HomeMy WebLinkAboutContract 64044STREAM WATER GROUP, INC.
ENGINEERS & PLANNERS6737 Brentwood Stair Rd., Ste. 230 Fort Worth, Texas 76112 Phone: 817-446-4171 TX Registration No. F-005488
CONTRACT
FOR
THE CONSTRUCTION OF
Water and Sanitary Sewer Rehabilitation
Contract, 2022 WSM-G
City Project No. 104491
Mattie Parker Jesus “Jay” Chapa
Mayor City Manager
Chris Harder
Director, Water Department
Lauren Prieur
Director, Transportation and Public Works Department
Prepared for
The City of Fort Worth
Water Department
2025
5 /20/2025
CSC No. 64044
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 AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 104491
Revised March 7, 2025
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 01/17/2024
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 01/20/2012
00 43 13 Bid Bond 09/11/2017
00 43 37 Vendor Compliance to State Law Nonresident Bidder 06/27/2011
00 45 11 Bidders Prequalifications 08/13/2011
00 45 12 Prequalification Statement 09/30/2021
00 45 13 Prequalification Application 08/13/2021
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 3/08/2024
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 AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 104491
Revised March 7, 2025
Technical Specifications which have been modified by the Engineer specifically for this
Project; hard copies are included in the Project’s Contract Documents
Division 34 - Transportation
Date
Modified
34 71 13.01 Special Provision to Standard Specification 34 71 13 Traffic
Control
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 03/07/2025
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 12/20/2012
32 11 23 Flexible Base Courses 12/20/2012
32 11 29 Lime Treated Base Courses 12/20/2012
32 11 33 Cement Treated Base Courses 06/10/2022
32 11 37 Liquid Treated Soil Stabilizer 08/21/2015
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 3 of 6
CITY OF FORT WORTH WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 104491
Revised March 7, 2025
32 12 16 Asphalt Paving 6/07/2024
32 12 73 Asphalt Paving Crack Sealants 12/20/2012
32 13 13 Concrete Paving 06/10/2022
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 12/13/2024
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
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
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 4 of 6
CITY OF FORT WORTH WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 104491
Revised March 7, 2025
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 Cast-in-Place 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
34 71 13 Traffic Control 03/22/2021
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 5 of 6
CITY OF FORT WORTH WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 104491
Revised March 7, 2025
Appendix
GC-4.02 Subsurface and Physical Conditions
GC-6.06.D Minority and Women Owned Business Enterprise Compliance
GC-6.07 Wage Rates
GC-6.09 Permits and Utilities
GR-01 60 00 Product Requirements
END OF SECTION
DATE:Tuesday, August 12, 2025 REFERENCE NO.: **M&C 25-0728
LOG NAME: 60WSSC22WSMG-GRATEX
SUBJECT:
(CD 2) Authorize Execution of a Contract with Gra-Tex Utilities, Inc., in the Amount of $12,078,669.00, for
Water and Sanitary Sewer Replacement Contract 2022, WSM-G Project, Adopt Resolution Expressing
Official Intent to Reimburse Expenditures with Proceeds of Future Debt, 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 $12,078,669.00 for
Water and Sanitary Sewer Replacement Contract 2022, WSM-G project;
2.Adopt the attached Resolution expressing official intent to reimburse expenditures with proceeds
from future debt for the Water and Sanitary Sewer Replacement Contact 2022 WSM-G project; and
3.Adopt the attached Appropriation Ordinance adjusting appropriations in the Water & Sewer
Commercial Paper Fund by increasing appropriations in Water and Sanitary Sewer Replacement
Contact 2022 WSM-G project (City Project No. 104491) in the amount of $13,087,777.00 and
decreasing appropriations in the Water & Sewer Commercial Paper project (City Project No.
UCMLPR) by the same amount, to effect a portion of Water’s contribution to the Fiscal Years 2025-
2029 Capital Improvement Program.
DISCUSSION:
This Mayor & Council Communication (M&C) is to authorize execution of a construction contract with Gra-
Tex Utilities, Inc., in the amount of $12,078,669.00 for the replacement of cast iron water and/or
deteriorated sanitary sewer mains as indicated on the following streets and easements:
Street From To Scope of
Work
N. Calhoun Street NE 34th Street NE 35th
Street Water
N. Commerce
Street NE 34th Street NE 38th
Street Water
Alley between N.
Commerce Street
and N. Main
Street
NE 36th Street NE 37th
Street Sewer
N. Main Street NW 34th Street NE 38th
Street Water
Alley between N.
Main Street and
Ellis Avenue
120 feet west and 350
feet south of N. Main
Street/35th Street
Intersection
NW 36th
Street Sewer
NW 35th Street N. Main Street
1,510 feet
west Water
City of Fort Worth, Texas
Mayor and Council Communication
Ellis Avenue NW 34th Street NW 37th
Street Water/Sewer
Alley between
Ellis Avenue and
N. Houston Street
165 feet west and 350
feet south of NW 35th
Street/Ellis Avenue
intersection
NW 36th
Street Sewer
N. Houston Street NW 34th Street NW 35th
Street Water
N. Houston Street NW 36th Street NW 38th
Street Water
Alley between N.
Houston Street
and Clinton
Avenue
NW 35th Street NW 38th
Street Sewer
Alley between
Clinton Avenue
and N. Houston
Street
180 feet east of the
35th Street/Clinton Ave
intersection
270 feet
south Sewer
Clinton Avenue NW 34th Street NW 38th
Street Water
Alley between
Clinton Avenue
and Ross Avenue
NW 35th Street NW 37th
Street Sewer
Alley between
Clinton Avenue
and Ross Avenue
NW 38th Street 500 feet
South Sewer
NW 36th Street N. Houston Street Ross
Avenue Water/Sewer
NW 38th Street Clinton Avenue Meachem
Airport Water
NW 34th Street Ross Avenue/NW 34
Street Intersection
230 feet
West Water
Ross Avenue NW 34th Street NW 37th
Street
Water
Additionally, asphalt pavement rehabilitation will be conducted on all the roadways curb to curb
subsequent to the water and sanitary sewer main replacement.
The project was advertised for bids on May 28, and June 4, 2025, in the Fort Worth Star-Telegram. On
July 3, 2025, the following bids were received:
Bidder Amount Time of
Completion
Gra-Tex Utilities, Inc.$12,078,669.00 750 Calendar
Days
Venus Construction Company $13,424,190.00
Jackson Construction Ltd $13,999,999.00
William J. Schultz, Inc. dba Circle C
Construction Company $14,185,974.00
Woody Contractors, Inc.$14,392,099.55
Western Municipal Construction of
Texas, LLC $14,526,600.70
In addition to the contract amount, $659,255.00 (Water: $514,448.00, Sewer: $144,807.00) is required for
project management, material testing, and inspection. Project contingencies are provided in the amount of
$349,853.00 (Water: $254,080.00; Sewer: $95,773.00).
This project will have no impact on the Water Department’s operating budget when completed. The
sanitary sewer component of this project is part of the Sanitary Sewer Overflow Initiative Program of the
Water Department. Approximately 14,880 linear feet of cast iron water and 6,675 linear feet of sanitary
sewer pipe will be removed and replaced as part of this project.
Available cash within the Water and Sewer portfolio and the City’s portfolio along with the appropriation
authority authorized under the Callable Commercial Paper Program (CP) will be used to provide interim
financing for this project until debt is issued. Once debt associated with this project is sold, bond proceeds
will be used to reimburse the Water and Sewer portfolio and the City’s portfolio in accordance with the
attached Reimbursement Resolution. Under federal law, debt must be issued within approximately three
years in order for these expenses to be reimbursable. Adoption of the attached resolution does not
obligate the City to sell bonds, but preserves the ability of the City to reimburse itself from tax-exempt
bond proceeds.
It is the practice of the Water Department to appropriate its CIP plan throughout the Fiscal Year, instead of
within the annual budget ordinance, as projects commence, additional funding needs are identified, and to
comply with bond covenants. The actions in the M&C will appropriate funds in support of the Water’s
portion of the City of Fort Worth’s Fiscal Years 2025-2029 Capital Improvement Program.
Funding is budgeted in the Commercial Paper project within the W&S Commercial Paper Fund for the
purpose of funding the Water and Sanitary Sewer Replacement Contact 2022, WSM-G.
Appropriations for the water, sanitary sewer, and paving improvements for the Water and Sanitary Sewer
Replacement Contract 2022 WSM-G project by Fund will consist of the following:
Fund Existing
Appropriations
Additional
Appropriations Project Total*
W&S Capital
Projects - Fund
56002
$900,950.00 $0.00 $900,950.00
W&S
Commercial
Paper Fund
56026
$0.00 $13,087,777.00 $13,087,777.00
Project Total $900,950.00 $13,087,777.00 $13,988,727.00
*Numbers rounded for presentation purposes.
The project is located in COUNCIL DISTRICT 2.
FISCAL INFORMATION / CERTIFICATION:
The Director of Finance certifies that funds are available in the Commercial Paper project within the W&S
Commercial Paper Fund and upon approval of the above recommendations and adoption of the attached
appropriation ordinance, funds will be available in the W&S Commercial Paper Fund for the W/SS Repl
Contract 2022 WSM-G project to support the above recommendations and execution of the construction
contract. Prior to any expenditure being incurred, the Water Department has the responsibility of validate
the availability of funds.
TO
Fund Department
ID
Account Project
ID
Program Activity Budget
Year
Reference #
(Chartfield 2)
Amount
FUND IDENTIFIERS (FIDs):
FROM
Fund Department
ID
Account Project
ID
Program Activity Budget
Year
Reference #
(Chartfield 2)
Amount
Jesica McEachern (5804)
Chris Harder (5020)
Dena Johnson (7866)
CERTIFICATIONS:
Submitted for City Manager's Office by:
Originating Department Head:
Additional Information Contact:
ATTACHMENTS
1. 25-0171 (104491 ITB Water and Sanitary Sewer Rehabilitation Contract, 2022 WSM-G )-CC.pdf
(CFW Internal)
2. 60WSSC22WSMG-GRATEX FID TABLE (WCF 07.15.25) (12).xlsx (CFW Internal)
3. 60WSSC22WSMG-GRATEX funds avail.docx (CFW Internal)
4. 60WSSC22WSMG-GRATEX.pdf (Public)
5. Commercial Paper balances as of 07.15.2025.xlsx (CFW Internal)
6. Form 1295.pdf (CFW Internal)
7. ORD.APP_60WSSC22WSMG-GRATEX_56026_AO25(r3).docx (Public)
8. PBS CPN 104491.pdf (CFW Internal)
9. Res.60WSSC22WSMG-GRATEX.docx (Public)
60WSSC22WSMG-GRATEX FID Table
Rec #Fund Dept #Account Project ID Activity Budget
Year
CF 2 Program Amount Purpose Xfer
3 56026 0600430 104491 2025 $10,931,747.00
3 56026 0700430 104491 2025 $2,156,030.00
3 56026 0600430 UCMLPR 2025 ($13,087,777.00)
Rec #Fund Dept #Account Project ID Activity Budget
Year
CF 2 Program Amount Purpose Xfer
Rec #Fund Dept #Account Project ID Activity Budget
Year
CF 2 Program Amount Purpose Xfer
2 56026 0600430 5110101 104491 001780 9999 $72,921.00 Water - Staff
2 56026 0600430 5550102 104491 001780 9999 $4,000.00 Water - Public Outreach
1 56026 0600430 5740010 104491 001780 9999 $10,163,219.00 To pay contractor
2 56026 0600430 5740010 104491 001780 9999 $254,080.00 Water Contingency
2 56026 0600430 5330500 104491 001784 9999 $104,173.00 Water - Soil Lab Consultant
2 56026 0600430 5310350 104491 001784 9999 $20,835.00 Water - Soil Lab TPW Staff
2 56026 0600430 5110101 104491 001785 9999 $312,519.00 Water
2 56026 0700430 5110101 104491 001780 9999 $20,112.00 Water - Staff
1 56026 0700430 5740010 104491 001780 9999 $1,915,450.00 To pay contractor
2 56026 0700430 5740010 104491 001780 9999 $95,773.00 Sewer Contingency
2 56026 0700430 5330500 104491 001784 9999 $40,224.00 Water - Soil Lab Consultant
2 56026 0700430 5310350 104491 001784 9999 $4,022.00 Water - Soil Lab TPW Staff
2 56026 0700430 5110101 104491 001785 9999 $80,449.00 Water
2 56026 2060000 104491 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 AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 104491
Revised July 1, 2011
SECTION 00 05 10 1
MAYOR AND COUNCIL COMMUNICATION (M&C) 2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
END OF SECTION 25
F�� RT � RT
� H�
C1TY OF FORT WORTH
WATER DEPARTMENT
WATER AND SANITARY SEWER REHABILITATION
CONTRACT, 2022 WSM-G
City Project No. 104491
Addendum No. 1. Issue Date: June 24, 2025
Bid Opening Date: June 26, 2025
Revised Bid Opening Date: July 3, 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.
FORMATION
1. Bid Opening Date is changed from June 26, 2025 at 2:00 PM CST to July 3, 2025 at 2:00 PM CST.
SPECIFICATIONS
a. Fie face the foiEpwin sections:
Replace Specification With Specification
00 11 13 INVITATION TO BIDDERS � 00 11 13 INVITATION TO BIDDERS
All other terms and cor�ditivns remain un�hanged.
fsrtu_ s�Ce�o�r. 6l24l2Q25
�
TONY SHOLOLA, P.E.
ASSISTANT DIRECTOR, WATER DEPARTMENT
■���r��r����a���r���a�����rrrr�r���������������rrrrr�����r���aE�r�x�rrrr�a��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: C7/'a - TeX U�-. I. �-�eS �r�c„
SIGNATURE:
NOTE: Company name and sig ture 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.
WATER AND SANITARY SEWER REHABILITATION
CONTRACT, 2022 WSM-G
Addendum No. 1. Page 1 of 1
F�RT��RTH
�
CITY OF FORT WORTH
WATER DEPARTMENT
WATER AND SANITARY SEWER REHABILITATION
CONTRACT, 2022 WSM-G
City Project No. ] 04491
ADDENDUM NO 2. Issue Date: June 26, 2025
Original Bid Opening Date: June 26, 2025
Bid Opening Date: July 3, 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
1. An updated bid proposal workbook has been uploaded to the Project's Bonfire Folder.
SPECIFICATIONS
a. Repla�a the following sections:
Replace Specification
With Specification
00 41 00 BID FORM
00 42 43 PROPOSAL FORM
00 52 43 AGREEMENT
00 41 00 BID FORM
00 42 43 PROPOSAL FORM
00 52 43 AGREEMENT
PLANS
b. Replace the fallt
Plan Set
Entire Plan Set
Water And Sanitary Sewer Rehabilitation Contract,
2022 WSM-G
Water And Sanitary Sewer Rehabilitation Contract,
2022 WSM-G
Uploaded to Bonfir� and Noted with revision
description Addendum No. 2
WATER AND SANITARY SEWER REHABILITATION
CONTRACT, 2022 WSM-G
Addendum No. 2. Page 1 of 3
VI:f�UUIt OUE:4TIDNS
1. Can C303 Bar Wrapped Pipe be used instead of 24" DIP.
a. 24" Concrete AWWA C303 Water Pipe (Restrained Joints) is an acceptable altemative to 24" DIP Water
(Restrained Joints). Section 00 42 43 Proposal Form has been revised to accept Unit Price I Bid
altemative for 24" pipe materials.
2. What is the engineers estimated Cost on this project??
a. The Engineer's opinion of Probable Construction Cost is between $14.00 million —15.00 million.
3. Is Armorock0 approved as an altemate bid item for corrosion protection on this project?
a. Armorock� Polymer Concrete Manholes is an acceptable altemative to 4' Drop Manholes requiring
corrosion protection. Section 00 42 43 PROPOSAL FORM, Addendum 2 has been revised to accept Unit
Price / Bid altemative for manholes.
4. Could you change the contract time to 900 Calendar Days?
a. The contract time has been revised to 750 Calendar days.
5. Could you add an item for Acceptable backfill in both the water and sewer sections?
a. Acceptable Backfill has been added to 00 42 43 PROPOSAL FORM, Addendum 2.
6. Will we need to carry any adcirtianal insurance for work on Aiiport property?
a. No additional insurance is required.
7. Permanent Trench Repair on N. Main St and N. Calhoun St.
a. Plan Sheets for N. Main St and N. Calhoun St are revised per this addendum. Permanent Asphalt
Pvmt Repair wl 2" Type D- HMAC and Reinforced Conc. Base (N. Calhoune St. 8� N. Main St.
Trench Repair) detail is added to Surface Repair Detail, Sheet $3.
8. Are there personnel badges, prescreening or temporary fencing requirements to perform work on airport property.
a. NO. Contractor shall notify Konner Young, Airport OPS manager (FTW) at 817-392-5407 or C: 817-
988-6779 48 hours prior to any construction activities within the boundaries of the Airport
property. Contractors will have access to Gate 39 off Ross Avenue and/or access at a fence near
Ross Ave and NW 36�' Street.
9. What about Cathodic Protection?
a. Items for Design and Install Cathodic Protection has been added to 00 42 43 PROPOSAL FORM,
Addendum 2.
10. Can Tree Removal ltems be added to Unit 2 Sanitary Sewer?
a. Items for 6"-12" Tree Removal and 12-18" Tree Removal are added to 00 42 43 PROPOSAL FORM,
Addendum 2.
11. What type of pipe are we connecting to on each end of the proposed 24" waterline?
a. 24" Concrete Cylinder Pipe per (X-09117) The plans have been updated with this information.
WATER AND SANITARY SEWER REHABILITATION
CONTRACT, 2022 WSM-G
Addendum No. 2. Page 2 of 3
12. Can we get a bid item for the ring connection shown on sheet 19 & 23?
a. An Item for 12" and Smaller Ring Connection (Sheet 19 8� 23) has been added to 00 42 43
PROPOSAL FORM, Addendum 2.
13. Regarding Unit 2- Bid Item 8: Liner - 4' Sewer MH-Quantity
a. The quantity has been updated to Section 00 42 43 PROPOSAL FORM, Addendum 2.
14. Can we get a bid item for sod�
a. Block Sod Placement has been added to 00 42 43 PROPOSAL FORM, Addendum 2
15. Can we get an item for Asphalt Pvmt Repair Beyond Defined Trench Width, Residential for sewer sheet 63?
a. Asphalt Pvmt Repair Beyond Trench Width, Residential has been added to Section 00 42 43
PROPOSAL FORM, Addendum 2
16. We need items for the permanent fence replacement for the airport fence.
a. Items for Temporary Construction Fence (Airport) and Permanent Security Fence to Match
(Airport) has been added to Section 00 42 43 PROPOSAL FORM, Addendum 2.
17. Would the owner consider Parsonpoxy SEL 80 an approved epoxy coating for manhole rehabilitation for this
project?
a. Approved materials can be found on the City of Fort Worth Water Department Standard Product
List.
All other terms and conditions remain unchanged.
�� ���� 06/27/2025
70NY SHOLOLA, P.E.
ASSISTANT DIRECTOR, WATER DEPARTMENT
■�����aa��r���r�rrarw�e�����e����rr�rir�������i��r��������a��r�������r��rr�r���i
By the signature affixed below, Addendum No. 2 is hereby incorparated intp and made part of the above
referenced Invitation to Bid.
COMPANY NAME: Grci- v'. I:-i-� c
SIGNATURE:
�
NOTE: Company name and nature 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.
WATER AND SANITARY SEWER REHABILITATION
CONTRACT, 2022 WSM-G
Addendum No. 2. Page 3 of 3
��RT� RTH
� �
CITY OF FORT WORTH
WATER DEPARTMENT
WATER AND SANITARY SEWER REHABILITATION
CONTRACT, 2022 WSM-G
City Project No. 104491
ADDENDUM NO 3. Issue Date: June 30, 2025
Original Bid Opening Date: June 26, 2025
Bid Opening Date: July 3, 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. An updated bid proposal workbook has been uploaded to the Project's Bonfire Folder.
SPECIFICATIONS
All other terms and conditions remain unchanged.
%9 �iLd�e� 06/30/2025
TONY SHOLOLA, P.E.
ASSISTANT DIRECTOR, WATER DEPARTMENT
rrrar�w����a�����r�rryrrrs�����a�����ar��rrs�������rs��ia�r���r�k���a����r���r�
By the signature affixed below, Addendum No. 3 is hereby incorporated into and made part of the above
referenced Invitation to Bid.
COMPANY NAME _ G'rn-_� eX - U�' I: �-�cS InL.
SIGNATURE: /�i,
NOTE: Company name and ignature 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.
WATER AND SANITARY SEWER REHABILITATION
CONTRACT, 2022 WSM-G
Addendum No. 3. Page 1 of 1
�� RT � RT H
� �
CITY OF FORT WORTH
WATER DEPARTMENT
WATER AND SANITARY SEWER REHABILITATION
CONTRACT, 2022 WSM-G
City Project No. 104491
ADDENDUM NO 4. Issue Date: July 1, 2025
Original Bid Opening Date: June 26, 2025
Bid Opening Date: July 3, 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
1. An updated bid proposal workbook has been uploaded to the Project's Bonfire Folder.
SPECIFICATIONS
a. F2e lace the foi{awin sections:
Replace Specification
With Specification
00 42 43 PROPOSAL FORM
All other terms and conditions remain unchanged.
%�rtra_ ���� 47J0112025
TONY SHOLOLA, P.E.
ASSISTANT DIRECTOR, WATER DEPARTMENT
00 42 43 PROPOSAL FORM
Unit 1: Item 73 - Change to 6" SLD PVMT Marking
HAS (Y)
:����r��r�������������sa����arrrr����s�������������r����ar�r��������s���r����s�
By the signature affixed below, Addendum No. 4 is hereby incorporated into and made part of the above
referenced Invitation to Bid.
COMPANY NAME: - v-�. �. �� �s nC.
SIGNATURE: '
NOTE: Company name and si ature 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.
WATER AND SANITARY SEWER REHABILITATION
CONTRACT, 2022 WSM-G
Addendum No. 4. Page 1 of 1
00 05 15 - 1
ADDENDA
Page 1 of 1
CITY OF FORT WORTH WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 104491
Revised July 1, 2011
SECTION 00 05 15 1
ADDENDA 2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
END OF SECTION 25
00 11 13
INVITATION TO BIDDERS
Page 1 of 3
CITY OF FORT WORTH WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 104491
Revised 2/08/24
SECTION 00 11 13
INVITATION TO BIDDERS
RECEIPT OF BIDS
Electronic bids for the construction of WATER AND SEWER REPLACEMENTS
CONTRACT, 2022 WSM-G, City Project No.: 104491 (“Project”) will be received by 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, JUNE 26, 2025.
Bids will then be opened publicly and read aloud beginning at 2:00 PM CST at 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 to the City Project Manager no
later than 1:30 PM on the third City Business day after the 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/response
before the published deadline due to transmission delays or any other technical issues or
obstructions. The City strongly recommends allowing sufficient time to complete the submission
process (ideally a week before the deadline) to begin the uploading process and to finalize your
submission to give adequate time in the event an issue arises.
All submissions must be submitted electronically prior to the close date and time under the
respective Project via the Procurement Portal:
https://fortworthtexas.bonfirehub.com/portal/?tab=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 AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 104491
Revised 2/08/24
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)
GENERAL DESCRIPTION OF WORK
The major work will consist of the (approximate) following:
3,246 LF – 24” DIP Water Line by Open Cut
2,687 LF – 12” PVC Water Line by Open Cut
12,772 LF – 8” PVC Water Line by Open Cut
5 EA – 24” Gate Valve w/ Vault
5 EA – 12” Gate Valve
3 EA – 10” Gate Valve
48 EA – 8” Gate Valve
242 EA – Water Service
38,194 SY - 11" Pavement Pulverization
19,090 SY - 2" Surface Milling
1,163 LF – 8” HDPE Pipe Enlargement
4,035 LF – 8” PVC Sewer Pipe by Open Cut
620 LF – 8” DIP Sewer Pipe by Open Cut
15 EA – 4’ Sewer Manhole
3 EA – 4’ Sewer Drop Manhole
151 EA – 4” Sewer Service
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
00 11 13
INVITATION TO BIDDERS
Page 3 of 3
CITY OF FORT WORTH WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 104491
Revised 2/08/24
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.
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: Monday, June 16, 2025
TIME: 10:00 AM
Invitations with links to the web conferencing application will be distributed directly to those who
have submitted an Expression of Interest.
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
MAY 28, 2025
JUNE 4, 2025
END OF SECTION
00 21 13
INSTRUCTIONS TO BIDDERS
Page 1 of 9
CITY OF FORT WORTH WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 104491
Revised/Updated 1/17/24
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.
Prequalification requirement work types and documentation are available by accessing all
required files through the City’s website at:
https://apps.fortworthtexas.gov/ProjectResources/
00 21 13
INSTRUCTIONS TO BIDDERS
Page 2 of 9
CITY OF FORT WORTH WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 104491
Revised/Updated 1/17/24
3.1.1. Paving – Requirements document located at:
https://apps.fortworthtexas.gov/ProjectResources/ResourcesP/02%20-
%20Construction%20Documents/Contractor%20Prequalification/TPW%20Paving
%20Contractor%20Prequalification%20Program/PREQUALIFICATION%20REQ
UIREMENTS%20FOR%20PAVING%20CONTRACTORS.pdf
3.1.2. Roadway and Pedestrian Lighting – Requirements document located at:
https://apps.fortworthtexas.gov/ProjectResources/ResourcesP/02%20-
%20Construction%20Documents/Contractor%20Prequalification/TPW%20Roadwa
y%20and%20Pedestrian%20Lighting%20Prequalification%20Program/STREET%
20LIGHT%20PREQUAL%20REQMNTS.pdf
3.1.3. Water and Sanitary Sewer – Requirements document located at:
https://apps.fortworthtexas.gov/ProjectResources/ResourcesP/02%20-
%20Construction%20Documents/Contractor%20Prequalification/Water%20and%2
0Sanitary%20Sewer%20Contractor%20Prequalification%20Program/WSS%20pre
qual%20requirements.pdf
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.
3.5. Special qualifications required for this project include the following:
None
4. Examination of Bidding and Contract Documents, Other Related Data, and Site
00 21 13
INSTRUCTIONS TO BIDDERS
Page 3 of 9
CITY OF FORT WORTH WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 104491
Revised/Updated 1/17/24
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.
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.
00 21 13
INSTRUCTIONS TO BIDDERS
Page 4 of 9
CITY OF FORT WORTH WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 104491
Revised/Updated 1/17/24
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.
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.
00 21 13
INSTRUCTIONS TO BIDDERS
Page 5 of 9
CITY OF FORT WORTH WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 104491
Revised/Updated 1/17/24
5. Availability of Lands for Work, Etc.
5.1. The lands upon which the Work is to be performed, rights-of-way and easements for
access thereto and other lands designated for use by Contractor in performing the Work
are identified in the Contract Documents. All additional lands and access thereto
required for temporary construction facilities, construction equipment or storage of
materials and equipment to be incorporated in the Work are to be obtained and paid for
by Contractor. Easements for permanent structures or permanent changes in existing
facilities are to be obtained and paid for by City unless otherwise provided in the
Contract Documents.
5.2. Outstanding right-of-way, easements, and/or permits to be acquired by the City are listed
in Paragraph SC 4.01 of the Supplementary Conditions. In the event the necessary right-
of-way, easements, and/or permits are not obtained, the City reserves the right to cancel
the award of contract at any time before the Bidder begins any construction work on the
project.
5.3. The Bidder shall be prepared to commence construction without all executed right-of-
way, easements, and/or permits, and shall submit a schedule to the City of how
construction will proceed in the other areas of the project that do not require permits
and/or easements.
6. Interpretations and Addenda
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 Monday prior to the Bid opening. Questions received after this day may not be
responded to. Interpretations or clarifications considered necessary by City in response
to such questions will be issued by Addenda. Only questions answered by formal
written Addenda will be binding. Oral and other interpretations or clarifications will be
without legal effect.
6.2. Addenda may also be issued to modify the Bidding Documents as deemed advisable by
City.
6.3. Addenda or clarifications shall be posted under the respective Project via the
Procurement Portal
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 AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 104491
Revised/Updated 1/17/24
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 AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 104491
Revised/Updated 1/17/24
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 AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 104491
Revised/Updated 1/17/24
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 AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 104491
Revised/Updated 1/17/24
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
0o a� o0
BID FORM
Page 1 of 3
Addendum No 2
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:
City Project No.:
Units/Sections:
WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
City Project No.: 104491
UNIT 1- Water Line Improvements
UNIT 2- Sanitary Sewer Improvements
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 00 41 00 Bid Proposal Workbook-CPN 104491-AD4
Revised 9/30I2021 Addendum No 2
0o ai o0
BID FORM
Page 2 oF 3
Addendum No 2
d. "coercive practice" means harming or threatening to harm, directly or indirectly, persons or their
property to influence their participation in the bidding process or affect the execution of the
Contract.
3. Prequalification
The Bidder acknowledges that the following work types must be performed only by prequalified contractors and
subcontractors:
a. Water Transmission, Urban/Renewal, 24-inches and smaller
b. CCN, 8-inches and smaller
c. Sewer Collection System, Urban/Renewal, 8-inches and smaller
d. Sewer Pipe Enlargement 12-inches and smaller
e. Asphalt Paving Construction/Reconstruction (15,000 square yards and GREATER)
f. -
�
�'�
4. Time of Completion
4.1. The Work will be complete for Final Acceptance within 750 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 00 41 00 Bid Propo5al Workbook-CPN 104491-AD4
Revised 9130l2021 Addendum No 2
00 41 00
BID FORM
Page 3 of 3
Addendum No 2
6. Total Bid Amount
6.1. Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. In
the space provided below, please enter the total bid amount for this project. Only this figure will be read
publicly by the City at the bid opening.
6.2. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is
subject to verification and/or modification by multiplying the unit bid prices for each pay item by the
respective estimated quantities shown in this proposal and then totaling all of the extended amounts.
6.3. Evaluation of Bid Items
Unit 1 - Water Improvements
Unit 2- Sanitary Sewer Improvements
Total Bid
Total Bid
7. Bid Submittal
This Bid is submitted on 07-03-2025
$10,163,219.00
$1,915,450.00
$12,078,669.00
#REF!
by the entity named below.
Respectfully submitted,
By: `
Signature)
Rex Heflin
(Printed Name)
Receipt is acknowledged of the Initial
followin Addenda:
Addendum No. 1: �,.,� (.4
Addendum No. 2: „u (}
Addendum No. 3: (Z,.,.,t ��
Addendum No. 4: R�,a 41�
Title: Estimator
Company: Gra-Tex Utilities Inc.
Address: PO Box 1038
Kennedale Texas 76060
Corporate S�al�
State of Incorporation: Texas
Email: gratexestimate@gmail com
Phone: 682-395-5440
END OF SECTION
CITV OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00 41 00 Bid Proposal Workbook-CPN 104491-AD4
Revised 9/30/2021 Addendum No 2
00 42 43
BID PROPOSAL
Page 1 of 4
Addendum No. 4
*1a 3311.0654 24" DIP Water (Restrained Joints)*33 11 10 LF 3,266 $374.00 $1,221,484.00
*1b 3311.0684 24" Concrete AWWA C303 Water Pipe
(Restrained Joints)*33 11 13 LF 3,266
*2a 3311.0001 Ductile Iron Water Fittings w/ Restraint*33 11 11 TON 25 $10,003.00 $250,075.00
*2b 3311.0021 C303 Fittings*33 11 13 LS 1
*3a 9999.0002 24" DIP Water By Other Than Open Cut (No 33 05 23 LF 30 $1,100.00 $33,000.00
*3b 9999.0003 24" Concrete AWWA C303 Water Pipe By
Other Than Open Cut (No Casing)*33 05 23 LF 30
4 3311.0441 12" PVC Water Pipe 33 11 12 LF 2,687 $130.00 $349,310.00
5 3311.0361 10" PVC Water Pipe 33 11 12 LF 69 $129.00 $8,901.00
6 3311.0261 8" PVC Water Pipe 33 11 12 LF 12,872 $83.00 $1,068,376.00
7 3311.0161 6" PVC Water Pipe 33 11 12 LF 186 $62.00 $11,532.00
8 3312.1004 4" Combination Air Valve Assembly for
Water 33 12 30 EA 1 $27,157.00 $27,157.00
9 3312.3002 6" Gate Valve 33 12 20 EA 16 $2,177.00 $34,832.00
10 3312.3003 8" Gate Valve 33 12 20 EA 48 $2,943.00 $141,264.00
11 3312.3004 10" Gate Valve 33 12 20 EA 5 $3,990.00 $19,950.00
12 3312.3005 12" Gate Valve 33 12 20 EA 5 $4,759.00 $23,795.00
13 3312.3008 24" Gate Valve w/ Vault 33 12 20 EA 4 $56,432.00 $225,728.00
14 3312.6003 8" Blow Off Valve 33 12 60 EA 1 $24,000.00 $24,000.00
15 3312.0001 Fire Hydrant and Extension 33 12 40 EA 16 $6,640.00 $106,240.00
16 3201.0400 Temporary Asphalt Paving Repair - 4' Wide 32 01 18 LF 15,157 $32.00 $485,024.00
17 3201.0401 Temporary Asphalt Paving Repair - 6' Wide 32 01 18 LF 3,026 $40.00 $121,040.00
18 3201.0201 Asphalt Pvmt Repair Beyond Defined
Trench Width, Residential 32 01 17 SY 500 $54.00 $27,000.00
19
9999.0005 Permanent Asphalt Pvmt Repair With
Reinforced Conc. Base (N. Calhoune St. & N. Main St.
Trench Repair-Detail Sheet 83)
32 01 18 LF 4,389
$175.00 $768,075.00
20 0241.1000 Remove Conc Pvmt 02 41 15 SY 635 $45.00 $28,575.00
21 3201.0614 Conc Pvmt Repair, Residential 32 01 29 SY 635 $201.00 $127,635.00
22 0241.1209 24" Water Abandonment Plug 02 41 14 EA 4 $5,282.00 $21,128.00
23 0241.1218 4"-12" Water Abandonment Plug 02 41 14 EA 10 $2,694.00 $26,940.00
24 0241.1409 Abandon 24" Water Valve 02 41 14 EA 1 $1,375.00 $1,375.00
25 0241.1354 Salvage 24" Water Valve 02 41 14 EA 2 $3,450.00 $6,900.00
26 0241.1001 Water Line Grouting 02 41 14 CY 264 $375.00 $99,000.00
27 0241.1602 Remove Concrete Water Vault 02 41 14 EA 1 $3,500.00 $3,500.00
28 0241.1302 Remove 6" Water Valve 02 41 14 EA 24 $575.00 $13,800.00
29 0241.1303 Remove 8" Water Valve 02 41 14 EA 6 $575.00 $3,450.00
30 0241.1304 Remove 10" Water Valve 02 41 14 EA 6 $575.00 $3,450.00
31 0241.1510 Salvage Fire Hydrant 02 41 14 EA 14 $1,750.00 $24,500.00
32 0241.1511 Salvage 3/4" Water Meter 02 41 14 EA 237 $350.00 $82,950.00
33 0241.1512 Salvage 1" Water Meter 02 41 14 EA 1 $350.00 $350.00
34 3312.2004 1" Private Water Service Relocation 33 12 10 LF 325 $112.00 $36,400.00
Unit of
Measure
Unit 1 - Water Improvements
* Contractor to provide Unit Price/Bid for only one Manhole material alternatives for Items
1, 2, & 3. Do not provide unit price/bid for each alternative.
Bid
Quantity Unit Price Bid Value
Bidder's Proposal
SECTION 00 42 43
PROPOSAL FORM
Description
Project Item Information
Bidlist
Item No.
UNIT PRICE BID Bidder's Application
Specification
Section No.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised 9/30/2021
1-(1) 00 41 00 Bid Proposal Workbook-CPN 104491-AD4
Addendum No. 4
00 42 43
BID PROPOSAL
Page 2 of 4
Addendum No. 4
Unit of
Measure
Bid
Quantity Unit Price Bid Value
Bidder's Proposal
SECTION 00 42 43
PROPOSAL FORM
Description
Project Item Information
Bidlist
Item No.
UNIT PRICE BID Bidder's Application
Specification
Section No.
35 3312.2001 1" Water Service, Meter Reconnection 33 12 10 EA 237 $375.00 $88,875.00
36 3312.2003 1" Water Service 33 12 10 EA 242 $1,592.00 $385,264.00
37 3312.2101 1 1/2" Water Service, Meter Reconnection 33 12 10 EA 1 $550.00 $550.00
38 3312.2103 1 1/2" Water Service 33 12 10 EA 1 $6,094.00 $6,094.00
39 3312.2201 2" Water Service, Meter Reconnection 33 12 10 EA 2 $600.00 $1,200.00
40 3312.2203 2" Water Service 33 12 10 EA 2 $7,188.00 $14,376.00
41 3305.0202 Imported Embedment/Backfill, CSS 33 05 10 CY 100 $95.00 $9,500.00
42 3305.0203 Imported Embedment/Backfill, CLSM 33 05 10 CY 100 $250.00 $25,000.00
43 3305.0207 Imported Embedment/Backfill, Select Fill 33 05 10 CY 100 $19.00 $1,900.00
44 3305.0206 Imported Embedment/Backfill, Acceptable
Backfill 33 05 10 CY 100 $25.00 $2,500.00
45 3312.0108 Connection to Existing 24" Conc. Water
Main 33 12 25 EA 2 $10,700.00 $21,400.00
46 3312.0117 Connection to Existing 4"-12" Water Main 33 12 25 EA 25 $7,575.00 $189,375.00
47 9999.0004 12" and Smaller Ring Connection (Sheet 19
& 23) 33 12 25 EA 2 $4,500.00 $9,000.00
48 3305.0003 8" Waterline Lowering 33 05 12 EA 8 $8,830.00 $70,640.00
49 3305.0004 10" Waterline Lowering 33 05 12 EA 2 $9,675.00 $19,350.00
50 3305.0103 Exploratory Excavation of Existing Utilities 33 05 30 EA 21 $625.00 $13,125.00
51 3304.0101 Temporary Water Services 33 04 30 LS 1 $110,000.00 $110,000.00
52 0241.1700 11" Pavement Pulverization 02 41 15 SY 47,325 $18.00 $851,850.00
53 3123.0101 Unclassified Excavation by Plan 31 23 16 CY 1,700 $74.00 $125,800.00
54 0241.1300 Remove Conc Curb & Gutter 02 41 15 LF 1,985 $7.00 $13,895.00
55 3216.0101 6" Conc Curb and Gutter 32 16 13 LF 4,245 $73.00 $309,885.00
56 3211.0601 CEMLIME™ (26 lbs/SY)32 11 29 TN 630 $386.00 $243,180.00
57 3212.0302 3" Asphalt Pvmt Type D (DG-D)32 12 16 SY 47,325 $22.00 $1,041,150.00
58 0241.1506 2" Surface Milling 02 41 15 SY 18,625 $4.00 $74,500.00
59 0241.1600 Butt Milling 02 41 15 LF 210 $35.00 $7,350.00
60 3212.0301 2" Asphalt Pvmt Type D (DG-D)32 12 16 SY 18,625 $20.00 $372,500.00
61 0241.1400 Remove Conc Valley Gutter 02 41 15 SY 495 $45.00 $22,275.00
62 3216.0301 7" Conc Valley Gutter, Residential 32 16 13 SY 495 $178.00 $88,110.00
63 0241.0100 Remove Sidewalk 02 41 13 SF 125 $3.00 $375.00
64 3213.0301 4" Conc Sidewalk 32 13 20 SF 125 $10.00 $1,250.00
65 3213.0311 4" Conc Sidewalk, Adjacent to Curb 32 13 20 SF 125 $15.00 $1,875.00
66 0241.0401 Remove Concrete Drive 02 41 13 SF 1,500 $4.00 $6,000.00
67 3213.0401 6" Concrete Driveway 32 13 20 SF 3,504 $15.00 $52,560.00
68 3292.0100 Block Sod Placement 32 92 13 SY 500 $73.00 $36,500.00
69 3217.5001 Curb Address Painting 32 17 25 EA 4 $285.00 $1,140.00
70 3305.0111 Valve Box Adjustment, Including Concrete
Collar 33 05 14 EA 74 $650.00 $48,100.00
71 3305.0107 Manhole Adjustment, Minor, Including
Concrete Collar 33 05 14 EA 11 $3,400.00 $37,400.00
72 3217.0103 6" BRK Pvmt Marking HAS (W)32 17 23 LF 5,374 $1.00 $5,374.00
73 3217.0102 6" SLD Pvmt Marking HAS (Y)32 17 23 LF 5,374 $2.00 $10,748.00
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised 9/30/2021
1-(1) 00 41 00 Bid Proposal Workbook-CPN 104491-AD4
Addendum No. 4
00 42 43
BID PROPOSAL
Page 3 of 4
Addendum No. 4
Unit of
Measure
Bid
Quantity Unit Price Bid Value
Bidder's Proposal
SECTION 00 42 43
PROPOSAL FORM
Description
Project Item Information
Bidlist
Item No.
UNIT PRICE BID Bidder's Application
Specification
Section No.
74 3217.0107 6" BRK Pvmt Marking HAS (Y)32 17 23 LF 5,374 $1.00 $5,374.00
75 3217.2103 REFL Raised Marker TY II-A-A 32 17 23 EA 136 $6.00 $816.00
76 3217.2001 Raised Marker TY W 32 17 23 EA 69 $5.00 $345.00
77 3213.0501 Barrier Free Ramp, Type R-1 32 13 20 EA 2 $4,945.00 $9,890.00
78 3213.0506 Barrier Free Ramp, Type P-1 32 13 20 EA 1 $4,485.00 $4,485.00
79 9999.0006 Temporary Chain Link Construction Fence
(Airport)32 31 13 LF 300 $29.00 $8,700.00
80 9999.0007 Permanent Security Fence to Match
(Airport)32 31 13 LF 50 $162.00 $8,100.00
81 3304.0002 Cathodic Protection (Design)33 04 12 LS 1 $62,500.00 $62,500.00
82 3304.0002 Cathodic Protection (Install)33 04 12 LS 1 $62,500.00 $62,500.00
83 3125.0101 SWPPP ≥ 1 acre 31 25 00 LS 1 $8,125.00 $8,125.00
84 3305.0109 Trench Safety 33 05 10 LF 7,082 $1.00 $7,082.00
85 0171.0101 Construction Staking (Water)01 71 23 LS 1 $27,600.00 $27,600.00
86 0171.0102 As-Built Survey (GPS Red Line Survey) 01 71 23 LS 1 $17,250.00 $17,250.00
87 3471.0001 Traffic Control (Water)34 71 13 MO 14 $3,125.00 $43,750.00
88 9999.0001 Water Construction Allowance 00 00 00 LS 1 $150,000.00 $150,000.00
1 3331.4115 8" Sewer Pipe (PVC SDR26, PS115) By
Open Cut 33 31 20 LF 4,035 $118.00 $476,130.00
2 3331.4119 8" DIP Sewer Pipe with Protecto 401
Coating 33 31 10 LF 620 $196.00 $121,520.00
3 3331.1102 6" to 8" Pipe Enlargement 33 31 23 LF 1,163 $109.00 $126,767.00
4 3331.0102 Sewer Pipe, Point Repair (Sag Adjustment)33 31 23 LF 100 $219.00 $21,900.00
5 3339.1001 4' Manhole 33 39 20 EA 16 $9,150.00 $146,400.00
6 3339.1003 4' Extra Depth Manhole (Standard MH)33 39 20 VF 7 $335.00 $2,345.00
7a 3339.1002 4' Drop Manhole*33 39 20 EA 4 $10,200.00 $40,800.00
7b 3339.1002 4' Drop Polymer Manhole - Armorock ®*33 39 20 EA 4
8a 3339.1003 4' Extra Depth Manhole (Drop MH)*33 39 20 VF 25 $400.00 $10,000.00
8b 3339.1003 4' Extra Depth Polymer Manhole (Drop MH)
- Armorock ®*33 39 20 VF 25
9 3339.0003 Liner - 4' Drop Manhole, Warren or
Chesterton*33 39 60 VF 49 $565.00 $27,685.00
10 0241.2201 Remove 4' Sewer Manhole 02 41 14 EA 7 $4,900.00 $34,300.00
11 3305.0112 Concrete Collar 33 05 17 EA 27 $1,810.00 $48,870.00
12 9999.0001 Connect to Existing Std. Manhole 33 05 17 EA 7 $2,120.00 $14,840.00
13 3331.3101 4" Sewer Service 33 31 50 EA 132 $2,300.00 $303,600.00
14
3331.1201 Service Reinstatement, Pipe Enlargement,
including Service Line Replacement and 4-inch 2-Way
Cleanout
33 31 23 EA 19
$1,560.00 $29,640.00
15 3301.0101 Manhole Vacuum Testing 33 01 30 EA 27 $250.00 $6,750.00
Unit 2 - Sanitary Sewer Improvements
* Contractor to provide Unit Price/Bid for only one Manhole material
Alternate 1: (Items 7A, 8A and 9) OR Alternate 2: (Items 7b and 8b).
Do not provide unit price/bid for each alternative.
Sub-Total Unit 1 - Water Improvements $10,163,219.00
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised 9/30/2021
1-(1) 00 41 00 Bid Proposal Workbook-CPN 104491-AD4
Addendum No. 4
00 42 43
BID PROPOSAL
Page 4 of 4
Addendum No. 4
Unit of
Measure
Bid
Quantity Unit Price Bid Value
Bidder's Proposal
SECTION 00 42 43
PROPOSAL FORM
Description
Project Item Information
Bidlist
Item No.
UNIT PRICE BID Bidder's Application
Specification
Section No.
16 3201.0400 Temporary Asphalt Paving Repair - 5' Wide 32 01 18 LF 980 $45.00 $44,100.00
17 3201.0112 5' Wide Asphalt Pvmt Repair, Residential 32 01 17 LF 125 $65.00 $8,125.00
18 3201.0201 Asphalt Pvmt Repair Beyond Defined
Trench Width, Residential 32 01 17 SY 200 $150.00 $30,000.00
19 3291.0100 Topsoil 32 91 19 CY 311 $81.00 $25,191.00
20 3292.0400 Seeding, Hydromulch 32 92 14 SY 3,811 $12.00 $45,732.00
21 3292.0100 Block Sod Placement 32 92 13 SY 500 $73.00 $36,500.00
22 0241.1400 Remove Conc Valley Gutter 02 41 15 SY 75 $45.00 $3,375.00
23 3216.0301 7" Conc Valley Gutter, Residential 32 16 13 SY 75 $178.00 $13,350.00
24 0241.0401 Remove Concrete Drive 02 41 13 SF 700 $4.00 $2,800.00
25 3213.0401 6" Concrete Driveway 32 13 20 SF 700 $15.00 $10,500.00
26 3213.0403 8" Concrete Driveway 32 13 20 SF 100 $19.00 $1,900.00
27 3305.0202 Imported Embedment/Backfill, CSS 33 05 10 CY 45 $95.00 $4,275.00
28 3305.0203 Imported Embedment/Backfill, CLSM 33 05 10 CY 45 $250.00 $11,250.00
29 3305.0207 Imported Embedment/Backfill, Select Fill 33 05 10 CY 45 $19.00 $855.00
30 3305.0206 Imported Embedment/Backfill, Acceptable
Backfill 33 05 10 CY 45 $28.00 $1,260.00
31 3301.0001 Pre-CCTV Inspection 33 01 31 LF 1,163 $10.00 $11,630.00
32 3301.0002 Post-CCTV Inspection 33 01 31 LF 5,198 $10.00 $51,980.00
33 3305.0109 Trench Safety 33 05 10 LF 4,055 $2.00 $8,110.00
34 3305.0103 Exploratory Excavation of Existing Utilities 33 05 30 EA 16 $875.00 $14,000.00
35 3110.0102 6"-12" Tree Removal 31 10 00 EA 2 $690.00 $1,380.00
36 3110.0103 12"-18" Tree Removal 31 10 00 EA 2 $1,440.00 $2,880.00
37 3211.0112 6" Flexible Base, Type A, GR-1 32 11 23 SY 871 $35.00 $30,485.00
38 3125.0101 SWPPP ≥ 1 acre 31 25 00 LS 1 $3,750.00 $3,750.00
39 3471.0001 Traffic Control (Sewer)34 71 13 MO 5 $3,125.00 $15,625.00
40 0171.0101 Construction Staking (Sewer)01 71 23 LS 1 $27,600.00 $27,600.00
41 0171.0102 As-Built Survey (GPS Red Line Survey) 01 71 23 LS 1 $17,250.00 $17,250.00
42 9999.0003 Sewer Construction Allowance 00 00 00 LS 1 $80,000.00 $80,000.00
Unit 1 - Water Improvements
Unit 2 - Sanitary Sewer Improvements
END OF SECTION
Total Bid: (Units 1 & 2)$12,078,669.00
Sub-Total Unit 2 - Sanitary Sewer Improvements $1,915,450.00
$10,163,219.00
$1,915,450.00
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised 9/30/2021
1-(1) 00 41 00 Bid Proposal Workbook-CPN 104491-AD4
Addendum No. 4
����I..�. Document A3� D TM - 201 D
: , :. ,J
CONTRACTOR; SURETY:
(Nnme, lega! s�tnlr�s nnd nddress) I lartliird V irc Intiwxncc Cimipait�
C1nc I I,utti�rd Plaza
Gra-'fex Ulilities Inc Hartti�r�. Connccticut 061 �5
P() E3o� 1033
I�ennedflle. Tcras 76QOa
OWNER;
Cit� of Port Worth
31 lr 11'. IO�h Str�ct
Fort W'orth. Tex�s 76102
BOND AMOUNT: 5% GAB
PROJECT:
Water �nd Sanit�iry Seuer Ileh��bilftation Cbntracl. 2(122 lVS�9-C;. N I louslon Sueel
7his document has important legal
consequences. Consullation with
an attorney is encouraged with
respect lo ifs complelion or
modification.
Any singular reference to
Conlraclor, Surely, Owner or
other party shall be considered
plural where applicable
The Contractor and Surety are bound to the Owner in the amount sec tor�h abo�e, for the payment of which the
Contractor and Surety bind themselves, thein c�irs, executors, administrators, successors and assigns, jointly and
severally, as provided herein. The conditions of this E3ond are such that if the Owner xccep�s the bid of �he Conlrac�or
within the time specified in the bid documents, or wiehin such time period as may be agreed to by the Owner and
Contraclor, and the Contractor efther ( I) enters into a contract with the Owner in accordance with the terms oFsuch
bid, and gives such bond or bonds as may be specified in the bidding or Contract Documents, wilh a surety admitted
in the jurisdiction of the Project and othenvise acceptable to the Owner, for the faithful performance of such Contract
and for the prompt payment of labor and material furnished in the prosecution thereof; or (2) pays to the Owner the
diflerence, not to exceed the amount of this [3ond, behveen the amount specified in said bid and such lar�er amount
for which the Owner may in good Feith contract with another party to perform the work covered by said bid, then this
obligation shall be null and void, otherwise to rentain in fiill iorce and elT'ect. The Surety hereby waives any notice of
an agreemenl between the Owner and Contractor to extend the time in which the Owner may accept the bid. �Vaiver oF
notice by the Surery shall not apply to any extension exceeding sixty (60) days in the aggregate beyond the time for
acceptance of bids specified in the hid documents, and the Owner and Contractor shall obtain the Sure[y's consent for
an extension beyond sixty (60) days.
[f this Bond is issued in connection with a subcontractor's bid to a Contractor, the term Con[ractor in this Bond shall
be deemed to be Subcontractor and �he �erm Owner shall he deemed to he Contractor.
When this Rond has been fi�rnished 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 requirement shall be deemed deleted hereliom and
provisions conForming to such statutory or other legal requirement shall be deemed incorporated herein. When so
fiimished, the intent is that this Aond shall be conslrued as a statutory bond and not as a common law bond.
5igned and sc ti lhis Ist day of .luly, 202i
(1'rinrr��tir�r E i i ; i , �•uf]
'ih�[.r.sJ
(lir,�� �! Sf �l n ,rnhai�m Vf�c retiit�n!
, � r�' i ir4 i���urancr ('cimpan�
(5'+rr !v� , 4 � (SealJ
(ii•irr,e.�s /I..
.j w
ey Board, Altorney-In-Fact
qt1Cl(11�1 Y,,#� !s� a��=� ��4 lF�� a t tA s�antaoct i?E,�,b�<� a,�r sx ,n'ues3 =t��� r.ri aE��r-ai� irr �if �3 x. ,���yrr��i�tiM, rP, __
, :r�;,
AIA Documenl A310'"' — 2010 Capyrighl OO 1963, 1970 and 2010 b; The Ame�ican InstiWle of Archilecls. NI righls resorvnd. M�m�iw� 'Yna -: + i
Init.
d�sH�it�••�:�• : • zt�ac Rlfi'�L�&::umr�: .
n� i bhn i i,�=s s i`� +�, aart;� r��r a ,,ar,.
i �r e�:Senr yvis G r�r,7�� }t�€ lew
Purchasars are permilled lo reproduce len (10) capies of Ihls tlocumenl when compleled To reporl copyrlgh! violalions of AIA Contracl Doc�ments, e-mail
The American Institute o!ArcMleGs' legal coi.nsel, copyrigNQaia org oenia
Direct Inquiries/Claims to:
THE HARTFORD
P�WER �F ATT�RNEY BONo,T-11
One Hertford Plaza
Hartford, Connecticut 06155
9ond. Clal i i i s(�t h e li aAlord.corn
call.� 888-266-3488 or fax: 860-757�835
KNOW ALL PERSONS BY THESE PRESENTS THAT: Agency Name: INSURI CA bF[3 INSURANCL•; SVCS LLC
Agency Code: 4 6- 51 i 9 6 i
X� Hartford Fl�e InSuranCe Company, a corporation duly organized under the laws of Ihe State oFConnec[icut
Q Hartford Casualty Insuranee Company, a corporation duly organized wider the laws of [he State of Indiana
� Hartfo�d Accident and Indemnity Company, a corporation duly orga�iized under tlie laws of'the 5[ate of Connecticut
Q Hartford Underwriters Insuranee Company, a corporation duly organized under the laws of[he State oFConnccticut
O TWIn Clty Flre InsUrance Company, a corporation duly organized under the laws oFthe Sta[e of Indiana
� Hartfo�d Insurance Company of Illinois, a corporation duly organized under the la�vs of tl�e Stale of Illinois
� Hartford InSurance Company of the Midwest, a corporation duly organized under the laws of the Sla[e of Indiana
� Haltford InsuPance Company of the Southeast, a corporation duly organized under the laws of tlie State of Florida
having their home office in Hartford, Connecticut, (hereinafter collectively referred to as the "Companies") do hereby make, constitute and appoint,
up to the amounf of Unl imited :
Bradley Board, Jim H. Barr, Daniel F. Dacy IIi, Tr.acie 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 al I 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, Ihe Companies hereby unambiguously affirm that they are and will be
bound by any mechanically applied signatures applied to this Power of Attorney.
_.yr � �ae�rr t ` �,.f i � , i i�
3T � ...��,�..,;;'s • �V�t �,�,wz ; ;�„�L^ .
�� ;� � . �s■4 � a • ' ■
��r� ` : l*` ��,i�► � �a7� � � rcr9� � iqTO
i" �w ; 'ti
k �„�a�1�' ��n !��/i� . �fa1 � ''i�19�'s' �fr��a� J�.
c� � � L��
Shelby Wiggins, Assistant Secretary
f�j
� i �
f �o,���.��`--�
��
Joelle L. LaPieRe, 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 Vce President oi the Companies, the corporations described in and which
execuled the above instrument; that (s)he knows the seals of the said corporations; that the seals aNxed to the said instrument are such corporate seals; that
lhey were so affixed by authority of the Boards of Directors of said corporations and lhal (s)he signed his/her name lhereto by like aulhority.
�r�..
. br n :
Y•� '�•
-�rli T._O�•.
, ��
Jessica Ciccane
My Commission HH 122280
Expirns Junc 20, 2025
I, the undersigned, Assistant Vice Presldent 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 1 st day of July, 2025.
all�� ���� � r . � �n�i ��� < <a �y y� r.r'M1's
M.r � ��.��...i�.ir:�S� a tQir � . ��,e�r.�y� _ `
�w�, r
r+f��� ��., � ��A��r i y►ur�� s� t�D7p � 3 1pTp .p /
� �+ �/y 1974
'* ■ �;.. ,"i�:' tinJ, ,�'7a �/� ■ 'e1r19�1' �'A��a�• � f�T..
