
Estimator
CPN 105062-5 00 41 00 Bid Proposal Workbook
00 41 00
BID FORM
Page 1 of 3
SECTION 00 41 00
BID FORM
TO: The Purchasing Manager
c/o: The Purchasing Division
200 Texas Street
City of Fort Worth, Texas 76102
FOR: WATER REPLACEMENTS ALONG 7TH STREET (VAN ZANDT 12-INCH WATER LINE)
City Project No.: 105062-5
Units/Sections:
1. Enter Into Agreement
The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City in the form
included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents
for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions
of the Contract Documents.
2. BIDDER Acknowledgements and Certification
2.1. In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and
INSTRUCTIONS TO BIDDERS, including without limitation those dealing with the disposition of Bid Bond.
2.2. Bidder is aware of all costs to provide the required insurance, will do so pending contract award, and will
provide a valid insurance certificate meeting all requirements within 14 days of notification of award.
2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed
individual or entity and is not submitted in conformity with any collusive agreement or rules of any group,
association, organization, or corporation.
2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid.
2.5. Bidder has not solicited or induced any individual or entity to refrain from bidding.
2.6. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract.
For the purposes of this Paragraph:
a. "corrupt practice" means the offering, giving, receiving, or soliciting of any thing of value likely to
influence the action of a public official in the bidding process.
b. "fraudulent practice" means an intentional misrepresentation of facts made (a) to influence the
bidding process to the detriment of City (b) to establish Bid prices at artificial non-competitive
levels, or (c) to deprive City of the benefits of free and open competition.
c. "collusive practice" means a scheme or arrangement between two or more Bidders, with or without
the knowledge of City, a purpose of which is to establish Bid prices at artificial, non-competitive
levels.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised 9I30I2021 CPN 105062-5 00 41 00 Bid Proposal Workbook
00 41 00
BID FORM
Page 2 of 3
d. "coercive practice" means harming or threatening to harm, directly or indirectly, persons or their
property to influence their participation in the bidding process or affect the execution of the
Contract.
3. Prequalification
The Bidder acknowledges that the following work types must be performed only by prequalified contractors and
subcontractors:
a. Auger Boring - 24-inch diameter casing and less
b. Water Transmission, Urban/Renewal, 12-Inch diameter and smaller
c. Asphalt Paving Construction/Reconstruction (LESS THAN 15,000 SQUARE YARDS)
d. -
e. -
f. -
g. -
h. -
4. Time of Completion
4.1. The Work will be complete for Final Acceptance within 180 days after the date when the
the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions.
4.2. Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete
the Work {and/or achievement of Milestones} within the times specified in the Agreement.
5. Attached to this Bid
The following documents are attached to and made a part of this Bid:
a. This Bid Form, Section 00 41 00
b. Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of Paragraph
5.01 of the General Conditions.
c. Proposal Form, Section 00 42 43
d. Vendor Compliance to State Law Non Resident Bidder, Section 00 43 37
e. MWBE Forms (optional at time of bid)
f. Prequalification Statement, Section 00 45 12
g. Conflict of Interest Affidavit, Section 00 35 13
*If necessary, CIQ or CIS forms are to be provided directly to City Secretary
h. Any additional documents that may be required by Section 12 of the Instructions to Bidders
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised 9/30/2021 CPN 105062-5 00 41 00 Bid Proposal Workbook
00 41 00
BID FORM
Page 3 of 3
6. Total Bid Amount
6.1. Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. In the
space provided below, please enter the total bid amount for this project. Only this figure will be read publicly
by the City at the bid opening.
6.2. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is
subject to verification and/or modification by multiplying the unit bid prices for each pay item by the respective
estimated quantities shown in this proposal and then totaling all of the extended amounts.
Total Bid
$2,107,928.00
7. Bid Submittal
This Bid is submitted on 07-24-2025
RespectFu[i ubm'tted,
By:
(Signature)
Rex Heflin
(Printed Name)
by the entity named below.
Receipt is acknowledged of the Initial
followin Addenda:
Addendum No. 1:
Addendum No. 2
Addendum No. 3:
Addendum No. 4:
Title: Estimator
Company: Gra-Tex Utilities Inc.
Corporate Seal
Address: PO Box 1038
7218 Bloxom Park
Kennedale Texxas 76060
State of Incorporation: Texas
Email: gratexestimate@gmail.com
Phone: 817-781-0234
END OF SECTION
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised 9/30/2021
CPN 105062-5 00 41 00 Bid Proposal Workbook
00 42 43
BID PROPOSAL
Page 1 of 2
1 3305.1104 24" Casing By Other Than Open Cut 33 05 22 LF 100 $861.00 $86,100.00
2 3305.2004 12" Water Carrier Pipe 33 05 24 LF 100 $174.00 $17,400.00
3 3311.0455 12" DIP Water, CSS Backfill (Restrained
Joints)33 11 10 LF 930 $265.00 $246,450.00
4 3311.0458 12" DIP Water, CLSM Backfill (Restrained
Joints)33 11 10 LF 20 $383.00 $7,660.00
5 3311.0452 12" DIP Water, CSS Backfill 33 11 10 LF 970 $249.00 $241,530.00
6 3311.0451 12" DIP Water 33 11 10 LF 10 $294.00 $2,940.00
7 3311.0241 8" Water Pipe 33 11 10, 33 11 12 LF 10 $155.00 $1,550.00
8 3311.0142 6" Water Pipe, CSS Backfill 33 11 10, 33 11 12 LF 186 $126.00 $23,436.00
9 3311.0161 6" PVC Water Pipe 33 11 10, 33 11 12 LF 45 $123.00 $5,535.00
10 3311.0041 4" Water Pipe (Fire Line Service) 33 11 10, 33 11 12 LF 55 $110.00 $6,050.00
11 3311.0001 Ductile Iron Water Fittings w/ Restraint 33 11 11 TON 7 $5,575.00 $39,025.00
12 0241.1218 4"-12" Water Abandonment Plug 02 41 14 EA 4 $683.00 $2,732.00
13 0241.1001 Water Line Grouting 02 41 14 CY 15 $257.00 $3,855.00
14 0241.1118 4"-12" Pressure Plug 02 41 14 EA 3 $513.00 $1,539.00
15 0241.1510 Salvage Fire Hydrant 02 41 14 EA 4 $1,925.00 $7,700.00
16 0241.1301 Remove 4" Water Valve 02 41 14 EA 1 $385.00 $385.00
17 0241.1302 Remove 6" Water Valve 02 41 14 EA 6 $450.00 $2,700.00
18 0241.1303 Remove 8" Water Valve 02 41 14 EA 2 $462.00 $924.00
19 3312.3005 12" Gate Valve 33 12 20 EA 5 $6,180.00 $30,900.00
20 3312.3002 6" Gate Valve 33 12 20 EA 11 $2,926.00 $32,186.00
21 3312.0001 Fire Hydrant 33 12 40 EA 4 $6,485.00 $25,940.00
22 3312.2803 6" Water Meter and Vault 33 12 11 EA 1 $39,215.00 $39,215.00
23 3312.2001 1" Water Service, Meter Reconnection 33 12 10 EA 11 $700.00 $7,700.00
24 3312.2003 1" Water Service 33 12 10 EA 11 $2,878.00 $31,658.00
25 3312.2004 1" Private Water Service 33 12 10 LF 31 $125.00 $3,875.00
26 3312.2101 1 1/2" Water Service, Meter Reconnection 33 12 10 EA 2 $693.00 $1,386.00
27 3312.2103 1 1/2" Water Service 33 12 10 EA 2 $6,250.00 $12,500.00
28 3312.2104 1 1/2" Private Water Service 33 12 10 LF 8 $388.00 $3,104.00
29 3312.2201 2" Water Service, Meter Reconnection 33 12 10 EA 4 $963.00 $3,852.00
30 3312.2203 2" Water Service 33 12 10 EA 4 $5,055.00 $20,220.00
31 3312.0117 Connection to Existing 4"-12" Water Main 33 12 25 EA 8 $8,535.00 $68,280.00
32 3305.0103 Exploratory Excavation of Existing Utilities 33 05 30 EA 7 $1,000.00 $7,000.00
33 3304.0101 Temporary Water Services 33 04 30 LS 1 $75,000.00 $75,000.00
34 0171.0101 Construction Staking 01 70 00 LS 1 $26,000.00 $26,000.00
35 0171.0102 As-Built Survey 01 70 00 LS 1 $19,500.00 $19,500.00
36 3305.0110 Utility Markers 33 05 26 LS 1 $7,700.00 $7,700.00
37 3125.0101 SWPPP ≥ 1 acre 31 25 00 LS 1 $7,000.00 $7,000.00
38 3305.0109 Trench Safety 33 05 10 LF 2,205 $1.00 $2,205.00
39 3213.0403 8" Concrete Driveway 32 13 20 SY 200 $202.00 $40,400.00
40 3216.0101 6" Conc Curb and Gutter 32 16 13 LF 425 $55.00 $23,375.00
41 0241.1300 Remove Conc Curb&Gutter 02 41 15 LF 425 $15.00 $6,375.00
42 3217.0101 6" SLD Pvmt Marking HAS (W) 32 17 23 LF 1,300 $2.00 $2,600.00
43 3217.0102 6" SLD Pvmt Marking HAS (Y) 32 17 23 LF 1,710 $2.00 $3,420.00
44 3217.0103 6" BRK Pvmt Marking HAS (W) 32 17 23 LF 300 $3.00 $900.00
45 3217.0104 6" DOT Pvmt Marking HAS (W) 32 17 23 LF 500 $4.00 $2,000.00
46 3217.0201 8" SLD Pvmt Marking HAS (W) 32 17 23 LF 1,600 $2.00 $3,200.00
47 3217.0401 18" SLD Pvmt Marking HAE (W) 32 17 23 LF 140 $10.00 $1,400.00
48 3217.0501 24" SLD Pvmt Marking HAE (W) 32 17 23 LF 120 $21.00 $2,520.00
49 3217.0502 Preformed Thermoplastic Contrast Markings -
24” Crosswalk 32 17 23 LF 600 $50.00 $30,000.00
50 3217.1010 Preformed Thermoplastic Contrast Markings
– Legend Single Head Curve Arrows 32 17 23 EA 7 $540.00 $3,780.00
51 3217.1011 Preformed Thermoplastic Contrast Markings
– Legend ONLY 32 17 23 EA 4 $600.00 $2,400.00
52 3217.1014 Preformed Thermoplastic Contrast Markings
– Legend Double head Combo Arrows 32 17 23 EA 1 $700.00 $700.00
53 3217.1017 Preformed Thermoplastic Contrast Markings
– Legend Bike Symbol 32 17 23 EA 6 $560.00 $3,360.00
54 3217.1018 Preformed Thermoplastic Contrast Markings
– Legend Bike Arrow 32 17 23 EA 6 $385.00 $2,310.00
55 3217.1019 Preformed Thermoplastic Contrast Markings
– Legend Bike Sharrow 32 17 23 EA 7 $460.00 $3,220.00
56 3217.1023 Preformed Thermoplastic Contrast Markings
– Legend Straight Arrows 32 17 23 EA 2 $560.00 $1,120.00
Unit of
Measure
Bidlist Item
No.
Bid
Quantity Unit Price Bid Value
SECTION 00 42 43
PROPOSAL FORM
Description
Project Item Information Bidder's Proposal
Unit 1 -
UNIT PRICE BID Bidder's Application
Specification Section
No.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised 9/30/2021 1-CPN 105062-5 00 41 00 Bid Proposal Workbook
00 42 43
BID PROPOSAL
Page 2 of 2
Unit of
Measure
Bidlist Item
No.
Bid
Quantity Unit Price Bid Value
SECTION 00 42 43
PROPOSAL FORM
Description
Project Item Information Bidder's Proposal
Unit 1 -
UNIT PRICE BID Bidder's Application
Specification Section
No.
57 3217.2102 REFL Raised Marker TY I-C 32 17 23 EA 77 $10.00 $770.00
58 3217.2104 REFL Raised Marker TY II-C-R 32 17 23 EA 30 $10.00 $300.00
59 3217.4301 Remove 4" Pvmt Marking 32 17 23 LF 240 $2.00 $480.00
60 3217.4302 Remove 6" Pvmt Marking 32 17 23 LF 1,300 $2.00 $2,600.00
61 3217.4406 Remove Lane Legend Bike 32 17 23 EA 6 $129.00 $774.00
62 3217.4407 Remove Lane Legend Sharrow 32 17 23 EA 7 $90.00 $630.00
63 0241.1506 2" Surface Milling 02 41 15 SY 6,320 $6.00 $37,920.00
64 3213.0301 4" Conc Sidewalk 32 13 20 SY 100 $112.00 $11,200.00
65 3471.0001 Traffic Control 34 71 13 MO 7 $4,900.00 $34,300.00
66 9999.0001 2" Asphalt Pvmt Superpave SP-D 00 00 00 SY 6,320 $31.00 $195,920.00
67 9999.0002 Portable CTB For Traffic Control 00 00 00 LF 1,850 $91.00 $168,350.00
68 9999.0003 Permanent Asphalt Pvmt Repair w/
Reinforced Conc Base (D520M)00 00 00 LF 2,205 $105.00 $231,525.00
69 9999.0004 Remove Preformed Thermoplastic Contrast
Markings – Legend Bus Stop 00 00 00 EA 1 $210.00 $210.00
70 9999.0005 Preformed Thermoplastic Contrast Markings
– Legend Bus Stop 00 00 00 EA 1 $1,435.00 $1,435.00
71 9999.0005 Remove Green Bike Lane Paint 00 00 00 LF 680 $9.00 $6,120.00
72 9999.0006 Green Bike Lane Paint 00 00 00 LF 680 $26.00 $17,680.00
73 9999.0007 Prep and Seal Pavement Surface for 6"
Markings 00 00 00 LF 3,810 $1.00 $3,810.00
74 9999.0008 Prep and Seal Pavement Surface for 8"
Markings 00 00 00 LF 1,600 $2.00 $3,200.00
75 9999.0009 Prep and Seal Pavement Surface for 18"
Markings 00 00 00 LF 140 $3.00 $420.00
76 9999.0010 Prep and Seal Pavement Surface for 24"
Markings 00 00 00 LF 720 $4.00 $2,880.00
77 9999.0011 Prep and Seal Pavement Surface for Arrows,
Words, Bike Symbol or Other Pavement Legend 00 00 00 EA 33
$134.00 $4,422.00
78 9999.0012 Prep and Seal Pavement Surface for 5' Wide,
Bike Green 00 00 00 LF 680 $9.00 $6,120.00
79 9999.0014 Furnish Street Permit 00 00 00 EA 1 $1,050.00 $1,050.00
80 9999.0013 Landscape and Irrigation Restoration 00 00 00 LS 1 $20,000.00 $20,000.00
81 9999.0015 Construction Allowance 00 00 00 LS 1 $100,000.00 $100,000.00
$2,107,928.00
END OF SECTION
Total Bid
Bid Summary
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised 9/30/2021 1-CPN 105062-5 00 41 00 Bid Proposal Workbook
���'�-AIA �ocument ►�3� oTM — zo� o
Bid Bond
CONTRACTOR;
Gra-fcx lltili�ics Inc
P U L3ox 103R
I:ennedale, TX 76UG0
OWNER:
CIt)' Of �'011 ���Off�l
ioo r����� �v����i, �r����i
For[ �1'or[h. T!C 76102
BOND AMOUNT: �% G.AB
SURETY:
I farlti�rd I irc Inswuncc ('cunpan�
One I I�ulfi�id I'lar,i
Ffartfi�r�_C'�f Ublii
This docurnent has important legal
consequences ConsullaUon with
an atlomey is encouraged with
respect lo ils completion or
modification
Any singular reference to
Contractor. Surery, Owner or
other party shall be considered
plural where applicable
PROJECT;
41'ater Replacement �11ong 7th Slreal. Forl 11 orlh. l�e�as
7'he C'ontractor and Surety are bound to the Owner in the amoinrt set for�h abo�e, for the payment of which the
Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, joindy and
severally, as provided herein. The conditions of [his �ond are such that if the Owner xccepts thc hid of lhe Contraclor
within the time specified in the bid documents, or ti-ithin such time period as may be abreed to by the Owner and
Contractor, and the Contractor either ( I) enters into a contra�t with the Owner in accordance with the terms of such
bid, and gives such bond or bonds as may be specified in the bidding or Contract Documents, with a surety admitted
in the jurisdiction of the Project and olherwise acceptable to lhe Owner, for the faithfiil performance of such ConVact
and for the prompt payment of labor and material lumished in the proseculion thereof; or (2) pays [o the Owner the
diflerence, not to exceed the amount of this [3ond, between the amount specitied in s�id bid and such larger amount
for which the Owner may in good faith contract with another party to pei form the work covered by said bid, then this
obligation shall be null and void, otherwise to remain in fiill force and effcct. "fhe Surety hereby waives any notice of
an agreement between the Owner and Contractor to exlend the time in which the Owner may accept the bid. Waiver of
nolice by the Surety shall not apply to any extension exceeding sixty (b0) days in the aggregate beyond the time for
acceptance of bicis speci[ied in the bid documents, and the Owner and Contractor shall obtain the Surery's consent for
an extension beyond sixty (60) days.
If this Dond is issued in connection with a suhcontractor's bid to a Contractor, the term Contractor in this Bond shall
be deemed to be Subcontractor and the lerm Owner shall be deemed to he Contractor.
When this Bond has been tiirnished to comply with a statutory or other legal requirement in the location of the Project,
any provision in this Bond conflicting with said statutory or legal reyuirentent shall be deemed deleted hereFrom and
provisions conf'prming to such statutory or other legal reyuirement shall be deemed incorporated herein. When so
ftimished, the intent is that this I3ond shall be construed as a statutory bond and not as a common la�a� bond.
Signed and sealed this 2;rd
(�'ir�fr.r.c�
F
�zc.�,�1
day of luly, 202i
(ira-IesUtilitics Inc
r�.�t�� � YP
fl]r,'c+ . t�tr ttr ul,,�iEni Vice �'r�sidcnt
f i:or uc! I i I,i ,i�i�r m��ru�}
(.}I � il'�/
{7'r:�r li ;��Hr� 14Er,�rJ ;Uu�rn�ti-in-f'�tct
(SealJ
(Senl)
CAUTION: You should sign an o�iginal AIA Contract �ocument, on which this text appears in RED. An origlnal assures that
changes will not be obscured.
Init. AIA Oocumenl A310'"' — 2010. Copyrlghi ��96`s. 'f3�0 and tp�0 !ry iha Arnencan lnsutute ol Arc�ilects. All righls reserved. WARNING. This AIA°i
oocument is prolecleA by U S Cn��yriyln �.nw ,u�•s Pii�rra.ui�niti� 7,��er;us. lJnai,«w�krad reproduGlion or dislribu�ion of this AIA° Doeumenl. or
any portion of il, may resull in severe civll and eriminal penalfies, and will be prosecuted la lha maMimum extent possible under Ihe law
� Purchasers are permltled lo �eproduce len { 101 copfes of Ihls tlocumenl wben compleled. To reporl copyrigh! violalions of AIA Contracl De��menis, e-mail
The Amencan Inslitule of Archltects' legal co�nsel, copyright@aia.org ne,,,,,
Dlrect Inqulrles/Clalms to:
THE HARTFORD
P�'�]�TER �F ATT�RNEY BOND,T-11
One Hertford Plaza
Hartford, Connecticut 06155
8nnd.Cla+ms allho��artford.corri
call. 888-266-3488 orfax: 860-757-5835
KNOW ALL PERSONS BY THESE PRESENTS THAT: Agency Name: I N9Uk I C�� l)I li l NSJNANC[•; SVCS LLC
Agency Code: 4�- 51 i 4 9 �
� Hartford Ff�e InsuranCe Company, a corporation duly orga�iized under the laws of the Stete of Conneclicut
� Hartford Casualty Insurance Company, a corporation duly orga�iized under the laws of the State of Indiane
0 Hartford Accident and Indemnity Company, a corporation duly organized under the laws of the State of Connecticut
0 Hartford Underwriters Insurance Company, a corporation duly organized under the laws of the State of Connecticut
� Twin City Fl�e InSu�anCe Company, a corporation duly organized under the laws of the State oF Indiana
� HartFord Insu�ance Company of Illinois, a corporation duly organized under the laws of the State of Illinois
O Hartford Insurance Company of the Midwest, a corporation duly organized under lhe laws of Uie State of Indiana
� Hartford Insurance Company of the Southeast, a corporation duly organized under the laws of the State of Florida
having their home office in Hartford, Connecticut, (hereinafter collectively referred to as the "Companies") do hereby make, constitute and appoint,
uptotheamountof Unlimi�ed :
Bradley Board, Jim H. Barr, Daniel F. Dacy III, Tracie Garner, Chris Holt, Paula C.
Jones of FORT WORTH, Texas
lheir true and iaw€ui Attorney(sJ-in-Fa�t, each in Iheir separate �apacity iF mpre lhan one Is named ah�ve, to sign its name as surety[iesj nnty as
delineated aha�e by E�, and to exacut�, seal and acknowledge ariy and ail honds, undeftakings, cantracls and fltherwrittan instruments in the nature
�hereof, vn hahalF of the Companies in [heir husiness of guaranteeing the fdelity af persons, guaranlasing the pertprmanee qf contraets and executing
or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law.
In Witness Whereof, and as authorized by a Resolution of the Board of Directors of the Companies on May 23, 2016 the Companies have
caused these presents to be signed by its Assistant Vice President and its corporate seals to be hereto a�xed, duly attested by its Assistant Secretary.
Further, pursuant tq Resolution of the Hoard of a�rect❑rs of the Compan�es, the Companies hereby unambiguously a�rm that they are and will be
bound by any rnec,�anicalfy applied signali�res applied �o this Power of Attorney.
�ri �,+w+v6 ti „�n� , � i;�,
" ��f► �`� .��� �.�,;'L F *PAt �y�n� : ?�••�� s.�r°'"
� �e�z� s
� � � � ..1 , - : ,..u•► i�; aaTe E 3� raza r at .
T ` � -� c ' � � "'ti•' � t • S ��� ;� 1979
�� • , ,^.:= ��� �'.� ���a� a��.. `7,4,��'.
��-��.C� j �� � ���
Shelby Wiggins, Assistant Secretary
��
,� rj,� y�
L-- ?0lf��".!� � �'l,I.U�n�
�f
Joelle L. LaPierre, Assistant Vlce President
STATE OF FLaRIhA
ss. Lake Mary
COUNTY OF SfMINOLE
On this 24th day of May, 2021, before me personaily came Joelle LaPierre, to me known, who being by me duly sworn, did depose and say: that
(s)he resides in Seminole County, State of F[orida; that �s]h� is the Assistaril Vice President of the Companles, the corporations described in and which
executed the aGo�e instrumen[; Ihet (s)he kisaws Ihe seals of !he said corporatians; that the seafs affixed to the said inslrument are such corporate seals; that
lhey were so afFixed by aulhorily of the Boards of Direc;ors of said CQrporalions and that (s)he signed hls/her name theretv by Ilke authority.
y ' '�.yf
Y.� Y .
�?I�� ��•
�-�J"��'% , � �
�CSSICA t�IL'L'UIIC
My Commission HH 122280
Erpires June 20, 2025
I, the undersigned, Assistant Vice President of the Companies, DO HEREBY CERTIFY that the above and foregoing is a true
and correct copy of the Power of Attomey executed by said Companies, which is still in full force effective as of 23rd day of July, 2025.
�s. �� ' e°°';� y�,� � r�,,l ww �. �,,,,�
��"�, � , .;,.�„�,�,;, • toar �� _ ;'�,�"^ �
�' � s i.e: . v , �,• ;,��..,
��� : �i..����N: � halt11� S tP79 � yw +079 � � 19T7
� ':
d` .�i`: ,}ww.[�� J��l� • �� • �^.�'[ir�f��' l ��iiY�'r '� .
�' ' [/% �
�' 1 ' l ��, ��� ` d
1
Keith D. Dozois, Assistant Vice President
IMPORTANT NOTICE
To obkain #nfarmation or make a complaint:
You may cvntact yaur Agent.
You may call The Hartford's Consumer Affairs toll-free telephone number for information or to
make a complaint at:
1-800-451-6944
You may contact the Texas Department of Insurance to obtain information on companies,
coverages, ri�hts, or �amp�aints at:
� -SOd-252-3439
You may write the Texas Department of Insurance:
P.O. Box 1 �491 a4
Austin, TX 78714-9104
Fax: (512) 490-1007
Web: www. [di. texas. ov
E-mail: Cvns�merFrate�tiorr tdr fex�5. qov
PREMIUM OR CLAIM DISPUTES:
Should you nave a dis�ute �ancernin� ynur premium or about a claim, ynu should cantact the
(agent} ��ompanyy �a�ent ar the company) first. If the dispute is not reso[ved, you may contact the
�exas 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.
,/TX4275-1
00 43 37
VENDOR COMPLIANCE TO STATE LAW
Page 1 of 1
SECTION 00 43 37
VENDOR COMPLIANCE TO STATE LAW NON RESIDENT BIDDER
Texas Government Code Chapter 2252 was adopted for the award of contracts to nonresident bidders. This
law provides that, in order to be awarded a contract as low bidder, nonresident bidders (out-of-state
contractors whose corporate offices or principal place of business are outside the State of Texas) bid projects
for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas
resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident
bidder in order to obtain a comparable contract in the State which the nonresidenYs principal place of business
is located.
The appropriate blanks in Section A must be filled out by all nonresident bidders in order for your bid to meet
specifications. The failure of nonresident bidders to do so will automatically disqualify that bidder. Resident
bidders must check the box in Section B.
A. Nonresident bidders in the State of , our principal place of business,
are required to be percent lower than resident bidders by State Law. A copy of the
statute is attached.
Nonresident bidders in the State of , our principal place of business,
are not required to underbid resident bidders.
B. The principal place of business of our company or our parent company or majority owner is
in the State of Texas. 0
BIDDER:
Gra-Tex Utilities Inc.
By: Rex Heflin
�Z�
t �gnature}
Title: Estimator
Date: 7/24/2025
END OF SECTION
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised 9/30I2021
CPN 105062-5 00 41 00 Bid Proposal Workbook
00 45 11 - 1
BIDDERS PREQUALIFICATIONS
Page 1 of 3
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER
Revised August 13, 2021 CITY PROJECT NO. 105062-5
SECTION 00 45 11 1
BIDDERS PREQUALIFICATIONS 2
3
1. Summary. A Bidder or their designated subcontractors are required to be prequalified or 4
have applied for prequalification by the City for the work types requiring prequalification 5
prior to submitting bids. To be considered for award of contract the Bidder must submit 6
Section 00 45 12, PREQUALIFICATION STATEMENT for the work type(s) listed with 7
their Bid. Any contractor or subcontractor who is not prequalified for the work type(s) listed 8
must submit Section 00 45 13, PREQUALIFICATION APPLICATION in accordance with 9
the requirements below. The information must be submitted seven (7) days prior to the 10
date of the opening of bids. Subcontractors must follow the same timelines as contractors 11
for obtaining prequalification review. Bidders or Subcontractors who are not prequalified at 12
the time bids are opened and reviewed may cause the bid to be rejected. 13
14
The prequalification process will establish a bid limit based on a technical evaluation and 15
financial analysis of the contractor. For example, a contractor wishing to submit bids on 16
projects to be opened on the 7th of April must file the information by the 31st day of March 17
in order to be eligible to work on these projects. In order to facilitate the approval of a 18
Bidder’s Prequalification Application, the following must accompany the submission. 19
a. A complete set of audited or reviewed financial statements. 20
(1) Classified Balance Sheet 21
(2) Income Statement 22
(3) Statement of Cash Flows 23
(4) Statement of Retained Earnings 24
(5) Notes to the Financial Statements, if any 25
b. A certified copy of the firm’s organizational documents (Corporate Charter, Articles 26
of Incorporation, Articles of Organization, Certificate of Formation, LLC 27
Regulations, Certificate of Limited Partnership Agreement). 28
c. A completed Bidder Prequalification Application. 29
(1) The firm’s Texas Taxpayer Identification Number as issued by the Texas 30
Comptroller of Public Accounts. To obtain a Texas Taxpayer Identification 31
number visit the Texas Comptroller of Public Accounts online at the 32
following web address www.window.state.tx.us/taxpermit/ and fill out the 33
application to apply for your Texas tax ID. 34
(2) The firm’s e-mail address and fax number. 35
(3) The firm’s DUNS number as issued by Dun & Bradstreet. This number 36
is used by the City for required reporting on Federal Aid projects. The DUNS 37
number may be obtained at www.dnb.com. 38
d. Resumes reflecting the construction experience of the principles of the firm for firms 39
submitting their initial prequalification. These resumes should include the size and 40
scope of the work performed. 41
e. Other information as requested by the City. 42
43
2. Prequalification Requirements 44
a. Financial Statements. Financial statement submission must be provided in 45
accordance with the following: 46
(1) The City requires that the original Financial Statement or a certified copy 47
be submitted for consideration. 48
00 45 11 - 2
BIDDERS PREQUALIFICATIONS
Page 2 of 3
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER
Revised August 13, 2021 CITY PROJECT NO. 105062-5
(2) To be satisfactory, the financial statements must be audited or reviewed 1
by an independent, certified public accounting firm registered and in 2
good standing in any state. Current Texas statues also require that 3
accounting firms performing audits or reviews on business entities within 4
the State of Texas be properly licensed or registered with the Texas State 5
Board of Public Accountancy. 6
(3) The accounting firm should state in the audit report or review whether 7
the contractor is an individual, corporation, or limited liability company. 8
(4) Financial Statements must be presented in U.S. dollars at the current rate 9
of exchange of the Balance Sheet date. 10
(5) The City will not recognize any certified public accountant as 11
independent who is not, in fact, independent. 12
(6) The accountant’s opinion on the financial statements of the contracting 13
company should state that the audit or review has been conducted in 14
accordance with auditing standards generally accepted in the United 15
States of America. This must be stated in the accounting firm’s opinion. 16
It should: (1) express an unqualified opinion, or (2) express a qualified 17
opinion on the statements taken as a whole. 18
(7) The City reserves the right to require a new statement at any time. 19
(8) The financial statement must be prepared as of the last day of any month, 20
not more than one year old and must be on file with the City 16 months 21
thereafter, in accordance with Paragraph 1. 22
(9) The City will determine a contractor’s bidding capacity for the purposes 23
of awarding contracts. Bidding capacity is determined by multiplying the 24
positive net working capital (working capital = current assets – current 25
liabilities) by a factor of 10. Only those statements reflecting a positive 26
net working capital position will be considered satisfactory for 27
prequalification purposes. 28
(10) In the case that a bidding date falls within the time a new financial 29
statement is being prepared, the previous statement shall be updated with 30
proper verification. 31
b. Bidder Prequalification Application. A Bidder Prequalification Application must be 32
submitted along with audited or reviewed financial statements by firms wishing to be 33
eligible to bid on all classes of construction and maintenance projects. Incomplete 34
Applications will be rejected. 35
(1) In those schedules where there is nothing to report, the notation of 36
“None” or “N/A” should be inserted. 37
(2) A minimum of five (5) references of related work must be provided. 38
(3) Submission of an equipment schedule which indicates equipment under 39
the control of the Contractor and which is related to the type of work for 40
which the Contactor is seeking prequalification. The schedule must 41
include the manufacturer, model and general common description of 42
each piece of equipment. Abbreviations or means of describing 43
equipment other than provided above will not be accepted. 44
45
3. Eligibility for Award of Contract 46
a. The City shall be the sole judge as to a contractor’s prequalification. 47
b. The City may reject, suspend, or modify any prequalification for failure by the 48
contractor to demonstrate acceptable financial ability or performance. 49
c. The City will issue a letter as to the status of the prequalification approval. 50
00 45 11 - 3
BIDDERS PREQUALIFICATIONS
Page 3 of 3
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER
Revised August 13, 2021 CITY PROJECT NO. 105062-5
d. If a contractor has a valid prequalification letter, the contractor will be eligible to 1
perform the prequalified work types until the expiration date stated in the letter. 2
3
4
5
6
7
END OF SECTION 8
9
00 45 12
PREQUALIFICATION STATEMENT
Page 1 of 1
SECTION 00 45 12
PREQUALIFICATION STATEMENT
Each Bidder for a City procurement is required to complete the information below by identifying the prequalified
contractors and/or subcontractors whom they intend to utilize for the major work type(s) listed.
Major Work Type Contractor/Subcontractor Company Name Prequalification
Expiration Date
Auger Boring - 24-inch
diameter casing and less North Star
Water Transmission,
Urban/Renewal, 12-Inch Gra-Tex Utilities
diameter and smaller
sp a aving
Construction/Reconstruction
(LESS THAN 15,000 Texas Material
The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are
currently prequalified fo� the work types listed.
BIDDER:
Gra-Tex Utilities Inc.
PO Box 1038
7218 Bloxom Park
Kennedale Texxas 76060
By: R He in
{Signaturej
Title: Estimator
Date
END OF SECTION
o�- ay- zo zS�
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised 09/30/2021 CPN 105062-5 00 41 00 Bid Proposal Workbook
FORTWORTHo
April 29, 2025
Mr. Sheldon Rosenbaum, Vice President
Gra-Tex Utilities, Inc
PO Box 1038
Kennedale, TX 76060
PREQUALIFICATION TO BID CITY OF FORT WORTH WATER DEPARTMENT PROJECTS
Dear Mr. Rosenbaum:
Thank you for your submittal of information and data toward prequalification to perform our work.
We are pleased to advise that your prequalification has been finalized. A bid limit $72,476,630.00
has been established for your organization based on the financial data submitted.
Your firm is prequalified to perform the following work:
-- Wastewater Mains (24" and under) for New Development, Rehabilitation, and Redevelopment using Open
Cut construction methods
-- Water Mains (24" and under) for New Development, Rehabilitation, and Redevelopment using Open Cut
construction methods
The prequalification and bid limit established above will remain current through 4130/2026
This date was established to be sixteen (16) months from the date of the most recent financial statement
received, unless rescinded for cause.
Should you desire prequalification in the future beyond the aforementioned, submittal of updated financials, work
experience, and equipment list will be necessary for this department to establish a new bid limit. Please be
advised that the plans and documents for the work to be performed must be submitted to and approved by the
City of Fort Worth Water Department.
We appreciate your interest in our work and should you have some question in this or other matters within our
purview, please do not hesitate to contact Mr. John Kasavich at (817)392-8480 or Norma Sauceda at (817)392-
6055.
Yours very truly,
�
/� �Il, � �I J u �
�` l �
-}-,� Chris Harder, P.E.
�
Water Director
Fort Worth
�
IW-AmeiicaCfry
1IIII`'
1964 • 1993 • 2011
MAIL TO: John Kasavich, P.E.
Fort Worth Water Department
Engineering & Regulatory Services
200 Texas Street
Fort Worth, TX 76102
WATER DEPARTMENT
CAPITAL DELIVERY
THe CiTr oF Fo�rr V�io�rrH * 100 Fort \��orth Trail * Fo�rr WoR�rH, TEx.as 76102
817-392-8362 *F�x 817-392-8195
�F Printed on recVcled paper
SECTION 00 45 13
PREQUALIFICATION APPLICATION
Date of Balance Sheet ,
Mark only one:
Individual
Limited Partnership
General Partnership
Corporation
Limited Liability Company
Post Office Box City State Zip Code
Street Address (required) City State Zip Code
( ) ( )
Telephone Fax Email
Texas Taxpayer Identification No.
Federal Employers Identification No.
DUNS No. (if applicable)
Email/mail this questionnaire along with financial statements to the appropriate group below. A separate
submittal is required for water/sewer, paving, and lighting:
Work Category – Water Department Water/sewer Work Category – TPW Paving Work Category – TPW Ped/Rdwy Lighting
john.kasavich@FortWorthTexas.gov Alicia.Garcia@fortworthtexas.gov clint.hoover@fortworthtexas.gov
Fort Worth Water Department Engineering and
Fiscal Services Division 200 Texas St. Fort
Worth, TX 76102
City of Fort Worth Transportation and Public
Works Dept, 8851 Camp Bowie West Blvd.
Fort Worth, Texas 76116 Attn: Alicia Garcia
City of Fort Worth TPW Transportation
Management Attn: Clint Hoover, P.E. 5001
James Ave. Fort Worth, TX76115
*Financial Statements must be mailed. Mark the envelope: “Bidder Prequalification Application”
Name under which you wish to qualify
00 45 13 - 2
BIDDER PREQUALIFICATION APPLICATION
Page 2 of 8
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER
Revised August 13, 2021 CPN 105062-5
BUSINESS CLASSIFICATION
The following should be completed in order that we may properly classify your firm:
(Check the block(s) which are applicable – Block 3 is to be left blank if Block 1 and/or Block 2 is
checked)
Has fewer than 100 employees
and/or
Has less than $6,000,000.00 in annual gross receipts
OR
Does not meet the criteria for being designated a small business as provided in Section
2006.001 of the Texas Government Code.
The classification of your firm as a small or large business is not a factor in determining eligibility to
become prequalified.
Select major work categories for which you would like to be prequalified (City may deem you are not
qualified for selected category or may approve you at a lesser size/length and maximum size may
not be listed specifically under a major work category):
MAJOR WORK CATEGORIES
Water Department
Augur Boring - 24-inch diameter casing and less
Augur Boring - Greater than 24-inch diameter casing and greater
Tunneling – 36-Inches – 60 –inches, and 350 LF or less
Tunneling - 36-Inches – 60 –inches, and greater than 350 LF
Tunneling – 66” and greater, 350 LF and greater
Tunneling – 66” and greater, 350 LF or Less
Cathodic Protection
Water Distribution, Development, 8-inch diameter and smaller
Water Distribution, Urban and Renewal, 8-inch diameter and smaller
Water Distribution, Development, 12-inch diameter and smaller
Water Distribution, Urban and Renewal, 12-inch diameter and smaller
Water Transmission, Development, 24-inches and smaller
Water Transmission, Urban/Renewal, 24-inches and smaller
Water Transmission, Development, 42-inches and smaller
Water Transmission, Urban/Renewal, 42-inches and smaller
Water Transmission, Development, All Sizes
Water Transmission, Urban/Renewal, All Sizes
Sewer Bypass Pumping, 18-inches and smaller
Sewer Bypass Pumping, 18-inches – 36-inches
Sewer Bypass Pumping 42-inches and larger
CCTV, 8-inches and smaller
CCTV, 12-inches and smaller
CCTV, 18-inches and smaller
CCTV, 24-inches and smaller
00 45 13 - 3
BIDDER PREQUALIFICATION APPLICATION
Page 3 of 8
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER
Revised August 13, 2021 CPN 105062-5
MAJOR WORK CATEGORIES, CONTINUED
CCTV, 42-inches and smaller
CCTV, 48-inches and smaller
Sewer CIPP, 12-inches and smaller
Sewer CIPP, 24-inches and smaller
Sewer CIPP, 42-inches and smaller
Sewer CIPP, All Sizes
Sewer Collection System, Development, 8-inches and smaller
Sewer Collection System, Urban/Renewal, 8-inches and smaller
Sewer Collection System, Development, 12-inches and smaller
Sewer Collection System, Urban/Renewal, 12-inches and smaller
Sewer Interceptors, Development, 24-inches and smaller
Sewer Interceptors, Urban/Renewal, 24-inches and smaller
Sewer Interceptors, Development, 42-inches and smaller
Sewer Interceptors, Urban/Renewal, 42-inches and smaller
Sewer Interceptors, Development, 48-inches and smaller
Sewer Interceptors, Urban/Renewal, 48-inches and smaller
Sewer Pipe Enlargement 12-inches and smaller
Sewer Pipe Enlargement 24-inches and smaller
Sewer Pipe Enlargement, All Sizes
Sewer Cleaning , 24-inches and smaller
Sewer Cleaning , 42-inches and smaller
Sewer Cleaning , All Sizes
Sewer Cleaning, 8-inches and smaller
Sewer Cleaning, 12-inches and smaller
Sewer Siphons 12-inches or less
Sewer Siphons 24-inches or less
Sewer Siphons 42-inches or less
Sewer Siphons All Sizes
Transportation Public Works
Asphalt Paving Construction/Reconstruction (LESS THAN 15,000 square yards)
Asphalt Paving Construction/Reconstruction (15,000 square yards and GREATER)
Asphalt Paving Heavy Maintenance (UNDER $1,000,000)
Asphalt Paving Heavy Maintenance ($1,000,000 and OVER)
Concrete Paving Construction/Reconstruction (LESS THAN 15,000 square yards)*
Concrete Paving Construction/Reconstruction (15,000 square yards and GREATER)*
Roadway and Pedestrian Lighting
NOTE *There is not a prequalification requirement for installation of concrete sidewalk, curb & gutter,
driveways, and panel replacement, only concrete paving
00 45 13 - 4
BIDDER PREQUALIFICATION APPLICATION
Page 4 of 8
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER
Revised August 13, 2021 CPN 105062-5
1. List equipment you do not own but which is available by renting
DESCRIPTION OF EQUIPMENT NAME AND DETAILED ADDRESS OF OWNER
2. How many years has your organization been in business as a general contractor under your present
name?
List previous business names:
3. How many years of experience in construction work has your organization
had:
(a) As a General Contractor: (b) As a Sub-Contractor:
4. *What projects has your organization completed in Texas and elsewhere?
CONTRACT
AMOUNT
CLASS
OF
WORK
DATE
COMPLETED
LOCATION
CITY-COUNTY-
STATE
NAME AND DETAILED
ADDRESS OF OFFICIAL TO
WHOM YOU REFER
*If requalifying only show work performed since last statement.
5. Have you ever failed to complete any work awarded to you?
If so, where and why?
6. Has any officer or owner of your organization ever been an officer of another organization that failed to
complete a contract?
If so, state the name of the individual, other organization and reason.
7. Has any officer or owner of your organization ever failed to complete a contract executed in his/her
name?
If so, state the name of the individual, name of owner and reason.
00 45 13 - 5
BIDDER PREQUALIFICATION APPLICATION
Page 5 of 8
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER
Revised August 13, 2021 CPN 105062-5
8. In what other lines of business are you financially interested?
9. Have you ever performed any work for the City?
If so, when and to whom do you refer?
10. State names and detailed addresses of all producers from whom you have purchased principal
materials during the last three years.
NAME OF FIRM OR COMPANY DETAILED ADDRESS
11. Give the names of any affiliates or relatives currently debarred by the City. Indicate your relationship
to this person or firm.
12. What is the construction experience of the principal individuals in your organization?
NAME
PRESENT
POSITION OR
OFFICE
YEARS OF
EXPERIENCE
MAGNITUDE
AND TYPE OF
WORK
IN WHAT
CAPACITY
13. If any owner, officer, director, or stockholder of your firm is an employee of the City, or shares the
same household with a City employee, please list the name of the City employee and the relationship. In
addition, list any City employee who is the spouse, child, or parent of an owner, officer, stockholder, or
director who does not live in the same household but who receives care and assistance from that person as
a direct result of a documented medical condition. This includes foster children or those related by
adoption or marriage.
00 45 13 - 6
BIDDER PREQUALIFICATION APPLICATION
Page 6 of 8
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER
Revised August 13, 2021 CPN 105062-5
CORPORATION BLOCK PARTNERSHIP BLOCK
If a corporation: If a partnership:
Date of Incorporation State of Organization
Charter/File No. Date of organization
President Is partnership general, limited, or registered limited
liability partnership?
Vice Presidents
File No. (if Limited
Partnership)
General Partners/Officers
Secretary Limited Partners (if applicable)
Treasurer
LIMITED LIABILITY COMPANY BLOCK
If a corporation:
State of Incorporation
Date of organization
File No. Individuals authorized to sign for Partnership
Officers or Managers (with titles, if any)
Except for limited partners, the individuals listed in the blocks above are presumed to have full
signature authority for your firm unless otherwise advised. Should you wish to grant signature
authority for additional individuals, please attach a certified copy of the corporate resolution,
corporate minutes, partnership agreement, power of attorney or other legal documentation which
grants this authority.
00 45 13 - 7
BIDDER PREQUALIFICATION APPLICATION
Page 7 of 8
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER
Revised August 13, 2021 CPN 105062-5
14.Equipment $_______________
TOTAL
Similar types of equipment may be lumped together. If your firm has more than 30 types of equipment,
you may show these 30 types and show the remainder as "various". The City, by allowing you to show
only 30 types of equipment, reserves the right to request a complete, detailed list of all your equipment.
The equipment list is a representation of equipment under the control of the firm and which is related to the
type of work for which the firm is seeking qualification. In the description include, the manufacturer,
model, and general common description of each.
ITEM QUANTITY ITEM DESCRIPTION
BALANCE SHEET
VALUE
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
Various-
TOTAL
00 45 13 - 8
BIDDER PREQUALIFICATION APPLICATION
Page 8 of 8
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER
Revised August 13, 2021 CPN 105062-5
BIDDER PREQUALIFICATION AFFIDAVIT
STATE OF
COUNTY OF
The undersigned hereby declares that the foregoing is a true statement of the financial condition of the
entity herein first named, as of the date herein first given; that this statement is for the express purpose of
inducing the party to whom it is submitted to award the submitter a contract; and that the accountant who
prepared the balance sheet accompanying this report as well as any depository, vendor or any other
agency herein named is hereby authorized to supply each party with any information, while this statement
is in force, necessary to verify said statement.
_______________________________________________, being duly sworn, deposes and says that
he/she is the __________________________________ of ___________________________, the entity
described in and which executed the foregoing statement that he/she is familiar with the books of the said
entity showing its financial condition; that the foregoing financial statement taken from the books of the
said entity as of the date thereof and that the answers to the questions of the foregoing Bidder
Prequalification Application are correct and true as of the date of this affidavit.
Firm Name:
Signature:
Sworn to before me this
day of ,
Notary Public
Notary Public must not be an officer, director, or stockholder or relative thereof.
00 45 2G - l
CONTRAC'fORCOMP(,IANCL• WI't'H �V�)kKER'SC<JMPENSATION I.AW
Page I uf I
2
3
4
5
6
7
8
9
10
11
12
l3
14
15
l6
l7
is
19
20
2l
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
SEC'.TION 00 45 26
CONTRACI'OR COMPLIANCE WITH WORK�R'S COMPCNSATIUN LAW
Pursuant to Texas Labor Code Scction 406.096(a), as amcndcd, Contractor certifics that it
providcs workcr's con�pensation insuraucc covcrage for all of its cmployees employed on City
Projcct No. 1OS062-S. Contractor further ccrlifies that, pursuant to Tcxas Labor Code, Section
406.096(b), as amended, it will providc to City its subcontractor's ce�tificatcs of compliancc witll
worker's compensation coverage.
CONTRACTOR:
Gra-Tex Utilities, Inc.
Company-- -
PO Box 1038
Address
Kennedale, Texas 76060
City/Stare/zip
THE S'I'ATE OF 1'EXAS
COUNTY OF'I'ARRANT
By: M. Sheldon Rosenbaum
(Pleasc Print)
Signature: /"�C �i��
Titic: Vice President
(Please Print)
�
§
L3EFORE ME, lhe undersigned authc�rity, on this day persona(ly appeared
M. SheldOn ROsenbaum __ __ _, Icnown to me to be the person whose namc is
subsc�ibed to lhe foregoing instn�ment, and acknowledged to me that he/she executed the saiY�e as
the act and deed of for the purposcs and
consideration therein expressed aud in thc capacity tlierein stated.
GIVEN UNDER MY H11ND AND SEAL OF OFFICE this 16th ��,�y af
September , 2025
q►�Y ��e GREG STEVEN HUGDAHL
:� � Notary ID N1281609di
�.,, T My Commission Expires
'�or� April 5, 2026
Notar �bli'c ii nd foe the Stale of Texas
Y
EIVD OF SECTION
CITY OP PORT WOR771 WATF.R RF,VI,ACL:ti1RNT5 ALONG 7'" tiTRGP;I'
STANL)ARD CONS'fRUC'I'ION SPI?CIh'lCA'I'IUN DUCUML:NTS VAN 7.ANIYf 12-INCII WAT��.R
Rcvised July I, 2011 C'ITY PRUJN'.CE NO 105062-i
00 52 43 - 1
Agreement
Page 1 of 6
CITY OF FORT WORTH WATER REPLACEMENT S ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12 -INCH WATER
Revised June 13, 2025 CITY PROJECT NO. 105062-5
SECTION 00 52 43
AGREEMENT
THIS AGREEMENT, authorized on August 26, 2025, is made by and between the City of Fort
Worth, a Texas home rule municipality, acting by and through its duly authorized City Manager,
(“City”), and Gra-Tex Utilities, Inc. , authorized to do business in Texas, acting by and
through its duly authorized representative, (“Contractor”). City and Contractor may jointly be
referred to as Parties.
City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as
follows:
Article 1. WORK
Contractor shall complete all Work as specified or indicated in the Contract Documents for
the Project identified herein.
Article 2. PROJECT
The project for which the Work under the Contract Documents may be the whole or only a part
is generally described as follows:
Water and Sanitary Sewer Replacement on
Camp Bowie Hul-Mont Project Part 5 (7th Street)
CITY PROJECT NO. 105062-5
Article 3. CONTRACT PRICE
City agrees to pay Contractor for performance of the Work in accordance with the Contract
Documents an amount, in current funds, of Two Million, One Hundred Seven Thousand, Nine
Hundred Twenty-Eight 00/100 Dollars ($_2,107,928.00). Contract price may be adjusted by
change orders duly authorized by the Parties.
Article 4. CONTRACT TIME
4.1 Final Acceptance.
The Work shall be complete for Final Acceptance within 120 days after the date when the
Contract Time commences to run, as provided in Paragraph 2.02 of the General Conditions,
plus any extension thereof allowed in accordance with Article 12 of the General Conditions.
4.2 Liquidated Damages
Contractor recognizes that time is of the essence for completion of Milestones, if any, and
to achieve Final Acceptance of the Work and City and the public will suffer from loss of
use if the Work is not completed within the time(s) specified in Paragraph 4.1 above. The
Contractor also recognizes the delays, expense and difficulties involved in proving in a
legal proceeding, the actual loss suffered by the City if the Work is not completed on time.
Accordingly, instead of requiring any such proof, Contractor agrees that as liquidated
damages for delay (but not as a penalty), Contractor shall pay City Seven Hundred and
Seventy-Five Dollars ($775.00) for each day that expires after the time specified in
Paragraph 4.1 for Final Acceptance until the City issues the Final Letter of Acceptance.
00 52 43 - 2
Agreement
Page 2 of 6
CITY OF FORT WORTH WATER REPLACEMENT S ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12 -INCH WATER
Revised June 13, 2025 CITY PROJECT NO. 105062-5
Article 5. CONTRACT DOCUMENTS
5.1 CONTENTS:
A.The Contract Documents which comprise the entire agreement between City and
Contractor concerning the Work consist of the following:
1.This Agreement.
2.Attachments to this Agreement:
a.Bid Form
1)Proposal Form
2)Vendor Compliance to State Law Non-Resident Bidder
3)Prequalification Statement
4)State and Federal documents (project specific)
b.Current Prevailing Wage Rate Table
c.Insurance Certification Form (ACORD or equivalent)
d.Payment Bond
e.Performance Bond
f.Maintenance Bond
g.Power of Attorney for the Bonds
h.Worker’s Compensation Affidavit
i.MBE and/or SBE Utilization Form
3.General Conditions.
4.Supplementary Conditions.
5.Specifications specifically made a part of the Contract Documents by attachment or,
if not attached, as incorporated by reference and described in the Table of Contents
of the Project’s Contract Documents.
6.Drawings.
7.Addenda.
8.Documentation submitted by Contractor prior to Notice of Award.
9.The following which may be delivered or issued after the Effective Date of the
Agreement and, if issued, become an incorporated part of the Contract Documents:
a.Notice to Proceed.
b.Field Orders.
c.Change Orders.
d.Letter of Final Acceptance.
Article 6. INDEMNIFICATION
6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own
expense, the city, its officers, servants and employees, from and against any and all
claims arising out of, or alleged to arise out of, the work and services to be performed
by the contractor, its officers, agents, employees, subcontractors, licenses or invitees
under this contract. This indemnification provision is specifically intended to operate
and be effective even if it is alleged or proven that all or some of the damages being
sought were caused, in whole or in part, by any act, omission or negligence of the city.
This indemnity provision is intended to include, without limitation, indemnity for costs,
expenses and legal fees incurred by the city in defending against such claims and causes
of actions.
00 52 43 - 3
Agreement
Page 3 of 6
CITY OF FORT WORTH WATER REPLACEMENT S ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12 -INCH WATER
Revised June 13, 2025 CITY PROJECT NO. 105062-5
6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense,
the city, its officers, servants and employees, from and against any and all loss, damage
or destruction of property of the city, arising out of, or alleged to arise out of, the work
and services to be performed by the contractor, its officers, agents, employees,
subcontractors, licensees or invitees under this contract. This indemnification provision
is specifically intended to operate and be effective even if it is alleged or proven that all
or some of the damages being sought were caused, in whole or in part, by any act,
omission or negligence of the city.
Article 7. MISCELLANEOUS
7.1 Terms.
Terms used in this Agreement which are defined in Article 1 of the General Conditions will
have the meanings indicated in the General Conditions.
7.2 Assignment of Contract.
This Agreement, including all of the Contract Documents may not be assigned by the
Contractor without the advanced express written consent of the City.
7.3 Successors and Assigns.
City and Contractor each binds itself, its partners, successors, assigns and legal
representatives to the other party hereto, in respect to all covenants, agreements and
obligations contained in the Contract Documents.
7.4 Severability/Non-Waiver of Claims.
Any provision or part of the Contract Documents held to be unconstitutional, void or
unenforceable by a court of competent jurisdiction shall be deemed stricken, and all
remaining provisions shall continue to be valid and binding upon City and Contractor.
The failure of City or Contractor to insist upon the performance of any term or provision of
this Agreement or to exercise any right granted herein shall not constitute a waiver of City's
or Contractor’s respective right to insist upon appropriate performance or to assert any such
right on any future occasion.
7.5 Governing Law and Venue.
This Agreement, including all of the Contract Documents is performable in the State of
Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the
Northern District of Texas, Fort Worth Division.
7.6 Authority to Sign.
Contractor shall attach evidence of authority to sign Agreement if signed by someone other
than the duly authorized signatory of the Contractor.
7.7 Non-appropriation of Funds.
In the event no funds or insufficient funds are appropriated by City in any fiscal period for
any payments due hereunder, City will notify Vendor of such occurrence and this Agreement
shall terminate on the last day of the fiscal period for which appropriations were received
without penalty or expense to City of any kind whatsoever, except as to the portions of the
payments herein agreed upon for which funds have been appropriated.
00 52 43 - 4
Agreement
Page 4 of 6
CITY OF FORT WORTH WATER REPLACEMENT S ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12 -INCH WATER
Revised June 13, 2025 CITY PROJECT NO. 105062-5
7.8 Prohibition On Contracts With Companies Boycotting Israel.
Contractor, unless a sole proprietor, acknowledges that in accordance with Chapter 2271 of
the Texas Government Code, if Contractor has 10 or more full time-employees and the
contract value is $100,000 or more, the City is prohibited from entering into a contract with
a company for goods or services unless the contract contains a written verification from the
company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of
the contract. The terms “boycott Israel” and “company” shall have the meanings ascribed to
those terms in Section 808.001 of the Texas Government Code. By signing this contract,
Contractor certifies that Contractor’s signature provides written verification to the
City that if Chapter 2271, Texas Government Code applies, Contractor: (1) does not
boycott Israel; and (2) will not boycott Israel during the term of the contract.
7.9 Prohibition on Boycotting Energy Companies.
Contractor acknowledges that in accordance with Chapter 2276 of the Texas Government
Code, the City is prohibited from entering into a contract for goods or services that has a
value of $100,000 or more, which will be paid wholly or partly from public funds of the City,
with a company (with 10 or more full-time employees) unless the contract contains a written
verification from the company that it: (1) does not boycott energy companies; and (2) will
not boycott energy companies during the term of the contract. The terms “boycott energy
company” and “company” have the meaning ascribed to those terms by Chapter 2276 of the
Texas Government Code. To the extent that Chapter 2276 of the Government Code is
applicable to this Agreement, by signing this Agreement, Contractor certifies that
Contractor’s signature provides written verification to the City that Contractor: (1)
does not boycott energy companies; and (2) will not boycott energy companies during
the term of this Agreement.
7.10 Prohibition on Discrimination Against Firearm and Ammunition Industries.
Contractor acknowledges that except as otherwise provided by Chapter 2274 of the Texas
Government Code, the City is prohibited from entering into a contract for goods or services
that has a value of $100,000 or more which will be paid wholly or partly from public funds
of the City, with a company (with 10 or more full-time employees) unless the contract
contains a written verification from the company that it: (1) does not have a practice, policy,
guidance, or directive that discriminates against a firearm entity or firearm trade association;
and (2) will not discriminate during the term of the contract against a firearm entity or firearm
trade association. The terms “discriminate,” “firearm entity” and “firearm trade association”
have the meaning ascribed to those terms by Chapter 2274 of the Texas Government
Code. To the extent that Chapter 2274 of the Government Code is applicable to this
Agreement, by signing this Agreement, Contractor certifies that Contractor’s signature
provides written verification to the City that Contractor: (1) does not have a practice,
policy, guidance, or directive that discriminates against a firearm entity or firearm
trade association; and (2) will not discriminate against a firearm entity or firearm trade
association during the term of this Agreement.
00 52 43 - 5
Agreement
Page 5 of 6
CITY OF FORT WORTH WATER REPLACEMENT S ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12 -INCH WATER
Revised June 13, 2025 CITY PROJECT NO. 105062-5
7.11 Immigration Nationality Act.
Contractor shall verify the identity and employment eligibility of its employees who perform
work under this Agreement, including completing the Employment Eligibility Verification
Form (I-9). Upon request by City, Contractor shall provide City with copies of all I-9 forms
and supporting eligibility documentation for each employee who performs work under this
Agreement. Contractor shall adhere to all Federal and State laws as well as establish
appropriate procedures and controls so that no services will be performed by any Contractor
employee who is not legally eligible to perform such services. CONTRACTOR SHALL
INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES,
LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY
CONTRACTOR, CONTRACTOR’S EMPLOYEES, SUBCONTRACTORS,
AGENTS, OR LICENSEES. City, upon written notice to Contractor, shall have the right
to immediately terminate this Agreement for violations of this provision by Contractor.
7.12 No Third-Party Beneficiaries.
This Agreement gives no rights or benefits to anyone other than the City and the Contractor
and there are no third-party beneficiaries.
7.13 No Cause of Action Against Engineer.
Contractor, its subcontractors and equipment and materials suppliers on the PROJECT or their
sureties, shall maintain no direct action against the Engineer, its officers, employees, and
subcontractors, for any claim arising out of, in connection with, or resulting from the engineering
services performed. Only the City will be the beneficiary of any undertaking by the Engineer.
The presence or duties of the Engineer's personnel at a construction site, whether as on-site
representatives or otherwise, do not make the Engineer or its personnel in any way
responsible for those duties that belong to the City and/or the City's construction contractors
or other entities, and do not relieve the construction contractors or any other entity of their
obligations, duties, and responsibilities, including, but not limited to, all construction
methods, means, techniques, sequences, and procedures necessary for coordinating and
completing all portions of the construction work in accordance with the Contract Documents
and any health or safety precautions required by such construction work. The Engineer and
its personnel have no authority to exercise any control over any construction contractor or
other entity or their employees in connection with their work or any health or safety
precautions.
00524)-6 !\grecment Page 6 of6 IN WITNESS WHEREOF, City and Contractor have each executed this Agreement to be effective
as of the date subscribed by the City's designated Assistant City Manager ("Effective Date").
Contractor: Gra-Tex Utilities, Inc.City of Fo1t Worth
]J{_yi_l{ _ -----=---=,.af3y=��--;--;-�;----------Signature estca McEachern
M.Sheldon Rosenbaum
(Printed Name)
Vice President
Title
PO Box 1038
Address
------
Kennedale, Texas 76060
City/State/Zip
September 16, 2025--------D at cCITY OF FORT WORTII Assistant City Manager
09/24/2025
Date
Attest:rk�
Jannette Goodall, City Secretary
(Seal)
M&C: 25-0805
Date: August 26, 2025
Contract Compliance Manager:
By signing, I acknowledge that I am the person
responsible li.>r the monitoring and
administration of this contract, including
ensuring all performance and reporting
requirements.
�, Parvathi Sreekumaran Unnithan. P.E.
Project Engineer, Water Depatiment
�ppr�'orm and Legality:
Douglas Black (Sep 23, 202513:41:07 CDT)
Douglas W. Black
Sr. Assistant City Attorney
APPROVAL RECOtvll\1ENOED: g�h:,!�!�rt��19ttf r��r
Chris Harder, Director,
Water DepartmentSTANDAKD CONSTRUCTION SPEC!f'ICATION DOClJMENTS lkvised J1111e I J, 2025 WATER REPLACEMENTS !\LONG 7 111 STREET VAN i'.ANDT 12-INCH WATER CITY PROJECT NO. 105061-5
Bond Number: 46BCSJC2955
1
z
3
4
5
6
7
TH� STAT� OF T�XAS
COUNTY OF TARRANT
S�CTTON 00 6l. 13
��x�o�uvzArrc� Boz�m
006113-1
PERi'ORMANC� BOND
Page 1 of 2
§
§ KNOW ALL BY TH�S� PR�S�NTS:
§
s That we, Gra-Tex Utilities, Inc. , known
9 �s �°Principal" herein auc� Hartford Fire Insurance Company a
10 corporate surety(sureties, if moi�e than one) duly authorized to do business in the State of Texas,
11 known as "Surety" herein (whetl�er one or more), are held and in•mly bound unto the City of Fort
12 Worth, a municipaI corporaiion created puisuant to the laws of Texas, lrnown as "City" herein, in
13 the peiial sum of, Two Million, One Hundred Seven T'housand, Nine Hundred
14 Twenty-�i�ht 00/100 Dolla�•s ($ 2,107,928.00 ), lawful ino�tey of the
15 United States, to be paid in Fort Worth, Tarrant County, Texas %r the payment of which sum
1G well and truly to Ue made, wa bind ou�•selves, our heirs, executors, administrators, successors and
17 assigns, jointly aud severally, firinly by these pxesents.
18 WHEREAS, the Prii�cipal has entered into a cextaizi written coniract with the City
19 awarded the 26c�1� day of _ Au�ust , 2025 , which Contract is hereUy referred to and
20 mada a part hcreof for a11 p�.u•poses as if fully set forth hea•ein, to furnish all tnate��ials, equipment
21 labor and other accessories defined by law, in the prosecution of the Work, includiug any
22 Cliange Orders, as provided for in said Contract dcsignated as R'ater and Sanitai�y Sewer
23 Replacennea�t on Ca�np Bowie Hnl-Moni �►�oject �ax•t S; City Pro.ject No.105062-5.
24 NOW, THEREFOR�, the condition of this obligation is such that if the said
25 Principal shall faithfully perform it obligations under the Contc•act and shall in all respects duly
26 and faithfully perform the Work, including Cl�ange Orders, under the Co��iract, according
27 to the plans, specifications, a��d cantract doc��mer�ts therein referred to, At?d as well du�•ing
28 any period of extension of the Cat�tract thai may be granied on the pa��t of the City, then this
29 obligatio�� shall be aud become null and void, otherwise to remain in full force and effect,
30 PROVIDED �URTHER, tl�at if any legal action be filed ou tllis Bond, venue shall lie in
31 Tarrant County, Texas or the United States District Court for the Norlhern District of Texas, Fort
32 Worth Division.
CITY OF FORT WORTFl WATER REPLACEMENTS ALONG 7Tx STREET
STANDARD CONSTRUCTION SPECIPICATION DOCUMENTS VAN ZANDT l2-INCH WATL+R �
Rovised December 8, 2023 CTl'Y 1'1tOJECT NO. 105062-5
006� t3-z
PERFORMANCE SaND
1'age 2 of 2
2
3
This bond is made and executed in coinplia�ice witl� the pxovisions of Chapter 2253 of the
Taxas Goverrunent Code, as ameiided, and all liabilities on this bond shall be determined in
accordance with the pz•ovisions of said statue.
4 IN WITNESS WHEREOF, the Principal and the Surety hav� SIGNED aud SEALED this
5 instrument by duIy authorized agents aud officers on this the 10th day of September
� , 20 25 .
�
s
9
10
��
12
13 ATTEST:
14
I S ��_
16 (T'rincipal) Secreta�y
17
is
19
20
21
22 ituess fls to Principal �/
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37 Witness as to Surety
38
39
PRTNCIPAL:
Gra-Tex Utilities, Inc.
�Y: C, .••...
Signature �
M. Sheldon Rosenbaum, Vice President
Name and Title
Aaaress: Gra-Tex Utilities,lnc.
PQ R�x 1038
,
■. � • - � .��- •�u�.�
BY: •>
�gnature
Bradley Board, Attorney-In-Fact
Name and Title
Address: I N S U R I CA
500 .7t Street., te 00
Fort Worth. TX 76102
Telephon� N«rr►ber: 817-261-1101
EmailAddress:Rra�l RnarrinlN�IIRICA.00171
40 *Note: lf signed by an officer of the Surety Company, tiiere must be on file a certified ext�•act
41 from the by-laws showing that this person has Authority to sign such obligation. If
42 Surety's physica[ address is different fi•oin its inailing address, both must Ue providecl.
43 The date of the bond shall nat ba p�•ior to the date the Contract is awarded.
CITY OF FOltl' WORT}T WATL�R REPLACEIvIh'N'1'S AT,ONG 7TM STREEI'
STANDARD CONSTRUCTION SPECIFICATION llOCUM�.NTS VAN 7ANAT 12-INCH WATL+R
Revised Aecennber 8, 2023 CITY PROJECT NO. 105062-5
Direct Inquiries/Claims to:
THE HARTFORD
POWER OF ATTORNEY BOND,T-11
One Hartford Plaza
Hartford, Connecticut 06155
Bond.ClaimsCa�thehartford.com
call: 888-266-3488 orfax: 860-757•5835
KNOW ALL PERSONS BY THESE PRESENTS THAT: Agency Name: iNSUR1CA UFB iNSURANCL SVCS LC,C
Agency Code: 46 - 51i48i
x� Hartford Fire Insuranee Company, a corporation duly organized uuder the la��s of the State oFConnecticut
� HartFord Casualty InsuranCe Company, a corpo�alion duly organized under the laws ot'die Statc of Indian❑
� Hartford Accident and Indemnity Company, � corpor�tiun duly org�nizcd under thc la�vs oFthc Statc ol'Connecticut
� Hartford Underwriters Insurance Company, a corporation dul� urgauired under thc la���s of the Stalc uf Coiuiecticut
OTwin City Fire Insurance Company, a corpotalion duly orcunired undcr the la�vs of thc Statc of Indi�ma
� Hartford Insurance Company of Illinois, u corpura�ion Julp organir_cd uudcr lhc la�vs of tl�c Slalc oC [Ilinuis
� HartFord Insurance Company of the Midwest, a corporation duly organir_ed under th� laws of tlie State of Indiana
OHartford Insul'ance Company of the Southeast, a curpoialion duly organiud under thc la��s ofthe State of Plorida
having their home office in Hartford, Conneciicut, (hereinafter collectively referred to as the "Companies") do hereby make, constitute and appoint,
uptotheamountof Unlimited :
Bradley Board, Jim H. Barr, Daniel E. Dacy III, Tracie Garner, Chris Holt, Paula C.
Jones of PORT WORTH, Texas
their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above, to sign its name as surety(ies) only as
delineated above by �, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature
thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing
or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law.
In Witness Whereof, and as authorized by a Resolution of the Board of Directors of the Companies on May 23, 2016 the Companies have
caused these presents to be signed by its Assistant Vice President and its corporate seals to be hereto affixed, duly attested by its Assistant Secretary.
Further, pursuant to Resolution of the Board of Directors of the Companies, the Companies hereby unambiguously affirm that they are and will be
bound by any mechanically applied signatures applied to this Power of Attorney.
lr i 'p`pq ��.�."� � �aw�"r.�,
��Wi � � ������s �� NtW� ei ta�^ M
�wv� �� ."'�.��..��.�r� � F L90 T � �a.M�o� L e �.ceuou� ;i d,rr�a+au
+.• g 3:!!•'" P '� �sez �, • € y . ; •
�► • �iumas + • A�u1M� 5 i0i9 • ! 9 4 1
�'�► 1 � '.� j*C �� i': ti •,� GT ,f' 9T9
� �.,. 8 � �+.
• � � + \9�� �bwTt�� ��J'� 1��, • ��n•.��111�91Y� ��IOIY�.
��
���,��G� 1���.�'"`°
Shelby Wiggins, Assistant Secretary
0.���4�,�.
Joelle L. LaPierre, Assistant Vice President
STATE OF FLORIDA
ss. Lake Mary
COUNTY OF SEMINOLE
On this 20th day of May, 2021, before me personally came Joelle LaPierre, to me known, who being by me duly sworn. did depose and say: that
(s)he resides in 5eminole County, State of Florida; that (s)he is the Assistant Vice President of the Companies, the corporations described in and which
executed the above instrument; that (s)he knows the seals of the said corporations; that the seals affixed to the said instrument are such corporate seals; that
they were so affixed by authority of the Boards of Directors of said corporations and that (s)he signed his/her name thereto by like authority.
