HomeMy WebLinkAbout063971-PM1 - Construction-Related - Contract - TDC Merrimac Partners, LLC and Cadence McShane Construction CompanyPROJECT MANUAL
FOR
THE CONSTRUCTION OF
WATER, SANITARY SEWER, AND STORM SEWER
IMPROVEMENTS
TO SERVE
TRANSWESTERN WESTBEND MERRIMAC
IPRC Record No. IPRC25-0059
City Project No. 105950
FID No. 30114-0200431-105950-E07685
File No. SD-0748
Mattie Parker Jesus “Jay” Chapa
Mayor City Manager
Christopher P. Harder, P.E.
Director, Water Department
Lauren Prieur
Director, Transportation and Public Works Department
Prepared for
The City of Fort Worth
Prepared for:
The City of Fort Worth
September 2025
Prepared by:
Texas Registered Engineering Firm F-928
Kimley-Horn No. 064469613
CSC No. 63971-PM1
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 1 of 6
CITY OF FORT WORTH Transwestern Westbend Merrimac
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN: 105950
Revised March 20, 2020
SECTION 00 00 10
TABLE OF CONTENTS
DEVELOPER AWARDED PROJECTS
Division 00 - General Conditions Last Revised
00 11 13 Invitation to Bidders 03/20/2020
00 21 13 Instructions to Bidders 03/20/2020
00 41 00 Bid Form 04/02/2014
00 42 43 Proposal Form Unit Price 05/22/2019
00 43 13 Bid Bond 04/02/2014
00 45 11 Bidders Prequalification’s 04/02/2014
00 45 12 Prequalification Statement 09/01/2015
00 45 13 Bidder Prequalification Application 03/09/2020
00 45 26 Contractor Compliance with Workers' Compensation Law 04/02/2014
00 45 40 Minority Business Enterprise Goal 08/21/2018
00 52 43 Agreement 06/16/2016
00 61 25 Certificate of Insurance 07/01/2011
00 62 13 Performance Bond 01/31/2012
00 62 14 Payment Bond 01/31/2012
00 62 19 Maintenance Bond 01/31/2012
00 72 00 General Conditions 11/15/2017
00 73 00 Supplementary Conditions 07/01/2011
00 73 10 Standard City Conditions of the Construction Contract for Developer
Awarded Projects 01/10/2013
Division 01 - General Requirements Last Revised
01 11 00 Summary of Work 12/20/2012
01 25 00 Substitution Procedures 08/30/2013
01 31 19 Preconstruction Meeting 08/30/2013
01 31 20 Project Meetings 07/01/2011
01 32 33 Preconstruction Video 08/30/2013
01 33 00 Submittals 08/30/2013
01 35 13 Special Project Procedures 08/30/2013
01 45 23 Testing and Inspection Services 03/20/2020
01 50 00 Temporary Facilities and Controls 07/01/2011
01 55 26 Street Use Permit and Modifications to Traffic Control 07/01/2011
01 57 13 Storm Water Pollution Prevention Plan 07/01/2011
01 60 00 Product Requirements 03/20/2020
01 66 00 Product Storage and Handling Requirements 04/07/2014
01 70 00 Mobilization and Remobilization 04/07/2014
01 71 23 Construction Staking 04/07/2014
01 74 23 Cleaning 04/07/2014
01 77 19 Closeout Requirements 04/07/2014
01 78 23 Operation and Maintenance Data 04/07/2014
01 78 39 Project Record Documents 04/07/2014
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 2 of 6
CITY OF FORT WORTH Transwestern Westbend Merrimac
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN: 105950
Revised March 20, 2020
Technical Specifications which have been modified by the Engineer specifically for this
Project; hard copies are included in the Project’s Contract Documents
Division 02 – Existing Conditions
None
Division 03 – Concrete
None
Division 26 – Electrical
None
Division 31 – Earthwork
None
Division 32 – Exterior Improvements
None
Division 33 – Utilities
None
Division 34 – Transportation
None
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 3 of 6
CITY OF FORT WORTH Transwestern Westbend Merrimac
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN: 105950
Revised March 20, 2020
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 12/20/2012
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 12/20/2012
03 34 13 Controlled Low Strength Material (CLSM) 12/20/2012
03 34 16 Concrete Base Material for Trench Repair 12/20/2012
03 80 00 Modifications to Existing Concrete Structures 12/20/2012
Division 26 - Electrical
26 05 00 Common Work Results for Electrical 11/22/2013
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 10 00 Site Clearing 12/20/2012
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 12/20/2012
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 12/20/2012
32 11 37 Liquid Treated Soil Stabilizer 08/21/2015
32 12 16 Asphalt Paving 12/20/2012
32 12 73 Asphalt Paving Crack Sealants 12/20/2012
32 13 13 Concrete Paving 12/20/2012
32 13 20 Concrete Sidewalks, Driveways and Barrier Free Ramps 06/05/2018
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 10/05/2016
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 4 of 6
CITY OF FORT WORTH Transwestern Westbend Merrimac
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN: 105950
Revised March 20, 2020
32 17 23 Pavement Markings 11/22/2013
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 Parkways 12/20/2012
32 92 13 Hydro-Mulching, Seeding, and Sodding 12/20/2012
32 93 43 Trees and Shrubs 12/20/2012
Division 33 - Utilities
33 01 30 Sewer and Manhole Testing 12/20/2012
33 01 31 Closed Circuit Television (CCTV) Inspection 03/03/2016
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 Sewer Mains 12/20/2012
33 05 10 Utility Trench Excavation, Embedment, and Backfill 12/12/2016
33 05 12 Water Line Lowering 12/20/2012
33 05 13 Frame, Cover and Grade Rings – Cast Iron 01/22/2016
33 05 13.10 Frame, Cover and Grade Rings – Composite 01/22/2016
33 05 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to
Grade 12/20/2012
33 05 16 Concrete Water Vaults 12/20/2012
33 05 17 Concrete Collars 12/20/2012
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 06/19/2013
33 05 26 Utility Markers/Locators 12/20/2012
33 05 30 Location of Existing Utilities 12/20/2012
33 11 05 Bolts, Nuts, and Gaskets 12/20/2012
33 11 10 Ductile Iron Pipe 12/20/2012
33 11 11 Ductile Iron Fittings 12/20/2012
33 11 12 Polyvinyl Chloride (PVC) Pressure Pipe 11/16/2018
33 11 13 Concrete Pressure Pipe, Bar-Wrapped, Steel Cylinder Type 12/20/2012
33 11 14 Buried Steel Pipe and Fittings 12/20/2012
33 12 10 Water Services 1-inch to 2-inch 02/14/2017
33 12 11 Large Water Meters 12/20/2012
33 12 20 Resilient Seated Gate Valve 12/20/2012
33 12 21 AWWA Rubber-Seated Butterfly Valves 12/20/2012
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
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 5 of 6
CITY OF FORT WORTH Transwestern Westbend Merrimac
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN: 105950
Revised March 20, 2020
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 12/20/2012
33 31 20 Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe 06/19/2013
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 12/20/2012
33 39 20 Precast Concrete Manholes 12/20/2012
33 39 30 Fiberglass Manholes 12/20/2012
33 39 40 Wastewater Access Chamber (WAC) 12/20/2012
33 39 60 Epoxy Liners for Sanitary Sewer Structures 12/20/2012
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 Polyethlene (SRPE) Pipe 11/13/2015
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 12/20/2012
33 49 20 Curb and Drop Inlets 12/20/2012
33 49 40 Storm Drainage Headwalls and Wingwalls 07/01/2011
Division 34 - Transportation
34 41 10 Traffic Signals 10/12/2015
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 12/20/2012
34 41 15 Rectangular Rapid Flashing Beacon 11/22/2013
34 41 16 Pedestrian Hybrid Signal 11/22/2013
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 11/22/2013
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 6 of 6
CITY OF FORT WORTH Transwestern Westbend Merrimac
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN: 105950
Revised March 20, 2020
APPENDIX
GR-01 60 00 Product Requirements
END OF SECTION
00 42 43
DAP - BID PROPOSAL
Page 1 of 2
1 0241.1001 Water Line Grouting 02 41 14 CY 8 $135.00 $1,080.00
2 0241.1011 Remove 4" Water Line 02 41 14 LF 310 $21.00 $6,510.00
3 0241.1118 4"-12" Pressure Plug 02 41 14 EA 5 $3,076.00 $15,380.00
4 0241.1510 Salvage Fire Hydrant 02 41 14 EA 3 $1,399.00 $4,197.00
5 0241.1514 Salvage 2" Water Meter 02 41 14 EA 3 $1,968.00 $5,904.00
6 0241.1402 Abandon 6" Water Valve 02 41 14 EA 1 $500.00 $500.00
7 3311.0001 Ductile Iron Water Fittings w/ Restraint 33 11 11 TON 0.5 $2,032.00 $1,016.00
8 3311.0061 4" PVC Water Pipe 33 11 12 LF 85 $127.00 $10,795.00
9 3311.0161 6" PVC Water Pipe 33 11 12 LF 165 $135.00 $22,275.00
10 3311.0461 12" PVC Water Pipe 33 11 12 LF 95 $165.00 $15,675.00
11 3312.0001 Fire Hydrant 33 12 40 EA 2 $5,522.00 $11,044.00
12 3312.0002 Water Sampling Station 33 12 50 EA 13 $500.00 $6,500.00
13 3312.0117 Connection to Existing 4"-12" Water Main 33 12 25 EA 5 $1,500.00 $7,500.00
14 3312.2203 2" Water Service 33 12 10 EA 2 $2,989.00 $5,978.00
15 3312.2802 4" Water Meter and Vault 33 12 11 EA 2 $36,085.00 $72,170.00
16 3312.4106 12" x 6" Tapping Sleeve & Valve 33 12 25 EA 3 $3,076.00 $9,228.00
17 3312.4109 12" x 12" Tapping Sleeve & Valve 33 12 25 EA 1 $5,500.00 $5,500.00
18 3305.0109 Trench Safety 33 05 10 LF 345 $1.00 $345.00
19 0241.0100 Remove Sidewalk 02 41 13 SF 90 $10.00 $900.00
20 0241.1100 Remove Asphalt Pvmt 02 41 15 SY 255 $90.00 $22,950.00
21 0241.1300 Remove Conc Curb&Gutter 02 41 15 LF 70 $5.00 $350.00
22 3110.0102 6"-12" Tree Removal 31 10 00 EA 6 $500.00 $3,000.00
23 3201.0201 Asphalt Pvmt Repair Beyond Defined Width, Residential 32 01 17 SY 365 $171.00 $62,415.00
24 3213.0301 4" Conc Sidewalk 32 13 20 SF 90 $19.00 $1,710.00
25 3213.0402 7" Concrete Driveway 32 13 20 SF 15 $19.00 $285.00
26 3216.0101 6" Conc Curb and Gutter 32 16 13 LF 70 $12.00 $840.00
27 3471.0001 Traffic Control 34 71 13 MO 2 $12,000.00 $24,000.00
28 9999.0013 HMAC Pvmt Removal 00 00 00 SY 250 $63.00 $15,750.00
1 0241.2012 Remove 6" Sewer Line 02 41 14 LF 230 $21.00 $4,830.00
2 0241.2201 Remove 4' Sewer Manhole 02 41 14 EA 2 $1,249.00 $2,498.00
3 3301.0002 Post-CCTV Inspection 33 01 31 LF 56 $4.00 $224.00
4 9999.0010 Trench Safety (Sewer) 33 05 10 LF 56 $2.00 $112.00
5 3331.4115 8" Sewer Pipe 33 11 10, 33 31 12, 33 31 20 LF 56 $143.00 $8,008.00
6 3339.0001 Epoxy Manhole Liner 33 39 60 VF 9 $350.00 $3,150.00
7 3339.1001 4' Manhole 33 39 10, 33 39 20 EA 1 $7,500.00 $7,500.00
8 9999.0014 Hydraulic Slide 00 00 00 EA 1 $500.00 $500.00
9 0241.2201 Remove 4' Sewer Manhole 02 41 14 EA 2 $1,249.00 $2,498.00
TRANSWESTERN WESTBEND MERRIMAC
CITY PROJECT NO. 105950
SECTION 00 42 43
Developer Awarded Projects - PROPOSAL FORM
Bidder's Proposal
Description
UNIT PRICE BID Bidder's Application
Project Item Information
Unit of
Measure
Bidlist
Item No.Specification Section No.Bid
Quantity Unit Price Bid Value
TOTAL UNIT I: WATER IMPROVEMENTS $333,797.00
UNIT I: WATER IMPROVEMENTS
TOTAL UNIT II: SEWER IMPROVEMENTS $29,320.00
Bidlist
Item No.Description Unit Price Bid ValueSpecification Section No.Unit of
Measure
Bid
Quantity
UNIT II: SEWER IMPROVEMENTS
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS
Form Version September 1, 2015 00 42 43_Bid Proposal - TWM Proposed Utilities_August 2025.xlsm
00 42 43
DAP - BID PROPOSAL
Page 2 of 2
TRANSWESTERN WESTBEND MERRIMAC
CITY PROJECT NO. 105950
SECTION 00 42 43
Developer Awarded Projects - PROPOSAL FORM
Bidder's Proposal
Description
UNIT PRICE BID Bidder's Application
Project Item Information
Unit of
Measure
Bidlist
Item No.Specification Section No.Bid
Quantity Unit Price Bid Value
1 3312.0108 Connection to Existing 24" Water Main 33 12 25 EA 1 $10,861.00 $10,861.00
2 3312.0111 Connection to Existing 42" Water Main 33 12 25 EA 1 $8,821.00 $8,821.00
3 3349.0001 4' Storm Junction Box 33 49 10 EA 2 $8,821.00 $17,642.00
4 3125.0101 SWPPP ≥ 1 acre 31 25 00 LS 1 $22,000.00 $22,000.00
5 9999.0011 Trench Safety (Storm) 33 05 10 LF 10 $4.00 $40.00
This Bid is submitted by the entity named below:
BIDDER: BY:
Cadence McShane Construction Company LLC
5057 Keller Springs Rd, Suite 500
Addison, Texas 75001 TITLE:
DATE:
END OF SECTION
UNIT III: STORM IMPROVEMENTS
TOTAL UNIT III: STORM IMPROVEMENTS $59,364.00
Bid Summmary
UNIT I: WATER IMPROVEMENTS
Contractor agrees to complete WORK for FINAL ACCEPTANCE within working days after the date when the
CONTRACT commences to run as provided in the General Conditions.
UNIT II: SEWER IMPROVEMENTS
Total Construction Bid
UNIT III: STORM IMPROVEMENTS
$422,481.00
$333,797.00
$59,364.00
$29,320.00
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS
Form Version September 1, 2015 00 42 43_Bid Proposal - TWM Proposed Utilities_August 2025.xlsm
ProcoreGeneralContractorSignHere
120
Project Manager
8/18/2025
00 45 12
DAP PREQUALIFICATION STATEMENT
Page 1 of 1
CITY OF FORT WORTH
STANDARD CONSTRUCTION PREQUALIFICATION STATEMENT – DEVELOPER AWARDED PROJECTS 00 45 12_Prequalification Statement 2015_DAP
Form Version September 1, 2015
SECTION 00 45 12
DAP – PREQUALIFICATION STATEMENT
Each Bidder is required to complete the information below by identifying the prequalified contractors
and/or subcontractors whom they intend to utilize for the major work type(s) listed. In the “Major Work
Type” box provide the complete major work type and actual description as provided by the Water
Department for water and sewer and TPW for paving.
Major Work Type Contractor/Subcontractor Company Name Prequalification
Expiration Date
Water, Sewer, Storm
Improvements
Rumsey Construction LLC 4/30/2026
Paving R&R for Utility scope
only
Rumsey Construction LLC 4/30/2026
The undersigned hereby certifies that the contractors and/or subcontractors described in the table above
are currently prequalified for the work types listed.
BIDDER:
Cadence McShane Construction Company BY:
7500 Dallas Pkwy
Suite 600 _________________________________________
Plano, TX 75024 (Signature)
TITLE:
DATE:
END OF SECTION
ProcoreGeneralContractorSignHere
Project Manager
8/15/2025
Clayton Bozyk
Water Service (16'' and under), Wastewater
Service (12'' and Under) Storm Sewer (30'' and
under)
Paving removal/replacement for Utility Services
004526-1
CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW
Page 1 of 1
1
�
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
m
�
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. 105950. Contractor further certifies that, pursuant to Texas Labor Code,
Section 406.096(b), as amended, it will provide to City its subcontractor's certificates of
compliance with worker's compensation coverage.
CONTRACTOR:
Cadence McShane Construction Com�any By: �_�.'.':) ��`� t=�t
Company � (Please Print)
7500 Dallas Pkwv. Suite 600 Signature': - _� _, `_
Address
Plano. TX 75024
City/State/Zip
TH E STATE OF TEXAS
COUNTY OF TARRANT
�
�
Title: ..,��. 1�� P`_,",�t f� T
(Please Print)
BEFORE ME, the undersigned authority, on this day personally appeared
�_ r� ���� �� �: :��,�'. . known to me to be the person whose name is
subscribed to tl�ie foregoing instrument, and acknowledged to me that he/she executed the
same as the act and deed of C a�e.��� �1�, 5}�n e_ for the purposes and
consideration therein expressed and in the capacity therein stated.
GIV7F�tn-I UNDER MY HAND AND SEAL OF OFFICE this 1�� day of
U.u.�jf�.yb— , 20iC5
)
,� nn �J � —�
�; a,.�,,�! `�X.4. r� (�1. � � 1 v� Ul 1�e R�.,o*,�_
;
Notary P.ublic in and for the State of Texas
END OF SECTION
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTSCPN: 106198
Revised April2, 2014
+"ir"'r'i"'+s MiCHELLE MARIE OUFUIS LEBW�C
" ��
�:° `'� Not�ry PuWic, 8t�t� of 7��us
_+ • My Commb�ion Explre�
�%��,,,_,,,��,� OctaWr 30� 2028
' `,°,`„� �"' NOTARV ID 128895432
. ,� „� y
Transwestern Westbend Merrimac
08/26/2025
005243-2
Developer Awarded Project Agreement
Page 2 of 4
37 Article 4. CONTRACT PRICE
38 Developer agrees to pay Contractor for performance of the Work in accordance with the Contract
39 Documents an amount in current fiinds of FOUR HUNDRED TWENTY TWO THOUSAND,
40 FOUR HUNDRED & EIGHTYONE Dollars (,$422,481).
41 Article 5. CONTRACT DOCUMENT5
42 5. ] CONTENTS:
43 A.The Contract Documents which comprise the entire agreement between Developer and
44 Contractor concerning the Work consist of the following:
45 L This Agreement.
46
47
48
49
50
51
52
53
54
55
56
57
58
59
60
2. Attachments to this Agreement:
a. Bid Form (As provided by Developer)
1) Proposal Form (DAP Version)
2) Prequalification Statement
3) State and Federal documents (project specific)
b. Insurance ACORD Form(s)
c. Payment Bond (DAP Version)
d. Performance Bond (DAP Version)
e. Maintenance Bond (DAP Version)
f. Power of Attorney for the Bonds
g. Worker's Compensation Affidavit
h. MBE and/or SBE Commitment Form (If required)
3. Standard City General Conditions of the Construction Contract for Developer
Awarded Projects.
4. Supplementary Conditions.
61 5. Specifications specifically made a part of the Contract Documents by attachment or,
62 if not attached, as incorporated by reference and described in the Table of Contents
63 of the Project's Contract Documents.
64 6. Drawings.
65 7. Addenda.
66
67
68
69
70
71
72
73
74
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.
CITY OF FORT WORTH Transwestem Westbend Merrimac
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PROJECTS CPN: 105950
Revised June 16, 2016
005243-3
Developer Awarded Project Agreement
Page 3 of 4
r�
76
77
78
79
80
81
82
83
84
85
86
87
88
89
90
91
92
93
94
95
96
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 aud 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 nrovision is snecificallv intended to operate
and be effective even if it is alle�ed or nroven that all or some of the damages bein�
sou�ht were caused. in whole or in nart, bv anv act, omission or ne�li�ence of the citv.
This indemnity provision is intended to include, without limitation, indemnity for costs,
expenses and legal fees incurred by the city in defending against such claims and causes
of actions.
6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense,
the city, its officers, servants and employees, from and against any and all loss, damage
or destruction of property of the city, arising out of, or alleged to arise out of, the work
and services to be performed by the contractor, its offcers, agents, employees,
subcontractors, licensees or invitees under this contract. This indemni�cation provision
is snecificallv intended to onerate and be effective even if it is alle�ed or nroven that all
or some of the dama�es bein� sou�ht were caused. in whole or in part, bv anv act,
omission or ne�ligence of the citv.
Article 7. MISCELLANEOUS
97 7.1 Terms.
98 Terms used in this Agreement are defined in Article 1 of the Standard City Conditions of the
99 Construction Contract for Developer Awarded Projects.
100 7.2 Assignment of Contract.
101 This Agreement, including all of the Contract Documents may not be assigned by the
102 Contractor without the advanced express written consent of the Developer.
103 7.3 Successars and Assigns.
104 Developer and Contractor each binds itself, its partners, successors, assigns and legal
105 representatives to the other party hereto, in respect to all covenants, agreements and
106 obligations contained in the Contract Documents.
107 7.4 Severability.
108 Any provision or part of the Contract Documents held to be unconstitutional, void ar
109 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all
110 remaining provisions shall continue to be valid and binding upon DEVELOPER and
111 CONTRACTOR.
112 7.5 Governing Law and Venue.
