HomeMy WebLinkAbout064587 - Construction-Related - Contract - 2R Construction ServicesCSC No. 64587
��� �����
Cit of FortWorth
Y
Standard Construction Specification
Documents
Adopted September 2011
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 2 of 6
SECTION 00 00 00
TABLE OF CONTENTS
Division 00 - General Conditions
00 OS 10 Mayor and Council Communication
00 OS 15 Addenda
00 11 13 Invitation to Bidders
00 21 13 Instructions to Bidders
00 35 13 Conflict of Interest Statement
00 41 00 Bid Form
00 42 43 Proposal Form Unit Price
00 43 13 Bid Bond
00 43 37 Vendor Compliance to State Law Nonresident Bidder
00 45 11 Bidders Prequaliiications
00 45 12 Prequalification Statement
00 45 13 Prequalification Application
00 45 26 Contractor Compliance with Workers' Compensation Law
00 52 43 Agreement
00 61 13 Performance Bond
00 61 14 Payment Bond
00 61 19 Maintenance Bond
00 61 25 Certificate of Insurance
00 72 00 General Conditions
00 73 00 Supplementary Conditions
Division O1 - General Requirements
O1 11 00 Summary of Work
O1 25 00 Substitution Procedures
O1 31 19 Preconstruction Meeting
O1 31 20 Project Meetings
O1 32 16 Construction Schedule
O1 32 33 Preconstruction Video
O1 33 00 Submittals
O1 35 13 Special Project Procedures
O1 45 23 Testing and Inspection Services
O1 50 00 Temparary Facilities and Controls
O1 55 26 Street Use Permit and Modifications to Traffic Control
O1 57 13 Storm Water Pollution Prevention Plan
O1 58 13 Temporary Project Signage
O1 60 00 Product Requirements
O1 66 00 Product Storage and Handling Requirements
O1 70 00 Mobilization and Remobilization
O1 71 23 Construction Staking and Survey
O1 74 23 Cleaning
O1 77 19 Closeout Requirements
O1 78 23 Operation and Maintenance Data
O1 78 39 Project Record Documents
Last Revised
07/O 1 /2011
07/O 1/2011
02/08/2024
08/18/2025
02/24/2020
09/30/2021
09/30/2021
09/30/2021
09/30/2021
08/13/2021
09/30/2021
06/13/2025
07/O 1/2011
06/13/2025
12/08/2023
12/08/2023
12/08/2023
07/O 1 /2011
08/18/2025
03/08/2024
Last Revised
12/20/2012
07/O 1/2011
09/O 1 /2025
07/O 1 /2011
10/06/2023
07/O 1 /2011
12/20/2012
03/11/2022
03/09/2020
07/O 1 /2011
03/22/2021
07/O 1/2011
07/O 1/2011
03/09/2020
07/O 1 /2011
11 /22/2016
02/ 14/2018
07/O 1 /2011
03/22/2021
12/20/2012
07/O 1/2011
CITY OF FORT WORTH SANITARY SEWER REHABILITATION CONTRACT 105
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02721
Revised 08/18/2025
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 3 of 6
Technical Specifications which have been modified by the Engineer specifically for this
Project; hard copies are included in the Project's Contract Documents
NONE
Technical Speci�cations listed below are included for this Project by reference and can be
viewed/downloaded from the City's website at:
httn:Ufortworthtexas.�ov/tnw/contractors/
or
https://apps.fortworthtexas.gov/Proi ectResources/
Division 02 - Existin� Conditions
� 02 41 13 Selective Site Demolition
� 02 41 14 Utility Removal/Abandonment
� 02 41 15 Paving Removal
Division 03 - Concrete
� 03 30 00 Cast-In-Place Concrete
� 03 34 13 Controlled Low Strength Material (CLSM)
� 03 34 16 Concrete Base Material for Trench Repair
I�O �V1VU111vC1�1v11J �v 1J[�iJ�i11� 1iV11V1li�V {.��1I,LV�Ll1lJJ
Division 26 - Electrical
nc nn n�..i_ n,.,...i�,, r.... �i,...-__•
z ����%T1111J 1 � ii l:,�l
I�� D -:���"4' .., r,... �i ...�..:,.,.i cj-_t�����
I�-e��-3 nu�� �� uy � u�.a n���� f�� r�������ui ay �����.�
I �� Uiicicr�J d:1:1 �dGc'vv�l`vr �cc�i��3t"J."�G
Izc o� :,o a��.���u.�.�u�.,,..� p.l�i��-Du�� a.�a�:�
Division 31 - Earthwork
� 31 00 00 Site Clearing
� �i �� ii u.�����:r�a�,.�u���:�:�
� �1 Z� 2� D�,..���
� �4A0 ��nbA��r�c
� 31 25 00 Erosion and Sediment Control
� � 1 �� 00 (7uL:����
� 31 37 00 Riprap
Division 32 - Exterior Improvements
32 O1 17 Permanent Asphalt Paving Repair
32 O1 18 Temporary Asphalt Paving Repair
32 O1 29 Concrete Paving Repair
32 11 23 Flexible Base Courses
32 11 29 Lime Treated Base Courses
32 11 33 Cement Treated Base Courses
32 11 37 Liquid Treated Soil Stabilizer
32 12 16 Asphalt Paving
32 12 73 Asphalt Paving Crack Sealants
Last Revised
03/ll /2022
12/20/2012
02/02/2016
06/13/2025
03/07/2025
12/20/2012
1 Zl /VTGV 1�
r�� ii i i�n��
�n�r-�z.r
: � z$z��
i ��� 3n��
�T � � �r
rr�,z;,,zoi;.
03/22/2021
o i,��,�o i�
O 1/�/� O 1 �
�;��,'���
04/29/2021
1➢��O,�O 1D
12/20/2012
12/20/2012
12/20/2012
06/13/2025
12/20/2012
12/20/2012
06/10/2022
08/21/2015
6/07/2024
12/20/2012
CITY OF FORT WORTH SANITARY SEWER REHABILITATION CONTRACT 105
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02721
Revised 08/18/2025
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 4 of 6
� 32 13 13
� 32 13 20
� 32 13 73
� �� 11 1L
� 32 16 13
� ���
� 3� 1;'�f
� 32 31 13
� 32 31 26
� 32 31 29
� �lz 1 �
� 32 91 19
� 32 92 13
� 32 92 14
� 32 92 15
� 32 93 43
Concrete Paving
Concrete Sidewalks, Driveways and Barrier Free Ramps
Concrete Paving Joint Sealants
PiriJ� U.�it Pa�-ii��;
Concrete Curb and Gutters and Valley Gutters
�I:: ,••,,,•�—rx�cx� vii "rriciir�G
C�:.� .Zu�c�;rr �li»t���
Chain Fences and Gates
Wire Fences and Gates
Wood Fences and Gates
I ,,,--- �-------�- T- [
J1.-111-� _""__ __- _____ -_:�U111111K��iA J
Topsoil Placement and Finishing of Roadway Right-of-ways
Sodding
Non-Native Seeding
Native Grass and Wildflower Seeding
Trees and Shrubs
06/13/2025
12/09/2022
12/20/2012
1 �/��/�� 1 �
12/09/2022
�viivT�z.Zi
11; ✓1,b�L
12/20/2012
12/20/2012
12/20/2012
\��
03/ll /2022
OS/13/2021
OS/13/2021
10/06/2023
12/20/2012
Division 33 - Utilities
� 33 O1 30 Sewer and Manhole Testing
� 33 O1 31 Closed Circuit Television (CCTV) Inspection — Sanitary Sewer
I �� ol �z cl���a c���u�� ���.,��u;ccT��� I�.,N�����.� -������� ��Qu�
� 33 03 10 Bypass Pumping of Existing Sewer Systems
I�� o� lo J���r� n..�.a���x a�.a �i�����,,al I�„1������
� 3�01 11 CJ�������:� Ee�ri�J T��� Ol�l�:����
I �o�� Iz �z��.:��:u��: r -�%���� ay�����.