' . � A� � ���� ,
r b��� _ ^
�• ' � i
� •_ l/Ci�
.lessica Ciccouc
, y�0i �f4aPgf ` �-ly �ommission Elfl I���gil
� � Gxpires .lune'0, ?0?5
I, the undersigned, Assistant Vice President of the Companies, DO HEREBY CERTIFY that the above and foregoing is a true and
correct copy of the Power of Attorney executed by said Companies, which is still in full force effective as of 10th day of September, 2025.
�.r uw ,�'�"' �,.0 s „ NriY /�e i ;. '°"+'v..,,�
�, 'r„� ��,. � ,. s�� � /� V: ,}`� \ .
, � :,�iu,�„i,:,: � ►Ver � �' � � $ �v�v�� ���a�rou
� ��' 9 �I �sez . • • � t f 0
$ � .9
� ,�►d � .. '`v '.�'�,�n�n��`, � /�s�+�M� �.,` t o T i �• Y 7 � 4 1979
• � �0 _l'1�2� ��waP ��l� �. d�' � • � �'-•,+rytaw:�.�.sw' ��mV•� , 4�, _..
�/� J ��
11�;!� .( %��a �Q
Keith D. Dozois, Assistant Vice President
IMPORTANT NOTICE
To obtain information or make a complaint:
You may contact your Agent.
You may call The Hartford's Consumer Affairs toll-free fielephone number for information or to
make a complaint at:
1-800-451-6944
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. Qov
E-mail: ConsumerProtectron@fdi. texas. uov
PREMIUM OR CLAIM DISPUTES:
Should you have a dispute concerning your premium or about a claim, you should contact the
(agent) (company) (agent or 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 atfiached
document.
./TX4275-1
and 00/100
OOG1 lh-2
PAYMENT BOND
Pflge 2 of 2
1 Ilv WITIV�SS WHEIt�OT, ihe P��incipal and Surety have eacl� SIGNED and SEALED this
2 instcuxnent by duly authorized agents azid officers ov this the 10th day of
3 September , 20 25 .
4
s
6
7
8
9
lo
11
PRINCIPAL:
Gra-Tex Utilities, Inc.
ATTEST: BY: ��
zgnature
/� �� M. Sheldon Rosenbaum, Vice Preside� : � � � �
(Pt•incipaI} Secceta�y Name and Title � .
Addcess: Gra-Tex Utilities, Inc. ;
ox .....'
enne a e,
, itness as to I'rincipal
SURETY:
Hartford Fire Insurance Company
�,
,. , ,. -
AT7`EST: BY:
Signature
Bradley Board, Attorney-In-Fact
(Su�•ety) Secratary
Wi4ness as to Surety
Name �nd Title
Address: I N S U R I CA
500 W. 7th Street, Ste 1800
Fort Worth, TX 76102
Telephone Number: 817-261-1101
�anail Address: g�{ RICA.com
Note: If signed by an ofrcer of the Surety, there must be on Fle a certi�ed extract from the Uylaws
showing Yhat this pe�•son has authority to sign such obligatioii. If Sw•ety's physical addi•ess is
different fi�om its mailing address, botli must be pravided.
The date of the bond shall ��ot be pA•ior to the date the Contract is awarded.
�ND OI�' S�CTYON
CITY OF PORT WORTH WA'TER I2EPLACEMEN'fS ALONG 7TM STREET
STANDAKll CONST1tUC1'ION SPHCIFICATION bOCUMEtQTS VAN ZANDT 12-INCH WA'fER
Revised December 8, 2023 CITY PROJfiC'P NO. 105062-5
Direct Inquiries/Claims to:
THE HARTFORD
POWER OF ATTORI�TEY B�No,T-11
One Hartford Plaza
Hartford, Connecticut 06155
Bond.Claims(�a thehartford.com
call. 888-266-3488 orfax: 860-757-5835
KNOW ALL PERSONS BY THESE PRESENTS THAT: Agency Name: iNSURI CA UFI3 I NSUR�NCL SVCS LLC
Agency Code: 46 - 51i48i
0 HartFord Fire Insurance Company, a corporation duly organized under the la��s oFthe St��te of Connecticut
� Hartford Casualty Insurance Company, �� coiporation duly oiganiced under the laws of the State of'Indivi�
0 Hartford Accident and Indemnity Company, a corporation dul�� organizcd undcr thc la�vs oFthc Stutc of Connec�icut
� Hartford Underwriters Insurance Company, a corporation dul� organized un<ter thc la��s of thc Statc uf Counecticul
� Twin City Fire Insurance Company, a corpo�ation dul}� organized under Uie Inws ol�the Slate of ]ndiana
� Hartford Insurance Company of Illinois, a corpor.ition duly orgauized under the laws of Ihe Slale of Illinuis
� HartFord Insurance Company of the Midwest, a co�poration duly orgauizcd undcr the laws of thc State of [ndiana
� Hartford InsuranCe Company of the Southeast, a curporation duly organized undcr thc la�vs ofthc Slatc of �lorida
having their home office in Hartford, Connecticut, (hereinafter collectively referred to as the "Companies") do hereby make, constitute and appoint,
up to the amount of Unl imi Ced :
Bradley Board, Jim H. Barr, Daniel F. Dacy III, Tracie Garner, Chris Holt, Paula C.
Jones of FORT WORTH, Texas
their true and lawful Attorney(s)-in-Fact, each in their separaie capacity if more than one is named above, to sign its name as surety(ies) only as
delineated above by �, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and otherwritten instruments in the nature
thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing
or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law.
In Witness Whereof, and as authorized by a Resolution of the Board of Directors of the Companies on May 23, 2016 the Companies have
caused these presents to be signed by its Assistant Vice President and its corporate seals to be hereto affixed, duly attested by its Assistant Secretary.
Further, pursuant to Resolution of the Board of Directors of the Companies, the Companies hereby unambiguously affirm that they are and will be
bound by any mechanically applied signatures applied to this Power of Attorney.
�,rirp, ,p'�'""► �,,u�,, W�er e� �; . �pr.�
�� , r� f � � �.,�
3 �iM+�� /� :: �tN�����r�ti � iQp� �sc�/+�tri � a' ,rtvau,��':. 3 „w��
+.r �j1� � ' w!` Iss7 :^ � � � ' �� g � �, ,9 1 •
�O► • ��.�uat��; ��u1M� �:�.tDTO �1YT9 p ° 919
1 '�q� ,.r o; .. .��� +,�� ... ,ti ,�
� • ../'P% �rA Il'� �� • .r� �1��0�y �4Nu� ��"
�'�u�� �����
5helby Wiggins, Assistant Secretary
������
Joelle L. LaPierre, Assistant Vice President
STATE OF FLORIDA
ss. Lake Mary
COUNTY OF SEMINOLE
On this 20th day of May, 2021, before me personally came Joelle LaPierre, to me known, who being by me duly sworn. did depose and say: that
(s)he resides in Seminole County, State of Florida; that (s)he is the Assistant Vice President of the Companies, the corporations described in and which
executed the above instrument; that (s)he knows the seals of the said corporations; that the seals affixed to the said instrument are such corporate seals; that
they were so affixed by authority of the Boards of Directors of said corporations and that (s)he signed his/her name thereto by like authority.
; hn � nc�b •,
_ ?'' �if„
�' ���f.
•'�01 f4� •
, ��
Jessica C'icconc
1�4y Cwnmi>sion HH I �'�80
Bxpires June 20, ?0_'S
I, the undersigned, Assistant Vice President of the Companies, DO HEREBY CERTIFY that the above and foregoing is a true and
correct copy of the Power of Attorney executed by said Companies, which is still in full force effective as of 10th day of September, 2025.
���iy� ���0°� ,����u^.:!rr �� ��. .� 'ti�s
�
sP""'�' ;,���.�u,rri a �vor �,Ir�r,�i a°,wo.�,��^ �^"°u
«r ;w," A - � �s e z _ . ? • . 9 +
M y S
v �►�►� • ��'� um�� � /1►MM� � '{�, tBT 0 � a �OT � � � I979
� '�� � : .- .• '�}, � ,.... �' '�, • Qy
♦ � _.. . 1p\�1�';' /�wrP� ��l.1'. ���, • �'•��I11�o1S� �111u�' �`+.
��%,/�ll �Y�'�l's� �a
Keith D. Dozois, Assistant Vice President
(MPORTANT NOTICE
To obtain information or make a tomplaint: j
You may contact your Agent. i
You may call The Hartford's Consumer Affairs toll-free telephone number for information or to
make a complaint at:
1-800-451-6944
You may contact the Texas Department of Insurance to obtain information on companies,
coverages, rights, or complaints afi:
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. ¢ov
E-mail: ConsumerProtection@tdi. texas qov
PREMIUM OR CLAIM DISPUTES:
Should you have a dispute concerning your premium or about a claim, you should contact the
(agent) (company) (agent or 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.
./ncaz�s-i
and 00/100
006L 19-2
MAINTENANCB BONb
Page 2 of 3
1 NOW TH�R��'OR.�, thc condition of this obligation is such t11at if Principal shall remedy
2 any defective Work? for which timely notice w�.g provided by City, to a completion satisfactoty to
3 the City, then this ob[igation shall Uecome null and void; otherwise to remaiz� in full �oz•ce and
4 effect. '
5
6 PROVID�D, HOVV�V�R, if Principal shall fail so to repair or reconstruct �ny timely
7 noticed defective Work, it is agreed that the City may cause any and all such defec#ive Work to be
8 repaired tuidlor reconsh•ucted with al[ associated costs thereof being borne by the P�•iucipal and the
9 Surety under this Maintenance bond; and
l0
11 PROVIDED FUR.THER, that if any legal action be filed on this Bond, venue shall lie in
12 Tarrfult County, Texas or the United States District Court for the Northern District of Texas, Fort
13 Workh Division; and
14
15 PROVID�D i+'URTHER, that this oUligation shall be coiitinuous in nature and successive
16 �•ecavaries may be had hereon for successive breaches.
l7
18
19
I
CITY �F FORT WORTH WA'1'�;lt 12E1'LACEMEN'I'S ALOTIG 7Tt� STRN.E'1'
S1'ANDARD CONSTRUCTiON SPL'CIP[CAT[O�1 DOCUML'NTS VAN 7.ANAT 12-INCH WATPR
Revised Dacember 8, 2023 CITY PROJGCT NO. 105062-5
006119-3
MAINTENANCL�BOND
Page 3 of 3
I IN WITNT,S5 W��Ii�OT', the Principal and the Swety have each SIGNED and SEALED tl�is
2 insi�•ument by duly authorized agents and officers ou tlus the 10th day o� September
3 , 20�5 .
5
6
7
8
9
10
11
12
]3
14
15
16
17
is
19
20
21
22
23
2R
2S
26
27
2s
29
30
31
32
33
34
35
36
ATT � S :
t/L—
(PrincipaP�ecretary
Wi n�Ss as to Principal
✓
ATl"�ST:
(Su�•ety) Secretary
rtness as to Surety
PRINCII'AL:
Gra-Tex Utilities, Inc.
$I': �` --._
Signature
M. Sheldon Rosenbaum
Nnme and'Fitle
waares5: Gra-Tex Utilities, Inc,
OX
enne a e, �
.
._ . • . _. •..._
BY; �
' Sigiiature
Bradley Board, Attorney-in-Fact
� Narae aiid Title
Addr�;INSURICA
. ree , e. 9--
or o .
Telephone Number: 817-261-1101
Email Address; Brad.BoardC�INSURICA.com
37
38 *Note: If signed by an officer of the Surety Company, there must be on file a certified e:ctract
39 fi•om the by-laws showing that tliis person has authority to sign such oUligation. If
40 Sucety's physical addzess is different fi•om its mailing address, both m�.�st be provided.
4I The data of thc bond sl�all uot Ue prior to tl�e date the Contract is awarded.
42
� �:
� �:
�
C1TY OF FORT WORTI-I WATER REPLACEMENTS ALONG 7T�{ STRGI';T
STANDATtD CONSTRUCPION SPECIP[CATION DOCUMENTS VAN ZANll'f l2-INCH WATER
Itevised December 8, 2023 Cl'CY 1�R07ECT AIO. 105067.-5
Direct Inquiries/Claims to:
THE HARTFORD
POWER OF ATTORNEY B�No,T-11
One Hartford Plaza
Hartford, Connecticut 06155
Bond.Claims(a�thehartiord.com
call: 888-266-3488 orfax: 860-757-5835
KNOWALLPERSONSBYTHESEPRESENTSTHAT: AgencyName: INSURICA DFF3 INSURI�NCL SVCS LLC
Agency Code: 45-S1i482
X� Hartford Fire Insuranee Company, a corporation didy organized under the la��s of the Stat� of Connecticut
� HartFord Casualty Insurance Company, a coiporation duly organiz�d widcr tlie laws uf thc Statc of Indivia
� HartFord Accident and Indemnity Company, a corporatiun duly organizcd undcr thc la�vs ofthc Statc ol'Connccticut
� Hartford Underwriters Insuranee Company, a corpuration dulc orgauized under the I�ws of the State uf Counecticut
� Twin City Fire Insurance Company, � corporalion duly organized undcr the I��vs of Ihc Jtate of Indiana
� Hartford h�surance Company of Illinois, a corpuration dul� org�,uircd uuder �he law, of U�e S�ate ol'lllinuis
� Hartford Insurance Company of the Midwest, n co�poration duly organized under the laws of the Stale of Indiana
� Hartford Insurance Company of the Southeast, a corporalion duly organized undcr thc la�cs ofthe Statc of Plorida
having their home office in Hartford, Connecticut, (hereinafter collectively referred to as the "Companies") do hereby make, constitute and appoint,
up to theamount of Un] imi �ed :
Bradley Board, Jim H. Barr, Daniel E. Dacy III, Tracie Garner, Chris Holt, Paula C.
Jones of FORT WORTH, Texas
their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above, to sign its name as surety(ies) only as
delineated above by �, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and otherwritten instruments in the nature
thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing
or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law.
In Witness Whereof, and as authorized by a Resolution of the Board of Directors of the Companies on May 23, 2016 the Companies have
caused these presents to be signed by its Assistant Vice President and its corporate seals to be hereto affixed, duly attested by its Assistant Secretary.
Further, pursuant to Resolution of the Board of Directors of the Companies, the Companies hereby unambiguously affirm that they are and will be
bound by any mechanically applied signatures applied to this Power of Attorney.
�tYi1�,� ,y'"� '+�+.t��..;•rr �� �« eoq't,. �T r�~�
9.
s��� � �'.�tw�ir��r.t � a�9 A t 4 drA�MVb � ,*c<veu� ^} wrp��
a «•� �,�+,`:• �� �sez ' a . i; 3� •
♦►�► • ,'i��n�w� � • h►�M�' �� , 1�T o € 1079 �p 4 `O 7979
�� : : /�C � : h�•., .;° 1i��8
, �...
� • t • ;,% �h�wrP' �!1 �. �i�� • �`+.,'�q�w�e' 'r4W� ��,
.. n,�n.�.�
��� �,��
Shelby Wiggins, Assistant Secretary
������
Joelle L. LaPierre. Assistant Vice President
STATE OF FLORIDA
ss. Lake Mary
COUN7Y OF SEMINOLE
On this 20th day of May, 2021, before me personally came Joelle LaPierre, to me known, who being by me duly sworn, did depose and say: that
(s)he resides in 5eminole County, State of Florida; that (s)he is the Assistant Vice President of the Companies, the corporations described in and which
executed the above instrument that (s)he knows the seals of the said corporations; that the seals affixed to the said instrument are such corporate seals; that
they were so affixed by authority of the Boards of Directors of said corporations and that (s)he signed his/her name thereto by like authority.
:ti" ` ",� �
. 2'' b��P '
����Qf�.
'� OI f4�a'�
� �
Jessica Ciccoue
�(y Cmnmission H}I 1"�311
Lxpires June 20, ?0'S
I, the undersigned, Assistant Vice President of the Companies, DO HEREBY CERTIFY that the above and foregoing is a true and
correct copy of the Power of Attorney executed by said Companies, which is still in full force effective as of 10th day of September, 2025.
tviy� � ,������s,��` tl1lIY tea�� �/�'bs``
B� �� J �
��/�M,� $ .Y a �;�t.i�i��rr.i a �90t �,�7 E ?�(}.�°'.v'� �" '3JRA�"
'r �d► � . S '.�+�.��n.%` � ��s��w► � j�y`.1810 `�E �{` f��0 � '3 I9T9
�o �Y � `� � ♦ � 4 � �q
, � S - �ro.....� •,.-�..:•� . r �+...��iu�o�,,;�'' ••,i...• ''S_..
_ _ _ .y„ _
�
/l �!�> ��L�s� �Q
Keith D. Dozois, Assistant Vice President
IMPORTANT NOTICE
To obtain information or make a complaint:
You may contact your Agent.
You may calt The Hartford's Consumer Affairs toll-free telephone number for information or to
make a complaint at:
1-800-451-6944
You may contact the Texas Department of Insurance to obtain information on companies,
coverages, rights, or comptaints 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. ¢ov
E-mail: ConsumerProtection@tdi. texas. qov
PREMIUM OR CLAIM DISPUTES:
Should you have a dispute concerning your premium or about a claim, you should contact the
(agent) (company) (agent or the company) first. If the dispute is nofi 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.
./TX4275-1
�'
��,
00 61 25 - 1
CERTIFICATE OF INSURANCE
Page 1 of 1
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER
Revised July 1, 2011 CITY PROJECT NO. 105062-5
SECTION 00 61 25 1
CERTIFICATE OF INSURANCE 2
3
4
5
[Assembler: For Contract Document execution, remove this page and replace with standard 6
ACORD Certificate of Insurance form.] 7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
END OF SECTION 24
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER
Revised: 3/08/2024 CITY PROJECT NO. 105062-5
STANDARD GENERAL CONDITIONS
OF THE CONSTRUCTION CONTRACT
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER Revised:
3/08/2024 CITY PROJECT NO. 105062-5
STANDARD GENERAL CONDITIONS OF THE
CONSTRUCTION CONTRACT
TABLE OF CONTENTS
Page
Article 1 – Definitions and Terminology .......................................................................................................... 1
1.01 Defined Terms............................................................................................................................... 1
1.02 Terminology .................................................................................................................................. 6
Article 2 – Preliminary Matters ......................................................................................................................... 7
2.01 Copies of Documents .................................................................................................................... 7
2.02 Commencement of Contract Time; Notice to Proceed ................................................................ 7
2.03 Starting the Wor k .......................................................................................................................... 8
2.04 Before Starting Construction ........................................................................................................ 8
2.05 Preconstruction Conference .......................................................................................................... 8
2.06 Public Meeting .............................................................................................................................. 8
2.07 Initial Acceptance of Schedules.................................................................................................... 8
Article 3 – Contract Documents: Intent, Amending, Reuse ............................................................................ 8
3.01 Intent.............................................................................................................................................. 8
3.02 Reference Standards...................................................................................................................... 9
3.03 Reporting and Resolving Discrepancies....................................................................................... 9
3.04 Amending and Supplementing Contract Documents ................................................................. 10
3.05 Reuse of Documents ................................................................................................................... 10
3.06 Electronic Data............................................................................................................................ 11
Article 4 – Availability of Lands; Subsurface and Physical Conditions; Hazardous Environmental
Conditions; Reference Points........................................................................................................... 11
4.01 Availability of Lands .................................................................................................................. 11
4.02 Subsurface and Physical Conditions .......................................................................................... 12
4.03 Differing Subsurface or Physical Conditions ............................................................................. 12
4.04 Underground Facilities ............................................................................................................... 13
4.05 Reference Points ......................................................................................................................... 14
4.06 Hazardous Environmental Condition at Site .............................................................................. 14
Article 5 – Bonds and Insurance ..................................................................................................................... 16
5.01 Licensed Sureties and Insurers ................................................................................................... 16
5.02 Performance, Payment, and Maintenance Bonds....................................................................... 16
5.03 Certificates of Insurance ............................................................................................................. 16
5.04 Contractor’s Insurance ................................................................................................................ 18
5.05 Acceptance of Bonds and Insurance; Option to Replace ........................................................... 19
Article 6 – Contractor’s Responsibilities ........................................................................................................ 19
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER Revised:
3/08/2024 CITY PROJECT NO. 105062-5
6.01 Supervision and Superintendence............................................................................................... 19
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER Revised:
3/08/2024 CITY PROJECT NO. 105062-5
6.02 Labor; Working Hours ................................................................................................................ 20
6.03 Services, Materials, and Equipment ........................................................................................... 20
6.04 Project Schedule.......................................................................................................................... 21
6.05 Substitutes and “Or-Equals” ....................................................................................................... 21
6.06 Concerning Subcontractors, Suppliers, and Others.................................................................... 24
6.07 Wage Rates.................................................................................................................................. 25
6.08 Patent Fees and Royalties ........................................................................................................... 26
6.09 Permits and Utilities .................................................................................................................... 27
6.10 Laws and Regulations ................................................................................................................. 27
6.11 Taxes ........................................................................................................................................... 28
6.12 Use of Site and Other Areas ....................................................................................................... 28
6.13 Record Documents ...................................................................................................................... 29
6.14 Safety and Protection .................................................................................................................. 29
6.15 Safety Representative.................................................................................................................. 30
6.16 Hazard Co mmunication Programs ............................................................................................. 30
6.17 Emergencies and/or Rectification............................................................................................... 30
6.18 Submittals .................................................................................................................................... 31
6.19 Continuing the Wor k................................................................................................................... 32
6.20 Contractor’s General Warranty and Guarantee .......................................................................... 32
6.21 Indemnification ......................................................................................................................... 33
6.22 Delegation of Professional Design Services .............................................................................. 34
6.23 Right to Audit.............................................................................................................................. 34
6.24 Nondiscrimination....................................................................................................................... 35
Article 7 – Other Wor k at the Site ................................................................................................................... 35
7.01 Related Work at Site ................................................................................................................... 35
7.02 Coordination................................................................................................................................ 36
Article 8 – City’s Responsibilities................................................................................................................... 36
8.01 Communications to Contractor................................................................................................... 36
8.02 Furnish Data ................................................................................................................................ 36
8.03 Pay When Due ............................................................................................................................ 36
8.04 Lands and Easements; Reports and Tests................................................................................... 36
8.05 Change Orders............................................................................................................................. 36
8.06 Inspections, Tests, and Approvals .............................................................................................. 36
8.07 Limitations on City’s Responsibilities ....................................................................................... 37
8.08 Undisclosed Hazardous Environmental Condition .................................................................... 37
8.09 Compliance with Safety Program............................................................................................... 37
Article 9 – City’s Observation Status During Construction ........................................................................... 37
9.01 City’s Project Manager ……...................................................................................................... 37
9.02 Visits to Site ................................................................................................................................ 37
9.03 Authorized Variations in Work .................................................................................................. 38
9.04 Rejecting Defective Wor k .......................................................................................................... 38
9.05 Determinations for Work Performed .......................................................................................... 38
9.06 Decisions on Requirements of Contract Documents and Acceptability of Work ..................... 38
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER Revised:
3/08/2024 CITY PROJECT NO. 105062-5
Article 10 – Changes in the Work; Claims; Extra Work ................................................................................ 38
10.01 Authorized Changes in the Work ............................................................................................... 38
10.02 Unauthorized Changes in the Work ........................................................................................... 39
10.03 Execution of Change Orders....................................................................................................... 39
10.04 Extra Wor k .................................................................................................................................. 39
10.05 Notification to Surety.................................................................................................................. 39
10.06 Contract Claims Process ............................................................................................................. 40
Article 11 – Cost of the Work; Allowances; Unit Price Work; Plans Quantity Measurement...................... 41
11.01 Cost of the Work ......................................................................................................................... 41
11.02 Allowances .................................................................................................................................. 43
11.03 Unit Price Wor k .......................................................................................................................... 44
11.04 Plans Quantity Measurement ...................................................................................................... 45
Article 12 – Change of Contract Price; Change of Contract Time................................................................. 46
12.01 Change of Contract Price ............................................................................................................ 46
12.02 Change of Contract Time............................................................................................................ 47
12.03 Delays .......................................................................................................................................... 47
Article 13 – Tests and Inspections; Correction, Removal or Acceptance of Defective Work ...................... 48
13.01 Notice of Defects ........................................................................................................................ 48
13.02 Access to Wor k ........................................................................................................................... 48
13.03 Tests and Inspections .................................................................................................................. 48
13.04 Uncovering Wor k........................................................................................................................ 49
13.05 City May Stop the Work ............................................................................................................. 49
13.06 Correction or Removal of Defective Work ................................................................................ 50
13.07 Correction Period ........................................................................................................................ 50
13.08 Acceptance of Defective Work................................................................................................... 51
13.09 City May Correct Defective Work ............................................................................................. 51
Article 14 – Payments to Contractor and Completion .................................................................................... 52
14.01 Schedule of Values...................................................................................................................... 52
14.02 Progress Payments ...................................................................................................................... 52
14.03 Contractor’s Warranty of Title ................................................................................................... 54
14.04 Partial Utilization ........................................................................................................................ 55
14.05 Final Inspection ........................................................................................................................... 55
14.06 Final Acceptance ......................................................................................................................... 55
14.07 Final Payment.............................................................................................................................. 56
14.08 Final Co mpletion Delayed and Partial Retainage Release ........................................................ 56
14.09 Waiver of Claims ........................................................................................................................ 57
Article 15 – Suspension of Wor k and Termination ........................................................................................ 57
15.01 City May Suspend Work............................................................................................................. 57
15.02 City May Terminate for Cause ................................................................................................... 58
15.03 City May Terminate For Convenience ....................................................................................... 60
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER Revised:
3/08/2024 CITY PROJECT NO. 105062-5
Article 16 – Dispute Resolution ...................................................................................................................... 61
16.01 Methods and Procedures ............................................................................................................. 61
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER Revised:
3/08/2024 CITY PROJECT NO. 105062-5
Article 17 – Miscellaneous .............................................................................................................................. 62
17.01 Giving Notice .............................................................................................................................. 62
17.02 Computation of Times ................................................................................................................ 62
17.03 Cumulative Remedies ................................................................................................................. 62
17.04 Survival of Obligations ............................................................................................................... 63
17.05 Headings ...................................................................................................................................... 63
00 72 00 - 1
GENERAL CONDITIONS
Page 1 of 63
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER Revised:
3/08/2024 CITY PROJECT NO. 105062-5
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 ar e applicable to both the singular and plural thereof, and
words denoting gender shall include the masculine, feminine and neuter. Said terms are generally
capitalized or written in italics, but not always. When used in a context consistent with the
definition of a listed-defined term, the term shall have a meaning as defined below whether
capitalized or italicized or otherwise. In addition to terms specifically defined, terms with initial
capital letters in the Contract Documents include references to identified articles and paragraphs,
and the titles of other documents or forms.
1. Addenda—Written or graphic instruments issued prior to the opening of Bids which clarify,
correct, or change the Bidding Requirements or the proposed Contract Documents.
2. Agreement—The written instrument which is evidence of the agreement between City and
Contractor covering the Work.
3. Application for Payment—The form acceptable to City which is to be used by Contractor
during the course of the Work in requesting progress or final payments and which is to be
accompanied by such supporting documentation as is required by the Contract Documents.
4. Asbestos—Any material that contains more than one percent asbestos and is friable or is
releasing asbestos fibers into the air above current action levels established by the United States
Occupational Safety and Health Administration.
5. Award – Authorization by the City Council for the City to enter into an Agreement.
6. Bid—The offer or proposal of a Bidder submitted on the prescribed form setting forth the
prices for the Wor k to be performed.
7. Bidder—The individual or entity who submits a Bid directly to City.
8. Bidding Documents—The Bidding Requirements and the proposed Contract Documents
(including al l Addenda).
9. Bidding Requirements—The advertisement or Invitation to Bid, Instructions to Bidders, Bid
security of acceptable form, if any, and the Bid Form with any supplements.
10. Business Day – A business day is defined as a day that the City conducts normal business,
generally Monday through Friday, except for federal or state holidays observed by the City.
11. Calendar Day – A day consisting of 24 hours measured from midnight to the next midnight.
00 72 00 - 1
GENERAL CONDITIONS
Page 2 of 63
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER Revised:
3/08/2024 CITY PROJECT NO. 105062-5
12. Change Order—A document, which is prepared and approved by the City, which is signed
by Contractor and City and authorizes an addition, deletion, or revision in the Work or an
adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date
of the Agreement.
13. City— The City of Fort Worth, Texas, a home-rule municipal corporation, authorized and
chartered under the Texas State Statutes, acting by its governing body through its City
Manager, his designee, or agents authorized under his behalf, each of which is required by
Charter to perform specific duties with responsibility for final enforcement of the contracts
involving the City of Fort Worth is by Charter vested in the City Manager and is the entity
with whom Contractor has entered into the Agreement and for whom the Work is to be
performed.
14. City Attorney – The officially appointed City Attorney of the City of Fort Worth, Texas, or
his duly authorized representative.
15. City Council - The duly elected and qualified governing body of the City of Fort Worth,
Texas.
16. City Manager – The officially appointed and authorized City Manager of the City of Fort
Worth, Texas, or his duly authorized representative.
17. Contract Claim—A demand or assertion by City or Contractor seeking an adjustment of
Contract Price or Contract Time, or both, or other relief with respect to the terms of the
Contract. A demand for money or services by a third party is not a Contract Claim.
18. Contract—The entire and integrated written document between the City and Contractor
concerning the Work. The Contract contains the Agreement and all Contract Documents and
supersedes prior negotiations, representations, or agreements, whether written or oral.
19. Contract Documents—Those items so designated in the Agreement. All items listed in the
Agreement ar e Contract Documents. Approved Submittals, other Contractor submittals, and
the reports and drawings of subsurface and physical conditions are not Contract Documents.
20. Contract Price—The moneys payable by City to Contractor for completion of the Work in
accordance with the Contract Documents as stated in the Agreement (subject to the provisions
of Paragraph 11.03 in the case of Unit Price Work).
21. Contract Time—The number of days or the dates stated in the Agreement to: (i) achieve
Milestones, if any and (ii) complete the Work so that it is ready for Final Acceptance.
22. Contractor—The individual or entity with whom City has entered into the Agreement.
23. Cost of the Work—See Paragraph 11.01 of these General Conditions for definition.
00 72 00 - 1
GENERAL CONDITIONS
Page 3 of 63
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER Revised:
3/08/2024 CITY PROJECT NO. 105062-5
24. Damage Claims – A demand for money or services arising from the Project or Site from a
third party, City or Contractor exclusive of a Contract Claim.
25. Day or day – A day, unless otherwise defined, shall mean a Calendar Day.
26. Director of Aviation – The officially appointed Director of the Aviation Department of the
City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents.
27. Director of Parks and Community Services – The officially appointed Director of the Parks
and Community Services Department of the City of Fort Worth, Texas, or his duly appointed
representative, assistant, or agents.
28. Director of Planning and Development – The officially appointed Director of the Planning
and Development Department of the City of Fort Worth, Texas, or his duly appointed
representative, assistant, or agents.
29. Director of Transportation Public Works – The officially appointed Director of the
Transportation Public Works Department of the City of Fort Worth, Texas, or his duly
appointed representative, assistant, or agents.
30. Director of Water Department – The officially appointed Director of the Water Department
of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents.
31. Drawings—That part of the Contract Documents prepared or approved by Engineer which
graphically shows the scope, extent, and character of the Work to be performed by Contractor.
Submittals ar e not Drawings as so defined.
32. Effective Date of the Agreement—The date indicated in the Agreement on which it becomes
effective, but if no such date is indicated, it means the date on which the Agreement is signed
and delivered by the last of the two parties to sign and deliver.
33. Engineer—The licensed professional engineer or engineering firm registered in the State of
Texas performing professional services for the City.
34. Extra Work – Additional work made necessary by changes or alterations of the Contract
Documents or of quantities or for other reasons for which no prices are provided in the Contract
Documents. Extra work shall be part of the Work.
35. Field Order — A written order issued by City which requires changes in the Work but which
does not involve a change in the Contract Price, Contract Time, or the intent of the Engineer.
Field Orders are paid from Field Order Allowances incorporated into the Contract by funded
work type at the time of award.
36. Final Acceptance – The written notice given by the City to the Contractor that the Work
specified in the Contract Documents has been completed to the satisfaction of the City.
00 72 00 - 1
GENERAL CONDITIONS
Page 4 of 63
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER Revised:
3/08/2024 CITY PROJECT NO. 105062-5
37. Final Inspection – Inspection carried out by the City to verify that the Contractor has
completed the Work, and each and every part or appurtenance thereof, fully, entirely, and in
conformance with the Contract Documents.
38. General Requirements—Sections of Division 1 of the Contract Documents.
39. Hazardous Environmental Condition—The presence at the Site of Asbestos, PCBs,
Petroleum, Hazardous Waste, Radioactive Material, or other materials in such quantities or
circumstances that may present a substantial danger to persons or property exposed thereto.
40. Hazardous Waste—Hazardous waste is defined as any solid waste listed as hazardous or
possesses one or mor e hazardous characteristics as defined in the federal waste regulations,
as amended from time to time.
41. Laws and Regulations—Any and all applicable laws, rules, regulations, ordinances, codes,
and orders of any and all governmental bodies, agencies, authorities, and courts having
jurisdiction.
42. Liens—Charges, security interests, or encumbrances upon Project funds, real property, or
personal property.
43. Major Item – An Item of work included in the Contract Documents that has a total cost equal
to or greater than 5% of the original Contract Price or $25,000 whichever is less.
44. Milestone—A principal event specified in the Contract Documents relating to an intermediate
Contract Time prior to Final Acceptance of the Work.
45. Notice of Award—The written notice by City to the Successful Bidder stating that upon
timel y compliance by the Successful Bidder with the conditions precedent listed therein, City
will sign and deliver the Agreement.
46. Notice to Proceed—A written notice given by City to Contractor fixing the date on which the
Contract Time will commence to run and on which Contractor shall start to perform the Work
specified in Contract Documents.
47. PCBs—Polychlorinated biphenyls.
48. Petroleum—Petroleum, including crude oil or any fraction thereof which is liquid at standard
conditions of temperature and pressure (60 degrees Fahrenheit and 14.7 pounds per square
inch absolute), such as oil, petroleum, fuel oil, oil sludge, oil refuse, gasoline, kerosene, and
oil mixed with other non-Hazardous Waste and crude oils.
49. Plans – See definition of Drawings.
00 72 00 - 1
GENERAL CONDITIONS
Page 5 of 63
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER Revised:
3/08/2024 CITY PROJECT NO. 105062-5
50. Project Schedule—A schedule, prepared and maintained by Contractor, in accordance with
the General Requirements, describing the sequence and duration of the activities comprising
the Contractor’s plan to accomplish the Work within the Contract Time.
51. Project—The Wor k to be performed under the Contract Documents.
52. Project Manager—The authorized representative of the City who will be assigned to the
Site.
53. Public Meeting – An announced meeting conducted by the City to facilitate public
participation and to assist the public in gaining an informed view of the Project.
54. Radioactive Material—Source, special nuclear, or byproduct material as defined by the
Atomic Energy Act of 1954 (42 USC Section 2011 et seq.) as amended from time to time.
55. Regular Working Hours – Hours beginning at 7:00 a.m. and ending at 6:00 p.m., Monday
thru Friday (excluding legal holidays).
56. Samples—Physical examples of materials, equipment, or workmanship that are
representative of so me portion of the Work and which establish the standards by which such
portion of the Work will be judged.
57. Schedule of Submittals—A schedule, prepared and maintained by Contractor, of required
submittals and the time requirements to support scheduled performance of related construction
activities.
58. Schedule of Values—A schedule, prepared and maintained by Contractor, allocating portions
of the Contract Price to various portions of the Work and used as the basis for reviewing
Contractor’s Applications for Payment.
59. Site—Lands or areas indicated in the Contract Documents as being furnished by City upon
which the Wor k is to be performed, including rights-of-way, permits, and easements for access
thereto, and such other lands furnished by City which are designated for the use of Contractor.
60. Specifications—That part of the Contract Documents consisting of written requirements for
materials, equipment, systems, standards and workmanship as applied to the Work, and certain
administrative requirements and procedural matters applicable thereto. Specifications may be
specifically made a part of the Contract Documents by attachment or, if not attached, may be
incorporated by reference as indicated in the Table of Contents (Division 00 00 00) of each
Project.
61. Subcontractor—An individual or entity having a direct contract with Contractor or with any
other Subcontractor for the performance of a part of the Work at the Site.
00 72 00 - 1
GENERAL CONDITIONS
Page 6 of 63
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER Revised:
3/08/2024 CITY PROJECT NO. 105062-5
62. Submittals—All drawings, diagrams, illustrations, schedules, and other data or information
which ar e specifically prepared or assembled by or for Contractor and submitted by Contractor
to illustrate so me portion of the Work.
63. Substantial Completion – The stage in the progress of the Project when the Work is
sufficiently complete in accordance with the Contract Documents for Final Inspection.
64. Successful Bidder—The Bidder submitting the lowest and most responsive Bid to whom City
makes an Award.
65. Superintendent – The representative of the Contractor who is available at all times and able
to receive instructions from the City and to act for the Contractor.
66. Supplementary Conditions—That part of the Contract Documents which amends or
supplements these General Conditions.
67. Supplier—A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a
direct contract with Contractor or with any Subcontractor to furnish materials or equipment
to be incorporated in the Work by Contractor or Subcontractor.
68. Underground Facilities—All underground pipelines, conduits, ducts, cables, wires,
manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements
containing such facilities, including but not limited to, those that convey electricity, gases,
steam, liquid petroleum products, telephone or other communications, cable television,
water, wastewater, storm water, other liquids or chemicals, or traffic or other control systems.
69 Unit Price Work—See Paragraph 11.03 of these General Conditions for definition.
70. Weekend Working Hours – Hours beginning at 9:00 a.m. and ending at 5:00 p.m., Saturday,
Sunday or legal holiday, as approved in advance by the City.
71. Work—The entire construction or the various separately identifiable parts thereof required to
be provided under the Contract Documents. Work includes and is the result of performing or
providing all labor, services, and documentation necessary to produce such construction
including any Change Order or Field Order, and furnishing, installing, and incorporating all
materials and equipment into such construction, all as required by the Contract Documents.
72. Working Day – A working day is defined as a day, not including Saturdays, Sundays, or legal
holidays authorized by the City for contract purposes, in which weather or other conditions
not under the control of the Contractor will permit the performance of the principal unit of
work underway for a continuous period of not less than 7 hours between 7 a.m. and 6 p.m.
1.02 Terminology
A. The words and terms discussed in Paragraph 1.02.B through E are not defined but, when used in
00 72 00 - 1
GENERAL CONDITIONS
Page 7 of 63
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER Revised:
3/08/2024 CITY PROJECT NO. 105062-5
the Bidding Requirements or Contract Documents, have the indicated meaning.
B. Intent of Certain Terms or Adjectives:
00 72 00 - 1
GENERAL CONDITIONS
Page 8 of 63
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER Revised:
3/08/2024 CITY PROJECT NO. 105062-5
1. The Contract Documents include the terms “as allowed,” “as approved,” “as ordered,” “as
directed” or terms of like effect or import to authorize an exercise of judgment by City. In
addition, the adjectives “reasonable,” “suitable,” “acceptable,” “proper,” “satisfactory,” or
adjectives of like effect or import ar e used to describe an action or determination of City as to
the Work. It is intended that such exercise of professional judgment, action, or determination
will be solely to evaluate, in general, the Work for compliance with the information in the
Contract Documents and with the design concept of the Project as a functioning whole as
shown or indicated in the Contract Documents (unless there is a specific statement indicating
otherwise).
C. Defective:
1. The word “defective,” when modifying the word “Work,” refers to Work that is
unsatisfactory, faulty, or deficient in that it:
a. does not conform to the Contract Documents; or
b. does not meet the requirements of any applicable inspection, reference standard, test, or
approval referred to in the Contract Documents; or
c. has been damaged prior to City’s written acceptance.
D. Furnish, Install, Perform, Provide:
1. The word “Furnish” or the word “Install” or the word “Perform” or the word “Provide” or
the word “Supply,” or any combination or si milar directive or usage thereof, shall mean
furnishing and incorporating in the Work including all necessary labor, materials, equipment,
and everything necessary to perform the Work indicated, unless specifically limited in the
context used.
E. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known
technical or construction industry or trade meaning are used in the Contract Documents in
accordance with such recognized meaning.
ARTICLE 2 – PRELIMINARY MATTERS
2.01 Copies of Documents
City shall furnish to Contractor one (1) original executed copy and one (1) electronic copy of the
Contract Documents, and four (4) additional copies of the Drawings. Additional copies will be
furnished upon request at the cost of reproduction.
2.02 Commencement of Contract Time; Notice to Proceed
The Contract Time will commence to run on the day indicated in the Notice to Proceed. A Notice to
Proceed may be given no earlier than 14 days after the Effective Date of the Agreement, unless agreed
00 72 00 - 1
GENERAL CONDITIONS
Page 9 of 63
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER Revised:
3/08/2024 CITY PROJECT NO. 105062-5
to by both parties in writing.
00 72 00 - 1
GENERAL CONDITIONS
Page 10 of 63
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER Revised:
3/08/2024 CITY PROJECT NO. 105062-5
2.03 Starting the Work
Contractor shall start to perform the Work on the date when the Contract Time commences to run.
No Wor k shall be done at the Site prior to the date on which the Contract Time commences to run.
2.04 Before Starting Construction
Baseline Schedules: Submit in accordance with the Contract Documents, and prior to starting the
Work.
2.05 Preconstruction Conference
Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as
specified in the Contract Documents.
2.06 Public Meeting
Contractor may not mobilize any equipment, materials or resources to the Site prior to the Public
Meeting if scheduled by the City.
2.07 Initial Acceptance of Schedules
No progress payment shall be made to Contractor until acceptable schedules are submitted to City in
accordance with the Schedule Specification as provided in the Contract Documents.
ARTICLE 3 – CONTRACT DOCUMENTS: INTENT, AMENDING, REUSE
3.01 Intent
A. The Contract Documents ar e complementary; what is required by one is as binding as if required
by all.
B. It is the intent of the Contract Documents to describe a functionally complete project (or part
thereof) to be constructed in accordance with the Contract Documents. Any labor, documentation,
services, materials, or equipment that reasonably may be inferred from the Contract Documents
or from prevailing custom or trade usage as being required to produce the indicated result will be
provided whether or not specifically called for, at no additional cost to City.
C. Clarifications and interpretations of the Contract Documents shall be issued by City.
D. The Specifications may vary in form, format and style. Some Specification sections may be written
in varying degrees of streamlined or declarative style and some sections may be relatively
narrative by comparison. Omission of such words and phrases as “the Contractor shall,” “in
conformity with,” “as shown,” or “as specified” are intentional in streamlined sections.
Omitted words and phrases shall be supplied by inference. Similar types of provisions may appear
in various parts of a section or articles within a part depending on the format of the
00 72 00 - 1
GENERAL CONDITIONS
Page 11 of 63
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER Revised:
3/08/2024 CITY PROJECT NO. 105062-5
section. The Contractor shall not take advantage of any variation of form, format or style in
making Contract Claims.
E. The cross referencing of specification sections under the subparagraph heading “Related
Sections include but ar e not necessarily limited to:” and elsewhere within each Specification
section is provided as an aid and convenience to the Contractor. The Contractor shall not rely on
the cross referencing provided and shall be responsible to coordinate the entire Work under the
Contract Documents and provide a complete Project whether or not the cross referencing is
provided in each section or whether or not the cross referencing is complete.
3.02 Reference Standards
A. Standards, Specifications, Codes, Laws, and Regulations
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 of any such standard, specification, manual, or code, or any instruction of a
Supplier, shall be effective to change the duties or responsibilities of City, Contractor, or any
of their subcontractors, consultants, agents, or employees, from those set forth in the Contract
Documents. No such provision or instruction shall be effective to assign to City, or any of its
officers, directors, members, partners, employees, agents, consultants, or subcontractors, any
duty or authority to supervise or direct the performance of the Work or any duty or authority
to undertake responsibility inconsistent with the provisions of the Contract Documents.
3.03 Reporting and Resolving Discrepancies
A. Reporting Discrepancies:
1. Contractor’s Review of Contract Documents Before Starting Work: Before undertaking each
part of the Work, Contractor shall carefully study and compare the Contract Documents and
check and verify pertinent figures therein against all applicable field measurements and
conditions. Contractor shall promptly report in writing to City any conflict, error, ambiguity,
or discrepancy which Contractor discovers, or has actual knowledge of, and shall obtain a
written interpretation or clarification from City before proceeding with any Work affected
thereby.
2. Contractor’s Review of Contract Documents During Performance of Work: If, during the
performance of the Work, Contractor discovers any conflict, error, ambiguity, or discrepancy
within the Contract Documents, or between the Contract Documents and (a) any applicable
Law or Regulation , (b) any standard, specification, manual, or code, or (c) any instruction of
any Supplier, then Contractor shall promptly report it to City in writing. Contractor shall not
00 72 00 - 1
GENERAL CONDITIONS
Page 12 of 63
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER Revised:
3/08/2024 CITY PROJECT NO. 105062-5
proceed with the Wor k affected thereby (except in an emergency as required by Paragraph
00 72 00 - 1
GENERAL CONDITIONS
Page 13 of 63
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER Revised:
3/08/2024 CITY PROJECT NO. 105062-5
6.17.A) until an amendment or supplement to the Contract Documents has been issued by
one of the methods indicated in Paragraph 3.04.
3. Contractor shall not be liable to City for failure to report any conflict, error, ambiguity, or
discrepancy in the Contract Documents unless Contractor had actual knowledge thereof.
B. Resolving Discrepancies:
1. Except as may be otherwise specifically stated in the Contract Documents, the provisions of
the Contract Documents shall take precedence in resolving any conflict, error, ambiguity, or
discrepancy between the provisions of the Contract Documents and the provisions of any
standard, specification, manual, or the instruction of any Supplier (whether or not specifically
incorporated by reference in the Contract Documents).
2. In case of discrepancies, figured dimensions shall govern over scaled dimensions, Plans shall
govern over Specifications, Supplementary Conditions shall govern over General Conditions
and Specifications, and quantities shown on the Plans shall govern over those shown in the
proposal.
3.04 Amending and Supplementing Contract Documents
A. The Contract Documents may be amended to provide for additions, deletions, and revisions in
the Work or to modify the terms and conditions thereof by a Change Order.
B. The requirements of the Contract Documents may be supplemented, and minor variations and
deviations in the Work not involving a change in Contract Price or Contract Time, may be
authorized, by one or mor e of the following ways:
1. A Field Order;
2. City’s review of a Submittal (subject to the provisions of Paragraph 6.18.C); or
3. City’s written interpretation or clarification.
3.05 Reuse of Documents
A. Contractor and any Subcontractor or Supplier shall not:
1. have or acquire any title to or ownership rights in any of the Drawings, Specifications, or
other documents (or copies of any thereof) prepared by or bearing the seal of Engineer,
including electronic media editions; or
2. reuse any such Drawings, Specifications, other documents, or copies thereof on extensions of
the Project or any other project without written consent of City and specific written verification
or adaptation by Engineer.
00 72 00 - 1
GENERAL CONDITIONS
Page 14 of 63
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER Revised:
3/08/2024 CITY PROJECT NO. 105062-5
B. The prohibitions of this Paragraph 3.05 will survive final payment, or termination of the
Contract. Nothing herein shall preclude Contractor from retaining copies of the Contract
Documents for record purposes.
3.06 Electronic Data
A. Unless otherwise stated in the Supplementary Conditions, the data furnished by City or Engineer
to Contractor, or by Contractor to City or Engineer, that may be relied upon are limited to the
printed copies included in the Contract Documents (also known as hard copies) and other
Specifications referenced and located on the City’s on-line electronic document management and
collaboration system site. Files in electronic media format of text, data, graphics, or other types
are furnished only for the convenience of the receiving party. Any conclusion or information
obtained or derived from such electronic files will be at the user’s sole risk. If there is a discrepancy
between the electronic files and the hard copies, the hard copies govern.
B. When transferring documents in electronic media format, the transferring party makes no
representations as to long term compatibility, usability, or readability of documents resulting from
the use of software application packages, operating systems, or computer hardware differing from
those used by the data’s creator.
ARTICLE 4 – AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS;
HAZARDOUS ENVIRONMENTAL CONDITIONS; REFERENCE POINTS
4.01 Availability of Lands
A. City shall furnish the Site. City shall notify Contractor of any encumbrances or restrictions not of
general application but specifically related to use of the Site with which Contractor must comply
in perfor ming the Work. City will obtain in a timely manner and pay for easements for permanent
structures or permanent changes in existing facilities.
1. The City has obtained or anticipates acquisition of and/or access to right-of-way, and/or
easements. Any outstanding right-of-way and/or easements are anticipated to be acquired in
accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule
submitted by the Contractor in accordance with the Contract Documents must consider any
outstanding right-of -way, and/or easements.
2. The City has or anticipates removing and/or relocating utilities, and obstructions to the Site.
Any outstanding removal or relocation of utilities or obstructions is anticipated in accordance
with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted
by the Contractor in accordance with the Contract Documents must consider any outstanding
utilities or obstructions to be removed, adjusted, and/or relocated by others.
B. Upon reasonable written request, City shall furnish Contractor with a current statement of record
legal title and legal description of the lands upon which the Work is to be performed.
00 72 00 - 1
GENERAL CONDITIONS
Page 15 of 63
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER Revised:
3/08/2024 CITY PROJECT NO. 105062-5
C. Contractor shall provide for all additional lands and access thereto that may be required for
construction facilities or storage of materials and equipment.
4.02 Subsurface and Physical Conditions
A. Reports and Drawings: The Supplementary Conditions identify:
1. those reports known to City of explorations and tests of subsurface conditions at or
contiguous to the Site; and
2. those drawings known to City of physical conditions relating to existing surface or
subsurface structures at the Site (except Underground Facilities).
B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the
accuracy of the “technical data” contained in such reports and drawings, but such reports and
drawings ar e not Contract Documents. Such “technical data” is identified in the Supplementary
Conditions. Contractor may not make any Contract Claim against City, or any of their officers,
directors, members, partners, employees, agents, consultants, or subcontractors with respect to:
1. the completeness of such reports and drawings for Contractor’s purposes, including, but not
limited to, any aspects of the means, methods, techniques, sequences, and procedures of
construction to be employed by Contractor, and safety precautions and programs incident
thereto; or
2. other data, interpretations, opinions, and information contained in such reports or shown or
indicated in such drawings; or
3. any Contractor interpretation of or conclusion drawn from any “technical data” or any such
other data, interpretations, opinions, or information.
4.03 Differing Subsurface or Physical Conditions
A. Notice: If Contractor believes that any subsurface or physical condition that is uncovered or
revealed either:
1. is of such a nature as to establish that any “technical data” on which Contractor is entitled to
rely as provided in Paragraph 4.02 is materially inaccurate; or
2. is of such a nature as to require a change in the Contract Documents; or
3. differs materially from that shown or indicated in the Contract Documents; or
4. is of an unusual nature, and differs materially from conditions ordinarily encountered and
generally recognized as inherent in work of the character provided for in the Contract
Documents;
00 72 00 - 1
GENERAL CONDITIONS
Page 16 of 63
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER Revised:
3/08/2024 CITY PROJECT NO. 105062-5
then Contractor shall, promptly after becoming aware thereof and before further disturbing the
subsurface or physical conditions or performing any Work in connection therewith (except in an
emergency as required by Paragraph 6.17.A), notify City in writing about such condition.
B. Possible Price and Time Adjustments
Contractor shall not be entitled to any adjustment in the Contract Price or Contract Time if:
1. Contractor knew of the existence of such conditions at the time Contractor made a final
commitment to City with respect to Contract Price and Contract Time by the submission of a
Bid or becoming bound under a negotiated contract; or
2. the existence of such condition could reasonably have been discovered or revealed as a result
of the examination of the Contract Documents or the Site; or
3. Contractor failed to give the written notice as required by Paragraph 4.03.A.
4.04 Underground Facilities
A. Shown or Indicated: The information and data shown or indicated in the Contract Documents
with respect to existing Underground Facilities at or contiguous to the Site is based on information
and data furnished to City or Engineer by the owners of such Underground Facilities,
including City, or by others. Unless it is otherwise expressly provided in the Supplementary
Conditions:
1. City and Engineer shall not be responsible for the accuracy or completeness of any such
information or data provided by others; and
2. the cost of all of the following will be included in the Contract Price, and Contractor shall
have full responsibility for:
a. reviewing and checking all such information and data;
b. locating all Underground Facilities shown or indicated in the Contract Documents;
c. coordination and adjustment of the Work with the owners of such Underground
Facilities, including City, during construction; and
d. the safety and protection of all such Underground Facilities and repairing any damage
thereto resulting from the Work.
B. Not Shown or Indicated:
1. If an Underground Facility which conflicts with the Work is uncovered or revealed at or
contiguous to the Site which was not shown or indicated, or not shown or indicated with
reasonable accuracy in the Contract Documents, Contractor shall, promptly after becoming
00 72 00 - 1
GENERAL CONDITIONS
Page 17 of 63
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER Revised:
3/08/2024 CITY PROJECT NO. 105062-5
aware thereof and before further disturbing conditions affected thereby or performing any
00 72 00 - 1
GENERAL CONDITIONS
Page 18 of 63
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER Revised:
3/08/2024 CITY PROJECT NO. 105062-5
Work in connection therewith (except in an emergency as required by Paragraph 6.17.A),
identify the owner of such Underground Facility and give notice to that owner and to City.
City will review the discovered Underground Facility and determine the extent, if any, to
which a change may be required in the Contract Documents to reflect and document the
consequences of the existence or location of the Underground Facility. Contractor shall be
responsible for the safety and protection of such discovered Underground Facility.
2. If City concludes that a change in the Contract Documents is required, a Change Order may
be issued to reflect and document such consequences.
3. Verification of existing utilities, structures, and service lines shall include notification of all
utility companies a minimum of 48 hours in advance of construction including exploratory
excavation if necessary.
4.05 Reference Points
A. City shall provide engineering surveys to establish reference points for construction, which in
City’s judgment ar e necessary to enable Contractor to proceed with the Work. City will provide
construction stakes or other customary method of marking to establish line and grades for roadway
and utility construction, centerlines and benchmarks for bridgework. Contractor shall protect and
preserve the established reference points and property monuments, and shall make no changes or
relocations. Contractor shall report to City whenever any reference point or property monument is
lost or destroyed or requires relocation because of necessary changes in grades or locations. The
City shall be responsible for the replacement or relocation of reference points or property
monuments not carelessly or willfully destroyed by the Contractor. The Contractor shall notify
City in advance and with sufficient time to avoid delays.
B. Whenever, in the opinion of the City, any reference point or monument has been carelessly or
willfully destroyed, disturbed, or removed by the Contractor or any of his employees, the full cost
for replacing such points plus 25% will be charged against the Contractor, and the full amount will
be deducted from payment due the Contractor.
4.06 Hazardous Environmental Condition at Site
A. Reports and Drawings: The Supplementary Conditions identify those reports and drawings known
to City relating to Hazardous Environmental Conditions that have been identified at the Site.
B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the
accuracy of the “technical data” contained in such reports and drawings, but such reports and
drawings ar e not Contract Documents. Such “technical data” is identified in the Supplementary
Conditions. Contractor may not make any Contract Claim against City, or any of their officers,
directors, members, partners, employees, agents, consultants, or subcontractors with respect to:
1. the completeness of such reports and drawings for Contractor’s purposes, including, but not
limited to, any aspects of the means, methods, techniques, sequences and procedures of
00 72 00 - 1
GENERAL CONDITIONS
Page 19 of 63
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER Revised:
3/08/2024 CITY PROJECT NO. 105062-5
construction to be employed by Contractor and safety precautions and programs incident
thereto; or
2. other data, interpretations, opinions and information contained in such reports or shown or
indicated in such drawings; or
3. any Contractor interpretation of or conclusion drawn from any “technical data” or any such
other data, interpretations, opinions or information.
C. Contractor shall not be responsible for any Hazardous Environmental Condition uncovered or
revealed at the Site which was not shown or indicated in Drawings or Specifications or identified
in the Contract Documents to be within the scope of the Work. Contractor shall be responsible for
a Hazardous Environmental Condition created with any materials brought to the Site by
Contractor, Subcontractors, Suppliers, or anyone else for whom Contractor is responsible.
D. If Contractor encounters a Hazardous Environmental Condition or if Contractor or anyone for
whom Contractor is responsible creates a Hazardous Environmental Condition, Contractor shall
immediately: (i) secure or otherwise isolate such condition; (ii) stop all Work in connection with
such condition and in any area affected thereby (except in an emergency as required by Paragraph
6.17.A); and (iii) notify City (and promptly thereafter confirm such notice in writing). City may
consider the necessity to retain a qualified expert to evaluate such condition or take corrective
action, if any.
E. Contractor shall not be required to resume Work in connection with such condition or in any
affected area until after City has obtained any required permits related thereto and delivered written
notice to Contractor: (i) specifying that such condition and any affected area is or has been
rendered suitable for the resumption of Work; or (ii) specifying any special conditions under which
such Wor k may be resumed.
F. If after receipt of such written notice Contractor does not agree to resume such Work based on a
reasonable belief it is unsafe, or does not agree to resume such Work under such special conditions,
then City may order the portion of the Work that is in the area affected by such condition to be
deleted from the Work. City may have such deleted portion of the Work performed by City’s own
forces or others.
G. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold
harmless City, from and against all claims, costs, losses, and damages (including but not limited
to all fees and charges of engineers, architects, attorneys, and other professionals and all court
or arbitration or other dispute resolution costs) arising out of or relating to a Hazardous
Environmental Condition created by Contractor or by anyone for whom Contractor is responsible.
Nothing in this Paragraph 4.06.G shall obligate Contractor to indemnify any individual or entity
from and against the consequences of that individual’s or entity’s own negligence.
H. The provisions of Paragraphs 4.02, 4.03, and 4.04 do not apply to a Hazardous Environmental
Condition uncovered or revealed at the Site.
00 72 00 - 1
GENERAL CONDITIONS
Page 20 of 63
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER Revised:
3/08/2024 CITY PROJECT NO. 105062-5
ARTICLE 5 – BONDS AND INSURANCE
5.01 Licensed Sureties and Insurers
All bonds and insurance required by the Contract Documents to be purchased and maintained by
Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized
in the State of Texas to issue bonds or insurance policies for the limits and coverages so required.
Such surety and insurance companies shall also meet such additional requirements and qualifications
as may be provided in the Supplementary Conditions.
5.02 Performance, Payment, and Maintenance Bonds
A. Contractor shall furnish performance and payment bonds, in accordance with Texas Government
Code Chapter 2253 or successor statute, each in an amount equal to the Contract Price as
security for the faithful performance and payment of all of Contractor’s obligations under the
Contract Documents.
B. Contractor shall furnish maintenance bonds in an amount equal to the Contract Price as security
to protect the City against any defects in any portion of the Work described in the Contract
Documents. Maintenance bonds shall remain in effect for two (2) years after the date of Final
Acceptance by the City.
C. All bonds shall be in the form prescribed by the Contract Documents except as provided otherwise
by Laws or Regulations, and shall be executed by such sureties as are named in the list of
“Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as
Acceptable Reinsuring Companies” as published in Circular 570 (amended) by the Financial
Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed by
an agent or attorney-in-fact must be accompanied by a sealed and dated power of attorney which
shall show that it is effective on the date the agent or attorney-in-fact signed each bond.
D. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or its
right to do business is terminated in the State of Texas or it ceases to meet the requirements of
Paragraph 5.02.C, Contractor shall promptly notify City and shall, within 30 days after the event
giving rise to such notification, provide another bond and surety, both of which shall comply with
the requirements of Paragraphs 5.01 and 5.02.C.
5.03 Certificates of Insurance
Contractor shall deliver to City, with copies to each additional insured and loss payee identified in the
Supplementary Conditions, certificates of insurance (other evidence of insurance requested by City or
any other additional insured) in at least the minimum amount as specified in the Supplementary
Conditions which Contractor is required to purchase and maintain.
1. The certificate of insurance shall document the City, and all identified entities named in the
Supplementary Conditions as “Additional Insured” on all liability policies.
00 72 00 - 1
GENERAL CONDITIONS
Page 21 of 63
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER Revised:
3/08/2024 CITY PROJECT NO. 105062-5
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 al l policies must be licensed and/or approved to do business in the State of
Texas. Except for workers’ compensation, all insurers must have a minimum rating of A-:
VII in the current A. M. Best Key Rating Guide or have reasonably equivalent financial
strength and solvency to the satisfaction of Risk Management. If the rating is below that
required, written approval of City is required.
5. All applicable policies shall include a Waiver of Subrogation (Rights of Recovery) in favor
of the City. In addition, the Contractor agrees to waive all rights of subrogation against the
Engineer (if applicable), and each additional insured identified in the Supplementary
Conditions
6. Failure of the City to demand such certificates or other evidence of full compliance with the
insurance requirements or failure of the City to identify a deficiency from evidence that is
provided shall not be construed as a waiver of Contractor’s obligation to maintain such lines
of insurance coverage.
7. If insurance policies ar e not written for specified coverage limits, an Umbrella or Excess
Liability insurance for any differences is required. Excess Liability shall follow form of the
primar y coverage.
8. Unless otherwise stated, all required insurance shall be written on the “occurrence basis”. If
coverage is underwritten on a claims-made basis, the retroactive date shall be coincident with
or prior to the date of the effective date of the agreement and the certificate of insurance shall
state that the coverage is claims-made and the retroactive date. The insurance coverage shall
be maintained for the duration of the Contract and for three (3) years following Final
Acceptance provided under the Contract Documents or for the warranty period, whichever is
longer. An annual certificate of insurance submitted to the City shall evidence such
insurance coverage.
9. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the
required lines of coverage, nor decrease the limits of said coverage unless such endorsements
are approved in writing by the City. In the event a Contract has been bid or executed and the
exclusions ar e determined to be unacceptable or the City desires additional insurance coverage,
and the City desires the contractor/engineer to obtain such coverage, the contract price shall
be adjusted by the cost of the premium for such additional coverage plus 10%.
10. Any self-insured retention (SIR), in excess of $25,000.00, affecting required insurance
coverage shall be approved by the City in regards to asset value and stockholders' equity. In
00 72 00 - 1
GENERAL CONDITIONS
Page 22 of 63
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER Revised:
3/08/2024 CITY PROJECT NO. 105062-5
lieu of traditional insurance, alternative coverage maintained through insurance pools or risk
retention groups, must also be approved by City.
11. Any deductible in excess of $5,000.00, for any policy that does not provide coverage on a
first-dollar basis, must be acceptable to and approved by the City.
12. City, at its sole discretion, reserves the right to review the insurance requirements and to
make reasonable adjustments to insurance coverage’s and their limits when deemed necessary
and prudent by the City based upon changes in statutory law, court decision or the claims
history of the industry as well as of the contracting party to the City. The City shall be required
to provide prior notice of 90 days, and the insurance adjustments shall be incorporated into the
Work by Change Order.
13. City shall be entitled, upon written request and without expense, to receive copies of policies
and endorsements thereto and may make any reasonable requests for deletion or revision or
modifications of particular policy terms, conditions, limitations, or exclusions necessary to
conform the policy and endorsements to the requirements of the Contract. Deletions, revisions,
or modifications shall not be required where policy provisions are established by law or
regulations binding upon either party or the underwriter on any such policies.
14. City shall not be responsible for the direct payment of insurance premium costs for
Contractor’s insurance.
5.04 Contractor’s Insurance
A. Workers Compensation and Employers’ Liability. Contractor shall purchase and maintain such
insurance coverage with limits consistent with statutory benefits outlined in the Texas Workers’
Compensation Act (Texas Labor Code, Ch. 406, as amended), and minimum limits for Employers’
Liability as is appropriate for the Work being performed and as will provide protection from claims
set forth below which may arise out of or result from Contractor’s performance of the Work and
Contractor’s other obligations under the Contract Documents, whether it is to be performed by
Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of
them to perform any of the Work, or by anyone for whose acts any of them may be liable:
1. claims under workers’ compensation, disability benefits, and other similar employee benefit
acts;
2. claims for damages because of bodily injury, occupational sickness or disease, or death of
Contractor’s employees.
B. Commercial General Liability. Coverage shall include but not be limited to covering liability
(bodily injury or property damage) arising from: premises/operations, independent contractors,
products/completed operations, personal injury, and liability under an insured contract. Insurance
shall be provided on an occurrence basis, and as comprehensive as the current Insurance Services
Office (ISO) policy. This insurance shall apply as primary insurance with respect to any other
00 72 00 - 1
GENERAL CONDITIONS
Page 23 of 63
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER Revised:
3/08/2024 CITY PROJECT NO. 105062-5
insurance or self-insurance programs afforded to the City. The Commercial General Liability
policy, shall have no exclusions by endorsements that would alter of nullify premises/operations,
products/completed operations, contractual, personal injury, or advertising injury, which are
normally contained with the policy, unless the City approves such exclusions in writing.
For construction projects that present a substantial completed operation exposure, the City may
require the contractor to maintain completed operations coverage for a minimum of no less than
three (3) years following the completion of the project (if identified in the Supplementary
Conditions).
C. Automobile Liability. A commercial business auto policy shall provide coverage on “any auto”,
defined as autos owned, hired and non-owned and provide indemnity for claims for damages
because bodily injury or death of any person and or property damage arising out of the work,
maintenance or use of any motor vehicle by the Contractor, any Subcontractor or Supplier, or by
anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone
for whose acts any of them may be liable.
D. Railroad Protective Liability. If any of the work or any warranty work is within the limits of
railroad right-of -way, the Contractor shall comply with the requirements identified in the
Supplementary Conditions.
E. Notification of Policy Cancellation: Contractor shall immediately notify City upon cancellation
or other loss of insurance coverage. Contractor shall stop work until replacement insurance has
been procured. There shall be no time credit for days not worked pursuant to this section.
5.05 Acceptance of Bonds and Insurance; Option to Replace
If City has any objection to the coverage afforded by or other provisions of the bonds or insurance
required to be purchased and maintained by the Contractor in accordance with Article 5 on the basis
of non-conformance with the Contract Documents, the City shall so notify the Contractor in writing
within 10 Business Days after receipt of the certificates (or other evidence requested). Contractor shall
provide to the City such additional information in respect of insurance provided as the City may
reasonably request. If Contractor does not purchase or maintain all of the bonds and insurance required
by the Contract Documents, the City shall notify the Contractor in writing of such failure prior to the
start of the Work, or of such failure to maintain prior to any change in the required coverage.
ARTICLE 6 – CONTRACTOR’S RESPONSIBILITIES
6.01 Supervision and Superintendence
A. Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting
such attention thereto and applying such skills and expertise as may be necessary to perform the
Work in accordance with the Contract Documents. Contractor shall be solely responsible for the
means, methods, techniques, sequences, and procedures of construction.
00 72 00 - 1
GENERAL CONDITIONS
Page 24 of 63
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER Revised:
3/08/2024 CITY PROJECT NO. 105062-5
B. At all times during the progress of the Work, Contractor shall assign a competent, English-
speaking, Superintendent who shall not be replaced without written notice to City. The
Superintendent will be Contractor’s representative at the Site and shall have authority to act on
behalf of Contractor. All communication given to or received from the Superintendent shall be
binding on Contractor.
C. Contractor shall notify the City 24 hours prior to moving areas during the sequence of construction.
6.02 Labor; Working Hours
A. Contractor shall provide competent, suitably qualified personnel to perform construction as
required by the Contract Documents. Contractor shall at all times maintain good discipline and
order at the Site.
B. Except as otherwise required for the safety or protection of persons or the Work or property at
the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work
at the Site shall be perfor med during Regular Working Hours. Contractor will not permit the
performance of Wor k 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.
6.03 Services, Materials, and Equipment
A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full
responsibility for al l 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.
00 72 00 - 1
GENERAL CONDITIONS
Page 25 of 63
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER Revised:
3/08/2024 CITY PROJECT NO. 105062-5
C. All materials and equipment to be incorporated into the Work shall be stored, applied, installed,
connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of
the applicable Supplier, except as otherwise may be provided in the Contract Documents.
D. All items of standard equipment to be incorporated into the Work shall be the latest model at the
time of bid, unless otherwise specified.
6.04 Project Schedule
A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.07
and the General Requirements as it may be adjusted from time to time as provided below.
1. Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.07 and
the General Requirements) proposed adjustments in the Project Schedule that will not result
in changing the Contract Time. Such adjustments will comply with any provisions of the
General Requirements applicable thereto.
2. Contractor shall submit to City a monthly Project Schedule with a monthly progress payment
for the duration of the Contract in accordance with the schedule specification 01 32 16.
3. Proposed adjustments in the Project Schedule that will change the Contract Time shall be
submitted in accordance with the requirements of Article 12. Adjustments in Contract Time
may only be made by a Change Order.
6.05 Substitutes and “Or-Equals”
A. Whenever an item of material or equipment is specified or described in the Contract Documents
by using the name of a proprietary item or the name of a particular Supplier, the specification or
description is intended to establish the type, function, appearance, and quality required. Unless the
specification or description contains or is followed by words reading that no like, equivalent, or
“or-equal” item or no substitution is permitted, other items of material or equipment of other
Suppliers may be submitted to City for review under the circumstances described below.
