HomeMy WebLinkAbout062444-PM1 - Construction-Related - Contract - Stonehawk Northside, LLC and Bandera Utility ContractorsPROJECT MANUAL
FOR
THE CONSTRUCTION OF
WATER & WASTEWATER IMPROVEMENTS
TO SERVE
STONEHAWK NORTHSIDE
IPRC24-0025
City Project No. 105421
FID No. 30114-0200431-105421-E07685
X- 28087
Mattie Parker David Cooke
Mayor City Manager
Christopher P. Harder, P.E.
Director, Water Department
Lauren Prieur
Interim Director, Transportation and Public Works Department
Prepared for
The City of Fort Worth
September 2025
Prepared by:
Texas Registered Engineering Firm F-928
801 Cherry Street, Suite 1300, Unit 11
Fort Worth, TX 76102
817.339.2269
Kimley-Horn No. 061298200
CSC No. 62444-PM1
00 00 10
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 1 of 5
CITY OF FORT WORTH Stonehawk Northside Water & Wastewater
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 105421
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 02/14/2018
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
Technical Specifications which have been modified by the Engineer specifically for this
Project; hard copies are included in the Project’s Contract Documents
00 00 10
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 2 of 5
CITY OF FORT WORTH Stonehawk Northside Water & Wastewater
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 105421
Revised March 20, 2020
Division 02 - Existing Conditions
None
Technical Specifications listed below are included for this Project by reference and can be
viewed/downloaded from the City’s website at:
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 10
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 3 of 5
CITY OF FORT WORTH Stonehawk Northside Water & Wastewater
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 105421
Revised March 20, 2020
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
32 17 23 Pavement Markings
11/22/2013
00 00 10
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 4 of 5
CITY OF FORT WORTH Stonehawk Northside Water & Wastewater
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 105421
Revised March 20, 2020
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 10
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 5 of 5
CITY OF FORT WORTH Stonehawk Northside Water & Wastewater
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 105421
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
Appendix
GR-01 60 00 Product Requirements
END OF SECTION
i.. :�: :�
0'� F�Mg�iC -
r.,�' 4 '
STONEHAWK NORTHSIDE
CITY PROJECT NO. 105421
SECTION 00 42 43
Developer Awarded Pro�ects - PROPOSAL FORM
UNIT PRICE BID
Bidhs[
i . ry k Descnp[wn -
I 1 3305 0109 Trench Suirir
2 0241 1118 4"-12" Pressure Plug
3 3311 0061 4" PVC Water Pipe
4 3311.0161 6" PVC Water Pipe
5 3311.0261 8" PVC Water Pipe
6 3311.0461 12" PVC Water Pipe
� 7 3312.0001 Fire Hydrant
8 3312 0002 Water Sampling Station
9 3312 0108 Connection to Existing 24" Water Main
� 10 33122003 1" Water Service
11 3312 2802 4" Water Meter and Vault
12 3312 3005 12" Gate Valve
I 13 3312 4105 12" x 4" Tapping Sleeve & Valve
14 3312 4106 12" x 6" Tapping Sleeve & Valve
15 3312.4107 12" x 8" 7apping Sleeve & Valve
� 16 .3312.4211 24" x 12" TapDing Sleeve & Valve
�
Projec[ [lem Liforma[ion
Specification Section No
UNIT I: WATER IMPRO\/EIIAENT�
:!:s:i �::� .
4.7�11 I��
331112 _ _
3311 12
3311 12
331112 ,
33 12 40
33 12 50
._,'7y!.
:i3'2 1:�
331219 �
:i.'i 7�?�i _
33 i2 25
33 12 25 :
�, 7 2 25
33y12 25
Bidder's Application
Bidders Proposal
I n�i �i' il �J � Unit Price
tltttnr{ Quantiq• I
I F �=' I$1.00
Eb 3 J$500.00
LF �� $60.00
i F 7i II$72.00
Lf 'I£� $90.00
LF 5� $152.10
F�4 1 I $6,808 50
� ER 5 I$1,25000
Er5 � . $3,150 00
EA 7 $1,500.00
y El� 1 $40,914 90
tfS 7 $6,535 80
EJ5 i ` $6,500 00
+ EA 7 $7,500 00
F z 7 $6,500 00
C•� � $16,50000
TOTAL UNIT I: WATER IMPROVEMENTS _
Bfd Value I
I
$83.00,
_ $1,500 00.
$600 00;
$720.00�
$900.00i
$8,061.30i
$6,808.50�
$6,250.00
$3,150.00
$1,500.00�
$40,914.90
$6,535.80
$6,500.00I
$7,500.00�
$8,500.00�
$16,500 00�
$116,023.50�
..'� CP FY,R� 5'�;�NT-�
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS
�ry,_,�ryn��r� � i�;y 004243_BidProposal-SHNorthside
.. -_.�?C�C?+.
i �e . : i i.! �
UNIT PRICE BID
�dl,m
� i��:�o �� �
�
Descnptian
STONEHAWK NORTHSIDE
CITY PROJECT NO. 105421
SECTION 00 42 43
Developer Awarded Projects - PROPOSAL FORM
Pro�ea Item Information
Bidder's Application
B�dder's Proposal
� ,�� .,i ����s
Specificanon Section No �' � � T�� '
kk��wr Quannq,
IINIT II� S4NIT�RYSEWER IMPROVEMENTS
33+J3 °fl : � &�i $1.00
02 41 14 CY � 50 $21.00
Ua�i �� fR 2 $9,790.00
33 �71 :1 �F �'s l $3 00
�'Yq1 �p ih 1 $2,500.00
33 01 30 �A 8 $500 00
33 11 10, 33 31 12, 33 31 20 �. F_ 3f, $296 10
33 11 10, 33 31 13, 33 31 20, 33 31 21 LF i 95 $294.30
= 3:!;;r,�U �,rF ir� $50000
333910,333920 EA . $11,729.70
33 39 10, 33 39 20 Fr+ F $22,130.10
33 39 10, 33 39 20 EA J $27,761.40
33 39 10, 33 39 20 V F 116 5 $350-00
;:� u 7:u i _., _ I J$186.940.00
TOTAL UNIT II: SANITARY SEWER IMPRQVEMENTS�
�
� I 3305.0109 �rench Safety
� P 0241 2001 Sanitary Line Groulinq
�9 0241 2202 Remove 5' Sewer Manhole
# 3301.0002 Post-CCN Inspection �
� 5 3301.0101 Manhole Vacuum Testinp
�6 3305 0113 �rench WaterStop9
F 3331.4115 8" Sewer Pipe
I E] 3331 4310 21" Sewer Pipe, Select Backfill
L�+ 3339 0001 Epoxy Manhole Liner
r i�:: 3339 1001 4' Manhole
� 1� 33391101 5' Manhole
�_ 12 3339.1102 5' Drop Manhole
13 3339.1103 5' Extra Depth Manhole
! 1-0 3303 0001 Bypass Pumping
�
�
�
Bid Summary
UNIT �: ViATER IMPROVEMENTS
UNIT II: SANITARY SEWER IMPROVEMENTS
This Bid is submi[[ed by the m�tity nnmed below:
r�IhrlrL.�d;
Bnnderfl U�ilit}' Contractor
5750 Genesis Cow�t, Snite 100
Frisco, Tecns 7503a
Contrnctor ngrees to complete NORK for F[\AL ACCEPTrL�'CE within
CO\TRACT commences to n�n as prorided in the Genernl Conditions.
F'k'll {44' SY�{Tlfjl
t:i I r: i= :�.i�� I'r�Gl} f�.
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS
Form Version September 1, 2015
I oi��li'ai�.uvtll�ui 111i1
IhS� i�i5'ral
�� � ��
TITLE: VicePresident
DATE: 7/30/202a
B�d Value
$831 00�
$1,050.00�
$19,580 00�
$2,493.00�
$2,500.00I
$4,000.00�
$10,659 60�
$233,968 50
$82,500 00
$23, 459 40 �
$154,910 70j
$55, 522 80 �
$40, 775.00 �
$186,940.00�
$819,190.00�
�
$116,023.50�
$819,190.00�
$935,213.50
30 working dnys nfler fhe dnte when the
00 42 43_Bb Proposal - SH Nohhsitle
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.doc
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 Distribution, 12-inch
diameter and smaller
Bandera Utility Contractor
Sewer Collection System, 21-
inch diameter and smaller
Bandera Utility Contractor
The undersigned hereby certifies that the contractors and/or subcontractors described in the table above
are currently prequalified for the work types listed.
BIDDER:
Address BY:
Address
Address
___________________________
(Signature)
TITLE:
DATE:
END OF SECTION
Kent Vest@banderautility.com
Digitally signed by Kent
Vest@banderautility.com
DN: C=US,
E=kvest@banderautility.com,
O=Bandera Contractors
Utility, CN=Kent
Vest@banderautility.com
Date: 2025.08.29
15:20:01-05'00'
4/30/26
4/30/26
5750 Genesis Court, Suite 100
Frisco, TX 75034
Chief Operating Officer
8/29/25
00 45 26 - 1
CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW
Page 1 of 1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
:
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.
105421. 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:
Bandera Utility Contractors
Company
5750 Genesis Court, Suite 100
Address
Frisco, TX 75034
City/State/Zip
THE STATE OF TEXAS
COUNTY OF TARRANT
0
By. Kent Vest
(Please Print)
Signature: �
Title: Chief Operating Officer
(Please Print)
BEFORE ME, the undersigned authority, on this day personally appeared
u� , known to me to be the person whose name is
subscribe to the foregoing instrument and acknowledged to me that he/she executed the same as
the act and deed of , for the purposes and consideration
therein expressed and in the capacity therein state�.
GIVEN IJND�MY HAND ANDy�AL OF OFFICE this '� day of
, 2o2S
�`'�r��"'�. SHERRI l. SHORT
`�� �Y Pv i�
;�; ��� � Notery Publ(c, State of Texaa
".� Comm. E�ires 0�22•2026
�'�:�,°;,,�� Notary ID 133978982
Notary Pub '-� nd for the State of Texas
END OF SECTION
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised Apri12, 2014
Insert Project Name Water & Wastewater
CPN Insert Proj ect CPN #
00 61 25 - 1
CERTIFICATE OF INSURANCE
Page 1 of 1
CITY OF FORT WORTH Stonehawk Northside Water & Wastewater
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 105421
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
22
END OF SECTION23
P.O. Box 712 • Des Moines, lowa 50306-0712
�� �_
INSURANCE
POWER OF ATTORNEY APPQINTING INDIVIDUAL AITQRNEY-IN-FACT
KNOW ALL MEN BY THESE PRESENTS, that:
1. Employers Mutual Casualty Company, an lowa Corporation
2. EMCASCO Insurance Company, an lowa Corporatlon
3. Unlon Insurance Company of Providence, an lowa Corporatlon
4. Illinois EMCASCO insurance Company, an lowa Corporation
5. Dakota Flre Insurance Company, a North Dakota Corporation
6. EMC Property & Casualty Company, an lowa Corporation
hereinafter referred to severally as "Company" and collectively as "Companies", each does, by these presents, make, constitute and appoint:
Sam Sealer
its true and lawful attomey-in-fact, with full power and authority conferred to sign, seal, and execute the following Surety Bond(s):
Surety Bcnd Principal:
Number Bandera Utility Contractors,
LLC
S055076
and to bind each Company thereby as fully and to the same extent as if such instruments were signed by the duly authorized otficers of each such Company, and all
of the acts of said attomey pursuarrt to the authoriry hereby given are hereby radfied and cor�irmed.
AUTHORITY FQR POWER OF ATTQRNEY
Thfs Power-of-Attorney is made and executed pursuant to and by the authority of the following resolutlon of the Boards of Directors of each of the Companies at the
first regularly scheduled meeting of each company duly called and held in 1999:
RESOLVED: The President and Chief Executive �fficer, any Vice President, the Treasurer and the Secretary of Employers Mutual Casualiy Company shall have
power and authority to (1) appoint attomeys-in-fact and authorize them to execute on behalf of each Campany and attach the seal of the Company thereto, honds
and undertakings, recognizanoes, contracts of indemnity and other writings obligatory in the nature thereof; and (2) to remove any such attomey-in-fact at any time
and revoke the power and authority given to him or her. Attomeys-in-fact shall have power and authariry, subJect to the terms and limitations oF the power-of-attorney
issued to them, to execute and deliver on behalf of the Campany, and to attach the seal of the Company thereio, bonds and undertakings, recognizances, contracts of
indemnity and other writings obligatory in the nature thereof, and any such instrument executed by any such attorney-in-fact shall be fully and in all respects binding upon
the Company. Certification as to the validity of any power•of•attorney authorized herein made by an officer of Employers Mutual Casuali�r Company shall be fully and in all
respecls binding upon this Company. The facsimile or mechanically reproduced signature of such officer, whether made heretofore or hereafter, wherever appea�ing upon
a certified copy of any power•of-attomey of the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed,
IN WITNESS THEREOF, the Companies have caused these presents to be sig d for each by their officers as shown, and the Corporate seals to b hereto affixed this
22nd day of September , 2022 . /
Seals �•
�G�� f J
,�,�„�,,,, ,,,�,�,�,�,, ...,,,,�....
o.Hs�,,,�c ' ,,,`� GflMvqM1,y. ,; ��,,; �, �4s,, ott R. Jean, ident & CEO Todd Strother,Executive Vice President
`ppP�pq�. , F- =��,�vOPPnpq� o= : o:�,qpP�A��' p � f Company 1; rman, President Chief Legal Of�cer & Secretary of
���,SEAL ���`' "? �`� �`' 2 �`�' = & CEO of Co nies 2 3 4 5& 6 Companies 1, 2, 3, 4, 5& 6
_�- =3- :N- 1863 =o: :,,? 1953 =K- , , ,
. }b �
��%.�� :r: 'g% IOWA ��� :�: .`�O:
'� *,/OWA,'� : ` ^'�?O�H� �. �a'.1�'��� � y, �f �� ii �
���,��,,,�•` „�,,,,�•� �„„
, „�„�,, �,,,,,,�,., ,,,,���,�,,,
���ta`,iUflAly�Fh� �NSUAq,y'h, ,�`�uTUAI C
p : :��Q��.�u�r�CF py ��ii��iP�'.
�� .4ppPOR�����y'� :P ���pPOBSrfi 3� :.yvT:4qRPOAqr�;�_
�a
:w5 SEAL =�_'- ;;; SEAL _ g_` :�: SEAL =�=
% ' :i' :A:
'.,'yp'� n�.. �P ;? � C.'. � ��,��r,p�
�'*'�OWA,#.`,, r�R1F10AK�• SMOINES.`-•��
�„���,,.�•' ,,,�„ .,,,�,
��KA�TM1f I.�OoVERIQ6E
.a�.�� �»onq
�� �
On this 22�d day of September 2022 before me a Notary Public in and far the 5tate
of lowa, personally appeared Scott R. Jean and Todd Strother, who, being by me duly sworn,
did say that they are, and are known to me to be the CEO, Chairtnan, President, Executive
Vice President, Chief Legal Officer andlor Secretary, respectively, of each of the Companies
above; that the seals affixed to this instrumerrt are the seals of said corporations; that said
instrument was signed and sealed on behalf of each of the Companies by authority of thefr
respective Boards of Directors; and that the said Scott R. Jean and Todd Strother, as such
officers, acknowledged the execution of said instrument to be their voluntary act and deed,
and the voluntary act and deed of each of the Companles.
My Commission Expires October 10, 2025.
CERTIFICATE
c�°��!�/
Notary Publl in and for the State of wa
I, Ryan J. Springer, Vice President of the Companies, do hereby certify that ihe foregoing resolution of the Boards of Directors by each �f ihe Companies, and
this Power of Attomey issued pursuant thereto on 22nd day of September , 2022 , are true and correct and are still in full foroe and effect
In Testimony Whereof I have subscribed my name and affixed the facsimile seal of each Company this 2nd day of September � 2025
� Vice President
7g51 �g.22� S055076-NA 1�123 902 AC 009085 "For ver'rfication of the authenticity of the Power of Attarney you may call (515) 34�7548."
29th August 25
Nine Hundred Thirty Five Thousand Two Hundred Thirteen
$935,213.50$935,213.50
StoneHawk Northside, LLCStoneHawk Northside, LLC
1
2
0�6213-2
PERFORMANCE BOND
Page 2 of 2
This bond is made and executed in compliance with the provisions of Chapter 2253 of the
Texas Government Code, as amended, and all liabilities on this bond shall be determined in
3 accordance with the provisions of said statue.
4 IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEAI,ED this
5 instrument by duly authorized agents and officers on this the 2nd day of
� Septem�er �� 25
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
2g
24
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
ATTEST:
(Principal) Secretary
PRINCIPAL:
Bandera Utility Contractors
BY: �r
ignature
�,-tr �b''Sr � �v
Name and Title
Address: 5750 Genesis Court, ste 100
Frisco, TX 75034
V�'itness as to Principal
SURETY:
Employers MUNaI Casualty CompanylUnlon Insura�ca Cornpany of Pmvidenc«
BY: Sa�ti Se�l�'
Signature
Sam Sealer, Attorney in Fact
Name and Title
���':.��:�
'�_ SEAL
`':'�'�,�:`:�!:
Address: 717 Mulberry Street �,Vk��Mp,kf'
: e;: atnv r
Des Moines, IA 50309 = �'�p '�'-r
: �; 1883
��
ftiMai^ie- �,°�������;��°
Witness as to Surety Telephone Number: 972-979-3138 �����'���
*Note: If signed by an officer of the Surety Company, there must be on file a certified extract
from the by-laws showing that this person has authority to sign such obligation. If Surety's
physical address is different from its mailing address, both must be provided.
The date of the bond shall not be prior to the date the Contract is awarded.
CITY OF FORT WORTH
STANDARD CITY CONDITIOI�S — DEVELOPER AWARDED PROJECTS
Revised January 31, 2012
Stonehawk Northside Water &
Wastewater CPN 105421
29th 25
StoneHawk Northside, LLC
Nine Hundred Thirty Five Thousand Two Hundred Thirteen
$935,213.50$935,213.50
August
006214-2
PAYMENTBOND
Page 2 of2
1 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED this
2 instrument by duly authorized agents and officers on this the 2nd day of
3 September� Zp 25 ,
�
PRINCIPAL:
Bandera Utility Contractors
ATTEST:
(Principal) Secretary
BY: �'
ignature
� ���� � ��
Name and Title
Address: 5750 Genesis Court, ste 100
Frisco, TX 75034
Witness as to Principal
SURETY:
Employers Mutual Casuatry CompenylUnion Insurence Company oi Providence
5
6
7
8
9
10
11
ATTEST:
tlNta�ie-
(Surety) Secretary
BY: S�ww Se�+.�er
Signature
Sam Sealer, Attorney in Fact
Name and Title
;��Mr�iC••.
� 4�A.SEA�� 1
;�����:
�..�1/� ��
Witness as to Surety
Address: 717 Mulberry Street
Des Moines, IA 50309
Telephone Number: 972-979-3138
, , 4� �oPAR,�Nh �'�
. d 'ocPaaR.-�:
: m�: :� 'ii : c'
:x: �sss :�,
IOWA : ti':
`ti �i'` �.�r�'_�a�'
..� � j � �• � �.
Note: If signed by an officer of the Surery, there must be on file a certified extract from the bylaws
showing that this person has authoriry to sign such obligation. If Surety's physical address is different
from its mailing address, both must be provided.
The date of the bond shall not be prior to the date the Contract is awarded.