113 This Agreement, including all of the Contract Documents is performable in the State of
ll4 Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the
115 Northern District of Texas, Fort Worth Division.
CITY OF FORT WORTH Transwestem Westbend Merrimac
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS — DEVELOPER AWARDED PR01ECT5 CPN: ] 05950
Revised June 16, 2016
08/26/202508/26/2025
00 61 25 - 1
CERTIFICATE OF INSURANCE
Page 1 of 1
CITY OF FORT WORTH Transwestern Westbend Merrimac
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 105950
Revised July 1, 2011
SECTION 00 61 251
CERTIFICATE OF INSURANCE2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
END OF SECTION22
00 62 19 - 1
MAINTENANCE BOND
Page 1 of 3
CITY OF FORT WORTH Transwestern Westbend Merrimac
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS CPN: 105950
Revised January 31, 2012
SECTION 00 62 19 1
MAINTENANCE BOND 2
3
THE STATE OF TEXAS § 4
§ KNOW ALL BY THESE PRESENTS: 5
COUNTY OF TARRANT § 6
That we, Cadence McShane Construction Company, known as “Principal” herein and 7
____________________________________________, a corporate surety (sureties, if more than 8
one) duly authorized to do business in the State of Texas, known as “Surety” herein (whether one 9
or more), are held and firmly bound unto the Developer, TDC Acquisitions, LLC, authorized to 10
do business in Texas (“Developer”) and the City of Fort Worth, a Texas municipal corporation 11
(“City”), in the sum of_FOUR HUNDRED TWENTY TWO THOUSALND, FOUR HUNDRED 12
& EIGHTY ONE Dollars ($422,481), lawful money of the United States, to be paid in Fort 13
Worth, Tarrant County, Texas, for payment of which sum well and truly be made jointly unto the 14
Developer and the City as dual obligees and their successors, we bind ourselves, our heirs, 15
executors, administrators, successors and assigns, jointly and severally, firmly by these presents. 16
17
WHEREAS, Developer and City have entered into an Agreement for the construction of 18
community facilities in the City of Fort Worth by and through a Community Facilities 19
Agreement, CFA Number 25-0084 ;and 20
WHEREAS, the Principal has entered into a certain written contract with the Developer 21
awarded the_____ day of , 20 , which Contract is 22
hereby referred to and a made part hereof for all purposes as if fully set forth herein, to furnish all 23
materials, equipment labor and other accessories as defined by law, in the prosecution of the 24
Work, including any Work resulting from a duly authorized Change Order (collectively herein, 25
the “Work”) as provided for in said Contract and designated as WATER, SANITARY SEWER, 26
AND STORM SEWER IMPROVEMENTS TO SERVE TRANSWESTERN WESTBEND 27
MERRIMAC; and 28
WHEREAS, Principal binds itself to use such materials and to so construct the Work in 29
accordance with the plans, specifications and Contract Documents that the Work is and will 30
remain free from defects in materials or workmanship for and during the period of two (2) years 31
after the date of Final Acceptance of the Work by the City (“Maintenance Period”); and 32
33
Liberty Mutual Insurance Company
26th August 25
00 61 19 - 2
MAINTLNANCE BOND
Pagc 2 of 3
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
r�
�s
19
NOW THEREF�RE, the conditioii oftl�is obligation is such that if Principal shall reinedy
any defective Work, for which timely notice was provided by City, to a cotnpletion satisfactory to
the City, then this obligation shall beeame null and void; otherwise to remain in full force and
effect.
PROVIDED, HC}WEVER, if Principal shall fail so to repair or reconstruct any timely
noticed defective Work, it is agreed that the City may cause any and all such defective Work to be
repaired and/ar reconstructed with all associated costs thereof being bornc by the Principal and the
Surety under this Maintenance bond; and
PROVIDED FURTHER, that ,if any legal action be filed on this Bond, vernie shall lie in
Tarrant County, Texas or the United States District Court for the Northem District of Texas, Fort
Worth Division; and
PROVIDED FURTHER, that this obligation shall be continuous in nature and successive
recoveries may be had hereon for successive breaches.
ciTY oF FORT woRTx TTtANSYVF.STF_RrV WESTBEND MERRIMAC
STANDARD CONSTRUC"CION SPECIFICA"I'ION DOCUMENTS CITY PROJECT NO. 105950
Revised December 8, 2023
26thAugust25
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
STANDARD CITY CONDITIONS
OF THE CONSTRUCTION CONTRACT
FOR DEVELOPER AWARDED PROJECTS
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
STANDARD CITY CONDITIONS OF THE
CONSTRUCTION CONTRACT
FOR DEVELOPER AWARDED PROJECTS
TABLE OF CONTENTS
Page
Article 1 – Definitions and Terminology .......................................................................................................... 1
1.01 Defined Terms ............................................................................................................................... 1
1.02 Terminology .................................................................................................................................. 5
Article 2 – Preliminary Matters ......................................................................................................................... 6
2.01 Before Starting Construction ........................................................................................................ 6
2.02 Preconstruction Conference .......................................................................................................... 6
2.03 Public Meeting .............................................................................................................................. 6
Article 3 – Contract Documents and Amending ............................................................................................... 6
3.01 Reference Standards ..................................................................................................................... 6
3.02 Amending and Supplementing Contract Documents .................................................................. 6
Article 4 – Bonds and Insurance ....................................................................................................................... 7
4.01 Licensed Sureties and Insurers ..................................................................................................... 7
4.02 Performance, Payment, and Maintenance Bonds ........................................................................ 7
4.03 Certificates of Insurance ............................................................................................................... 7
4.04 Contractor’s Insurance .................................................................................................................. 9
4.05 Acceptance of Bonds and Insurance; Option to Replace ........................................................... 12
Article 5 – Contractor’s Responsibilities ........................................................................................................ 12
5.01 Supervision and Superintendent ................................................................................................. 12
5.02 Labor; Working Hours ................................................................................................................ 13
5.03 Services, Materials, and Equipment ........................................................................................... 13
5.04 Project Schedule .......................................................................................................................... 14
5.05 Substitutes and “Or-Equals” ....................................................................................................... 14
5.06 Pre-Qualification of Bidders (Prime Contractors and Subcontractors) ..................................... 16
5.07 Concerning Subcontractors, Suppliers, and Others ................................................................... 16
5.08 Wage Rates.................................................................................................................................. 18
5.09 Patent Fees and Royalties ........................................................................................................... 19
5.10 Laws and Regulations ................................................................................................................. 19
5.11 Use of Site and Other Areas ....................................................................................................... 19
5.12 Record Documents ...................................................................................................................... 20
5.13 Safety and Protection .................................................................................................................. 21
5.14 Safety Representative ................................................................................................................. 21
5.15 Hazard Communication Programs ............................................................................................. 22
5.16 Submittals .................................................................................................................................... 22
5.17 Contractor’s General Warranty and Guarantee .......................................................................... 23
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
5.18 Indemnification ........................................................................................................................... 24
5.19 Delegation of Professional Design Services .............................................................................. 24
5.20 Right to Audit: ............................................................................................................................ 25
5.21 Nondiscrimination....................................................................................................................... 25
Article 6 – Other Work at the Site ................................................................................................................... 26
6.01 Related Work at Site ................................................................................................................... 26
Article 7 – City’s Responsibilities................................................................................................................... 26
7.01 Inspections, Tests, and Approvals .............................................................................................. 26
7.02 Limitations on City’s Responsibilities ....................................................................................... 26
7.03 Compliance with Safety Program ............................................................................................... 27
Article 8 – City’s Observation Status During Construction ........................................................................... 27
8.01 City’s Project Representative ..................................................................................................... 27
8.02 Authorized Variations in Work .................................................................................................. 27
8.03 Rejecting Defective Work .......................................................................................................... 27
8.04 Determinations for Work Performed .......................................................................................... 28
Article 9 – Changes in the Work ..................................................................................................................... 28
9.01 Authorized Changes in the Work ............................................................................................... 28
9.02 Notification to Surety .................................................................................................................. 28
Article 10 – Change of Contract Price; Change of Contract Time ................................................................ 28
10.01 Change of Contract Price ............................................................................................................ 28
10.02 Change of Contract Time............................................................................................................ 28
10.03 Delays .......................................................................................................................................... 28
Article 11 – Tests and Inspections; Correction, Removal or Acceptance of Defective Work ...................... 29
11.01 Notice of Defects ........................................................................................................................ 29
11.02 Access to Work ........................................................................................................................... 29
11.03 Tests and Inspections .................................................................................................................. 29
11.04 Uncovering Work ....................................................................................................................... 30
11.05 City May Stop the Work ............................................................................................................. 30
11.06 Correction or Removal of Defective Work ................................................................................ 30
11.07 Correction Period ........................................................................................................................ 30
11.08 City May Correct Defective Work ............................................................................................. 31
Article 12 – Completion .................................................................................................................................. 32
12.01 Contractor’s Warranty of Title ................................................................................................... 32
12.02 Partial Utilization ........................................................................................................................ 32
12.03 Final Inspection ........................................................................................................................... 32
12.04 Final Acceptance ......................................................................................................................... 33
Article 13 – Suspension of Work .................................................................................................................... 33
13.01 City May Suspend Work ............................................................................................................ 33
Article 14 – Miscellaneous .............................................................................................................................. 34
14.01 Giving Notice .............................................................................................................................. 34
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
14.02 Computation of Times ................................................................................................................ 34
14.03 Cumulative Remedies ................................................................................................................. 34
14.04 Survival of Obligations ............................................................................................................... 35
14.05 Headings ...................................................................................................................................... 35
00 73 10- 1
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 1 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
ARTICLE 1 – DEFINITIONS AND TERMINOLOGY
1.01 Defined Terms
A. Wherever used in these General Conditions or in other Contract Documents, the terms listed
below have the meanings indicated which are applicable to both the singular and plural thereof,
and words denoting gender shall include the masculine, feminine and neuter. Said terms are
generally capitalized or written in italics, but not always. When used in a context consistent with
the definition of a listed-defined term, the term shall have a meaning as defined below whether
capitalized or italicized or otherwise. In addition to terms specifically defined, terms with initial
capital letters in the Contract Documents include references to identified articles and paragraphs,
and the titles of other documents or forms.
1. Agreement - The written instrument which is evidence of the agreement between Developer
and Contractor covering the Work
2. Asbestos—Any material that contains more than one percent asbestos and is friable or is
releasing asbestos fibers into the air above current action levels established by the United
States Occupational Safety and Health Administration.
3. Business Day – A business day is defined as a day that the City conducts normal business,
generally Monday through Friday, except for federal or state holidays observed by the City.
4. Buzzsaw – City’s on-line, electronic document management and collaboration system.
5. Calendar Day – A day consisting of 24 hours measured from midnight to the next midnight.
6. City— The City of Fort Worth, Texas, a Texas home-rule municipal corporation, acting by,
its governing body through its City Manager, his designee, or agents authorized pursuant to
its duly authorized charter on his behalf.
7. Community Facilities Agreement (CFA) -–A Contract between the Developer and the City
for the Construction of one or more following public facilities within the City public right-of-
way or easement: Water, Sanitary Sewer, Street, Storm Drain, Street Light, and Street Signs.
A CFA may include private facilities within the right-of-way dedicated as private right-of-
way or easement on a recorded plat.
8. Contract—The entire and integrated written document incorporating the Contract
Documents between the Developer, Contractor, and/or City concerning the Work. The
Contract supersedes prior negotiations, representations, or agreements, whether written or
oral.
9. Contract Documents—Those items that make up the contract and which must include the
Agreement, and it’s attachments such as standard construction specifications, standard City
Conditions, other general conditions of the Developer, including:
a. An Agreement
00 73 10- 2
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 2 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
b. Attachments to the Agreement
i. Bid Form
ii. Vendor Compliance with State Law Non-Resident Bidder
iii. Prequalification Statement
c. Current Prevailing Wage Rates Table (if required by City)
d. Insurance Accord Form
e. Payment Bond
f. Performance Bond
g. Maintenance Bond
h. Power of Attorney for Bonds
i. Workers Compensation Affidavit
j. MWBE Commitment Form( If required by City)
k. General Conditions
l. Supplementary Conditions
m. The Standard City Conditions
n. Specifications specifically made part of the Contract Documents by attachment, if
not attached, as incorporated by reference and described in the Table of Contents of
the Project’s Contract Documents
o. Drawings
p. Documentation submitted by contractor prior to Notice of Award.
q. The following which may be delivered or issued after the effective date if the
Agreement and, if issued become an incorporated part of the Contract Documents
i. Notice to Proceed
ii. Field Orders
iii. Change Orders
iv. Letters of Final Acceptance
r. Approved Submittals, other Contractor submittals, and the reports and drawings of
subsurface and physical conditions are not Contract Documents.
10. Contractor—The individual or entity with whom Developer has entered into the Agreement.
11. Day or day – A day, unless otherwise defined, shall mean a Calendar Day.
12. Developer – An individual or entity that desires to make certain improvements within the
City of Fort Worth
13. Drawings—That part of the Contract Documents prepared or approved by Engineer which
graphically shows the scope, extent, and character of the Work to be performed by
Contractor. Submittals are not Drawings as so defined.
14. Engineer—The licensed professional engineer or engineering firm registered in the State of
Texas performing professional services for the Developer.
15. Final Acceptance – The written notice given by the City to the Developer and/or Contractor
that the Work specified in the Contract Documents has been completed to the satisfaction of
the City.
00 73 10- 3
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 3 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
16. Final Inspection – Inspection carried out by the City to verify that the Contractor has
completed the Work, and each and every part or appurtenance thereof, fully, entirely, and in
conformance with the Contract Documents.
17. General Requirements—A part of the Contract Documents between the Developer and a
Contractor.
18. Laws and Regulations—Any and all applicable laws, rules, regulations, ordinances, codes,
and orders of any and all governmental bodies, agencies, authorities, and courts having
jurisdiction.
19. Liens—Charges, security interests, or encumbrances upon Project funds, real property, or
personal property.
20. Milestone—A principal event specified in the Contract Documents relating to an
intermediate Contract Time prior to Final Acceptance of the Work.
21. Non-Participating Change Order—A document, which is prepared for and reviewed by the
City, which is signed by Contractor, and Developer, and authorizes an addition, deletion, or
revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on
or after the Effective Date of the Agreement.
22. Participating Change Order—A document, which is prepared for and approved by the City,
which is signed by Contractor, Developer, and City and authorizes an addition, deletion, or
revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on
or after the Effective Date of the Agreement.
23. Plans – See definition of Drawings.
24. Project Schedule—A schedule, prepared and maintained by Contractor, in accordance with
the General Requirements, describing the sequence and duration of the activities comprising
the Contractor’s plan to accomplish the Work within the Contract Time.
25. Project—The Work to be performed under the Contract Documents.
26. Project Representative—The authorized representative of the City who will be assigned to
the Site.
27. Public Meeting – An announced meeting conducted by the Developer to facilitate public
participation and to assist the public in gaining an informed view of the Project.
28. Regular Working Hours – Hours beginning at 7:00 a.m. and ending at 6:00 p.m., Monday
thru Friday (excluding legal holidays).
29. Samples—Physical examples of materials, equipment, or workmanship that are
representative of some portion of the Work and which establish the standards by which such
portion of the Work will be judged.
00 73 10- 4
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 4 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
30. Schedule of Submittals—A schedule, prepared and maintained by Contractor, of required
submittals and the time requirements to support scheduled performance of related
construction activities.
31. Site—Lands or areas indicated in the Contract Documents as being furnished by City or
Developer upon which the Work is to be performed, including rights-of-way, permits, and
easements for access thereto, and such other lands furnished by City or Developer which are
designated for the use of Contractor.
32. Specifications—That part of the Contract Documents consisting of written requirements for
materials, equipment, systems, standards and workmanship as applied to the Work, and
certain administrative requirements and procedural matters applicable thereto.
Specifications may be specifically made a part of the Contract Documents by attachment or,
if not attached, may be incorporated by reference as indicated in the Table of Contents
(Division 00 00 00) of each Project.
33. Standard City Conditions – That part of the Contract Documents setting forth requirements
of the City.
34. Subcontractor—An individual or entity having a direct contract with Contractor or with any
other Subcontractor for the performance of a part of the Work at the Site.
35. Submittals—All drawings, diagrams, illustrations, schedules, and other data or information
which are specifically prepared or assembled by or for Contractor and submitted by
Contractor to illustrate some portion of the Work.
36. Superintendent – The representative of the Contractor who is available at all times and able
to receive instructions from the City and/or Developer and to act for the Contractor.
37. Supplementary Conditions—That part of the Contract Documents which amends or
supplements the General Conditions.
38. Supplier—A manufacturer, fabricator, supplier, distributor, materialman, or vendor having
a direct contract with Contractor or with any Subcontractor to furnish materials or
equipment to be incorporated in the Work by Contractor or Subcontractor.
39. Underground Facilities—All underground pipelines, conduits, ducts, cables, wires,
manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any
encasements containing such facilities, including but not limited to, those that convey
electricity, gases, steam, liquid petroleum products, telephone or other communications,
cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or
other control systems.
40. Weekend Working Hours – Hours beginning at 9:00 a.m. and ending at 5:00 p.m., Saturday,
Sunday or legal holiday, as approved in advance by the City.
00 73 10- 5
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 5 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
41. Work—The entire construction or the various separately identifiable parts thereof required
to be provided under the Contract Documents. Work includes and is the result of performing
or providing all labor, services, and documentation necessary to produce such construction
including any Participating Change Order, Non-Participating Change Order, or Field
Order, and furnishing, installing, and incorporating all materials and equipment into such
construction, all as required by the Contract Documents.
42. Working Day – A working day is defined as a day, not including Saturdays, Sundays, or
legal holidays authorized by the City for contract purposes, in which weather or other
conditions not under the control of the Contractor will permit the performance of the
principal unit of work underway for a continuous period of not less than 7 hours between 7
a.m. and 6 p.m.
1.02 Terminology
A. The words and terms discussed in Paragraph 1.02.B through D are not defined but, when used in
the Bidding Requirements or Contract Documents, have the indicated meaning.
B. Defective:
1. The word “defective,” when modifying the word “Work,” refers to Work that is
unsatisfactory, faulty, or deficient in that it:
a. does not conform to the Contract Documents; or
b. does not meet the requirements of any applicable inspection, reference standard, test, or
approval referred to in the Contract Documents; or
c. has been damaged prior to City’s written acceptance.
C. Furnish, Install, Perform, Provide:
1. The word “Furnish” or the word “Install” or the word “Perform” or the word “Provide” or
the word “Supply,” or any combination or similar directive or usage thereof, shall mean
furnishing and incorporating in the Work including all necessary labor, materials, equipment,
and everything necessary to perform the Work indicated, unless specifically limited in the
context used.
D. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known
technical or construction industry or trade meaning are used in the Contract Documents in
accordance with such recognized meaning.
00 73 10- 6
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 6 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
ARTICLE 2 – PRELIMINARY MATTERS
2.01 Before Starting Construction
Baseline Schedules: Submit to City in accordance with the Contract Documents, and prior to starting
the Work. New schedules will be submitted to City when Participating Change Orders or Non-
Participating Change Orders occur.
2.02 Preconstruction Conference
Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as
specified in the Contract Documents.
2.03 Public Meeting
Contractor may not mobilize any equipment, materials or resources to the Site prior to Contractor
attending the Public Meeting as scheduled by the City.
ARTICLE 3 – CONTRACT DOCUMENTS AND AMENDING
3.01 Reference Standards
A. Standards, Specifications, Codes, Laws, and Regulations
1. Reference to standards, specifications, manuals, or codes of any technical society,
organization, or association, or to Laws or Regulations, whether such reference be specific or
by implication, shall mean the standard, specification, manual, code, or Laws or Regulations
in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there
were no Bids), except as may be otherwise specifically stated in the Contract Documents.
2. No provision or instruction shall be effective to assign to City, or any of its officers,
directors, members, partners, employees, agents, consultants, or subcontractors, any duty or
authority to supervise or direct the performance of the Work or any duty or authority to
undertake responsibility inconsistent with the provisions of the Contract Documents.
3.02 Amending and Supplementing Contract Documents
A. The Contract Documents may be amended to provide for additions, deletions, and revisions in
the Work or to modify the terms and conditions thereof by a Participating Change Order or a
Non-Participating Change Order.
B. The requirements of the Contract Documents may be supplemented, and minor variations and
deviations in the Work not involving a change in Contract Price or Contract Time, may be
authorized, by one or more of the following ways:
1. A Field Order;
00 73 10- 7
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 7 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
1. City’s or Engineer’s review of a Submittal (subject to the provisions of Paragraph 5.16.C); or
2. City’s written interpretation or clarification.
ARTICLE 4 – BONDS AND INSURANCE
4.01 Licensed Sureties and Insurers
All bonds and insurance required by the Contract Documents to be purchased and maintained by
Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized
in the State of Texas to issue bonds or insurance policies for the limits and coverage so required.
Such surety and insurance companies shall also meet such additional requirements and qualifications
as may be provided Section 4.04.
4.02 Performance, Payment, and Maintenance Bonds
A. Contractor shall furnish performance and payment bonds in the name of Developer and City, in
accordance with Texas Government Code Chapter 2253 or successor statute, each in an amount
equal to the Contract Price as security for the faithful performance and payment of all of
Contractor’s obligations under the Contract Documents.
B. Contractor shall furnish maintenance bonds in the name of Developer and City in an amount
equal to the Contract Price as security to protect the City against any defects in any portion of the
Work described in the Contract Documents. Maintenance bonds shall remain in effect for two
(2) years after the date of Final Acceptance by the City.