� � �`�� �a
Keith D. Dozois, Assistant Vice President
IMPORTANT NOTICE
To obtain infarmation or make a complaint:
You may cankact your 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,
cove�ages, rights, or comp[aints at:
�-$06-252-3�39
You may wri�e the Texas Department of Insurance:
P.O. Box 9491a4
Austin, TX 78714-9104
Fax: (512) 490-1007
Web: www, cdi, texas.Qav
�-mail: CansumerProtectionptdi. texas. ov
PREMIUM OR CLAIM DISPUTES:
Should you have a dispute concerning your premium or abaut a claim, you shauld cantact the
f ag��t) �campany} (agent or the company) first. If the dispute is not resalved, you may contact the
Texas Deparkment of Insi�rance.
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
00 43 37
VENDOR COMPLIANCE TO STATE LAW
Page 1 of 1
SECTION 00 43 37
VENDOR COMPLIANCE TO STATE LAW NON RESIDENT BIDDER
Texas Government Code Chapter 2252 was adopted for the award of contracts to nonresident bidders. This
law provides that, in order to be awarded a contract as low bidder, nonresident bidders (out-of-state
contractors whose corporate offices or principal place of business are outside the State of Texas) bid projects
for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas
resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident
bidder in order to obtain a comparable contract in the State which the nonresident's principal place of business
is located.
The appropriate blanks in Section A must be filled out by all nonresident bidders in order for your bid to meet
specifications. The failure of nonresident bidders to do so will automatically disqualify that bidder. Resident
bidders must check the box in Section B.
A. Nonresident bidders in the State of , our principal place of business,
are required to be percent lower than resident bidders by State Law. A copy of the
statute is attached.
Nonresident bidders in the State of , 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. �
BIDDER:
By: Rex Heflin
{Signature}
Title: Estimator
Date: 7/2/2025
END OF SECTION
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised 9/30/2021
00 41 00 Bid Proposal Workbook-CPN 104491-AD4
00 45 11 - 1
BIDDERS PREQUALIFICATIONS
Page 1 of 3
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised August 13, 2021
SECTION 00 45 11 1
BIDDERS PREQUALIFICATIONS 2
3
1. Summary. A Bidder or their designated subcontractors are required to be prequalified or4
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
15
The prequalification process will establish a bid limit based on a technical evaluation and 16
financial analysis of the contractor. For example, a contractor wish ing to submit bids on 17
projects to be opened on the 7th of April must file the information by the 31st day of March 18
in order to eligible to work on these projects. In order to facilitate the approval of a Bidder’s 19
Prequalification Application, the following must accompany the submission. 20
a.A complete set of audited or reviewed financial statements.21
(1)Classified Balance Sheet22
(2) Income Statement23
(3)Statement of Cash Flows24
(4)Statement of Retained Earnings25
(5)Notes to the Financial Statements, if any26
b.A certified copy of the firm’s organizational documents (Corporate Charter, Articles27
of Incorporation, Articles of Organization, Certificate of Formation, LLC28
Regulations, and Certificate of Limited Partnership Agreement).29
c.A completed Bidder Prequalification Application.30
(1)The firm’s Texas Taxpayer Identification Number as issued by the Texas 31
Comptroller of Public Accounts. To obtain a Texas Taxpayer Identification 32
number visit the Texas Comptroller of Public Accounts online at the 33
following web address www.window.state.tx.us/taxpermit/ and fill out the 34
application to apply for your Texas tax ID.35
(2)The firm’s e-mail address and fax number.36
(3)The firm’s DUNS number as issued by Dun & Bradstreet. This number 37
is used by the City for required reporting on Federal Aid projects. The DUNS 38
number may be obtained at www.dnb.com.39
d.Resumes reflecting the construction experience of the principles of the firm for firms 40
submitting their initial prequalification. These resumes should include the size and 41
scope of the work performed.42
e.Other information as requested by the City.43
44
2. Prequalification Requirements45
a.Financial Statements. Financial statement submission must be provided i n46
accordance with the following:47
(1)The City requires that the original Financial Statement or a certified copy 48
be submitted for consideration.49 _
WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
City Project No.: 104491
00 45 11 - 2
BIDDERS PREQUALIFICATIONS
Page 2 of 3
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised August 13, 2021
(2)To be satisfactory, the financial statements must be audited or reviewed1
by an independent, certified public accounting firm registered and in2
good standing in any state. Current Texas statues also require that3
accounting firms performing audits or reviews on business entities within4
the State of Texas be properly licensed or registered with the Texas Stat e5
Board of Public Accountancy.6
(3)The accounting firm should state in the audit report or review whether7
the contractor is an individual, corporation, or limited liability company.8
(4)Financial Statements must be presented in U.S. dollars at the current rate9
of exchange of the Balance Sheet date.10
(5)The City will not recognize any certified public accountant as11
independent who is not, in fact, independent.12
(6)The accountant’s opinion on the financial statements of the contracting13
company should state that the audit or review has been conducted in14
accordance with auditing standards generally accepted in the United15
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 qualified17
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 months21
thereafter, in accordance with Paragraph 1.22
(9)The City will determine a contractor’s bidding capacity for the purposes23
of awarding contracts. Bidding capacity is determined by multiplying the24
positive net working capital (working capital = current assets – current25
liabilities) by a factor of 10. Only those statements reflecting a positive26
net working capital position will be considered satisfactory for27
prequalification purposes.28
(10)In the case that a bidding date falls within the time a new financia l29
statement is being prepared, the previous statement shall be updated with30
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 Contract46
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
_
WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
City Project No.: 104491
00 45 11 - 3
BIDDERS PREQUALIFICATIONS
Page 3 of 3
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised August 13, 2021
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
_
WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
City Project No.: 104491
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)
Ema il/mail this questionnaire along with financial statements to the appropriate group below. A separate
submittal is required for water/sewer, paving, and lighting:
Work Category – Water Dept - Water/sewer Work Category – TPW Paving Work Category – TPW Ped/Rdwy Lighting
john.kasavich@FortWorthTexas.gov TPW_Prequalification@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. 3741 SW Loop 820, Fort Worth,
TX 76133 Attn: Alicia Garcia
City of Fort Worth TPW Transportation
Management Attn: Clint Hoover, P.E. 5001
James Ave. Fort Worth, TX 76115
*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 [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised August 13, 2021
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.
Sel ect 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
_
WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
City Project No.: 104491
00 45 13 - 3
BIDDER PREQUALIFICATION APPLICATION
Page 3 of 8
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised August 13, 2021
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 on concrete street / ROW paving _
WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
City Project No.: 104491
00 45 13 - 4
BIDDER PREQUALIFICATION APPLICATION
Page 4 of 8
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised August 13, 2021
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
na me?
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.
_
WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
City Project No.: 104491
00 45 13 - 5
BIDDER PREQUALIFICATION APPLICATION
Page 5 of 8
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised August 13, 2021
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.
_
WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
City Project No.: 104491
00 45 13 - 6
BIDDER PREQUALIFICATION APPLICATION
Page 6 of 8
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised August 13, 2021
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. _
WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
City Project No.: 104491
00 45 13 - 7
BIDDER PREQUALIFICATION APPLICATION
Page 7 of 8
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised August 13, 2021
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
_
WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
City Project No.: 104491
00 45 13 - 8
BIDDER PREQUALIFICATION APPLICATION
Page 8 of 8
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised August 13, 2021
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 execut ed 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.
_
WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
City Project No.: 104491
004526-1
CONTRACTOR COMPLIANCE VVITH WORKER'S COMPENSATION LAW
Page 1 of 1
2
3
4
5
6
7
8
9
10
11
�z
13
14
15
16
17
18
l9
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
SECTION 00 45 26
CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW
Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it
provides worker's compensation insurance coverage for all of its employees employed on City
Project No. 104491. Contractor further certifies that, pursuant to Texas Labar Code, Section
406.096(b), as amended, it will provide to City its subcontractor's certificates of compliance with
worker's compensation coverage.
CK�]►Y Y�7��]IY�7�
% fv..- i�x (�Ti 1 i,�i e s i��. By: Sl..�e, l��,� �os ���jo•�.n�--
Company (Please Print)
P� �6}C iaJ'c� Signature:
Address
�EVId11�.ar�dt� ��' ���.� � Title: V. ��
City/State/Zip (Please Print)
�:LD[.�y,��DZ�]����.'�:%9
COUNTY OF TARRANT
�
�
BEFORE ME, the/}�ndersig�}ed authority, on this day personally appeared
S��P. ��-cr� I�oSen �j�� , known to me to be the person whose name is
subscribed to the foregoing instrument, and acknowledged to me that he/she executed the same as
the act and deed of � rG, �T� �(,,�,�" ► �'i�i �.s ►►�L � for the purposes and
consideration therein expressed and in tlie capacity therein stated.
GIVEN iJNDER MY HAND AND SEAL OF OFFICE this �% �� day of
�T�+,v�'I � e�' , 20�x
� otARY P�/B' GREG STEVEN HUGDAHL �U�.. ,�
_ � Notary ID lt128160988
�a�� My Commission Expires Nota Public in and for t e State of Texas
'�'ov� April 5, 2026
END OF SECTION
CITY OF FORT VJORTH WATER AND SEWER REPLACEMENTS CONTRACT, 2022 V�'SM-G
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cit�� Project No.: ]04491
Revised July l, 2011
00 52 43 - 1
Agreement
Page I of 6
SECTION 00 52 43
AGREEMENT
THIS AGREEMENT, authorized on � �� %�, is made by and between the City of
Fort Worth, a Texas home rule municip lity, 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 far which the Work under the Contract Documents may be the whole or only a part is
generally described as follows:
WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
City Project No. 144491
Article 3. CONTRACT PRICE
City agrees to pay Contractor for perfonnance of the Work in accordance with the Contract
Documents an amount, in current funds, of Twelve Million, Seventy-Eight Thousand, Six
Hundred Sixty-Nine & 00/100 Dollars ($ 12,078,669.00 ). 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 750 calendar days after the date
when the Contract Time commences to run, as provided in Paragraph 2.02 of the General
Conditions, plus any eatension thereof allowed in accordance with Article 12 of the General
Conditions.
4.2 Liquidated Damages
Contractor recognizes that tinle is of tJre esse�lce 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, eapense and difficulties involved in proving in a
legal proceeding, the actual loss suffered by the City if the Work is not completed on time.
Accordingly, instead of requiring any such proof, Contractor agrees that as liquidated
damages for delay (but not as a penalty), Contractor shall pay City Six Hundred Fifty
Dollars ($650.00) for each day that expires after the time specified in Paragraph 4.1 for
Final Acceptance until the City issues the Final Letter of Acceptance.
CITY OF FORT V��ORTH WATER AND SEVJER REPLACEMENTS CONTRACT, 2022 WSM-G
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cit�� Project No.: 104491
Revised December 8, 2024 Addendum No. 2
005243-2
Agreement
Page 2 of 6
Article 5. CONTRACT DOCUMENTS
5.1 CONTENTS:
A.The Contract Documents which comprise the entire agreement between City and
Contractor concerning the Work consist of the following:
l . This Agreement.
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. Specifcations 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 �vork and services to be performed
by the contractor, its officers, agents, employees, subcontractors, licenses or invitees
under this contract. This indemnitication provision is specifically intended to operate
and be effective even if it is alle�ed or proven that all or some of the dama�es beinE
sou�ht were caused, in whole or in part, bv 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.
CITY OF FORT WORTH WATER AND SEVVER REPLACEMENTS CONTRACT, 2022 WSM-G
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 104491
Revised December S. 2024 Addendum No. 2
00 52 43 - 3
Agreement
Page 3 of 6
6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense,
the city, its officers, servants and employees, from and against any and all loss, damage
or destruction of property of the city, arising out of, or alleged to arise out of, the �vork
and services to be performed by the contractor, its officers, agents, employees,
subcontractors, licensees or invitees under this contract. This indemnification provision
is snecificallv intended to operate and be effective even if it is alle�ed or nroven that all
or some of the damaEes bein� sought were caused, in whole or in nart, bv any act,
omission or ne�ligence of the citv.
Article 7. MISCELLANEOUS
7.1 Terms.
Terms used in this Agreement which are defined in Ai�ticle 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 eapress 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 perfoi-�nance 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 Dish•ict of Texas, Fort Worth Division.
7.6 Authority to Sign.
Contractor shall attach evidence of authority to sign Agreement if signed by someone other
than the duly authorized signatory of the Contractor.
7.7 Non-appropriation of Funds.
In the event no funds or insufficient funds are appropriated by City in any fiscal period for
any payments due hereunder, City will notify Vendor of such occurrence and this Agreement
shall terminate on the last day of the fiscal period for which appropriations were received
without penalty or expense to City of any kind whatsoever, except as to the portions of the
payments herein agreed upon for which funds have been appropriated.
CITY OF FORT WORTH WATER AND SEVJER REPLACEMENTS CONTRACT, 2022 WSM-G
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Project No.: 104491
Revised December 8, 2024 Addendum No. 2
00 52 43 - 4
Agreement
Page 4 of 6
7.8 Pcohibition On Conh•acts 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
co�npany 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 ter►ns "boycott energy
company" and "company" have the meaning ascribed to those terms by Chapter 2276 of the
Texas Govermnent 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 seivices
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 fireai�n entity or firearm trade association;
and (2) will not discriminate during the term of the contract against a firearm entity or frearm
trade association. The terms "discriminate," "firearm entity" and "firearm trade association"
have the meaning ascribed to those terms by Chapter 2274 of the Texas Government
Code. To the extent that Chapter 2274 of the Government Code is applicable to this
Agreement, by signing this Agreement, Contractor certifies that Contractor's signature
provides written verification to the City that Contractor: (1) does not have a practice,
policy, guidance, or directive that discriminates against a firearm entity or firearm
trade association; and (2) will not discriminate against a firearm entity or firearm trade
association during the term of this Agreement.
CITY OF FORT VJORTH WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 104491
Revised December 8, 2024 Addendum No. 2
005243-5
Agreement
Page 5 of 6
7.l l 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
seivices 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 consh•uction work in accordance with the Contract Documents
and any health or safety precautions required by such construction work. The Engineer and
its personnel have no authority to exercise any control over any construction contractor or
other entity or their employees in connection with their work or any health or safety
precautions.
CITY OF FORT VVORTH VVATER AND SEVIBR REPLACEMENTS CONTRACT, 2022 WSM-G
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: ] 04491
Revised December 8, 2024 Addendum No. 2
00 52 43 -6 Agreement
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:
By:5i.ftQ_� Signature
(Printed Name)
t). f.
Title/o fJo� Io J f
Addresst:.e11�Lf-e TxCity/State/Zip
Date
CITY OF FORT WORTH
City of Fort Worth
By
�
Jesica McEachem
Assistant City Manager
09/22/2025
Date
Attest:
r1�
Jannette Goodall, City Secretary
(Seal)
Contract Compliance Manager:
By signing, I acknowledge that I am the person
responsible for the monitoring and
administration of this contract, including
ensuring all performance and reporting
requirements.
D=c:t-�;z,
Dena Johnson, P.E.
Project Manager
A�pro�m and Legality:
Douglas Black (Sep 19, 202516:47:17 CDT)
Douglas W. Black
Sr. Assistant City Attorney
Act(;,.V,AL REC MMfWae-r
Christopher Harder ( ep 15, 2025 15:04:31 CDT)
Chris Harder, P.E. Director,
Water Department
WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
STANDARD CONSTRUCTION SPECJFICA TION DOCUMENTS
Revised December 8, 2024
City Project No.: 104491
Addendum No. 2
Bond Number: 46BCSJC2954
2
3
4 THE STATE OF TEXAS
SECTION 00 6113
PERFORMANCE BOND
00 61 13 - I PBRFORMANCE BOND
Page I of2
5 § §
§
KNOW ALL BY THESE PRESENTS:
6 COUNTY OF TARRANT
7
8 Tha t we,�---G�r�a�-T�e=x=U�ti=li=ti=es...,,'""I=n .... c __ . _____ _, known as "Principal" herein
9 and Ha1·ford Fire Insurance Company , a corporate
10 surety(sureties, if more than one) duly authorized to do business in the State 6f Texas, known as
I I "Surety" herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a
12 municipal corporation created pursuant to the laws of Texas, known as "City'' herein, in the penal
13 sum of, Twe lve Million, Seventy-Eight Thousand, Si x Hund1·ed Sixty-Nine & 00/100 Dollars
14 ($ 12,078,669.00 ), lawful money of the United States, to be paid in Fort Worth, Tan-ant
15 County, Texas for the payment of which sum well and truly to be made, we bind ourselves, om
16 heirs, executors, administrators, successors and assigns, jointly and severally, fomly by these
17 presents.
18 WHEREAS, the Principal has en tered into a certain written contract with the City awarded
19 the 12th day of August , 2025...., which Contract is hereby referred to and made a part
20 hereof for all pmposes as if fully set forth herein, to furnish al l materials, equipment labor and other
21 accessories defined by law, in the prosecution of the Work, including any Change Orders, as
22 provided for in said Contract designated as WATER AND SEWER REPLACEMENTS
23 CONTRACT, 2022 WSM-G, City Project No.: 104491.
24 NOW, THEREFORE, the condition of this obligation is such that if the said Principal
25 shall faithfully perform it obligations under the Contract and shall in all respects duly and faithfully
26 perform the Work, including Change Order s, under the Contract, according to the plans,
27 specifications, and contract documents therein refen·ed to, and as well du ring any period of
28 extension of the Contract that may be granted on the part of the City, then this obligation shall be
29 and become null and void, otherwise to remain in full force and effect.
30 PROVIDED FURTHER, that i f any legal action be filed on this Bond, venue shall lie in
31 Tarrant County, Texas or the United States District Court for the N01thern District of Texas, Fort
32 Worth Division.
CITY OF FORT WORTH WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 8, 2023 City Project No.: 104491
00 61 13 - 2
PERFOTtMANCE BONA
Page 2 of 2
;1
1
2
3
4
5
G
7
8
9
l0
11
l2
13
14
ts
16
17
1s
19
20
21
22
23
24
LS
25
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
!
This bond is made and executed in compliance with the provisions of Chapter 2253 of the
Texas Government Code, as amended, and all liabilities on this bond shall be determined in
accordance with the provisions of said statue.
IN WITN�SS WHER�OF, the Principal and the Surety have SIGNED and SEALED this
instivment by dnly authorized agents and officers on this the 4th day of September
, 2025 .
ATTEST:
(Principal) Secreta�y
it�iess as to Principal
PRINCIPAL:
Gra-Tex Utilities, Inc.�
BY: � _ —
Signature
M. Sheldon Rosenbaum
Name aud Title
addr�ss: Gra-Tex Utilities, Inc.
P.O. Box 1038
�
SURETY:
Hartford,.Fire Insurance Company
�, ,
$� � � � � —
`Signature
Bradley Board, Attorney-in-Fact
Name and Title
Address: I N S U R I CA
500 W. 7th Street, Ste 1800
Fort Worth. TX 76102
Wi ness as to Siu�ety Telephone Number: 817-261-1101
EmailAddress: Brad Rnarc�nlN�URICA.COm
*Note: If sigYied by an officer of the Su�•ety Compat�y, there must be on file a certified extract
from the by-laws showing that tlus person has authority to sign such obligation. If
Surety's physicai address is different from its mailing addi•ess, both must be provided.
The date of the bond shail not be prioc to the date the Contract is awacded.
CITY OF FORT WORTH WATER AND S�WL'R REPLACEMENTS CONTRACT, 2022 WSM-G
STANDARb CONSTRUC'['ION SP�CIFICATION DOCtJMENTS City Project No.: 104491
Reviscd December 8, 2023
Direct Inquiries/Claims to:
THE HARTFORD
POWER �F ATTORNEY BOND,T-11
One Hartford Plaza
Hartford, Connecticirt 06155
Bond.ClaimsCa?thehartiord.com
call: 888-266-3488 orfax: 860-757-5835
KNOW ALL PERSONS BY THESE PRESENTS THAT: Agency Name: INSUI'..LCA Dl•'[3 I�ISURANCL•' SVCS LLC
Agency Code: 4 5- 51� 4 8i
0 Hartford Fire lnsurance Company, a corporation duly organired under the la��s of thc State of Connecticut
� HartFord Casualty Insurance Company, �i corpo�ation duly orcanir_�d under the la�vs o1'tlie State of Indivia
x� Hartford Accident and Indemnity Company, a corporatiun duly organizcd undcr tlic la��s oFthc Sruc uf Connecticut
� Hartford Underwriters Insurance Company, a coipuration dul� organized under th� laws of thc Stat� uf Cun»ccticut
� Twin City Fire Insurance Company, a corpoiatiun duly or�anized under the laws oi the State of lndia»a
� Harlford Insurance Company of Illinois, a corporation duly orgauired uuder the la��s of tlie Sta�e ol'Illin��is
� Hartford Insurance Company of the Midwest, a corporation duly organir.ed under the la��s of the State oP fndiana
� HartFord Insurance Company of the Southeast, a curpo�ation dul� oraanir_cd under thc laws of thc Statc ot Plorid❑
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 L'ORT FIORTH, 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
tliereof, 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 ihe 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.
FuRher, 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 mechanicaily applied signatures applied to this Power of Attorney.
�tY 1lk9� ��'� � +�tiJ i� s,, Mtae�� ei r,�;� �e,�,,a
� , , e �j,
��rM+r �g . +� ���a��.,rri14 : L9 p i ~ ��uM+W�� F �.`' �vatn�+t�i ; �ou
r 'Mh�.M ( �', ¢ •���1+8'•�f�� ��b1�w' �:,1,t870�o� � �1C79fi: �o i979
��� i �i� � � �."^�....�I �: '1�...J�
• ' �ea., . �5��� �h+�.T � �J� �'.� �i�� • ,�a.�����y� '��nu� � � ,
����� �r ��°
5helby Wiggins, Assistant Secretary
��.����4�,�.,
�
Joelle L. LaPierre, Assistant Vice President
Si�ATE OF FLpRIDA
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.
,`, �,;, , "v'�('c = �
' ' ' �a �—�Qa
,--:�+�;'�o�� lessica Ciccuue
. � n� 'f��,�` \�(y C:ummi�sion Hf-I I �"'�gll
' E�pires June'_0; ?0'_>
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 4th day of September, 2025.
�ri uW� ip�� � ���u s, � N4.1SH e� ea�, �dee�„!�.
,r,� �1 .�`�_ � 4 ''�
o ��. �;v�e�ru.trot a L00� ,�c�MV4� : J�,ine>o a� a'��puourr
. �..: g ;�i•� P �� �eev � '' ► •?�� s�* }^` c;� t
' �'a* E , ����.u�<a. f` • �10uM►� �%,� 1870�e � I��\fOT� i '$ 2979
� � ��:�/�; '�, � r� . .." ♦ ��•........ 4`.a 71�� �! �
• � '�ev,.. .,.�9�% �.e.w�� �ii �. �.•� • �' �"�'ieu.as��/' ono�' ��'�.
'a•.,,.,,o
iI '
/ ���f�'1 �/`����
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 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. [di, texas.Qov
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 nofi become a part or condition of the attached
document.
,/TX4275-1
Bond Number: 46BCSJC2954
1
2
3
4 THESTATEOFTEXAS
SECTION 00 6114
PAYMENT BOND
00 61 14 -1 PAYMENT BOND
Pnge I of2
5 §
§
§
KNOW ALL BY THESE PRESENTS:
6 COUNTYOFTARRANT
7
8 That we,� _____ G.....__.ra .... -.... T ..... e ___ x __ U ___ t __ ih .... 't1 ___ • es .... , ... I=n=c•a....-____ _,. known as "Principal"
9 herein, and Harfoa·d Fire Insurance Company , a corporate surety
10 (sureties), duly authorized to do business in the State of Texas, known as "Surety" herein (whether
11 one or more), are held and firmly bound unto the City of Fo1t Worth, a municipal corporation
12 created pursuant to the laws of the State of Texas, know n as "City" herein, in the penal sum of
13 Twelve Million, Seventy-Eight Thousand, Six Hunda·ed Sixty-Nine & 00/100 Dollars
14 ($ 12 1078,669.00 ), lawful money of the United States, to be paid in F01t Worth, Tarrant
15 County, Texas, for the payment of which sum well and truly be made, we bind ourselves, our heirs,
16 executors, administrators, successors and assigns,jointly and severally. firmly by these presents:
17
18
19
WHEREAS, Principal has entered into a ce1tain written Contract with City, awarded the
12th day of August , 2025._, which Contract is hereby referred to and made
a part hereof for all purposes as if fully set forth herein, to fw·nish all materials, equipment, labor
20 and other accessories as defined by law, in the prosecution of the Work as provided for in said
21 Contract and desi gnated as WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-
22 G, City Project No.: 104491.
23 NOW, THEREFORE, TI-IE CONDITION OF THIS OBLIGATION is such that if
24 Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in
25 Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under
26 the Contract, then this obligation shall be and become nu11 and void; otherwise to remain in full
27 force and effect.
28 This bond is made and executed in compliance with the provisions of Chapter 2253 of the
29 Texas Government Code, as amended, and all liabilities on this bond shall be determined in
30 accordance with the provisions of sai d statute.
31
CITY OF FORT WORTH WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 104491
Revised December 8, 2023
00 6) 14 - 2
PAXMENT BOND
Page 2 of 2
�
1 IN WITNESS WIiER�COF, the Principal and Surety I�ave each SIGNED and SEALED
2 this instrument by duly aud�orized agents and ofticers on this the 4th day of
3 September , 20 25
4
PRINCIPAL:
Gra-Tex Utilities, Inc.
AT'I'EST: BY: ��fi�"t
Signature
M.Sheldon Rosenbaum
(Principal) Secretary Name and Title
Address: (�ra-TPx �1tIIItIE'S, Itl�
1 �n ❑,,., � n�sz
Wi�i�ess as to Princip � ' �8--
SURETY:
Hartford Fire Insurance Company_
1
,
_ � i! �
ATT�ST: B�t`: ' , '-''—
S�g�iature
(Surety) Se�,retary
s
6
7
8
9
l0
11
12
�� � ��
ihiess as to Surety
Bradley Board, Attorney-in-Fact
Name and Title
Address: I N S U R I CA
. t treet, te 1800
or o ,
Telephone Number: $17-261-1101
EmailAdda•ess: Brad.Board�a?,INSURICA.com
l�ote: If signed by an officer of the Surety, there must be on �ile a certified extcact from the bylaws
showing that this person has authority to sign sucl� obligation, Ii Surety's physical address is
different fi•om its mailing address, both inust be pt�ovided.
The date of the bond sl�all noi be pt-ior to the date the Cont��act is awarded.
END OF S�CTION
CITY OP P'ORT WORTI�] WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WS�vf-G
STANDARD CONSTRUCTION SPfiCIFICATION DOCUM�,TITS City Projecf No.: 104491
Revised December 8, 2023
Directlnquiries/Claims to:
THE HARTFORD
POWER OF ATTORNEY B�No,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: I NSUP..[CA DP'[; IMSUKnPICL SVCS LLC
Ag ency Code: 4�- 51 "e 4 8 i
XO HartFord Fire Insurance Company, a cocporation duly organized under the la�vs of thc State of Connecti�ut
� Hartford Casualty Insurance Company, � coiporation duly organir_�d underthe laws uPthr State oFlndivia
� Hartford Accident and Indemnity Company, �� corporation duly organizcd undcr tii� la�cs oFUu Statc o1' Connccticut
� Hartford Underwriters Insurance Company, a co�puration dul� organized uuder the la�vs of the Statc uf C�mnecticut
� Twin City Fire Insurance Company, a corporation dulp or�anircd underthe laws ot'thc StBIC OI IIICIIiIIIil
� Hartford Insurance Company of Illinois, a corporation clul� organized under the la��, of lhe 5lale uf [Ilinuis
� Hartford Insurance Company of the Midwest, a corporation duly organir.cd imder the la�vs of thc State oF fndiana
� HartfoYd Insurance Company of the Southeast, a corpo�ation dufy or�anized undcr thc la�vs of thc Stale of Floridn
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 i.mi ted :
Bradley Board, Jim H. Barr, Daniel F. Dacy III, Tracie Garner, Chris Holt, Paula C.
Jones of FORT i�70RTH, Texas
their true and lawful Atiorney(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 writien instruments in the nature
tliereof, 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 ihese 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�.�,9 ��f �';.t�s,,, WSI,'� ele�4 `7' �~r
� r,�.�.+,�*,. . : ��..���.��.,: � f90?' � �►,...,� . �,ue�,�� .�,�w.«,�
: •
«« � .�:� �, �sez �� '�8 a� 9 . �; 3 .
M .. Jnunu� � � � �IAt1,N► t 0 � �
��w' �.� � „� i�� � 1..�; B7�fo` 's�107= �j '� 1979
.y % ' " .� �,
� ' `T.r..'`::\9�1 ,�h'twrt� � �I! �r /Y�� • •��N �ANi� � VNY�
\_� �
� .
��-LI �'��
5helby Wiggins, Assistant Secretary
������
Joelle L. LaPierre, Assistant Vice President
S7ATE 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.
. tit����;i%y � • ,
y`? `',n /_ �
.� � �
� •�', ,'� �
-y. �C� Jess�ca Ciccuuc
`f Oif�-QP� \lyCummissionklhtl2'�gl)
� ' '' E�pires June 20, ?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 4th day of September, 2025.
�ri i�� �p'�70�' ,+���i� s,,t N►66' et ea� `. ,� ew"y a
a �� �$ � :vi<�ri�qret` � l9 A r �,�V4 ,• oc iror.r��4��i s �soaq
` ,* ! 'A��v 8 '; ,.aea,r�. � ��ai�M► 1879� c�79 �f;� �� t
v�l'' ''q,� : r� �... .-�i� � �''��s`o�� ��...r/'�C� �'�,y.� 1 9 T 9
� • ' �i.y�,;\Y`� �'b�w�t�� �JJ'����, • k� �M,I��(��OM^�A` ���li�� �\• __
,/ /-� �
i j �--�,
../.-"' l �/��J'" /.Qj
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 telephone number for information or to
make a complaint at:
1-800-451-6944
You may contact the Texas Department of Insurance fio obtain information on companies,
coverages, ri�hts, 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. Qov
E-mail: ConsumerProtection@tdi. texas. ¢ov
PREMIUM OR CLAIM DISPUTES:
Should you have a dispute concerning your premium or about a ctaim, 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
2
3
Bond Number:
4 THE STATE OF TEXAS
46BCSJC2954
SECTION 00 6119
MAINTENANCE BOND 00 61 19- l MAINTENANCE BOND Pnge I of3 5 §
§ §
KNOW ALL BY THESE PRESENTS:
6 COUNTY OF TARRANT
7
8
9
That we •·------=G=r=a--=T:.:ea:;x=-U=til==-iti==-·e=s:..i.,.:cln::.;c::.:.•---'' known as "Principal" herein
and ____ Ha=r=fu=•�·d=-m---=·r=e =l_ns-u=r-a=n=ce=-C=--o-m�p_a_n_y _____ ....... a corporate surety (sureties, if
IO
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
more than one) duly authorized to do business in the State of Texas, known as "Surety" herein
(whether one or more), are held and firmly bound unto the City of Fort Worth, a municipal
corporation created pursuant to the laws of the State of Texas, known as "City" herein, in the sum
of Twelve Million, Seventy-Eight Thousand, Six Hundred Sixty-Nine & 00/100 Dollars
($ 1210781669.00 ), lawful money of the United States, to be paid in Fort Worth, Tarrant
County, Texas, for payment of which sum well and truly be made unto the City and its successors,
we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and
severally, firmly by these presents.
WHEREAS, the Principal has entered into a certain written ·contract with the City awarded
the 12th day of August . 20 25. which Contract is hereby
referred to and a made part hereof for all purposes as if fully set forth herein, to furnish all materials,
equipment labor and other accessories as defined by law, in the prosecution of the Work, including
any Work resulting from a duly authorized Change Order (collectively herein, the "Work") as
provided for in said contract and designated as WATER AND SEWER REPLACEMENTS
CONTRACT, 2022 WSM-G, City Project No.: 104491; and
WHEREAS, Principal binds itself to use such materials and to so construct the Work in
accordance with the plans, specifications and Contract Documents that the Work is and will remain
free from defects in materials or 'workmanship for and during the period of two (2) years after tl1e
date of Final Acceptance of the Work by the City ("Maintenance Period"); and
WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in pait upon
receiving notice from the City of the need therefor at any time within the Maintenance Period.
34 CITY OF FORT WORTH WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 8, 2023 City Project No.: 104491
00 61 19 - 2
ivfAINTENANCE BOND
Page 2 of 3
,�
�
�
1
2
3
4
5
6
7
8
9
10
11
l2
l3
14
IS
l6
17
18
19
NOW TFIEREFORE, the condition of this obligation is such tl�at if Principal sl�all remedy
any defective Work, for which timely notice was provided by City, to a completion satisfactozy to
die City, then this obligation shall become null and void; otherwise to remain in fiill force and
effect. �
PROVID�D, HOWEVER, if Principal shal] fail so to repair or recoustruct any timely
noticed defective Work, it is agceed that the City may cause any and all such defective Work to be
repaired and/or reconstructed with all associAted costs thereof being borne by the Principal and tl�e
Surety under this Maintenance bond; and ,
PROVIDED FURTHER, tl�at i£ auy legal action be filed on this Bond, venue shall lie in
Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort
Worth Division; and
PROVIDED FURTHER, that this obligation shall Ue continuous in nature and successive
recoveries may be had hereon for successive breaches.
CITY OF T'OR'f WORTII WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
STANbAI2D CONSTRUCT'lON SP�CIrICATION D�CUMENTS City Project No.: 104491
Revised December 8, 2023
00 Gl 19 - 3
MAINTENANCE BONb
AAga 3 af 3
�
3
• ] iN WITN�SS WfIEI2EOF, the Principal a�id the Surety have each SIGNED and SEALED this
,�
2 instrwnent by duly authorized agents and officers on tliis tl�e 4th �ay oF September
3 , 20�.
�
I
PRINCTPAL:
Gra-Tex Utilities, In
BY: t/ � --
Signature
M. Sheldon Rosenbaum, Vice President
Name and Title
Address: Gra-Tex Utilities, Inc.
�C� Rnu 1(1`�R
SURETY:
Hartford Fire.lnsur.ance Com anv
� ' '�
BY: �� --
.r„ ,y
�;S ignature
Bradley Board, Attorney-in-Fact
Name and Title
Address: I N S U R I CA
. ree , e UO
or or ,
Telephone Number: $17-261-1101
Email Address: ICA.Com
38 *Note: If signed by an officer of the Surety Company, there must be on file a cert�ed extract
39 fi•om t[ie by-laws showing thal this person I3as authority to sign such obligation. If
40 Surety's physical address is different from its mailing address, boih must be provided.
41 The date of the bond shall not be prior to the date the Contract is awarded.
4
5
6
7
8
9
10
11 ATTEST:
12
13
14 {Pr'v�cipal) Secretary
15
1G
17
18
]9
20 ess as to Principal
2I
2z
23
24
�5
26
27
�s
2.9 ATTEST:
3�
31
32 (Surety) Secretary
33 .
34 :s+�J
35 itness as to Surety
36
37
42
CffY OP PORT WORTH WATER AND SEWER REPLACEMGN'fS CONTRACT, 2022 WSM-G
S1'ATIDARD CONSTRUCTION SPTsCIF[CATION DOCUMENTS Ciry Project No.: ]04491
Revised Deceinber 8, 2023
Direct Inquiries/Claims to:
THE HARTFORD
P�WER OF ATTORNEY BOND,T-11
One Hartford Plaza
Hartford, Connecticut 06155
Bond.Claims antheharttord.com
cal/:888-266-3488 orfax:860-757-5835
KNOW ALL PERSONS BY THESE PRESENTS THAT: Agency Name: [NSUR.[CA DE'P I�ISURANCE SVCS L[,C
Agency Code: 45-51i48i
XO Hartford Fire Insurance Company, a corporation duly organized under the la�vs oCthe Stat� oF Connecticut
� Hartford Casualty Insurance Company, a coiporation duh� organired underthe la�vs ofth� State oFln�livia
� Hartford Accident and Indemnity Company, a corporatiun duly organircd undcr thc la��s of thc Statc of Connccticut
� Hartford Underwriters Insurance Company, a corporation duly org�mized uudcr th� laws of Uic Statc uf Conneclicut
� Twin City Fire Insurance Company, a corporation duly or�anizc�l undcr Uie laws of the State of Indiana
� Hartford Insurance Company of Illinois, a corporation duly organizecl under lhe la��s of the State of Illinuis
� Hartford Insurance Company of the M'idwest, � corporation duly organized under the la��s of the Statc of [ndiuna
� Hartford Insurance Company of the Southeast, a curporation duly orennized undcr thc la�cs of Ihc Slate of Flurida
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 Led :
Bradley Board, Jim H. Barr, Daniel F. Dacy III, Tracie Garner, Chris Holt, Paula C.
Jones of FORT FIORTH, Tex�s
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 ihese presenis 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.
�Tri�,� �p�► y�fe�s,��' M18N� eteu�,f l�N�
��'
���W� � . : :ieun�.ri.S: a t9�P �" ��; : �u°ymz: ���psou
�.�+ g ;4;'• � � 1 � ! 7 � � ~ � 9 � ; t
r ��M ` � � '�'�aui�.�.fy�, ; �taiaM► j:��,tB70fo � 1Y79 }?' '4 I9T9
� i � `. . �,i .� � ' ...� /�:�,�• �,�.i
� � ' �'!l._�\i�> �i4wTP, �1J r �`1� • ���'�f4ir,o�+„' ��INV�� `���
��'Gf/�� w � G���
Shelby Wiggins, Assistant Secretary
-- 0,�(.G�U���l�",�.�..
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.
. .�."�"'iJ , ,
• ' y`�cJ �i(�f/��ry��
- � �' _'"" `V
� 7. • . . . ' `C�� lessica Ciccoue
� '��.pl �4po-�` \-IyCummissirniHHl222g1)
' Espires June ?0, ?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 4t1� day of September, 2025.
�tvuq�� �OW��1' ,+���i�s ,�t W!H t��e"��� �aw� �a.
o �pY� �:��euu,tUti � t9ar ��++�v� � Jhin�,�o .� ;�y�wur�
..« g !i•� 9 � e e •r � = . . 2 * E q *
v '��v`,E .�.: ��: •.r '.,J�.���e�c.�;, � �feiAM� �.t`19?9 �f '�1079j�� �� ! 79
� � ....... •_ � t�,
. � �,...:,,�., �..� ..,.::.. . } �...-«,.o.s.� .-..,.... _.
^,.�...w
�
� ��> ��
�,� ,�, ��,.; �
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 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,
covera�es, ri�hts, 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@fdi. texas. �ov
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.
./rx4z�s-i
��
A�R�
GRA-UTI01C
CERTIFICATE OF LIABILITY INSURANCE
DATE (MMIDD/YYYY)
914/2025
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER,
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed.
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on
this certificate does not confer rights to the certificate holder in lieu of such endorsement(s).
PRODUCER
INSURICA
500 West 7th Street, Suite 1800
Fort Worth, TX 76102
INSURED
Gra-Tex Utilities, Inc.
P.O. Box 1038
Kennedale, TX 76060
Kathryn Phillips, CPCU
� 471-1810 � jA�c,No�:(866) 652-9333
n.Phillips anINSURICA.com
C�
INSURER F :
COVERAGES CERTIFICATE NUMBER: REVISION NUMBER:
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED 8Y PAID CLAIMS.
INSR 7ypE OF INSURANCE ADDL SUBR pOLICY NUMBER POLICY EFF POLICY EXP LIMITS
D VD DD
A X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE S �,OOO�OOO
CLAIMS-MADE � OCCUR CLP3751991B 12/�5/2024 12/15/2025 PRMAGETO RENcED e S �������
MED EXP An one erson S 5,���
PERSONAL & ADV INJURY S �,OOO,OOO
GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE 5 Z,OOO,OOO
POLICY � JECT � LOC PRODUCTS - COMP/OP AGG S Z,OOO,OOO
OTHER: S
A AUTOMOBILE LIABILITY COMBIN�eD SINGLE LIMIT S 'I,OOO,OOO
X ANY AUTO CAP3751992 12/15/2024 12115/2025 BODILY INJURY Per erson S
OWNED SCHEDULED
AUTOS ONLY AUTOS BODILY INJURY Per accident S
X HIRED X NON-OWNED PROPERTY DAMAGE
AUTOS ONLY AUTOS ONLY Per accidenl S
5
A X UMBRELLA LIAB X OCCUR EACH OCCURRENCE 5 Z�OOO,OOO
EXCESS LIAB CIAIMS-MADE CUP3751993 12/15/2024 12/15/2025 qGGREGATE S Z'���,���
DED X RETENTIONS �O�OOO S
B WORKERS COMPENSATION X PER OTH-
AND EMPLOYERS' LIABILITY E
0001151650 12115/2024 12/15/2025 1,000,000
ANY PROPRIETOR/PARTNERIEXECUTIVE � N� A E.L. EACH ACCIDENT S
OFFICER/MEMBER EXCLUDED?
(Mandatory in NH) E.L. DISEASE - EA EMPLOYEE y �,OOO,OOO
If yes, describe under 1,000,000
DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT 5
C Pollution Liability CPPL D0002605 00 8128/2025 8/28/2026 5,000,000
C Professional Liab CPPL D0002605 00 8/2812025 8/28/2026 1,000,000
DESCRIPTION OF OPERATIONS 1 LOCATIONS / VEHICLES (ACORD 101, Additlonal Rema�ks Schedule, may be attached if more space is required)
City of Fort Worth, Water and Sewer ReplacementContract, 2022 WSM-G, City Project No.: 104491
ADDITIONAL INSURED WORDING
The General Liability policy includes a blanket automatic additional insured endorsement that provides additional insured status to the certificate holder only
when there is a written contract between the named insured and the certificate holder that requires such status.
Primary and Non-Contributory Language included.
SEE ATTACHED ACORD 101
CERTIFICATE HOLDER CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
Clt of Foft Worth THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
Y ACCORDANCE WITH THE POLICY PROVISIONS.
100 Fort Worth Trail
Fort Worth, TX 76102
AUTHORIZED REPRESENTATIVE
/��,��"e,l�—
ACORD 25 (2016/03) O 1988-2015 ACORD CORPORATION. All rights reserved.
The ACORD name and logo are registered marks of ACORD
��
A�ORO
AGENCY CUSTOMER ID: GRA-UTI01C
LOC #: 1
ADDITIONAL REMARKS SCHEDULE
KPHILLIPS
Page 1 of 1
AGENCY NAMEDINSURED
NSURICA Gra-Tex Utilities, Inc.
P.O. Box 1038
POLICY NUMBER Kennedale, TX 76060
EE PAGE 1 Tarrant
CARRIER NAIC CODE
EE PAGE 1 SEE P 1 EFFECTIVE DATE: SEE PAGE �
ONAL
THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM,
FORM NUMBER: ACORD 25 FORM TITLE: Certificate of Liability Insurance
Description of Operations/LocationsNehicles:
The Automobile policy includes a blanket automatic additional insured endorsement that provides additional insured status to the
certificate holder only when there is a written contract between the named insured and the certificate holder that requires such
status.
Primary and Non-Contributory Language included.
WAIVER OF SUBROGATION WORDING
The General Liability, Automobile & Workers Compensation policies includes a blanket waiver of subrogation endorsement that
provides this feature only when there is a written contract between the named insured and the certificate holder that requires it.
The umbrella follows underlying policy forms.
30 Day Notice of Cancellation included for all policies listed herein.
Policy Forms Available Upon Rquest
ACORD 101 (2008/01) O 2008 ACORD CORPORATION. All rights reserved.
The ACORD name and logo are registered marks of ACORD
00 61 25 - 1
CERTIFICATE OF INSURANCE
Page 1 of 1
CITY OF FORT WORTH WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 104491
Revised July 1, 2011
SECTION 00 61 25 1
CERTIFICATE OF INSURANCE 2
3
4
5
6
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
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
STANDARD GENERAL CONDITIONS
OF THE CONSTRUCTION CONTRACT
WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
City Project No.: 104491
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
STANDAR D GENERAL CONDITIONS OF THE
CONSTRUCTION CONTRACT
TABLE OF CONTENTS
Page
Article 1 – Definitions and Terminology .......................................................................................................... 1
1.01 Defined Ter ms............................................................................................................................... 1
1.02 Ter minology .................................................................................................................................. 6
Article 2 – Preliminar y Matters ......................................................................................................................... 7
2.01 Copies of Docu ment s .................................................................................................................... 7
2.02 Co mmence ment of Contract Time; Notic e to Proceed ................................................................ 7
2.03 Starting the Work .......................................................................................................................... 8
2.04 Befor e Starting Constructio n ........................................................................................................ 8
2.05 Preconstructio n Conference .......................................................................................................... 8
2.06 Public Meeting .............................................................................................................................. 8
2.07 Initia l Acceptance of Schedules.................................................................................................... 8
Article 3 – Contract Docu ments: Intent , Amending, Reuse ............................................................................ 8
3.01 Intent .............................................................................................................................................. 8
3.02 Reference Standard s...................................................................................................................... 9
3.03 Reporting and Resolving Discrepancies....................................................................................... 9
3.04 Amending and Supplementing Contract Docu ment s ................................................................. 10
3.05 Reuse of Document s ................................................................................................................... 10
3.06 Electronic Dat a............................................................................................................................ 11
Article 4 – Availabilit y of Lands; Subsurface and Physica l Conditions; Hazardous Environmental
Conditions ; Reference Point s........................................................................................................... 11
4.01 Availabilit y of Lands .................................................................................................................. 11
4.02 Subsurface and Physica l Conditions .......................................................................................... 12
4.03 Differing Subsurface or Physica l Conditions ............................................................................. 12
4.04 Underground Facilitie s ............................................................................................................... 13
4.05 Reference Point s ......................................................................................................................... 14
4.06 Hazardous Environ menta l Conditio n at Sit e .............................................................................. 14
Article 5 – Bond s and Insurance ..................................................................................................................... 16
5.01 Licensed Suretie s and Insurer s ................................................................................................... 16
5.02 Perfor mance, Payment , and Maintenance Bond s....................................................................... 16
5.03 Certificates of Insurance ............................................................................................................. 16
5.04 Contractor’s Insurance ................................................................................................................ 18
5.05 Acceptance of Bond s and Insurance; Optio n to Replace ........................................................... 19
Article 6 – Contractor’s Responsibilitie s ........................................................................................................ 19
6.01 S upervisio n and Superintendence............................................................................................... 19
WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
City Project No.: 104491
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
6.02 Labor; Working Hours ................................................................................................................ 20
6.03 Services, Materials, and Equipment ........................................................................................... 20
6.04 Project Schedule.......................................................................................................................... 21
6.05 Substitut es and “Or-Equals” ....................................................................................................... 21
6.06 Concerning Subcontractors, Suppliers, and Others.................................................................... 24
6.07 Wage Rates.................................................................................................................................. 25
6.08 Patent Fees and Royaltie s ........................................................................................................... 26
6.09 Per mit s and Utilitie s .................................................................................................................... 27
6.10 Laws and Regulations ................................................................................................................. 27
6.11 Taxes ........................................................................................................................................... 28
6.12 Use of Sit e and Othe r Areas ....................................................................................................... 28
6.13 Recor d Docu ment s ...................................................................................................................... 29
6.14 Safet y and Protectio n .................................................................................................................. 29
6.15 Safet y Representative.................................................................................................................. 30
6.16 Hazard Co mmunicatio n Programs ............................................................................................. 30
6.17 Emergencies and/o r Rectificatio n............................................................................................... 30
6.18 Submittals .................................................................................................................................... 31
6.19 Continuing the Work................................................................................................................... 32
6.20 Contractor’s General Warrant y and Guarantee .......................................................................... 32
6.21 Indemnificatio n ......................................................................................................................... 33
6.22 Delegation of Professional Design Services .............................................................................. 34
6.23 Right to Audit .............................................................................................................................. 34
6.24 Nondiscriminatio n....................................................................................................................... 35
Article 7 – Other Work at the Sit e ................................................................................................................... 35
7.01 Related Work at Sit e ................................................................................................................... 35
7.02 Coordination................................................................................................................................ 36
Article 8 – City’s Responsibilities................................................................................................................... 36
8.01 Co mmunications to Contractor ................................................................................................... 36
8.02 Furnis h Dat a ................................................................................................................................ 36
8.03 Pay Whe n Due ............................................................................................................................ 36
8.04 Lands and Ease ments; Report s and Test s................................................................................... 36
8.05 Change Order s............................................................................................................................. 36
8.06 Inspections, Tests, and Approvals .............................................................................................. 36
8.07 Limitations on Cit y’s Responsibilitie s ....................................................................................... 37
8.08 Undisclose d Hazardous Environ mental Conditio n .................................................................... 37
8.09 Co mplianc e wit h Safet y Program............................................................................................... 37
Article 9 – City’s Observatio n Statu s During Constructio n ........................................................................... 37
9.01 City’s Projec t Manager ……...................................................................................................... 37
9.02 Visit s to Sit e ................................................................................................................................ 37
9.03 Authorized Variations in Work .................................................................................................. 38
9.04 Rejecting Defective Work .......................................................................................................... 38
9.05 Determinations fo r Work Perfor med .......................................................................................... 38
9.06 Decisions on Require ment s of Contract Document s and Acceptabilit y of Work ..................... 38
WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
City Project No.: 104491
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
Article 10 – Changes in the Work; Claims; Extr a Work ................................................................................ 38
10.01 Authorize d Changes in the Work ............................................................................................... 38
10.02 Unauthorized Changes in the Work ........................................................................................... 39
10.03 Executio n of Change Order s....................................................................................................... 39
10.04 Extr a Work .................................................................................................................................. 39
10.05 Notificatio n to Suret y.................................................................................................................. 39
10.06 Contract Claims Process ............................................................................................................. 40
Article 11 – Cost of the Work; Allowances; Unit Price Work; Plans Quantit y Measurement...................... 41
11.01 Cost of the Work ......................................................................................................................... 41
11.02 Allowances .................................................................................................................................. 43
11.03 Unit Price Work .......................................................................................................................... 44
11.04 Plans Quantit y 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 – Test s and Inspections; Correction, Removal or Acceptance of Defective Work ...................... 48
13.01 Notice of Defects ........................................................................................................................ 48
13.02 Access to Work ........................................................................................................................... 48
13.03 Test s and Inspections .................................................................................................................. 48
13.04 Uncovering Work........................................................................................................................ 49
13.05 Cit y May Stop the Work ............................................................................................................. 49
13.06 Correctio n or Remova l of Defective Work ................................................................................ 50
13.07 Correctio n Perio d ........................................................................................................................ 50
13.08 Acceptance of Defective Work................................................................................................... 51
13.09 Cit y Ma y Correct Defective Work ............................................................................................. 51
Article 14 – Payment s to Contractor and Co mpletio n .................................................................................... 52
14.01 Schedule of Values...................................................................................................................... 52
14.02 Progress Payment s ...................................................................................................................... 52
14.03 Contractor’s Warrant y of Title ................................................................................................... 54
14.04 Partia l Utilizatio n ........................................................................................................................ 55
14.05 Fina l Inspectio n ........................................................................................................................... 55
14.06 Final Acceptance......................................................................................................................... 55
14.07 Final Payment.............................................................................................................................. 56
14.08 Final Co mpletio n Delayed and Partia l Retainage Release ........................................................ 56
14.09 Waiver of Clai ms ........................................................................................................................ 57
Article 15 – Suspension of Work and Terminatio n ........................................................................................ 57
15.01 Cit y Ma y Suspend Work............................................................................................................. 57
15.02 Cit y May Terminat e fo r Cause ................................................................................................... 58
15.03 Cit y May Terminat e Fo r Convenience ....................................................................................... 60
Article 16 – Disput e Resolutio n ...................................................................................................................... 61
16.01 Method s and Procedures ............................................................................................................. 61
WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
City Project No.: 104491
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
Article 17 – Miscellaneous .............................................................................................................................. 62
17.01 Giving Notic e .............................................................................................................................. 62
17.02 Co mputation of Times ................................................................................................................ 62
17.03 Cumulative Re medie s ................................................................................................................. 62
17.04 Surviva l of Obligations ............................................................................................................... 63
17.05 Headings ...................................................................................................................................... 63
WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
City Project No.: 104491
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 1 of 63
ARTICLE 1 – DEFINITIONS AND TERMINOLOGY
1.01 Defined Terms
A. Wherever used in these General Conditions or in other Contract Docu ments, the terms listed belo w
have the meanings indicated whic h are applicable to bot h the singular and plural thereof, and
words denoting gender shall include the masculine, fe minine and neuter. Said terms are generally
capitalized or written in italics, but no t always. When used in a context consistent with the
definitio n of a listed-defined term, the term shall have a meaning as defined belo w whether
capitalized or italicized or otherwise. In additio n to terms specifically defined, terms wit h initial
capital letters in the Contract Document s include references to identified articles and paragraphs,
and the title s of other document s or forms.
1. Addenda—Writte n or graphic instrument s issued prior to the opening of Bids whic h clarify,
correct , or change the Bidding Requirement s or the proposed Contract Docu ments.
2. Agreement—The written instrument whic h is evidence of the agreement between Cit y and
Contracto r covering the Work.
3. Application for Payment—The for m acceptable to Cit y which is to be used by Contractor
during the course of the Work in requesting progress or fina l payment s and whic h is to be
acco mpanied by such supporting documentation as is required by the Contract Docu ments.
4. Asbestos—An y material that contains more than one percent asbesto s and is friable or is
releasing asbestos fiber s int o the air above current actio n levels established by the United State s
Occupational Safet y and Healt h Ad ministration.
5. Awar d – Authorizatio n by the Cit y Council fo r the Cit y to ente r int o an Agreement.
6. Bid—The offe r or proposal of a Bidder submitted on the prescribed for m setting fort h the
price s fo r the Work to be perfor med.
7. Bidder—The individual or entit y who submit s a Bid directly to City.
8. Bidding Documents—The Bidding Requirement s and the proposed Contract Documents
(including all Addenda).
9. Bidding Requirements—The advertisement or Invitatio n to Bid, Instructions to Bidders, Bid
security of acceptable for m, if any, and the Bid Form wit h any supplements.
10. Business Day – A business day is defined as a day that the Cit y conduct s normal business,
generally Monda y throug h Friday, except fo r federal or stat e holidays observed by the City.
11. Calendar Day – A day consisting of 24 hour s measured fro m midnight to the next midnight.
WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
City Project No.: 104491
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 2 of 63
12. Change Order—A document , which is prepared and approved by the City, whic h is signed
by Contractor and Cit y and authorizes an addition, deletion, or revisio n in the Work or an
adjustment in the Contract Pric e or the Cont ract Time, issued on or after the Effective Date
of the Agreement.
13. City— The Cit y of For t Worth, Texas, a ho me-rule municipal corporation, authorized and
chartered under the Texas Stat e Statutes, acting by it s governing body through it s City
Manager, his designee, or agent s authorized under his behalf, each of whic h is required by
Charter to perform specific duties wit h responsibilit y fo r fina l enforcement of the contracts
involving the Cit y of Fort Worth is by Charter vested in the Cit y Manager and is the entity
wit h who m Contracto r has entere d int o the Agree ment and for who m the Work is to be
perfor med.
14. City Attorney – The officially appointed Cit y Attorney of the Cit y of Fort Worth, Texas, or
his duly authorized representative.
15. City Council - The duly elected and qualified governing body of the Cit y of Fort Worth,
Texas.
16. City Manager – The officiall y appointed and authorized Cit y Manager of the Cit y of Fort
Worth, Texas, or his duly authorized representative.
17. Contract Claim—A demand or assertion by Cit y or Contractor seeking an adjustment of
Contract Price or Contract Time, or both, or other relie f wit h respect to the terms of the
Contract. A demand fo r money or services by a thir d part y is not a Contract Claim.
18. Contract—The entir e and integrated written document between the Cit y and Contractor
concerning the Work. The Contract contains the Agreement and all Contract Document s and
supersedes prio r negotiations, representations, or agreements, whether writte n or oral.
19. Contract Documents—Those items so designated in the Agreement . All ite ms listed in the
Agreement are Contract Documents. Approved Submittals, other Contractor submittals, and
the report s and drawings of subsurface and physica l conditions ar e no t Contract Docu ments.
20. Contract Price —The moneys payable by Cit y to Contractor fo r co mpletio n of the Work in
accordance wit h the Contract Docu ment s as state d in the Agreement (subjec t to the provisions
of Paragrap h 11.03 in the case of Unit Pric e Work).
21. Contract Time—The number of days or the dates stated in the Agreement to: (i) achieve
Milestones, if any and (ii) co mplet e the Work so that it is ready fo r Fina l Acceptance.