END OF SECTIO
CITI' OF FORT WORTH Stonehawk Northside Water &
STANDARD CITI' CONDITIONS — DEVELOPER AWARDED PROJECTS Wastewater CPN 105421
Revised January 31, 2012
2529th
$935,213.50
StoneHawk Northside, LLC
Nine Hundred Thirty Five Thousand Two Hundred Thirteen
August
006219-2
Iv1AINTENANCE BOND
Page 2 of 3
1 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part upon
2 receiving notice from the Developer and/or City of the need thereof at any time within the
3 Maintenance Period.
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
NOW THEREFORE, the condition of this obligation is such that if Principal shall remedy
any defective Work, for which timely notice was provided by Developer or City, to a completion
satisfactory to the City, then this obligation shall become null and void; otherwise to remain in full
force and effect.
PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely
noticed defective Work, it is agreed that the Developer or City may cause any and all such defective
Work to be repaired and/or reconstructed with all associated costs thereof being borne by the
Principal and the Surety under this Maintenance Bond; and
PROVIDED FURTHER, that if any legal action be filed on this Bond, venue sha111ie in
Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort
Worth Division; and
PROVIDED FURTHER, that this obligation shall be continuous in nature and successive
recoveries may be had hereon for successive breaches.
CITY OF FORT WORTH Stonehawk Northside Water & Wastewater
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN 105421
Revised January 31, 2012
0�6219-3
MAINTENANCE BOND
Page 3 of 3
1 IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this
F�
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
instrument by duly authorized agents and officers on this the
September , 20 25
ATTEST:
(Principal) Secretary
Witness as to Principal
ATTEST:
i N ► 1�(� �
(Surety) Secretary
Lu.ke- Se�r.�r
Wimess as to Surery
2nd day of
PRINCIPAL:
Bandera Utilitv Contractor
BY: ,�
�5ignature
�r �� �
Name and itle
Address: 5750 Genesis Court, Suite 100
Frisco. Texas. 75034
SURETY:
Employe5 Mutual Casualty CompanylUnlon Insurence Company of ProviC�ence
BY: Sa,�w Se�,e�^
Signature
Sam Sealer, Attornev in Fact
Name and Title
Address: 717 Mulberry Street
Des Moines, IA 50309
Telephone Number: 972-979-3138
*Note: If signed by an officer of the Surety Company, there must be on file a certified extract
from the by-laws showing that this person has authority to sign such obligation. If Surety's
physical address is different from its mailing address, both must be provided.
The date of the bond shall not be prior to the date the Contract is awarded.
's� s Y�i
���@���;�
, ;`� g4R1k�ro
. �,:•.e�,;,
: ��.,` �,
; �0 1883
:,+;'•-„°; ;;, ;
-,.�►� � �.,
CITY OF FORT WORTH Stonehawk Northside Water & Wastewater
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS CPN 105421
Revised January 31, 2012
P.O. Box 712 • Des Moines, lowa 50306-0712
�� �_
INSURANCE
POWER OF ATTORNEY APPQINTING INDIVIDUAL AITQRNEY-IN-FACT
KNOW ALL MEN BY THESE PRESENTS, that:
1. Employers Mutual Casualty Company, an lowa Corporation
2. EMCASCO Insurance Company, an lowa Corporatlon
3. Unlon Insurance Company of Providence, an lowa Corporatlon
4. Illinois EMCASCO insurance Company, an lowa Corporation
5. Dakota Flre Insurance Company, a North Dakota Corporation
6. EMC Property & Casualty Company, an lowa Corporation
hereinafter referred to severally as "Company" and collectively as "Companies", each does, by these presents, make, constitute and appoint:
Sam Sealer
its true and lawful attomey-in-fact, with full power and authority conferred to sign, seal, and execute the following Surety Bond(s):
Surety Bcnd Principal:
Number Bandera Utility Contractors,
LLC
S055076
and to bind each Company thereby as fully and to the same extent as if such instruments were signed by the duly authorized otficers of each such Company, and all
of the acts of said attomey pursuarrt to the authoriry hereby given are hereby radfied and cor�irmed.
AUTHORITY FQR POWER OF ATTQRNEY
Thfs Power-of-Attorney is made and executed pursuant to and by the authority of the following resolutlon of the Boards of Directors of each of the Companies at the
first regularly scheduled meeting of each company duly called and held in 1999:
RESOLVED: The President and Chief Executive �fficer, any Vice President, the Treasurer and the Secretary of Employers Mutual Casualiy Company shall have
power and authority to (1) appoint attomeys-in-fact and authorize them to execute on behalf of each Campany and attach the seal of the Company thereto, honds
and undertakings, recognizanoes, contracts of indemnity and other writings obligatory in the nature thereof; and (2) to remove any such attomey-in-fact at any time
and revoke the power and authority given to him or her. Attomeys-in-fact shall have power and authariry, subJect to the terms and limitations oF the power-of-attorney
issued to them, to execute and deliver on behalf of the Campany, and to attach the seal of the Company thereio, bonds and undertakings, recognizances, contracts of
indemnity and other writings obligatory in the nature thereof, and any such instrument executed by any such attorney-in-fact shall be fully and in all respects binding upon
the Company. Certification as to the validity of any power•of•attorney authorized herein made by an officer of Employers Mutual Casuali�r Company shall be fully and in all
respecls binding upon this Company. The facsimile or mechanically reproduced signature of such officer, whether made heretofore or hereafter, wherever appea�ing upon
a certified copy of any power•of-attomey of the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed,
IN WITNESS THEREOF, the Companies have caused these presents to be sig d for each by their officers as shown, and the Corporate seals to b hereto affixed this
22nd day of September , 2022 . /
Seals �•
�G�� f J
,�,�„�,,,, ,,,�,�,�,�,, ...,,,,�....
o.Hs�,,,�c ' ,,,`� GflMvqM1,y. ,; ��,,; �, �4s,, ott R. Jean, ident & CEO Todd Strother,Executive Vice President
`ppP�pq�. , F- =��,�vOPPnpq� o= : o:�,qpP�A��' p � f Company 1; rman, President Chief Legal Of�cer & Secretary of
���,SEAL ���`' "? �`� �`' 2 �`�' = & CEO of Co nies 2 3 4 5& 6 Companies 1, 2, 3, 4, 5& 6
_�- =3- :N- 1863 =o: :,,? 1953 =K- , , ,
. }b �
��%.�� :r: 'g% IOWA ��� :�: .`�O:
'� *,/OWA,'� : ` ^'�?O�H� �. �a'.1�'��� � y, �f �� ii �
���,��,,,�•` „�,,,,�•� �„„
, „�„�,, �,,,,,,�,., ,,,,���,�,,,
���ta`,iUflAly�Fh� �NSUAq,y'h, ,�`�uTUAI C
p : :��Q��.�u�r�CF py ��ii��iP�'.
�� .4ppPOR�����y'� :P ���pPOBSrfi 3� :.yvT:4qRPOAqr�;�_
�a
:w5 SEAL =�_'- ;;; SEAL _ g_` :�: SEAL =�=
% ' :i' :A:
'.,'yp'� n�.. �P ;? � C.'. � ��,��r,p�
�'*'�OWA,#.`,, r�R1F10AK�• SMOINES.`-•��
�„���,,.�•' ,,,�„ .,,,�,
��KA�TM1f I.�OoVERIQ6E
.a�.�� �»onq
�� �
On this 22�d day of September 2022 before me a Notary Public in and far the 5tate
of lowa, personally appeared Scott R. Jean and Todd Strother, who, being by me duly sworn,
did say that they are, and are known to me to be the CEO, Chairtnan, President, Executive
Vice President, Chief Legal Officer andlor Secretary, respectively, of each of the Companies
above; that the seals affixed to this instrumerrt are the seals of said corporations; that said
instrument was signed and sealed on behalf of each of the Companies by authority of thefr
respective Boards of Directors; and that the said Scott R. Jean and Todd Strother, as such
officers, acknowledged the execution of said instrument to be their voluntary act and deed,
and the voluntary act and deed of each of the Companles.
My Commission Expires October 10, 2025.
CERTIFICATE
c�°��!�/
Notary Publl in and for the State of wa
I, Ryan J. Springer, Vice President of the Companies, do hereby certify that ihe foregoing resolution of the Boards of Directors by each �f ihe Companies, and
this Power of Attomey issued pursuant thereto on 22nd day of September , 2022 , are true and correct and are still in full foroe and effect
In Testimony Whereof I have subscribed my name and affixed the facsimile seal of each Company this 2nd day of September � 2025
� Vice President
7g51 �g.22� S055076-NA 1�123 902 AC 009085 "For ver'rfication of the authenticity of the Power of Attarney you may call (515) 34�7548."
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Stonehawk Northside Water & Wastewater
Revised January 10, 2013 CPN 105421
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 ................................................ 23Indemnification
24
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Stonehawk Northside Water & Wastewater
Revised January 10, 2013 CPN 105421
5.18 Delegation of Professional Design Services ............................................................................... 24
5.19 Right to Audit: ............................................................................................................................. 25
5.20 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 Contr act 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 Stonehawk Northside Water & Wastewater
Revised January 10, 2013 CPN 105421
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 Stonehawk Northside Water & Wastewater
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS CPN 105421
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 Stonehawk Northside Water & Wastewater
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS CPN 105421
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 Stonehawk Northside Water & Wastewater
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS CPN 105421
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 Stonehawk Northside Water & Wastewater
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS CPN 105421
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 Stonehawk Northside Water & Wastewater
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS CPN 105421
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 si milar directive or usage thereof, shall mean furnishing
and incorporating in the Work including all necessary labor, materials, equipment, and
everything necessary to perform the Work indicated, unless specifically limited in the context
used.
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 Stonehawk Northside Water & Wastewater
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS CPN 105421
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 Stonehawk Northside Water & Wastewater
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS CPN 105421
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 Stonehawk Northside Water & Wastewater
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS CPN 105421
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 Stonehawk Northside Water & Wastewater
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS CPN 105421
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 Stonehawk Northside Water & Wastewater
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS CPN 105421
Revised January 10, 2013
1) $100,000 each accident/occurrence
2) $100,000 Disease - each employee
3) $500,000 Disease - policy limit
A.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.
B.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 Stonehawk Northside Water & Wastewater
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS CPN 105421
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
B.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-
00 73 10- 12
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 12 of 35
CITY OF FORT WORTH Stonehawk Northside Water & Wastewater
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS CPN 105421
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.
C.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.
D.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 Stonehawk Northside Water & Wastewater
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS CPN 105421
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 Stonehawk Northside Water & Wastewater
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS CPN 105421
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 Stonehawk Northside Water & Wastewater
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS CPN 105421
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 Stonehawk Northside Water & Wastewater
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS CPN 105421
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 Stonehawk Northside Water & Wastewater
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS CPN 105421
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
00 73 10- 18
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 18 of 35
CITY OF FORT WORTH Stonehawk Northside Water & Wastewater
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS CPN 105421
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
00 73 10- 19
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 19 of 35
CITY OF FORT WORTH Stonehawk Northside Water & Wastewater
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS CPN 105421
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 Stonehawk Northside Water & Wastewater
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS CPN 105421
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 Stonehawk Northside Water & Wastewater
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS CPN 105421
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 Stonehawk Northside Water & Wastewater
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS CPN 105421
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 Stonehawk Northside Water & Wastewater
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS CPN 105421
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 Stonehawk Northside Water & Wastewater
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS CPN 105421
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 Stonehawk Northside Water & Wastewater
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS CPN 105421
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 Stonehawk Northside Water & Wastewater
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS CPN 105421
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 Stonehawk Northside Water & Wastewater
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS CPN 105421
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 Stonehawk Northside Water & Wastewater
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS CPN 105421
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 Stonehawk Northside Water & Wastewater
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS CPN 105421
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 Stonehawk Northside Water & Wastewater
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS CPN 105421
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 Stonehawk Northside Water & Wastewater
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS CPN 105421
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 Stonehawk Northside Water & Wastewater
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS CPN 105421
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 Stonehawk Northside Water & Wastewater
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS CPN 105421
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 Stonehawk Northside Water & Wastewater
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS CPN 105421
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 Stonehawk Northside Water & Wastewater
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS CPN 105421
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 Stonehawk Northside Water & Wastewater
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – Developer Awarded Projects CPN 105421
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 Stonehawk Northside Water & Wastewater
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – Developer Awarded Projects CPN 105421
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 Stonehawk Northside Water & Wastewater
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – Developer Awarded Projects CPN 105421
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
01 25 00 - 1
DAP SUBSTITUTION PROCEDURES
Page 1 of 5
CITY OF FORT WORTH Stonehawk Northside Water & Wastewater
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 105421
Revised August 30, 2013
SECTION 01 25 00
SUBSTITUTION PROCEDURES
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. The procedure for requesting the approval of substitution of a product that is not
equivalent to a product which is specified by descriptive or performance criteria or
defined by reference to 1 or more of the following:
a. Name of manufacturer
b. Name of vendor
c. Trade name
d. Catalog number
2. Substitutions are not "or-equals".
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 – General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various items bid. No
separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Request for Substitution - General
1. Within 30 days after award of Contract (unless noted otherwise), the City will
consider formal requests from Contractor for substitution of products in place of
those specified.
2. Certain types of equipment and kinds of material are described in Specifications by
means of references to names of manufacturers and vendors, trade names, or catalog
numbers.
a. When this method of specifying is used, it is not intended to exclude from
consideration other products bearing other manufacturer's or vendor's names,
trade names, or catalog numbers, provided said products are "or-equals," as
determined by City.
3. Other types of equipment and kinds of material may be acceptable substitutions
under the following conditions:
01 25 00 - 2
DAP SUBSTITUTION PROCEDURES
Page 2 of 5
CITY OF FORT WORTH Stonehawk Northside Water & Wastewater
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 105421
Revised August 30, 2013
a. Or-equals are unavailable due to strike, discontinued production of products
meeting specified requirements, or other factors beyond control of Contractor;
or,
b. Contractor proposes a cost and/or time reduction incentive to the City.
1.5 SUBMITTALS
A. See Request for Substitution Form (attached)
B. Procedure for Requesting Substitution
1. Substitution shall be considered only:
a. After award of Contract
b. Under the conditions stated herein
2. Submit 3 copies of each written request for substitution, including:
a. Documentation
1) Complete data substantiating compliance of proposed substitution with
Contract Documents
2) Data relating to changes in construction schedule, when a reduction is
proposed
3) Data relating to changes in cost
b. For products
1) Product identification
a) Manufacturer's name
b) Telephone number and representative contact name
c) Specification Section or Drawing reference of originally specified
product, including discrete name or tag number assigned to original
product in the Contract Documents
2) Manufacturer's literature clearly marked to show compliance of proposed
product with Contract Documents
3) Itemized comparison of original and proposed product addressing product
characteristics including, but not necessarily limited to: a) Size
b) Composition or materials of construction
c) Weight
d) Electrical or mechanical requirements
4) Product experience
a) Location of past projects utilizing product
b) Name and telephone number of persons associated with referenced
projects knowledgeable concerning proposed product
c) Available field data and reports associated with proposed product
5) Samples
a) Provide at request of City.
b) Samples become the property of the City.
c. For construction methods:
1) Detailed description of proposed method
2) Illustration drawings
C. Approval or Rejection
1. Written approval or rejection of substitution given by the City
01 25 00 - 3
DAP SUBSTITUTION PROCEDURES
Page 3 of 5
CITY OF FORT WORTH Stonehawk Northside Water & Wastewater
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 105421
Revised August 30, 2013
2. City reserves the right to require proposed product to comply with color and pattern
of specified product if necessary to secure design intent.
3. In the event the substitution is approved, if a reduction in cost or time results, it will
be documented by Change Order.
4. Substitution will be rejected if:
a. Submittal is not through the Contractor with his stamp of approval
b. Request is not made in accordance with this Specification Section
c. In the Developer’s opinion, acceptance will require substantial revision of
the original design
d. In the City’s or Developer’s opinion, substitution will not perform
adequately the function consistent with the design intent
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE
A. In making request for substitution or in using an approved product, the Contractor
represents that the Contractor:
1. Has investigated proposed product, and has determined that it is adequate or superior
in all respects to that specified, and that it will perform function for which it is
intended
2. Will provide same guarantee for substitute item as for product specified
3. Will coordinate installation of accepted substitution into Work, to include building
modifications if necessary, making such changes as may be required for Work to be
complete in all respects
4. Waives all claims for additional costs related to substitution which subsequently
arise
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
01 25 00 - 4
DAP SUBSTITUTION PROCEDURES
Page 4 of 5
CITY OF FORT WORTH Stonehawk Northside Water & Wastewater
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 105421
Revised August 30, 2013
Revision Log
DATE NAME SUMMARY OF CHANGE
EXHIBIT A
REQUEST FOR SUBSTITUTION FORM:
TO:
We hereby submit for your consideration the following product instead of the specified item for
the above project:
SECTION PARAGRAPH SPECIFIED ITEM
Proposed Substitution:
Reason for Substitution:
Include complete information on changes to Drawings and/or Specifications which proposed
substitution will require for its proper installation.
Fill in Blanks Below:
A. Will the undersigned contractor pay for changes to the building design, including engineering
and detailing costs caused by the requested substitution?
B. What effect does substitution have on other trades?
C. Differences between proposed substitution and specified item?
D. Differences in product cost or product delivery time?
E. Manufacturer's guarantees of the proposed and specified items are:
Equal Better (explain on attachment)
The undersigned states that the function, appearance and quality are equivalent or superior to the
specified item.
PROJECT:DATE:
01 25 00 - 5
DAP SUBSTITUTION PROCEDURES
Page 5 of 5
CITY OF FORT WORTH Stonehawk Northside Water & Wastewater
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 105421
Revised August 30, 2013
Address
By
Date
Date
Telephone
For Use by City:
Approved Rejected City Date
Submitted By: For Use by City
Signature
as noted
Recommended Recommended
Firm Not recommended Received late
Remarks
01 31 19 -1
DAP PRECONSTRUCTION MEETING
Page 1 of 3
CITY OF FORT WORTH Stonehawk Northside Water & Wastewater
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 105421
Revised August 30, 2013
SECTION 01 31 19
PRECONSTRUCTION MEETING
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. Provisions for the preconstruction meeting to be held prior to the start of Work to clarify
construction contract administration procedures
B. Deviations from this City of Fort Worth Standard Specification
1. No construction schedule required unless requested by the City.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 – General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Coordination
1. Attend preconstruction meeting.
2. Representatives of Contractor, subcontractors and suppliers attending meetings shall be
qualified and authorized to act on behalf of the entity each represents.
3. Meeting administered by City may be tape recorded.
a. If recorded, tapes will be used to prepare minutes and retained by City for future
reference.
B. Preconstruction Meeting
1. A preconstruction meeting will be held within 14 days after the delivery of the distribution
package to the City.
a. The meeting will be scheduled and administered by the City.
2. The Project Representative will preside at the meeting, prepare the notes of the meeting and
distribute copies of same to all participants who so request by fully completing the
attendance form to be circulated at the beginning of the meeting.
3. Attendance shall include:
a. Developer and Consultant
b. Contractor's project manager
c. Contractor's superintendent
d. Any subcontractor or supplier representatives whom the Contractor may desire to invite
or the City may request
01 31 19 -2
DAP PRECONSTRUCTION MEETING
Page 2 of
CITY OF FORT WORTH Stonehawk Northside Water & Wastewater
PER AWARDED PROJECTS CPN 105421
Revised August 30, 2013
e. Other City representatives
f. Others as appropriate
4. Preliminary Agenda may include:
a. Introduction of Project Personnel
b. General Description of Project
c. Status of right-of-way, utility clearances, easements or other pertinent permits
d. Contractor’s work plan and schedule
e. Contract Time
f. Notice to Proceed
g. Construction Staking
h. Progress Payments
i. Extra Work and Change Order Procedures
j. Field Orders
k. Disposal Site Letter for Waste Material
l. Insurance Renewals
m. Payroll Certification
n. Material Certifications and Quality Control Testing
o. Public Safety and Convenience
p. Documentation of Pre-Construction Conditions
q. Weekend Work Notification
r. Legal Holidays
s. Trench Safety Plans
t. Confined Space Entry Standards
u. Coordination with the City’s representative for operations of existing water systems
v. Storm Water Pollution Prevention Plan
w. Coordination with other Contractors
x. Early Warning System
y. Contractor Evaluation
z. Special Conditions applicable to the project
aa. Damages Claims bb. Submittal Procedures cc. Substitution Procedures dd.