C. All bonds shall be in the form prescribed by the Contract Documents except as provided
otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the list
of “Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and
as Acceptable Reinsuring Companies” as published in Circular 570 (amended) by the Financial
Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed
by an agent or attorney-in-fact must be accompanied by a sealed and dated power of attorney
which shall show that it is effective on the date the agent or attorney-in-fact signed each bond.
D. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or
its right to do business is terminated in the State of Texas or it ceases to meet the requirements of
Paragraph 4.02.C, Contractor shall promptly notify City and shall, within 30 days after the event
giving rise to such notification, provide another bond and surety, both of which shall comply
with the requirements of Paragraphs 4.01 and 4.02.C.
4.03 Certificates of Insurance
Contractor shall deliver to Developer and City, with copies to each additional insured and loss payee
identified in these Standard City Conditions certificates of insurance (and other evidence of
insurance requested by City or any other additional insured) which Contractor is required to
purchase and maintain.
00 73 10- 8
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 8 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
1. The certificate of insurance shall document the City, an as “Additional Insured” on all
liability policies.
2. The Contractor’s general liability insurance shall include a, “per project” or “per location”,
endorsement, which shall be identified in the certificate of insurance provided to the City.
3. The certificate shall be signed by an agent authorized to bind coverage on behalf of the
insured, be complete in its entirety, and show complete insurance carrier names as listed in
the current A.M. Best Property & Casualty Guide
4. The insurers for all policies must be licensed and/or approved to do business in the State of
Texas. Except for workers’ compensation, all insurers must have a minimum rating of A-:
VII in the current A. M. Best Key Rating Guide or have reasonably equivalent financial
strength and solvency to the satisfaction of Risk Management. If the rating is below that
required, written approval of City is required.
5. All applicable policies shall include a Waiver of Subrogation (Rights of Recovery) in favor
of the City. In addition, the Contractor agrees to waive all rights of subrogation against the
Engineer (if applicable), and each additional insured identified in these Standard City
Conditions. Failure of the City to demand such certificates or other evidence of full
compliance with the insurance requirements or failure of the City to identify a deficiency
from evidence that is provided shall not be construed as a waiver of Contractor’s obligation
to maintain such lines of insurance coverage.
6. If insurance policies are not written for specified coverage limits, an Umbrella or Excess
Liability insurance for any differences is required. Excess Liability shall follow form of the
primary coverage.
7. Unless otherwise stated, all required insurance shall be written on the “occurrence basis”. If
coverage is underwritten on a claims-made basis, the retroactive date shall be coincident with
or prior to the date of the effective date of the agreement and the certificate of insurance shall
state that the coverage is claims-made and the retroactive date. The insurance coverage shall
be maintained for the duration of the Contract and for three (3) years following Final
Acceptance provided under the Contract Documents or for the warranty period, whichever is
longer. An annual certificate of insurance submitted to the City shall evidence such
insurance coverage.
8. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the
required lines of coverage, nor decrease the limits of said coverage unless such endorsements
are approved in writing by the City. In the event a Contract has been bid or executed and the
exclusions are determined to be unacceptable or the City desires additional insurance
coverage, and the City desires the contractor/engineer to obtain such coverage, the contract
price shall be adjusted by the cost of the premium for such additional coverage plus 10%.
9. Any self-insured retention (SIR), in excess of $25,000.00, affecting required insurance
coverage shall be approved by the City in regards to asset value and stockholders' equity. In
00 73 10- 9
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 9 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
lieu of traditional insurance, alternative coverage maintained through insurance pools or risk
retention groups, must also be approved by City.
10. Any deductible in excess of $5,000.00, for any policy that does not provide coverage on a
first-dollar basis, must be acceptable to and approved by the City.
11. City, at its sole discretion, reserves the right to review the insurance requirements and to
make reasonable adjustments to insurance coverage’s and their limits when deemed
necessary and prudent by the City based upon changes in statutory law, court decision or the
claims history of the industry as well as of the contracting party to the City. The City shall
be required to provide prior notice of 90 days, and the insurance adjustments shall be
incorporated into the Work by Change Order.
12. City shall be entitled, upon written request and without expense, to receive copies of policies
and endorsements thereto and may make any reasonable requests for deletion or revision or
modifications of particular policy terms, conditions, limitations, or exclusions necessary to
conform the policy and endorsements to the requirements of the Contract. Deletions,
revisions, or modifications shall not be required where policy provisions are established by
law or regulations binding upon either party or the underwriter on any such policies.
13. City shall not be responsible for the direct payment of insurance premium costs for
Contractor’s insurance.
4.04 Contractor’s Insurance
A. Workers Compensation and Employers’ Liability. Contractor shall purchase and maintain such
insurance coverage with limits consistent with statutory benefits outlined in the Texas Workers’
Compensation Act (Texas Labor Code, Ch. 406, as amended), and minimum limits for
Employers’ Liability as is appropriate for the Work being performed and as will provide
protection from claims set forth below which may arise out of or result from Contractor’s
performance of the Work and Contractor’s other obligations under the Contract Documents,
whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly
or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts
any of them may be liable:
1. claims under workers’ compensation, disability benefits, and other similar employee benefit
acts;
2. claims for damages because of bodily injury, occupational sickness or disease, or death of
Contractor’s employees.
3. The limits of liability for the insurance shall provide the following coverages for not less
than the following amounts or greater where required by Laws and Regulations
a. Statutory limits
b. Employer's liability
00 73 10- 10
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 10 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
1) $100,000 each accident/occurrence
2) $100,000 Disease - each employee
3) $500,000 Disease - policy limit
B. Commercial General Liability. Coverage shall include but not be limited to covering liability
(bodily injury or property damage) arising from: premises/operations, independent contractors,
products/completed operations, personal injury, and liability under an insured contract. Insurance
shall be provided on an occurrence basis, and as comprehensive as the current Insurance
Services Office (ISO) policy. This insurance shall apply as primary insurance with respect to
any other insurance or self-insurance programs afforded to the City. The Commercial General
Liability policy, shall have no exclusions by endorsements that would alter of nullify
premises/operations, products/completed operations, contractual, personal injury, or advertising
injury, which are normally contained with the policy, unless the City approves such exclusions
in writing.
1. For construction projects that present a substantial completed operation exposure, the City
may require the contractor to maintain completed operations coverage for a minimum of no
less than three (3) years following the completion of the project
2. Contractor's Liability Insurance under this Section which shall be on a per project basis
covering the Contractor with minimum limits of:
a. $1,000,000 each occurrence
b. $2,000,000 aggregate limit
3. The policy must have an endorsement (Amendment – Aggregate Limits of Insurance)
making the General Aggregate Limits apply separately to each job site.
4. The Commercial General Liability Insurance policies shall provide “X”, “C”, and “U”
coverage’s. Verification of such coverage must be shown in the Remarks Article of the
Certificate of Insurance.
C. Automobile Liability. A commercial business auto policy shall provide coverage on “any auto”,
defined as autos owned, hired and non-owned and provide indemnity for claims for damages
because bodily injury or death of any person and or property damage arising out of the work,
maintenance or use of any motor vehicle by the Contractor, any Subcontractor or Supplier, or by
anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone
for whose acts any of them may be liable.
1. Automobile Liability, Contractor’s Liability Insurance under this Section, which shall be in
an amount not less than the following amounts:
a. Automobile Liability - a commercial business policy shall provide coverage on "Any
Auto", defined as autos owned, hired and non-owned.
00 73 10- 11
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 11 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
1) $1,000,000 each accident on a combined single limit basis. Split limits are
acceptable if limits are at least:
2) $250,000 Bodily Injury per person
3) $500,000 Bodily Injury per accident /
4) $100,000 Property Damage
D. Railroad Protective Liability. If any of the work or any warranty work is within the limits of
railroad right-of-way, the Contractor shall comply with the following requirements:
1. The Contractor’s construction activities will require its employees, agents, subcontractors,
equipment, and material deliveries to cross railroad properties and tracks owned and
operated by: ____________________________________________________________
Write the name of the railroad company. (If none, then write none)
2. The Contractor shall conduct its operations on railroad properties in such a manner as not to
interfere with, hinder, or obstruct the railroad company in any manner whatsoever in the use
or operation of its/their trains or other property. Such operations on railroad properties may
require that Contractor to execute a “Right of Entry Agreement” with the particular railroad
company or companies involved, and to this end the Contractor should satisfy itself as to the
requirements of each railroad company and be prepared to execute the right-of-entry (if any)
required by a railroad company. The requirements specified herein likewise relate to the
Contractor’s use of private and/or construction access roads crossing said railroad company’s
properties.
3. The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions
shall provide coverage for not less than the following amounts, issued by companies
satisfactory to the City and to the Railroad Company for a term that continues for so long as
the Contractor’s operations and work cross, occupy, or touch railroad property:
a. General Aggregate: _____________________________________
Enter limits provided by Railroad Company (If none, write none)
b. Each Occurrence: : _____________________________________
Enter limits provided by Railroad Company (If none, write none)
4. With respect to the above outlined insurance requirements, the following shall govern:
a. Where a single railroad company is involved, the Contractor shall provide one insurance
policy in the name of the railroad company. However, if more than one grade separation
or at-grade crossing is affected by the Project at entirely separate locations on the line or
lines of the same railroad company, separate coverage may be required, each in the
amount stated above.
b. Where more than one railroad company is operating on the same right-of-way or where
several railroad companies are involved and operated on their own separate rights-of-
None
None
None
00 73 10- 12
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 12 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
way, the Contractor may be required to provide separate insurance policies in the name
of each railroad company.
c. If, in addition to a grade separation or an at-grade crossing, other work or activity is
proposed on a railroad company’s right-of-way at a location entirely separate from the
grade separation or at-grade crossing, insurance coverage for this work must be included
in the policy covering the grade separation.
d. If no grade separation is involved but other work is proposed on a railroad company’s
right-of-way, all such other work may be covered in a single policy for that railroad, even
though the work may be at two or more separate locations.
5. No work or activities on a railroad company’s property to be performed by the Contractor
shall be commenced until the Contractor has furnished the City with an original policy or
policies of the insurance for each railroad company named, as required above. All such
insurance must be approved by the City and each affected Railroad Company prior to the
Contractor’s beginning work.
6. The insurance specified above must be carried until all Work to be performed on the railroad
right-of-way has been completed and the grade crossing, if any, is no longer used by the
Contractor. In addition, insurance must be carried during all maintenance and/or repair work
performed in the railroad right-of-way. Such insurance must name the railroad company as
the insured, together with any tenant or lessee of the railroad company operating over tracks
involved in the Project.
E. Notification of Policy Cancellation: Contractor shall immediately notify City upon cancellation
or other loss of insurance coverage. Contractor shall stop work until replacement insurance has
been procured. There shall be no time credit for days not worked pursuant to this section.
4.05 Acceptance of Bonds and Insurance; Option to Replace
If City has any objection to the coverage afforded by or other provisions of the bonds or insurance
required to be purchased and maintained by the Contractor in accordance with Article 5 on the basis
of non-conformance with the Contract Documents, the Developer and City shall so notify the
Contractor in writing within 10 Business Days after receipt of the certificates (or other evidence
requested). Contractor shall provide to the City such additional information in respect of insurance
provided as the Developer or City may reasonably request. If Contractor does not purchase or
maintain all of the bonds and insurance required by the Contract Documents, the Developer or City
shall notify the Contractor in writing of such failure prior to the start of the Work, or of such failure
to maintain prior to any change in the required coverage.
ARTICLE 5 – CONTRACTOR’S RESPONSIBILITIES
5.01 Supervision and Superintendent
A. Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting
such attention thereto and applying such skills and expertise as may be necessary to perform the
00 73 10- 13
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 13 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
Work in accordance with the Contract Documents. Contractor shall be solely responsible for the
means, methods, techniques, sequences, and procedures of construction.
B. At all times during the progress of the Work, Contractor shall assign a competent, English-
speaking, Superintendent who shall not be replaced without written notice to City. The
Superintendent will be Contractor’s representative at the Site and shall have authority to act on
behalf of Contractor. All communication given to or received from the Superintendent shall be
binding on Contractor.
C. Contractor shall notify the City 24 hours prior to moving areas during the sequence of
construction.
5.02 Labor; Working Hours
A. Contractor shall provide competent, suitably qualified personnel to perform construction as
required by the Contract Documents. Contractor shall at all times maintain good discipline and
order at the Site.
B. Except as otherwise required for the safety or protection of persons or the Work or property at
the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work
at the Site shall be performed during Regular Working Hours. Contractor will not permit the
performance of Work beyond Regular Working Hours or for Weekend Working Hours without
City’s written consent (which will not be unreasonably withheld). Written request (by letter or
electronic communication) to perform Work:
1. for beyond Regular Working Hours request must be made by noon at least two (2) Business
Days prior
2. for Weekend Working Hours request must be made by noon of the preceding Thursday
3. for legal holidays request must be made by noon two Business Days prior to the legal
holiday.
5.03 Services, Materials, and Equipment
A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full
responsibility for all services, materials, equipment, labor, transportation, construction
equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary
facilities, temporary facilities, and all other facilities and incidentals necessary for the
performance, Contractor required testing, start-up, and completion of the Work.
B. All materials and equipment incorporated into the Work shall be as specified or, if not specified,
shall be of good quality and new, except as otherwise provided in the Contract Documents. All
special warranties and guarantees required by the Specifications shall expressly run to the benefit
of City. If required by City, Contractor shall furnish satisfactory evidence (including reports of
required tests) as to the source, kind, and quality of materials and equipment.
00 73 10- 14
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 14 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
C. All materials and equipment to be incorporated into the Work shall be stored, applied, installed,
connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of
the applicable Supplier, except as otherwise may be provided in the Contract Documents.
5.04 Project Schedule
A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.01
and the General Requirements as it may be adjusted from time to time as provided below.
1. Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.01 and
the General Requirements) proposed adjustments in the Project Schedule.
2. Proposed adjustments in the Project Schedule that will change the Contract Time shall be
submitted in accordance with the requirements of Article 9. Adjustments in Contract Time
for projects with City participation shall be made by participating change orders.
5.05 Substitutes and “Or-Equals”
A. Whenever an item of material or equipment is specified or described in the Contract Documents
by using the name of a proprietary item or the name of a particular Supplier, the specification or
description is intended to establish the type, function, appearance, and quality required. Unless
the specification or description contains or is followed by words reading that no like, equivalent,
or “or-equal” item or no substitution is permitted, other items of material or equipment of other
Suppliers may be submitted to City for review under the circumstances described below.
1. “Or-Equal” Items: If in City’s sole discretion an item of material or equipment proposed by
Contractor is functionally equal to that named and sufficiently similar so that no change in
related Work will be required, it may be considered by City as an “or-equal” item, in which
case review and approval of the proposed item may, in City’s sole discretion, be
accomplished without compliance with some or all of the requirements for approval of
proposed substitute items. For the purposes of this Paragraph 5.05.A.1, a proposed item of
material or equipment will be considered functionally equal to an item so named if:
a. City determines that:
1) it is at least equal in materials of construction, quality, durability, appearance,
strength, and design characteristics;
2) it will reliably perform at least equally well the function and achieve the results
imposed by the design concept of the completed Project as a functioning whole; and
3) it has a proven record of performance and availability of responsive service; and
b. Contractor certifies that, if approved and incorporated into the Work:
1) there will be no increase in cost to the City or increase in Contract Time; and
00 73 10- 15
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 15 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
2) it will conform substantially to the detailed requirements of the item named in the
Contract Documents.
2. Substitute Items:
a. If in City’s sole discretion an item of material or equipment proposed by Contractor does
not qualify as an “or-equal” item under Paragraph 5.05.A.1, it may be submitted as a
proposed substitute item.
b. Contractor shall submit sufficient information as provided below to allow City to
determine if the item of material or equipment proposed is essentially equivalent to that
named and an acceptable substitute therefor. Requests for review of proposed substitute
items of material or equipment will not be accepted by City from anyone other than
Contractor.
c. Contractor shall make written application to City for review of a proposed substitute item
of material or equipment that Contractor seeks to furnish or use. The application shall
comply with Section 01 25 00 and:
1) shall certify that the proposed substitute item will:
i. perform adequately the functions and achieve the results called for by the general
design;
ii. be similar in substance to that specified;
iii. be suited to the same use as that specified; and
2) will state:
i. the extent, if any, to which the use of the proposed substitute item will prejudice
Contractor’s achievement of final completion on time;
ii. whether use of the proposed substitute item in the Work will require a change in
any of the Contract Documents (or in the provisions of any other direct contract
with City for other work on the Project) to adapt the design to the proposed
substitute item;
iii. whether incorporation or use of the proposed substitute item in connection with
the Work is subject to payment of any license fee or royalty; and
3) will identify:
i. all variations of the proposed substitute item from that specified;
ii. available engineering, sales, maintenance, repair, and replacement services; and
00 73 10- 16
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 16 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
4) shall contain an itemized estimate of all costs or credits that will result directly or
indirectly from use of such substitute item, including costs of redesign and Damage
Claims of other contractors affected by any resulting change.
B. Substitute Construction Methods or Procedures: If a specific means, method, technique,
sequence, or procedure of construction is expressly required by the Contract Documents,
Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure
of construction approved by City. Contractor shall submit sufficient information to allow City, in
City’s sole discretion, to determine that the substitute proposed is equivalent to that expressly
called for by the Contract Documents. Contractor shall make written application to City for
review in the same manner as those provided in Paragraph 5.05.A.2.
C. City’s Evaluation: City will be allowed a reasonable time within which to evaluate each
proposal or submittal made pursuant to Paragraphs 5.05.A and 5.05.B. City may require
Contractor to furnish additional data about the proposed substitute. City will be the sole judge of
acceptability. No “or-equal” or substitute will be ordered, installed or utilized until City’s review
is complete, which will be evidenced by a Change Order in the case of a substitute and an
accepted Submittal for an “or-equal.” City will advise Contractor in writing of its determination.
D. Special Guarantee: City may require Contractor to furnish at Contractor’s expense a special
performance guarantee, warranty, or other surety with respect to any substitute. Contractor shall
indemnify and hold harmless City and anyone directly or indirectly employed by them from and
against any and all claims, damages, losses and expenses (including attorneys fees) arising out
of the use of substituted materials or equipment.
E. City’s Cost Reimbursement: City will record City’s costs in evaluating a substitute proposed or
submitted by Contractor pursuant to Paragraphs 5.05.A.2 and 5.05.B. Whether or not City
approves a substitute so proposed or submitted by Contractor, Contractor may be required to
reimburse City for evaluating each such proposed substitute. Contractor may also be required to
reimburse City for the charges for making changes in the Contract Documents.
F. Contractor’s Expense: Contractor shall provide all data in support of any proposed substitute or
“or-equal” at Contractor’s expense.
G. Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a substitute
shall be incorporated to the Contract by Participating Change Order.
5.06 Pre-Qualification of Bidders (Prime Contractors and Subcontractors)
A. The Contractor and any subcontractors are required to be prequalified for the work types
requiring pre-qualification
5.07 Concerning Subcontractors, Suppliers, and Others
A. Minority and Women Owned Business Enterprise Compliance:
00 73 10- 17
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 17 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
Required for this Contract.
(Check this box if there is any City Participation)
Not Required for this Contract.
It is City policy to ensure the full and equitable participation by Minority and Women Business
Enterprises (MWBE) in the procurement of goods and services on a contractual basis. If the
Contract Documents provide for a MWBE goal, Contractor is required to comply with the intent
of the City’s MWBE Ordinance (as amended) by the following:
1. Contractor shall, upon request by City, provide complete and accurate information regarding
actual work performed by a MWBE on the Contract and payment therefor.
2. Contractor will not make additions, deletions, or substitutions of accepted MWBE without
written consent of the City. Any unjustified change or deletion shall be a material breach of
Contract and may result in debarment in accordance with the procedures outlined in the
Ordinance.
3. Contractor shall, upon request by City, allow an audit and/or examination of any books,
records, or files in the possession of the Contractor that will substantiate the actual work
performed by an MWBE. Material misrepresentation of any nature will be grounds for
termination of the Contract. Any such misrepresentation may be grounds for disqualification
of Contractor to bid on future contracts with the City for a period of not less than three years.
B. Contractor shall be fully responsible to City for all acts and omissions of the Subcontractors,
Suppliers, and other individuals or entities performing or furnishing any of the Work just as
Contractor is responsible for Contractor’s own acts and omissions. Nothing in the Contract
Documents:
1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity
any contractual relationship between City and any such Subcontractor, Supplier or other
individual or entity; nor
2. shall create any obligation on the part of City to pay or to see to the payment of any moneys
due any such Subcontractor, Supplier, or other individual or entity except as may otherwise
be required by Laws and Regulations.
C. Contractor shall be solely responsible for scheduling and coordinating the Work of
Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the
Work under a direct or indirect contract with Contractor.
D. All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing
any of the Work shall communicate with City through Contractor.
E. All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an
appropriate agreement between Contractor and the Subcontractor or Supplier which specifically
binds the Subcontractor or Supplier to the applicable terms and conditions of these Contract
x
00 73 10- 18
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 18 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
Documents, Contractor shall provide City contract numbers and reference numbers to the
Subcontractors and/or Suppliers.
5.08 Wage Rates
Required for this Contract.
Not Required for this Contract.
A. Duty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of
Chapter 2258, Texas Government Code (as amended), including the payment of not less than the
rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in
accordance with Chapter 2258. Such prevailing wage rates are included in these Contract
Documents.