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 so me or all of the requirements for approval of proposed substitute
items. For the purposes of this Paragraph 6.05.A.1, a proposed item of material or equipment
will be considered functionally equal to an item so named if:
a. the City determines that:
1) it is at least equal in materials of construction, quality, durability, appearance,
strength, and design characteristics;
00 72 00 - 1
GENERAL CONDITIONS
Page 26 of 63
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER Revised:
3/08/2024 CITY PROJECT NO. 105062-5
2) it will reliably perform at least equally well the function and achieve the results
imposed by the design concept of the completed Project as a functioning whole; and
3) it has a proven record of performance and availability of responsive service; and
b. Contractor certifies that, if approved and incorporated into the Work:
1) there will be no increase in cost to the City or increase in Contract Time; and
2) it will confor m substantially to the detailed requirements of the item named in the
Contract Documents.
2. Substitute Items:
a. If in City’s sole discretion an item of material or equipment proposed by Contractor does
not qualify as an “or-equal” item under Paragraph 6.05.A.1, it may be submitted as a
proposed substitute item.
b. Contractor shall submit sufficient information as provided below to allow City to determine
if the item of material or equipment proposed is essentially equivalent to that named and
an acceptable substitute therefor. Requests for review of proposed substitute items of
material or equipment will not be accepted by City from anyone other than Contractor.
c. Contractor shall make written application to City for review of a proposed substitute item
of material or equipment that Contractor seeks to furnish or use. The application shall
comply with Section 01 25 00 and:
1) shall certify that the proposed substitute item will:
a) perform adequately the functions and achieve the results called for by the general
design;
b) be similar in substance to that specified;
c) be suited to the same use as that specified; and
2) will state:
a) the extent, if any, to which the use of the proposed substitute item will prejudice
Contractor’s achievement of final completion on time;
b) whether use of the proposed substitute item in the Work will require a change in
any of the Contract Documents (or in the provisions of any other direct contract
with City for other work on the Project) to adapt the design to the proposed
substitute item;
00 72 00 - 1
GENERAL CONDITIONS
Page 27 of 63
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER Revised:
3/08/2024 CITY PROJECT NO. 105062-5
c) whether incorporation or use of the proposed substitute item in connection with
the Work is subject to payment of any license fee or royalty; and
3) will identify:
a) al l variations of the proposed substitute item from that specified;
b) available engineering, sales, maintenance, repair, and replacement services; and
4) shall contain an itemized estimate of all costs or credits that will result directly or
indirectly from use of such substitute item, including costs of redesign and Damage
Claims of other contractors affected by any resulting change.
B. Substitute Construction Methods or Procedures: If a specific means, method, technique, sequence,
or procedure of construction is expressly required by the Contract Documents, Contractor may
furnish or utilize a substitute means, method, technique, sequence, or procedure of construction
approved by City. Contractor shall submit sufficient information to allow City, in City’s sole
discretion, to determine that the substitute proposed is equivalent to that expressly called for by
the Contract Documents. Contractor shall make written application to City for review in the same
manner as those provided in Paragraph 6.05.A.2.
C. City’s Evaluation: City will be allowed a reasonable time within which to evaluate each
proposal or submittal made pursuant to Paragraphs 6.05.A and 6.05.B. City may require Contractor
to furnish additional data about the proposed substitute. City will be the sole judge of acceptability.
No “or-equal” or substitute will be ordered, installed or utilized until City’s review is complete,
which will be evidenced by a Change Order in the case of a substitute and an accepted Submittal
for an “or-equal.” City will advise Contractor in writing of its determination.
D. Special Guarantee: City may require Contractor to furnish at Contractor’s expense a special
perfor mance guarantee, warranty, or other surety with respect to any substitute. Contractor shall
indemnify and hold harmless City and anyone directly or indirectly employed by them from and
against any and all claims, damages, losses and expenses (including attorneys fees) arising out of
the use of substituted materials or equipment.
E. City’s Cost Reimbursement: City will record City’s costs in evaluating a substitute proposed or
submitted by Contractor pursuant to Paragraphs 6.05.A.2 and 6.05.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 (or in the provisions
of any other direct contract with City) resulting from the acceptance of each proposed substitute.
F. Contractor’s Expense: Contractor shall provide all data in support of any proposed substitute or
“or-equal” at Contractor’s expense.
00 72 00 - 1
GENERAL CONDITIONS
Page 28 of 63
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER Revised:
3/08/2024 CITY PROJECT NO. 105062-5
G. City Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a substitute
shall be incorporated to the Contract by Change Order.
H. Time Extensions: No additional time will be granted for substitutions.
6.06 Concerning Subcontractors, Suppliers, and Others
A. Contractor shall perform with his own organization, work of a value not less than 35% of the
value embraced on the Contract, unless otherwise approved by the City.
B. Contractor shall not employ any Subcontractor, Supplier, or other individual or entity, whether
initially or as a replacement, against whom City may have reasonable objection. Contractor shall
not be required to employ any Subcontractor, Supplier, or other individual or entity to furnish or
perform any of the Work against whom Contractor has reasonable objection (excluding those
acceptable to City as indicated in Paragraph 6.06.C).
C. The City may from time to time require the use of certain Subcontractors, Suppliers, or other
individuals or entities on the project, and will provide such requirements in the Supplementary
Conditions.
D. Minority and Women Business Enterprise Compliance: It is City policy to ensure the full and
equitable participation by Minority and Women Business Enterprises (MWBE) in the procurement
of goods and services on a contractual basis. If the Contract Documents provide for MWBE goal,
Contractor is required to comply with the intent of the City’s MWBE Business Enterprise
Ordinance (as amended) by the following:
1. Contractor shall, upon request by City, provide complete and accurate information regarding
actual work performed by MWBE on the Contract and payment therefor.
2. Contractor will not make additions, deletions, or substitutions of accepted MWBE without
written consent of the City. Any unjustified change or deletion shall be a material breach of
Contract and may result in debarment in accordance with the procedures outlined in the
Ordinance.
3. Contractor shall, upon request by City, allow an audit and/or examination of any books, records,
or files in the possession of the Contractor that will substantiate the actual work performed by
MWBE. Material misrepresentation of any nature will be grounds for termination of the
Contract in accordance with Paragraph 15.02.A. Any such misrepresentation may be grounds
for disqualification of Contractor to bid on future contracts with the City for a period of
not less than three years.
E. Contractor shall be fully responsible to City for all acts and omissions of the Subcontractors,
Suppliers, and other individuals or entities performing or furnishing any of the Work just as
Contractor is responsible for Contractor’s own acts and omissions. Nothing in the Contract
Documents:
00 72 00 - 1
GENERAL CONDITIONS
Page 29 of 63
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER Revised:
3/08/2024 CITY PROJECT NO. 105062-5
1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity
any contractual relationship between City and any such Subcontractor, Supplier or other
individual or entity; nor
2. shall create any obligation on the part of City to pay or to see to the payment of any moneys
due any such Subcontractor, Supplier, or other individual or entity except as may otherwise be
required by Laws and Regulations.
F. Contractor shall be solely responsible for scheduling and coordinating the Work of Subcontractors,
Suppliers, and other individuals or entities performing or furnishing any of the Work under a direct
or indirect contract with Contractor.
G. All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any
of the Wor k shall communicate with City through Contractor.
H. All Work perfor med for Contractor by a Subcontractor or Supplier will be pursuant to an
appropriate agreement between Contractor and the Subcontractor or Supplier which specifically
binds the Subcontractor or Supplier to the applicable terms and conditions of the Contract
Documents for the benefit of City.
6.07 Wage Rates
A. Duty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of
Chapter 2258, Texas Government Code (as amended), including the payment of not less than the
rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in
accordance with Chapter 2258. Such prevailing wage rates are included in these Contract
Documents.
B. Penalty for Violation. A Contractor or any Subcontractor who does not pay the prevailing wage
shall, upon demand made by the City, pay to the City $60 for each worker employed for each
calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated
in these contract documents. This penalty shall be retained by the City to offset its administrative
costs, pursuant to Texas Government Code 2258.023.
C. Complaints of Violations and City Determination of Good Cause. On receipt of information,
including a complaint by a worker, concerning an alleged violation of 2258.023, Texas
Government Code, by a Contractor or Subcontractor, the City shall make an initial
determination, before the 31st 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.
00 72 00 - 1
GENERAL CONDITIONS
Page 30 of 63
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER Revised:
3/08/2024 CITY PROJECT NO. 105062-5
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 ar bitrator before the 11th day after the date that arbitration is required,
a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a
party in the arbitration. The decision and award of the arbitrator is final and binding on all parties
and may be enforced in any court of competent jurisdiction.
E. Records to be Maintained. The Contractor and each Subcontractor shall, for a period of three (3)
years following the date of acceptance of the work, maintain records that show (i) the name and
occupation of each worker employed by the Contractor in the construction of the Work provided
for in this Contract; and (ii) the actual per diem wages paid to each worker. The records shall be
open at all reasonable hours for inspection by the City. The provisions of Paragraph 6.23, Right
to Audit, shall pertain to this inspection.
F. Affadavit. Contractor shall submit an affidavit stating that the Contractor has complied with the
requirements of Chapter 2258, Texas Government Code related to paying prevailing wage rates on
completion of the project.
G. Posting of Wage Rates. The Contractor shall post prevailing wage rates in a conspicuous place at
all times.
H. Subcontractor Compliance. The Contractor shall include in its subcontracts and/or shall
otherwise require al l of its Subcontractors to comply with Paragraphs A through G above.
6.08 Patent Fees and Royalties
A. Contractor shall pay all license fees and royalties and assume all costs incident to the use in the
performance of the Wor k or the incorporation in the Work of any invention, design, process,
product, or device which is the subject of patent rights or copyrights held by others. If a particular
invention, design, process, product, or device is specified in the Contract Documents for use in the
performance of the Wor k and if, to the actual knowledge of City, its use is subject to patent rights
or copyrights calling for the payment of any license fee or royalty to others, the existence of such
rights shall be disclosed by City in the Contract Documents. Failure of the City to disclose such
information does not relieve the Contractor from its obligations to pay for the use of said fees or
royalties to others.
B. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold
harmless City, from and against all claims, costs, losses, and damages (including but not limited
to all fees and charges of engineers, architects, attorneys, and other professionals and all court
or arbitration or other dispute resolution costs) arising out of or relating to any infringement of
patent rights or copyrights incident to the use in the performance of the Work or resulting from
00 72 00 - 1
GENERAL CONDITIONS
Page 31 of 63
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER Revised:
3/08/2024 CITY PROJECT NO. 105062-5
the incorporation in the Work of any invention, design, process, product, or device not specified
in the Contract Documents.
6.09 Permits and Utilities
A. Contractor obtained permits and licenses. Contractor shall obtain and pay for all construction
permits and licenses except those provided for in the Supplementary Conditions or Contract
Documents. City shall assist Contractor, when necessary, in obtaining such permits and licenses.
Contractor shall pay all governmental charges and inspection fees necessary for the prosecution of
the Wor k which ar e applicable at the time of opening of Bids, or, if there are no Bids, on the
Effective Date of the Agreement, except for permits provided by the City as specified in 6.09.B.
City shall pay all charges of utility owners for connections for providing permanent service to the
Work.
B. City obtained permits and licenses. City will obtain and pay for all permits and licenses as provided
for in the Supplementary Conditions or Contract Documents. It will be the Contractor’s
responsibility to carry out the provisions of the permit. If the Contractor initiates changes to the
Contract and the City approves the changes, the Contractor is responsible for obtaining clearances
and coordinating with the appropriate regulatory agency. The City will not reimburse the
Contractor for any cost associated with these requirements of any City acquired permit. The
following ar e permits the City will obtain if required:
1. Texas Department of Transportation Permits
2. U.S. Ar my Corps of Engineers Permits
3. Texas Commission on Environmental Quality Permits
4. Railroad Co mpany Permits
C. Outstanding permits and licenses. The City anticipates acquisition of and/or access to permits
and licenses. Any outstanding permits and licenses are anticipated to be acquired in accordance
with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by
the Contractor in accordance with the Contract Documents must consider any outstanding permits
and licenses.
6.10 Laws and Regulations
A. Contractor shall give al l 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
00 72 00 - 1
GENERAL CONDITIONS
Page 32 of 63
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER Revised:
3/08/2024 CITY PROJECT NO. 105062-5
to all fees and charges of engineers, architects, attorneys, and other professionals and all
00 72 00 - 1
GENERAL CONDITIONS
Page 33 of 63
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER Revised:
3/08/2024 CITY PROJECT NO. 105062-5
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 ar e in accordance with Laws and Regulations, but this shall not relieve Contractor of
Contractor’s obligations under Paragraph 3.02.
C. Changes in Laws or Regulations not known at the time of opening of Bids having an effect on
the cost or time of performance of the Work may be the subject of an adjustment in Contract Price
or Contract Time.
6.11 Taxes
A. On a contract awarded by the City, an organization which qualifies for exemption pursuant to
Texas Tax Code, Subchapter H, Sections 151.301-335 (as amended), the Contractor may purchase,
rent or lease al l materials, supplies and equipment used or consumed in the performance of this
contract by issuing to his supplier an exemption certificate in lieu of the tax, said exemption
certificate to comply with State Comptroller’s Ruling .007. Any such exemption certificate issued
to the Contractor in lieu of the tax shall be subject to and shall comply with the provision of State
Comptroller’s Ruling .011, and any other applicable rulings pertaining to the Texas Tax Code,
Subchapter H.
B. Texas Tax permits and information may be obtained from:
https://comptroller.texas.gov/taxes/permit/
6.12 Use of Site and Other Areas
A. Limitation on Use of Site and Other Areas:
1. Contractor shall confine construction equipment, the storage of materials and equipment, and
the operations of workers to the Site and other areas permitted by Laws and Regulations, and
shall not unreasonably encumber the Site and other areas with construction equipment or other
materials or equipment. Contractor shall assume full responsibility for any damage to any such
land or area, or to the owner or occupant thereof, or of any adjacent land or areas resulting
from the performance of the Work.
2. At any time when, in the judgment of the City, the Contractor has obstructed or closed or is
carrying on operations in a portion of a street, right-of-way, or easement greater than is
necessary for proper execution of the Work, the City may require the Contractor to finish the
section on which operations ar e in progress before work is commenced on any additional
area of the Site.
00 72 00 - 1
GENERAL CONDITIONS
Page 34 of 63
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER Revised:
3/08/2024 CITY PROJECT NO. 105062-5
3. Should any Damage Claim be made by any such owner or occupant because of the performance
of the Work, Contractor shall promptly attempt to resolve the Damage Claim.
4. Pursuant to Paragraph 6.21, Contractor shall indemnify and hold harmless City, from and
against all claims, costs, losses, and damages arising out of or relating to any claim or action,
legal or equitable, brought by any such owner or occupant against City.
B. Removal of Debris During Performance of the Work: During the progress of the Work
Contractor shall keep the Site and other areas free from accumulations of waste materials, rubbish,
and other debris. Removal and disposal of such waste materials, rubbish, and other debris shall
conform to applicable Laws and Regulations.
C. Site Maintenance Cleaning: 24 hours after written notice is given to the Contractor that the
clean-up on the job site is proceeding in a manner unsatisfactory to the City, if the Contractor fails
to correct the unsatisfactory procedure, the City may take such direct action as the City deems
appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice
(by letter or electronic communication), and the costs of such direct action, plus 25 % of such
costs, shall be deducted from the monies due or to become due to the Contractor.
D. Final Site Cleaning: Prior to Final Acceptance of the Work Contractor shall clean the Site and
the Wor k and make it ready for utilization by City or adjacent property owner. At the completion
of the Work Contractor shall remove from the Site all tools, appliances, construction equipment
and machinery, and surplus materials and shall restore to original condition or better all property
disturbed by the Work.
E. Loading Structures: Contractor shall not load nor permit any part of any structure to be loaded
in any manner that will endanger the structure, nor shall Contractor subject any part of the Work
or adjacent property to stresses or pressures that will endanger it.
6.13 Record Documents
A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor and
approved by the City, one (1) record copy of all Drawings, Specifications, Addenda, Change
Orders, Field Orders, and written interpretations and clarifications in good order and annotated to
show changes made during construction. These record documents together with all approved
Samples and a counterpart of all accepted Submittals will be available to City for reference. Upon
completion of the Work, these record documents, any operation and maintenance manuals, and
Submittals will be delivered to City prior to Final Inspection. Contractor shall include accurate
locations for buried and imbedded items.
6.14 Safety and Protection
A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety
precautions and programs in connection with the Work. Such responsibility does not relieve
Subcontractors of their responsibility for the safety of persons or property in the performance of
00 72 00 - 1
GENERAL CONDITIONS
Page 35 of 63
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER Revised:
3/08/2024 CITY PROJECT NO. 105062-5
their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall
00 72 00 - 1
GENERAL CONDITIONS
Page 36 of 63
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER Revised:
3/08/2024 CITY PROJECT NO. 105062-5
take all necessary precautions for the safety of, and shall provide the necessary protection to
prevent damage, injury or loss to:
1. al l 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 Wor k may affect them, and shall cooperate with them in the protection,
removal, relocation, and replacement of their property.
C. Contractor shall comply with the applicable requirements of City’s safety programs, if any.
D. Contractor shall inform City of the specific requirements of Contractor’s safety program, if any,
with which City’s employees and representatives must comply while at the Site.
E. All damage, injury, or loss to any property referred to in Paragraph 6.14.A.2 or 6.14.A.3 caused,
directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other
individual or entity directly or indirectly employed by any of them to perform any of the Work, or
anyone for whose acts any of them may be liable, shall be remedied by Contractor.
F. Contractor’s duties and responsibilities for safety and for protection of the Work shall continue
until such time as all the Work is completed and City has accepted the Work.
6.15 Safety Representative
Contractor shall inform City in writing of Contractor’s designated safety representative at the Site.
6.16 Hazard Communication Programs
Contractor shall be responsible for coordinating any exchange of material safety data sheets or other
hazard communication information required to be made available to or exchanged between or among
employers in accordance with Laws or Regulations.
6.17 Emergencies and/or Rectification
A. In emergencies affecting the safety or protection of persons or the Work or property at the Site or
adjacent thereto, Contractor is obligated to act to prevent threatened damage, injury, or loss.
00 72 00 - 1
GENERAL CONDITIONS
Page 37 of 63
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER Revised:
3/08/2024 CITY PROJECT NO. 105062-5
Contractor shall give City prompt written notice if Contractor believes that any significant
00 72 00 - 1
GENERAL CONDITIONS
Page 38 of 63
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER Revised:
3/08/2024 CITY PROJECT NO. 105062-5
changes in the Wor k or variations from the Contract Documents have been caused thereby or are
required as a result thereof. If City determines that a change in the Contract Documents is required
because of the action taken by Contractor in response to such an emergency, a Change Order may
be issued.
B. Should the Contractor fail to respond to a request from the City to rectify any discrepancies,
omissions, or correction necessary to conform with the requirements of the Contract Documents,
the City shall give the Contractor written notice that such work or changes are to be performed.
The written notice shall direct attention to the discrepant condition and request the Contractor to
take remedial action to correct the condition. In the event the Contractor does not take positive
steps to fulfill this written request, or does not show just cause for not taking the proper action,
within 24 hours, the City may take such remedial action with City forces or by contract. The City
shall deduct an amount equal to the entire costs for such remedial action, plus 25%, from any
funds due or become due the Contractor on the Project.
6.18 Submittals
A. Contractor shall submit required Submittals to City for review and acceptance in accordance
with the accepted Schedule of Submittals (as required by Paragraph 2.07). Each submittal will be
identified as City may require.
1. Submit number of copies specified in the General Requirements.
2. Data shown on the Submittals will be complete with respect to quantities, dimensions, specified
performance and design criteria, materials, and similar data to show City the services,
materials, and equipment Contractor proposes to provide and to enable City to review the
information for the limited purposes required by Paragraph 6.18.C.
3. Submittals submitted as herein provided by Contractor and reviewed by City for
conformance with the design concept shall be executed in conformity with the Contract
Documents unless otherwise required by City.
4. When Submittals ar e submitted for the purpose of showing the installation in greater detail,
their review shall not excuse Contractor from requirements shown on the Drawings and
Specifications.
5. For-Information-Only submittals upon which the City is not expected to conduct review or
take responsive action may be so identified in the Contract Documents.
6. Submit required number of Samples specified in the Specifications.
7. Clearly identify each Sample as to material, Supplier, pertinent data such as catalog numbers,
the use for which intended and other data as City may require to enable City to review the
submittal for the limited purposes required by Paragraph 6.18.C.
00 72 00 - 1
GENERAL CONDITIONS
Page 39 of 63
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER Revised:
3/08/2024 CITY PROJECT NO. 105062-5
B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any
related Wor k 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 infor mation given in the Contract Documents and be compatible with the design concept
of the completed Project as a functioning whole as indicated by the Contract Documents.
2. City’s review and acceptance will not extend to means, methods, techniques, sequences, or
procedures of construction (except where a particular means, method, technique, sequence,
or procedure of construction is specifically and expressly called for by the Contract
Documents) or to safety precautions or programs incident thereto. The review and acceptance
of a separate item as such will not indicate approval of the assembly in which the item
functions.
3. City’s review and acceptance shall not relieve Contractor from responsibility for any
variation from the requirements of the Contract Documents unless Contractor has complied
with the requirements of Section 01 33 00 and City has given written acceptance of each
such variation by specific written notation thereof incorporated in or accompanying the
Submittal. City’s review and acceptance shall not relieve Contractor from responsibility for
complying with the requirements of the Contract Documents.
6.19 Continuing the Work
Except as otherwise provided, Contractor shall carry on the Work and adhere to the Project Schedule
during all disputes or disagreements with City. No Work shall be delayed or postponed pending
resolution of any disputes or disagreements, except as City and Contractor may otherwise agree in
writing.
6.20 Contractor’s General Warranty and Guarantee
A. Contractor warrants and guarantees to City that all Work will be in accordance with the Contract
Documents and will not be defective. City and its officers, directors, members, partners,
employees, agents, consultants, and subcontractors shall be entitled to rely on representation of
Contractor’s warranty and guarantee.
B. Contractor’s warranty and guarantee hereunder excludes defects or damage caused by:
1. abuse, modification, or improper maintenance or operation by persons other than Contractor,
Subcontractors, Suppliers, or any other individual or entity for whom Contractor is
responsible; or
00 72 00 - 1
GENERAL CONDITIONS
Page 40 of 63
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER Revised:
3/08/2024 CITY PROJECT NO. 105062-5
2. nor mal wear and tear under normal usage.
C. Contractor’s obligation to perform and complete the Work in accordance with the Contract
Documents shall be absolute. None of the following will constitute an acceptance of Work that is
not in accordance with the Contract Documents or a release of Contractor’s obligation to perform
the Work in accordance with the Contract Documents:
1. observations by City;
2. recommendation or payment by City of any progress or final payment;
3. the issuance of a certificate of Final Acceptance by City or any payment related thereto by
City;
4. use or occupancy of the Work or any part thereof by City;
5. any review and acceptance of a Submittal by City;
6. any inspection, test, or approval by others; or
7. any correction of defective Work by City.
D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to
other work or property resulting therefrom which shall appear within a period of two (2) years
from the date of Final Acceptance of the Work unless a longer period is specified and shall furnish
a good and sufficient maintenance bond, complying with the requirements of Article
5.02.B. The City will give notice of observed defects with reasonable promptness.
6.21 Indemnification
A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own
expense, the City, its officers, servants and employees, from and against any and all claims
arising out of, or alleged to arise out of, the work and services to be performed by the
Contractor, its officers, agents, employees, subcontractors, licenses or invitees under this
Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY 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
00 72 00 - 1
GENERAL CONDITIONS
Page 41 of 63
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER Revised:
3/08/2024 CITY PROJECT NO. 105062-5
SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS
ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT
WERE CAUSED, IN WHOLE OR IN PART, BY ANY ACT, OMISSION OR
NEGLIGENCE OF THE CITY.
6.22 Delegation of Professional Design Services
A. 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 perfor mance and design criteria that such services must satisfy. Contractor shall
cause such services or certifications to be provided by a properly licensed professional, whose
signature and seal shall appear on all drawings, calculations, specifications, certifications, and
Submittals prepared by such professional. Submittals related to the Work designed or certified by
such professional, if prepared by others, shall bear such professional’s written approval when
submitted to City.
C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the services,
certifications or approvals performed by such design professionals, provided City has specified
to Contractor performance and design criteria that such services must satisfy.
D. Pursuant to this Paragraph 6.22, City’s review and acceptance of design calculations and design
drawings will be only for the limited purpose of checking for conformance with performance and
design criteria given and the design concept expressed in the Contract Documents. City’s review
and acceptance of Submittals (except design calculations and design drawings) will be only for
the purpose stated in Paragraph 6.18.C.
6.23 Right to Audit
A. The Contractor agrees that the City shall, until the expiration of three (3) years after final
payment under this Contract, have access to and the right to examine and photocopy any directly
pertinent books, documents, papers, and records of the Contractor involving transactions relating
to this Contract. Contractor agrees that the City shall have access during Regular Working Hours
to all necessary Contractor facilities and shall be provided adequate and appropriate work space
in order to conduct audits in compliance with the provisions of this Paragraph. The City shall
give Contractor reasonable advance notice of intended audits.
B. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that
the subcontractor agrees that the City shall, until the expiration of three (3) years after final
payment under this Contract, have access to and the right to examine and photocopy any directly
pertinent books, documents, papers, and records of such Subcontractor, involving transactions to
00 72 00 - 1
GENERAL CONDITIONS
Page 42 of 63
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER Revised:
3/08/2024 CITY PROJECT NO. 105062-5
the subcontract, and further, that City shall have access during Regular Working Hours to all
00 72 00 - 1
GENERAL CONDITIONS
Page 43 of 63
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER Revised:
3/08/2024 CITY PROJECT NO. 105062-5
Subcontractor facilities, and shall be provided adequate and appropriate work space in order to
conduct audits in compliance with the provisions of this Paragraph. The City shall give
Subcontractor reasonable advance notice of intended audits.
C. Contractor and Subcontractor agree to photocopy such documents as may be requested by the City.
The City agrees to reimburse Contractor for the cost of the copies as follows at the rate published
in the Texas Administrative Code in effect as of the time copying is performed.
6.24 Nondiscrimination
A. The City is responsible for operating Public Transportation Programs and implementing transit-
related projects, which are funded in part with Federal financial assistance awarded by the U.S.
Department of Transportation and the Federal Transit Administration (FTA), without
discriminating against any person in the United States on the basis of race, color, or national origin.
B. Title VI, Civil Rights Act of 1964 as amended: Contractor shall comply with the requirements of
the Act and the Regulations as further defined in the Supplementary Conditions for any project
receiving Federal assistance.
ARTICLE 7 – OTHER WORK AT THE SITE
7.01 Related Work at Site
A. City may perform other work related to the Project at the Site with City’s employees, or other
City contractors, or through other direct contracts therefor, or have other work performed by utility
owners. If such other work is not noted in the Contract Documents, then written notice thereof
will be given to Contractor prior to starting any such other work; and
B. Contractor shall afford each other contractor who is a party to such a direct contract, each utility
owner, and City, if City is performing other work with City’s employees or other City contractors,
proper and safe access to the Site, provide a reasonable opportunity for the introduction and storage
of materials and equipment and the execution of such other work, and properly coordinate the
Work with theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be
required to properly connect or otherwise make its several parts come together and properly
integrate with such other work. Contractor shall not endanger any work of others by cutting,
excavating, or otherwise altering such work; provided, however, that Contractor may cut or alter
others' work with the written consent of City and the others whose work will be affected.
C. If the proper execution or results of any part of Contractor’s Work depends upon work performed
by others under this Article 7, Contractor shall inspect such other work and promptly report to
City in writing any delays, defects, or deficiencies in such other work that render it unavailable
or unsuitable for the proper execution and results of Contractor’s Work. Contractor’s failure to so
report will constitute an acceptance of such other work as fit and proper for integration with
Contractor’s Work except for latent defects in the work provided by others.
00 72 00 - 1
GENERAL CONDITIONS
Page 44 of 63
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER Revised:
3/08/2024 CITY PROJECT NO. 105062-5
7.02 Coordination
A. If City intends to contract with others for the performance of other work on the Project at the
Site, the following will be set forth in Supplementary Conditions:
1. the individual or entity who will have authority and responsibility for coordination of the
activities among the various contractors will be identified;
2. the specific matters to be covered by such authority and responsibility will be itemized; and
3. the extent of such authority and responsibilities will be provided.
B. Unless otherwise provided in the Supplementary Conditions, City shall have authority for such
coordination.
ARTICLE 8 – CITY’S RESPONSIBILITIES
8.01 Communications to Contractor
Except as otherwise provided in the Supplementary Conditions, City shall issue all communications
to Contractor.
8.02 Furnish Data
City shall timely furnish the data required under the Contract Documents.
8.03 Pay When Due
City shall make payments to Contractor in accordance with Article 14.
8.04 Lands and Easements; Reports and Tests
City’s duties with respect to providing lands and easements and providing engineering surveys to
establish reference points are set forth in Paragraphs 4.01 and 4.05. Paragraph 4.02 refers to City’s
identifying and making available to Contractor copies of reports of explorations and tests of subsurface
conditions and drawings of physical conditions relating to existing surface or subsurface structures at
or contiguous to the Site that have been utilized by City in preparing the Contract Documents.
8.05 Change Orders
City shall execute Change Orders in accordance with Paragraph 10.03.
8.06 Inspections, Tests, and Approvals
City’s responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph
13.03.
00 72 00 - 1
GENERAL CONDITIONS
Page 45 of 63
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER Revised:
3/08/2024 CITY PROJECT NO. 105062-5
8.07 Limitations on City’s Responsibilities
A. The City shall not supervise, direct, or have control or authority over, nor be responsible for,
Contractor’s means, methods, techniques, sequences, or procedures of construction, or the safety
precautions and programs incident thereto, or for any failure of Contractor to comply with Laws
and Regulations applicable to the performance of the Work. City will not be responsible for
Contractor’s failure to perform the Work in accordance with the Contract Documents.
B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 6.14.
8.08 Undisclosed Hazardous Environmental Condition
City’s responsibility with respect to an undisclosed Hazardous Environmental Condition is set forth
in Paragraph 4.06.
8.09 Compliance with Safety Program
While at the Site, City’s employees and representatives shall comply with the specific applicable
requirements of Contractor’s safety programs of which City has been informed pursuant to
Paragraph 6.14.
ARTICLE 9 – CITY’S OBSERVATION STATUS DURING CONSTRUCTION
9.01 City’s Project Manager
City will provide one or more Project Manager(s) during the construction period. The duties and
responsibilities and the limitations of authority of City’s Project Manager during construction are set
forth in the Contract Documents. The City’s Project Manager for this Contract is identified in the
Supplementary Conditions.
9.02 Visits to Site
A. City’s Project Manager will make visits to the Site at intervals appropriate to the various stages
of construction as City deems necessary in order to observe the progress that has been made and
the quality of the various aspects of Contractor’s executed Work. Based on information
obtained during such visits and observations, City’s Project Manager will determine, in general, if
the Wor k is proceeding in accordance with the Contract Documents. City’s Project Manager will
not be required to make exhaustive or continuous inspections on the Site to check the quality or
quantity of the Work. City’s Project Manager’s efforts will be directed toward providing City a
greater degree of confidence that the completed Work will conform generally to the Contract
Documents.
B. City’s Project Manager’s visits and observations are subject to all the limitations on authority and
responsibility in the Contract Documents including those set forth in Paragraph
8.07.
00 72 00 - 1
GENERAL CONDITIONS
Page 46 of 63
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER Revised:
3/08/2024 CITY PROJECT NO. 105062-5
9.03 Authorized Variations in Work
City’s Project Manager may authorize minor variations in the Work from the requirements of the
Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time
and are compatible with the design concept of the completed Project as a functioning whole as
indicated by the Contract Documents. These may be accomplished by a Field Order and will be
binding on City and also on Contractor, who shall perform the Work involved promptly.
9.04 Rejecting Defective Work
City will have authority to reject Work which City’s Project Manager believes to be defective, or will
not produce a completed Project that conforms to the Contract Documents or that will prejudice the
integrity of the design concept of the completed Project as a functioning whole as indicated by the
Contract Documents. City will have authority to conduct special inspection or testing of the Work as
provided in Article 13, whether or not the Work is fabricated, installed, or completed.
9.05 Determinations for Work Performed
Contractor will determine the actual quantities and classifications of Work performed. City’s Project
Manager will review with Contractor the preliminary determinations on such matters before rendering
a written recommendation. City’s written decision will be final (except as modified to reflect changed
factual conditions or mor e accurate data).
9.06 Decisions on Requirements of Contract Documents and Acceptability of Work
A. City will be the initial interpreter of the requirements of the Contract Documents and judge of the
acceptability of the Wor k thereunder.
B. City will render a written decision on any issue referred.
C. City’s written decision on the issue referred will be final and binding on the Contractor, subject
to the provisions of Paragraph 10.06.
ARTICLE 10 – CHANGES IN THE WORK; CLAIMS; EXTRA WORK
10.01 Authorized Changes in the Work
A. Without invalidating the Contract and without notice to any surety, City may, at any time or from
time to time, order Extra Work. Upon notice of such Extra Work, Contractor shall promptly
proceed with the Wor k involved which will be performed under the applicable conditions of the
Contract Documents (except as otherwise specifically provided). Extra Work shall be
memorialized by a Change Order which may or may not precede an order of Extra work.
B. For minor changes of Wor k not requiring changes to Contract Time or Contract Price, a Field
Order may be issued by the City.
00 72 00 - 1
GENERAL CONDITIONS
Page 47 of 63
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER Revised:
3/08/2024 CITY PROJECT NO. 105062-5
10.02 Unauthorized Changes in the Work
Contractor shall not be entitled to an increase in the Contract Price or an extension of the Contract
Time with respect to any work performed that is not required by the Contract Documents as amended,
modified, or supplemented as provided in Paragraph 3.04, except in the case of an emergency as
provided in Paragraph 6.17.
10.03 Execution of Change Orders
A. City and Contractor shall execute appropriate Change Orders covering:
1. changes in the Wor k which are: (i) ordered by City pursuant to Paragraph 10.01.A, (ii) required
because of acceptance of defective Work under Paragraph 13.08 or City’s correction of
defective Wor k under Paragraph 13.09, or (iii) agreed to by the parties;
2. changes in the Contract Price or Contract Time which are agreed to by the parties, including
any undisputed sum or amount of time for Work actually performed.
10.04 Extra Work
A. Should a difference arise as to what does or does not constitute Extra Work, or as to the payment
thereof, and the City insists upon its performance, the Contractor shall proceed with the work after
making written request for written orders and shall keep accurate account of the actual reasonable
cost thereof. Contract Claims regarding Extra Work shall be made pursuant to Paragraph 10.06.
B. The Contractor shall furnish the City such installation records of all deviations from the original
Contract Documents as may be necessary to enable the City to prepare for permanent record a
corrected set of plans showing the actual installation.
C. The compensation agreed upon for Extra Work whether or not initiated by a Change Order shall
be a full, complete and final payment for all costs Contractor incurs as a result or relating to the
change or Extra Work, whether said costs ar e known, unknown, foreseen or unforeseen at that
time, including without limitation, any costs for delay, extended overhead, ripple or impact cost,
or any other effect on changed or unchanged work as a result of the change or Extra Work.
10.05 Notification to Surety
If the provisions of any bond require notice to be given to a surety of any change affecting the general
scope of the Wor k 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.
00 72 00 - 1
GENERAL CONDITIONS
Page 48 of 63
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER Revised:
3/08/2024 CITY PROJECT NO. 105062-5
10.06 Contract Claims Process
A. City’s Decision Required: All Contract Claims, except those waived pursuant to Paragraph
14.09, shall be referred to the City for decision. A decision by City shall be required as a condition
precedent to any exercise by Contractor of any rights or remedies he may otherwise have under
the Contract Documents or by Laws and Regulations in respect of such Contract Claims.
B. Notice:
1. Written notice stating the general nature of each Contract Claim shall be delivered by the
Contractor to City no later than 15 days after the start of the event giving rise thereto. The
responsibility to substantiate a Contract Claim shall rest with the party making the Contract
Claim.
2. Notice of the amount or extent of the Contract Claim, with supporting data shall be delivered
to the City on or before 45 days from the start of the event giving rise thereto (unless the City
allows additional time for Contractor to submit additional or more accurate data in support of
such Contract Claim).
3. A Contract Claim for an adjustment in Contract Price shall be prepared in accordance with
the provisions of Paragraph 12.01.
4. A Contract Claim for an adjustment in Contract Time shall be prepared in accordance with
the provisions of Paragraph 12.02.
5. Each Contract Claim shall be accompanied by Contractor’s written statement that the
adjustment claimed is the entire adjustment to which the Contractor believes it is entitled as a
result of said event.
6. The City shall submit any response to the Contractor within 30 days after receipt of the
claimant’s last submittal (unless Contract allows additional time).
C. City’s Action: City will review each Contract Claim and, within 30 days after receipt of the last
submittal of the Contractor, if any, take one of the following actions in writing:
1. deny the Contract Claim in whole or in part;
2. approve the Contract Claim; or
3. notify the Contractor that the City is unable to resolve the Contract Claim if, in the City’s
sole discretion, it would be inappropriate for the City to do so. For purposes of further
resolution of the Contract Claim, such notice shall be deemed a denial.
00 72 00 - 1
GENERAL CONDITIONS
Page 49 of 63
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER Revised:
3/08/2024 CITY PROJECT NO. 105062-5
D. City’s written action under Paragraph 10.06.C will be final and binding, unless City or
Contractor invoke the dispute resolution procedure set forth in Article 16 within 30 days of such
action or denial.
E. No Contract Claim for an adjustment in Contract Price or Contract Time will be valid if not
submitted in accordance with this Paragraph 10.06.
ARTICLE 11 – COST OF THE WORK; ALLOWANCES; UNIT PRICE WORK; PLANS
QUANTITY MEASUREMENT
11.01 Cost of the Work
A. Costs Included: The term Cost of the Work means the sum of all costs, except those excluded in
Paragraph 11.01.B, necessarily incurred and paid by Contractor in the proper performance of the
Work. When the value of any Work covered by a Change Order, the costs to be reimbursed to
Contractor will be only those additional or incremental costs required because of the change in the
Work. Such costs shall not include any of the costs itemized in Paragraph 11.01.B, and shall
include but not be limited to the following items:
1. Payroll costs for employees in the direct employ of Contractor in the performance of the
Work under schedules of job classifications agreed upon by City and Contractor. Such
employees shall include, without limitation, superintendents, foremen, and other personnel
employed full time on the Work. Payroll costs for employees not employed full time on the
Work shall be apportioned on the basis of their time spent on the Work. Payroll costs shall
include;
a. salaries with a 55% markup, or
b. salaries and wages plus the cost of fringe benefits, which shall include social security
contributions, unemployment, excise, and payroll taxes, workers’ compensation, health
and retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto.
The expenses of performing Work outside of Regular Working Hours, Weekend
Working Hours, or legal holidays, shall be included in the above to the extent authorized
by City.
2. Cost of all materials and equipment furnished and incorporated in the Work, including costs
of transportation and storage thereof, and Suppliers’ field services required in connection
therewith.
3. Rentals of al l construction equipment and machinery, and the parts thereof whether rented
from Contractor or others in accordance with rental agreements approved by City, and the
costs of transportation, loading, unloading, assembly, dismantling, and removal thereof. All
such costs shall be in accordance with the terms of said rental agreements. The rental of any
such equipment, machinery, or parts shall cease when the use thereof is no longer necessary
for the Work.
00 72 00 - 1
GENERAL CONDITIONS
Page 50 of 63
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER Revised:
3/08/2024 CITY PROJECT NO. 105062-5
4. Payments made by Contractor to Subcontractors for Work performed by Subcontractors. If
required by City, Contractor shall obtain competitive bids from subcontractors acceptable to
City and Contractor and shall deliver such bids to City, who will then determine, which bids,
if any, will be acceptable. If any subcontract provides that the Subcontractor is to be paid on
the basis of Cost of the Work plus a fee, the Subcontractor’s Cost of the Work and fee shall
be determined in the same manner as Contractor’s Cost of the Work and fee as provided in
this Paragraph 11.01.
5. Costs of special consultants (including but not limited to engineers, architects, testing
laboratories, surveyors, attorneys, and accountants) employed for services specifically related
to the Work.
6. Supplemental costs including the following:
a. The proportion of necessary transportation, travel, and subsistence expenses of
Contractor’s employees incurred in discharge of duties connected with the Work.
b. Cost, including transportation and maintenance, of all materials, supplies, equipment,
machinery, appliances, office, and temporary facilities at the Site, and hand tools not
owned by the workers, which ar e consumed in the performance of the Work, and cost, less
market value, of such items used but not consumed which remain the property of
Contractor.
c. Sales, consumer, use, and other si milar taxes related to the Work, and for which
Contractor is liable not covered under Paragraph 6.11, as imposed by Laws and
Regulations.
d. Deposits lost for causes other than negligence of Contractor, any Subcontractor, or
anyone directly or indirectly employed by any of them or for whose acts any of them may
be liable, and royalty payments and fees for permits and licenses.
e. Losses and damages (and related expenses) caused by damage to the Work, not
compensated by insurance or otherwise, sustained by Contractor in connection with the
performance of the Work, provided such losses and damages have resulted from causes
other than the negligence of Contractor, any Subcontractor, or anyone directly or indirectly
employed by any of them or for whose acts any of them may be liable. Such losses shall
include settlements made with the written consent and approval of City. No such losses,
damages, and expenses shall be included in the Cost of the Work for the purpose of
determining Contractor’s fee.
f. The cost of utilities, fuel, and sanitary facilities at the Site.
g. Minor expenses such as telegrams, long distance telephone calls, telephone and
communication services at the Site, express and courier services, and similar petty cash
items in connection with the Work.
00 72 00 - 1
GENERAL CONDITIONS
Page 51 of 63
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER Revised:
3/08/2024 CITY PROJECT NO. 105062-5
h. The costs of premiums for all bonds and insurance Contractor is required by the Contract
Documents to purchase and maintain.
B. Costs Excluded: The term Cost of the Work shall not include any of the following items:
1. Payroll costs and other compensation of Contractor’s officers, executives, principals (of
partnerships and sole proprietorships), general managers, safety managers, engineers,
architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents,
expediters, timekeepers, clerks, and other personnel employed by Contractor, whether at the
Site or in Contractor’s principal or branch office for general administration of the Work and
not specifically included in the agreed upon schedule of job classifications referred to in
Paragraph 11.01.A.1 or specifically covered by Paragraph 11.01.A.4, all of which are to be
considered administrative costs covered by the Contractor’s fee.
2. Expenses of Contractor’s principal and branch offices other than Contractor’s office at the
Site.
3. Any part of Contractor’s capital expenses, including interest on Contractor’s capital
employed for the Wor k and charges against Contractor for delinquent payments.
4. Costs due to the negligence of Contractor, any Subcontractor, or anyone directly or indirectly
employed by any of them or for whose acts any of them may be liable, including but not
limited to, the correction of defective Work, disposal of materials or equipment wrongly
supplied, and making good any damage to property.
5. Other overhead or general expense costs of any kind.
C. Contractor’s Fee: When all the Work is performed on the basis of cost-plus, Contractor’s fee
shall be determined as set forth in the Agreement. When the value of any Work covered by a
Change Order for an adjustment in Contract Price is determined on the basis of Cost of the
Work, Contractor’s fee shall be determined as set forth in Paragraph 12.01.C.
D. Documentation: Whenever the Cost of the Work for any purpose is to be determined pursuant to
Paragraphs 11.01.A and 11.01.B, Contractor will establish and maintain records thereof in
accordance with generally accepted accounting practices and submit in a form acceptable to City
an itemized cost breakdown together with supporting data.
11.02 Allowances
A. Specified Allowance: It is understood that Contractor has included in the Contract Price all
allowances so named in the Contract Documents and shall cause the Work so covered to be
perfor med for such sums and by such persons or entities as may be acceptable to City.
B. Pre-bid Allowances:
1. Contractor agrees that:
00 72 00 - 1
GENERAL CONDITIONS
Page 52 of 63
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER Revised:
3/08/2024 CITY PROJECT NO. 105062-5
a. the pre-bid allowances include the cost to Contractor of materials and equipment required
by the allowances to be delivered at the Site, and all applicable taxes; and
b. Contractor’s costs for unloading and handling on the Site, labor, installation, overhead,
profit, and other expenses contemplated for the pre-bid allowances have been included in
the allowances, and no demand for additional payment on account of any of the
foregoing will be valid.
C. Contingency Allowance: Contractor agrees that a contingency allowance, if any, is for the sole use
of City.
D. Prior to final payment, an appropriate Change Order will be issued to reflect actual amounts due
Contractor on account of Work covered by allowances, and the Contract Price shall be
correspondingly adjusted.
11.03 Unit Price Work
A. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work,
initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to
the sum of the unit price for each separately identified item of Unit Price Work times the estimated
quantity of each item as indicated in the Agreement.
B. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the
purpose of comparison of Bids and determining an initial Contract Price. Determinations of the
actual quantities and classifications of Unit Price Work performed by Contractor will be made by
City subject to the provisions of Paragraph 9.05.
C. Each unit price will be deemed to include an amount considered by Contractor to be adequate to
cover Contractor’s overhead and profit for each separately identified item. Work described in the
Contract Documents, or reasonably inferred as required for a functionally complete installation,
but not identified in the listing of unit price items shall be considered incidental to unit price work
listed and the cost of incidental work included as part of the unit price.
D. City may make an adjustment in the Contract Price in accordance with Paragraph 12.01 if:
1. the quantity of any item of Unit Price Work performed by Contractor differs materially and
significantly from the estimated quantity of such item indicated in the Agreement; and
2. there is no corresponding adjustment with respect to any other item of Work.
E. Increased or Decreased Quantities: The City reserves the right to order Extra Work in
accordance with Paragraph 10.01.
1. If the changes in quantities or the alterations do not significantly change the character of
work under the Contract Documents, the altered work will be paid for at the Contract unit
price.
00 72 00 - 1
GENERAL CONDITIONS
Page 53 of 63
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER Revised:
3/08/2024 CITY PROJECT NO. 105062-5
2. If the changes in quantities or alterations significantly change the character of work, the
Contract will be amended by a Change Order.
3. If no unit prices exist, this will be considered Extra Work and the Contract will be amended
by a Change Order in accordance with Article 12.
4. A significant change in the character of work occurs when:
a. the character of work for any Item as altered differs materially in kind or nature from that
in the Contract or
b. a Major Item of work varies by more than 25% from the original Contract quantity.
5. When the quantity of work to be done under any Major Item of the Contract is more than
125% of the original quantity stated in the Contract, then either party to the Contract may
request an adjustment to the unit price on the portion of the work that is above 125%.
6. When the quantity of work to be done under any Major Item of the Contract is less than 75%
of the original quantity stated in the Contract, then either party to the Contract may request
an adjustment to the unit price.
11.04 Plans Quantity Measurement
A. Plans quantities may or may not represent the exact quantity of work performed or material moved,
handled, or placed during the execution of the Contract. The estimated bid quantities are
designated as final payment quantities, unless revised by the governing Section or this Article.
B. If the quantity measured as outlined under “Price and Payment Procedures” varies by more than
25% (or as stipulated under “Price and Payment Procedures” for specific Items) from the total
estimated quantity for an individual Item originally shown in the Contract Documents, an
adjustment may be made to the quantity of authorized work done for payment purposes. The party
to the Contract requesting the adjustment will provide field measurements and calculations
showing the final quantity for which payment will be made. Payment for revised quantity will be
made at the unit price bid for that Item, except as provided for in Article 10.
C. When quantities ar e revised by a change in design approved by the City, by Change Order, or to
correct an error, or to correct an error on the plans, the plans quantity will be increased or decreased
by the amount involved in the change, and the 25% variance will apply to the new plans quantity.
D. If the total Contract quantity multiplied by the unit price bid for an individual Item is less than
$250 and the Item is not originally a plans quantity Item, then the Item may be paid as a plans
quantity Item if the City and Contractor agree in writing to fix the final quantity as a plans quantity.
00 72 00 - 1
GENERAL CONDITIONS
Page 54 of 63
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER Revised:
3/08/2024 CITY PROJECT NO. 105062-5
E. For callout work or non-site specific Contracts, the plans quantity measurement requirements are
not applicable.
ARTICLE 12 – CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME
12.01 Change of Contract Price
A. The Contract Price may only be changed by a Change Order.
B. The value of any Work covered by a Change Order will be determined as follows:
1. where the Wor k involved is covered by unit prices contained in the Contract Documents, by
application of such unit prices to the quantities of the items involved (subject to the provisions
of Paragraph 11.03); or
2. where the Work involved is not covered by unit prices contained in the Contract Documents,
by a mutually agreed lump su m or unit price (which may include an allowance for overhead
and profit not necessarily in accordance with Paragraph 12.01.C.2), and shall include the cost
of any secondary impacts that are foreseeable at the time of pricing the cost of Extra Work;
or
3. where the Work involved is not covered by unit prices contained in the Contract Documents
and agreement to a lump sum or unit price is not reached under Paragraph 12.01.B.2, on the
basis of the Cost of the Work (determined as provided in Paragraph 11.01) plus a Contractor’s
fee for overhead and profit (determined as provided in Paragraph 12.01.C).
C. Contractor’s Fee: The Contractor’s additional fee for overhead and profit shall be determined as
follows:
1. a mutually acceptable fixed fee; or
2. if a fixed fee is not agreed upon, then a fee based on the following percentages of the various
portions of the Cost of the Work:
a. for costs incurred under Paragraphs 11.01.A.1, 11.01.A.2. and 11.01.A.3, the
Contractor’s additional fee shall be 15 percent except for:
1) rental fees for Contractor’s own equipment using standard rental rates;
2) bonds and insurance;
b. for costs incurred under Paragraph 11.01.A.4 and 11.01.A.5, the Contractor’s fee shall be
five percent (5%);
1) where one or more tiers of subcontracts ar e on the basis of Cost of the Work plus a
fee and no fixed fee is agreed upon, the intent of Paragraphs 12.01.C.2.a and
00 72 00 - 1
GENERAL CONDITIONS
Page 55 of 63
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER Revised:
3/08/2024 CITY PROJECT NO. 105062-5
12.01.C.2.b is that the Subcontractor who actually performs the Work, at whatever
00 72 00 - 1
GENERAL CONDITIONS
Page 56 of 63
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER Revised:
3/08/2024 CITY PROJECT NO. 105062-5
tier, will be paid a fee of 15 percent of the costs incurred by such Subcontractor under
Paragraphs 11.01.A.1 and 11.01.A.2 and that any higher tier Subcontractor and
Contractor will each be paid a fee of five percent (5%) of the amount paid to the next
lower tier Subcontractor, however in no case shall the cumulative total of fees paid be
in excess of 25%;
c. no fee shall be payable on the basis of costs itemized under Paragraphs 11.01.A.6, and
11.01.B;
d. the amount of credit to be allowed by Contractor to City for any change which results in
a net decrease in cost will be the amount of the actual net decrease in cost plus a deduction
in Contractor’s fee by an amount equal to five percent (5%) of such net decrease.
12.02 Change of Contract Time
A. The Contract Time may only be changed by a Change Order.
B. No extension of the Contract Time will be allowed for Extra Work or for claimed delay unless the
Extra Wor k contemplated or claimed delay is shown to be on the critical path of the Project
Schedule or Contractor can show by Critical Path Method analysis how the Extra Work or claimed
delay adversely affects the critical path.
12.03 Delays
A. Where Contractor is reasonably delayed in the performance or completion of any part of the
Work within the Contract Time due to delay beyond the control of Contractor, the Contract Time
may be extended in an amount equal to the time lost due to such delay if a Contract Claim is made
therefor. Delays beyond the control of Contractor shall include, but not be limited to, acts or
neglect by City, acts or neglect of utility owners or other contractors performing other work as
contemplated by Article 7, fires, floods, epidemics, abnormal weather conditions, or acts of God.
Such an adjustment shall be Contractor’s sole and exclusive remedy for the delays described in
this Paragraph.
B. If Contractor is delayed, City shall not be liable to Contractor for any claims, costs, losses, or
damages (including but not limited to all fees and charges of engineers, architects, attorneys, and
other professionals and all court or arbitration or other dispute resolution costs) sustained by
Contractor on or in connection with any other project or anticipated project.
C. Contractor shall not be entitled to an adjustment in Contract Price or Contract Time for delays
within the control of Contractor. Delays attributable to and within the control of a Subcontractor
or Supplier shall be deemed to be delays within the control of Contractor.
D. The Contractor shall receive no compensation for delays or hindrances to the Work, except when
direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide
information or material, if any, which is to be furnished by the City.
00 72 00 - 1
GENERAL CONDITIONS
Page 57 of 63
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER Revised:
3/08/2024 CITY PROJECT NO. 105062-5
ARTICLE 13 – TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF
DEFECTIVE WORK
13.01 Notice of Defects
Notice of al l defective Wor k of which City has actual knowledge will be given to Contractor.
Defective Wor k may be rejected, corrected, or accepted as provided in this Article 13.
13.02 Access to Work
City, independent testing laboratories, and governmental agencies with jurisdictional interests will
have access to the Site and the Work at reasonable times for their observation, inspection, and testing.
Contractor shall provide them proper and safe conditions for such access and advise them of
Contractor’s safety procedures and programs so that they may comply therewith as applicable.
13.03 Tests and Inspections
A. Contractor shall give City timely notice of readiness of the Work for all required inspections,
tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required
inspections or tests.
B. If Contract Documents, Laws or Regulations of any public body having jurisdiction require any
of the Wor k (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 al l costs in connection therewith, and furnish City the required certificates of inspection or
approval; excepting, however, those fees specifically identified in the Supplementary Conditions
or any Texas Department of Licensure and Regulation (TDLR) inspections, which shall be paid as
described in the Supplementary Conditions.
C. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection
with any inspections, tests, re-tests, or approvals required for City’s acceptance of materials or
equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment
submitted for approval prior to Contractor’s purchase thereof for incorporation in the Work.
Such inspections, tests, re-tests, or approvals shall be performed by organizations acceptable to
City.
D. City may arrange for the services of an independent testing laboratory (“Testing Lab”) to
perform any inspections or tests (“Testing”) for any part of the Work, as determined solely by
City.
1. City will coordinate such Testing to the extent possible, with Contractor;
2. Should any Testing under this Section 13.03 D result in a “fail”, “did not pass” or other
similar negative result, the Contractor shall be responsible for paying for any and all retests.
Contractor’s cancellation without cause of City initiated Testing shall be deemed a negative
00 72 00 - 1
GENERAL CONDITIONS
Page 58 of 63
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER Revised:
3/08/2024 CITY PROJECT NO. 105062-5
result and require a retest.
00 72 00 - 1
GENERAL CONDITIONS
Page 59 of 63
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER Revised:
3/08/2024 CITY PROJECT NO. 105062-5
3. Any amounts owed for any retest under this Section 13.03 D shall be paid directly to the
Testing Lab by Contractor. City will forward all invoices for retests to Contractor.
4. If Contractor fails to pay the Testing Lab, City will not issue Final Payment until the Testing
Lab is paid.
E. If any Wor k (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 Wor k for observation.
F. Uncovering Work as provided in Paragraph 13.03.E shall be at Contractor’s expense.
G. Contractor shall have the right to make a Contract Claim regarding any retest or invoice issued
under Section 13.03 D.
13.04 Uncovering Work
A. If any Wor k is covered contrary to the Contract Documents or specific instructions by the City, it
must, if requested by City, be uncovered for City’s observation and replaced at Contractor’s
expense.
B. If City considers it necessary or advisable that covered Work be observed by City or inspected or
tested by others, Contractor, at City’s request, shall uncover, expose, or otherwise make available
for observation, inspection, or testing as City may require, that portion of the Work in question,
furnishing al l necessary labor, material, and equipment.
1. If it is found that the uncovered Work is defective, Contractor shall pay all claims, costs,
losses, and damages (including but not limited to all fees and charges of engineers, architects,
attorneys, and other professionals and all court or other dispute resolution costs) arising out of
or relating to such uncovering, exposure, observation, inspection, and testing, and of
satisfactory replacement or reconstruction (including but not limited to all costs of repair or
replacement of work of others); or City shall be entitled to accept defective Work in accordance
with Paragraph 13.08 in which case Contractor shall still be responsible for all costs associated
with exposing, observing, and testing the defective Work.
2. If the uncovered Work is not found to be defective, Contractor shall be allowed an increase
in the Contract Price or an extension of the Contract Time, or both, directly attributable to such
uncovering, exposure, observation, inspection, testing, replacement, and reconstruction.
13.05 City May Stop the Work
If the Wor k 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
00 72 00 - 1
GENERAL CONDITIONS
Page 60 of 63
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER Revised:
3/08/2024 CITY PROJECT NO. 105062-5
rise to any duty on the part of City to exercise this right for the benefit of Contractor, any
00 72 00 - 1
GENERAL CONDITIONS
Page 61 of 63
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER Revised:
3/08/2024 CITY PROJECT NO. 105062-5
Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of
any of them.
13.06 Correction or Removal of Defective Work
A. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to
an acceptable schedule, whether or not fabricated, installed, or completed, or, if the Work has been
rejected by City, remove it from the Project and replace it with Work that is not defective.
Contractor shall pay al l claims, costs, additional testing, losses, and damages (including but not
limited to all fees and charges of engineers, architects, attorneys, and other professionals and all
court or arbitration or other dispute resolution costs) arising out of or relating to such correction
or removal (including but not limited to all costs of repair or replacement of work of others).
Failure to require the removal of any defective Work shall not constitute acceptance of such Work.
B. When correcting defective Work under the terms of this Paragraph 13.06 or Paragraph 13.07,
Contractor shall take no action that would void or otherwise impair City’s special warranty and
guarantee, if any, on said Work.
13.07 Correction Period
A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may be
prescribed by the terms of any applicable special guarantee required by the Contract Documents),
any Work is found to be defective, or if the repair of any damages to the land or areas made
available for Contractor’s use by City or permitted by Laws and Regulations as contemplated in
Paragraph 6.10.A is found to be defective, Contractor shall promptly, without cost to City and in
accordance with City’s written instructions:
1. repair such defective land or areas; or
2. correct such defective Work; or
3. if the defective Work has been rejected by City, remove it from the Project and replace it
with Wor k 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 al l costs of repair or replacement of work of others) will be paid by Contractor.
00 72 00 - 1
GENERAL CONDITIONS
Page 62 of 63
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER Revised:
3/08/2024 CITY PROJECT NO. 105062-5
C. In special circumstances where a particular item of equipment is placed in continuous service
before Final Acceptance of all the Work, the correction period for that item may start to run from
an earlier date if so provided in the Contract Documents.
D. Where defective Wor k (and damage to other Work resulting therefrom) has been corrected or
removed and replaced under this Paragraph 13.07, the correction period hereunder with respect
to such Work may be required to be extended for an additional period of one year after the end of
the initial correction period. City shall provide 30 days written notice to Contractor should such
additional warranty coverage be required. Contractor may dispute this requirement by filing a
Contract Claim, pursuant to Paragraph 10.06.
E. Contractor’s obligations under this Paragraph 13.07 are in addition to any other obligation or
warranty. The provisions of this Paragraph 13.07 shall not be construed as a substitute for, or a
waiver of , the provisions of any applicable statute of limitation or repose.
13.08 Acceptance of Defective Work
If, instead of requiring correction or removal and replacement of defective Work, City prefers to
accept it, City may do so. Contractor shall pay all claims, costs, losses, and damages (including but
not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all
court or other dispute resolution costs) attributable to City’s evaluation of and determination to accept
such defective Work and for the diminished value of the Work to the extent not otherwise paid by
Contractor. If any such acceptance occurs prior to Final Acceptance, a Change Order will be issued
incorporating the necessary revisions in the Contract Documents with respect to the Work, and City
shall be entitled to an appropriate decrease in the Contract Price, reflecting the diminished value of
Work so accepted.
13.09 City May Correct Defective Work
A. If Contractor fails within a reasonable time after written notice from City to correct defective
Work, or to remove and replace rejected Work as required by City in accordance with Paragraph
13.06.A, or if Contractor fails to perform the Work in accordance with the Contract Documents,
or if Contractor fails to comply with any other provision of the Contract Documents, City may,
after seven (7) days written notice to Contractor, correct, or remedy any such deficiency.
B. In exercising the rights and remedies under this Paragraph 13.09, City shall proceed
expeditiously. In connection with such corrective or remedial action, City may exclude Contractor
from al l or part of the Site, take possession of all or part of the Work and suspend Contractor’s
services related thereto, and incorporate in the Work all materials and equipment incorporated in
the Work, stored at the Site or for which City has paid Contractor but which are stored elsewhere.
Contractor shall allow City, City’s representatives, agents, consultants, employees, and City’s
other contractors, access to the Site to enable City to exercise the rights and remedies under this
Paragraph.
C. All claims, costs, losses, and damages (including but not limited to all fees and charges of
00 72 00 - 1
GENERAL CONDITIONS
Page 63 of 63
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER Revised:
3/08/2024 CITY PROJECT NO. 105062-5
engineers, architects, attorneys, and other professionals and all court or other dispute resolution
00 72 00 - 1
GENERAL CONDITIONS
Page 64 of 63
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER Revised:
3/08/2024 CITY PROJECT NO. 105062-5
costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph
13.09 will be charged against Contractor, and a Change Order will be issued incorporating the
necessary revisions in the Contract Documents with respect to the Work; and City shall be entitled
to an appropriate decrease in the Contract Price.
D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the
performance of the Work attributable to the exercise of City’s rights and remedies under this
Paragraph 13.09.
ARTICLE 14 – PAYMENTS TO CONTRACTOR AND COMPLETION
14.01 Schedule of Values
The Schedule of Values for lump sum contracts established as provided in Paragraph 2.07 will serve
as the basis for progress payments and will be incorporated into a form of Application for Payment
acceptable to City. Progress payments on account of Unit Price Work will be based on the number of
units completed.
14.02 Progress Payments
A. Applications for Payments:
1. Contractor is responsible for providing all information as required to become a vendor of the
City.
2. At least 20 days before the date established in the General Requirements for each progress
payment, Contractor shall submit to City for review an Application for Payment filled out and
signed by Contractor covering the Work completed as of the date of the Application and
accompanied by such supporting documentation as is required by the Contract Documents.
3. If payment is requested on the basis of materials and equipment not incorporated in the Work
but delivered and suitably stored at the Site or at another location agreed to in writing, the
Application for Payment shall also be accompanied by a bill of sale, invoice, or other
documentation warranting that City has received the materials and equipment free and clear of
all Liens and evidence that the materials and equipment are covered by appropriate insurance
or other arrangements to protect City’s interest therein, all of which must be satisfactory to
City.
4. Beginning with the second Application for Payment, each Application shall include an affidavit
of Contractor stating that previous progress payments received on account of the Work have
been applied on account to discharge Contractor’s legitimate obligations associated with prior
Applications for Payment.
5. The amount of retainage with respect to progress payments will be as described in
subsection C. unless otherwise stipulated in the Contract Documents.
00 72 00 - 1
GENERAL CONDITIONS
Page 65 of 63
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER Revised:
3/08/2024 CITY PROJECT NO. 105062-5
B. Review of Applications:
1. City will, after receipt of each Application for Payment, either indicate in writing a
recommendation of payment or return the Application to Contractor indicating reasons for
refusing payment. In the latter case, Contractor may make the necessary corrections and
resubmit the Application.
2. City’s processing of any payment requested in an Application for Payment will be based on
City’s observations of the executed Work, and on City’s review of the Application for Payment
and the accompanying data and schedules, that to the best of City’s knowledge:
a. the Wor k has progressed to the point indicated;
b. the quality of the Work is generally in accordance with the Contract Documents (subject
to an evaluation of the Work as a functioning whole prior to or upon Final Acceptance, the
results of any subsequent tests called for in the Contract Documents, a final determination
of quantities and classifications for Work performed under Paragraph 9.05, and any other
qualifications stated in the recommendation).
3. Processing any such payment will not thereby be deemed to have represented that:
a. inspections made to check the quality or the quantity of the Work as it has been performed
have been exhaustive, extended to every aspect of the Work in progress, or involved
detailed inspections of the Work beyond the responsibilities specifically assigned to City
in the Contract Documents; or
b. there may not be other matters or issues between the parties that might entitle Contractor
to be paid additionally by City or entitle City to withhold payment to Contractor; or
c. Contractor has complied with Laws and Regulations applicable to Contractor’s performance
of the Work.
4. City may refuse to process the whole or any part of any payment because of subsequently
discovered evidence or the results of subsequent inspections or tests, and revise or revoke
any such payment previously made, to such extent as may be necessary to protect City from
loss because:
a. the Wor k is defective or completed Work has been damaged by the Contractor or
subcontractors requiring correction or replacement;
b. discrepancies in quantities contained in previous applications for payment;
c. the Contract Price has been reduced by Change Orders;
d. City has been required to correct defective Work or complete Work in accordance with
Paragraph 13.09; or
00 72 00 - 1
GENERAL CONDITIONS
Page 66 of 63
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER Revised:
3/08/2024 CITY PROJECT NO. 105062-5
e. City has actual knowledge of the occurrence of any of the events enumerated in
Paragraph 15.02.A.
C. Retainage:
1. For contracts less than $400,000 at the time of execution, retainage shall be ten percent
(10%).
2. For contracts greater than $400,000 at the time of execution, retainage shall be five percent
(5%).
D. Liquidated Damages. For each calendar day that any work shall remain uncompleted after the
time specified in the Contract Documents, the sum per day specified in the Agreement will be
assessed against the monies due the Contractor, not as a penalty, but as damages suffered by the
City.
E. Payment: Contractor will be paid pursuant to the requirements of this Article 14 and payment
will become due in accordance with the Contract Documents.
F. Reduction in Payment:
1. City may refuse to make payment of the amount requested because:
a. Liens have been filed in connection with the Work, except where Contractor has delivered
a specific bond satisfactory to City to secure the satisfaction and discharge of such Liens;
b. there are other items entitling City to a set-off against the amount recommended; or
c. City has actual knowledge of the occurrence of any of the events enumerated in
Paragraphs 14.02.B.4.a through 14.02.B.4.e or Paragraph 15.02.A.
2. If City refuses to make payment of the amount requested, City will give Contractor written
notice stating the reasons for such action and pay Contractor any amount remaining after
deduction of the amount so withheld. City shall pay Contractor the amount so withheld, or any
adjustment thereto agreed to by City and Contractor, when Contractor remedies the reasons
for such action.
14.03 Contractor’s Warranty of Title
Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any
Application for Payment, whether incorporated in the Project or not, will pass to City no later than the
time of payment free and clear of all Liens.
00 72 00 - 1
GENERAL CONDITIONS
Page 67 of 63
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER Revised:
3/08/2024 CITY PROJECT NO. 105062-5
14.04 Partial Utilization
A. Prior to Final Acceptance of all the Work, City may use or occupy any part of the Work which
has specifically been identified in the Contract Documents, or which City determines constitutes
a separately functioning and usable part of the Work that can be used for its intended purpose
without significant interference with Contractor’s performance of the remainder of the Work. City
at any time may notify Contractor in writing to permit City to use or occupy any such part of the
Work which City determines to be ready for its intended use, subject to the following conditions:
1. Contractor at any time may notify City in writing that Contractor considers any such part of
the Work ready for its intended use.
2. Within a reasonable time after notification as enumerated in Paragraph 14.05.A.1, City and
Contractor shall make an inspection of that part of the Work to determine its status of
completion. If City does not consider that part of the Work to be substantially complete, City
will notify Contractor in writing giving the reasons therefor.
3. Partial Utilization will not constitute Final Acceptance by City.
14.05 Final Inspection
A. Upon written notice from Contractor that the entire Work is Substantially Complete in
accordance with the Contract Documents:
1. Within 10 days, City will schedule a Final Inspection with Contractor.
2. City will notify Contractor in writing of all particulars in which this inspection reveals that
the Wor k is incomplete or defective (“Punch List Items”). Contractor shall immediately take
such measures as are necessary to complete such Work or remedy such deficiencies.
B. No time charge will be made against the Contractor between said date of notification to the City
of Substantial Completion and the date of Final Inspection.
1. Should the City determine that the Work is not ready for Final Inspection, City will notify the
Contractor in writing of the reasons and Contract Time will resume.
2. Should the City concur that Substantial Completion has been achieved with the exception of
any Punch List Items, Contract Time will resume for the duration it takes for Contractor to
achieve Final Acceptance.
14.06 Final Acceptance
Upon completion by Contractor to City’s satisfaction, of any additional Work identified in the Final
Inspection, City will issue to Contractor a letter of Final Acceptance.
00 72 00 - 1
GENERAL CONDITIONS
Page 68 of 63
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER Revised:
3/08/2024 CITY PROJECT NO. 105062-5
14.07 Final Payment
A. Application for Payment:
1. Upon Final Acceptance, and in the opinion of City, Contractor may make an application for
final payment following the procedure for progress payments in accordance with the
Contract Documents.