� 33 04 30 Temporary Water Services
� 33 04 40 Cleaning and Acceptance Testing of Water Mains
� 33 04 50 Cleaning of Pipes
� 33 OS 10 Utility Trench Excavation, Embedment, and Backfill
� 33 OS 12 Water Line Lowering
� 33 OS 13 Frame, Cover and Grade Rings
33 OS 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to
Grade
�3�0� 1G r______�_«J_�__��__-ll�
� 33 OS 17 Concrete Collars
� 33--A��O �e��;rrii��;
��� 0� 21 T�r�.-J. lii�s- Pl�t�
� 33 OS 22 Steel Casing Pipe
� �� 0� 2� IIu:�1 Tu����J����
� 33-A3-�� Iurt�"���` �"-'�`--:Ur Pipv iu �✓ii�; ✓r Tui�i�J lii�✓r P�tc
� 33 OS 26 Utility Markers/Locators
� 33 OS 30 Location of Existing Utilities
� 33 11 OS Bolts, Nuts, and Gaskets
� 33 11 10 Ductile Iron Pipe
� 33 11 11 Ductile Iron Fittings
� 33 11 12 Polyvinyl Chloride (PVC) Pressure Pipe
��� 11 1� �e�� n:;�,u�� nN�, na�-���,��:,a, ������a�� TyN�
� 3-3 11 11 Praii��l C1x1. ���i►i�a
� 33 12 10 Water Services 1-inch to 2-inch
� �� 12 ll Lu��� «i�t�: AZJ���s
09/07/2018
03/11 /2022
r�i�si��z�
12/20/2012
12; ZD,'ZD 12
12,"z'$,=z''�lr
1 �/S3f2$i�
07/O 1 /2011
02/06/2013
03/11 /2022
06/13/2025
12/20/2012
09/09/2022
03/ll /2022
1 �1'/LO/ .i O 1 L
03/ll /2022
1 �/��/�� 1 �
1 �,L O,LO 1 �
12/20/2012
1�/SO/2o1S
1 �/9�n.�&��-�
12/20/2012
12/20/2012
12/20/2012
12/09/2022
09/20/2017
09/09/2022
33f6�fZ'`�2r
1 �/��=z.'�&lr
02/14/2017
1 �/SO/201 S
CITY OF FORT WORTH SANITARY SEWER REHABILITATION CONTRACT 105
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02721
Revised 08/18/2025
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
� 33 12 20 Resilient Seated Gate Valve
� 33-�� 1 �^ ""`�T�uU�ur-(J✓ 'c.l��,u
� 33 12 25 Connection to Existing Water Mains
I��� � � n r+�..,�C\�hl..'�'^. � .,
� 3 3 1� 1 q P' ��, IF��.� �t�
� 33-�§0 «'c.t✓r G iii�-1.� CCa�ien;�
� �C�J � �,a.,..a ai,... �cr��..i.,,. n., ,..u.i..
� �� �, , �, ,�,.r�� ��. ri���clnn)
��� �1 1� Pitur�;.c,�� A✓ii` �
��2 21 l` ���'S J�.��:+., D„l.,o«l.. lo,�o (�'�PF_1) tl'���Y � en'��11,�0Y
� 33 31 20 Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe
Page 5 of 6
OS/06/2015
JT ^ � 1�1T
02/06/2013
' �'�i��i.�'r�
O1/0'/,�� 1
1 ^,"z�a,4'�A�r
`�6!'�3AT3
i���a�.�e��
1 �'�4?a4'��
`�4,���A'TT
09/09/2022
�� �� 1 Polyvinyl Chloride (PVC) Closed Profile Gravity Sanitary Sewer ,�; ��; ��, �
�'�' Plpe .
� ���z �zttz,���r flrr� �,ic«rg
� ��� e � �
� 33 31 50 Sanitary Sewer Service Connections and Service Line
I��� �—,�—��rrs�����. ^;r ���,.,o � r c�,.;��..., �o.r,or �,.r�o ���y�
� 33 39 10 Cast-in-Place Concrete Manholes
� 33 39 20 Precast Concrete Manholes
� 33-3�9-�0 PiLur�lc�oo 1��LJ✓,�
� 33-3�9-40 �t�����---���� � ����� G1�ui�.L-�� ��40)
� 33 39 60 Liners for Sanitary Sewer Structures
� 33-4��0 A✓i� �e�C—ene�e�e-�t✓nn G.fn_= n'_�:;'�'�'_-.-_=`_�
� 3-3 11 11 II��h Don��l �riii Diuiii
22�i r ,a n,�l..,,�1...,1,,,..,. /cnnr n:
�,Ytl�,.«,,,. � �I� � !��
� �� 11 1� I�%.yN��NyI�:�� I`�i�e�er-�t��:�� D�u::�
� �� 1G 00 Gab�liuin��;�
� � � 1 G O 1 Ol;,i-�c:l Ot:r �.� A uii��
��' 1 � J� Tr�n�i �c��� �
I�� nn i n r...,� :� n,..,.,. r,�,.�,�,.,,.,. az�.l �ra��t:�l �\!