B. Penalty for Violation. A Contractor or any Subcontractor who does not pay the prevailing wage
shall, upon demand made by the City, pay to the City $60 for each worker employed for each
calendar day or part of the day that the worker is paid less than the prevailing wage rates
stipulated in these contract documents. This penalty shall be retained by the City to offset its
administrative costs, pursuant to Texas Government Code 2258.023.
C. Complaints of Violations and City Determination of Good Cause. On receipt of information,
including a complaint by a worker, concerning an alleged violation of 2258.023, Texas
Government Code, by a Contractor or Subcontractor, the City shall make an initial
determination, before the 31st day after the date the City receives the information, as to whether
good cause exists to believe that the violation occurred. The City shall notify in writing the
Contractor or Subcontractor and any affected worker of its initial determination. Upon the
City’s determination that there is good cause to believe the Contractor or Subcontractor has
violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or
claimants as the difference between wages paid and wages due under the prevailing wage rates,
such amounts being subtracted from successive progress payments pending a final determination
of the violation.
D. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of
Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected
worker, shall be submitted to binding arbitration in accordance with the Texas General
Arbitration Act (Article 224 et seq., Revised Statutes) if the Contractor or Subcontractor and any
affected worker does not resolve the issue by agreement before the 15th day after the date the
City makes its initial determination pursuant to Paragraph C above. If the persons required to
arbitrate under this section do not agree on an arbitrator before the 11th day after the date that
arbitration is required, a district court shall appoint an arbitrator on the petition of any of the
persons. The City is not a party in the arbitration. The decision and award of the arbitrator is
final and binding on all parties and may be enforced in any court of competent jurisdiction.
E. Records to be Maintained. The Contractor and each Subcontractor shall, for a period of three (3)
years following the date of acceptance of the work, maintain records that show (i) the name and
x
00 73 10- 19
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 19 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
occupation of each worker employed by the Contractor in the construction of the Work provided
for in this Contract; and (ii) the actual per diem wages paid to each worker. The records shall be
open at all reasonable hours for inspection by the City. The provisions of Paragraph 6.23, Right
to Audit, shall pertain to this inspection.
F. Progress Payments. With each progress payment or payroll period, whichever is less, the
Contractor shall submit an affidavit stating that the Contractor has complied with the
requirements of Chapter 2258, Texas Government Code.
G. Posting of Wage Rates. The Contractor shall post prevailing wage rates in a conspicuous place at
all times.
H. Subcontractor Compliance. The Contractor shall include in its subcontracts and/or shall
otherwise require all of its Subcontractors to comply with Paragraphs A through G above.
5.09 Patent Fees and Royalties
A. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold
harmless City, from and against all claims, costs, losses, and damages (including but not limited
to all fees and charges of engineers, architects, attorneys, and other professionals and all court
or arbitration or other dispute resolution costs) arising out of or relating to any infringement of
patent rights or copyrights incident to the use in the performance of the Work or resulting from
the incorporation in the Work of any invention, design, process, product, or device not specified
in the Contract Documents.
5.10 Laws and Regulations
A. Contractor shall give all notices required by and shall comply with all Laws and Regulations
applicable to the performance of the Work. Except where otherwise expressly required by
applicable Laws and Regulations, the City shall not be responsible for monitoring Contractor’s
compliance with any Laws or Regulations.
B. If Contractor performs any Work knowing or having reason to know that it is contrary to Laws
or Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not
limited to all fees and charges of engineers, architects, attorneys, and other professionals and all
court or arbitration or other dispute resolution costs) arising out of or relating to such Work.
However, it shall not be Contractor’s responsibility to make certain that the Specifications and
Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of
Contractor’s obligations under Paragraph 3.01.
5.11 Use of Site and Other Areas
A. Limitation on Use of Site and Other Areas:
1. Contractor shall confine construction equipment, the storage of materials and equipment, and
the operations of workers to the Site and other areas permitted by Laws and Regulations, and
shall not unreasonably encumber the Site and other areas with construction equipment or
00 73 10- 20
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 20 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
other materials or equipment. Contractor shall assume full responsibility for any damage to
any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas
resulting from the performance of the Work.
2. At any time when, in the judgment of the City, the Contractor has obstructed or closed or is
carrying on operations in a portion of a street, right-of-way, or easement greater than is
necessary for proper execution of the Work, the City may require the Contractor to finish the
section on which operations are in progress before work is commenced on any additional
area of the Site.
3. Should any Damage Claim be made by any such owner or occupant because of the
performance of the Work, Contractor shall promptly attempt to resolve the Damage Claim.
4. Pursuant to Paragraph 5.18, Contractor shall indemnify and hold harmless City, from and
against all claims, costs, losses, and damages arising out of or relating to any claim or
action, legal or equitable, brought by any such owner or occupant against City.
B. Removal of Debris During Performance of the Work: During the progress of the Work
Contractor shall keep the Site and other areas free from accumulations of waste materials,
rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other
debris shall conform to applicable Laws and Regulations.
C. Site Maintenance Cleaning: 24 hours after written notice is given to the Contractor that the
clean-up on the job site is proceeding in a manner unsatisfactory to the City or Developer, if the
Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as
the City deems appropriate to correct the clean-up deficiencies cited to the Contractor in the
written notice (by letter or electronic communication), and shall be entitled to recover its cost in
doing so. The City may withhold Final Acceptance until clean-up is complete and cost are
recovered.
D. Final Site Cleaning: Prior to Final Acceptance of the Work Contractor shall clean the Site and
the Work and make it ready for utilization by City or adjacent property owner. At the completion
of the Work Contractor shall remove from the Site all tools, appliances, construction equipment
and machinery, and surplus materials and shall restore to original condition or better all property
disturbed by the Work.
E. Loading Structures: Contractor shall not load nor permit any part of any structure to be loaded
in any manner that will endanger the structure, nor shall Contractor subject any part of the Work
or adjacent property to stresses or pressures that will endanger it.
5.12 Record Documents
A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor
and approved by the City, one (1) record copy of all Drawings, Specifications, Addenda, Change
Orders, Field Orders, and written interpretations and clarifications in good order and annotated
to show changes made during construction. These record documents together with all approved
00 73 10- 21
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 21 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
Samples and a counterpart of all accepted Submittals will be available to City for reference.
Upon completion of the Work, these record documents, any operation and maintenance manuals,
and Submittals will be delivered to City prior to Final Inspection. Contractor shall include
accurate locations for buried and imbedded items.
5.13 Safety and Protection
A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety
precautions and programs in connection with the Work. Such responsibility does not relieve
Subcontractors of their responsibility for the safety of persons or property in the performance of
their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall
take all necessary precautions for the safety of, and shall provide the necessary protection to
prevent damage, injury or loss to:
1. all persons on the Site or who may be affected by the Work;
2. all the Work and materials and equipment to be incorporated therein, whether in storage on
or off the Site; and
3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks,
pavements, roadways, structures, utilities, and Underground Facilities not designated for
removal, relocation, or replacement in the course of construction.
B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of
persons or property, or to the protection of persons or property from damage, injury, or loss; and
shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall
notify owners of adjacent property and of Underground Facilities and other utility owners when
prosecution of the Work may affect them, and shall cooperate with them in the protection,
removal, relocation, and replacement of their property.
C. Contractor shall comply with the applicable requirements of City’s safety programs, if any.
D. Contractor shall inform City of the specific requirements of Contractor’s safety program, if any,
with which City’s employees and representatives must comply while at the Site.
E. All damage, injury, or loss to any property referred to in Paragraph 5.13.A.2 or 5.13.A.3 caused,
directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any
other individual or entity directly or indirectly employed by any of them to perform any of the
Work, or anyone for whose acts any of them may be liable, shall be remedied by Contractor.
F. Contractor’s duties and responsibilities for safety and for protection of the Work shall continue
until such time as all the Work is completed and City has accepted the Work.
5.14 Safety Representative
Contractor shall inform City in writing of Contractor’s designated safety representative at the Site.
00 73 10- 22
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 22 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
5.15 Hazard Communication Programs
Contractor shall be responsible for coordinating any exchange of material safety data sheets or other
hazard communication information required to be made available to or exchanged between or
among employers in accordance with Laws or Regulations.
5.16 Submittals
A. Contractor shall submit required Submittals to City for review and acceptance. Each submittal
will be identified as required by City.
1. Submit number of copies specified in the General Requirements.
2. Data shown on the Submittals will be complete with respect to quantities, dimensions,
specified performance and design criteria, materials, and similar data to show City the
services, materials, and equipment Contractor proposes to provide and to enable City to
review the information for the limited purposes required by Paragraph 5.16.C.
3. Submittals submitted as herein provided by Contractor and reviewed by City for
conformance with the design concept shall be executed in conformity with the Contract
Documents unless otherwise required by City.
4. When Submittals are submitted for the purpose of showing the installation in greater detail,
their review shall not excuse Contractor from requirements shown on the Drawings and
Specifications.
5. For-Information-Only submittals upon which the City is not expected to conduct review or
take responsive action may be so identified in the Contract Documents.
6. Submit required number of Samples specified in the Specifications.
7. Clearly identify each Sample as to material, Supplier, pertinent data such as catalog numbers,
the use for which intended and other data as City may require to enable City to review the
submittal for the limited purposes required by Paragraph 5.16.C.
B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any
related Work performed prior to City’s review and acceptance of the pertinent submittal will be
at the sole expense and responsibility of Contractor.
C. City’s Review:
1. City will provide timely review of required Submittals in accordance with the Schedule of
Submittals acceptable to City. City’s review and acceptance will be only to determine if the
items covered by the submittals will, after installation or incorporation in the Work, conform
to the information given in the Contract Documents and be compatible with the design
concept of the completed Project as a functioning whole as indicated by the Contract
Documents.
00 73 10- 23
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 23 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
2. City’s review and acceptance will not extend to means, methods, techniques, sequences, or
procedures of construction (except where a particular means, method, technique, sequence,
or procedure of construction is specifically and expressly called for by the Contract
Documents) or to safety precautions or programs incident thereto. The review and
acceptance of a separate item as such will not indicate approval of the assembly in which the
item functions.
3. City’s review and acceptance shall not relieve Contractor from responsibility for any
variation from the requirements of the Contract Documents unless Contractor has complied
with the requirements of Section 01 33 00 and City has given written acceptance of each
such variation by specific written notation thereof incorporated in or accompanying the
Submittal. City’s review and acceptance shall not relieve Contractor from responsibility for
complying with the requirements of the Contract Documents.
5.17 Contractor’s General Warranty and Guarantee
A. Contractor warrants and guarantees to City that all Work will be in accordance with the Contract
Documents and will not be defective. City and its officers, directors, members, partners,
employees, agents, consultants, and subcontractors shall be entitled to rely on representation of
Contractor’s warranty and guarantee.
B. Contractor’s warranty and guarantee hereunder excludes defects or damage caused by:
1. abuse, modification, or improper maintenance or operation by persons other than Contractor,
Subcontractors, Suppliers, or any other individual or entity for whom Contractor is
responsible; or
2. normal wear and tear under normal usage.
C. Contractor’s obligation to perform and complete the Work in accordance with the Contract
Documents shall be absolute. None of the following will constitute an acceptance of Work that is
not in accordance with the Contract Documents or a release of Contractor’s obligation to
perform the Work in accordance with the Contract Documents:
1. observations by City;
2. recommendation or payment by City or Developer of any progress or final payment;
3. the issuance of a certificate of Final Acceptance by City or any payment related thereto by
City;
4. use or occupancy of the Work or any part thereof by City;
5. any review and acceptance of a Submittal by City;
6. any inspection, test, or approval by others; or
00 73 10- 24
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 24 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
7. any correction of defective Work by City.
D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to
other work or property resulting therefrom which shall appear within a period of two (2) years
from the date of Final Acceptance of the Work unless a longer period is specified and shall
furnish a good and sufficient maintenance bond, complying with the requirements of Article
4.02.B. The City will give notice of observed defects with reasonable promptness.
5.18 Indemnification
A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the
City, its officers, servants and employees, from and against any and all claims arising out of, or
alleged to arise out of, the work and services to be performed by the Contractor, its officers,
agents, employees, subcontractors, licenses or invitees under this Contract. THIS
INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE
AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME
OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN PART, BY
ANY ACT, OMISSION OR NEGLIGENCE OF THE CITY. This indemnity provision is
intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by
the City in defending against such claims and causes of actions.
B. Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the City, its
officers, servants and employees, from and against any and all loss, damage or destruction of
property of the City, arising out of, or alleged to arise out of, the work and services to be
performed by the Contractor, its officers, agents, employees, subcontractors, licensees or invitees
under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY
INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR
PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE
CAUSED, IN WHOLE OR IN PART, BY ANY ACT, OMISSION OR NEGLIGENCE OF
THE CITY.
5.19 Delegation of Professional Design Services
A. Contractor will not be required to provide professional design services unless such services are
specifically required by the Contract Documents for a portion of the Work or unless such
services are required to carry out Contractor’s responsibilities for construction means, methods,
techniques, sequences and procedures.
B. If professional design services or certifications by a design professional related to systems,
materials or equipment are specifically required of Contractor by the Contract Documents, City
will specify all performance and design criteria that such services must satisfy. Contractor shall
cause such services or certifications to be provided by a properly licensed professional, whose
signature and seal shall appear on all drawings, calculations, specifications, certifications, and
Submittals prepared by such professional. Submittals related to the Work designed or certified
by such professional, if prepared by others, shall bear such professional’s written approval when
submitted to City.
00 73 10- 25
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 25 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the services,
certifications or approvals performed by such design professionals, provided City has specified
to Contractor performance and design criteria that such services must satisfy.
D. Pursuant to this Paragraph 5.19, City’s review and acceptance of design calculations and design
drawings will be only for the limited purpose of checking for conformance with performance
and design criteria given and the design concept expressed in the Contract Documents. City’s
review and acceptance of Submittals (except design calculations and design drawings) will be
only for the purpose stated in Paragraph 5.16.C.
5.20 Right to Audit:
A. The City reserves the right to audit all projects utilizing City funds
B. The Contractor agrees that the City shall, until the expiration of three (3) years after final
payment under this Contract, have access to and the right to examine and photocopy any directly
pertinent books, documents, papers, and records of the Contractor involving transactions relating
to this Contract. Contractor agrees that the City shall have access during Regular Working Hours
to all necessary Contractor facilities and shall be provided adequate and appropriate work space
in order to conduct audits in compliance with the provisions of this Paragraph. The City shall
give Contractor reasonable advance notice of intended audits.
C. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that
the subcontractor agrees that the City shall, until the expiration of three (3) years after final
payment under this Contract, have access to and the right to examine and photocopy any directly
pertinent books, documents, papers, and records of such Subcontractor, involving transactions to
the subcontract, and further, that City shall have access during Regular Working Hours to all
Subcontractor facilities, and shall be provided adequate and appropriate work space in order to
conduct audits in compliance with the provisions of this Paragraph. The City shall give
Subcontractor reasonable advance notice of intended audits.
D. Contractor and Subcontractor agree to photocopy such documents as may be requested by the
City. The City agrees to reimburse Contractor for the cost of the copies as follows at the rate
published in the Texas Administrative Code in effect as of the time copying is performed.
5.21 Nondiscrimination
A. The City is responsible for operating Public Transportation Programs and implementing transit-
related projects, which are funded in part with Federal financial assistance awarded by the U.S.
Department of Transportation and the Federal Transit Administration (FTA), without
discriminating against any person in the United States on the basis of race, color, or national
origin.
B. Title VI, Civil Rights Act of 1964 as amended: Contractor shall comply with the requirements of
the Act and the Regulations as further defined in the Supplementary Conditions for any project
receiving Federal assistance.
00 73 10- 26
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 26 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
ARTICLE 6 – OTHER WORK AT THE SITE
6.01 Related Work at Site
A. City may perform other work related to the Project at the Site with City’s employees, or other
City contractors, or through other direct contracts therefor, or have other work performed by
utility owners. If such other work is not noted in the Contract Documents, then written notice
thereof will be given to Contractor prior to starting any such other work; and
B. Contractor shall afford each other contractor who is a party to such a direct contract, each utility
owner, and City, if City is performing other work with City’s employees or other City
contractors, proper and safe access to the Site, provide a reasonable opportunity for the
introduction and storage of materials and equipment and the execution of such other work, and
properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of
the Work that may be required to properly connect or otherwise make its several parts come
together and properly integrate with such other work. Contractor shall not endanger any work of
others by cutting, excavating, or otherwise altering such work; provided, however, that
Contractor may cut or alter others' work with the written consent of City and the others whose
work will be affected.
C. If the proper execution or results of any part of Contractor’s Work depends upon work
performed by others under this Article 7, Contractor shall inspect such other work and promptly
report to City in writing any delays, defects, or deficiencies in such other work that render it
unavailable or unsuitable for the proper execution and results of Contractor’s Work. Contractor’s
failure to so report will constitute an acceptance of such other work as fit and proper for
integration with Contractor’s Work except for latent defects in the work provided by others.
ARTICLE 7 – CITY’S RESPONSIBILITIES
7.01 Inspections, Tests, and Approvals
City’s responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph
11.03.
7.02 Limitations on City’s Responsibilities
A. The City shall not supervise, direct, or have control or authority over, nor be responsible for,
Contractor’s means, methods, techniques, sequences, or procedures of construction, or the safety
precautions and programs incident thereto, or for any failure of Contractor to comply with Laws
and Regulations applicable to the performance of the Work. City will not be responsible for
Contractor’s failure to perform the Work in accordance with the Contract Documents.
B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 5.13.
00 73 10- 27
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 27 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
7.03 Compliance with Safety Program
While at the Site, City’s employees and representatives shall comply with the specific applicable
requirements of Contractor’s safety programs of which City has been informed pursuant to
Paragraph 5.13.
ARTICLE 8 – CITY’S OBSERVATION STATUS DURING CONSTRUCTION
8.01 City’s Project Representative
City will provide one or more Project Representative(s) during the construction period. The duties
and responsibilities and the limitations of authority of City’s representative during construction are
set forth in the Contract Documents.
A. City’s Project Representative will make visits to the Site at intervals appropriate to the various
stages of construction as City deems necessary in order to observe the progress that has been
made and the quality of the various aspects of Contractor’s executed Work. Based on
information obtained during such visits and observations, City’s Project Representative will
determine, in general, if the Work is proceeding in accordance with the Contract Documents.
City’s Project Representative will not be required to make exhaustive or continuous inspections
on the Site to check the quality or quantity of the Work. City’s Project Representative’s efforts
will be directed toward providing City a greater degree of confidence that the completed Work
will conform generally to the Contract Documents.
B. City’s Project Representative’s visits and observations are subject to all the limitations on
authority and responsibility in the Contract Documents.
8.02 Authorized Variations in Work
City’s Project Representative may authorize minor variations in the Work from the requirements of
the Contract Documents which do not involve an adjustment in the Contract Price or the Contract
Time and are compatible with the design concept of the completed Project as a functioning whole as
indicated by the Contract Documents. These may be accomplished by a Field Order and will be
binding on City Developer, and also on Contractor, who shall perform the Work involved promptly.
8.03 Rejecting Defective Work
City will have authority to reject Work which City’s Project Representative believes to be defective,
or will not produce a completed Project that conforms to the Contract Documents or that will
prejudice the integrity of the design concept of the completed Project as a functioning whole as
indicated by the Contract Documents. City will have authority to conduct special inspection or
testing of the Work as provided in Article 11, whether or not the Work is fabricated, installed, or
completed.
00 73 10- 28
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 28 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
8.04 Determinations for Work Performed
Contractor will determine the actual quantities and classifications of Work performed. City’s Project
Representative will review with Contractor the preliminary determinations on such matters before
rendering a written recommendation. City’s written decision will be final (except as modified to
reflect changed factual conditions or more accurate data).
ARTICLE 9 – CHANGES IN THE WORK
9.01 Authorized Changes in the Work
A. Without invalidating the Contract and without notice to any surety, City may, at any time or
from time to time, order Extra Work. Upon notice of such Extra Work, Contractor shall
promptly proceed with the Work involved which will be performed under the applicable
conditions of the Contract Documents (except as otherwise specifically provided). Extra Work
shall be memorialized by a Participating Change Order which may or may not precede an order
of Extra work.
B. For minor changes of Work not requiring changes to Contract Time or Contract Price on a
project with City participation, a Field Order may be issued by the City.
9.02 Notification to Surety
If the provisions of any bond require notice to be given to a surety of any change affecting the
general scope of the Work or the provisions of the Contract Documents (including, but not limited
to, Contract Price or Contract Time), the giving of any such notice will be Contractor’s
responsibility. The amount of each applicable bond will be adjusted by the Contractor to reflect the
effect of any such change.
ARTICLE 10 – CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME
10.01 Change of Contract Price
A. The Contract Price may only be changed by a Participating Change Order for projects with City
participation.
10.02 Change of Contract Time
A. The Contract Time may only be changed by a Participating Change Order for projects with City
participation.
10.03 Delays
A. If Contractor is delayed, City shall not be liable to Contractor for any claims, costs, losses, or
damages (including but not limited to all fees and charges of engineers, architects, attorneys, and
other professionals and all court or arbitration or other dispute resolution costs) sustained by
Contractor on or in connection with any other project or anticipated project.
00 73 10- 29
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 29 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
ARTICLE 11 – TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF
DEFECTIVE WORK
11.01 Notice of Defects
Notice of all defective Work of which City has actual knowledge will be given to Contractor.
Defective Work may be rejected, corrected, or accepted as provided in this Article 13.