2. The final Application for Payment shall be accompanied (except as previously delivered) by:
a. all documentation called for in the Contract Documents, including but not limited to the
evidence of insurance required by Paragraph 5.03;
b. consent of the surety, if any, to final payment;
c. a list of all pending or released Damage Claims against City that Contractor believes are
unsettled; and
d. affidavits of payments for employees, subcontractors, and suppliers; and complete
and legally effective releases or waivers (satisfactory to City) of all Lien rights arising
out of or Liens filed in connection with the Work .
B. Payment Becomes Due:
1. After City’s acceptance of the Application for Payment and accompanying documentation,
requested by Contractor, less previous payments made and any sum City is entitled,
including but not limited to liquidated damages, will become due and payable.
2. After al l Damage Claims have been resolved:
a. directly by the Contractor or;
b. Contractor provides evidence that the Damage Claim has been reported to Contractor’s
insurance provider for resolution.
3. The making of the final payment by the City shall not relieve the Contractor of any
guarantees or other requirements of the Contract Documents which specifically continue
thereafter.
14.08 Final Completion Delayed and Partial Retainage Release
A. If final completion of the Work is significantly delayed, and if City so confirms, City may, upon
receipt of Contractor’s final Application for Payment, and without terminating the Contract, make
payment of the balance due for that portion of the Work fully completed and accepted. If the
remaining balance to be held by City for Work not fully completed or corrected is less than the
retainage stipulated in Paragraph 14.02.C, and if bonds have been furnished as required in
00 72 00 - 1
GENERAL CONDITIONS
Page 69 of 63
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER Revised:
3/08/2024 CITY PROJECT NO. 105062-5
Paragraph 5.02, the written consent of the surety to the payment of the balance due for that
00 72 00 - 1
GENERAL CONDITIONS
Page 70 of 63
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER Revised:
3/08/2024 CITY PROJECT NO. 105062-5
portion of the Wor k fully completed and accepted shall be submitted by Contractor to City with
the Application for such payment. Such payment shall be made under the terms and conditions
governing final payment, except that it shall not constitute a waiver of Contract Claims.
B. Partial Retainage Release. For a Contract that provides for a separate vegetative establishment
and maintenance, and test and performance periods following the completion of all other
construction in the Contract Documents for all Work locations, the City may release a portion of
the amount retained provided that all other work is completed as determined by the City. Before
the release, al l submittals and final quantities must be completed and accepted for all other work.
An amount sufficient to ensure Contract compliance will be retained.
14.09 Waiver of Claims
The acceptance of final payment will constitute a release of the City from all claims or liabilities
under the Contract for anything done or furnished or relating to the work under the Contract
Documents or any act or neglect of City related to or connected with the Contract.
ARTICLE 15 – SUSPENSION OF WORK AND TERMINATION
15.01 City May Suspend Work
A. At any time and without cause, City may suspend the Work or any portion thereof by written
notice to Contractor and which may fix the date on which Work will be resumed. Contractor shall
resume the Work on the date so fixed. During temporary suspension of the Work covered by these
Contract Documents, for any reason, the City will make no extra payment for stand-by time of
construction equipment and/or construction crews.
B. Should the Contractor not be able to complete a portion of the Project due to causes beyond the
control of and without the fault or negligence of the Contractor, and should it be determined by
mutual consent of the Contractor and City that a solution to allow construction to proceed is not
available within a reasonable period of time, Contractor may request an extension in Contract
Time, directly attributable to any such suspension.
C. If it should become necessary to suspend the Work for an indefinite period, the Contractor shall
store all materials in such a manner that they will not obstruct or impede the public unnecessarily
nor become damaged in any way, and he shall take every precaution to prevent damage or
deterioration of the work performed; he shall provide suitable drainage about the work, and erect
temporary structures where necessary.
D. Contractor may be reimbursed for the cost of moving his equipment off the job and returning the
necessary equipment to the job when it is determined by the City that construction may be
resumed. Such reimbursement shall be based on actual cost to the Contractor of moving the
equipment and no profit will be allowed. Reimbursement may not be allowed if the equipment is
moved to another construction project for the City.
00 72 00 - 1
GENERAL CONDITIONS
Page 71 of 63
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER Revised:
3/08/2024 CITY PROJECT NO. 105062-5
15.02 City May Terminate for Cause
A. The occurrence of any one or more of the following events by way of example, but not of limitation,
may justify termination for cause:
1. Contractor’s persistent failure to perform the Work in accordance with the Contract Documents
(including, but not limited to, failure to supply sufficient skilled workers or suitable materials
or equipment, failure to adhere to the Project Schedule established under Paragraph 2.07 as
adjusted from time to time pursuant to Paragraph 6.04, or failure to adhere to the City’s
Business Diversity Enterprise Ordinance #20020-12-2011established under Paragraph
6.06.D);
2. Contractor’s disregard of Laws or Regulations of any public body having jurisdiction;
3. Contractor’s repeated disregard of the authority of City; or
4. Contractor’s violation in any substantial way of any provisions of the Contract Documents;
or
5. Contractor’s failure to promptly make good any defect in materials or workmanship, or
defects of any nature, the correction of which has been directed in writing by the City; or
6. Substantial indication that the Contractor has made an unauthorized assignment of the
Contract or any funds due therefrom for the benefit of any creditor or for any other purpose;
or
7. Substantial evidence that the Contractor has become insolvent or bankrupt, or otherwise
financially unable to carry on the Work satisfactorily; or
8. Contractor commences legal action in a court of competent jurisdiction against the City.
B. If one or mor e of the events identified in Paragraph 15.02A. occur, City will provide written notice
to Contractor and Surety to arrange a conference with Contractor and Surety to address
Contractor's failure to perform the Work. Conference shall be held not later than 15 days, after
receipt of notice.
1. If the City, the Contractor, and the Surety do not agree to allow the Contractor to proceed to
perfor m the construction Contract, the City may, to the extent permitted by Laws and
Regulations, declare a Contractor default and formally terminate the Contractor's right to
complete the Contract. Contractor default shall not be declared earlier than 20 days after the
Contractor and Surety have received notice of conference to address Contractor's failure to
perform the Work.
2. If Contractor's services ar e terminated, Surety shall be obligated to take over and perform the
Work. If Surety does not commence performance thereof within 15 consecutive calendar days
after date of an additional written notice demanding Surety's performance of its
00 72 00 - 1
GENERAL CONDITIONS
Page 72 of 63
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER Revised:
3/08/2024 CITY PROJECT NO. 105062-5
obligations, then City, without process or action at law, may take over any portion of the
Work and complete it as described below.
a. If City completes the Work, City may exclude Contractor and Surety from the site and
take possession of the Work, and all materials and equipment incorporated into the Work
stored at the Site or for which City has paid Contractor or Surety but which are stored
elsewhere, and finish the Work as City may deem expedient.
3. Whether City or Surety completes the Work, Contractor shall not be entitled to receive any
further payment until the Work is finished. If the unpaid balance of the Contract Price exceeds
all claims, costs, losses and damages sustained by City arising out of or resulting from
completing the Work, such excess will be paid to Contractor. If such claims, costs, losses and
damages exceed such unpaid balance, Contractor shall pay the difference to City. Such claims,
costs, losses and damages incurred by City will be incorporated in a Change Order, provided
that when exercising any rights or remedies under this Paragraph, City shall not be required to
obtain the lowest price for the Work performed.
4. Neither City, nor any of its respective consultants, agents, officers, directors or employees
shall be in any way liable or accountable to Contractor or Surety for the method by which the
completion of the said Work, or any portion thereof, may be accomplished or for the price paid
therefor.
5. City, notwithstanding the method used in completing the Contract, shall not forfeit the right
to recover damages from Contractor or Surety for Contractor's failure to timely complete the
entire Contract. Contractor shall not be entitled to any claim on account of the method used
by City in completing the Contract.
6. Maintenance of the Work shall continue to be Contractor's and Surety's responsibilities as
provided for in the bond requirements of the Contract Documents or any special guarantees
provided for under the Contract Documents or any other obligations otherwise prescribed by
law.
C. Notwithstanding Paragraphs 15.02.B, Contractor’s services will not be terminated if Contractor
begins within seven days of receipt of notice of intent to terminate to correct its failure to perform
and proceeds diligently to cure such failure within no more than 30 days of receipt of said notice.
D. Where Contractor’s services have been so terminated by City, the termination will not affect any
rights or remedies of City against Contractor then existing or which may thereafter accrue. Any
retention or payment of moneys due Contractor by City will not release Contractor from liability.
E. If and to the extent that Contractor has provided a performance bond under the provisions of
Paragraph 5.02, the termination procedures of that bond shall not supersede the provisions of this
Article.
00 72 00 - 1
GENERAL CONDITIONS
Page 73 of 63
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER Revised:
3/08/2024 CITY PROJECT NO. 105062-5
15.03 City May Terminate For Convenience
A. City may, without cause and without prejudice to any other right or remedy of City, terminate the
Contract. Any termination shall be effected by mailing a notice of the termination to the Contractor
specifying the extent to which performance of Work under the contract is terminated, and the date
upon which such termination becomes effective. Receipt of the notice shall be deemed
conclusively presumed and established when the letter is placed in the United States Postal Service
Mail by the City. Further, it shall be deemed conclusively presumed and established that such
termination is made with just cause as therein stated; and no proof in any claim, demand or suit
shall be required of the City regarding such discretionary action.
B. After receipt of a notice of termination, and except as otherwise directed by the City, the
Contractor shall:
1. Stop work under the Contract on the date and to the extent specified in the notice of termination;
2. place no further orders or subcontracts for materials, services or facilities except as may be
necessary for completion of such portion of the Work under the Contract as is not terminated;
3. terminate al l orders and subcontracts to the extent that they relate to the performance of the
Work terminated by notice of termination;
4. transfer title to the City and deliver in the manner, at the times, and to the extent, if any,
directed by the City:
a. the fabricated or unfabricated parts, Work in progress, completed Work, supplies and
other material produced as a part of, or acquired in connection with the performance of,
the Work terminated by the notice of the termination; and
b. the completed, or partially completed plans, drawings, information and other property
which, if the Contract had been completed, would have been required to be furnished to
the City.
5. complete performance of such Work as shall not have been terminated by the notice of
termination; and
6. take such action as may be necessary, or as the City may direct, for the protection and
preservation of the property related to its contract which is in the possession of the
Contractor and in which the owner has or may acquire the rest.
C. At a time not later than 30 days after the termination date specified in the notice of termination,
the Contractor may submit to the City a list, certified as to quantity and quality, of any or all items
of termination inventory not previously disposed of, exclusive of items the disposition of which
has been directed or authorized by City.
00 72 00 - 1
GENERAL CONDITIONS
Page 74 of 63
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER Revised:
3/08/2024 CITY PROJECT NO. 105062-5
D. Not later than 15 days thereafter, the City shall accept title to such items provided, that the list
submitted shall be subject to verification by the City upon removal of the items or, if the items are
stored, within 45 days from the date of submission of the list, and any necessary adjustments to
correct the list as submitted, shall be made prior to final settlement.
E. Not later than 60 days after the notice of termination, the Contractor shall submit his termination
claim to the City in the form and with the certification prescribed by the City. Unless an extension
is made in writing within such 60 day period by the Contractor, and granted by the City, any and
all such claims shall be conclusively deemed waived.
F. In such case, Contractor shall be paid for (without duplication of any items):
1. completed and acceptable Work executed in accordance with the Contract Documents prior
to the effective date of termination, including fair and reasonable sums for overhead and profit on
such Work;
2. expenses sustained prior to the effective date of termination in performing services and
furnishing labor, materials, or equipment as required by the Contract Documents in connection
with uncompleted Work, plus fair and reasonable sums for overhead and profit on such expenses;
and
3. reasonable expenses directly attributable to termination.
G. In the event of the failure of the Contractor and City to agree upon the whole amount to be paid
to the Contractor by reason of the termination of the Work, the City shall determine, on the basis
of information available to it, the amount, if any, due to the Contractor by reason of the termination
and shall pay to the Contractor the amounts determined. Contractor shall not be paid on account
of loss of anticipated profits or revenue or other economic loss arising out of or resulting from
such termination.
ARTICLE 16 – DISPUTE RESOLUTION
16.01 Methods and Procedures
A. Either City or Contractor may request mediation of any Contract Claim submitted for a decision
under Paragraph 10.06 before such decision becomes final and binding. The request for mediation
shall be submitted to the other party to the Contract. Timely submission of the request shall stay
the effect of Paragraph 10.06.E.
B. City and Contractor shall participate in the mediation process in good faith. The process shall be
commenced within 60 days of filing of the request.
C. If the Contract Claim is not resolved by mediation, City’s action under Paragraph 10.06.C or a
denial pursuant to Paragraphs 10.06.C.3 or 10.06.D shall become final and binding 30 days after
termination of the mediation unless, within that time period, City or Contractor:
00 72 00 - 1
GENERAL CONDITIONS
Page 75 of 63
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER Revised:
3/08/2024 CITY PROJECT NO. 105062-5
1. elects in writing to invoke any other dispute resolution process provided for in the
Supplementary Conditions; or
2. agrees with the other party to submit the Contract Claim to another dispute resolution
process; or
3. gives written notice to the other party of the intent to submit the Contract Claim to a court of
competent jurisdiction.
ARTICLE 17 – MISCELLANEOUS
17.01 Giving Notice
A. Whenever any provision of the Contract Documents requires the giving of written notice, it will
be deemed to have been validly given if:
1. delivered in person to the individual or to a member of the firm or to an officer of the
corporation for whom it is intended; or
2. delivered at or sent by registered or certified mail, postage prepaid, to the last business
address known to the giver of the notice.
B. Business address changes must be promptly made in writing to the other party.
C. Whenever the Contract Documents specifies giving notice by electronic means such electronic
notice shall be deemed sufficient upon confirmation of receipt by the receiving party.
17.02 Computation of Times
When any period of time is referred to in the Contract Documents by days, it will be computed to
exclude the first and include the last day of such period. If the last day of any such period falls on a
Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last day
of the period.
17.03 Cumulative Remedies
The duties and obligations imposed by these General Conditions and the rights and remedies available
hereunder to the parties hereto ar e 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.
00 72 00 - 1
GENERAL CONDITIONS
Page 76 of 63
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER Revised:
3/08/2024 CITY PROJECT NO. 105062-5
17.04 Survival of Obligations
All representations, indemnifications, warranties, and guarantees made in, required by, or given in
accordance with the Contract Documents, as well as all continuing obligations indicated in the
Contract Documents, will survive final payment, completion, and acceptance of the Work or
termination or completion of the Contract or termination of the services of Contractor.
17.05 Headings
Article and paragraph headings ar e inserted for convenience only and do not constitute parts of these
General Conditions.
00 73 00
SUPPLEMENTARY CONDITIONS
Page 1 of 5
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER
Revised March 8, 2024 CITY PROJECT NO. 105062-5
SECTION 00 73 00
SUPPLEMENTARY CONDITIONS
TO
GENERAL CONDITIONS
Supplementary Conditions
These Supplementary Conditions modify and supplement Section 00 72 00 - General Conditions, and other
provisions of the Contract Documents as indicated below. All provisions of the General Conditions that are
modified or supplemented remain in full force and effect as so modified or supplemented. All provisions
of the General Conditions which are not so modified or supplemented remain in full force and effect.
Defined Terms
The terms used in these Supplementary Conditions which are defined in the General Conditions have the
meaning assigned to them in the General Conditions, unless specifically noted herein.
Modifications and Supplements
The following are instructions that modify or supplement specific paragraphs in the General Conditions and
other Contract Documents.
SC-3.03B.2, “Resolving Discrepancies”
Plans govern over Specifications.
SC-4.01A
Easement limits shown on the Drawing are approximate and were provided to establish a basis for bidding.
Upon receiving the final easements descriptions, Contractor shall compare them to the lines shown on the
Contract Drawings.
SC-4.01A.1., “Availability of Lands”
The following is a list of known outstanding right-of-way, and/or easements to be acquired, if any as of
June 20, 2025:
Outstanding Right-Of-Way, and/or Easements to Be Acquired
PARCEL
NUMBER
OWNER TARGET DATE
OF POSSESSION
NONE
The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, and
do not bind the City.
If Contractor considers the final easements provided to differ materially from the representations on the
Contract Drawings, Contractor shall within five (5) Business Days and before proceeding with the Work,
notify City in writing associated with the differing easement line locations.
SC-4.01A.2, “Availability of Lands”
00 73 00
SUPPLEMENTARY CONDITIONS
Page 2 of 5
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER
Revised March 8, 2024 CITY PROJECT NO. 105062-5
Utilities or obstructions to be removed, adjusted, and/or relocated
The following is list of utilities and/or obstructions that have not been removed, adjusted, and/or relocated
as of June 20, 2025:
EXPECTED
OWNER
UTILITY AND LOCATION TARGET DATE OF
ADJUSTMENT
NONE
The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed,
and do not bind the City.
SC-4.02A., “Subsurface and Physical Conditions”
The following are reports of explorations and tests of subsurface conditions at the site of the Work:
A Geotechnical Engineering Study Report No. 103-23-519, dated May, 2024, prepared by CMJ
Engineering, Inc., a sub-consultant of Kimley-Horn and Associates, Inc., a consultant of the City, providing
additional information on existing geotechnical conditions.
The following are drawings of physical conditions in or relating to existing surface and subsurface
structures (except Underground Facilities) which are at or contiguous to the site of the Work:
None
SC-4.06A., “Hazardous Environmental Conditions at Site”
The following are reports and drawings of existing hazardous environmental conditions known to the City:
None
SC-5.03A., “Certificates of Insurance”
The entities listed below are "additional insureds as their interest may appear" including their respective
officers, directors, agents and employees.
(1) City
(2) Consultant: Kimley-Horn and Associates, Inc.
(3) Other: None
SC-5.04A., “Contractor’s Insurance”
The limits of liability for the insurance required by Paragraph GC-5.04 shall provide the following
coverages for not less than the following amounts or greater where required by laws and regulations:
5.04A. Workers' Compensation, under Paragraph GC-5.04A.
Statutory limits
Employer's liability
$100,000 each accident/occurrence
$100,000 Disease - each employee
$500,000 Disease - policy limit
00 73 00
SUPPLEMENTARY CONDITIONS
Page 3 of 5
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER
Revised March 8, 2024 CITY PROJECT NO. 105062-5
SC-5.04B., “Contractor’s Insurance”
5.04B. Commercial General Liability, under Paragraph GC-5.04B. Contractor's Liability Insurance
under Paragraph GC -5.04B., which shall be on a per project basis covering the Contractor with
minimum limits of:
$1,000,000 each occurrence
$2,000,000 aggregate limit
The policy must have an endorsement (Amendment – Aggregate Limits of Insurance) making the
General Aggregate Limits apply separately to each job site.
The Commercial General Liability Insurance policies shall provide “X”, “C”, and “U” coverage’s.
Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance.
SC 5.04C., “Contractor’s Insurance”
5.04C. Automobile Liability, under Paragraph GC-5.04C. Contractor’s Liability Insurance under
Paragraph GC-5.04C., which shall be in an amount not less than the following amounts:
(1) Automobile Liability - a commercial business policy shall provide coverage on "Any Auto",
defined as autos owned, hired and non-owned.
$1,000,000 each accident on a combined single limit basis. Split limits are acceptable if limits are at
least:
$250,000 Bodily Injury per person /
$500,000 Bodily Injury per accident /
$100,000 Property Damage
SC-5.04D., “Contractor’s Insurance”
The Contractor’s construction activities will require its employees, agents, subcontractors, equipment, and
material deliveries to cross railroad properties and tracks
UPRR and BNSF Railroads
The Contractor shall conduct its operations on railroad properties in such a manner as not to interfere with,
hinder, or obstruct the railroad company in any manner whatsoever in the use or operation of its/their trains
or other property. Such operations on railroad properties may require that Contractor to execute a “Right of
Entry Agreement” with the particular railroad company or companies involved, and to this end the
Contractor should satisfy itself as to the requirements of each railroad company and be prepared to execute
the right-of-entry (if any) required by a railroad company. The requirements specified herein likewise relate
to the Contractor’s use of private and/or construction access roads crossing said railroad company’s
properties.
The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions shall provide
coverage for not less than the following amounts, issued by companies satisfactory to the City and to the
Railroad Company for a term that continues for so long as the Contractor’s operations and work cross,
occupy, or touch railroad property:
(1) General Aggregate: $4,000,000
(2) Each Occurrence: $2,000,000
Required for this Contract X Not required for this Contract
00 73 00
SUPPLEMENTARY CONDITIONS
Page 4 of 5
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER
Revised March 8, 2024 CITY PROJECT NO. 105062-5
With respect to the above outlined insurance requirements, the following shall govern:
1. Where a single railroad company is involved, the Contractor shall provide one insurance policy in
the name of the railroad company. However, if more than one grade separation or at -grade crossing
is affected by the Project at entirely separate locations on the line or lines of the same railroad
company, separate coverage may be required, each in the amount stated above.
2. Where more than one railroad company is operating on the same right -of-way or where several
railroad companies are involved and operated on their own separate rights-of-way, the Contractor
may be required to provide separate insurance policies in the name of each railroad company.
3. If, in addition to a grade separation or an at-grade crossing, other work or activity is proposed on a
railroad company’s right-of-way at a location entirely separate from the grade separation or at-grade
crossing, insurance coverage for this work must be included in the policy covering the grade
separation.
4. If no grade separation is involved but other work is proposed on a railroad company’s right-of-way,
all such other work may be covered in a single policy for that railroad, even though the work may
be at two or more separate locations.
No work or activities on a railroad company’s property to be performed by the Contractor shall be
commenced until the Contractor has furnished the City with an original policy or policies of the insurance
for each railroad company named, as required above. All such insurance must be approved by the City and
each affected Railroad Company prior to the Contractor’s beginning work.
The insurance specified above must be carried until all Work to be performed on the railroad right -of-way
has been completed and the grade crossing, if any, is no longer used by the Contractor. In addition,
insurance must be carried during all maintenance and/or repair work performed in the railroad right-of-way.
Such insurance must name the railroad company as the insured, together with any tenant or lessee of the
railroad company operating over tracks involved in the Project.
SC-6.04., “Project Schedule”
Project schedule shall be tier Tier 3 for the project.
SC-6.07 A.., “Duty to pay Prevailing Wage Rates”
The following is the prevailing wage rate table(s) applicable to this project and is provided in the
Appendixes:
2013 Prevailing Wage Rates
A copy of the table is also available by accessing the City’s website at:
https://apps.fortworthtexas.gov/ProjectResources/
You can access the file by following the directory path:
02-Construction Documents/Specifications/Div00 – General Conditions
SC-6.09., “Permits and Utilities”
SC-6.09A., “Contractor obtained permits and licenses”
The following are known permits and/or licenses required by the Contract to be acquired by the Contractor:
1. SWPPP
00 73 00
SUPPLEMENTARY CONDITIONS
Page 5 of 5
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER
Revised March 8, 2024 CITY PROJECT NO. 105062-5
SC-6.09B. “City obtained permits and licenses”
The following are known permits and/or licenses required by the Contract to be acquired by the City:
NONE
SC-6.09C. “Outstanding permits and licenses”
The following is a list of known outstanding permits and/or licenses to be acquired, if any as of
OWNER PERMIT OR LICENSE AND LOCATION DATE
OF POSSESSION
NONE
SC-7.02., “Coordination”
The individuals or entities listed below have contracts with the City for the performance of other work at
the Site:
Vendor Scope of Work Coordination Authority
NONE
SC-8.01, “Communications to Contractor”
None
SC-9.01., “City’s Project Manager”
The City’s Project Manager for this Contract is Parvathi Sreekumaran Unnithan, P.E., or his/her successor
pursuant to written notification from the Director of the Water Department.
SC-13.03C., “Tests and Inspections”
None
SC-16.01C.1, “Methods and Procedures”
None
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
1/22/2016 F. Griffin SC-9.01., “City’s Project Representative” wording changed to City’s Project
Manager.
3/9/2020 D.V. Magaña SC-6.07, Updated the link such that files can be accessed via the City’s
website.
10/06/23 Michael Owen SC-6.07, Allow affidavit regarding paying prevailing wages to be submitted on
completion of job, as opposed to with each progress report
3/08/24 Michael Owen Removed revisions related to affidavit, as those changes have been made in
General Conditions
01 11 00 - 1
SUMMARY OF WORK
Page 1 of 3
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER
Revised December 20, 2012 CITY PROJECT NO. 105062-5
SECTION 01 11 00 1
SUMMARY OF WORK 2
PART 1 - GENERAL 3
1.1 SUMMARY 4
A. Section Includes: 5
1. Summary of Work to be performed in accordance with the Contract Documents 6
B. Deviations from this City of Fort Worth Standard Specification 7
1. None. 8
C. Related Specification Sections include, but are not necessarily limited to: 9
1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 10
2. Division 1 - General Requirements 11
1.2 PRICE AND PAYMENT PROCEDURES 12
A. Measurement and Payment 13
1. Work associated with this Item is considered subsidiary to the various items bid. 14
No separate payment will be allowed for this Item. 15
1.3 REFERENCES [NOT USED] 16
1.4 ADMINISTRATIVE REQUIREMENTS 17
A. Work Covered by Contract Documents 18
1. Work is to include furnishing all labor, materials, and equipment, and performing 19
all Work necessary for this construction project as detailed in the Drawings and 20
Specifications. 21
B. Subsidiary Work 22
1. Any and all Work specifically governed by documentary requirements for the 23
project, such as conditions imposed by the Drawings or Contract Documents in 24
which no specific item for bid has been provided for in the Proposal and the item is 25
not a typical unit bid item included on the standard bid item list, then the item shall 26
be considered as a subsidiary item of Work, the cost of which shall be included in 27
the price bid in the Proposal for various bid items. 28
C. Use of Premises 29
1. Coordinate uses of premises under direction of the City. 30
2. Assume full responsibility for protection and safekeeping of materials and 31
equipment stored on the Site. 32
3. Use and occupy only portions of the public streets and alleys, or other public places 33
or other rights-of-way as provided for in the ordinances of the City, as shown in the 34
Contract Documents, or as may be specifically authorized in writing by the City. 35
a. A reasonable amount of tools, materials, and equipment for construction 36
purposes may be stored in such space, but no more than is necessary to avoid 37
delay in the construction operations. 38
01 11 00 - 2
SUMMARY OF WORK
Page 2 of 3
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER
Revised December 20, 2012 CITY PROJECT NO. 105062-5
b. Excavated and waste materials shall be stored in such a way as not to interfere 1
with the use of spaces that may be designated to be left free and unobstructed 2
and so as not to inconvenience occupants of adjacent property. 3
c. If the street is occupied by railroad tracks, the Work shall be carried on in such 4
manner as not to interfere with the operation of the railroad. 5
1) All Work shall be in accordance with railroad requirements set forth in 6
Division 0 as well as the railroad permit. 7
D. Work within Easements 8
1. Do not enter upon private property for any purpose without having previously 9
obtained permission from the owner of such property. 10
2. Do not store equipment or material on private property unless and until the 11
specified approval of the property owner has been secured in writing by the 12
Contractor and a copy furnished to the City. 13
3. Unless specifically provided otherwise, clear all rights-of-way or easements of 14
obstructions which must be removed to make possible proper prosecution of the 15
Work as a part of the project construction operations. 16
4. Preserve and use every precaution to prevent damage to, all trees, shrubbery, plants, 17
lawns, fences, culverts, curbing, and all other types of structures or improvements, 18
to all water, sewer, and gas lines, to all conduits, overhead pole lines, or 19
appurtenances thereof, including the construction of temporary fences and to all 20
other public or private property adjacent to the Work. 21
5. Notify the proper representatives of the owners or occupants of the public or private 22
lands of interest in lands which might be affected by the Work. 23
a. Such notice shall be made at least 48 hours in advance of the beginning of the 24
Work. 25
b. Notices shall be applicable to both public and private utility companies and any 26
corporation, company, individual, or other, either as owners or occupants, 27
whose land or interest in land might be affected by the Work. 28
c. Be responsible for all damage or injury to property of any character resulting 29
from any act, omission, neglect, or misconduct in the manner or method or 30
execution of the Work, or at any time due to defective work, material, or 31
equipment. 32
6. Fence 33
a. Restore all fences encountered and removed during construction of the Project 34
to the original or a better than original condition. 35
b. Erect temporary fencing in place of the fencing removed whenever the Work is 36
not in progress and when the site is vacated overnight, and/or at all times to 37
provide site security. 38
c. The cost for all fence work within easements, including removal, temporary 39
closures and replacement, shall be subsidiary to the various items bid in the 40
project proposal, unless a bid item is specifically provided in the proposal. 41
01 11 00 - 3
SUMMARY OF WORK
Page 3 of 3
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER
Revised December 20, 2012 CITY PROJECT NO. 105062-5
1.5 SUBMITTALS [NOT USED] 1
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 2
1.7 CLOSEOUT SUBMITTALS [NOT USED] 3
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 4
1.9 QUALITY ASSURANCE [NOT USED] 5
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 6
1.11 FIELD [SITE] CONDITIONS [NOT USED] 7
1.12 WARRANTY [NOT USED] 8
PART 2 - PRODUCTS [NOT USED] 9
PART 3 - EXECUTION [NOT USED] 10
END OF SECTION 11
12
Revision Log
DATE NAME SUMMARY OF CHANGE
13
01 25 00 - 1
SUBSTITUTION PROCEDURES
Page 1 of 4
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER
Revised July 1, 2011 CITY PROJECT NO. 105062-5
SECTION 01 25 00 1
SUBSTITUTION PROCEDURES 2
PART 1 - GENERAL 3
1.1 SUMMARY 4
A. Section Includes: 5
1. The procedure for requesting the approval of substitution of a product that is not 6
equivalent to a product which is specified by descriptive or performance criteria or 7
defined by reference to 1 or more of the following: 8
a. Name of manufacturer 9
b. Name of vendor 10
c. Trade name 11
d. Catalog number 12
2. Substitutions are not "or-equals". 13
B. Deviations from this City of Fort Worth Standard Specification 14
1. None. 15
C. Related Specification Sections include, but are not necessarily limited to: 16
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 17
2. Division 1 – General Requirements 18
1.2 PRICE AND PAYMENT PROCEDURES 19
A. Measurement and Payment 20
1. Work associated with this Item is considered subsidiary to the various items bid. 21
No separate payment will be allowed for this Item. 22
1.3 REFERENCES [NOT USED] 23
1.4 ADMINISTRATIVE REQUIREMENTS 24
A. Request for Substitution - General 25
1. Within 30 days after award of Contract (unless noted otherwise), the City will 26
consider formal requests from Contractor for substitution of products in place of 27
those specified. 28
2. Certain types of equipment and kinds of material are described in Specifications by 29
means of references to names of manufacturers and vendors, trade names, or 30
catalog numbers. 31
a. When this method of specifying is used, it is not intended to exclude from 32
consideration other products bearing other manufacturer's or vendor's names, 33
trade names, or catalog numbers, provided said products are "or-equals," as 34
determined by City. 35
3. Other types of equipment and kinds of material may be acceptable substitutions 36
under the following conditions: 37
a. Or-equals are unavailable due to strike, discontinued production of products 38
meeting specified requirements, or other factors beyond control of Contractor; 39
or, 40
01 25 00 - 2
SUBSTITUTION PROCEDURES
Page 2 of 4
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER
Revised July 1, 2011 CITY PROJECT NO. 105062-5
b. Contractor proposes a cost and/or time reduction incentive to the City. 1
1.5 SUBMITTALS 2
A. See Request for Substitution Form (attached) 3
B. Procedure for Requesting Substitution 4
1. Substitution shall be considered only: 5
a. After award of Contract 6
b. Under the conditions stated herein 7
2. Submit 3 copies of each written request for substitution, including: 8
a. Documentation 9
1) Complete data substantiating compliance of proposed substitution with 10
Contract Documents 11
2) Data relating to changes in construction schedule, when a reduction is 12
proposed 13
3) Data relating to changes in cost 14
b. For products 15
1) Product identification 16
a) Manufacturer's name 17
b) Telephone number and representative contact name 18
c) Specification Section or Drawing reference of originally specified 19
product, including discrete name or tag number assigned to original 20
product in the Contract Documents 21
2) Manufacturer's literature clearly marked to show compliance of proposed 22
product with Contract Documents 23
3) Itemized comparison of original and proposed product addressing product 24
characteristics including, but not necessarily limited to: 25
a) Size 26
b) Composition or materials of construction 27
c) Weight 28
d) Electrical or mechanical requirements 29
4) Product experience 30
a) Location of past projects utilizing product 31
b) Name and telephone number of persons associated with referenced 32
projects knowledgeable concerning proposed product 33
c) Available field data and reports associated with proposed product 34
5) Samples 35
a) Provide at request of City. 36
b) Samples become the property of the City. 37
c. For construction methods: 38
1) Detailed description of proposed method 39
2) Illustration drawings 40
C. Approval or Rejection 41
1. Written approval or rejection of substitution given by the City 42
2. City reserves the right to require proposed product to comply with color and pattern 43
of specified product if necessary to secure design intent. 44
3. In the event the substitution is approved, the resulting cost and/or time reduction 45
will be documented by Change Order in accordance with the General Conditions. 46
4. No additional contract time will be given for substitution. 47
01 25 00 - 3
SUBSTITUTION PROCEDURES
Page 3 of 4
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER
Revised July 1, 2011 CITY PROJECT NO. 105062-5
5. Substitution will be rejected if: 1
a. Submittal is not through the Contractor with his stamp of approval 2
b. Request is not made in accordance with this Specification Section 3
c. In the City’s opinion, acceptance will require substantial revision of the original 4
design 5
d. In the City’s opinion, substitution will not perform adequately the function 6
consistent with the design intent 7
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 8
1.7 CLOSEOUT SUBMITTALS [NOT USED] 9
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 10
1.9 QUALITY ASSURANCE 11
A. In making request for substitution or in using an approved product, the Contractor 12
represents that the Contractor: 13
1. Has investigated proposed product, and has determined that it is adequate or 14
superior in all respects to that specified, and that it will perform function for which 15
it is intended 16
2. Will provide same guarantee for substitute item as for product specified 17
3. Will coordinate installation of accepted substitution into Work, to include building 18
modifications if necessary, making such changes as may be required for Work to be 19
complete in all respects 20
4. Waives all claims for additional costs related to substitution which subsequently 21
arise 22
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 23
1.11 FIELD [SITE] CONDITIONS [NOT USED] 24
1.12 WARRANTY [NOT USED] 25
PART 2 - PRODUCTS [NOT USED] 26
PART 3 - EXECUTION [NOT USED] 27
END OF SECTION 28
29
Revision Log
DATE NAME SUMMARY OF CHANGE
30
01 25 00 - 4
SUBSTITUTION PROCEDURES
Page 4 of 4
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER
Revised July 1, 2011 CITY PROJECT NO. 105062-5
EXHIBIT A 1
REQUEST FOR SUBSTITUTION FORM: 2
3
TO: 4
PROJECT: DATE: 5
We hereby submit for your consideration the following product instead of the specified item for 6
the above project: 7
SECTION PARAGRAPH SPECIFIED ITEM 8
9
10
Proposed Substitution: 11
Reason for Substitution: 12
Include complete information on changes to Drawings and/or Specifications which proposed 13
substitution will require for its proper installation. 14
15
Fill in Blanks Below: 16
A. Will the undersigned contractor pay for changes to the building design, including engineering 17
and detailing costs caused by the requested substitution? 18
19
20
B. What effect does substitution have on other trades? 21
22
23
C. Differences between proposed substitution and specified item? 24
25
26
D. Differences in product cost or product delivery time? 27
28
29
E. Manufacturer's guarantees of the proposed and specified items are: 30
31
Equal Better (explain on attachment) 32
The undersigned states that the function, appearance and quality are equivalent or superior to the 33
specified item. 34
Submitted By: For Use by City 35
36
Signature Recommended Recommended 37
as noted 38
39
Firm Not recommended Received late 40
Address By 41
Date 42
Date Remarks 43
Telephone 44
45
For Use by City: 46
47
Approved Rejected 48
City Date 49
01 31 19 - 1
PRECONSTRUCTION MEETING
Page 1 of 3
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER
Revised August 17, 2012 CITY PROJECT NO. 105062-5
SECTION 01 31 19 1
PRECONSTRUCTION MEETING 2
PART 1 - GENERAL 3
1.1 SUMMARY 4
A. Section Includes: 5
1. Provisions for the preconstruction meeting to be held prior to the start of Work to 6
clarify construction contract administration procedures 7
B. Deviations from this City of Fort Worth Standard Specification 8
1. None. 9
C. Related Specification Sections include, but are not necessarily limited to: 10
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 11
2. Division 1 – General Requirements 12
1.2 PRICE AND PAYMENT PROCEDURES 13
A. Measurement and Payment 14
1. Work associated with this Item is considered subsidiary to the various items bid. 15
No separate payment will be allowed for this Item. 16
1.3 REFERENCES [NOT USED] 17
1.4 ADMINISTRATIVE REQUIREMENTS 18
A. Coordination 19
1. Attend preconstruction meeting. 20
2. Representatives of Contractor, subcontractors and suppliers attending meetings 21
shall be qualified and authorized to act on behalf of the entity each represents. 22
3. Meeting administered by City may be tape recorded. 23
a. If recorded, tapes will be used to prepare minutes and retained by City for 24
future reference. 25
B. Preconstruction Meeting 26
1. A preconstruction meeting will be held within 14 days after the execution of the 27
Agreement and before Work is started. 28
a. The meeting will be scheduled and administered by the City. 29
2. The Project Representative will preside at the meeting, prepare the notes of the 30
meeting and distribute copies of same to all participants who so request by fully 31
completing the attendance form to be circulated at the beginning of the meeting. 32
3. Attendance shall include: 33
a. Project Representative 34
b. Contractor's project manager 35
c. Contractor's superintendent 36
d. Any subcontractor or supplier representatives whom the Contractor may desire 37
to invite or the City may request 38
e. Other City representatives 39
01 31 19 - 2
PRECONSTRUCTION MEETING
Page 2 of 3
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER
Revised August 17, 2012 CITY PROJECT NO. 105062-5
f. Others as appropriate 1
4. Construction Schedule 2
a. Prepare baseline construction schedule in accordance with Section 01 32 16 and 3
provide at Preconstruction Meeting. 4
b. City will notify Contractor of any schedule changes upon Notice of 5
Preconstruction Meeting. 6
5. Preliminary Agenda may include: 7
a. Introduction of Project Personnel 8
b. General Description of Project 9
c. Status of right-of-way, utility clearances, easements or other pertinent permits 10
d. Contractor’s work plan and schedule 11
e. Contract Time 12
f. Notice to Proceed 13
g. Construction Staking 14
h. Progress Payments 15
i. Extra Work and Change Order Procedures 16
j. Field Orders 17
k. Disposal Site Letter for Waste Material 18
l. Insurance Renewals 19
m. Payroll Certification 20
n. Material Certifications and Quality Control Testing 21
o. Public Safety and Convenience 22
p. Documentation of Pre-Construction Conditions 23
q. Weekend Work Notification 24
r. Legal Holidays 25
s. Trench Safety Plans 26
t. Confined Space Entry Standards 27
u. Coordination with the City’s representative for operations of existing water 28
systems 29
v. Storm Water Pollution Prevention Plan 30
w. Coordination with other Contractors 31
x. Early Warning System 32
y. Contractor Evaluation 33
z. Special Conditions applicable to the project 34
aa. Damages Claims 35
bb. Submittal Procedures 36
cc. Substitution Procedures 37
dd. Correspondence Routing 38
ee. Record Drawings 39
ff. Temporary construction facilities 40
gg. M/WBE or MBE/SBE procedures 41
hh. Final Acceptance 42
ii. Final Payment 43
jj. Questions or Comments 44
01 31 19 - 3
PRECONSTRUCTION MEETING
Page 3 of 3
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER
Revised August 17, 2012 CITY PROJECT NO. 105062-5
1.5 SUBMITTALS [NOT USED] 1
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 2
1.7 CLOSEOUT SUBMITTALS [NOT USED] 3
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 4
1.9 QUALITY ASSURANCE [NOT USED] 5
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 6
1.11 FIELD [SITE] CONDITIONS [NOT USED] 7
1.12 WARRANTY [NOT USED] 8
PART 2 - PRODUCTS [NOT USED] 9
PART 3 - EXECUTION [NOT USED] 10
END OF SECTION 11
12
Revision Log
DATE NAME SUMMARY OF CHANGE
13
01 31 20 - 1
PROJECT MEETINGS
Page 1 of 3
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER
Revised July 1, 2011 CITY PROJECT NO. 105062-5
SECTION 01 31 20 1
PROJECT MEETINGS 2
PART 1 - GENERAL 3
1.1 SUMMARY 4
A. Section Includes: 5
1. Provisions for project meetings throughout the construction period to enable orderly 6
review of the progress of the Work and to provide for systematic discussion of 7
potential problems 8
B. Deviations this City of Fort Worth Standard Specification 9
1. None. 10
C. Related Specification Sections include, but are not necessarily limited to: 11
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 12
2. Division 1 – General Requirements 13
1.2 PRICE AND PAYMENT PROCEDURES 14
A. Measurement and Payment 15
1. Work associated with this Item is considered subsidiary to the various items bid. 16
No separate payment will be allowed for this Item. 17
1.3 REFERENCES [NOT USED] 18
1.4 ADMINISTRATIVE REQUIREMENTS 19
A. Coordination 20
1. Schedule, attend and administer as specified, periodic progress meetings, and 21
specially called meetings throughout progress of the Work. 22
2. Representatives of Contractor, subcontractors and suppliers attending meetings 23
shall be qualified and authorized to act on behalf of the entity each represents. 24
3. Meetings administered by City may be tape recorded. 25
a. If recorded, tapes will be used to prepare minutes and retained by City for 26
future reference. 27
4. Meetings, in addition to those specified in this Section, may be held when requested 28
by the City, Engineer or Contractor. 29
B. Pre-Construction Neighborhood Meeting 30
1. After the execution of the Agreement, but before construction is allowed to begin, 31
attend 1 Public Meeting with affected residents to: 32
a. Present projected schedule, including construction start date 33
b. Answer any construction related questions 34
2. Meeting Location 35
a. Location of meeting to be determined by the City. 36
3. Attendees 37
a. Contractor 38
01 31 20 - 2
PROJECT MEETINGS
Page 2 of 3
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER
Revised July 1, 2011 CITY PROJECT NO. 105062-5
b. Project Representative 1
c. Other City representatives 2
4. Meeting Schedule 3
a. In general, the neighborhood meeting will occur within the 2 weeks following 4
the pre-construction conference. 5
b. In no case will construction be allowed to begin until this meeting is held. 6
C. Progress Meetings 7
1. Formal project coordination meetings will be held periodically. Meetings will be 8
scheduled and administered by Project Representative. 9
2. Additional progress meetings to discuss specific topics will be conducted on an as-10
needed basis. Such additional meetings shall include, but not be limited to: 11
a. Coordinating shutdowns 12
b. Installation of piping and equipment 13
c. Coordination between other construction projects 14
d. Resolution of construction issues 15
e. Equipment approval 16
3. The Project Representative will preside at progress meetings, prepare the notes of 17
the meeting and distribute copies of the same to all participants who so request by 18
fully completing the attendance form to be circulated at the beginning of each 19
meeting. 20
4. Attendance shall include: 21
a. Contractor's project manager 22
b. Contractor's superintendent 23
c. Any subcontractor or supplier representatives whom the Contractor may desire 24
to invite or the City may request 25
d. Engineer's representatives 26
e. City’s representatives 27
f. Others, as requested by the Project Representative 28
5. Preliminary Agenda may include: 29
a. Review of Work progress since previous meeting 30
b. Field observations, problems, conflicts 31
c. Items which impede construction schedule 32
d. Review of off-site fabrication, delivery schedules 33
e. Review of construction interfacing and sequencing requirements with other 34
construction contracts 35
f. Corrective measures and procedures to regain projected schedule 36
g. Revisions to construction schedule 37
h. Progress, schedule, during succeeding Work period 38
i. Coordination of schedules 39
j. Review submittal schedules 40
k. Maintenance of quality standards 41
l. Pending changes and substitutions 42
m. Review proposed changes for: 43
1) Effect on construction schedule and on completion date 44
2) Effect on other contracts of the Project 45
n. Review Record Documents 46
o. Review monthly pay request 47
p. Review status of Requests for Information 48
01 31 20 - 3
PROJECT MEETINGS
Page 3 of 3
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER
Revised July 1, 2011 CITY PROJECT NO. 105062-5
6. Meeting Schedule 1
a. Progress meetings will be held periodically as determined by the Project 2
Representative. 3
1) Additional meetings may be held at the request of the: 4
a) City 5
b) Engineer 6
c) Contractor 7
7. Meeting Location 8
a. The City will establish a meeting location. 9
1) To the extent practicable, meetings will be held at the Site. 10
1.5 SUBMITTALS [NOT USED] 11
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 12
1.7 CLOSEOUT SUBMITTALS [NOT USED] 13
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 14
1.9 QUALITY ASSURANCE [NOT USED] 15
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 16
1.11 FIELD [SITE] CONDITIONS [NOT USED] 17
1.12 WARRANTY [NOT USED] 18
PART 2 - PRODUCTS [NOT USED] 19
PART 3 - EXECUTION [NOT USED] 20
END OF SECTION 21
22
Revision Log
DATE NAME SUMMARY OF CHANGE
23
01 32 16 - 1
CONSTRUCTION PROGRESS SCHEDULE
Page 1 of 10
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER
Revised October 6, 2023 CITY PROJECT NO. 105062-5
SECTION 01 32 16 1
CONSTRUCTION PROGRESS SCHEDULE 2
PART 1 - GENERAL 3
1.1 SUMMARY 4
A. Section Includes: 5
1. General requirements for the preparation, submittal, updating, status reporting and 6
management of the Construction Progress Schedule 7
2. Specific requirements are presented in the City of Fort Worth Schedule Guidance 8
Document 9
B. Deviations from this City of Fort Worth Standard Specification 10
1. None. 11
C. Related Specification Sections include, but are not necessarily limited to: 12
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 13
2. Division 1 – General Requirements 14
D. Purpose 15
The City of Fort Worth (City) is committed to delivering quality, cost-effective 16
infrastructure to its citizens in a timely manner. A key tool to achieve this purpose is a 17
properly structured schedule with accurate updates. This supports effective monitoring 18
of progress and is input to critical decision making by the project manager throughout 19
the lift of the project. Data from the updated project schedule is utilized in status 20
reporting to various levels of the City organization and the citizenry. 21
22
This Document complements the City’s Standard Agreement to guide the construction 23
contractor (Contractor) in preparing and submitting acceptable schedules for use by the 24
City in project delivery. The expectation is the performance of the work follows the 25
accepted schedule and adhere to the contractual timeline. 26
27
The Contractor will designate a qualified representative (Project Scheduler) responsible 28
for developing and updating the schedule and preparing status reporting as required by 29
the City. 30
1.2 PRICE AND PAYMENT PROCEDURES 31
A. Measurement and Payment 32
1. Work associated with this Item is considered subsidiary to the various items bid. 33
No separate payment will be allowed for this Item. 34
2. Non-compliance with this specification is grounds for City to withhold payment of 35
the Contractor’s invoices until Contractor achieves said compliance. 36
1.3 REFERENCES 37
A. Project Schedules 38
01 32 16 - 2
CONSTRUCTION PROGRESS SCHEDULE
Page 2 of 10
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER
Revised October 6, 2023 CITY PROJECT NO. 105062-5
Each project is represented by City’s master project schedule that encompasses the 1
entire scope of activities envisioned by the City to properly deliver the work. When the 2
City contracts with a Contractor to perform construction of the Work, the Contractor 3
will develop and maintain a schedule for their scope of work in alignment with the 4
City’s standard schedule requirements as defined herein. The data and information of 5
each such schedule will be leveraged and become integral in the master project 6
schedule as deemed appropriate by the City’s Project Control Specialist and approved 7
by the City’s Project Manager. 8
9
1. Master Project Schedule 10
The master project schedule is a holistic representation of the scheduled activities 11
and milestones for the total project and be Critical Path Method (CPM) based. The 12
City’s Project Manager is accountable for oversight of the development and 13
maintaining a master project schedule for each project. When the City contracts for 14
the design and/or construction of the project, the master project schedule will 15
incorporate elements of the Design and Construction schedules as deemed 16
appropriate by the City’s Project Control Specialist. The assigned City Project 17
Control Specialist creates and maintains the master project schedule in P6 (City’s 18
scheduling software). 19
20
2. Construction Schedule 21
The Contractor is responsible for developing and maintaining a schedule for the 22
scope of the Contractor’s contractual requirements. The Contractor will issue an 23
initial schedule for review and acceptance by the City’s Project Control Specialist 24
and the City’s Project Manager as a baseline schedule for Contractor’s scope of 25
work. Contractor will issue current, accurate updates of their schedule (Progress 26
Schedule) to the City at the end of each month throughout the life of their work. 27
B. Schedule Tiers 28
The City has a portfolio of projects that vary widely in size, complexity and content 29
requiring different scheduling to effectively deliver each project. The City uses a 30
“tiered” approach to align the proper schedule with the criteria for each project. The 31
City's Project Manager determines the appropriate schedule tier for each project, and 32
includes that designation and the associated requirements in the Contractor’s scope of 33
work. The following is a summary of the “tiers”. 34
35
1. Tier 1: Small Size and Short Duration Project (design not required) 36
The City develops and maintains a Master Project Schedule for the project. No 37
schedule submittal is required from Contractor. City’s Project Control Specialist 38
acquires any necessary schedule status data or information through discussions with 39
the respective party on an as-needed basis. 40
41
2. Tier 2: Small Size and Short to Medium Duration Project 42
The City develops and maintains a Master Project Schedule for the project. The 43
Contractor identifies “start” and “finish” milestone dates on key elements of their 44
work as agreed with the City’s Project Manager at the kickoff of their work effort. 45
The Contractor issues to the City, updates to the “start” and “finish” dates for such 46
milestones at the end of each month throughout the life of their work on the project. 47
48
3. Tier 3: Medium and Large Size and/or Complex Projects Regardless of Duration 49
01 32 16 - 3
CONSTRUCTION PROGRESS SCHEDULE
Page 3 of 10
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER
Revised October 6, 2023 CITY PROJECT NO. 105062-5
4. The City develops and maintains a Master Project Schedule for the project. The 1
Contractor develops a Baseline Schedule and maintains the schedule of their 2
respective scope of work on the project at a level of detail (generally Level 3) and 3
in alignment with the WBS structure in Section 1.4.H as agreed by the Project 4
Manager. The Contractor issues to the City, updates of their respective schedule 5
(Progress Schedule) at the end of each month throughout the life of their work on 6
the project. 7
C. Schedule Types 8
Project delivery for the City utilizes two types of schedules as noted below. The City 9
develops and maintains a Master Project Schedule as a “baseline” schedule and issue 10
monthly updates to the City Project Manager (end of each month) as a “progress” 11
schedule. The Contractor prepares and submits each schedule type to fulfill their 12
contractual requirements. 13
14
1. Baseline Schedule 15
The Contractor develops and submits to the City, an initial schedule for their scope 16
of work in alignment with this specification. Once reviewed and accepted by the 17
City, it becomes the “Baseline” schedule and is the basis against which all progress 18
is measured. The baseline schedule will be updated when there is a change or 19
addition to the scope of work impacting the duration of the work, and only after 20
receipt of a duly authorized change order issued by the City. In the event progress 21
is significantly behind schedule, the City’s Project Manager may authorize an 22
update to the baseline schedule to facilitate a more practical evaluation of progress. 23
An example of a Baseline Schedule is provided in Specification 01 32 16.1 24
Construction Project Schedule Baseline Example. 25
26
2. Progress Schedule 27
The Contractor updates their schedule at the end of each month to represent the 28
progress achieved in the work which includes any impact from authorized changes 29
in the work. The updated schedule must accurately reflect the current status of the 30
work at that point in time and is referred to as the “Progress Schedule”. The City’s 31
Project Manager and Project Control Specialist reviews and accepts each progress 32
schedule. In the event a progress schedule is deemed not acceptable, the 33
unacceptable issues are identified by the City within 5 working days and the 34
Contractor must provide an acceptable progress schedule within 5 working days 35
after receipt of non-acceptance notification. An example of a Progress Schedule is 36
provided in Specification 01 32 16.2 Construction Project Schedule Progress 37
Example. 38
D. City Standard Schedule Requirements 39
The following is an overview of the methodology for developing and maintaining a 40
schedule for delivery of a project. 41
01 32 16 - 4
CONSTRUCTION PROGRESS SCHEDULE
Page 4 of 10
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER
Revised October 6, 2023 CITY PROJECT NO. 105062-5
1. Schedule Framework - The schedule will be based on the defined scope of work 1
and follow the (Critical Path Methodology) CPM method. The Contractor’s 2
schedule will align with the requirements of this specification and will be cost 3
loaded to reflect their plan for execution. Compliance with cost loading can be 4
provided with traditional cost loading of line items OR a projected cost per 5
month for the project when the initial schedule is submitted, updated on a 6
quarterly basis is significant change is anticipated. Overall schedule duration 7
will align with the contractual requirements for the respective scope of work and be 8
reflected in City’s Master Project Schedule. The Project Number and Name of the 9
Project is required on each schedule and must match the City’s project data. 10
11
E. Schedule File Name 12
All schedules submitted to the City for a project will have a file name that begins with 13
the City’s project number followed by the name of the project followed by baseline (if 14
a baseline schedule) or the year and month (if a progress schedule), as shown below. 15
16
• Baseline Schedule File Name 17
Format: City Project Number_Project Name_Baseline 18
Example: 101376_North Montgomery Street HMAC_Baseline 19
20
• Progress Schedule File Name 21
Format: City Project Number_Project Name_YYYY-MM 22
Example: 101376_North Montgomery Street HMAC_2018_01 23
24
• Project Schedule Progress Narrative File Name 25
Format: City Project Number_Project Name_PN_YYYY-MM 26
Example: 101376_North Montgomery Street HMAC_PN_2018_01 27
28
F. Schedule Templates 29
The Contractor will utilize the relevant sections from the City’s templates provided in 30
the City’s document management system as the basis for creating their respective 31
project schedule. Specifically, the Contractor’s schedule will align with the layout of 32
the Construction section. The templates are identified by type of project as noted 33
below. 34
• Arterials 35
• Aviation 36
• Neighborhood Streets 37
• Sidewalks (later) 38
• Quiet Zones (later) 39
• Street Lights (later) 40
• Intersection Improvements (later) 41
• Parks 42
• Storm water 43
• Street Maintenance 44
• Traffic 45
• Water 46
47
G. Schedule Calendar 48
01 32 16 - 5
CONSTRUCTION PROGRESS SCHEDULE
Page 5 of 10
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER
Revised October 6, 2023 CITY PROJECT NO. 105062-5
The City’s standard calendar for schedule development purposes is based on a 5-day 1
workweek and accounts for the City’s eight standard holidays (New Years, Martin 2
Luther King, Memorial, Juneteenth, Independence, Labor, Thanksgiving, day after 3
Thanksgiving, Christmas). The Contractor will establish a schedule calendar as part of 4
the schedule development process and provide to the Project Control Specialist as part 5
of the basis for their schedule. Variations between the City’s calendar and the 6
Contractor’s calendar must be resolved prior to the City’s acceptance of their Baseline 7
project schedule. 8
9
H. WBS & Milestone Standards for Schedule Development 10
The scope of work to be accomplished by the Contractor is represented in the schedule 11
in the form of a Work Breakdown Structure (WBS). The WBS is the basis for the 12
development of the schedule activities and shall be imbedded and depicted in the 13
schedule. 14
15
The following is a summary of the standards to be followed in preparing and 16
maintaining a schedule for project delivery. 17
18
1. Contractor is required to utilize the City’s WBS structure and respective 19
project type template for “Construction” as shown in Section 1.4.H below. 20
Additional activities may be added to Levels 1 - 4 to accommodate the needs 21
of the organization executing the work. Specifically the Contractor will add 22
activities under WBS XXXXXX.80.83 “Construction Execution” that 23
delineates the activities associated with the various components of the work. 24
25
2. Contractor is required to adhere to the City’s Standard Milestones as shown in 26
Section 1.4.I below. Contractor will include additional milestones 27
representing intermediate deliverables as required to accurately reflect their 28
scope of work. 29
30
I. Schedule Activities 31
Activities are the discrete elements of work that make up the schedule. They will be 32
organized under the umbrella of the WBS. Activity descriptions should adequately 33
describe the activity, and in some cases the extent of the activity. All activities are 34
logically tied with a predecessor and a successor. The only exception to this rule is for 35
“project start” and “project finish” milestones. 36
37
The activity duration is based on the physical amount of work to be performed for the 38
stated activity, with a maximum duration of 20 working days OR a continuous activity 39
in one location. If the work for any one activity exceeds 20 days, break that activity 40
down incrementally to achieve this duration constraint. Any exception to this requires 41
review and acceptance by the City’s Project Control Specialist. 42
43
J. Change Orders 44
When a Change Order is issued by the City, the impact is incorporated into the 45
previously accepted baseline schedule as an update, to clearly show impact to the 46
project timeline. The Contractor submits this updated baseline schedule to the City for 47
48
01 32 16 - 6
CONSTRUCTION PROGRESS SCHEDULE
Page 6 of 10
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER
Revised October 6, 2023 CITY PROJECT NO. 105062-5
review and acceptance as described in Section 1.5 below. Updated baseline schedules 1
adhere to the following: 2
3
1. Time extensions associated with approved contract modifications are limited to the 4
actual amount of time the project activities are anticipated to be delayed, unless 5
otherwise approved by the Program Manager. 6
7
2. The re-baselined schedule is submitted by the Contractor within ten workdays after 8
the date of receipt of the approved Change Order. 9
10
3. The changes in logic or durations approved by the City are used to analyze the 11
impact of the change and is included in the Change Order. The coding for a new 12
activity(s) added to the schedule for the Change Order includes the Change Order 13
number in the Activity ID. Use as many activities as needed to accurately show the 14
work of the Change Order. Revisions to the baseline schedule are not effective 15
until accepted by the City. 16
K. City’s Work Breakdown Structure 17
18
WBS Code WBS Name 19
XXXXXX Project Name 20
XXXXXX.30 Design 21
XXXXXX.30.10 Design Contractor Agreement 22
XXXXXX.30.20 Conceptual Design (30%) 23
XXXXXX.30.30 Preliminary Design (60%) 24
XXXXXX.30.40 Final Design 25
XXXXXX.30.50 Environmental 26
XXXXXX.30.60 Permits 27
XXXXXX.30.60.10 Permits - Identification 28
XXXXXX.30.60.20 Permits - Review/Approve 29
XXXXXX.40 ROW & Easements 30
XXXXXX.40.10 ROW Negotiations 31
XXXXXX.40.20 Condemnation 32
XXXXXX.70 Utility Relocation 33
XXXXXX.70.10 Utility Relocation Co-ordination 34
XXXXXX.80 Construction 35
XXXXXX.80.81 Bid and Award 36
XXXXXX.80.83 Construction Execution 37
XXXXXX.80.85 Inspection 38
XXXXXX.80.86 Landscaping 39
XXXXXX.90 Closeout 40
XXXXXX.90.10 Construction Contract Close-out 41
XXXXXX.90.40 Design Contract Closure 42
L. City’s Standard Milestones 43
The following milestone activities (i.e., important events on a project that mark critical 44
points in time) are of particular interest to the City and must be reflected in the project 45
schedule for all phases of work. 46
47
48
01 32 16 - 7
CONSTRUCTION PROGRESS SCHEDULE
Page 7 of 10
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER
Revised October 6, 2023 CITY PROJECT NO. 105062-5
Activity ID Activity Name 1
Design 2
3020 Award Design Agreement 3
3040 Issue Notice to Proceed - Design Engineer 4
3100 Design Kick-off Meeting 5
3120 Submit Conceptual Plans to Utilities, ROW, Traffic, Parks, Storm Water, 6
Water & Sewer 7
3150 Peer Review Meeting/Design Review meeting (technical) 8
3160 Conduct Design Public Meeting #1 (required) 9
3170 Conceptual Design Complete 10
3220 Submit Preliminary Plans and Specifications to Utilities, ROW, Traffic, 11
Parks, Storm Water, Water & Sewer 12
3250 Conduct Design Public Meeting #2 (required) 13
3260 Preliminary Design Complete 14
3310 Submit Final Design to Utilities, ROW, Traffic, Parks, Storm Water, 15
Water & Sewer 16
3330 Conduct Design Public Meeting #3 (if required) 17
3360 Final Design Complete 18
ROW & Easements 19
4000 Right of Way Start 20
4230 Right of Way Complete 21
Utility Relocation 22
7000 Utilities Start 23
7120 Utilities Cleared/Complete 24
Construction 25
Bid and Award 26
8110 Start Advertisement 27
8150 Conduct Bid Opening 28
8240 Award Construction Contract 29
Construction Execution 30
8330 Conduct Construction Public Meeting #4 Pre-Construction 31
8350 Construction Start 32
8370 Substantial Completion 33
8540 Construction Completion 34
9130 Notice of Completion/Green Sheet 35
9150 Construction Contract Closed 36
9420 Design Contract Closed 37
38
1.4 SUBMITTALS 39
A. Schedule Submittal & Review 40
The City’s Project Manager is responsible for reviews and acceptance of the 41
Contractor’s schedule. The City’s Project Control Specialist is responsible for ensuring 42
alignment of the Contractor’s baseline and progress schedules with the Master Project 43
Schedule as support to the City’s Project Manager. The City reviews and accepts or 44
rejects the schedule within ten workdays of Contractor’s submittal. 45
46
47
01 32 16 - 8
CONSTRUCTION PROGRESS SCHEDULE
Page 8 of 10
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER
Revised October 6, 2023 CITY PROJECT NO. 105062-5
1. Schedule Format 1
The Contractor will submit each schedule in two electronic forms, one in native file 2
format (.xer, .xml, .mpx) and the second in a pdf format, in the City’s document 3
management system in the location dedicated for this purpose and identified by the 4
Project Manager. In the event the Contractor does not use Primavera P6 or MS 5
Project for scheduling purposes, the schedule information must be submitted in .xls 6
or .xlsx format in compliance with the sample layout (See Specification 01 32 16.1 7
Construction Project Schedule Baseline Example), including activity predecessors, 8
successors and total float. 9
10
2. Initial & Baseline Schedule 11
The Contractor w ill develop their schedule for their scope of work and submit their 12
initial schedule in electronic form (in the file formats noted above), in the City’s 13
document management system in the location dedicated for this purpose at least 5 14
working days prior to Pre Construction Meeting. 15
16
The City’s Project Manager and Project Control Specialist review this initial 17
schedule to determine alignment with the City’s Master Project Schedule, including 18
format & WBS structure. Following the City’s review, feedback is provided to the 19
Contractor for their use in finalizing their initial schedule and issuing (within five 20
workdays) their Baseline Schedule for final review and acceptance by the City. 21
22
3. Progress Schedule 23
The Contractor will update and issue their project schedule (Progress Schedule) by 24
the last day of each month throughout the life of their work on the project. The 25
Progress Schedule is submitted in electronic form as noted above, in the City’s 26
document management system in the location dedicated for this purpose. 27
28
The City’s Project Control team reviews each Progress Schedule for data and 29
information that support the assessment of the update to the schedule. In the event 30
data or information is missing or incomplete, the Project Controls Specialist 31
communicates directly with the Contractor’s scheduler for providing same. The 32
Contractor re-submits the corrected Progress Schedule within 5 workdays, 33
following the submittal process noted above. The City’s Project Manager and 34
Project Control Specialist review the Contractor’s progress schedule for acceptance 35
and to monitor performance and progress. 36
37
The following list of items are required to ensure proper status information is 38
contained in the Progress Schedule. 39
• Baseline Start date 40
• Baseline Finish Date 41
• % Complete 42
• Float 43
• Activity Logic (dependencies) 44
• Critical Path 45
• Activities added or deleted 46
• Expected Baseline Finish date 47
• Variance to the Baseline Finish Date 48
49
50
01 32 16 - 9
CONSTRUCTION PROGRESS SCHEDULE
Page 9 of 10
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER
Revised October 6, 2023 CITY PROJECT NO. 105062-5
B. Monthly Construction Status Report 1
The Contractor submits a written status report (referred to as a progress narrative) at the 2
monthly progress meeting (if monthly meetings are held) or at the end of each month to 3
accompany the Progress Schedule submittal, using the standard format provided in 4
Specification 01 32 16.3 Construction Project Schedule Progress Narrative. The 5
content of the Construction Project Schedule Progress Narrative should be concise and 6
complete to include only changes, delays, and anticipated problems. 7
8
C. Submittal Process 9
• Schedules and Monthly Construction Status Reports are submitted in in the City’s 10
document management system in the location dedicated for this purpose. 11
• Once the project has been completed and Final Acceptance has been issued by the 12
City, no further progress schedules or construction status reports are required from 13
the Contractor. 14
15
1.5 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 16
1.6 CLOSEOUT SUBMITTALS [NOT USED] 17
1.7 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 18
1.8 QUALITY ASSURANCE 19
A. The person preparing and revising the construction Progress Schedule shall be 20
experienced in the preparation of schedules of similar complexity. 21
B. Schedule and supporting documents addressed in this Specification shall be prepared, 22
updated and revised to accurately reflect the performance of the construction. 23
C. Contractor is responsible for the quality of all submittals in this section meeting the 24
standard of care for the construction industry for similar projects. 25
1.9 DELIVERY, STORAGE, AND HANDLING [NOT USED] 26
1.10 FIELD [SITE] CONDITIONS [NOT USED] 27
1.11 WARRANTY [NOT USED] 28
1.12 ATTACHMENTS 29
Spec 01 32 16.1 Construction Project Schedule Baseline Example 30
Spec 01 32 16.2 Construction Project Schedule Progress Example 31
Spec 01 32 16.3 Construction Project Schedule Progress Narrative 32
33
34
01 32 16 - 10
CONSTRUCTION PROGRESS SCHEDULE
Page 10 of 10
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER
Revised October 6, 2023 CITY PROJECT NO. 105062-5
1
PART 2 - PRODUCTS [NOT USED] 2
PART 3 - EXECUTION [NOT USED] 3
END OF SECTION 4
5
Revision Log
DATE NAME SUMMARY OF CHANGE
8/13/2021 Michael Owen Revised to update specification requirements and eliminate duplicate schedule
specifications.