��� 1� �0 C�;cL- ar�1 DivN L�l;h� �
I�-�o o��-�:� ��u���u�,;, Il�ua��uii �
Division 34 - Transportation
� i�l �I1 1(' Trnf�� �Si�nnl�
� �q � � ����t��s����A Gen�r-e'��t
� �� '" ,���4t�as��rt� Gent��'..L�~�S��os
� �� ^�Q� �t�as��e�t� �',e�-a�e �ca✓�.�r:
� �/I 1 ? 11 '��rr�o �.�; '� ��f� �'i�ia�c
�.'/1 11 13 Il �
� ��0 Ilo��- Il�uiuina`�err�4�v✓nUic�
����^-'n�'ZA.����.���J. T T'�JJ e�� T�.���� cc
� �^��2� �roo.,,.,., r �r, u,.�,�.,,�., i,ti�mi��ir�
� ����'29����tia1 iyP P_�y L►unnc�r_c�
� ?/1 'I ? ? J .��.�:���tii� ✓ �-�
I �4--4-��0 E'i1�n� �a„ao �;i.o.. n,.�;,, r-�„i.t�
��
� 34 71 13 Traffic Control
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised 08/18/2025
, ''',4?a13A'�
1 �'�4?a4'��
04/26/2013
, ��-�a��e��
12/13/2024
12/13/2024
1 �;1 �,LO� �
1 ��?$2.�9�ir
04/29/2021
�T��4i ri��
1 ^,"z�a,4'�A�r
iir��i�rlc
3fi�ii$F29z�—
1 �/��/�� 1 �
0 ;�'O1,L011
�"','�'.; ��, ,
i �'i� �ia�a
��'/, ll/����
`�T/n' � �
n�ii i i�m�
12, ��39z�
�?��9'z�
9T�3A'z�
, , �������
93f1�.'�&�
1 �'�4?a4'29�.L
!�4�2AT�
2g/=�39z�
'�b,4��9z�
11/1�/�012
!�?��4.zA'T�
03/22/2021
SANITARY SEWER REHABILITATION CONTRACT 105
CTTY PROJECT NO. 02721
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 6 of 6
Appendix
GC-4A 1
GG4.02
GC-4.04
GC-4.06
GG6.07
GC-6.09
GC-6.24
GR-01 60 00
Availability of Lands
Subsurface and Physical Conditions - None
Underground Facilities - None
Hazardous Environmental Condition at Site - None
Wage Rates
Permits and Utilities - None
Nondiscrimination - None
Product Requirements
END OF SECTION
CITY OF FORT WORTH SANITARY SEWER REHABILITATION CONTRACT 105
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02721
Revised 08/18/2025
City of Fort Worth, Texas
Mayor and Council Communication
DATE: Tuesday, December 9, 2025
LOG NAME: 60SSC105-2RCONSTRUCTION
SUBJECT:
(CD 8) Authorize Execution of a Contract with 2R Construction Services in the Amount of $1,612,871.50 for
Sanitary Sewer Rehabilitation, Contract 105, and Adopt Appropriation Ordinance to Effect a Portion of
Water's Contribution to the Fiscal Years 2026-2030 Capital Improvement Program
RECOMMENDATION:
It is recommended that the City Council:
1. Authorize execution of a contract with 2R Construction Services in the amount of $1,612,871.50 for
the Sanitary Sewer Rehabilitation Contract 105 project; and
2. Adopt the attached Appropriation Ordinance increasing estimated receipts and appropriations in the
Water & Sewer Capital Projects Fund in the amount of $1,843,158.00, transferred from available
PayGo funds within the Water and Sewer Fund, for the purpose of funding the Sanitary Sewer
Rehabilitation Contract 105 project (City Project No. CO2721), to effect a portion of Water's
contribution to the Fiscal Years 2026-2030 Capital Improvement Program.
DISCUSSION:
REFERENCE NO.: **M&C 25-1154
The Sanitary Sewer Rehabilitation Contract 105 construction project provides for Sanitary Sewer
replacement in the following alleys:
Street
Alley between E. Allen Avenue
and Elmwood Avenue
Alley between E. Ramsey
Avenue and Marion Avenue
Alley between E. Robert Street
and Colvin Avenue
Alley between Judd Street and
E. Cantey Street
Alley between Mulkey Street
and E. Robert Street
Alley between E. Morningside
Drive and Glen Garden Drive
From
�
New York Avenue
Union Pacific
' Railroad ROW
Mississippi
Avenue
South Riverside
i Drive
South Riverside
Drive
Mississippi
Avenue
To
� Mississippi
Avenue
2,300 feet west
Union Pacific
Railroad ROW
�Yuma Street
Yuma Street
Union Pacific
, Railroad ROW
The project was advertised for bid on August 27, 2025 and September 3, 2025 in the Fort Worth Star-
Telegram. On October 2, 2025 the following bids were received:
� Bidder
2R Construction Services
�FNH Construction, LLC
�� Amount �Contract Time
$1,612,871.50 300 Calendar
Days ,
'�$1,867,480.00�� �
Muniz Construction, Inc
William J. Schultz, Inc dba Circle C
Construction Company
�Venus Construction
�Gratex — Utilities, Inc.
Woody Contractors Inc.
Western Municipal Construction of
Texas, LLC
$1,943,620.00
$2,181,920.00
��$2,320,810.00��
��$2,758,320.00��
$2,981,848.50 �
I $3,046,837.00 I
In addition to the contract cost, $149,642.50 is required for project management, material testing and
inspection and $80,644.00 is provided for project contingency.
This project will have no impact on the Water Department's operating budget when completed.
The sanitary sewer component of this project is part of the Water Department's Sanitary Sewer Overflow
Initiative Program. Approximately 5,560 linear feet of sanitary sewer pipe will be installed as part of this
project.
It is the practice of the Water Department to appropriate its Capital Improvement Program (CIP) plan
throughout the Fiscal Year (FY), instead of within the annual budget ordinance, as projects commence,
additional funding needs are identified, and to comply with bond covenants.
Funding is budgeted in the Transfer to Water/Sewer account of the Water and Sewer operating budget for
the purpose of funding of the Sanitary Sewer Rehabilitation Contract 105 project within the Water & Sewer
Capital Projects Fund.
FY2026 — Water PAYGO Appropriations per City Ordinance 27979-09-2025
FY2026
Original
Adopted PayGo
FY2026
Amended
PayGo
(includes any
council actions
subsequent to
budget
adoption)
YTD PayGo
Approved
for/Moved to
Capital Projects
This M&C
FY2026
Remaining
PayGo
Balance
$101,090,082.00�$101,090,082.00,($19,331,000.00)�($1,843,158.00) $79,915,924.00
Note: there may be other pending actions or recently approved actions that are not reflected in the table
due to timing.
Funding for the Sanitary Sewer Rehabilitation Contract 105 project are depicted below:
Fund
W&S Capital
Projects Fund
56002
Project Total
' Existing Additional I Project
Appropriations Appropriations Total*
$391,953.00
$391,953.00�
$1,843,158.00 $2,235,111.00
$1,843,158.00 $2,235,111.00
*Numbers rounded for presentation purposes.
The project is located in COUNCIL DISTRICT 8.
FISCAL INFORMATION / CERTIFICATION:
The Director of Finance certifies that funds are currently available in the Water & Sewer Fund and upon
approval of the above recommendations and adoption of the attached appropriation ordinance, funds will
be available in the W&S Capital Projects Fund for the SaniSewer Rehab Contract 105 project to support
execution of the contract. Prior to an expenditure being incurred, the Water Department has the
responsibility of verifying the availability of funds.