11.02 Access to Work
City, independent testing laboratories, and governmental agencies with jurisdictional interests will
have access to the Site and the Work at reasonable times for their observation, inspection, and
testing. Contractor shall provide them proper and safe conditions for such access and advise them of
Contractor’s safety procedures and programs so that they may comply therewith as applicable.
11.03 Tests and Inspections
A. Contractor shall give City timely notice of readiness of the Work for all required inspections,
tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required
inspections or tests.
B. If Contract Documents, Laws or Regulations of any public body having jurisdiction require any
of the Work (or part thereof) to be inspected, tested, or approved, Contractor shall assume full
responsibility for arranging and obtaining such independent inspections, tests, retests or
approvals, pay all costs in connection therewith, and furnish City the required certificates of
inspection or approval; excepting, however, those fees specifically identified in the
Supplementary Conditions or any Texas Department of Licensure and Regulation (TDLR)
inspections, which shall be paid as described in the Supplementary Conditions.
C. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection
with any inspections, tests, re-tests, or approvals required for City’s acceptance of materials or
equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment
submitted for approval prior to Contractor’s purchase thereof for incorporation in the Work.
Such inspections, tests, re-tests, or approvals shall be performed by organizations approved by
City.
D. City may arrange for the services of an independent testing laboratory (“Testing Lab”) to
perform any inspections or tests (“Testing”) for any part of the Work, as determined solely by
City.
1. City will coordinate such Testing to the extent possible, with Contractor;
2. Should any Testing under this Section 11.03 D result in a “fail”, “did not pass” or other
similar negative result, the Contractor shall be responsible for paying for any and all retests.
Contractor’s cancellation without cause of City initiated Testing shall be deemed a negative
result and require a retest.
00 73 10- 30
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 30 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
3. Any amounts owed for any retest under this Section 11.03 D shall be paid directly to the
Testing Lab by Contractor. City will forward all invoices for retests to
Developer/Contractor.
4. If Contractor fails to pay the Testing Lab, City will not issue a letter of Final Acceptance
until the Testing Lab is Paid
E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by
Contractor without written concurrence of City, Contractor shall, if requested by City, uncover
such Work for observation.
11.04 Uncovering Work
A. If any Work is covered contrary to the Contract Documents or specific instructions by the City, it
must, if requested by City, be uncovered for City’s observation and replaced at Contractor’s
expense.
11.05 City May Stop the Work
If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials
or equipment, or fails to perform the Work in such a way that the completed Work will conform to
the Contract Documents, City may order Contractor to stop the Work, or any portion thereof, until
the cause for such order has been eliminated; however, this right of City to stop the Work shall not
give rise to any duty on the part of City to exercise this right for the benefit of Contractor, any
Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent
of any of them.
11.06 Correction or Removal of Defective Work
A. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to
an acceptable schedule, whether or not fabricated, installed, or completed, or, if the Work has
been rejected by City, remove it from the Project and replace it with Work that is not defective.
Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not
limited to all fees and charges of engineers, architects, attorneys, and other professionals and all
court or arbitration or other dispute resolution costs) arising out of or relating to such correction
or removal (including but not limited to all costs of repair or replacement of work of others).
Failure to require the removal of any defective Work shall not constitute acceptance of such
Work.
B. When correcting defective Work under the terms of this Paragraph 11.06 or Paragraph 11.07,
Contractor shall take no action that would void or otherwise impair City’s special warranty and
guarantee, if any, on said Work.
11.07 Correction Period
A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may
be prescribed by the terms of any applicable special guarantee required by the Contract
00 73 10- 31
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 31 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
Documents), any Work is found to be defective, or if the repair of any damages to the land or
areas made available for Contractor’s use by City or permitted by Laws and Regulations as
contemplated in Paragraph 5.10.A is found to be defective, Contractor shall promptly, without
cost to City and in accordance with City’s written instructions:
1. repair such defective land or areas; or
2. correct such defective Work; or
3. if the defective Work has been rejected by City, remove it from the Project and replace it
with Work that is not defective, and
4. satisfactorily correct or repair or remove and replace any damage to other Work, to the work
of others or other land or areas resulting therefrom.
B. If Contractor does not promptly comply with the terms of City’s written instructions, or in an
emergency where delay would cause serious risk of loss or damage, City may have the defective
Work corrected or repaired or may have the rejected Work removed and replaced. All claims,
costs, losses, and damages (including but not limited to all fees and charges of engineers,
architects, attorneys, and other professionals and all court or other dispute resolution costs)
arising out of or relating to such correction or repair or such removal and replacement (including
but not limited to all costs of repair or replacement of work of others) will be paid by Contractor.
C. Where defective Work (and damage to other Work resulting therefrom) has been corrected or
removed and replaced under this Paragraph 11.07, the correction period hereunder with respect
to such Work may be required to be extended for an additional period of one year after the end
of the initial correction period. City shall provide 30 days written notice to Contractor and
Developer should such additional warranty coverage be required. Contractor’s obligations under
this Paragraph 11.07 are in addition to any other obligation or warranty. The provisions of this
Paragraph 11.07 shall not be construed as a substitute for, or a waiver of, the provisions of any
applicable statute of limitation or repose.
11.08 City May Correct Defective Work
A. If Contractor fails within a reasonable time after written notice from City to correct defective
Work, or to remove and replace rejected Work as required by City in accordance with Paragraph
11.06.A, or if Contractor fails to perform the Work in accordance with the Contract Documents,
or if Contractor fails to comply with any other provision of the Contract Documents, City may,
after seven (7) days written notice to Contractor and the Developer, correct, or remedy any such
deficiency.
B. In exercising the rights and remedies under this Paragraph 11.09, City shall proceed
expeditiously. In connection with such corrective or remedial action, City may exclude
Contractor from all or part of the Site, take possession of all or part of the Work and suspend
Contractor’s services related thereto, and incorporate in the Work all materials and equipment
incorporated in the Work, stored at the Site or for which City has paid Contractor but which are
00 73 10- 32
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 32 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
stored elsewhere. Contractor shall allow City, City’s representatives, agents, consultants,
employees, and City’s other contractors, access to the Site to enable City to exercise the rights
and remedies under this Paragraph.
C. All claims, costs, losses, and damages (including but not limited to all fees and charges of
engineers, architects, attorneys, and other professionals and all court or other dispute resolution
costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph
13.09 will be charged against Contractor, and a Change Order will be issued incorporating the
necessary revisions in the Contract Documents with respect to the Work; and City shall be
entitled to an appropriate decrease in the Contract Price.
D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the
performance of the Work attributable to the exercise of City’s rights and remedies under this
Paragraph 11.09.
ARTICLE 12 – COMPLETION
12.01 Contractor’s Warranty of Title
Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any
Application for Payment will pass to City no later than the time of Final Acceptance and shall be
free and clear of all Liens.
12.02 Partial Utilization
A. Prior to Final Acceptance of all the Work, City may use or occupy any substantially completed
part of the Work which has specifically been identified in the Contract Documents, or which
City, determines constitutes a separately functioning and usable part of the Work that can be
used by City for its intended purpose without significant interference with Contractor’s
performance of the remainder of the Work. City at any time may notify Contractor in writing to
permit City to use or occupy any such part of the Work which City determines to be ready for its
intended use, subject to the following conditions:
1. Contractor at any time may notify City in writing that Contractor considers any such part of
the Work ready for its intended use.
2. Within a reasonable time after notification as enumerated in Paragraph 14.05.A.1, City and
Contractor shall make an inspection of that part of the Work to determine its status of
completion. If City does not consider that part of the Work to be substantially complete, City
will notify Contractor in writing giving the reasons therefor.
3. Partial Utilization will not constitute Final Acceptance by City.
12.03 Final Inspection
A. Upon written notice from Contractor that the entire Work is complete in accordance with the
Contract Documents:
00 73 10- 33
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 33 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
1. within 10 days, City will schedule a Final Inspection with Contractor.
2. City will notify Contractor in writing of all particulars in which this inspection reveals that
the Work is incomplete or defective. Contractor shall immediately take such measures as are
necessary to complete such Work or remedy such deficiencies.
12.04 Final Acceptance
A. Upon completion by Contractor to City’s satisfaction, of any additional Work identified in the
Final Inspection, City will issue to Contractor a letter of Final Acceptance upon the satisfaction
of the following:
1. All documentation called for in the Contract Documents, including but not limited to the
evidence of insurance required by Paragraph 5.03;
2. consent of the surety, if any, to Final Acceptance;
3. a list of all pending or released Damage Claims against City that Contractor believes are
unsettled; and
4. affidavits of payments and complete and legally effective releases or waivers (satisfactory to
City) of all Lien rights arising out of or Liens filed in connection with the Work.
5. after all Damage Claims have been resolved:
a. directly by the Contractor or;
b. Contractor provides evidence that the Damage Claim has been reported to Contractor’s
insurance provider for resolution.
6. Issuing Final Acceptance by the City shall not relieve the Contractor of any guarantees or
other requirements of the Contract Documents which specifically continue thereafter.
ARTICLE 13 – SUSPENSION OF WORK
13.01 City May Suspend Work
A. At any time and without cause, City may suspend the Work or any portion thereof by written
notice to Contractor and which may fix the date on which Work will be resumed. Contractor
shall resume the Work on the date so fixed. During temporary suspension of the Work covered
by these Contract Documents, for any reason, the City will stop contract time on City
participation projects.
B. Should the Contractor not be able to complete a portion of the Project due to causes beyond the
control of and without the fault or negligence of the Contractor, and should it be determined by
mutual consent of the Contractor and City that a solution to allow construction to proceed is not
00 73 10- 34
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 34 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
available within a reasonable period of time, Contractor may request an extension in Contract
Time, directly attributable to any such suspension.
C. If it should become necessary to suspend the Work for an indefinite period, the Contractor shall
store all materials in such a manner that they will not obstruct or impede the public unnecessarily
nor become damaged in any way, and he shall take every precaution to prevent damage or
deterioration of the work performed; he shall provide suitable drainage about the work, and erect
temporary structures where necessary.
ARTICLE 14 – MISCELLANEOUS
14.01 Giving Notice
A. Whenever any provision of the Contract Documents requires the giving of written notice, it will
be deemed to have been validly given if:
1. delivered in person to the individual or to a member of the firm or to an officer of the
corporation for whom it is intended; or
2. delivered at or sent by registered or certified mail, postage prepaid, to the last business
address known to the giver of the notice.
B. Business address changes must be promptly made in writing to the other party.
C. Whenever the Contract Documents specifies giving notice by electronic means such electronic
notice shall be deemed sufficient upon confirmation of receipt by the receiving party.
14.02 Computation of Times
When any period of time is referred to in the Contract Documents by days, it will be computed to
exclude the first and include the last day of such period. If the last day of any such period falls on a
Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last
day of the period.
14.03 Cumulative Remedies
The duties and obligations imposed by these General Conditions and the rights and remedies
available hereunder to the parties hereto are in addition to, and are not to be construed in any way as
a limitation of, any rights and remedies available to any or all of them which are otherwise imposed
or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the
Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically
in the Contract Documents in connection with each particular duty, obligation, right, and remedy to
which they apply.
00 73 10- 35
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 35 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
14.04 Survival of Obligations
All representations, indemnifications, warranties, and guarantees made in, required by, or given in
accordance with the Contract Documents, as well as all continuing obligations indicated in the
Contract Documents, will survive final payment, completion, and acceptance of the Work or
termination or completion of the Contract or termination of the services of Contractor.
14.05 Headings
Article and paragraph headings are inserted for convenience only and do not constitute parts of these
General Conditions.
01 11 00 - 1
DAP SUMMARY OF WORK
Page 1 of 3
CITY OF FORT WORTH Transwestern Westbend Merrimac
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – Developer Awarded Projects CPN: 105950
Revised December 20, 2012
SECTION 01 11 001
SUMMARY OF WORK2
PART 1 -GENERAL3
1.1 SUMMARY4
A.Section Includes:5
1.Summary of Work to be performed in accordance with the Contract Documents6
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 - Bidding Requirements, Contract Forms, and Conditions of the Contract10
2.Division 1 - General Requirements11
1.2 PRICE AND PAYMENT PROCEDURES12
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 Item.15
1.3 REFERENCES [NOT USED]16
1.4 ADMINISTRATIVE REQUIREMENTS17
A.Work Covered by Contract Documents18
1.Work is to include furnishing all labor, materials, and equipment, and performing19
all Work necessary for this construction project as detailed in the Drawings and20
Specifications.21
B.Subsidiary Work22
1.Any and all Work specifically governed by documentary requirements for the23
project, such as conditions imposed by the Drawings or Contract Documents in24
which no specific item for bid has been provided for in the Proposal and the item is25
not a typical unit bid item included on the standard bid item list, then the item shall26
be considered as a subsidiary item of Work, the cost of which shall be included in27
the price bid in the Proposal for various bid items.28
C.Use of Premises29
1.Coordinate uses of premises under direction of the City.30
2.Assume full responsibility for protection and safekeeping of materials and31
equipment stored on the Site.32
3.Use and occupy only portions of the public streets and alleys, or other public places33
or other rights-of-way as provided for in the ordinances of the City, as shown in the34
Contract Documents, or as may be specifically authorized in writing by the City.35
a.A reasonable amount of tools, materials, and equipment for construction36
purposes may be stored in such space, but no more than is necessary to avoid37
delay in the construction operations.38
01 11 00 - 2
DAP SUMMARY OF WORK
Page 2 of 3
CITY OF FORT WORTH Transwestern Westbend Merrimac
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – Developer Awarded Projects CPN: 105950
Revised December 20, 2012
b.Excavated and waste materials shall be stored in such a way as not to interfere1
with the use of spaces that may be designated to be left free and unobstructed2
and so as not to inconvenience occupants of adjacent property.3
c.If the street is occupied by railroad tracks, the Work shall be carried on in such4
manner as not to interfere with the operation of the railroad.5
1)All Work shall be in accordance with railroad requirements set forth in6
Division 0 as well as the railroad permit.7
D.Work within Easements8
1.Do not enter upon private property for any purpose without having previously9
obtained permission from the owner of such property.10
2.Do not store equipment or material on private property unless and until the11
specified approval of the property owner has been secured in writing by the12
Contractor and a copy furnished to the City.13
3.Unless specifically provided otherwise, clear all rights-of-way or easements of14
obstructions which must be removed to make possible proper prosecution of the15
Work as a part of the project construction operations.16
4.Preserve and use every precaution to prevent damage to, all trees, shrubbery, plants,17
lawns, fences, culverts, curbing, and all other types of structures or improvements,18
to all water, sewer, and gas lines, to all conduits, overhead pole lines, or19
appurtenances thereof, including the construction of temporary fences and to all20
other public or private property adjacent to the Work.21
5.Notify the proper representatives of the owners or occupants of the public or private22
lands of interest in lands which might be affected by the Work.23
a.Such notice shall be made at least 48 hours in advance of the beginning of the24
Work.25
b.Notices shall be applicable to both public and private utility companies and any26
corporation, company, individual, or other, either as owners or occupants,27
whose land or interest in land might be affected by the Work.28
c.Be responsible for all damage or injury to property of any character resulting29
from any act, omission, neglect, or misconduct in the manner or method or30
execution of the Work, or at any time due to defective work, material, or31
equipment.32
6.Fence33
a.Restore all fences encountered and removed during construction of the Project34
to the original or a better than original condition.35
b.Erect temporary fencing in place of the fencing removed whenever the Work is36
not in progress and when the site is vacated overnight, and/or at all times to37
provide site security.38
c.The cost for all fence work within easements, including removal, temporary39
closures and replacement, shall be subsidiary to the various items bid in the40
project proposal, unless a bid item is specifically provided in the proposal.41
01 11 00 - 3
DAP SUMMARY OF WORK
Page 3 of 3
CITY OF FORT WORTH Transwestern Westbend Merrimac
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – Developer Awarded Projects CPN: 105950
Revised December 20, 2012
1.5 SUBMITTALS [NOT USED]1
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]2
1.7 CLOSEOUT SUBMITTALS [NOT USED]3
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]4
1.9 QUALITY ASSURANCE [NOT USED]5
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]6
1.11 FIELD [SITE] CONDITIONS [NOT USED]7
1.12 WARRANTY [NOT USED]8
PART 2 -PRODUCTS [NOT USED]9
PART 3 -EXECUTION [NOT USED]10
END OF SECTION11
12
Revision Log
DATE NAME SUMMARY OF CHANGE
13
Transwestern Westbend Merrimac
CPN: 105950
Transwestern Westbend Merrimac
CPN: 105950
Transwestern Westbend Merrimac
CPN: 105950
Transwestern Westbend Merrimac
CPN: 105950
Transwestern Westbend Merrimac
CPN: 105950
Transwestern Westbend Merrimac
CPN: 105950
Transwestern Westbend Merrimac
CPN: 105950
Transwestern Westbend Merrimac
CPN: 105950
Transwestern Westbend Merrimac
CPN: 105950
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.
Transwestern Westbend Merrimac
CPN: 105950
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
Transwestern Westbend Merrimac
CPN: 105950
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
Transwestern Westbend Merrimac
CPN: 105950
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)
Transwestern Westbend Merrimac
CPN: 105950
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
Transwestern Westbend Merrimac
CPN: 105950
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.