Correspondence Routing ee. Record Drawings ff. Temporary construction facilities gg.
MBE/SBE procedures hh. Final Acceptance ii. Final Payment jj. Questions or
Comments
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]
01 31 19 -3
DAP PRECONSTRUCTION MEETING
Page 3 of 3
CITY OF FORT WORTH Stonehawk Northside Water & Wastewater
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 105421
Revised August 30, 2013
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
01 32 33 -1
DAP PRECONSTRUCTION VIDEO
Page 1 of 2
CITY OF FORTH Stonehawk Northside Water & Wastewater
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 105421
Revised August 30, 2013
SECTION 01 32 33
PRECONSTRUCTION VIDEO
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. Administrative and procedural requirements for:
a. Preconstruction Videos
B. Deviations from this City of Fort Worth Standard Specification
1. Though not mandatory, it is highly recommended on infill developer projects.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 – General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Preconstruction Video
1. Produce a preconstruction video of the site/alignment, including all areas in the vicinity
of and to be affected by construction.
a. Provide digital copy of video upon request by the City.
2. Retain a copy of the preconstruction video until the end of the maintenance surety period.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
01 32 33 -2
DAP PRECONSTRUCTION VIDEO
Page 2 of 2
CITY OF FORT WORTH Stonehawk Northside Water & Wastewater
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 105421
Revised August 30, 2013
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
01 33 00 - 1
DAP SUBMITTALS
Page 1 of 8
CITY OF FORT WORTH Stonehawk Northside Water & Wastewater
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 105421
Revised August 30, 2013
SECTION 01 33 00
DAP 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
01 33 00 - 2
DAP SUBMITTALS
Page 2 of 8
CITY OF FORT WORTH Stonehawk Northside Water & Wastewater
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 105421
Revised August 30, 2013
c. No extension of time will be authorized because of the Contractor's failure to transmit
submittals sufficiently in advance of the Work.
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 crossreference
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
01 33 00 - 3
DAP SUBMITTALS
Page 3 of 8
CITY OF FORT WORTH Stonehawk Northside Water & Wastewater
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 105421
Revised August 30, 2013
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
01 33 00 - 4
DAP SUBMITTALS
Page 4 of 8
CITY OF FORT WORTH Stonehawk Northside Water & Wastewater
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 105421
Revised August 30, 2013
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)
01 33 00 - 5
DAP SUBMITTALS
Page 5 of 8
CITY OF FORT WORTH Stonehawk Northside Water & Wastewater
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 105421
Revised August 30, 2013
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.
01 33 00 - 6
DAP SUBMITTALS
Page 6 of 8
CITY OF FORT WORTH Stonehawk Northside Water & Wastewater
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 105421
Revised August 30, 2013
b. Code 2
1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of the
notations and comments IS NOT required by the Contractor.
a) The Contractor may release the equipment or material for manufacture; however,
all notations and comments must be incorporated into the final product.
c. Code 3
1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is assigned when
notations and comments are extensive enough to require a resubmittal of the
package.
a) The Contractor may release the equipment or material for manufacture;
however, all notations and comments must be incorporated into the final
product.
b) This resubmittal is to address all comments, omissions and non-conforming
items that were noted.
c) Resubmittal is to be received by the City within 15 Calendar Days of the date of
the City's transmittal requiring the resubmittal.
d. Code 4
1) "NOT APPROVED" is assigned when the submittal does not meet the intent of the
Contract Documents.
a) The Contractor must resubmit the entire package revised to bring the submittal
into conformance.
b) It may be necessary to resubmit using a different manufacturer/vendor to meet
the Contract Documents.
6. Resubmittals
a. Handled in the same manner as first submittals
1) Corrections other than requested by the City
2) Marked with revision triangle or other similar method
a) At Contractor’s risk if not marked
b. Submittals for each item will be reviewed no more than twice at the City’s expense.
1) All subsequent reviews will be performed at times convenient to the City and at the
Contractor's expense, based on the City's or City Representative’s then prevailing
rates.
2) Provide Contractor reimbursement to the City within 30 Calendar Days for all such
fees invoiced by the City.
c. The need for more than 1 resubmission or any other delay in obtaining City's review of
submittals, will not entitle the Contractor to an extension of Contract Time.
7. Partial Submittals
a. City reserves the right to not review submittals deemed partial, at the City’s discretion.
b. Submittals deemed by the City to be not complete will be returned to the Contractor, and
will be considered "Not Approved" until resubmitted.
c. The City may at its option provide a list or mark the submittal directing the Contractor to
the areas that are incomplete.
8. If the Contractor considers any correction indicated on the shop drawings to constitute a
change to the Contract Documents, then written notice must be provided thereof to the
Developer at least 7 Calendar Days prior to release for manufacture.
01 33 00 - 7
DAP SUBMITTALS
Page 7 of 8
CITY OF FORT WORTH Stonehawk Northside Water & Wastewater
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 105421
Revised August 30, 2013
9. When the shop drawings have been completed to the satisfaction of the City, the Contractor
may carry out the construction in accordance therewith and no further changes therein
except upon written instructions from the City.
10. Each submittal, appropriately coded, will be returned within 30 Calendar Days following
receipt of submittal by the City.
L. Mock ups
1. Mock Up units as specified in individual Sections, include, but are not necessarily limited to,
complete units of the standard of acceptance for that type of Work to be used on the Project.
Remove at the completion of the Work or when directed.
M. Qualifications
1. If specifically required in other Sections of these Specifications, submit a P.E. Certification
for each item required.
N. Request for Information (RFI)
1. Contractor Request for additional information
a. Clarification or interpretation of the contract documents
b. When the Contractor believes there is a conflict between Contract Documents
c. When the Contractor believes there is a conflict between the Drawings and
Specifications
1) Identify the conflict and request clarification
2. Sufficient information shall be attached to permit a written response without further
information.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
01 33 00 - 8
DAP SUBMITTALS
Page 8 of 8
CITY OF FORT WORTH Stonehawk Northside Water & Wastewater
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 105421
Revised August 30, 2013
Revision Log
DATE NAME SUMMARY OF CHANGE
12/20/2012 D. Johnson 1.4.K.8. Working Days modified to Calendar Days
01 35 13 - 1
DAP SPECIAL PROJECT PROCEDURES
Page 1 of 7
CITY OF FORT WORTH Stonehawk Northside Water & Wastewater
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 105421
Revised August, 30, 2013
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. Air Pollution Watch Days10
e. Use of Explosives, Drop Weight, Etc.11
f. Water Department Notification12
g. Public Notification Prior to Beginning Construction13
h. Coordination with United States Army Corps of Engineers14
i. Coordination within Railroad permits areas15
j. Dust Control16
k. Employee Parking17
B. Deviations from this City of Fort Worth Standard Specification18
1. None.19
C. Related Specification Sections include, but are not necessarily limited to:20
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract21
2. Division 1 – General Requirements22
3. Section 33 12 25 – Connection to Existing Water Mains23
24
1.2 REFERENCES25
A. Reference Standards26
1. Reference standards cited in this Specification refer to the current reference standard27
published at the time of the latest revision date logged at the end of this Specification, unless28
a date is specifically cited.29
2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. High30
Voltage Overhead Lines.31
3. North Central Texas Council of Governments (NCTCOG) – Clean Construction32
Specification33
1.3 ADMINISTRATIVE REQUIREMENTS34
A. Coordination with the Texas Department of Transportation35
1. When work in the right-of-way which is under the jurisdiction of the Texas Department of36
Transportation (TxDOT):37
a. Notify the Texas Department of Transportation prior to commencing any work therein in38
accordance with the provisions of the permit39
01 35 13 - 2
DAP SPECIAL PROJECT PROCEDURES
Page 2 of 7
CITY OF FORT WORTH Stonehawk Northside Water & Wastewater
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 105421
Revised August, 30, 2013
b. All work performed in the TxDOT right-of-way shall be performed in compliance with1
and subject to approval from the Texas Department of Transportation2
B. Work near High Voltage Lines3
1. Regulatory Requirements4
a. All Work near High Voltage Lines (more than 600 volts measured between conductors5
or between a conductor and the ground) shall be in accordance with Health and Safety6
Code, Title 9, Subtitle A, Chapter 752.7
2. Warning sign8
a. Provide sign of sufficient size meeting all OSHA requirements.9
3. Equipment operating within 10 feet of high voltage lines will require the following safety10
features11
a. Insulating cage-type of guard about the boom or arm12
b. Insulator links on the lift hook connections for back hoes or dippers13
c. Equipment must meet the safety requirements as set forth by OSHA and the safety14
requirements of the owner of the high voltage lines15
4. Work within 6 feet of high voltage electric lines16
a. Notification shall be given to:17
1) The power company (example: ONCOR)18
a) Maintain an accurate log of all such calls to power company and record action19
taken in each case.20
b. Coordination with power company21
1) After notification coordinate with the power company to:22
a) Erect temporary mechanical barriers, de-energize the lines, or raise or lower the23
lines24
c. No personnel may work within 6 feet of a high voltage line before the above25
requirements have been met.26
C. Confined Space Entry Program27
1. Provide and follow approved Confined Space Entry Program in accordance with OSHA28
requirements.29
2. Confined Spaces include:30
a. Manholes31
b. All other confined spaces in accordance with OSHA’s Permit Required for Confined32
Spaces33
D. Use of Explosives, Drop Weight, Etc.34
1. When Contract Documents permit on the project the following will apply:35
a. Public Notification36
1) Submit notice to City and proof of adequate insurance coverage, 24 hours prior to37
commencing.38
2) Minimum 24 hour public notification in accordance with Section 01 31 1339
E. Water Department Coordination40
1. During the construction of this project, it will be necessary to deactivate, for a period of41
time, existing lines. The Contractor shall be required to coordinate with the Water42
Department to determine the best times for deactivating and activating those lines.43
2. Coordinate any event that will require connecting to or the operation of an existing City44
water line system with the City’s representative.45
01 35 13 - 3
DAP SPECIAL PROJECT PROCEDURES
Page 3 of 7
CITY OF FORT WORTH Stonehawk Northside Water & Wastewater
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 105421
Revised August, 30, 2013
a. Coordination shall be in accordance with Section 33 12 25.1
b. If needed, obtain a hydrant water meter from the Water Department for use during the2
life of named project.3
c. In the event that a water valve on an existing live system be turned off and on to4
accommodate the construction of the project is required, coordinate this activity through5
the appropriate City representative.6
1) Do not operate water line valves of existing water system.7
a) Failure to comply will render the Contractor in violation of Texas Penal Code8
Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor will be9
prosecuted to the full extent of the law.10
b) In addition, the Contractor will assume all liabilities and responsibilities as a11
result of these actions.12
F. Public Notification Prior to Beginning Construction13
1. Prior to beginning construction on any block in the project, on a block by block basis,14
prepare and deliver a notice or flyer of the pending construction to the front door of each15
residence or business that will be impacted by construction. The notice shall be prepared as16
follows:17
a. Post notice or flyer 7 days prior to beginning any construction activity on each block in18
the project area.19
1) Prepare flyer on the Contractor’s letterhead and include the following information:20
a) Name of Project21
b) City Project No (CPN)22
c) Scope of Project (i.e. type of construction activity)23
d) Actual construction duration within the block24
e) Name of the contractor’s foreman and phone number25
f) Name of the City’s inspector and phone number26
g) City’s after-hours phone number27
2) A sample of the ‘pre-construction notification’ flyer is attached as Exhibit A.28
3) Submit schedule showing the construction start and finish time for each block of the29
project to the inspector.30
4) Deliver flyer to the City Inspector for review prior to distribution.31
b. No construction will be allowed to begin on any block until the flyer is delivered to all32
residents of the block.33
G. Public Notification of Temporary Water Service Interruption during Construction34
1. In the event it becomes necessary to temporarily shut down water service to residents or35
businesses during construction, prepare and deliver a notice or flyer of the pending36
interruption to the front door of each affected resident.37
2. Prepared notice as follows:38
a. The notification or flyer shall be posted 24 hours prior to the temporary interruption.39
b. Prepare flyer on the contractor’s letterhead and include the following information:40
1) Name of the project41
2) City Project Number42
3) Date of the interruption of service43
4) Period the interruption will take place44
5) Name of the contractor’s foreman and phone number45
6) Name of the City’s inspector and phone number46
c. A sample of the temporary water service interruption notification is attached as Exhibit47
B.48
01 35 13 - 4
DAP SPECIAL PROJECT PROCEDURES
Page 4 of 7
CITY OF FORT WORTH Stonehawk Northside Water & Wastewater
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 105421
Revised August, 30, 2013
d. Deliver a copy of the temporary interruption notification to the City inspector for review1
prior to being distributed.2
e. No interruption of water service can occur until the flyer has been delivered to all3
affected residents and businesses.4
f. Electronic versions of the sample flyers can be obtained from the Project Construction5
Inspector.6
H. Coordination with United States Army Corps of Engineers (USACE)7
1. At locations in the Project where construction activities occur in areas where USACE8
permits are required, meet all requirements set forth in each designated permit.9
I. Coordination within Railroad Permit Areas10
1. At locations in the project where construction activities occur in areas where railroad permits11
are required, meet all requirements set forth in each designated railroad permit. This12
includes, but is not limited to, provisions for:13
a. Flagmen14
b. Inspectors15
c. Safety training16
d. Additional insurance17
e. Insurance certificates18
f. Other employees required to protect the right-of-way and property of the Railroad19
Company from damage arising out of and/or from the construction of the project.20
Proper utility clearance procedures shall be used in accordance with the permit21
guidelines.22
2. Obtain any supplemental information needed to comply with the railroad’s requirements.23
J. Dust Control24
1. Use acceptable measures to control dust at the Site.25
a. If water is used to control dust, capture and properly dispose of waste water.26
b. If wet saw cutting is performed, capture and properly dispose of slurry.27
K. Employee Parking28
1. Provide parking for employees at locations approved by the City.29
01 35 13 - 5
DAP SPECIAL PROJECT PROCEDURES
Page 5 of 7
CITY OF FORT WORTH Stonehawk Northside Water & Wastewater
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 105421
Revised August, 30, 2013
1.4 SUBMITTALS [NOT USED]1
1.5 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]2
1.6 CLOSEOUT SUBMITTALS [NOT USED]3
1.7 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]4
1.8 QUALITY ASSURANCE [NOT USED]5
1.9 DELIVERY, STORAGE, AND HANDLING [NOT USED]6
1.10 FIELD [SITE] CONDITIONS [NOT USED]7
1.11 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
1.3.B – Added requirement of compliance with Health and Safety Code, Title 9.
Safety, Subtitle A. Public Safety, Chapter 752. High Voltage Overhead Lines.
13
14
01 35 13 - 6
DAP SPECIAL PROJECT PROCEDURES
Page 6 of 7
CITY OF FORT WORTH Stonehawk Northside Water & Wastewater
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 105421
Revised August, 30, 2013
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
1415
16
THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT WORTH,17
OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR PROPERTY.18
19
CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE OF THIS20
NOTICE.21
22
IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER ISSUE,23
PLEASE CALL:24
25
26
Mr. <CONTRACTOR’S SUPERINTENDENT > AT <TELEPHONE NO.>27
28
OR29
30
Mr. <CITY INSPECTOR> AT <TELEPHONE NO.>31
32
AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 830633
34
PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL35
36
01 35 13 - 7
DAP SPECIAL PROJECT PROCEDURES
Page 7 of 7
CITY OF FORT WORTH Stonehawk Northside Water & Wastewater
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 105421
Revised August, 30, 2013
EXHIBIT B1
2
3
01 45 23
DAP TESTING AND INSPECTION SERVICES
Page 1 of 2
CITY OF FORT WORTH Stonehawk Northside Water & Wastewater
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 105421
Revised March 20, 2020
SECTION 01 45 23
TESTING AND INSPECTION SERVICES
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. Testing and inspection services procedures and coordination
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 – General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various Items bid. No
separate payment will be allowed for this Item.
a. Contractor is responsible for performing, coordinating, and payment of all
Quality Control testing.
b. City is responsible for performing and payment for first set of Quality
Assurance testing.
1) If the first Quality Assurance test performed by the City fails, the Contractor
is responsible for payment of subsequent Quality Assurance testing until a
passing test occurs.
a) Final acceptance will not be issued by City until all required payments
for testing by Contractor have been paid in full.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Testing
1. Complete testing in accordance with the Contract Documents.
2. Coordination
a. When testing is required to be performed by the City, notify City, sufficiently
in advance, when testing is needed.
b. When testing is required to be completed by the Contractor, notify City,
sufficiently in advance, that testing will be performed.
3. Distribution of Testing Reports
a. Electronic Distribution
1) Confirm development of Project directory for electronic submittals to be
uploaded to the City’s document management system, or another form of
distribution approved by the City.
01 45 23
DAP TESTING AND INSPECTION SERVICES
Page 2 of 2
CITY OF FORT WORTH Stonehawk Northside Water & Wastewater
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 105421
Revised March 20, 2020
2) Upload test reports to designated project directory and notify appropriate
City representatives via email of submittal posting.
3) Hard Copies
a) 1 copy for all submittals submitted to the Project Representative
b. Hard Copy Distribution (if required in lieu of electronic distribution)
1) Tests performed by City
a) Distribute 1 hard copy to the Contractor
2) Tests performed by the Contractor
D. a) Distribute 3 hard copies to City’s Project Representative
4. Provide City’s Project Representative with trip tickets for each delivered load of
Concrete or Lime material including the following information: a. Name of pit
b. Date of delivery
c. Material delivered
B. Inspection
1. Inspection or lack of inspection does not relieve the Contractor from obligation to
perform work in accordance with the Contract Documents.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
03/20/2020 D.V. Magaña
Removed reference to Buzzsaw and noted that electronic submittals be uploaded
through the City’s document management system.
01 50 00 - 1
DAP TEMPORARY FACILITIES AND CONTROLS
Page 1 of 4
CITY OF FORT WOR Stonehawk Northside Water & Wastewater
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 105421
Revised JULY 1, 2011
SECTION 01 50 00
TEMPORARY FACILITIES AND CONTROLS
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. Provide temporary facilities and controls needed for the Work including, but not necessarily
limited to:
a. Temporary utilities
b. Sanitary facilities
c. Storage Sheds and Buildings
d. Dust control
e. Temporary fencing of the construction site
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 – General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various Items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Temporary Utilities
1. Obtaining Temporary Service
a. Make arrangements with utility service companies for temporary services.
b. Abide by rules and regulations of utility service companies or authorities having
jurisdiction.
c. Be responsible for utility service costs until Work is approved for Final Acceptance.
1) Included are fuel, power, light, heat and other utility services necessary for
execution, completion, testing and initial operation of Work.
2. Water
a. Contractor to provide water required for and in connection with Work to be performed
and for specified tests of piping, equipment, devices or other use as required for the
completion of the Work.
b. Provide and maintain adequate supply of potable water for domestic consumption by
Contractor personnel and City’s Project Representatives.
c. Coordination
01 50 00 - 2
DAP TEMPORARY FACILITIES AND CONTROLS
Page 2 of 4
CITY OF FORT WORTH Stonehawk Northside Water & Wastewater
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 105421
Revised JULY 1, 2011
1) Contact City 1 week before water for construction is desired
d. Contractor Payment for Construction Water
1) Obtain construction water meter from City for payment as billed by City’s
established rates.