FUND IDENTIFIERS IFIDs):
TO
Fund Department Account Project ProgramActivity Budget
ID � ID Year
FROM
Reference #
(Chartfield 2)
Fund Department Account� Project ProgramActivity Budget Reference #
ID ID Year (Chartfield 2)
CERTIFICATIONS:
Submitted for City Manaqer's Office bv_ Jesica McEachern (5804)
Originating Department Head:
Additional Information Contact:
Chris Harder (5020)
Parvathi Sreekumaran Unnithan (7803)
ATTACHMENTS
1. 1295 Form 60SSC105-2RCONSTRUCTION.pdf (CFW Internal)
2. 60SSC105-2RCONSTRUCTION FID TABLE (WCF 10.16.25).xlsx (CFW Internal)
3. 60SSC105-2RCONSTRUCTION funds avail.docx (CFW Internal)
4.60SSC105-2RCONSTRUCTION.pdf (Public)
5.ORD.APP 60SSC105-2RCONSTRUCTION_56002_A026(R2).docx (Public)
6. PBS CPN CO2721.pdf (CFW Internal)
�Amount
Amount
6055C105-2RCONSTRUCTION FID Tablc
3 56002 0700430 5550102 CO2721
1 56002 0700430 5740010 CO2721
3 56002 0700430 5740010 CO2721
3 56002 0700430 5330500 CO2721
3 56002 0700430 5310350 CO2721
3 56002 0700430 5110101 CO2721
3 56002 0700430 CO2721
3 56002 2060000 CO2721
C01780
C01780
C01780
C01784
C01784
C01785
CRETAN
9999
9999
9999
9999
9999
9999
9999
$4,000.00 Water - Public Outreach
$1,612,871.50 To pay contractor
$80,644.00 Sewer Contingency
$33,870.00 Water-SoilLabConsultanl
$10,161.00 Water - Soil Lab TPW Staff
$76,208.00 Water - Water inspection
$0.50 Rounding
Combo Code for Retainage
00 os io - i
MAYOR AND COUNCIL COMMUNICATION (M&C)
Page 1 of 1
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
SECTION 00 OS 10
MAYOR AND COUNCIL COMMUNICATION (M&C)
[Assernbler: For Contract Document execution, remove this page and replace with the approved
M&C for the awarci of tlte pr'oject. M&C insert shall be on hlue paper.J
END OF SECTION
CITY OF FORT WORTH SANITARY SEWER REHABILITATION CONTRACT 105
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02721
Revised July 1, 2011
1�� � •
CITY OF FORT WORTH
WATER DEPARTt1tlENT
SANITARY SEWER REHABILITATION CONTRAC7 1U5
City Project No. 02721
Unit I: Sanitary Sewer Improvements
Addendum No. 1 Issue Date: September 16, 2025
Bid Opening Date: October 2, 2025
This addendum forms part of the contract documents referenced above and modifies the
ariginal Contract Documents. Acknowledge receipt of this addendum by signing and
aitaching it to the Contract Documents (inside). Note receipt of the Addendum in the Bid
Proposai (SECTION 00 41 00) and on the auter envelope of yaur bid.
I. PRC?JECT SPECIFICATIONS AND CONTRACT DOCUMENTS
a. SECTI�N �0 73 00 - Replace SUPPLEMENTARY CONDITIONS to GENERAL
CONDITI�NS in entirety with the attached revised SUPPLEMENTARY
CONDITIONS to GENERAL CONDITIONS. Changes to the Original Inciude:
Changes to SC-6.09A, "Contractor obtained permits and licenses". The
contractor shall obtain a ROW Tree Permit from the PARD City Forester prior to
pruning or removing any City Tree.
Ii. INFORMATION
a. Pre-bid meeting notes and sign-in sheet fram the virtual Pre-Bid held on
September 9, 2025 have been attached.
b. The list of current plan holders has been attached.
III. PR�-BID ME�TING QU�STIONS
a. Question 1: If a contractor is prequalified for the `Sewer Collection
System, Development, 8-inches and smaller' major work category, will
they also be eligible for prequalification for the `Sewer Collection System,
Urban/Renewal, 8-inches and smaller' work category?
Response 1: The contractor will need to be prequalified for al( the categories
listed in Section 00 45 12, 'Prequalification Statement'.
Sanitary Sewer Rchabilitation Conlract 105
City Projcct No. 07.721
Addendum No. I
b. Question 2: Please confirm if bypass pumping is needed for this project.
Response 2: Refer to Sheet 5, 'General Notes'. Contractor shall bypass pump
sewage around section of pipe prior to being replaced or rehabilitated per
Section 33 03 10. Not a separate pay item for lines 15-inch diameter and
smaller. Payment shall be incidental to the replacement of sewer
IV, CONTItACTOR / 13IDDER QUCSTIONS & COMMI;NTS
a. Question1: Can you please provide a list of plan holders?
Response 1: The list of current plan holders is attached.
b. Question 2; Is an estimated cost available?
Response 2: The Engineer's Opinion of Probable Construction Cost is between
$1.45M and $1.95M.
All other terms and conditions remain unchanged.
� � �
� �- ��� �
ge' � �'� C�� `� �i � v �
TONY SNC)L.OL.A, P.E.
ASSISTANT DIRECTOR, WATER DEPARTMENT
By signature affixed below, Addendum No. 1 is hereby incorporated into and made part of
the above referenced Invitation to Bid.
COMPANY NAME: �(ll,, l C1 ns���."��U'�, ��J i C`� S
.�--''
,�-.� -- �--v--�.�
SIGNATURE: ,,. �'
,�'`'s� ��,
NOTE: Gro�mpany name and signatur�-must be the same as on the original bid documents.
Failure to�r.�turn this �r-r-�r-t+vitfi your sealed bid may constitute grounds for rejection of your
offer.
Sanitap� Se�ver Rehabililxtion Contract 105
City Projecl No. 02721
Addcndwn No. I
00 73 00
SUPPLEMENTARY CONDITIONS
Page 1 of 4
SECTION 00 73 00
SUPPLEMENTARY CONDITIONS
TO
GENERAL CONDITIONS
Supplementary Conditions
These Supplementary Conditions modify and supplement Section 00 72 00 - General Conditions, and other
provisions of the Contract Documents as indicated below. All provisions of the General Conditions that are
modiiied or supplemented remain in full force and effect as so modified or supplemented. All provisions
of the General Condirions which are not so modified or supplemented remain in full force and effect.
Defined Terms
The terms used in these Supplementary Conditions which are deiined in the General Condirions have the
meaning assigned to them in the General Conditions, unless specifically noted herein.
Modifications and Supplements
The following are instructions that modify or supplement specific paragraphs in the General Conditions and
other Contract Documents.
SC-3.03B.2, "Resolving Discrepancies"
Plans govern over Specificarions.
SC-4.OlA
Easement limits shown on the Drawing are approximate and were provided to establish a basis for bidding.
Upon receiving the final easements descriptions, Contractor shall compare them to the lines shown on the
Contract Drawings.
SC-4.O1A.1., "Availability of Lands"
The following is a list of known outstanding right-of-way, and/or easements to be acquired, if any as of
August 7�", 2025:
Outstanding Right-Of-Way, and/or Easements to Be Acquired
PARCEL OWNER TARGET DATE
NUMBER OF POSSESSION
ERNEST A SNEED November O1, 2025
The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, and
do not bind the City.