Transwestern Westbend Merrimac
CPN: 105950
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]
Transwestern Westbend Merrimac
CPN: 105950
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
Transwestern Westbend Merrimac
CPN: 105950
01 35 13 - 1
SPECIAL PROJECT PROCEDURES
Page 1 of 8
CITY OF FORT WORTH Transwestern Westbend Merrimac
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 105950
Revised March 11, 2022
SECTION 01 35 131
SPECIAL PROJECT PROCEDURES2
PART 1 -GENERAL3
1.1 SUMMARY4
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 Transportation7
b.Work near High Voltage Lines8
c.Confined Space Entry Program9
d.Use of Explosives, Drop Weight, Etc.10
e.Water Department Notification11
f.Public Notification Prior to Beginning Construction12
g.Coordination with United States Army Corps of Engineers13
h.Coordination within Railroad permits areas14
i.Dust Control15
j.Employee Parking16
B.Deviations from this City of Fort Worth Standard Specification17
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 Contract20
2.Division 1 – General Requirements21
3.Section 33 12 25 – Connection to Existing Water Mains22
1.2 PRICE AND PAYMENT PROCEDURES23
A.Measurement and Payment24
1.Coordination within Railroad permit areas25
a.Measurement26
1)Measurement for this Item will be by lump sum.27
b.Payment28
1)The work performed and materials furnished in accordance with this Item29
will be paid for at the lump sum price bid for Railroad Coordination.30
c.The price bid shall include:31
1)Mobilization32
2)Inspection33
3)Safety training34
4)Additional Insurance35
5)Insurance Certificates36
6)Other requirements associated with general coordination with Railroad,37
including additional employees required to protect the right-of-way and38
property of the Railroad from damage arising out of and/or from the39
construction of the Project.40
2.Railroad Flagmen41
a.Measurement42
01 35 13 - 2
SPECIAL PROJECT PROCEDURES
Page 2 of 8
CITY OF FORT WORTH Transwestern Westbend Merrimac
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 105950
Revised March 11, 2022
1)Measurement for this Item will be per working day.1
b.Payment2
1)The work performed and materials furnished in accordance with this Item3
will be paid for each working day that Railroad Flagmen are present at the4
Site.5
c.The price bid shall include:6
1)Coordination for scheduling flagmen7
2)Flagmen8
3)Other requirements associated with Railroad9
3.All other items10
a.Work associated with these Items is considered subsidiary to the various Items11
bid. No separate payment will be allowed for this Item.12
1.3 REFERENCES13
A.Reference Standards14
1.Reference standards cited in this Specification refer to the current reference15
standard published at the time of the latest revision date logged at the end of this16
Specification, unless a date is specifically cited.17
2.Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752.18
High Voltage Overhead Lines.19
1.4 ADMINISTRATIVE REQUIREMENTS20
A.Coordination with the Texas Department of Transportation21
1.When work in the right-of-way which is under the jurisdiction of the Texas22
Department of Transportation (TxDOT):23
a.Notify the Texas Department of Transportation prior to commencing any work24
therein in accordance with the provisions of the permit25
b.All work performed in the TxDOT right-of-way shall be performed in26
compliance with and subject to approval from the Texas Department of27
Transportation28
B.Work near High Voltage Lines29
1.Regulatory Requirements30
a.All Work near High Voltage Lines (more than 600 volts measured between31
conductors or between a conductor and the ground) shall be in accordance with32
Health and Safety Code, Title 9, Subtitle A, Chapter 752.33
2.Warning sign34
a.Provide sign of sufficient size meeting all OSHA requirements.35
3.Equipment operating within 10 feet of high voltage lines will require the following36
safety features37
a.Insulating cage-type of guard about the boom or arm38
b.Insulator links on the lift hook connections for back hoes or dippers39
c.Equipment must meet the safety requirements as set forth by OSHA and the40
safety requirements of the owner of the high voltage lines41
4.Work within 6 feet of high voltage electric lines42
a.Notification shall be given to:43
1)The power company (example: ONCOR)44
01 35 13 - 3
SPECIAL PROJECT PROCEDURES
Page 3 of 8
CITY OF FORT WORTH Transwestern Westbend Merrimac
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 105950
Revised March 11, 2022
a)Maintain an accurate log of all such calls to power company and record1
action taken in each case.2
b.Coordination with power company3
1)After notification coordinate with the power company to:4
a)Erect temporary mechanical barriers, de-energize the lines, or raise or5
lower the lines6
c.No personnel may work within 6 feet of a high voltage line before the above7
requirements have been met.8
C.Confined Space Entry Program9
1.Provide and follow approved Confined Space Entry Program in accordance with10
OSHA requirements.11
2.Confined Spaces include:12
a.Manholes13
b.All other confined spaces in accordance with OSHA’s Permit Required for14
Confined Spaces15
D.TCEQ Air Permit16
1.Obtain TCEQ Air Permit for construction activities per requirements of TCEQ.17
E.Use of Explosives, Drop Weight, Etc.18
1.When Contract Documents permit on the project the following will apply:19
a.Public Notification20
1)Submit notice to City and proof of adequate insurance coverage, 24 hours21
prior to commencing.22
2)Minimum 24 hour public notification in accordance with Section 01 31 1323
F.Water Department Coordination24
1.During the construction of this project, it will be necessary to deactivate, for a25
period of time, existing lines. The Contractor shall be required to coordinate with26
the Water Department to determine the best times for deactivating and activating27
those lines.28
2.Coordinate any event that will require connecting to or the operation of an existing29
City water line system with the City’s representative.30
a.Coordination shall be in accordance with Section 33 12 25.31
b.If needed, obtain a hydrant water meter from the Water Department for use32
during the life of named project.33
c.In the event that a water valve on an existing live system be turned off and on34
to accommodate the construction of the project is required, coordinate this35
activity through the appropriate City representative.36
1)Do not operate water line valves of existing water system.37
a)Failure to comply will render the Contractor in violation of Texas Penal38
Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor39
will be prosecuted to the full extent of the law.40
b)In addition, the Contractor will assume all liabilities and41
responsibilities as a result of these actions.42
G.Public Notification Prior to Beginning Construction43
01 35 13 - 4
SPECIAL PROJECT PROCEDURES
Page 4 of 8
CITY OF FORT WORTH Transwestern Westbend Merrimac
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 105950
Revised March 11, 2022
1.Prior to beginning construction on any block in the project, on a block by block1
basis, prepare and deliver a notice or flyer of the pending construction to the front2
door of each residence or business that will be impacted by construction. The notice3
shall be prepared as follows:4
a.Post notice or flyer and City of Fort Worth Door Hangers, 7 days prior to5
beginning any construction activity on each block in the project area.6
1)Prepare flyer on the Contractor’s letterhead and include the following7
information:8
a)Name of Project9
b)City Project No (CPN)10
c)Scope of Project (i.e. type of construction activity)11
d)Actual construction duration within the block12
e)Name of the contractor’s foreman and phone number13
f)Name of the City’s inspector and phone number14
g)City’s after-hours phone number15
2)A sample of the ‘pre-construction notification’ flyer is attached as Exhibit16
A.17
3)City of Fort Worth Door Hangers will be provided to the Contractor for18
distribution with their notice.19
4)Submit schedule showing the construction start and finish time for each20
block of the project to the inspector.21
5)Deliver flyer to the City Inspector for review prior to distribution.22
b.No construction will be allowed to begin on any block until the flyer and door23
hangers are delivered to all residents of the block.24
H.Public Notification of Temporary Water Service Interruption during Construction25
1.In the event it becomes necessary to temporarily shut down water service to26
residents or businesses during construction, prepare and deliver a notice or flyer of27
the pending interruption to the front door of each affected resident.28
2.Prepared notice as follows:29
a.The notification or flyer shall be posted 24 hours prior to the temporary30
interruption.31
b.Prepare flyer on the contractor’s letterhead and include the following32
information:33
1)Name of the project34
2)City Project Number35
3)Date of the interruption of service36
4)Period the interruption will take place37
5)Name of the contractor’s foreman and phone number38
6)Name of the City’s inspector and phone number39
c.A sample of the temporary water service interruption notification is attached as40
Exhibit B.41
d.Deliver a copy of the temporary interruption notification to the City inspector42
for review prior to being distributed.43
e.No interruption of water service can occur until the flyer has been delivered to44
all affected residents and businesses.45
f.Electronic versions of the sample flyers can be obtained from the Project46
Construction Inspector.47
I.Coordination with United States Army Corps of Engineers (USACE)48
01 35 13 - 5
SPECIAL PROJECT PROCEDURES
Page 5 of 8
CITY OF FORT WORTH Transwestern Westbend Merrimac
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 105950
Revised March 11, 2022
1.At locations in the Project where construction activities occur in areas where1
USACE permits are required, meet all requirements set forth in each designated2
permit.3
J.Coordination within Railroad Permit Areas4
1.At locations in the project where construction activities occur in areas where5
railroad permits are required, meet all requirements set forth in each designated6
railroad permit. This includes, but is not limited to, provisions for:7
a.Flagmen8
b.Inspectors9
c.Safety training10
d.Additional insurance11
e.Insurance certificates12
f.Other employees required to protect the right-of-way and property of the13
Railroad Company from damage arising out of and/or from the construction of14
the project. Proper utility clearance procedures shall be used in accordance15
with the permit guidelines.16
2.Obtain any supplemental information needed to comply with the railroad’s17
requirements.18
3.Railroad Flagmen19
a.Submit receipts to City for verification of working days that railroad flagmen20
were present on Site.21
K.Dust Control22
1.Use acceptable measures to control dust at the Site.23
a.If water is used to control dust, capture and properly dispose of waste water.24
b.If wet saw cutting is performed, capture and properly dispose of slurry.25
L.Employee Parking26
1.Provide parking for employees at locations approved by the City.27
01 35 13 - 6
SPECIAL PROJECT PROCEDURES
Page 6 of 8
CITY OF FORT WORTH Transwestern Westbend Merrimac
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 105950
Revised March 11, 2022
1.5 SUBMITTALS [NOT USED]1
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]2
1.7 CLOSEOUT SUBMITTALS [NOT USED]3
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]4
1.9 QUALITY ASSURANCE [NOT USED]5
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]6
1.11 FIELD [SITE] CONDITIONS [NOT USED]7
1.12 WARRANTY [NOT USED]8
PART 2 -PRODUCTS [NOT USED]9
PART 3 -EXECUTION [NOT USED]10
END OF SECTION11
12
Revision Log
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.
13
01 35 13 - 7
SPECIAL PROJECT PROCEDURES
Page 7 of 8
CITY OF FORT WORTH Transwestern Westbend Merrimac
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 105950
Revised March 11, 2022
EXHIBIT A1
(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 FORT17
WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR18
PROPERTY.19
20
CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE21
OF THIS NOTICE.22
23
IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER24
ISSUE, PLEASE CALL:25
26
27
Mr. <CONTRACTOR’S SUPERINTENDENT > AT <TELEPHONE NO.>28
29
OR30
31
Mr. <CITY INSPECTOR> AT <TELEPHONE NO.>32
33
AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 830634
35
PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL36
37
01 35 13 - 8
SPECIAL PROJECT PROCEDURES
Page 8 of 8
CITY OF FORT WORTH Transwestern Westbend Merrimac
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 105950
Revised March 11, 2022
EXHIBIT B1
2
3
4
Transwestern Westbend Merrimac
CPN: 105950
Transwestern Westbend Merrimac
CPN: 105950
Transwestern Westbend Merrimac
CPN: 105950
Transwestern Westbend Merrimac
CPN: 105950
Transwestern Westbend Merrimac
CPN: 105950
Transwestern Westbend Merrimac
CPN: 105950
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 Permit 7 b. Modification of approved traffic control 8
c. Removal of Street Signs 9
B. Deviations from this City of Fort Worth Standard Specification 10
1. None. 11
C. Related Specification Sectio ns include, but are not necessarily limited to: 12
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 13
2. Division 1 – General Requirements 14
3. Section 34 71 13 – Traffic Control 15
1.2 PRICE AND PAYMENT PROCEDURES 16
A. Measurement and Payment 17
1. Work associated with this Item is 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 Standards 21
1. Reference standards cited in this specification refer to the current reference standard 22
published at the time of the latest revision date logged at the end of this 23
specification, unless a date is specifically cited. 24
2. Texas Manual on Uniform Traffic Control Devices (TMUTCD). 25
1.4 ADMINISTRATIVE REQUI REMENTS 26
A. Traffic Control 27
1. General 28
a. Contractor shall minimize lane closures and impact to vehicular/pedestrian 29
traffic. 30 b. When traffic control plans are included in the Drawings , provide Traffic 31
Control in accordance with Drawings and Section 34 71 13. 32
c. When traffic control plans are not included in the Drawings , prepare traffic 33
control plans in accordance with Section 34 71 13 and submit to City for 34
review. 35
1) Allow minimum 10 working days for review of proposed Traffic Control. 36
Transwestern Westbend Merrimac
CPN: 105950
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
Transwestern Westbend Merrimac
CPN: 105950
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
Transwestern Westbend Merrimac
CPN: 105950
Transwestern Westbend Merrimac
CPN: 105950
Transwestern Westbend Merrimac
CPN: 105950
Transwestern Westbend Merrimac
CPN: 105950
Transwestern Westbend Merrimac
CPN: 105950
Transwestern Westbend Merrimac
CPN: 105950
Transwestern Westbend Merrimac
CPN: 105950
Transwestern Westbend Merrimac
CPN: 105950
Transwestern Westbend Merrimac
CPN: 105950
Transwestern Westbend Merrimac
CPN: 105950
01 70 00 - 1
MOBILIZATION AND REMOBILIZATION
Page 1 of 4
CITY OF FORT WORTH Transwestern Westbend Merrimac
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 105950
Revised November 22, 2016
SECTION 01 70 001
MOBILIZATION AND REMOBILIZATION2
PART 1 -GENERAL3
1.1 SUMMARY4
A.Section Includes:5
1.Mobilization and Demobilization6
a.Mobilization7
1)Transportation of Contractor’s personnel, equipment, and operating supplies8
to the Site9
2)Establishment of necessary general facilities for the Contractor’s operation10
at the Site11
3)Premiums paid for performance and payment bonds12
4)Transportation of Contractor’s personnel, equipment, and operating supplies13
to another location within the designated Site14
5)Relocation of necessary general facilities for the Contractor’s operation15
from 1 location to another location on the Site.16
b.Demobilization17
1)Transportation of Contractor’s personnel, equipment, and operating supplies18
away from the Site including disassembly19
2)Site Clean-up20
3)Removal of all buildings and/or other facilities assembled at the Site for this21
Contract22
c.Mobilization and Demobilization do not include activities for specific items of23
work that are for which payment is provided elsewhere in the contract.24
2.Remobilization25
a.Remobilization for Suspension of Work specifically required in the Contract26
Documents or as required by City includes:27
1)Demobilization28
a)Transportation of Contractor’s personnel, equipment, and operating29
supplies from the Site including disassembly or temporarily securing30
equipment, supplies, and other facilities as designated by the Contract31
Documents necessary to suspend the Work.32
b)Site Clean-up as designated in the Contract Documents33
2)Remobilization34
a)Transportation of Contractor’s personnel, equipment, and operating35
supplies to the Site necessary to resume the Work.36
b)Establishment of necessary general facilities for the Contractor’s37
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 the40
Site in the normal progress of performing the Work.41
b)Stand-by or idle time42
c)Lost profits43
3.Mobilizations and Demobilization for Miscellaneous Projects44
a.Mobilization and Demobilization45
01 70 00 - 2
MOBILIZATION AND REMOBILIZATION
Page 2 of 4
CITY OF FORT WORTH Transwestern Westbend Merrimac
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 105950
Revised November 22, 2016
1)Mobilization shall consist of the activities and cost on a Work Order basis1
necessary for:2
a)Transportation of Contractor’s personnel, equipment, and operating3
supplies to the Site for the issued Work Order.4
b)Establishment of necessary general facilities for the Contractor’s5
operation at the Site for the issued Work Order6
2)Demobilization shall consist of the activities and cost necessary for:7
a)Transportation of Contractor’s personnel, equipment, and operating8
supplies from the Site including disassembly for each issued Work9
Order10
b)Site Clean-up for each issued Work Order11
c)Removal of all buildings or other facilities assembled at the Site for12
each Work Oder13
b.Mobilization and Demobilization do not include activities for specific items of14
work for which payment is provided elsewhere in the contract.15
4.Emergency Mobilizations and Demobilization for Miscellaneous Projects16
a.A Mobilization for Miscellaneous Projects when directed by the City and the17
mobilization occurs within 24 hours of the issuance of the Work Order.18
B.Deviations from this City of Fort Worth Standard Specification19
1.None.20
C.Related Specification Sections include, but are not necessarily limited to:21
1.Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract22
2.Division 1 – General Requirements23
1.2 PRICE AND PAYMENT PROCEDURES24
A.Measurement and Payment [Consult City Department/Division for direction on if25
Mobilization pay item to be included or the item should be subsidiary. Include the26
appropriate Section 1.2 A. 1.]27
1.Mobilization and Demobilization28
a.Measure29
1)This Item is considered subsidiary to the various Items bid.30
b.Payment31
1)The work performed and materials furnished in accordance with this Item32
are subsidiary to the various Items bid and no other compensation will be33
allowed.34
2.Remobilization for suspension of Work as specifically required in the Contract35
Documents36
a.Measurement37
1)Measurement for this Item shall be per each remobilization performed.38
b.Payment39
1)The work performed and materials furnished in accordance with this Item40
and measured as provided under “Measurement” will be paid for at the unit41
price per each “Specified Remobilization” in accordance with Contract42
Documents.43
c.The price shall include:44
1)Demobilization as described in Section 1.1.A.2.a.1)45
2)Remobilization as described in Section 1.1.A.2.a.2)46
01 70 00 - 3
MOBILIZATION AND REMOBILIZATION
Page 3 of 4
CITY OF FORT WORTH Transwestern Westbend Merrimac
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 105950
Revised November 22, 2016
d.No payments will be made for standby, idle time, or lost profits associated this1
Item.2
3.Remobilization for suspension of Work as required by City3
a.Measurement and Payment4
1)This shall be submitted as a Contract Claim in accordance with Article 105
of Section 00 72 00.6
2)No payments will be made for standby, idle time, or lost profits associated7
with this Item.8
4.Mobilizations and Demobilizations for Miscellaneous Projects9
a.Measurement10
1)Measurement for this Item shall be for each Mobilization and11
Demobilization required by the Contract Documents12
b.Payment13
1)The Work performed and materials furnished in accordance with this Item14
and measured as provided under “Measurement” will be paid for at the unit15
price per each “Work Order Mobilization” in accordance with Contract16
Documents. Demobilization shall be considered subsidiary to mobilization17
and shall not be paid for separately.18
c.The price shall include:19
1)Mobilization as described in Section 1.1.A.3.a.1)20
2)Demobilization as described in Section 1.1.A.3.a.2)21
d.No payments will be made for standby, idle time, or lost profits associated this22
Item.23
5.Emergency Mobilizations and Demobilizations for Miscellaneous Projects24
a.Measurement25
1)Measurement for this Item shall be for each Mobilization and26
Demobilization required by the Contract Documents27
b.Payment28
1)The Work performed and materials furnished in accordance with this Item29
and measured as provided under “Measurement” will be paid for at the unit30
price per each “Work Order Emergency Mobilization” in accordance with31
Contract Documents. Demobilization shall be considered subsidiary to32
mobilization and shall not be paid for separately.33
c.The price shall include34
1)Mobilization as described in Section 1.1.A.4.a)35
2)Demobilization as described in Section 1.1.A.3.a.2)36
d.No payments will be made for standby, idle time, or lost profits associated this37
Item.38
1.3 REFERENCES [NOT USED]39
1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]40
1.5 SUBMITTALS [NOT USED]41
1.6 INFORMATIONAL SUBMITTALS [NOT USED]42
1.7 CLOSEOUT SUBMITTALS [NOT USED]43
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]44
01 70 00 - 4
MOBILIZATION AND REMOBILIZATION
Page 4 of 4
CITY OF FORT WORTH Transwestern Westbend Merrimac
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 105950
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 SECTION7
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
Transwestern Westbend Merrimac
CPN: 105950
Transwestern Westbend Merrimac
CPN: 105950
Transwestern Westbend Merrimac
CPN: 105950
Transwestern Westbend Merrimac
CPN: 105950
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 contract 6
B. Deviations from this City of Fort Worth Standard Specification 7
1. None. 8
C. Related Specification Sections include, but are not necessarily limited to: 9
1. Division 0 – Biddin g Requirements, Contract Forms and Conditions of the Contract 10
2. Division 1 – General Requirements 11
1.2 PRICE AND PAYMENT PROCEDURES 12
A. Measurement and Payment 13
1. Work associated with this Item is considered subsidiary to the various Items bid. 14
No separate payment will be allowed for this I tem. 15
1.3 REFERENCES [NOT USED] 16
1.4 ADMINISTRATIVE REQUI REMENTS 17
A. Guarantees, Bonds and Affidavits 18
1. No application for final payment will be accepted until all guarantees, bonds, 19 certificates, licenses and affidavits required for Work or equipment as specified are 20
satisfactorily filed with the City. 21
B. Release of Liens or Claims 22
1. No application for final payment will be accepted until satisfactory evidence of 23
release of liens has been submitted to the City. 24
1.5 SUBMITTALS 25
A. Submit all required documentation to City’s Project Representative. 26
27
1.6 INFORMATIONAL SUBMITTALS [NOT USED] 28
29
1.7 CLOSEOUT SUBMITTALS [NOT USED] 30
PART 2 - PRODUCTS [NOT USED] 31
32
Transwestern Westbend Merrimac
CPN: 105950
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
Transwestern Westbend Merrimac
CPN: 105950
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
Transwestern Westbend Merrimac
CPN: 105950
01 71 23 - 1
CONSTRUCTION STAKING AND SURVEY
Page 1 of 8
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS
Project Name
City Project No. xxxxx
Revised February 14, 2018
SECTION 01 71 23 1
CONSTRUCTION STAKING AND SURVEY 2
PART 1 - GENERAL 3
1.1 SUMMARY 4
A. Section Includes:5
1. Requirements for construction staking and construction survey6
B. Deviations from this City of Fort Worth Standard Specification7
1. See Changes (Highlighted in Yellow).8
C. Related Specification Sections include, but are not necessarily limited to:9
1. Division 0 – Bidding 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. Construction Staking14
a. Measurement15
1) This Item is considered subsidiary to the various Items bid.16
b. Payment17
1) The work performed and the materials furnished in accordance with this18
Item are subsidiary to the various Items bid and no other compensation will19
be allowed.20
2. Construction Survey21
a. Measurement22
1) This Item is considered subsidiary to the various Items bid.23
b. Payment24
1) The work performed and the materials furnished in accordance with this25
Item are subsidiary to the various Items bid and no other compensation will be26
allowed.27
3. As-Built Survey28
a. Measurement29
1) This Item is considered subsidiary to the various Items bid.30
b. Payment31