10/06/2023 Michael Owen Added “Juneteenth” to list of City Holidays under 1.3.G. “Schedule Calendar”
6
01 32 33 - 1
PRECONSTRUCTION VIDEO
Page 1 of 2
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER
Revised July 1, 2011 CITY PROJECT NO. 105062-5
SECTION 01 32 33 1
PRECONSTRUCTION VIDEO 2
PART 1 - GENERAL 3
1.1 SUMMARY 4
A. Section Includes: 5
1. Administrative and procedural requirements for: 6
a. Preconstruction Videos 7
B. Deviations from this City of Fort Worth Standard Specification 8
1. None. 9
C. Related Specification Sections include, but are not necessarily limited to: 10
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 11
2. Division 1 – General Requirements 12
1.2 PRICE AND PAYMENT PROCEDURES 13
A. Measurement and Payment 14
1. Work associated with this Item is considered subsidiary to the various items bid. 15
No separate payment will be allowed for this Item. 16
1.3 REFERENCES [NOT USED] 17
1.4 ADMINISTRATIVE REQUIREMENTS 18
A. Preconstruction Video 19
1. Produce a preconstruction video of the site/alignment, including all areas in the 20
vicinity of and to be affected by construction. 21
a. Provide digital copy of video upon request by the City. 22
2. Retain a copy of the preconstruction video until the end of the maintenance surety 23
period. 24
1.5 SUBMITTALS [NOT USED] 25
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 26
1.7 CLOSEOUT SUBMITTALS [NOT USED] 27
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 28
1.9 QUALITY ASSURANCE [NOT USED] 29
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 30
1.11 FIELD [SITE] CONDITIONS [NOT USED] 31
1.12 WARRANTY [NOT USED] 32
PART 2 - PRODUCTS [NOT USED] 33
01 32 33 - 2
PRECONSTRUCTION VIDEO
Page 2 of 2
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER
Revised July 1, 2011 CITY PROJECT NO. 105062-5
PART 3 - EXECUTION [NOT USED] 1
END OF SECTION 2
3
Revision Log
DATE NAME SUMMARY OF CHANGE
4
01 33 00 - 1
SUBMITTALS
Page 1 of 8
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER
Revised December 20, 2012 CITY PROJECT NO. 105062-5
SECTION 01 33 00 1
SUBMITTALS 2
PART 1 - GENERAL 3
1.1 SUMMARY 4
A. Section Includes: 5
1. General methods and requirements of submissions applicable to the following 6
Work-related submittals: 7
a. Shop Drawings 8
b. Product Data (including Standard Product List submittals) 9
c. Samples 10
d. Mock Ups 11
B. Deviations from this City of Fort Worth Standard Specification 12
1. None. 13
C. Related Specification Sections include, but are not necessarily limited to: 14
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 15
2. Division 1 – General Requirements 16
1.2 PRICE AND PAYMENT PROCEDURES 17
A. Measurement and Payment 18
1. Work associated with this Item is considered subsidiary to the various items bid. 19
No separate payment will be allowed for this Item. 20
1.3 REFERENCES [NOT USED] 21
1.4 ADMINISTRATIVE REQUIREMENTS 22
A. Coordination 23
1. Notify the City in writing, at the time of submittal, of any deviations in the 24
submittals from the requirements of the Contract Documents. 25
2. Coordination of Submittal Times 26
a. Prepare, prioritize and transmit each submittal sufficiently in advance of 27
performing the related Work or other applicable activities, or within the time 28
specified in the individual Work Sections, of the Specifications. 29
b. Contractor is responsible such that the installation will not be delayed by 30
processing times including, but not limited to: 31
a) Disapproval and resubmittal (if required) 32
b) Coordination with other submittals 33
c) Testing 34
d) Purchasing 35
e) Fabrication 36
f) Delivery 37
g) Similar sequenced activities 38
c. No extension of time will be authorized because of the Contractor's failure to 39
transmit submittals sufficiently in advance of the Work. 40
01 33 00 - 2
SUBMITTALS
Page 2 of 8
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER
Revised December 20, 2012 CITY PROJECT NO. 105062-5
d. Make submittals promptly in accordance with approved schedule, and in such 1
sequence as to cause no delay in the Work or in the work of any other 2
contractor. 3
B. Submittal Numbering 4
1. When submitting shop drawings or samples, utilize a 9-character submittal cross-5
reference identification numbering system in the following manner: 6
a. Use the first 6 digits of the applicable Specification Section Number. 7
b. For the next 2 digits number use numbers 01-99 to sequentially number each 8
initial separate item or drawing submitted under each specific Section number. 9
c. Last use a letter, A-Z, indicating the resubmission of the same drawing (i.e. 10
A=2nd submission, B=3rd submission, C=4th submission, etc.). A typical 11
submittal number would be as follows: 12
13
03 30 00-08-B 14
15
1) 03 30 00 is the Specification Section for Concrete 16
2) 08 is the eighth initial submittal under this Specification Section 17
3) B is the third submission (second resubmission) of that particular shop 18
drawing 19
C. Contractor Certification 20
1. Review shop drawings, product data and samples, including those by 21
subcontractors, prior to submission to determine and verify the following: 22
a. Field measurements 23
b. Field construction criteria 24
c. Catalog numbers and similar data 25
d. Conformance with the Contract Documents 26
2. Provide each shop drawing, sample and product data submitted by the Contractor 27
with a Certification Statement affixed including: 28
a. The Contractor's Company name 29
b. Signature of submittal reviewer 30
c. Certification Statement 31
1) “By this submittal, I hereby represent that I have determined and verified 32
field measurements, field construction criteria, materials, dimensions, 33
catalog numbers and similar data and I have checked and coordinated each 34
item with other applicable approved shop drawings." 35
D. Submittal Format 36
1. Fold shop drawings larger than 8 ½ inches x 11 inches to 8 ½ inches x 11inches. 37
2. Bind shop drawings and product data sheets together. 38
3. Order 39
a. Cover Sheet 40
1) Description of Packet 41
2) Contractor Certification 42
b. List of items / Table of Contents 43
c. Product Data /Shop Drawings/Samples /Calculations 44
E. Submittal Content 45
1. The date of submission and the dates of any previous submissions 46
2. The Project title and number 47
01 33 00 - 3
SUBMITTALS
Page 3 of 8
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER
Revised December 20, 2012 CITY PROJECT NO. 105062-5
3. Contractor identification 1
4. The names of: 2
a. Contractor 3
b. Supplier 4
c. Manufacturer 5
5. Identification of the product, with the Specification Section number, page and 6
paragraph(s) 7
6. Field dimensions, clearly identified as such 8
7. Relation to adjacent or critical features of the Work or materials 9
8. Applicable standards, such as ASTM or Federal Specification numbers 10
9. Identification by highlighting of deviations from Contract Documents 11
10. Identification by highlighting of revisions on resubmittals 12
11. An 8-inch x 3-inch blank space for Contractor and City stamps 13
F. Shop Drawings 14
1. As specified in individual Work Sections includes, but is not necessarily limited to: 15
a. Custom-prepared data such as fabrication and erection/installation (working) 16
drawings 17
b. Scheduled information 18
c. Setting diagrams 19
d. Actual shopwork manufacturing instructions 20
e. Custom templates 21
f. Special wiring diagrams 22
g. Coordination drawings 23
h. Individual system or equipment inspection and test reports including: 24
1) Performance curves and certifications 25
i. As applicable to the Work 26
2. Details 27
a. Relation of the various parts to the main members and lines of the structure 28
b. Where correct fabrication of the Work depends upon field measurements 29
1) Provide such measurements and note on the drawings prior to submitting 30
for approval. 31
G. Product Data 32
1. For submittals of product data for products included on the City’s Standard Product 33
List, clearly identify each item selected for use on the Project. 34
2. For submittals of product data for products not included on the City’s Standard 35
Product List, submittal data may include, but is not necessarily limited to: 36
a. Standard prepared data for manufactured products (sometimes referred to as 37
catalog data) 38
1) Such as the manufacturer's product specification and installation 39
instructions 40
2) Availability of colors and patterns 41
3) Manufacturer's printed statements of compliances and applicability 42
4) Roughing-in diagrams and templates 43
5) Catalog cuts 44
6) Product photographs 45
7) Standard wiring diagrams 46
01 33 00 - 4
SUBMITTALS
Page 4 of 8
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER
Revised December 20, 2012 CITY PROJECT NO. 105062-5
8) Printed performance curves and operational-range diagrams 1
9) Production or quality control inspection and test reports and certifications 2
10) Mill reports 3
11) Product operating and maintenance instructions and recommended 4
spare-parts listing and printed product warranties 5
12) As applicable to the Work 6
H. Samples 7
1. As specified in individual Sections, include, but are not necessarily limited to: 8
a. Physical examples of the Work such as: 9
1) Sections of manufactured or fabricated Work 10
2) Small cuts or containers of materials 11
3) Complete units of repetitively used products color/texture/pattern swatches 12
and range sets 13
4) Specimens for coordination of visual effect 14
5) Graphic symbols and units of Work to be used by the City for independent 15
inspection and testing, as applicable to the Work 16
I. Do not start Work requiring a shop drawing, sample or product data nor any material to 17
be fabricated or installed prior to the approval or qualified approval of such item. 18
1. Fabrication performed, materials purchased or on-site construction accomplished 19
which does not conform to approved shop drawings and data is at the Contractor's 20
risk. 21
2. The City will not be liable for any expense or delay due to corrections or remedies 22
required to accomplish conformity. 23
3. Complete project Work, materials, fabrication, and installations in conformance 24
with approved shop drawings, applicable samples, and product data. 25
J. Submittal Distribution 26
1. Electronic Distribution 27
a. Confirm development of Project directory for electronic submittals to be 28
uploaded to City’s Buzzsaw site, or another external FTP site approved by the 29
City. 30
b. Shop Drawings 31
1) Upload submittal to designated project directory and notify appropriate 32
City representatives via email of submittal posting. 33
2) Hard Copies 34
a) 3 copies for all submittals 35
b) If Contractor requires more than 1 hard copy of Shop Drawings 36
returned, Contractor shall submit more than the number of copies listed 37
above. 38
c. Product Data 39
1) Upload submittal to designated project directory and notify appropriate 40
City representatives via email of submittal posting. 41
2) Hard Copies 42
a) 3 copies for all submittals 43
d. Samples 44
1) Distributed to the Project Representative 45
2. Hard Copy Distribution (if required in lieu of electronic distribution) 46
a. Shop Drawings 47
01 33 00 - 5
SUBMITTALS
Page 5 of 8
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER
Revised December 20, 2012 CITY PROJECT NO. 105062-5
1) Distributed to the City 1
2) Copies 2
a) 8 copies for mechanical submittals 3
b) 7 copies for all other submittals 4
c) If Contractor requires more than 3 copies of Shop Drawings returned, 5
Contractor shall submit more than the number of copies listed above. 6
b. Product Data 7
1) Distributed to the City 8
2) Copies 9
a) 4 copies 10
c. Samples 11
1) Distributed to the Project Representative 12
2) Copies 13
a) Submit the number stated in the respective Specification Sections. 14
3. Distribute reproductions of approved shop drawings and copies of approved 15
product data and samples, where required, to the job site file and elsewhere as 16
directed by the City. 17
a. Provide number of copies as directed by the City but not exceeding the number 18
previously specified. 19
K. Submittal Review 20
1. The review of shop drawings, data and samples will be for general conformance 21
with the design concept and Contract Documents. This is not to be construed as: 22
a. Permitting any departure from the Contract requirements 23
b. Relieving the Contractor of responsibility for any errors, including details, 24
dimensions, and materials 25
c. Approving departures from details furnished by the City, except as otherwise 26
provided herein 27
2. The review and approval of shop drawings, samples or product data by the City 28
does not relieve the Contractor from his/her responsibility with regard to the 29
fulfillment of the terms of the Contract. 30
a. All risks of error and omission are assumed by the Contractor, and the City will 31
have no responsibility therefore. 32
3. The Contractor remains responsible for details and accuracy, for coordinating the 33
Work with all other associated work and trades, for selecting fabrication processes, 34
for techniques of assembly and for performing Work in a safe manner. 35
4. If the shop drawings, data or samples as submitted describe variations and show a 36
departure from the Contract requirements which City finds to be in the interest of 37
the City and to be so minor as not to involve a change in Contract Price or time for 38
performance, the City may return the reviewed drawings without noting an 39
exception. 40
5. Submittals will be returned to the Contractor under 1 of the following codes: 41
a. Code 1 42
1) "NO EXCEPTIONS TAKEN" is assigned when there are no notations or 43
comments on the submittal. 44
a) When returned under this code the Contractor may release the 45
equipment and/or material for manufacture. 46
b. Code 2 47
01 33 00 - 6
SUBMITTALS
Page 6 of 8
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER
Revised December 20, 2012 CITY PROJECT NO. 105062-5
1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of 1
the notations and comments IS NOT required by the Contractor. 2
a) The Contractor may release the equipment or material for manufacture; 3
however, all notations and comments must be incorporated into the 4
final product. 5
c. Code 3 6
1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is 7
assigned when notations and comments are extensive enough to require a 8
resubmittal of the package. 9
a) The Contractor may release the equipment or material for manufacture; 10
however, all notations and comments must be incorporated into the 11
final product. 12
b) This resubmittal is to address all comments, omissions and 13
non-conforming items that were noted. 14
c) Resubmittal is to be received by the City within 15 Calendar Days of 15
the date of the City's transmittal requiring the resubmittal. 16
d. Code 4 17
1) "NOT APPROVED" is assigned when the submittal does not meet the 18
intent of the Contract Documents. 19
a) The Contractor must resubmit the entire package revised to bring the 20
submittal into conformance. 21
b) It may be necessary to resubmit using a different manufacturer/vendor 22
to meet the Contract Documents. 23
6. Resubmittals 24
a. Handled in the same manner as first submittals 25
1) Corrections other than requested by the City 26
2) Marked with revision triangle or other similar method 27
a) At Contractor’s risk if not marked 28
b. Submittals for each item will be reviewed no more than twice at the City’s 29
expense. 30
1) All subsequent reviews will be performed at times convenient to the City 31
and at the Contractor's expense, based on the City's or City 32
Representative’s then prevailing rates. 33
2) Provide Contractor reimbursement to the City within 30 Calendar Days for 34
all such fees invoiced by the City. 35
c. The need for more than 1 resubmission or any other delay in obtaining City's 36
review of submittals, will not entitle the Contractor to an extension of Contract 37
Time. 38
7. Partial Submittals 39
a. City reserves the right to not review submittals deemed partial, at the City’s 40
discretion. 41
b. Submittals deemed by the City to be not complete will be returned to the 42
Contractor, and will be considered "Not Approved" until resubmitted. 43
c. The City may at its option provide a list or mark the submittal directing the 44
Contractor to the areas that are incomplete. 45
8. If the Contractor considers any correction indicated on the shop drawings to 46
constitute a change to the Contract Documents, then written notice must be 47
provided thereof to the City at least 7 Calendar Days prior to release for 48
manufacture. 49
01 33 00 - 7
SUBMITTALS
Page 7 of 8
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER
Revised December 20, 2012 CITY PROJECT NO. 105062-5
9. When the shop drawings have been completed to the satisfaction of the City, the 1
Contractor may carry out the construction in accordance therewith and no further 2
changes therein except upon written instructions from the City. 3
10. Each submittal, appropriately coded, will be returned within 30 Calendar Days 4
following receipt of submittal by the City. 5
L. Mock ups 6
1. Mock Up units as specified in individual Sections, include, but are not necessarily 7
limited to, complete units of the standard of acceptance for that type of Work to be 8
used on the Project. Remove at the completion of the Work or when directed. 9
M. Qualifications 10
1. If specifically required in other Sections of these Specifications, submit a P.E. 11
Certification for each item required. 12
N. Request for Information (RFI) 13
1. Contractor Request for additional information 14
a. Clarification or interpretation of the contract documents 15
b. When the Contractor believes there is a conflict between Contract Documents 16
c. When the Contractor believes there is a conflict between the Drawings and 17
Specifications 18
1) Identify the conflict and request clarification 19
2. Use the Request for Information (RFI) form provided by the City. 20
3. Numbering of RFI 21
a. Prefix with “RFI” followed by series number, “-xxx”, beginning with “01” and 22
increasing sequentially with each additional transmittal. 23
4. Sufficient information shall be attached to permit a written response without further 24
information. 25
5. The City will log each request and will review the request. 26
a. If review of the project information request indicates that a change to the 27
Contract Documents is required, the City will issue a Field Order or Change 28
Order, as appropriate. 29
1.5 SUBMITTALS [NOT USED] 30
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 31
1.7 CLOSEOUT SUBMITTALS [NOT USED] 32
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 33
1.9 QUALITY ASSURANCE [NOT USED] 34
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 35
1.11 FIELD [SITE] CONDITIONS [NOT USED] 36
1.12 WARRANTY [NOT USED] 37
01 33 00 - 8
SUBMITTALS
Page 8 of 8
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER
Revised December 20, 2012 CITY PROJECT NO. 105062-5
PART 2 - PRODUCTS [NOT USED] 1
PART 3 - EXECUTION [NOT USED] 2
END OF SECTION 3
4
Revision Log
DATE NAME SUMMARY OF CHANGE
12/20/2012 D. Johnson 1.4.K.8. Working Days modified to Calendar Days
5
01 35 13 - 1
SPECIAL PROJECT PROCEDURES
Page 1 of 8
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER
Revised March 11, 2022 CITY PROJECT NO. 105062-5
SECTION 01 35 13 1
SPECIAL PROJECT PROCEDURES 2
PART 1 - GENERAL 3
1.1 SUMMARY 4
A. Section Includes: 5
1. The procedures for special project circumstances that includes, but is not limited to: 6
a. Coordination with the Texas Department of Transportation 7
b. Work near High Voltage Lines 8
c. Confined Space Entry Program 9
d. Use of Explosives, Drop Weight, Etc. 10
e. Water Department Notification 11
f. Public Notification Prior to Beginning Construction 12
g. Coordination with United States Army Corps of Engineers 13
h. Coordination within Railroad permits areas 14
i. Dust Control 15
j. Employee Parking 16
B. Deviations from this City of Fort Worth Standard Specification 17
1. None. 18
C. Related Specification Sections include, but are not necessarily limited to: 19
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 20
2. Division 1 – General Requirements 21
3. Section 33 12 25 – Connection to Existing Water Mains 22
1.2 PRICE AND PAYMENT PROCEDURES 23
A. Measurement and Payment 24
1. Coordination within Railroad permit areas 25
a. Measurement 26
1) Measurement for this Item will be by lump sum. 27
b. Payment 28
1) The work performed and materials furnished in accordance with this Item 29
will be paid for at the lump sum price bid for Railroad Coordination. 30
c. The price bid shall include: 31
1) Mobilization 32
2) Inspection 33
3) Safety training 34
4) Additional Insurance 35
5) Insurance Certificates 36
6) Other requirements associated with general coordination with Railroad, 37
including additional employees required to protect the right-of-way and 38
property of the Railroad from damage arising out of and/or from the 39
construction of the Project. 40
2. Railroad Flagmen 41
a. Measurement 42
01 35 13 - 2
SPECIAL PROJECT PROCEDURES
Page 2 of 8
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER
Revised March 11, 2022 CITY PROJECT NO. 105062-5
1) Measurement for this Item will be per working day. 1
b. Payment 2
1) The work performed and materials furnished in accordance with this Item 3
will be paid for each working day that Railroad Flagmen are present at the 4
Site. 5
c. The price bid shall include: 6
1) Coordination for scheduling flagmen 7
2) Flagmen 8
3) Other requirements associated with Railroad 9
3. All other items 10
a. Work associated with these Items is considered subsidiary to the various Items 11
bid. No separate payment will be allowed for this Item. 12
1.3 REFERENCES 13
A. Reference Standards 14
1. Reference standards cited in this Specification refer to the current reference 15
standard published at the time of the latest revision date logged at the end of this 16
Specification, unless a date is specifically cited. 17
2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. 18
High Voltage Overhead Lines. 19
1.4 ADMINISTRATIVE REQUIREMENTS 20
A. Coordination with the Texas Department of Transportation 21
1. When work in the right-of-way which is under the jurisdiction of the Texas 22
Department of Transportation (TxDOT): 23
a. Notify the Texas Department of Transportation prior to commencing any work 24
therein in accordance with the provisions of the permit 25
b. All work performed in the TxDOT right-of-way shall be performed in 26
compliance with and subject to approval from the Texas Department of 27
Transportation 28
B. Work near High Voltage Lines 29
1. Regulatory Requirements 30
a. All Work near High Voltage Lines (more than 600 volts measured between 31
conductors or between a conductor and the ground) shall be in accordance with 32
Health and Safety Code, Title 9, Subtitle A, Chapter 752. 33
2. Warning sign 34
a. Provide sign of sufficient size meeting all OSHA requirements. 35
3. Equipment operating within 10 feet of high voltage lines will require the following 36
safety features 37
a. Insulating cage-type of guard about the boom or arm 38
b. Insulator links on the lift hook connections for back hoes or dippers 39
c. Equipment must meet the safety requirements as set forth by OSHA and the 40
safety requirements of the owner of the high voltage lines 41
4. Work within 6 feet of high voltage electric lines 42
a. Notification shall be given to: 43
1) The power company (example: ONCOR) 44
01 35 13 - 3
SPECIAL PROJECT PROCEDURES
Page 3 of 8
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER
Revised March 11, 2022 CITY PROJECT NO. 105062-5
a) Maintain an accurate log of all such calls to power company and record 1
action taken in each case. 2
b. Coordination with power company 3
1) After notification coordinate with the power company to: 4
a) Erect temporary mechanical barriers, de-energize the lines, or raise or 5
lower the lines 6
c. No personnel may work within 6 feet of a high voltage line before the above 7
requirements have been met. 8
C. Confined Space Entry Program 9
1. Provide and follow approved Confined Space Entry Program in accordance with 10
OSHA requirements. 11
2. Confined Spaces include: 12
a. Manholes 13
b. All other confined spaces in accordance with OSHA’s Permit Required for 14
Confined Spaces 15
D. Use of Explosives, Drop Weight, Etc. 16
1. When Contract Documents permit on the project the following will apply: 17
a. Public Notification 18
1) Submit notice to City and proof of adequate insurance coverage, 24 hours 19
prior to commencing. 20
2) Minimum 24 hour public notification in accordance with Section 01 31 13 21
E. Water Department Coordination 22
1. During the construction of this project, it will be necessary to deactivate, for a 23
period of time, existing lines. The Contractor shall be required to coordinate with 24
the Water Department to determine the best times for deactivating and activating 25
those lines. 26
2. Coordinate any event that will require connecting to or the operation of an existing 27
City water line system with the City’s representative. 28
a. Coordination shall be in accordance with Section 33 12 25. 29
b. If needed, obtain a hydrant water meter from the Water Department for use 30
during the life of named project. 31
c. In the event that a water valve on an existing live system be turned off and on 32
to accommodate the construction of the project is required, coordinate this 33
activity through the appropriate City representative. 34
1) Do not operate water line valves of existing water system. 35
a) Failure to comply will render the Contractor in violation of Texas Penal 36
Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor 37
will be prosecuted to the full extent of the law. 38
b) In addition, the Contractor will assume all liabilities and 39
responsibilities as a result of these actions. 40
F. Public Notification Prior to Beginning Construction 41
1. Prior to beginning construction on any block in the project, on a block by block 42
basis, prepare and deliver a notice or flyer of the pending construction to the front 43
door of each residence or business that will be impacted by construction. The notice 44
shall be prepared as follows: 45
a. Post notice or flyer and City of Fort Worth Door Hangers, 7 days prior to 46
beginning any construction activity on each block in the project area. 47
01 35 13 - 4
SPECIAL PROJECT PROCEDURES
Page 4 of 8
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER
Revised March 11, 2022 CITY PROJECT NO. 105062-5
1) Prepare flyer on the Contractor’s letterhead and include the following 1
information: 2
a) Name of Project 3
b) City Project No (CPN) 4
c) Scope of Project (i.e. type of construction activity) 5
d) Actual construction duration within the block 6
e) Name of the contractor’s foreman and phone number 7
f) Name of the City’s inspector and phone number 8
g) City’s after-hours phone number 9
2) A sample of the ‘pre-construction notification’ flyer is attached as Exhibit 10
A. 11
3) City of Fort Worth Door Hangers will be provided to the Contractor for 12
distribution with their notice. 13
4) Submit schedule showing the construction start and finish time for each 14
block of the project to the inspector. 15
5) Deliver flyer to the City Inspector for review prior to distribution. 16
b. No construction will be allowed to begin on any block until the flyer and door 17
hangers are delivered to all residents of the block. 18
G. Public Notification of Temporary Water Service Interruption during Construction 19
1. In the event it becomes necessary to temporarily shut down water service to 20
residents or businesses during construction, prepare and deliver a notice or flyer of 21
the pending interruption to the front door of each affected resident. 22
2. Prepared notice as follows: 23
a. The notification or flyer shall be posted 24 hours prior to the temporary 24
interruption. 25
b. Prepare flyer on the contractor’s letterhead and include the following 26
information: 27
1) Name of the project 28
2) City Project Number 29
3) Date of the interruption of service 30
4) Period the interruption will take place 31
5) Name of the contractor’s foreman and phone number 32
6) Name of the City’s inspector and phone number 33
c. A sample of the temporary water service interruption notification is attached as 34
Exhibit B. 35
d. Deliver a copy of the temporary interruption notification to the City inspector 36
for review prior to being distributed. 37
e. No interruption of water service can occur until the flyer has been delivered to 38
all affected residents and businesses. 39
f. Electronic versions of the sample flyers can be obtained from the Project 40
Construction Inspector. 41
H. Coordination with United States Army Corps of Engineers (USACE) 42
1. At locations in the Project where construction activities occur in areas where 43
USACE permits are required, meet all requirements set forth in each designated 44
permit. 45
I. Coordination within Railroad Permit Areas 46
01 35 13 - 5
SPECIAL PROJECT PROCEDURES
Page 5 of 8
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER
Revised March 11, 2022 CITY PROJECT NO. 105062-5
1. At locations in the project where construction activities occur in areas where 1
railroad permits are required, meet all requirements set forth in each designated 2
railroad permit. This includes, but is not limited to, provisions for: 3
a. Flagmen 4
b. Inspectors 5
c. Safety training 6
d. Additional insurance 7
e. Insurance certificates 8
f. Other employees required to protect the right-of-way and property of the 9
Railroad Company from damage arising out of and/or from the construction of 10
the project. Proper utility clearance procedures shall be used in accordance 11
with the permit guidelines. 12
2. Obtain any supplemental information needed to comply with the railroad’s 13
requirements. 14
3. Railroad Flagmen 15
a. Submit receipts to City for verification of working days that railroad flagmen 16
were present on Site. 17
J. Dust Control 18
1. Use acceptable measures to control dust at the Site. 19
a. If water is used to control dust, capture and properly dispose of waste water. 20
b. If wet saw cutting is performed, capture and properly dispose of slurry. 21
K. Employee Parking 22
1. Provide parking for employees at locations approved by the City. 23
1.5 SUBMITTALS [NOT USED] 24
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 25
1.7 CLOSEOUT SUBMITTALS [NOT USED] 26
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 27
1.9 QUALITY ASSURANCE [NOT USED] 28
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 29
1.11 FIELD [SITE] CONDITIONS [NOT USED] 30
1.12 WARRANTY [NOT USED] 31
PART 2 - PRODUCTS [NOT USED] 32
PART 3 - EXECUTION [NOT USED] 33
END OF SECTION 34
35
Revision Log
01 35 13 - 6
SPECIAL PROJECT PROCEDURES
Page 6 of 8
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER
Revised March 11, 2022 CITY PROJECT NO. 105062-5
DATE NAME SUMMARY OF CHANGE
8/31/2012 D. Johnson
1.4.B – Added requirement of compliance with Health and Safety Code, Title 9.
Safety, Subtitle A. Public Safety, Chapter 752. High Voltage Overhead Lines.
1.4.E – Added Contractor responsibility for obtaining a TCEQ Air Permit
3/11/2022 M Owen
Remove references to Air Pollution watch Days and NCTCOG Clean construction
Specification requirements. Clarify need for Door Hangers under in addition to
contractor notification of public.
1
01 35 13 - 7
SPECIAL PROJECT PROCEDURES
Page 7 of 8
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER
Revised March 11, 2022 CITY PROJECT NO. 105062-5
EXHIBIT A 1
(To be printed on Contractor’s Letterhead) 2
3
4
5
Date: 6
7
CPN No.: 8
Project Name: 9
Mapsco Location: 10
Limits of Construction: 11
12
13
14 15
16
THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT 17
WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR 18
PROPERTY. 19
20
CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE 21
OF THIS NOTICE. 22
23
IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER 24
ISSUE, PLEASE CALL: 25
26
27
Mr. <CONTRACTOR’S SUPERINTENDENT> AT <TELEPHONE NO.> 28
29
OR 30
31
Mr. <CITY INSPECTOR> AT < TELEPHONE NO.> 32
33
AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306 34
35
PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL 36
37
01 35 13 - 8
SPECIAL PROJECT PROCEDURES
Page 8 of 8
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER
Revised March 11, 2022 CITY PROJECT NO. 105062-5
EXHIBIT B 1
2
3
4
01 45 23 - 1
TESTING AND INSPECTION SERVICES
Page 1 of 2
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER
Revised July 1, 2011 CITY PROJECT NO. 105062-5
SECTION 01 45 23 1
TESTING AND INSPECTION SERVICES 2
PART 1 - GENERAL 3
1.1 SUMMARY 4
A. Section Includes: 5
1. Testing and inspection services procedures and coordination 6
B. Deviations from this City of Fort Worth Standard Specification 7
1. None. 8
C. Related Specification Sections include, but are not necessarily limited to: 9
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 10
2. Division 1 – General Requirements 11
1.2 PRICE AND PAYMENT PROCEDURES 12
A. Measurement and Payment 13
1. Work associated with this Item is considered subsidiary to the various Items bid. 14
No separate payment will be allowed for this Item. 15
a. Contractor is responsible for performing, coordinating, and payment of all 16
Quality Control testing. 17
b. City is responsible for performing and payment for first set of Quality 18
Assurance testing. 19
1) If the first Quality Assurance test performed by the City fails, the 20
Contractor is responsible for payment of subsequent Quality Assurance 21
testing until a passing test occurs. 22
a) Final acceptance will not be issued by City until all required payments 23
for testing by Contractor have been paid in full. 24
1.3 REFERENCES [NOT USED] 25
1.4 ADMINISTRATIVE REQUIREMENTS 26
A. Testing 27
1. Complete testing in accordance with the Contract Documents. 28
2. Coordination 29
a. When testing is required to be performed by the City, notify City, sufficiently 30
in advance, when testing is needed. 31
b. When testing is required to be completed by the Contractor, notify City, 32
sufficiently in advance, that testing will be performed. 33
3. Distribution of Testing Reports 34
a. Electronic Distribution 35
1) Confirm development of Project directory for electronic submittals to be 36
uploaded to the City’s document management system, or another external 37
FTP site approved by the City. 38
2) Upload test reports to designated project directory and notify appropriate 39
City representatives via email of submittal posting. 40
01 45 23 - 2
TESTING AND INSPECTION SERVICES
Page 2 of 2
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER
Revised July 1, 2011 CITY PROJECT NO. 105062-5
3) Hard Copies 1
a) 1 copy for all submittals submitted to the Project Representative 2
b. Hard Copy Distribution (if required in lieu of electronic distribution) 3
1) Tests performed by City 4
a) Distribute 1 hard copy to the Contractor 5
2) Tests performed by the Contractor 6
a) Distribute 3 hard copies to City’s Project Representative 7
4. Provide City’s Project Representative with trip tickets for each delivered load of 8
Concrete or Lime material including the following information: 9
a. Name of pit 10
b. Date of delivery 11
c. Material delivered 12
B. Inspection 13
1. Inspection or lack of inspection does not relieve the Contractor from obligation to 14
perform work in accordance with the Contract Documents. 15
1.5 SUBMITTALS [NOT USED] 16
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 17
1.7 CLOSEOUT SUBMITTALS [NOT USED] 18
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 19
1.9 QUALITY ASSURANCE [NOT USED] 20
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 21
1.11 FIELD [SITE] CONDITIONS [NOT USED] 22
1.12 WARRANTY [NOT USED] 23
PART 2 - PRODUCTS [NOT USED] 24
PART 3 - EXECUTION [NOT USED] 25
END OF SECTION 26
27
Revision Log
DATE NAME SUMMARY OF CHANGE
3/9/2020 D.V. Magana Removed reference to Buzzsaw and noted that electronic submittals be uploaded
through the City’s document management system.
28
01 50 00 - 1
TEMPORARY FACILITIES AND CONTROLS
Page 1 of 4
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER
Revised July 1, 2011 CITY PROJECT NO. 105062-5
SECTION 01 50 00 1
TEMPORARY FACILITIES AND CONTROLS 2
PART 1 - GENERAL 3
1.1 SUMMARY 4
A. Section Includes: 5
1. Provide temporary facilities and controls needed for the Work including, but not 6
necessarily limited to: 7
a. Temporary utilities 8
b. Sanitary facilities 9
c. Storage Sheds and Buildings 10
d. Dust control 11
e. Temporary fencing of the construction site 12
B. Deviations from this City of Fort Worth Standard Specification 13
1. None. 14
C. Related Specification Sections include, but are not necessarily limited to: 15
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 16
2. Division 1 – General Requirements 17
1.2 PRICE AND PAYMENT PROCEDURES 18
A. Measurement and Payment 19
1. Work associated with this Item is considered subsidiary to the various Items bid. 20
No separate payment will be allowed for this Item. 21
1.3 REFERENCES [NOT USED] 22
1.4 ADMINISTRATIVE REQUIREMENTS 23
A. Temporary Utilities 24
1. Obtaining Temporary Service 25
a. Make arrangements with utility service companies for temporary services. 26
b. Abide by rules and regulations of utility service companies or authorities 27
having jurisdiction. 28
c. Be responsible for utility service costs until Work is approved for Final 29
Acceptance. 30
1) Included are fuel, power, light, heat and other utility services necessary for 31
execution, completion, testing and initial operation of Work. 32
2. Water 33
a. Contractor to provide water required for and in connection with Work to be 34
performed and for specified tests of piping, equipment, devices or other use as 35
required for the completion of the Work. 36
b. Provide and maintain adequate supply of potable water for domestic 37
consumption by Contractor personnel and City’s Project Representatives. 38
c. Coordination 39
1) Contact City 1 week before water for construction is desired 40
01 50 00 - 2
TEMPORARY FACILITIES AND CONTROLS
Page 2 of 4
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER
Revised July 1, 2011 CITY PROJECT NO. 105062-5
d. Contractor Payment for Construction Water 1
1) Obtain construction water meter from City for payment as billed by City’s 2
established rates. 3
3. Electricity and Lighting 4
a. Provide and pay for electric powered service as required for Work, including 5
testing of Work. 6
1) Provide power for lighting, operation of equipment, or other use. 7
b. Electric power service includes temporary power service or generator to 8
maintain operations during scheduled shutdown. 9
4. Telephone 10
a. Provide emergency telephone service at Site for use by Contractor personnel 11
and others performing work or furnishing services at Site. 12
5. Temporary Heat and Ventilation 13
a. Provide temporary heat as necessary for protection or completion of Work. 14
b. Provide temporary heat and ventilation to assure safe working conditions. 15
B. Sanitary Facilities 16
1. Provide and maintain sanitary facilities for persons on Site. 17
a. Comply with regulations of State and local departments of health. 18
2. Enforce use of sanitary facilities by construction personnel at job site. 19
a. Enclose and anchor sanitary facilities. 20
b. No discharge will be allowed from these facilities. 21
c. Collect and store sewage and waste so as not to cause nuisance or health 22
problem. 23
d. Haul sewage and waste off-site at no less than weekly intervals and properly 24
dispose in accordance with applicable regulation. 25
3. Locate facilities near Work Site and keep clean and maintained throughout Project. 26
4. Remove facilities at completion of Project 27
C. Storage Sheds and Buildings 28
1. Provide adequately ventilated, watertight, weatherproof storage facilities with floor 29
above ground level for materials and equipment susceptible to weather damage. 30
2. Storage of materials not susceptible to weather damage may be on blocks off 31
ground. 32
3. Store materials in a neat and orderly manner. 33
a. Place materials and equipment to permit easy access for identification, 34
inspection and inventory. 35
4. Equip building with lockable doors and lighting, and provide electrical service for 36
equipment space heaters and heating or ventilation as necessary to provide storage 37
environments acceptable to specified manufacturers. 38
5. Fill and grade site for temporary structures to provide drainage away from 39
temporary and existing buildings. 40
6. Remove building from site prior to Final Acceptance. 41
D. Temporary Fencing 42
1. Provide and maintain for the duration or construction when required in contract 43
documents 44
E. Dust Control 45
01 50 00 - 3
TEMPORARY FACILITIES AND CONTROLS
Page 3 of 4
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER
Revised July 1, 2011 CITY PROJECT NO. 105062-5
1. Contractor is responsible for maintaining dust control through the duration of the 1
project. 2
a. Contractor remains on-call at all times 3
b. Must respond in a timely manner 4
F. Temporary Protection of Construction 5
1. Contractor or subcontractors are responsible for protecting Work from damage due 6
to weather. 7
1.5 SUBMITTALS [NOT USED] 8
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 9
1.7 CLOSEOUT SUBMITTALS [NOT USED] 10
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 11
1.9 QUALITY ASSURANCE [NOT USED] 12
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 13
1.11 FIELD [SITE] CONDITIONS [NOT USED] 14
1.12 WARRANTY [NOT USED] 15
PART 2 - PRODUCTS [NOT USED] 16
PART 3 - EXECUTION [NOT USED] 17
3.1 INSTALLERS [NOT USED] 18
3.2 EXAMINATION [NOT USED] 19
3.3 PREPARATION [NOT USED] 20
3.4 INSTALLATION 21
A. Temporary Facilities 22
1. Maintain all temporary facilities for duration of construction activities as needed. 23
3.5 [REPAIR] / [RESTORATION] 24
3.6 RE-INSTALLATION 25
3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 26
3.8 SYSTEM STARTUP [NOT USED] 27
3.9 ADJUSTING [NOT USED] 28
3.10 CLEANING [NOT USED] 29
3.11 CLOSEOUT ACTIVITIES 30
A. Temporary Facilities 31
01 50 00 - 4
TEMPORARY FACILITIES AND CONTROLS
Page 4 of 4
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER
Revised July 1, 2011 CITY PROJECT NO. 105062-5
1. Remove all temporary facilities and restore area after completion of the Work, to a 1
condition equal to or better than prior to start of Work. 2
3.12 PROTECTION [NOT USED] 3
3.13 MAINTENANCE [NOT USED] 4
3.14 ATTACHMENTS [NOT USED] 5
END OF SECTION 6
7
Revision Log
DATE NAME SUMMARY OF CHANGE
8
01 55 26 - 1
STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL
Page 1 of 3
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER
Revised March 22, 2021 CITY PROJECT NO. 105062-5
SECTION 01 55 26 1
STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL 2
PART 1 - GENERAL 3
1.1 SUMMARY 4
A. Section Includes: 5
1. Administrative procedures for: 6
a. Street Use Permit 7
b. Modification of approved traffic control 8
c. Removal of Street Signs 9
B. Deviations from this City of Fort Worth Standard Specification 10
1. None. 11
C. Related Specification Sections include, but are not necessarily limited to: 12
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 13
2. Division 1 – General Requirements 14
3. Section 34 71 13 – Traffic Control 15
1.2 PRICE AND PAYMENT PROCEDURES 16
A. Measurement and Payment 17
1. Work associated with this Item is considered subsidiary to the various Items bid. 18
No separate payment will be allowed for this Item. 19
1.3 REFERENCES 20
A. Reference Standards 21
1. Reference standards cited in this specification refer to the current reference standard 22
published at the time of the latest revision date logged at the end of this 23
specification, unless a date is specifically cited. 24
2. Texas Manual on Uniform Traffic Control Devices (TMUTCD). 25
1.4 ADMINISTRATIVE REQUIREMENTS 26
A. Traffic Control 27
1. General 28
a. Contractor shall minimize lane closures and impact to vehicular/pedestrian 29
traffic. 30
b. When traffic control plans are included in the Drawings, provide Traffic 31
Control in accordance with Drawings and Section 34 71 13. 32
c. When traffic control plans are not included in the Drawings, prepare traffic 33
control plans in accordance with Section 34 71 13 and submit to City for 34
review. 35
1) Allow minimum 10 working days for review of proposed Traffic Control. 36
01 55 26 - 2
STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL
Page 2 of 3
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER
Revised March 22, 2021 CITY PROJECT NO. 105062-5
2) A traffic control “Typical” published by City of Fort Worth, the Texas 1
Manual unified Traffic Control Devices (TMUTCD) or Texas Department 2
of Transportation (TxDOT) can be used as an alternative to preparing a 3
project/site specific traffic control plan if the typical is applicable to the 4
specific project/site. 5
B. Street Use Permit 6
1. Prior to installation of Traffic Control, a City Street Use Permit is required. 7
a. To obtain Street Use Permit, submit Traffic Control Plans to City 8
Transportation and Public Works Department. 9
1) Allow a minimum of 5 working days for permit review. 10
2) Contractor’s responsibility to coordinate review of Traffic Control plans for 11
Street Use Permit, such that construction is not delayed. 12
C. Modification to Approved Traffic Control 13
1. Prior to installation traffic control: 14
a. Submit revised traffic control plans to City Department Transportation and 15
Public Works Department. 16
1) Revise Traffic Control plans in accordance with Section 34 71 13. 17
2) Allow minimum 5 working days for review of revised Traffic Control. 18
3) It is the Contractor’s responsibility to coordinate review of Traffic Control 19
plans for Street Use Permit, such that construction is not delayed. 20
D. Removal of Street Sign 21
1. If it is determined that a street sign must be removed for construction, then contact 22
City Transportation and Public Works Department, Signs and Markings Division to 23
remove the sign. 24
E. Temporary Signage 25
1. In the case of regulatory signs, replace permanent sign with temporary sign meeting 26
requirements of the latest edition of the Texas Manual on Uniform Traffic Control 27
Devices (MUTCD). 28
2. Install temporary sign before the removal of permanent sign. 29
3. When construction is complete, to the extent that the permanent sign can be 30
reinstalled, contact the City Transportation and Public Works Department, Signs 31
and Markings Division, to reinstall the permanent sign. 32
F. Traffic Control Standards 33
1. Traffic Control Standards can be found on the City’s website. 34
1.5 SUBMITTALS 35
A. Submit all required documentation to City’s Project Representative. 36
01 55 26 - 3
STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL
Page 3 of 3
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER
Revised March 22, 2021 CITY PROJECT NO. 105062-5
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1
1.7 CLOSEOUT SUBMITTALS [NOT USED] 2
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 3
1.9 QUALITY ASSURANCE [NOT USED] 4
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 5
1.11 FIELD [SITE] CONDITIONS [NOT USED] 6
1.12 WARRANTY [NOT USED] 7
PART 2 - PRODUCTS [NOT USED] 8
PART 3 - EXECUTION [NOT USED] 9
END OF SECTION 10
11
Revision Log
DATE NAME SUMMARY OF CHANGE
3/22/21021 M. Owen
1.4.A. Added language to emphasize minimizing of lane closures and impact to
traffic.
1.4.A.1.c Added language to allow for use of published traffic control “Typicals” if
applicable to specific project/site.
1.4.F. 1) Removed reference to Buzzsaw
1.5 Added language re: submittal of permit
12
01 57 13 - 1
STORM WATER POLLUTION PREVENTION
Page 1 of 3
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER
Revised July 1, 2011 CITY PROJECT NO. 105062-5
SECTION 01 57 13 1
STORM WATER POLLUTION PREVENTION 2
PART 1 - GENERAL 3
1.1 SUMMARY 4
A. Section Includes: 5
1. Procedures for Storm Water Pollution Prevention Plans 6
B. Deviations from this City of Fort Worth Standard Specification 7
1. None. 8
C. Related Specification Sections include, but are not necessarily limited to: 9
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the 10
Contract 11
2. Division 1 – General Requirements 12
3. Section 31 25 00 – Erosion and Sediment Control 13
1.2 PRICE AND PAYMENT PROCEDURES 14
A. Measurement and Payment 15
1. Construction Activities resulting in less than 1 acre of disturbance 16
a. Work associated with this Item is considered subsidiary to the various Items 17
bid. No separate payment will be allowed for this Item. 18
2. Construction Activities resulting in greater than 1 acre of disturbance 19
a. Measurement and Payment shall be in accordance with Section 31 25 00. 20
1.3 REFERENCES 21
A. Abbreviations and Acronyms 22
1. Notice of Intent: NOI 23
2. Notice of Termination: NOT 24
3. Storm Water Pollution Prevention Plan: SWPPP 25
4. Texas Commission on Environmental Quality: TCEQ 26
5. Notice of Change: NOC 27
A. Reference Standards 28
1. Reference standards cited in this Specification refer to the current reference 29
standard published at the time of the latest revision date logged at the end of this 30
Specification, unless a date is specifically cited. 31
2. Integrated Storm Management (iSWM) Technical Manual for Construction 32
Controls 33
1.4 ADMINISTRATIVE REQUIREMENTS 34
A. General 35
1. Contractor is responsible for resolution and payment of any fines issued associated 36
with compliance to Stormwater Pollution Prevention Plan. 37
01 57 13 - 2
STORM WATER POLLUTION PREVENTION
Page 2 of 3
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER
Revised July 1, 2011 CITY PROJECT NO. 105062-5
B. Construction Activities resulting in: 1
1. Less than 1 acre of disturbance 2
a. Provide erosion and sediment control in accordance with Section 31 25 00 and 3
Drawings. 4
2. 1 to less than 5 acres of disturbance 5
a. Texas Pollutant Discharge Elimination System (TPDES) General Construction 6
Permit is required 7
b. Complete SWPPP in accordance with TCEQ requirements 8
1) TCEQ Small Construction Site Notice Required under general permit 9
TXR150000 10
a) Sign and post at job site 11
b) Prior to Preconstruction Meeting, send 1 copy to City Department of 12
Transportation and Public Works, Environmental Division, (817) 392-13
6088. 14
2) Provide erosion and sediment control in accordance with: 15
a) Section 31 25 00 16
b) The Drawings 17
c) TXR150000 General Permit 18
d) SWPPP 19
e) TCEQ requirements 20
3. 5 acres or more of Disturbance 21
a. Texas Pollutant Discharge Elimination System (TPDES) General Construction 22
Permit is required 23
b. Complete SWPPP in accordance with TCEQ requirements 24
1) Prepare a TCEQ NOI form and submit to TCEQ along with required fee 25
a) Sign and post at job site 26
b) Send copy to City Department of Transportation and Public Works, 27
Environmental Division, (817) 392-6088. 28
2) TCEQ Notice of Change required if making changes or updates to NOI 29
3) Provide erosion and sediment control in accordance with: 30
a) Section 31 25 00 31
b) The Drawings 32
c) TXR150000 General Permit 33
d) SWPPP 34
e) TCEQ requirements 35
4) Once the project has been completed and all the closeout requirements of 36
TCEQ have been met a TCEQ Notice of Termination can be submitted. 37
a) Send copy to City Department of Transportation and Public Works, 38
Environmental Division, (817) 392-6088. 39
1.5 SUBMITTALS 40
A. SWPPP 41
1. Submit in accordance with Section 01 33 00, except as stated herein. 42
a. Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the City 43
as follows: 44
1) 1 copy to the City Project Manager 45
a) City Project Manager will forward to the City Department of 46
Transportation and Public Works, Environmental Division for review 47
B. Modified SWPPP 48
01 57 13 - 3
STORM WATER POLLUTION PREVENTION
Page 3 of 3
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER
Revised July 1, 2011 CITY PROJECT NO. 105062-5
1. If the SWPPP is revised during construction, resubmit modified SWPPP to the City 1
in accordance with Section 01 33 00. 2
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3
1.7 CLOSEOUT SUBMITTALS [NOT USED] 4
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5
1.9 QUALITY ASSURANCE [NOT USED] 6
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 7
1.11 FIELD [SITE] CONDITIONS [NOT USED] 8
1.12 WARRANTY [NOT USED] 9
PART 2 - PRODUCTS [NOT USED] 10
PART 3 - EXECUTION [NOT USED] 11
END OF SECTION 12
13
Revision Log
DATE NAME SUMMARY OF CHANGE
14
01 58 13 - 1
TEMPORARY PROJECT SIGNAGE
Page 1 of 3
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER
Revised July 1, 2011 CITY PROJECT NO. 105062-5
SECTION 01 58 13 1
TEMPORARY PROJECT SIGNAGE 2
PART 1 - GENERAL 3
1.1 SUMMARY 4
A. Section Includes: 5
1. Temporary Project Signage Requirements 6
B. Deviations from this City of Fort Worth Standard Specification 7
1. None. 8
C. Related Specification Sections include, but are not necessarily limited to: 9
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 10
2. Division 1 – General Requirements 11
1.2 PRICE AND PAYMENT PROCEDURES 12
A. Measurement and Payment 13
1. Work associated with this Item is considered subsidiary to the various Items bid. 14
No separate payment will be allowed for this Item. 15
1.3 REFERENCES [NOT USED] 16
1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 17
1.5 SUBMITTALS [NOT USED] 18
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 19
1.7 CLOSEOUT SUBMITTALS [NOT USED] 20
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 21
1.9 QUALITY ASSURANCE [NOT USED] 22
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 23
1.11 FIELD [SITE] CONDITIONS [NOT USED] 24
1.12 WARRANTY [NOT USED] 25
PART 2 - PRODUCTS 26
2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 27
2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS 28
A. Design Criteria 29
1. Provide free standing Project Designation Sign in accordance with City’s Standard 30
Details for project signs. 31
01 58 13 - 2
TEMPORARY PROJECT SIGNAGE
Page 2 of 3
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER
Revised July 1, 2011 CITY PROJECT NO. 105062-5
B. Materials 1
1. Sign 2
a. Constructed of ¾-inch fir plywood, grade A-C (exterior) or better 3
2.3 ACCESSORIES [NOT USED] 4
2.4 SOURCE QUALITY CONTROL [NOT USED] 5
PART 3 - EXECUTION 6
3.1 INSTALLERS [NOT USED] 7
3.2 EXAMINATION [NOT USED] 8
3.3 PREPARATION [NOT USED] 9
3.4 INSTALLATION 10
A. General 11
1. Provide vertical installation at extents of project. 12
2. Relocate sign as needed, upon request of the City. 13
B. Mounting options 14
a. Skids 15
b. Posts 16
c. Barricade 17
3.5 REPAIR / RESTORATION [NOT USED] 18
3.6 RE-INSTALLATION [NOT USED] 19
3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 20
3.8 SYSTEM STARTUP [NOT USED] 21
3.9 ADJUSTING [NOT USED] 22
3.10 CLEANING [NOT USED] 23
3.11 CLOSEOUT ACTIVITIES [NOT USED] 24
3.12 PROTECTION [NOT USED] 25
3.13 MAINTENANCE 26
A. General 27
1. Maintenance will include painting and repairs as needed or directed by the City. 28
3.14 ATTACHMENTS [NOT USED] 29
END OF SECTION 30
31
01 58 13 - 3
TEMPORARY PROJECT SIGNAGE
Page 3 of 3
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER
Revised July 1, 2011 CITY PROJECT NO. 105062-5
1
Revision Log
DATE NAME SUMMARY OF CHANGE
2
01 60 00 - 1
PRODUCT REQUIREMENTS
Page 1 of 2
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER
Revised March 9, 2020 CITY PROJECT NO. 105062-5
SECTION 01 60 00 1
PRODUCT REQUIREMENTS 2
PART 1 - GENERAL 3
1.1 SUMMARY 4
A. Section Includes: 5
1. References for Product Requirements and City Standard Products List 6
B. Deviations from this City of Fort Worth Standard Specification 7
1. None. 8
C. Related Specification Sections include, but are not necessarily limited to: 9
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 10
2. Division 1 – General Requirements 11
1.2 PRICE AND PAYMENT PROCEDURES [NOT USED] 12
1.3 REFERENCES [NOT USED] 13
1.4 ADMINISTRATIVE REQUIREMENTS 14
A. A list of City approved products for use is available through the City’s website at: 15
https://apps.fortworthtexas.gov/ProjectResources/ and following the directory path: 16
1. 02-Construction Documents/Standard Products List 17
B. Only products specifically included on City’s Standard Product List in these Contract 18
Documents shall be allowed for use on the Project. 19
1. Any subsequently approved products will only be allowed for use upon specific 20
approval by the City. 21
C. Any specific product requirements in the Contract Documents supersede similar 22
products included on the City’s Standard Product List. 23
1. The City reserves the right to not allow products to be used for certain projects even 24
though the product is listed on the City’s Standard Product List. 25
D. Although a specific product is included on City’s Standard Product List, not all 26
products from that manufacturer are approved for use, including but not limited to, that 27
manufacturer’s standard product. 28
E. See Section 01 33 00 for submittal requirements of Product Data included on City’s 29
Standard Product List. 30
1.5 SUBMITTALS [NOT USED] 31
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 32
1.7 CLOSEOUT SUBMITTALS [NOT USED] 33
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 34
1.9 QUALITY ASSURANCE [NOT USED] 35
01 60 00 - 2
PRODUCT REQUIREMENTS
Page 2 of 2
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER
Revised March 9, 2020 CITY PROJECT NO. 105062-5
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1
1.11 FIELD [SITE] CONDITIONS [NOT USED] 2
1.12 WARRANTY [NOT USED] 3
PART 2 - PRODUCTS [NOT USED] 4
PART 3 - EXECUTION [NOT USED] 5
END OF SECTION 6
7
Revision Log
DATE NAME SUMMARY OF CHANGE
10/12/12 D. Johnson Modified Location of City’s Standard Product List
3/9/2020 D.V. Magana Removed reference to Buzzsaw and noted that the City approved products list is
accessible through the City website.
8
01 66 00 - 1
PRODUCT STORAGE AND HANDLING REQUIREMENTS
Page 1 of 4
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER
Revised July 1, 2011 CITY PROJECT NO. 105062-5
SECTION 01 66 00 1
PRODUCT STORAGE AND HANDLING REQUIREMENTS 2
PART 1 - GENERAL 3
1.1 SUMMARY 4
A. Section Includes: 5
1. Scheduling of product delivery 6
2. Packaging of products for delivery 7
3. Protection of products against damage from: 8
a. Handling 9
b. Exposure to elements or harsh environments 10
B. Deviations from this City of Fort Worth Standard Specification 11
1. None. 12
C. Related Specification Sections include, but are not necessarily limited to: 13
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 14
2. Division 1 – General Requirements 15
1.2 PRICE AND PAYMENT PROCEDURES 16
A. Measurement and Payment 17
1. Work associated with this Item is considered subsidiary to the various Items bid. 18
No separate payment will be allowed for this Item. 19
1.3 REFERENCES [NOT USED] 20
1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 21
1.5 SUBMITTALS [NOT USED] 22
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 23
1.7 CLOSEOUT SUBMITTALS [NOT USED] 24
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 25
1.9 QUALITY ASSURANCE [NOT USED] 26
1.10 DELIVERY AND HANDLING 27
A. Delivery Requirements 28
1. Schedule delivery of products or equipment as required to allow timely installation 29
and to avoid prolonged storage. 30
2. Provide appropriate personnel and equipment to receive deliveries. 31
3. Delivery trucks will not be permitted to wait extended periods of time on the Site 32
for personnel or equipment to receive the delivery. 33
01 66 00 - 2
PRODUCT STORAGE AND HANDLING REQUIREMENTS
Page 2 of 4
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER
Revised July 1, 2011 CITY PROJECT NO. 105062-5
4. Deliver products or equipment in manufacturer's original unbroken cartons or other 1
containers designed and constructed to protect the contents from physical or 2
environmental damage. 3
5. Clearly and fully mark and identify as to manufacturer, item and installation 4
location. 5
6. Provide manufacturer's instructions for storage and handling. 6
B. Handling Requirements 7
1. Handle products or equipment in accordance with these Contract Documents and 8
manufacturer’s recommendations and instructions. 9
C. Storage Requirements 10
1. Store materials in accordance with manufacturer’s recommendations and 11
requirements of these Specifications. 12
2. Make necessary provisions for safe storage of materials and equipment. 13
a. Place loose soil materials and materials to be incorporated into Work to prevent 14
damage to any part of Work or existing facilities and to maintain free access at 15
all times to all parts of Work and to utility service company installations in 16
vicinity of Work. 17
3. Keep materials and equipment neatly and compactly stored in locations that will 18
cause minimum inconvenience to other contractors, public travel, adjoining owners, 19
tenants and occupants. 20
a. Arrange storage to provide easy access for inspection. 21
4. Restrict storage to areas available on construction site for storage of material and 22
equipment as shown on Drawings, or approved by City’s Project Representative. 23
5. Provide off-site storage and protection when on-site storage is not adequate. 24
a. Provide addresses of and access to off-site storage locations for inspection by 25
City’s Project Representative. 26
6. Do not use lawns, grass plots or other private property for storage purposes without 27
written permission of owner or other person in possession or control of premises. 28
7. Store in manufacturers’ unopened containers. 29
8. Neatly, safely and compactly stack materials delivered and stored along line of 30
Work to avoid inconvenience and damage to property owners and general public 31
and maintain at least 3 feet from fire hydrant. 32
9. Keep public and private driveways and street crossings open. 33
10. Repair or replace damaged lawns, sidewalks, streets or other improvements to 34
satisfaction of City’s Project Representative. 35
a. Total length which materials may be distributed along route of construction at 36
one time is 1,000 linear feet, unless otherwise approved in writing by City’s 37
Project Representative. 38
01 66 00 - 3
PRODUCT STORAGE AND HANDLING REQUIREMENTS
Page 3 of 4
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER
Revised July 1, 2011 CITY PROJECT NO. 105062-5
1.11 FIELD [SITE] CONDITIONS [NOT USED] 1
1.12 WARRANTY [NOT USED] 2
PART 2 - PRODUCTS [NOT USED] 3
PART 3 - EXECUTION 4
3.1 INSTALLERS [NOT USED] 5
3.2 EXAMINATION [NOT USED] 6
3.3 PREPARATION [NOT USED] 7
3.4 ERECTION [NOT USED] 8
3.5 REPAIR / RESTORATION [NOT USED] 9
3.6 RE-INSTALLATION [NOT USED] 10
3.7 FIELD [OR] SITE QUALITY CONTROL 11
A. Tests and Inspections 12
1. Inspect all products or equipment delivered to the site prior to unloading. 13
B. Non-Conforming Work 14
1. Reject all products or equipment that are damaged, used or in any other way 15
unsatisfactory for use on the project. 16
3.8 SYSTEM STARTUP [NOT USED] 17
3.9 ADJUSTING [NOT USED] 18
3.10 CLEANING [NOT USED] 19
3.11 CLOSEOUT ACTIVITIES [NOT USED] 20
3.12 PROTECTION 21
A. Protect all products or equipment in accordance with manufacturer's written directions. 22
B. Store products or equipment in location to avoid physical damage to items while in 23
storage. 24
C. Protect equipment from exposure to elements and keep thoroughly dry if required by 25
the manufacturer. 26
3.13 MAINTENANCE [NOT USED] 27
3.14 ATTACHMENTS [NOT USED] 28
END OF SECTION 29
30
01 66 00 - 4
PRODUCT STORAGE AND HANDLING REQUIREMENTS
Page 4 of 4
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER
Revised July 1, 2011 CITY PROJECT NO. 105062-5
Revision Log
DATE NAME SUMMARY OF CHANGE
1
01 70 00 - 1
MOBILIZATION AND REMOBILIZATION
Page 1 of 4
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER
Revised November 22, 2016 CITY PROJECT NO. 105062-5
SECTION 01 70 00 1
MOBILIZATION AND REMOBILIZATION 2
PART 1 - GENERAL 3
1.1 SUMMARY 4
A. Section Includes: 5
1. Mobilization and Demobilization 6
a. Mobilization 7
1) Transportation of Contractor’s personnel, equipment, and operating supplies 8
to the Site 9
2) Establishment of necessary general facilities for the Contractor’s operation 10
at the Site 11
3) Premiums paid for performance and payment bonds 12
4) Transportation of Contractor’s personnel, equipment, and operating supplies 13
to another location within the designated Site 14
5) Relocation of necessary general facilities for the Contractor’s operation 15
from 1 location to another location on the Site. 16
b. Demobilization 17
1) Transportation of Contractor’s personnel, equipment, and operating supplies 18
away from the Site including disassembly 19
2) Site Clean-up 20
3) Removal of all buildings and/or other facilities assembled at the Site for this 21
Contract 22
c. Mobilization and Demobilization do not include activities for specific items of 23
work that are for which payment is provided elsewhere in the contract. 24
2. Remobilization 25
a. Remobilization for Suspension of Work specifically required in the Contract 26
Documents or as required by City includes: 27
1) Demobilization 28
a) Transportation of Contractor’s personnel, equipment, and operating 29
supplies from the Site including disassembly or temporarily securing 30
equipment, supplies, and other facilities as designated by the Contract 31
Documents necessary to suspend the Work. 32
b) Site Clean-up as designated in the Contract Documents 33
2) Remobilization 34
a) Transportation of Contractor’s personnel, equipment, and operating 35
supplies to the Site necessary to resume the Work. 36
b) Establishment of necessary general facilities for the Contractor’s 37
operation at the Site necessary to resume the Work. 38
3) No Payments will be made for: 39
a) Mobilization and Demobilization from one location to another on the 40
Site in the normal progress of performing the Work. 41
b) Stand-by or idle time 42
c) Lost profits 43
3. Mobilizations and Demobilization for Miscellaneous Projects 44
a. Mobilization and Demobilization 45
01 70 00 - 2
MOBILIZATION AND REMOBILIZATION
Page 2 of 4
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER
Revised November 22, 2016 CITY PROJECT NO. 105062-5
1) Mobilization shall consist of the activities and cost on a Work Order basis 1
necessary for: 2
a) Transportation of Contractor’s personnel, equipment, and operating 3
supplies to the Site for the issued Work Order. 4
b) Establishment of necessary general facilities for the Contractor’s 5
operation at the Site for the issued Work Order 6
2) Demobilization shall consist of the activities and cost necessary for: 7
a) Transportation of Contractor’s personnel, equipment, and operating 8
supplies from the Site including disassembly for each issued Work 9
Order 10
b) Site Clean-up for each issued Work Order 11
c) Removal of all buildings or other facilities assembled at the Site for 12
each Work Oder 13
b. Mobilization and Demobilization do not include activities for specific items of 14
work for which payment is provided elsewhere in the contract. 15
4. Emergency Mobilizations and Demobilization for Miscellaneous Projects 16
a. A Mobilization for Miscellaneous Projects when directed by the City and the 17
mobilization occurs within 24 hours of the issuance of the Work Order. 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
1.2 PRICE AND PAYMENT PROCEDURES 24
A. Measurement and Payment [Consult City Department/Division for direction on if 25
Mobilization pay item to be included or the item should be subsidiary. Include the 26
appropriate Section 1.2 A. 1.] 27
1. Mobilization and Demobilization 28
a. Measure 29
1) This Item is considered subsidiary to the various Items bid. 30
b. Payment 31
1) The work performed and materials furnished in accordance with this Item 32
are subsidiary to the various Items bid and no other compensation will be 33
allowed. 34
2. Remobilization for suspension of Work as specifically required in the Contract 35
Documents 36
a. Measurement 37
1) Measurement for this Item shall be per each remobilization performed. 38
b. Payment 39
1) The work performed and materials furnished in accordance with this Item 40
and measured as provided under “Measurement” will be paid for at the unit 41
price per each “Specified Remobilization” in accordance with Contract 42
Documents. 43
c. The price shall include: 44
1) Demobilization as described in Section 1.1.A.2.a.1) 45
2) Remobilization as described in Section 1.1.A.2.a.2) 46
01 70 00 - 3
MOBILIZATION AND REMOBILIZATION
Page 3 of 4
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER
Revised November 22, 2016 CITY PROJECT NO. 105062-5
d. No payments will be made for standby, idle time, or lost profits associated this 1
Item. 2
3. Remobilization for suspension of Work as required by City 3
a. Measurement and Payment 4
1) This shall be submitted as a Contract Claim in accordance with Article 10 5
of Section 00 72 00. 6
2) No payments will be made for standby, idle time, or lost profits associated 7
with this Item. 8
4. Mobilizations and Demobilizations for Miscellaneous Projects 9
a. Measurement 10
1) Measurement for this Item shall be for each Mobilization and 11
Demobilization required by the Contract Documents 12
b. Payment 13
1) The Work performed and materials furnished in accordance with this Item 14
and measured as provided under “Measurement” will be paid for at the unit 15
price per each “Work Order Mobilization” in accordance with Contract 16
Documents. Demobilization shall be considered subsidiary to mobilization 17
and shall not be paid for separately. 18
c. The price shall include: 19
1) Mobilization as described in Section 1.1.A.3.a.1) 20
2) Demobilization as described in Section 1.1.A.3.a.2) 21
d. No payments will be made for standby, idle time, or lost profits associated this 22
Item. 23
5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects 24
a. Measurement 25
1) Measurement for this Item shall be for each Mobilization and 26
Demobilization required by the Contract Documents 27
b. Payment 28
1) The Work performed and materials furnished in accordance with this Item 29
and measured as provided under “Measurement” will be paid for at the unit 30
price per each “Work Order Emergency Mobilization” in accordance with 31
Contract Documents. Demobilization shall be considered subsidiary to 32
mobilization and shall not be paid for separately. 33
c. The price shall include 34
1) Mobilization as described in Section 1.1.A.4.a) 35
2) Demobilization as described in Section 1.1.A.3.a.2) 36
d. No payments will be made for standby, idle time, or lost profits associated this 37
Item. 38
1.3 REFERENCES [NOT USED] 39
1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 40
1.5 SUBMITTALS [NOT USED] 41
1.6 INFORMATIONAL SUBMITTALS [NOT USED] 42
1.7 CLOSEOUT SUBMITTALS [NOT USED] 43
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 44
1.9 QUALITY ASSURANCE [NOT USED] 45
01 70 00 - 4
MOBILIZATION AND REMOBILIZATION
Page 4 of 4
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER
Revised November 22, 2016 CITY PROJECT NO. 105062-5
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1
1.11 FIELD [SITE] CONDITIONS [NOT USED] 2
1.12 WARRANTY [NOT USED] 3
PART 2 - PRODUCTS [NOT USED] 4
PART 3 - EXECUTION [NOT USED] 5
END OF SECTION 6
7
Revision Log
DATE NAME SUMMARY OF CHANGE
11/22/16 Michael Owen 1.2 Price and Payment Procedures - Revised specification, including blue text, to
make specification flexible for either subsidiary or paid bid item for Mobilization.