If Contractor considers the final easements provided to differ materially from the representations on the
Contract Drawings, Contractor shall within five (5) Business Days and before proceeding with the Wark,
notify City in writing associated with the differing easement line locations.
CITY OF FORT WORTH SANITARY SEWER REHABILITATION CONTRACT 105
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project Number 02721
Revised March 8, 2024
00 73 00
SUPPLEMENTARY CONDITIONS
Page 2 of 4
SC-4.O1A.2, "Availability of Lands"
Utilities or obstructions to be removed, adjusted, and/or relocated
The following is list of utilities and/or obstructions that have not been removed, adjusted, and/or relocated
as of August 7, 2025
EXPECTED UTILITY AND LOCATION TARGET DATE OF
OWNER ADJUSTMENT
None
The Contractor understands and agrees that the dates listed above are esrimates only, are not guaranteed,
and do not bind the City.
SC-4.02A., "Subsurface and Physical Conditions"
The following are reports of explorations and tests of subsurface conditions at the site of the Work:
A Street Coring Report No. CPN #CO2721, dated 8/29/2023, prepared by City of Fort Worth Soil Lab,
providing additional information on Test Holes.
The following are drawings of physical conditions in or relating to existing surface and subsurface
structures (except Underground Facilities) which are at or contiguous to the site of the Work: None
SC-4.06A., "Hazardous Environmental Conditions at Site"
The following are reports and drawings of existing hazardous environmental conditions known to the City:
None
SG5.03A., "Certificates of Insurance"
The entities listed below are "additional insureds as their interest may appear" including their respective
officers, directors, agents and employees.
(1) City
(2) Consultant: VRX, Inc.
(3) Other: None
SC-5.04A., "Contractor's Insurance"
The limits of liability for the insurance required by Paragraph GG5.04 shall provide the following
coverages for not less than the following amounts or greater where required by laws and regulations:
5.04A. Workers' Compensation, under Paragraph GG5.04A.
Statutory limits
Employer's liability
$100,000 each accident/occurrence
$100,000 Disease - each employee
$500,000 Disease - policy limit
CITY OF FORT WORTH SANITARY SEWER REHABILITATION CONTRACT 105
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project Number 02721
Revised March 8, 2024
00 73 00
SUPPLEMENTARY CONDITIONS
Page 3 of 4
SC-5.04B., "Contractor's Insurance"
5.04B. Commercial General Liability, under Paragraph GC-5.04B. Contractor's Liability Insurance
under Paragraph GG5.04B., which shall be on a per project basis covering the Contractor with
minimum limits of:
$1,000,000 each occurrence
$2,000,000 aggregate limit
The policy must have an endorsement (Amendment — Aggregate Limits of Insurance) making the
General Aggregate Limits apply separately to each job site.
The Commercial General Liability Insurance policies shall provide "X", "C", and "U" coverage's.
Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance.
SC 5.04C., "Contractor's Insurance"
5.04C. Automobile Liability, under Paragraph GG5.04C. Contractor's Liability Insurance under
Paragraph GG5.04C., which shall be in an amount not less than the following amounts:
(1) Automobile Liability - a commercial business policy shall provide coverage on "Any Auto",
defined as autos owned, hired and non-owned.
$1,000,000 each accident on a combined single limit basis. Split limits are acceptable if limits are at
least:
$250,000 Bodily Injury per person /
$500,000 Bodily Injury per accident /
$100,000 Property Damage
SC-6.04., "Project Schedule"
Project schedule shall be rier 3 for the project.
SC-6.07 A.., "Duty to pay Prevailing Wage Rates"
The following is the prevailing wage rate table(s) applicable to this project and is provided in the
Appendixes:
2013 Prevailing Wage Rates (Heavy and Highway Construction Projects)
A copy of the table is also available by accessing the City's website at:
https://apps.fortworthtexas.�ov/Proi ectResources/
You can access the file by following the directory path:
02-Construction Documents/Specifications/Div00 — General Conditions
SC-6.09., "Permits and Utilities"
None
SC-6.09A., "Contractor obtained permits and licenses"
The following are known permits and/or licenses required by the Contract to be acquired by the Contractor:
1. NPDES Stormwater Pollurion Prevention Plan (SWPPP)
2. Street Use Permit
3. ROW Tree Permit: Contractor shall obtain a ROW Tree Permit from the PARD City Forester prior to pruning
or removing any City Tree
CITY OF FORT WORTH SANITARY SEWER REHABILITATION CONTRACT 105
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project Number 02721
Revised March 8, 2024
00 73 00
SUPPLEMENTARY CONDITIONS
Page 4 of 4
SC-6.09B. "City obtained permits and licenses"
The following are known permits and/ar licenses required by the Contract to be acquired by the City:
None
SC-6.09C. "Outstanding permits and licenses"
The following is a list of known outstanding permits and/or licenses to be acquired, if any as of June 26,
2025:
Outstanding Permits and/or Licenses to Be Acquired
OWNER PERMIT OR LICENSE AND LOCATION
None
SC-7.02., "Coordination"
TARGET DATE
OF POSSESSION
The individuals or entities listed below have contracts with the City for the performance of other work at
the Site:
� Vendor Scope of Work Coordination Authority
� None
SC-8.01, "Communications to Contractor"
None
SC-9.01., "City's Project Manager"
The City's Project Manager for this Contract is Parvathi Sreekumaran Unnithan, or his/her successor
pursuant to written notification from the Director of the Water Department.
SC-13.03C., "Tests and Inspections"
None
SC-16.O1C1, "Methods and Procedures"
None
END OF SECTION
Revision Log
DATE NAME
1 /22/2016
3/9/2020
SUMMARY OF CHANGE
F. Griffin SC-9.01., "City's Project Representative" wording changed to City's Project
Manager.
D.V. Magana SC-6.07, Updated the link such that files can be accessed via the City's
website.
10/06/23 Michael Owen SC-6.07, Allow affidavit regarding paying prevailing wages to be submitted on
completion of job, as opposed to with each progress report
3/08/24 Michael Owen Removed revisions related to affidavit, as those changes have been made in
General Conditions
CITY OF FORT WORTH SANITARY SEWER REHABILITATION CONTRACT 105
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project Number 02721
Revised March 8, 2024
ADDENDUM NO. Z
CITY OF FORT WORTH
WATER DEPARTMENT
SANITARY SEWER REHABILITATION CONi'RACT 105
City Project No. 02721
Unit I: Sanitary Sewer Improvements
Addendum No. 2 Issue Qate: October 1, 2025
Bid Opening Date: October 2, 2025
This addendum forms part of the contract documents referenced above and modifies the
original Contract Documents. Acknowledge receipt of this addendum by signing and
attaching it to the Contract Documents (inside}. Note receipt of the Addendum in the Bid
Proposal (SECTION 00 41 00} and on the outer envelope of your bid.
PROJEC7 SPECIFICATIONS AND CONTRACT DtJCUMENTS
a. SECTION 00 42 43 - Replace the electronic file version of the PROPOSAL
FORM in its entirety with revised electronic file version af the PROPOSAL
FORM.
All other terms and conditions remain unchanged.