1) The work performed and the materials furnished in accordance with this32
Item are subsidiary to the various Items bid and no other compensation will be33
allowed.34
35
36
37
38
39
40
Transwestern Westbend Merrimac
CPN: 105950
01 71 23 - 2
CONSTRUCTION STAKING AND SURVEY
Page 2 of 8
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS
Revised February 14, 2018
1.3 REFERENCES 1
A. Definitions2
1. Construction Survey - The survey measurements made prior to or while3
construction is in progress to control elevation, horizontal position, dimensions and4
configuration of structures/improvements included in the Project Drawings.5
2. As-built Survey –The measurements made after the construction of the6
improvement features are complete to provide position coordinates for the features7
of a project.8
3. Construction Staking – The placement of stakes and markings to provide offsets9
and elevations to cut and fill in order to locate on the ground the designed10
structures/improvements included in the Project Drawings. Construction staking11
shall include staking easements and/or right of way if indicated on the plans.12
4. Survey “Field Checks” – Measurements made after construction staking is13
completed and before construction work begins to ensure that structures marked on14
the ground are accurately located per Project Drawings.15
B. Technical References16
1. City of Fort Worth – Construction Staking Standards (available on City’s Buzzsaw17
website) – 01 71 23.16.01_ Attachment A_Survey Staking Standards18
2. City of Fort Worth - Standard Survey Data Collector Library (fxl) files (available19
on City’s Buzzsaw website).20
3. Texas Department of Transportation (TxDOT) Survey Manual, latest revision21
4. Texas Society of Professional Land Surveyors (TSPS), Manual of Practice for Land22
Surveying in the State of Texas, Category 523
24
1.4 ADMINISTRATIVE REQUIREMENTS 25
A. The Contractor’s selection of a surveyor must comply with Texas Government26
Code 2254 (qualifications based selection) for this project.27
1.5 SUBMITTALS 28
A. Submittals, if required, shall be in accordance with Section 01 33 00.29
B. All submittals shall be received and reviewed by the City prior to delivery of work.30
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 31
A. Field Quality Control Submittals32
1. Documentation verifying accuracy of field engineering work, including coordinate33
conversions if plans do not indicate grid or ground coordinates.34
2. Submit “Cut-Sheets” conforming to the standard template provided by the City35
(refer to 01 71 23.16.01 – Attachment A – Survey Staking Standards).36
37
1.7 CLOSEOUT SUBMITTALS 38
B. As-built Redline Drawing Submittal39
Project Name
City Project No. xxxxxTranswestern Westbend Merrimac
CPN: 105950
01 71 23 - 3
CONSTRUCTION STAKING AND SURVEY
Page 3 of 8
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS
Revised February 14, 2018
1. Submit As-Built Survey Redline Drawings documenting the locations/elevations of 1
constructed improvements signed and sealed by Registered Professional Land 2
Surveyor (RPLS) responsible for the work (refer to 01 71 23.16.01 – Attachment A 3
– Survey Staking Standards) .4
2. Contractor shall submit the proposed as-built and completed redline drawing5
submittal one (1) week prior to scheduling the project final inspection for City6
review and comment. Revisions, if necessary, shall be made to the as-built redline7
drawings and resubmitted to the City prior to scheduling the construction final8
inspection.9
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 10
1.9 QUALITY ASSURANCE 11
A. Construction Staking12
1. Construction staking will be performed by the Contractor.13
2. Coordination14
a. Contact City and Developer’s Project Representative at least one week in15
advance notifying the City of when Construction Staking is scheduled.16
b. It is the Contractor’s responsibility to coordinate staking such that17
construction activities are not delayed or negatively impacted.18
3. General19
a. Contractor is responsible for preserving and maintaining stakes. If City20
surveyors or Developer’s Project Representative are required to re-stake for21
any reason, the Contractor will be responsible for costs to perform staking. If22
in the opinion of the City, a sufficient number of stakes or markings have been23
lost, destroyed disturbed or omitted that the contracted Work cannot take place24
then the Contractor will be required to stake or re-stake the deficient areas.25
B. Construction Survey26
1. Construction Survey will be performed by the Contractor.27
2. Coordination28
a. Contractor to verify that horizontal and vertical control data established in the29
design survey and required for construction survey is available and in place.30
3. General31
a. Construction survey will be performed in order to construct the work shown32
on the Construction Drawings and specified in the Contract Documents.33
b. For construction methods other than open cut, the Contractor shall perform34
construction survey and verify control data including, but not limited to, the35
following:36
1) Verification that established benchmarks and control are accurate.37
2) Use of Benchmarks to furnish and maintain all reference lines and grades38
for tunneling.39
3) Use of line and grades to establish the location of the pipe.40
4) Submit to the City copies of field notes used to establish all lines and41
grades, if requested, and allow the City to check guidance system setup prior42
to beginning each tunneling drive.43
5) Provide access for the City, if requested, to verify the guidance system and44
the line and grade of the carrier pipe.45
Project Name
City Project No. xxxxxTranswestern Westbend Merrimac
CPN: 105950
01 71 23 - 4
CONSTRUCTION STAKING AND SURVEY
Page 4 of 8
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS
Revised February 14, 2018
6) The Contractor remains fully responsible for the accuracy of the work and 1
correction of it, as required.2
7) Monitor line and grade continuously during construction.3
8) Record deviation with respect to design line and grade once at each pipe4
joint and submit daily records to the City.5
9) If the installation does not meet the specified tolerances (as outlined in6
Sections 33 05 23 and/or 33 05 24), immediately notify the City and correct7
the installation in accordance with the Contract Documents.8
C. As-Built Survey9
1. Required As-Built Survey will be performed by the Contractor.10
2. Coordination11
a. Contractor is to coordinate with City to confirm which features require as-12
built surveying.13
b. It is the Contractor’s responsibility to coordinate the as-built survey and14
required measurements for items that are to be buried such that construction15
activities are not delayed or negatively impacted.16
c. For sewer mains and water mains 12” and under in diameter, it is acceptable17
to physically measure depth and mark the location during the progress of18
construction and take as-built survey after the facility has been buried. The19
Contractor is responsible for the quality control needed to ensure accuracy.20
3. General21
a. The Contractor shall provide as-built survey including the elevation and22
location (and provide written documentation to the City) of construction23
features during the progress of the construction including the following:24
1) Water Lines25
a) Top of pipe elevations and coordinates for waterlines at the following26
locations:27
(1) Minimum every 250 linear feet, including28
(2) Horizontal and vertical points of inflection, curvature,29
etc.30
(3) Fire line tee31
(4) Plugs, stub-outs, dead-end lines32
(5) Casing pipe (each end) and all buried fittings33
2) Sanitary Sewer34
a) Top of pipe elevations and coordinates for force mains and siphon35
sanitary sewer lines (non-gravity facilities) at the following locations:36
(1) Minimum every 250 linear feet and any buried fittings37
(2) Horizontal and vertical points of inflection, curvature,38
etc.39
3) Stormwater – Not Applicable40
b. The Contractor shall provide as-built survey including the elevation and41
location (and provide written documentation to the City) of construction42
features after the construction is completed including the following:43
1) Manholes44
a) Rim and flowline elevations and coordinates for each manhole45
2) Water Lines46
a) Cathodic protection test stations47
b) Sampling stations48
c) Meter boxes/vaults (All sizes)49
Project Name
City Project No. xxxxxTranswestern Westbend Merrimac
CPN: 105950
01 71 23 - 5
CONSTRUCTION STAKING AND SURVEY
Page 5 of 8
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS
Revised February 14, 2018
d) Fire hydrants1
e) Valves (gate, butterfly, etc.)2
f) Air Release valves (Manhole rim and vent pipe)3
g) Blow off valves (Manhole rim and valve lid)4
h) Pressure plane valves5
i) Underground Vaults6
(1) Rim and flowline elevations and coordinates for each7
Underground Vault.8
3) Sanitary Sewer9
a) Cleanouts10
(1) Rim and flowline elevations and coordinates for each11
b) Manholes and Junction Structures12
(1) Rim and flowline elevations and coordinates for each13
manhole and junction structure.14
4) Stormwater – Not Applicable15
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 16
1.11 FIELD [SITE] CONDITIONS [NOT USED] 17
1.12 WARRANTY 18
PART 2 - PRODUCTS 19
A. A construction survey will produce, but will not be limited to:20
1. Recovery of relevant control points, points of curvature and points of intersection.21
2. Establish temporary horizontal and vertical control elevations (benchmarks)22
sufficiently permanent and located in a manner to be used throughout construction.23
3. The location of planned facilities, easements and improvements.24
a. Establishing final line and grade stakes for piers, floors, grade beams, parking25
areas, utilities, streets, highways, tunnels, and other construction.26
b. A record of revisions or corrections noted in an orderly manner for reference.27
c. A drawing, when required by the client, indicating the horizontal and vertical28
location of facilities, easements and improvements, as built.29
4. Cut sheets shall be provided to the City inspector and Survey Superintendent for all30
construction staking projects. These cut sheets shall be on the standard city template31
which can be obtained from the Survey Superintendent (817-392-7925).32
5. Digital survey files in the following formats shall be acceptable:33
a. AutoCAD (.dwg)34
b. ESRI Shapefile (.shp)35
c. CSV file (.csv), formatted with X and Y coordinates in separate columns (use36
standard templates, if available)37
6. Survey files shall include vertical and horizontal data tied to original project38
control and benchmarks, and shall include feature descriptions39
PART 3 - EXECUTION 40
3.1 INSTALLERS 41
Project Name
City Project No. xxxxx
Transwestern Westbend Merrimac
CPN: 105950
01 71 23 - 6
CONSTRUCTION STAKING AND SURVEY
Page 6 of 8
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS
Revised February 14, 2018
A. Tolerances:1
1. The staked location of any improvement or facility should be as accurate as2
practical and necessary. The degree of precision required is dependent on many3
factors all of which must remain judgmental. The tolerances listed hereafter are4
based on generalities and, under certain circumstances, shall yield to specific5
requirements. The surveyor shall assess any situation by review of the overall plans6
and through consultation with responsible parties as to the need for specific7
tolerances.8
a. Earthwork: Grades for earthwork or rough cut should not exceed 0.1 ft. vertical9
tolerance. Horizontal alignment for earthwork and rough cut should not exceed10
1.0 ft. tolerance.11
b. Horizontal alignment on a structure shall be within .0.1ft tolerance.12
c. Paving or concrete for streets, curbs, gutters, parking areas, drives, alleys and13
walkways shall be located within the confines of the site boundaries and,14
occasionally, along a boundary or any other restrictive line. Away from any15
restrictive line, these facilities should be staked with an accuracy producing no16
more than 0.05ft. tolerance from their specified locations.17
d. Underground and overhead utilities, such as sewers, gas, water, telephone and18
electric lines, shall be located horizontally within their prescribed areas or19
easements. Within assigned areas, these utilities should be staked with an20
accuracy producing no more than 0.1 ft tolerance from a specified location.21
e. The accuracy required for the vertical location of utilities varies widely. Many22
underground utilities require only a minimum cover and a tolerance of 0.1 ft.23
should be maintained. Underground and overhead utilities on planned profile,24
but not depending on gravity flow for performance, should not exceed 0.1 ft.25
tolerance.26
B. Surveying instruments shall be kept in close adjustment according to manufacturer’s27
specifications or in compliance to standards. The City reserves the right to request a28
calibration report at any time and recommends regular maintenance schedule be29
performed by a certified technician every 6 months.30
1. Field measurements of angles and distances shall be done in such fashion as to31
satisfy the closures and tolerances expressed in Part 3.1.A.32
2. Vertical locations shall be established from a pre-established benchmark and33
checked by closing to a different bench mark on the same datum.34
3. Construction survey field work shall correspond to the client’s plans. Irregularities35
or conflicts found shall be reported promptly to the City.36
4. Revisions, corrections and other pertinent data shall be logged for future reference.37
38
3.2 EXAMINATION [NOT USED] 39
3.3 PREPARATION [NOT USED] 40
3.4 APPLICATION 41
3.5 REPAIR / RESTORATION 42
A. If the Contractor’s work damages or destroys one or more of the control43
monuments/points set by the City or Developer’s Project Representative, the monuments44
shall be adequately referenced for expedient restoration.45
Project Name
City Project No. xxxxx
Transwestern Westbend Merrimac
CPN: 105950
01 71 23 - 7
CONSTRUCTION STAKING AND SURVEY
Page 7 of 8
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS
Revised February 14, 2018
1. Notify City or Developer’s Project Representative if any control data needs to be 1
restored or replaced due to damage caused during construction operations. 2
a. Contractor shall perform replacements and/or restorations.3
b. The City or Developer’s Project Representative may require at any time a4
survey “Field Check” of any monument or benchmarks that are set be verified5
by the City surveyors or Developer’s Project Representative before further6
associated work can move forward.7
3.6 RE-INSTALLATION [NOT USED] 8
3.7 FIELD [OR] SITE QUALITY CONTROL 9
A. It is the Contractor’s responsibility to maintain all stakes and control data placed by the10
City or Developer’s Project Representative in accordance with this Specification. This11
includes easements and right of way, if noted on the plans.12
B. Do not change or relocate stakes or control data without approval from the City.13
3.8 SYSTEM STARTUP 14
A. Survey Checks15
1. The City reserves the right to perform a Survey Check at any time deemed16
necessary.17
2. Checks by City personnel or 3
rd party contracted surveyor are not intended to18
relieve the contractor of his/her responsibility for accuracy.19
20
3.9 ADJUSTING [NOT USED] 21
3.10 CLEANING [NOT USED] 22
3.11 CLOSEOUT ACTIVITIES [NOT USED] 23
3.12 PROTECTION [NOT USED] 24
3.13 MAINTENANCE [NOT USED] 25
3.14 ATTACHMENTS [NOT USED] 26
END OF SECTION 27
28
Revision Log
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
Project Name
City Project No. xxxxx
Transwestern Westbend Merrimac
CPN: 105950
01 71 23 - 8
CONSTRUCTION STAKING AND SURVEY
Page 8 of 8
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS
Revised February 14, 2018
measurement criteria; revised list of items requiring as-built survey “during” and
“after” construction; and revised acceptable digital survey file format
1
Project Name
City Project No. xxxxx
Transwestern Westbend Merrimac
CPN: 105950
Transwestern Westbend Merrimac
CPN: 105950
Transwestern Westbend Merrimac
CPN: 105950
Transwestern Westbend Merrimac
CPN: 105950
Transwestern Westbend Merrimac
CPN: 105950
Transwestern Westbend Merrimac
CPN: 105950
Transwestern Westbend Merrimac
CPN: 105950
Transwestern Westbend Merrimac
CPN: 105950
Transwestern Westbend Merrimac
CPN: 105950
Transwestern Westbend Merrimac
CPN: 105950
CITY OF FORT WORTH Transwestern Westbend Merrimac
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 105950
Revised July 1, 2011
APPENDIX
GC-4.01 Availability of Lands
GC-4.02 Subsurface and Physical Conditions
GC-4.04 Underground Facilities
GC-4.06 Hazardous Environmental Condition at Site
GC-6.06.D Minority and Women Owned Business Enterprise Compliance
GC-6.09 Permits and Utilities
GC-6.24 Nondiscrimination
GR-01 60 00 Product Requirements
CITY OF FORT WORTH Transwestern Westbend Merrimac
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN: 106198
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:11-6-24
* From Original Standard Products List 1
Approval Spec No.Classsification Manufacturer Model No.National Spec Size
CITY OF FORT WORTH
WATER DEPARTMENT
STANDARD PRODUCT LIST Updated:11-6-24
Water & Sewer - Manholes & Bases/Rehab Systems/NonCementitious
05/20/96 E1-14 Manhole Rehab Systems Sprayroq, Spray Wall Polyurethane Coating ASTM D639/D790
12/14/01 Coating for Corrosion protection(Exterior)ERTECH Series 20230 and 2100 (Asphatic Emulsion)
For Exterior Coating of Concrete
Structures Only
01/31/06 Coatings for Corrosion Protection Chesterton Arc 791, S1HB, S1, S2 Acid Resistance Test Sewer Applications
8/28/2006 Coatings for Corrosion Protection Warren Environmental S-301 and M-301 Sewer Applications
03/19/18
33 05 16, 33 39 10,
33 39 20 Coating for Corrosion protection(Exterior)Sherwin Williams
RR&C Dampproofing Non-Fibered Spray
Grade (Asphatic Emulsion)
For Exterior Coating of Concrete
Structures Only
Water & Sewer - Manhole Inserts - Field Operations Use Only (Rev 2/3/16)
*33 05 13 Manhole Insert Knutson Enterprises Made to Order - Plastic ASTM D 1248 For 24" dia.
*33 05 13 Manhole Insert South Western Packaging Made to Order - Plastic ASTM D 1248 For 24" dia.
*33 05 13 Manhole Insert Noflow-Inflow Made to Order - Plastic ASTM D 1248 For 24" dia.
09/23/96 33 05 13 Manhole Insert Southwestern Packing & Seals, Inc.LifeSaver - Stainless Steel For 24" dia.
09/23/96 33 05 13 Manhole Insert Southwestern Packing & Seals, Inc.TetherLok - Stainless Steel For 24" dia
Water & Sewer - Pipe Casing Spacers 33-05-24 (07/01/13)
11/04/02 Steel Band Casing Spacers Advanced Products and Systems, Inc.Carbon Steel Spacers, Model SI
02/02/93 Stainless Steel Casing Spacer Advanced Products and Systems, Inc.Stainless Steel Spacer, Model SSI
04/22/87 Casing Spacers Cascade Waterworks Manufacturing Casing Spacers
09/14/10 Stainless Steel Casing Spacer Pipeline Seal and Insulator Stainless Steel Casing Spacer Up to 48"
09/14/10 Coated Steel Casin Spacers Pipeline Seal and Insulator Coated Steel Casing Spacers Up to 48"
05/10/11 Stainless Steel Casing Spacer Powerseal 4810 Powerchock Up to 48"
03/19/18 Casing Spacers BWM SS-12 Casing Spacer(Stainless Steel)
03/19/18 Casing Spacers BWM FB-12 Casing Spacer (Coated Carbon Steel)
for Non_pressure Pipe and Grouted Casing
03/29/22 33 05 13 Casing Spacers CCI Pipeline Systems CSC12, CSS12
09/03/24 33 05 13 Casing Spacers Raci (Completely HDPE)Per Manufacturers Requirements (Sewer
Applications Only)8" - 12" (Sewer Only)
Water & Sewer - Pipes/Ductile Iron 33-11-10(1/8/13)
*33 11 10 Ductile Iron Pipe Griffin Pipe Products, Co.Super Bell-Tite Ductile Iron Pressure Pipe,
AWWA C150, C151 3" thru 24"
08/24/18 33 11 10 Ductile Iron Pipe American Ductile Iron Pipe Co.American Fastite Pipe (Bell Spigot)AWWA C150, C151 4" thru 30"
08/24/18 33 11 10 Ductile Iron Pipe American Ductile Iron Pipe Co.American Flex Ring (Restrained Joint)AWWA C150, C151 4" thru 30"
*33 11 10 Ductile Iron Pipe U.S. Pipe and Foundry Co.AWWA C150, C151
*33 11 10 Ductile Iron Pipe McWane Cast Iron Pipe Co.AWWA C150, C151
Water & Sewer - Utility Line Marker (08/24/2018)
Sewer - Coatings/Epoxy 33-39-60 (01/08/13)
02/25/02 Epoxy Lining System Sauereisen, Inc SewerGard 210RS LA County #210-1.33
12/14/01 Epoxy Lining System Ertech Technical Coatings Ertech 2030 and 2100 Series
04/14/05 Interior Ductile Iron Pipe Coating Induron Protecto 401 ASTM B-117 Ductile Iron Pipe Only
01/31/06 Coatings for Corrosion Protection Chesterton Arc 791, S1HB, S1, S2 Acid Resistance Test Sewer Applications
8/28/2006 Coatings for Corrosion Protection Warren Environmental S-301 and M-301 Sewer Applications
Sewer - Coatings/Polyurethane
Sewer - Combination Air Valves
05/25/18 33-31-70 Air Release Valve A.R.I. USA, Inc.D025LTP02(Composite Body)2"
Sewer - Pipes/Concrete
*E1-04 Conc. Pipe, Reinforced Wall Concrete Pipe Co. Inc.ASTM C 76
*E1-04 Conc. Pipe, Reinforced Hydro Conduit Corporation Class III T&G, SPL Item #77 ASTM C 76
*E1-04 Conc. Pipe, Reinforced Hanson Concrete Products SPL Item #95-Manhole, #98- Pipe ASTM C 76
*E1-04 Conc. Pipe, Reinforced Concrete Pipe & Products Co. Inc.ASTM C 76
Sewer - Pipe Enlargment System (Method)33-31-23 (01/18/13)
PIM System PIM Corporation Polyethylene PIM Corp., Piscata Way, N.J.Approved Previously
McConnell Systems McLat Construction Polyethylene Houston, Texas Approved Previously
TRS Systems Trenchless Replacement System Polyethylene Calgary, Canada Approved Previously
Sewer - Pipe/Fiberglass Reinforced/ 33-31-13(1/8/13)
7/21/97 33 31 13 Cent. Cast Fiberglass (FRP)Hobas Pipe USA, Inc.Hobas Pipe (Non-Pressure)ASTM D3262/D3754
03/22/10 33 31 13 Fiberglass Pipe (FRP)Ameron Bondstrand RPMP Pipe ASTM D3262/D3754
04/09/21 33 31 13 Glass-Fiber Reinforced Polymer Pipe (FRP)Thompson Pipe Group Thompson Pipe (Flowtite)ASTM D3262/D3754
03/07/23 33 31 13 Fiberglass Pipe (FRP)Future Pipe Industries Fiberstrong FRP
ASTM D3262, ASTM D3681,
ASTM D4161, AWWA M45
09/03/24 33 31 13 Fiberglass Pipe (FRP)Superlit Boru Sanayi A.S.Superlit FRP
ASTM D3262, ASTM D3517,
ASTM 3754, AWWA C950
* From Original Standard Products List 2
Approval Spec No.Classsification Manufacturer Model No.National Spec Size
CITY OF FORT WORTH
WATER DEPARTMENT
STANDARD PRODUCT LIST Updated:11-6-24
Sewer - Pipe/Polymer Pipe
4/14/05 Polymer Modified Concrete Pipe Amitech USA Meyer Polycrete Pipe ASTM C33, A276, F477 8" to 102", Class V
06/09/10 E1-9 Reinforced Polymer Concrete Pipe US Composite Pipe Reinforced Polymer Concrete Pipe ASTM C-76
Sewer - Pipes/HDPE 33-31-23(1/8/13)
*High-density polyethylene pipe Phillips Driscopipe, Inc.Opticore Ductile Polyethylene Pipe ASTM D 1248 8"
*High-density polyethylene pipe Plexco Inc.ASTM D 1248 8"
*High-density polyethylene pipe Polly Pipe, Inc.ASTM D 1248 8"
High-density polyethylene pipe CSR Hydro Conduit/Pipeline Systems McConnell Pipe Enlargement ASTM D 1248
Sewer - Pipes/PVC (Pressure Sewer) 33-11-12 (4/1/13)
12/02/11 33-11-12 DR-14 PVC Pressure Pipe Pipelife Jetstream PVC Pressure Pipe AWWA C900 4" thru 12"
10/22/14 33-11-12 DR-14 PVC Pressure Pipe Royal Building Products Royal Seal PVC Pressure Pipe AWWA C900 4" thru 12"
Sewer - Pipes/PVC* 33-31-20 (7/1/13)
*33-31-20 PVC Sewer Pipe J-M Manufacturing Co., Inc. (JM Eagle)SDR-26 (PS115)ASTM D 3034 4" - 15"
12/23/97*33-31-20 PVC Sewer Pipe Diamond Plastics Corporation SDR-26 (PS115)ASTM D 3034 4" thru 15"
*33-31-20 PVC Sewer Pipe Lamson Vylon Pipe SDR-26 (PS115)ASTM D 3034 4" thru 15"
12/05/23 33-31-20 PVC Sewer Pipe Vinyltech PVC Pipe SDR-26 (PS115)ASTM D3034 4" thru 15"
12/05/23 33-31-20 PVC Sewer Pipe Vinyltech PVC Pipe Gravity Sewer PS 115 ASTM F 679 18"
*33-31-20 PVC Sewer Pipe J-M Manufacturing Co, Inc. (JM Eagle)PS 115 ASTM F 679 18" - 28"
05/06/05 33-31-20 PVC Solid Wall Pipe Diamond Plastics Corporation PS 115 ASTM F-679 18" to 48"
04/27/06 33-31-20 PVC Sewer Fittings Harco SDR-26 (PS 115) Gasket Fittings ASTM D-3034, D-1784, etc 4" - 15"
*33-31-20 PVC Sewer Fittings Plastic Trends, Inc.(Westlake)Gasketed PVC Sewer Main Fittings ASTM D 3034
3/19/2018 33 31 20 PVC Sewer Pipe Pipelife Jet Stream SDR 26 (PS 115)ASTM F679 18"- 24"
3/19/2018 33 31 20 PVC Sewer Pipe Pipelife Jet Stream SDR 26 ASTM D3034 4"- 15"
3/29/2019 33 31 20 Gasketed Fittings (PVC)GPK Products, Inc.SDR 26 ASTM D3034 4"- 15"
10/21/2020 33 31 20 PVC Sewer Pipe NAPCO(Westlake)SDR 26 ASTM D3034 4" - 15"
10/22/2020 33 31 20 PVC Sewer Pipe Sanderson Pipe Corp.SDR 26 ASTM D3034 4"- 15"
10/21/2020 33 31 20 PVC Sewer Pipe NAPCO(Westlake)SDR 26 PS 115 ASTM F-679 18"- 36"
* From Original Standard Products List 3
Approval Spec No.Classsification Manufacturer Model No.National Spec Size
CITY OF FORT WORTH
WATER DEPARTMENT
STANDARD PRODUCT LIST Updated:11-6-24
Water - Appurtenances 33-12-10 (07/01/13)
09/03/24 33-12-10 Double Strap Saddle Ford Meter Box Co., Inc.202B 1"-2" SVC, up to 16" Pipe
01/18/18 33-12-10 Double Strap Saddle Romac 202NS Nylon Coated AWWA C800 1"-2" SVC, up to 24" Pipe
08/28/02 Double Strap Saddle Smith Blair #317 Nylon Coated Double Strap Saddle
07/23/12 33-12-10 Double Strap Service Saddle Mueller Company DR2S Double (SS) Strap DI Saddle AWWA C800 1"-2" SVC, up to 24" Pipe
03/07/23 33-12-10 Double Strap Service Saddle Powerseal 3450AS, Incl. Corp. Stop, Dbl Strap, Stainless NSF ANSI 372 1"-2" SVC, up to 24" Pipe
10/27/87 Curb Stops-Ball Meter Valves McDonald 6100M,6100MT & 610MT 3/4" and 1"
10/27/87 Curb Stops-Ball Meter Valves McDonald 4603B, 4604B, 6100M, 6100TM and 6101M 1½" and 2"
5/25/2018 33-12-10 Curb Stops-Ball Meter Valves Ford Meter Box Co., Inc.