3. Electricity and Lighting
a. Provide and pay for electric powered service as required for Work, including testing of
Work.
1) Provide power for lighting, operation of equipment, or other use.
b. Electric power service includes temporary power service or generator to maintain
operations during scheduled shutdown.
4. Telephone
a. Provide emergency telephone service at Site for use by Contractor personnel and others
performing work or furnishing services at Site.
5. Temporary Heat and Ventilation
a. Provide temporary heat as necessary for protection or completion of Work.
b. Provide temporary heat and ventilation to assure safe working conditions.
B. Sanitary Facilities
1. Provide and maintain sanitary facilities for persons on Site.
a. Comply with regulations of State and local departments of health.
2. Enforce use of sanitary facilities by construction personnel at job site.
a. Enclose and anchor sanitary facilities.
b. No discharge will be allowed from these facilities.
c. Collect and store sewage and waste so as not to cause nuisance or health problem.
d. Haul sewage and waste off-site at no less than weekly intervals and properly dispose in
accordance with applicable regulation.
3. Locate facilities near Work Site and keep clean and maintained throughout Project.
4. Remove facilities at completion of Project
C. Storage Sheds and Buildings
1. Provide adequately ventilated, watertight, weatherproof storage facilities with floor above
ground level for materials and equipment susceptible to weather damage.
2. Storage of materials not susceptible to weather damage may be on blocks off ground.
3. Store materials in a neat and orderly manner.
a. Place materials and equipment to permit easy access for identification, inspection and
inventory.
4. Equip building with lockable doors and lighting, and provide electrical service for
equipment space heaters and heating or ventilation as necessary to provide storage
environments acceptable to specified manufacturers.
5. Fill and grade site for temporary structures to provide drainage away from temporary and
existing buildings.
6. Remove building from site prior to Final Acceptance.
D. Temporary Fencing
1. Provide and maintain for the duration or construction when required in contract documents
01 50 00 - 3
DAP TEMPORARY FACILITIES AND CONTROLS
Page 3 of 4
CITY OF FORT WORTH Stonehawk Northside Water & Wastewater
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 105421
Revised JULY 1, 2011
E. Dust Control
1. Contractor is responsible for maintaining dust control through the duration of the project.
a. Contractor remains on-call at all times
b. Must respond in a timely manner
F. Temporary Protection of Construction
1. Contractor or subcontractors are responsible for protecting Work from damage due to
weather.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
3.1 INSTALLERS [NOT USED]
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 INSTALLATION
A. Temporary Facilities
1. Maintain all temporary facilities for duration of construction activities as needed.
3.5 [REPAIR] / [RESTORATION]
3.6 RE-INSTALLATION
3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED]
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.10 CLEANING [NOT USED]
01 50 00 - 4
DAP TEMPORARY FACILITIES AND CONTROLS
Page 4 of 4
CITY OF FORT WORTH Stonehawk Northside Water & Wastewater
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 105421
Revised JULY 1, 2011
3.11 CLOSEOUT ACTIVITIES
A. Temporary Facilities
1. Remove all temporary facilities and restore area after completion of the Work, to a condition
equal to or better than prior to start of Work.
3.12 PROTECTION [NOT USED]
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
01 55 26 - 1
DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL
Page 1 of 3
CITY OF FORT WORTH Stonehawk Northside Water & Wastewater
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 105421
Revised July 1, 2011
SECTION 01 55 26
STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. Administrative procedures for:
a. Street Use Permit
b. Modification of approved traffic control
c. Removal of Street Signs
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 – General Requirements
3. Section 34 71 13 – Traffic Control
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various Items bid. No separate
payment will be allowed for this Item.
1.3 REFERENCES
A. Reference Standards
1. Reference standards cited in this specification refer to the current reference standard
published at the time of the latest revision date logged at the end of this specification, unless
a date is specifically cited.
2. Texas Manual on Uniform Traffic Control Devices (TMUTCD).
1.4 ADMINISTRATIVE REQUIREMENTS
A. Traffic Control
1. General
a. When traffic control plans are included in the Drawings, provide Traffic Control
in accordance with Drawings and Section 34 71 13.
b. When traffic control plans are not included in the Drawings, prepare traffic
control plans in accordance with Section 34 71 13 and submit to City for review.
1) Allow minimum 10 working days for review of proposed Traffic Control.
B. Street Use Permit
1. Prior to installation of Traffic Control, a City Street Use Permit is required.
a. To obtain Street Use Permit, submit Traffic Control Plans to City Transportation and
Public Works Department.
01 55 26 - 2
DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL
Page 2 of 3
CITY OF FORT WORTH Stonehawk Northside Water & Wastewater
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 105421
Revised July 1, 2011
1) Allow a minimum of 5 working days for permit review.
2) Contractor’s responsibility to coordinate review of Traffic Control plans for Street
Use Permit, such that construction is not delayed.
C. Modification to Approved Traffic Control
1. Prior to installation traffic control:
a. Submit revised traffic control plans to City Department Transportation and Public Works
Department.
1) Revise Traffic Control plans in accordance with Section 34 71 13.
2) Allow minimum 5 working days for review of revised Traffic Control.
3) It is the Contractor’s responsibility to coordinate review of Traffic Control plans for
Street Use Permit, such that construction is not delayed.
D. Removal of Street Sign
1. If it is determined that a street sign must be removed for construction, then contact City
Transportation and Public Works Department, Signs and Markings Division to remove the
sign.
E. Temporary Signage
1. In the case of regulatory signs, replace permanent sign with temporary sign meeting
requirements of the latest edition of the Texas Manual on Uniform Traffic Control Devices
(MUTCD).
2. Install temporary sign before the removal of permanent sign.
3. When construction is complete, to the extent that the permanent sign can be reinstalled,
contact the City Transportation and Public Works Department, Signs and Markings
Division, to reinstall the permanent sign.
F. Traffic Control Standards
1. Traffic Control Standards can be found on the City’s Buzzsaw website.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
01 55 26 - 3
DAP STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL
Page 3 of 3
CITY OF FORT WORTH Stonehawk Northside Water & Wastewater
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 105421
Revised July 1, 2011
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
01 57 13 - 1
DAP STORM WATER POLLUTION PREVENTION
Page 1 of 3
CITY OF FORT WORTH Stonehawk Northside Water & Wastewater
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 105421
Revised July 1, 2011
SECTION 01 57 13
STORM WATER POLLUTION PREVENTION
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. Procedures for Storm Water Pollution Prevention Plans
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 – General Requirements
3. Section 31 25 00 – Erosion and Sediment Control
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Construction Activities resulting in less than 1 acre of disturbance
a. Work associated with this Item is considered subsidiary to the various Items bid. No
separate payment will be allowed for this Item.
2. Construction Activities resulting in greater than 1 acre of disturbance
a. Measurement and Payment shall be in accordance with Section 31 25 00.
1.3 REFERENCES
A. Abbreviations and Acronyms
1. Notice of Intent: NOI
2. Notice of Termination: NOT
3. Storm Water Pollution Prevention Plan: SWPPP
4. Texas Commission on Environmental Quality: TCEQ
5. Notice of Change: NOC
A. Reference Standards
1. Reference standards cited in this Specification refer to the current reference standard
published at the time of the latest revision date logged at the end of this Specification,
unless a date is specifically cited.
2. Integrated Storm Management (iSWM) Technical Manual for Construction Controls
1.4 ADMINISTRATIVE REQUIREMENTS
A. General
1. Contractor is responsible for resolution and payment of any fines issued associated with
compliance to Stormwater Pollution Prevention Plan.
B. Construction Activities resulting in:
01 57 13 - 2
DAP STORM WATER POLLUTION PREVENTION
Page 2 of 3
CITY OF FORT WORTH Stonehawk Northside Water & Wastewater
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 105421
Revised July 1, 2011
1. Less than 1 acre of disturbance
a. Provide erosion and sediment control in accordance with Section 31 25 00 and
Drawings.
2. 1 to less than 5 acres of disturbance
a. Texas Pollutant Discharge Elimination System (TPDES) General Construction
Permit is required
b. Complete SWPPP in accordance with TCEQ requirements
1) TCEQ Small Construction Site Notice Required under general permit
TXR150000
a) Sign and post at job site
b) Prior to Preconstruction Meeting, send 1 copy to City Department of
Transportation and Public Works, Environmental Division, (817) 3926088.
2) Provide erosion and sediment control in accordance with:
a) Section 31 25 00
b) The Drawings
c) TXR150000 General Permit
d) SWPPP
e) TCEQ requirements
3. 5 acres or more of Disturbance
a. Texas Pollutant Discharge Elimination System (TPDES) General Construction
Permit is required
b. Complete SWPPP in accordance with TCEQ requirements
1) Prepare a TCEQ NOI form and submit to TCEQ along with required fee
a) Sign and post at job site
b) Send copy to City Department of Transportation and Public Works,
Environmental Division, (817) 392-6088.
2) TCEQ Notice of Change required if making changes or updates to NOI 3) Provide
erosion and sediment control in accordance with:
a) Section 31 25 00
b) The Drawings
c) TXR150000 General Permit
d) SWPPP
e) TCEQ requirements
4) Once the project has been completed and all the closeout requirements of TCEQ
have been met a TCEQ Notice of Termination can be submitted.
a) Send copy to City Department of Transportation and Public Works,
Environmental Division, (817) 392-6088.
1.5 SUBMITTALS
A. SWPPP
1. Submit in accordance with Section 01 33 00, except as stated herein.
a. Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the City as
follows:
1) 1 copy to the City Project Manager
a) City Project Manager will forward to the City Department of
Transportation and Public Works, Environmental Division for review
01 57 13 - 3
DAP STORM WATER POLLUTION PREVENTION
Page 3 of 3
CITY OF FORT WORTH Stonehawk Northside Water & Wastewater
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 105421
Revised July 1, 2011
B. Modified SWPPP
1. If the SWPPP is revised during construction, resubmit modified SWPPP to the City in
accordance with Section 01 33 00.
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
01 60 00
DAP PRODUCT REQUIREMENTS
Page 1 of 2
CITY OF FORT WORTH Stonehawk Northside Water & Wastewater
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 105421
Revised March 20, 2020
SECTION 01 60 00
PRODUCT REQUIREMENTS
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. References for Product Requirements and City Standard Products List
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 – General Requirements
1.2 PRICE AND PAYMENT PROCEDURES [NOT USED]
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A list of City approved products for use is available through the City’s website at:
https://apps.fortworthtexas.gov/ProjectResources/and following the directory
path: 02 - Construction Documents\Standard Products List
A. Only products specifically included on City’s Standard Product List in these Contract
Documents shall be allowed for use on the Project.
1. Any subsequently approved products will only be allowed for use upon specific
approval by the City.
B. Any specific product requirements in the Contract Documents supersede similar
products included on the City’s Standard Product List.
1. The City reserves the right to not allow products to be used for certain projects even
though the product is listed on the City’s Standard Product List.
C. Although a specific product is included on City’s Standard Product List, not all products
from that manufacturer are approved for use, including but not limited to, that
manufacturer’s standard product.
D. See Section 01 33 00 for submittal requirements of Product Data included on City’s
Standard Product List.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
01 60 00
DAP PRODUCT REQUIREMENTS
Page 2 of 2
CITY OF FORT WORTH Stonehawk Northside Water & Wastewater
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 105421
Revised March 20, 2020
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
10/12/12 D. Johnson Modified Location of City’s Standard Product List
4/7/2014 M.Domenech Revised for DAP application
03/20/2020 D.V. Magaña
Removed reference to Buzzsaw and noted that the City approved products list is
accessible through the City’s website.
01 66 00 - 1
DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS
Page 1 of 3
CITY OF FORT WORTH Stonehawk Northside Water & Wastewater
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 105421
Revised April 7, 2014
SECTION 01 66 00
PRODUCT STORAGE AND HANDLING REQUIREMENTS
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. Scheduling of product delivery
2. Packaging of products for delivery
3. Protection of products against damage from:
a. Handling
b. Exposure to elements or harsh environments
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 – General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various Items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY AND HANDLING
A. Delivery Requirements
1. Schedule delivery of products or equipment as required to allow timely installation and to
avoid prolonged storage.
2. Provide appropriate personnel and equipment to receive deliveries.
3. Delivery trucks will not be permitted to wait extended periods of time on the Site for
personnel or equipment to receive the delivery.
01 66 00 - 2
DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS
Page 2 of 3
CITY OF FORT WORTH Stonehawk Northside Water & Wastewater
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 105421
Revised April 7, 2014
4. Deliver products or equipment in manufacturer's original unbroken cartons or other
containers designed and constructed to protect the contents from physical or environmental
damage.
5. Clearly and fully mark and identify as to manufacturer, item and installation location.
6. Provide manufacturer's instructions for storage and handling.
B. Handling Requirements
1. Handle products or equipment in accordance with these Contract Documents and
manufacturer’s recommendations and instructions.
C. Storage Requirements
1. Store materials in accordance with manufacturer’s recommendations and requirements of
these Specifications.
2. Make necessary provisions for safe storage of materials and equipment.
a. Place loose soil materials and materials to be incorporated into Work to prevent damage
to any part of Work or existing facilities and to maintain free access at all times to all
parts of Work and to utility service company installations in vicinity of Work.
3. Keep materials and equipment neatly and compactly stored in locations that will cause
minimum inconvenience to other contractors, public travel, adjoining owners, tenants and
occupants.
a. Arrange storage to provide easy access for inspection.
4. Restrict storage to areas available on construction site for storage of material and equipment
as shown on Drawings, or approved by City’s Project Representative.
5. Provide off-site storage and protection when on-site storage is not adequate.
a. Provide addresses of and access to off-site storage locations for inspection by City’s
Project Representative.
6. Do not use lawns, grass plots or other private property for storage purposes without written
permission of owner or other person in possession or control of premises.
7. Store in manufacturers’ unopened containers.
8. Neatly, safely and compactly stack materials delivered and stored along line of Work to
avoid inconvenience and damage to property owners and general public and maintain at
least 3 feet from fire hydrant.
9. Keep public and private driveways and street crossings open.
10. Repair or replace damaged lawns, sidewalks, streets or other improvements to satisfaction
of City’s Project Representative.
a. Total length which materials may be distributed along route of construction at one time is
1,000 linear feet, unless otherwise approved in writing by City’s Project Representative.
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION
01 66 00 - 3
DAP PRODUCT STORAGE AND HANDLING REQUIREMENTS
Page 3 of 3
CITY OF FORT WORTH Stonehawk Northside Water & Wastewater
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 105421
Revised April 7, 2014
3.1 INSTALLERS [NOT USED]
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 ERECTION [NOT USED]
3.5 REPAIR / RESTORATION [NOT USED]
3.6 RE-INSTALLATION [NOT USED]
3.7 FIELD [OR] SITE QUALITY CONTROL
A. Tests and Inspections
1. Inspect all products or equipment delivered to the site prior to unloading.
B. Non-Conforming Work
1. Reject all products or equipment that are damaged, used or in any other way unsatisfactory
for use on the project.
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.10 CLEANING [NOT USED]
3.11 CLOSEOUT ACTIVITIES [NOT USED]
3.12 PROTECTION
A. Protect all products or equipment in accordance with manufacturer's written directions.
B. Store products or equipment in location to avoid physical damage to items while in storage.
C. Protect equipment from exposure to elements and keep thoroughly dry if required by the
manufacturer.
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
4/7/2014 M.Domenech Revised for DAP application
01 70 00 - 1
DAP MOBILIZATION AND REMOBILIZATION
Page 1 of 4
CITY OF FORT WORTH Stonehawk Northside Water & Wastewater
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 105421
Revised April 7, 2014
SECTION 01 70 00
MOBILIZATION AND REMOBILIZATION
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. Mobilization and Demobilization
a. Mobilization
1) Transportation of Contractor’s personnel, equipment, and operating supplies to the
Site
2) Establishment of necessary general facilities for the Contractor’s operation at the
Site
3) Premiums paid for performance and payment bonds
4) Transportation of Contractor’s personnel, equipment, and operating supplies to
another location within the designated Site
5) Relocation of necessary general facilities for the Contractor’s operation from 1
location to another location on the Site.
b. Demobilization
1) Transportation of Contractor’s personnel, equipment, and operating supplies away
from the Site including disassembly
2) Site Clean-up
3) Removal of all buildings and/or other facilities assembled at the Site for this
Contract
c. Mobilization and Demobilization do not include activities for specific items of work
that are for which payment is provided elsewhere in the contract.
2. Remobilization
a. Remobilization for Suspension of Work specifically required in the Contract
Documents or as required by City includes:
1) Demobilization
a) Transportation of Contractor’s personnel, equipment, and operating supplies
from the Site including disassembly or temporarily securing equipment,
supplies, and other facilities as designated by the Contract Documents
necessary to suspend the Work.
b) Site Clean-up as designated in the Contract Documents
2) Remobilization
a) Transportation of Contractor’s personnel, equipment, and operating supplies to
the Site necessary to resume the Work.
b) Establishment of necessary general facilities for the Contractor’s operation at
the Site necessary to resume the Work.
3) No Payments will be made for:
a) Mobilization and Demobilization from one location to another on the Site in
the normal progress of performing the Work.
b) Stand-by or idle time
c) Lost profits
01 70 00 - 2
DAP MOBILIZATION AND REMOBILIZATION
Page 2 of 4
CITY OF FORT WORTH Stonehawk Northside Water & Wastewater
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 105421
Revised April 7, 2014
3. Mobilizations and Demobilization for Miscellaneous Projects
a. Mobilization and Demobilization
1) Mobilization shall consist of the activities and cost on a Work Order basis
necessary for:
a) Transportation of Contractor’s personnel, equipment, and operating supplies to
the Site for the issued Work Order.
b) Establishment of necessary general facilities for the Contractor’s operation at
the Site for the issued Work Order
2) Demobilization shall consist of the activities and cost necessary for:
a) Transportation of Contractor’s personnel, equipment, and operating supplies
from the Site including disassembly for each issued Work
Order
b) Site Clean-up for each issued Work Order
c) Removal of all buildings or other facilities assembled at the Site for each Work
Oder
b. Mobilization and Demobilization do not include activities for specific items of work for
which payment is provided elsewhere in the contract.
4. Emergency Mobilizations and Demobilization for Miscellaneous Projects
a. A Mobilization for Miscellaneous Projects when directed by the City and the
mobilization occurs within 24 hours of the issuance of the Work Order.
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 – General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Mobilization and Demobilization
a. Measure
1) This Item is considered subsidiary to the various Items bid.
b. Payment
1) The work performed and materials furnished in accordance with this Item are
subsidiary to the various Items bid and no other compensation will be allowed.
2. Remobilization for suspension of Work as specifically required in the Contract
Documents
a. Measurement
1) Measurement for this Item shall be per each remobilization performed.
b. Payment
1) The work performed and materials furnished in accordance with this Item and
measured as provided under “Measurement” will be paid for at the unit price per
each “Specified Remobilization” in accordance with Contract Documents.
c. The price shall include:
1) Demobilization as described in Section 1.1.A.2.a.1)
2) Remobilization as described in Section 1.1.A.2.a.2)
01 70 00 - 3
DAP MOBILIZATION AND REMOBILIZATION
Page 3 of 4
CITY OF FORT WORTH Stonehawk Northside Water & Wastewater
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 105421
Revised April 7, 2014
d. No payments will be made for standby, idle time, or lost profits associated this Item.
3. Remobilization for suspension of Work as required by City
a. Measurement and Payment
1) This shall be submitted as a Contract Claim in accordance with Article 10 of
Section 00 72 00.