��� �������;
�t
TONY�SHOLOLA, P.E.
ASSISTANT DIRECTOR, WATER DEPARTMENT
��l��z�
By signature affixed below, Addendum No. 2 is hereby incorporated into and made part of
the above referenced Invitation to Bid.
���
COMPANY NAME: d�Sfi(U�,�'' �°'�. ��`'c�Pf
SIGNATUR e�� �
�
�
N�TE: Company name and signature must be the same as on the original bid documents.
Failure to return this form with your sealed bid rnay constitute grounds for rejection of your
offer.
Sanitary Se�ver Rchabilitation Contract 105
Ciry Project No, 02721
Addcndum No. 2
000sis-i
ADDENDA
Page 1 of 1
1 SECTION 00 OS 15
2 ADDENDA
3
4
5
6 [Assernbler: For Contract Document execution, remove this page and replace with any addenda
7 issued duNing bidding.]
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
END OF SECTION
CITY OF FORT WORTH SANITARY SEWER REHABILITATION CONTRACT 105
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02721
Revised July 1, 2011
00 ll 13
INVITATION TO BIDDERS
Page 1 of 3
SECTION 00 11 13
INVITATION TO BIDDERS
RECEIPT OF BIDS
Electronic bids for the construction of SANITARY SEWER REHABILITATION
CONTRACT 105 ("Project") will be received by the City of Fort Worth via the
Procurement Portal https:Ufortworthtexas.bon�rehub.com/qortal/?tab=openOpqortunities,
under the respective Project unti12:00 P.M. CST, Thursday, October 2, 2025.
Bids will then be opened publicly and read aloud beginning at 2:00 PM CST at City Hall,
100 Fort Worth Trail, Fort Worth, Texas on the Mezzanine of New City Hall (NCH); Room
MZ10_12.
Your submissions must be uploaded, finalized and submitted prior to the Project's posted due
date. The City strongly recommends allowing sufficient time to complete this process (ideally a
week prior to the deadline) to begin the uploading process and to finalize your submission.
Uploading large documents may take time, depending on the size of the file(s) and your Internet
connection speed. The Bon%re portal can be accessed using Microsoft Edge, Google Chrome, or
Mozilla Firefox. Javascript must be enabled. Browser cookies must be enabled.
Electronic submission is subject to electronic interface latency, which can result in transmission
delays. All bidders or proposers assume the risk of late transmission/ submission. The City shall
not be held liable if an interested bidder or proposer is unable to submit a complete bid/response
before the published deadline due to transmission delays or any other technical issues or
obstructions. The City strongly recommends allowing sufficient time to complete the submission
process (ideally a week before the deadline) to begin the uploading process and to finalize your
submission to give adequate time in the event an issue arises.
All submissions must be submitted electronically prior to the close date and time under the
respective Project via the Procurement Portal:
https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities
Failure to submit all completed required information listed in the respective Solicitation will be
grounds for rejection of a bid as non-responsive. No late bids/proposals shall be accepted. Bids
delivered in any other manner than using the Bonfire Platform (Procurement Portal) will not be
accepted or considered.
If, upon being opened, a submission is unreadable to the degree that material conformance to the
requirements of the procurement specifications cannot be ascertained, such submission will be
rejected without liability to the City, unless such bidder provides clear and convincing evidence
(a) of the content of the submission as originally submitted and (b) that the unreadable condition
of the Electronic Bid was caused solely by error or malfunction of the Bonfire Platform
(Procurement Portal). Failure to scan a clear or readable copy of a bid into the system does not
constitute and shall not be considered an error or malfunction of the Bonfire Platform
(Procurement Portal). Bidders are encouraged to fully review each page of every document within
their submission prior to submitting to ensure all documents are clear, legible, and complete.
CITY OF FORT WORTH SANITARY SEWER REHABILITATION CONTRACT 105
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJECT NO. 02721
Revised 2/08/24
00 ll 13
INVITATION TO BIDDERS
Page 2 of 3
SUPPORT
For technical questions, visit Bonfire's help forum at https://vendorsupport.gobonfire.com/hc/en-
us
Contact the Bonfire support team at Support@GoBonfire.com or by calling 1-800-354-8010.
To get started with Bonfire, watch this five-minute training video:
Vendor Registration and Submission [VIDEO] — Bonfire Vendor Support (gobonfire.com)
GENERAL DESCRIPTION OF WORK
The major work will consist of the (approximate) following:
• 5,230 LF 8-inch PVC sanitary sewer with associated appurtenances by Open Cut
• 330 LF 8-inch DI sanitary sewer with associated appurtenances by Open Cut
PREQUALIFICATION
Certain improvements included in this project must be performed by a contractor or designated
subcontractor who is pre-qualified by the City at the time of bid opening. The procedures for
qualification and pre-qualification are outlined in the Section 3 of 00 21 13 — INSTRUCTIONS
TO BIDDERS.
DOCUMENT EXAMINATION AND PROCUREMENTS
The Bidding and Contract Documents may be examined or obtained via the Procurement Portal
https://fortworthtexas.bonfirehub.com/portal/?tab—openOpportunities, under the respective
Project. Contract Documents may be downloaded, viewed, and printed by interested contractors
and/or suppliers.
EXPRESSION OF INTEREST
To ensure potential bidders are kept up to date of any new information pertinent to this proj ect, all
interested parties should indicate their intent to bid in the Procurement Portal by selecting "yes"
under the Intent to Bid section. All Addenda will be posted in the Procurement Portal
https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities, under the respective
Proj ect.
PREBID CONFERENCE — Web Conference
A prebid conference will be held as discussed in Section 00 21 13 - INSTRUCTIONS TO
BIDDERS at the following date, and time via a web conferencing application:
DATE: Tuesday, September 9, 2025
TIME: 10:30 AM CST
Invitations with links to the web conferencing application will be distributed directly to those who
have submitted an Expression of Interest.
Invitations with links to the web conferencing application will be distributed directly to those who
have submitted an Expression of Interest.
If a prebid conference is held, the presentation and any questions and answers provided at the
prebid conference will be issued as an Addendum to the call for bids. If a prebid conference is not
being held, prospective bidders should direct all questions about the meaning and intent of the
Bidding Documents electronically through the Vendors discussions section under the respective
Project via the Procurement Portal. If necessary, Addenda will be issued pursuant to the
Instructions to Bidders.
CITY OF FORT WORTH SANITARY SEWER REHABILITATION CONTRACT 105
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJECT NO. 02721
Revised 2/08/24
00 ll 13
INVITATION TO BIDDERS
Page 3 of 3
CITY'S RIGHT TO ACCEPT OR REJECT BIDS
City reserves the right to waive irregularities and to accept or reject any or all bids.
AWARD
City will award a contract to the Bidder presenting the lowest price, qualifications and
competencies considered.