8
01 71 23 - 1
CONSTRUCTION STAKING AND SURVEY
Page 1 of 8
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER
Revised February 14, 2018 CITY PROJECT NO. 105062-5
SECTION 01 71 23 1
CONSTRUCTION STAKING AND SURVEY 2
PART 1 - GENERAL 3
1.1 SUMMARY 4
A. Section Includes: 5
1. Requirements for construction staking and construction survey 6
B. Deviations from this City of Fort Worth Standard Specification 7
1. None. 8
C. Related Specification Sections include, but are not necessarily limited to: 9
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 10
2. Division 1 – General Requirements 11
1.2 PRICE AND PAYMENT PROCEDURES 12
A. Measurement and Payment 13
1. Construction Staking 14
a. Measurement 15
1) Measurement for this Item shall be by lump sum. 16
b. Payment 17
1) The work performed and the materials furnished in accordance with this 18
Item shall be paid for at the lump sum price bid for “Construction Staking”. 19
2) Payment for “Construction Staking” shall be made in partial payments 20
prorated by work completed compared to total work included in the lump 21
sum item. 22
c. The price bid shall include, but not be limited to the following: 23
1) Verification of control data provided by City. 24
2) Placement, maintenance and replacement of required stakes and markings 25
in the field. 26
3) Preparation and submittal of construction staking documentation in the 27
form of “cut sheets” using the City’s standard template. 28
2. Construction Survey 29
a. Measurement 30
1) This Item is considered subsidiary to the various Items bid. 31
b. Payment 32
1) The work performed and the materials furnished in accordance with this 33
Item are subsidiary to the various Items bid and no other compensation will be 34
allowed. 35
3. As-Built Survey 36
a. Measurement 37
1) Measurement for this Item shall be by lump sum. 38
b. Payment 39
1) The work performed and the materials furnished in accordance with this 40
Item shall be paid for at the lump sum price bid for “As-Built Survey”. 41
01 71 23 - 2
CONSTRUCTION STAKING AND SURVEY
Page 2 of 8
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER
Revised February 14, 2018 CITY PROJECT NO. 105062-5
2) Payment for “Construction Staking” shall be made in partial payments 1
prorated by work completed compared to total work included in the lump sum 2
item. 3
c. The price bid shall include, but not be limited to the following:: 4
1) Field measurements and survey shots to identify location of completed 5
facilities. 6
2) Documentation and submittal of as-built survey data onto contractor redline 7
plans and digital survey files. 8
9
1.3 REFERENCES 10
A. Definitions 11
1. Construction Survey - The survey measurements made prior to or while 12
construction is in progress to control elevation, horizontal position, dimensions and 13
configuration of structures/improvements included in the Project Drawings. 14
2. As-built Survey –The measurements made after the construction of the 15
improvement features are complete to provide position coordinates for the features 16
of a project. 17
3. Construction Staking – The placement of stakes and markings to provide offsets 18
and elevations to cut and fill in order to locate on the ground the designed 19
structures/improvements included in the Project Drawings. Construction staking 20
shall include staking easements and/or right of way if indicated on the plans. 21
4. Survey “Field Checks” – Measurements made after construction staking is 22
completed and before construction work begins to ensure that structures marked on 23
the ground are accurately located per Project Drawings. 24
B. Technical References 25
1. City of Fort Worth – Construction Staking Standards (available on City’s Buzzsaw 26
website) – 01 71 23.16.01_ Attachment A_Survey Staking Standards 27
2. City of Fort Worth - Standard Survey Data Collector Library (fxl) files (available 28
on City’s Buzzsaw website). 29
3. Texas Department of Transportation (TxDOT) Survey Manual, latest revision 30
4. Texas Society of Professional Land Surveyors (TSPS), Manual of Practice for Land 31
Surveying in the State of Texas, Category 5 32
33
1.4 ADMINISTRATIVE REQUIREMENTS 34
A. The Contractor’s selection of a surveyor must comply with Texas Government 35
Code 2254 (qualifications based selection) for this project. 36
1.5 SUBMITTALS 37
A. Submittals, if required, shall be in accordance with Section 01 33 00. 38
B. All submittals shall be received and reviewed by the City prior to delivery of work. 39
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 40
A. Field Quality Control Submittals 41
01 71 23 - 3
CONSTRUCTION STAKING AND SURVEY
Page 3 of 8
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER
Revised February 14, 2018 CITY PROJECT NO. 105062-5
1. Documentation verifying accuracy of field engineering work, including coordinate 1
conversions if plans do not indicate grid or ground coordinates. 2
2. Submit “Cut-Sheets” conforming to the standard template provided by the City 3
(refer to 01 71 23.16.01 – Attachment A – Survey Staking Standards). 4
1.7 CLOSEOUT SUBMITTALS 5
B. As-built Redline Drawing Submittal 6
1. Submit As-Built Survey Redline Drawings documenting the locations/elevations of 7
constructed improvements signed and sealed by Registered Professional Land 8
Surveyor (RPLS) responsible for the work (refer to 01 71 23.16.01 – Attachment A 9
– Survey Staking Standards) . 10
2. Contractor shall submit the proposed as-built and completed redline drawing 11
submittal one (1) week prior to scheduling the project final inspection for City 12
review and comment. Revisions, if necessary, shall be made to the as-built redline 13
drawings and resubmitted to the City prior to scheduling the construction final 14
inspection. 15
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 16
1.9 QUALITY ASSURANCE 17
A. Construction Staking 18
1. Construction staking will be performed by the Contractor. 19
2. Coordination 20
a. Contact City’s Project Representative at least one week in advance notifying 21
the City of when Construction Staking is scheduled. 22
b. It is the Contractor’s responsibility to coordinate staking such that 23
construction activities are not delayed or negatively impacted. 24
3. General 25
a. Contractor is responsible for preserving and maintaining stakes. If City 26
surveyors are required to re-stake for any reason, the Contractor will be 27
responsible for costs to perform staking. If in the opinion of the City, a 28
sufficient number of stakes or markings have been lost, destroyed disturbed or 29
omitted that the contracted Work cannot take place then the Contractor will be 30
required to stake or re-stake the deficient areas. 31
B. Construction Survey 32
1. Construction Survey will be performed by the Contractor. 33
2. Coordination 34
a. Contractor to verify that horizontal and vertical control data established in the 35
design survey and required for construction survey is available and in place. 36
3. General 37
a. Construction survey will be performed in order to construct the work shown 38
on the Construction Drawings and specified in the Contract Documents. 39
b. For construction methods other than open cut, the Contractor shall perform 40
construction survey and verify control data including, but not limited to, the 41
following: 42
1) Verification that established benchmarks and control are accurate. 43
2) Use of Benchmarks to furnish and maintain all reference lines and grades 44
for tunneling. 45
01 71 23 - 4
CONSTRUCTION STAKING AND SURVEY
Page 4 of 8
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER
Revised February 14, 2018 CITY PROJECT NO. 105062-5
3) Use of line and grades to establish the location of the pipe. 1
4) Submit to the City copies of field notesused to establish all lines and 2
grades, if requested, and allow the City to check guidance system setup prior 3
to beginning each tunneling drive. 4
5) Provide access for the City, if requested, to verify the guidance system and 5
the line and grade of the carrier pipe. 6
6) The Contractor remains fully responsible for the accuracy of the work and 7
correction of it, as required. 8
7) Monitor line and grade continuously during construction. 9
8) Record deviation with respect to design line and grade once at each pipe 10
joint and submit daily records to the City. 11
9) If the installation does not meet the specified tolerances (as outlined in 12
Sections 33 05 23 and/or 33 05 24), immediately notify the City and correct 13
the installation in accordance with the Contract Documents. 14
C. As-Built Survey 15
1. Required As-Built Survey will be performed by the Contractor. 16
2. Coordination 17
a. Contractor is to coordinate with City to confirm which features require as-18
built surveying. 19
b. It is the Contractor’s responsibility to coordinate the as-built survey and 20
required measurements for items that are to be buried such that construction 21
activities are not delayed or negatively impacted. 22
c. For sewer mains and water mains 12” and under in diameter, it is acceptable 23
to physically measure depth and mark the location during the progress of 24
construction and take as-built survey after the facility has been buried. The 25
Contractor is responsible for the quality control needed to ensure accuracy. 26
3. General 27
a. The Contractor shall provide as-built survey including the elevation and 28
location (and provide written documentation to the City) of construction 29
features during the progress of the construction including the following: 30
1) Water Lines 31
a) Top of pipe elevations and coordinates for waterlines at the following 32
locations: 33
(1) Minimum every 250 linear feet, including 34
(2) Horizontal and vertical points of inflection, curvature, 35
etc. 36
(3) Fire line tee 37
(4) Plugs, stub-outs, dead-end lines 38
(5) Casing pipe (each end) and all buried fittings 39
2) Sanitary Sewer 40
a) Top of pipe elevations and coordinates for force mains and siphon 41
sanitary sewer lines (non-gravity facilities) at the following locations: 42
(1) Minimum every 250 linear feet and any buried fittings 43
(2) Horizontal and vertical points of inflection, curvature, 44
etc. 45
3) Stormwater – Not Applicable 46
b. The Contractor shall provide as-built survey including the elevation and 47
location (and provide written documentation to the City) of construction 48
features after the construction is completed including the following: 49
01 71 23 - 5
CONSTRUCTION STAKING AND SURVEY
Page 5 of 8
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER
Revised February 14, 2018 CITY PROJECT NO. 105062-5
1) Manholes 1
a) Rim and flowline elevations and coordinates for each manhole 2
2) Water Lines 3
a) Cathodic protection test stations 4
b) Sampling stations 5
c) Meter boxes/vaults (All sizes) 6
d) Fire hydrants 7
e) Valves (gate, butterfly, etc.) 8
f) Air Release valves (Manhole rim and vent pipe) 9
g) Blow off valves (Manhole rim and valve lid) 10
h) Pressure plane valves 11
i) Underground Vaults 12
(1) Rim and flowline elevations and coordinates for each 13
Underground Vault. 14
3) Sanitary Sewer 15
a) Cleanouts 16
(1) Rim and flowline elevations and coordinates for each 17
b) Manholes and Junction Structures 18
(1) Rim and flowline elevations and coordinates for each 19
manhole and junction structure. 20
4) Stormwater – Not Applicable 21
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 22
1.11 FIELD [SITE] CONDITIONS [NOT USED] 23
1.12 WARRANTY 24
PART 2 - PRODUCTS 25
A. A construction survey will produce, but will not be limited to: 26
1. Recovery of relevant control points, points of curvature and points of intersection. 27
2. Establish temporary horizontal and vertical control elevations (benchmarks) 28
sufficiently permanent and located in a manner to be used throughout construction. 29
3. The location of planned facilities, easements and improvements. 30
a. Establishing final line and grade stakes for piers, floors, grade beams, parking 31
areas, utilities, streets, highways, tunnels, and other construction. 32
b. A record of revisions or corrections noted in an orderly manner for reference. 33
c. A drawing, when required by the client, indicating the horizontal and vertical 34
location of facilities, easements and improvements, as built. 35
4. Cut sheets shall be provided to the City inspector and Survey Superintendent for all 36
construction staking projects. These cut sheets shall be on the standard city template 37
which can be obtained from the Survey Superintendent (817-392-7925). 38
5. Digital survey files in the following formats shall be acceptable: 39
a. AutoCAD (.dwg) 40
b. ESRI Shapefile (.shp) 41
c. CSV file (.csv), formatted with X and Y coordinates in separate columns (use 42
standard templates, if available) 43
01 71 23 - 6
CONSTRUCTION STAKING AND SURVEY
Page 6 of 8
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER
Revised February 14, 2018 CITY PROJECT NO. 105062-5
6. Survey files shall include vertical and horizontal data tied to original project 1
control and benchmarks, and shall include feature descriptions 2
PART 3 - EXECUTION 3
3.1 INSTALLERS 4
A. Tolerances: 5
1. The staked location of any improvement or facility should be as accurate as 6
practical and necessary. The degree of precision required is dependent on many 7
factors all of which must remain judgmental. The tolerances listed hereafter are 8
based on generalities and, under certain circumstances, shall yield to specific 9
requirements. The surveyor shall assess any situation by review of the overall plans 10
and through consultation with responsible parties as to the need for specific 11
tolerances. 12
a. Earthwork: Grades for earthwork or rough cut should not exceed 0.1 ft. vertical 13
tolerance. Horizontal alignment for earthwork and rough cut should not exceed 14
1.0 ft. tolerance. 15
b. Horizontal alignment on a structure shall be within .0.1ft tolerance. 16
c. Paving or concrete for streets, curbs, gutters, parking areas, drives, alleys and 17
walkways shall be located within the confines of the site boundaries and, 18
occasionally, along a boundary or any other restrictive line. Away from any 19
restrictive line, these facilities should be staked with an accuracy producing no 20
more than 0.05ft. tolerance from their specified locations. 21
d. Underground and overhead utilities, such as sewers, gas, water, telephone and 22
electric lines, shall be located horizontally within their prescribed areas or 23
easements. Within assigned areas, these utilities should be staked with an 24
accuracy producing no more than 0.1 ft tolerance from a specified location. 25
e. The accuracy required for the vertical location of utilities varies widely. Many 26
underground utilities require only a minimum cover and a tolerance of 0.1 ft. 27
should be maintained. Underground and overhead utilities on planned profile, 28
but not depending on gravity flow for performance, should not exceed 0.1 ft. 29
tolerance. 30
B. Surveying instruments shall be kept in close adjustment according to manufacturer’s 31
specifications or in compliance to standards. The City reserves the right to request a 32
calibration report at any time and recommends regular maintenance schedule be 33
performed by a certified technician every 6 months. 34
1. Field measurements of angles and distances shall be done in such fashion as to 35
satisfy the closures and tolerances expressed in Part 3.1.A. 36
2. Vertical locations shall be established from a pre-established benchmark and 37
checked by closing to a different bench mark on the same datum. 38
3. Construction survey field work shall correspond to the client’s plans. Irregularities 39
or conflicts found shall be reported promptly to the City. 40
4. Revisions, corrections and other pertinent data shall be logged for future reference. 41
42
3.2 EXAMINATION [NOT USED] 43
01 71 23 - 7
CONSTRUCTION STAKING AND SURVEY
Page 7 of 8
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER
Revised February 14, 2018 CITY PROJECT NO. 105062-5
3.3 PREPARATION [NOT USED] 1
3.4 APPLICATION 2
3.5 REPAIR / RESTORATION 3
A. If the Contractor’s work damages or destroys one or more of the control 4
monuments/points set by the City, the monuments shall be adequately referenced for 5
expedient restoration. 6
1. Notify City if any control data needs to be restored or replaced due to damage 7
caused during construction operations. 8
a. Contractor shall perform replacements and/or restorations. 9
b. The City may require at any time a survey “Field Check” of any monument 10
or benchmarks that are set be verified by the City surveyors before further 11
associated work can move forward. 12
3.6 RE-INSTALLATION [NOT USED] 13
3.7 FIELD [OR] SITE QUALITY CONTROL 14
A. It is the Contractor’s responsibility to maintain all stakes and control data placed by the 15
City in accordance with this Specification. This includes easements and right of way, if 16
noted on the plans. 17
B. Do not change or relocate stakes or control data without approval from the City. 18
3.8 SYSTEM STARTUP 19
A. Survey Checks 20
1. The City reserves the right to perform a Survey Check at any time deemed 21
necessary. 22
2. Checks by City personnel or 3rd party contracted surveyor are not intended to 23
relieve the contractor of his/her responsibility for accuracy. 24
25
3.9 ADJUSTING [NOT USED] 26
3.10 CLEANING [NOT USED] 27
3.11 CLOSEOUT ACTIVITIES [NOT USED] 28
3.12 PROTECTION [NOT USED] 29
3.13 MAINTENANCE [NOT USED] 30
3.14 ATTACHMENTS [NOT USED] 31
END OF SECTION 32
33
Revision Log
DATE NAME SUMMARY OF CHANGE
01 71 23 - 8
CONSTRUCTION STAKING AND SURVEY
Page 8 of 8
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER
Revised February 14, 2018 CITY PROJECT NO. 105062-5
8/31/2012 D. Johnson
8/31/2017 M. Owen
Added instruction and modified measurement & payment under 1.2; added
definitions and references under 1.3; modified 1.6; added 1.7 closeout submittal
requirements; modified 1.9 Quality Assurance; added PART 2 – PRODUCTS ;
Added 3.1 Installers; added 3.5 Repair/Restoration; and added 3.8 System Startup.
2/14/2018 M Owen
Removed “blue text”; revised measurement and payment sections for Construction
Staking and As-Built Survey; added reference to selection compliance with TGC
2254; revised action and Closeout submittal requirements; added acceptable depth
measurement criteria; revised list of items requiring as -built survey “during” and
“after” construction; and revised acceptable digital survey file format
1
01 74 23 - 1
CLEANING
Page 1 of 4
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER
Revised July 1, 2011 CITY PROJECT NO. 105062-5
SECTION 01 74 23 1
CLEANING 2
PART 1 - GENERAL 3
1.1 SUMMARY 4
A. Section Includes: 5
1. Intermediate and final cleaning for Work not including special cleaning of closed 6
systems specified elsewhere 7
B. Deviations from this City of Fort Worth Standard Specification 8
1. None. 9
C. Related Specification Sections include, but are not necessarily limited to: 10
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 11
2. Division 1 – General Requirements 12
3. Section 32 92 13 – Hydro-Mulching, Seeding and Sodding 13
1.2 PRICE AND PAYMENT PROCEDURES 14
A. Measurement and Payment 15
1. Work associated with this Item is considered subsidiary to the various Items bid. 16
No separate payment will be allowed for this Item. 17
1.3 REFERENCES [NOT USED] 18
1.4 ADMINISTRATIVE REQUIREMENTS 19
A. Scheduling 20
1. Schedule cleaning operations so that dust and other contaminants disturbed by 21
cleaning process will not fall on newly painted surfaces. 22
2. Schedule final cleaning upon completion of Work and immediately prior to final 23
inspection. 24
1.5 SUBMITTALS [NOT USED] 25
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 26
1.7 CLOSEOUT SUBMITTALS [NOT USED] 27
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 28
1.9 QUALITY ASSURANCE [NOT USED] 29
1.10 STORAGE, AND HANDLING 30
A. Storage and Handling Requirements 31
1. Store cleaning products and cleaning wastes in containers specifically designed for 32
those materials. 33
01 74 23 - 2
CLEANING
Page 2 of 4
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER
Revised July 1, 2011 CITY PROJECT NO. 105062-5
1.11 FIELD [SITE] CONDITIONS [NOT USED] 1
1.12 WARRANTY [NOT USED] 2
PART 2 - PRODUCTS 3
2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 4
2.2 MATERIALS 5
A. Cleaning Agents 6
1. Compatible with surface being cleaned 7
2. New and uncontaminated 8
3. For manufactured surfaces 9
a. Material recommended by manufacturer 10
2.3 ACCESSORIES [NOT USED] 11
2.4 SOURCE QUALITY CONTROL [NOT USED] 12
PART 3 - EXECUTION 13
3.1 INSTALLERS [NOT USED] 14
3.2 EXAMINATION [NOT USED] 15
3.3 PREPARATION [NOT USED] 16
3.4 APPLICATION [NOT USED] 17
3.5 REPAIR / RESTORATION [NOT USED] 18
3.6 RE-INSTALLATION [NOT USED] 19
3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 20
3.8 SYSTEM STARTUP [NOT USED] 21
3.9 ADJUSTING [NOT USED] 22
3.10 CLEANING 23
A. General 24
1. Prevent accumulation of wastes that create hazardous conditions. 25
2. Conduct cleaning and disposal operations to comply with laws and safety orders of 26
governing authorities. 27
3. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in 28
storm or sanitary drains or sewers. 29
4. Dispose of degradable debris at an approved solid waste disposal site. 30
5. Dispose of nondegradable debris at an approved solid waste disposal site or in an 31
alternate manner approved by City and regulatory agencies. 32
01 74 23 - 3
CLEANING
Page 3 of 4
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER
Revised July 1, 2011 CITY PROJECT NO. 105062-5
6. Handle materials in a controlled manner with as few handlings as possible. 1
7. Thoroughly clean, sweep, wash and polish all Work and equipment associated with 2
this project. 3
8. Remove all signs of temporary construction and activities incidental to construction 4
of required permanent Work. 5
9. If project is not cleaned to the satisfaction of the City, the City reserves the right to 6
have the cleaning completed at the expense of the Contractor. 7
10. Do not burn on-site. 8
B. Intermediate Cleaning during Construction 9
1. Keep Work areas clean so as not to hinder health, safety or convenience of 10
personnel in existing facility operations. 11
2. At maximum weekly intervals, dispose of waste materials, debris and rubbish. 12
3. Confine construction debris daily in strategically located container(s): 13
a. Cover to prevent blowing by wind 14
b. Store debris away from construction or operational activities 15
c. Haul from site at a minimum of once per week 16
4. Vacuum clean interior areas when ready to receive finish painting. 17
a. Continue vacuum cleaning on an as-needed basis, until Final Acceptance. 18
5. Prior to storm events, thoroughly clean site of all loose or unsecured items, which 19
may become airborne or transported by flowing water during the storm. 20
C. Interior Final Cleaning 21
1. Remove grease, mastic, adhesives, dust, dirt, stains, fingerprints, labels and other 22
foreign materials from sight-exposed surfaces. 23
2. Wipe all lighting fixture reflectors, lenses, lamps and trims clean. 24
3. Wash and shine glazing and mirrors. 25
4. Polish glossy surfaces to a clear shine. 26
5. Ventilating systems 27
a. Clean permanent filters and replace disposable filters if units were operated 28
during construction. 29
b. Clean ducts, blowers and coils if units were operated without filters during 30
construction. 31
6. Replace all burned out lamps. 32
7. Broom clean process area floors. 33
8. Mop office and control room floors. 34
D. Exterior (Site or Right of Way) Final Cleaning 35
1. Remove trash and debris containers from site. 36
a. Re-seed areas disturbed by location of trash and debris containers in accordance 37
with Section 32 92 13. 38
2. Sweep roadway to remove all rocks, pieces of asphalt, concrete or any other object 39
that may hinder or disrupt the flow of traffic along the roadway. 40
3. Clean any interior areas including, but not limited to, vaults, manholes, structures, 41
junction boxes and inlets. 42
4. If no longer required for maintenance of erosion facilities, and upon approval by 43
City, remove erosion control from site. 44
01 74 23 - 4
CLEANING
Page 4 of 4
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER
Revised July 1, 2011 CITY PROJECT NO. 105062-5
5. Clean signs, lights, signals, etc. 1
3.11 CLOSEOUT ACTIVITIES [NOT USED] 2
3.12 PROTECTION [NOT USED] 3
3.13 MAINTENANCE [NOT USED] 4
3.14 ATTACHMENTS [NOT USED] 5
END OF SECTION 6
7
Revision Log
DATE NAME SUMMARY OF CHANGE
8
01 77 19 - 1
CLOSEOUT REQUIREMENTS
Page 1 of 3
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER
Revised March 22, 2021 CITY PROJECT NO. 105062-5
SECTION 01 77 19 1
CLOSEOUT REQUIREMENTS 2
PART 1 - GENERAL 3
1.1 SUMMARY 4
A. Section Includes: 5
1. The procedure for closing out a contract 6
B. Deviations from this City of Fort Worth Standard Specification 7
1. None. 8
C. Related Specification Sections include, but are not necessarily limited to: 9
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 10
2. Division 1 – General Requirements 11
1.2 PRICE AND PAYMENT PROCEDURES 12
A. Measurement and Payment 13
1. Work associated with this Item is considered subsidiary to the various Items bid. 14
No separate payment will be allowed for this Item. 15
1.3 REFERENCES [NOT USED] 16
1.4 ADMINISTRATIVE REQUIREMENTS 17
A. Guarantees, Bonds and Affidavits 18
1. No application for final payment will be accepted until all guarantees, bonds, 19
certificates, licenses and affidavits required for Work or equipment as specified are 20
satisfactorily filed with the City. 21
B. Release of Liens or Claims 22
1. No application for final payment will be accepted until satisfactory evidence of 23
release of liens has been submitted to the City. 24
1.5 SUBMITTALS 25
A. Submit all required documentation to City’s Project Representative. 26
01 77 19 - 2
CLOSEOUT REQUIREMENTS
Page 2 of 3
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER
Revised March 22, 2021 CITY PROJECT NO. 105062-5
1.6 INFORMATIONAL SUBMITTALS [NOT USED] 1
1.7 CLOSEOUT SUBMITTALS [NOT USED] 2
PART 2 - PRODUCTS [NOT USED] 3
PART 3 - EXECUTION 4
3.1 INSTALLERS [NOT USED] 5
3.2 EXAMINATION [NOT USED] 6
3.3 PREPARATION [NOT USED] 7
3.4 CLOSEOUT PROCEDURE 8
A. Prior to requesting Final Inspection, submit: 9
1. Project Record Documents in accordance with Section 01 78 39 10
2. Operation and Maintenance Data, if required, in accordance with Section 01 78 23 11
B. Prior to requesting Final Inspection, perform final cleaning in accordance with Section 12
01 74 23. 13
C. Final Inspection 14
1. After final cleaning, provide notice to the City Project Representative that the Work 15
is completed. 16
a. The City will make an initial Final Inspection with the Contractor present. 17
b. Upon completion of this inspection, the City will notify the Contractor, in 18
writing within 10 business days, of any particulars in which this inspection 19
reveals that the Work is defective or incomplete. 20
2. Upon receiving written notice from the City, immediately undertake the Work 21
required to remedy deficiencies and complete the Work to the satisfaction of the 22
City. 23
3. The Right-of-way shall be cleared of all construction materials, barricades, and 24
temporary signage. 25
4. Upon completion of Work associated with the items listed in the City's written 26
notice, inform the City, that the required Work has been completed. Upon receipt 27
of this notice, the City, in the presence of the Contractor, will make a subsequent 28
Final Inspection of the project. 29
5. Provide all special accessories required to place each item of equipment in full 30
operation. These special accessory items include, but are not limited to: 31
a. Specified spare parts 32
b. Adequate oil and grease as required for the first lubrication of the equipment 33
c. Initial fill up of all chemical tanks and fuel tanks 34
d. Light bulbs 35
e. Fuses 36
f. Vault keys 37
g. Handwheels 38
01 77 19 - 3
CLOSEOUT REQUIREMENTS
Page 3 of 3
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER
Revised March 22, 2021 CITY PROJECT NO. 105062-5
h. Other expendable items as required for initial start-up and operation of all 1
equipment 2
D. Notice of Project Completion 3
1. Once the City Project Representative finds the Work subsequent to Final Inspection 4
to be satisfactory, the City will issue a Notice of Project Completion (Green Sheet). 5
E. Supporting Documentation 6
1. Coordinate with the City Project Representative to complete the following 7
additional forms: 8
a. Final Payment Request 9
b. Statement of Contract Time 10
c. Affidavit of Payment and Release of Liens 11
d. Consent of Surety to Final Payment 12
e. Pipe Report (if required) 13
f. Contractor’s Evaluation of City 14
g. Performance Evaluation of Contractor 15
F. Letter of Final Acceptance 16
1. Upon review and acceptance of Notice of Project Completion and Supporting 17
Documentation, in accordance with General Conditions, City will issue Letter of 18
Final Acceptance and release the Final Payment Request for payment. 19
3.5 REPAIR / RESTORATION [NOT USED] 20
3.6 RE-INSTALLATION [NOT USED] 21
3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 22
3.8 SYSTEM STARTUP [NOT USED] 23
3.9 ADJUSTING [NOT USED] 24
3.10 CLEANING [NOT USED] 25
3.11 CLOSEOUT ACTIVITIES [NOT USED] 26
3.12 PROTECTION [NOT USED] 27
3.13 MAINTENANCE [NOT USED] 28
3.14 ATTACHMENTS [NOT USED] 29
END OF SECTION 30
Revision Log
DATE NAME SUMMARY OF CHANGE
3/22/2021 M. Owen 3.4.C Added language to clarify and emphasize requirement to “Clearing ROW”
31
01 78 23 - 1
OPERATION AND MAINTENANCE DATA
Page 1 of 5
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER
Revised December 20, 2012 CITY PROJECT NO. 105062-5
SECTION 01 78 23 1
OPERATION AND MAINTENANCE DATA 2
PART 1 - GENERAL 3
1.1 SUMMARY 4
A. Section Includes: 5
1. Product data and related information appropriate for City's maintenance and 6
operation of products furnished under Contract 7
2. Such products may include, but are not limited to: 8
a. Traffic Controllers 9
b. Irrigation Controllers (to be operated by the City) 10
c. Butterfly Valves 11
B. Deviations from this City of Fort Worth Standard Specification 12
1. None. 13
C. Related Specification Sections include, but are not necessarily limited to: 14
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 15
2. Division 1 – General Requirements 16
1.2 PRICE AND PAYMENT PROCEDURES 17
A. Measurement and Payment 18
1. Work associated with this Item is considered subsidiary to the various Items bid. 19
No separate payment will be allowed for this Item. 20
1.3 REFERENCES [NOT USED] 21
1.4 ADMINISTRATIVE REQUIREMENTS 22
A. Schedule 23
1. Submit manuals in final form to the City within 30 calendar days of product 24
shipment to the project site. 25
1.5 SUBMITTALS 26
A. Submittals shall be in accordance with Section 01 33 00 . All submittals shall be 27
approved by the City prior to delivery. 28
1.6 INFORMATIONAL SUBMITTALS 29
A. Submittal Form 30
1. Prepare data in form of an instructional manual for use by City personnel. 31
2. Format 32
a. Size: 8 ½ inches x 11 inches 33
b. Paper 34
1) 40 pound minimum, white, for typed pages 35
2) Holes reinforced with plastic, cloth or metal 36
c. Text: Manufacturer’s printed data, or neatly typewritten 37
01 78 23 - 2
OPERATION AND MAINTENANCE DATA
Page 2 of 5
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER
Revised December 20, 2012 CITY PROJECT NO. 105062-5
d. Drawings 1
1) Provide reinforced punched binder tab, bind in with text 2
2) Reduce larger drawings and fold to size of text pages. 3
e. Provide fly-leaf for each separate product, or each piece of operating 4
equipment. 5
1) Provide typed description of product, and major component parts of 6
equipment. 7
2) Provide indexed tabs. 8
f. Cover 9
1) Identify each volume with typed or printed title "OPERATING AND 10
MAINTENANCE INSTRUCTIONS". 11
2) List: 12
a) Title of Project 13
b) Identity of separate structure as applicable 14
c) Identity of general subject matter covered in the manual 15
3. Binders 16
a. Commercial quality 3-ring binders with durable and cleanable plastic covers 17
b. When multiple binders are used, correlate the data into related consistent 18
groupings. 19
4. If available, provide an electronic form of the O&M Manual. 20
B. Manual Content 21
1. Neatly typewritten table of contents for each volume, arranged in systematic order 22
a. Contractor, name of responsible principal, address and telephone number 23
b. A list of each product required to be included, indexed to content of the volume 24
c. List, with each product: 25
1) The name, address and telephone number of the subcontractor or installer 26
2) A list of each product required to be included, indexed to content of the 27
volume 28
3) Identify area of responsibility of each 29
4) Local source of supply for parts and replacement 30
d. Identify each product by product name and other identifying symbols as set 31
forth in Contract Documents. 32
2. Product Data 33
a. Include only those sheets which are pertinent to the specific product. 34
b. Annotate each sheet to: 35
1) Clearly identify specific product or part installed 36
2) Clearly identify data applicable to installation 37
3) Delete references to inapplicable information 38
3. Drawings 39
a. Supplement product data with drawings as necessary to clearly illustrate: 40
1) Relations of component parts of equipment and systems 41
2) Control and flow diagrams 42
b. Coordinate drawings with information in Project Record Documents to assure 43
correct illustration of completed installation. 44
c. Do not use Project Record Drawings as maintenance drawings. 45
4. Written text, as required to supplement product data for the particular installation: 46
a. Organize in consistent format under separate headings for different procedures. 47
b. Provide logical sequence of instructions of each procedure. 48
01 78 23 - 3
OPERATION AND MAINTENANCE DATA
Page 3 of 5
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER
Revised December 20, 2012 CITY PROJECT NO. 105062-5
5. Copy of each warranty, bond and service contract issued 1
a. Provide information sheet for City personnel giving: 2
1) Proper procedures in event of failure 3
2) Instances which might affect validity of warranties or bonds 4
C. Manual for Materials and Finishes 5
1. Submit 5 copies of complete manual in final form. 6
2. Content, for architectural products, applied materials and finishes: 7
a. Manufacturer's data, giving full information on products 8
1) Catalog number, size, composition 9
2) Color and texture designations 10
3) Information required for reordering special manufactured products 11
b. Instructions for care and maintenance 12
1) Manufacturer's recommendation for types of cleaning agents and methods 13
2) Cautions against cleaning agents and methods which are detrimental to 14
product 15
3) Recommended schedule for cleaning and maintenance 16
3. Content, for moisture protection and weather exposure products: 17
a. Manufacturer's data, giving full information on products 18
1) Applicable standards 19
2) Chemical composition 20
3) Details of installation 21
b. Instructions for inspection, maintenance and repair 22
D. Manual for Equipment and Systems 23
1. Submit 5 copies of complete manual in final form. 24
2. Content, for each unit of equipment and system, as appropriate: 25
a. Description of unit and component parts 26
1) Function, normal operating characteristics and limiting conditions 27
2) Performance curves, engineering data and tests 28
3) Complete nomenclature and commercial number of replaceable parts 29
b. Operating procedures 30
1) Start-up, break-in, routine and normal operating instructions 31
2) Regulation, control, stopping, shut-down and emergency instructions 32
3) Summer and winter operating instructions 33
4) Special operating instructions 34
c. Maintenance procedures 35
1) Routine operations 36
2) Guide to "trouble shooting" 37
3) Disassembly, repair and reassembly 38
4) Alignment, adjusting and checking 39
d. Servicing and lubrication schedule 40
1) List of lubricants required 41
e. Manufacturer's printed operating and maintenance instructions 42
f. Description of sequence of operation by control manufacturer 43
1) Predicted life of parts subject to wear 44
2) Items recommended to be stocked as spare parts 45
g. As installed control diagrams by controls manufacturer 46
h. Each contractor's coordination drawings 47
1) As installed color coded piping diagrams 48
01 78 23 - 4
OPERATION AND MAINTENANCE DATA
Page 4 of 5
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER
Revised December 20, 2012 CITY PROJECT NO. 105062-5
i. Charts of valve tag numbers, with location and function of each valve 1
j. List of original manufacturer's spare parts, manufacturer's current prices, and 2
recommended quantities to be maintained in storage 3
k. Other data as required under pertinent Sections of Specifications 4
3. Content, for each electric and electronic system, as appropriate: 5
a. Description of system and component parts 6
1) Function, normal operating characteristics, and limiting conditions 7
2) Performance curves, engineering data and tests 8
3) Complete nomenclature and commercial number of replaceable parts 9
b. Circuit directories of panelboards 10
1) Electrical service 11
2) Controls 12
3) Communications 13
c. As installed color coded wiring diagrams 14
d. Operating procedures 15
1) Routine and normal operating instructions 16
2) Sequences required 17
3) Special operating instructions 18
e. Maintenance procedures 19
1) Routine operations 20
2) Guide to "trouble shooting" 21
3) Disassembly, repair and reassembly 22
4) Adjustment and checking 23
f. Manufacturer's printed operating and maintenance instructions 24
g. List of original manufacturer's spare parts, manufacturer's current prices, and 25
recommended quantities to be maintained in storage 26
h. Other data as required under pertinent Sections of Specifications 27
4. Prepare and include additional data when the need for such data becomes apparent 28
during instruction of City's personnel. 29
1.7 CLOSEOUT SUBMITTALS [NOT USED] 30
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 31
1.9 QUALITY ASSURANCE 32
A. Provide operation and maintenance data by personnel with the following criteria: 33
1. Trained and experienced in maintenance and operation of described products 34
2. Skilled as technical writer to the extent required to communicate essential data 35
3. Skilled as draftsman competent to prepare required drawings 36
01 78 23 - 5
OPERATION AND MAINTENANCE DATA
Page 5 of 5
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER
Revised December 20, 2012 CITY PROJECT NO. 105062-5
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1
1.11 FIELD [SITE] CONDITIONS [NOT USED] 2
1.12 WARRANTY [NOT USED] 3
PART 2 - PRODUCTS [NOT USED] 4
PART 3 - EXECUTION [NOT USED] 5
END OF SECTION 6
7
Revision Log
DATE NAME SUMMARY OF CHANGE
8/31/2012 D. Johnson 1.5.A.1 – title of section removed
8
01 78 39 - 1
PROJECT RECORD DOCUMENTS
Page 1 of 4
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER
Revised July 1, 2011 CITY PROJECT NO. 105062-5
SECTION 01 78 39 1
PROJECT RECORD DOCUMENTS 2
PART 1 - GENERAL 3
1.1 SUMMARY 4
A. Section Includes: 5
1. Work associated with the documenting the project and recording changes to project 6
documents, including: 7
a. Record Drawings 8
b. Water Meter Service Reports 9
c. Sanitary Sewer Service Reports 10
d. Large Water Meter Reports 11
B. Deviations from this City of Fort Worth Standard Specification 12
1. None. 13
C. Related Specification Sections include, but are not necessarily limited to: 14
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 15
2. Division 1 – General Requirements 16
1.2 PRICE AND PAYMENT PROCEDURES 17
A. Measurement and Payment 18
1. Work associated with this Item is considered subsidiary to the various Items bid. 19
No separate payment will be allowed for this Item. 20
1.3 REFERENCES [NOT USED] 21
1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 22
1.5 SUBMITTALS 23
A. Prior to submitting a request for Final Inspection, deliver Project Record Documents to 24
City’s Project Representative. 25
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 26
1.7 CLOSEOUT SUBMITTALS [NOT USED] 27
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 28
1.9 QUALITY ASSURANCE 29
A. Accuracy of Records 30
1. Thoroughly coordinate changes within the Record Documents, making adequate 31
and proper entries on each page of Specifications and each sheet of Drawings and 32
other Documents where such entry is required to show the change properly. 33
2. Accuracy of records shall be such that future search for items shown in the Contract 34
Documents may rely reasonably on information obtained from the approved Project 35
Record Documents. 36
01 78 39 - 2
PROJECT RECORD DOCUMENTS
Page 2 of 4
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER
Revised July 1, 2011 CITY PROJECT NO. 105062-5
3. To facilitate accuracy of records, make entries within 24 hours after receipt of 1
information that the change has occurred. 2
4. Provide factual information regarding all aspects of the Work, both concealed and 3
visible, to enable future modification of the Work to proceed without lengthy and 4
expensive site measurement, investigation and examination. 5
1.10 STORAGE AND HANDLING 6
A. Storage and Handling Requirements 7
1. Maintain the job set of Record Documents completely protected from deterioration 8
and from loss and damage until completion of the Work and transfer of all recorded 9
data to the final Project Record Documents. 10
2. In the event of loss of recorded data, use means necessary to again secure the data 11
to the City's approval. 12
a. In such case, provide replacements to the standards originally required by the 13
Contract Documents. 14
1.11 FIELD [SITE] CONDITIONS [NOT USED] 15
1.12 WARRANTY [NOT USED] 16
PART 2 - PRODUCTS 17
2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 18
2.2 RECORD DOCUMENTS 19
A. Job set 20
1. Promptly following receipt of the Notice to Proceed, secure from the City, at no 21
charge to the Contractor, 1 complete set of all Documents comprising the Contract. 22
B. Final Record Documents 23
1. At a time nearing the completion of the Work and prior to Final Inspection, provide 24
the City 1 complete set of all Final Record Drawings in the Contract. 25
2.3 ACCESSORIES [NOT USED] 26
2.4 SOURCE QUALITY CONTROL [NOT USED] 27
PART 3 - EXECUTION 28
3.1 INSTALLERS [NOT USED] 29
3.2 EXAMINATION [NOT USED] 30
3.3 PREPARATION [NOT USED] 31
3.4 MAINTENANCE DOCUMENTS 32
A. Maintenance of Job Set 33
1. Immediately upon receipt of the job set, identify each of the Documents with the 34
title, "RECORD DOCUMENTS - JOB SET". 35
01 78 39 - 3
PROJECT RECORD DOCUMENTS
Page 3 of 4
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER
Revised July 1, 2011 CITY PROJECT NO. 105062-5
2. Preservation 1
a. Considering the Contract completion time, the probable number of occasions 2
upon which the job set must be taken out for new entries and for examination, 3
and the conditions under which these activities will be performed, devise a 4
suitable method for protecting the job set. 5
b. Do not use the job set for any purpose except entry of new data and for review 6
by the City, until start of transfer of data to final Project Record Documents. 7
c. Maintain the job set at the site of work. 8
3. Coordination with Construction Survey 9
a. At a minimum, in accordance with the intervals set forth in Section 01 71 23, 10
clearly mark any deviations from Contract Documents associated with 11
installation of the infrastructure. 12
4. Making entries on Drawings 13
a. Record any deviations from Contract Documents. 14
b. Use an erasable colored pencil (not ink or indelible pencil), clearly describe the 15
change by graphic line and note as required. 16
c. Date all entries. 17
d. Call attention to the entry by a "cloud" drawn around the area or areas affected. 18
e. In the event of overlapping changes, use different colors for the overlapping 19
changes. 20
5. Conversion of schematic layouts 21
a. In some cases on the Drawings, arrangements of conduits, circuits, piping, 22
ducts, and similar items, are shown schematically and are not intended to 23
portray precise physical layout. 24
1) Final physical arrangement is determined by the Contractor, subject to the 25
City's approval. 26
2) However, design of future modifications of the facility may require 27
accurate information as to the final physical layout of items which are 28
shown only schematically on the Drawings. 29
b. Show on the job set of Record Drawings, by dimension accurate to within 1 30
inch, the centerline of each run of items. 31
1) Final physical arrangement is determined by the Contractor, subject to the 32
City's approval. 33
2) Show, by symbol or note, the vertical location of the Item ("under slab", "in 34
ceiling plenum", "exposed", and the like). 35
3) Make all identification sufficiently descriptive that it may be related 36
reliably to the Specifications. 37
c. The City may waive the requirements for conversion of schematic layouts 38
where, in the City's judgment, conversion serves no useful purpose. However, 39
do not rely upon waivers being issued except as specifically issued in writing 40
by the City. 41
B. Final Project Record Documents 42
1. Transfer of data to Drawings 43
a. Carefully transfer change data shown on the job set of Record Drawings to the 44
corresponding final documents, coordinating the changes as required. 45
b. Clearly indicate at each affected detail and other Drawing a full description of 46
changes made during construction, and the actual location of items. 47
c. Call attention to each entry by drawing a "cloud" around the area or areas 48
affected. 49
01 78 39 - 4
PROJECT RECORD DOCUMENTS
Page 4 of 4
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER
Revised July 1, 2011 CITY PROJECT NO. 105062-5
d. Make changes neatly, consistently and with the proper media to assure 1
longevity and clear reproduction. 2
2. Transfer of data to other Documents 3
a. If the Documents, other than Drawings, have been kept clean during progress of 4
the Work, and if entries thereon have been orderly to the approval of the City, 5
the job set of those Documents, other than Drawings, will be accepted as final 6
Record Documents. 7
b. If any such Document is not so approved by the City, secure a new copy of that 8
Document from the City at the City's usual charge for reproduction and 9
handling, and carefully transfer the change data to the new copy to the approval 10
of the City. 11
3.5 REPAIR / RESTORATION [NOT USED] 12
3.6 RE-INSTALLATION [NOT USED] 13
3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 14
3.8 SYSTEM STARTUP [NOT USED] 15
3.9 ADJUSTING [NOT USED] 16
3.10 CLEANING [NOT USED] 17
3.11 CLOSEOUT ACTIVITIES [NOT USED] 18
3.12 PROTECTION [NOT USED] 19
3.13 MAINTENANCE [NOT USED] 20
3.14 ATTACHMENTS [NOT USED] 21
END OF SECTION 22
23
Revision Log
DATE NAME SUMMARY OF CHANGE
24
33 11 10 - 1
DUCTILE IRON PIPE
Page 1 of 14
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER
Revised June 20, 2025 CITY PROJECT NO. 105062-5
SECTION 33 11 10 1
DUCTILE IRON PIPE 2
PART 1 - GENERAL 3
1.1 SUMMARY 4
A. Section Includes: 5
1. Ductile Iron Pipe 3-inch through 64-inch for potable water, wastewater and reuse 6
applications 7
B. Deviations from this City of Fort Worth Standard Specification 8
1. Modified 2.2.B.6.b.7 and 9 9
2. Modified 2.2.B.7.d.2 10
3. Deleted 2.2.B.14.b-d and f 11
4. Added 2.2.B.14.g 12
5. Added 2.2.B.14.h 13
C. Related Specification Sections include, but are not necessarily limited to: 14
1. Division 0 – Bidding Requirements, Contract Forms, and Conditions of the 15
Contract 16
2. Division 1 – General Requirements 17
3. Section 33 01 31 – Closed Circuit Television (CCTV) Inspection 18
4. Section 33 04 10 – Joint Bonding and Electrical Isolation 19
5. Section 33 04 40 – Cleaning and Acceptance Testing of Water Mains 20
6. Section 33 05 10 – Utility Trench Excavation, Embedment and Backfill 21
7. Section 33 05 24 – Installation of Carrier Pipe in Casing or Tunnel Liner Plate 22
8. Section 33 11 05 – Bolts, Nuts, and Gaskets 23
9. Section 33 11 11 – Ductile Iron Fittings 24
1.2 PRICE AND PAYMENT PROCEDURES 25
A. Measurement and Payment 26
1. Ductile Iron Pipe 27
a. Measurement 28
1) Measured horizontally along the surface from center line to center line of 29
the fitting, manhole, or appurtenance 30
b. Payment 31
1) The work performed and materials furnished in accordance with this Item 32
and measured as provided under “Measurement” will be paid for at the unit 33
price bid per linear foot for “DIP” installed for: 34
a) Various sizes 35
b) Various types of backfill 36
c) Various linings 37
d) Various Depths, for miscellaneous sewer projects only 38
e) Various restraints 39
33 11 10 - 2
DUCTILE IRON PIPE
Page 2 of 14
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER
Revised June 20, 2025 CITY PROJECT NO. 105062-5
f) Various uses 1
c. The price bid shall include: 2
1) Furnishing and installing Ductile Iron Pipe with joints as specified by the 3
Drawings 4
2) Mobilization 5
3) Polyethylene encasement 6
4) Lining 7
5) Pavement removal 8
6) Excavation 9
7) Hauling 10
8) Disposal of excess material 11
9) Furnishing, placement and compaction of embedment 12
10) Furnishing, placement and compaction of backfill 13
11) Trench water stops 14
12) Thrust restraint, if required in Contract Documents 15
13) Bolts and nuts 16
14) Gaskets 17
15) Clean-up 18
16) Cleaning 19
17) Disinfection 20
18) Testing 21
1.3 REFERENCES 22
A. Definitions 23
1. Gland or Follower Gland 24
a. Non-restrained, mechanical joint fitting 25
2. Retainer Gland 26
a. Mechanically restrained mechanical joint fitting 27
B. Reference Standards 28
1. Reference standards cited in this Specification refer to the current reference 29
standard published at the time of the latest revision date logged at the end of this 30
Specification, unless a date is specifically cited. 31
2. American Association of State Highway and Transportation Officials (AASHTO). 32
3. American Society of Mechanical Engineers (ASME): 33
a. B16.1, Gray Iron Pipe Flanges and Flanged Fittings (Classes 25, 125 and 250). 34
4. ASTM International (ASTM): 35
a. A193, Standard Specification for Alloy-Steel and Stainless Steel Bolting for 36
High Temperature or High Pressure Service and Other Special Purpose 37
Applications 38
b. A194, Specification for Carbon and Alloy Steel Nuts for Bolts for High 39
Pressure or High Temperature Service, or Both 40
c. A242, Standard Specification for High-Strength Low-Alloy Structural Steel. 41
d. A307, Standard Specification for Carbon Steel Bolts and Studs, 60,000 psi 42
Tensile Strength. 43
e. A674, Standard Practice for Polyethylene Encasement for Ductile Iron Pipe for 44
Water or Other Liquids. 45
f. B117, Standard Practice for Operating Salt Spray (Fog) Apparatus. 46
33 11 10 - 3
DUCTILE IRON PIPE
Page 3 of 14
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER
Revised June 20, 2025 CITY PROJECT NO. 105062-5
g. B633, Standard Specification for Electrodeposited Coatings of Zinc on Iron and 1
Steel. 2
5. American Water Works Association (AWWA): 3
a. C203, Coal-Tar Protective Coatings and Linings for Steel Water Pipelines - 4
Enamel and Tape - Hot Applied. 5
b. C600, Installation of Ductile-Iron Water Mains and their Appurtenances. 6
c. M41, Ductile-Iron Pipe and Fittings. 7
6. American Water Works Association/American National Standards Institute 8
(AWWA/ANSI): 9
a. C104/A21.4, Cement–Mortar Lining for Ductile-Iron Pipe and Fittings. 10
b. C105/A21.5, Polyethylene Encasement for Ductile-Iron Pipe Systems. 11
c. C111/A21.11, Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and Fittings. 12
d. C115/A21.15, Flanged Ductile-Iron Pipe with Ductile-Iron or Gray-Iron 13
Threaded Flanges. 14
e. C150/A21.50, Thickness Design of Ductile-Iron Pipe. 15
f. C151/A21.51, Ductile-Iron Pipe, Centrifugally Cast, for Water. 16
g. C600, Installation of Ductile-Iron Water Mains and their Appurtenances 17
7. NSF International (NSF): 18
a. 61, Drinking Water System Components - Health Effects. 19
8. Society for Protective Coatings (SSPC): 20
a. PA 2, Measurement of Dry Coating Thickness with Magnetic Gages. 21
1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 22
1.5 SUBMITTALS 23
A. Submittals shall be in accordance with Section 01 33 00. 24
B. All submittals shall be approved by the City prior to delivery and/or fabrication for 25
specials. 26
1.6 ACTION SUBMITTALS / INFORMATIONAL SUBMITTALS 27
A. Product Data 28
1. Interior lining 29
a. If it is other than cement mortar lining in accordance with AWWA/ANSI 30
C104/A21.4, including: 31
1) Material 32
2) Application recommendations 33
3) Field touch-up procedures 34
2. Thrust Restraint 35
a. Retainer glands, thrust harnesses or any other means 36
3. Gaskets 37
a. If hydrocarbon or other special gaskets are required 38
B. Shop Drawings – Furnish for Ductile Iron Pipe used in the water distribution system or 39
for a wastewater force main for 24-inch and greater diameters, including: 40
1. Wall thickness design calculations sealed by a Licensed Professional Engineer in 41
Texas including: 42
a. Working pressure 43
33 11 10 - 4
DUCTILE IRON PIPE
Page 4 of 14
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER
Revised June 20, 2025 CITY PROJECT NO. 105062-5
b. Surge pressure 1
c. Deflection 2
2. Provide thrust restraint calculations for all fittings and valves, sealed by a Licensed 3
Professional Engineer in Texas, to verify the restraint lengths shown in the 4
Drawings. 5
3. Lay schedule/drawing for 24-inch and greater diameters, sealed by a Licensed 6
Professional Engineer in Texas including: 7
a. Pipe class 8
b. Joints type 9
c. Fittings 10
d. Stationing 11
e. Transitions 12
f. Joint deflection 13
C. Certificates 14
1. Furnish an affidavit certifying that all Ductile Iron Pipe meets the provisions of this 15
Section, each run of pipe furnished has met Specifications, all inspections have 16
been made, and that all tests have been performed in accordance with 17
AWWA/ANSI C151/A21.51. 18
2. Furnish a certificate stating that buried bolts and nuts conform to ASTM B117. 19
1.7 CLOSEOUT SUBMITTALS [NOT USED] 20
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 21
1.9 QUALITY ASSURANCE 22
A. Qualifications 23
1. Manufacturers 24
a. Finished pipe shall be the product of 1 manufacturer. 25
1) Change orders, specials, and field changes may be provided by a different 26
manufacturer upon City approval. 27
b. Pipe manufacturing operations (pipe, lining, and coatings) shall be performed 28
under the control of the manufacturer. 29
c. Ductile Iron Pipe 30
1) Manufactured in accordance with AWWA/ANSI C151/A21.51 31
a) Perform quality control tests and maintain results as outlined within 32
standard to assure compliance. 33
2) Subject each pipe to a hydrostatic test of not less than 500 psi for duration 34
of at least 10 seconds. 35
B. Preconstruction Testing 36
1. The City may, at its own cost, subject random lengths of pipe for testing by an 37
independent laboratory for compliance with this Specification. 38
a. The compliance test shall be performed in the United States. 39
b. Any visible defects or failure to meet the quality standards herein will be 40
grounds for rejecting the entire order. 41
1.10 DELIVERY, STORAGE, AND HANDLING 42
A. Storage and Handling Requirements 43
33 11 10 - 5
DUCTILE IRON PIPE
Page 5 of 14
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER
Revised June 20, 2025 CITY PROJECT NO. 105062-5
1. Ductile Iron Pipe shall be stored and handled in accordance with the guidelines as 1
stated in AWWA M41. 2
2. Secure and maintain a location to store the material in accordance with Section 01 3
66 00. 4
1.11 FIELD [SITE] CONDITIONS [NOT USED] 5
1.12 WARRANTY [NOT USED] 6
PART 2 - PRODUCTS 7
2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 8
2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS 9
A. Manufacturers 10
1. Only the manufacturers as listed in the City’s Standard Products List will be 11
considered as shown in Section 01 60 00. 12
a. The manufacturer must comply with this Specification and related Sections. 13
2. Any product that is not listed on the Standard Products List is considered a 14
substitution and shall be submitted in accordance with Section 01 25 00. 15
B. Pipe 16
1. Pipe shall be in accordance with AWWA/ANSI C111/A21.11, AWWA/ANSI 17
C150/A21.15, and AWWA/ANSI C151/A21.51. 18
2. All pipe shall meet the requirements of NSF 61. 19
3. Pipe shall have a lay length of 18 feet or 20 feet except for special fittings or 20
closure pieces and necessary to comply with the Drawings. 21
4. As a minimum the following pressures classes apply. The Drawings may specify a 22
higher pressure class or the pressure and deflection design criteria may also require 23
a higher pressure class, but in no case should they be less than the following: 24
25
Diameter
(inches)
Min Pressure Class
(psi)
3 through 12 350
14 through 20 250
24 200
30 through 64 150
5. Pipe markings shall meet the minimum requirements of AWWA/ANSI 26
C151/A21.51. Minimum pipe markings shall be as follows: 27
a. “DI” or “Ductile” shall be clearly labeled on each pipe 28
b. Weight, pressure class and nominal thickness of each pipe 29
c. Year and country pipe was cast 30
d. Manufacturer’s mark 31
6. Pressure and Deflection Design 32
a. Pipe design shall be based on trench conditions and design pressure class 33
specified in the Drawings. 34
33 11 10 - 6
DUCTILE IRON PIPE
Page 6 of 14
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER
Revised June 20, 2025 CITY PROJECT NO. 105062-5
b. Pipe shall be designed according to the methods indicated in AWWA/ANSI 1
C150/A21.50, AWWA/ANSI C151/A21.51, and AWWA M41 for trench 2
construction, using the following parameters: 3
1) Unit Weight of Fill (w) = 130 pcf 4
2) Live Load = AASHTO HS 20 5
3) Trench Depth = 12 feet minimum, or as indicated in Drawings 6
4) Bedding Conditions = Type 4 7
5) Working Pressure (Pw) = 150 psi 8
6) Surge Allowance (Ps) = 100 psi 9
7) Design Internal Pressure (Pi) = 2(Pw + Ps) or 2:1 safety factor of the 10
actual working pressure plus the actual surge pressure, whichever is 11
greater. 12
a) Test Pressure = 13
(1) No less than 1.25 minimum times the stated working pressure (187 14
psi minimum) of the pipeline measured at the highest elevation 15
along the test section. 16
(2) No less than 1.5 times the stated working pressure (225 psi 17
minimum) at the lowest elevation of the test section. 18
8) Maximum Calculated Deflection (Dx) = 3 percent 19
9) Restrained Joint Safety Factor (Sf) = 150 percent 20
c. Trench depths shall be verified after existing utilities are located. 21
1) Vertical alignment changes required because of existing utility or other 22
conflicts shall be accommodated by an appropriate change in pipe design 23
depth. 24
2) In no case shall pipe be installed deeper than its design allows. 25
7. Provisions for Thrust 26
a. Thrust at bends, tees, plugs or other fittings shall be mechanically restrained 27
joints when required by the Drawings. 28
b. Thrust at bends adjacent to casing pipe shall be restrained by mechanical means 29
through casing and for a sufficient distance each side of casing. 30
c. No thrust restraint contribution shall be allowed for the restrained length of 31
pipe within the casing. 32
d. Restrained joints, when required, shall be used for a sufficient distance from 33
each side of the bend, tee, plug, valve or other fitting to resist thrust which will 34
be developed at the design pressure of the pipe. For the purpose of thrust, the 35
following shall apply: 36
1) Valves shall be calculated as dead ends. 37
2) Design pressure shall be the test pressure or the working pressure plus 38
the surge allowance, whichever is greater. 39
3) Restrained joints shall consist of approved mechanical restrained or push-40
on restrained joints as listed in the City’s Standard Products List as shown 41
in Section 01 60 00. 42
e. The Pipe Manufacturer shall verify the length of pipe with restrained joints to 43
resist thrust in accordance with the Drawings, AWWA M41, and the following: 44
1) The weight of earth (We) shall be calculated as the weight of the projected 45
soil prism above the pipe, for unsaturated soil conditions. 46
2) Soil density = 130 pcf (maximum value to be used), for unsaturated soil 47
conditions 48
33 11 10 - 7
DUCTILE IRON PIPE
Page 7 of 14
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER
Revised June 20, 2025 CITY PROJECT NO. 105062-5
3) If indicated on the Drawings and the Geotechnical Borings that ground 1
water is expected, account for reduced soil density. 2
8. Joints 3
a. General – Comply with AWWA/ANSI C111/A21.11. 4
b. Push-On Joints 5
c. Mechanical Joints 6
d. Push-On Restrained Joints 7
1) Restraining Push-on joints by means of a special gasket 8
a) Only those products that are listed in Section 01 60 00 9
b) The working pressure rating of the restrained gasket must exceed the 10
test pressure of the pipe line to be installed. 11
c) Approved for use of restraining Ductile Iron Pipe in casing with a 12
carrier pipe of 4-inches to 12-inches 13
d) Otherwise only approved if specially listed on the Drawings 14
2) Push-on Restrained Joint bell and spigot 15
a) Only those products list in the standard products list will be allowed for 16
the size listed in the standard products list per Section 01 60 00. 17
b) Pressure rating shall exceed the working and test pressure of the pipe 18
line. 19
e. Flanged Joints – AWWA/ANSI C115/A21.15, ASME B16.1, Class 125 20
f. Flange bolt circles and bolt holes shall match those of ASME B16.1, Class 125. 21
g. Field fabricated flanges are prohibited. 22
9. Gaskets 23
a. Provide Gaskets in accordance with Section 33 11 05. 24
10. Isolation Flanges 25
a. Flanges required by the drawings to be Isolation Flanges shall conform to 26
Section 33 04 10. 27
11. Bolts and Nuts 28
a. Mechanical Joints 29
1) Provide bolts and nuts in accordance with Section 33 11 05. 30
b. Flanged Ends 31
1) Meet requirements of AWWA C115. 32
a) Provide bolts and nuts in accordance with Section 33 11 05. 33
12. Flange Coatings 34
a. Connections to Steel Flanges 35
1) Buried connections with Steel Flanges shall be coated with a Petrolatum 36
Tape System in accordance with Section 33 11 05. 37
13. Ductile Iron Pipe Exterior Coatings 38
a. All ductile iron shall have an asphaltic coating, minimum of 1 mil thick, on the 39
pipe exterior, unless otherwise specified in the Contract Documents. 40
14. Polyethylene Encasement 41
a. All buried Ductile Iron Pipe shall be polyethylene encased. 42
b. Only manufacturers listed in the City’s Standard Products List as shown 43
in Section 01 60 00 will be considered acceptable. 44
c. Use only virgin polyethylene material. 45
33 11 10 - 8
DUCTILE IRON PIPE
Page 8 of 14
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER
Revised June 20, 2025 CITY PROJECT NO. 105062-5
d. Encasement for buried pipe shall be 8 mil linear low density (LLD) 1
polyethylene conforming to AWWA/ANSI C105/A21.5 or 4 mil high 2
density cross-laminated (HDCL) polyethylene encasement conforming to 3
AWWA/ANSI C105/A21.5 and ASTM A674. 4
e. Marking: At a minimum of every 2 feet along its length, the mark the 5
polyethylene film with the following information: 6
1) Manufacturer’s name or trademark 7
2) Year of manufacturer 8
3) AWWA/ANSI C105/A21.5 9
4) Minimum film thickness and material type 10
5) Applicable range of nominal diameter sizes 11
6) Warning – Corrosion Protection – Repair Any Damage 12
f. Special Markings/Colors 13
1) Reclaimed Water, perform one of the following: 14
a) Label polyethylene encasement with “RECLAIMED WATER”, 15
b) Provide purple polyethylene in accordance with the American 16
Public Works Association Uniform Color Code; or 17
c) Attach purple reclaimed water marker tape to the polyethylene 18
wrap. 19
2) Wastewater, perform one of the following: 20
a) Label polyethylene encasement with “WASTEWATER”; 21
b) Provide green polyethylene in accordance with the American 22
Public Works Association Uniform Color Code; or 23
c) Attach green sanitary sewer marker tape to the polyethylene wrap. 24
g. Polyethylene encasement for use with ductile iron pipe systems shall 25
consist of three layers of co-extruded linear low density polyethylene 26
(LLDPE), fused into a single thickness of not less than eight mils. 27
h. The inside surface of the polyethylene wrap to be in contact with the pipe 28
exterior shall be infused with a blend of anti-microbial biocide to mitigate 29
microbiologically influenced corrosion and a volatile corrosion inhibitor to 30
control galvanic corrosion. 31
i. Minimum widths 32
Polyethylene Tube and Sheet Sizes for Push-On Joint Pipe 33
Nominal Pipe Diameter
(inches)
Min. Width – Flat Tube
(inches)
Min. Width – Sheet
(inches)
3 14 28
4 14 28
6 16 32
8 20 40
10 24 48
12 27 54
14 30 60
16 34 68
18 37 74
20 41 82
24 54 108
33 11 10 - 9
DUCTILE IRON PIPE
Page 9 of 14
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER
Revised June 20, 2025 CITY PROJECT NO. 105062-5
30 67 134
36 81 162
42 81 162
48 95 190
54 108 216
60 108 216
64 121 242
15. Ductile Iron Pipe Interior Lining 1
a. Cement Mortar Lining 2
1) Ductile Iron Pipe for potable water shall have a cement mortar lining in 3
accordance with AWWA/ANSI C104/A21.04 and be acceptable according 4
to NSF 61. 5
b. Ceramic Epoxy or Epoxy Linings 6
1) Ductile Iron Pipe for use in wastewater applications shall be lined with a 7
Ceramic Epoxy or Epoxy lining as designated in the City’s Standard 8
Products List as shown in Section 01 60 00. 9
2) Apply lining at a minimum of 40 mils DFT. 10
3) Due to the tolerances involved, the gasket area and spigot end up to 6 11
inches back from the end of the spigot end must be coated with 6 mils 12
nominal, 10 mils maximum using a Joint Compound as supplied by the 13
manufacturer. 14
a) Apply the joint compound by brush to ensure coverage. 15
b) Care should be taken that the joint compound is smooth without excess 16
buildup in the gasket seat or on the spigot ends. 17
c) Coat the gasket seat and spigot ends after the application of the lining. 18
4) Surface preparation shall be in accordance with the manufacturer’s 19
recommendations. 20
5) Check thickness using a magnetic film thickness gauge in accordance with 21
the method outlined in SSPC PA 2. 22
6) Test the interior lining of all pipe barrels for pinholes with a non-23
destructive 2,500 volt test. 24
a) Repair any defects prior to shipment. 25
7) Mark each fitting with the date of application of the lining system along 26
with its numerical sequence of application on that date and records 27
maintained by the applicator of his work. 28
8) For all Ductile Iron Pipe in wastewater service where the pipe has been 29
cut, coat the exposed surface with the touch-up material as recommended 30
by the manufacturer. 31
a) The touch-up material and the lining shall be of the same manufacturer. 32
33 11 10 - 10
DUCTILE IRON PIPE
Page 10 of 14
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER
Revised June 20, 2025 CITY PROJECT NO. 105062-5
2.3 ACCESSORIES [NOT USED] 1
2.4 SOURCE QUALITY CONTROL [NOT USED] 2
PART 3 - EXECUTION 3
3.1 INSTALLERS [NOT USED] 4
3.2 EXAMINATION [NOT USED] 5
3.3 PREPARATION [NOT USED] 6
3.4 INSTALLATION 7
A. General 8
1. Install pipe, fittings, specials and appurtenances as specified herein, as specified in 9
AWWA C600, AWWA M41 and in accordance with the pipe manufacturer’s 10
recommendations. 11
2. See Section 33 11 11 for installation requirements for Ductile Iron Fittings. 12
3. Lay pipe to the lines and grades as indicated in the Drawings. 13
4. Excavate and backfill trenches in accordance with Section 33 05 10. 14
5. Embed Ductile Iron Pipe in accordance with Section 33 05 10. 15
6. For installation of carrier pipe within casing, see Section 33 05 24. 16
B. Pipe Handling 17
1. Haul and distribute pipe and fittings at the project site. 18
2. Handle piping with care to avoid damage. 19
a. Inspect each joint of pipe and reject or repair any damaged pipe prior to 20
lowering into the trench. 21
b. Do not handle the pipe in such a way that will damage the interior lining. 22
c. Use only nylon ropes, slings or other lifting devices that will not damage the 23
surface of the pipe for handling the pipe. 24
3. At the close of each operating day: 25
a. Keep the pipe clean and free of debris, dirt, animals and trash – during and after 26
the laying operation. 27
b. Effectively seal the open end of the pipe using a gasketed night cap. 28
C. Joint Making 29
1. Mechanical Joints 30
a. Bolt the follower ring into compression against the gasket with the bolts 31
tightened down evenly then cross torqued in accordance with AWWA C600. 32
b. Overstressing of bolts to compensate for poor installation practice will not be 33
permitted. 34
2. Push-on Joints 35
a. Install Push-on joints as defined in AWWA/ANSI C111/A21.11. 36
b. Wipe clean the gasket seat inside the bell of all extraneous matter. 37
c. Place the gasket in the bell in the position prescribed by the manufacturer. 38
33 11 10 - 11
DUCTILE IRON PIPE
Page 11 of 14
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER
Revised June 20, 2025 CITY PROJECT NO. 105062-5
d. Apply a thin film of non-toxic vegetable soap lubricant to the inside of the 1
gasket and the outside of the spigot prior to entering the spigot into the bell. 2
e. When using a field cut plain end piece of pipe, refinish the field cut and scarf to 3
conform to AWWA C600. 4
3. Flanged Joints 5
a. Use erection bolts and drift pins to make flanged connections. 6
1) Do not use undue force or restraint on the ends of the fittings. 7
2) Apply even and uniform pressure to the gasket. 8
b. The fitting must be free to move in any direction while bolting. 9
1) Install flange bolts with all bolt heads faced in one direction. 10
4. Joint Deflection 11
a. Deflect the pipe only when necessary to avoid obstructions or to meet the lines 12
and grades and shown in the Drawings. 13
b. The deflection of each joint must be in accordance with AWWA C600 Table 3. 14
c. The maximum deflection allowed is 50 percent of that indicated in AWWA 15
C600. 16
d. The manufacturer’s recommendation may be used with the approval of the 17
Engineer. 18
D. Polyethylene Encasement Installation 19
1. Preparation 20
a. Remove all lumps of clay, mud, cinders, etc., on pipe surface prior to 21
installation of polyethylene encasement. 22
1) Prevent soil or embedment material from becoming trapped between pipe 23
and polyethylene. 24
b. Fit polyethylene film to contour of pipe to affect a snug, but not tight encase 25
with minimum space between polyethylene and pipe. 26
1) Provide sufficient slack in contouring to prevent stretching polyethylene 27
where it bridges irregular surfaces such as bell-spigot interfaces, bolted 28
joints or fittings and to prevent damage to polyethylene due to backfilling 29
operations. 30
2) Secure overlaps and ends with adhesive tape and hold. 31
c. For installations below water table and/or in areas subject to tidal actions, seal 32
both ends of polyethylene tube with adhesive tape at joint overlap. 33
2. Tubular Type (Method A) 34
a. Cut polyethylene tube to length approximately 2 feet longer than pipe section. 35
b. Slip tube around pipe, centering it to provide 1-foot overlap on each adjacent 36
pipe section and bunching it accordion-fashion lengthwise until it clears pipe 37
ends. 38
c. Lower pipe into trench and make up pipe joint with preceding section of pipe. 39
d. Make shallow bell hole at joints to facilitate installation of polyethylene tube. 40
e. After assembling pipe joint, make overlap of polyethylene tube, pull bunched 41
polyethylene from preceding length of pipe, slip it over end of the new length 42
of pipe and wrap until it overlaps joint at end of preceding length of pipe. 43
f. Secure overlap in place. 44
g. Take up slack width at top of pipe to make a snug, but not tight, fit along barrel 45
of pipe, securing fold at quarter points. 46
h. Repair cuts, tears, punctures or other damage to polyethylene. 47
i. Proceed with installation of next pipe in same manner. 48
33 11 10 - 12
DUCTILE IRON PIPE
Page 12 of 14
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER
Revised June 20, 2025 CITY PROJECT NO. 105062-5
3. Tubular Type (Method B) 1
a. Cut polyethylene tube to length approximately 1 foot shorter than pipe section. 2
b. Slip tube around pipe, centering it to provide 6 inches of bare pipe at each end. 3
c. Take up slack width at top of pipe to make a snug, but not tight, fit along barrel 4
of pipe, securing fold at quarter points; secure ends. 5
d. Before making up joint, slip 3-foot length of polyethylene tube over end of 6
proceeding pipe section, bunching it accordion-fashion lengthwise. 7
e. After completing joint, pull 3-foot length of polyethylene over joint, 8
overlapping polyethylene previously installed on each adjacent section of pipe 9
by at least 1 foot; make each end snug and secure. 10
4. Sheet Type 11
a. Cut polyethylene sheet to a length approximately 2 feet longer than piece 12
section. 13
b. Center length to provide 1-foot overlap on each adjacent pipe section, bunching 14
it until it clears the pipe ends. 15
c. Wrap polyethylene around pipe so that it circumferentially overlaps top 16
quadrant of pipe. 17
d. Secure cut edge of polyethylene sheet at intervals of approximately 3 feet. 18
e. Lower wrapped pipe into trench and make up pipe joint with preceding section 19
of pipe. 20
f. Make shallow bell hole at joints to facilitate installation of polyethylene. 21
g. After completing joint, make overlap and secure ends. 22
h. Repair cuts, tears, punctures or other damage to polyethylene. 23
i. Proceed with installation of next section of pipe in same manner. 24
5. Pipe-Shaped Appurtenances 25
a. Cover bends, reducers, offsets and other pipe-shaped appurtenances with 26
polyethylene in same manner as pipe and fittings. 27
6. Odd-Shaped Appurtenances 28
a. When it is not practical to wrap valves, tees, crosses, and other odd-shaped 29
pieces in tube, wrap with flat sheet or split length polyethylene tube by passing 30
sheet under appurtenances and bringing it up around body. 31
b. Make seams by bringing edges together, folding over twice and taping down. 32
c. Tape polyethylene securely in place at the valve stem and at any other 33
penetrations. 34
7. Repairs 35
a. Repair any cuts, tears, punctures or damage to polyethylene with adhesive tape 36
or with short length of polyethylene sheet or cut open tube, wrapped around 37