2) No payments will be made for standby, idle time, or lost profits associated with this
Item.
4. Mobilizations and Demobilizations for Miscellaneous Projects
a. Measurement
1) Measurement for this Item shall be for each Mobilization and
Demobilization required by the Contract Documents
b. Payment
1) The Work performed and materials furnished in accordance with this Item and
measured as provided under “Measurement” will be paid for at the unit price per
each “Work Order Mobilization” in accordance with Contract Documents.
Demobilization shall be considered subsidiary to mobilization and shall not be paid
for separately.
c. The price shall include:
1) Mobilization as described in Section 1.1.A.3.a.1)
2) Demobilization as described in Section 1.1.A.3.a.2)
d. No payments will be made for standby, idle time, or lost profits associated this Item.
5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects
a. Measurement
1) Measurement for this Item shall be for each Mobilization and
Demobilization required by the Contract Documents
b. Payment
1) The Work performed and materials furnished in accordance with this Item and
measured as provided under “Measurement” will be paid for at the unit price per
each “Work Order Emergency Mobilization” in accordance with Contract
Documents. Demobilization shall be considered subsidiary to mobilization and
shall not be paid for separately.
c. The price shall include
1) Mobilization as described in Section 1.1.A.4.a)
2) Demobilization as described in Section 1.1.A.3.a.2)
d. No payments will be made for standby, idle time, or lost profits associated this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
1.5 SUBMITTALS [NOT USED]
1.6 INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
01 70 00 - 4
DAP MOBILIZATION AND REMOBILIZATION
Page 4 of 4
CITY OF FORT WORTH Stonehawk Northside Water & Wastewater
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN I105421
Revised April 7, 2014
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
4/7/2014 M.Domenech Revised for DAP application
01 71 23 - 1
DAP CONSTRUCTION STAKING AND SURVEY
Page 1 of 7
CITY OF FORT WORTH Stonehawk Northside Water & Wastewater
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 105421
Revised February 14, 2018
SECTION 01 71 231
CONSTRUCTION STAKING AND SURVEY2
PART 1 - GENERAL3
1.1 SUMMARY4
A.Section Includes:5
1. Requirements for construction staking and construction survey6
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. 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 this Item are18
subsidiary to the various Items bid and no other compensation will be allowed.19
2. Construction Survey20
a. Measurement21
1) This Item is considered subsidiary to the various Items bid.22
b. Payment23
1) The work performed and the materials furnished in accordance with this Item are24
subsidiary to the various Items bid and no other compensation will be allowed.25
3. As-Built Survey26
a. Measurement27
1) This Item is considered subsidiary to the various Items bid.28
b. Payment29
1) The work performed and the materials furnished in accordance with this Item are30
subsidiary to the various Items bid and no other compensation will be allowed.31
32
33
34
35
36
37
38
39
40
01 71 23 - 2
DAP CONSTRUCTION STAKING AND SURVEY
Page 2 of 7
CITY OF FORT WORTH Stonehawk Northside Water & Wastewater
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 105421
Revised February 14, 2018
1.3 REFERENCES1
A.Definitions2
1. Construction Survey - The survey measurements made prior to or while construction is in3
progress to control elevation, horizontal position, dimensions and configuration of4
structures/improvements included in the Project Drawings.5
2. As-built Survey –The measurements made after the construction of the improvement6
features are complete to provide position coordinates for the features of a project.7
3. Construction Staking – The placement of stakes and markings to provide offsets and8
elevations to cut and fill in order to locate on the ground the designed9
structures/improvements included in the Project Drawings. Construction staking shall10
include staking easements and/or right of way if indicated on the plans.11
4. Survey “Field Checks” – Measurements made after construction staking is completed and12
before construction work begins to ensure that structures marked on the ground are13
accurately located per Project Drawings.14
B.Technical References15
1. City of Fort Worth – Construction Staking Standards (available on City’s Buzzsaw website)16
– 01 71 23.16.01_ Attachment A_Survey Staking Standards17
2. City of Fort Worth - Standard Survey Data Collector Library (fxl) files (available on City’s18
Buzzsaw website).19
3. Texas Department of Transportation (TxDOT) Survey Manual, latest revision20
4. Texas Society of Professional Land Surveyors (TSPS), Manual of Practice for Land21
Surveying in the State of Texas, Category 522
23
1.4 ADMINISTRATIVE REQUIREMENTS24
A.The Contractor’s selection of a surveyor must comply with Texas Government Code 225425
(qualifications based selection) for this project.26
1.5 SUBMITTALS27
A.Submittals, if required, shall be in accordance with Section 01 33 00.28
B.All submittals shall be received and reviewed by the City prior to delivery of work.29
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS30
A.Field Quality Control Submittals31
1. Documentation verifying accuracy of field engineering work, including coordinate32
conversions if plans do not indicate grid or ground coordinates.33
1. Submit “Cut-Sheets” conforming to the standard template provided by the City (refer to 0134
71 23.16.01 – Attachment A – Survey Staking Standards).35
36
1.7 CLOSEOUT SUBMITTALS37
B. As-built Redline Drawing Submittal38
01 71 23 - 3
DAP CONSTRUCTION STAKING AND SURVEY
Page 3 of 7
CITY OF FORT WORTH Stonehawk Northside Water & Wastewater
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 105421
Revised February 14, 2018
1. Submit As-Built Survey Redline Drawings documenting the locations/elevations of1
constructed improvements signed and sealed by Registered Professional Land Surveyor2
(RPLS) responsible for the work (refer to 01 71 23.16.01 – Attachment A – Survey Staking3
Standards) .4
2. Contractor shall submit the proposed as-built and completed redline drawing submittal one5
(1) week prior to scheduling the project final inspection for City review and comment.6
Revisions, if necessary, shall be made to the as-built redline drawings and resubmitted to7
the City prior to scheduling the construction final inspection.8
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]9
1.9 QUALITY ASSURANCE10
A.Construction Staking11
1. Construction staking will be performed by the Contractor.12
2. Coordination13
a. Contact City and Developer’s Project Representative at least one week in advance14
notifying the City of when Construction Staking is scheduled.15
b. It is the Contractor’s responsibility to coordinate staking such that construction16
activities are not delayed or negatively impacted.17
3. General18
a. Contractor is responsible for preserving and maintaining stakes. If City surveyors or19
Developer’s Project Representative are required to re-stake for any reason, the20
Contractor will be responsible for costs to perform staking. If in the opinion of the21
City, a sufficient number of stakes or markings have been lost, destroyed disturbed or22
omitted that the contracted Work cannot take place then the Contractor will be required23
to stake or re-stake the deficient areas.24
B. Construction Survey25
1. Construction Survey will be performed by the Contractor.26
2. Coordination27
a. Contractor to verify that horizontal and vertical control data established in the design28
survey and required for construction survey is available and in place.29
3. General30
a. Construction survey will be performed in order to construct the work shown on the31
Construction Drawings and specified in the Contract Documents.32
b. For construction methods other than open cut, the Contractor shall perform33
construction survey and verify control data including, but not limited to, the following:34
1) Verification that established benchmarks and control are accurate.35
2) Use of Benchmarks to furnish and maintain all reference lines and grades for36
tunneling.37
3) Use of line and grades to establish the location of the pipe.38
4) Submit to the City copies of field notes used to establish all lines and grades, if39
requested, and allow the City to check guidance system setup prior to beginning each40
tunneling drive.41
5) Provide access for the City, if requested, to verify the guidance system and the line42
and grade of the carrier pipe.43
6) The Contractor remains fully responsible for the accuracy of the work and44
correction of it, as required.45
7) Monitor line and grade continuously during construction.46
01 71 23 - 4
DAP CONSTRUCTION STAKING AND SURVEY
Page 4 of 7
CITY OF FORT WORTH Stonehawk Northside Water & Wastewater
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 105421
Revised February 14, 2018
8) Record deviation with respect to design line and grade once at each pipe joint and1
submit daily records to the City.2
9) If the installation does not meet the specified tolerances (as outlined in Sections 333
05 23 and/or 33 05 24), immediately notify the City and correct the installation in4
accordance with the Contract Documents.5
C. As-Built Survey6
1. Required As-Built Survey will be performed by the Contractor.7
2. Coordination8
a. Contractor is to coordinate with City to confirm which features require as-built9
surveying.10
b. It is the Contractor’s responsibility to coordinate the as-built survey and required11
measurements for items that are to be buried such that construction activities are not12
delayed or negatively impacted.13
c. For sewer mains and water mains 12” and under in diameter, it is acceptable to14
physically measure depth and mark the location during the progress of construction and15
take as-built survey after the facility has been buried. The Contractor is responsible for16
the quality control needed to ensure accuracy.17
3. General18
a. The Contractor shall provide as-built survey including the elevation and location (and19
provide written documentation to the City) of construction features during the20
progress of the construction including the following:21
1) Water Lines22
a) Top of pipe elevations and coordinates for waterlines at the following locations:23
(1) Minimum every 250 linear feet, including24
(2) Horizontal and vertical points of inflection, curvature, etc.25
(3) Fire line tee26
(4) Plugs, stub-outs, dead-end lines27
(5) Casing pipe (each end) and all buried fittings28
2) Sanitary Sewer29
a) Top of pipe elevations and coordinates for force mains and siphon sanitary30
sewer lines (non-gravity facilities) at the following locations:31
(1) Minimum every 250 linear feet and any buried fittings32
(2) Horizontal and vertical points of inflection, curvature, etc.33
3) Stormwater – Not Applicable34
b. The Contractor shall provide as-built survey including the elevation and location (and35
provide written documentation to the City) of construction features after the36
construction is completed including the following:37
1) Manholes38
a) Rim and flowline elevations and coordinates for each manhole39
2) Water Lines40
a) Cathodic protection test stations41
b) Sampling stations42
c) Meter boxes/vaults (All sizes)43
d) Fire hydrants44
e) Valves (gate, butterfly, etc.)45
f) Air Release valves (Manhole rim and vent pipe)46
g) Blow off valves (Manhole rim and valve lid)47
h) Pressure plane valves48
01 71 23 - 5
DAP CONSTRUCTION STAKING AND SURVEY
Page 5 of 7
CITY OF FORT WORTH Stonehawk Northside Water & Wastewater
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 105421
Revised February 14, 2018
i)Underground Vaults1
(1) Rim and flowline elevations and coordinates for each2
Underground Vault.3
3) Sanitary Sewer4
a) Cleanouts5
(1) Rim and flowline elevations and coordinates for each6
b) Manholes and Junction Structures7
(1) Rim and flowline elevations and coordinates for each manhole8
and junction structure.9
4) Stormwater – Not Applicable10
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]11
1.11 FIELD [SITE] CONDITIONS [NOT USED]12
1.12 WARRANTY13
PART 2 - PRODUCTS14
A. A construction survey will produce, but will not be limited to:15
1. Recovery of relevant control points, points of curvature and points of intersection.16
2. Establish temporary horizontal and vertical control elevations (benchmarks) sufficiently17
permanent and located in a manner to be used throughout construction.18
3. The location of planned facilities, easements and improvements.19
a. Establishing final line and grade stakes for piers, floors, grade beams, parking areas,20
utilities, streets, highways, tunnels, and other construction.21
b. A record of revisions or corrections noted in an orderly manner for reference.22
c. A drawing, when required by the client, indicating the horizontal and vertical location23
of facilities, easements and improvements, as built.24
4. Cut sheets shall be provided to the City inspector and Survey Superintendent for all25
construction staking projects. These cut sheets shall be on the standard city template which26
can be obtained from the Survey Superintendent (817-392-7925).27
5. Digital survey files in the following formats shall be acceptable:28
a. AutoCAD (.dwg)29
b. ESRI Shapefile (.shp)30
c. CSV file (.csv), formatted with X and Y coordinates in separate columns (use standard31
templates, if available)32
6. Survey files shall include vertical and horizontal data tied to original project control and33
benchmarks, and shall include feature descriptions34
PART 3 - EXECUTION35
3.1 INSTALLERS36
A. Tolerances:37
01 71 23 - 6
DAP CONSTRUCTION STAKING AND SURVEY
Page 6 of 7
CITY OF FORT WORTH Stonehawk Northside Water & Wastewater
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 105421
Revised February 14, 2018
1. The staked location of any improvement or facility should be as accurate as practical and1
necessary. The degree of precision required is dependent on many factors all of which must2
remain judgmental. The tolerances listed hereafter are based on generalities and, under3
certain circumstances, shall yield to specific requirements. The surveyor shall assess any4
situation by review of the overall plans and through consultation with responsible parties as5
to the need for specific tolerances.6
a. Earthwork: Grades for earthwork or rough cut should not exceed 0.1 ft. vertical7
tolerance. Horizontal alignment for earthwork and rough cut should not exceed 1.0 ft.8
tolerance.9
b. Horizontal alignment on a structure shall be within .0.1ft tolerance.10
c. Paving or concrete for streets, curbs, gutters, parking areas, drives, alleys and walkways11
shall be located within the confines of the site boundaries and, occasionally, along a12
boundary or any other restrictive line. Away from any restrictive line, these facilities13
should be staked with an accuracy producing no more than 0.05ft. tolerance from their14
specified locations.15
d. Underground and overhead utilities, such as sewers, gas, water, telephone and electric16
lines, shall be located horizontally within their prescribed areas or easements. Within17
assigned areas, these utilities should be staked with an accuracy producing no more than18
0.1 ft tolerance from a specified location.19
e. The accuracy required for the vertical location of utilities varies widely. Many20
underground utilities require only a minimum cover and a tolerance of 0.1 ft. should be21
maintained. Underground and overhead utilities on planned profile, but not depending22
on gravity flow for performance, should not exceed 0.1 ft. tolerance.23
B.Surveying instruments shall be kept in close adjustment according to manufacturer’s24
specifications or in compliance to standards. The City reserves the right to request a calibration25
report at any time and recommends regular maintenance schedule be performed by a certified26
technician every 6 months.27
1. Field measurements of angles and distances shall be done in such fashion as to satisfy the28
closures and tolerances expressed in Part 3.1.A.29
2. Vertical locations shall be established from a pre-established benchmark and checked by30
closing to a different bench mark on the same datum.31
3. Construction survey field work shall correspond to the client’s plans. Irregularities or32
conflicts found shall be reported promptly to the City.33
4. Revisions, corrections and other pertinent data shall be logged for future reference.34
35
3.2 EXAMINATION [NOT USED]36
3.3 PREPARATION [NOT USED]37
3.4 APPLICATION38
3.5 REPAIR / RESTORATION39
A. If the Contractor’s work damages or destroys one or more of the control monuments/points set40
by the City or Developer’s Project Representative, the monuments shall be adequately referenced41
for expedient restoration.42
1. Notify City or Developer’s Project Representative if any control data needs to be restored or43
replaced due to damage caused during construction operations.44
01 71 23 - 7
DAP CONSTRUCTION STAKING AND SURVEY
Page 7 of 7
CITY OF FORT WORTH Stonehawk Northside Water & Wastewater
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 105421
Revised February 14, 2018
a. Contractor shall perform replacements and/or restorations.1
b. The City or Developer’s Project Representative may require at any time a survey2
“Field Check” of any monument or benchmarks that are set be verified by the City3
surveyors or Developer’s Project Representative before further associated work can4
move forward.5
3.6 RE-INSTALLATION [NOT USED]6
3.7 FIELD [OR] SITE QUALITY CONTROL7
A. It is the Contractor’s responsibility to maintain all stakes and control data placed by the City or8
Developer’s Project Representative in accordance with this Specification. This includes9
easements and right of way, if noted on the plans.10
B. Do not change or relocate stakes or control data without approval from the City.11
3.8 SYSTEM STARTUP12
A. Survey Checks13
1. The City reserves the right to perform a Survey Check at any time deemed necessary.14
2. Checks by City personnel or 3
rd party contracted surveyor are not intended to relieve the15
contractor of his/her responsibility for accuracy.16
3.9 ADJUSTING [NOT USED]17
3.10 CLEANING [NOT USED]18
3.11 CLOSEOUT ACTIVITIES [NOT USED]19
3.12 PROTECTION [NOT USED]20
3.13 MAINTENANCE [NOT USED]21
3.14 ATTACHMENTS [NOT USED]22
END OF SECTION23
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
measurement criteria; revised list of items requiring as-built survey “during” and
“after” construction; and revised acceptable digital survey file format
24
01 74 23 - 1
DAP CLEANING
Page 1 of 4
CITY OF FORT WORTH Stonehawk Northside Water & Wastewater
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 105421
Revised April 7, 2014
SECTION 01 74 23
CLEANING
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. Intermediate and final cleaning for Work not including special cleaning of closed systems
specified elsewhere
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 – General Requirements
3. Section 32 92 13 – Hydro-Mulching, Seeding and Sodding
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various Items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Scheduling
a Schedule cleaning operations so that dust and other contaminants disturbed by cleaning
process will not fall on newly painted surfaces.
b Schedule final cleaning upon completion of Work and immediately prior to final
inspection.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 STORAGE, AND HANDLING
A. Storage and Handling Requirements
1. Store cleaning products and cleaning wastes in containers specifically designed for those
materials.
1.11 FIELD [SITE] CONDITIONS [NOT USED]
01 74 23 - 2
DAP CLEANING
Page 2 of 4
CITY OF FORT WORTH Stonehawk Northside Water & Wastewater
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 105421
Revised April 7, 2014
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS
2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED]
2.2 MATERIALS
A. Cleaning Agents
a Compatible with surface being cleaned
b New and uncontaminated
c For manufactured surfaces
a. Material recommended by manufacturer
2.3 ACCESSORIES [NOT USED]
2.4 SOURCE QUALITY CONTROL [NOT USED]
PART 3 - EXECUTION
3.1 INSTALLERS [NOT USED]
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 APPLICATION [NOT USED]
3.5 REPAIR / RESTORATION [NOT USED]
3.6 RE-INSTALLATION [NOT USED]
3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED]
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.10 CLEANING
1 General
i Prevent accumulation of wastes that create hazardous conditions.
ii Conduct cleaning and disposal operations to comply with laws and safety
orders of governing authorities.
iii Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in
storm or sanitary drains or sewers.
iv Dispose of degradable debris at an approved solid waste disposal site.
v Dispose of nondegradable debris at an approved solid waste disposal site or in
an alternate manner approved by City and regulatory agencies.
vi Handle materials in a controlled manner with as few handlings as possible.
01 74 23 - 3
DAP CLEANING
Page 3 of 4
CITY OF FORT WORTH Stonehawk Northside Water & Wastewater
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 105421
Revised April 7, 2014
vii Thoroughly clean, sweep, wash and polish all Work and equipment associated
with this project.
viii Remove all signs of temporary construction and activities incidental to
construction of required permanent Work.
ix If project is not cleaned to the satisfaction of the City, the City reserves the
right to have the cleaning completed at the expense of the Contractor.
x Do not burn on-site.
2 Intermediate Cleaning during Construction
1. Keep Work areas clean so as not to hinder health, safety or convenience of personnel in
existing facility operations.
2. At maximum weekly intervals, dispose of waste materials, debris and rubbish.
3. Confine construction debris daily in strategically located container(s):
a. Cover to prevent blowing by wind
b. Store debris away from construction or operational activities
c. Haul from site at a minimum of once per week
4. Vacuum clean interior areas when ready to receive finish painting.
a. Continue vacuum cleaning on an as-needed basis, until Final Acceptance.
5. Prior to storm events, thoroughly clean site of all loose or unsecured items, which may
become airborne or transported by flowing water during the storm.