ADVERTISEMENT DATES
August 27, 2025
September 3, 2025
END OF SECTION
CITY OF FORT WORTH SANITARY SEWER REHABILITATION CONTRACT 105
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJECT NO. 02721
Revised 2/08/24
00 21 13
INSTRUCTIONS TO BIDDERS
Page 1 of 9
SECTION 00 21 13
INSTRUCTIONS TO BIDDERS
1. Defined Terms
11. Capitalized terms used in these INSTRUCTIONS TO BIDDERS are defined in
Section 00 72 00 - GENERAL CONDITIONS.
1.2. Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the
meanings indicated below which are applicable to both the singular and plural
thereof.
1.2.1. Bidder: Any person, firm, partnership, company, association, or corporation
acting directly through a duly authorized representative, submitting a bid for
performing the work contemplated under the Contract Documents.
1.2.2. Nonresident Bidder: Any person, firm, partnership, company, association, or
corporation acting directly through a duly authorized representative, submitting
a bid for performing the work contemplated under the Contract Documents
whose principal place of business is not in the State of Texas.
1.2.3. Successful Bidder: The lowest responsible and responsive Bidder to whom
City (on the basis of City's evaluation as hereinafter provided) makes an award.
2. Copies of Bidding Documents
2.1. Neither City nor Engineer shall assume any responsibility for errors or
misinterpretations resulting from the Bidders use of incomplete sets of Bidding
Documents.
2.2. City and Engineer in making electronic Bidding Documents available do so only for
the purpose of obtaining Bids for the Work and do not authorize or confer a license
or grant for any other use.
3. Prequalification of Bidders (Prime Contractors and Subcontractors)
3.1. Bidders or their designated subcontractors are required to be prequalified for the
work types requiring prequali�cation as per Sections 00 45 11 BIDDERS
PREQUALIFICATIONS and 00 45 12 PREQUALIFICATION STATEMENT.
Firms seeking pre-qualification, must submit the documentation identified in Section
00 45 11 on Section 00 45 13 PREQUALIFICATION APPLICATION at least
seven (7) calendar days prior to Bid opening for review and, if qualiiied,
acceptance. The subcontractors listed by a Bidder on 00 45 12 must be prequalified
for the appropriate work types. Subcontractors must follow the same timelines as
Bidders for obtaining prequalification review. Bidders or Subcontractors who are not
prequalified at the time bids are opened and reviewed may cause the bid to be
rejected.
CITY OF FORT WORTH SANITARY SEWER REHABILITATION CONTRACT 105
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJECT NO. 02721
Revised/Updated August 18, 2025
00 21 13
INSTRUCTIONS TO BIDDERS
Page 2 of 9
Prequalification requirement work types and documentation are available by accessing all
required files through the City's website at:
https://www.fortworthtexas.�ov/departments/tpw/development/cfw-departments-tpw-
contractors under Division 00 - General Conditions and as follows:
3.1.1. Paving — Requirements document located at:
https://app-us3.e-
builder.net/public/publicLandin�.aspx?OS-4d00804b 133b408a85a69323548dda25
3.1.2. Roadway and Pedestrian Lighting — Requirements document located at:
httns://ann-us3.e-
builder.net/public/publicLandin�.aspx?QS=e43c4239775f4b2583552c029c6a1 ed2
1.3. Water and Sanitary Sewer — Requirements document located at:
https://app-us3.e-
builder.net/public/nublicLandin�.aspx?QS=4fc66ff8c36c4c029d542d4e55114e8d
3.2. Each Bidder, unless currently prequalified, must submit to City at least seven (7)
calendar days prior to Bid opening, the documentation identified in Section 00 45
11, BIDDERS PREQUALIFICATIONS.
3.2.1. Submission of and/or questions related to prequalification should be addressed
to the City contact as provided in Paragraph 6.1.
3.3. The City reserves the right to require any pre-qualified contractor who is the
apparent low bidder for a project to submit such additional information as the City,
in its sole discretion may require, including but not limited to manpower and
equipment records, information about key personnel to be assigned to the project,
and construction schedule to assist the City in evaluating and assessing the ability of
the apparent low bidder to deliver a quality product and successfully complete
projects for the amount bid within the stipulated time frame. Based upon the City's
assessment of the submitted information, a recommendation regarding the award of
a contract will be made to the City Council. Failure to submit the additional
information, if requested, may be grounds for rejecting the apparent low bidder as
non-responsive. Affected contractors will be notified in writing of a
recommendation to the City Council.
3.4. In addition to prequalification, additional requirements for qualification may be
required within various sections of the Contract Documents.
4. Examination of Bidding and Contract Documents, Other Related Data, and Site
4.1. Before submitting a Bid, each Bidder:
4.1.1. Shall examine and carefully study the Contract Documents and other related
data identified in the Bidding Documents (including "technical data" referred to
in Paragraph 4.2. below). No information given by City or any representative of
the City other than that contained in the Contract Documents and officially
promulgated addenda thereto, shall be binding upon the City.
CITY OF FORT WORTH SANITARY SEWER REHABILITATION CONTRACT 105
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJECT NO. 02721
Revised/Updated August 18, 2025
00 21 13
INSTRUCTIONS TO BIDDERS
Page 3 of 9
41.2. Should visit the site to become familiar with and satisfy Bidder as to the
general, local and site conditions that may affect cost, progress, performance or
furnishing of the Work.
41.3. Shall consider federal, state and local Laws and Regulations that may affect
cost, progress, performance or furnishing of the Work.
4.1.4. Shall study all: (i) reports of explorations and tests of subsurface conditions at
or contiguous to the Site and all drawings of physical conditions relating to
existing surface or subsurface structures at the Site (except Underground
Facilities) that have been identified in the Contract Documents as containing
reliable "technical data" and (ii) reports and drawings of Hazardous
Environmental Conditions, if any, at the Site that have been identified in the
Contract Documents as containing reliable "technical data."
4.1.5. Is advised that the Contract Documents on file with the City shall constitute all
of the information which the City will furnish. All additional information and
data which the City will supply after promulgation of the formal Contract
Documents shall be issued in the form of written addenda and shall become
part of the Contract Documents just as though such addenda were actually
written into the original Contract Documents. No information given by the City
other than that contained in the Contract Documents and officially promulgated
addenda thereto, shall be binding upon the City.
4.1.6. Should perform independent research, investigations, tests, borings, and such
other means as may be necessary to gain a complete knowledge of the
conditions which will be encountered during the construction of the project. For
projects with restricted access, upon request, City may provide each Bidder
access to the site to conduct such examinations, investigations, explorations,
tests and studies as each Bidder deems necessary for submission of a Bid.
Bidder must iill all holes and clean up and restore the site to its former
conditions upon completion of such explorations, investigations, tests and
studies.
41.7. Shall determine the difficulties of the Work and all attending circumstances
affecting the cost of doing the Wark, time required for its completion, and
obtain all information required to make a proposal. Bidders shall rely
exclusively and solely upon their own estimates, investigation, research, tests,
explorations, and other data which are necessary for full and complete
information upon which the proposal is to be based. It is understood that the
submission of a proposal or bid is prima-facie evidence that the Bidder has
made the investigations, examinations and tests herein required.