22. Contractor—The individual or entit y wit h whom Cit y has entered int o the Agreement.
23. Cost of the Work—See Paragraph 11.01 of these General Conditions fo r definition.
WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
City Project No.: 104491
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 3 of 63
24.Damage Claims – A demand fo r money or services arising fro m the Project or Sit e fro m a
thir d party, Cit y or Contractor exclusive of a Contrac t Claim.
25.Day or day – A day, unless otherwise defined, shall mean a Calendar Day.
26.Director of Aviation – The officiall y appointed Director of the Aviatio n Department of the
Cit y of Fort Worth, Texas, or his duly appointed representative, assistant, or agents.
27.Director of Parks and Community Services – The officiall y appointed Director of the Parks
and Co mmunit y Services Depart ment of the Cit y 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 Depart ment of the Cit y 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 Depart ment of the Cit y of Fort Worth, Texas, or his duly
appointed representative, assistant , or agents.
30.Director of Water Department – The officiall y appointed Director of the Water Depart ment
of the Cit y of Fort Worth, Texas, or his duly appointed representative, assistant, or agents.
31.Drawings—That part of the Contract Document s prepared or approved by Engineer which
graphically shows the scope, extent , and character of the Work to be perfor med by Contractor.
Submittals are no t Drawing s as so defined.
32.Effective Date of the Agreement—The dat e indicated in the Agreement on whic h it beco mes
effective, but if no such dat e is indicated, it means the date on whic h the Agreement is signed
and delivered by the las t of the two partie s to sig n and deliver.
33.Engineer—The licensed professional engineer or engineering fir m registered in the State of
Texas performing professional services fo r the City.
34.Extra Work – Additiona l work made necessary by changes or alterations of the Contract
Document s or of quantities or for other reasons for whic h no prices are provided in the Contract
Documents. Extr a work shall be part of the Work.
35.Field Order — A written order issued by Cit y whic h 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 give n by the Cit y to the Contractor that the Work
specified in the Contract Docu ment s has been co mpleted to the satisfactio n of the City.
WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
City Project No.: 104491
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 4 of 63
37. Final Inspection – Inspectio n carried out by the Cit y to verify that the Contractor has
co mpleted the Work, and each and every part or appurtenance thereof, fully, entirely, and in
conformance wit h the Contract Documents.
38. General Requirements—Sections of Division 1 of the Contract Documents.
39. Hazardous Environmental Condition—The presence at the Sit e of Asbestos, PCBs,
Petroleum, Hazardous Waste, Radioactive Material, or other materials in such quantities or
circumstances that may present a substantia l danger to persons or property exposed thereto.
40. Hazardous Waste—Hazardous wast e is define d as any solid wast e listed as hazardous or
possesses one or more hazardous characteristics as defined in the federal waste regulations,
as amended fro m time to time.
41. Laws and Regulations—An y and all applicable laws, rules, regulations, ordinances, codes,
and orders of any and all governmental bodies, agencies, authorities, and court s having
jurisdiction.
42. Liens—Charges, securit y interests, or encumbrances upo n Project funds, real property, or
personal property.
43. Major Item – An Item of work included in the Cont ract Document s that has a total cost equal
to or greater than 5% of the origina l Contract Price or $25,000 whichever is less.
44. Milestone—A principa l event specified in the Contract Document s relating to an inter mediate
Contract Time prior to Fina l Acceptance of the Work.
45. Notice of Award —The written notice by Cit y to the Successful Bidder stating that upon
timely co mpliance by the Successful Bidder wit h the conditions precedent listed therein, City
will sig n and deliver the Agreement.
46. Notice to Proceed—A written notice give n by Cit y to Contractor fixing the date on whic h the
Contract Time will commence to run and on whic h Contractor shall start to perform the Work
specified in Contract Documents.
47. PCBs—Polychlorinated biphenyls.
48. Petroleum—Petroleum, including crude oil or any fractio n thereo f whic h is liquid at standard
conditions of temperature and pressure (60 degrees Fahrenheit and 14.7 pounds per square
inch absolute), such as oil, petroleum, fue l oil, oil sludge, oil refuse, gasoline, kerosene, and
oil mixed wit h other non-Hazardous Waste and crude oils.
49. Plans – See definitio n of Drawings.
WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
City Project No.: 104491
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 5 of 63
50. Project Schedule—A schedule, prepared and maintained by Contractor, in accordance with
the General Requirements, describing the sequence and duratio n of the activities comprising
the Contractor’s pla n to acco mplis h the Work within the Contract Time.
51. Project —The Work to be performed under the Contract Documents.
52. Project Manager—The authorized representative of the Cit y who will be assigned to the
Site.
53. Publi c Meetin g – An announced meeting conducted by the Cit y to facilitat e public
participatio n and to assist the public in gaining an infor med vie w of the Project.
54. Radioactive Material —Source, special nuclear, or byproduct materia l as defined by the
Ato mic Energy Act of 1954 (42 USC Sectio n 2011 et seq.) as amended fro m time to time.
55. Regular Working Hours – Hours beginning at 7:00 a.m. and ending at 6:00 p.m., Monday
thr u Frida y (excluding lega l holidays).
56. Samples—Physica l example s of materials , equip ment , or work manship that are
representative of so me portio n of the Work and whic h establis h the standards by whic h such
portio n of the Work will be judged.
57. Schedul e of Submittals—A schedule, prepared and maintained by Contractor , of required
submittals and the time requirement s to support scheduled perfor mance of related constructio n
activities.
58. Schedul e of Values—A schedule, prepared and maintained by Contractor, allocating portions
of the Contract Pric e to variou s portions of the Work and used as the basis fo r reviewing
Contractor’s Applications fo r Payment.
59. Site—Lands or areas indicate d in the Contract Docu ment s as being furnished by Cit y upon
whic h the Work is to be performed, including rights -of-way, per mits , and easement s for access
thereto , and suc h other land s furnished by Cit y whic h are designated fo r the use of Contractor.
60. Specifications—That part of the Contract Document s consisting of written requirement s for
materials, equipment , systems, standards and workmanship as applied to the Work, and certain
administrative requirement s and procedural matters applicable thereto. Specifications may be
specifically made a part of the Contract Document s by attachment or, if no t attached, may be
incorporated by reference as indicated in the Table of Content s (Divisio n 00 00 00) o f each
Project.
61. Subcontractor—An individual or entit y having a direct contract wit h Contractor or wit h any
other Subcontractor fo r the perfor mance of a part of the Work at the Site.
WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
City Project No.: 104491
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 6 of 63
62. Submittals—All drawings, diagrams, illustrations, schedules, and other data or information
whic h are specifically prepared or assembled by or for Contractor and submitted by Contracto r
to illustrat e so me portio n 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 who m City
makes an Award.
65. Superintendent – The representative of the Contractor who is available at all times and able
to receive instructions fro m the Cit y and to act for the Contractor.
66. Supplementary Conditions—That part of the Contract Document s whic h amends or
supplement s these General Conditions.
67. Supplier—A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a
direct contract wit h Contractor or wit h any Subcontractor to furnish materials or equipment
to be incorporated in the Work by Contracto r or Subcontractor.
68. Underground Facilities—All underground pipelines, conduits, ducts, cables, wires,
manholes, vaults, tanks, tunnels, or other such facilitie s or attachments, and any encasements
containing such facilities , including but not limit ed to, thos e that convey electricity, gases,
steam, liquid petroleu m products, telephone or othe r co mmunications , cable television,
water, wastewater, stor m water, other liquid s or chemicals , or traffic or othe r contro l syste ms.
69 Uni t Pric e Work —See Paragrap h 11.03 of these General Conditions fo r definition.
70. Weekend Workin g Hours – Hours beginning at 9:00 a.m. and ending at 5:00 p.m., Saturday,
Sunday or lega l holiday, as approved in advance by the City.
71. Work—The entir e constructio n or the variou s separately identifiable part s thereo f required to
be provided under the Contract Docu ments. Work includes and is the result of performing or
providing all labor, services, and docu mentation necessary to produce such construction
including any Change Order or Field Order, and furnishing, installing, and incorporating all
materials and equipment int o such construction, all as required by the Contract Docu ments.
72. Working Day – A working day is defined as a day, not including Saturdays, Sundays, or legal
holidays authorized by the Cit y fo r contract purposes, in whic h weather or other conditions
not under the contro l of the Contractor will permit the performance of the principal unit of
wor k underway fo r a continuous perio d of not les s than 7 hour s between 7 a.m. and 6 p.m.
1.02 Terminology
A. The word s and terms discussed in Paragraph 1.02.B through E are no t defined but , when used in
the Bidding Requirement s or Contract Docu ments, have the indicate d meaning.
B. Intent of Certai n Terms or Adjectives:
WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
City Project No.: 104491
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 7 of 63
1. The Contract Document s include the terms “a s allowed,” “as approved,” “as ordered,” “as
directed” or ter ms of like effect or import to authorize an exercise of judgment by City. In
addition, the adjective s “reasonable,” “suitable,” “acceptable,” “proper,” “satisfactory,” or
adjectives of lik e effec t or import ar e used to describe an actio n or deter minatio n of Cit y 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 co mpliance wit h the informatio n in the
Contract Docu ment s and wit h the desig n concept of the Project as a functioning whole as
shown or indicate d in the Contract Document s (unless there is a specific statement indicating
otherwise).
C. Defective:
1. The word “defective,” when modifying the wor d “Work,” refers to Work that is
unsatis factory, faulty, or deficient in that it:
a. does no t confor m to the Contract Documents; or
b. does no t meet the requirement s of any applicable inspection, reference standard, test, or
approval referred to in the Contract Documents; or
c. has been damaged prio r to City’s writte n acceptance.
D. Furnish , Install, Perform, Provide:
1. The wor d “Furnish” or the wor d “Install” or the wor d “Perfor m” or the wor d “Provide ” or
the wor d “Supply,” or any co mbinatio n or similar directive or usag e thereof, shall mean
furnishing and incorporating in the Work including all necessar y labor , materials, equipment,
and everything necessar y to perform the Work indicated , unles s specifically limite d in the
context used.
E. Unles s stated otherwis e in the Contract Documents, word s or phrases that have a well-known
technical or constructio n industry or trade meaning are use d in the Contract Docu ment s in
accordance wit h such recognized meaning.
ARTICLE 2 – PRELIMINARY MATTERS
2.01 Copies of Documents
Cit y 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 upo n request at the cost of reproduction.
2.02 Commencement of Contract Time; Notic e to Proceed
The Contract Time will commence to run on the day indicated in the Notice to Proceed. A Notice to
Proceed may be give n no earlier than 14 days after the Effective Date of the Agreement, unless agreed
to by both parties in writing.
WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
City Project No.: 104491
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 8 of 63
2.03 Starting the Work
Contractor shall start to perform the Work on the dat e when the Contract Time commences to run.
No Work shall be done at the Sit e prio r to the dat e on whic h the Contract Time co mmences to run.
2.04 Before Starting Construction
Baseline Schedules: Submit in accordance wit h the Contract Documents, and prio r to starting the
Work.
2.05 Preconstruction Conference
Before any Work at the Sit e is started, the Contractor shall attend a Preconstructio n Conference as
specified in the Contract Docu ments.
2.06 Public Meeting
Contracto r may not mobilize any equipment , materials or resource s to the Sit e prio r 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 Cit y in
accordance wit h the Schedule Specification as provided in the Contract Documents.
ARTICLE 3 – CONTRACT DOCUMENTS: INTENT, AMENDING, REUSE
3.01 Intent
A. The Contract Document s are co mple mentary; what is required by one is as binding as if required
by all.
B. It is the intent of the Contract Document s to describe a functionally co mplet e project (or part
thereof) to be constructed in accordance wit h the Contract Documents. Any labor, documentation,
services, materials, or equip ment that reasonably may be inferred fro m the Contract Document s
or fro m prevailing custo m or trade usage as being required to produce the indicated result will be
provided whether or no t specifically called for, at no additional cost to City.
C. Clarifications and interpretations of the Contract Document s shall be issued by City.
D. The Specifications may var y in for m, for mat and style. Some Specification sections may be writte n
in varying degrees of streamlined or declarative style and so me sections may be relatively
narrative by co mparison. Omissio n of such words and phrases as “the Contractor shall,” “in
conformit y 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 part s of a sectio n or articles within a part depending on the for mat of the
WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
City Project No.: 104491
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 9 of 63
section. The Contractor shall not take advantage of any variatio n of for m, for mat or style in
making Contract Claims.
E. The cross referencing of specificatio n sect ions under the subparagraph heading “Related
Section s includ e but ar e no t necessarily limite d to:” and elsewhere within each Specification
sectio n 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 coordinat e the entir e Work under the
Contract Docu ment s and provid e a co mplet e Projec t whether or no t the cross referencing is
provided in each sectio n or whether or no t 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 suc h reference be specific or by implication,
shall mean the standard, specification, manual, code, or Laws or Regulations in effec t at the
time of opening of Bid s (or on the Effective Dat e of the Agreement if there wer e no Bids),
except as may be otherwis e specifically stated in the Contract Docu ments.
2. No provisio n of any such standard, specification, manual, or code, or any instruction of a
Supplier, shall be effective to change the duties or responsibilitie s of City, Contractor, or any
of their subcontractors, consultants, agents , or employees, fro m thos e set fort h in the Contract
Docu ments. No suc h provisio n or instructio n shall be effective to assign to City, or any of its
officers, directors, members, partners, employees, agents, consultants, or subcontractors, any
dut y or authority to supervise or direc t the performance of the Work or any dut y or authority
to undertake responsibilit y inconsistent wit h the provisions of the Contract Docu ments.
3.03 Reporting and Resolving Discrepancies
A. Reporting Discrepancies:
1. Contractor’s Review of Contract Documents Before Starting Work : Befor e undertaking each
part of the Work, Contractor shall carefully study and co mpare the Contract Document s and
check and verify pertinent figures therein agains t all applicable field measurement s and
conditions . Contracto r shall pro mptly report in writing to Cit y any conflict , error, ambiguity,
or discrepancy whic h Contractor discovers, or has actual knowledge of, and shall obtain a
written interpretation or clarificatio n from Cit y be fore proceeding wit h any Work affected
thereby.
2. Contractor’s Review of Contract Documents During Performance of Work: If, during the
perfor mance of the Work, Contractor discovers any conflict , error, ambiguity, or discrepancy
within the Contract Documents, or between the Contract Document s and (a) any applicable
Law or Regulatio n , (b) any standard, specification, manual, or code, or (c) any instructio n of
any Supplier, then Contractor shall promptly report it to Cit y in writing. Contracto r shall not
proceed wit h the Work affected thereby (except in an emergency as required by Paragraph
WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
City Project No.: 104491
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 10 of 63
6.17.A) until an amend ment or supplement to the Contract Document s has been issued by
one of the methods indicated in Paragraph 3.04.
3. Contractor shall no t be liable to Cit y for failure to report any conflict, error, ambiguity, or
discrepancy in the Contract Document s unles s 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 Document s shall take precedence in resolving any conflict, error, ambiguity, or
discrepancy between the provisions of the Contract Document s and the provisions of any
standard, specification, manual, or the instruct ion of any Supplier (whet her 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 Docu ment s may be amended to provide fo r additions, deletions, and revisions in
the Work or to modify the ter ms and conditions thereo f by a Change Order.
B. The requirement s of the Contract Docu ment s may be supplemented, and mino r variations and
deviations in the Work not involving a change in Contract Pric e or Contract Time, may be
authorized, by one or more of the following ways:
1. A Field Order;
2. City’s revie w of a Submitta l (subjec t to the provisions of Paragrap h 6.18.C); or
3. City’s writte n interpretatio n or clarification.
3.05 Reuse of Documents
A. Contracto r and any Subcontracto r or Supplier shall not:
1. have or acquire any title to or ownership rights in any of the Drawings , Specifications , or
othe r docu ment s (o r 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 thereo f on extensions of
the Project or any other project without written consent of Cit y and specific written verification
or adaptatio n by Engineer.
WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
City Project No.: 104491
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 11 of 63
B. The prohibitions of this Paragraph 3.05 will survive final payment , or terminatio n of the
Contract . Nothing herein shall preclude Contractor fro m retaining copies of the Contract
Docu ment s fo r recor d purposes.
3.06 Electronic Data
A. Unles s otherwis e stated in the Supplementar y Conditions , the data furnished by Cit y or Engineer
to Contractor, or by Contractor to Cit y or Engineer , that may be relied upon are limited to the
printe d copie s included in the Contract Document s (also known as hard copies) and other
Specifications referenced and located on the City’s on-line electronic document management and
collaboratio n system site. File s in electronic media for mat of text , data, graphics, or other typ es
are furnished only fo r the convenience of the receiving party. Any conclusio n or infor matio n
obtained or derived fro m such electronic files will be at the user’s sole risk. If there is a discrepanc y
between the electronic files and the hard copies, the hard copies govern.
B. When transferring document s in electronic media for mat, the transferring part y makes no
representations as to long term co mpatibility, usability, or readabilit y of document s resulting fro m
the use of softwar e application packages, operating systems, or co mputer hardware differing fro m
thos e 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. Cit y shall furnish the Site. Cit y shall notify Contractor of any encumbrances or restrictions no t of
general application but specifically related to use of the Sit e wit h which Contracto r must co mply
in per forming the Work. Cit y will obtain in a timely manner and pay for easement s for permanent
structures or permanent changes in existing facilities.
1. The Cit y has obtained or anticipates acquisit io n of and/o r access to right -of-way, and/or
easements. Any outstanding right -of-way and/o r ease ment s are anticipated to be acquired in
accordance wit h the schedule set fort h in the Supplementary Conditions. The Project Schedule
submitte d by the Contractor in accordance wit h the Contract Docu ment s must consider an y
outstanding right -of-way, and/or easements.
2. The Cit y has or anticipates removing and/or relocating utilities, and obstructions to the Site.
An y outstanding remova l or relocatio n of utilitie s or obstructions is anticipated in accordance
wit h the schedule set fort h in the Supplementary Conditions . The Projec t Schedule submitted
by the Contractor in accordance wit h the Cont ract Docu ment s must conside r any outstanding
utilitie s or obstructions to be removed, adjusted, and/o r relocated by others.
B. Upo n reasonable writte n request, Cit y shall furnish Contractor wit h a current state ment of record
lega l title and lega l descriptio n of the land s upo n whic h the Work is to be perfor med.
WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
City Project No.: 104491
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 12 of 63
C. Contractor shall provide fo r all additiona l lands and access thereto that may be required for
constructio n facilities or storage of materials and equip ment.
4.02 Subsurface and Physical Conditions
A. Report s and Drawings: The Supplementary Conditions identify:
1. thos e report s known to Cit y of explorations and test s of subsurface conditions at or
contiguous to the Site; and
2. those drawings known to Cit y of physical conditions relating to existing surface or
subsurface structures at the Sit e (except Underground Facilities).
B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the
accuracy of the “technica l data” contained in such report s and drawings, but such reports and
drawings are no t Contract Documents. Such “technica l data” is identified in the Supplementary
Conditions. Contractor may no t make any Contract Claim against City, or any of their officers,
directors, members, partners, employees, agents, consultants, or subcontractors wit h respect to:
1. the co mpleteness of such reports and drawings fo r Contractor’s purposes, including, but not
limite d to, any aspect s of the means, methods, techniques, sequences, and procedures of
constructio n to be employed by Contractor, and safety precautions and programs incident
thereto ; or
2. other data, interpretations, opinions, and informatio n contained in such reports or shown or
indicated in such drawings; or
3. any Contractor interpretatio n of or conclusio n drawn fro m any “technical data” or any such
other data, interpretations, opinions, or infor mation.
4.03 Differing Subsurface or Physical Conditions
A. Notice: If Contractor believes that any subsurface or physical conditio n that is uncovered or
revealed either:
1. is of such a nature as to establish that any “technica l data” on whic h 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. differ s materially fro m that shown or indicated in the Contract Documents; or
4. is of an unusual nature, and differ s materially fro m conditions ordinarily encountered and
generally recognized as inherent in work of the character provided fo r in the Contract
Docu ments;
WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
City Project No.: 104491
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 13 of 63
then Contractor shall, promptly after beco ming aware thereo f and befor e further disturbing the
subsurface or physical conditions or perfor ming any Work in connectio n therewit h (except in an
emergency as required by Paragraph 6.17.A), notif y Cit y in writing about such condition.
B. Possibl e Price and Time Adjustments
Contracto r shall no t be entitle d to any adjustment in the Contract Pric e or Contract Time if:
1. Contractor knew of the existence of such conditions at the time Contractor made a final
co mmit ment to Cit y wit h respect to Contract Pric e and Contract Time by the submissio n of a
Bid or beco ming bound under a negotiated contract ; or
2. the existence of such conditio n could reasonably have been discovered or revealed as a result
of the exa minatio n of the Contract Docu ment s or the Site ; or
3. Contracto r faile d to give the writte n notic e as required by Paragraph 4.03.A.
4.04 Underground Facilities
A. Shown or Indicated: The infor matio n and data shown or indicated in the Contract Documents
wit h respect to existing Underground Facilitie s at or contiguous to the Sit e is based on informatio n
and dat a furnished t o Cit y or Engineer by the owners of such Underground Facilities,
including City, or by others. Unless it is otherwise expressly provided in the Supplementar y
Conditions:
1. Cit y and Engineer shall no t be responsible fo r the accuracy or co mpleteness of any such
infor matio n or dat a provided by others; and
2. the cost of all of the following will be included in the Contract Price, and Contractor shall
have full responsibilit y for:
a. reviewing and checking all such infor matio n and data;
b. locating all Underground Facilitie s shown or indicated in the Contract Documents;
c. coordination and adjustment of the Work wit h the owners of such Underground
Facilities, including City, during construction; and
d. the safet y and protection of all such Underground Facilitie s and repairing any damage
thereto resulting fro m the Work.
B. Not Shown or Indicated:
1. If an Underground Facilit y whic h conflicts wit h the Work is uncovered or revealed at or
contiguous to the Sit e whic h was not shown or indicated, or no t shown or indicated with
reasonable accuracy in the Contract Documents, Contractor shall, promptly after beco ming
aware thereo f and befor e further disturbing conditions affected thereby or perfor ming any
WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
City Project No.: 104491
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 14 of 63
Work in connectio n therewith (except in an emergency as required by Paragraph 6.17.A),
identif y the owner of such Underground Facilit y and give notice to that owner and to City.
Cit y will revie w the discovered Underground Facilit y and deter mine the extent , if any, to
whic h a change may be required in the Contract Document s to reflect and document the
consequences of the existence or locatio n of the Underground Facility. Contractor shall be
responsible fo r the safet y and protection of such discovere d Underground Facility.
2. If Cit y concludes that a change in the Contract Docu ment s is required, a Change Order ma y
be issued to reflect and docu ment such consequences.
3. Verificatio n of existing utilities , structures, and servic e lines shall includ e notificatio n of all
utilit y co mpanies a minimum of 48 hour s in advance of constructio n including exploratory
excavatio n if necessary.
4.05 Reference Points
A. Cit y shall provide engineering surveys to est ablish reference point s fo r construction, whic h in
City’s judgment ar e necessary to enable Contractor to proceed wit h the Work. Cit y will provide
constructio n stakes or other custo mary metho d of marking to establish line and grades for roadway
and utilit y construction, centerlines and benchmarks fo r bridgework. Contractor shall protect and
preserve the established reference point s and property monu ments, and shall make no changes or
relocations. Contractor shall report to Cit y whenever any reference point or property monu ment is
lost or destroyed or requires relocatio n because of necessary changes in grades or locations. The
Cit y shall be responsible fo r the replacement or relocation of reference point s or propert y
monu ment s no t carelessly or willfully destroyed by the Contractor. The Contractor shall notify
Cit y in advance and wit h sufficient time to avoid delays.
B. Whenever, in the opinion of the City, any refer ence point or monu ment has been carelessly or
willfully destroyed, disturbed, or removed by the Contractor or any of his employees, the full cost
for replacing such point s plus 25% will be charged against the Contractor, and the full a mount will
be deducted fro m payment due the Contractor.
4.06 Hazardous Environmental Condition at Site
A. Reports and Drawings: The Supplementary Conditions ide ntify those report s and drawings known
to Cit y relating to Hazardous Environment al 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 “technica l data” containe d in such report s and drawings, but such reports and
drawing s are no t Contract Docu ments. Such “technica l data” is identified in the Supplementary
Conditions . Contractor may no t make any Contract Claim against City, or any of their officers,
directors, members, partners, employees, agents, consultants, or subcontractor s wit h respect to:
1. the co mpleteness of such report s and drawings fo r Contractor’s purposes, including, but not
limite d to, any aspect s of the means, methods, techniques, sequences and procedures of
WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
City Project No.: 104491
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 15 of 63
constructio n to be employed by Contractor and safety precautions and programs incident
thereto ; or
2. other data, interpretations, opinions and informatio n contained in such report s or shown or
indicated in such drawings; or
3. any Contractor interpretatio n of or conclusio n drawn fro m any “technical data” or any such
othe r data, interpretations, opinions or infor mation.
C. Contractor shall no t be responsible fo r any Hazardous Environmental Conditio n uncovered or
revealed at the Sit e whic h was no t shown or indicated in Drawings or Specifications or identified
in the Contract Docu ment s to be withi n the scop e of the Work. Contractor shall be responsible fo r
a Hazardous Environmental Conditio n created wit h any materials brought to the Sit e by
Contractor, Subcontractors, Suppliers, or anyone else fo r who m Contractor is responsible.
D. If Contractor encounters a Hazardous Environmental Conditio n or if Contractor or anyone for
who m Contractor is responsible creates a Hazardous Environmental Condition, Contractor shall
immediately: (i) secure or otherwise isolat e such condition; (ii) sto p all Work in connectio n with
such conditio n and in any area affected thereby (except in an emergency as required by Paragraph
6.17.A); and (iii) notify Cit y (and pro mptly thereafter confirm such notice in writing). Cit y may
consider the necessity to retain a qualified expert to evaluate such conditio n or take corrective
action, if any.
E. Contractor shall not be required to resume Work in connectio n wit h such conditio n or in any
affected area until after Cit y has obtained any required per mit s related theret o and delivered written
notic e to Contractor: (i) specifying that such conditio n and any affected area is or has been
rendered suitable fo r the resumptio n of Work; or (ii) specifying any special conditions under whic h
such Work may be resumed.
F. If after receipt of such written notice Contractor does no t agree to resume such Work based on a
reasonable belie f it is unsafe, or does not agree to resu me such Work under such special conditions,
then Cit y may order the portio n of the Work that is in the area affected by such conditio n to be
deleted fro m the Work. Cit y may have such deleted portio n 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 disput e resolution costs) arising out of or relating to a Hazardous
Environmental Condition created by Contractor or by anyone for who m Contractor is responsible.
Nothing in thi s Paragraph 4.06.G shal l obligat e Contractor to indemnif y any individual or entity
fro m 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 no t apply to a Hazardous Environmental
Conditio n uncovered or revealed at the Site.
WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
City Project No.: 104491
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 16 of 63
ARTICLE 5 – BONDS AND INSURANCE
5.01 Licensed Sureties and Insurers
All bonds and insurance required by the Contract Document s to be purchased and maintained by
Contractor shall be obtained fro m suret y or insur ance co mpanies that are duly licensed or authorized
in the State of Texas to issue bonds or insurance policie s fo r the limit s and coverages so required.
Such suret y and insurance co mpanies shall also meet such additional requirement s 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 wit h Texas Government
Code Chapter 2253 or successor statute, each in an amount equal to the Contract Price as
security fo r the faithfu l 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 Cit y 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 bo nds shall be in the for m prescribed by the Contract Document s except as provided otherwise
by Laws or Regulations , and shall be executed by suc h suretie s as are named in the list of
“Co mpanies Holding Certificates of Authorit y as Acceptable Sureties on Federal Bonds and as
Acceptable Reinsuring Co mpanies” as published in Circular 570 (amended) by the Financial
Management Service, Suret y Bond Branch, U.S. Depart ment of the Treasury. All bonds signed by
an agent or attorney-in-fact must be accompanied by a sealed and dated power of attorney whic h
shall sho w that it is effective on the dat e the agent or attorney-in-fact signed each bond.
D. If the suret y on any bond furnished by Contractor is declared bankrupt or beco mes insolvent or it s
right to do business is ter minated in the State of Texas or it ceases to meet the requirement s of
Paragraph 5.02.C, Contractor shall promptly notify Cit y and shall, within 30 days after the event
giving ris e to such notification, provide another bond and surety, bot h of whic h shall co mply wit h
the requirement s of Paragraphs 5.01 and 5.02.C.
5.03 Certificates of Insurance
Contractor shall deliver to City, wit h copies to each additional insured and loss payee identified in the
Supplementary Conditions, certificates of insurance (other evidence of insurance requested by Cit y or
any other additiona l insured) in at least the minimum amount as specified in the Supplementary
Conditions whic h Contractor is required to purchase and maintain.
1. The certificate of insurance shall document the City, and all identified entities named in the
Supplementar y Conditions as “Additional Insured” on all liabilit y policies.
WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
City Project No.: 104491
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 17 of 63
2. The Contractor’s general liabilit y insurance shall include a, “per project ” or “per location”,
endorsement , whic h shall be identified in the certificat e 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 complet e in it s entirety, and sho w co mplet e insurance carrier names as listed in the current
A.M. Best Property & Casualty Guide
4. The insurer s for all policie s must be licensed and/o r approved to do business in the Stat e of
Texas. Except for workers’ co mpensation, all insurers must have a minimum rating of A-:
VII in the current A. M. Best Key Rating Guide or have reasonably equivalent financial
strengt h and solvency to the satisfactio n of Risk Management . If the rating is belo w that
required, written approval of Cit y is required.
5. All applicable policies shall include a Waiver of Subrogation (Right s of Recovery) in favor
of the City. In addition, the Contractor agrees to waive all right s of subrogation against the
Engineer (if applicable), and each additional insured identified in the Supplementary
Conditions
6. Failur e of the Cit y to demand such certificates or other evidence of full compliance wit h the
insurance requirement s or failur e of the Cit y to identify a deficienc y fro m evidence that is
provided shall not be construed as a waiver of Contractor’s obligatio n to maintain such lines
of insurance coverage.
7. If insurance policie s are no t written for specified coverage limits, an Umbrella or Excess
Liabilit y insurance for any differences is required. Excess Liabilit y shall follo w form of the
primary coverage.
8. Unless otherwise stated, all required insurance shall be written on the “occurrence basis”. If
coverage is underwritten on a claims-made basis, the retroactive dat e shall be coincident with
or prio r to the dat e of the effective dat e of the agreement and the certificate of insurance shall
stat e that the coverage is claims-made and the retroactive date. The insurance coverage shall
be maintained fo r the duratio n of the Contract and fo r three (3) years following Final
Acceptance provided under the Contract Documents or for the warrant y period, whichever is
longer . An annual certificate of insurance submitted to the Cit y shall evidence such
insurance coverage.
9. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the
required line s of coverage, nor decrease the limit s of said coverage unless such endorsements
are approved in writing by the City. In the event a Contract has been bid or executed and the
exclusions are deter mined to be unacceptable or the Cit y desire s additional insurance coverage,
and the Cit y desire s the contractor/engineer to obtai n such coverage, the contract price shal l
be adjusted by the cost of the premiu m fo r suc h additiona l coverage plu s 10%.
10. An y self-insure d retention (SIR), in excess of $25,000.00, affecting required insurance
coverag e shall be approved by the Cit y in regards to asset valu e and stockholders' equity. In
WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
City Project No.: 104491
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 18 of 63
lieu of traditiona l insurance, alternative coverage maintained through insurance pools or risk
retentio n groups, must also be approved by City.
11. Any deductible in excess of $5,000.00, for any polic y that does not provide coverage on a
first -dolla r basis , must be acceptable to and approved by the City.
12. City, at it s sole discretion, reserves the right to revie w the insurance requirement s and to
make reasonable adjust ment s to insurance coverage’s and their limit s when deemed necessary
and prudent by the Cit y based upo n changes in statutory law , court decisio n or the claims
history of the industry as well as of the contracting party to the City. The Cit y shall be required
to provid e prio r notic e of 90 days , and the insurance adjustment s shall be incorporated int o the
Work by Change Order.
13. Cit y shall be entitled , upo n writte n request and without expense, to receive copie s of policies
and endorsement s theret o and may make any reasonable request s fo r deletio n or revisio n or
modifications of particula r polic y terms, conditions , limitations , or exclusions necessary to
conform the polic y and endorsement s to the requirement s of the Contract . Deletions, revisions ,
or modifications shall no t be requ ired wher e polic y provisions are established by la w or
regulations binding upo n eithe r part y or the underwriter on any such policies.
14. Cit y shall not be responsible fo r the direct payment of insurance premium cost s for
Contractor’s insurance.
5.04 Contractor’s Insurance
A. Workers Compensation and Employers’ Liability. Contractor shall purchase and maintain such
insurance coverage wit h limit s consistent wit h statutory benefit s outlined in the Texas Workers’
Compensation Act (Texas Labor Code, Ch. 406, as amended), and minimum limit s for E mployers’
Liabilit y as is appropriate for the Work being performed and as will provide protection fro m claims
set fort h belo w whic h 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 perfor med by
Contractor, any Subcontractor or Supplier, or by anyone directly o r indirectly employed by any of
them to perfor m any of the Work, or by anyone fo r whose acts any of them may be liable:
1. claims under workers’ co mpensation, disabilit y benefits, and other similar employee benefit
acts;
2. claims fo r damages because of bodily injury, occupationa l sickness or disease, or deat h of
Contractor’s employees.
B. Commercial General Liability. Coverag e shall includ e but no t be limite d to covering liability
(bodil y injury or propert y damage) arising fro m: premises/operations, independent contractors,
products/complete d operations, persona l injury, and liabilit y under an insure d 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 wit h respect to any other
WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
City Project No.: 104491
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 19 of 63
insurance or self-insurance programs afforded to the City. The Co mmercial General Liability
policy, shall have no exclusions by endorse ment s that would alter of nullify premises/operations,
products/complete d operations, contractual, per sona l injury, or advertising injury, whic h are
nor mally contained wit h the policy, unless the Cit y approves such exclusions in writing.
Fo r constructio n project s that present a substa ntia l co mplete d operatio n exposure, the Cit y may
requir e the contracto r to maintain co mplete d operations coverage fo r a minimum of no les s than
thre e (3) years following the co mpletio n of the project (if identified in the Supplementary
Conditions).
C. Automobile Liability. A co mmercial business auto polic y shall provide coverage on “any auto”,
defined as auto s owned, hired and non-owned and provide indemnit y fo r claims fo r damages
because bodily injury or deat h of any perso n and or propert y 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 employe d by any of the m to perfor m any of the Work, or by anyone
fo r whos e act s any of the m may be liable.
D. Railroad Protective Liability. If any of the work or any warranty work is within the limit s of
railroad right -of-way, the Contractor shall co mply wit h the requirement s identified in the
Supplementary Conditions.
E. Notification of Policy Cancellation: Contractor shall immediately notify Cit y upo n cancellation
or other loss of insurance coverage. Contractor shall stop work until replacement insurance has
been procured. There shall be no time credit fo r days not worked pursuant to this section.
5.05 Acceptance of Bonds and Insurance; Option to Replace
If Cit y has any objectio n to the coverage afforded by or other provisions of the bonds or insurance
required to be purchased and maintained by the Contractor in accordance wit h Article 5 on the basis
of non-conformance wit h the Contract Documents, the Cit y shall so notify the Contracto r in writing
within 10 Business Days after receipt of the certificates (or other evidence requested). Contractor shall
provid e to the Cit y such additiona l infor matio n in respect of insurance provided as the Cit y ma y
reasonably request. If Contractor does no t purchase or maintain all of the bond s and insurance required
by the Contract Docu ments, the Cit y shall notify the Contractor in writing of such failure prior to the
start of the Work, or of such failur e 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 co mpetently and efficiently, devoting
such attentio n theret o and applying such skills and expertise as may be necessary to perform the
Work in accordance wit h the Contract Docu ments. Contracto r shall be solely responsible fo r the
means, methods, techniques, sequences, and procedures of construction.
WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
City Project No.: 104491
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 20 of 63
B. At all times during the progress of the Work, Contractor shall assig n a co mpetent, English-
speaking, Superintendent who shall no t be replaced without written notice to City. The
Superintendent will be Contractor’s representative at the Sit e and shall have authority to act on
behalf of Contractor. All communicatio n given to or received fro m the Superintendent shall be
binding on Contractor.
C. Contracto r shall notify the Cit y 24 hours prio r to moving areas during the sequence of construction.
6.02 Labor; Working Hours
A. Contractor shall provide competent , suitably qualified personnel to perform constructio n as
required by the Contract Documents. Contractor shall at all times maintain good discipline and
order at the Site.
B. Except as otherwise required fo r the safet y or protectio n of persons or the Work or property at
the Sit e or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work
at the Sit e shall be per formed during Regular Working Hours. Contractor will not per mit the
perfor mance of Work beyond Regular Working Hour s or fo r Weekend Working Hour s without
City’s writte n consent (whic h will no t be unreasonably withheld). Written request (by letter or
electronic communication) to perform Work:
1. for beyond Regular Working Hours request must be made by noo n at least two (2) Business
Days prior
2. fo r Weekend Working Hour s request must be made by noo n of the preceding Thursday
3. fo r lega l holidays request must be made by noo n two Busines s Days prio r to the legal
holiday.
6.03 Services, Materials, and Equipment
A. Unles s otherwis e specified in the Contract Docu ments, Contractor shall provid e and assu me full
responsibilit y fo r all services, materials , equipment , labor , transportation, constructio n equipment
and machinery, tools , appliances, fuel, power , light , heat , telephone, water , sanitar y facilities,
temporary facilities , and all other facilitie s and incidentals necessary for the performance,
Contracto r required testing , start -up, and co mpletio n of the Work.
B. All materials and equipment incorporated int o the Work shall be as specified or, if not specified,
shall be of good qualit y and new, except as other wis e provided in the Contract Docu ments. 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 report s of
required tests) as to the source, kind , and qualit y of materials and equipment.
WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
City Project No.: 104491
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 21 of 63
C. All materials and equipment to be incorporated into the Work shall be stored, applied, installed,
connected, erected, protected , used, cleaned, and conditioned in accordance wit h instructions of
the applicable Supplier, except as otherwise may be provided in the Contract Documents.
D. All ite ms of standar d equipment to be incorporated int o the Work shall be the latest model at the
time of bid , unless otherwis e specified.
6.04 Project Schedule
A. Contractor shall adhere to the Project Schedule established in accordance wit h Paragrap h 2.07
and the General Requirement s as it may be adjuste d fro m time to time as provided below.
1. Contractor shall submit to Cit y fo r acceptance (to the extent indicate d in Paragrap h 2.07 and
the General Requirements) proposed adjustment s in the Projec t Schedule that will not result
in changing the Contract Time. Such adjustment s will co mply wit h any provisions of the
General Requirement s applicable thereto.
2. Contractor shall submit to Cit y a monthly Project Schedule wit h a monthly progress payment
fo r the duratio n of the Contract in accordance wit h the schedule specification 01 32 16.
3. Proposed adjustment s in the Project Schedule that will change the Contract Time shall be
submitte d in accordance wit h the requirement s of Article 12. Adjustment s in Contract Time
may only be made by a Change Order.
6.05 Substitutes and “Or-Equals”
A. Whenever an item of materia l or equipment is specified or describe d in the Contract Docu ments
by using the na me of a proprietary item or the na me of a particula r Supplier, the specificatio n or
descriptio n is intended to establish the typ e, function, appearance, and qualit y required. Unless the
specificatio n or descriptio n contain s or is followe d by words reading that no like , equivalent, o r
“or-equal” item or no substitution is permitted, other ite ms of materia l or equip ment of other
Suppliers may be submitted to Cit y fo r revie w under the circumstances described below.
1. “Or-Equal” Items: If in City’s sole discretio n an item of materia l or equip ment 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 Cit y as an “or-equal” item, in which
case review and approval of the proposed item may, in City’s sole discretion, be accomplishe d
without co mpliance wit h so me or all of the requirement s fo r approval of proposed substitut e
ite ms. For the purposes of this Paragraph 6.05.A.1, a proposed item of materia l or equipment
will be considered functionally equal to an item so named if:
a. the Cit y determines that:
1) it is at least equal in materials of construction, quality, durability, appearance,
strength, and design characteristics;
WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
City Project No.: 104491
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 22 of 63
2) it will reliably perform at least equally well the functio n and achieve the results
imposed by the design concept of the co mpleted Project as a functioning whole; and
3) it has a proven record of performance and availabilit y of responsive service; and
b. Contractor certifies that, if approved and incorporated int o the Work:
1) there will be no increase in cost to the Cit y or increase in Contract Time; and
2) it will conform substantially to the detailed requirement s of the item named in the
Contract Documents.
2. Substitute Items:
a. If in City’s sole discretio n an item of materia l or equipment proposed by Contractor does
not qualify as an “or-equal” ite m under Paragraph 6.05.A.1, it may be submitted as a
proposed substitut e ite m.
b. Contractor shall submit sufficient informatio n as provided belo w to allo w Cit y to determine
if the item of materia l or equipment proposed is essentially equivalent to that named and
an acceptable substitut e therefor . Requests fo r review of proposed substitute items of
materia l or equipment will not be accepted by Cit y fro m anyone other than Contractor.
c. Contractor shall make written application to Cit y fo r review of a proposed substitute item
of material or equip ment that Contractor seeks to furnis h or use. The application shall
co mply wit h Sectio n 01 25 00 and:
1) shall certify that the proposed substitut e item will:
a) perfor m adequately the functions and achieve the result s 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 whic h the use of the proposed substitut e item will prejudice
Contractor’s achievement of final co mpletio n on time;
b) whether use of the proposed substitut e item in the Work will require a change in
any of the Contract Document s (or in the provisions of any other direct contract
wit h Cit y fo r other work on the Project) to adapt the design to the proposed
substitut e item;
WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
City Project No.: 104491
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 23 of 63
c) whether incorporatio n or use of the proposed substitut e item in connectio n with
the Work is subject to payment of any license fee or royalty; and
3) will identify:
a) all variations of the proposed substitut e item from that specified;
b) available engineering, sales, maintenance, repair, and replacement services; and
4) shall contain an itemized estimate of all costs or credit s that will result directly or
indirectly from use of such substitut e item, including cost s of redesign and Damage
Clai ms of other contractors affected by any resulting change.
B. Substitute Construction Methods or Procedures: If a specific means, method, technique, sequence,
or procedure of constructio n is expressly required by the Contract Documents, Contractor may
furnish or utilize a substitut e means, method, technique, sequence, or procedure of constructio n
approved by City. Contractor shall submit sufficient informatio n to allo w 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 Cit y for review in the same
manner as those provided in Paragraph 6.05.A.2.
C. City’s Evaluation: Cit y will be allowed a reasonable time within whic h to evaluate each
proposal or submittal made pursuant to Paragraphs 6.05.A and 6.05.B. Cit y may require Contractor
to furnis h additional dat a about the proposed substitute. Cit y will be the sole judge of acceptability.
No “or-equal” or substitut e will be ordered, installed or utilized until City’s review is co mplete,
whic h will be evidenced by a Change Order in the case of a substitute and an accepted Submitta l
fo r an “or -equal.” Cit y will advise Contractor in writing of it s determination.
D. Special Guarantee: Cit y may require Contractor to furnis h at Contractor’s expense a special
performance guarantee, warranty, or other suret y wit h respect to any substitute. Contractor shall
indemnif y 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: Cit y will record City’s cost s in evaluating a substitute proposed or
submitte d by Contractor pursuant to Paragraphs 6.05.A.2 and 6.05.B. Whether or no t City
approves a substitut e so proposed or submitted by Contractor, Contractor may be required to
reimburse Cit y fo r evaluating each such proposed substitute. Contractor may als o be required to
reimburse Cit y fo r the charges fo r making changes in the Contract Document s (or in the provisions
of any other direct contract wit h City) resulting fro m the acceptance of each proposed substitute.
F. Contractor’s Expense: Contractor shall provid e all dat a in support of any proposed substitut e or
“or-equal” at Contractor’s expense.
WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
City Project No.: 104491
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 24 of 63
G. City Substitute Reimbursement: Cost s (savings or charges) attributable to acceptance of a substitute
shall be incorporated to the Contract by Change Order.
H. Time Extensions: No additiona l time will be granted for substitutions.
6.06 Concerning Subcontractors, Suppliers, and Others
A. Contractor shall perform wit h his own organiz ation, wor k of a valu e not les s than 35% of the
valu e embraced on the Contract , unles s otherwis e approved by the City.
B. Contracto r shall no t emplo y any Subcontractor, Supplier, or other individual or entity, whether
initiall y or as a replacement , against who m Cit y may have reasonable objection. Contractor shall
not be required to emplo y any Subcontractor, Supplier, or other individual or entity to furnish or
perfor m any of the Work against who m Contracto r has reasonable objectio n (excluding those
acceptable to Cit y as indicated in Paragraph 6.06.C).
C. The Cit y may from time to time require the use of certain Subcontractors, Suppliers, or other
individuals or entities on the project , and will provide such requirement s in the Supplementary
Conditions.
D. Minority and Women Business Enterprise Compliance: It is Cit y polic y to ensure the full and
equitable participatio n by Minorit y and Women Business Enterprises (MWBE) in the procurement
of goods and services on a contractual basis. If the Contract Document s provide for MWBE goal,
Contractor is required to co mply wit h the intent of the City’s MWBE Business Enterprise
Ordinance (as amended) by the following:
1. Contractor shall, upo n request by City, provide co mplet e and accurate infor matio n regarding
actual work performed by MWBE on the Contract and payment therefor.
2. Contractor will no t make additions, deletions, or substitutions of accepted MWBE without
written consent of the City. Any unjustified chang e or deletio n shall be a material breach of
Contract and may result in debarment in accordance wit h the procedures outlined in the
Ordinance.
3. Contractor shall, upo n request by City, allo w an audit and/o r examinatio n of any books, records,
or file s in the possession of the Contractor that will substantiat e the actual work performed by
MWBE. Materia l misrepresentation of any nature will be grounds for ter minatio n of the
Contract in accordance wit h Paragraph 15.02.A. Any such misrepresentation may be grounds
fo r disqualification of Contractor to bid on future contracts wit h the Cit y fo r a perio d of
not less than three years.
E. Contractor shall be fully responsible to Cit y for all acts and omissions of the Subcontractors,
Suppliers, and othe r individual s or entitie s performing or furnishing any of the Work just as
Contractor is responsible fo r Contractor’s own act s and omissions. Nothing in the Contract
Documents:
WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
City Project No.: 104491
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 25 of 63
1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity
any contractual relationship between Cit y and any such Subcontractor, Supplier or other
individual or entity; nor
2. shall creat e any obligatio n on the part of Cit y 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. Contracto r shall be solely responsible fo r scheduling and coordinating the Work of Subcontractors,
Suppliers, and othe r individuals or entitie s performing or furnishing any of the Work under a direct
or indirect contract wit h Contractor.
G. All Subcontractors, Suppliers, and such other individuals or entitie s performing or furnishing any
of the Work shall co mmunicat e wit h Cit y throug h Contractor.
H. All Work performed for Contracto r by a Subcontractor or Supplier will be pursuant to an
appropriat e agreement between Contractor and the Subcontractor or Supplier whic h specifically
binds the Subcontracto r or Supplier to the applicable terms and conditions of the Contract
Docu ment s fo r the benefit of City.
6.07 Wage Rates
A. Duty to pay Prevailing Wage Rates. The Contracto r shall co mply wit h all requirement s of
Chapter 2258, Texas Govern ment Code (as amended), including the payment of no t less than the
rates deter mined by the Cit y Council of the Cit y of For t Worth to be the prevailing wage rates in
accordance wit h Chapter 2258. Such prevailing wage rates ar e include d in these Contract
Docu ments.
B. Penalt y for Violation. A Contracto r or any Subcontracto r who does no t pay the prevailing wage
shall, upon demand made by the City, pay to the Cit y $60 fo r each worker employed fo r each
calendar day or part of the day that the worker is paid les s than the prevailing wage rates stipulated
in these contract docu ments. This penalt y shall be retained by the Cit y to offset its administrative
costs, pursuant to Texas Govern ment Cod e 2258.023.
C. Complaints of Violations and City Determination of Good Cause. On receipt of infor mation,
including a co mplaint by a worker , concerning an alleged violatio n of 2258.023, Texas
Government Code, by a Contractor or Subcontractor, the Cit y shall make an initial
determination, befor e the 31st day after the dat e the Cit y receives the infor mation, as to whether
goo d cause exist s to believe that the violatio n occurred. The Cit y shall notify in writing the
Contractor or Subcontractor and any affected worker of it s initia l determination. Upo n the City’s
determinatio n that there is good cause to believe the Contractor or Subcontractor has violated
Chapter 2258, the Cit y shall retain the full amounts claimed by the claimant or claimant s as the
difference between wages paid and wages due under the prevailing wage rates, such amounts bein g
subtracted fro m successive progress payment s pending a final determinatio n of the violation.
WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
City Project No.: 104491
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 26 of 63
D. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violatio n of Sectio n
2258.023, Texas Government Code, including a penalt y owed to the Cit y or an affected worker,
shall be submitted to binding arbitration in accordance wit h the Texas General Arbitratio n Act
(Article 224 et seq., Revised Statutes) if the Cont ractor or Subcontractor and any affected worker
does no t resolve the issue by agreement befor e the 15th day after the dat e the Cit y makes it s initia l
determinatio n pursuant to Paragraph C above. If the persons required to arbitrate under this
sectio n do not agree on an arbitrator befor e the 11th day after the dat e that arbitratio n is required,
a distric t court shall appoint an arbitrator on the petitio n of any of the persons. The Cit y is no t a
part y in the arbitr ation. The decisio n and award of the arbitrator is fina l and binding on all partie s
and may be enforced in any court of co mpetent jurisdiction.
E. Records to be Maintained. The Contractor and each Subcontractor shall, fo r a perio d of three (3)
years following the date of acceptance of the work, maintain records that sho w (i) the name and
occupation of each worker employed by the Contractor in the constructio n of the Work provided
for in this Contract ; and (ii) the actual per die m wages paid to each worker. The records shall be
open at all reasonable hours fo r inspectio n 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 it s subcontract s and/or shall
otherwise require all of it s Subcontractors to co mply wit h Paragraphs A through G above.
6.08 Patent Fees and Royalties
A. Contractor shall pay all license fees and royalties and assume all cost s incident to the use in the
perfor mance of the Work or the incorporation in the Work of any invention, design, process,
product, or device whic h is the subject of patent right s or copyrights held by others. If a particular
invention, design, process, product, or device is specified in the Contract Documents fo r use in the
perfor mance of the Work and if, t o the actual knowledge of City, it s use is subject to patent right s
or copyrights calling fo r the payment of any license fee or royalty to others, the existence of such
right s shall be disclosed by Cit y in the Contract Documents. Failur e of the City t o disclose such
infor matio n does no t relieve the Contractor fro m it s obligations to pay fo r 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 disput e resolution costs) arisin g out of or relating to any infringement of
patent right s or copyright s incident to the use in the performance of the Wor k or resulting from
WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
City Project No.: 104491
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 27 of 63
the incorporation in the Work of any invention, design, process, product, or device not specified
in the Contract Documents.
6.09 Permits and Utilities
A. Contractor obtained permits and licenses. Contractor shall obtain and pay fo r all construction
permit s and licenses except those provided fo r in the Supplementary Conditions or Contract
Documents. Cit y shall assist Contractor, when necessary, in obtaining such permit s and licenses.
Contractor shall pay all governmental charges and inspectio n fees necessary fo r the prosecution o f
the Work whic h are applicable at the time of opening of Bids, or, if there are no Bids, on the
Effective Dat e of the Agreement , except fo r permit s provided by the Cit y as specified in 6.09.B.
Cit y shall pay all charges of utilit y owners fo r connections fo r providing permanent service to the
Work.
B. City obtained permits and licenses. Cit y will obtain and pay for all permit s and licenses as provided
fo r in the Supplementary Conditions or Contract Documents. It will be the Contractor’s
responsibilit y to carry out the provisions of the permit . If the Contractor initiates changes to the
Contract and the Cit y approves the changes, the Contractor is responsible fo r obtaining clearances
and coordinating wit h the appropriate regulatory agency. The Cit y will not reimburse the
Contractor for any cost associated wit h these requirement s of any Cit y acquired permit . The
following are permit s the Cit y will obtain if required:
1. Texas Depart ment of Transportation Permits
2. U.S. Army Corps of Engineers Permits
3. Texas Co mmissio n on Environmental Qualit y Permits
4. Railroa d Co mpany Permits
C. Outstandin g permits and licenses. The Cit y anticipates acquisitio n of and/o r access to permits
and licenses. An y outstanding permit s and license s are anticipate d to be acquired in accordance
wit h the schedule set fort h in the Supplement ary Conditions . The Project Schedule submitte d by
the Contractor in accordance wit h the Contr act Docu ment s must conside r any outstanding per mit s
and licenses.
6.10 Laws and Regulations
A. Contracto r shall give all notice s required by and shall co mply wit h all Laws and Regulations
applicable to the performance of the Work. Except wher e otherwis e expressly required by
applicable Laws and Regulations , the Cit y shall not be responsible fo r monitoring Contractor’s
co mpliance wit h any Laws or Regulations.
B. If Contractor performs any Work knowing or having reason to kno w that it is contrar y to Laws or
Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not limited
to all fees and charges of engineers, architects, attorneys, and other professionals and all
WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
City Project No.: 104491
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 28 of 63
court or arbitratio n or other dispute resolutio n costs) arising out of or relating to such Work.
However , it shall not be Contractor’s responsibilit y to make certain that the Specifications and
Drawings are in accordance wit h Laws and Regulat ions, but this shall no t relieve Contractor of
Contractor’s obligations under Paragrap h 3.02.
C. Changes in Laws or Regulations no t 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 organizatio n whic h qualifie s fo r exemptio n pursuant to
Texas Tax Code, Subchapter H, Section s 151.301-335 (as amended), the Contractor may purchase,
rent or lease all materials , supplie s and equipment used or consu med in the performance of thi s
contract by issuing to his supplier an exe mptio n certificat e in lie u of the tax, said exe mptio n
certificat e to co mply wit h Stat e Co mptroller’s Ruling .007. An y such exe mption certificat e issued
to the Contractor in lie u of the tax shall be subject to and shall co mply wit h the provisio n of Stat e
Co mptroller’s Ruling .011, and any other applicable ruling s pertaining to the Texas Tax Code,
Subchapter H.
B. Texas Tax permit s and infor matio n may be obtained fro m:
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 Sit e and other areas per mitted by Laws and Regulations, and
shall no t unreasonably encu mber the Sit e and other areas wit h constructio n equipment or other
materials or equip ment . Contractor shall assu me full responsibilit y fo r any damage to any suc h
land or area, or to the owner or occupant thereof, or of any adjacent land or areas resulting
fro m 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 fo r proper execution of the Work, the Cit y may require the Contractor to finis h the
sectio n on whic h operations are in progress before work is co mmenced on any additional
area of the Site.
WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
City Project No.: 104491
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 29 of 63
3. Should any Damage Claim be made by any such owner or occupant because of the performance
of the Work, Contractor shall promptly attempt to resolve the Damage Claim.
4. Pursuant to Paragraph 6.21, Contractor shall indemnify and hold harmless City, from and
against all claims, costs, losses, and damages arising out of or relating to any claim or action,
legal or equitable, brought by any suc h owner or occupant against City.
B. Removal of Debris During Performance of the Work: During the progress of the Work
Contractor shall keep the Sit e and other areas free fro m accumulations of wast e materials, rubbish,
and other debris . Re mova l and disposal of such wast e materials, rubbish, and other debris shall
conform to applicable Laws and Regulations.
C. Sit e Maintenance Cleaning: 24 hour s after written notic e is given to the Contractor that the
clean-up on the jo b sit e is proceeding in a manner unsatisfactory to the City, if the Contractor fails
to correct the unsatisfactory procedure, the Cit y may tak e such direct actio n as the City dee ms
appropriate to correct the clean-up deficiencie s cite d to the Contractor in the written notic e
(by lette r or electronic co mmunication), and the costs of such direct action , plu s 25 % of suc h
costs, shall be deducted fro m the monie s due or to beco me due to the Contractor.
D. Final Site Cleaning: Prio r to Fina l Acceptance of the Work Contractor shall clea n the Sit e and
the Work and make it ready for utilizatio n by Cit y or adjacent property owner. At the co mpletion
of the Work Contractor shall remove fro m the Sit e all tools , appliances, constructio n equipment
and machinery, and surplus materials and shall restore to original conditio n or better all property
disturbed by the Work.
E. Loading Structures: Contracto r shall not loa d no r per mit any part of any structur e to be loaded
in any manner that will endanger the structure, no r shall Contracto r subjec t any part of the Work
or adjacent propert y to stresses or pressures that will endanger it.