3 Exterior (Site or Right of Way) Final Cleaning
1. Remove trash and debris containers from site.
a. Re-seed areas disturbed by location of trash and debris containers in accordance with
Section 32 92 13.
i Sweep roadway to remove all rocks, pieces of asphalt, concrete or any other object that may
hinder or disrupt the flow of traffic along the roadway.
ii Clean any interior areas including, but not limited to, vaults, manholes, structures, junction
boxes and inlets.
iii If no longer required for maintenance of erosion facilities, and upon approval by City,
remove erosion control from site.
iv Clean signs, lights, signals, etc.
a CLOSEOUT ACTIVITIES [NOT USED]
b PROTECTION [NOT USED]
c MAINTENANCE [NOT USED]
d ATTACHMENTS [NOT USED]
01 74 23 - 4
DAP CLEANING
Page 4 of 4
CITY OF FORT WOR Stonehawk Northside Water & Wastewater
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 105421
Revised April 7, 2014
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
4/7/2014 M.Domenech Revised for DAP application
01 77 19 - 1
DAP CLOSEOUT REQUIREMENTS
Page 1 of 3
CITY OF FORT WOR Stonehawk Northside Water & Wastewater
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 105421
Revised April 7, 2014
SECTION 01 77 19
CLOSEOUT REQUIREMENTS
PART 1 - GENERAL
1.1 SUMMARY
1 Section Includes:
a The procedure for closing out a contract
2 Deviations from this City of Fort Worth Standard Specification
a None.
3 Related Specification Sections include, but are not necessarily limited to:
a Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract
b 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
1 Guarantees, Bonds and Affidavits
1. No application for final payment will be accepted until all guarantees, bonds, certificates,
licenses and affidavits required for Work or equipment as specified are satisfactorily filed
with the City.
2 Release of Liens or Claims
1. No application for final payment will be accepted until satisfactory evidence of release of
liens has been submitted to the City.
1.5 SUBMITTALS
A. Submit all required documentation to City’s Project Representative.
1.6 INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION
3.1 INSTALLERS [NOT USED]
3.2 EXAMINATION [NOT USED]
01 77 19 - 2
DAP CLOSEOUT REQUIREMENTS
Page 2 of 3
CITY OF FORT WO Stonehawk Northside Water & Wastewater
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 105421
Revised April 7, 2014
3.3 PREPARATION [NOT USED]
3.4 CLOSEOUT PROCEDURE
1 Prior to requesting Final Inspection, submit:
i Project Record Documents in accordance with Section 01 78 39
ii Operation and Maintenance Data, if required, in accordance with Section 01 78 23
2 Prior to requesting Final Inspection, perform final cleaning in accordance with Section 01 74 23.
3 Final Inspection
1. After final cleaning, provide notice to the City Project Representative that the Work is
completed.
1 The City will make an initial Final Inspection with the Contractor present.
2 Upon completion of this inspection, the City will notify the Contractor, in writing within
10 business days, of any particulars in which this inspection reveals that the Work is
defective or incomplete.
i Upon receiving written notice from the City, immediately undertake the Work required to
remedy deficiencies and complete the Work to the satisfaction of the City.
ii Upon completion of Work associated with the items listed in the City's written notice,
inform the City, that the required Work has been completed. Upon receipt of this notice, the
City, in the presence of the Contractor, will make a subsequent Final Inspection of the
project.
iii Provide all special accessories required to place each item of equipment in full operation.
These special accessory items include, but are not limited to: a. Specified spare parts
1 Adequate oil and grease as required for the first lubrication of the equipment
2 Initial fill up of all chemical tanks and fuel tanks
3 Light bulbs
4Fuses
5 Vault keys
6 Handwheels
7 Other expendable items as required for initial start-up and operation of all equipment
4 Notice of Project Completion
1. Once the City Project Representative finds the Work subsequent to Final Inspection to be
satisfactory, the City will issue a Notice of Project Completion (Green Sheet).
5 Supporting Documentation
1. Coordinate with the City Project Representative to complete the following additional forms:
1 Final Payment Request
2 Statement of Contract Time
3 Affidavit of Payment and Release of Liens
4 Consent of Surety to Final Payment
5 Pipe Report (if required)
6 Contractor’s Evaluation of City
7 Performance Evaluation of Contractor
6 Letter of Final Acceptance
01 77 19 - 3
DAP CLOSEOUT REQUIREMENTS
Page 3 of 3
CITY OF FORT WOR Stonehawk Northside Water & Wastewater
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 105421
Revised April 7, 2014
1. Upon review and acceptance of Notice of Project Completion and Supporting
Documentation, in accordance with General Conditions, City will issue Letter of Final
Acceptance and release the Final Payment Request for payment.
3.1 REPAIR / RESTORATION [NOT USED]
3.2 RE-INSTALLATION [NOT USED]
3.3 FIELD [OR] SITE QUALITY CONTROL [NOT USED]
3.4 SYSTEM STARTUP [NOT USED]
3.5 ADJUSTING [NOT USED]
3.6 CLEANING [NOT USED]
3.7 CLOSEOUT ACTIVITIES [NOT USED]
3.8 PROTECTION [NOT USED]
3.9 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
4/7/2014 M.Domenech Revised for DAP application
01 78 23 - 1
DAP OPERATION AND MAINTENANCE DATA
Page 1 of 5
CITY OF FORT WOR Stonehawk Northside Water & Wastewater
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 105421
Revised April 7, 2014
SECTION 01 78 23
OPERATION AND MAINTENANCE DATA
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
a Product data and related information appropriate for City's maintenance and operation
of products furnished under Contract
b Such products may include, but are not limited to:
i Traffic Controllers
ii Irrigation Controllers (to be operated by the City)
iii Butterfly Valves
B. Deviations from this City of Fort Worth Standard Specification
a None.
C. Related Specification Sections include, but are not necessarily limited to:
a Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract
b Division 1 – General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various Items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Schedule
1. Submit manuals in final form to the City within 30 calendar days of product shipment to the
project site.
1.5 SUBMITTALS
A. Submittals shall be in accordance with Section 01 33 00. All submittals shall be approved by the
City prior to delivery.
1.6 INFORMATIONAL SUBMITTALS
A. Submittal Form
3 Prepare data in form of an instructional manual for use by City personnel.
4 Format
i Size: 8 ½ inches x 11 inches
ii Paper
1 40 pound minimum, white, for typed pages
2 Holes reinforced with plastic, cloth or metal
01 78 23 - 2
DAP OPERATION AND MAINTENANCE DATA
Page 2 of 5
CITY OF FORT WOR Stonehawk Northside Water & Wastewater
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 105421
Revised April 7, 2014
1. Text: Manufacturer’s printed data, or neatly typewritten
2. Drawings
a Provide reinforced punched binder tab, bind in with text 2) Reduce larger drawings and
fold to size of text pages.
B. Provide fly-leaf for each separate product, or each piece of operating equipment.
a Provide typed description of product, and major component parts of equipment.
b Provide indexed tabs.
C. Cover
a Identify each volume with typed or printed title "OPERATING AND MAINTENANCE
INSTRUCTIONS".
b List:
1 Title of Project
2 Identity of separate structure as applicable
3 Identity of general subject matter covered in the manual
1 Binders
a Commercial quality 3-ring binders with durable and cleanable plastic covers
b When multiple binders are used, correlate the data into related consistent groupings.
2 If available, provide an electronic form of the O&M Manual.
1 Manual Content
1. Neatly typewritten table of contents for each volume, arranged in systematic order
1 Contractor, name of responsible principal, address and telephone number
2 A list of each product required to be included, indexed to content of the volume
3 List, with each product:
a The name, address and telephone number of the subcontractor or installer
b A list of each product required to be included, indexed to content of the
volume
c Identify area of responsibility of each
d Local source of supply for parts and replacement
d. Identify each product by product name and other identifying symbols as set forth in
Contract Documents.
2. Product Data
1 Include only those sheets which are pertinent to the specific product.
2 Annotate each sheet to:
a Clearly identify specific product or part installed
b Clearly identify data applicable to installation
c Delete references to inapplicable information
3. Drawings
a. Supplement product data with drawings as necessary to clearly illustrate:
a Relations of component parts of equipment and systems
b Control and flow diagrams
1 Coordinate drawings with information in Project Record Documents to assure
correct illustration of completed installation.
2 Do not use Project Record Drawings as maintenance drawings.
4. Written text, as required to supplement product data for the particular installation:
a. Organize in consistent format under separate headings for different procedures.
01 78 23 - 3
DAP OPERATION AND MAINTENANCE DATA
Page 3 of 5
CITY OF FORT WOR Stonehawk Northside Water & Wastewater
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 105421
Revised April 7, 2014
b. Provide logical sequence of instructions of each procedure.
5. Copy of each warranty, bond and service contract issued a. Provide
information sheet for City personnel giving:
a Proper procedures in event of failure
b Instances which might affect validity of warranties or bonds
2 Manual for Materials and Finishes
i Submit 5 copies of complete manual in final form.
ii Content, for architectural products, applied materials and finishes:
a. Manufacturer's data, giving full information on products
a Catalog number, size, composition
b Color and texture designations
c Information required for reordering special manufactured products
b. Instructions for care and maintenance
a Manufacturer's recommendation for types of cleaning agents and methods
b Cautions against cleaning agents and methods which are detrimental to
product
c Recommended schedule for cleaning and maintenance
3. Content, for moisture protection and weather exposure products:
a. Manufacturer's data, giving full information on products
a Applicable standards
b Chemical composition
c Details of installation
b. Instructions for inspection, maintenance and repair
3 Manual for Equipment and Systems
i Submit 5 copies of complete manual in final form.
ii Content, for each unit of equipment and system, as appropriate:
a. Description of unit and component parts
a Function, normal operating characteristics and limiting conditions
b Performance curves, engineering data and tests
c Complete nomenclature and commercial number of replaceable parts
b. Operating procedures
a Start-up, break-in, routine and normal operating instructions
b Regulation, control, stopping, shut-down and emergency instructions
c Summer and winter operating instructions
d Special operating instructions
c. Maintenance procedures
a Routine operations
b Guide to "trouble shooting"
c Disassembly, repair and reassembly
d Alignment, adjusting and checking
d. Servicing and lubrication schedule
1) List of lubricants required
1 Manufacturer's printed operating and maintenance instructions
2 Description of sequence of operation by control manufacturer
01 78 23 - 4
DAP OPERATION AND MAINTENANCE DATA
Page 4 of 5
CITY OF FORT WO Stonehawk Northside Water & Wastewater
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 105421
Revised April 7, 2014
a Predicted life of parts subject to wear
b Items recommended to be stocked as spare parts
1 As installed control diagrams by controls manufacturer
2 Each contractor's coordination drawings
1) As installed color coded piping diagrams
a Charts of valve tag numbers, with location and function of each
valve
b List of original manufacturer's spare parts, manufacturer's current
prices, and recommended quantities to be maintained in storage
c Other data as required under pertinent Sections of Specifications
3. Content, for each electric and electronic system, as appropriate:
a. Description of system and component parts
i Function, normal operating characteristics, and limiting conditions
ii Performance curves, engineering data and tests
iii Complete nomenclature and commercial number of replaceable parts
b. Circuit directories of panelboards
i Electrical service
ii Controls
iii Communications
a As installed color coded wiring diagrams
b Operating procedures
i Routine and normal operating instructions
ii Sequences required
iii Special operating instructions
e. Maintenance procedures
i Routine operations
ii Guide to "trouble shooting"
iii Disassembly, repair and reassembly
iv Adjustment and checking
a Manufacturer's printed operating and maintenance instructions
b List of original manufacturer's spare parts, manufacturer's current prices, and
recommended quantities to be maintained in storage
c Other data as required under pertinent Sections of Specifications
4. Prepare and include additional data when the need for such data becomes apparent during
instruction of City's personnel.
a CLOSEOUT SUBMITTALS [NOT USED]
b MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE
A. Provide operation and maintenance data by personnel with the following criteria:
a Trained and experienced in maintenance and operation of described products
b Skilled as technical writer to the extent required to communicate essential data
c Skilled as draftsman competent to prepare required drawings
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
01 78 23 - 5
DAP OPERATION AND MAINTENANCE DATA
Page 5 of 5
CITY OF FORT WOR Stonehawk Northside Water & Wastewater
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 105421
Revised April 7, 2014
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
8/31/2012 D. Johnson 1.5.A.1 – title of section removed
4/7/2014 M.Domenech Revised for DAP Application
01 78 39 - 1
DAP PROJECT RECORD DOCUMENTS
Page 1 of 4
CITY OF FORT WO Stonehawk Northside Water & Wastewater
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 105421
Revised April 7, 2014
SECTION 01 78 39
PROJECT RECORD DOCUMENTS
PART 1 - GENERAL
1.1 SUMMARY
1 Section Includes:
a Work associated with the documenting the project and recording changes to project documents,
including: a. Record Drawings
1. Water Meter Service Reports
2. Sanitary Sewer Service Reports
3. Large Water Meter Reports
2 Deviations from this City of Fort Worth Standard Specification
a None.
3 Related Specification Sections include, but are not necessarily limited to:
a Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract
b Division 1 – General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various Items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
1.5 SUBMITTALS
A. Prior to submitting a request for Final Inspection, deliver Project Record Documents to City’s
Project Representative.
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE
A. Accuracy of Records
1 Thoroughly coordinate changes within the Record Documents, making adequate and proper entries on
each page of Specifications and each sheet of Drawings and other Documents where such entry is
required to show the change properly.
2 Accuracy of records shall be such that future search for items shown in the Contract Documents may
rely reasonably on information obtained from the approved Project Record Documents.
01 78 39 - 2
DAP PROJECT RECORD DOCUMENTS
Page 2 of 4
CITY OF FORT WO Stonehawk Northside Water & Wastewater
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 105421
Revised April 7, 2014
3 To facilitate accuracy of records, make entries within 24 hours after receipt of information that the
change has occurred.
4 Provide factual information regarding all aspects of the Work, both concealed and visible, to enable
future modification of the Work to proceed without lengthy and expensive site measurement,
investigation and examination.
1.10 STORAGE AND HANDLING
A. Storage and Handling Requirements
a Maintain the job set of Record Documents completely protected from deterioration and from loss
and damage until completion of the Work and transfer of all recorded data to the final Project
Record Documents.
b In the event of loss of recorded data, use means necessary to again secure the data to the City's
approval.
a. In such case, provide replacements to the standards originally required by the Contract
Documents.
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS
2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED]
2.2 RECORD DOCUMENTS
1 Job set
1. Promptly following receipt of the Notice to Proceed, secure from the City, at no charge to the
Contractor, 1 complete set of all Documents comprising the Contract.
2 Final Record Documents
1. At a time nearing the completion of the Work and prior to Final Inspection, provide the City
1 complete set of all Final Record Drawings in the Contract.
a ACCESSORIES [NOT USED]
b SOURCE QUALITY CONTROL [NOT USED]
PART 3 - EXECUTION
3.1 INSTALLERS [NOT USED]
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 MAINTENANCE DOCUMENTS
A. Maintenance of Job Set
01 78 39 - 3
DAP PROJECT RECORD DOCUMENTS
Page 3 of 4
CITY OF FORT WO Stonehawk Northside Water & Wastewater
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 105421
Revised April 7, 2014
1 Immediately upon receipt of the job set, identify each of the Documents with the title, "RECORD
DOCUMENTS - JOB SET".
2 Preservation
1 Considering the Contract completion time, the probable number of occasions upon which the job set
must be taken out for new entries and for examination, and the conditions under which these activities
will be performed, devise a suitable method for protecting the job set.
2 Do not use the job set for any purpose except entry of new data and for review by the City, until start
of transfer of data to final Project Record Documents.
3 Maintain the job set at the site of work.
1 Coordination with Construction Survey
a At a minimum clearly mark any deviations from Contract Documents associated with installation
of the infrastructure.
2 Making entries on Drawings
a Record any deviations from Contract Documents.
b Use an erasable colored pencil (not ink or indelible pencil), clearly describe the change by graphic
line and note as required.
c Date all entries.
d Call attention to the entry by a "cloud" drawn around the area or areas affected.
e In the event of overlapping changes, use different colors for the overlapping changes.
3 Conversion of schematic layouts
a In some cases on the Drawings, arrangements of conduits, circuits, piping, ducts, and similar
items, are shown schematically and are not intended to portray precise physical layout.
i Final physical arrangement is determined by the Contractor, subject to the City's approval.
ii However, design of future modifications of the facility may require accurate information as to
the final physical layout of items which are shown only schematically on the Drawings.
b Show on the job set of Record Drawings, by dimension accurate to within 1 inch, the centerline of
each run of items.
i Final physical arrangement is determined by the Contractor, subject to the City's approval.
ii Show, by symbol or note, the vertical location of the Item ("under slab", "in ceiling plenum",
"exposed", and the like).
iii Make all identification sufficiently descriptive that it may be related reliably to the
Specifications.
c The City may waive the requirements for conversion of schematic layouts where, in the City's
judgment, conversion serves no useful purpose. However, do not rely upon waivers being issued
except as specifically issued in writing by the City.
B. Final Project Record Documents
1. Transfer of data to Drawings
i Carefully transfer change data shown on the job set of Record Drawings to the corresponding
final documents, coordinating the changes as required.
ii Clearly indicate at each affected detail and other Drawing a full description of changes made
during construction, and the actual location of items.
iii Call attention to each entry by drawing a "cloud" around the area or areas affected.
01 78 39 - 4
DAP PROJECT RECORD DOCUMENTS
Page 4 of 4
CITY OF FORT WO Stonehawk Northside Water & Wastewater
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS CPN 105421
Revised April 7, 2014
iv Make changes neatly, consistently and with the proper media to assure longevity and clear
reproduction.
2. Transfer of data to other Documents
1 If the Documents, other than Drawings, have been kept clean during progress of the Work,
and if entries thereon have been orderly to the approval of the City, the job set of those
Documents, other than Drawings, will be accepted as final Record Documents.
2 If any such Document is not so approved by the City, secure a new copy of that Document
from the City at the City's usual charge for reproduction and handling, and carefully transfer
the change data to the new copy to the approval of the City.