FB600-7NL, FB1600-7-NL, FV23-777-W-NL,
L22-77NL AWWA C800 2"
5/25/2018 33-12-10 Curb Stops-Ball Meter Valves Ford Meter Box Co., Inc.
FB600-6-NL, FB1600-6-NL, FV23-666-W-
NL, L22-66NL AWWA C800 1-1/2"
5/25/2018 33-12-10 Curb Stops-Ball Meter Valves Ford Meter Box Co., Inc.
FB600-4-NL, FB1600-4-NL, B11-444-WR-
NL, B22444-WR-NL, L28-44NL AWWA C800 1"
5/25/2018 33-12-10 Curb Stops-Ball Meter Valves Mueller Co., Ltd.
B-25000N, B-24277N-3, B-20200N-3, H-
15000N, , H-1552N, H142276N
AWWA C800, ANSF 61,
ANSI/NSF 372 2"
5/25/2018 33-12-10 Curb Stops-Ball Meter Valves Mueller Co., Ltd.
B-25000N, B-20200N-3, B-24277N-3,H-
15000N, H-14276N, H-15525N
AWWA C800, ANSF 61,
ANSI/NSF 372 1-1/2"
5/25/2018 33-12-10 Curb Stops-Ball Meter Valves Mueller Co., Ltd.
B-25000N, B-20200N-3,H-15000N, H-
15530N
AWWA C800, ANSF 61,
ANSI/NSF 372 1"
01/26/00 Coated Tapping Saddle with Double SS Straps JCM Industries, Inc.#406 Double Band SS Saddle 1"-2" Taps on up to 12"
0/5/21/12 33-12-25 Tapping Sleeve (Coated Steel)JCM Industries, Inc.412 Tapping Sleeve ESS AWWA C-223 Up to 30" w/12" Out
03/29/22 33-12-25 Tapping Sleeve (Coated or Stainless Steel)JCM Industries, Inc.415 Tapping Sleeve AWWA C-223 Concrete Pipe Only
05/10/11 Tapping Sleeve (Stainless Steel)Powerseal 3490AS (Flange) & 3490MJ 4"-8" and 16"
02/29/12 33-12-25 Tapping Sleeve (Coated Steel)Romac FTS 420 AWWA C-223 U p to 42" w/24" Out
02/29/12 33-12-25 Tapping Sleeve (Stainless Steel)Romac SST Stainless Steel AWWA C-223 Up to 24" w/12" Out
02/29/12 33-12-25 Tapping Sleeve (Stainless Steel)Romac SST III Stainless Steel AWWA C-223 Up to 30" w/12" Out
05/10/11 Joint Repair Clamp Powerseal 3232 Bell Joint Repair Clamp 4" to 30"
Plastic Meter Box w/Composite Lid DFW Plastics Inc.DFW37C-12-1EPAF FTW
Plastic Meter Box w/Composite Lid DFW Plastics Inc.DFW39C-12-1EPAF FTW
08/30/06 Plastic Meter Box w/Composite Lid DFW Plastics Inc.DFW65C-14-1EPAF FTW Class "A"
Concrete Meter Box Bass & Hays CMB37-B12 1118 LID-9
Concrete Meter Box Bass & Hays CMB-18-Dual 1416 LID-9
Concrete Meter Box Bass & Hays CMB65-B65 1527 LID-9
Water - Bolts, Nuts, and Gaskets 33-11-05 (01/08/13)
None
Water - Combination Air Release 33-31-70 (01/08/13)
*E1-11 Combination Air Release Valve GA Industries, Inc.Empire Air and Vacuum Valve, Model 935 ASTM A 126 Class B, ASTM A
fl
1" & 2"
*E1-11 Combination Air Release Valve Multiplex Manufacturing Co.Crispin Air and Vacuum Valves, Model No.
1/2", 1" & 2"
*E1-11 Combination Air Release Valve Valve and Primer Corp.APCO #143C, #145C and #147C 1", 2" & 3"
Water - Dry Barrel Fire Hydrants 33-12-40 (01/15/14)
10/01/87 E-1-12 Dry Barrel Fire Hydrant American-Darling Valve Drawing Nos. 90-18608, 94-18560 AWWA C-502
03/31/88 E-1-12 Dry Barrel Fire Hydrant American Darling Valve Shop Drawing No. 94-18791 AWWA C-502
09/30/87 E-1-12 Dry Barrel Fire Hydrant Clow Corporation Shop Drawing No. D-19895 AWWA C-502
01/12/93 E-1-12 Dry Barrel Fire Hydrant American AVK Company Model 2700 AWWA C-502
08/24/88 E-1-12 Dry Barrel Fire Hydrant Clow Corporation Drawings D20435, D20436, B20506 AWWA C-502
E-1-12 Dry Barrel Fire Hydrant ITT Kennedy Valve Shop Drawing No. D-80783FW AWWA C-502
09/24/87 E-1-12 Dry Barrel Fire Hydrant M&H Valve Company Shop Drawing No. 13476 AWWA C-502
10/14/87 E-1-12 Dry Barrel Fire Hydrant Mueller Company
Shop Drawings No. 6461
A-423 Centurion AWWA C-502
01/15/88 E1-12 Dry Barrel Fire Hydrant Mueller Company
Shop Drawing FH-12
A-423 Super Centurion 200 AWWA C-502
10/09/87 E-1-12 Dry Barrel Fire Hydrant U.S. Pipe & Foundry Shop Drawing No. 960250 AWWA C-502
09/16/87 E-1-12 Dry Barrel Fire Hydrant American Flow Control (AFC)Waterous Pacer WB67 AWWA C-502
08/12/16 33-12-40 Dry Barrel Fire Hydrant EJ (East Jordan Iron Works)WaterMaster 5CD250
Water - Meters
02/05/93 E101-5 Detector Check Meter Ames Company Model 1000 Detector Check Valve AWWA C550 4" - 10"
08/05/04 Magnetic Drive Vertical Turbine Hersey Magnetic Drive Vertical AWWA C701, Class 1 3/4" - 6"
* From Original Standard Products List 4
Approval Spec No.Classsification Manufacturer Model No.National Spec Size
CITY OF FORT WORTH
WATER DEPARTMENT
STANDARD PRODUCT LIST Updated:11-6-24
Water - Pipes/PVC (Pressure Water) 33-31-70 (01/08/13)
12/05/23 33-11-12 PVC Pressure Pipe Vinyltech PVC Pipe DR14
AWWA C900, AWWA C605,
ASTM D1784 4"-16"
12/05/23 33-11-12 PVC Pressure Pipe Vinyltech PVC Pipe DR18
AWWA C900, AWWA C605,
ASTM D1784 16"-18"
09/03/24 33-11-12 PVC Pressure Pipe Northern Pipe Products DR14
AWWA C900, AWWA C605,
ASTM D1784 4"-16"
09/03/24 33-11-12 PVC Pressure Pipe Northern Pipe Products DR18
AWWA C900, AWWA C605,
ASTM D1784 16"-18"
3/19/2018 33 11 12 PVC Pressure Pipe Pipelife Jet Stream DR14 AWWA C900 4"-12"
3/19/2018 33 11 12 PVC Pressure Pipe Pipelife Jet Stream DR18 AWWA C900 16"-24"
5/25/2018 33 11 12 PVC Pressure Pipe Diamond Plastics Corporation DR 14 AWWA C900 4"-12"
5/25/2018 33 11 12 PVC Pressure Pipe Diamond Plastics Corporation DR 18 AWWA C900 16"-24"
12/6/2018 33 11 12 PVC Pressure Pipe J-M Manufacturing Co., Inc d/b/a JM Eagle DR 14
AWWA C900-16
UL 1285
ANSI/NSF 61
FM 1612
4"-28"
12/6/2018 33 11 12 PVC Pressure Pipe J-M Manufacturing Co., Inc d/b/a JM Eagle DR 18
AWWA C900-16
UL 1285
ANSI/NSF 61
FM 1612
16"-24"
9/6/2019 33 11 12 PVC Pressure Pipe Underground Solutions Inc.DR14 Fusible PVC AWWA C900 4" - 8"
9/6/2019 33 11 12 PVC Pressure Pipe NAPCO(Westlake)DR18 AWWA C900 16" - 24"
9/6/2019 33 11 12 PVC Pressure Pipe NAPCO(Westlake)DR14 AWWA C900 4"- 12"
9/6/2019 33 11 12 PVC Pressure Pipe Sanderson Pipe Corp.DR14 AWWA C900 4"- 12"
Water - Pipes/Valves & Fittings/Ductile Iron Fittings 33-11-11 (01/08/13)
07/23/92 E1-07 Ductile Iron Fittings Star Pipe Products, Inc.Mechanical Joint Fittings AWWA C153 & C110
*E1-07 Ductile Iron Fittings Griffin Pipe Products, Co.Mechanical Joint Fittings AWWA C 110
*E1-07 Ductile Iron Fittings McWane/Tyler Pipe/ Union Utilities Division Mechanical Joint Fittings, SSB Class 350 AWWA C 153, C 110, C 111
08/11/98 E1-07 Ductile Iron Fittings Sigma, Co.Mechanical Joint Fittings, SSB Class 351 AWWA C 153, C 110, C 112
02/26/14 E1-07 MJ Fittings Accucast Class 350 C-153 MJ Fittings AWWA C153 4"-12"
05/14/98 E1-07 Ductile Iron Joint Restraints Ford Meter Box Co./Uni-Flange Uni-Flange Series 1400 AWWA C111/C153 4" to 36"
05/14/98 E1-24 PVC Joint Restraints Ford Meter Box Co./Uni-Flange Uni-Flange Series 1500 Circle-Lock AWWA C111/C153 4" to 24"
11/09/04 E1-07 Ductile Iron Joint Restraints One Bolt, Inc.One Bolt Restrained Joint Fitting AWWA C111/C116/C153 4" to 12"
02/29/12 33-11-11 Ductile Iron Pipe Mechanical Joint Restraint EBAA Iron, Inc.Megalug Series 1100 (for DI Pipe)AWWA C111/C116/C153 4" to 42"
02/29/12 33-11-11 PVC Pipe Mechanical Joint Restraint EBAA Iron, Inc.Megalug Series 2000 (for PVC Pipe)AWWA C111/C116/C153 4" to 24"
08/05/04 E1-07 Mechanical Joint Retainer Glands(PVC)Sigma, Co.Sigma One-Lok SLC4 - SLC10 AWWA C111/C153 4" to 10"
03/06/19 33-11-11 Mechanical Joint Retainer Glands(PVC)Sigma, Co.Sigma One-Lok SLCS4 - SLCS12 AWWA C111/C153 4" to 12"
08/05/04 E1-07 Mechanical Joint Retainer Glands(PVC)Sigma, Co.Sigma One-Lok SLCE AWWA C111/C153 12" to 24"
08/10/98 E1-07 MJ Fittings(DIP)Sigma, Co.Sigma One-Lok SLDE AWWA C153 4" - 24"
10/12/10 E1-24 Interior Restrained Joint System S & B Techncial Products Bulldog System ( Diamond Lok 21 & JM
ASTM F-1624 4" to 12"
08/16/06 E1-07 Mechanical Joint Fittings SIP Industries(Serampore)Mechanical Joint Fittings AWWA C153 4" to 24"
11/07/16 33-11-11 Mechanical Joint Retainer Glands Star Pipe Products, Inc.PVC Stargrip Series 4000 ASTM A536 AWWA C111
11/07/16 33-11-11 Mechanical Joint Retainer Glands Star Pipe Products, Inc.DIP Stargrip Series 3000 ASTM A536 AWWA C111
03/19/18 33-11-11 Mechanical Joint Retainer Glands SIP Industries(Serampore)
EZ Grip Joint Restraint (EZD) Black For DIP
ASTM A536 AWWA C111 3"-48"
03/19/18 33-11-11 Mechanical Joint Retainer Glands SIP Industries(Serampore)EZ Grip Joint Restraint (EZD) Red for C900
DR14 PVC Pipe ASTM A536 AWWA C111 4"-12"
03/19/18 33-11-11 Mechanical Joint Retainer Glands SIP Industries(Serampore)EZ Grip Joint Restraint (EZD) Red for C900
DR18 PVC Pipe ASTM A536 AWWA C111 16"-24"
* From Original Standard Products List 5
Approval Spec No.Classsification Manufacturer Model No.National Spec Size
CITY OF FORT WORTH
WATER DEPARTMENT
STANDARD PRODUCT LIST Updated:11-6-24
Water - Pipes/Valves & Fittings/Resilient Seated Gate Valve* 33-12-20 (05/13/15)
Resilient Wedged Gate Valve w/no Gears American Flow Control Series 2500 Drawing # 94-20247 16"
12/13/02 Resilient Wedge Gate Valve American Flow Control Series 2530 and Series 2536 AWWA C515 30" and 36"
08/31/99 Resilient Wedge Gate Valve American Flow Control Series 2520 & 2524 (SD 94-20255)AWWA C515 20" and 24"
05/18/99 Resilient Wedge Gate Valve American Flow Control Series 2516 (SD 94-20247)AWWA C515 16"
10/24/00 E1-26 Resilient Wedge Gate Valve American Flow Control Series 2500 (Ductile Iron)AWWA C515 4" to 12"
08/05/04 Resilient Wedge Gate Valve American Flow Control 42" and 48" AFC 2500 AWWA C515 42" and 48"
05/23/91 E1-26 Resilient Wedge Gate Valve American AVK Company American AVK Resilient Seaded GV AWWA C509 4" to 12"
01/24/02 E1-26 Resilient Wedge Gate Valve American AVK Company 20" and smaller
*E1-26 Resilient Seated Gate Valve Kennedy 4" - 12"
*E1-26 Resilient Seated Gate Valve M&H 4" - 12"
*E1-26 Resilient Seated Gate Valve Mueller Co.4" - 12"
11/08/99 Resilient Wedge Gate Valve Mueller Co.Series A2361 (SD 6647)AWWA C515 16"
01/23/03 Resilient Wedge Gate Valve Mueller Co.Series A2360 for 18"-24" (SD 6709)AWWA C515 24" and smaller
05/13/05 Resilient Wedge Gate Valve Mueller Co.Mueller 30" & 36", C-515 AWWA C515 30" and 36"
01/31/06 Resilient Wedge Gate Valve Mueller Co.Mueller 42" & 48", C-515 AWWA C515 42" and 48"
01/28/88 E1-26 Resilient Wedge Gate Valve Clow Valve Co.AWWA C509 4" - 12"
10/04/94 Resilient Wedge Gate Valve Clow Valve Co.16" RS GV (SD D-20995)AWWA C515 16"
11/08/99 E1-26 Resilient Wedge Gate Valve Clow Valve Co.Clow RW Valve (SD D-21652)AWWA C515 24" and smaller
11/29/04 Resilient Wedge Gate Valve Clow Valve Co.Clow 30" & 36" C-515 AWWA C515 30" and 36" (Note 3)
11/30/12 Resilient Wedge Gate Valve Clow Valve Co.Clow Valve Model 2638 AWWA C515 24" to 48" (Note 3)
05/08/91 E1-26 Resilient Seated Gate Valve Stockham Valves & Fittings AWWA C 509, ANSI 420 - stem,
4" - 12"
*E1-26 Resilient Seated Gate Valve U.S. Pipe and Foundry Co.Metroseal 250, requirements SPL #74 3" to 16"
10/26/16 33-12-20 Resilient Seated Gate Valve EJ (East Jordan Iron Works)EJ FlowMaster Gate Valve & Boxes
08/24/18 Matco Gate Valve Matco-Norca 225 MR AWWA/ANSI C115/An21.15 4" to 16"
Water - Pipes/Valves & Fittings/Rubber Seated Butterfly Valve 33-12-21 (07/10/14)
*E1-30 Rubber Seated Butterfly Valve Henry Pratt Co.AWWA C-504 24"
*E1-30 Rubber Seated Butterfly Valve Mueller Co.AWWA C-504 24"and smaller
1/11/99 E1-30 Rubber Seated Butterfly Valve Dezurik Valves Co.AWWA C-504 24" and larger
06/12/03 E1-30 Valmatic American Butterfly Valve Valmatic Valve and Manufacturing Corp.Valmatic American Butterfly Valve.AWWA C-504 Up to 84" diameter
04/06/07 E1-30 Rubber Seated Butterfly Valve M&H Valve M&H Style 4500 & 1450 AWWA C-504 24" to 48"
03/19/18 33 12 21 Rubber Seated Butterfly Valve G. A. Industries (Golden Anderson)AWWA C504 Butterfly Valve AWWA C-504 30"-54"
09/03/24 33 12 21 Rubber Seated Butterfly Valve American AVK Company AWWA C504 Butterfly Valve Class 250B AWWA C-504 24" - 48"
Water - Polyethylene Encasement 33-11-10 (01/08/13)
05/12/05 E1-13 Polyethylene Encasment Flexsol Packaging Fulton Enterprises AWWA C105 8 mil LLD
05/12/05 E1-13 Polyethylene Encasment Mountain States Plastics (MSP) and AEP Ind.Standard Hardware AWWA C105 8 mil LLD
05/12/05 E1-13 Polyethylene Encasment AEP Industries Bullstrong by Cowtown Bolt & Gasket AWWA C105 8 mil LLD
09/06/19 33-11-11 Polyethylene Encasment Northtown Products Inc. PE Encasement for DIP AWWA C105 8 mil LLD
Water - Sampling Station
03/07/23 33 12 50 Water Sampling Station Kupferle Foundry Company Eclipse, Number 88 , 12-inch Depth of Bury As shown in spec. 33 12 50
09/02/24 33 12 50 Water Sampling Station Mueller Water Products, Inc.Model BSS01-36-MUDG2-CSD-NL, Freeze
Proof, Hasp for Locking Access Hatch
This product removed
Water - Automatic Flusher
10/21/20 Automated Flushing System Mueller Hydroguard
HG6-A-IN-2-BRN-LPRR(Portable)
HG2-A-IN--2-PVC-018-LPLG(Permanent)
04/09/21 Automated Flushing System Kupferle Foundry Company Eclipse #9800wc
04/09/21 Automated Flushing System Kupferle Foundry Company Eclipse #9700 (Portable)
Yellow Highlight indicates recent changes
The Fort Worth Water Department’s Standard Products List has been developed to minimize the submittal review of products which meet the Fort Worth Water Department’s Standard Specifications during utility construction projects. When Technical
Specifications for specific products, are included as part of the Construction Contract Documents, the requirements of the Technical Specification will override the Fort Worth Water Department’s Standard Specifications and the Fort Worth Water Department’s
Standard Products List and approval of the specific products will be based on the requirements of the Technical Specification whether or not the specific product meets the Fort Worth Water Department’s Standard Specifications or is on the Fort Worth Water
* From Original Standard Products List 6