6.13 Record Documents
A. Contractor shall maintain in a safe place at the Sit e 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
sho w changes made during construction. These record document s together wit h all approved
Samples and a counterpart of all accepted Submittals will be available to Cit y fo r reference. Upon
co mpletio n of the Work, these record documents, any operatio n and maintenance manuals, and
Submittals will be delivered to Cit y prio r to Fina l Inspection. Contractor shall include accurate
locations fo r buried and imbedded items.
6.14 Safety and Protection
A. Contractor shall be solely responsible fo r initiating, maintaining and supervising all safety
precautions and programs in connection wit h the Work. Such responsibilit y does no t relieve
Subcontractors of their responsibilit y fo r the safety of persons or property in the performance of
their work, no r for co mpliance wit h applicable safet y Laws and Regulations. Contractor shall
WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
City Project No.: 104491
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 30 of 63
take all necessary precautions fo r the safety of, and shall provide the necessary protection to
prevent damage, injur y or loss to:
1. all persons on the Sit e or who may be affected by the Work;
2. all the Work and materials and equip ment to be incorporated therein, whether in storage on
or off the Site; and
3. other property at the Sit e 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. Contracto r shall comply wit h all applicable Laws and Regulations relating to the safety of
persons or property, or to the protectio n of persons or property fro m 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 utilit y owners when
prosecution of the Work may affect them, and shall cooperate wit h them in the protection,
removal, relocation, and replacement of their property.
C. Contractor shall comply wit h the applicable requirement s of City’s safety programs, if any.
D. Contractor shall infor m Cit y of the specific requ irement s of Contractor’s safet y program, if any,
wit h whic h City’s employees and representatives must co mply 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 entit y directly or indirectly employed by any of them to perform any of the Work, or
anyone fo r whose act s any of them may be liable, shall be remedied by Contractor.
F. Contractor’s duties and responsibilitie s fo r safet y and fo r protectio n of the Work shall continue
until such time as all the Work is completed and Cit y has accepted the Work.
6.15 Safety Representative
Contractor shall infor m Cit y in writing of Contractor’s designated safet y representative at the Site.
6.16 Hazard Communication Programs
Contractor shall be responsible fo r coordinating any exchange of material safet y data sheet s or other
hazard co mmunication infor matio n required to be made available to or exchanged between or among
employers in accordance wit h Laws or Regulations.
6.17 Emergencies and/or Rectification
A. In emergencies affecting the safet y or protection of persons or the Work or property at the Sit e or
adjacent thereto, Contractor is obligated to act to prevent threatened damage, injury, or loss.
Contractor shall give Cit y prompt written notice if Contractor believes that any significant
WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
City Project No.: 104491
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 31 of 63
changes in the Work or variations fro m the Contract Docu ment s have been caused thereby or are
required as a result thereo f. If Cit y determines that a change in the Contract Document s is required
because of the actio n 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 fro m the Cit y to rectify any discrepancies,
omissions, or correctio n necessary to confor m wit h the requirement s of the Contract Documents,
the Cit y shall give the Contractor written notice that such work or changes are to be performed.
The written notice shall direct attention to the discrepant conditio n and request the Contractor to
take remedia l action to correct the condition. In the event the Contractor does not take positive
steps to fulfill this writte n request, or does no t sho w jus t cause fo r not taking the proper action,
within 24 hours, the Cit y may take such remedia l actio n wit h Cit y forces or by contract. The City
shall deduct an amount equal to the entir e cost s for such remedia l action, plus 25%, fro m any
fund s due or beco me due the Contractor on the Project.
6.18 Submittals
A. Contractor shall submit required Submittals to Cit y for review and acceptance in accordance
wit h the accepted Schedule of Submittals (as required by Paragrap h 2.07). Each sub mitta l will be
identified as Cit y may require.
1. Submit nu mber of copie s specified in the General Requirements.
2. Dat a shown on the Submittals will be co mplet e wit h respect to quantities , dimensions, specifie d
perfor mance and desig n criteria , materials , and simila r dat a to sho w Cit y the services,
materials , and equipment Contracto r proposes to provid e and to enable Cit y to revie w the
infor matio n fo r the li mite d purposes required by Paragraph 6.18.C.
3. Submittals submitte d as herein provided by Contractor and reviewed by Cit y for
conformance wit h the desig n concept shall be executed in conformit y wit h the Contract
Docu ment s unles s otherwis e required by City.
4. When Submittals are submitted for the purpose of showing the installatio n in greater detail,
their revie w shall not excuse Contractor fro m requirement s shown on the Drawings and
Specifications.
5. For -Infor mation-Only submittals upo n whic h the Cit y is not expected to conduct revie w or
take responsive actio n may be so identifie d in the Contract Docu ments.
6. Submit required nu mber of Sample s specified in the Specifications.
7. Clearly identif y each Sample as to material, Supplier , pertinent dat a such as catalo g nu mbers,
the use fo r whic h intended and othe r dat a as Cit y may require to enable Cit y to revie w the
submitta l fo r the limite d purposes required by Paragraph 6.18.C.
WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
City Project No.: 104491
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 32 of 63
B. Where a Submittal is required by the Contract Document s or the Schedule of Submittals, any
related Work perfor med prio r to City’s revie w and acceptance of the pertinent submittal will be
at the sole expense and responsibilit y of Contractor.
C. City’s Review:
1. Cit y will provid e timely revie w of required Submittals in accordance wit h the Schedule of
Submittals acceptable to City. City’s review and acceptance will be only to deter mine if the
ite ms covered by the submittals will, after inst allation or incorporation in the Work, conform
to the in formatio n give n in the Contract Document s and be co mpatible wit h the design concept
of the co mplete d Project as a functioning whole as indicated by the Contract Docu ments.
2. City’s revie w and acceptance will no t extend to means, methods, techniques, sequences, or
procedures of constructio n (except wher e a particula r means, method, technique, sequence,
or procedur e of constructio n is specifically and expressly called fo r by the Contract
Docu ments) or to safet y precautions or programs incident thereto . The revie w and acceptance
of a separat e item as such will not indicat e approval of the assembly in whic h the item
functions.
3. City’s review and acceptance shall not relieve Contractor fro m responsibilit y fo r any
variatio n fro m the requirement s of the Contract Docu ment s unles s Contracto r has co mplied
wit h the requirement s of Sectio n 01 33 00 and Cit y has give n written acceptance of each
such variatio n by specific written notatio n thereo f incorporated in or accompanying the
Submittal. City’s review and acceptance shall no t relieve Contracto r fro m responsibilit y for
co mplying wit h the require ment s 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 disagreement s wit h City. No Work shall be delayed or postponed pending
resolutio n of any disputes or disagreements, except as Cit y and Contractor may otherwise agree in
writing.
6.20 Contractor’s General Warranty and Guarantee
A. Contractor warrant s and guarantees to Cit y that all Work will be in accordance wit h the Contract
Document s and will no t be defective. Cit y and it s officers, directors, members, partners,
employees, agents, consultants, and subcontracto rs shall be entitled to rely on representation of
Contractor’s warrant y and guarantee.
B. Contractor’s warrant y and guarantee hereunder excludes defects or damage caused by:
1. abuse, modification, or improper maintenance or operatio n by persons other than Contractor,
Subcontractors, Suppliers, or any other individua l or entit y for who m Contracto r is
responsible ; or
WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
City Project No.: 104491
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 33 of 63
2. nor mal wear and tear under normal usage.
C. Contractor’s obligatio n to perform and complet e the Work in accordance wit h the Contract
Document s shall be absolute. None of the following will constitute an acceptance of Work that is
not in accordance wit h the Contract Document s or a release of Contractor’s obligatio n to perform
the Work in accordance wit h the Contract Documents:
1. observations by City;
2. reco mmendatio n or payment by Cit y of any progress or fina l payment;
3. the issuance of a certificate of Final Acceptance by Cit y 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 correctio n of defective Work by City.
D. The Contractor shall remed y any defect s or da mages in the Work and pay fo r any damage to
othe r wor k or propert y resulting therefro m whic h shall appear withi n a perio d of two (2) years
fro m the dat e of Fina l Acceptance of the Work unles s a longer perio d is specified and shall furnis h
a good and sufficient maintenance bond, complying wit h the requirement s of Article
5.02.B. The Cit y will give notic e of observed defects wit h reasonable pro mptness.
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, fro m 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 suc h claim s 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
WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
City Project No.: 104491
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 34 of 63
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. Contracto r will no t be required to provide professiona l design services unless such services are
specifically required by the Contract Document s fo r a portio n of the Work or unless such services
are required to carr y out Contractor’s responsibilities fo r constructio n means, methods, techniques,
sequences and procedures.
B. If professiona l desig n services or certifications by a desig n professiona l related to systems,
materials or equip ment are specifically required of Contractor by the Contract Documents, City
will specify all performance and desig n criteria that such services must satis fy. 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 pro fessional. Submittals related to the Work designed or certified by
such pro fessional, if prepared by others, shall bear such pro fessional’s written approval when
submitted to City.
C. Cit y shall be entitled to rely upon the adequacy, accuracy and completeness of the services,
certifications or approvals performed by such design professionals, provided Cit y has specified
to Contractor performance and desig n criteria that suc h 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 wit h performance and
desig n criteria give n and the desig n concept expressed in the Contract Documents. City’s review
and acceptance of Submittals (except desig n 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 Cit y shall, until the expiratio n 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 Cit y 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 audit s in co mpliance wit h the provisions of this Paragraph. The Cit y shall
give Contractor reasonable advance notice of intended audits.
B. Contractor further agrees to include in all it s subcontract s hereunder a provisio n to the effect that
the subcontractor agrees that the Cit y shall, until the expiratio n of three (3) years after final
payment under this Contract , have access to and the right to examine and photocopy any directly
pertinent books, documents, papers, and records of such Subcontractor, involving transactions to
the subcontract, and further , that Cit y shall have access during Regular Working Hours to all
WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
City Project No.: 104491
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 35 of 63
Subcontractor facilities, and shall be provided adequate and appropriat e work space in order to
conduct audit s in co mpliance wit h the provisions of this Paragraph. The Cit y shall give
Subcontracto r reasonable advance notic e of intended audits.
C. Contractor and Subcontracto r agree to photocopy such document s as may be requested by the City.
The Cit y 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 perfor med.
6.24 Nondiscrimination
A. The Cit y is responsible fo r operating Public Transportation Programs and imple menting transit -
related projects, whic h are funded in part wit h Federal financial assistance awarded by the U.S.
Depart ment of Transportation and the Federal Transit Ad ministration (FTA), without
discriminating against any perso n 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 wit h the requirement s of
the Act and the Regulations as further defined in the Supplementary Conditions fo r any project
receiving Federal assistance.
ARTICLE 7 – OTHER WORK AT THE SITE
7.01 Related Work at Site
A. Cit y may perfor m other work related to the Project at the Sit e wit h City’s employees, or other
Cit y contractors, or through other direct cont ract s therefor, or have other work performed by utilit y
owners. If such other work is not noted in the Contract Documents, then written notice thereo f
will be given to Contractor prio r to starting any such other work; and
B. Contractor shall affor d each other contractor who is a party to such a direct contract, each utility
owner, and City, if Cit y is performing other work wit h City’s employees or other City contractors,
proper and safe access to the Site, provide a reasonable opportunity fo r the introduction and storage
of materials and equip ment and the execution of such other work, and properly coordinate the
Work wit h theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be
required to properly connect or otherwis e make it s several part s co me together and properly
integrat e wit h such other work . Contractor shall not endanger any work of other s by cutting ,
excavating, or otherwis e altering such work; provided, however , that Contractor may cut or alte r
others ' wor k wit h the written consent of Cit y and the other s whose wor k will be affected.
C. If the proper execution or result s of any part of Contractor’s Work depends upo n work performed
by others under this Article 7, Contractor shall inspect such other work and pro mptly report to
Cit y in writing any delays, defects, or deficienc ies in such other work that render it unavailable
or unsuitable fo r the proper execution and result s of Contractor’s Work. Contractor’s failur e to so
report will constitut e an acceptance of such other work as fit and proper for integratio n with
Contractor’s Work except fo r latent defects in the work provided by others.
WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
City Project No.: 104491
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 36 of 63
7.02 Coordination
A. If Cit y intends to contract wit h others for the perfor mance of other work on the Project at the
Site, the following will be set fort h in Supplementary Conditions:
1. the individual or entit y who will have autho rit y and responsibilit y fo r coordination of the
activitie s among the variou s contractors will be identified;
2. the specific matter s to be covered by such authorit y and responsibilit y will be ite mized; and
3. the extent of such authorit y and responsibilitie s will be provided.
B. Unless otherwise provided in the Supplementary Conditions, Cit y shall have authority fo r such
coordination.
ARTICLE 8 – CITY’S RESPONSIBILITIES
8.01 Communications to Contractor
Except as otherwise provided in the Supplementary Conditions, Cit y shall issue all communications
to Contractor.
8.02 Furnish Data
Cit y shall timely furnish the dat a required under the Contract Documents.
8.03 Pay When Due
Cit y shall make payment s to Contractor in accordance wit h Article 14.
8.04 Lands and Easements; Reports and Tests
City’s duties wit h respect to providing lands and easement s and providing engineering surveys to
establish reference point s are set fort h 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 subsurfac e
conditions and drawings of physical conditions relating to existing surface or subsurface structures at
or contiguous to the Sit e that have been utilized by Cit y in preparing the Contract Documents.
8.05 Change Orders
Cit y shall execute Change Orders in accordance wit h Paragraph 10.03.
8.06 Inspections, Tests, and Approvals
City’s responsibilit y wit h respect to certain inspections, tests, and approvals is set fort h in Paragraph
13.03.
WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
City Project No.: 104491
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 37 of 63
8.07 Limitations on City’s Responsibilities
A. The Cit y shall no t supervise, direct , or have contro l or authorit y over, no r be responsible for,
Contractor’s means, methods, techniques, sequences, or procedures of construction, or the safety
precautions and programs incident thereto, or fo r any failur e of Contractor to co mply wit h Laws
and Regulations applicable to the performance of the Work. Cit y will no t be responsible for
Contractor’s failur e to perfor m the Work in accordance wit h the Contract Documents.
B. Cit y will notify the Contracto r of applicable safet y plans pursuant to Paragraph 6.14.
8.08 Undisclosed Hazardous Environmental Condition
City’s responsibilit y wit h respect to an undisclosed Hazardous Environmental Conditio n is set forth
in Paragraph 4.06.
8.09 Compliance wit h Safety Program
While at the Site, City’s employees and representatives shall comply wit h the specific applicable
requirement s of Contractor’s safety programs of which Cit y has been informed pursuant to
Paragraph 6.14.
ARTICLE 9 – CITY’S OBSERVATION STATUS DURING CONSTRUCTION
9.01 City’s Project Manager
Cit y will provide one or more Project Manager(s) during the constructio n period. The duties and
responsibilities and the limitations of authorit y 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 visit s to the Sit e at intervals appropriate to the various stages
of constructio n as Cit y deems necessary in order to observe the progress that has been made and
the quality of the various aspect s of Contractor’s executed Work. Based on informatio n
obtained during such visit s and observations, City’s Project Manager will determine, in general, if
the Work is proceeding in accordance wit h the Contract Documents. City’s Project Manager will
not be required to make exhaustive or continuous inspections o n the Sit e to check the quality or
quantity of the Work. City’s Project Manager’s efforts will be directed toward providing Cit y a
greater degree of confidence that the co mpleted Work will conform generally to the Contract
Documents.
B. C ity’s Project Manager’s visit s and observations are subject to all the limitations on authorit y and
responsibilit y in the Contract Document s including those set fort h in Paragraph
8.07.
WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
City Project No.: 104491
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 38 of 63
9.03 Authorized Variations in Work
City’s Project Manager may authorize mino r variations in the Work fro m the requirement s of the
Contract Docu ment s whic h do no t involve an adjust ment in the Contract Price or the Contract Time
and are co mpatible wit h the desig n concept of the co mpleted Project as a functioning whole as
indicated by the Contract Docu ments. These may be accomplished by a Field Order and will be
binding on Cit y and als o on Contractor, who shall perfor m the Work involved pro mptly.
9.04 Rejectin g Defective Work
Cit y will have authority to reject Work whic h Cit y’s Projec t Manager believes to be defective, or will
not produce a co mplete d Project that conforms to the Contract Docu ment s or that will prejudic e the
integrit y of the desig n concept of the co mplete d Projec t as a functioning whole as indicated by the
Contract Docu ments. Cit y will have authorit y to conduct special inspectio n or testing of the Work as
provided in Article 13, whether or no t the Work is fabricated, installed , or co mpleted.
9.05 Determinations for Work Performed
Contracto r will determine the actual quantities and classifications of Work performed. City’s Project
Manager will review wit h Contractor the preliminary determinations on such matters before rendering
a written reco mmendation. City’s written decisio n will be final (except as modified to reflect changed
factual conditions or more accurat e data).
9.06 Decisions on Requirements of Contract Documents and Acceptability of Work
A. Cit y will be the initia l interpreter of the requirement s of the Contract Document s and judge of the
acceptabilit y of the Work thereunder.
B. Cit y will render a written decisio n on any issue referred.
C. City’s written decisio n 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, Cit y may, at any time or from
time to time, order Extr a Work. Upo n notic e of such Extr a Work, Contractor shall promptly
proceed wit h the Work involved whic h will be perfor med under the applicable conditions of the
Contract Docu ment s (except as otherwis e specifically provided). Extr a Work shall be
memorialized by a Change Order whic h may or may no t precede an order of Extr a work.
B. Fo r mino r changes of Work no t requiring changes to Contract Time or Contract Price, a Field
Order may be issued by the City.
WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
City Project No.: 104491
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 39 of 63
10.02 Unauthorized Changes in the Work
Contractor shall not be entitled to an increase in the Contract Price or an extension of the Contract
Time wit h respect to any wor k perfor med that is not required by the Contract Document s as amended,
modified, or supplemented as provided in Paragrap h 3.04, except in the case of an e mergency as
provided in Paragraph 6.17.
10.03 Execution of Change Orders
A. Cit y and Contractor shall execut e appropriat e Change Orders covering:
1. changes in the Work whic h are: (i) ordered by Cit y pursuant to Paragraph 10.01.A, (ii) required
because of acceptance of defective Work under Paragraph 13.08 or City’s correction of
defective Work under Paragraph 13.09, or (iii) agreed to by the parties;
2. changes in the Contract Price or Contract Time which are agreed to by the parties, including
any undisputed sum or amount of time fo r Work actually performed.
10.04 Extra Work
A. Should a difference arise as to what does or does not constitute Extr a Work, or as to the payment
thereof, and the Cit y insist s upo n it s performance, the Contractor shall proceed wit h the work after
making written request fo r written orders and shall keep accurate account of the actual reasonable
cost thereof. Contract Claims regarding Extr a Work shall be made pursuant to Paragraph 10.06.
B. The Contractor shall furnish the Cit y such installatio n records of all deviations fro m the original
Contract Document s as may be necessary to enable the Cit y to prepare for permanent record a
corrected set of plans showing the actual installation.
C. The co mpensation agreed upon for Extr a Work whether or no t initiated by a Change Order shall
be a full, complet e and final payment for all cost s Contractor incurs as a result or relating to the
change or Extr a Work, whether said cost s are known, unknown, foreseen or unforeseen at that
time, including without limitation, any cost s for delay, extended overhead, ripple or impact cost,
or any other effect on changed or unchanged work as a result of the change or Extr a Work.
10.05 Notification to Surety
If the provisions of any bond require notice to be given to a suret y of any change affecting the general
scop e of the Work or the provisions of the Contract Document s (including, but not limited to,
Contract Pric e or Contract Time), the giving of any such notic e 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.
WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
City Project No.: 104491
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 40 of 63
10.06 Contract Claims Process
A. City’s Decision Required: All Contract Claims, except those waived pursuant to Paragraph
14.09, shall be referred to the Cit y fo r decis ion. A decisio n by Cit y shall be required as a conditio n
precedent to any exercise by Contractor of any right s 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 Cit y no later than 15 days after the start of the event giving rise thereto. The
responsibilit y to substantiate a Contract Claim shall rest wit h the party making the Contract
Clai m.
2. Notice of the amount or extent of the Contract Clai m, wit h supporting dat a shall be delivered
to the Cit y on or befor e 45 days fro m the start of the event giving rise thereto (unless the City
allows additiona l time fo r Contractor to submit additiona l or more accurat e data in support of
such Contract Claim).
3. A Contract Claim fo r an adjustment in Contract Price shall be prepared in accordance with
the provisions of Paragraph 12.01.
4. A Contract Claim fo r an adjustment in Contract Time shall be prepared in accordance with
the provisions of Paragraph 12.02.
5. Each Contract Claim shall be acco mpanied by Contractor’s written state ment that the
adjustment claimed is the entir e adjustment to whic h the Contractor believe s it is entitled as a
result of said event.
6. The Cit y shall submit any response to the Contracto r within 30 days afte r receipt of the
clai mant’s las t submittal (unles s Contract allow s additiona l time).
C. City’s Actio n: Cit y will revie w each Contract Clai m and, within 30 days afte r receipt of the last
submitta l 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 Cit y is unable to resolve the Contract Claim if, in the City’s
sole discretion, it would be inappropriate for the Cit y to do so. Fo r purposes of further
resolutio n of the Contract Claim, such notice shall be deemed a denial.
WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
City Project No.: 104491
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 41 of 63
D. City’s written actio n under Paragraph 10.06.C will be final and binding, unless Cit y or
Contractor invoke the dispute resolutio n procedure set fort h in Article 16 within 30 days of such
actio n or denial.
E. No Contract Claim for an adjustment in Contract Price or Contract Time will be valid if not
submitted in accordance wit h 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 valu e of any Work covered by a Change Order, the costs to be reimbursed to
Contracto r will be only those additiona l or incre mental cost s required because of the change in the
Work. Such costs shall not includ e any of the cost s ite mize d in Paragraph 11.01.B, and shall
includ e but no t be limited to the following items:
1. Payroll cost s fo r employees in the direct employ of Contractor in the performance of the
Work under schedules of jo b classifications agreed upon by Cit y and Contractor. Such
employees shall include, without limitation, superintendents, foremen, and other personnel
employed full time on the Work. Payroll costs fo r 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 wit h a 55% markup, or
b. salaries and wages plus the cost of fringe benefits, whic h shall include socia l security
contributions, unemployment , excise, and payroll taxes, workers’ co mpensation, health
and retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto.
The expenses of perfor ming Work outside of Regular Working Hours, Weekend
Working Hours, or legal holidays, shall be included in the above to the extent authorized
by City.
2. Cost of all materials and equipment furnished and incorporated in the Work, including costs
of transportation and storage thereof, and Suppliers’ field services required in connection
therewith.
3. Rentals of all constructio n equip ment and machinery, and the part s thereo f whether rented
fro m Contractor or other s in accordance wit h renta l agreement s approved by City, and the
cost s of transportation, loading, unloading, assembly, dis mantling, and removal thereof. All
such cost s shall be in accordance wit h the terms of said rental agreements. The rental of any
such equipment , machinery, or part s shall cease when the use thereo f is no longe r necessary
fo r the Work.
WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
City Project No.: 104491
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 42 of 63
4. Payment s made by Contractor to Subcontractors fo r Work perfor med by Subcontractors. If
required by City, Contractor shall obtain competitive bid s from subcontractors acceptable to
Cit y and Contractor and shall deliver such bids to City, who will then determine, whic h 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 Contract or’s Cost of the Work and fee as provided in
this Paragraph 11.01.
5. Costs of special consultant s (including but not limited to engineers, architects, testing
laboratories, surveyors, attorneys, and accountants) employed fo r services specifically related
to the Work.
6. Supplemental cost s including the following:
a. The proportion of necessary transportation, travel, and subsistence expenses of
Contractor’s employees incurred in discharge of dutie s connected wit h the Work.
b. Cost, including transportation and maintenance, of all materials, supplies, equip ment,
machinery, appliances, office, and temporary facilities at the Site, and hand tools not
owned by the workers, whic h are consumed in the perfor mance of the Work, and cost, less
market value, of such ite ms used but no t consu med which remain the property of
Contractor.
c. Sales, consumer, use, and other similar taxes related to the Work, and fo r which
Contractor is liable not covered under Paragraph 6.11, as imposed by Laws and
Regulations.
d. Deposit s lost fo r causes other than negligence of Contractor, any Subcontractor, or
anyone directly or indirectly employe d by any of the m or fo r whos e act s any of them ma y
be liable , and royalt y payment s and fees fo r permit s and licenses.
e. Losses and damages (and related expenses) caused by damage to the Work, not
co mpensated by insurance or otherwise , sust aine d by Contractor in connection wit h the
perfor mance of the Work, provided such losses and damages have resulte d fro m causes
othe r tha n the negligence of Contractor , any Subcontractor, or anyone directly or indirectl y
employed by any of the m or fo r whos e act s any of them may be liable . Such losses shal l
includ e settle ment s made wit h the written consent and approval of City. No suc h losses,
damages, and expenses shall be included in the Cost of the Work for the purpose of
deter mining Contractor’s fee.
f. The co st of utilities, fuel, and sanitary facilities at the Site.
g. Mino r expenses such as telegrams, long distance telephone calls, telephone and
co mmunicatio n services at the Site , express and courier services, and similar pett y cash
ite ms in connectio n wit h the Work.
WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
City Project No.: 104491
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 43 of 63
h. The costs of premiu ms fo r all bonds and insurance Contractor is required by the Contract
Docu ment s to purchase and maintain.
B. Costs Excluded: The term Cost of the Work shall no t include any of the following items:
1. Payroll cost s and other co mpensation of Cont ractor’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
Sit e or in Contractor’s principa l or branch office for general administration of the Work and
not specifically included in the agreed upon schedule of jo b classifications referred to in
Paragraph 11.01.A.1 or specifically covered by Paragraph 11.01.A.4, all of whic h are to be
considere d administrative cost s covered by the Contractor’s fee.
2. Expenses of Contractor’s principa l and branch office s other than Contractor’s offic e at the
Site.
3. Any part of Contractor’s capital expenses, including interest on Contractor’s capital
employed fo r the Work and charges against Contractor fo r delinquent payments.
4. Cost s due to the negligence of Contractor, any Subcontractor, or anyone directly or indirectly
employed by any of them or fo r whose act s any of them may be liable , including but not
limite d to, the correctio n of defective Work, disposal of materials or equipment wrongly
supplied, and making good any damage to property.
5. Othe r overhead or general expense cost s of any kind.
C. Contractor’s Fee: When all the Work is performed on the basis of cost -plus, Contractor’s fee
shall be deter mined as set fort h in the Agreement . When the valu e 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 fort h 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 thereo f in
accordance wit h generally accepted accounting practices and submit in a for m acceptable to City
an itemized cost breakdown together wit h 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 Document s and shall cause the Work so covered to be
performed for such sums and by such persons or entitie s as may be acceptable to City.
B. Pre-bid Allowances:
1. Contractor agrees that:
WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
City Project No.: 104491
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 44 of 63
a. the pre-bid allowances include the cost to Contractor of materials and equipment required
by the allowances to be delivered at the Site, and all applicable taxes; and
b. Contractor’s cost s fo r unloading and handling on the Site, labor , installation, overhead,
profit , and other expenses conte mplate d fo r the pre-bid allowances have been included in
the allowances, and no demand fo r additiona l payment on account of any of the
foregoing will be valid.
C. Contingency Allowance: Contractor agrees that a contingenc y allowance, if any, is fo r the sole us e
of City.
D. Prio r to fina l payment , an appropriat e Change Order will be issued to reflect actual amount s due
Contracto r on account of Work covered by allowances, and the Contract Pric e shall be
correspondingly adjusted.
11.03 Uni t Price Work
A. Wher e the Contract Docu ment s provide that all or part of the Work is to be Unit Pric e Work,
initiall y the Contract Pric e will be deemed to includ e fo r all Unit Pric e Work an amount equal to
the sum of the unit pric e fo r each separately identifie d item of Unit Pric e Work times the estimated
quantity of each ite m as indicate d in the Agreement.
B. The estimated quantities of ite ms of Unit Pric e Work are not guaranteed and are solely for the
purpose of co mpariso n of Bids and determining an initia l Contract Price. Determinations of the
actual quantitie s and classifications of Unit Pric e Work performed by Contractor will be made by
Cit y subject to the provisions of Paragraph 9.05.
C. Each unit price will be deemed to include an amount considered by Contractor to be adequat e to
cover Contractor’s overhead and profit for each separately identified item. Work described in the
Contract Documents, or reasonably inferred as required fo r a functionally co mplet e installation,
but no t 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. Cit y may make an adjust ment in the Contract Price in accordance wit h Paragraph 12.01 if:
1. the quantit y of any ite m 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 wit h respect to any other item of Work.
E. Increased or Decreased Quantities: The Cit y reserves the right to order Extr a Work in
accordance wit h Paragraph 10.01.
1. If the changes in quantities or the alterations do no t significantly change the character of
work under the Contract Documents, the altered work will be paid fo r at the Contract unit
price.
WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
City Project No.: 104491
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 45 of 63
2. If the changes in quantities or alterations significantly change the character of work, the
Contract will be amended by a Change Order.
3. If no unit prices exist , this will be considered Extr a Work and the Contract will be amended
by a Change Order in accordance wit h Article 12.
4. A significant change in the character of work occurs when:
a. the character of work for any Item as altered differ s materially in kind or nature fro m that
in the Contract or
b. a Majo r Item of work varies by more than 25% fro m the origina l Contract quantity.
5. When the quantity of work to be done under any Majo r Item of the Contract is more than
125% of the original quantity stated in the Contract , then either part y to the Contract may
request an adjustment to the unit price on the portio n of the work that is above 125%.
6. When the quantity of work to be done under any Majo r Item of the Contract is less than 75%
of the original quantity stated in the Contract , then either part y to the Contract may request
an adjustment to the unit price.
11.04 Plans Quantity Measurement
A. Plans quantities may or may no t represent the exact quantit y of work per formed or material moved,
handled, or placed during the execution of the Contract . The estimated bid quantities are
designated as fina l payment quantities, unless revise d by the governing Sectio n or this Article.
B. If the quantity measured as outlined under “Price and Payment Procedures” varies by more than
25% (o r as stipulate d under “Pric e and Payment Procedures” fo r specific Items) fro m the total
estimated quantit y for an individual Item originally shown in the Contract Docu ments, an
adjustment may be made to the quantit y of authorized work done fo r payment purposes. The part y
to the Contract requesting the adjustment will provide field measurement s and calculations
showing the fina l quantit y for whic h payment will be made. Payment for revised quantit y will be
made at the unit pric e bid fo r that Item, except as provided fo r in Article 10.
C. Whe n quantities are revised by a change in desig n approved by the City, by Change Order, or to
correct an error, or to correct an erro r 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 les s than
$250 and the Item is not originally a plan s quantity Item, then the Item may be paid as a plans
quantity Item if the Cit y and Contractor agree in writing to fix the fina l quantity as a plans quantity.
WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
City Project No.: 104491
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 46 of 63
E. Fo r callout work or non-sit e specific Contracts, the plans quantity measurement requirement s are
not applicable.
ARTICLE 12 – CHANGE OF CONTRACT PRICE; CHANG E OF CONTRACT TIME
12.01 Change of Contract Price
A. The Contract Pric e may only be changed by a Change Order.
B. The valu e of any Work covered by a Change Order will be deter mined as follows:
1. where the Work involved is covered by unit prices contained in the Contract Documents, by
application of such unit prices to the quantities of the items involved (subject to the provisions
of Paragraph 11.03); or
2. where the Work involved is no t covered by unit prices contained in the Contract Documents,
by a mutually agreed lu mp sum or unit price (which may include an allowance fo r overhead
and profit no t necessarily in accordance wit h 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 Extr a Work;
or
3. where the Work involved is not covered by unit prices contained in the Contract Docu ments
and agreement to a lu mp su m or unit price is no t reached under Paragrap h 12.01.B.2, on the
basis of the Cost of the Work (deter mined as provided in Paragraph 11.01) plus a Contractor’s
fe e fo r overhead and profit (deter mined as provided in Paragraph 12.01.C).
C. Contractor’s Fee: The Contractor’s additiona l fe e fo r overhead and profit shall be determined as
follows:
1. a mutually acceptable fixed fee ; or
2. if a fixed fe e is no t agreed upon, then a fe e based on the following percentages of the various
portions of the Cost of the Work:
a. fo r cost s incurred under Paragraphs 11.01.A.1, 11.01.A.2. and 11.01.A.3, the
Contractor’s additiona l fe e shall be 15 percent except for:
1) renta l fee s fo r Contractor’s own equip ment usin g standar d renta l rates;
2) bond s and insurance;
b. for cost s 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 tier s of subcontract s are 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
12.01.C.2.b is that the Subcontractor who actually performs the Work, at whatever
WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
City Project No.: 104491
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 47 of 63
tier, will be paid a fee of 15 percent of the cost s incurred by such Subcontractor under
Paragraphs 11.01.A.1 and 11.01.A.2 and that any higher tier Subcontractor and
Contracto r 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 fe e shall be payable on the basis of cost s ite mized under Paragraphs 11.01.A.6, and
11.01.B;
d. the amount of credit to be allowe d by Contracto r to Cit y fo r any change whic h result s in
a net decrease in cost will be the amount of the actua l net decrease in cost plu s a deduction
in Contractor’s fe e 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 extensio n of the Contract Time will be allowed for Extr a Work or for claimed dela y unless the
Extr a Work contemplated or claimed dela y is shown to be on the critical path of the Project
Schedule or Contractor can sho w by Critical Pat h Metho d analysis ho w the Extr a Work or claimed
dela y adversely affects the critical path.
12.03 Delays
A. Where Contractor is reasonably delayed in the perfor mance or co mplet ion of any part of the
Work within the Contract Time due to dela y beyon d the contro l of Contractor, the Contract Time
may be extended in an amount equal to the time lost due to such dela y if a Contract Claim is made
therefor. Delays beyond the contro l of Cont ractor shall include, but no t be limited to, acts or
neglect by City, act s or neglect of utilit y owners or other contractors performing other work as
contemplated by Article 7, fires, floods, epidemics, abnormal weather conditions, or act s of God.
Such an adjustment shall be Contractor’s sole and exclusive remedy fo r the delays described in
this Paragraph.
B. If Contractor is delayed, Cit y shall no t be liable to Contractor for any claims, costs, losses, or
damages (including but no t li mited to all fees and charges of engineers, architects, attorneys, and
other professionals and all court or arbitratio n or other dispute resolutio n costs) sustained by
Contractor on or in connectio n wit h any other project or anticipated project.
C. Contractor shall no t be entitled to an adjustment in Contract Price or Contract Time for delays
within the contro l of Contractor. Delays attributable to and within the contro l of a Subcontractor
or Supplier shall be deemed to be delays within the contro l of Contractor.
D. The Contractor shall receive no co mpensation for delays or hindrances to the Work, except when
direct and unavoidable extra cost to the Contractor is caused by the failur e of the Cit y to provide
infor matio n or material, if any, whic h is to be furnished by the City.
WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
City Project No.: 104491
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 48 of 63
ARTICLE 13 – TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF
DEFECTIVE WORK
13.01 Notice of Defects
Notice of all defective Work of whic h Cit y has actual knowledge will be given to Contractor.
Defective Work may be rejected, corrected , or accepted as provided in this Article 13.
13.02 Access to Work
City, independent testing laboratories, and governmental agencies wit h jurisdictional interests will
have access to the Sit e and the Work at reasonable times fo r their observation, inspection, and testing.
Contracto r shall provid e the m proper and safe conditions fo r such access and advise them of
Contractor’s safet y procedures and programs so that they may comply therewit h as applicable.
13.03 Tests and Inspections
A. Contractor shall give Cit y timely notice of readiness of the Work for all required inspections,
tests, or approvals and shall cooperate wit h inspectio n and testing personnel to facilitate required
inspections or tests.
B. If Contract Documents, Laws or Regulations of any public body having jurisdictio n require any
of the Work (o r part thereof) to be inspected, tested, or approved, Contractor shall assume full
responsibilit y fo r arranging and obtaining such independent inspections , tests, retests or approvals,
pay all cost s in connectio n therewith, and furnis h Cit y the required certificates of inspectio n or
approval; excepting, however, those fees specifically identified in the Supplementary Conditions
or any Texas Department of Licensure and Regulatio n (TDLR) inspections, whic h shall be paid as
described in the Supplementary Conditions.
C. Contractor shall be responsible fo r arranging and obtaining and shall pay all costs in connection
wit h any inspections, tests, re-tests, or approvals required fo r City’s acceptance of materials or
equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment
submitte d for approval prio r to Contractor’s purchase thereo f for incorporatio n in the Work.
Such inspections , tests, re-tests, or approvals shall be performed by organizations acceptable to
City.
D. Cit y may arrange fo r the services of an independent testing laborator y (“Testing Lab”) to
perfor m any inspections or test s (“Testing”) fo r an y part of the Work, as determined solely by
City.
1. Cit y will coordinate such Testing to the extent possible, wit h Contractor;
2. Should any Testing under this Sectio n 13.03 D result in a “fail”, “did not pass” or other
similar negative result , the Contracto r shall be responsible fo r paying fo r any and all retests.
Contractor’s cancellation without cause of Cit y initiated Testing shall be deemed a negative
result and requir e a retest.
WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
City Project No.: 104491
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 49 of 63
3. Any amount s owed fo r any retest under this Sectio n 13.03 D shall be paid directly to the
Testing Lab by Contractor. Cit y will forwar d all invoices fo r retest s to Contractor.
4. If Contractor fails to pay the Testing Lab, Cit y will not issue Fina l Payment until the Testing
Lab is paid.
E. If any Work (or the wor k of others) that is to be inspected, tested, or approved is covered by
Contractor without written concurrence of City, Contractor shall, if requested by City, uncover
such Work fo r observation.
F. Uncovering Work as provided in Paragraph 13.03.E shall be at Contractor’s expense.
G. Contracto r shall have the right to make a Contract Claim regarding any retest or invoice issued
under Sectio n 13.03 D.
13.04 Uncovering Work
A. If any Work is co vered contrary to the Contract Document s 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 Cit y consider s it necessary or advisable that covered Work be observed by Cit y or inspected or
teste d by others, Contractor, at City’s request, shall uncover , expose, or otherwise make available
fo r observation, inspection, or testing as Cit y may require, that portio n of the Work in question,
furnishing all necessar y 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 limite d to all fee s and charges of engineers, architects,
attorneys, and other professionals and all court or other disput e resolutio n costs) arising out o f
or relating to such uncovering, exposure, observation, inspection, and testing, and of
satisfactory replacement or reconstructio n (including but not limited to all cost s of repair or
replacement of work of others); or Cit y shall be entitled to accept defective Work in accordance
wit h Paragraph 13.08 in whic h case Contractor shall still be responsible fo r all costs associated
wit h exposing, observing, and testing the defective Work.
2. If the uncovered Work is not found to be defective, Contracto r shall be allowed an increase
in the Contract Price or an extension of the Contract Time, or both, directly attributable to such
uncovering, exposure, observation, inspection, testing, replacement , and reconstruction.
13.05 City May Stop the Work
If the Work is defective, or Contracto r fails to supply sufficient skilled workers or suitable materials
or equip ment , or fails to per form the Work in such a way that the co mpleted Work will conform to
the Contract Documents, Cit y may order Contractor to stop the Work, or any portio n thereo f, until the
cause fo r such order has been eliminated; however, this right of Cit y to stop the Work shall not give
ris e to any dut y on the part of Cit y to exercise this right for the benefit of Contractor, any
WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
City Project No.: 104491
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 50 of 63
Subcontractor, any Supplier, any other individual or entity, or any suret y 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 no t fabricated, installed, or co mpleted, or, if the Work has been
rejected by City, remove it fro m the Project and replace it wit h Work that is no t defective.
Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not
limited to all fee s and charges of engineers, architects, attorneys, and other professionals and all
court or arbitratio n or other dispute resolutio n costs) arising out of or relating to such correction
or removal (including but no t limited to all cost s of repair or replacement of work of others).
Failur e to requir e 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 actio n 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 afte r the dat e of Fina l Acceptance (or such longe r perio d of time as may be
prescribed by the ter ms 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 Cit y or per mitted by Laws and Regulations as conte mplate d in
Paragrap h 6.10.A is found to be defective, Contractor shall promptly, without cost to Cit y and in
accordance wit h 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 fro m the Project and replace it
wit h Work that is not defective, and
4. satisfactorily correct or repair or remove and replac e any damage to othe r Work, to the work
of other s or othe r land or areas resulting therefro m.
B. If Contractor does not pro mptly co mply wit h the ter ms of City’s writte n instructions, or in an
emergency wher e dela y would cause seriou s ris k of los s or damage, Cit y 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 no t limite d to all fee s and charges of engineers,
architects, attorneys , and othe r professionals and all court or other disput e resolutio n costs) arisin g
out of or relating to such correctio n or repair or such remova l and replacement (including but no t
limite d to all cost s of repair or replacement of wor k of others) will be paid by Contractor.
WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
City Project No.: 104491
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 51 of 63
C. In special circumstances where a particular item of equipment is placed in continuous service
befor e Fina l Acceptance of all the Work, the correctio n perio d fo r that item may start to run from
an earlier dat e if so provided in the Contract Docu ments.
D. Wher e defective Work (and damage to other Work resulting therefro m) has been corrected or
removed and replaced under this Paragraph 13.07, the correctio n perio d hereunder wit h respect
to such Work may be required to be extended fo r an additiona l perio d of one yea r afte r the end of
the initia l correctio n period. Cit y shall provid e 30 days written notic e to Contractor should such
additiona l warrant y coverage be required. Contractor may disput e this requirement by filing a
Contract Claim, pursuant to Paragrap h 10.06.
E. Contractor’s obligations under this Paragraph 13.07 are in additio n to any other obligatio n 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 statut e of limitatio n or repose.
13.08 Acceptance of Defective Work
If, instead of requiring correction or removal and replacement of defective Work, Cit y prefers to
accept it , Cit y may do so. Contractor shall pay all clai ms, 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 resolutio n costs) attributable to City’s evaluatio n of and determinatio n to accept
such defective Work and for the diminished value of the Work to the extent no t otherwise paid by
Contractor. If any such acceptance occurs prio r to Fina l Acceptance, a Change Order will be issued
incorporating the necessary revisions in the Contract Document s wit h respect to the Work, and Cit y
shall be entitled to an appropriat e decrease in the Contract Price, reflecting the diminished value of
Work so accepted.
13.09 City May Correct Defective Work
A. If Contracto r fails within a reasonable time after written notice from Cit y to correct defective
Work, or to remove and replace rejected Work as required by Cit y in accordance wit h Paragraph
13.06.A, or if Contractor fails to perform the Work in accordance wit h the Contract Documents,
or if Contracto r fails to co mply wit h any other provisio n of the Contract Documents, Cit y may,
after seven (7) days writte n notic e to Contractor, correct, or remedy any such deficiency.
B. In exercising the right s and remedies under this Paragraph 13.09, Cit y shall proceed
expeditiously. In connectio n wit h such corrective or remedial action, Cit y may exclude Contractor
fro m all or part of the Site, take possession of all or part of the Work and suspend Contractor’s
services related thereto, and incorporat e in the Work all materials and equipment incorporated in
the Work, stored at the Sit e or for whic h Cit y has paid Contractor but whic h are stored elsewhere.
Contractor shall allo w City, City’s representatives, agents, consultants, employees, and City’s
other contractors, access to the Sit e to enable Cit y to exercise the rights and remedies under this
Paragraph.
C. All claims, costs, losses, and damages (including but not limited to all fees and charges of
engineers, architects, attorneys, and other professionals and all court or other dispute resolution
WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
City Project No.: 104491
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 52 of 63
costs) incurred or sustained by Cit y in exercising the right s 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 Docu ment s wit h respect to the Work; and Cit y shall be entitled
to an appropriat e decrease in the Contract Price.
D. Contractor shall not be allowe d an extensio n of the Contract Time because of any dela y in the
perfor mance of the Work attributable to the exercise of City’s right s and remedie s under this
Paragrap h 13.09.
ARTICLE 14 – PAYMENTS TO CONTRACTO R AND COMPLETION
14.01 Schedule of Values
The Schedule of Value s fo r lu mp su m contract s establishe d as provided in Paragraph 2.07 will serve
as the basis for progress payment s and will be inc orporated int o a form of Applicatio n for Payment
acceptable to City. Progress payment s on account of Unit Pric e Work will be based on the number of
units co mpleted.
14.02 Progress Payments
A. Applications for Payments:
1. Contractor is responsible fo r providing all informatio n as required to beco me a vendo r of the
City.
2. At least 20 days befor e the date established in the General Requirement s fo r each progress
payment , Contractor shall submit to Cit y for review an Applicatio n for Payment filled out and
signe d by Contractor covering the Work co mpleted as of the date of the Applicatio n and
accompanied by such supporting documentation as is required by the Contract Docu ments.
3. If payment is requested on the basis of materials and equipment no t incorporated in the Work
but delivered and suitably stored at the Sit e or at another locatio n agreed to in writing, the
Applicatio n fo r Payment shall also be acco mpanied by a bill of sale, invoice, or other
documentation warranting that Cit y has received the materials and equip ment free and clear o f
all Liens and evidence that the materia ls and equipment are covered by appropriate insurance
or other arrangement s to protect Cit y’s interest therein, all of whic h must be satisfactor y to
City.
4. Beginning wit h the second Applicatio n fo r Payment, each Applicatio n shall include an affidavit
of Contracto r stat ing that previous progress payment s received on account of the Work have
been applied on account to discharge Contractor’s legitimate obligations associated wit h prio r
Applications fo r Payment.
5. The amount of retainage wit h respect to progress payment s will be as described in
subsection C. unless otherwise stipulated in the Contract Documents.
WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
City Project No.: 104491
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 53 of 63
B. Review of Applications:
1. Cit y will, after receipt of each Application fo r Payment , eithe r indicate in writing a
reco mmendatio n of payment or retur n the Applicatio n 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 Applicatio n for Payment will be based on
City’s observations of the executed Work, and on City’s review of the Applicatio n for Payment
and the accompanying dat a and schedules, that to the best of City’s knowledge:
a. the Work has progressed to the point indicated;
b. the qualit y of the Work is generally in accordance wit h the Contract Document s (subject
to an evaluatio n of the Work as a funct ioning whole prio r to or upon Final Acceptance, the
result s of any subsequent test s called fo r in the Contract Docu ments, a final deter minatio n
of quantitie s and classificat ions fo r Work performed under Paragraph 9.05, and any other
qualifications stated in the reco mmendation).
3. Processing any such payment will no t thereby be deemed to have represented that:
a. inspections made to check the quality or the quantit y 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 Cit y
in the Contract Documents; or
b. there may not be other matters or issues bet ween the parties that might entitle Contractor
to be paid additionall y by Cit y or entitle Cit y to withhold payment to Contractor; or
c. Contractor has co mplied wit h Laws and Regulations applicable to Contractor’s performance
of the Work.
4. Cit y may refuse to process the whole or any part of any payment because of subsequently
discovered evidence or the result s of subsequent inspections or tests, and revise or revoke
any such payment previously made, to such ext ent as may be necessary to protect Cit y from
loss because:
a. the Work is defective or co mpleted Work has been damaged by the Contracto r 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. Cit y has been required to correct defective Work or co mplet e Work in accordance with
Paragraph 13.09; or
WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
City Project No.: 104491
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 54 of 63
e. Cit y has actual knowledge of the occurrence of any of the events enumerated in
Paragraph 15.02.A.
C. Retainage:
1. Fo r contract s less than $400,000 at the time of execution, retainage shall be ten percent
(10%).
2. Fo r contract s greater than $400,000 at the time of execution, retainage shall be five percent
(5%).
D. Liquidated Damages. Fo r each calendar day that any wor k shall remain unco mpleted after the
time specified in the Contract Docu ments, the sum per day specified in the Agreement will be
assessed against the monie s due the Contractor, no t as a penalty, but as damages suffered by the
City.
E. Payment : Contractor will be paid pursuant to the requirement s of this Article 14 and payment
will beco me due in accordance wit h the Contract Docu ments.
F. Reduction in Payment:
1. Cit y may refuse to make payment of the amount requested because:
a. Liens have been filed in connection wit h the Work, except where Contractor has delivered
a specific bond satisfactory to Cit y to secure the satisfaction and discharge of such Liens;
b. ther e are other ite ms entitling Cit y to a set -off against the amount reco mmended; or
c. Cit y 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 Cit y refuses to make payment of the amount requested, Cit y will give Contracto r written
notic e stating the reasons fo r such actio n and pay Contractor any amount remaining after
deduction of the amount so withheld. Cit y shall pay Contractor the amount so withheld, or any
adjustment thereto agreed to by Cit y and Contractor, when Contractor remedie s the reasons
fo r such action.
14.03 Contractor’s Warranty of Title
Contractor warrant s and guarantees that title to all Work, materials, and equipment covered by any
Applicatio n for Payment , whether incorporated in the Project or not , will pass to Cit y no later than the
time of payment fre e and clear of all Liens.
WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
City Project No.: 104491
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 55 of 63
14.04 Partial Utilization
A. Prio r to Final Acceptance of all the Work, Cit y may use or occupy any part of the Work whic h
has specifically been identified in the Contract Docu ments, or which City determines constitutes
a separately functioning and usable part of the Work that can be used for it s intended purpose
without significant interference wit h Contractor’s performance of the remainder of the Work. Cit y
at any time may notify Contractor in writing to permit Cit y to use or occupy any such part of the
Work whic h Cit y deter mines to be ready fo r its intende d use, subjec t to the following conditions:
1. Contracto r at any time may notify Cit y in writing that Contractor consider s any such part of
the Work read y fo r it s intended use.
2. Within a reasonable time afte r notificatio n as enu merated in Paragraph 14.05.A.1, Cit y and
Contracto r shall make an inspectio n of that part of the Work to deter mine it s status of
co mpletion. If Cit y does no t conside r that part of the Work to be substantially co mplete , City
will notify Contractor in writing giving the reasons therefor.
3. Partia l Utilizatio n will no t constitut e Final Acceptance by City.
14.05 Final Inspection
A. Upo n written notice fro m Contractor that the entir e Work is Substantially Complet e in
accordance wit h the Contract Documents:
1. Within 10 days, Cit y will schedule a Final Inspectio n wit h Contractor.
2. Cit y will notify Contracto r in writing of all particulars in whic h this inspectio n reveals that
the Work is inco mplet e or defective (“Punch List Items”). Contractor shall immediately take
such measures as are necessar y to co mplet e such Work or remed y such deficiencies.
B. No time charge will be made against the Contractor between said dat e of notificatio n to the City
of Substantial Completion and the dat e of Fina l Inspection.
1. Should the Cit y determine that the Work is not read y fo r Final Inspection, Cit y will notif y the
Contracto r in writing of the reasons and Contract Time will resu me.
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
Upo n co mpletio n by Contractor to City’s satisfaction, of any additiona l Work identifie d in the Final
Inspection , Cit y will issue to Contracto r a letter of Fina l Acceptance.
WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
City Project No.: 104491
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 56 of 63
14.07 Final Payment
A. Application for Payment:
1. Upo n Fina l Acceptance, and in the opinion of City, Contractor may make an application for
final payment following the procedure fo r progress payment s in accordance wit h the
Contract Documents.
2. The final Applicatio n fo r Payment shall be accompanied (except as previously delivered) by:
a. all documentation called fo r 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 fina l payment;
c. a lis t of all pending or released Damage Clai ms against Cit y that Contractor believes are
unsettled ; and
d. affidavit s of payment s for employees, subcontractors, and suppliers; and co mplet e
and legally effective releases or waivers (satisfactory to City) of all Lie n right s aris ing
out of or Liens filed in connection wit h the Work .
B. Payment Becomes Due:
1. After City’s acceptance of the Applicatio n fo r Payment and accompanying documentation,
requested by Contractor, les s previous payment s made and any sum Cit y is entitled,
including but not limited to liquidated damages, will become due and payable.
2. After all Damage Claims have been resolved:
a. directly by the Contractor or;
b. Contractor provides evidence that the Damage Clai m has been reported to Contractor’s
insurance provider fo r resolution.
3. The making of the final payment by the Cit y shall not relieve the Contracto r of any
guarantees or other requirement s of the Cont ract Document s whic h specifically continue
thereafter.
14.08 Final Completion Delayed and Partial Retainage Release
A. If final completio n of the Work is significantly delayed, and if Cit y so confir ms, Cit y may, upon
receipt of Contractor’s fina l Applicatio n fo r Payment , and without terminating the Contract, make
payment of the balance due fo r that port ion of the Work fully completed and accepted. If the
remaining balance to be held by Cit y for Work not fully completed or corrected is les s than the
retainage stipulated in Paragraph 14.02.C, and if bonds have been furnished as required in
Paragraph 5.02, the written consent of the suret y to the payment of the balance due fo r that
WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
City Project No.: 104491
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 57 of 63
portio n of the Work fully completed and accepted shall be submitted by Contractor to Cit y with
the Applicatio n fo r suc h payment . Such payment shall be made under the ter ms and conditions
governing fina l payment , except that it shall not constitute a waive r of Contract Claims.
B. Partial Retainage Release. Fo r a Contract that provides fo r a separate vegetative establishment
and maintenance, and test and performance period s following the co mpletio n of all other
constructio n in the Contract Docu ment s fo r all Work locations , the Cit y may release a portio n of
the amount retained provided that all other wor k is co mplete d as deter mined by the City. Before
the release, all submittals and fina l quantitie s must be co mplete d and accepted for all other work.
An amount sufficient to ensur e Contract co mplianc e will be retained.
14.09 Waiver of Claims
The acceptance of fina l payment will constitut e a re lease of the Cit y fro m all claims or liabilities
under the Contract fo r anything done or furnish ed or relating to the work under the Contract
Docu ment s or any act or neglect of Cit y related to or connected wit h the Contract.
ARTICLE 15 – SUSPENSION OF WORK AND TERMINATION
15.01 City May Suspend Work
A. At any time and without cause, Cit y may suspend the Work or any portio n thereo f by written
notic e to Contractor and whic h may fix the dat e on whic h 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, fo r any reason, the Cit y will make no extr a payment for stand-by time of
constructio n equipment and/or constructio n crews.
B. Should the Contracto r no t be able to co mplet e a portio n of the Project due to causes beyond the
contro l of and without the fault or negligence of the Contractor, and should it be determined by
mutual consent of the Contractor and Cit y that a solutio n to allo w constructio n to proceed is not
available within a reasonable perio d 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 fo r an indefinit e period, the Contractor shall
store all materials in such a manner that they will not obstruct or impede the public unnecessarily
no r beco me damaged in any way, and he shall take every precaution to prevent damage or
deterioratio n of the work performed; he shall provide suitable drainage about the work, and erect
temporary structures where necessary.
D. Contractor may be reimbursed fo r the cost of moving his equipment off the jo b and returning the
necessary equipment to the jo b when it is determined by the Cit y that constructio n may be
resumed. Such reimbursement shall be based on actual cost to the Contractor of moving the
equipment and no pro fit will be allowed. Reimbursement may not be allowed if the equipment is
moved to another constructio n project for the City.
WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
City Project No.: 104491
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 58 of 63
15.02 City May Terminate for Cause
A. The occurrence of any one or more of the following event s by way of example, but no t of limitation,
may justif y ter minatio n fo r cause:
1. Contractor’s persistent failur e to perform the Work in accordance wit h the Contract Document s
(including , but no t limite d to, failure to supply sufficient skilled workers or suitable materials
or equipment , failur e to adher e to the Project Schedule established under Paragraph 2.07 as
adjusted fro m time to time pursuant to Paragraph 6.04, or failur e 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 authorit y of City; or
4. Contractor’s violatio n in any substantial way of any provisions of the Contract Documents;
or
5. Contractor’s failur e to pro mptly make good any defect in materials or work manship, or
defects of any nature, the correctio n of whic h has been directed in writing by the City; or
6. Substantial indicatio n that the Contracto r has made an unauthorized assignment of the
Contract or any funds due therefro m fo r 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 co mmences lega l action in a court of co mpetent jurisdictio n against the City.
B. If one or more of the event s identified in Paragraph 15.02A. occur, Cit y will provide written notice
to Contractor and Suret y to arrange a conference wit h Contractor and Suret y to address
Contractor 's failur e to perfor m the Work. Conference shall be held not later than 15 days, after
receipt of notice.
1. If the City, the Contractor, and the Suret y do no t agree to allo w the Contractor to proceed to
perform the constructio n Contract, the Cit y may, to the extent permitted by Laws and
Regulations, declare a Contractor default and formally terminat e the Contractor 's right to
co mplet e the Contract . Contractor default shall no t be declared earlier than 20 days after the
Contractor and Suret y have received notice of conference to address Contractor's failur e to
perfor m the Work.