fitting to cover damaged area and secured in place. 38
8. Openings in Encasement 39
a. Provide openings for branches, service taps, blow-offs, air valves and similar 40
appurtenances by making an X-shaped cut in polyethylene and temporarily 41
folding back film. 42
b. After appurtenance is installed, tape slack securely to appurtenance and repair 43
cut, as well as other damaged area in polyethylene with tape. 44
c. Service taps may also be made directly through polyethylene, with any 45
resulting damaged areas being repaired as described above. 46
9. Junctions between Wrapped and Unwrapped Pipe: 47
33 11 10 - 13
DUCTILE IRON PIPE
Page 13 of 14
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER
Revised June 20, 2025 CITY PROJECT NO. 105062-5
a. Where polyethylene-wrapped pipe joins an adjacent pipe that is not wrapped, 1
extend polyethylene wrap to cover adjacent pipe for distance of at least 3 feet. 2
b. Secure end with circumferential turns of tape. 3
c. Wrap service lines of dissimilar metals with polyethylene or suitable dielectric 4
tape for minimum clear distance of 3 feet away from Cast or Ductile Iron Pipe. 5
3.5 REPAIR/RESTORATION 6
A. Patching 7
1. Excessive field-patching is not permitted of lining or coating. 8
2. Patching of lining or coating will be allowed where area to be repaired does not 9
exceed 100 square inches and has no dimensions greater than 12 inches. 10
3. In general, there shall not be more than 1 patch on either the lining or the coating of 11
any 1 joint of pipe. 12
4. Wherever necessary to patch the pipe: 13
a. Make patch with cement mortar as previously specified for interior joints. 14
b. Do not install patched pipe until the patch has been properly and adequately 15
cured and approved for laying by the City. 16
5. Promptly remove rejected pipe from the site. 17
3.6 RE-INSTALLATION [NOT USED] 18
3.7 FIELD [OR] SITE QUALITY CONTROL 19
A. Potable Water Mains 20
1. Cleaning, disinfection, hydrostatic testing and bacteriological testing of water mains 21
a. Clean, flush, pig, disinfect, hydrostatic test and bacteriological test the water 22
main as specified in Section 33 04 40. 23
B. Wastewater Lines 24
1. Closed Circuit Television (CCTV) Inspection 25
a. Provide a Post-CCTV Inspection in accordance with Section 33 01 31. 26
3.8 SYSTEM STARTUP [NOT USED] 27
3.9 ADJUSTING [NOT USED] 28
3.10 CLEANING [NOT USED] 29
3.11 CLOSEOUT ACTIVITIES [NOT USED] 30
3.12 PROTECTION [NOT USED] 31
3.13 MAINTENANCE [NOT USED] 32
3.14 ATTACHMENTS [NOT USED] 33
END OF SECTION 34
35
33 11 10 - 14
DUCTILE IRON PIPE
Page 14 of 14
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER
Revised June 20, 2025 CITY PROJECT NO. 105062-5
1
Revision Log
DATE NAME SUMMARY OF CHANGE
12/20/2012 D. Johnson
1.2.A.1.b. – Updated Payment types
1.3 – Added definitions of gland types for clarity
2.2.B.9, 10, 11 and 12 – Added reference to Section 33 11 05 and removed material
specification for bolts, nuts and gaskets
2
33 11 11 - 1
DUCTILE IRON FITTINGS
Page 1 of 13
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER
Revised June 20, 2025 CITY PROJECT NO. 105062-5
SECTION 33 11 11 1
DUCTILE IRON FITTINGS 2
PART 1 - GENERAL 3
1.1 SUMMARY 4
A. Section Includes: 5
1. Ductile Iron Fittings 3-inch through 64-inch for potable water, wastewater, and 6
other liquids for use with Ductile Iron Pipe and Polyvinyl Chloride (PVC) Pipe 7
2. All mechanical joint fittings shall be mechanically restrained using restrained 8
wedge type retainer glands. 9
B. Deviations from this City of Fort Worth Standard Specification 10
1. Deleted 2.2.B.14.b-d and f 11
2. Added 2.2.B.14.g 12
3. Added 2.2.B.14.h 13
C. Related Specification Sections include, but are not necessarily limited to: 14
1. Division 0 – Bidding Requirements, Contract Forms, and Conditions of the 15
Contract 16
2. Division 1 – General Requirements 17
3. Section 03 30 00 – Cast-in-Place Concrete 18
4. Section 33 04 10 – Joint Bonding and Electrical Isolation 19
5. Section 33 04 40 – Cleaning and Acceptance Testing of Water Mains 20
6. Section 33 05 10 – Utility Trench Excavation, Embedment and Backfill 21
7. Section 33 11 05 – Bolts, Nuts, and Gaskets 22
1.2 PRICE AND PAYMENT PROCEDURES 23
A. Measurement and Payment 24
1. Ductile Iron Water Fittings with Restraint 25
a. Measurement 26
1) Shall be per ton of fittings supplied 27
2) Fittings weights are the sum of the various types of fittings multiplied by 28
the weight per fitting as listed in AWWA/ANSI C153/A21.53. 29
3) The fitting weights listed in AWWA/ANSI C110/A21.10 are only allowed 30
for specials where an AWWA/ANSI C153/A21.53 is not available, or if the 31
Drawings specifically call for an AWWA/ANSI C110/A21.10 fittings. 32
4) If the Contractor chooses to supply AWWA/ANSI C110/A21.10 (full 33
body) Ductile Iron Fittings in lieu of AWWA/ANSI C153/A21.53 34
(compact) Ductile Iron Fittings at his convenience, then the weight shall be 35
measured in accordance with AWWA/ANSI C153/A21.53. 36
b. Payment 37
1) The work performed and materials furnished in accordance with this Item 38
and measured as provided under “Measurement” will be paid for at the unit 39
price bid per ton of “Ductile Iron Water Fittings with Restraint”. 40
33 11 11 - 2
DUCTILE IRON FITTINGS
Page 2 of 13
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER
Revised June 20, 2025 CITY PROJECT NO. 105062-5
c. The price bid shall include: 1
1) Furnishing and installing Ductile Iron Water Fittings as specified by the 2
Drawings 3
2) Polyethylene encasement 4
3) Lining 5
4) Pavement removal 6
5) Excavation 7
6) Hauling 8
7) Disposal of excess material 9
8) Furnishing and installing bolts, nuts, and restraints 10
9) Furnishing, placement and compaction of embedment 11
10) Furnishing, placement and compaction of backfill 12
11) Trench water stops 13
12) Clean-up 14
13) Cleaning 15
14) Disinfection 16
15) Testing 17
2. Ductile Iron Sewer Fittings 18
a. Measurement 19
1) Shall be per ton of fittings supplied 20
2) Fittings weights are the sum of the various types of fittings multiplied by 21
the weight per fitting as listed in AWWA/ANSI C153/A21.53. 22
3) The fitting weights listed in AWWA/ANSI C110/A21.10 are only allowed 23
for specials where an AWWA/ANSI C153/A21.53 is not available, or if the 24
Drawings specifically call for an AWWA/ANSI C110/A21.10 fittings. 25
4) If the Contractor chooses to supply AWWA/ANSI C110/A21.10 (full 26
body) Ductile Iron Fittings in lieu of AWWA/ANSI C153/A21.53 27
(compact) Ductile Iron Fittings at his convenience, then the weight shall be 28
measured in accordance with AWWA/ANSI C153/A21.53. 29
b. Payment 30
1) The work performed and materials furnished in accordance with this Item 31
and measured as provided under “Measurement” will be paid for at the unit 32
price bid per ton of “Ductile Iron Sewer Fittings”. 33
c. The price bid shall include: 34
1) Furnishing and installing Ductile Iron Water Fittings as specified by the 35
Drawings 36
2) Epoxy Coating 37
3) Polyethylene encasement 38
4) Lining 39
5) Pavement removal 40
6) Excavation 41
7) Hauling 42
8) Disposal of excess material 43
9) Furnishing and installing bolts, nuts, and restraints 44
10) Furnishing, placement and compaction of embedment 45
11) Furnishing, placement and compaction of backfill 46
12) Clean-up 47
13) Cleaning 48
14) Disinfection 49
33 11 11 - 3
DUCTILE IRON FITTINGS
Page 3 of 13
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER
Revised June 20, 2025 CITY PROJECT NO. 105062-5
15) Testing 1
1.3 REFERENCES 2
A. Definitions 3
1. Gland or Follower Gland 4
a. Non-restrained, mechanical joint fitting 5
2. Retainer Gland 6
a. Mechanically restrained mechanical joint fitting, consisting of multiple 7
gripping wedges incorporated into a follower gland meeting the applicable 8
requirements of ANSI/AWWA C110/A21.10. 9
B. Reference Standards 10
1. Reference standards cited in this Specification refer to the current reference 11
standard published at the time of the latest revision date logged at the end of this 12
Specification, unless a date is specifically cited. 13
2. American Society of Mechanical Engineers (ASME): 14
a. B16.1, Gray Iron Pipe Flanges and Flanged Fittings (Classes 25, 125 and 250). 15
3. ASTM International (ASTM): 16
a. A193, Standard Specification for Alloy-Steel and Stainless Steel Bolting for 17
High Temperature or High Pressure Service and Other Special Purpose 18
Applications 19
b. A194, Specification for Carbon and Alloy Steel Nuts for Bolts for High 20
Pressure or High Temperature Service, or Both 21
c. A242, Standard Specification for High-Strength Low-Alloy Structural Steel. 22
d. A674, Standard Practice for Polyethylene Encasement for Ductile Iron Pipe for 23
Water or Other Liquids. 24
e. B117, Standard Practice for Operating Salt Spray (Fog) Apparatus. 25
4. American Water Works Association (AWWA): 26
a. C203, Coal-Tar Protective Coatings and Linings for Steel Water Pipelines - 27
Enamel and Tape - Hot Applied. 28
b. C600, Installation of Ductile-Iron Water Mains and their Appurtenances. 29
c. M41, Ductile-Iron Pipe and Fittings. 30
5. American Water Works Association/American National Standards Institute 31
(AWWA/ANSI): 32
a. C104/A21.4, Cement–Mortar Lining for Ductile-Iron Pipe and Fittings. 33
b. C105/A21.5, Polyethylene Encasement for Ductile-Iron Pipe Systems. 34
c. C110/A21.10, Ductile-Iron and Gray-Iron Fittings. 35
d. C111/A21.11, Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and Fittings. 36
e. C115/A21.15, Flanged Ductile-Iron Pipe with Ductile-Iron or Gray-Iron 37
Threaded Flanges. 38
f. C151/A21.51, Ductile-Iron Pipe, Centrifugally Cast, for Water. 39
g. C153/A21.53, Ductile-Iron Compact Fittings for Water Service. 40
6. NSF International (NSF): 41
a. 61, Drinking Water System Components - Health Effects. 42
7. Society for Protective Coatings (SSPC): 43
a. PA 2, Measurement of Dry Coating Thickness with Magnetic Gages. 44
33 11 11 - 4
DUCTILE IRON FITTINGS
Page 4 of 13
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER
Revised June 20, 2025 CITY PROJECT NO. 105062-5
1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1
1.5 SUBMITTALS 2
A. Submittals shall be in accordance with Section 01 33 00. 3
B. All submittals shall be approved by the City prior to delivery and/or fabrication for 4
specials. 5
1.6 ACTION SUBMITTALS / INFORMATIONAL SUBMITTALS 6
A. Product Data 7
1. Ductile Iron Fittings 8
a. Pressure class 9
b. Interior lining 10
c. Joint types 11
2. Polyethylene encasement and tape 12
a. Planned method of installation 13
b. Whether the film is linear low density or high density cross linked polyethylene 14
c. The thickness of the film provided 15
3. The interior lining, if it is other than cement mortar lining in accordance with 16
AWWA/ANSI C104/A21.4 17
a. Material 18
b. Application recommendations 19
c. Field touch-up procedures 20
4. Thrust Restraint 21
a. Retainer glands 22
b. Thrust harnesses 23
c. Any other means 24
5. Gaskets 25
a. Provide Gaskets in accordance with Section 33 11 05. 26
6. Isolation Flanges 27
a. Flanges required by the drawings to be Isolation Flanges shall conform to 28
Section 33 04 10. 29
7. Bolts and Nuts 30
a. Mechanical Joints 31
1) Provide bolts and nuts in accordance with Section 33 11 05. 32
b. Flanged Ends 33
1) Meet requirements of AWWA C115. 34
a) Provide bolts and nuts in accordance with Section 33 11 05. 35
8. Flange Coatings 36
a. Connections to Steel Flanges 37
1) Buried connections with Steel Flanges shall be coated with a Petrolatum 38
Tape System in accordance with Section 33 11 05. 39
B. Certificates 40
1. The manufacturer shall furnish an affidavit certifying that all Ductile Iron Fittings 41
meet the provisions of this Section and meet the requirements of AWWA/ANSI 42
C110/A21.10 or AWWA/ANSI C153/A21.53. 43
2. Furnish a certificate stating that buried bolts and nuts conform to ASTM B117. 44
33 11 11 - 5
DUCTILE IRON FITTINGS
Page 5 of 13
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER
Revised June 20, 2025 CITY PROJECT NO. 105062-5
1.7 CLOSEOUT SUBMITTALS [NOT USED] 1
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 2
1.9 QUALITY ASSURANCE 3
A. Qualifications 4
1. Manufacturers 5
a. Fittings manufacturing operations (fittings, lining, and coatings) shall be 6
performed under the control of the manufacturer. 7
b. Ductile Iron Fittings shall be manufactured in accordance with AWWA/ANSI 8
C110/A21.10 or AWWA/ANSI C153/A21.53. 9
1) Perform quality control tests and maintain the results as outlined in these 10
standards to assure compliance. 11
B. Preconstruction Testing 12
1. The City may, at its own cost, subject random fittings for destructive testing by an 13
independent laboratory for compliance with this Specification. 14
a. The compliance test shall be performed in the United States. 15
b. Any visible defects or failure to meet the quality standards herein will be 16
grounds for rejecting the entire order. 17
1.10 DELIVERY, STORAGE, AND HANDLING 18
A. Storage and Handling Requirements 19
1. Store and handle in accordance with the guidelines as stated in AWWA M41. 20
2. Secure and maintain a location to store the material in accordance with Section 01 21
66 00. 22
1.11 FIELD [SITE] CONDITIONS [NOT USED] 23
1.12 WARRANTY [NOT USED] 24
PART 2 - PRODUCTS 25
2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 26
2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS 27
A. Manufacturers 28
1. Only the manufacturers as listed on the City’s Standard Products List will be 29
considered as shown in Section 01 60 00. 30
a. The manufacturer must comply with this Specification and related Sections. 31
2. Any product that is not listed on the Standard Products List is considered a 32
substitution and shall be submitted in accordance with Section 01 25 00. 33
B. Ductile Iron Fittings 34
1. Ductile Iron Fittings shall be in accordance with AWWA/ANSI C110/A21.10, 35
AWWA/ANSI C153/A21.53. 36
2. All fittings for potable water service shall meet the requirements of NSF 61. 37
3. Ductile Iron Fittings, at a minimum, shall meet or exceed the pressures classes of 38
the pipe which the fitting is connected, unless specifically indicated in the 39
Drawings. 40
33 11 11 - 6
DUCTILE IRON FITTINGS
Page 6 of 13
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER
Revised June 20, 2025 CITY PROJECT NO. 105062-5
4. Fittings Markings 1
a. Meet the minimum requirements of AWWA/ANSI C151/A21.51. 2
b. Minimum markings shall include: 3
1) “DI” or “Ductile” cast or metal stamped on each fitting 4
2) Applicable AWWA/ANSI standard for that the fitting 5
3) Pressure rating 6
4) Number of degrees for all bends 7
5) Nominal diameter of the openings 8
6) Year and country fitting was cast 9
7) Manufacturer’s mark 10
5. Joints 11
a. Mechanical Joints with mechanical restraint 12
1) Comply with AWWA/ANSI C111/A21.11 and applicable parts of 13
ANSI/AWWA C110/A21.10. 14
2) The retainer gland shall have the following working pressure ratings based 15
on size and type of pipe: 16
a) Ductile Iron Pipe 17
(1) 3-inch – 16-inch, 350 psi 18
(2) 18-inch – 48-inch, 250 psi 19
b) PVC C900 and C905 20
(1) 3-inch – 12-inch, 305psi 21
(2) 14-inch – 16-inch, 235psi 22
(3) 18-inch – 20-inch, 200psi 23
(4) 24-inch – 30 –inch 165psi 24
c) Ratings are for water pressure and must include a minimum safety 25
factor of 2 to 1 in all sizes 26
3) Retainer glands shall have specific designs for Ductile Iron and PVC and 27
should be easily differentiate between the 2. 28
4) Gland body, wedges and wedge actuating components shall be cast from 29
grade 65-45-12 ductile iron material in accordance with ASTM A536. 30
5) Mechanical joint restraint shall require conventional tools and installation 31
procedures per AWWA C600, while retaining full mechanical joint 32
deflection during assembly as well as allowing joint deflection after 33
assembly. 34
6) Proper actuation of the gripping wedges shall be ensured with torque 35
limiting twist off nuts. 36
7) A minimum of 6 wedges shall be required for 8 inch diameter PVC pipe. 37
b. Push-On, Restrained Joints 38
1) Restraining Push-on joints by means of a special gasket 39
a) Only those products that are listed in 01 60 00 40
b) The working pressure rating of the restrained gasket must exceed the 41
test pressure of the pipe line to be installed. 42
c) Approved for use of restraining Ductile Iron Pipe in casing with a 43
carrier pipe of 4-inches to 12-inches 44
d) Otherwise only approved if specially listed on the drawings 45
2) Push-on Restrained Joint bell and spigot 46
a) Only those products list in the standard products list will be allowed for 47
the size listed in the standard products list per Section 01 60 00 48
33 11 11 - 7
DUCTILE IRON FITTINGS
Page 7 of 13
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER
Revised June 20, 2025 CITY PROJECT NO. 105062-5
b) Pressure rating shall exceed the working and test pressure of the pipe 1
line 2
c. Flanged Joints 3
1) AWWA/ANSI C115/A21.15, ASME B16.1, Class 125 4
2) Flange bolt circles and bolt holes shall match those of ASME B16.1, Class 5
125. 6
3) Field fabricated flanges are prohibited. 7
6. Gaskets 8
a. Provide Gaskets in accordance with Section 33 11 05. 9
7. Isolation Flanges 10
a. Flanges required by the drawings to be Isolation Flanges shall conform to 11
Section 33 04 10. 12
8. Bolts and Nuts 13
a. Mechanical Joints 14
1) Provide bolts and nuts in accordance with Section 33 11 05. 15
b. Flanged Ends 16
1) Meet requirements of AWWA C115. 17
a) Provide bolts and nuts in accordance with Section 33 11 05. 18
9. Flange Coatings 19
a. Connections to Steel Flanges 20
1) Buried connections with Steel Flanges shall be coated with a Petrolatum 21
Tape System in accordance with Section 33 11 05. 22
10. Ductile Iron Fitting Exterior Coatings 23
a. All Ductile Iron Fittings shall have an asphaltic coating, minimum of 1 mil 24
thick, on the exterior, unless otherwise specified in the Contract Documents. 25
11. Polyethylene Encasement 26
a. All buried Ductile Iron Fittings shall be polyethylene encased. 27
b. Only manufacturers listed in the City’s Standard Products List as shown 28
in Section 01 60 00 will be considered acceptable. 29
c. Use only virgin polyethylene material. 30
d. Encasement for buried fittings shall be 8 mil linear low density (LLD) 31
polyethylene conforming to AWWA/ANSI C105/A21.5 or 4 mil high 32
density cross-laminated (HDCL) polyethylene encasement conforming to 33
conforming to AWWA/ANSI C105/A21.5 and ASTM A674. 34
e. Marking: At a minimum of every 2 feet along its length, the mark the 35
polyethylene film with the following information: 36
1) Manufacturer’s name or trademark 37
2) Year of manufacturer 38
3) AWWA/ANSI C105/A21.5 39
4) Minimum film thickness and material type 40
5) Applicable range of nominal diameter sizes 41
6) Warning – Corrosion Protection – Repair Any Damage 42
f. Special Markings/Colors 43
1) Reclaimed Water, perform one of the following: 44
a) Label polyethylene encasement with “RECLAIMED WATER”, 45
b) Provide purple polyethylene in accordance with the American 46
Public Works Association Uniform Color Code; or 47
33 11 11 - 8
DUCTILE IRON FITTINGS
Page 8 of 13
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER
Revised June 20, 2025 CITY PROJECT NO. 105062-5
c) Attach purple reclaimed water marker tape to the polyethylene 1
wrap. 2
2) Wastewater, perform one of the following: 3
a) Label polyethylene encasement with “WASTEWATER”; 4
b) Provide green polyethylene in accordance with the American 5
Public Works Association Uniform Color Code; or 6
c) Attach green sanitary sewer marker tape to the polyethylene wrap. 7
g. Polyethylene encasement for use with ductile iron pipe systems shall 8
consist of three layers of co-extruded linear low density polyethylene 9
(LLDPE), fused into a single thickness of not less than eight mils. 10
h. The inside surface of the polyethylene wrap to be in contact with the pipe 11
exterior shall be infused with a blend of anti-microbial biocide to mitigate 12
microbiologically influenced corrosion and a volatile corrosion inhibitor to 13
control galvanic corrosion. 14
i. Minimum widths 15
Polyethylene Tube and Sheet Sizes for Push-On Joint Fittings 16
Nominal Fittings Diameter
(inches)
Min. Width – Flat Tube
(inches)
Min. Width – Sheet
(inches)
3 14 28
4 14 28
6 16 32
8 20 40
10 24 48
12 27 54
14 30 60
16 34 68
18 37 74
20 41 82
24 54 108
30 67 134
36 81 162
42 81 162
48 95 190
54 108 216
60 108 216
64 121 242
12. Ductile Iron Fittings Interior Lining 17
a. Cement Mortar Lining 18
1) Ductile Iron Fittings for potable water shall have a cement mortar lining in 19
accordance with AWWA/ANSI C104/A21.4 and be acceptable according to 20
NSF 61. 21
b. Ceramic Epoxy or Epoxy Linings 22
33 11 11 - 9
DUCTILE IRON FITTINGS
Page 9 of 13
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER
Revised June 20, 2025 CITY PROJECT NO. 105062-5
1) Ductile Iron Fittings for use in wastewater applications shall be lined with 1
a Ceramic Epoxy or Epoxy lining as designated in the Standard Products 2
List as shown in Section 01 60 00. 3
2) Apply lining at a minimum of 40 mils DFT 4
3) Due to the tolerances involved, the gasket area and spigot end up to 6 5
inches back from the end of the spigot end must be coated with 6 mils 6
nominal, 10 mils maximum using a Joint Compound as supplied by the 7
manufacturer. 8
a) Apply the joint compound by brush to ensure coverage. 9
b) Care should be taken that the joint compound is smooth without excess 10
buildup in the gasket seat or on the spigot ends. 11
c) Coat the gasket seat and spigot ends after the application of the lining. 12
4) Surface preparation shall be in accordance with the manufacturer’s 13
recommendations. 14
5) Check thickness using a magnetic film thickness gauge in accordance with 15
the method outlined in SSPC PA 2. 16
6) Test the interior lining of all fittings for pinholes with a non-destructive 17
2,500 volt test. 18
a) Repair any defects prior to shipment. 19
7) Mark each fitting with the date of application of the lining system along 20
with its numerical sequence of application on that date and records 21
maintained by the applicator of his work. 22
8) For all Ductile Iron Fittings in wastewater service where the fitting has 23
been cut, coat the exposed surface with the touch-up material as 24
recommended by the manufacturer. 25
a) The touch-up material and the lining shall be of the same manufacturer. 26
2.3 ACCESSORIES [NOT USED] 27
2.4 SOURCE QUALITY CONTROL [NOT USED] 28
PART 3 - EXECUTION 29
3.1 INSTALLERS [NOT USED] 30
3.2 EXAMINATION [NOT USED] 31
3.3 PREPARATION [NOT USED] 32
3.4 INSTALLATION 33
A. General 34
1. Install fittings, specials and appurtenances as specified herein, as specified in 35
AWWA C600, AWWA M41, and in accordance with the fittings manufacturer’s 36
recommendations. 37
2. Lay fittings to the lines and grades as indicated in the Drawings. 38
3. Excavate and backfill trenches in accordance with 33 05 10. 39
4. Embed Ductile Iron Fittings in accordance with 33 05 10. 40
B. Joint Making 41
1. Mechanical Joints with required mechanical restraint 42
a. All mechanical joints require mechanical restraint. 43
33 11 11 - 10
DUCTILE IRON FITTINGS
Page 10 of 13
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER
Revised June 20, 2025 CITY PROJECT NO. 105062-5
b. Bolt the retainer gland into compression against the gasket, with the bolts 1
tightened down evenly then cross torqued in accordance with AWWA C600. 2
c. Overstressing of bolts to compensate for poor installation practice will not be 3
permitted. 4
2. Push-on Joints (restrained) 5
a. All push-on joints shall be restrained push-on type. 6
b. Install Push-on joints as defined in AWWA/ANSI C111/A21.11. 7
c. Wipe clean the gasket seat inside the bell of all extraneous matter. 8
d. Place the gasket in the bell in the position prescribed by the manufacturer. 9
e. Apply a thin film of non-toxic vegetable soap lubricant to the inside of the 10
gasket and the outside of the spigot prior to entering the spigot into the bell. 11
f. When using a field cut plain end piece of pipe, refinished the field cut and scarf 12
to conform to AWWA M-41. 13
3. Flanged Joints 14
a. Use erection bolts and drift pins to make flanged connections. 15
1) Do not use undue force or restraint on the ends of the fittings. 16
2) Apply even and uniform pressure to the gasket. 17
b. The fitting must be free to move in any direction while bolting. 18
1) Install flange bolts with all bolt heads faced in 1 direction. 19
4. Joint Deflection 20
a. Deflect the pipe only when necessary to avoid obstructions or to meet the lines 21
and grades and shown in the Drawings. 22
b. The deflection of each joint must be in accordance with AWWA C600 Table 3. 23
c. The maximum deflection allowed is 50 percent of that indicated in AWWA 24
C600. 25
d. The manufacturer’s recommendation may be used with the approval of the 26
Engineer. 27
C. Polyethylene Encasement Installation 28
1. Preparation 29
a. Remove all lumps of clay, mud, cinders, etc., on fittings surface prior to 30
installation of polyethylene encasement. 31
1) Prevent soil or embedment material from becoming trapped between 32
fittings and polyethylene. 33
b. Fit polyethylene film to contour of fittings to affect a snug, but not tight encase 34
with minimum space between polyethylene and fittings. 35
1) Provide sufficient slack in contouring to prevent stretching polyethylene 36
where it bridges irregular surfaces such as bell-spigot interfaces, bolted 37
joints or fittings, and to prevent damage to polyethylene due to backfilling 38
operations. 39
2) Secure overlaps and ends with adhesive tape and hold. 40
c. For installations below water table and/or in areas subject to tidal actions, seal 41
both ends of polyethylene tube with adhesive tape at joint overlap. 42
2. Tubular Type (Method A) 43
a. Cut polyethylene tube to length approximately 2 feet longer than fittings 44
section. 45
33 11 11 - 11
DUCTILE IRON FITTINGS
Page 11 of 13
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER
Revised June 20, 2025 CITY PROJECT NO. 105062-5
b. Slip tube around fittings, centering it to provide 1 foot overlap on each adjacent 1
pipe section and bunching it accordion-fashion lengthwise until it clears fittings 2
ends. 3
c. Lower fittings into trench with preceding section of pipe. 4
d. Make shallow bell hole at joints to facilitate installation of polyethylene tube. 5
e. After assembling fittings make overlap of polyethylene tube, pull bunched 6
polyethylene from preceding length of pipe, slip it over end of the fitting and 7
wrap until it overlaps joint at end of preceding length of pipe. 8
f. Secure overlap in place. 9
g. Take up slack width at top of fitting to make a snug, but not tight, fit along 10
barrel of fitting, securing fold at quarter points. 11
h. Repair cuts, tears, punctures or other damage to polyethylene. 12
i. Proceed with installation of next fitting in same manner. 13
3. Tubular Type (Method B) 14
a. Cut polyethylene tube to length approximately 1 foot shorter than fitting 15
section. 16
b. Slip tube around fitting, centering it to provide 6 inches of bare fitting at each 17
end. 18
c. Take up slack width at top of fitting to make a snug, but not tight, fit along 19
barrel of fitting, securing fold at quarter points; secure ends. 20
d. Before making up joint, slip 3-foot length of polyethylene tube over end of 21
proceeding pipe section, bunching it accordion-fashion lengthwise. 22
e. After completing joint, pull 3-foot length of polyethylene over joint, 23
overlapping polyethylene previously installed on each adjacent section of pipe 24
by at least 1 foot; make each end snug and secure. 25
4. Sheet Type 26
a. Cut polyethylene sheet to a length approximately 2 feet longer than piece 27
section. 28
b. Center length to provide 1-foot overlap on each fitting, bunching it until it 29
clears the fitting ends. 30
c. Wrap polyethylene around fitting so that it circumferentially overlaps top 31
quadrant of fitting. 32
d. Secure cut edge of polyethylene sheet at intervals of approximately 3 feet. 33
e. Lower wrapped fitting into trench with preceding section of pipe. 34
f. Make shallow bell hole at joints to facilitate installation of polyethylene. 35
g. After completing joint, make overlap and secure ends. 36
h. Repair cuts, tears, punctures or other damage to polyethylene. 37
i. Proceed with installation of fittings in same manner. 38
5. Pipe-Shaped Appurtenances 39
a. Cover bends, reducers, offsets, and other pipe-shaped appurtenances with 40
polyethylene in same manner as pipe and fittings. 41
6. Odd-Shaped Appurtenances 42
a. When it is not practical to wrap valves, tees, crosses and other odd-shaped 43
pieces in tube, wrap with flat sheet or split length polyethylene tube by passing 44
sheet under appurtenances and bringing it up around body. 45
b. Make seams by bringing edges together, folding over twice and taping down. 46
c. Tape polyethylene securely in place at the valve stem and at any other 47
penetrations. 48
33 11 11 - 12
DUCTILE IRON FITTINGS
Page 12 of 13
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER
Revised June 20, 2025 CITY PROJECT NO. 105062-5
7. Repairs 1
a. Repair any cuts, tears, punctures or damage to polyethylene with adhesive tape 2
or with short length of polyethylene sheet or cut open tube, wrapped around 3
fitting to cover damaged area, and secure in place. 4
8. Openings in Encasement 5
a. Provide openings for branches, service taps, blow-offs, air valves and similar 6
appurtenances by making an X-shaped cut in polyethylene and temporarily 7
folding back film. 8
b. After appurtenance is installed, tape slack securely to appurtenance and repair 9
cut, as well as other damaged area in polyethylene with tape. 10
c. Service taps may also be made directly through polyethylene, with any 11
resulting damaged areas being repaired as described above. 12
9. Junctions between Wrapped and Unwrapped Fittings 13
a. Where polyethylene-wrapped fitting joins an adjacent pipe that is not wrapped, 14
extend polyethylene wrap to cover adjacent pipe for distance of at least 3 feet. 15
b. Secure end with circumferential turns of tape. 16
c. Wrap service lines of dissimilar metals with polyethylene or suitable dielectric 17
tape for minimum clear distance of 3 feet away from cast or Ductile Iron 18
Fittings. 19
D. Blocking 20
1. Install concrete blocking in accordance with Section 03 30 00 for all bends, tees, 21
crosses and plugs in the pipe lines as indicated in the Drawings. 22
2. Place the concrete blocking so as to rest against firm undisturbed trench walls, 23
normal to the thrust. 24
3. The supporting area for each block shall be at least as great as that indicated on the 25
Drawings and shall be sufficient to withstand the thrust, including water hammer, 26
which may develop. 27
4. Each block shall rest on a firm, undisturbed foundation or trench bottom. 28
5. If the Contractor encounters soil that appears to be different than that which was 29
used to calculate the blocking according to the Drawings, the Contractor shall 30
notify the Engineer prior to the installation of the blocking. 31
3.5 REPAIR/RESTORATION 32
A. Patching 33
1. Excessive field-patching is not permitted of lining or coating. 34
2. Patching of lining or coating will be allowed where area to be repaired does not 35
exceed 100 square inches and has no dimensions greater than 12 inches. 36
3. In general, there shall not be more than 1 patch on either the lining or the coating of 37
any fitting. 38
4. Wherever necessary to patch the fitting: 39
a. Make patch with cement mortar as previously specified for interior joints. 40
b. Do not install patched fitting until the patch has been properly and adequately 41
cured and approved for laying by the City. 42
c. Promptly remove rejected fittings from the site. 43
33 11 11 - 13
DUCTILE IRON FITTINGS
Page 13 of 13
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER
Revised June 20, 2025 CITY PROJECT NO. 105062-5
3.6 RE-INSTALLATION [NOT USED] 1
3.7 FIELD [OR] SITE QUALITY CONTROL 2
A. Potable Water Mains 3
1. Cleaning, disinfection, hydrostatic testing and bacteriological testing of water mains 4
a. Clean, flush, pig, disinfect, hydrostatic test and bacteriological test the water 5
main as specified in Section 33 04 40. 6
3.8 SYSTEM STARTUP [NOT USED] 7
3.9 ADJUSTING [NOT USED] 8
3.10 CLEANING [NOT USED] 9
3.11 CLOSEOUT ACTIVITIES [NOT USED] 10
3.12 PROTECTION [NOT USED] 11
3.13 MAINTENANCE [NOT USED] 12
3.14 ATTACHMENTS [NOT USED] 13
END OF SECTION 14
15
Revision Log
DATE NAME SUMMARY OF CHANGE
12/20/2012 D. Johnson
1.2.A.1.c – Restraints included in price bid
1.2.A.2.c – Restraints included in price bid
1.3 – Added definitions of gland types for clarity
2.2.B.5 – Removed unrestrained push-on and mechanical joints
2.2.B.6, 7, 8, and 9 – Added reference to Section 33 05 10 and 33 04 10; removed
material specifications for bolts, nuts and gaskets.
3.4 – Requirement for all mechanical and push-on joints to be restrained
3.4.D – Corrected reference
9/20/2017 W. Norwood 2.2.B.5.a.7 – Added requirement for 6 wedges on MJ Restraint for 8 inch PVC pipe
16
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER
Revised July 1, 2011 CITY PROJECT NO. 105062-5
APPENDIX
GC-4.02 Subsurface and Physical Conditions
GC-6.06.D Minority and Women Owned Business Enterprise Compliance
GC-6.07 Wage Rates
GR-01 60 00 Product Requirements
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER
Revised July 1, 2011 CITY PROJECT NO. 105062-5
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER
Revised July 1, 2011 CITY PROJECT NO. 105062-5
GC-4.02 Subsurface and Physical Conditions
THIS PAGE LEFT INTENTIONALLY BLANK
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER
Revised July 1, 2011 CITY PROJECT NO. 105062-5
GEOTECHNICAL ENGINEERING STUDY
WATER AND SANITARY SEWER IMPROVEMENTS
CAMP BOWIE BOULEVARD
FORT WORTH, TEXAS
Presented To:
Kimley-Horn and Associates, Inc.
May 2024
PROJECT NO. 103-23-519
i
� � En ineerin
g g
May 10, 2024
Report No. 103-23-519
Kimley-Horn and Associates, Inc.
801 Cherry Street, Unit 11, Suite 1300
Fort Worth, Texas 76102
Attn: Ms. Shelby Warchesik, P.E.
GEOTECHNICAL ENGINEERING STUDY
WATER AND SANITARY SEWER IMPROVEMENTS
CAMP BOWIE BOULEVARD
FORT WORTH, TEXAS
Dear Ms. Warchesik:
Submitted here are the results of a geotechnical engineering study for the referenced project.
This study was performed in general accordance with CMJ Proposal 23-9266 (Revised) dated
September 12, 2023. The geotechnical services were authorized via Kimley-Horn and
Associates, Inc. Individual Project Order (IPO) Number 061018457-03.
Engineering analyses and recommendations are contained in the text section of the report. The
results of our field and laboratory services are included in the appendix of the report. We would
appreciate the opportunity to be considered for providing construction material testing services
during the construction phase of this project.
We appreciate the opportunity to be of service to Kimley-Horn and Associates, Inc. Please contact
us if you have any questions or if we may be of further service at this time.
Respectfully submitted,
CM1 ENGINEERING, INC.
TBPELS REGiSrRariory No. F-9177
� �
�
Ammon D. Lutz, E.I.T., G.I.T.
Geotechnical Project Manager
Texas Nos. 77207, 468
'�������`
%�P�� � F rF-1' `�l
i y� � ��s' �1
%* ;' � : * l�
� ...........................:.:t.�
�MATTHEW W KAMMERDIENER%
/....:.... . '. • /
�r�,o�. 127818��.��;
�l��,c`� ���ENSE� � ����
� `� FSS •........•�G� �
�`� � ��a� ` '�.�
Matthew W. Kammerdiener, P.E. �'���
Senior Engineer
Texas No. 127818
copies submitted: (2) Mr. Shelby Warchesik, P.E.; Kimley-Horn and Associates, Inc. (mail and email)
CMj Engineering
p: 817.284.9400
f: 817.589.9993
7636 Pebble Drive
Fort Worth, TX 76118
www.cmjengr.com
TABLE OF CONTENTS
Page
1.0 INTRODUCTION ------------------------------------------------------------------------------------------------------- 1
2.0 FIELD EXPLORATION AND LABORATORY TESTING ------------------------------------------------------ 2
3.0 SUBSURFACE CONDITIONS -------------------------------------------------------------------------------------- 3
4.0 TRENCH / BORE EXCAVATIONS --------------------------------------------------------------------------------- 6
5.0 GENERAL EARTHWORK ------------------------------------------------------------------------------------------- 10
6.0 CONSTRUCTION OBSERVATIONS ----------------------------------------------------------------------------- 13
7.0 REPORT CLOSURE ------------------------------------------------------------------------------------------------- 13
APPENDIX A
Plate
Plan of Borings ------------------------------------------------------------------------------------------------------ A.1A–A.1C
Unified Soil Classification System --------------------------------------------------------------------------------------- A.2
Key to Classification and Symbols -------------------------------------------------------------------------------------- A.3
Logs of Borings ------------------------------------------------------------------------------------------------------ A.4–A.14
Particle Size Distribution Reports ------------------------------------------------------------------------------- A.15–A.22
Analytical Test Results -------------------------------------------------------------------------------------------------- A.23
Report No. 103-23-519 CMJ ENGINEERING, INC.
1
1.0 INTRODUCTION
1.1 General
The project, as currently planned, will consist of water and sewer line improvements along Camp
Bowie Boulevard in Fort Worth, Texas. The project limits are approximately from Hulen Street to
Clifton Street and east of the Fort Worth traffic circle in the vicinity of Marks Place and Irene Street.
The project vicinity and approximate locations of exploration borings are illustrated on Plates A.1a,
A.1b, and A.1c, Plan of Borings.
1.2 Purpose and Scope
The purpose of this geotechnical engineering study has been to determine the general subsurface
conditions, evaluate the engineering characteristics of the subsurface materials encountered,
develop comments on general excavation and directional boring, and provide earthwork
recommendations.
To accomplish its intended purposes, the study has been conducted in the following phases: (1)
drilling sample borings to determine the general subsurface conditions and to obtain samples for
testing; (2) performing laboratory tests on appropriate samples to determine pertinent engineering
properties of the subsurface materials; and (3) performing engineering analyses, using the field and
laboratory data to develop geotechnical recommendations for the proposed construction.
The design is currently in progress and the locations and/or elevations of the pipelines could change.
Once the final design is near completion (80-percent to 90-percent stage), it is recommended that
CMJ Engineering, Inc. be retained to review those portions of the construction documents pertaining
to the geotechnical recommendations, as a means to determine that our recommendations have
been interpreted as intended.
1.3 Report Format
The text of the report is contained in Sections 1 through 7. All plates and large tables are contained
in Appendix A. The alpha-numeric plate and table numbers identify the appendix in which they
appear. Small tables of less than one page in length may appear in the body of the text and are
numbered according to the section in which they occur.
Report No. 103-23-519 CMJ ENGINEERING, INC.
2
Units used in the report are based on the English system and may include tons per square foot (tsf),
kips (1 kip = 1,000 pounds), kips per square foot (ksf), pounds per square foot (psf), pounds per
cubic foot (pcf), and pounds per square inch (psi).
2.0 FIELD EXPLORATION AND LABORATORY TESTING
2.1 Field Exploration
Subsurface materials at the project site were explored by eleven (11) vertical soil borings. Boring B-
1 was unable to be drilled due to brick pavers that were unable to be removed; the original boring
nomenclature was kept for sake of continuity. Borings B-2 through B-12 were drilled to depths of 20
feet along the proposed alignment. The borings were drilled using continuous flight augers at the
approximate locations shown on the Plan of Borings, Plates A.1a, A.1b, and A.1c. The boring logs
are included on Plates A.4 through A.14 and keys to classifications and symbols used on the logs
are provided on Plates A.2 and A.3.
Undisturbed samples of cohesive soils were obtained with nominal 3-inch diameter thin-walled
(Shelby) tube samplers at the locations shown on the logs of borings. The Shelby tube sampler
consists of a thin-walled steel tube with a sharp cutting edge connected to a head equipped with a
ball valve threaded for rod connection. The tube is pushed into the soil by the hydraulic pulldown of
the drilling rig. The soil specimens were extruded from the tube in the field, logged, tested for
consistency with a hand penetrometer, sealed, and packaged to limit the loss of moisture.
The consistency of cohesive soil samples was evaluated in the field using a calibrated hand
penetrometer. In this test, a 0.25-inch diameter piston is pushed into the relatively undisturbed
sample at a constant rate to a depth of 0.25 inch. The results of these tests, in tsf, are tabulated at
respective sample depths on the logs. When the capacity of the penetrometer is exceeded, the
value is tabulated as 4.5+.
To evaluate the relative density and consistency of the harder formations, a modified version of the
Texas Cone Penetration test was performed at selected locations. Texas Department of
Transportation (TXDOT) Test Method Tex-132-E specifies driving a 3-inch diameter cone with a 170-
pound hammer freely falling 24 inches. This results in 340 foot-pounds of energy for each blow.
This method was modified by utilizing a 140-pound hammer freely falling 30 inches. This results in
350 foot-pounds of energy for each hammer blow. In relatively soft materials, the penetrometer cone
Report No. 103-23-519 CMJ ENGINEERING, INC.
3
is driven 1 foot and the number of blows required for each 6-inch penetration is tabulated at
respective test depths, as blows per 6 inches on the log. In hard materials (rock or rock-like), the
penetrometer cone is driven with the resulting penetrations, in inches, recorded for the first and
second 50 blows, a total of 100 blows. The penetration for the total 100 blows is recorded at the
respective testing depths on the boring log.
Groundwater observations during and after completion of the borings are shown on the upper right of
the boring log. Upon completion of the borings, the bore holes were backfilled with soil cuttings and
patched with concrete or asphalt as appropriate.
2.2 Laboratory Testing
Laboratory soil tests were performed on selected representative samples recovered from the
borings. In addition to the classification tests (liquid limits, plastic limits, and particle size analyses),
moisture content, unconfined compressive strength, and unit weight tests were performed. Results
of the laboratory classification tests, moisture content, unconfined compressive strength, and unit
weight tests conducted for this project are included on the boring logs. The particle size analyses
results are presented on Plates A.15 through A.22.
Analytical tests to aid in evaluation of corrosive potential of the on-site soils were performed on
selected samples recovered from the borings. The results of the analytical testing are tabulated on
Plate A.23.
The above laboratory tests were performed in general accordance with applicable ASTM
procedures, or generally accepted practice.
3.0 SUBSURFACE CONDITIONS
3.1 Site Geology
The Dallas Sheet of the Geologic Atlas of Texas indicates the majority of the project site is located
in the Duck Creek Formation of Lower Cretaceous Age. The Duck Creek Formation consists of
limestone with some shaley portions. This formation typically weathers to form relatively deep active
clay soils. Borings B-6, B-7, and B-9 are located in the Kiamichi Formation of Lower Cretaceous
Age, which is approximately 25 feet thick and is composed of weak, extremely active clays. Outcrops
Report No. 103-23-519 CMJ ENGINEERING, INC.
4
of the Kiamichi normally form narrow bands on hillsides. Heavy water seepage can occur along the
contact zone between the Duck Creek and Kiamichi Formation during periods of heavy rainfall.
3.2 Soil Conditions
Specific types and depths of subsurface strata encountered at the boring locations are shown on the
boring logs in Appendix A. The generalized subsurface stratigraphy encountered in the borings is
discussed below. Note that depths on the borings refer to the depth from the existing grade or ground
surface present at the time of the investigation, and the boundaries between the various soil types
are approximate.
Existing paving at the boring locations consisted of 2 to 4 inches of asphalt in Borings B-6 through
B-9 and B-11 through B-12, and 5½ to 8½ inches of concrete in Borings B-2 through B-5 and B-10.
The concrete encountered in Borings B-2 through B-4 was overlain by brick pavers. Sand or sand
and gravel base material was present below the pavement in Borings B-7 through B-10 and B-12
with thicknesses of 3 to 5 inches. Table 3.2-1 summarizes the existing pavement sections as
encountered in the borings.
TABLE 3.2-1
Existing Pavement Sections
Boring
No. Existing Pavement Existing Subgrade
B-2 2½” Brick over 7½” PCC -
B-3 2½” Brick over 5½” PCC -
B-4 2½” Brick over 8” PCC -
B-5 8½” PCC -
B-6 2” HMAC over 8” PCC -
B-7 3” HMAC 5” Gravel Base over 2” PCC
B-8 4” HMAC 5” Gravel Base
B-9 3½” HMAC 4” Sand and Gravel Base
B-10 5¾” PCC 3” Sand Base
B-11 3½” HMAC -
B-12 2” HMAC 5” Sand and Gravel Base
Fill and possible fill materials were observed below the paving extending to depths of 3 to 4 feet in
Borings B-11 and B-12 consisting of dark brown and brown clays and silty clays, containing asphalt
fragments, iron seams, ironstone nodules, calcareous nodules pebbles, and gravel.
Report No. 103-23-519 CMJ ENGINEERING, INC.
5
Natural soils encountered consist of various dark brown, brown, light brown, light reddish brown,
gray, and tan clays, silty clays, sandy clays, silty shaly clays, and shaly clays. The various natural
soils typically contain iron seams, iron stains, ironstone nodules, limestone fragments, calcareous
deposits, gravel, and occasional calcareous seams and limestone seams. A 2 foot thick tan gravel
layer with sand and silt seams was encountered in Boring B-6 at a depth of 7 feet. Borings B-5, B-
9, B-10, and B-12 were terminated in the various clayey soils at a depth of 20 feet.
The various clayey soils encountered in the borings had tested Liquid Limits (LL) ranging from 26 to
69 with Plasticity Indices (PI) of 12 to 48 and are classified as SP, SC, CL, and CH according to the
USCS. The various clayey soils encountered are generally stiff to hard (soil basis) with pocket
penetrometer values ranging from 2.0 to over 4.5 tsf. Tested dry unit weight and unconfined
compressive strength values range from 91 to 117 pcf and 2,120 to 8,520 psf, respectively.
Tan limestone was next encountered in Borings B-2 through B-4, B-8, B-11, and B-12 at depths of 1
to 10 feet. The tan limestone occasionally occurs fractured or weathered in upper reaches, contains
clay seams and occasional clay layers and varies from soft to very hard (rock basis), with Texas
Cone Penetrometer (THD) test values of ½ to 6¾ inches of penetration for 100 hammer blows.
Borings B-2 and B-8 were terminated in the tan limestone at a depth of 20 feet.
Gray limestone was next encountered in Borings B-3, B-4, and B-11 at depths of 14 to 17 feet. The
gray limestone occasionally contains shale seams and is considered hard to very hard (rock basis),
with Texas Cone Penetrometer (THD) test values of 1 to 1¾ inches of penetration for 100 hammer
blows. Borings B-3, B-4, and B-11 were terminated in the gray limestone at a depth of 20 feet.
Gray shale was next encountered in Borings B-6 and B-7 at a depth of 16 feet. The gray shale
contains limestone layers and is considered moderately hard (rock basis) with a Texas Cone
Penetrometer (THD) value of 2¼ inches of penetration per 100 blows. Borings B-6 and B-7 were
terminated in the gray shale at a depth of 20 feet.
3.3 Groundwater Observations
The borings were drilled using continuous flight augers in order to observe groundwater seepage
during drilling. Groundwater seepage was encountered during drilling in Borings B-6 at a depth of 9
feet below existing grade. A groundwater level of 12 feet was measured at drilling completion in
Report No. 103-23-519 CMJ ENGINEERING, INC.
6
Boring B-6. Borehole cave-in was also observed in Boring B-6 at a depth of 13 feet during drilling.
Borings B-2 through B-5 and B-7 through B-12 were dry during drilling and at completion.
Fluctuations of the groundwater level can occur due to seasonal variations in the amount of rainfall;
site topography and runoff; hydraulic conductivity of soil strata; and other factors not evident at the
time the borings were drilled. Groundwater can occur in joints in the clays, atop the limestone or
shale or via more permeable strata and should be considered when developing the design and
construction plans for the project.
Water traveling through the soil (subsurface water) is unpredictable. This could be due to seasonal
changes in the groundwater and due to the unpredictable nature of groundwater paths. Therefore,
it is necessary during construction for the contractor to be observant of groundwater seepage in
excavations in order to assess the situation and take appropriate action.
4.0 TRENCH / BORE EXCAVATIONS
4.1 Expected Subsurface Conditions
The various soil materials encountered in the borings can be excavated using conventional
earthwork equipment. Where more granular materials are present, such as encountered in Boring
B-6, some caving may occur due to the low-plasticity nature of these materials and with the presence
of groundwater which was also present in Boring B-6.
Moderately hard to very hard limestones and shales were encountered in Borings B-2 through B-4,
B-6 through B-8, B-11, and B-12 at depths of 1 to 16 feet. Heavy-duty specialized equipment will
likely be required to excavate through the limestones and shales. In addition, overexcavation should
be anticipated within the limestone and shale. Overexcavation may result from large blocks or
chunks breaking along either weathered or clay seams beyond the planned excavation.
4.2 Open Cut
The trench excavations should be performed in accordance with OSHA Safety and Health Standards
(29 CFR 1926/1919), Subpart P. For excavations less than 5 feet deep through the various clays, it
is expected that near-vertical excavation walls will be possible. For excavations which occur through
soft clays, granular soils, loose fill, or submerged soils, it will be necessary to either slope the
excavation sidewalls or provide temporary bracing to control excavation wall instability. In addition,
Report No. 103-23-519 CMJ ENGINEERING, INC.
7
for excavations deeper than 5 feet, the excavation sidewalls must be sloped, or temporary bracing
must be provided, regardless of the soil conditions encountered. The design of any trench or
excavation safety plans required is the contractor’s responsibility.
4.3 Directional Bore Comments
The results of the exploration borings indicate the presence of granular materials as well as
groundwater seepage in Boring B-6. These conditions will complicate directional boring operations.
The more granular strata can serve as conduits to direct water towards the bore excavation. Caving
may occur due to the low plasticity nature of these materials, possibly requiring casing or slurry
methods for borehole stability. Water seepage can decrease the stability of the bore/tunnel
excavation and result in ground subsidence. Proper dewatering, as discussed below, is imperative
for excavation stability. Otherwise, the predominate natural clayey materials are generally good
materials for bore/tunneling operations.
Pipe installment via jacking would be very difficult in tan and gray limestone and shale. Boring with
hardened rock teeth would likely be required below 1- to 16-foot depths in select areas due to the
presence of the limestone and shale. Proper dewatering, as discussed below, is imperative for
excavation stability should groundwater be encountered. The contractor may consider surface
settlement monitoring measurements during construction, particularly in sensitive areas such as
right-of-way crossing(s).
4.4 Trench / Bore Pit Dewatering
As discussed in Section 3.3, Groundwater Observations, groundwater conditions can vary with
seasonal fluctuations in rainfall. In the case that groundwater is encountered, controlling the
groundwater is essential to the construction of the proposed utility lines. Furthermore, the more
granular, sandy soils can act like a “quick” condition, in which soil strength reduces to a very small
magnitude when vibratory construction equipment traverses this soil, particularly if not properly
dewatered. In addition to proper dewatering, care must be taken to cause as minimal disturbance as
possible on sandy soils in the excavation. Failure to control any encountered groundwater could
result in excavation collapse, excavation bottom heave, an unstable bottom and detrimental pipeline
settlement and pipe deflections after backfilling. Groundwater levels should be maintained at least
two feet below the base of the excavation for the full term of construction. Protection of the open
excavations should be provided during periods of moderate to heavy rainfall, as surface water will
most likely channel and collect in the excavations. The water level should be lowered prior to
Report No. 103-23-519 CMJ ENGINEERING, INC.
8
excavating and should be maintained at this lowered level until the pipe trench is backfilled. If water
infiltration rates are high, it may be necessary to install a more elaborate dewatering system. The
design of any dewatering system required is the contractor’s responsibility.
4.5 Soft Trench Bottom Conditions
Soft trench bottom conditions are unlikely where the trench bottom is situated in the natural soils,
limestones, or shales; however such conditions may exist in areas of existing fill or more granular
materials as encountered in select borings. Control of groundwater as discussed above is the key
to avoiding an unstable trench bottom in more granular soils, as well as cohesive soils. Unstable
trench bottoms are unsuitable for support of the proposed pipelines. Soft clays or saturated sands
could occur where groundwater is present. In any areas where unsuitable bearing materials are
encountered at the planned invert elevation, the trench bottom can be prepared using the following
method:
Under-cut to a suitable bearing subgrade and replace it with a structural compacted fill. The
over-excavation should extend laterally a distance of at least 1 foot beyond the edges of the
pipe, and then at least 1 foot laterally for every 1.5 feet of fill required beneath the pipe. The
over-excavation backfill should be surrounded with a geotextile consisting of Mirafi 140N,
Amoco ProPex 4545, or equivalent. The backfill should consist of a free-draining aggregate
(i.e., sands, gravels, crushed limestone, or crushed concrete) approved by the geotechnical
engineer. The backfill should be placed in maximum 9-inch loose lifts and uniformly
compacted to a minimum relative density of 65 percent as determined by test methods ASTM
D4253 and D4254.
4.6 Excavation Considerations
If open trench cuts are performed within 1.25 times the trench depth of any surface structure, trench
shoring (not trench boxes) should be used within open trench cuts performed within this distance.
Hydraulic shoring struts should be used and installed during excavation as needed to provide full
lateral support to vertical trench sidewalls and thereby help reduce lateral ground movements near
existing structures. A pre-construction condition survey should be performed prior to beginning
excavation near any structure that could be affected by the trench excavation to verify existing
conditions (existing distress) prior to construction. Construction monitoring should be performed to
verify that existing structures are not impacted or damaged by construction operations.
Where pavement crossings may occur, any pavement repair structure (asphalt or base course
material) should extend a minimum of 12 inches beyond the edge of the excavation trench. This
Report No. 103-23-519 CMJ ENGINEERING, INC.
9
additional width of pavement structure greatly reduces the potential for reflective cracking upwards
into the pavement.
4.7 Pipe Installation Bedding
To assure adequate base support for the pipe, it is recommended that bedding/embedment material
be placed around the pipe, 6 inches below the pipe, and 12 inches above the pipe. If concern exists
of native backfill above the embedment migrating into the more coarse embedment (and causing
backfill settlement), a filter cloth is recommended at the embedment/native soil interface. The filter
cloth should cover the entire interface and up through the sidewall a minimum of 1 foot.
Bedding material may consist of gravel/stone from 1” to No. 10 sieve size. Gravel should be
consolidated upon placement by rodding or pneumatic vibration methods. Such methods should not
cause harm or distress to the pipe. The filter cloth should be TenCate Geosynthetics Mirafi 140N or
equivalent.
4.8 Trench Backfill
Site excavated materials are generally considered suitable for use as backfill above the pipe bedding
materials. All trench backfill should be free of deleterious materials. Use of rock fragments greater
than 4 inches in any dimension should be prohibited, since attaining a uniform moisture and density
without voids would be difficult. Backfill should be compacted in maximum 8-inch loose lifts at a
minimum of 95 percent of the Standard Proctor density (ASTM D698). The uncompacted lift
thickness should be reduced to 4 inches for structure backfill zones requiring hand-operated power
compactors or small self-propelled compactors.
Clay soils having a Plasticity Index greater than 20 should be compacted at a moisture content
ranging from 0 to plus 4 percentage points above the optimum moisture content. Granular soils
having a PI less than 20 should be compacted at a moisture content ranging from minus 3 to plus 3
percentage points of the optimum moisture content. Jetting to compact the pipe backfill should not
be allowed. In areas where the settlement of the backfill must be closely controlled, the trench
excavation should be backfilled with either cement stabilized sand or flowable concrete having a 28-
day compressive strength ranging between 50 and 200 psi.
Report No. 103-23-519 CMJ ENGINEERING, INC.
10
4.9 Trench Backfill Settlement
The settlement of the backfill soils should be anticipated. It is anticipated that properly compacted
on-site clay fill soils will settle between about 1 and 2 percent of the fill thickness. For example, 10
feet of fill would be expected to settle on the order of 1.2 to 2.4 inches.
The trench backfill could be over-built in order to reduce the potential for a surface depression along
the trench centerline. We recommend the backfill be crowned. The centerline of the excavation
should be over-built by one foot and sloped down to match grade at the edge of the excavation.
4.10 Provisions to Reduce Backfill Settlement
Field testing will be a critical element in controlling the compaction of the backfill to limit settlement.
All trench backfilling in these critical areas shall include full-time observation of soil compaction by
an experienced geotechnician under the supervision of the geotechnical engineer. The contractor
should provide protection for the testing/inspection personnel while working in the trenches and shall
move the protective shield/shoring such that areas to be tested are readily accessible. The
compacted moisture/density of all backfill soils should be tested at a rate of one test per 100 linear
feet of trench, for each lift of fill placed, during compaction. Digging through existing lifts of backfill
to access and test underlying lifts should not be allowed.
In addition, to limit settlement where crushed stone materials are used as pipe bedding materials, a
suitable geotextile may be placed atop the crushed stone embedment to limit the intrusion of fines
into the crushed stone material.
5.0 GENERAL EARTHWORK
5.1 Site Preparation & Field Testing
The subgrade should be firm and able to support the construction equipment without displacement.
Soft or yielding subgrade should be corrected and made stable before construction proceeds. The
subgrade should be proof rolled to detect soft spots, which if exist, should be excavated to provide
a firm and otherwise suitable subgrade. Proof rolling should be performed using a heavy pneumatic
tired roller, loaded dump truck, or similar piece of equipment. The proof rolling operations should be
observed by the project geotechnical engineer or his/her representative. Prior to fill placement, the
subgrade should be scarified to a minimum depth of 6 inches, its moisture content adjusted, and
recompacted to the moisture and density recommended for fill.
Report No. 103-23-519 CMJ ENGINEERING, INC.
11
Fill materials should be uniform with respect to material type and moisture content. Clods and chunks
of material should be broken down and the fill material mixed by disking, blading, or plowing, as
necessary, so that a material of uniform moisture and density is obtained for each lift. Water required
for sprinkling to bring the fill material to the proper moisture content should be applied evenly through
each layer.
5.2 Placement and Compaction
Fill material should be placed in loose lifts not exceeding 8 inches in uncompacted thickness. The
uncompacted lift thickness should be reduced to 4 inches for structure backfill zones requiring hand-
operated power compactors or small self-propelled compactors. The fill material should be uniform
with respect to material type and moisture content. Clods and chunks of material should be broken
down and the fill material mixed by disking, blading, or plowing, as necessary, so that a material of
uniform moisture and density is obtained for each lift. Water required for sprinkling to bring the fill
material to the proper moisture content should be applied evenly through each layer.
General fill material should be compacted to a density ranging from 95 to 100 percent of maximum
dry density as determined by ASTM D698, Standard Proctor. Crushed stone should be compacted
via three passes of a vibratory roller over a 6-inch lift. In conjunction with the compacting operation,
the fill material should be brought to the proper moisture content. The moisture content for general
earth fill should range from 2 percentage points below optimum to 5 percentage points above
optimum (-2 to +5). These ranges of moisture contents are given as maximum recommended
ranges. For some soils and under some conditions, the contractor may have to maintain a more
narrow range of moisture content (within the recommended range) in order to consistently achieve
the recommended density.
Field density tests should be taken as each lift of fill material is placed. As a guide, one field density
test per lift for each 5,000 square feet of compacted area is recommended. For small areas or critical
areas, the frequency of testing may need to be increased to one test per 2,500 square feet. A
minimum of 2 tests per lift should be required. The earthwork operations should be observed and
tested on a continuing basis by an experienced geotechnician working in conjunction with the project
geotechnical engineer.
Report No. 103-23-519 CMJ ENGINEERING, INC.
12
5.3 Excavation
The side slopes of excavations through the overburden soils should be made in such a manner to
provide for their stability during construction. Existing structures, pipelines or other facilities, which
are constructed prior to or during the currently proposed construction and which require excavation,
should be protected from loss of end bearing or lateral support.
Temporary construction slopes and/or permanent embankment slopes should be protected from
surface runoff water. Site grading should be designed to allow drainage at planned areas where
erosion protection is provided, instead of allowing surface water to flow down unprotected slopes.
Trench safety recommendations are beyond the scope of this report. The contractor must comply
with all applicable safety regulations concerning trench safety and excavations including, but not
limited to, OSHA regulations.
5.4 Acceptance of Imported Fill
Any soil imported from off-site sources should be tested for compliance with the recommendations
for the particular application and approved by the project geotechnical engineer prior to the materials
being used. The owner should also require the contractor to obtain a written, notarized certification
from the landowner of each proposed off-site soil borrow source stating that to the best of the
landowner's knowledge and belief there has never been contamination of the borrow source site with
hazardous or toxic materials. The certification should be furnished to the owner prior to proceeding
to furnish soils to the site. Soil materials derived from the excavation of underground petroleum
storage tanks should not be used as fill on this project.
5.5 Soil Corrosion Potential
Various analytical laboratory tests were performed on selected soil samples. These tests include
chloride, sulfates, and pH. The tests indicate that the subsurface clayey soils are mildly corrosive to
buried concrete. The results of these tests are attached on Plate A.24. Standard construction
practices for protecting buried pipes and similar facilities in contact with these soils should be used.
5.6 Erosion and Sediment Control
All disturbed areas should be protected from erosion and sedimentation during construction, and all
permanent slopes and other areas subject to erosion or sedimentation should be provided with
Report No. 103-23-519 CMJ ENGINEERING, INC.
13
permanent erosion and sediment control facilities. All applicable ordinances and codes regarding
erosion and sediment control should be followed.
6.0 CONSTRUCTION OBSERVATIONS
In any geotechnical investigation, the design recommendations are based on a limited amount of
information about the subsurface conditions. In the analysis, the geotechnical engineer must
assume the subsurface conditions are similar to the conditions encountered in the borings. However,
quite often during construction anomalies in the subsurface conditions are revealed. Therefore, it is
recommended that CMJ Engineering, Inc. be retained to observe earthwork and foundation
installation and perform materials evaluation during the construction phase of the project. This
enables the geotechnical engineer to stay abreast of the project and to be readily available to
evaluate unanticipated conditions, to conduct additional tests if required and, when necessary, to
recommend alternative solutions to unanticipated conditions. Until these construction phase
services are performed by the project geotechnical engineer, the recommendations contained in this
report on such items as final foundation bearing elevations, proper soil moisture condition, and other
such subsurface related recommendations should be considered as preliminary.
It is proposed that construction phase observation and materials testing commence by the project
geotechnical engineer at the outset of the project. Experience has shown that the most suitable
method for procuring these services is for the owner or the owner's design engineers to contract
directly with the project geotechnical engineer. This results in a clear, direct line of communication
between the owner and the owner's design engineers and the geotechnical engineer.
7.0 REPORT CLOSURE
The boring logs shown in this report contain information related to the types of soil encountered at
specific locations and times and show lines delineating the interface between these materials. The
logs also contain our field representative's interpretation of conditions that are believed to exist in
those depth intervals between the actual samples taken. Therefore, these boring logs contain both
factual and interpretive information. Laboratory soil classification tests were also performed on
samples from selected depths in the borings. The results of these tests, along with visual-manual
procedures were used to generally classify each stratum. Therefore, it should be understood that
the classification data on the logs of borings represent visual estimates of classifications for those
Report No. 103-23-519 CMJ ENGINEERING, INC.
14
portions of each stratum on which the full range of laboratory soil classification tests were not
performed. It is not implied that these logs are representative of subsurface conditions at other
locations and times.
With regard to groundwater conditions, this report presents data on groundwater levels as they were
observed during the course of the field work. In particular, water level readings have been made in
the borings at the times and under conditions stated in the text of the report and on the boring logs.
It should be noted that fluctuations in the level of the groundwater table can occur with passage of
time due to variations in rainfall, temperature, and other factors. Also, this report does not include
quantitative information on rates of flow of groundwater into excavations, on pumping capacities
necessary to dewater the excavations, or on methods of dewatering excavations. Unanticipated soil
conditions at a construction site are commonly encountered and cannot be fully predicted by mere
soil samples, test borings or test pits. Such unexpected conditions frequently require that additional
expenditures be made by the owner to attain a properly designed and constructed project.
Therefore, provision for some contingency fund is recommended to accommodate such potential
extra cost.
The analyses, conclusions and recommendations contained in this report are based on site
conditions as they existed at the time of our field investigation and further on the assumption that the
exploratory borings are representative of the subsurface conditions throughout the site; that is, the
subsurface conditions everywhere are not significantly different from those disclosed by the borings
at the time they were completed. If, during construction, different subsurface conditions from those
encountered in our borings are observed, or appear to be present in excavations, we must be
advised promptly so that we can review these conditions and reconsider our recommendations
where necessary. If there is a substantial lapse of time between submission of this report and the
start of the work at the site, if conditions have changed due either to natural causes or to construction
operations at or adjacent to the site, or if structure locations, structural loads or finish grades are
changed, we urge that we be promptly informed and retained to review our report to determine the
applicability of the conclusions and recommendations, considering the changed conditions and/or
time lapse.
Further, it is urged that CMJ Engineering, Inc. be retained to review those portions of the plans and
specifications for this particular project that pertain to earthwork and foundations as a means to
determine whether the plans and specifications are consistent with the recommendations contained
Report No. 103-23-519 CMJ ENGINEERING, INC.
15
in this report. In addition, we are available to observe construction, particularly the compaction of
structural fill, or backfill and the construction of foundations as recommended in the report, and such
other field observations as might be necessary.
The scope of our services did not include any environmental assessment or investigation for the
presence or absence of wetlands or hazardous or toxic materials in the soil, surface water,
groundwater or air, on or below or around the site.
This report has been prepared for use in developing an overall design concept. Paragraphs,
statements, test results, boring logs, diagrams, etc. should not be taken out of context, nor utilized
without a knowledge and awareness of their intent within the overall concept of this report. The
reproduction of this report, or any part thereof, supplied to persons other than the owner, should
indicate that this study was made for design purposes only and that verification of the subsurface
conditions for purposes of determining difficulty of excavation, trafficability, etc. are responsibilities
of the contractor.
This report has been prepared for the exclusive use of Kimley-Horn and Associates, Inc. for specific
application to design of this project. The only warranty made by us in connection with the services
provided is that we have used that degree of care and skill ordinarily exercised under similar
conditions by reputable members of our profession practicing in the same or similar locality. No
other warranty, expressed or implied, is made or intended.
* * * *
MATCHLINEPLAN OF BORINGS
A.1aPlateCMJ Project No. 103-23-519
LEGEND:
Boring Location
SOURCE: GOOGLE EARTH, 2022; IMAGERY DATE: 10/2021
B-10
B-4
B-11
Water and Sanitary Sewer Improvements
Camp Bowie
Fort Worth, Texas
0 200 400 FEET
APPROXIMATE SCALE
B-3
B-12
CLOVER LANECRESTLINE ROAD
CAM
P
B
O
W
I
E
B
O
U
L
E
V
A
R
DHULEN STREET
MATCHLINE0 200 400 FEET
APPROXIMATE SCALE
PLAN OF BORINGS
A.1bPlateCMJ Project No. 103-23-519
LEGEND:
Boring Location
SOURCE: GOOGLE EARTH, 2022; IMAGERY DATE: 10/2021
(not drilled)
B-2
Water and Sanitary Sewer Improvements
Camp Bowie
Fort Worth, Texas
B-5
CLARKE AVENUE
MONTGOMERY STREETW LANCASTER AVENUE
CRESTLINE ROAD
CAM
P
B
O
W
I
E
B
O
U
L
E
V
A
R
D
B-1
PLAN OF BORINGS
A.1cPlateCMJ Project No. 103-23-519
LEGEND:
Boring Location
SOURCE: GOOGLE EARTH, 2024; IMAGERY DATE: 10/2021
B-9
B-8
B-7
Water and Sanitary Sewer Improvements
Camp Bowie
Fort Worth, Texas
B-6IRENE DRIVECAM
P
B
O
W
I
E
B
O
U
L
E
V
A
R
D/
3
7
7
ALTA MERE DRIVE / 183MARKS PLACE0 125 250 FEET
APPROXIMATE SCALE
Fine-grained soils (More than half of material is smaller than No. 200 sieve)Sands (More than half of coarse fraction is smaller than No. 4 sieve size)Gravels (More than half of coarse fraction is larger than No. 4 sieve size)Sands with fines (Appreciable amount of fines)Clean sands (Little or no fines)Gravels with fines (Appreciable amount of fines)Clean gravels (Little or no fines)Pt
OH
CH
MH
OL
CL
ML
SC
SM
SP
SW
GC
GM
GP
GW
Grp.
Sym.