3.5 REPAIR / RESTORATION [NOT USED]
3.6 RE-INSTALLATION [NOT USED]
3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED]
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.10 CLEANING [NOT USED]
3.11 CLOSEOUT ACTIVITIES [NOT USED]
3.12 PROTECTION [NOT USED]
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
4/7/2014 M.Domenech Revised for DAP Application
* From Original Standard Products List 1
APPENDIX
GR-01 60 00 Product Requirements
* From Original Standard Products List 2
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 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
!!!!!!!! Attention: Mix Designs do not supercede CFW Specifications !!!!!!!!!!Approval Spec No. Classification Manufacturer Mix ID Mix Description Design Strength @ 28 days Design Rquirements National SpecConcreteClass A (Sidewalk, ADA Ramps, Driveways, Curb/Gutter, Median Pavement) 9/9/2022 32 13 20 Mix Design American Concrete Company 30CAF0293000 psi 3-5" Slump; 3-6% Air4/3/2025 32 13 20 Mix Design Big Town Concrete 22113000 psi 3-5" Slump; 3-6% Air9/9/2022 32 13 20 Mix Design Burnco Texas 30U101AG3000 psi 3-5" Slump; 3-6% Air4/1/2024 32 13 20 Mix Design Burnco Texas 30U500BG3000 psi 3-5" Slump; 3-6% Air9/9/2022 32 13 20 Mix Design Carder Concrete FWCC5020013000 psi 3-5" Slump; 3-6% Air9/9/2022 32 13 20 Mix Design Carder Concrete FWCC5020213500 psi 3-5" Slump; 3-6% Air9/9/2022 32 13 20 Mix Design Chisholm Trail Redi Mix C13020AE3000 psi 3-5" Slump; 4.5-7.5% Air9/9/2022 32 13 20 Mix Design City Concrete Company 30HA20II3000 psi 3-5" Slump; 3-6% Air9/9/2022 32 13 20 Mix Design Cow Town Redi Mix 253-W3000 psi 3-5" Slump; 3-6% Air9/9/2022 32 13 20 Mix Design Cow Town Redi Mix 2503000 psi 3-5" Slump; 3-6% Air9/9/2022 32 13 20 Mix Design Cow Town Redi Mix 3503000 psi 3-5" Slump; 3-6% Air1/29/2024 32 13 20 Mix Design Estrada Ready Mix R3050AEWR3000 psi 3-5" Slump; 3-6% Air9/9/2022 32 13 20 Mix Design Holcim - SOR, Inc. 12613000 psi 3-5" Slump; 3-6% Air9/23/2024 32 13 20 Mix Design Holcim - SOR, Inc. 51773000 psi 3-5" Slump; 3-6% Air4/7/2023 32 13 20 Mix Design Liquid Stone C301D3000 psi 3-5" Slump; 3-6% Air9/9/2022 32 13 20 Mix Design Martin Marietta R21362143000 psi 3-5" Slump; 3-6% Air9/9/2022 32 13 20 Mix Design Martin Marietta R21360143000 psi 3-5" Slump; 3-6% Air4/1/2023 32 13 20 Mix Design Martin Marietta R2136N143000 psi 3-5" Slump; 3-6% Air6/1/2023 32 13 20 Mix Design Martin Marietta R2136R203000 psi 3-5" Slump; 3-6% Air6/1/2023 32 13 20 Mix Design Martin Marietta R2136N203000 psi 3-5" Slump; 3-6% Air11/2/2022 32 13 20 Mix Design Martin Marietta R2141K244000 psi 3-5" Slump; 3-6% Air4/7/2023 32 13 20 Mix Design Martin Marietta R2136K143000 psi 3-5" Slump; 3-6% Air9/9/2022 32 13 20 Mix Design Martin Marietta R21313143000 psi 3-5" Slump; 3-6% Air9/9/2022 32 13 20 Mix Design Martin Marietta R21322143000 psi 3-5" Slump; 3-6% Air9/9/2022 32 13 20 Mix Design Martin Marietta D9490SC3000 psi 3-5" Slump; 4.5-7.5% Air10/4/2023 32 13 20 Mix Design NBR Ready Mix CLS A-YY3000 psi 3-5" Slump; 3-6% Air10/4/2023 32 13 20 Mix Design NBR Ready Mix CLS A-NY3000 psi 3-5" Slump; 3-6% Air7/10/2023 32 13 20 Mix Desing Osburn 30A50MR3000 psi 3-5" Slump; 3-6% Air1/18/2023 32 13 20 Mix Design Rapid Redi Mix RRM5020A3000 psi 3-5" Slump; 3-6% Air1/24/2023 32 13 20 Mix Design Rapid Redi Mix RRM5525A3600 psi 3-5" Slump; 3-6% Air10/24/2024 32 13 20 Mix Design SRM Concrete 308503000 psi 3-5" Slump; 3-6% Air10/24/2024 32 13 20 Mix Design SRM Concrete 303503000 psi 3-5" Slump; 3-6% Air10/18/2024 32 13 20 Mix Design SRM Concrete 300503000 psi 3-5" Slump; 3-6% Air9/9/2022 32 13 20 Mix Design Tarrant Concrete FW5025A3000 psi 3-5" Slump; 3-6% Air9/9/2022 32 13 20 Mix Design Tarrant Concrete CP5020A3000 psi 3-5" Slump; 3-6% Air10/10/2022 32 13 20 Mix Design Tarrant Concrete TCFW5020A3000 psi 3-5" Slump; 3-6% Air9/9/2022 32 13 20 Mix Design Tarrant Concrete FW5525A23000 psi 3-5" Slump; 3-6% Air9/9/2022 32 13 20 Mix Design Titan Ready Mix 3020AE3000 psi 3-5" Slump; 3-6% Air9/9/202232 13 20 Mix Design True Grit Redi Mix 0250.2303000 psi 3-5" Slump; 3-6% Air9/9/2022 32 13 20 Mix Design True Grit Redi Mix 0250.23013000 psi 3-5" Slump; 3-6% AirClass CIP (Inlets, Manholes, Junction Boxes, Encasement, Blocking, Collars, (Spread Footing Pedistal Pole Foundations (Reference Detail 34 41 10-D605A)9/9/2022 32 13 13 Mix Design American Concrete Company 40CNF0654000 psi 3-5" Slump; 0-3% Air9/9/2022 32 13 13 Mix Design Burnco Texas 40U500BG4000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 255-23000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 3553000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 2553500 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 2705000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 3705000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 3533000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 2573600 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 3573600 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Holcim - SOR, Inc. 17014000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Holcim - SOR, Inc. 15513000 psi 3-5" Slump; 3-6% Air 9/9/2022 32 13 13 Mix Design Holcim - SOR, Inc. 54094000 psi 3-5" Slump; 3-6% Air4/27/2023 32 13 13 Mix Design Liquid Stone C361DNFA3600 psi 3-5" Slump; 3-6% Air9/9/2022 32 13 13 Mix Design Martin Marietta R21412304000 psi 3-5" Slump; 3-6% Air8/4/2023 32 13 13 Mix Design Martin Marietta R2141R244000 psi 3-5" Slump; 3-6% Air11/20/2023 32 13 13 Mix Design Martin Marietta R2146R334000 psi 3-5" Slump; 3-6% Air11/20/202332 13 13 Mix Design Martin Marietta R2146K334000 psi 3-5" Slump; 3-6% Air9/9/2022 32 13 13 Mix Design Martin Marietta R21422333600 psi 3-5" Slump; 4.5-7.5% Air9/9/2022 32 13 13 Mix Design Martin Marietta R21362243600 psi 3-5" Slump; 3-6% Air9/9/2022 32 13 13 Mix Design Martin Marietta R21412333600 psi 3-5" Slump; 3-6% Air9/9/2022 32 13 13 Mix Design Martin Marietta R21460384500 psi 3-5" Slump; 3-6% Air10/24/2024 32 13 13 Mix Design Martin Marietta R2146K344000 psi 3-5" Slump; 3-6% Air9/12/2023 32 13 13 Mix Design NBR Ready Mix CLS P1-YY4000 psi 3-5" Slump; 3-6% Air9/9/2022 32 13 13 Mix Design NBR Ready Mix TX C-YY3000 psi 3-5" Slump; 3-6% Air9/9/2022 32 13 13 Mix Design NBR Ready Mix TX C-NY3000 psi 3-5" Slump; 3-6% Air1/18/2023 32 13 13 Mix Design Rapid Redi Mix RRM5320A3000 psi 3-5" Slump; 3-6% AirCITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENTSTANDARD PRODUCTS LIST AS OF 4/5/2025
!!!!!!!! Attention: Mix Designs do not supercede CFW Specifications !!!!!!!!!!Approval Spec No. Classification Manufacturer Mix ID Mix Description Design Strength @ 28 days Design Rquirements National SpecCITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENTSTANDARD PRODUCTS LIST AS OF 4/5/2025Concrete (Continued)1/18/2023 32 13 13 Mix Design Rapid Redi Mix RRM6020ASS4000 psi 3-5" Slump; 3-6% Air10/24/2024 32 13 13 Mix Design SRM Concrete 403504000 psi 3-5" Slump; 3-6% Air10/24/2024 32 13 13 Mix Design SRM Concrete 408504000 psi 3-5" Slump; 3-6% Air9/16/2024 32 13 13 Mix Design SRM Concrete 350503500 psi 3-5" Slump; 3-6% Air9/9/2022 32 13 13 Mix Design Tarrant Concrete FW5320A3000 psi 3-5" Slump; 3-6% Air10/10/2022 32 13 13 Mix Design Tarrant Concrete TCFW6025A24000 psi 3-5" Slump; 3-6% AirClass C (Drilled Shaft for Traffic Signal Pole Foundations Reference Detail 31 41 10-D605)9/9/2022 32 13 13 Mix Design Burnco Texas 36U500BG3600 psi 5.5-7.5" Slump; 3-6% Air6/21/2023 32 13 13 Mix Design Cow Town Redi Mix 360-DS3600 psi 5.5-7.5" Slump; 3-6% Air10/30/2024 32 13 13 Mix Design Estrada Ready Mix R36575AEWR3600 psi 5.5-7.5" Slump; 3-6% Air12/5/2022 32 13 13 Mix Design Holcim - SOR, Inc. 18223600 psi 5.5-7.5" Slump; 0-3% Air9/9/2022 32 13 13 Mix Design Holcim - SOR, Inc. 18594000 psi 5.5-7.5" Slump; 3-6% Air4/7/2023 32 13 13 Mix Design Liquid Stone C361DHR3600 psi 5.5-7.5" Slump; 3-6% Air6/27/2023 32 13 13 Mix Design Martin Marietta U2146N413600 psi 5-7" Slump; 3-6% Air6/27/2023 32 13 13 Mix Design Martin Marietta U2146K453600 psi 5-7" Slump; 3-6% Air8/22/2024 32 13 13 Mix Design NBR Ready Mix 135K25243600 psi 5.5" Slump; 3-6% Air8/22/2024 32 13 13 Mix Design NBR Ready Mix 135K05243600 psi 5.5" Slump; 3-6% AirClass C Headwalls, Wingwalls, Culverts9/9/2022 32 13 13 Mix Design Carder Concrete FWCC6020014000 psi 3-5" Slump; 3-6% Air9/9/2022 32 13 13 Mix Design City Concrete Company 40LA20114000 psi 3-5" Slump; 3-6% Air9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 260-23600 psi3-5" Slump; 3-6% Air9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 360-13600 psi 3-5" Slump; 3-6% Air9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 260-13600 psi 3-5" Slump; 3-6% Air1/29/2024 32 13 13 Mix Design Estrada Ready Mix R3655AEWR3600 psi 3-5" Slump; 3-6% Air9/9/2022 32 13 13 Mix Design GCH Concrete Services GCH40004000 psi 3-5" Slump; 3-6% Air4/1/2023 32 13 13 Mix Design Martin Marietta 310LBP3600 psi 3-5" Slump; 4-7% Air8/30/2023 32 13 13 Mix Design Martin Marietta R2141R304000 psi 3-5" Slump; 3-6% Air9/9/2022 32 13 13 Mix Design Martin Marietta R21460354000 psi 3-5" Slump; 3-6% Air9/9/2022 32 13 13 Mix Design SRM Concrete 400504000 psi 3-5" Slump; 3-6% Air9/9/2022 32 13 13 Mix Design SRM Concrete 350223600 psi 3-5" Slump; 3-6% Air9/9/2022 32 13 13 Mix Design Tarrant Concrete FW6020A24000 psi 3-5" Slump; 3-6% AirClass P (Machine Placed Paving)4/3/2025 32 13 13 Mix Design Big Town Concrete 45113600 psi 1-3" Slump; 3-6% Air4/3/2025 32 13 13 Mix Design Big Town Concrete 44113600 psi 1-3" Slump; 3-6% Air9/9/2022 32 13 13 Mix Design Carder Concrete FWCC5520913600 psi 1-3" Slump; 3-6% Air9/9/2022 32 13 13 Mix Design Carder Concrete FWCC6020914000 psi 1-3" Slump; 3-6% Air9/9/2022 32 13 13 Mix Design City Concrete Company 36LA20113600 psi 1-3" Slump; 3-6% Air9/9/2022 33 13 13 Mix Design Cow Town Redi Mix 257-M3600 psi 1-3" Slump; 3-6% Air11/14/2022 32 13 13 Mix Design Cow Town Redi Mix 357-M3600 psi 1-3" Slump; 3-6% Air9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 260-M4000 psi 1-3" Slump; 3-6% Air9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 360-M4000 psi1-3" Slump; 3-6% Air2/6/2024 32 13 13 Mix Design Estrada Ready Mix TD3655AEWR3600 psi 1-3" Slump; 3-6% Air8/4/2023 32 13 13 Mix Design Martin Marietta Q2141R274000 psi 1-3" Slump; 3-6% Air11/2/2022 32 13 13 Mix Design Martin Marietta Q2141K304000 psi 1-3" Slump; 3-6% Air10/4/2023 32 13 13 Mix Design NBR Ready Mix TX C SF-YY3600 psi 1-3" Slump; 3-6% Air10/4/2023 32 13 13 Mix Design NBR Ready Mix TX C SF-NY3600 psi 1-3" Slump; 3-6% Air10/24/2024 32 13 13 Mix Design SRM Concrete 400684000 psi 1-3" Slump; 3-6% Air10/24/2024 32 13 13 Mix Design SRM Concrete 408254000 psi 1-3" Slump; 3-6% Air9/16/2024 32 13 13 Mix Design SRM Concrete 400254000 psi 1-3" Slump; 3-6% Air10/18/2024 32 13 13 Mix Design SRM Concrete 350233600 psi 1-3" Slump; 3-6% Air9/9/2022 32 13 13 Mix Design Tarrant Concrete FW5520AMP3600 psi 1-3" Slump; 3-6% Air9/9/2022 32 13 13 Mix Design True Grit Redi Mix 0255.23013600 psi 1-3" Slump; 3.5-6.5% Air9/9/2022 32 13 13 Mix Design True Grit Redi Mix 0260.23024000 psi 1-3" Slump; 3.5-6.5% AirClass H (Hand Placed Paving, Valley Gutter)9/9/2022 32 13 13 Mix Design American Concrete Company 45CAF0764500 psi 3-5" Slump; 3-6% Air 5/2/2023 32 13 13 Mix Design Big D Concrete CM14520AE4500 psi 3-5" Slump; 3-6% Air4/3/2025 32 13 13 Mix Design Big Town Concrete 62114500 psi 3-5" Slump; 3-6% Air4/3/2025 32 13 13 Mix Design Big Town Concrete 63114500 psi 3-5" Slump; 3-6% Air4/5/2025 32 13 13 Mix Design Big Town Concrete 60174500 psi 3-5" Slump; 3-6% Air9/9/2022 32 13 13 Mix Design Burnco Texas 45U500BG4500 psi 3-5" Slump; 3-6% Air9/9/2022 32 13 13 Mix Design Carder Concrete FWCC6020214500 psi3-5" Slump; 3-6% Air9/9/2022 32 13 13 Mix Design City Concrete Company 45NA20II4500 psi 3-5" Slump; 3-6% Air9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 2654500 psi 3-5" Slump; 3-6% Air9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 3654500 psi 3-5" Slump; 3-6% Air1/29/2024 32 13 13 Mix Design Estrada Ready Mix R4560AEWR/4500 psi 3-5" Slump; 4-6% Air9/9/2022 32 13 13 Mix Design GCH Concrete Services GCH45004500 psi 3-5" Slump; 3-6% Air10/4/2024 32 13 13 Mix Design Holcim - SOR, Inc. 55074500 psi 3-5" Slump; 3-6% Air9/9/2022 32 13 13 Mix Design Holcim - SOR, Inc. 18514500 psi 3-5" Slump; 3-6% Air
!!!!!!!! Attention: Mix Designs do not supercede CFW Specifications !!!!!!!!!!Approval Spec No. Classification Manufacturer Mix ID Mix Description Design Strength @ 28 days Design Rquirements National SpecCITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENTSTANDARD PRODUCTS LIST AS OF 4/5/2025Concrete(Continued)4/5/2025 32 13 13 Mix Design Liquid Stone C451D4500 psi 3-5" Slump; 3-6% Air11/2/2022 32 13 13 Mix Design Martin Marietta R2146N354500 psi 3-5" Slump; 3-6% Air8/4/2023 32 13 13 Mix Design Martin Marietta R2146R364500 psi 3-5" Slump; 3-6% Air11/2/2022 32 13 13 Mix Design Martin Marietta R2146N364500 psi 3-5" Slump; 3-6% Air5/22/2023 32 13 13 Mix Design Martin Marietta R2146K374500 psi 3-5" Slump; 3-6% Air12/22/2023 32 13 13 Mix Design Martin Marietta R2146R444500 psi 3-5" Slump; 3-6% Air12/22/2023 32 13 13 Mix Design Martin Marietta R2146K444500 psi 3-5" Slump; 3-6% Air11/15/2022 32 13 13 Mix Design Martin Marietta R2146P364500 psi 3-5" Slump; 3-6% Air11/15/2022 32 13 13 Mix Design Martin Marietta R2146K364500 psi 3-5" Slump; 3-6% Air9/9/2022 32 13 13 Mix Design Martin Marietta R21472414500 psi 3-5" Slump; 4.5-7.5% Air9/9/2022 32 13 13 Mix Design Martin Marietta R21462364500 psi 3-5" Slump; 3-6% Air9/9/2022 32 13 13 Mix Design Martin Marietta R21460364500 psi 3-5" Slump; 3-6% Air9/9/2022 32 13 13 Mix Design Martin Marietta R21462424500 psi 3-5" Slump; 3-6% Air9/9/2022 32 13 13 Mix Design Martin Marietta R21460424500 psi 3-5" Slump; 3-6% Air10/4/2023 32 13 13 Mix Design NBR Ready Mix CLS P2-YY4500 psi 3-5" Slump; 3-6% Air10/4/2023 32 13 13 Mix Design NBR Ready Mix CLS P2-NY4500 psi 3-5" Slump; 3-6% Air7/10/2023 32 13 13 Mix Design Osburn 45A60MR4500 psi 3-5" Slump; 3-6% Air1/24/2023 32 13 13 Mix Design Rapid Redi Mix RRM6320AHP4500 psi 3-5" Slump; 3-6% Air1/13/2023 32 13 13 Mix Design SRM Concrete 450234500 psi 3-5" Slump; 3-6% Air9/9/202232 13 13 Mix Design SRM Concrete 450004500 psi 3-5" Slump; 3-6% Air10/24/2024 32 13 13 Mix Design SRM Concrete 453504500 psi 3-5" Slump; 3-6% Air10/24/2024 32 13 13 Mix Design SRM Concrete 458504500 psi 3-5" Slump; 3-6% Air10/18/2024 32 13 13 Mix Design SRM Concrete 450504500 psi 3-5" Slump; 3-6% Air9/9/2022 32 13 13 Mix Design Tarrant Concrete FW6020AHP4500 psi 3-5" Slump; 3-6% Air9/9/2022 32 13 13 Mix Design Tarrant Concrete FW60AHP4500 psi 3-5" Slump; 3-6% Air9/9/2022 32 13 13 Mix Design Tarrant Concrete TCFW6020AHP4500 psi 3-5" Slump; 3-6% Air9/9/2022 32 13 13 Mix Design Titan Ready Mix TRC45204500 psi 3-5" Slump; 3-6% Air9/9/2022 32 13 13 Mix Design True Grit Redi Mix 0260.23014500 psi 3-5" Slump; 3-6% Air9/9/2022 32 13 13 Mix Design True Grit Redi Mix 0265.23014500 psi 3-5" Slump; 3.5-6.5% Air9/9/2022 32 13 13 Mix Design True Grit Redi Mix 270.2304500 psi 3-5" Slump; 3-6% Air10/9/2024 