2. If Contractor's services are terminated, Suret y shall be obligated to take over and perform the
Work. If Suret y does no t co mmence performance thereo f within 15 consecutive calendar days
after dat e of an additional written notice demanding Surety's performance of its
WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
City Project No.: 104491
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 59 of 63
obligations, then City, without process or actio n at law, may take over any portio n of the
Work and co mplet e it as described below.
a. If Cit y completes the Work, Cit y may exclude Contractor and Suret y fro m the sit e and
take possession of the Work, and all materials and equipment incorporated int o the Work
stored at the Sit e or for whic h Cit y has paid Contractor or Suret y but whic h are stored
elsewhere, and finis h the Work as Cit y may deem expedient.
3. Whether Cit y or Suret y completes the Work, Contractor shall no t 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 Cit y arising out of or resulting from
co mpleting the Work, such excess will be paid to Contractor. If such claims, costs, losses and
damages exceed such unpaid balance, Contracto r shall pay the difference to City. Such claims,
costs, losses and damages incurr ed by Cit y will be incorporated in a Change Order , provided
that when exercising any right s or remedie s under this Paragraph, Cit y shall not be required to
obtai n the lowest pric e fo r the Work performed.
4. Neithe r City, no r any of it s respective consult ants, agents, officers, directors or employees
shall be in any way liable or accountable to Contractor or Suret y fo r the metho d by which the
co mpletio n of the said Work, or any portion thereof, may be accomplished or fo r the price paid
therefor.
5. City, notwithstanding the metho d used in completing the Contract , shall not forfeit the right
to recover damages fro m Contractor or Suret y for Contractor's failure to timely co mplet e the
entir e Contract . Contractor shall no t be entitled to any claim on account of the metho d used
by Cit y in completing the Contract.
6. Maintenance of the Work shall continue to be Contractor's and Surety's responsibilities as
provided fo r in the bond requirement s of the Contract Document s or any special guarantees
provided fo r under the Contract Document s 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 terminat e to correct it s failur e to perform
and proceeds diligently to cur e such failur e within no more than 30 days of receipt of said notice.
D. Wher e Contractor’s service s have been so ter minated by City, the terminatio n will not affect any
right s or remedie s of Cit y against Contractor then existing or whic h may thereafter accrue. Any
retentio n or payment of moneys due Contractor by Cit y will not release Contractor from liability.
E. If and to the extent that Contractor has provided a perfor mance bond under the provisions of
Paragrap h 5.02, the terminatio n procedures of that bond shall not supersed e the provisions of this
Article.
WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
City Project No.: 104491
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 60 of 63
15.03 City May Terminate For Convenience
A. Cit y may, without cause and without prejudice to any other right or remedy of City, terminat e the
Contract. Any terminatio n shall be effected by mailing a notice of the terminatio n to the Contractor
specifying the extent to whic h performance of Work under the contract is terminated, and the dat e
upo n whic h such terminatio n beco mes effective. Receipt of the notice shall be deemed
conclusively presumed and established when the letter is placed in the United States Postal Servic e
Mail by the City. Further , it shall be deemed conclusively presumed and established that such
ter minatio n is made wit h just cause as therein stated; and no proo f in any claim, demand or suit
shall be required of the Cit y 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 wor k under the Contract on the date and to the extent specified in the notice of ter mination;
2. plac e no further orders or subcontract s fo r materials, services or facilities except as may be
necessary fo r co mpletio n of such portio n of the Work under the Contract as is no t ter minated;
3. ter minat e all order s and subcontract s to the extent that the y relat e to the performance of the
Work ter minated by notic e of ter mination;
4. transfe r title to the Cit y and deliver in the manner , at the times, and to the extent , if any,
directe d by the City:
a. the fabricated or unfabricated parts, Work in progress, co mplete d Work, supplies and
othe r material produced as a part of, or acquire d in connection wit h the performance of,
the Work terminated by the notic e of the ter mination; and
b. the co mp leted, or partially completed plans, drawings, infor matio n and other property
which, if the Contract had been co mpleted, would have been required to be furnished to
the City.
5. co mplet e performance of such Work as shall no t have been terminated by the notice of
ter mination; and
6. take such actio n as may be necessary, or as the Cit y may direct , for the protectio n and
preservation of the property related to it s contract whic h is in the possession of the
Contractor and in whic h the owner has or may acquire the rest.
C. At a time not later than 30 days after the terminatio n date specified in the notice of termination,
the Contractor may submit to the Cit y a list , certifie d as to quantit y and quality, of any or all ite ms
of terminatio n inventory not previously disposed of, exclusive of items the dispositio n of whic h
has been directed or authorized by City.
WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
City Project No.: 104491
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 61 of 63
D.Not later than 15 days thereafter, the Cit y shall accept title to such items provided, that the list
submitted shall be subject to verificatio n by the Cit y upo n removal of the items or, if the ite ms are
stored, within 45 days fro m the dat e of submissio n of the list , and any necessary adjust ments to
correct the list as submitted, shall be made prior to final settle ment.
E.Not later than 60 days after the notice of termination, the Contractor shall submit his termination
claim to the Cit y in the form and wit h the certification prescribed by the City. Unles s an extensio n
is made in writing within such 60 day perio d 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 fo r (without duplicatio n of any items):
1.co mp leted and acceptable Work executed in accordance wit h the Contract Document s prior
to the effective dat e of termination, including fair and reasonable sums fo r overhead and profit on
such Work;
2.expenses sustained prio r to the effective date of terminatio n in performing services and
furnishing labor , materials , or equip ment as required by the Contract Document s in connection
wit h unco mpleted Work, plus fair and reasonable sums fo r overhead and profit on such expenses;
and
3.reasonable expenses directly attributable to termination.
G.In the event of the failur e of the Contracto r and Cit y to agree upo n the whole amount to be paid
to the Contractor by reason of the terminatio n of the Work, the Cit y shall determine, on the basis
of infor matio n available to it , the amount , if any, due to the Contractor by reason of the ter minatio n
and shall pay to the Contractor the amount s determined. Contractor shall not be paid on account
of loss of anticipated profit s or revenue or other econo mic loss arising out of or resulting fro m
such termination.
ARTICLE 16 – DISPUTE RESOLUTION
16.01 Methods and Procedures
A.E ither Cit y or Contractor may request mediation of any Contract Claim submitted for a decision
under Paragrap h 10.06 befor e such decisio n beco mes final and binding. The request for mediatio n
shall be submitted to the other part y to the Contract . Timely submissio n of the request shall stay
the effect of Paragraph 10.06.E.
B.Cit y and Contracto r shall participat e in the mediatio n process in good faith. The process shall be
co mmenced within 60 days of filing of the request.
C.If the Contract Claim is no t resolved by mediation, City’s action under Paragraph 10.06.C or a
denia l pursuant to Paragraphs 10.06.C.3 or 10.06.D shall beco me fina l and binding 30 days after
ter minatio n of the mediatio n unless, within that time period, Cit y or Contractor:
WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
City Project No.: 104491
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 62 of 63
1. elects in writing to invoke any other dispute resolutio n process provided for in the
Supplementar y Conditions ; or
2. agrees wit h the other part y to sub mit the Contract Claim to another dispute resolution
process; or
3. give s written notice to the other part y of the intent to submit the Contract Claim to a court of
co mpetent jurisdiction.
ARTICLE 17 – MISCELLANEOUS
17.01 Giving Notice
A. Whenever any provisio n of the Contract Document s requires the giving of written notice, it will
be deemed to have been validly give n if:
1. delivered in perso n to the individual or to a member of the fir m or to an officer of the
corporatio n fo r who m it is intended; or
2. delivered at or sent by registered or certified mail, postag e prepaid, to the las t business
address known to the give r of the notice.
B. Business address changes must be pro mptly made in writing to the other party.
C. Whenever the Contract Document s specifies giving notice by electronic means such electronic
notice shall be deemed sufficient upo n confir matio n of receipt by the receiving party.
17.02 Computation of Times
When any perio d of time is referred to in the Contract Document s by days, it will be computed to
exclud e the firs t and includ e the las t day of suc h period. If the las t day of any such perio d falls on a
Saturday or Sunday or on a day made a lega l holida y the next Working Day shall beco me the last da y
of the period.
17.03 Cumulative Remedies
The dutie s and obligations imposed by these General Conditions and the right s and remedies available
hereunder to the partie s heret o ar e in additio n to, and are no t to be construed in any way as a limitatio n
of, any right s and remedie s available to any or all of them whic h are otherwis e imposed or available
by Laws or Regulations, by special warrant y or guarantee, or by other provisions of the Contract
Docu ments. The provisions of this Paragraph will be as effective as if repeated specifically i n the
Contract Docu ment s in connectio n wit h each particula r duty, obligation, right , and remed y to whic h
they apply.
WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
City Project No.: 104491
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 63 of 63
17.04 Survival of Obligations
All representations, inde mnifications, warranties, and guarantees made in, required by, or give n in
accordance wit h the Contract Docu ments, as well as all continuing obligations indicated in the
Contract Docu ments, will survive fina l payment , co mpletion, and acceptance of the Work or
ter minatio n or co mpletio n of the Contract or terminatio n of the services of Contractor.
17.05 Headings
Article and paragraph headings are inserted fo r convenience only and do not constitute part s of these
General Conditions.
WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
City Project No.: 104491
00 73 00
SUPPLEMENTARY CONDITIONS
Page 1 of 6
CITY OF FORT WORTH WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 104491
Revised March 8, 2024
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
September 27, 2024:
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 6
CITY OF FORT WORTH WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 104491
Revised March 8, 2024
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 September 27, 2024.
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 Test Holes for W & SS Replace Contract, Report No. 2327784, dated July 29, 2023, prepared by Rone
Engineering Services, Ltd., a consultant of the City, providing additional information on pavement core
depth checks.
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: None
(3) Other: None
SC-5.04A., “Contractor’s Insurance”
The limits of liability for the insurance required by Paragraph GC-5.04 shall provide the following
coverages for not less than the following amounts or greater where required by laws and regulations:
5.04A. Workers' Compensation, under Paragraph GC-5.04A.
Statutory limits
Employer's liability
$100,000 each accident/occurrence
$100,000 Disease - each employee
$500,000 Disease - policy limit
SC-5.04B., “Contractor’s Insurance”
00 73 00
SUPPLEMENTARY CONDITIONS
Page 3 of 6
CITY OF FORT WORTH WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 104491
Revised March 8, 2024
5.04B. Commercial General Liability, under Paragraph GC-5.04B. Contractor's Liability Insurance
under Paragraph GC-5.04B., which shall be on a per project basis covering the Contractor with
minimum limits of:
$1,000,000 each occurrence
$2,000,000 aggregate limit
The policy must have an endorsement (Amendment – Aggregate Limits of Insurance) making the
General Aggregate Limits apply separately to each job site.
The Commercial General Liability Insurance policies shall provide “X”, “C”, and “U” coverage’s.
Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance.
SC 5.04C., “Contractor’s Insurance”
5.04C. Automobile Liability, under Paragraph GC-5.04C. Contractor’s Liability Insurance under
Paragraph GC-5.04C., which shall be in an amount not less than the following amounts:
(1) Automobile Liability - a commercial business policy shall provide coverage on "Any Auto",
defined as autos owned, hired and non-owned.
$1,000,000 each accident on a combined single limit basis. Split limits are acceptable if limits are at
least:
$250,000 Bodily Injury per person /
$500,000 Bodily Injury per accident /
$100,000 Property Damage
SC-5.04D., “Contractor’s Insurance”
The Contractor’s construction activities will require its employees, agents, subcontractors, equipment, and
material deliveries to cross railroad properties and tracks - None.
The Contractor shall conduct its operations on railroad properties in such a manner as not to interfere with,
hinder, or obstruct the railroad company in any manner whatsoever in the use or operation of its/their trains
or other property. Such operations on railroad properties may require that Contractor to execute a “Right of
Entry Agreement” with the particular railroad company or companies involved, and to this end the
Contractor should satisfy itself as to the requirements of each railroad company and be prepared to execute
the right-of-entry (if any) required by a railroad company. The requirements specified herein likewise relate
to the Contractor’s use of private and/or construction access roads crossing said railroad company’s
properties.
The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions shall provide
coverage for not less than the following amounts, issued by companies satisfactory to the City and to the
Railroad Company for a term that continues for so long as the Contractor’s operations and work cross,
occupy, or touch railroad property:
(1) General Aggregate: $Confirm Limits with Railroad
(2) Each Occurrence: $Confirm Limits with Railroad
Required for this Contract X Not required for this Contract
With respect to the above outlined insurance requirements, the following shall govern:
00 73 00
SUPPLEMENTARY CONDITIONS
Page 4 of 6
CITY OF FORT WORTH WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 104491
Revised March 8, 2024
1. Where a single railroad company is involved, the Contractor shall provide one insurance policy in
the name of the railroad company. However, if more than one grade separation or at-grade crossing
is affected by the Project at entirely separate locations on the line or lines of the same railroad
company, separate coverage may be required, each in the amount stated above.
2. Where more than one railroad company is operating on the same right-of-way or where several
railroad companies are involved and operated on their own separate rights-of-way, the Contractor
may be required to provide separate insurance policies in the name of each railroad company.
3. If, in addition to a grade separation or an at-grade crossing, other work or activity is proposed on a
railroad company’s right-of-way at a location entirely separate from the grade separation or at-grade
crossing, insurance coverage for this work must be included in the policy covering the grade
separation.
4. If no grade separation is involved but other work is proposed on a railroad company’s right-of-way,
all such other work may be covered in a single policy for that railroad, even though the work may
be at two or more separate locations.
No work or activities on a railroad company’s property to be performed by the Contractor shall be
commenced until the Contractor has furnished the City with an original policy or policies of the insurance
for each railroad company named, as required above. All such insurance must be approved by the City and
each affected Railroad Company prior to the Contractor’s beginning work.
The insurance specified above must be carried until all Work to be performed on the railroad right-of-way
has been completed and the grade crossing, if any, is no longer used by the Contractor. In addition,
insurance must be carried during all maintenance and/or repair work performed in the railroad right-of-way.
Such insurance must name the railroad company as the insured, together with any tenant or lessee of the
railroad company operating over tracks involved in the Project.
SC-6.04., “Project Schedule”
Project schedule shall be tier 3 for the project.
SC-6.07 A.., “Duty to pay Prevailing Wage Rates”
The following is the prevailing wage rate table(s) applicable to this project and is provided in the
Appendixes:
2013 Prevailing Wage Rates (Heavy and Highway Construction Projects)
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:
None
SC-6.09B. “City obtained permits and licenses”
00 73 00
SUPPLEMENTARY CONDITIONS
Page 5 of 6
CITY OF FORT WORTH WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 104491
Revised March 8, 2024
The following are known permits and/or licenses required by the Contract to be acquired by the City:
1. N. Main Street (USB287) - TxDOT
2. Federal Aviation Administration FAA Advisory Circular 150/5370-2, "Operational Safety on
Airports During Construction."
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 September
27, 2024.
Outstanding Permits and/or Licenses to Be Acquired
OWNER PERMIT OR LICENSE AND LOCATION TARGET 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 Dena Johnson, P.E., or his/her successor pursuant to
written notification from the Director of Water Department.
SC-13.03C., “Tests and Inspections”
None
SC-16.01C.1, “Methods and Procedures”
None
END OF SECTION
00 73 00
SUPPLEMENTARY CONDITIONS
Page 6 of 6
CITY OF FORT WORTH WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 104491
Revised March 8, 2024
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 [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised December 20, 2012
SECTION 01 11 00
SUMMARY OF WORK
PART 1 - GENERAL
1.1 SUMMARY
A.Section Includes:
1. Summary of Work to be performed in accordance with the Contract Documents
B.Deviations from this City of Fort Worth Standard Specification
1. None.
C.Related Specification Sections include, but are not necessarily limited to:
1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract
2.Division 1 - General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A.Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A.Work Covered by Contract Documents
1. Work is to include furnishing all labor, materials, and equipment, and performing
all Work necessary for this construction project as detailed in the Drawings and
Specifications.
B.Subsidiary Work
1. Any and all Work specifically governed by documentary requirements for the
project, such as conditions imposed by the Drawings or Contract Documents in
which no specific item for bid has been provided for in the Proposal and the item is
not a typical unit bid item included on the standard bid item list, then the item shall
be considered as a subsidiary item of Work, the cost of which shall be included in
the price bid in the Proposal for various bid items.
C.Use of Premises
1. Coordinate uses of premises under direction of the City.
2. Assume full responsibility for protection and safekeeping of materials and
equipment stored on the Site.
3. Use and occupy only portions of the public streets and alleys, or other public places
or other rights-of-way as provided for in the ordinances of the City, as shown in the
Contract Documents, or as may be specifically authorized in writing by the City.
a.A reasonable amount of tools, materials, and equipment for construction
purposes may be stored in such space, but no more than is necessary to avoid
delay in the construction operations.
_
WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
City Project No.: 104491
01 11 00 - 2
SUMMARY OF WORK
Page 2 of 3
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised December 20, 2012
b. Excavated and waste materials shall be stored in such a way as not to interfere
with the use of spaces that may be designated to be left free and unobstructed
and so as not to inconvenience occupants of adjacent property.
c. If the street is occupied by railroad tracks, the Work shall be carried on in such
manner as not to interfere with the operation of the railroad.
1) All Work shall be in accordance with railroad requirements set forth in
Division 0 as well as the railroad permit.
D. Work within Easements
1. Do not enter upon private property for any purpose without having previously
obtained permission from the owner of such property.
2. Do not store equipment or material on private property unless and until the
specified approval of the property owner has been secured in writing by the
Contractor and a copy furnished to the City.
3. Unless specifically provided otherwise, clear all rights-of-way or easements of
obstructions which must be removed to make possible proper prosecution of the
Work as a part of the project construction operations.
4. Preserve and use every precaution to prevent damage to, all trees, shrubbery, plants,
lawns, fences, culverts, curbing, and all other types of structures or improvements,
to all water, sewer, and gas lines, to all conduits, overhead pole lines, or
appurtenances thereof, including the construction of temporary fences and to all
other public or private property adjacent to the Work.
5. Notify the proper representatives of the owners or occupants of the public or private
lands of interest in lands which might be affected by the Work.
a. Such notice shall be made at least 48 hours in advance of the beginning of the
Work.
b. Notices shall be applicable to both public and private utility companies and any
corporation, company, individual, or other, either as owners or occupants,
whose land or interest in land might be affected by the Work.
c. Be responsible for all damage or injury to property of any character resulting
from any act, omission, neglect, or misconduct in the manner or method or
execution of the Work, or at any time due to defective work, material, or
equipment.
6. Fence
a. Restore all fences encountered and removed during construction of the Project
to the original or a better than original condition.
b. Erect temporary fencing in place of the fencing removed whenever the Work is
not in progress and when the site is vacated overnight, and/or at all times to
provide site security.
c. The cost for all fence work within easements, including removal, temporary
closures and replacement, shall be subsidiary to the various items bid in the
project proposal, unless a bid item is specifically provided in the proposal. _
WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
City Project No.: 104491
01 11 00 - 3
SUMMARY OF WORK
Page 3 of 3
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised December 20, 2012
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE _
WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
City Project No.: 104491
01 25 00 - 1
SUBSTITUTION PROCEDURES
Page 1 of 4
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised July 1, 2011
SECTION 01 25 00
SUBSTITUTION PROCEDURES
PART 1 - GENERAL
1.1 SUMMARY
A.Section Includes:
1. The procedure for requesting the approval of substitution of a product that is not
equivalent to a product which is specified by descriptive or performance criteria or
defined by reference to 1 or more of the following:
a.Name of manufacturer
b. Name of vendor
c.Trade name
d. Catalog number
2.Substitutions are not "or-equals".
B.Deviations from this City of Fort Worth Standard Specification
1. None.
C.Related Specification Sections include, but are not necessarily limited to:
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract
2.Division 1 – General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A.Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A.Request for Substitution - General
1.Within 30 days after award of Contract (unless noted otherwise), the City will
consider formal requests from Contractor for substitution of products in place of
those specified.
2. Certain types of equipment and kinds of material are described in Specifications by
means of references to names of manufacturers and vendors, trade names, or
catalog numbers.
a.When this method of specifying is used, it is not intended to exclude from
consideration other products bearing other manufacturer's or vendor's names,
trade names, or catalog numbers, provided said products are "or-equals," as
determined by City.
3. Other types of equipment and kinds of material may be acceptable substitutions
under the following conditions:
a.Or-equals are unavailable due to strike, discontinued production of products
meeting specified requirements, or other factors beyond control of Contractor;
or,
_
WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
City Project No.: 104491
01 25 00 - 2
SUBSTITUTION PROCEDURES
Page 2 of 4
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised July 1, 2011
b. Contractor proposes a cost and/or time reduction incentive to the City.
1.5 SUBMITTALS
A. See Request for Substitution Form (attached)
B. Procedure for Requesting Substitution
1. Substitution shall be considered only:
a. After award of Contract
b. Under the conditions stated herein
2. Submit 3 copies of each written request for substitution, including:
a. Documentation
1) Complete data substantiating compliance of proposed substitution with
Contract Documents
2) Data relating to changes in construction schedule, when a reduction is
proposed
3) Data relating to changes in cost
b. For products
1) Product identification
a) Manufacturer's name
b) Telephone number and representative contact name
c) Specification Section or Drawing reference of originally specified
product, including discrete name or tag number assigned to original
product in the Contract Documents
2) Manufacturer's literature clearly marked to show compliance of proposed
product with Contract Documents
3) Itemized comparison of original and proposed product addressing product
characteristics including, but not necessarily limited to:
a) Size
b) Composition or materials of construction
c) Weight
d) Electrical or mechanical requirements
4) Product experience
a) Location of past projects utilizing product
b) Name and telephone number of persons associated with referenced
projects knowledgeable concerning proposed product
c) Available field data and reports associated with proposed product
5) Samples
a) Provide at request of City.
b) Samples become the property of the City.
c. For construction methods:
1) Detailed description of proposed method
2) Illustration drawings
C. Approval or Rejection
1. Written approval or rejection of substitution given by the City
2. City reserves the right to require proposed product to comply with color and pattern
of specified product if necessary to secure design intent.
3. In the event the substitution is approved, the resulting cost and/or time reduction
will be documented by Change Order in accordance with the General Conditions. _
WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
City Project No.: 104491
01 25 00 - 3
SUBSTITUTION PROCEDURES
Page 3 of 4
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised July 1, 2011
4. No additional contract time will be given for substitution.
5. Substitution will be rejected if:
a. Submittal is not through the Contractor with his stamp of approval
b. Request is not made in accordance with this Specification Section
c. In the City’s opinion, acceptance will require substantial revision of the original
design
d. In the City’s opinion, substitution will not perform adequately the function
consistent with the design intent
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE
A. In making request for substitution or in using an approved product, the Contractor
represents that the Contractor:
1. Has investigated proposed product, and has determined that it is adequate or
superior in all respects to that specified, and that it will perform function for which
it is intended
2. Will provide same guarantee for substitute item as for product specified
3. Will coordinate installation of accepted substitution into Work, to include building
modifications if necessary, making such changes as may be required for Work to be
complete in all respects
4. Waives all claims for additional costs related to substitution which subsequently
arise
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
_
WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
City Project No.: 104491
01 25 00 - 4
SUBSTITUTION PROCEDURES
Page 4 of 4
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised July 1, 2011
EXHIBIT A
REQUEST FOR SUBSTITUTION FORM:
TO:
PROJECT: DATE:
We hereby submit for your consideration the following product instead of the specified item for
the above project:
SECTION PARAGRAPH SPECIFIED ITEM
Proposed Substitution:
Reason for Substitution:
Include complete information on changes to Drawings and/or Specifications which proposed
substitution will require for its proper installation.
Fill in Blanks Below:
A. Will the undersigned contractor pay for changes to the building design, including engineering
and detailing costs caused by the requested substitution?
B. What effect does substitution have on other trades?
C. Differences between proposed substitution and specified item?
D. Differences in product cost or product delivery time?
E. Manufacturer's guarantees of the proposed and specified items are:
Equal Better (explain on attachment)
The undersigned states that the function, appearance and quality are equivalent or superior to the
specified item.
Submitted By: For Use by City
Signature Recommended Recommended
as noted
Firm Not recommended Received late
Address By
Date
Date Remarks
Telephone
For Use by City:
Approved Rejected
City Date _
WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
City Project No.: 104491
01 31 19 - 1
PRECONSTRUCTION MEETING
Page 1 of 3
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised August 17, 2012
SECTION 01 31 19
PRECONSTRUCTION MEETING
PART 1 - GENERAL
1.1 SUMMARY
A.Section Includes:
1. Provisions for the preconstruction meeting to be held prior to the start of Work to
clarify construction contract administration procedures
B.Deviations from this City of Fort Worth Standard Specification
1. None.
C.Related Specification Sections include, but are not necessarily limited to:
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 – General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A.Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A.Coordination
1. Attend preconstruction meeting.
2. Representatives of Contractor, subcontractors and suppliers attending meetings
shall be qualified and authorized to act on behalf of the entity each represents.
3. Meeting administered by City may be tape recorded.
a.If recorded, tapes will be used to prepare minutes and retained by City for
future reference.
B.Preconstruction Meeting
1. A preconstruction meeting will be held within 14 days after the execution of the
Agreement and before Work is started.
a.The meeting will be scheduled and administered by the City.
2. The Project Representative will preside at the meeting, prepare the notes of the
meeting and distribute copies of same to all participants who so request by fully
completing the attendance form to be circulated at the beginning of the meeting.
3. Attendance shall include:
a.Project Representative
b. Contractor's project manager
c.Contractor's superintendent
d. Any subcontractor or supplier representatives whom the Contractor may desire
to invite or the City may request _
WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
City Project No.: 104491
01 31 19 - 2
PRECONSTRUCTION MEETING
Page 2 of 3
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised August 17, 2012
e. Other City representatives
f. Others as appropriate
4. Construction Schedule
a. Prepare baseline construction schedule in accordance with Section 01 32 16 and
provide at Preconstruction Meeting.
b. City will notify Contractor of any schedule changes upon Notice of
Preconstruction Meeting.
5. Preliminary Agenda may include:
a. Introduction of Project Personnel
b. General Description of Project
c. Status of right-of-way, utility clearances, easements or other pertinent permits
d. Contractor’s work plan and schedule
e. Contract Time
f. Notice to Proceed
g. Construction Staking
h. Progress Payments
i. Extra Work and Change Order Procedures
j. Field Orders
k. Disposal Site Letter for Waste Material
l. Insurance Renewals
m. Payroll Certification
n. Material Certifications and Quality Control Testing
o. Public Safety and Convenience
p. Documentation of Pre-Construction Conditions
q. Weekend Work Notification
r. Legal Holidays
s. Trench Safety Plans
t. Confined Space Entry Standards
u. Coordination with the City’s representative for operations of existing water
systems
v. Storm Water Pollution Prevention Plan
w. Coordination with other Contractors
x. Early Warning System
y. Contractor Evaluation
z. Special Conditions applicable to the project
aa. Damages Claims
bb. Submittal Procedures
cc. Substitution Procedures
dd. Correspondence Routing
ee. Record Drawings
ff. Temporary construction facilities
gg. M/WBE or MBE/SBE procedures
hh. Final Acceptance
ii. Final Payment
jj. Questions or Comments _
WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
City Project No.: 104491
01 31 19 - 3
PRECONSTRUCTION MEETING
Page 3 of 3
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised August 17, 2012
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
_
WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
City Project No.: 104491
01 31 20 - 1
PROJECT MEETINGS
Page 1 of 3
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised July 1, 2011
SECTION 01 31 20
PROJECT MEETINGS
PART 1 - GENERAL
1.1 SUMMARY
A.Section Includes:
1. Provisions for project meetings throughout the construction period to enable orderly
review of the progress of the Work and to provide for systematic discussion of
potential problems
B.Deviations this City of Fort Worth Standard Specification
1. None.
C.Related Specification Sections include, but are not necessarily limited to:
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 – General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A.Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A.Coordination
1. Schedule, attend and administer as specified, periodic progress meetings, and
specially called meetings throughout progress of the Work.
2. Representatives of Contractor, subcontractors and suppliers attending meetings
shall be qualified and authorized to act on behalf of the entity each represents.
3. Meetings administered by City may be tape recorded.
a.If recorded, tapes will be used to prepare minutes and retained by City for
future reference.
4. Meetings, in addition to those specified in this Section, may be held when requested
by the City, Engineer or Contractor.
B.Pre-Construction Neighborhood Meeting
1. After the execution of the Agreement, but before construction is allowed to begin,
attend 1 Public Meeting with affected residents to:
a.Present projected schedule, including construction start date
b. Answer any construction related questions
2. Meeting Location
a.Location of meeting to be determined by the City.
3. Attendees
_
WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
City Project No.: 104491
01 31 20 - 2
PROJECT MEETINGS
Page 2 of 3
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised July 1, 2011
a. Contractor
b. Project Representative
c. Other City representatives
4. Meeting Schedule
a. In general, the neighborhood meeting will occur within the 2 weeks following
the pre-construction conference.
b. In no case will construction be allowed to begin until this meeting is held.
C. Progress Meetings
1. Formal project coordination meetings will be held periodically. Meetings will be
scheduled and administered by Project Representative.
2. Additional progress meetings to discuss specific topics will be conducted on an as-
needed basis. Such additional meetings shall include, but not be limited to:
a. Coordinating shutdowns
b. Installation of piping and equipment
c. Coordination between other construction projects
d. Resolution of construction issues
e. Equipment approval
3. The Project Representative will preside at progress meetings, prepare the notes of
the meeting and distribute copies of the same to all participants who so request by
fully completing the attendance form to be circulated at the beginning of each
meeting.
4. Attendance shall include:
a. Contractor's project manager
b. Contractor's superintendent
c. Any subcontractor or supplier representatives whom the Contractor may desire
to invite or the City may request
d. Engineer's representatives
e. City’s representatives
f. Others, as requested by the Project Representative
5. Preliminary Agenda may include:
a. Review of Work progress since previous meeting
b. Field observations, problems, conflicts
c. Items which impede construction schedule
d. Review of off-site fabrication, delivery schedules
e. Review of construction interfacing and sequencing requirements with other
construction contracts
f. Corrective measures and procedures to regain projected schedule
g. Revisions to construction schedule
h. Progress, schedule, during succeeding Work period
i. Coordination of schedules
j. Review submittal schedules
k. Maintenance of quality standards
l. Pending changes and substitutions
m. Review proposed changes for:
1) Effect on construction schedule and on completion date
2) Effect on other contracts of the Project
n. Review Record Documents
o. Review monthly pay request
_
WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
City Project No.: 104491
01 31 20 - 3
PROJECT MEETINGS
Page 3 of 3
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised July 1, 2011
p. Review status of Requests for Information
6. Meeting Schedule
a.Progress meetings will be held periodically as determined by the Project
Representative.
1) Additional meetings may be held at the request of the:
a)City
b) Engineer
c)Contractor
7. Meeting Location
a.The City will establish a meeting location.
1) To the extent practicable, meetings will be held at the Site.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE _
WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
City Project No.: 104491
01 32 16.1
CONSTRUCTION PROGRESS SCHEDULE – BASELINE EXAMPLE
Page 1 of 5
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised August 13 , 2021
SECTION 01 32 16.1 1
CONSTRUCTION SCHEDULE – BASELINE EXAMPLE 2
PART 1 - GENERAL 3
The following is an example of a Contractor’s project schedule that illustrates the data and 4
expectation for schedule content depicting the baseline for the project. This version of the 5
schedule is referred to as a “baseline” schedule. This example is intended to provide 6
guidance for the Contractor when developing and submitting a baseline schedule. See CFW 7
Specification 01 32 16 Construction Schedule for details and requirements regarding the 8
Contractor’s project schedule. 9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
_
WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
City Project No.: 104491
01 32 16.1
CONSTRUCTION PROGRESS SCHEDULE – BASELINE EXAMPLE
Page 2 of 5
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised August 13 , 2021
1
_
WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
City Project No.: 104491
01 32 16.1
CONSTRUCTION PROGRESS SCHEDULE – BASELINE EXAMPLE
Page 3 of 5
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised August 13 , 2021
1
_
WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
City Project No.: 104491
01 32 16.1
CONSTRUCTION PROGRESS SCHEDULE – BASELINE EXAMPLE
Page 4 of 5
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised August 13 , 2021
1
_
WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
City Project No.: 104491
01 32 16.1
CONSTRUCTION PROGRESS SCHEDULE – BASELINE EXAMPLE
Page 5 of 5
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised August 13 , 2021
END OF SECTION 1
2
Revision Log
DATE NAME SUMMARY OF CHANGE
July 20, 2018 M.Jarrell Initial Issue
May 7 , 2021 M Owen Revised name due to revising the schedule specification
3
_
WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
City Project No.: 104491
01 32 16.2
CONSTRUCTION PROGRESS SCHEDULE – PROGRESS EXAMPLE
Page 1 of 5
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised August 13 , 2021
SECTION 01 32 16.2 1
CONSTRUCTION SCHEDULE – PROGRESS EXAMPLE 2
PART 1 - GENERAL 3
The following is an example of a Contractor’s project schedule that illustrates the data and 4
expectation for schedule content depicting the progress for the project. This version of the 5
schedule is referred to as a “progress” schedule. This example is intended to provide 6
guidance for the Contractor when developing and submitting a progress schedule. See 7
CFW Specification 01 32 16 Construction Schedule for details and requirements regarding 8
the Contractor’s project schedule. 9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
_
WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
City Project No.: 104491
01 32 16.2
CONSTRUCTION PROGRESS SCHEDULE – PROGRESS EXAMPLE
Page 2 of 5
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised August 13 , 2021
1
_
WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
City Project No.: 104491
01 32 16.2
CONSTRUCTION PROGRESS SCHEDULE – PROGRESS EXAMPLE
Page 3 of 5
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised August 13 , 2021
1
_
WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
City Project No.: 104491
01 32 16.2
CONSTRUCTION PROGRESS SCHEDULE – PROGRESS EXAMPLE
Page 4 of 5
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised August 13 , 2021
1
_
WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
City Project No.: 104491
01 32 16.2
CONSTRUCTION PROGRESS SCHEDULE – PROGRESS EXAMPLE
Page 5 of 5
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised August 13 , 2021
END OF SECTION 1
2
Revision Log
DATE NAME SUMMARY OF CHANGE
July 2 0, 2018 M.Jarrell Initial Issue
May 7, 2021 M Owen Revised name due to revising the schedule specification
3
_
WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
City Project No.: 104491
01 32 16.3
– PROGRESS NARRATIVE
Page 1 of 1
City of Fort Worth, Texas
Construction Project Schedule Narrative Report for CFW Projects
Revised August 13, 2021
Page 1 of 1
SEC TION 0 1 32 16.3
CONSTRUCTION PROJECT SCHEDULE PROGRESS NARRATIVE
Reporting Period : Date Issued:
Project Name: Contractor Company Name:
City Project No: Contractor Schedule Contact:
City Project Manager:
A.List of activities changed in the reporting period.
1.(insert text here)
2.(insert text here)
3.(insert text here)
4.(insert text here)
5.(insert text here)
6.(insert text here)
B.List any potential delays and provide mitigation actions
1.(insert text here)
2.(insert text here)
3.(insert text here)
C.List any actual delays and provide recovery actions
1.(insert text here)
2.(insert text here)
3.(insert text here)
WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
City Project No.: 104491
01 32 16 - 1
CONSTRUCTION PROGRESS SCHEDULE
Page 1 of 10
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised October 6, 2023
SECTION 01 32 16 1
CONSTRUCTION SCHEDULE 2
PART 1 - GENERAL 3
1.1 SUMMARY 4
A.Section Includes:5
1.General requirements for the preparation, submittal, updating, status reporting and6
management of the Construction Progress Schedule7
2.Specific requirements are presented in the City of Fort Worth Schedule Guidance8
Document9
B.Deviations from this City of Fort Worth Standard Specification10
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 Contract13
2.Division 1 – General Requirements14
D.Purpose15
The City of Fort Worth (City) is committed to delivering quality, cost-effective16
infrastructure to its citizens in a timely manner. A key tool to achieve this purpose is a17
properly structured schedule with accurate updates. This supports effective monitoring18
of progress and is input to critical decision making by the project manager throughout19
the life of the project. Data from the updated project schedule is utilized in status20
reporting to various levels of the City organization and the citizenry.21
22
This Document complements the City's Standard Agreement to guide the construction23
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 Payment32
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 Schedules38 _
WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
City Project No.: 104491
01 32 16 - 2
CONSTRUCTION PROGRESS SCHEDULE
Page 2 of 10
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised October 6, 2023
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 Schedule10
The master project schedule is a holistic representation of the scheduled activities11
and milestones for the total project and be Critical Path Method (CPM) based. The12
City’s Project Manager is accountable for oversight of the development and13
maintaining a master project schedule for each project. When the City contracts for14
the design and/or construction of the project, the master project schedule will15
incorporate elements of the Design and Construction schedules as deemed16
appropriate by the City’s Project Control Specialist. The assigned City Project17
Control Specialist creates and maintains the master project schedule in P6 (City’s18
scheduling software).19
20
2. Construction Schedule21
The Contractor is responsible for developing and maintaining a schedule for the22
scope of the Contractor’s contractual requirements. The Contractor will issue an23
initial schedule for review and acceptance by the City’s Project Control Specialist24
and the City’s Project Manager as a baseline schedule for Contractor’s scope of25
work. Contractor will issue current, accurate updates of their schedule (Progress26
Schedule) to the City at the end of each month throughout the life of their work.27
B.Schedule Tiers28
The City has a portfolio of projects that vary widely in size, complexity and content29
requiring different scheduling to effectively deliver each project. The City uses a30
“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 Project42
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 _
WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
City Project No.: 104491
01 32 16 - 3
CONSTRUCTION PROGRESS SCHEDULE
Page 3 of 10
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised October 6, 2023
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 in 3
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 the 6
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 is 21
significantly behind schedule, the City’s Project Manager may authorize an update 22
to the baseline schedule to facilitate a more practical evaluation of progress. An 23
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 _
WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
City Project No.: 104491
01 32 16 - 4
CONSTRUCTION PROGRESS SCHEDULE
Page 4 of 10
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised October 6, 2023
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
_
WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
City Project No.: 104491
01 32 16 - 5
CONSTRUCTION PROGRESS SCHEDULE
Page 5 of 10
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised October 6, 2023
The City’s standard calendar for schedule development purposes is based on a 5-day 1
workweek and accounts for the City’s nine standard holidays (New Years, Martin 2
Luther King, Memorial, Juneteenth, Independence, Labor, Thanksgiving, day after 3
Thanksgiving, and Christmas). The Contractor will establish a schedule calendar as 4
part of the schedule development process and provide to the Project Control Specialist 5
as part 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 26
in 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 _
WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
City Project No.: 104491
01 32 16 - 6
CONSTRUCTION PROGRESS SCHEDULE
Page 6 of 10
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised October 6, 2023
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 impact 11
of the change and is included in the Change Order. The coding for a new activity(s) 12
added to the schedule for the Change Order includes the Change Order number in the 13
Activity ID. Use as many activities as needed to accurately show the work of the 14
Change Order. Revisions to the baseline schedule are not effective until accepted by 15
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 _
WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
City Project No.: 104491
01 32 16 - 7
CONSTRUCTION PROGRESS SCHEDULE
Page 7 of 10
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised October 6, 2023
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 Contractor’s 41
schedule. The City’s Project Control Specialist is responsible for ensuring alignment of 42
the Contractor’s baseline and progress schedules with the Master Project Schedule as 43
support to the City’s Project Manager. The City reviews and accepts or rejects the 44
schedule within ten workdays of Contractor’s submittal. 45
46
_
WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
City Project No.: 104491
01 32 16 - 8
CONSTRUCTION PROGRESS SCHEDULE
Page 8 of 10
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised October 6, 2023
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 or 6
.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 will 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 schedule 17
to determine alignment with the City’s Master Project Schedule, including format & 18
WBS structure. Following the City’s review, feedback is provided to the Contractor 19
for their use in finalizing their initial schedule and issuing (within five workdays) their 20
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 the 24
last day of each month throughout the life of their work on the project. The Progress 25
Schedule is submitted in electronic form as noted above, in the City’s document 26
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, following 33
the submittal process noted above. The City’s Project Manager and Project Control 34
Specialist review the Contractor’s progress schedule for acceptance and to monitor 35
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 _
WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
City Project No.: 104491
01 32 16 - 9
CONSTRUCTION PROGRESS SCHEDULE
Page 9 of 10
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised October 6, 2023
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 content 5
of the Construction Project Schedule Progress Narrative should be concise and complete 6
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
1. 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 _
WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
City Project No.: 104491
01 32 16 - 10
CONSTRUCTION PROGRESS SCHEDULE
Page 10 of 10
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised October 6, 2023
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
_
WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
City Project No.: 104491
01 32 33 - 1
PRECONSTRUCTION VIDEO
Page 1 of 2
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised July 1, 2011
SECTION 01 32 33
PRECONSTRUCTION VIDEO
PART 1 - GENERAL
1.1 SUMMARY
A.Section Includes:
1. Administrative and procedural requirements for:
a.Preconstruction Videos
B.Deviations from this City of Fort Worth Standard Specification
1. None.
C.Related Specification Sections include, but are not necessarily limited to:
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 – General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A.Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A.Preconstruction Video
1. Produce a preconstruction video of the site/alignment, including all areas in the
vicinity of and to be affected by construction.
a.Provide digital copy of video upon request by the City.
2. Retain a copy of the preconstruction video until the end of the maintenance surety
period.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
_
WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
City Project No.: 104491
01 32 33 - 2
PRECONSTRUCTION VIDEO
Page 2 of 2
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised July 1, 2011
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
_
WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
City Project No.: 104491
01 33 00 - 1
SUBMITTALS
Page 1 of 8
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised December 20, 2012
SECTION 01 33 00
SUBMITTALS
PART 1 - GENERAL
1.1 SUMMARY
A.Section Includes:
1. General methods and requirements of submissions applicable to the following
Work-related submittals:
a.Shop Drawings
b. Product Data (including Standard Product List submittals)
c. Samples
d. Mock Ups
B.Deviations from this City of Fort Worth Standard Specification
1. None.
C.Related Specification Sections include, but are not necessarily limited to:
1.Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract
2.Division 1 – General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A.Measurement and Payment
1.Work associated with this Item is considered subsidiary to the various items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A.Coordination
1.Notify the City in writing, at the time of submittal, of any deviations in the
submittals from the requirements of the Contract Documents.
2.Coordination of Submittal Times
a.Prepare, prioritize and transmit each submittal sufficiently in advance of
performing the related Work or other applicable activities, or within the time
specified in the individual Work Sections, of the Specifications.
b.Contractor is responsible such that the installation will not be delayed by
processing times including, but not limited to:
a)Disapproval and resubmittal (if required)
b) Coordination with other submittals
c)Testing
d) Purchasing
e)Fabrication
f)Delivery
g)Similar sequenced activities
c.No extension of time will be authorized because of the Contractor's failure to
transmit submittals sufficiently in advance of the Work.
_
WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
City Project No.: 104491
01 33 00 - 2
SUBMITTALS
Page 2 of 8
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised December 20, 2012
d. Make submittals promptly in accordance with approved schedule, and in such
sequence as to cause no delay in the Work or in the work of any other
contractor.
B. Submittal Numbering
1. When submitting shop drawings or samples, utilize a 9-character submittal cross-
reference identification numbering system in the following manner:
a. Use the first 6 digits of the applicable Specification Section Number.
b. For the next 2 digits number use numbers 01-99 to sequentially number each
initial separate item or drawing submitted under each specific Section number.
c. Last use a letter, A-Z, indicating the resubmission of the same drawing (i.e.
A=2nd submission, B=3rd submission, C=4th submission, etc.). A typical
submittal number would be as follows: 03 30 00-08-B
1) 03 30 00 is the Specification Section for Concrete
2) 08 is the eighth initial submittal under this Specification Section
3) B is the third submission (second resubmission) of that particular shop
drawing
C. Contractor Certification
1. Review shop drawings, product data and samples, including those by
subcontractors, prior to submission to determine and verify the following:
a. Field measurements
b. Field construction criteria
c. Catalog numbers and similar data
d. Conformance with the Contract Documents
2. Provide each shop drawing, sample and product data submitted by the Contractor
with a Certification Statement affixed including:
a. The Contractor's Company name
b. Signature of submittal reviewer
c. Certification Statement
1) “By this submittal, I hereby represent that I have determined and verified
field measurements, field construction criteria, materials, dimensions,
catalog numbers and similar data and I have checked and coordinated each
item with other applicable approved shop drawings."
D. Submittal Format
1. Fold shop drawings larger than 8 ½ inches x 11 inches to 8 ½ inches x 11inches.
2. Bind shop drawings and product data sheets together.
3. Order
a. Cover Sheet
1) Description of Packet
2) Contractor Certification
b. List of items / Table of Contents
c. Product Data /Shop Drawings/Samples /Calculations
E. Submittal Content
1. The date of submission and the dates of any previous submissions _
WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
City Project No.: 104491
01 33 00 - 3
SUBMITTALS
Page 3 of 8
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised December 20, 2012
2. The Project title and number
3. Contractor identification
4. The names of:
a. Contractor
b. Supplier
c. Manufacturer
5. Identification of the product, with the Specification Section number, page and
paragraph(s)
6. Field dimensions, clearly identified as such
7. Relation to adjacent or critical features of the Work or materials
8. Applicable standards, such as ASTM or Federal Specification numbers
9. Identification by highlighting of deviations from Contract Documents
10. Identification by highlighting of revisions on resubmittals
11. An 8-inch x 3-inch blank space for Contractor and City stamps
F. Shop Drawings
1. As specified in individual Work Sections includes, but is not necessarily limited to:
a. Custom-prepared data such as fabrication and erection/installation (working)
drawings
b. Scheduled information
c. Setting diagrams
d. Actual shopwork manufacturing instructions
e. Custom templates
f. Special wiring diagrams
g. Coordination drawings
h. Individual system or equipment inspection and test reports including:
1) Performance curves and certifications
i. As applicable to the Work
2. Details
a. Relation of the various parts to the main members and lines of the structure
b. Where correct fabrication of the Work depends upon field measurements
1) Provide such measurements and note on the drawings prior to submitting
for approval.
G. Product Data
1. For submittals of product data for products included on the City’s Standard Product
List, clearly identify each item selected for use on the Project.
2. For submittals of product data for products not included on the City’s Standard
Product List, submittal data may include, but is not necessarily limited to:
a. Standard prepared data for manufactured products (sometimes referred to as
catalog data)
1) Such as the manufacturer's product specification and installation
instructions
2) Availability of colors and patterns
3) Manufacturer's printed statements of compliances and applicability
4) Roughing-in diagrams and templates
5) Catalog cuts
6) Product photographs
_
WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
City Project No.: 104491
01 33 00 - 4
SUBMITTALS
Page 4 of 8
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised December 20, 2012
7) Standard wiring diagrams
8) Printed performance curves and operational-range diagrams
9) Production or quality control inspection and test reports and certifications
10) Mill reports
11) Product operating and maintenance instructions and recommended
spare-parts listing and printed product warranties
12) As applicable to the Work
H. Samples
1. As specified in individual Sections, include, but are not necessarily limited to:
a. Physical examples of the Work such as:
1) Sections of manufactured or fabricated Work
2) Small cuts or containers of materials
3) Complete units of repetitively used products color/texture/pattern swatches
and range sets
4) Specimens for coordination of visual effect
5) Graphic symbols and units of Work to be used by the City for independent
inspection and testing, as applicable to the Work
I. Do not start Work requiring a shop drawing, sample or product data nor any material to
be fabricated or installed prior to the approval or qualified approval of such item.
1. Fabrication performed, materials purchased or on-site construction accomplished
which does not conform to approved shop drawings and data is at the Contractor's
risk.
2. The City will not be liable for any expense or delay due to corrections or remedies
required to accomplish conformity.
3. Complete project Work, materials, fabrication, and installations in conformance
with approved shop drawings, applicable samples, and product data.
J. Submittal Distribution
1. Electronic Distribution
a. Confirm development of Project directory for electronic submittals to be
uploaded to City’s Buzzsaw site, or another external FTP site approved by the
City.
b. Shop Drawings
1) Upload submittal to designated project directory and notify appropriate
City representatives via email of submittal posting.
2) Hard Copies
a) 3 copies for all submittals
b) If Contractor requires more than 1 hard copy of Shop Drawings
returned, Contractor shall submit more than the number of copies listed
above.
c. Product Data
1) Upload submittal to designated project directory and notify appropriate
City representatives via email of submittal posting.
2) Hard Copies
a) 3 copies for all submittals
d. Samples
1) Distributed to the Project Representative
2. Hard Copy Distribution (if required in lieu of electronic distribution) _
WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
City Project No.: 104491
01 33 00 - 5
SUBMITTALS
Page 5 of 8
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised December 20, 2012
a. Shop Drawings
1) Distributed to the City
2) Copies
a) 8 copies for mechanical submittals
b) 7 copies for all other submittals
c) If Contractor requires more than 3 copies of Shop Drawings returned,
Contractor shall submit more than the number of copies listed above.
b. Product Data
1) Distributed to the City
2) Copies
a) 4 copies
c. Samples
1) Distributed to the Project Representative
2) Copies
a) Submit the number stated in the respective Specification Sections.
3. Distribute reproductions of approved shop drawings and copies of approved
product data and samples, where required, to the job site file and elsewhere as
directed by the City.
a. Provide number of copies as directed by the City but not exceeding the number
previously specified.
K. Submittal Review
1. The review of shop drawings, data and samples will be for general conformance
with the design concept and Contract Documents. This is not to be construed as:
a. Permitting any departure from the Contract requirements
b. Relieving the Contractor of responsibility for any errors, including details,
dimensions, and materials
c. Approving departures from details furnished by the City, except as otherwise
provided herein
2. The review and approval of shop drawings, samples or product data by the City
does not relieve the Contractor from his/her responsibility with regard to the
fulfillment of the terms of the Contract.
a. All risks of error and omission are assumed by the Contractor, and the City will
have no responsibility therefore.
3. The Contractor remains responsible for details and accuracy, for coordinating the
Work with all other associated work and trades, for selecting fabrication processes,
for techniques of assembly and for performing Work in a safe manner.
4. If the shop drawings, data or samples as submitted describe variations and show a
departure from the Contract requirements which City finds to be in the interest of
the City and to be so minor as not to involve a change in Contract Price or time for
performance, the City may return the reviewed drawings without noting an
exception.
5. Submittals will be returned to the Contractor under 1 of the following codes:
a. Code 1
1) "NO EXCEPTIONS TAKEN" is assigned when there are no notations or
comments on the submittal.
a) When returned under this code the Contractor may release the
equipment and/or material for manufacture.
b. Code 2 _
WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
City Project No.: 104491
01 33 00 - 6
SUBMITTALS
Page 6 of 8
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised December 20, 2012
1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of
the notations and comments IS NOT required by the Contractor.
a) The Contractor may release the equipment or material for manufacture;
however, all notations and comments must be incorporated into the
final product.
c. Code 3
1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is
assigned when notations and comments are extensive enough to require a
resubmittal of the package.
a) The Contractor may release the equipment or material for manufacture;
however, all notations and comments must be incorporated into the
final product.
b) This resubmittal is to address all comments, omissions and
non-conforming items that were noted.
c) Resubmittal is to be received by the City within 15 Calendar Days of
the date of the City's transmittal requiring the resubmittal.
d. Code 4
1) "NOT APPROVED" is assigned when the submittal does not meet the
intent of the Contract Documents.
a) The Contractor must resubmit the entire package revised to bring the
submittal into conformance.
b) It may be necessary to resubmit using a different manufacturer/vendor
to meet the Contract Documents.
6. Resubmittals
a. Handled in the same manner as first submittals
1) Corrections other than requested by the City
2) Marked with revision triangle or other similar method
a) At Contractor’s risk if not marked
b. Submittals for each item will be reviewed no more than twice at the City’s
expense.
1) All subsequent reviews will be performed at times convenient to the City
and at the Contractor's expense, based on the City's or City
Representative’s then prevailing rates.
2) Provide Contractor reimbursement to the City within 30 Calendar Days for
all such fees invoiced by the City.
c. The need for more than 1 resubmission or any other delay in obtaining City's
review of submittals, will not entitle the Contractor to an extension of Contract
Time.
7. Partial Submittals
a. City reserves the right to not review submittals deemed partial, at the City’s
discretion.
b. Submittals deemed by the City to be not complete will be returned to the
Contractor, and will be considered "Not Approved" until resubmitted.
c. The City may at its option provide a list or mark the submittal directing the
Contractor to the areas that are incomplete.
8. If the Contractor considers any correction indicated on the shop drawings to
constitute a change to the Contract Documents, then written notice must be
provided thereof to the City at least 7 Calendar Days prior to release for
manufacture. _
WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
City Project No.: 104491
01 33 00 - 7
SUBMITTALS
Page 7 of 8
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised December 20, 2012
9. When the shop drawings have been completed to the satisfaction of the City, the
Contractor may carry out the construction in accordance therewith and no further
changes therein except upon written instructions from the City.
10. Each submittal, appropriately coded, will be returned within 30 Calendar Days
following receipt of submittal by the City.
L. Mock ups
1. Mock Up units as specified in individual Sections, include, but are not necessarily
limited to, complete units of the standard of acceptance for that type of Work to be
used on the Project. Remove at the completion of the Work or when directed.
M. Qualifications
1. If specifically required in other Sections of these Specifications, submit a P.E.
Certification for each item required.
N. Request for Information (RFI)
1. Contractor Request for additional information
a. Clarification or interpretation of the contract documents
b. When the Contractor believes there is a conflict between Contract Documents
c. When the Contractor believes there is a conflict between the Drawings and
Specifications
1) Identify the conflict and request clarification
2. Use the Request for Information (RFI) form provided by the City.
3. Numbering of RFI
a. Prefix with “RFI” followed by series number, “-xxx”, beginning with “01” and
increasing sequentially with each additional transmittal.
4. Sufficient information shall be attached to permit a written response without further
information.