Peat and other highly organic
soils
Organic clays of medium to
high plasticity, organic silts
Inorganic clays of high
plasticity, fat clays
Inorganic silts, micaceous or
diatomaceous fine sandy or
silty soils, elastic silts
Organic silts and organic silty
clays of low plasticity
Inorganic clays of low to
medium plasticity, gravelly
clays, sandy clays, silty
clays, and lean clays
Inorganic silts and very fine
sands, rock flour, silty or
clayey fine sands, or clayey
silts with slight plasticity
Clayey sands, sand-clay
mixtures
Silty sands, sand-silt
mixtures
Poorly graded sands;
gravelly sands, little or no
fines
Well-graded sands, gravelly
sands, little or no fines
Clayey gravels, gravel-sand-
clay mixtures
Silty gravels, gravel-sand-silt
mixtures
Poorly graded gravels, gravel-
sand mixtures, little or no
fines
Well-graded gravels, gravel-
sand mixtures, little or no
fines
Typical Names
Determine percentages of sand and gravel from grain size curve. Less than 5 percent.....................................................GW, GP, SW, SP More than 12 percent....................................................GM, GC, SM, SC 5 to 12 percent...........................Borderline cases requiring dual symbolsLiquid and Plastic limits
above "A" line with P.I.
greater than 7
Liquid and Plastic limits
below "A" line or P.I. less
than 4
Not meeting all gradation
Liquid and Plastic limits
above "A" line with P.I.
greater than 7
Liquid and Plastic limits
below "A" line or P.I.
greater than 4
Not meeting all gradation
PLATE A.2
requirements for SW
requirements for GW
UNIFIED SOIL CLASSIFICATION SYSTEMCoarse-grained soils (more than half of the material is larger than No. 200 sieve size)Depending on percentage of fines (fraction smaller than No. 200 sieve size), coarse-grained soils are classified as follows:Laboratory Classification Criteria
Highly Organic soilsSilts and clays (Liquid limit greater than 50)Silts and clays (Liquid limit less than 50)Liquid and plastic limits
plotting between 4 and 7
are borderline cases
requiring use of dual
symbols
Liquid and plastic limits
plotting in hatched zone
between 4 and 7 are
borderline cases
requiring use of dual
symbols
Major Divisions
0 10 20 30 40 50 60 70 80 90 1000
10
20
30
40
50
60
CL-ML4
7
CL
CH
OH and MH
ML and OL
Liquid Limit
Plasticity ChartPlasticity IndexCu= -----
D60
D10
greater than 6:CC= --------------
(D30)2
D10 x D60
between 1 and 3
Cu= -----
D60
D10
greater than 4:CC= --------------
(D30)2
D10 x D60
between 1 and 3
SOIL OR ROCK TYPES
GRAVEL LEAN CLAY LIMESTONE
SAND SANDY SHALE
SILT SILTY SANDSTONE
HIGHLY
PLASTIC CLAY CLAYEY CONGLOMERATE
Shelby
Tube Auger Split
Spoon
Rock
Core
Cone
Pen
No
Recovery
TERMS DESCRIBING CONSISTENCY, CONDITION, AND STRUCTURE OF SOIL
Fine Grained Soils (More than 50% Passing No. 200 Sieve)
Descriptive Item Penetrometer Reading, (tsf)
Soft 0.0 to 1.0
Firm 1.0 to 1.5
Stiff 1.5 to 3.0
Very Stiff 3.0 to 4.5
Hard 4.5+
Coarse Grained Soils (More than 50% Retained on No. 200 Sieve)
Penetration Resistance Descriptive Item Relative Density
(blows/foot)
0 to 4 Very Loose 0 to 20%
4 to 10 Loose 20 to 40%
10 to 30 Medium Dense 40 to 70%
30 to 50 Dense 70 to 90%
Over 50 Very Dense 90 to 100%
Soil Structure
Calcareous Contains appreciable deposits of calcium carbonate; generally nodular
Slickensided Having inclined planes of weakness that are slick and glossy in appearance
Laminated Composed of thin layers of varying color or texture
Fissured Containing cracks, sometimes filled with fine sand or silt
Interbedded Composed of alternate layers of different soil types, usually in approximately equal proportions
TERMS DESCRIBING PHYSICAL PROPERTIES OF ROCK
Hardness and Degree of Cementation
Very Soft or Plastic Can be remolded in hand; corresponds in consistency up to very stiff in soils
Soft Can be scratched with fingernail
Moderately Hard Can be scratched easily with knife; cannot be scratched with fingernail
Hard Difficult to scratch with knife
Very Hard Cannot be scratched with knife
Poorly Cemented or Friable Easily crumbled
Cemented Bound together by chemically precipitated material; Quartz, calcite, dolomite, siderite,
and iron oxide are common cementing materials.
Degree of Weathering
Unweathered Rock in its natural state before being exposed to atmospheric agents
Slightly Weathered Noted predominantly by color change with no disintegrated zones
Weathered Complete color change with zones of slightly decomposed rock
Extremely Weathered Complete color change with consistency, texture, and general appearance approaching soil
KEY TO CLASSIFICATION AND SYMBOLS PLATE A.3
29 12 114.5+
100/1.25"
100/1.75"
100/1.25"
100/0.875"
17
BRICK, 2.5" thick
CONCRETE, 7.5" thick
SILTY CLAY, light brown, w/ iron stains, ironstone
nodules, calcareous nodules, and gravel, hard
LIMESTONE, tan, w/ clay seams and layers, hard
to very hard REC %PlasticityIndexBoring No.
Location
Stratum DescriptionDepth, Ft.CMJ
103-23-519
Water Observations
Type
SamplesLOG OF BORING NO.
B-2
CME-55 w/ CFA
3-11-24
RQD %Blows/Ft. orPen Reading,T.S.F.Passing No 200Sieve, %LiquidLimit, %PlasticLimit, %MoistureContent, %Unit Dry Wt.Lbs./Cu. Ft.UnconfinedCompressionPounds/Sq. Ft.Project No. Project
Completion
Depth
Completion
Date
Surface Elevation
SymbolPLATE A.4
Water and Sanitary Sewer Improvements
Camp Bowie Blvd. - Fort Worth, TX
Dry during drilling; dry at completionSee Plate A.1
20.0'
B-2
5
10
15
20
ENGINEERING INC.LOG OF BORING 103-23-519.GPJ CMJ.GDT 5/10/24
100/0.875"
100/0.5"
100/1"
100/1.75"
BRICK, 2.5" thick
CONCRETE, 5.5" thick
SILTY CLAY, brown
LIMESTONE, tan, w/ clay seams and layers, very
hard
-8" thick clay layer at 6'
-14" thick clay layer at 11'
LIMESTONE, gray, w/ shale seams, hard REC %PlasticityIndexBoring No.
Location
Stratum DescriptionDepth, Ft.CMJ
103-23-519
Water Observations
Type
SamplesLOG OF BORING NO.
B-3
CME-55 w/ CFA
3-11-24
RQD %Blows/Ft. orPen Reading,T.S.F.Passing No 200Sieve, %LiquidLimit, %PlasticLimit, %MoistureContent, %Unit Dry Wt.Lbs./Cu. Ft.UnconfinedCompressionPounds/Sq. Ft.Project No. Project
Completion
Depth
Completion
Date
Surface Elevation
SymbolPLATE A.5
Water and Sanitary Sewer Improvements
Camp Bowie Blvd. - Fort Worth, TX
Dry during drilling; dry at completionSee Plate A.1
20.0'
B-3
5
10
15
20
ENGINEERING INC.LOG OF BORING 103-23-519.GPJ CMJ.GDT 5/10/24
41
67
24
46
15
31
32
28
91 2780
2.75
2.0
2.25
2.5
100/1"
100/1.125"
100/1.5"
46
89
17
21
BRICK, 2.5" thick
CONCRETE, 8" thick
SILTY CLAY, dark brown, w/ iron seams, ironstone
nodules, and pebbles, stiff
CLAY, dark brown, w/ iron seams, ironstone
nodules, and pebbles, stiff
LIMESTONE, tan, w/ clay seams and layers, hard
to very hard
-fractured above 10'
LIMESTONE, gray, hard
-w/ shale seams below 18'REC %PlasticityIndexBoring No.
Location
Stratum DescriptionDepth, Ft.CMJ
103-23-519
Water Observations
Type
SamplesLOG OF BORING NO.
B-4
CME-55 w/ CFA
3-11-24
RQD %Blows/Ft. orPen Reading,T.S.F.Passing No 200Sieve, %LiquidLimit, %PlasticLimit, %MoistureContent, %Unit Dry Wt.Lbs./Cu. Ft.UnconfinedCompressionPounds/Sq. Ft.Project No. Project
Completion
Depth
Completion
Date
Surface Elevation
SymbolPLATE A.6
Water and Sanitary Sewer Improvements
Camp Bowie Blvd. - Fort Worth, TX
Dry during drilling; dry at completionSee Plate A.1
20.0'
B-4
5
10
15
20
ENGINEERING INC.LOG OF BORING 103-23-519.GPJ CMJ.GDT 5/10/24
57
29
41
16
24
25
25
24
24
20
15
13
103
117
2980
2120
2.5
2.5
2.75
2.5
3.5
3.25
2.0
2.5
88
70
16
13
CONCRETE, 8.5" thick
CLAY, dark brown, w/ iron seams, ironstone
nodules, and pebbles, stiff to very stiff
SILTY CLAY, light brown, w/ ironstone nodules,
calcareous nodules, pebbles, and occasional
calcareous seams, stiff to very stiff REC %PlasticityIndexBoring No.
Location
Stratum DescriptionDepth, Ft.CMJ
103-23-519
Water Observations
Type
SamplesLOG OF BORING NO.
B-5
CME-55 w/ CFA
3-12-24
RQD %Blows/Ft. orPen Reading,T.S.F.Passing No 200Sieve, %LiquidLimit, %PlasticLimit, %MoistureContent, %Unit Dry Wt.Lbs./Cu. Ft.UnconfinedCompressionPounds/Sq. Ft.Project No. Project
Completion
Depth
Completion
Date
Surface Elevation
SymbolPLATE A.7
Water and Sanitary Sewer Improvements
Camp Bowie Blvd. - Fort Worth, TX
Dry during drilling; dry at completionSee Plate A.1
20.0'
B-5
5
10
15
20
ENGINEERING INC.LOG OF BORING 103-23-519.GPJ CMJ.GDT 5/10/24
26
43
13
27
10
19
16
10
12
19
112 2380
4.5+
3.25
2.0
3.5
35
32
66
13
16
ASPHALT, 2" thick
CONCRETE, 8" thick
SANDY CLAY, light reddish brown, light brown, and
brown, w/ iron stains, ironstone nodules, pebbles,
gravel, and occasional calcareous seams, stiff to
hard
GRAVEL, tan, w/ sand and silt seams
SHALY CLAY, light brown, w/ iron stains, ironstone
nodules, calcareous nodules, and pebbles
-borehole cave-in at 13' during drilling
SHALE, gray, w/ limestone layers REC %PlasticityIndexBoring No.
Location
Stratum DescriptionDepth, Ft.CMJ
103-23-519
Water Observations
Type
SamplesLOG OF BORING NO.
B-6
B-47 w/ CFA
3-12-24
RQD %Blows/Ft. orPen Reading,T.S.F.Passing No 200Sieve, %LiquidLimit, %PlasticLimit, %MoistureContent, %Unit Dry Wt.Lbs./Cu. Ft.UnconfinedCompressionPounds/Sq. Ft.Project No. Project
Completion
Depth
Completion
Date
Surface Elevation
SymbolPLATE A.8
Water and Sanitary Sewer Improvements
Camp Bowie Blvd. - Fort Worth, TX
Seepage at 9' and cave-in at 13' during drilling; water at 12' at
completion;
See Plate A.1
20.0'
B-6
5
10
15
20
ENGINEERING INC.LOG OF BORING 103-23-519.GPJ CMJ.GDT 5/10/24
53
54
34
37
22
20
21
20
21
22
18
106
108
4260
5130
3.5
4.0
3.0
3.5
3.75
3.25
3.75
100/2.25"
82
88
19
17
ASPHALT, 3" thick
GRAVEL BASE, 5" thick
CONCRETE, 2" thick
CLAY, light brown, brown, and gray, w/ iron stains,
ironstone nodules, calcareous nodules, and
pebbles, very stiff
SHALY CLAY, light brown and gray, w/ iron seams,
ironstone nodules, calcareous nodules, and
pebbles, very stiff
SHALE, gray, w/ limestone layers, moderately hard REC %PlasticityIndexBoring No.
Location
Stratum DescriptionDepth, Ft.CMJ
103-23-519
Water Observations
Type
SamplesLOG OF BORING NO.
B-7
B-47 w/ CFA
3-12-24
RQD %Blows/Ft. orPen Reading,T.S.F.Passing No 200Sieve, %LiquidLimit, %PlasticLimit, %MoistureContent, %Unit Dry Wt.Lbs./Cu. Ft.UnconfinedCompressionPounds/Sq. Ft.Project No. Project
Completion
Depth
Completion
Date
Surface Elevation
SymbolPLATE A.9
Water and Sanitary Sewer Improvements
Camp Bowie Blvd. - Fort Worth, TX
Dry during drilling; dry at completionSee Plate A.1
20.0'
B-7
5
10
15
20
ENGINEERING INC.LOG OF BORING 103-23-519.GPJ CMJ.GDT 5/10/24
52
69
35
48
19
14
20
21
25
23
106 3040
2.75
4.0
2.0
2.25
3.0
3.5
83
97
17
21
ASPHALT, 4" thick
GRAVEL BASE, 5" thick
SILTY SHALY CLAY, light brown and brown, w/ iron
seams, ironstone nodules, calcareous nodules,
calcareous seams, pebbles, and occasional
limestone seams, stiff to very stiff
LIMESTONE, tan, w/ clay seams and occasional
clay layers REC %PlasticityIndexBoring No.
Location
Stratum DescriptionDepth, Ft.CMJ
103-23-519
Water Observations
Type
SamplesLOG OF BORING NO.
B-8
B-47 w/ CFA
3-12-24
RQD %Blows/Ft. orPen Reading,T.S.F.Passing No 200Sieve, %LiquidLimit, %PlasticLimit, %MoistureContent, %Unit Dry Wt.Lbs./Cu. Ft.UnconfinedCompressionPounds/Sq. Ft.Project No. Project
Completion
Depth
Completion
Date
Surface Elevation
SymbolPLATE A.10
Water and Sanitary Sewer Improvements
Camp Bowie Blvd. - Fort Worth, TX
Dry during drilling; dry at completionSee Plate A.1
20.0'
B-8
5
10
15
20
ENGINEERING INC.LOG OF BORING 103-23-519.GPJ CMJ.GDT 5/10/24
45
35
28
19
17
21
19
17
14
18
109
110
2510
5750
3.75
3.0
2.5
2.75
4.5+
4.5+
71
81
17
16
ASPHALT, 3.5" thick
SAND AND GRAVEL BASE, 4" thick
SILTY SHALY CLAY, light brown, w/ iron seams,
ironstone nodules, calcareous seams, calcareous
nodules, and pebbles, stiff to very stiff
SILTY CLAY, light brown, w/ ironstone nodules,
calcareous nodules, calcareous seams, limestone
seams, and pebbles, hard
SHALY CLAY, tan and gray REC %PlasticityIndexBoring No.
Location
Stratum DescriptionDepth, Ft.CMJ
103-23-519
Water Observations
Type
SamplesLOG OF BORING NO.
B-9
B-47 w/ CFA
3-12-24
RQD %Blows/Ft. orPen Reading,T.S.F.Passing No 200Sieve, %LiquidLimit, %PlasticLimit, %MoistureContent, %Unit Dry Wt.Lbs./Cu. Ft.UnconfinedCompressionPounds/Sq. Ft.Project No. Project
Completion
Depth
Completion
Date
Surface Elevation
SymbolPLATE A.11
Water and Sanitary Sewer Improvements
Camp Bowie Blvd. - Fort Worth, TX
Dry during drilling; dry at completionSee Plate A.1
20.0'
B-9
5
10
15
20
ENGINEERING INC.LOG OF BORING 103-23-519.GPJ CMJ.GDT 5/10/24
52
28
45
33
13
27
24
20
18
19
16
15
17
107 5730
4.25
4.0
3.75
2.5
4.5+
4.0
84
85
70
19
15
18
CONCRETE, 5.75" thick
SAND BASE, 3" thick
CLAY, dark brown, brown, and light brown, w/ iron
seams, ironstone nodules, calcareous nodules, and
pebbles, stiff to very stiff
SILTY CLAY, light brown, w/ iron seams, ironstone
nodules, calcareous nodules, limestone fragments,
and pebbles, stiff to hard
SHALY CLAY, light brown and gray
SILTY CLAY, tan and gray, w/ occasional limestone
layers REC %PlasticityIndexBoring No.
Location
Stratum DescriptionDepth, Ft.CMJ
103-23-519
Water Observations
Type
SamplesLOG OF BORING NO.
B-10
B-47 w/ CFA
3-12-24
RQD %Blows/Ft. orPen Reading,T.S.F.Passing No 200Sieve, %LiquidLimit, %PlasticLimit, %MoistureContent, %Unit Dry Wt.Lbs./Cu. Ft.UnconfinedCompressionPounds/Sq. Ft.Project No. Project
Completion
Depth
Completion
Date
Surface Elevation
SymbolPLATE A.12
Water and Sanitary Sewer Improvements
Camp Bowie Blvd. - Fort Worth, TX
Dry during drilling; dry at completionSee Plate A.1
20.0'
B-10
5
10
15
20
ENGINEERING INC.LOG OF BORING 103-23-519.GPJ CMJ.GDT 5/10/24
57
45
36
29
20
18
15 117 8520
4.5+
4.5+
3.0
100/1.75"
100/1"
61
62
21
16
ASPHALT, 3.5" thick
CLAY, dark brown and brown, w/ iron seams,
ironstone nodules, asphalt fragments, gravel, and
pebbles, hard (FILL)
LIMESTONE, tan, w/ clay seams and occasional
clay layers, hard
-12" thick silty clay layer at 9'
-occurs fractured above 10'
LIMESTONE, gray, hard to very hard REC %PlasticityIndexBoring No.
Location
Stratum DescriptionDepth, Ft.CMJ
103-23-519
Water Observations
Type
SamplesLOG OF BORING NO.
B-11
B-53 w/ CFA
3-12-24
RQD %Blows/Ft. orPen Reading,T.S.F.Passing No 200Sieve, %LiquidLimit, %PlasticLimit, %MoistureContent, %Unit Dry Wt.Lbs./Cu. Ft.UnconfinedCompressionPounds/Sq. Ft.Project No. Project
Completion
Depth
Completion
Date
Surface Elevation
SymbolPLATE A.13
Water and Sanitary Sewer Improvements
Camp Bowie Blvd. - Fort Worth, TX
Dry during drilling; dry at completionSee Plate A.1
20.0'
B-11
5
10
15
20
ENGINEERING INC.LOG OF BORING 103-23-519.GPJ CMJ.GDT 5/10/24
39
29
20
13
18
16
18
17
16
95
113
114
2370
4130
7440
4.5+
3.0
2.25
4.5+
100/6.75"
100/2.75"
4.5+
77 19
16
ASPHALT, 2" thick
SAND AND GRAVEL BASE, 5" thick
SILTY CLAY, brown, w/ iron seams, ironstone
nodules, calcareous nodules, and pebbles, very
stiff to hard (FILL)
SILTY CLAY, light brown, w/ iron seams, ironstone
nodules, calcareous nodules, and pebbles, stiff to
hard
LIMESTONE, tan, weathered, w/ clay seams and
layers, soft to moderately hard
LIMESTONE, tan, w/ clay seams and occasional
clay layers, moderately hard
SHALY CLAY, light brown, w/ iron seams, ironstone
nodules, calcareous nodules, pebbles, and
occasional limestone seams, blocky, hard REC %PlasticityIndexBoring No.
Location
Stratum DescriptionDepth, Ft.CMJ
103-23-519
Water Observations
Type
SamplesLOG OF BORING NO.
B-12
B-53 w/ CFA
3-12-24
RQD %Blows/Ft. orPen Reading,T.S.F.Passing No 200Sieve, %LiquidLimit, %PlasticLimit, %MoistureContent, %Unit Dry Wt.Lbs./Cu. Ft.UnconfinedCompressionPounds/Sq. Ft.Project No. Project
Completion
Depth
Completion
Date
Surface Elevation
SymbolPLATE A.14
Water and Sanitary Sewer Improvements
Camp Bowie Blvd. - Fort Worth, TX
Dry during drilling; dry at completionSee Plate A.1
20.0'
B-12
5
10
15
20
ENGINEERING INC.LOG OF BORING 103-23-519.GPJ CMJ.GDT 5/10/24
Plate A.15
Plate A.16
Plate A.17
Plate A.18
Plate A.19
Plate A.20
Plate A.21
Plate A.22
CMJ ENGINEERING, INC. PLATE A.23
ANALYTICAL TEST RESULTS
Project: Water and Sanitary Sewer Improvements
Camp Bowie Boulevard – Fort Worth, Texas
Project No.: 103-23-519
Boring
No. Depth (ft.) pH Chloride
(mg/kg)
Soluble
Sulfate
(mg/kg)
B-4 4–5 8.1 11.7 70.6
B-5 9–10 8.4 8.4 11.3
B-7 9–10 8.4 8.9 16.9
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER
Revised July 1, 2011 CITY PROJECT NO. 105062-5
GC-6.06.D Minority and Women Owned Business
Enterprise Compliance
THIS PAGE LEFT INTENTIONALLY BLANK
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER
Revised July 1, 2011 CITY PROJECT NO. 105062-5
ATTACHMENT 1C
Page 1 of 4
Effective 03/15/2022
City of Fort Worth
Business Equity Division
Good Faith Effort Form
PRIME/OFFEROR
COMPANY NAME:
Check applicable box to describe
Prime/Offeror's Certification
Business Equity
Firm
Non-Business
Equity Firm PROJECT NAME:
BID DATE
Business Equity Goal:
%
Offeror’s Business Equity Goal Commitment:
%
PROJECT NUMBER
If the Offeror did not meet or exceed the Business Equity Goal for this project, the Prime/Offeror must complete
this form.
If the Prime/Offeror’s method of compliance with the Business Equity Goal is based
upon demonstration of a “Good Faith Effort”, the Prime/Offeror will have the burden of
correctly and accurately preparing and submitting the documentation required by the
City. Compliance with each item, 1 thru 10 below, shall satisfy the Good Faith Effort
requirement absent proof of fraud, intentional and/or knowing misrepresentation of the facts
or intentional discrimination by the Prime/Offeror.
Failure to complete this form, in its entirety with supporting documentation, and received by the
Purchasing Division no later than 2:00 p.m. on the third City business day after bid opening, exclusive
of bid opening date, will result in the bid being considered non-responsive to bid specifications.
Exception: CFA, ICA, and CDBG projects, documents will be submitted to the City Project Manager if
publicly bid or to the Developer if privately bid.
1.) Please list each and every subcontracting and/or supplier opportunity for the completion of this
project, regardless of whether it is to be provided by a Business Equity firm or non-Business
Equity firm. (DO NOT LIST NAMES OF FIRMS). On all projects, the Prime/Offeror must list each
subcontracting and or supplier opportunity regardless of tier.
(Use additional sheets, if necessary)
List of Subcontracting Opportunities List of Supplier Opportunities
ATTACHMENT 1C
Page 2 of 4
Date of Listing _______________
2.) Obtain a current (not more than two (2) months old from the bid open date) list of Business Equity
subcontractors and/or suppliers from the City's Business Equity Division.
Yes
No
3.) Did you solicit bids from Business Equity firms, within the subcontracting and/or supplier areas
previously listed, at least ten calendar days prior to bid opening by telephone, exclusive of the day the
bids are opened?
Yes
4.) Did you solicit bids from Business Equity firms, within the subcontracting and/or supplier areas
previously listed, at least ten calendar days prior to bid opening by fax, exclusive of the day the bids are
opened?
(If yes, attach list to include name of Business Equity firm, person contacted, phone number and date and time of contact.)
(If yes, attach list to include name of Business Equity firm, fax number and date and time of contact. In addition, if the fax is
returned as undeliverable, then that “undeliverable confirmation” received must be printed directly from the facsimile for
proper documentation. Failure to submit confirmation and/or “undeliverable confirmation” documentation may render the
GFE non-responsive.)
Yes (If yes, attach email confirmation to include name of Business Equity firm, date and time. In addition, if an
email is returned as undeliverable, then that “undeliverable message” receipt must be printed directly from the
email system for proper documentation. Failure to submit confirmation and/or “undeliverable message”
documentation may r ender the GFE non-responsive.)No
NOTE: The three methods identified above are acceptable for soliciting bids, and each selected
method must be applied to the applicable contract. The Prime/Offeror must document that either at
least two attempts were made using two of the three methods or that at least one successful contact was
made using one of the three methods in order to deemed responsive to the Good Faith Effort requirement.
NOTE: The Prime/Offeror must contact the entire Business Equity list specific to each
subcontracting and supplier opportunity to be in compliance with questions 3 thru 5.
6.) Did you provide plans and specifications to potential Business Equity firms?
Yes
Yes
7.) Did you provide the information regarding the location of plans and specifications in order to assist
the Business Equity firms?
No
5.) Did you solicit bids from Business Equity firms, within the subcontracting and/or supplier areas
previously listed, at least ten calendar days prior to bid opening by email, exclusive of the day the bids are
opened?
Yes
No
No
No
Effective 03/15/2022
ATTACHMENT 1C
Page 3 of 4
8.) Did you prepare a quotation for the Business Equity firms to bid on goods/services specific to their
skill set?
(If yes, attach all copies of quotations.)
Yes (If yes, attach the information that was not valid in order for the Business Equity Division to address
the corrections needed.)
(Please use additional sheets, if necessary, and attach.)
Company Name Telephone Contact Person Scope of Work Reason for Rejection
ADDITIONAL INFORMATION:
Please provide additional information you feel will further explain your good and honest efforts to obtain
Business Equity firm participation on this project.
__________________________________________________________________________________________
__________________________________________________________________________________________
__________________________________________________________________________________________
__________________________________________________________________________________________
The Prime/Offeror further agrees to provide, directly to the City upon request,
complete and accurate information regarding actual work performed on this contract,
the payment thereof and any proposed changes to the original arrangements submitted
with this bid. The Prime/Offeror also agrees to allow an audit and/or examination of any
books, records and files held by their company that will substantiate the actual work
performed on this contract, by an authorized officer or employee of the City.
A Prime/Offeror who intentionally and/or knowingly misrepresents material facts shall be
Debarred for a period of time of not less than three (3) years.
No
Yes
No
9.) Was the contact information on any of the listings not valid?
10.) Submit documentation if Business Equity firms quotes were rejected. The documentation submitted
should be in the firms forms of an affidavit, include a detailed explanation of why the Business Equity firms
was rejected and any supporting documentation the Prime/Offeror wishes to be considered by the City. In the
event of a bona fide dispute concerning quotes, the Prime/Offeror will provide for confidential in-camera
access to an inspection of any relevant documentation by City personnel.
Effective 03/15/2022
ATTACHMENT 1C
Page 4 of 4
The undersigned certifies that the information provided and the Business Equity firms
listed was/were contacted in good faith. It is understood that any Business Equity firms
listed in Attachment 1C will be contacted and the reasons for not using them will be
verified by the City’s Business Equity Division.
_______________________________________
Authorized Signature
_______________________________________
Title
_______________________________________
Company Name
______________________________________
Address
_______________________________________
City/State/Zip
_______________________________________
Printed Signature
_______________________________________
Contact Name and Title (if different)
_______________________________________
Phone Number
_______________________________________
Email Address
_______________________________________
Date
Business Equity Division
Email: DVIN_BEOffice@fortworthtexas.gov
Phone: (817) 392-2674
Effective 03/15/2022
Joint Venture
Page 1 of 3
Rev. 2/13/19
CITY OF FORT WORTH
M/WBE Joint Venture Eligibility Form
All questions must be answered; use “N/A” if not applicable.
.
Name of City project: ___________________________________________________________________________
A joint venture form must be completed on each project
RFP/Bid/Purchasing Number: ____________________________
1. Joint venture information:
Joint Venture Name:
Joint Venture Address:
(If applicable)
Telephone: Facsimile: E-mail address:
Cellular:
Identify the firms that comprise the joint venture:
Please attach extra sheets if additional space is required to provide detailed explanations of work to be performed by each firm comprising the
joint venture
M/WBE firm
name:
Non-M/WBE firm
name:
Business Address: Business Address:
City, State, Zip: City, State, Zip:
Telephone Facsimile E-mail Telephone Facsimile
Cellular Cellular
Certification Status: E-mail address
Name of Certifying Agency:
2. Scope of work performed by the Joint Venture:
Describe the scope of work of the M/WBE: Describe the scope of work of the non-M/WBE:
Joint Venture
Page 2 of 3
Rev. 2/13/19
3.What is the percentage of M/WBE participation on this joint venture that you wish to be counted toward
meeting the project goal? _____________________
4.Attach a copy of the joint venture agreement.
5.List components of ownership of joint venture: (Do not complete if this information is described in joint venture
agreement)
Profit and loss sharing:
Capital contributions, including
equipment:
Other applicable ownership interests:
6. Identify by name, race, sex and firm those individuals (with titles) who are responsible for the day-to-day
management and decision making of the joint venture:
Financial decisions
(to include Account Payable and Receivable):
Management decisions:
a.Estimating
b.Marketing and Sales
c.Hiring and Firing of management
personnel
d.Purchasing of major equipment
and/or supplies
Supervision of field operations
The City’s Business Equity Division will review your joint venture submission and will have final
approval of the M/WBE percentage applied toward the goal for the project listed on this form.
NOTE:
From and after the date of project award, if any of the participants, the individually defined scopes of work or
the dollar amounts/percentages change from the originally approved information, then the participants must
inform the City’s Business Equity Division immediately for approval. Any unjustified change or
deletion shall be a material breach of contract and may result in debarment in accord with the procedures
outlined in the City’s Business Equity Ordinance 25165-10-2021 .
Joint Venture
Page 3 of 3
Rev. 2/13/19
AFFIDAVIT
The undersigned affirms that the foregoing statements are true and correct and include all material information
necessary to identify and explain the terms and operation of the joint venture. Furthermore, the undersigned shall
agree to provide to the joint venture the stated scope of work, decision-making responsibilities and payments
herein.
The City also reserves the right to request any additional information deemed necessary to determine if the joint
venture is eligible. Failure to cooperate and/or provide requested information within the time specified is grounds
for termination of the eligibility process.
The undersigned agree to permit audits, interviews with owners and examination of the books, records and files
of the joint venture by any authorized representatives of the City of Fort Worth. Failure to comply with this
provision shall result in the termination of any contract, which may be awarded under the provisions of this joint
venture’s eligibility and may initiate action under Federal, State and/or Local laws/ordinances concerning false
statements or willful misrepresentation of facts.
Name of MBE firm Name of non-MBE firm
Printed Name of Owner Printed Name of Owner
Signature of Owner Signature of Owner
Printed Name of Owner Printed Name of Owner
Signature of Owner Signature of Owner
Title Title
Date Date
Notarization
State of _________________________________________ County of _________________________________
On this _____________________________ day of _________________, 20 ____, before me appeared
___________________________________________ and ___________________________________________
to me personally known and who, being duly sworn, did execute the foregoing affidavit and did state that they were
properly authorized to execute this affidavit and did so as their free act and deed.
Notary Public ______________________________________________________
Print Name
Notary Public ______________________________________________________
Signature
Commission Expires _________________________________________________ (seal)
Office of Business Diversity
Email: mwbeoffice@fortworthtexas.gov
Phone: (817) 392-2674
ATTACHMENT 1B
Page 1 of 1
Rev. 3/13/2022
City of Fort Worth
Business Equity (M/WBE) Specifications
Prime Contractor Waiver Form
OFFEROR COMPANY NAME: Check applicable block to describe Prime
M/WBE NON-MWBE PROJECT NAME:
BID DATE
City’s MBE Project Goal:
%
Offeror’s MBE Project Commitment:
%
PROJECT NUMBER
If both answers to this form are YES, do not complete ATTACHMENT 1C (Good Faith Effort Form). All questions on
this form must be completed and a detailed explanation provided, if applicable. If the answer to either question is
NO, then you must complete ATTACHMENT 1C. This form is only applicable if both answers are yes.
Failure to complete this form in its entirety and be received by the Purchasing Division no later than 2:00
p.m., on the second City business day after bid opening, exclusive of the bid opening date, will result in
the bid being considered non-responsive to bid specifications.
Will you perform this entire contract without subcontractors?
If yes, please provide a detailed explanation that proves based on the size and scope of this
project, this is your normal business practice and provide an operational profile of your business.
YES
NO
Will you perform this entire contract without suppliers?
If yes, please provide a detailed explanation that proves based on the size and scope of this
project, this is your normal business practice and provide an inventory profile of your business.
YES
NO
The Offeror further agrees to provide, directly to the City upon request, complete and accurate information
regarding actual work performed by all subcontractors, including certified M/WBE(s) on this contract, the payment
thereof and any proposed changes to the original M/WBE(s) arrangements submitted with this bid. The Offeror
also agrees to allow an audit and/or examination of any books, records and files held by their company that will
substantiate the actual work performed by the M/WBEs on this contract, by an authorized officer or
employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for
terminating the contract or debarment from City work for a period of not less than three (3) years and for
initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this
ordinance creates a material breach of contract and may result in a determination of an irresponsible Offeror
and barred from participating in City work for a period of time not less than one (1) year.
______________________________________ ___________________________________________
Authorized Signature Printed Signature
______________________________________ ___________________________________________
Title Contact Name (if different)
______________________________________ ___________________________________________
Company Name Phone Number Fax Number
______________________________________ ___________________________________________
Address Email Address
______________________________________ ___________________________________________
City/State/Zip Date
Business Equity Division
Email: DVIN_BEOffice@fortworthtexas.gov Phone:
(817) 392-2674
City of Fort Worth
Business Equity Division
INSTRUCTIONS TO BIDDERS ABOUT THE BUSINESS EQUITY GOAL
Bid number: _____________ Business Equity Goal: __________%
It is the policy of the City of Fort Worth to ensure the full and equitable utilization of Business Equity
Firms when appropriate, in the procurement of all goods and services. When a Business Equity Goal
is established for a bid, it means that the City of Fort Worth believes that there are Business Equity
Firms available that can provide goods or services requested by the bid.
The Business Equity Goal for Bid number _________ is ______%. This means that the City
believes that there are available Business Equity Firms that can provide goods or services required
by this bid and therefore, ______% of the Bidder’s awarded amount must be spent with a Business
Equity Firm. All requirements and regulations stated in the City’s current Business Equity Ordinance
#25165-10-2021 apply to this bid. Definitions are at the end of this document.
Because a Business Equity Goal has been established for this bid, in order for your bid to be
considered, a Bidder must satisfy one (1) of the conditions below.
A.Commit to Meet or Exceed the Business Equity Goal
Hire Business Equity Firm(s) to provide goods or services and spend at least the goal amount
with the Business Equity Firm(s).
Step 1: Obtain a listing of Business Equity Firms by completing the “Request for Listing of
Certified Firms Form” located at the City of Fort Worth’s Business Equity Division
website.
Step 2: Request bids from Business Equity Firms to provide goods or services at least 10
calendar days before bid opening.
Step 3: Submit the following two (2) forms:
a.Utilization Plan
b.Letter(s) of Intent
B.Prove a Good Faith Effort
Show attempt to hire Business Equity Firms to meet or exceed the goal, but was unsuccessful.
This can occur in two (2) ways:
1)Bidder proposes a smaller Goal
Step 1: Obtain a listing of Business Equity Firms by completing the “Request for Listing of
Certified Firms Form” located at the City of Fort Worth’s Business Equity Division
website.
Step 2: Request bids from Business Equity Firms to provide goods or services at least 10
calendar days before bid opening.
Step 3: Submit the following three (3) forms:
a.Utilization Plan
b.Letter(s) of Intent
c.Good Faith Effort
2)Bidder proposes a 0% Goal
Step 1: Obtain a listing of Business Equity Firms by completing the “Request for Listing of
Certified Firms Form” located at the City of Fort Worth’s Business Equity Division
website.
Step 2: Request bids from Business Equity Firms to provide goods or services at least 10
calendar days before bid opening.
Step 3: If unsuccessful, submit Good Faith Effort Form. Please see Ordinance §20-370 (g)
page for requirements of an acceptable Good Faith Effort.
C. Prove that the Bidder Can Perform the Service and Provide all Materials on the Project
as the Prime Contractor
Bidder must show that the Bidder is providing all of the goods and services through their own
company and that there are no goods or services provided by a third party or an affiliate.
Bidder will not purchase any supplies or inventory from a third party.
Step 1: Must submit Prime Contract Waiver Form
D. Create a Joint Venture with a Business Equity Firm
At least one or both of the firms must be a Business Equity Firm
Step 1: Must submit Joint Venture Form
DEADLINE TO SUBMIT REQUIRED DOCUMENTS AND FORMS
Bidders must submit sealed bids to be opened at the date, time, and place stated in the solicitation for
the public opening of bids. Faxed copies will not be accepted.
FREQUENTLY ASKED QUESTIONS
1. If I am Business Equity Firm, can I count my performance of the bid?
Answer: A Business Equity Prime Contractor can count its self-performance towards meeting the
Business Equity Goal for the assigned North American Industry Classification System (NAICS)
commodity codes on its Minority Business Enterprise (MBE) or Women Business Enterprise (WBE)
certification.
2. What if I am a Business Equity Firm, but I am unable to self perform all work or provide all of the
goods under the bid, can I count my performance under the Bid?
Answer: If the Business Equity Prime cannot self-perform all of the work, it will be accountable for
subcontracting with certified firms to meet the overall goal. Business Equity Firms that qualify under
the “Significant Business Presence” definition may count in the Program upon approval of DVIN-BE.
3. This bid does not have a set amount that the City will purchase from the Awarded Bidder, how do I
complete the form?
Answers:
a. For a low bid procurement, the lowest bidder shall submit a Utilization Plan no later than 2:00 PM
on the third business day after bids are opened detailing all Subcontractors the Contractor intends
to utilize in its performance of a Contract. Contractors that are Business Equity Firms may count
their self-performed services towards meeting a Business Equity Goal.
b. For a Best Value procurement, all bidders who wish to be considered for evaluation scoring shall
submit a Utilization Plan by 2:00 PM on the third business day after the bids are opened detailing
all Subcontractors the Contractor intends to utilize in its performance of a Contract. Contractors
that are Business Equity Firms may count their self-performed services towards meeting a
Business Equity Goal.
c. Non-compliance. If the lowest bidder for a low bid procurement or any bidder for a Best Value
procurement does not timely submit its Utilization Plan with the required documents, that bidder
will be deemed Non-Responsive. For a low bid procurement, the City will notify the next lowest
bidder who shall then submit a Utilization Plan with required documents no later than 2:00 PM on
the third business day after the bidder receives notification. This process will be followed until a
bidder submitting the required documents is selected.
DEFINITIONS
Business Equity Firm means an Independent Firm that is a Certified minority- and/or women-owned
business enterprise (M/WBE) with a Significant Business Presence in the City's Marketplace.
Business Equity Goal means a calculation prepared by the DVIN-BE that includes all the following
factors: the detailed cost estimate of the work to be performed, or goods purchased; the 6-county
Marketplace; the availability of Business Equity Firms and non-Business Equity Firms in the Marketplace
determined on a Contract-by-Contract basis; and the subcontracting/supplier opportunities of each
project.
Certified means those firms identified by the North American Industry Classification System (NAICS)
that have been determined to be a bona fide MBE or WBE by the North Central Texas Regional
Certification Agency (NCTRCA), the Dallas/Fort Worth Minority Supplier Development Council (DFW
/MSDC), Women's Business Council-SW (WBCS), Texas Department of Transportation (TxDOT) or
another certifying agency that the DVIN-BE may deem appropriate and accepted by the City of Fort
Worth.
DVIN-BE means the City's Department of Diversity and Inclusion – Business Equity Division
Good Faith Efforts means the actions undertaken by a Contractor and approved by DVIN-BE as
described in the Business Equity Ordinance §20-370 (g).
Joint Venture means a business entity formed by two or more independent Persons for the purpose of
pursuing a common objective, such as a prime contract. The resulting business entity has additional
resources and capacity, enhancing its ability to compete for larger awards. A joint venture is generally
characterized by shared ownership, shared returns and risks, and shared governance. In a joint venture,
the prime managing partner holds 51 % or more interest in the business. Partner(s) hold less than 51 %
interest but in most cases, not less than 20%.
Marketplace means the geographic area as defined by the City's most current Disparity Study (i.e.,
Tarrant, Dallas, Denton, Johnson, Parker and Wise counties).
Responsive means that a Person is compliant with the requirements of the Business Equity Ordinance.
Significant Business Presence means a Person (1) which has its principal place of business located
inside the Marketplace; (2) which has its principal place of business located outside the Marketplace but
has been verified to be in existence for a minimum of 24 months and from which at least 20% of the
business's workforce is based in the Marketplace; or (3) which has cumulative business receipts
greater than $1,000,000 for work done in the Marketplace since January 1, 2013.
Utilization Plan means the list of Business Equity Firms that a Contractor commits will be utilized to
meet the Business Equity Goal for a specific project, the scopes of the work and the dollar values or the
percentages of the work to be performed.
VIOLATIONS AND SANCTIONS
1. Failure to comply with the City’s Business Equity Ordinance will result in the bid being
considered “Non-Responsive.”
2. Failure to submit the required Business Equity forms and documentation will result in the bid being
considered non-responsive and a “written warning” letter that may impact the Offeror’s evaluation scoring
on future City bid opportunities for up to 12 months, refer to Ordinance §20-373 on VIOLATIONS AND
SANCTIONS for continued offenses or failures to comply.
If you have any questions, contact Department of Diversity & Inclusion, Business Equity Division
Email: DVIN_BE@fortworthtexas.gov | Phone: 817-392-2674
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER
Revised July 1, 2011 CITY PROJECT NO. 105062-5
GC-6.07 Wage Rates
THIS PAGE LEFT INTENTIONALLY BLANK
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER
Revised July 1, 2011 CITY PROJECT NO. 105062-5
CLASSIFICATION DESCRIPTION Wage Rate
Asphalt Distributor Operator 15.32$
Asphalt Paving Machine Operator 13.99$
Asphalt Raker 12.69$
Broom or Sweeper Operator 11.74$
Concrete Finisher, Paving and Structures 14.12$
Concrete Pavement Finishing Machine Operator 16.05$
Concrete Saw Operator 14.48$
Crane Operator, Hydraulic 80 tons or less 18.12$
Crane Operator, Lattice Boom 80 Tons or Less 17.27$
Crane Operator, Lattice Boom Over 80 Tons 20.52$
Crawler Tractor Operator 14.07$
Electrician 19.80$
Excavator Operator, 50,000 pounds or less 17.19$
Excavator Operator, Over 50,000 pounds 16.99$
Flagger 10.06$
Form Builder/Setter, Structures 13.84$
Form Setter, Paving & Curb 13.16$
Foundation Drill Operator, Crawler Mounted 17.99$
Foundation Drill Operator, Truck Mounted 21.07$
Front End Loader Operator, 3 CY or Less 13.69$
Front End Loader Operator, Over 3 CY 14.72$
Laborer, Common 10.72$
Laborer, Utility 12.32$
Loader/Backhoe Operator 15.18$
Mechanic 17.68$
Milling Machine Operator 14.32$
Motor Grader Operator, Fine Grade 17.19$
Motor Grader Operator, Rough 16.02$
Off Road Hauler 12.25$
Pavement Marking Machine Operator 13.63$
Pipelayer 13.24$
Reclaimer/Pulverizer Operator 11.01$
Reinforcing Steel Worker 16.18$
Roller Operator, Asphalt 13.08$
Roller Operator, Other 11.51$
Scraper Operator 12.96$
Servicer 14.58$
Small Slipform Machine Operator 15.96$
Spreader Box Operator 14.73$
Truck Driver Lowboy‐Float 16.24$
Truck Driver Transit‐Mix 14.14$
Truck Driver, Single Axle 12.31$
Truck Driver, Single or Tandem Axle Dump Truck 12.62$
Truck Driver, Tandem Axle Tractor with Semi Trailer 12.86$
Welder 14.84$
Work Zone Barricade Servicer 11.68$
2013 PREVAILING WAGE RATES
The Davis‐Bacon Act prevailing wage rates shown for Heavy and Highway construction projects were determined by
the United States Department of Labor and current as of September 2013. The titles and descriptions for the
classifications listed are detailed in the AGC of Texas’ Standard Job Classifications and Descriptions for Highway,
Heavy, Utilities, and Industrial Construction in Texas.
(Heavy and Highway Construction Projects)
Page 1 of 1
CLASSIFICATION DESCRIPTION Wage Rate
AC Mechanic $ 25.24
AC Mechanic Helper $ 13.67
Acoustical Ceiling Installer $ 16.83
Acoustical Ceiling Installer Helper $ 12.70
Bricklayer/Stone Mason $ 19.45
Bricklayer/Stone Mason Trainee $ 13.31
Bricklayer/Stone Mason Helper $ 10.91
Carpenter $ 17.75
Carpenter Helper $ 14.32
Concrete Cutter/Sawer $ 17.00
Concrete Cutter/Sawer Helper $ 11.00
Concrete Finisher $ 15.77
Concrete Finisher Helper $ 11.00
Concrete Form Builder $ 15.27
Concrete Form Builder Helper $ 11.00
Drywall Mechanic $ 15.36
Drywall Helper $ 12.54
Drywall Taper $ 15.00
Drywall Taper Helper $ 11.50
Electrician (Journeyman) $ 19.63
Electrician Apprentice (Helper) $ 15.64
Electronic Technician $ 20.00
Floor Layer $ 18.00
Floor Layer Helper $ 10.00
Glazier $ 21.03
Glazier Helper $ 12.81
Insulator $ 16.59
Insulator Helper $ 11.21
Laborer Common $ 10.89
Laborer Skilled $ 14.15
Lather $ 12.99
Metal Building Assembler $ 16.00
Metal Building Assembler Helper $ 12.00
Metal Installer (Miscellaneous) $ 13.00
Metal Installer Helper (Miscellaneous) $ 11.00
Metal Stud Framer $ 16.12
Metal Stud Framer Helper $ 12.54
Painter $ 16.44
Painter Helper $ 9.98
Pipefitter $ 21.22
Pipefitter Helper $ 15.39
Plasterer $ 16.17
Plasterer Helper $ 12.85
Plumber $ 21.98
Plumber Helper $ 15.85
Reinforcing Steel Setter $ 12.87
(Commercial Construction Projects)
2013 PREVAILING WAGE RATES
Page 1 of 2
Reinforcing Steel Setter Helper $ 11.08
Roofer $ 16.90
Roofer Helper $ 11.15
Sheet Metal Worker $ 16.35
Sheet Metal Worker Helper $ 13.11
Sprinkler System Installer $ 19.17
Sprinkler System Installer Helper $ 14.15
Steel Worker Structural $ 17.00
Steel Worker Structural Helper $ 13.74
Waterproofer $ 15.00
Concrete Pump $ 18.50
Crane, Clamsheel, Backhoe, Derrick, D'Line Shovel $ 19.31
Forklift $ 16.45
Foundation Drill Operator $ 22.50
Front End Loader $ 16.97
Truck Driver $ 16.77
Welder $ 19.96
Welder Helper $ 13.00
The prevailing wage rates shown for Commercial construction projects were based on a salary survey conducted
and published by the North Texas Construction Industry (Fall 2012) Independently compiled by the Lane Gorman
Trubitt, PLLC Construction Group. The descriptions for the classifications listed are provided on the TEXO's (The
Construction Association) website. www.texoassociation.org/Chapter/wagerates.asp
Equipment Operators
Page 2 of 2
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER
Revised July 1, 2011 CITY PROJECT NO. 105062-5
GR-01 60 00 Product Requirements
THIS PAGE LEFT INTENTIONALLY BLANK
CITY OF FORT WORTH WATER REPLACEMENTS ALONG 7TH STREET
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VAN ZANDT 12-INCH WATER
Revised July 1, 2011 CITY PROJECT NO. 105062-5
Approval Spec No.Classsification Manufacturer Model No.National Spec Size
Water & Sewer - Manholes & Bases/Components 33-39-10 (Rev 2/3/16)
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.250-4G 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/Fiberglass 33-39-13 (1/8/13)
1/26/99 33 39 13 Fiberglass Manhole Fluid Containment, Inc.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 Western Iron Works, Bass & Hays Foundry 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-R8FS 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
10/14/13 33 05 13 30" Dia. MH Ring and Cover (Hinged & Lockable)East Jordan Iron Works
30" ERGO XL Assembly
with Cam Lock/MPIC/T-Gasket ASSHTO M105 & ASTM A536 30" Dia
06/01/17 34 05 13 30" Dia. MH Ring and Cover (Lockable) CI SIP Industries 2280 (32")ASTM A 48 30" Dia.
12/05/23 34 05 13 30" Dia. MH Ring and Cover (Hinged & Lockable) CI SIP Industries 4267WT - Hinged (32")ASTM A 48 30" Dia.
09/16/19 33 05 13 30" Dia. MH Ring and Cover Composite Access Products, L.P.
CAP-ONE-30-FTW, Composite, w/ Lock
w/o Hing 30" Dia.
10/07/21 34 05 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 48", 60"
09/03/24 33 39 10 Manhole, Precast Concrete Oldcastle Precast Inc.
Manhole, 32" Opening and Flat top, (No
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
03/07/23 33 39 20 Manhole, Precast Concrete AmeriTex Pipe and Products, LLC 48" & 60" I.D. Manhole w/32" Cone
ASTM C-478; ASTM C-923;
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
12/29/23 33 39 20 Wastewater Access Chamber Quickstream Solutions, Inc.Type 8 Maintenace Shaft (Poopit)
For use when Std. MH cannot be
installed due to depth
Water & Sewer - Manholes & Bases/Rehab Systems/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 FlexKrete Technologies Vinyl Polyester Repair Product Misc. Use
CITY OF FORT WORTH
WATER DEPARTMENT
STANDARD PRODUCT LIST Updated:11-6-24
* From Original Standard Products List 1
Approval Spec No.Classsification Manufacturer Model No.National Spec Size
CITY OF FORT WORTH
WATER DEPARTMENT
STANDARD PRODUCT LIST Updated:11-6-24
Water & Sewer - Manholes & Bases/Rehab Systems/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)
For Exterior Coating of Concrete
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
03/19/18
33 05 16, 33 39 10,
33 39 20 Coating for Corrosion protection(Exterior)Sherwin Williams
RR&C Dampproofing Non-Fibered Spray
Grade (Asphatic Emulsion)
For Exterior Coating of Concrete
Structures Only
Water & Sewer - Manhole Inserts - Field Operations Use Only (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 Casing 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
Applications Only)8" - 12" (Sewer 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/Epoxy 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 Item #95-Manhole, #98- Pipe ASTM C 76
*E1-04 Conc. Pipe, Reinforced Concrete Pipe & Products Co. Inc.ASTM C 76
Sewer - Pipe Enlargment System (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/Fiberglass 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
03/07/23 33 31 13 Fiberglass Pipe (FRP)Future Pipe Industries Fiberstrong FRP
ASTM D3262, ASTM D3681,
ASTM D4161, AWWA M45
09/03/24 33 31 13 Fiberglass Pipe (FRP)Superlit Boru Sanayi A.S.Superlit FRP
ASTM D3262, ASTM D3517,
ASTM 3754, AWWA C950
* From Original Standard Products List 2
Approval Spec No.Classsification Manufacturer Model No.National Spec Size
CITY OF FORT WORTH
WATER DEPARTMENT
STANDARD PRODUCT LIST Updated:11-6-24
Sewer - Pipe/Polymer Pipe
4/14/05 Polymer Modified Concrete Pipe Amitech USA Meyer Polycrete Pipe ASTM C33, A276, F477 8" to 102", Class V
06/09/10 E1-9 Reinforced Polymer Concrete Pipe US Composite Pipe Reinforced Polymer Concrete Pipe ASTM C-76
Sewer - Pipes/HDPE 33-31-23(1/8/13)
*High-density polyethylene pipe Phillips Driscopipe, Inc.Opticore Ductile Polyethylene Pipe ASTM D 1248 8"
*High-density polyethylene pipe Plexco Inc.ASTM D 1248 8"
*High-density polyethylene pipe Polly Pipe, Inc.ASTM D 1248 8"
High-density polyethylene pipe CSR Hydro Conduit/Pipeline Systems McConnell Pipe Enlargement ASTM D 1248
Sewer - Pipes/PVC (Pressure Sewer) 33-11-12 (4/1/13)
12/02/11 33-11-12 DR-14 PVC Pressure Pipe Pipelife Jetstream PVC Pressure Pipe AWWA C900 4" thru 12"
10/22/14 33-11-12 DR-14 PVC Pressure Pipe Royal Building Products Royal Seal PVC Pressure Pipe AWWA C900 4" thru 12"
Sewer - Pipes/PVC* 33-31-20 (7/1/13)
*33-31-20 PVC Sewer Pipe J-M Manufacturing Co., Inc. (JM Eagle)SDR-26 (PS115)ASTM D 3034 4" - 15"
12/23/97*33-31-20 PVC Sewer Pipe Diamond Plastics Corporation SDR-26 (PS115)ASTM D 3034 4" thru 15"
*33-31-20 PVC Sewer Pipe Lamson Vylon Pipe SDR-26 (PS115)ASTM D 3034 4" thru 15"
12/05/23 33-31-20 PVC Sewer Pipe Vinyltech PVC Pipe SDR-26 (PS115)ASTM D3034 4" thru 15"
12/05/23 33-31-20 PVC Sewer Pipe Vinyltech PVC Pipe Gravity Sewer PS 115 ASTM F 679 18"
*33-31-20 PVC Sewer Pipe J-M Manufacturing Co, Inc. (JM Eagle)PS 115 ASTM F 679 18" - 28"
05/06/05 33-31-20 PVC Solid Wall Pipe Diamond Plastics Corporation PS 115 ASTM F-679 18" to 48"
04/27/06 33-31-20 PVC Sewer Fittings Harco SDR-26 (PS 115) Gasket Fittings ASTM D-3034, D-1784, etc 4" - 15"
*33-31-20 PVC Sewer Fittings Plastic Trends, Inc.(Westlake)Gasketed PVC Sewer Main Fittings ASTM D 3034
3/19/2018 33 31 20 PVC Sewer Pipe Pipelife Jet Stream SDR 26 (PS 115)ASTM F679 18"- 24"
3/19/2018 33 31 20 PVC Sewer Pipe Pipelife Jet Stream SDR 26 ASTM D3034 4"- 15"
3/29/2019 33 31 20 Gasketed Fittings (PVC)GPK Products, Inc.SDR 26 ASTM D3034 4"- 15"
10/21/2020 33 31 20 PVC Sewer Pipe NAPCO(Westlake)SDR 26 ASTM D3034 4" - 15"
10/22/2020 33 31 20 PVC Sewer Pipe Sanderson Pipe Corp.SDR 26 ASTM D3034 4"- 15"
10/21/2020 33 31 20 PVC Sewer Pipe NAPCO(Westlake)SDR 26 PS 115 ASTM F-679 18"- 36"
* From Original Standard Products List 3
Approval Spec No.Classsification Manufacturer Model No.National Spec Size
CITY OF FORT WORTH
WATER DEPARTMENT
STANDARD PRODUCT LIST Updated:11-6-24
Water - Appurtenances 33-12-10 (07/01/13)
09/03/24 33-12-10 Double Strap Saddle Ford Meter Box Co., Inc.202B 1"-2" SVC, up to 16" Pipe
01/18/18 33-12-10 Double Strap Saddle Romac 202NS Nylon Coated AWWA C800 1"-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, Incl. 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 & 610MT 3/4" and 1"
10/27/87 Curb Stops-Ball Meter Valves McDonald 4603B, 4604B, 6100M, 6100TM and 6101M 1½" and 2"
5/25/2018 33-12-10 Curb Stops-Ball Meter Valves Ford Meter Box Co., Inc.
FB600-7NL, FB1600-7-NL, FV23-777-W-NL,
L22-77NL AWWA C800 2"
5/25/2018 33-12-10 Curb Stops-Ball Meter Valves Ford Meter Box Co., Inc.
FB600-6-NL, FB1600-6-NL, FV23-666-W-
NL, L22-66NL AWWA C800 1-1/2"
5/25/2018 33-12-10 Curb Stops-Ball Meter Valves Ford Meter Box Co., Inc.
FB600-4-NL, FB1600-4-NL, B11-444-WR-
NL, B22444-WR-NL, L28-44NL AWWA C800 1"
5/25/2018 33-12-10 Curb Stops-Ball Meter Valves Mueller Co., Ltd.
B-25000N, B-24277N-3, B-20200N-3, H-
15000N, , H-1552N, H142276N
AWWA C800, ANSF 61,
ANSI/NSF 372 2"
5/25/2018 33-12-10 Curb Stops-Ball Meter Valves Mueller Co., Ltd.
B-25000N, B-20200N-3, B-24277N-3,H-
15000N, H-14276N, H-15525N
AWWA C800, ANSF 61,
ANSI/NSF 372 1-1/2"
5/25/2018 33-12-10 Curb Stops-Ball Meter Valves Mueller Co., Ltd.
B-25000N, B-20200N-3,H-15000N, H-
15530N
AWWA C800, ANSF 61,
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-12-1EPAF FTW
Plastic Meter Box w/Composite Lid DFW Plastics Inc.DFW39C-12-1EPAF FTW
08/30/06 Plastic Meter Box w/Composite Lid DFW Plastics Inc.DFW65C-14-1EPAF FTW Class "A"
Concrete Meter Box Bass & Hays CMB37-B12 1118 LID-9
Concrete Meter Box Bass & Hays CMB-18-Dual 1416 LID-9
Concrete Meter Box Bass & Hays CMB65-B65 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)
*E1-11 Combination Air Release Valve GA Industries, Inc.Empire Air and Vacuum Valve, Model 935 ASTM A 126 Class B, ASTM A
fl
1" & 2"
*E1-11 Combination Air Release Valve Multiplex Manufacturing Co.Crispin Air and Vacuum Valves, Model No.
1/2", 1" & 2"
*E1-11 Combination Air Release Valve Valve and Primer Corp.APCO #143C, #145C and #147C 1", 2" & 3"
Water - Dry Barrel Fire Hydrants 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
10/14/87 E-1-12 Dry Barrel Fire Hydrant Mueller Company
Shop Drawings No. 6461
A-423 Centurion AWWA C-502
01/15/88 E1-12 Dry Barrel Fire Hydrant Mueller Company
Shop Drawing FH-12
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 WB67 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
Approval Spec No.Classsification Manufacturer Model No.National Spec Size
CITY OF FORT WORTH
WATER DEPARTMENT
STANDARD PRODUCT LIST Updated:11-6-24
Water - Pipes/PVC (Pressure Water) 33-31-70 (01/08/13)
12/05/23 33-11-12 PVC Pressure Pipe Vinyltech PVC Pipe DR14
AWWA C900, AWWA C605,
ASTM D1784 4"-16"
12/05/23 33-11-12 PVC Pressure Pipe Vinyltech PVC Pipe DR18
AWWA C900, AWWA C605,
ASTM D1784 16"-18"
09/03/24 33-11-12 PVC Pressure Pipe Northern Pipe Products DR14
AWWA C900, AWWA C605,
ASTM D1784 4"-16"
09/03/24 33-11-12 PVC Pressure Pipe Northern Pipe Products DR18
AWWA C900, AWWA C605,
ASTM D1784 16"-18"
3/19/2018 33 11 12 PVC Pressure Pipe Pipelife Jet Stream DR14 AWWA C900 4"-12"
3/19/2018 33 11 12 PVC Pressure Pipe Pipelife Jet Stream DR18 AWWA C900 16"-24"
5/25/2018 33 11 12 PVC Pressure Pipe Diamond Plastics Corporation DR 14 AWWA C900 4"-12"
5/25/2018 33 11 12 PVC Pressure Pipe Diamond Plastics Corporation DR 18 AWWA C900 16"-24"
12/6/2018 33 11 12 PVC Pressure Pipe J-M Manufacturing Co., Inc d/b/a JM Eagle DR 14
AWWA C900-16
UL 1285
ANSI/NSF 61
FM 1612
4"-28"
12/6/2018 33 11 12 PVC Pressure Pipe J-M Manufacturing Co., Inc d/b/a JM Eagle DR 18
AWWA C900-16
UL 1285
ANSI/NSF 61
FM 1612
16"-24"
9/6/2019 33 11 12 PVC Pressure Pipe Underground Solutions Inc.DR14 Fusible PVC AWWA C900 4" - 8"
9/6/2019 33 11 12 PVC Pressure Pipe NAPCO(Westlake)DR18 AWWA C900 16" - 24"
9/6/2019 33 11 12 PVC Pressure Pipe NAPCO(Westlake)DR14 AWWA C900 4"- 12"
9/6/2019 33 11 12 PVC Pressure Pipe Sanderson Pipe Corp.DR14 AWWA C900 4"- 12"
Water - Pipes/Valves & Fittings/Ductile Iron Fittings 33-11-11 (01/08/13)
07/23/92 E1-07 Ductile Iron Fittings Star Pipe Products, Inc.Mechanical Joint Fittings AWWA C153 & C110
*E1-07 Ductile Iron Fittings Griffin Pipe Products, Co.Mechanical Joint Fittings AWWA C 110
*E1-07 Ductile Iron Fittings McWane/Tyler Pipe/ Union Utilities Division Mechanical Joint Fittings, SSB Class 350 AWWA C 153, C 110, C 111
08/11/98 E1-07 Ductile Iron Fittings Sigma, Co.Mechanical Joint Fittings, SSB Class 351 AWWA C 153, C 110, C 112
02/26/14 E1-07 MJ Fittings Accucast Class 350 C-153 MJ Fittings AWWA C153 4"-12"
05/14/98 E1-07 Ductile Iron Joint Restraints Ford Meter Box Co./Uni-Flange Uni-Flange Series 1400 AWWA C111/C153 4" to 36"
05/14/98 E1-24 PVC Joint Restraints Ford Meter Box Co./Uni-Flange Uni-Flange Series 1500 Circle-Lock AWWA C111/C153 4" to 24"
11/09/04 E1-07 Ductile Iron Joint Restraints One Bolt, Inc.One Bolt Restrained Joint Fitting AWWA C111/C116/C153 4" to 12"
02/29/12 33-11-11 Ductile Iron Pipe Mechanical Joint Restraint EBAA Iron, Inc.Megalug Series 1100 (for DI Pipe)AWWA C111/C116/C153 4" to 42"
02/29/12 33-11-11 PVC Pipe Mechanical Joint Restraint EBAA Iron, Inc.Megalug Series 2000 (for PVC Pipe)AWWA C111/C116/C153 4" to 24"
08/05/04 E1-07 Mechanical Joint Retainer Glands(PVC)Sigma, Co.Sigma One-Lok SLC4 - SLC10 AWWA C111/C153 4" to 10"
03/06/19 33-11-11 Mechanical Joint Retainer Glands(PVC)Sigma, Co.Sigma One-Lok SLCS4 - SLCS12 AWWA C111/C153 4" to 12"
08/05/04 E1-07 Mechanical Joint Retainer Glands(PVC)Sigma, Co.Sigma One-Lok SLCE AWWA C111/C153 12" to 24"
08/10/98 E1-07 MJ Fittings(DIP)Sigma, Co.Sigma One-Lok SLDE AWWA C153 4" - 24"
10/12/10 E1-24 Interior Restrained Joint System S & B Techncial Products Bulldog System ( Diamond Lok 21 & JM
ASTM F-1624 4" to 12"
08/16/06 E1-07 Mechanical Joint Fittings SIP Industries(Serampore)Mechanical Joint Fittings AWWA C153 4" to 24"
11/07/16 33-11-11 Mechanical Joint Retainer Glands Star Pipe Products, Inc.PVC Stargrip Series 4000 ASTM A536 AWWA C111
11/07/16 33-11-11 Mechanical Joint Retainer Glands Star Pipe Products, Inc.DIP Stargrip Series 3000 ASTM A536 AWWA C111
03/19/18 33-11-11 Mechanical Joint Retainer Glands SIP Industries(Serampore)
EZ Grip Joint Restraint (EZD) Black For DIP
ASTM A536 AWWA C111 3"-48"
03/19/18 33-11-11 Mechanical Joint Retainer Glands SIP Industries(Serampore)EZ Grip Joint Restraint (EZD) Red for C900
DR14 PVC Pipe ASTM A536 AWWA C111 4"-12"
03/19/18 33-11-11 Mechanical Joint Retainer Glands SIP Industries(Serampore)EZ Grip Joint Restraint (EZD) Red for C900
DR18 PVC Pipe ASTM A536 AWWA C111 16"-24"
* From Original Standard Products List 5
Approval Spec No.Classsification Manufacturer Model No.National Spec Size
CITY OF FORT WORTH
WATER DEPARTMENT
STANDARD PRODUCT LIST Updated:11-6-24
Water - Pipes/Valves & Fittings/Resilient Seated Gate Valve* 33-12-20 (05/13/15)
Resilient Wedged Gate Valve w/no Gears American Flow Control Series 2500 Drawing # 94-20247 16"
12/13/02 Resilient Wedge Gate Valve American Flow Control Series 2530 and Series 2536 AWWA C515 30" and 36"
08/31/99 Resilient Wedge Gate Valve American Flow Control Series 2520 & 2524 (SD 94-20255)AWWA C515 20" and 24"
05/18/99 Resilient Wedge Gate Valve American Flow Control Series 2516 (SD 94-20247)AWWA C515 16"
10/24/00 E1-26 Resilient Wedge Gate Valve American Flow Control Series 2500 (Ductile Iron)AWWA C515 4" to 12"
08/05/04 Resilient Wedge Gate Valve American Flow Control 42" and 48" AFC 2500 AWWA C515 42" and 48"
05/23/91 E1-26 Resilient Wedge Gate Valve American AVK Company American AVK Resilient Seaded GV AWWA C509 4" to 12"
01/24/02 E1-26 Resilient Wedge Gate Valve American AVK Company 20" and smaller
*E1-26 Resilient Seated Gate Valve Kennedy 4" - 12"
*E1-26 Resilient Seated Gate Valve M&H 4" - 12"
*E1-26 Resilient Seated Gate Valve Mueller Co.4" - 12"
11/08/99 Resilient Wedge Gate Valve Mueller Co.Series A2361 (SD 6647)AWWA C515 16"
01/23/03 Resilient Wedge Gate Valve Mueller Co.Series A2360 for 18"-24" (SD 6709)AWWA C515 24" and smaller
05/13/05 Resilient Wedge Gate Valve Mueller Co.Mueller 30" & 36", C-515 AWWA C515 30" and 36"
01/31/06 Resilient Wedge Gate Valve Mueller Co.Mueller 42" & 48", C-515 AWWA C515 42" and 48"
01/28/88 E1-26 Resilient Wedge Gate Valve Clow Valve Co.AWWA C509 4" - 12"
10/04/94 Resilient Wedge Gate Valve Clow Valve Co.16" RS GV (SD D-20995)AWWA C515 16"
11/08/99 E1-26 Resilient Wedge Gate Valve Clow Valve Co.Clow RW Valve (SD D-21652)AWWA C515 24" and smaller
11/29/04 Resilient Wedge Gate Valve Clow Valve Co.Clow 30" & 36" C-515 AWWA C515 30" and 36" (Note 3)
11/30/12 Resilient Wedge Gate Valve Clow Valve Co.Clow Valve Model 2638 AWWA C515 24" to 48" (Note 3)
05/08/91 E1-26 Resilient Seated Gate Valve Stockham Valves & Fittings AWWA C 509, ANSI 420 - stem,
4" - 12"
*E1-26 Resilient Seated Gate Valve U.S. Pipe and Foundry Co.Metroseal 250, requirements SPL #74 3" to 16"
10/26/16 33-12-20 Resilient Seated Gate Valve EJ (East Jordan Iron Works)EJ FlowMaster Gate Valve & Boxes
08/24/18 Matco Gate Valve Matco-Norca 225 MR AWWA/ANSI C115/An21.15 4" to 16"
Water - Pipes/Valves & Fittings/Rubber Seated Butterfly Valve 33-12-21 (07/10/14)
*E1-30 Rubber Seated Butterfly Valve Henry Pratt Co.AWWA C-504 24"
*E1-30 Rubber Seated Butterfly Valve Mueller Co.AWWA C-504 24"and smaller
1/11/99 E1-30 Rubber Seated Butterfly Valve Dezurik Valves Co.AWWA C-504 24" and larger
06/12/03 E1-30 Valmatic American Butterfly Valve Valmatic Valve and Manufacturing Corp.Valmatic American Butterfly Valve.AWWA C-504 Up to 84" diameter
04/06/07 E1-30 Rubber Seated Butterfly Valve M&H Valve M&H Style 4500 & 1450 AWWA C-504 24" to 48"
03/19/18 33 12 21 Rubber Seated Butterfly Valve G. A. Industries (Golden Anderson)AWWA C504 Butterfly Valve AWWA C-504 30"-54"
09/03/24 33 12 21 Rubber Seated Butterfly Valve American AVK Company AWWA C504 Butterfly Valve Class 250B AWWA C-504 24" - 48"
Water - Polyethylene Encasement 33-11-10 (01/08/13)
05/12/05 E1-13 Polyethylene Encasment Flexsol Packaging Fulton Enterprises AWWA C105 8 mil LLD
05/12/05 E1-13 Polyethylene Encasment Mountain States Plastics (MSP) and AEP Ind.Standard Hardware AWWA C105 8 mil LLD
05/12/05 E1-13 Polyethylene Encasment AEP Industries Bullstrong by Cowtown Bolt & Gasket AWWA C105 8 mil LLD
09/06/19 33-11-11 Polyethylene Encasment Northtown Products Inc. PE Encasement for DIP AWWA C105 8 mil LLD
Water - Sampling 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 12 50 Water Sampling Station Mueller Water Products, Inc.Model BSS01-36-MUDG2-CSD-NL, Freeze
Proof, Hasp for Locking Access Hatch
This product removed
Water - Automatic Flusher
10/21/20 Automated Flushing System Mueller Hydroguard
HG6-A-IN-2-BRN-LPRR(Portable)
HG2-A-IN--2-PVC-018-LPLG(Permanent)
04/09/21 Automated Flushing System Kupferle Foundry Company Eclipse #9800wc
04/09/21 Automated Flushing System Kupferle Foundry Company Eclipse #9700 (Portable)
Yellow Highlight indicates recent changes
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
* From Original Standard Products List 6