32 13 13 Mix Design Wildcatter 4520AI4500 psi 3-5" Slump; 3-6% AirClass HES (High Early Strength Paving) 9/9/2022 32 13 13 Mix Design Big D Concrete 14500AE4500 psi 3-5" Slump; 3-6% Air9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 370-1NC4500 psi 3-5" Slump; 3-6% Air9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 375-NC5000 psi 3-5" Slump; 3-6% Air9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 370-NC4500 psi 3-5" Slump; 3-6% Air1/18/2023 32 13 13 Mix Design Cow Town Redi Mix 380-NC4500 psi 3-5" Slump; 3-6% Air1/29/2024 32 13 13 Mix Design Estrada Ready Mix 4575AESC4500 psi / 3000 psi @ 3 days 3-5" Slump; 3-6% Air9/9/2022 32 13 13 Mix Design Holcim - SOR, Inc. 21255000 psi 3-5" Slump; 3-6% Air1/24/2023 32 13 13 Mix Design Liquid Stone C451DHR-A4500 psi 3-5" Slump; 3-6% Air4/7/2023 32 13 13 Mix Design Martin Marietta R2161K706000 psi / 3000 psi @ 24hr. 3-5" Slump; 3-6% Air2/10/2023 32 13 13 Mix Design SRM Concrete 503105000 psi 3-5" Slump; 3-6% Air9/9/2022 32 13 13 Mix Design SRM Concrete 403264500 psi / 3000 psi @ 3 days 3-5" Slump; 3-6% Air9/9/2022 32 13 13 Mix Design Tarrant Concrete FW6520AMR4500 psi / 3000 psi @ 3 days 3-5" Slump; 3-6% Air9/9/2022 32 13 13 Mix Design Tarrant Concrete FW7520AMR4500 psi / 3000 psi @ 3 days 3-5" Slump; 3-6% AirClass S (Bridge Slabs, Top Slabs of Direct Traffic Culverts, Approach Slabs)9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 2604000 psi 3-5" Slump; 3-6% Air9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 3604000 psi 3-5" Slump; 3-6% Air9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 365-STX4000 psi 3-5" Slump; 3-6% Air1/29/2024 32 13 13 Mix Design Estrada Ready Mix R4060AEWR4000 psi 4-6" Slump; 3-6% Air5/3/2023 32 13 13 Mix Design Martin Marietta M78423444000 psi 3-5" Slump; 4.5-7.5% Air4/1/2023 32 13 13 Mix Design Martin Marietta R2146P334000 psi 3-5" Slump; 3-6% Air4/15/2024 32 13 13 Mix Design NBR Ready Mix TX S-NY4000 psi 3-5" Slump; 3-6% Air4/15/2024 32 13 13 Mix Design NBR Ready Mix TX S-YY4000 psi 3-5" Slump; 3-6% Air4/5/2025 32 13 13 Mix Design SRM Concrete 408504000 psi 3-5" Slump; 3-6% Air4/5/2025 32 13 13 Mix Design SRM Concrete 403504000 psi 3-5" Slump; 3-6% Air5/5/2023 32 13 13 Mix Design SRM Concrete D100008553CB4000 psi 3-5" Slump; 3-6% AirConcrete Base Trench Repair4/1/2023 03 34 16 Mix Design Burnco Texas 10YH50BF1000 psi Flowable; 8.5-11.5% Air9/9/2022 03 34 16 Mix Design Burnco Texas 08Y450BA800 psi 5-7" Slump; 3-6% AirControlled Low Strength Material (Flowable Fill)9/9/2022 03 34 13 Mix Design Burnco Texas 01Y690BF100 psi Flowable; 8.5-11.5% Air9/9/2022 03 34 13 Mix Design Carder Concrete FWCC35910150-150 psi 3-5" Slump; 8-12% Air9/9/2022 03 34 13 Mix Design Carder Concrete FWFF23750150-150 psi Flowable; 8.5-11.5% Air9/9/2022 03 34 13 Mix Design City Concrete Company 11-350-FF50-150 psi Flowable; 8-12% Air9/9/2022 03 34 13 Mix Design Cow Town Redi Mix Mix# 970 psi 7-9" Slump; 8-11% Air10/4/2023 03 34 13 Mix Design NBR Ready Mix FTW FLOW FILL150 psi 7-10" Slump; 8-12% Air9/9/2022 03 34 13 Mix Design Tarrant Concrete FWFF150CLSM50-150 psi Flowable; 8-12% Air
!!!!!!!! Attention: Mix Designs do not supercede CFW Specifications !!!!!!!!!!Approval Spec No. Classification Manufacturer Mix ID Mix Description Design Strength @ 28 days Design Rquirements National SpecCITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENTSTANDARD PRODUCTS LIST AS OF 4/5/2025Concrete Rip Rap4/1/2023 31 37 00 Mix Design Martin Marietta R21410304000 psi 3-5" Slump; 3-6% Air4/1/2023 31 37 00 Mix Design Martin Marietta R21460334000 psi 3-5" Slump; 3-6% AirAsphalt Paving9/9/2022 32 12 16 Mix Design Austin Asphalt FT5B117965 FT5B117965 PG64-22 Type B Fine Base9/9/2022 32 12 16 Mix Design Austin Asphalt FT1B139965 FT1B139965 PG64-22 Type B Fine Base9/9/2022 32 12 16 Mix Design Austin Asphalt FT1B117.2 FT1B117.2 PG64-22 Type B Fine Base5/1/2024 32 12 16 Mix Design Reynolds Asphalt 340-DG-B P 340-DG-B PG64-22 Type B Base Course9/9/2022 32 12 16 Mix Design Reynolds Asphalt 1112B 1112B PG64-22 Type B Fine Base9/9/2022 32 12 16 Mix Design Reynolds Asphalt 1612B 1612B PG64-22 Type B Fine Base4/4/2025 32 12 16 Mix Design Reynolds Asphalt 2315B 2315B PG64-22 Type B Fine Base12/5/2022 33 12 16 Mix Design Sunmount Paving 3076BV6422 3076BV6422 PG62-22 Type B Fine Base9/9/2022 32 12 16 Mix Design Sunmount Paving 341-BRAP6422ERG 341-BRAP6422ERG PG64-22 Type B Fine Base9/9/2022 32 12 16 Mix Design TXBIT 37-211305-20 37-211305-20 PG64-22 Type B Fine Base9/9/2022 32 12 16 Mix Design TXBIT 44-211305-17 44-211305-17 PG64-22 Type B Fine Base9/9/2022 32 12 16 Mix Design TXBIT 211305 (1757) 211305 (1757) PG64-22 Type B Fine BaseAsphalt(Continued)9/9/2022 32 12 16 Mix Design TXBIT 64-224125-18 PG 64-224125-18 PG70-22 Type D Fine Surface4/1/2024 32 12 16 Mix Design TXBIT 344 MAC-SP-D 70-22XR 344 MAC-SP-D 70-22XR SAC A-R Type D Fine SurfaceDetectable Warning Surface9/9/2022 32 13 20 DWS - Pavers Pine Hall Brick (Winston Salem, NC)Tactile Pavers9/9/2022 32 13 20 DWS - Pavers Western Brick Co. (Houston, TX) Detectable Warning Pavers9/9/2022 32 13 20 DWS - CompositeArmor Tile9/9/2022 32 13 20 DWS - Composite ADA Solutions (Wilmington, MA) Heritage Brick CIP Composite Paver4/7/2023 32 13 20 DWS - Pavers ADA Solutions (Wilmington, MA)Detectable Warning PaversSilicone Joint Sealant9/9/2022 32 13 73 Joint Sealant Dow 890SL 890SL - Cold Applied, Single Component, Silicone Joint SealantASTM D58939/9/2022 32 13 73 Joint Sealant Tremco 900SL 900SL - Cold Applied, Single Component, Silicone Joint SealantASTM D58939/9/2022 32 13 73 Joint Sealant Pecora 300SL 300SL - Cold Applied, Single Component, Silicone Joint SealantASTM D58939/9/2022 32 13 73 Joint Sealant Crafco RoadSaver Silicone RoadSaver Silicone - Cold Applied, Single Component, Silicone Joint SealantASTM D5893Utility Trench Embedment Sand9/9/2022 33 05 10 Embedment Sand Silver Creek Materials Utility Embedment SandASTM C339/9/2022 33 05 10 Embedment Sand Crouch Materials Utility Embedment SandASTM C339/9/2022 33 05 10 Embedment Sand F and L Dirt Movers Utility Embedment SandASTM C339/9/2022 33 05 10 Embedment Sand F and L Dirt Movers Utility Embedment SandASTM C339/9/2022 33 05 10 Embedment Sand Tin Top Martin Marietta Utility Embedment SandASTM C33Storm Sewer - Manholes & Bases/Frames & Covers/Standard (Round) 33-05-13 9/28/2018 33 05 13Manhole Frames and Covers AccuCast (Govind Steel Company, LTD) MHRC #220605MHRC #220605 (Size - **24" Dia.)ASTM A48 AASHTO M3069/28/2018 33 05 13 Manhole Cover Neenah FoundryNF-1274-T91NF-1274-T91 (Size - 32" Dia.)ASTM A48 AASHTO M3069/28/2018 33 05 13Manhole Frames and CoveNeenah FoundryNF-1743-LM (Hinged)NF-1743-LM (Hinged) (Size - 32" Dia.)ASTM A48 AASHTO M3069/28/2018 33 05 13 Manhole Frame Neenah FoundryNF-1930-30NF-1930-30 (Size - 32.25" Dia.)ASTM A48 AASHTO M3069/28/2018 33 05 13Manhole Frames and CoveNeenah FoundryR-1743-HVR-1743-HV (Size - 32" Dia.)ASTM A48 AASHTO M3064/3/2019 33 05 13Manhole Frames and CoveSIP Industries ++2279ST2279ST (Size - 24" Dia.)ASTM A48 AASHTO M3064/3/2019 33 05 13Manhole Frames and CoveSIP Industries ++2280ST2280ST (Size - 32" Dia.)ASTM A48 AASHTO M30610/8/2020 33 05 13Manhole Frames and CoveEJ ( Formally East Jordan Iron Works)EJ1033 Z2/AEJ1033 Z2/A (Size - 32.25" Dia.)ASTM A536 AASHTO M3063/8/2024 33 05 13 Curb Inlet Covers SIP Industries ++2296T2296T (Size - ***24" Dia.)ASTM A48 AASHTO M3066/18/2024 33 05 13 Curb Inlet Covers SIP Industries ++2279STN2279STN (Size - 24" Dia.)ASTM A48 AASHTO M306Storm Sewer - Inlet & Structures 33-05-13 10/8/2020 33 49 20Curb Inlets ForterrraFRT-10x3-405-PRECAST** (Size - 10' X 3')ASTM C91310/8/2020 33 49 20 Curb Inlets Forterrra FRT-10x3-406-PRECAST** (Size - 10' X 3')ASTM C91310/8/2020 33 49 20 Curb Inlets Forterrra FRT-10x4.5-407-PRECAST** (Size - 10' X 4.5')ASTM C91310/8/2020 33 49 20 Curb Inlets Forterrra FRT-10x4.5-420-PRECAST** (Size - 10' X 4.5')ASTM C91310/8/2020 33 39 20 Manhole Forterrra FRT-4X4-409-PRECAST-TOP (Size - 4' X 4')ASTM C91310/8/2020 33 39 20 Manhole Forterrra FRT-4X4-409-PRECAST-BASE (Size - 4' X 4')ASTM C91310/8/2020 33 39 20 Manhole Forterrra FRT-5X5-410-PRECAST-TOP (Size - 5' X 5')ASTM C91310/8/2020 33 39 20 Manhole Forterrra FRT-5X5-410-PRECAST-BASE (Size - 5' X 5')ASTM C91310/8/2020 33 39 20 Manhole Forterrra FRT-6X6-411-PRECAST-TOP (Size - 6' X 6')ASTM C91310/8/2020 33 39 20 Manhole Forterrra FRT-6X6-411-PRECAST-BASE (Size - 6' X 6')ASTM C9133/19/2021 33 49 20 Curb Inlets Thompson Pipe Group TPG-10X3-405-PRECAST INLET** (Size - 10' X 3')ASTM 6153/19/2021 33 49 20 Curb Inlets Thompson Pipe Group TPG-15X3-405-PRECAST INLET** (Size - 15' X 3')ASTM 6153/19/2021 33 49 20 Curb Inlets Thompson Pipe Group TPG-20X3-405-PRECAST INLET** (Size - 20' X 7')ASTM 6153/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-4X4-409-PRECAST TOP (Size - 4' X 4')ASTM 615**Note: All new development and new installation manhole lids shall meet the minimum 30-inch opening requirement as specified in City Specification 33 05 13. Any smaller opening sizes will only be allowed for existing manholes that require replacement frames and covers.
!!!!!!!! Attention: Mix Designs do not supercede CFW Specifications !!!!!!!!!!Approval Spec No. Classification Manufacturer Mix ID Mix Description Design Strength @ 28 days Design Rquirements National SpecCITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENTSTANDARD PRODUCTS LIST AS OF 4/5/20253/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-4X4-409-PRECAST BASE (Size - 4' X 4')ASTM 6153/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-4X4-412-PRECAST 4-FT RISER (Size - 4' X 4')ASTM 6153/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-5X5-410-PRECAST TOP (Size - 5' X 5')ASTM 6153/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-5X5-410-PRECAST BASE (Size - 5' X 5')ASTM 6153/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-5X5-412-PRECAST 5-FT RISER (Size - 5' X 5')ASTM 6153/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-6X6-411-PRECAST TOP (Size - 6' X 6')ASTM 6153/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-6X6-411-PRECAST BASE (Size - 6' X 6')ASTM 6153/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-6X6-412-PRECAST 6-FT RISER (Size - 6' X 6')ASTM 6153/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-7X7-411-PRECAST TOP (Size - 7' X 7')ASTM 6153/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-7X7-411-PRECAST BASE (Size - 7' X 7')ASTM 6153/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-7X7-412-PRECAST 4-FT RISER (Size - 7' X 7')ASTM 6153/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-8X8-411-PRECAST TOP (Size - 8' X 8')ASTM 6153/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-8X8-411-PRECAST BASE (Size - 8' X 8')ASTM 6153/19/2021 33 39 20 Manhole Thompson Pipe Group TPG-8X8-412-PRECAST 5-FT RISER (Size - 8' X 8')ASTM 6153/19/2021 33 49 20 Drop Inlet Thompson Pipe Group TPG-4X4-408-PRECAST INLET (Size - 4' X 4')ASTM 6153/19/2021 33 49 20 Drop Inlet Thompson Pipe Group TPG-5X5-408-PRECAST INLET (Size - 5' X 5')ASTM 6153/19/2021 33 49 20 Drop Inlet Thompson Pipe Group TPG-6X6-408-PRECAST INLET (Size - 6' X 6')ASTM 6158/28/2023 33 49 10 Manhole Oldcastle Precast 4' x 4' Stacked Manhole (Size - 4' X 4')ASTM C4788/28/2023 33 49 10 Manhole Oldcastle Precast 5' x 8' Storm Junction Box (Size - 5' X 8')ASTM C4788/28/2023 33 49 10 Manhole Oldcastle Precast 4' x 4' Storm Junction Box (Size - 4' X 4')ASTM C4788/28/2023 33 49 10 Manhole Oldcastle Precast 5' x 5' Storm Junction Box (Size - 5' X 5')ASTM C4788/28/2023 33 49 10 Manhole Oldcastle Precast 6' x 6' Storm Junction Box (Size - 6' X 6')ASTM C4788/28/2023 33 49 10 Manhole Oldcastle Precast 8' x 8' Storm Junction Box Base (Size - 8' X 8')ASTM C4788/28/2023 33 49 10Manhole Oldcastle Precast 5' x 8' Storm Junction Box Base (Size - 5' X 8')ASTM C4788/28/2023 33 49 10 Manhole Rinker Materials Reinforced 48" Diameter Spread Footing Manhole (Size - 4' X 4')ASTM C4338/28/2023 33 39 20 Curb Inlet 10 'x 3' Riser Thompson Pipe Group Inlet Riser (Size - 3 FT)ASTM C913-168/28/2023 33 39 20 Curb Inlet 15 'x 3' Riser Thompson Pipe Group Inlet Riser (Size - 3 FT)ASTM C913-168/28/2023 33 39 20 Curb Inlet 20' x 3' Riser Thompson Pipe Group Inlet Riser (Size - 3 FT)ASTM C913-161/12/2024 33 49 20 Drop Inlet AmeriTex Pipe &Products Drop Inlet (4' X 4')ASTM C9131/12/2024 33 49 20 Drop Inlet AmeriTex Pipe &Products Drop Inlet (5' X 5')ASTM C9131/19/2024 33 49 20 Manhole AmeriTex Pipe &Products Precast 4'x4' Storm Junction BoxASTM C9131/19/2024 33 49 20 Manhole AmeriTex Pipe &Products Precast 5'x5' Storm Junction BoxASTM C9131/19/2024 33 49 20 Manhole AmeriTex Pipe &Products 5' Precast Tansition MH (4' MH on the top of 5' JB)ASTM C9131/19/2024 33 49 20 Manhole AmeriTex Pipe &Products Precast 6'x6' Storm Junction BoxASTM C9131/19/2024 33 49 20 Manhole AmeriTex Pipe &Products 6' Precast Tansition MH (4' MH on the top of 6' JB)ASTM C9131/19/2024 33 49 20 Manhole AmeriTex Pipe &Products Precast 8'x8' Storm Junction BoxASTM C9131/19/2024 33 49 20 Manhole AmeriTex Pipe &Products 8' Precast Tansition MH (4' MH on the top of 8' JB)ASTM C9131/19/2024 33 49 20Manhole AmeriTex Pipe &ProductsType C Storm Drain Manhole on Box (4' MH on the top of RCB)ASTM C9137/16/2024 33 49 20Curb Inlets AmeriTex Pipe &Products10x3 Precast** (Size 10' x 3')ASTM C9137/16/2024 33 49 20 Curb Inlets AmeriTex Pipe &Products15x3 Precast** (Size 15' x 3')ASTM C913Storm Sewer - Pipes & Boxes 33-05-13 4/9/2021 33 41 13Storm Drain Pipes Advanced Drainage Systems, Inc. (ADS)ADS HP Storm Polypropylene (PP) Pipe (Size - 12" - 60")ASTM F2881 & AASHTO M3308/28/2023 33 41 10 Storm Drain Pipes Rinker Materials Reinforced Concrete Pipe Tongue and Groove Joint Pipe (Size - 21" or larger) ASTM C76, C6558/28/2023 33 41 10 Culvert Box Rinker Materials Reinforced Concrete Box Culvert (Sze - Various)ASTM C789, C85010/12/2023 33 41 10 Storm Drain Pipes AmeriTex Pipe &Products Reinforced Concrete Pipe Tongue and Groove Joint Pipe* (Size - 15" or larger) ASTM C76, C50610/12/2023 34 41 10 Culvert Box AmeriTex Pipe &Products Reinforced Concrete Box Culvert (size - Various))ASTM C1433,C157710/18/2023 35 41 10 Storm Drain Pipes The Turner Co. Reinforced Concrete Pipe Tongue and Groove Joint Pipe* (Size - 15" or larger) ASTM C76, C50610/18/2023 33 41 10Culvert BoxThe Turner Co. Reinforced Concrete Box Culvert (size - Various)ASTM C1433,C15774/12/2024 33 41 10 Storm Drain Pipes Thompson Pipe Group Reinforced Concrete Pipe Tongue and Groove Joint Pipe* (Size Various) ASTM C76, C5066/25/2024 33 41 10 Culvert Box Oldcastle Reinforced Concrete Box Culvert ASTM C1433,C15776/25/2024 33 41 10Storm Drain Pipes OldcastleReinforced Concrete Pipe Tongue and Groove Joint Pipe* (Size Various) ASTM C76, C506(1-29-2025) Removed Argos, Ingram, Redi-Mix, Charley's (4-3-2025) Bigtown Concrete updated Mix ID's **Note: Pre-cast inlets are appoved for the stage I portion of the structure (basin) only. Stage II portion of the structure are required to be cast in-place. No exceptions to this requirement shall be allowed.Revision Comments(4-5-2025) 03 34 13 CLSM specification