5. The City will log each request and will review the request.
a. If review of the project information request indicates that a change to the
Contract Documents is required, the City will issue a Field Order or Change
Order, as appropriate.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED] _
WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
City Project No.: 104491
01 33 00 - 8
SUBMITTALS
Page 8 of 8
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised December 20, 2012
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
12/20/2012 D. Johnson 1.4.K.8. Working Days modified to Calendar Days
_
WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
City Project No.: 104491
01 35 13 - 1
SPECIAL PROJECT PROCEDURES
Page 1 of 8
CITY OF FORT WORTH WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 104491
Revised March 11, 2022
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
01 35 13 - 2
SPECIAL PROJECT PROCEDURES
Page 2 of 8
CITY OF FORT WORTH WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 104491
Revised March 11, 2022
a. Measurement 1
1) Measurement for this Item will be per working day. 2
b. Payment 3
1) The work performed and materials furnished in accordance with this Item 4
will be paid for each working day that Railroad Flagmen are present at the 5
Site. 6
c. The price bid shall include: 7
1) Coordination for scheduling flagmen 8
2) Flagmen 9
3) Other requirements associated with Railroad 10
3. All other items 11
a. Work associated with these Items is considered subsidiary to the various Items 12
bid. No separate payment will be allowed for this Item. 13
1.3 REFERENCES 14
A. Reference Standards 15
1. Reference standards cited in this Specification refer to the current reference 16
standard published at the time of the latest revision date logged at the end of this 17
Specification, unless a date is specifically cited. 18
2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. 19
High Voltage Overhead Lines. 20
1.4 ADMINISTRATIVE REQUIREMENTS 21
A. Coordination with the Texas Department of Transportation 22
1. When work in the right-of-way which is under the jurisdiction of the Texas 23
Department of Transportation (TxDOT): 24
a. Notify the Texas Department of Transportation prior to commencing any work 25
therein in accordance with the provisions of the permit 26
b. All work performed in the TxDOT right-of-way shall be performed in 27
compliance with and subject to approval from the Texas Department of 28
Transportation 29
B. Work near High Voltage Lines 30
1. Regulatory Requirements 31
a. All Work near High Voltage Lines (more than 600 volts measured between 32
conductors or between a conductor and the ground) shall be in accordance with 33
Health and Safety Code, Title 9, Subtitle A, Chapter 752. 34
2. Warning sign 35
a. Provide sign of sufficient size meeting all OSHA requirements. 36
3. Equipment operating within 10 feet of high voltage lines will require the following 37
safety features 38
a. Insulating cage-type of guard about the boom or arm 39
b. Insulator links on the lift hook connections for back hoes or dippers 40
c. Equipment must meet the safety requirements as set forth by OSHA and the 41
safety requirements of the owner of the high voltage lines 42
4. Work within 6 feet of high voltage electric lines 43
a. Notification shall be given to: 44
1) The power company (example: ONCOR) 45
01 35 13 - 3
SPECIAL PROJECT PROCEDURES
Page 3 of 8
CITY OF FORT WORTH WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 104491
Revised March 11, 2022
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
01 35 13 - 4
SPECIAL PROJECT PROCEDURES
Page 4 of 8
CITY OF FORT WORTH WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 104491
Revised March 11, 2022
a. Post notice or flyer and City of Fort Worth Door Hangers, 7 days prior to 1
beginning any construction activity on each block in the project area. 2
1) Prepare flyer on the Contractor’s letterhead and include the following 3
information: 4
a) Name of Project 5
b) City Project No (CPN) 6
c) Scope of Project (i.e. type of construction activity) 7
d) Actual construction duration within the block 8
e) Name of the contractor’s foreman and phone number 9
f) Name of the City’s inspector and phone number 10
g) City’s after-hours phone number 11
2) A sample of the ‘pre-construction notification’ flyer is attached as Exhibit 12
A. 13
3) City of Fort Worth Door Hangers will be provided to the Contractor for 14
distribution with their notice. 15
4) Submit schedule showing the construction start and finish time for each 16
block of the project to the inspector. 17
5) Deliver flyer to the City Inspector for review prior to distribution. 18
b. No construction will be allowed to begin on any block until the flyer and door 19
hangers are delivered to all residents of the block. 20
G. Public Notification of Temporary Water Service Interruption during Construction 21
1. In the event it becomes necessary to temporarily shut down water service to 22
residents or businesses during construction, prepare and deliver a notice or flyer of 23
the pending interruption to the front door of each affected resident. 24
2. Prepared notice as follows: 25
a. The notification or flyer shall be posted 24 hours prior to the temporary 26
interruption. 27
b. Prepare flyer on the contractor’s letterhead and include the following 28
information: 29
1) Name of the project 30
2) City Project Number 31
3) Date of the interruption of service 32
4) Period the interruption will take place 33
5) Name of the contractor’s foreman and phone number 34
6) Name of the City’s inspector and phone number 35
c. A sample of the temporary water service interruption notification is attached as 36
Exhibit B. 37
d. Deliver a copy of the temporary interruption notification to the City inspector 38
for review prior to being distributed. 39
e. No interruption of water service can occur until the flyer has been delivered to 40
all affected residents and businesses. 41
f. Electronic versions of the sample flyers can be obtained from the Project 42
Construction Inspector. 43
H. Coordination with United States Army Corps of Engineers (USACE) 44
1. At locations in the Project where construction activities occur in areas where 45
USACE permits are required, meet all requirements set forth in each designated 46
permit. 47
I. Coordination within Railroad Permit Areas 48
01 35 13 - 5
SPECIAL PROJECT PROCEDURES
Page 5 of 8
CITY OF FORT WORTH WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 104491
Revised March 11, 2022
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 AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 104491
Revised March 11, 2022
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 AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 104491
Revised March 11, 2022
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 AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 104491
Revised March 11, 2022
EXHIBIT B 1
2
3
4
01 45 23
TESTING AND INSPECTION SERVICES
Page 1 of 2
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised March 9, 2020
SECTION 01 45 23
TESTING AND INSPECTION SERVICES
PART 1 - GENERAL
1.1 SUMMARY
A.Section Includes:
1. Testing and inspection services procedures and coordination
B.Deviations from this City of Fort Worth Standard Specification
1. None.
C.Related Specification Sections include, but are not necessarily limited to:
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 – General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A.Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various Items bid.
No separate payment will be allowed for this Item.
a.Contractor is responsible for performing, coordinating, and payment of all
Quality Control testing.
b. City is responsible for performing and payment for first set of Quality
Assurance testing.
1) If the first Quality Assurance test performed by the City fails, the
Contractor is responsible for payment of subsequent Quality Assurance
testing until a passing test occurs.
a)Final acceptance will not be issued by City until all required payments
for testing by Contractor have been paid in full.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A.Testing
1. Complete testing in accordance with the Contract Documents.
2. Coordination
a.When testing is required to be performed by the City, notify City, sufficiently
in advance, when testing is needed.
b. When testing is required to be completed by the Contractor, notify City,
sufficiently in advance, that testing will be performed.
3. Distribution of Testing Reports
a.Electronic Distribution
1) Confirm development of Project directory for electronic submittals to be
uploaded to the City’s document management system, or another external
FTP site approved by the City._
WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
City Project No.: 104491
01 45 23
TESTING AND INSPECTION SERVICES
Page 2 of 2
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised March 9, 2020
2) Upload test reports to designated project directory and notify appropriate
City representatives via email of submittal posting.
3) Hard Copies
a) 1 copy for all submittals submitted to the Project Representative
b. Hard Copy Distribution (if required in lieu of electronic distribution)
1) Tests performed by City
a) Distribute 1 hard copy to the Contractor
2) Tests performed by the Contractor
a) Distribute 3 hard copies to City’s Project Representative
4. Provide City’s Project Representative with trip tickets for each delivered load of
Concrete or Lime material including the following information:
a. Name of pit
b. Date of delivery
c. Material delivered
B. Inspection
1. Inspection or lack of inspection does not relieve the Contractor from obligation to
perform work in accordance with the Contract Documents.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
3/9/2020 D.V. Magaña Removed reference to Buzzsaw and noted that electronic submittals be uploaded
through the City’s document management system.
_
WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
City Project No.: 104491
01 50 00 - 1
TEMPORARY FACILITIES AND CONTROLS
Page 1 of 4
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised July 1, 2011
SECTION 01 50 00
TEMPORARY FACILITIES AND CONTROLS
PART 1 - GENERAL
1.1 SUMMARY
A.Section Includes:
1. Provide temporary facilities and controls needed for the Work including, but not
necessarily limited to:
a.Temporary utilities
b. Sanitary facilities
c.Storage Sheds and Buildings
d. Dust control
e.Temporary fencing of the construction site
B.Deviations from this City of Fort Worth Standard Specification
1. None.
C.Related Specification Sections include, but are not necessarily limited to:
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract
2.Division 1 – General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A.Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various Items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A.Temporary Utilities
1. Obtaining Temporary Service
a.Make arrangements with utility service companies for temporary services.
b. Abide by rules and regulations of utility service companies or authorities
having jurisdiction.
c.Be responsible for utility service costs until Work is approved for Final
Acceptance.
1) Included are fuel, power, light, heat and other utility services necessary for
execution, completion, testing and initial operation of Work.
2. Water
a.Contractor to provide water required for and in connection with Work to be
performed and for specified tests of piping, equipment, devices or other use as
required for the completion of the Work.
b. Provide and maintain adequate supply of potable water for domestic
consumption by Contractor personnel and City’s Project Representatives.
c.Coordination
1) Contact City 1 week before water for construction is desired
_
WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
City Project No.: 104491
01 50 00 - 2
TEMPORARY FACILITIES AND CONTROLS
Page 2 of 4
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised July 1, 2011
d. Contractor Payment for Construction Water
1) Obtain construction water meter from City for payment as billed by City’s
established rates.
3. Electricity and Lighting
a. Provide and pay for electric powered service as required for Work, including
testing of Work.
1) Provide power for lighting, operation of equipment, or other use.
b. Electric power service includes temporary power service or generator to
maintain operations during scheduled shutdown.
4. Telephone
a. Provide emergency telephone service at Site for use by Contractor personnel
and others performing work or furnishing services at Site.
5. Temporary Heat and Ventilation
a. Provide temporary heat as necessary for protection or completion of Work.
b. Provide temporary heat and ventilation to assure safe working conditions.
B. Sanitary Facilities
1. Provide and maintain sanitary facilities for persons on Site.
a. Comply with regulations of State and local departments of health.
2. Enforce use of sanitary facilities by construction personnel at job site.
a. Enclose and anchor sanitary facilities.
b. No discharge will be allowed from these facilities.
c. Collect and store sewage and waste so as not to cause nuisance or health
problem.
d. Haul sewage and waste off-site at no less than weekly intervals and properly
dispose in accordance with applicable regulation.
3. Locate facilities near Work Site and keep clean and maintained throughout Project.
4. Remove facilities at completion of Project
C. Storage Sheds and Buildings
1. Provide adequately ventilated, watertight, weatherproof storage facilities with floor
above ground level for materials and equipment susceptible to weather damage.
2. Storage of materials not susceptible to weather damage may be on blocks off
ground.
3. Store materials in a neat and orderly manner.
a. Place materials and equipment to permit easy access for identification,
inspection and inventory.
4. Equip building with lockable doors and lighting, and provide electrical service for
equipment space heaters and heating or ventilation as necessary to provide storage
environments acceptable to specified manufacturers.
5. Fill and grade site for temporary structures to provide drainage away from
temporary and existing buildings.
6. Remove building from site prior to Final Acceptance.
D. Temporary Fencing
1. Provide and maintain for the duration or construction when required in contract
documents
E. Dust Control
_
WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
City Project No.: 104491
01 50 00 - 3
TEMPORARY FACILITIES AND CONTROLS
Page 3 of 4
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised July 1, 2011
1. Contractor is responsible for maintaining dust control through the duration of the
project.
a. Contractor remains on-call at all times
b. Must respond in a timely manner
F. Temporary Protection of Construction
1. Contractor or subcontractors are responsible for protecting Work from damage due
to weather.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
3.1 INSTALLERS [NOT USED]
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 INSTALLATION
A. Temporary Facilities
1. Maintain all temporary facilities for duration of construction activities as needed.
3.5 [REPAIR] / [RESTORATION]
3.6 RE-INSTALLATION
3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED]
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.10 CLEANING [NOT USED]
3.11 CLOSEOUT ACTIVITIES
A. Temporary Facilities
_
WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
City Project No.: 104491
01 50 00 - 4
TEMPORARY FACILITIES AND CONTROLS
Page 4 of 4
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised July 1, 2011
1. Remove all temporary facilities and restore area after completion of the Work, to a
condition equal to or better than prior to start of Work.
3.12 PROTECTION [NOT USED]
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
_
WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
City Project No.: 104491
01 55 26 - 1
STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL
Page 1 of 3
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised March 22, 2021
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 Permit7 b.Modification of approved traffic control8
c.Removal of Street Signs9
B.Deviations from this City of Fort Worth Standard Specification10
1. None.11
C.Related Specification Sectio ns include, but are not necessarily limited to:12
1.Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract13
2.Division 1 – General Requirements14
3.Section 34 71 13 – Traffic Control15
1.2 PRICE AND PAYMENT PROCEDURES 16
A.Measurement and Payment17
1. Work associated with this Item is consid ered subsidiary to the various Items bid.18
No separate payment will be allowed for this Item.19
1.3 REFERENCES 20
A. Reference Standards21
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 this23
specification, unless a date is specifically cited.24
2.Texas Manual on Uniform Traffic Control Devices (TMUTCD).25
1.4 ADMINISTRATIVE REQUI REMENTS 26
A.Traffic Control27
1.General28
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 _
WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
City Project No.: 104491
01 55 26 - 2
STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL
Page 2 of 3
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised March 22, 2021
2) A t raffic 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 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, s ubmit 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) It is the Contractor’s responsibility to coordinate review of Traffic Control 11
plans for 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 [NOT USED] 35
A. Submit all required documentation to City’s Project Representative. 36 _
WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
City Project No.: 104491
01 55 26 - 3
STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL
Page 3 of 3
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised March 22, 2021
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTA LS [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
3/22/2021 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 _
WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
City Project No.: 104491
01 57 13 - 1
STORM WATER POLLUTION PREVENTION
Page 1 of 3
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised July 1, 2011
SECTION 01 57 13
STORM WATER POLLUTION PREVENTION
PART 1 - GENERAL
1.1 SUMMARY
A.Section Includes:
1. Procedures for Storm Water Pollution Prevention Plans
B.Deviations from this City of Fort Worth Standard Specification
1. None.
C.Related Specification Sections include, but are not necessarily limited to:
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the
Contract
2. Division 1 – General Requirements
3. Section 31 25 00 – Erosion and Sediment Control
1.2 PRICE AND PAYMENT PROCEDURES
A.Measurement and Payment
1. Construction Activities resulting in less than 1 acre of disturbance
a.Work associated with this Item is considered subsidiary to the various Items
bid. No separate payment will be allowed for this Item.
2. Construction Activities resulting in greater than 1 acre of disturbance
a.Measurement and Payment shall be in accordance with Section 31 25 00.
1.3 REFERENCES
A.Abbreviations and Acronyms
1. Notice of Intent: NOI
2. Notice of Termination: NOT
3. Storm Water Pollution Prevention Plan: SWPPP
4. Texas Commission on Environmental Quality: TCEQ
5. Notice of Change: NOC
A.Reference Standards
1. Reference standards cited in this Specification refer to the current reference
standard published at the time of the latest revision date logged at the end of this
Specification, unless a date is specifically cited.
2. Integrated Storm Management (iSWM) Technical Manual for Construction
Controls
1.4 ADMINISTRATIVE REQUIREMENTS
A.General
1. Contractor is responsible for resolution and payment of any fines issued associated
with compliance to Stormwater Pollution Prevention Plan.
_
WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
City Project No.: 104491
01 57 13 - 2
STORM WATER POLLUTION PREVENTION
Page 2 of 3
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised July 1, 2011
B. Construction Activities resulting in:
1. Less than 1 acre of disturbance
a. Provide erosion and sediment control in accordance with Section 31 25 00 and
Drawings.
2. 1 to less than 5 acres of disturbance
a. Texas Pollutant Discharge Elimination System (TPDES) General Construction
Permit is required
b. Complete SWPPP in accordance with TCEQ requirements
1) TCEQ Small Construction Site Notice Required under general permit
TXR150000
a) Sign and post at job site
b) Prior to Preconstruction Meeting, send 1 copy to City Department of
Transportation and Public Works, Environmental Division, (817) 392-
6088.
2) Provide erosion and sediment control in accordance with:
a) Section 31 25 00
b) The Drawings
c) TXR150000 General Permit
d) SWPPP
e) TCEQ requirements
3. 5 acres or more of Disturbance
a. Texas Pollutant Discharge Elimination System (TPDES) General Construction
Permit is required
b. Complete SWPPP in accordance with TCEQ requirements
1) Prepare a TCEQ NOI form and submit to TCEQ along with required fee
a) Sign and post at job site
b) Send copy to City Department of Transportation and Public Works,
Environmental Division, (817) 392-6088.
2) TCEQ Notice of Change required if making changes or updates to NOI
3) Provide erosion and sediment control in accordance with:
a) Section 31 25 00
b) The Drawings
c) TXR150000 General Permit
d) SWPPP
e) TCEQ requirements
4) Once the project has been completed and all the closeout requirements of
TCEQ have been met a TCEQ Notice of Termination can be submitted.
a) Send copy to City Department of Transportation and Public Works,
Environmental Division, (817) 392-6088.
1.5 SUBMITTALS
A. SWPPP
1. Submit in accordance with Section 01 33 00, except as stated herein.
a. Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the City
as follows:
1) 1 copy to the City Project Manager
a) City Project Manager will forward to the City Department of
Transportation and Public Works, Environmental Division for review _
WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
City Project No.: 104491
01 57 13 - 3
STORM WATER POLLUTION PREVENTION
Page 3 of 3
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised July 1, 2011
B. Modified SWPPP
1. If the SWPPP is revised during construction, resubmit modified SWPPP to the City
in accordance with Section 01 33 00.
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
_
WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
City Project No.: 104491
01 58 13 - 1
TEMPORARY PROJECT SIGNAGE
Page 1 of 3
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised July 1, 2011
SECTION 01 58 13
TEMPORARY PROJECT SIGNAGE
PART 1 - GENERAL
1.1 SUMMARY
A.Section Includes:
1. Temporary Project Signage Requirements
B.Deviations from this City of Fort Worth Standard Specification
1. None.
C.Related Specification Sections include, but are not necessarily limited to:
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 – General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A.Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various Items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS
2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED]
2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS
A.Design Criteria
1. Provide free standing Project Designation Sign in accordance with City’s Standard
Details for project signs.
_
WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
City Project No.: 104491
01 58 13 - 2
TEMPORARY PROJECT SIGNAGE
Page 2 of 3
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised July 1, 2011
B. Materials
1. Sign
a. Constructed of ¾-inch fir plywood, grade A-C (exterior) or better
2.3 ACCESSORIES [NOT USED]
2.4 SOURCE QUALITY CONTROL [NOT USED]
PART 3 - EXECUTION
3.1 INSTALLERS [NOT USED]
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 INSTALLATION
A. General
1. Provide vertical installation at extents of project.
2. Relocate sign as needed, upon request of the City.
B. Mounting options
a. Skids
b. Posts
c. Barricade
3.5 REPAIR / RESTORATION [NOT USED]
3.6 RE-INSTALLATION [NOT USED]
3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED]
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.10 CLEANING [NOT USED]
3.11 CLOSEOUT ACTIVITIES [NOT USED]
3.12 PROTECTION [NOT USED]
3.13 MAINTENANCE
A. General
1. Maintenance will include painting and repairs as needed or directed by the City.
3.14 ATTACHMENTS [NOT USED]
END OF SECTION _
WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
City Project No.: 104491
01 58 13 - 3
TEMPORARY PROJECT SIGNAGE
Page 3 of 3
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised July 1, 2011
Revision Log
DATE NAME SUMMARY OF CHANGE
_
WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
City Project No.: 104491
01 60 00
PRODUCT REQUIREMENTS
Page 1 of 2
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised March 9, 2020
SECTION 01 60 00
PRODUCT REQUIREMENTS
PART 1 - GENERAL
1.1 SUMMARY
A.Section Includes:
1. References for Product Requirements and City Standard Products List
B.Deviations from this City of Fort Worth Standard Specification
1. None.
C.Related Specification Sections include, but are not necessarily limited to:
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 – General Requirements
1.2 PRICE AND PAYMENT PROCEDURES [NOT USED]
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A.A list of City approved products for use is available through the City’s website at:
https://apps.fortworthtexas.gov/ProjectResources/ and following the directory path;
02 - Construction Documents/Standard Products List
B.Only products specifically included on City’s Standard Product List in these Contract
Documents shall be allowed for use on the Project.
1. Any subsequently approved products will only be allowed for use upon specific
approval by the City.
C.Any specific product requirements in the Contract Documents supersede similar
products included on the City’s Standard Product List.
1. The City reserves the right to not allow products to be used for certain projects even
though the product is listed on the City’s Standard Product List.
D.Although a specific product is included on City’s Standard Product List, not all
products from that manufacturer are approved for use, including but not limited to, that
manufacturer’s standard product.
E.See Section 01 33 00 for submittal requirements of Product Data included on City’s
Standard Product List.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED] _
WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
City Project No.: 104491
01 60 00
PRODUCT REQUIREMENTS
Page 2 of 2
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised March 9, 2020
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
10/12/12 D. Johnson Modified Location of City’s Standard Product List
3/9/2020 D.V. Magaña Removed reference to Buzzsaw and noted that the City approved products list is
accessible through the City’s website.
_
WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
City Project No.: 104491
01 66 00 - 1
PRODUCT STORAGE AND HANDLING REQUIREMENTS
Page 1 of 4
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised July 1, 2011
SECTION 01 66 00
PRODUCT STORAGE AND HANDLING REQUIREMENTS
PART 1 - GENERAL
1.1 SUMMARY
A.Section Includes:
1. Scheduling of product delivery
2. Packaging of products for delivery
3. Protection of products against damage from:
a.Handling
b. Exposure to elements or harsh environments
B.Deviations from this City of Fort Worth Standard Specification
1. None.
C.Related Specification Sections include, but are not necessarily limited to:
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract
2.Division 1 – General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A.Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various Items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY AND HANDLING
A.Delivery Requirements
1. Schedule delivery of products or equipment as required to allow timely installation
and to avoid prolonged storage.
2. Provide appropriate personnel and equipment to receive deliveries.
3. Delivery trucks will not be permitted to wait extended periods of time on the Site
for personnel or equipment to receive the delivery._
WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
City Project No.: 104491
01 66 00 - 2
PRODUCT STORAGE AND HANDLING REQUIREMENTS
Page 2 of 4
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised July 1, 2011
4. Deliver products or equipment in manufacturer's original unbroken cartons or other
containers designed and constructed to protect the contents from physical or
environmental damage.
5. Clearly and fully mark and identify as to manufacturer, item and installation
location.
6. Provide manufacturer's instructions for storage and handling.
B. Handling Requirements
1. Handle products or equipment in accordance with these Contract Documents and
manufacturer’s recommendations and instructions.
C. Storage Requirements
1. Store materials in accordance with manufacturer’s recommendations and
requirements of these Specifications.
2. Make necessary provisions for safe storage of materials and equipment.
a. Place loose soil materials and materials to be incorporated into Work to prevent
damage to any part of Work or existing facilities and to maintain free access at
all times to all parts of Work and to utility service company installations in
vicinity of Work.
3. Keep materials and equipment neatly and compactly stored in locations that will
cause minimum inconvenience to other contractors, public travel, adjoining owners,
tenants and occupants.
a. Arrange storage to provide easy access for inspection.
4. Restrict storage to areas available on construction site for storage of material and
equipment as shown on Drawings, or approved by City’s Project Representative.
5. Provide off-site storage and protection when on-site storage is not adequate.
a. Provide addresses of and access to off-site storage locations for inspection by
City’s Project Representative.
6. Do not use lawns, grass plots or other private property for storage purposes without
written permission of owner or other person in possession or control of premises.
7. Store in manufacturers’ unopened containers.
8. Neatly, safely and compactly stack materials delivered and stored along line of
Work to avoid inconvenience and damage to property owners and general public
and maintain at least 3 feet from fire hydrant.
9. Keep public and private driveways and street crossings open.
10. Repair or replace damaged lawns, sidewalks, streets or other improvements to
satisfaction of City’s Project Representative.
a. Total length which materials may be distributed along route of construction at
one time is 1,000 linear feet, unless otherwise approved in writing by City’s
Project Representative. _
WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
City Project No.: 104491
01 66 00 - 3
PRODUCT STORAGE AND HANDLING REQUIREMENTS
Page 3 of 4
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised July 1, 2011
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION
3.1 INSTALLERS [NOT USED]
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 ERECTION [NOT USED]
3.5 REPAIR / RESTORATION [NOT USED]
3.6 RE-INSTALLATION [NOT USED]
3.7 FIELD [OR] SITE QUALITY CONTROL
A. Tests and Inspections
1. Inspect all products or equipment delivered to the site prior to unloading.
B. Non-Conforming Work
1. Reject all products or equipment that are damaged, used or in any other way
unsatisfactory for use on the project.
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.10 CLEANING [NOT USED]
3.11 CLOSEOUT ACTIVITIES [NOT USED]
3.12 PROTECTION
A. Protect all products or equipment in accordance with manufacturer's written directions.
B. Store products or equipment in location to avoid physical damage to items while in
storage.
C. Protect equipment from exposure to elements and keep thoroughly dry if required by
the manufacturer.
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
END OF SECTION
_
WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
City Project No.: 104491
01 66 00 - 4
PRODUCT STORAGE AND HANDLING REQUIREMENTS
Page 4 of 4
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised July 1, 2011
Revision Log
DATE NAME SUMMARY OF CHANGE
_
WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
City Project No.: 104491
01 70 00 - 1
MOBILIZATION AND REMOBILIZATION
Page 1 of 4
CITY OF FORT WORTH WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 104491
Revised November 22, 2016
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
01 70 00 - 2
MOBILIZATION AND REMOBILIZATION
Page 2 of 4
CITY OF FORT WORTH WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 104491
Revised November 22, 2016
a. Mobilization and Demobilization 1
1) Mobilization shall consist of the activities and cost on a Work Order basis 2
necessary for: 3
a) Transportation of Contractor’s personnel, equipment, and operating 4
supplies to the Site for the issued Work Order. 5
b) Establishment of necessary general facilities for the Contractor’s 6
operation at the Site for the issued Work Order 7
2) Demobilization shall consist of the activities and cost necessary for: 8
a) Transportation of Contractor’s personnel, equipment, and operating 9
supplies from the Site including disassembly for each issued Work 10
Order 11
b) Site Clean-up for each issued Work Order 12
c) Removal of all buildings or other facilities assembled at the Site for 13
each Work Oder 14
b. Mobilization and Demobilization do not include activities for specific items of 15
work for which payment is provided elsewhere in the contract. 16
4. Emergency Mobilizations and Demobilization for Miscellaneous Projects 17
a. A Mobilization for Miscellaneous Projects when directed by the City and the 18
mobilization occurs within 24 hours of the issuance of the Work Order. 19
B. Deviations from this City of Fort Worth Standard Specification 20
1. None. 21
C. Related Specification Sections include, but are not necessarily limited to: 22
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 23
2. Division 1 – General Requirements 24
1.2 PRICE AND PAYMENT PROCEDURES 25
A. Measurement and Payment [Consult City Department/Division for direction on if 26
Mobilization pay item to be included or the item should be subsidiary. Include the 27
appropriate Section 1.2 A. 1.] 28
1. Mobilization and Demobilization 29
a. Measure 30
1) This Item is considered subsidiary to the various Items bid. 31
b. Payment 32
1) The work performed and materials furnished in accordance with this Item 33
are subsidiary to the various Items bid and no other compensation will be 34
allowed. 35
2. Remobilization for suspension of Work as specifically required in the Contract 36
Documents 37
a. Measurement 38
1) Measurement for this Item shall be per each remobilization performed. 39
b. Payment 40
1) The work performed and materials furnished in accordance with this Item 41
and measured as provided under “Measurement” will be paid for at the unit 42
price per each “Specified Remobilization” in accordance with Contract 43
Documents. 44
c. The price shall include: 45
1) Demobilization as described in Section 1.1.A.2.a.1) 46
01 70 00 - 3
MOBILIZATION AND REMOBILIZATION
Page 3 of 4
CITY OF FORT WORTH WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 104491
Revised November 22, 2016
2) Remobilization as described in Section 1.1.A.2.a.2) 1
d. No payments will be made for standby, idle time, or lost profits associated this 2
Item. 3
3. Remobilization for suspension of Work as required by City 4
a. Measurement and Payment 5
1) This shall be submitted as a Contract Claim in accordance with Article 10 6
of Section 00 72 00. 7
2) No payments will be made for standby, idle time, or lost profits associated 8
with this Item. 9
4. Mobilizations and Demobilizations for Miscellaneous Projects 10
a. Measurement 11
1) Measurement for this Item shall be for each Mobilization and 12
Demobilization required by the Contract Documents 13
b. Payment 14
1) The Work performed and materials furnished in accordance with this Item 15
and measured as provided under “Measurement” will be paid for at the unit 16
price per each “Work Order Mobilization” in accordance with Contract 17
Documents. Demobilization shall be considered subsidiary to mobilization 18
and shall not be paid for separately. 19
c. The price shall include: 20
1) Mobilization as described in Section 1.1.A.3.a.1) 21
2) Demobilization as described in Section 1.1.A.3.a.2) 22
d. No payments will be made for standby, idle time, or lost profits associated this 23
Item. 24
5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects 25
a. Measurement 26
1) Measurement for this Item shall be for each Mobilization and 27
Demobilization required by the Contract Documents 28
b. Payment 29
1) The Work performed and materials furnished in accordance with this Item 30
and measured as provided under “Measurement” will be paid for at the unit 31
price per each “Work Order Emergency Mobilization” in accordance with 32
Contract Documents. Demobilization shall be considered subsidiary to 33
mobilization and shall not be paid for separately. 34
c. The price shall include 35
1) Mobilization as described in Section 1.1.A.4.a) 36
2) Demobilization as described in Section 1.1.A.3.a.2) 37
d. No payments will be made for standby, idle time, or lost profits associated this 38
Item. 39
1.3 REFERENCES [NOT USED] 40
1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 41
1.5 SUBMITTALS [NOT USED] 42
1.6 INFORMATIONAL SUBMITTALS [NOT USED] 43
1.7 CLOSEOUT SUBMITTALS [NOT USED] 44
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 45
01 70 00 - 4
MOBILIZATION AND REMOBILIZATION
Page 4 of 4
CITY OF FORT WORTH WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 104491
Revised November 22, 2016
1.9 QUALITY ASSURANCE [NOT USED] 1
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 2
1.11 FIELD [SITE] CONDITIONS [NOT USED] 3
1.12 WARRANTY [NOT USED] 4
PART 2 - PRODUCTS [NOT USED] 5
PART 3 - EXECUTION [NOT USED] 6
END OF SECTION 7
8
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.
9
O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71
23.16.01_Attachment A_Survey Staking Standards.docx
Page 1 of 22
Section 01 71 23.01 - Attachment A
Survey Staking Standards
February 2017
O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71
23.16.01_Attachment A_Survey Staking Standards.docx
Page 2 of 22
These procedures are intended to provide a standard method for construction staking services
associated with the City of Fort Worth projects. These are not to be considered all inclusive, but only as
a general guideline. For projects on TXDOT right-of-way or through joint TXDOT participation,
adherence to the TXDOT Survey Manual shall be followed and if a discrepancy arises, the TXDOT
manual shall prevail. (http://onlinemanuals.txdot.gov/txdotmanuals/ess/ess.pdf)
If you have a unique circumstance, please consult with the project manager, inspector, or survey
department at 817-392-7925.
Table of Contents
I. City of Fort Worth Contact Information
II. Construction Colors
III. Standard Staking Supplies
IV. Survey Equipment, Control, and Datum Standards
V. Water Staking
VI. Sanitary Sewer Staking
VII. Storm Staking
VIII. Curb and Gutter Staking
IX. Cut Sheets
X. As-built Survey
O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71
23.16.01_Attachment A_Survey Staking Standards.docx
Page 3 of 22
I. Survey Department Contact Information
Physical and mailing address:
8851 Camp Bowie West Boulevard
Suite 300
Fort Worth, Texas 76116
Office: (817) 392-7925
Survey Superintendent, direct line: (817) 392-8971
II. Construction Colors
The following colors shall be used for staking or identifying features in the field. This
includes flagging, paint of laths/stakes, paint of hubs, and any identification such as pin flags
if necessary.
Utility Color
PROPOSED EXCAVATION WHITE
ALL ELECTRIC AND CONDUITS RED
POTABLE WATER BLUE
GAS OR OIL YELLOW
TELEPHONE/FIBER OPTIC ORANGE
SURVEY CONTROL POINTS, BENCHMARKS,
PROPERTY CORNERS, RIGHT-OF-WAYS, AND
ALL PAVING INCLUDING CURB, SIDEWALK, BUILDING CORNERS
PINK
SANITARY SEWER GREEN
IRRIGATION AND RECLAIMED WATER PURPLE
III. Standard Staking Supplies
Item Minimum size
Lath/Stake 36" tall
Wooden Hub (2"x2" min. square preferred) 6" tall
Pin Flags (2.5" x 3.5" preferred) 21" long
Guard Stakes Not required
PK or Mag nails 1" long
Iron Rods (1/2” or greater diameter) 18” long
Survey Marking Paint Water-based
Flagging 1" wide
Marking Whiskers (feathers) 6" long
Tacks (for marking hubs) 3/4" long
O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71
23.16.01_Attachment A_Survey Staking Standards.docx
Page 4 of 22
IV. Survey Equipment, Control, and Datum Standards
A. City Benchmarks
All city benchmarks can be found here: http://fortworthtexas.gov/itsolutions/GIS/
Look for ‘Zoning Maps’. Under ‘Layers’ , expand ‘Basemap Layers’, and check on
‘Benchmarks’.
B. Conventional or Robotic Total Station Equipment
I. A minimum of a 10 arc-second instrument is required.
II. A copy of the latest calibration report may be requested by the City at any time.
It is recommended that an instrument be calibrated by certified technician at
least 1 occurrence every 6 months.
C. Network/V.R.S. and static GPS Equipment
I. It is critical that the surveyor verify the correct horizontal and vertical datum
prior commencing work. A site calibration may be required and shall consist of
at least 4 control points spaced evenly apart and in varying quadrants.
Additional field checks of the horizontal and vertical accuracies shall be
completed and the City may ask for a copy of the calibration report at any time.
II. Network GPS such as the Western Data Systems or SmartNet systems may be
used for staking of property/R.O.W, forced-main water lines, and rough-grade
only. No GPS staking for concrete, sanitary sewer, storm drain, final grade, or
anything that needs vertical grading with a tolerance of 0.25’ or less is
allowed.
D. Control Points Set
I. All control points set shall be accompanied by a lath with the appropriate
Northing, Easting, and Elevation (if applicable) of the point set. Control points
can be set rebar, ‘X’ in concrete, or any other appropriate item with a stable
base and of a semi-permanent nature. A rebar cap is optional, but preferred if
the cap is marked ‘control point’ or similar wording.
II. Datasheets are required for all control points set.
Datasheet should include:
A. Horizontal and Vertical Datum used, Example: N.A.D.83, North Central Zone
4202, NAVD 88 Elevations
B. Grid or ground distance. – If ground, provide scale factor used and base
point coordinate, Example: C.S.F.=0.999125, Base point=North: 0, East=0
C. Geoid model used, Example: GEOID12A
O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71
23.16.01_Attachment A_Survey Staking Standards.docx
Page 5 of 22
E. Preferred Grid Datum
Although many plan sets can be in surface coordinates, the City’s preferred grid datum
is listed below. Careful consideration must be taken to verify what datum each project is
in prior to beginning work. It is essential the surveyor be familiar with coordinate
transformations and how a grid/surface/assumed coordinate system affect a project.
Projected Coordinate
System: NAD_1983_StatePlane_Texas_North_Central_FIPS_4202_Feet
Projection: Lambert_Conformal_Conic
False_Easting: 1968500.00000000
False_Northing: 6561666.66666667
Central_Meridian: -98.50000000
Standard_Parallel_1: 32.13333333
Standard_Parallel_2: 33.96666667
Latitude_Of_Origin: 31.66666667
Linear Unit: Foot_US
Geographic Coordinate System: GCS_North_American_1983
Datum: D_North_American_1983
Prime Meridian: Greenwich
Angular Unit: Degree
Note: Regardless of what datum each particular project is in, deliverables to the City
must be converted/translated into this preferred grid datum. 1 copy of the deliverable
should be in the project datum (whatever it may be) and 1 copy should be in the NAD83,
TX North Central 4202 zone. See Preferred File Naming Convention below
F. Preferred Deliverable Format
.txt .csv .dwg .job
G. Preferred Data Format
P,N,E,Z,D,N
Point Number, Northing, Easting, Elevation, Description, Notes (if applicable)
H. Preferred File Naming Convention
This is the preferred format: City Project Number_Description_Datum.csv
Example for a project that has surface coordinates which must be translated:
File 1: C1234_As-built of Water on Main Street_Grid NAD83 TXSP 4202.csv
O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71
23.16.01_Attachment A_Survey Staking Standards.docx
Page 6 of 22
File 2: C1234_As-built of Water on Main Street_Project Specific Datum.csv
Example Control Stakes
O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71
23.16.01_Attachment A_Survey Staking Standards.docx
Page 7 of 22
V. Water Staking Standards
O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71
23.16.01_Attachment A_Survey Staking Standards.docx
Page 8 of 22
A. Centerline Staking – Straight Line Tangents
I. Offset lath/stakes every 200’ on even stations
II. Painted blue lath/stake only, no hub is required
III. Grade is to top of pipe (T/P) for 12” diameter pipes or smaller
IV. Grade to flow line (F/L) for 16” and larger diameter pipes
V. Grade should be 3.50’ below the proposed top of curb line for 10” and smaller
diameter pipes
VI. Grade should be 4.00’ below the proposed top of curb line for 12” and larger
diameter pipes
VII. Cut Sheets are required on all staking and a copy can be received from the
survey superintendent
Optional: Actual stakes shall consist of a 60D nail or hub set with a whisker
B. Centerline Staking - Curves
I. If arc length is greater than 100’, POC (Point of Curvature) offset stakes should
be set at a 25’ interval
II. Same grading guidelines as above
III. Staking of radius points of greater than 100’ may be omitted
C. Water Meter Boxes
I. 7.0’ perpendicular offset is preferred to the center of the box
II. Center of the meter should be 3.0’ behind the proposed face of curb
III. Meter should be staked a minimum of 4.5’ away from the edge of a driveway
IV. Grade is to top of box and should be +0.06’ higher than the proposed top of
curb unless shown otherwise on the plans
D. Fire Hydrants
I. Center of Hydrant should be 3.0’ behind proposed face of curb
II. Survey offset stake should be 7.0’ from the center and perpendicular to the curb
line or water main
III. Grade of hydrants should be +0.30 higher than the adjacent top of curb
E. Water Valves & Vaults
I. Offsets should be perpendicular to the proposed water main
II. RIM grades should only be provided if on plans
Example Water Stakes
O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71
23.16.01_Attachment A_Survey Staking Standards.docx
Page 9 of 22
VI. Sanitary Sewer Staking
O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71
23.16.01_Attachment A_Survey Staking Standards.docx
Page 10 of 22
A. Centerline Staking – Straight Line Tangents
I. Inverts shall be field verified and compared against the plans before staking
II. Painted green lath/stake WITH hub and tack or marker dot, no flagging required
III. 1 offset stake between manholes if manholes are 400’ or less apart
IV. Offset stakes should be located at even distances and perpendicular to the
centerline
V. Grades will be per plan and the date of the plans used should be noted
VI. If multiple lines are at one manhole, each line shall have a cut/fill and direction
noted
VII. Stakes at every grade break
VIII. Cut sheets are required on all staking
Optional: Actual stakes shall consist of a 60D nail or hub set with a whisker
B. Centerline Staking – Curves
I. If arc length is greater than 100’, POC (Point of Curvature) offset stakes should
be set at a 25’ interval
II. Staking of radius points of greater than 100’ may be omitted
C. Sanitary Sewer Manholes
I. 2 offset stakes per manhole for the purpose of providing alignment to the
contractor
II. Flowline grade should be on the lath/stake for each flowline and direction noted
III. RIM grade should only be on the stake when provided in the plans
O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71
23.16.01_Attachment A_Survey Staking Standards.docx
Page 11 of 22
Example Sanitary Sewer Stakes
O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71
23.16.01_Attachment A_Survey Staking Standards.docx
Page 12 of 22
VII. Storm Sewer & Inlet Staking
A. Centerline Staking – Straight Line Tangents
I. 1 offset stake every 200’ on even stations
II. Grades are to flowline of pipe unless otherwise shown on plans
III. Stakes at every grade break
IV. Cut sheets are required on all staking
Optional: Actual stakes shall consist of a 60D nail or hub set with a whisker
B. Centerline Staking – Curves
I. If arc length is greater than 100’, POC (Point of Curvature) offset stakes should
be set at a 25’ interval
II. Staking of radius points of greater than 100’ may be omitted
C. Storm Drain Inlets
I. Staking distances should be measured from end of wing
II. Standard 10’ Inlet = 16.00’ total length
III. Recessed 10’ Inlet = 20.00’ total length
IV. Standard double 10’ inlet = 26.67’ total length
V. Recessed double 10’ inlet = 30.67’ total length
D. Storm Drain Manholes
I. 2 offset stakes per manhole for the purpose of providing alignment to the
contractor
II. Flowline grade should be on the lath/stake for each flowline and direction noted
III. RIM grade should only be on the stake when provided in the plans
O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71
23.16.01_Attachment A_Survey Staking Standards.docx
Page 13 of 22
Example Storm Inlet Stakes
O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71
23.16.01_Attachment A_Survey Staking Standards.docx
Page 14 of 22
VIII. Curb and Gutter Staking
A. Centerline Staking – Straight Line Tangents
V. 1 offset stake every 50’ on even stations
VI. Grades are to top of curb unless otherwise shown on plans
VII. Stakes at every grade break
VIII. Cut sheets are required on all staking
Optional: Actual stakes shall consist of a 60D nail or hub set with a whisker
B. Centerline Staking – Curves
III. If arc length is greater than 100’, POC (Point of Curvature) offset stakes should
be set at a 25’ interval
IV. Staking of radius points of greater than 100’ may be omitted
O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71
23.16.01_Attachment A_Survey Staking Standards.docx
Page 15 of 22
Example Curb & Gutter Stakes
Example Curb & Gutter Stakes at Intersection
O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71
23.16.01_Attachment A_Survey Staking Standards.docx
Page 16 of 22
O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71
23.16.01_Attachment A_Survey Staking Standards.docx
Page 17 of 22
IX. Cut Sheets
A. Date of field work
B. Staking Method (GPS, total station)
C. Project Name
D. City Project Number (Example: C01234)
E. Location (Address, cross streets, GPS coordinate)
F. Survey company name
G. Crew chief name
H. A blank template can be obtained from the survey superintendent (see item I above)
Standard City Cut Sheet
Date:
City Project
Number:
Project Name:
Staking Method: GPS
TOTAL
STATION OTHER
LOCATION:
CONSULTANT/CONTRACTOR
SURVEY CREW INITIALS
ALL GRADES ARE TO FLOWLINE OR TOP OF CURB UNLESS OTHERWISE NOTED.
PT # STATION OFFSET DESCRIPTION PROP. STAKED - CUT + FILL -LT/+RT GRADE ELEV.
O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71
23.16.01_Attachment A_Survey Staking Standards.docx
Page 18 of 22
X. As-built Survey
A. Definition and Purpose
The purpose of an as-built survey is to verify the asset was installed in the proper location
and grade. Furthermore, the information gathered will be used to supplement the City’s GIS
data and must be in the proper format when submitted. See section IV.
As-built survey should include the following (additional items may be requested):
Manholes
Top of pipe elevations every 250 feet
Horizontal and vertical points of inflection, curvature, etc. (All Fittings)
Cathodic protection test stations
Sampling stations
Meter boxes/vaults (All sizes)
Fire lines
Fire hydrants
Gate valves (rim and top of nut)
Plugs, stub-outs, dead-end lines
Air Release valves (Manhole rim and vent pipe)
Blow off valves (Manhole rim and valve lid)
Pressure plane valves
Cleaning wyes
Clean outs
Casing pipe (each end)
Inverts of pipes
Turbo Meters
O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71
23.16.01_Attachment A_Survey Staking Standards.docx
Page 19 of 22
B. Example Deliverable
A hand written red line by the field surveyor is acceptable in most cases. This should be
a copy of the plans with the point number noted by each asset. If the asset is missing,
then the surveyor should write “NOT FOUND” to notify the City.
O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71
23.16.01_Attachment A_Survey Staking Standards.docx
Page 20 of 22
O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71
23.16.01_Attachment A_Survey Staking Standards.docx
Page 21 of 22
O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71
23.16.01_Attachment A_Survey Staking Standards.docx
Page 22 of 22
O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71
23.16.01_Attachment A_Survey Staking Standards.docx
Page 23 of 23
O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71
23.16.01_Attachment A_Survey Staking Standards.docx
Page 24 of 24
Obviously the .csv or .txt file cannot be signed/sealed by a surveyor in the format
requested. This is just an example and all this information should be noted when
delivered to the City so it is clear to what coordinate system the data is in.
O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71
23.16.01_Attachment A_Survey Staking Standards.docx
Page 25 of 25
C. Other preferred as-built deliverable
Some vendors have indicated that it is easier to deliver this information in a different
format. Below is an example spreadsheet that is also acceptable and can be obtained by
request from the survey superintendent.
O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71
23.16.01_Attachment A_Survey Staking Standards.docx
Page 26 of 26
01 71 23 - 1
CONSTRUCTION STAKING AND SURVEY
Page 1 of 8
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised February 14, 2018
SECTION 01 71 23
CONSTRUCTION STAKING AND SURVEY
PART 1 - GENERAL
1.1 SUMMARY
A.Section Includes:
1. Requirements for construction staking and construction survey
B.Deviations from this City of Fort Worth Standard Specification
1. None.
C.Related Specification Sections include, but are not necessarily limited to:
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract
2.Division 1 – General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A.Measurement and Payment
1. Construction Staking
a.Measurement
1) Measurement for this Item shall be by lump sum.
b. Payment
1) The work performed and the materials furnished in accordance with this
Item shall be paid for at the lump sum price bid for “Construction Staking”.
2)Payment for “Construction Staking” shall be made in partial payments
prorated by work completed compared to total work included in the lump
sum item.
c.The price bid shall include, but not be limited to the following:
1) Verification of control data provided by City.
2) Placement, maintenance and replacement of required stakes and markings
in the field.
3) Preparation and submittal of construction staking documentation in the
form of “cut sheets” using the City’s standard template.
2. Construction Survey
a.Measurement
1) This Item is considered subsidiary to the various Items bid.
b. Payment
1) The work performed and the materials furnished in accordance with this
Item are subsidiary to the various Items bid and no other compensation will be
allowed.
3.As-Built Survey
a.Measurement
1) Measurement for this Item shall be by lump sum.
b. Payment
1) The work performed and the materials furnished in accordance with this
Item shall be paid for at the lump sum price bid for “As-Built Survey”. _
WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
City Project No.: 104491
01 71 23 - 2
CONSTRUCTION STAKING AND SURVEY
Page 2 of 8
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised February 14, 2018
2) Payment for “Construction Staking” shall be made in partial payments
prorated by work completed compared to total work included in the lump sum
item.
c. The price bid shall include, but not be limited to the following::
1) Field measurements and survey shots to identify location of completed
facilities.
2) Documentation and submittal of as-built survey data onto contractor redline
plans and digital survey files.
1.3 REFERENCES
A. Definitions
1. Construction Survey - The survey measurements made prior to or while
construction is in progress to control elevation, horizontal position, dimensions and
configuration of structures/improvements included in the Project Drawings.
2. As-built Survey –The measurements made after the construction of the
improvement features are complete to provide position coordinates for the features
of a project.
3. Construction Staking – The placement of stakes and markings to provide offsets
and elevations to cut and fill in order to locate on the ground the designed
structures/improvements included in the Project Drawings. Construction staking
shall include staking easements and/or right of way if indicated on the plans.
4. Survey “Field Checks” – Measurements made after construction staking is
completed and before construction work begins to ensure that structures marked on
the ground are accurately located per Project Drawings.
B. Technical References
1. City of Fort Worth – Construction Staking Standards (available on City’s Buzzsaw
website) – 01 71 23.16.01_ Attachment A_Survey Staking Standards
2. City of Fort Worth - Standard Survey Data Collector Library (fxl) files (available
on City’s Buzzsaw website).
3. Texas Department of Transportation (TxDOT) Survey Manual, latest revision
4. Texas Society of Professional Land Surveyors (TSPS), Manual of Practice for Land
Surveying in the State of Texas, Category 5
1.4 ADMINISTRATIVE REQUIREMENTS
A. The Contractor’s selection of a surveyor must comply with Texas Government
Code 2254 (qualifications based selection) for this project.
1.5 SUBMITTALS
A. Submittals, if required, shall be in accordance with Section 01 33 00.
B. All submittals shall be received and reviewed by the City prior to delivery of work.
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS
A. Field Quality Control Submittals _
WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
City Project No.: 104491
01 71 23 - 3
CONSTRUCTION STAKING AND SURVEY
Page 3 of 8
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised February 14, 2018
1. Documentation verifying accuracy of field engineering work, including coordinate
conversions if plans do not indicate grid or ground coordinates.
2. Submit “Cut-Sheets” conforming to the standard template provided by the City
(refer to 01 71 23.16.01 – Attachment A – Survey Staking Standards).
1.7 CLOSEOUT SUBMITTALS
B. As-built Redline Drawing Submittal
1. Submit As-Built Survey Redline Drawings documenting the locations/elevations of
constructed improvements signed and sealed by Registered Professional Land
Surveyor (RPLS) responsible for the work (refer to 01 71 23.16.01 – Attachment A
– Survey Staking Standards) .
2. Contractor shall submit the proposed as-built and completed redline drawing
submittal one (1) week prior to scheduling the project final inspection for City
review and comment. Revisions, if necessary, shall be made to the as-built redline
drawings and resubmitted to the City prior to scheduling the construction final
inspection.
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE
A. Construction Staking
1. Construction staking will be performed by the Contractor.
2. Coordination
a. Contact City’s Project Representative at least one week in advance notifying
the City of when Construction Staking is scheduled.
b. It is the Contractor’s responsibility to coordinate staking such that
construction activities are not delayed or negatively impacted.
3. General
a. Contractor is responsible for preserving and maintaining stakes. If City
surveyors are required to re-stake for any reason, the Contractor will be
responsible for costs to perform staking. If in the opinion of the City, a
sufficient number of stakes or markings have been lost, destroyed disturbed or
omitted that the contracted Work cannot take place then the Contractor will be
required to stake or re-stake the deficient areas.
B. Construction Survey
1. Construction Survey will be performed by the Contractor.
2. Coordination
a. Contractor to verify that horizontal and vertical control data established in the
design survey and required for construction survey is available and in place.
3. General
a. Construction survey will be performed in order to construct the work shown
on the Construction Drawings and specified in the Contract Documents.
b. For construction methods other than open cut, the Contractor shall perform
construction survey and verify control data including, but not limited to, the
following:
1) Verification that established benchmarks and control are accurate. _
WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
City Project No.: 104491
01 71 23 - 4
CONSTRUCTION STAKING AND SURVEY
Page 4 of 8
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised February 14, 2018
2) Use of Benchmarks to furnish and maintain all reference lines and grades
for tunneling.
3) Use of line and grades to establish the location of the pipe.
4) Submit to the City copies of field notesused to establish all lines and
grades, if requested, and allow the City to check guidance system setup prior
to beginning each tunneling drive.
5) Provide access for the City, if requested, to verify the guidance system and
the line and grade of the carrier pipe.
6) The Contractor remains fully responsible for the accuracy of the work and
correction of it, as required.
7) Monitor line and grade continuously during construction.
8) Record deviation with respect to design line and grade once at each pipe
joint and submit daily records to the City.
9) If the installation does not meet the specified tolerances (as outlined in
Sections 33 05 23 and/or 33 05 24), immediately notify the City and correct
the installation in accordance with the Contract Documents.
C. As-Built Survey
1. Required As-Built Survey will be performed by the Contractor.
2. Coordination
a. Contractor is to coordinate with City to confirm which features require as-
built surveying.
b. It is the Contractor’s responsibility to coordinate the as-built survey and
required measurements for items that are to be buried such that construction
activities are not delayed or negatively impacted.
c. For sewer mains and water mains 12” and under in diameter, it is acceptable
to physically measure depth and mark the location during the progress of
construction and take as-built survey after the facility has been buried. The
Contractor is responsible for the quality control needed to ensure accuracy.
3. General
a. The Contractor shall provide as-built survey including the elevation and
location (and provide written documentation to the City) of construction
features during the progress of the construction including the following:
1) Water Lines
a) Top of pipe elevations and coordinates for waterlines at the following
locations:
(1) Minimum every 250 linear feet, including
(2) Horizontal and vertical points of inflection, curvature,
etc.
(3) Fire line tee
(4) Plugs, stub-outs, dead-end lines
(5) Casing pipe (each end) and all buried fittings
2) Sanitary Sewer
a) Top of pipe elevations and coordinates for force mains and siphon
sanitary sewer lines (non-gravity facilities) at the following locations:
(1) Minimum every 250 linear feet and any buried fittings
(2) Horizontal and vertical points of inflection, curvature,
etc.
3) Stormwater – Not Applicable _
WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
City Project No.: 104491
01 71 23 - 5
CONSTRUCTION STAKING AND SURVEY
Page 5 of 8
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised February 14, 2018
b. The Contractor shall provide as-built survey including the elevation and
location (and provide written documentation to the City) of construction
features after the construction is completed including the following:
1) Manholes
a) Rim and flowline elevations and coordinates for each manhole
2) Water Lines
a) Cathodic protection test stations
b) Sampling stations
c) Meter boxes/vaults (All sizes)
d) Fire hydrants
e) Valves (gate, butterfly, etc.)
f) Air Release valves (Manhole rim and vent pipe)
g) Blow off valves (Manhole rim and valve lid)
h) Pressure plane valves
i) Underground Vaults
(1) Rim and flowline elevations and coordinates for each
Underground Vault.
3) Sanitary Sewer
a) Cleanouts
(1) Rim and flowline elevations and coordinates for each
b) Manholes and Junction Structures
(1) Rim and flowline elevations and coordinates for each
manhole and junction structure.
4) Stormwater – Not Applicable
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY
PART 2 - PRODUCTS
A. A construction survey will produce, but will not be limited to:
1. Recovery of relevant control points, points of curvature and points of intersection.
2. Establish temporary horizontal and vertical control elevations (benchmarks)
sufficiently permanent and located in a manner to be used throughout construction.
3. The location of planned facilities, easements and improvements.
a. Establishing final line and grade stakes for piers, floors, grade beams, parking
areas, utilities, streets, highways, tunnels, and other construction.
b. A record of revisions or corrections noted in an orderly manner for reference.
c. A drawing, when required by the client, indicating the horizontal and vertical
location of facilities, easements and improvements, as built.
4. Cut sheets shall be provided to the City inspector and Survey Superintendent for all
construction staking projects. These cut sheets shall be on the standard city template
which can be obtained from the Survey Superintendent (817-392-7925).
5. Digital survey files in the following formats shall be acceptable:
a. AutoCAD (.dwg)
b. ESRI Shapefile (.shp) _
WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
City Project No.: 104491
01 71 23 - 6
CONSTRUCTION STAKING AND SURVEY
Page 6 of 8
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised February 14, 2018
c. CSV file (.csv), formatted with X and Y coordinates in separate columns (use
standard templates, if available)
6. Survey files shall include vertical and horizontal data tied to original project
control and benchmarks, and shall include feature descriptions
PART 3 - EXECUTION
3.1 INSTALLERS
A. Tolerances:
1. The staked location of any improvement or facility should be as accurate as
practical and necessary. The degree of precision required is dependent on many
factors all of which must remain judgmental. The tolerances listed hereafter are
based on generalities and, under certain circumstances, shall yield to specific
requirements. The surveyor shall assess any situation by review of the overall plans
and through consultation with responsible parties as to the need for specific
tolerances.
a. Earthwork: Grades for earthwork or rough cut should not exceed 0.1 ft. vertical
tolerance. Horizontal alignment for earthwork and rough cut should not exceed
1.0 ft. tolerance.
b. Horizontal alignment on a structure shall be within .0.1ft tolerance.
c. Paving or concrete for streets, curbs, gutters, parking areas, drives, alleys and
walkways shall be located within the confines of the site boundaries and,
occasionally, along a boundary or any other restrictive line. Away from any
restrictive line, these facilities should be staked with an accuracy producing no
more than 0.05ft. tolerance from their specified locations.
d. Underground and overhead utilities, such as sewers, gas, water, telephone and
electric lines, shall be located horizontally within their prescribed areas or
easements. Within assigned areas, these utilities should be staked with an
accuracy producing no more than 0.1 ft tolerance from a specified location.
e. The accuracy required for the vertical location of utilities varies widely. Many
underground utilities require only a minimum cover and a tolerance of 0.1 ft.
should be maintained. Underground and overhead utilities on planned profile,
but not depending on gravity flow for performance, should not exceed 0.1 ft.
tolerance.
B. Surveying instruments shall be kept in close adjustment according to manufacturer’s
specifications or in compliance to standards. The City reserves the right to request a
calibration report at any time and recommends regular maintenance schedule be
performed by a certified technician every 6 months.
1. Field measurements of angles and distances shall be done in such fashion as to
satisfy the closures and tolerances expressed in Part 3.1.A.
2. Vertical locations shall be established from a pre-established benchmark and
checked by closing to a different bench mark on the same datum.
3. Construction survey field work shall correspond to the client’s plans. Irregularities
or conflicts found shall be reported promptly to the City.
4. Revisions, corrections and other pertinent data shall be logged for future reference.
_
WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
City Project No.: 104491
01 71 23 - 7
CONSTRUCTION STAKING AND SURVEY
Page 7 of 8
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised February 14, 2018
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 APPLICATION
3.5 REPAIR / RESTORATION
A. If the Contractor’s work damages or destroys one or more of the control
monuments/points set by the City, the monuments shall be adequately referenced for
expedient restoration.
1. Notify City if any control data needs to be restored or replaced due to damage
caused during construction operations.
a. Contractor shall perform replacements and/or restorations.
b. The City may require at any time a survey “Field Check” of any monument
or benchmarks that are set be verified by the City surveyors before further
associated work can move forward.
3.6 RE-INSTALLATION [NOT USED]
3.7 FIELD [OR] SITE QUALITY CONTROL
A. It is the Contractor’s responsibility to maintain all stakes and control data placed by the
City in accordance with this Specification. This includes easements and right of way, if
noted on the plans.
B. Do not change or relocate stakes or control data without approval from the City.
3.8 SYSTEM STARTUP
A. Survey Checks
1. The City reserves the right to perform a Survey Check at any time deemed
necessary.
2. Checks by City personnel or 3rd party contracted surveyor are not intended to
relieve the contractor of his/her responsibility for accuracy.
3.9 ADJUSTING [NOT USED]
3.10 CLEANING [NOT USED]
3.11 CLOSEOUT ACTIVITIES [NOT USED]
3.12 PROTECTION [NOT USED]
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
END OF SECTION
Revision Log _
WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
City Project No.: 104491
01 71 23 - 8
CONSTRUCTION STAKING AND SURVEY
Page 8 of 8
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised February 14, 2018
DATE NAME SUMMARY OF CHANGE
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
_
WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
City Project No.: 104491
01 74 23 - 1
CLEANING
Page 1 of 4
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised July 1, 2011
SECTION 01 74 23
CLEANING
PART 1 - GENERAL
1.1 SUMMARY
A.Section Includes:
1. Intermediate and final cleaning for Work not including special cleaning of closed
systems specified elsewhere
B.Deviations from this City of Fort Worth Standard Specification
1. None.
C.Related Specification Sections include, but are not necessarily limited to:
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 – General Requirements
3. Section 32 92 13 – Hydro-Mulching, Seeding and Sodding
1.2 PRICE AND PAYMENT PROCEDURES
A.Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various Items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A.Scheduling
1. Schedule cleaning operations so that dust and other contaminants disturbed by
cleaning process will not fall on newly painted surfaces.
2. Schedule final cleaning upon completion of Work and immediately prior to final
inspection.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 STORAGE, AND HANDLING
A.Storage and Handling Requirements
1. Store cleaning products and cleaning wastes in containers specifically designed for
those materials._
WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
City Project No.: 104491
01 74 23 - 2
CLEANING
Page 2 of 4
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised July 1, 2011
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS
2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED]
2.2 MATERIALS
A. Cleaning Agents
1. Compatible with surface being cleaned
2. New and uncontaminated
3. For manufactured surfaces
a. Material recommended by manufacturer
2.3 ACCESSORIES [NOT USED]
2.4 SOURCE QUALITY CONTROL [NOT USED]
PART 3 - EXECUTION
3.1 INSTALLERS [NOT USED]
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 APPLICATION [NOT USED]
3.5 REPAIR / RESTORATION [NOT USED]
3.6 RE-INSTALLATION [NOT USED]
3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED]
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.10 CLEANING
A. General
1. Prevent accumulation of wastes that create hazardous conditions.
2. Conduct cleaning and disposal operations to comply with laws and safety orders of
governing authorities.
3. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in
storm or sanitary drains or sewers.
4. Dispose of degradable debris at an approved solid waste disposal site.
5. Dispose of nondegradable debris at an approved solid waste disposal site or in an
alternate manner approved by City and regulatory agencies. _
WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
City Project No.: 104491
01 74 23 - 3
CLEANING
Page 3 of 4
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised July 1, 2011
6. Handle materials in a controlled manner with as few handlings as possible.
7. Thoroughly clean, sweep, wash and polish all Work and equipment associated with
this project.
8. Remove all signs of temporary construction and activities incidental to construction
of required permanent Work.
9. If project is not cleaned to the satisfaction of the City, the City reserves the right to
have the cleaning completed at the expense of the Contractor.
10. Do not burn on-site.
B. Intermediate Cleaning during Construction
1. Keep Work areas clean so as not to hinder health, safety or convenience of
personnel in existing facility operations.
2. At maximum weekly intervals, dispose of waste materials, debris and rubbish.
3. Confine construction debris daily in strategically located container(s):
a. Cover to prevent blowing by wind
b. Store debris away from construction or operational activities
c. Haul from site at a minimum of once per week
4. Vacuum clean interior areas when ready to receive finish painting.
a. Continue vacuum cleaning on an as-needed basis, until Final Acceptance.
5. Prior to storm events, thoroughly clean site of all loose or unsecured items, which
may become airborne or transported by flowing water during the storm.
C. Interior Final Cleaning
1. Remove grease, mastic, adhesives, dust, dirt, stains, fingerprints, labels and other
foreign materials from sight-exposed surfaces.
2. Wipe all lighting fixture reflectors, lenses, lamps and trims clean.
3. Wash and shine glazing and mirrors.
4. Polish glossy surfaces to a clear shine.
5. Ventilating systems
a. Clean permanent filters and replace disposable filters if units were operated
during construction.
b. Clean ducts, blowers and coils if units were operated without filters during
construction.
6. Replace all burned out lamps.
7. Broom clean process area floors.
8. Mop office and control room floors.
D. Exterior (Site or Right of Way) Final Cleaning
1. Remove trash and debris containers from site.
a. Re-seed areas disturbed by location of trash and debris containers in accordance
with Section 32 92 13.
2. Sweep roadway to remove all rocks, pieces of asphalt, concrete or any other object
that may hinder or disrupt the flow of traffic along the roadway.
3. Clean any interior areas including, but not limited to, vaults, manholes, structures,
junction boxes and inlets. _
WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
City Project No.: 104491
01 74 23 - 4
CLEANING
Page 4 of 4
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised July 1, 2011
4. If no longer required for maintenance of erosion facilities, and upon approval by
City, remove erosion control from site.
5. Clean signs, lights, signals, etc.
3.11 CLOSEOUT ACTIVITIES [NOT USED]
3.12 PROTECTION [NOT USED]
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
_
WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
City Project No.: 104491
01 77 19 - 1
CLOSEOUT REQUIREMENTS
Page 1 of 3
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised March 22, 2021
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 contract6
B.Deviations from this City of Fort Worth Standard Specification7
1. None.8
C.Related Specification Sections include, but are not necessarily limited to:9
1.Division 0 – Biddin g Requirements, Contract Forms and Conditions of the Contract10
2.Division 1 – General Requirements11
1.2 PRICE AND PAYMENT PROCEDURES 12
A.Measurement and Payment13
1.Work associated with this Item is considered subsidiary to the various Items bid.14
No separate payment will be allowed for this I tem.15
1.3 REFERENCES [NOT USED] 16
1.4 ADMINISTRATIVE REQUI REMENTS 17
A.Guarantees, Bonds and Affidavits18
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 are20
satisfactorily filed with the City.21
B.Release of Liens or Claims22
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
27
1.6 INFORMATIONAL SUBMITTALS [NOT USED] 28
29
1.7 CLOSEOUT SUBMITTALS [NOT USED] 30
PART 2 - PRODUCTS [NOT USED] 31
32 _
WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
City Project No.: 104491
01 77 19 - 2
CLOSEOUT REQUIREMENTS
Page 2 of 3
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised March 22, 2021
PART 3 - EXECUTION 1
3.1 INSTALLERS [NOT USED] 2
3.2 EXAMINATION [NOT USED] 3
3.3 PREPARATION [NOT USED] 4
3.4 CLOSEOUT PROCEDURE 5
A. Prior to requesting Final Inspection, submit: 6
1. Project Record Documents in accordance with Section 01 78 39 7
2. Operation and Maintenance Data, if required, in a ccordance with Section 01 78 23 8
B. Prior to requesting Final Inspection, perform final cleaning in accordance with Section 9 01 74 23. 10
C. Final Inspection 11
1. After final cleaning, provide notice to the City Project Representative that the Work 12
is completed. 13
a. The City will make an init ial Final Inspection with the Contractor present. 14 b. Upon completion of this inspection, the City will notify the Contractor, in 15
writing within 10 business days, of any particulars in which this inspection 16
reveals that the Work is defective or incomplete. 17
2. Upon receiving written notice from the City, immediately undertake the Work 18 required to remedy deficiencies and complete the Work to the satisfaction of the 19
City. 20
3. The Right-of-way shall be cleared of all construction materials, barricades, and 21
temporary signage. 22
4. Upon completion of Work associated with the items listed in the City's written 23
notice, inform the City that the required Work has been completed. Upon receipt of 24
this notice, the City, in the presence of the Contractor, will make a subsequent Final 25
Inspection of the project. 26
5. Provide all special accessories required to place each item of equipment in full 27
operation. These special accessory items include, but are not limited to: 28
a. Specified spare parts 29
b. Adequate oil and grease as required for the first lubrication of the equipment 30
c. Initial fill up of all chemical tanks and fuel tanks 31
d. Light bulbs 32
e. Fuses 33
f. Vault keys 34
g. Handwheels 35
h. Other expendable items as required for initial start-up and operation of all 36
equipment 37
D. Notice of Project Completion 38
1. Once the City Project Representative find s the Work subsequent to Final Inspection 39
to be satisfactory, the City will issue a Notice of Project Completion (Green Sheet). 40
E. Supporting Documentation 41 _
WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
City Project No.: 104491
01 77 19 - 3
CLOSEOUT REQUIREMENTS
Page 3 of 3
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised March 22, 2021
1. Coordinate with the City Project Representative to complete the following 1
additional forms: 2 a. Final Payment Request 3
b. Statement of Contract Time 4
c. Affidavit of Payment and Release of Liens 5
d. Consent of Surety to Final Payment 6
e. Pipe Report (if required) 7 f. Contractor’s Evaluation of City 8
g. Performance Evaluation of Contractor 9
F. Letter of Final Acceptance 10
1. Upon review and acceptance of Notice of Project Completion and Supporting 11
Documentation, in accordance with General Conditions, City will issue Letter of 12
Final Acceptance and release the Final Payment Request for payment. 13
3.5 REPAIR / RESTORATION [NOT USED] 14
3.6 RE-INSTALLATION [NOT USED] 15
3.7 FIELD [OR] SITE QUALITY CONTR OL [NOT USED] 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 [NOT USED] 21
3.13 MAINTENANCE [NOT USED] 22
3.14 ATTACHMENTS [NOT USED] 23
END OF SECTION 24
25
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”
26 _
WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
City Project No.: 104491
01 78 23 - 1
OPERATION AND MAINTENANCE DATA
Page 1 of 5
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised December 20, 2012
SECTION 01 78 23
OPERATION AND MAINTENANCE DATA
PART 1 - GENERAL
1.1 SUMMARY
A.Section Includes:
1. Product data and related information appropriate for City's maintenance and
operation of products furnished under Contract
2. Such products may include, but are not limited to:
a.Traffic Controllers
b. Irrigation Controllers (to be operated by the City)
c.Butterfly Valves
B.Deviations from this City of Fort Worth Standard Specification
1. None.
C.Related Specification Sections include, but are not necessarily limited to:
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 – General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A.Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various Items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A.Schedule
1. Submit manuals in final form to the City within 30 calendar days of product
shipment to the project site.
1.5 SUBMITTALS
A.Submittals shall be in accordance with Section 01 33 00 . All submittals shall be
approved by the City prior to delivery.
1.6 INFORMATIONAL SUBMITTALS
A.Submittal Form
1. Prepare data in form of an instructional manual for use by City personnel.
2. Format
a.Size: 8 ½ inches x 11 inches
b. Paper
1) 40 pound minimum, white, for typed pages
2) Holes reinforced with plastic, cloth or metal
c.Text: Manufacturer’s printed data, or neatly typewritten
_
WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
City Project No.: 104491
01 78 23 - 2
OPERATION AND MAINTENANCE DATA
Page 2 of 5
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised December 20, 2012
d. Drawings
1) Provide reinforced punched binder tab, bind in with text
2) Reduce larger drawings and fold to size of text pages.
e. Provide fly-leaf for each separate product, or each piece of operating
equipment.
1) Provide typed description of product, and major component parts of
equipment.
2) Provide indexed tabs.
f. Cover
1) Identify each volume with typed or printed title "OPERATING AND
MAINTENANCE INSTRUCTIONS".
2) List:
a) Title of Project
b) Identity of separate structure as applicable
c) Identity of general subject matter covered in the manual
3. Binders
a. Commercial quality 3-ring binders with durable and cleanable plastic covers
b. When multiple binders are used, correlate the data into related consistent
groupings.
4. If available, provide an electronic form of the O&M Manual.
B. Manual Content
1. Neatly typewritten table of contents for each volume, arranged in systematic order
a. Contractor, name of responsible principal, address and telephone number
b. A list of each product required to be included, indexed to content of the volume
c. List, with each product:
1) The name, address and telephone number of the subcontractor or installer
2) A list of each product required to be included, indexed to content of the
volume
3) Identify area of responsibility of each
4) Local source of supply for parts and replacement
d. Identify each product by product name and other identifying symbols as set
forth in Contract Documents.
2. Product Data
a. Include only those sheets which are pertinent to the specific product.
b. Annotate each sheet to:
1) Clearly identify specific product or part installed
2) Clearly identify data applicable to installation
3) Delete references to inapplicable information
3. Drawings
a. Supplement product data with drawings as necessary to clearly illustrate:
1) Relations of component parts of equipment and systems
2) Control and flow diagrams
b. Coordinate drawings with information in Project Record Documents to assure
correct illustration of completed installation.
c. Do not use Project Record Drawings as maintenance drawings.
4. Written text, as required to supplement product data for the particular installation:
a. Organize in consistent format under separate headings for different procedures.
b. Provide logical sequence of instructions of each procedure.
_
WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
City Project No.: 104491
01 78 23 - 3
OPERATION AND MAINTENANCE DATA
Page 3 of 5
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised December 20, 2012
5. Copy of each warranty, bond and service contract issued
a. Provide information sheet for City personnel giving:
1) Proper procedures in event of failure
2) Instances which might affect validity of warranties or bonds
C. Manual for Materials and Finishes
1. Submit 5 copies of complete manual in final form.
2. Content, for architectural products, applied materials and finishes:
a. Manufacturer's data, giving full information on products
1) Catalog number, size, composition
2) Color and texture designations
3) Information required for reordering special manufactured products
b. Instructions for care and maintenance
1) Manufacturer's recommendation for types of cleaning agents and methods
2) Cautions against cleaning agents and methods which are detrimental to
product
3) Recommended schedule for cleaning and maintenance
3. Content, for moisture protection and weather exposure products:
a. Manufacturer's data, giving full information on products
1) Applicable standards
2) Chemical composition
3) Details of installation
b. Instructions for inspection, maintenance and repair
D. Manual for Equipment and Systems
1. Submit 5 copies of complete manual in final form.
2. Content, for each unit of equipment and system, as appropriate:
a. Description of unit and component parts
1) Function, normal operating characteristics and limiting conditions
2) Performance curves, engineering data and tests
3) Complete nomenclature and commercial number of replaceable parts
b. Operating procedures
1) Start-up, break-in, routine and normal operating instructions
2) Regulation, control, stopping, shut-down and emergency instructions
3) Summer and winter operating instructions
4) Special operating instructions
c. Maintenance procedures
1) Routine operations
2) Guide to "trouble shooting"
3) Disassembly, repair and reassembly
4) Alignment, adjusting and checking
d. Servicing and lubrication schedule
1) List of lubricants required
e. Manufacturer's printed operating and maintenance instructions
f. Description of sequence of operation by control manufacturer
1) Predicted life of parts subject to wear
2) Items recommended to be stocked as spare parts
g. As installed control diagrams by controls manufacturer
h. Each contractor's coordination drawings
1) As installed color coded piping diagrams
_
WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
City Project No.: 104491
01 78 23 - 4
OPERATION AND MAINTENANCE DATA
Page 4 of 5
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised December 20, 2012
i. Charts of valve tag numbers, with location and function of each valve
j. List of original manufacturer's spare parts, manufacturer's current prices, and
recommended quantities to be maintained in storage
k. Other data as required under pertinent Sections of Specifications
3. Content, for each electric and electronic system, as appropriate:
a. Description of system and component parts
1) Function, normal operating characteristics, and limiting conditions
2) Performance curves, engineering data and tests
3) Complete nomenclature and commercial number of replaceable parts
b. Circuit directories of panelboards
1) Electrical service
2) Controls
3) Communications
c. As installed color coded wiring diagrams
d. Operating procedures
1) Routine and normal operating instructions
2) Sequences required
3) Special operating instructions
e. Maintenance procedures
1) Routine operations
2) Guide to "trouble shooting"
3) Disassembly, repair and reassembly
4) Adjustment and checking
f. Manufacturer's printed operating and maintenance instructions
g. List of original manufacturer's spare parts, manufacturer's current prices, and
recommended quantities to be maintained in storage
h. Other data as required under pertinent Sections of Specifications
4. Prepare and include additional data when the need for such data becomes apparent
during instruction of City's personnel.
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE
A. Provide operation and maintenance data by personnel with the following criteria:
1. Trained and experienced in maintenance and operation of described products
2. Skilled as technical writer to the extent required to communicate essential data
3. Skilled as draftsman competent to prepare required drawings _
WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
City Project No.: 104491
01 78 23 - 5
OPERATION AND MAINTENANCE DATA
Page 5 of 5
CITY OF FORT WORTH [Insert Project Name]
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number]
Revised December 20, 2012
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
8/31/2012 D. Johnson 1.5.A.1 – title of section removed
_
WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
City Project No.: 104491
SP 34 71 13.01
TRAFFIC CONTROL
Page 1 of 3
SPECIAL PROVISION TO STANDARD SPECIFICATION 34 71 13
TRAFFIC CONTROL
CITY OF FORT WORTH 2022 BOND YEAR 1 – CONTRACT 6
DATE: 12/13/2019 City Project No.: 102980
For this Project, the Standard Specification 34 71 13 for Traffic Control (dated 11/22/2013) is
amended with respect to the clauses cited below. No other clauses or requirements of this
Standard Specification are waived or changed.
Delete section 1.1. from Standard Specification 34 71 13 and replace with:
1.1 SUMMARY
B.Installation of Traffic Control Devices and preparation of Traffic Control Plans,
including moving, replacing, maintaining, cleaning and removing upon completion of
the work, all temporary or permanent street closure barricades, signs, cones, lights or
other devices required to handle traffic in conformance with the current edition of the
Texas Manual of Uniform Traffic Control Devices and as indicated on the Drawings or
directed by the Engineer or designated City representative.
C.Deviations from this City of Fort Worth Standard Specification
1.As outlined in this Special Provision to Standard Specification 34 71 13.
D.Related Specifications Sections include, but are not limited to:
1.Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract
2.Division 1 – General Requirements
Delete paragraph 1.2. from Standard Specification 34 71 13 and replace with:
1.2 PRICE AND PAYMENT PROCEDURES
A.Measurement and Payment
1.Installation of Traffic Control Devices
1)Measurement
a)Traffic Control Devices for the project will be measured per month
throughout the project duration regardless of the number of set-ups,
locations or streets under construction.
b.Payment
a)The work performed and materials furnished in accordance with this
Item and measured, as provided under “Measurement,” shall be paid
for at the unit price bid for “Traffic Control” under each Unit of Work
(Water, Sewer, Paving, etc). No additional compensation is made for
materials, equipment or labor required for this Item.
b)No more than one month may be charged during the same 30 day
period of a contract. Projects with multiple crews performing concurrent
Units of Work (Water, Sewer, Paving, etc) will be paid for 1 (one) month
total, under the contractor’s selected unit. The selected unit must have had
active work during that period.
c)The months for each Unit of Work will be approximated for bidding
and can be adjusted during construction as the work progresses according
to the Contractor’s schedule. The Contractor’s schedule shall reflect the
project being complete within the project duration set by the contract.
c. The work performed under this Item shall include, but not be limited to:
1)Traffic Control implementation
__
__
WATER AND SEWER REPLACEMENTS CONTRACT, 2020 WSM-O
City Project No.: 103434
SP 34 71 13.01
TRAFFIC CONTROL
Page 2 of 3
SPECIAL PROVISION TO STANDARD SPECIFICATION 34 71 13
TRAFFIC CONTROL
CITY OF FORT WORTH 2022 BOND YEAR 1 – CONTRACT 6
DATE: 12/13/2019 City Project No.: 102980
2)Installation
3)Maintenance
4)Adjustments
5)Replacements
6)Removal
7)Police assistance during peak hours
d.Traffic Control Plan Changes:
1)Contractor driven changes to the sequencing, resources, or location of
traffic control activities do not warrant additional cost for traffic
control.
2)City requested changes to the scope or sequencing can be submitted
as a change order with supporting documentation for review by the
City.
3)During periods of inactivity the contractor must provide supporting
documentation that additional traffic control was required based on
current site conditions and was present at the site.
2.Portable Changeable Message Board Signs
a. Measurement
a)Portable Changeable Message Board Signs for the project shall be
measured per week regardless of the number of set-ups, locations or
streets under construction.
b.Payment
a) The work performed and materials furnished in accordance to this Item
and measured as provided under “Measurement” shall be paid for at
the unit price bid per week for “Portable Message Sign”.
c.The price bid and work performed under this Item shall include, but not be
limited to:
a) Delivery of Portable Message Sign to Site
b)Message updating
c) Sign movement throughout construction
d)Return of the Portable Message Sign post-construction
3.Preparation of Traffic Control Plans or details if not provided on the Drawings and
applicable City Standard Traffic Control Detail is available at:
http://fortworthtexas.gov/uploadedFiles/Transportation_and_Public_Wor
ks/Permits/TrafficControlPlans.pdf
a. Measurement
a) Traffic Control Plans for the project shall be measured throughout the
contract time period and furnished by the Contractor.
b.Payment
a) The work performed and materials furnished in accordance with this
Item shall be subsidiary to the unit price bid for “Traffic Control”.
c. The work performed under this item shall include, but not be limited to:
a) Preparing the Traffic Control Plans
b)Adherence to City and Texas Manual on Uniform Traffic Control
Devices (TMUTCD)
__
__
WATER AND SEWER REPLACEMENTS CONTRACT, 2020 WSM-O
City Project No.: 103434
SP 34 71 13.01
TRAFFIC CONTROL
Page 3 of 3
SPECIAL PROVISION TO STANDARD SPECIFICATION 34 71 13
TRAFFIC CONTROL
CITY OF FORT WORTH 2022 BOND YEAR 1 – CONTRACT 6
DATE: 12/13/2019 City Project No.: 102980
c) Obtaining the signature and seal of a licensed Texas Professional
Engineer for all Traffic Control Plans submitted to the City.
d) Incorporation of City comments
Delete paragraph 1.5.B, D, E and G from Standard Specification 34 71 13 and replace with:
1.5 SUBMITTALS
B. Obtain a Street Use Permit from the Street Management Section of the Traffic
Engineering Division, 311 W. 10th Street. The Traffic Control Plan (TCP) for the
Project shall be as detailed on the Traffic Control Plan sheets of the Drawing set if
provided. A copy of the Traffic Control Plan shall be submitted with the Street Use
Permit and upon approval uploaded to the City’s BIM360 project page as a submittal.
D. Contractor shall prepare Traffic Control Plans if required by the Drawings or
Specifications. The Contractor will be responsible for having a licensed Texas
Professional Engineer sign and seal the Traffic Control Plan sheets. Contractor, at his
or her expense, shall prepare and submit for approval Traffic Control Plans where
Contractor wishes to deviate from the approved set of Traffic Control plans if provided
in the construction documents.
E. Lane closures (including moving operations) that require a lane to be closed to
through traffic for 24 hours or longer shall require a site-specific traffic control plan.
G. Design Engineer will furnish standard details for traffic control. These are
guidance and are not sufficient for a site specific traffic control plan for lane closures
over 24 hours.
Delete paragraph 1.5.G from Standard Specification 34 71 13.
Delete paragraph 3.3.K from Standard Specification 34 71 13 and replace with:
3.3 INSTALLATION
K. Contractor shall make arrangements, at his or her expense, for police assistance to direct
traffic if traffic signal turn-ons, street light pole installation, or other construction will be
done during peak traffic times (AM: 7 am – 9 am, PM: 4 pm - 6 pm).
__
__
WATER AND SEWER REPLACEMENTS CONTRACT, 2020 WSM-O
City Project No.: 103434
CITY OF FORT WORTH WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 104491
Revised July 1, 2011
APPENDIX
GC-4.02 Subsurface and Physical Conditions
• Test Hole Repot - Laboratory Test Results – 7-29-23
GC-6.06.D Minority and Women Owned Business Enterprise Compliance
• MWBE Special Instructions of Offerors
• MWBE Business Equity Utilization Form
• MWBE Prime Contractor Waiver Form
• MWBE Good Faith Effort Form
• MWBE Joint Venture Eligibility Form
GC-6.07 Wage Rates
• 2013 Prevailing Wage Rates (Heavy and Highway Construction Projects)
GC-6.09 Permits and Utilities
• TXDOT – N. Main Street (USB287)
• FAA FAA Advisory Circular 150/5370-2, "Operational Safety on Airports During
Construction."
GR-01 60 00 Product Requirements
• City of Fort Worth Water Department Standard Product List
• City of Fort Worth Transportation & Public Works Department Stormwater Management
Division Standard Product List.
CITY OF FORT WORTH WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 104491
Revised July 1, 2011
GC-4.02 Subsurface and Physical Conditions
THIS PAGE LEFT INTENTIONALLY BLANK
Rone Engineering Services, Ltd.
Project: Testholes for W & SS Replace Contract 2 WSM-G Material Testing
CPN: 104491 PO-FW020-0000009957
FID:56002-0600430-5330500-104491-001784-9999
Rone Project No.: 2327784
Rone Report No.: 14410765
Date of Service: 7/14/2023 – Report Date 7-29-2023
Depth Checks – Coring
On this date a representative of Rone Engineering Services, Ltd. arrived onsite, as scheduled,
to perform Core Depth Checks.
Please See Below for Locations and Results:
N. Calhoun Street
Hole # C - 1
Location: 3405 N. Calhoun
2.5” Asphalt
4” Concrete Paving – Compressive Strength test = 4250 PSI
7” Subgrade Flex Base
4.5” Brown Clay w/gravel
N. Calhoun Street
Hole # C - 2
Location: 3411 N Calhoun
3” Asphalt
4.0” Concrete Paving – Compressive Strength test = 4670 PSI
7” Flexbase - Atterberg Limits: LL=24, PL=16, PI=8
4¼” Brown Clay w/gravel - Atterberg Limits: LL=26, PL=15, PI=11
N. Commerce Street
Hole #C - 3
Location: 3817 Commerce Street
2.25” Asphalt
6” Flexbase
9.75" Light Brown Sandy Clay
N. Commerce Street
Hole #C - 4
Location: 3717 Commerce Street
3.25” Asphalt
6” Flexbase - Atterberg Limits: LL=16, PL=10, PI=6
8.75" Brown Clay w/gravel- Atterberg Limits: LL=34, PL=27, PI=7
N. Commerce Street
Hole #C - 5
Location: 3615 N. Commerce Street
2.5” Asphalt
6” Flexbase
9.5" Brown Clay
N. Commerce Street
Hole #C - 6
Location: 3501 Commerce Street
3.5” Asphalt
7” Flexbase - Atterberg Limits: LL=18, PL=9, PI=9
8.75" Brown Clay w/gravel- Atterberg Limits: LL=36, PL=12, PI=24
N. Commerce Street
Hole #C - 7
Location: 3415 Commerce Street
3.75” Asphalt
7” Flexbase
7.25" Brown Clay w/gravel
N. Commerce Street
Hole #C - 8
Location: 3401 Commerce Street
4.5” Asphalt
7” Flexbase - Atterberg Limits: LL=19, PL=11, PI=8
6.5" Brown Clay w/gravel- Atterberg Limits: LL=46, PL=13, PI=33
N. Main Street
Hole # C – 9
Location: 3410 N. Main
4.25" Asphalt
6” Concrete – Compressive Strength test = 4990 PSI
7.75" Flexbase
N. Main Street
Hole # C – 10
Location: 3606 N. Main
4." Asphalt
6.875” Concrete – Compressive Strength test = 4610 PSI
7.125" Flexbase - Atterberg Limits: LL=33, PL=20, PI=13
N. Main Street
Hole # C – 11
Location: 3612 N. Main
4.125" Asphalt
7” Concrete – Compressive Strength test = 4550 PSI
7" Flexbase
N. Main Street
Hole # C – 12
Location: 3708 N. Main
4.75" Asphalt
6.875” Concrete – Compressive Strength test = 6250 PSI
6.625" Grey and Brown Sa Clay - Atterberg Limits: LL=42, PL=15, PI=27
N. Main Street
Hole # C – 13
Location: 3812 N. Main
5.75" Asphalt
7” Concrete – Compressive Strength test = 5360 PSI
5.25" Brown Clay w/gravel
N. Main Street
Hole # C – 14
Location: 3820 N. Main
4.25" Asphalt
7.25” Concrete – Compressive Strength test = 6030 PSI
7" Brown Sandy Clay w/gravel - Atterberg Limits: LL=35, PL=19, PI=16
Ellis Avenue & NW 35th Street
Hole # C – 15
Location: Intersection
4.75" Asphalt
6” Flexbase - Atterberg Limits: LL=19, PL=10, PI=9
7.5" Tan Sandy Clay w/gravel - Atterberg Limits: LL=26, PL=14, PI=12
Clinton Avenue & NW 35th Street
Hole # C –16
Location: Intersection
5" Asphalt
7" Flexbase
7.5" Tan Sandy Clay w/gravel
Ross Avenue & NW 35th Street
Hole # C –17
Location: Intersection
54.75" Asphalt
7" Flexbase - Atterberg Limits: LL=18, PL=12, PI=6
7.5" Tan Sandy Clay w/gravel - Atterberg Limits: LL=28, PL=13, PI=15
Ellis Avenue
Hole # C – 18
Location: 3501 Ellis Avenue
8.5" Asphalt
7" Flexbase - Atterberg Limits: LL=17, PL=11, PI=6
5” Tan Sandy Clay w/gravel - Atterberg Limits: LL=46, PL=14, PI=32
Ellis Avenue
Hole # C – 19
Location: 3601 Ellis Avenue
8" Asphalt
7" Flexbase
4” Tan Sandy Clay w/gravel
Ellis Avenue
Hole # C – 20
Location: 3617 Ellis Avenue
7.5" Asphalt
7.25" Flexbase - Atterberg Limits: LL=17, PL=11, PI=6
5” Tan Sandy Clay w/gravel - Atterberg Limits: LL=31, PL=16, PI=15
N. Houston Street
Hole # C – 21
Location: 3502 N. Houston Street
3" Asphalt
7" Flexbase - Atterberg Limits: LL=17, PL=11, PI=6
8.5” Gray and Brown Fat Clay - Atterberg Limits: LL=73, PL=19, PI=54
N. Houston Street
Hole # C – 22
Location: 3600 N. Houston Street
2.75" Asphalt
9" Concrete – Compressive Strength test = 6690 PSI
6.25” Flexbase
N. Houston Street
Hole # C – 23
Location: 3620 N. Houston Street
1.75" Asphalt
8” Flexbase
8.25” Brown and Gray Fat Clay - Atterberg Limits: LL=74, PL=19, PI=55
N. Houston Street
Hole # C – 24
Location: 3714 N. Houston Street
3" Asphalt
7.5" Flexbase
7.5” Gray and Brown Fat Clay
Clinton Avenue
Hole # C – 25
Location: 3402 Clinton Avenue
3" Asphalt
8" Flexbase - Atterberg Limits: LL=20, PL=12, PI=8
7.5” Reddish Brown Sandy Clay w/gravel - Atterberg Limits: LL=29, PL=13, PI=18
Clinton Avenue
Hole # C – 26
Location: 3421 Clinton Avenue
5.5" Asphalt
7" Flexbase
7.5” - Brown Sandy Clay
Clinton Avenue
Hole # C – 27
Location: 3508 Clinton Avenue
3" Asphalt
10" Flexbase - Atterberg Limits: LL=21, PL=11, PI=10
6.5” Light Brown Sandy Clay w/gravel - Atterberg Limits: LL=31, PL=13, PI=18
Clinton Avenue
Hole # C – 28
Location: 3612 Clinton Avenue
3.5" Asphalt
7.25" Flexbase
7.5” Reddish Brown Sandy Clay w/gravel
Clinton Avenue
Hole # C – 29
Location: 3714 Clinton Avenue
4.25" Asphalt
7" Flexbase - Atterberg Limits: LL=19, PL=11, PI=8
7” Tan Clay w/gravel Atterberg Limits: LL=43, PL=16, PI=27
NW 36th Street
Hole # C – 30
Location: Clinton Avenue and NW 36th Street - Intersection
6" Asphalt
9" Flexbase - Atterberg Limits: LL=19, PL=11, PI=8
5” Brown Sandy Clay w/LSF - Atterberg Limits: LL=36, PL=18, PI=18
NW 36th Street & Ross Avenue
Hole # C – 31
Location: Intersection
7.5" Asphalt
6.75" Flexbase
5” Tan Sandy Clay
NW 38th Street
Hole # C – 32
Location: 200’ W from Clinton Avenue mand NW 38th Street
2.75" Asphalt
5" Flexbase - Atterberg Limits: LL=19, PL=12, PI=7
11” Light Brown Sandy Clay - Atterberg Limits: LL=41, PL=17, PI=24
NW 38th Street
Hole # C – 33
Location: Ross Avenue and NW 38th Street - Intersection
3" Asphalt
5.5" Flexbase
5” Light Brown Sandy Clay
Ross Avenue
Hole # C – 34
Location: 3502 Ross Avenue
3" Asphalt
6" Flexbase - Atterberg Limits: LL=20, PL=12, PI=8
5” Brown and Gray Fat Clay - Atterberg Limits: LL=71, PL=18, PI=53
Ross Avenue
Hole # C – 35
Location: 3600 Ross Ave.
8" Asphalt
7" Flexbase -
5” Light Brown Clay
Ross Avenue
Hole # C – 36
Location: 3616 Ross Avenue
6.875" Asphalt
9" Flexbase - Atterberg Limits: LL=19, PL=12, PI=7
3+” Brown Sandy Clay w/LSF - Atterberg Limits: LL=71, PL=18, PI=53
Coring at terminated @ ~18”
CITY OF FORT WORTH WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 104491
Revised July 1, 2011
GC-6.06.D Minority and Women Owned Business
Enterprise Compliance
THIS PAGE LEFT INTENTIONALLY BLANK
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
ATTACHMENT 1A
Page 1 of 4
City of Fort Worth
Business Equity Utilization Form
Disadvantaged Business Enterprise Utilization Form (Applicable if Federally-Funded)
PRIME/OFFEROR/OWNER
COMPANY NAME:
BID DATE:
PROJECT NAME:
PROJECT NUMBER:City’s Business Equity Goal:
MBE WBE DBE HUB VOSB Section 3 Not Certified Check all applicable boxes to describe
Prime/Offeror/Owner's Classification:
Certifying Agency:NCTRCA D/FW MSDC TX DOT WBCS Other:
Ethnicity:African American Hispanic Native American Asian Caucasian Female
Definitions: Business Equity Firm: Certified MBE Minority Business Enterprise or WBE Women Business Enterprise DBE: Disadvantaged Business Enterprise
HUB: Historically Under Utilized Business VOSB: Veteran Owned Small Business Section 3: Certified Housing Urban Development Vendors
Gender:Male
%
Offeror’s Business Equity (or DBE)
Commitment:
ALL BUSINESS EQUITY FIRMS MUST BE CERTIFIED BEFORE CONTRACT AWARD
Failure to complete this form, in its entirety, 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.
The undersigned Prime/Offeror agrees to enter into a formal agreement with the Business Equity firm(s) listed in this utilization schedule, conditioned upon execution of a contract with the
City of Fort Worth (Exception: Developer projects). The intentional and/or knowing misrepresentation of facts is grounds for consideration of disqualification and will result in the bid being
considered non-responsive to bid specifications.
Business Equity firms listed toward meeting the project goal must be located in the City's marketplace at the time of bid or the business has a Significant Business Presence in the
Marketplace. The marketplace is the City of Fort Worth including portions of Denton, Parker, Wise, and all of Tarrant, Dallas, and Johnson counties.
Certified means those Business Equity Firms, located within the Marketplace, that have been determined to be a bona-fide minority or women business enterprise by the
North Central Texas Regional Certification Agency (NCTRCA), Dallas/Fort Worth Minority Supplier Development Council (D/FW MSDC) and Women's Business Council-Southwest
(WBCS).
If hauling services are utilized, the Prime/Offeror will be given credit as long as the Business Equity firm listed owns and operates at least one fully licensed and operational truck to be
used on the contract. The Business Equity firms may lease trucks from another Business Equity firm, including Business Equity owner-operated, and receive full Business Equity
credit. The Business Equity firm may lease trucks from non-Business Equity firms, including owner-operated, but will only receive credit for the fees and commissions earned by the
Business Equity as outlined in the lease agreement.
Federally-funded Projects (ONLY), Counting DBE Participation: If materials or supplies are obtained from a DBE manufacturer, count 100 percent of the cost of the materials or
supplies towards the goal. If the materials or supplies are purchased from a DBE regular dealer, count 60 percent of the cost of the materials and supplies toward the DBE goal. When
materials or supplies are purchased from a DBE neither a manufacturer nor a regular dealer, count the entire amount of fees or commissions charged for assistance in the
procurement of the materials and supplies or fees or transportation charges for the delivery of the materials or supplies delivered to the job site. In all cases, the Prime/Offeror is
responsible to identify the amounts to be used toward the committed DBE goal. Note: For DBE Goals, 60% of the services count towards the goal.
Non-Binary
(Check if addressing DBE Goal)%
Effective 01/01/2021
Updated 03/24/2022
ATTACHMENT 1A
Page 2 of 4
Please note that only certified Business Equity firms will be counted to meet the Business Equity goal. Prime/Offerors are required to identify ALL subcontractors/suppliers,
regardless of status; i.e., Business Equity firms and non-Business Equity firms. Prime/Offerors must identify by tier level all subcontractors/suppliers. Tier: means the level of
subcontracting below the Prime/Offeror i.e. a direct payment from the Prime/Offeror to a subcontractor is considered 1st tier, a payment by a subcontractor to its supplier is considered
2nd tier. Business Equity firms are to be listed before non-Business Equity firms. The Prime/Offeror is responsible to provide proof of payment of all tiered sub-contractors/suppliers
identified as a Business Equity firm and counting those dollars towards meeting the contract committed goal.
Certified Business Equity Prime/Offeror Contractors counting their self-performance towards meeting the contract goal, must be certified within those NAICS commodity codes with a
certifying agency acceptable by the City of Fort Worth. Certified Business Equity Prime/Offeror counting self-performing services towards the goal, the service(s) to be performed
should be listed first on the Utilization form.
NAMES AND ADDRESSES OF
CONTRACTORS/SUPPLIERS
TYPE OF SERVICES/SUPPLIES
PROVIDED (NAICS Required)Specify Tier
Name 1st Tier Certification Agency Gender and Ethnicity:
Business Name:
Address:
Phone:
Email:
Contact Person:
Type of Service/Supplies:
$ AMOUNT:
Male Female Certified By:
NCTRCA
TXDOT
Type of Service/Supplies:
$ AMOUNT:
Certified By:
NCTRCA
TXDOT
Type of Service/Supplies:
$ AMOUNT:
Certified By:
NCTRCA
TXDOT
$ AMOUNT:
Certified By:
NCTRCA TxDOT
African American
WBCS
D/FW MSDC
WBCS
DFW MSDC
Male Female
Male Female
WBCS
DFW MSDC
African American
African American
Business Equity Utilization Form
Non-Binary
Other:
Hispanic
Native
American
Asian
Caucasian
Business Name:
Address:
Phone:
Email:
Contact Person:
Business Name:
Address:
Phone:
Email:
Contact Person:
Other:
Other:
Asian
Caucasian
Hispanic
Asian
Caucasian
Hispanic
Native
American
Native
American
Non-Binary
Non-Binary
Effective 01/01/2021
Updated 03/24/2022
NAICS Code:
NAICS Code:
NAICS Code:
Check this box if certified Prime Contractor services will be counting towards the Business Equity contracting goal. Please list services first below.
Please list certified Business Equity firm names as listed on their certification, including DBA names.
ATTACHMENT 1A
Page 3 of 4
Business Equity Utilization Form
Please include multiple copies of this page if needed to list all contractors and suppliers.
NAMES AND ADDRESSES OF
CONTRACTORS/SUPPLIERS
TYPE OF SERVICES/SUPPLIES
PROVIDED (NAICS Required)Specify Tier
Name 1st Tier Certification Agency Gender and Ethnicity:
Business Name:
Address:
Phone:
Email:
Contact Person:
Type of Service/Supplies:
$ AMOUNT:
Male Female Certified By:
Type of Service/Supplies:
$ AMOUNT:
Certified By:
Type of Service/Supplies:
$ AMOUNT:
Certified By:
WBCS
WBCS
Male Female
Male Female
WBCS
Non-Binary
D/FW MSDC
NCTRCA
TXDOT
Other:
Hispanic
Native
American
African American
Asian
Caucasian
Business Name:
Address:
Phone:
Email:
Contact Person:
Business Name:
Address:
Phone:
Email:
Contact Person:
DFW MSDC
NCTRCA
TXDOT
Other:
DFW MSDC
NCTRCA
TXDOT
Other:
African American
Asian
Caucasian
Hispanic
African American
Asian
Caucasian
Hispanic
Native
American
Native
American
Non-Binary
Non-Binary
Type of Service/Supplies:
$ AMOUNT:
Certified By: Male Female
WBCS
Business Name:
Address:
Phone:
Email:
Contact Person:
DFW MSDC
NCTRCA
TXDOT
Other:
African American
Asian
Caucasian
Hispanic
Native
American
Non-Binary
NAICS Code:
NAICS Code:
NAICS Code:
NAICS Code:
Effective 01/01/2021
Updated 03/24/2022
ATTACHMENT 1A
Page 4 of 4
Business Equity Utilization Form
______________________________________________
Printed Signature
______________________________________________
Contact Name and Title (if different)
______________________________________________
Phone Number
______________________________________________
Email Address
______________________________________________
Date
Authorized Signature
____________________________________________________
Title
____________________________________________________
Company Name
____________________________________________________
Address
____________________________________________________
City/State/Zip Code
Total Dollar Amount of Certified Prime/Offeror Services towards contract goal $
Total Dollar Amount of Business Equity (or DBE if applicable) Subcontractors/Suppliers $
Total Dollar Amount of Non-Business Equity Subcontractors/Suppliers $
TOTAL DOLLAR AMOUNT OF CERTIFIED PRIME/ALL SUBCONTRACTORS/SUPPLIERS $
The Prime/Offeror will not make additions, deletions, or substitutions to this certified list without the prior approval of the Business Equity Division
through the submittal of a Request for Approval of Change/Addition online. Any unjustified change or deletion shall be a material breach of
contract and may result in debarment in accord with the procedures outlined in the ordinance. The Prime/Offeror shall submit a detailed explanation of
how the requested change/addition or deletion will affect the committed Business Equity goal. If the detail explanation is not submitted, it will affect
the final compliance determination.
By affixing a signature to this form, the Prime/Offeror further agrees to provide, directly to the City upon request, complete and accurate information
regarding actual work performed by all subcontractors, including non-Business Equity firms. The Prime/Offeror also agrees to allow an audit and/or
examination of any books, records and files held by their company. The Prime/Offeror agrees to allow the transmission of interviews with owners,
principals, officers, employees and applicable subcontractors/suppliers participating on the contract that will substantiate the actual work
performed by the Business Equity firms on this contract, by an authorized officer or employee of the City. A Prime/Offerer who intentionally and/or
knowingly misrepresents material facts shall be Debarred for a period of time of not less than three (3) years.
Department of Diversity and Inclusion - Business Equity Division
Email: DVIN_BEOffice@fortworthtexas.gov
Ph: 817-392-2674
Effective 01/01/2021
Updated 03/24/2022
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
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
CITY OF FORT WORTH WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 104491
Revised July 1, 2011
GC-6.07 Wage Rates
THIS PAGE LEFT INTENTIONALLY BLANK
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
CITY OF FORT WORTH WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 104491
Revised July 1, 2011
GC-6.09 Permits and Utilities
THIS PAGE LEFT INTENTIONALLY BLANK
Federal Aviation Administration
10101 Hillwood Parkway
Federal Aviation Administration
Fort Worth, TX 76177
Jesse Carriger
March 19, 2024
TO:
Fort Worth Water Department
Attn: Dena Johnson
908 Monroe St
Fort Worth, TX 76102
Dena.Johnson@fortworthtexas.gov
CC:
Stream Water Group, Inc.
Attn: Chris McCoy
6737 Brentwood Stair Rd
Suite 230
Fort Worth, TX 76112
cmccoy@streamwatergroup.com
Page 1 of 2
RE: (See attached Table 1 for referenced case(s))
**FINAL DETERMINATION**
Table 1 - Letter Referenced Case(s)
ASN Prior ASN Location Latitude
(NAD83)
Longitude
(NAD83)
AGL
(Feet)
AMSL
(Feet)
2024-
ASW-1771-NRA
FORT WORTH,TX 32-49-11.17N 97-21-44.82W 18 677
2024-
ASW-2053-NRA
2024-
ASW-1771-NRA
FORT WORTH,TX 32-48-23.86N 97-21-24.70W 18 677
2024-
ASW-2054-NRA
2024-
ASW-1771-NRA
FORT WORTH,TX 32-48-23.86N 97-21-22.30W 18 680
2024-
ASW-2055-NRA
2024-
ASW-1771-NRA
FORT WORTH,TX 32-48-29.84N 97-21-22.14W 18 688
2024-
ASW-2056-NRA
2024-
ASW-1771-NRA
FORT WORTH,TX 32-48-29.93N 97-21-20.00W 18 685
2024-
ASW-2057-NRA
2024-
ASW-1771-NRA
FORT WORTH,TX 32-48-33.68N 97-21-19.87W 18 673
2024-
ASW-2058-NRA
2024-
ASW-1771-NRA
FORT WORTH,TX 32-48-29.90N 97-21-23.28W 18 691
Description: Backhoe and necessary construction equipment for installation of 8in to 24in buried water
transmission line improvements. Approx. 1,100LF on south end of Runway 34.
We do not object with conditions to the construction described in this proposal provided:
You comply with the requirements set forth in FAA Advisory Circular 150/5370-2, "Operational Safety on
Airports During Construction."
The following comments were received from the respective divisions for this project.
Texas ADO Environmental Protection Specialist (EPS):
AT-ATCT/Facilities/AT-OSG
Please coordinate with Airport Operations for NOTAM Dissemination on the project.
Tech Ops:
Page 2 of 2
Prior to commencement of any excavation/construction, proponent shall coordinate all project work in the
vicinity of underground power utility and communication/loop cables in advance, preferably a minimum of
two weeks, with the local Tech Ops SSC POC. Local FAA Tech Ops POC: Antonio Salas, Fort Worth SSC
Manager, 817-321-7200, antonio.salas@faa.gov.
For current Advisory Circulars go to www.oeaaa.faa.gov
A separate notice to the FAA is required for any construction equipment, such as temporary cranes, whose
working limits would exceed the height and lateral dimensions of your proposal.
This determination does not constitute FAA approval or disapproval of the physical development involved in
the proposal. It is a determination with respect to the safe and efficient use of navigable airspace by aircraft and
with respect to the safety of persons and property on the ground.
In making this determination, the FAA has considered matters such as the effects the proposal would have on
existing or planned traffic patterns of neighboring airports, the effects it would have on the existing airspace
structure and projected programs of the FAA, the effects it would have on the safety of persons and property
on the ground, and the effects that existing or proposed manmade objects (on file with the FAA), and known
natural objects within the affected area would have on the airport proposal.
This determination expires on September 19, 2025 unless:
(a) extended, revised or terminated by the issuing office.
(b) the construction is subject to the licensing authority of the Federal Communications Commission (FCC) and
an application for a construction permit has been filed, as required by the FCC, within 6 months of the date of
this determination. In such case, the determination expires on the date prescribed by the FCC for the completion
of construction, or the date the FCC denies the application.
NOTE: Request for extension of the effective period of this determination must be obtained at least 15 days
prior to expiration date specified in this letter.
If you have any questions concerning this determination contact Frank Snell (817) 222-5698
Frank.Snell@faa.gov. On any future correspondence concerning this matter, please refer to Aeronautical Study
Number 2024-ASW-1771-NRA.
Frank Snell
ADO
Signature Control No: 614623525-615898104
Date:08-28-2024
Application/Permit
No.:00002/20240827/373223/450962/UP
District:Fort Worth
UTILITY PERMIT APPROVAL
TO:Kasavich John
City of Fort Worth
200 Texas St
200 Texas Street
Fort Worth,76102
Highway Control Section Maintenance Section County
1093223: At milepost 0.855 FH03-73 Tarrant
BU0287P-K: From milepost 266+0.365 To milepost 266+0.875 0014-01 Tarrant
Schedule Dates: from 05/21/2025 to 05/19/2026
TxDOT offers no objection to the location on the right-of-way of your proposed utility installation, as described by Notice of
Proposed Utility Installation No. 00002/20240827/373223/450962/UP dated
08/27/2024 and accompanying documentation, except as noted below.
Special Provisions:
You are required to notify TxDOT 48 hours (2 business days) before you start construction to allow for proper inspection
and coordination of workdays and traffic control plans. Use the RULIS website for the 48-hour notification. DO NOT start
construction until you have coordinated the construction start date and inspection with TxDOT. You are also required to
keep a copy of this Approval and any approved amendments at the job site.
When installing utility lines on controlled-access highways, access for serving this installation shall be limited to access via
(a) frontage roads where provided, (b) nearby or adjacent public roads or streets, (c) trails along or near the highway right-
of-way lines, connecting only to intersecting roads; from any one or all of which entry may be made to the outer portion of the
highway right-of-way for routine service and maintenance operations. The Installation Owner's rights of access to the
through-traffic roadways and ramps shall be subject to the same rules and regulations as that apply to the general public
except, however, if an emergency occurs and usual means of access for routine service operations will not permit the
immediate action required by the Utility Installation Owner in making emergency repairs as required for the safety and
welfare of the public, the Utility Owners shall have a temporary right of access to and from the through-traffic roadways and
ramps as necessary to accomplish the required emergency repairs, provided TxDOT is immediately notified by the Utility
Installation Owner when such repairs are initiated and adequate provision is made by the Utility Installation Owner for the
convenience and safety of highway traffic.
The installation shall not damage any part of the highway, and adequate provisions must be made to cause minimum
inconveniences to traffic and adjacent property owners. If the Utility Installation Owner fails to comply with any or all the
requirements as set forth herein, the State may take such action as it deems appropriate to compel compliance.
SME ATTACHMENTS:
Included attachments:
Utility Permit Approval - Permit number: 00002/20240827/373223/450962/UP
Date of Approval: 08-28-2024
1/1
Specifications for Utility Installations Fort Worth District3
TXDOT DIRECTORY FOR UTILITIES
FORT WORTH DISTRICT UTILITY OFFICE
817-370-6950
682-238-6350
817-370-6542
817-307-1617
817-240-0545
Anthony Shaw
Angel Contreras
Doug Fain
Ben Trevino
John Castaneda
Utility Coordinator-Permits
Utility Coordinator-Back Up Permits
Utility Coordinator Lead
Utility Coordinator
Utility Coordinator
Utility Coordinator 817-240-9134Gavino ( Nino) Talamantez
Ryan Crimmings
Rex McClain
Bill McCoy
Utility Coordinator 682-328-4854
(50) JOHNSON COUNTY AREA OFFICE
Daniel Poole, P.E. Area Engineer 817-202-2900
Peter Ross, P.E. Assistant Area Engineer 817-202-2939
(51) WISE & JACK COUNTY AREA OFFICES
Edrean Cheng, P.E. Area Engineer 940-626-3400
Oscar Chavez, P.E. Asst. Area Engineer 940-626-3400
(52)NORTH TARRANT COUNTY AREA OFFICE (N. OF IH30)
Minh Tran, P.E. Area Engineer 817-399-4302
Alfred Luera, P.E. Assistant Area Engineer 817-399-4302
(54) SOUTH TARRANT COUNTY AREA OFFICE (S. OF IH30)
Maribel Rangel, P.E. Area Engineer 817-370-6637
Justin Thomey, P.E. Assistant Area Engineer 817-370-6637
(56) ERATH, HOOD & SOMERVELL COUNTY AREA OFFICES
Sarah Horner, P.E. Area Engineer 254-459-7029
Noel Spaar, P.E. Assistant Area Engineer. 254-965-7028
(57) PARKER & PALO PINTO COUNTY AREA OFFICES
Korey Coburn, P.E. Area Engineer 682-229-2800
Gary Beck, P.E. Assistant Area Engineer. 682-229-2800
Utility Coordinator
Utility & Row Manager 817-370-6950
Specifications for Utility Installations Fort Worth District 4
DRIVEWAYS/STORM DRAINS/TEMPORARY ACCESS/OVERSIZE
/OVERWEIGHT PERMITS
Matt Evans, P.E. - District Maintenance Director 817-370-6521
Jennifer Giovando - Office Mgr. 817-370-6524
Christine Jones- AAH, Damage Claims, & OS/OW 817-370-3636
Margaret Jasso - Access/Driveways & Storm Drains 817-370-6527
FORT WORTH DISTRICT MAINTENANCE OFFICES
JOHNSON COUNTY MAINTENANCE
TBA Maintenance Supervisor 817-202-2900
Bryan Anderson Permit Coordiantor CELL 254-229-0186
David Harlin Inspector CELL 817-202-2916
WISE & JACK COUNTY MAINTENANCE
Colt Wright Maintenance Supervisor 940-626-3400
Keith Prochnow Utility Permits Inspector (WISE) 817-296-1956
Jana Robinson Utility Permits Inspector (JACK) 940-567-6611
Wesley Harrison Utility Permit Inspector 817-709-6664
NORTH TARRANT COUNTY MAINTENANCE
Scottie Blackburn Maintenance Supervisor 817-569-6992
TBA Utility Permits Inspector 817-569-6992
SOUTH TARRANT COUNTY MAINTENANCE
Justin Derden Maintenance Supervisor 817-370-6903
Issac Avla Utility Permits Inspector 817-370-6909
ERATH, HOOD, SOMERVELL COUNTY MAINTENANCE
Jason Medders Maintenance Supervisor 254-965-3511
Reid Harris Utility Permits Inspector 254-965-7046
PARKER & PALO PINTO COUNTY MAINTENANCE
Clinton Hyatt Maintenance Supervisor 682-229-2800
Matthew Kirby Permit Coordinator 940-328-9624
EMERGENCY UTILITY CONTACT: Traffic Control Room - 24-Hours
817-370-3661
TXDOT’S MISSION STATEMENT
The mission of the Texas Department of Transportation is to provide safe, effective and efficient movement of
people and goods.
SAFETY
CITY OF FORT WORTH WATER AND SEWER REPLACEMENTS CONTRACT, 2022 WSM-G
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 104491
Revised July 1, 2011
GR-01 60 00 Product Requirements
THIS PAGE LEFT INTENTIONALLY BLANK
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: 9-3-24
* 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: 9-3-24
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: 9-3-24
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: 9-3-24
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 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: 9-3-24
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: 9-3-24
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
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
Approval Spec No.Classification Manufacturer Mix ID Mix Description Design Rquirements National Spec
Concrete
Class A (Sidewalk, ADA Ramps, Driveways, Curb/Gutter, Median Pavement)
9/9/2022 03 30 00 Mix Design American Concrete Company 30CAF029 3000 psi Concrete for Sidewalks & ADA Ramps 3-5" Slump; 3-6% Air
9/9/2022 03 30 00 Mix Design Argos D1000001043S 3000 psi Concrete for Sidewalks, Curbs 3-5" Slump; 3-6% Air
9/9/2022 03 30 00 Mix Design Argos D10000001055 3000 psi Concrete for Inlets, Junction Boxes, Manholes, Channel Liners, Sidewalks, Driveways, Curb & Gutter 3-5" Slump; 3-6% Air
6/24/2024 03 30 00 Mix Design Big Town Concrete 302050-1 3000 psi Concrete for Curbs and Sidewalks 3-5" Slump; 3-6% Air
9/9/2022 03 30 00 Mix Design Burnco Texas 30U101AG 3000 psi Concrete Mix for Flatwork 3-5" Slump; 3-6% Air
4/1/2024 03 30 00 Mix Design Burnco Texas 30U500BG 3000psi Concrete Mix for Sidewalks 3-5" Slump; 3-6% Air
9/9/2022 03 30 00 Mix Design Carder Concrete FWCC502001 3000 psi for Sidewalks, Driveways, Ramps, Curb & Gutter, Flatwork 3-5" Slump; 3-6% Air
9/9/2022 03 30 00 Mix Design Carder Concrete FWCC502021 3500 psi concrete for Sidewalks, Driveways, Ramps, Curb & Gutter 3-5" Slump; 3-6% Air
9/9/2022 03 30 00 Mix Design Charley's Concrete 3759 3000 psi Concrete Mix for Sidewalks 3-5" Slump; 3-6% Air
9/9/2022 03 30 00 Mix Design Charley's Concrete 4502 3000 psi Concrete Mix for Sidewalks 3-5" Slump; 3-6% Air
9/9/2022 03 30 00 Mix Design Chisholm Trail Redi Mix C13020AE 3000 psi Concrete for Driveways, Curb & Gutter 3-5" Slump; 4.5-7.5% Air
9/9/2022 03 30 00 Mix Design City Concrete Company 30HA20II 3000 psi Concrete Mix for Blocking, Sidewalks, Flatwork, Pads 3-5" Slump; 3-6% Air
9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 253-W 3000 psi Concrete Mix Sidewalks, ADA Ramps, Driveways, Curb & Gutter, Safety End Treatments, Non-TxDOT Retaining Walls 3-5" Slump; 3-6% Air
9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 250 3000 psi Concrete Mix for Sidewalks, Driveways, ADA Ramps 3-5" Slump; 3-6% Air
9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 350 3000 psi Concrete Mix for Sidewalks, Driveways, ADA Ramps 3-5" Slump; 3-6% Air
1/29/2024 03 30 00 Mix Design Estrada Ready Mix R3050AEWR 5.00 Sacks / 3,000 psi Concrete for Sidewalks, Ramps, Inlets, and Manholes 3-5" Slump; 3-6% Air
9/9/2022 03 30 00 Mix Design GCH Concrete Services GCH4000 4000 psi Concrete for for Sidewalks, Ramps, Headwalls, Inlets, and Storm Drain Structures 3-5" Slump; 3-6% Air
9/9/2022 03 30 00 Mix Design Holcim - SOR, Inc.1261 3000 psi Concrete Mix for Sidewalks 3-5" Slump; 3-6% Air
9/9/2022 03 30 00 Mix Design Holcim - SOR, Inc.5177 3000 psi Concrete Mix for Sidewalks 3-5" Slump; 3-6% Air
9/9/2022 03 30 00 Mix Design Holcim - SOR, Inc.5409 4000 psi Concrete Mix for Sidewalks, Inlets 3-5" Slump; 3-6% Air
9/9/2022 03 30 00 Mix Design Ingram Concrete & Aggregates 2MWR-147QW5D5 3000 psi Concrete Mix for Sidewalks, ADA Ramps 3-5" Slump; 3-6% Air
9/9/2022 03 30 00 Mix Design Ingram Concrete & Aggregates 2MWR-70J23504 3000 psi Concrete for Sidewalks, ADA Ramps 3-5" Slump; 3-6% Air
4/7/2023 03 30 00 Mix Design Liquid Stone C301D 3,000 psi Concrete for Sidewalks, Approaches, and Driveways.3-5" Slump; 3-6% Air
9/9/2022 03 30 00 Mix Design Martin Marietta R2136214 3,000 psi Concrete for Sidewalks & Ramps 3-5" Slump; 3-6% Air
9/9/2022 03 30 00 Mix Design Martin Marietta R2136014 3,000 psi Concrete for Sidewalks & Ramps 3-5" Slump; 3-6% Air
4/1/2023 03 30 00 Mix Design Martin Marietta R2136N14 5.00 sacks / 3,000 psi concrete for Sidewalks 3-5" Slump; 3-6% Air
6/1/2023 03 30 00 Mix Design Martin Marietta R2136R20 3,000 psi Concrete for Sidewalks and Ramps 3-5" Slump; 3-6% Air
6/1/2023 03 30 00 Mix Design Martin Marietta R2136N20 3,000 psi Concrete for Sidewalks and Ramps 3-5" Slump; 3-6% Air
11/2/2022 03 30 00 Mix Design Martin Marietta R2141K24 4,000 psi Concrete for Junction Boxes, Sidewalks and Ramps 3-5" Slump; 3-6% Air
8/4/2023 03 30 00 Mix Design Martin Marietta R2136R14 5.00 sacks / 3,500 psi Concrete for Sidewalks and Ramps 3-5" Slump; 3-6% Air
4/7/2023 03 30 00 Mix Design Martin Marietta R2136K14 3,000 psi concrete for sidewalks and ramps 3-5" Slump; 3-6% Air
9/9/2022 03 30 00 Mix Design Martin Marietta R2131314 3,000 psi Concrete for Sidewalks & Ramps 3-5" Slump; 3-6% Air
9/9/2022 03 30 00 Mix Design Martin Marietta R2132214 3,000 psi Concrete for Sidewalks & Ramps 3-5" Slump; 3-6% Air
9/9/2022 03 30 00 Mix Design Martin Marietta D9490SC 3,000 psi Concrete for Sidewalks & Ramps 3-5" Slump; 4.5-7.5% Air
10/4/2023 03 30 00 Mix Design NBR Ready Mix CLS A-YY 5.00 Sacks / 3,000 psi Concrete for Sidewalks & Ramps, and Curb & Gutter 3-5" Slump; 3-6% Air
10/4/2023 03 30 00 Mix Design NBR Ready Mix CLS A-NY 5.00 Sacks / 3,000 psi Concrete for Sidewalks & Ramps, and Curb & Gutter 3-5" Slump; 3-6% Air
7/10/2023 03 30 00 Mix Desing Osburn 30A50MR 5 SK / 3,000 psi Concrete for Sidewalks 3-5" Slump; 3-6% Air
1/18/2023 03 30 00 Mix Design Rapid Redi Mix RRM5020A 3000 psi Concrete for Curb, Gutter, Driveways, Sidewalk, Ramps 3-5" Slump; 3-6% Air
1/24/2023 03 30 00 Mix Design Rapid Redi Mix RRM5525A 3600 psi Concrete for Valley Gutters, Sidewalks, Approaches, ADA Ramps 3-5" Slump; 3-6% Air
9/9/2022 03 30 00 Mix Design Redi-Mix 10L11504 6.00 Sacks / 4,000 psi Concrete Mix for Sidewalks, Curb & Gutter, Sewer Manhole, Inlets, & Junction Boxes 3-5" Slump; 3-6% Air
9/9/2022 03 30 00 Mix Design Redi-Mix 10J11524 3000 psi Concrete Mix for Driveways, Sidewalks, ADA Ramps 3-5" Slump; 3-6% Air
9/9/2022 03 30 00 Mix Design Redi-Mix V0J11524 3000 psi Concrete Mix for Curb & Gutter 3-5" Slump; 3-6% Air
9/9/2022 03 30 00 Mix Design SRM Concrete 30050 3,000 psi Concrete for Sidewalks, Ramps, Inlets, Junction Boxes, Thrust Blocks, Curb and Gutter, Driveways, Barrier Ramp 3-5" Slump; 3-6% Air
9/9/2022 03 30 00 Mix Design Tarrant Concrete FW5025A 3000 psi Concrete Mix for Curb & Gutter, Driveways, Sidewalks, ADA Ramps 3-5" Slump; 3-6% Air
9/9/2022 03 30 00 Mix Design Tarrant Concrete CP5020A 3000 psi Concrete Mix for Curb and Gutter 3-5" Slump; 3-6% Air
10/10/2022 03 30 00 Mix Design Tarrant Concrete TCFW5020A 3000 psi Concrete for Sidewalks 3-5" Slump; 3-6% Air
9/9/2022 03 30 00 Mix Design Tarrant Concrete FW5525A2 3600 psi Concrete Mix for Sidewalks, Drive Approaches, ADA Ramp, Curb and Gutter 3-5" Slump; 3-6% Air
9/9/2022 03 30 00 Mix Design Titan Ready Mix 3020AE 3000 psi Concrete for Sidewalks 3-5" Slump; 3-6% Air
9/9/2022 03 30 00 Mix Design True Grit Redi Mix 0250.230 3000 psi Concrete Mix for Flatwork, Curb & Gutter, Driveways, Sidewalks, ADA Ramps 3-5" Slump; 3-6% Air
9/9/2022 03 30 00 Mix Design True Grit Redi Mix 0250.2301 3000 psi Concrete Mix for Curb & Gutter, Driveways, Sidewalks, ADA Ramps 3-5" Slump; 3-6% Air
Class CIP (Inlets, Manholes, Junction Boxes, Encasement, Blocking, Collars, Lightpole Foundations)
9/9/2022 03 30 00 Mix Design American Concrete Company 40CNF065 4000 psi Concrete for Manholes & Utility Structures 3-5" Slump; 0-3% Air
9/9/2022 03 30 00 Mix Design Argos D10000001061 3600 psi Concrete for Inlets, Boxes, Encasement, Blocking 3-5" Slump; 3-6% Air
9/9/2022 03 30 00 Mix Design Argos D10000001055 3000 psi Concrete for Inlets, Junction Boxes, Manholes, Channel Liners, Sidewalks, Driveways, Curb & Gutter 3-5" Slump; 3-6% Air
9/9/2022 03 30 00 Mix Design Argos D1000001615 3600 psi Concrete for Inlets, Boxes, Encasement, Blocking 3-5" Slump; 3-6% Air
9/9/2022 03 30 00 Mix Design Charley's Concrete 4502 3000 psi Concrete Mix for Sidewalks, Blocking 3-5" Slump; 3-6% Air
9/9/2022 03 30 00 Mix Design Burnco Texas 40U500BG 4000 psi Concrete Mix for Storm Drain Structures, Driveways, Screen Walls, Collars 3-5" Slump; 3-6% Air
9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 255-2 3000 psi Concrete Mix for Inlets, Thrust Blocking, Concrete Encasement 3-5" Slump; 3-6% Air
9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 355 3000 psi Concrete Mix for Inlets, Thrust Blocking, Concrete Encasement 3-5" Slump; 3-6% Air
9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 255 3500 psi Concrete Mix for Flatwork, Inlets, Thrust Blocking Concrete Encasement 3-5" Slump; 3-6% Air
9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 270 5000 psi Concrete Mix for Cast-in-Place Box Culverts 3-5" Slump; 3-6% Air
9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 370 5000 psi Concrete Mix for Cast-in-Place Box Culverts 3-5" Slump; 3-6% Air
9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 353 3000 psi Concrete Mix for Sidewalks, ADA Ramps, Driveways, Curb & Gutter, Safety End Treatments, Non-TxDOT Retaining Walls 3-5" Slump; 3-6% Air
9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 257 3600 psi Concrete mix for Valley Gutters, Lightpole Foundations 3-5" Slump; 3-6% Air
9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 357 3600 psi Concrete Mix for Valley Gutters, Lightpole Foundations 3-5" Slump; 3-6% Air
9/9/2022 03 30 00 Mix Design Holcim - SOR, Inc.1701 4000 psi Concrete Mix for Storm Drain Structures, Sanitary Sewer Manholes, Junction Box 3-5" Slump; 3-6% Air
9/9/2022 03 30 00 Mix Design Holcim - SOR, Inc.1551 3000 psi Concrete Mix for Blocking 3-5" Slump; 3-6% Air
9/9/2022 03 30 00 Mix Design Holcim - SOR, Inc.5409 4000 psi Concrete Mix for Sidewalks, Inlets 3-5" Slump; 3-6% Air
4/27/2023 03 30 00 Mix Design Liquid Stone C361DNFA 3,600 psi Concrete for Retaining wall, driveway, junction box apron, approach 3-5" Slump; 3-6% Air
9/9/2022 03 30 00 Mix Design Martin Marietta R2141230 4,000 psi Concrete for Manholes, Inlets & Headwalls, Valve Pads 3-5" Slump; 3-6% Air
8/4/2023 03 30 00 Mix Design Martin Marietta R2141R24 5.53 Sacks / 4,000 psi Concrete for Junction Box, Box Culvert, Sidewalks and Ramps.3-5" Slump; 3-6% Air
11/20/2023 03 30 00 Mix Design Martin Marietta R2146R33 6.01 Sacks / 4,000 psi Concrete Mix for CIP Sewer Manholes 3-5" Slump; 3-6% Air
11/20/2023 03 30 00 Mix Design Martin Marietta R2146K33 6.01 Sacks / 4,000 psi Concrete Mix for CIP Sewer Manholes.3-5" Slump; 3-6% Air
9/9/2022 03 30 00 Mix Design Martin Marietta R2142233 3,600 psi Concrete for Manholes, Inlets & Headwalls 3-5" Slump; 4.5-7.5% Air
9/9/2022 03 30 00 Mix Design Martin Marietta R2136224 3,600 psi Concrete for Curb Inlets 3-5" Slump; 3-6% Air
9/9/2022 03 30 00 Mix Design Martin Marietta R2141233 3,600 psi Concrete for Storm Structures, Inlets, Blocking & Encasement 3-5" Slump; 3-6% Air
9/9/2022 03 30 00 Mix Design Martin Marietta R2146038 4,500 psi Concrete for Inlets, Storm Drain Structures 3-5" Slump; 3-6% Air
8/4/2023 03 30 00 Mix Design Martin Marietta R2146R35 6.11 Sacks / 4,500 psi Concrete for Inlets, Manholes, and Headwalls 3-5" Slump; 3-6% Air
9/12/2023 03 30 00 Mix Design NBR Ready Mix CLS P1-YY 6.00 Sacks / 4,000 psi Concrete for Collars, Manholes, Box Culverts 3-5" Slump; 3-6% Air
9/9/2022 03 30 00 Mix Design NBR Ready Mix TX C-YY 3000 psi Concrete Mix for Curb Inlets 3-5" Slump; 3-6% Air
9/9/2022 03 30 00 Mix Design NBR Ready Mix TX C-NY 3000 psi Concrete Mix for Curb Inlets 3-5" Slump; 3-6% Air
1/18/2023 03 30 00 Mix Design Rapid Redi Mix RRM5320A 3000 psi Concrete for Blocking 3-5" Slump; 3-6% Air
1/18/2023 03 30 00 Mix Design Rapid Redi Mix RRM6020ASS 4000 psi Concrete for Strom Drain Structures 3-5" Slump; 3-6% Air
9/9/2022 03 30 00 Mix Design Redi-Mix 1RJ11524 3500 psi Concrete Mix for Thrust Blocks, Valve Pads 3-5" Slump; 3-6% Air
9/9/2022 03 30 00 Mix Design Redi-Mix 15611524 4000 psi Concrete Mix for Cast-in-Place Storm Drain Structures 3-5" Slump; 3-6% Air
12/5/2022 03 30 00 Mix Design Redi-Mix 10K115C4 3500 psi Concrete for Thrust Blocks, Valve Pads 3-5" Slump; 3-6% Air
CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT
STANDARD PRODUCTS LIST AS OF 09/23/2024
Approval Spec No.Classification Manufacturer Mix ID Mix Description Design Rquirements National Spec
CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT
STANDARD PRODUCTS LIST AS OF 09/23/2024
Concrete (Continued)
12/5/2022 03 30 00 Mix Design Redi-Mix 156115C4 4000 psi Concrete for CIP Storm Drain Structures 3-5" Slump; 3-6% Air
9/29/2022 03 30 00 Mix Design Redi-Mix 10L21524 4000 psi Concrete Mix for Manholes 3-5" Slump; 3-6% Air
11/2/2022 03 30 00 Mix Design Redi-Mix 145P25P4 4500 psi Concrete for Storm Drain Structures 3-5" Slump; 3-6% Air
9/16/2024 03 30 00 Mix Design SRM Concrete 35050 3500 psi Concrete for Thrust Blocks and Collars 3-5" Slump; 3-6% Air
9/9/2022 03 30 00 Mix Design Tarrant Concrete FW5320A 3000 psi Concrete Mix for Blocking 3-5" Slump; 3-6% Air
10/10/2022 03 30 00 Mix Design Tarrant Concrete TCFW6025A2 4000 psi Concrete for Manholes 3-5" Slump; 3-6% Air
Class C (Headwalls, Wingwalls, Culverts, Drilled Shafts)
Drilled Shafts
9/9/2022 03 30 00 Mix Design Burnco Texas 36U500BG 3600 psi Concrete Mix for Lighting and Traffic Signal Foundations (Drilled Shafts)5.5-7.5" Slump; 3-6% Air
6/21/2023 03 30 00 Mix Design Cow Town Redi Mix 360-DS 3600 psi Concrete for Drilled Shaft/Lighting and Traffic Signal Foundation (Drilled Shafts)5.5-7.5" Slump; 3-6% Air
12/5/2022 03 30 00 Mix Design Holcim - SOR, Inc.1822 3600 psi Concrete for (Drilled Shafts)/Lighting and Traffic Signal Foundations 5.5-7.5" Slump; 0-3% Air
9/9/2022 03 30 00 Mix Design Holcim - SOR, Inc.1859 4000 psi Concrete for (Drilled Shafts)/Lighting and Traffic Signal Foundations 5.5-7.5" Slump; 3-6% Air
4/7/2023 03 30 00 Mix Design Ingram Concrete & Aggregates 10LQS50N 3,600 psi Concrete for (Drilled Shafts)/Lighting and Traffic Signal Foundations 5.5-7.5" Slump; 3-6% Air
4/7/2023 03 30 00 Mix Design Liquid Stone C361DHR 3,600 psi Concrete for (Drilled Shaft)/Lighting and Traffic Signal Foundations 5.5-7.5" Slump; 3-6% Air
6/27/2023 03 30 00 Mix Design Martin Marietta U2146N41 6.44sacks / 3,600 psi Concrete for (Drilled Shafts) / Lighting and Traffic Signal Foundations 5-7" Slump; 3-6% Air
6/27/2023 03 30 00 Mix Design Martin Marietta U2146K45 6.65 sacks / 3,600 psi Concrete for (Drilled Shafts) / Lighting and Trafic Signal Foundations 5-7" Slump; 3-6% Air
8/4/2023 03 30 00 Mix Design Martin Marietta U2146R41 6.44 sacks / 4,500 psi Concrete for (Drilled Piers)/Light Pole bases.5-7" Slump; 3-6% Air
8/22/2024 03 30 00 Mix Design NBR Ready Mix 135K2524 3500 psi Concrete for (Drilled Shaft) Lightpole Foundations 5.5" Slump; 3-6% Air
8/22/2024 03 30 00 Mix Design NBR Ready Mix 135K0524 3500 psi Concrete for (Drilled Shaft) Lightpole Foundations 5.5" Slump; 3-6% Air
5/15/2023 03 30 00 Mix Design Redi-Mix 80L115D5 3600 psi Concrete for (Drilled Shafts) /Lighting and Traffic Signal Foundations 5.5-7.5" Slump; 3-6% Air
Other Applications
9/9/2022 03 30 00 Mix Design Argos D10000001083S 4000 psi Concrete for Valve Pads, Inlets, Structures, Headwalls, Thrust Blocking 3-5" Slump; 3-6% Air
9/9/2022 03 30 00 Mix Design Argos D10000001083 4000 psi Concrete for Valve Pads, Inlets, Structures, Headwalls, Thrust Blocking 3-5" Slump; 3-6% Air
9/9/2022 03 30 00 Mix Design Argos D10000001681 4000 psi Concrete for Headwalls, Retaining Walls, Box Culverts, Valley Gutters 3-5" Slump; 3-6% Air
9/9/2022 03 30 00 Mix Design Carder Concrete FWCC602001 4000 psi Concrete for Storm Drain Structures, Manholes, Headwalls, Retaining Walls, Valley Gutters, Drive Approaches 3-5" Slump; 3-6% Air
9/9/2022 03 30 00 Mix Design Charley's Concrete 4518 4000 psi Concrete for Headwalls, Wingwalls 3-5" Slump; 3-6% Air
9/9/2022 03 30 00 Mix Design Charley's Concrete 5642 4000 psi Concrete for Storm Drain Structures 3-5" Slump; 3-6% Air
9/9/2022 03 30 00 Mix Design City Concrete Company 40LA2011 4000 psi Concrete Mix for Storm Drain Structures 3-5" Slump; 3-6% Air
9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 260-2 3600 psi Concrete Mix for Box Culverts, Headwalls 3-5" Slump; 3-6% Air
9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 360-1 3600 psi Concrete Mix for Box Culverts, Headwalls, Wingwalls 3-5" Slump; 3-6% Air
9/9/2022 03 30 00 Mix Design Cow Town Redi Mix 260-1 3600 psi Concrete Mix for Headwalls 3-5" Slump; 3-6% Air
1/29/2024 03 30 00 Mix Design Estrada Ready Mix R3655AEWR 5.50 Sacks / 3,600 psi Concrete for Headwalls, Wingwalls, and Culverts 3-5" Slump; 3-6% Air
9/9/2022 03 30 00 Mix Design GCH Concrete Services GCH4000 4000 psi Concrete for for Sidewalks, Ramps, Headwalls, Inlets, and Storm Drain Structures 3-5" Slump; 3-6% Air
9/9/2022 03 30 00 Mix Design Holcim - SOR, Inc.1851 4500 psi Concrete for Storm Drain Structures, Hand Placed Paving 3-5" Slump; 3-6% Air
4/1/2023 03 30 00 Mix Design Martin Marietta 310LBP 3,600 psi Concrete for Retaining Walls 3-5" Slump; 4-7% Air
8/30/2023 03 30 00 Mix Design Martin Marietta R2141R30 5.85 SK / 4,000 psi Concrete for Box Culverts & Headwalls 3-5" Slump; 3-6% Air
9/9/2022 03 30 00 Mix Design Martin Marietta R2146035 4,000 psi Concrete for Manholes, Inlets & Headwalls, Valve Pads 3-5" Slump; 3-6% Air
12/5/2022 03 30 00 Mix Design Redi-Mix 10L115C4 3600 psi Concrete for Manhole, Inlet, Junction Box, Headwall 3-5" Slump; 3-6% Air
9/9/2022 03 30 00 Mix Design SRM Concrete 40050 4,000 psi Concrete for Headwalls, Retaining Wall, Collars 3-5" Slump; 3-6% Air
9/9/2022 03 30 00 Mix Design SRM Concrete 35022 3,600 psi Concrete for Junction Box, Retaining Walls 3-5" Slump; 3-6% Air
4/1/2024 03 30 00 Mix Design SRM Concrete 45050 4500 psi Concrete for Storm Structures 3-5" Slump; 3-6% Air
9/9/2022 03 30 00 Mix Design Tarrant Concrete FW6020A2 4000 psi Concrete Mix for Storm Drain Structures 3-5" Slump; 3-6% Air
Class P (Machine Placed Paving)
9/9/2022 32 13 13 Mix Design Argos D10000001617 3600 psi Concrete for Machine Placed Paving 1-3" Slump; 3-6% Air
6/24/2024 32 13 13 Mix Design Big Town Concrete 360060-1 3600 psi Concrete for Machine Placed Paving 1-3" Slump; 3-6% Air
6/24/2024 32 13 13 Mix Design Big Town Concrete 362060-1 3600 psi Concrete for Machince Placed Paving 1-3" Slump; 3-6% Air
9/9/2022 32 13 13 Mix Design Carder Concrete FWCC552091 3600 psi for Machine Placed Paving 1-3" Slump; 3-6% Air
9/9/2022 32 13 13 Mix Design Carder Concrete FWCC602091 4000 psi for Machine Placed Paving 1-3" Slump; 3-6% Air
9/9/2022 32 13 13 Mix Design Charley's Concrete 5167 3600 psi Concrete Mix for Machine Placed Paving 1-3" Slump; 3-6% Air
9/9/2022 32 13 13 Mix Design City Concrete Company 36LA2011 3600 psi Concrete Mix for Machine Placed Paving 1-3" Slump; 3-6% Air
9/9/2022 33 13 13 Mix Design Cow Town Redi Mix 257-M 3600 psi Concrete Mix for Machine Placed Paving 1-3" Slump; 3-6% Air
11/14/2022 32 13 13 Mix Design Cow Town Redi Mix 357-M 3600 psi Concrete Mix for Machine Placed Paving 1-3" Slump; 3-6% Air
9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 260-M 4000 psi Concrete Mix for Machine Placed Paving 1-3" Slump; 3-6% Air
9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 360-M 4000 psi Concrete Mix for Machine Placed Paving 1-3" Slump; 3-6% Air
2/6/2024 32 13 13 Mix Design Estrada Ready Mix TD3655AEWR 5.50 Sacks / 3,600 psi Concrete for Machine Placed Paving 1-3" Slump; 3-6% Air
9/9/2022 32 13 13 Mix Design Ingram Concrete & Aggregates 2MWR-C56PS5D5 4000 psi Concrete Machine Placed Paving 1-3" Slump; 3-6% Air
8/4/2023 32 13 13 Mix Design Martin Marietta Q2141R27 5.69 sacks / 4,000 psi Concrete for Machine Placed Paving 1-3" Slump; 3-6% Air
11/2/2022 32 13 13 Mix Design Martin Marietta Q2141K30 4,000 psi Concrete for Machine Placed Paving 1-3" Slump; 3-6% Air
10/4/2023 32 13 13 Mix Design NBR Ready Mix TX C SF-YY 5.50 Sacks / 3,600 psi Concrete for Machine Placed Paving 1-3" Slump; 3-6% Air
10/4/2023 32 13 13 Mix Design NBR Ready Mix TX C SF-NY 5.50 Sacks / 3,600 psi Concrete for Machine Placed Paving 1-3" Slump; 3-6% Air
9/16/2024 32 13 13 Mix Design SRM Concrete 40025 4000 psi Concrete for Machine Placed Paving 1-3" Slump; 3-6% Air
9/9/2022 32 13 13 Mix Design Tarrant Concrete FW5520AMP 3600 psi Concrete for Machine Placed Paving 1-3" Slump; 3-6% Air
9/9/2022 32 13 13 Mix Design True Grit Redi Mix 0255.2301 3600 psi Concrete Mix for Machine Placed Paving 1-3" Slump; 3.5-6.5% Air
9/9/2022 32 13 13 Mix Design True Grit Redi Mix 0260.2302 4000 psi Concrete Mix for Machine Placed Paving 1-3" Slump; 3.5-6.5% Air
Class H (Hand Placed Paving)
9/9/2022 32 13 13 Mix Design American Concrete Company 45CAF076 4500 psi Concrete for Hand Placed Paving 3-5" Slump; 3-6% Air
9/9/2022 32 13 13 Mix Design Argos D10000001273 4500 psi Concrete for Hand Placed Paving 3-5" Slump; 3-6% Air
9/9/2022 32 13 13 Mix Design Argos D10000001737 4500 psi Concrete for Hand Placed Paving 3-5" Slump; 3-6% Air
9/9/2022 32 13 13 Mix Design Argos D10000002107 4500 psi Concrete for Hand Placed Paving 3-5" Slump; 3-6% Air
9/9/2022 32 13 13 Mix Design Argos D10000001791 4500 psi Concrete for Hand Placed Paving 3-5" Slump; 3-6% Air
9/9/2022 32 13 13 Mix Design Argos D10000001103 4500 psi Concrete for Hand Placed Paving 3-5" Slump; 3-6% Air
5/2/2023 32 13 13 Mix Design Big D Concrete CM14520AE 4500 psi Concrete for Hand Placed Paving 3-5" Slump; 3-6% Air
9/9/2022 32 13 13 Mix Design Big Town Concrete 452065-1 4500 psi hand placed paving 3-5" Slump; 3-6% Air
9/9/2022 32 13 13 Mix Design Big Town Concrete 450065-1 4500 psi hand placed paving 3-5" Slump; 3-6% Air
9/9/2022 32 13 13 Mix Design Burnco Texas 45U500BG 4500 psi Concrete Mix for Hand Placed Paving, Storm Structures 3-5" Slump; 3-6% Air
9/9/2022 32 13 13 Mix Design Carder Concrete FWCC602021 4500 psi concrete for Hand Placed Paving 3-5" Slump; 3-6% Air
9/9/2022 32 13 13 Mix Design Charley's Concrete 4609 4500 psi Concrete Mix for Hand Placed Paving, Manholes 3-5" Slump; 3-6% Air
9/9/2022 32 13 13 Mix Design Charley's Concrete 6103 4500 psi Concrete Mix for Hand Placed Paving, Manholes 3-5" Slump; 3-6% Air
9/9/2022 32 13 13 Mix Design City Concrete Company 45NA20II 4500 psi Concrete Mix for Hand Placed Paving 3-5" Slump; 3-6% Air
9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 265 4500 psi Concrete Mix for Hand Placed Paving 3-5" Slump; 3-6% Air
9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 365 4500 psi Concrete Mix for Hand Placed Paving 3-5" Slump; 3-6% Air
1/29/2024 32 13 13 Mix Design Estrada Ready Mix R4560AEWR/6.00 Sacks / 4,500 psi Concrete for Hand Placed Paving 3-5" Slump; 4-6% Air
9/9/2022 32 13 13 Mix Design GCH Concrete Services GCH4500 4500 psi Concrete Hand Placed Paving 3-5" Slump; 3-6% Air
9/9/2022 32 13 13 Mix Design Holcim - SOR, Inc.1851 4500 psi Concrete for Storm Drain Structures, Hand Placed Paving 3-5" Slump; 3-6% Air
9/9/2022 32 13 13 Mix Design Ingram Concrete & Aggregates 2MWR-161PS5EM 4500 psi Concrete Mix for Hand Placed Paving 3-5" Slump; 3.5-6.5% Air
9/9/2022 32 13 13 Mix Design Ingram Concrete & Aggregates 2MWR-161UV5DM 4500 psi Concrete for Hand Placed Paving 3-5" Slump; 3-6% Air
9/9/2022 32 13 13 Mix Design Ingram Concrete & Aggregates 2MWR-10MQS50N 4500 psi Concrete for Hand Placed Paving 3-5" Slump; 3-6% Air
11/2/2022 32 13 13 Mix Design Martin Marietta R2146N35 6.11 sacks / 4,500 psi concrete for Hand Place Paving, Inlets, Manholes, Headwalls 3-5" Slump; 3-6% Air
8/4/2023 32 13 13 Mix Design Martin Marietta R2146R36 6.17 / 4,500 psi Concrete for Hand Placed Paving 3-5" Slump; 3-6% Air
Approval Spec No.Classification Manufacturer Mix ID Mix Description Design Rquirements National Spec
CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT
STANDARD PRODUCTS LIST AS OF 09/23/2024
Concrete(Continued)
11/2/2022 32 13 13 Mix Design Martin Marietta R2146N36 4,500 psi Concrete for Hand Placed Paving 3-5" Slump; 3-6% Air
11/2/2022 32 13 13 Mix Design Martin Marietta R2146K36 4,500 psi Concrete for Hand Placed Paving 3-5" Slump; 3-6% Air
5/22/2023 32 13 13 Mix Design Martin Marietta R2146K37 6.22 sack / 4,500 psi Concrete for Hand Placed Paving 3-5" Slump; 3-6% Air
12/22/2023 32 13 13 Mix Design Martin Marietta R2146R44 6.60 Sacks / 4,500 psi Concrete Mix for Hand Placed Paving 3-5" Slump; 3-6% Air
12/22/2023 32 13 13 Mix Design Martin Marietta R2146K44 6.60 Sacks / 4,500 psi Concrete Mix for Hand Placed Paving 3-5" Slump; 3-6% Air
11/15/2022 32 13 13 Mix Design Martin Marietta R2146P36 4,500 psi Concrete for Hand Placed Paving 3-5" Slump; 3-6% Air
11/15/2022 32 13 13 Mix Design Martin Marietta R2146K36 4,500 psi Concrete for Hand Placed Paving 3-5" Slump; 3-6% Air
9/9/2022 32 13 13 Mix Design Martin Marietta R2147241 4,500 psi Concrete for Hand Placed Paving 3-5" Slump; 4.5-7.5% Air
9/9/2022 32 13 13 Mix Design Martin Marietta R2146236 4,500 psi Concrete for Hand Placed Paving 3-5" Slump; 3-6% Air
9/9/2022 32 13 13 Mix Design Martin Marietta R2146036 4,500 psi Concrete for Hand Placed Paving, Inlets 3-5" Slump; 3-6% Air
9/9/2022 32 13 13 Mix Design Martin Marietta R2146242 4,500 psi Concrete for Hand Placed Paving 3-5" Slump; 3-6% Air
9/9/2022 32 13 13 Mix Design Martin Marietta R2146042 4,500 psi Concrete for Hand Placed Paving 3-5" Slump; 3-6% Air
10/4/2023 32 13 13 Mix Design NBR Ready Mix CLS P2-YY 6.50 Sacks / 4,500 psi Concrete for Hand Placed Paving 3-5" Slump; 3-6% Air
10/4/2023 32 13 13 Mix Design NBR Ready Mix CLS P2-NY 6.50 Sacks / 4,500 psi Concrte for Hand Placed Paving 3-5" Slump; 3-6% Air
7/10/2023 32 13 13 Mix Design Osburn 45A60MR 6 SK / 4,500 psi Concrete for Hand Placed Paving 3-5" Slump; 3-6% Air
1/24/2023 32 13 13 Mix Design Rapid Redi Mix RRM6320AHP 4500 psi Concrete for Hand Placed Paving 3-5" Slump; 3-6% Air
9/9/2022 32 13 13 Mix Design Redi-Mix 10M11524 4500 psi Concrete Mix for Hand Placed Paving 3-5" Slump; 3-6% Air
9/9/2022 32 13 13 Mix Design Redi-Mix 10M115D4 4500 psi Concrete Mix for Hand Placed Paving, Storm Drain Structures 3-5" Slump; 3-6% Air
9/9/2022 32 13 13 Mix Design Redi-Mix 10M11504 4500 psi Concrete Mix for Hand Placed Paving 3-5" Slump; 3-6% Air
9/9/2022 32 13 13 Mix Design Redi-Mix 145CD5P4 4500 psi Concrete Mix for Hand Placed Paving, Storm Drain Structures 3-5" Slump; 3-6% Air
1/13/2023 32 13 13 Mix Design SRM Concrete 45023 4,500 psi Concrete for Hand Placed Paving 3-5" Slump; 3-6% Air
9/9/2022 32 13 13 Mix Design SRM Concrete 45000 4,500 psi Concrete for Hand Placed Paving 3-5" Slump; 3-6% Air
9/9/2022 32 13 13 Mix Design Tarrant Concrete FW6020AHP 4500 psi Concrete Mix for Hand Placed Paving 3-5" Slump; 3-6% Air
9/9/2022 32 13 13 Mix Design Tarrant Concrete FW60AHP 4500 psi Concrete Mix for Hand Placed Paving 3-5" Slump; 3-6% Air
9/9/2022 32 13 13 Mix Design Tarrant Concrete TCFW6020AHP 4500 psi Concrete Mix for Hand Placed Paving 3-5" Slump; 3-6% Air
9/9/2022 32 13 13 Mix Design Titan Ready Mix TRC4520 4500 psi Concrete for Hand Placed Paving 3-5" Slump; 3-6% Air
9/9/2022 32 13 13 Mix Design True Grit Redi Mix 0260.2301 4500 psi Concrete Mix for Hand Placed Paving 3-5" Slump; 3-6% Air
9/9/2022 32 13 13 Mix Design True Grit Redi Mix 0265.2301 4500 psi Concrete Mix for Valley Gutters, Hand Placed Paving 3-5" Slump; 3.5-6.5% Air
9/9/2022 32 13 13 Mix Design True Grit Redi Mix 270.230 5000 psi Concrete for Hand Placed Paving 3-5" Slump; 3-6% Air
Class HES (High Early Strength Paving)
9/9/2022 32 13 13 Mix Design Big D Concrete 14500AE 4500 psi Concrete for High Early Strength Paving 3-5" Slump; 3-6% Air
9/9/2022 32 13 13 Mix Design Burnco Texas 55U120AG 4000 psi Concrete Mix for High Early Strength Paving 3-5" Slump; 3-6% Air
9/9/2022 32 13 13 Mix Design Charley's Concrete 6589 4500 psi Concrete Mix for High Early Strength Paving 3-5" Slump; 3-6% Air
9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 370-1NC 4500 psi Concrete for HES Paving 3-5" Slump; 3-6% Air
9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 375-NC 5000 psi Concrete for HES Paving 3-5" Slump; 3-6% Air
9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 370-NC 4500 psi Concrete for HES Paving 3-5" Slump; 3-6% Air
1/18/2023 32 13 13 Mix Design Cow Town Redi Mix 380-NC 4500 psi Concrete for HES Paving 3-5" Slump; 3-6% Air
1/29/2024 32 13 13 Mix Design Estrada Ready Mix 4575AESC 7.50 Sacks / 4,500 psi (3,000 psi @ 3-day) Concrete for HES Paving 3-5" Slump; 3-6% Air
9/9/2022 32 13 13 Mix Design Holcim - SOR, Inc.2125 5000 psi Concrete for HES Paving 3-5" Slump; 3-6% Air
1/24/2023 32 13 13 Mix Design Liquid Stone C451DHR-A 4500psi Concrete for HES Paving 3-5" Slump; 3-6% Air
4/7/2023 32 13 13 Mix Design Martin Marietta R2161K70 6,000 psi (3,000 psi @ 24 hrs.) for HES Paving 3-5" Slump; 3-6% Air
9/9/2022 32 13 13 Mix Design Redi-Mix 10N11507 4500 psi (2600 psi @ 24 hrs.) Concrete Mix for HES Paving 3-5" Slump; 4.5-6.5% Air
2/10/2023 32 13 13 Mix Design SRM Concrete 50310 5,000 psi Concrete for HES Paving 3-5" Slump; 3-6% Air
9/9/2022 32 13 13 Mix Design SRM Concrete 40326 4,500 (3,000 @ 3-days) psi Concrete for HES Paving 3-5" Slump; 3-6% Air
9/9/2022 32 13 13 Mix Design Tarrant Concrete FW6520AMR 4500 (3000 psi @ 3-days) psi HES Paving 3-5" Slump; 3-6% Air
9/9/2022 32 13 13 Mix Design Tarrant Concrete FW7520AMR 4500 (3000 psi @ 3-days) psi Concrete HES Paving 3-5" Slump; 3-6% Air
Class S (Bridge Slabs, Top Slabs of Direct Traffic Culverts, Approach Slabs)
9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 260 4000 psi Concrete Mix for Bridge Slabs, Box Culverts, Headwalls 3-5" Slump; 3-6% Air
9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 360 4000 psi Concrete Mix for Bridge Slabs, Box Culverts, Headwalls 3-5" Slump; 3-6% Air
9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 365-STX 4000 psi Concrete for Bridge slabs, top slabs of direct traffic culverts, approach slabs-TXDOT Class S-No Fly Ash 3-5" Slump; 3-6% Air
1/29/2024 32 13 13 Mix Design Estrada Ready Mix R4060AEWR 6.00 Sacks / 4,000 psi Concrete for Bridge Slabs, Top Slabs, and Approach Slabs 4-6" Slump; 3-6% Air
5/3/2023 32 13 13 Mix Design Martin Marietta M7842344 4,000 psi Concrete for Bridge Deck 3-5" Slump; 4.5-7.5% Air
4/1/2023 32 13 13 Mix Design Martin Marietta R2146P33 6.01 sacks / 4,000 psi concrete for Bridge Deck 3-5" Slump; 3-6% Air
4/15/2024 32 13 13 Mix Design NBR Ready Mix TX S-NY 5.50 Sacks / 4000psi Concrete Mix for Class S Slab Paving - No Fly Ash 3-5" Slump; 3-6% Air
4/15/2024 32 13 13 Mix Design NBR Ready Mix TX S-YY 4.50 Sacks / 4000psi Concrete Mix for Class S Slab Paving 3-5" Slump; 3-6% Air
9/9/2022 32 13 13 Mix Design Redi-Mix 156115D4 4000 psi Bridge Slabs 3-5" Slump; 3-6% Air
5/5/2023 32 13 13 Mix Design SRM Concrete D100008553CB 4,000 psi Concrete for Bdridge Approach Slab, Deck Slab 3-5" Slump; 3-6% Air
Concrete Base Trench Repair
4/1/2023 03 34 16 Mix Design Burnco Texas 10YH50BF 1000 psi Concrete Base Material for Trench Repair Flowable; 8.5-11.5% Air
9/9/2022 03 34 16 Mix Design Burnco Texas 08Y450BA 800 psi Concrete Mix for Base for Trench Repair 5-7" Slump; 3-6% Air
Controlled Low Strength Material
9/9/2022 03 34 13 Mix Design Burnco Texas 01Y690BF 100 psi Concrete Mix for Flowable Fill Flowable; 8.5-11.5% Air
9/9/2022 03 34 13 Mix Design Carder Concrete FWCC359101 50-150 psi Flowable Fill - CLSM 3-5" Slump; 8-12% Air
9/9/2022 03 34 13 Mix Design Carder Concrete FWFF237501 50-150 psi Flowable Fill - CLSM Flowable; 8.5-11.5% Air
9/9/2022 03 34 13 Mix Design City Concrete Company 11-350-FF 50-150 psi Concrete for Flowable Fill-CLSM Flowable; 8-12% Air
9/9/2022 03 34 13 Mix Design Cow Town Redi Mix Mix# 9 70 psi Flowable Fill - CLSM 7-9" Slump; 8-11% Air
9/9/2022 03 34 13 Mix Design Martin Marietta FLOW25A 50 psi Concrete for Flowable Fill/CLSM 8-12" Slump; 5-15% Air
10/4/2023 03 34 13 Mix Design NBR Ready Mix FTW FLOW FILL 150 psi concrete for Flowable 7-10" Slump; 8-12% Air
9/9/2022 03 34 13 Mix Design Tarrant Concrete FWFF150CLSM 50-150 psi Flowable Fill - CLSM Flowable; 8-12% Air
Concrete Rip Rap
4/1/2023 31 37 00 Mix Design Martin Marietta R2141030 4,000 psi Concrete for Riprap 3-5" Slump; 3-6% Air
4/1/2023 31 37 00 Mix Design Martin Marietta R2146033 4,000 psi Concrete for Riprap 3-5" Slump; 3-6% Air
Asphalt Paving
9/9/2022 32 12 16 Mix Design Austin Asphalt FT5B117965 FT5B117965 PG64-22 Type B Fine Base
9/9/2022 32 12 16 Mix Design Austin Asphalt FT1B139965 FT1B139965 PG64-22 Type B Fine Base
9/9/2022 32 12 16 Mix Design Austin Asphalt FT1B117.2 FT1B117.2 PG64-22 Type B Fine Base
5/1/2024 32 12 16 Mix Design Reynolds Asphalt 340-DG-B P 340-DG-B PG64-22 Type B Base Course
9/9/2022 32 12 16 Mix Design Reynolds Asphalt 1112B 1112B PG64-22 Type B Fine Base
9/9/2022 32 12 16 Mix Design Reynolds Asphalt 1612B 1612B PG64-22 Type B Fine Base
12/5/2022 33 12 16 Mix Design Sunmount Paving 3076BV6422 3076BV6422 PG62-22 Type B Fine Base
9/9/2022 32 12 16 Mix Design Sunmount Paving 341-BRAP6422ERG 341-BRAP6422ERG PG64-22 Type B Fine Base
9/9/2022 32 12 16 Mix Design TXBIT 37-211305-20 37-211305-20 PG64-22 Type B Fine Base
9/9/2022 32 12 16 Mix Design TXBIT 44-211305-17 44-211305-17 PG64-22 Type B Fine Base
9/9/2022 32 12 16 Mix Design TXBIT 211305 (1757)211305 (1757) PG64-22 Type B Fine Base
Approval Spec No.Classification Manufacturer Mix ID Mix Description Design Rquirements National Spec
CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT
STANDARD PRODUCTS LIST AS OF 09/23/2024
Asphalt(Continued)
9/9/2022 32 12 16 Mix Design TXBIT 64-224125-18 PG 64-224125-18 PG70-22 Type D Fine Surface
4/1/2024 32 12 16 Mix Design TXBIT 344 MAC-SP-D 70-22XR 344 MAC-SP-D 70-22XR SAC A-R Type D Fine Surface
Detectable Warning Surface
9/9/2022 32 13 20 DWS - Pavers Pine Hall Brick (Winston Salem, NC)Tactile Pavers
9/9/2022 32 13 20 DWS - Pavers Western Brick Co. (Houston, TX)Detectable Warning Pavers
9/9/2022 32 13 20 DWS - Composite Armor Tile
9/9/2022 32 13 20 DWS - Composite ADA Solutions (Wilmington, MA)Heritage Brick CIP Composite Paver
4/7/2023 32 13 20 DWS - Pavers ADA Solutions (Wilmington, MA)Detectable Warning Pavers
Silicone Joint Sealant
9/9/2022 32 13 73 Joint Sealant Dow 890SL 890SL - Cold Applied, Single Component, Silicone Joint Sealant ASTM D5893
9/9/2022 32 13 73 Joint Sealant Tremco 900SL 900SL - Cold Applied, Single Component, Silicone Joint Sealant ASTM D5893
9/9/2022 32 13 73 Joint Sealant Pecora 300SL 300SL - Cold Applied, Single Component, Silicone Joint Sealant ASTM D5893
9/9/2022 32 13 73 Joint Sealant Crafco RoadSaver Silicone RoadSaver Silicone - Cold Applied, Single Component, Silicone Joint Sealant ASTM D5893
Utility Trench Embedment Sand
9/9/2022 33 05 10 Embedment Sand Silver Creek Materials Utility Embedment Sand ASTM C33
9/9/2022 33 05 10 Embedment Sand Crouch Materials Utility Embedment Sand ASTM C33
9/9/2022 33 05 10 Embedment Sand F and L Dirt Movers Utility Embedment Sand ASTM C33
9/9/2022 33 05 10 Embedment Sand F and L Dirt Movers Utility Embedment Sand ASTM C33
9/9/2022 33 05 10 Embedment Sand Tin Top Martin Marietta Utility Embedment Sand ASTM C33
Storm Sewer - Manholes & Bases/Frames & Covers/Standard (Round) 33-05-13
9/28/2018 33 05 13 Manhole Frames and Covers AccuCast (Govind Steel Company, LTD)MHRC #220605 MHRC #220605 (Size - **24" Dia.)ASTM A48 AASHTO M306
9/28/2018 33 05 13 Manhole Cover Neenah Foundry NF-1274-T91 NF-1274-T91 (Size - 32" Dia.)ASTM A48 AASHTO M306
9/28/2018 33 05 13 Manhole Frames and Covers Neenah Foundry NF-1743-LM (Hinged)NF-1743-LM (Hinged) (Size - 32" Dia.)ASTM A48 AASHTO M306
9/28/2018 33 05 13 Manhole Frame Neenah Foundry NF-1930-30 NF-1930-30 (Size - 32.25" Dia.)ASTM A48 AASHTO M306
9/28/2018 33 05 13 Manhole Frames and Covers Neenah Foundry R-1743-HV R-1743-HV (Size - 32" Dia.)ASTM A48 AASHTO M306
4/3/2019 33 05 13 Manhole Frames and Covers SIP Industries ++2279ST 2279ST (Size - 24" Dia.)ASTM A48 AASHTO M306
4/3/2019 33 05 13 Manhole Frames and Covers SIP Industries ++2280ST 2280ST (Size - 32" Dia.)ASTM A48 AASHTO M306
10/8/2020 33 05 13 Manhole Frames and Covers EJ ( Formally East Jordan Iron Works)EJ1033 Z2/A EJ1033 Z2/A (Size - 32.25" Dia.)ASTM A536 AASHTO M306
3/8/2024 33 05 13 Curb Inlet Covers SIP Industries ++2296T 2296T (Size - ***24" Dia.)ASTM A48 AASHTO M306
6/18/2024 33 05 13 Curb Inlet Covers SIP Industries ++2279STN 2279STN (Size - 24" Dia.)ASTM A48 AASHTO M306
Storm Sewer - Inlet & Structures 33-05-13
10/8/2020 33 49 20 Curb Inlets Forterrra FRT-10x3-405-PRECAST** (Size - 10' X 3')ASTM C913
10/8/2020 33 49 20 Curb Inlets Forterrra FRT-10x3-406-PRECAST** (Size - 10' X 3')ASTM C913
10/8/2020 33 49 20 Curb Inlets Forterrra FRT-10x4.5-407-PRECAST** (Size - 10' X 4.5')ASTM C913
10/8/2020 33 49 20 Curb Inlets Forterrra FRT-10x4.5-420-PRECAST** (Size - 10' X 4.5')ASTM C913
10/8/2020 33 39 20 Manhole Forterrra FRT-4X4-409-PRECAST-TOP (Size - 4' X 4')ASTM C913
10/8/2020 33 39 20 Manhole Forterrra FRT-4X4-409-PRECAST-BASE (Size - 4' X 4')ASTM C913
10/8/2020 33 39 20 Manhole Forterrra FRT-5X5-410-PRECAST-TOP (Size - 5' X 5')ASTM C913
10/8/2020 33 39 20 Manhole Forterrra FRT-5X5-410-PRECAST-BASE (Size - 5' X 5')ASTM C913
10/8/2020 33 39 20 Manhole Forterrra FRT-6X6-411-PRECAST-TOP (Size - 6' X 6')ASTM C913
10/8/2020 33 39 20 Manhole Forterrra FRT-6X6-411-PRECAST-BASE (Size - 6' X 6')ASTM C913
3/19/2021 33 49 20 Curb Inlets Thompson Pipe Group TPG-10X3-405-PRECAST INLET** (Size - 10' X 3')ASTM 615
3/19/2021 33 49 20 Curb Inlets Thompson Pipe Group TPG-15X3-405-PRECAST INLET** (Size - 15' X 3')ASTM 615
3/19/2021 33 49 20 Curb Inlets Thompson Pipe Group TPG-20X3-405-PRECAST INLET** (Size - 20' X 7')ASTM 615
3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-4X4-409-PRECAST TOP (Size - 4' X 4')ASTM 615
3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-4X4-409-PRECAST BASE (Size - 4' X 4')ASTM 615
3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-4X4-412-PRECAST 4-FT RISER (Size - 4' X 4')ASTM 615
3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-5X5-410-PRECAST TOP (Size - 5' X 5')ASTM 615
3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-5X5-410-PRECAST BASE (Size - 5' X 5')ASTM 615
3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-5X5-412-PRECAST 5-FT RISER (Size - 5' X 5')ASTM 615
3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-6X6-411-PRECAST TOP (Size - 6' X 6')ASTM 615
3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-6X6-411-PRECAST BASE (Size - 6' X 6')ASTM 615
3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-6X6-412-PRECAST 6-FT RISER (Size - 6' X 6')ASTM 615
3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-7X7-411-PRECAST TOP (Size - 7' X 7')ASTM 615
3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-7X7-411-PRECAST BASE (Size - 7' X 7')ASTM 615
3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-7X7-412-PRECAST 4-FT RISER (Size - 7' X 7')ASTM 615
3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-8X8-411-PRECAST TOP (Size - 8' X 8')ASTM 615
3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-8X8-411-PRECAST BASE (Size - 8' X 8')ASTM 615
3/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-8X8-412-PRECAST 5-FT RISER (Size - 8' X 8')ASTM 615
3/19/2021 33 49 20 Drop Inlet Thompson Pipe Group TPG-4X4-408-PRECAST INLET (Size - 4' X 4')ASTM 615
3/19/2021 33 49 20 Drop Inlet Thompson Pipe Group TPG-5X5-408-PRECAST INLET (Size - 5' X 5')ASTM 615
3/19/2021 33 49 20 Drop Inlet Thompson Pipe Group TPG-6X6-408-PRECAST INLET (Size - 6' X 6')ASTM 615
8/28/2023 33 49 10 Manhole Oldcastle Precast 4' x 4' Stacked Manhole (Size - 4' X 4')ASTM C478
8/28/2023 33 49 10 Manhole Oldcastle Precast 5' x 8' Storm Junction Box (Size - 5' X 8')ASTM C478
8/28/2023 33 49 10 Manhole Oldcastle Precast 4' x 4' Storm Junction Box (Size - 4' X 4')ASTM C478
8/28/2023 33 49 10 Manhole Oldcastle Precast 5' x 5' Storm Junction Box (Size - 5' X 5')ASTM C478
8/28/2023 33 49 10 Manhole Oldcastle Precast 6' x 6' Storm Junction Box (Size - 6' X 6')ASTM C478
8/28/2023 33 49 10 Manhole Oldcastle Precast 8' x 8' Storm Junction Box Base (Size - 8' X 8')ASTM C478
8/28/2023 33 49 10 Manhole Oldcastle Precast 5' x 8' Storm Junction Box Base (Size - 5' X 8')ASTM C478
8/28/2023 33 49 10 Manhole Rinker Materials Reinforced 48" Diameter Spread Footing Manhole (Size - 4' X 4')ASTM C433
8/28/2023 33 39 20 Curb Inlet 10 'x 3' Riser Thompson Pipe Group Inlet Riser (Size - 3 FT)ASTM C913-16
8/28/2023 33 39 20 Curb Inlet 15 'x 3' Riser Thompson Pipe Group Inlet Riser (Size - 3 FT)ASTM C913-16
8/28/2023 33 39 20 Curb Inlet 20' x 3' Riser Thompson Pipe Group Inlet Riser (Size - 3 FT)ASTM C913-16
1/12/2024 33 49 20 Drop Inlet AmeriTex Pipe &Products Drop Inlet (4' X 4')ASTM C913
1/12/2024 33 49 20 Drop Inlet AmeriTex Pipe &Products Drop Inlet (5' X 5')ASTM C913
1/19/2024 33 49 20 Manhole AmeriTex Pipe &Products Precast 4'x4' Storm Junction Box ASTM C913
1/19/2024 33 49 20 Manhole AmeriTex Pipe &Products Precast 5'x5' Storm Junction Box ASTM C913
1/19/2024 33 49 20 Manhole AmeriTex Pipe &Products 5' Precast Tansition MH (4' MH on the top of 5' JB)ASTM C913
1/19/2024 33 49 20 Manhole AmeriTex Pipe &Products Precast 6'x6' Storm Junction Box ASTM C913
1/19/2024 33 49 20 Manhole AmeriTex Pipe &Products 6' Precast Tansition MH (4' MH on the top of 6' JB)ASTM C913
1/19/2024 33 49 20 Manhole AmeriTex Pipe &Products Precast 8'x8' Storm Junction Box ASTM C913
1/19/2024 33 49 20 Manhole AmeriTex Pipe &Products 8' Precast Tansition MH (4' MH on the top of 8' JB)ASTM C913
1/19/2024 33 49 20 Manhole AmeriTex Pipe &Products Type C Storm Drain Manhole on Box (4' MH on the top of RCB)ASTM C913
7/16/2024 33 49 20 Curb Inlets AmeriTex Pipe &Products 10x3 Precast** (Size 10' x 3')ASTM C913
7/16/2024 33 49 20 Curb Inlets AmeriTex Pipe &Products 15x3 Precast** (Size 15' x 3')ASTM C913
**Note: All new development and new installation manhole lids shall meet the minimum 30-inch opening requirement as specified in City Specification 33 05 13. Any smaller opening sizes will only be allowed for existing manholes that require replacement frames and covers.
**Note: Pre-cast inlets are appoved for the stage I portion of the structure (basin) only. Stage II portion of the structure are required to be cast in-place. No exceptions to this requirement shall be allowed.
Approval Spec No.Classification Manufacturer Mix ID Mix Description Design Rquirements National Spec
CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT
STANDARD PRODUCTS LIST AS OF 09/23/2024
Storm Sewer - Pipes & Boxes 33-05-13
4/9/2021 33 41 13 Storm Drain Pipes Advanced Drainage Systems, Inc. (ADS)ADS HP Storm Polypropylene (PP) Pipe (Size - 12" - 60")ASTM F2881 & AASHTO M330
8/28/2023 33 41 10 Storm Drain Pipes Rinker Materials Reinforced Concrete Pipe Tongue and Groove Joint Pipe (Size - 21" or larger)ASTM C76, C655
8/28/2023 33 41 10 Culvert Box Rinker Materials Reinforced Concrete Box Culvert (Sze - Various)ASTM C789, C850
10/12/2023 33 41 10 Storm Drain Pipes AmeriTex Pipe &Products Reinforced Concrete Pipe Tongue and Groove Joint Pipe* (Size - 15" or larger)ASTM C76, C506
10/12/2023 34 41 10 Culvert Box AmeriTex Pipe &Products Reinforced Concrete Box Culvert (size - Various))ASTM C1433,C1577
10/18/2023 35 41 10 Storm Drain Pipes The Turner Co.Reinforced Concrete Pipe Tongue and Groove Joint Pipe* (Size - 15" or larger)ASTM C76, C506
10/18/2023 33 41 10 Culvert Box The Turner Co.Reinforced Concrete Box Culvert (size - Various)ASTM C1433,C1577
4/12/2024 33 41 10 Storm Drain Pipes Thompson Pipe Group Reinforced Concrete Pipe Tongue and Groove Joint Pipe* (Size Various)ASTM C76, C506
6/25/2024 33 41 10 Culvert Box Oldcastle Reinforced Concrete Box Culvert ASTM C1433,C1577
6/25/2024 33 41 10 Storm Drain Pipes Oldcastle Reinforced Concrete Pipe Tongue and Groove Joint Pipe* (Size Various)ASTM C76, C506