4.1.8. Shall promptly notify City of all conflicts, errors, ambiguities or discrepancies
in or between the Contract Documents and such other related documents. The
Contractor shall not take advantage of any gross error or omission in the
Contract Documents, and the City shall be permitted to make such corrections
or interpretations as may be deemed necessary for fulfillment of the intent of
the Contract Documents.
CITY OF FORT WORTH SANITARY SEWER REHABILITATION CONTRACT 105
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJECT NO. 02721
Revised/Updated August 18, 2025
00 21 13
INSTRUCTIONS TO BIDDERS
Page 4 of 9
4.1.9.Indicate their intent to bid by selecting "yes" in the Procurement Portal
under the Intent to Bid section. You must indicate your intent to bid to be
able to submit a bid to the City.
4.2. Reference is made to Section 00 73 00 — Supplementary Conditions for
identiiication of:
4.2.1. those reports of explorations and tests of subsurface conditions at or
contiguous to the site which have been utilized by City in preparation of the
Contract Documents. The logs of Soil Borings, if any, on the plans are for
general information only. Neither the City nor the Engineer guarantee that the
data shown is representative of conditions which actually exist.
4.2.2. those drawings of physical conditions in or relating to existing surface and
subsurface structures (except Underground Facilities) which are at or
contiguous to the site that have been utilized by City in preparation of the
Contract Documents.
4.2.3. copies of such reports and drawings will be made available by City to any
Bidder on request. Those reports and drawings may not be part of the Contract
Documents, but the "technical data" contained therein upon which Bidder is
entitled to rely as provided in Paragraph 4.02. of the General Conditions has
been identified and established in Paragraph SC 4.02 of the Supplementary
Conditions. Bidder is responsible for any interpretation or conclusion drawn
from any "technical data" or any other data, interpretations, opinions or
information.
4.2.4.Standard insurance requirements, coverages and limits.
4.3. The submission of a Bid will constitute an incontrovertible representation by Bidder:
(i) that Bidder has complied with every requirement of this Paragraph 4, (ii) that
without exception the Bid is premised upon performing and furnishing the Work
required by the Contract Documents and applying the specific means, methods,
techniques, sequences or procedures of construction (if any) that may be shown or
indicated or expressly required by the Contract Documents, (iii) that Bidder has
given City written notice of all conflicts, errors, ambiguities and discrepancies in the
Contract Documents and the written resolutions thereof by City are acceptable to
Bidder, and when said conflicts, etc., have not been resolved through the
interpretations by City as described in Paragraph 6., and (iv) that the Contract
Documents are generally sufiicient to indicate and convey understanding of all terms
and conditions for performing and furnishing the Work.
4.4. The provisions of this Paragraph 4, inclusive, do not apply to Asbestos,
Polychlorinated biphenyls (PCBs), Petroleum, Hazardous Waste or Radioactive
Material covered by Paragraph 4.06. of the General Conditions, unless specifically
identiiied in the Contract Documents.
CITY OF FORT WORTH SANITARY SEWER REHABILITATION CONTRACT 105
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJECT NO. 02721
Revised/Updated August 18, 2025
00 21 13
INSTRUCTIONS TO BIDDERS
Page 5 of 9
5. Availability of Lands for Work, Etc.
5.1. The lands upon which the Work is to be performed, rights-of-way and easements for
access thereto and other lands designated for use by Contractor in performing the
Work are identified in the Contract Documents. All additional lands and access
thereto required for temporary construction facilities, construction equipment or
storage of materials and equipment to be incorporated in the Work are to be obtained
and paid for by Contractor. Easements for permanent structures or permanent
changes in existing facilities are to be obtained and paid for by City unless otherwise
provided in the Contract Documents.
5.2. Outstanding right-of-way, easements, and/or permits to be acquired by the City are
listed in Paragraph SC 4.01 of the Supplementary Conditions. In the event the
necessary right-of-way, easements, and/or permits are not obtained, the City reserves
the right to cancel the award of contract at any time before the Bidder begins any
construction work on the project.
5.3. The Bidder shall be prepared to commence construction without all executed right-
of-way, easements, and/or permits, and shall submit a schedule to the City of how
construction will proceed in the other areas of the project that do not require permits
and/or easements.
6. Interpretations and Addenda
61. All questions about the meaning or intent of the Bidding Documents are to be
directed to City electrically through the Vendor Discussions section under the
respective Project via the Procurement Portal
https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities on or
before 2 p.m., the THURSDAY prior to the Bid opening. Questions received after this
day may not be responded to. Interpretations or clarifications considered necessary
by City in response to such questions will be issued by Addenda. Only questions
answered by formal written Addenda will be binding. Oral and other interpretations
or clarifications will be without legal effect.
6.2. Addenda may also be issued to modify the Bidding Documents as deemed advisable
by City.
6.3. Addenda or clarifications shall be posted under the respective Proj ect via the
Procurement Portal
https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities
6.4. A prebid conference may be held at the time and place indicated in the
Advertisement or INVITATION TO BIDDERS. Representatives of City will be
present to discuss the Project. Bidders are encouraged to attend and participate in
the conference. City will transmit to all prospective Bidders of record such Addenda
as City considers necessary in response to questions arising at the conference. Oral
statements may not be relied upon and will not be binding or legally effective.
CITY OF FORT WORTH SANITARY SEWER REHABILITATION CONTRACT 105
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJECT NO. 02721
Revised/Updated August 18, 2025
00 21 13
INSTRUCTIONS TO BIDDERS
Page 6 of 9
7. Bid Security
7.1. Each Bid must be accompanied by a Bid Bond made payable to City in an amount of
five (5) percent of Bidder's maximum Bid price, on the form attached or equivalent,
issued by a surety meeting the requirements of Paragraph 5.01 of the General
Conditions.
7.2. The Bid Bonds provided by a Bidder will be retained until the conditions of the
Notice of Award have been satisiied. If the Successful Bidder fails to execute and
return the Contract Documents within 14 days after the Notice of Award conveying
same, City may consider Bidder to be in default, rescind the Notice of Award and
act on the Bid Bond. Such action shall be City's exclusive remedy in the event
Bidder is deemed to have defaulted.
8. Contract Times
The number of days within which, or the dates by which, Milestones are to be achieved in
accordance with the General Requirements and the Work is to be completed and ready
for Final Acceptance is set forth in the Agreement or incorporated therein by reference to
the attached Bid Form.
9. Liquidated Damages
Provisions for liquidated damages are set forth in the Agreement.
10. Substitute and "Or-Equal" Items
The Contract, if awarded, will be on the basis of materials and equipment described in the
Bidding Documents without consideration of possible substitute or "or-equal" items.
Whenever it is indicated or specified in the Bidding Documents that a"substitute" or "or-
equal" item of material or equipment may be furnished or used by Contractor if
acceptable to City, application for such acceptance will not be considered by City until
after the Effective Date of the Agreement. The procedure for submission of any such
application by Contractor and consideration by City is set forth in Paragraphs 6.OSA.,
6.OSB. and 6.OSC. of the General Conditions and is supplemented in Section O1 25 00 of
the General Requirements.
11. Subcontractors, Suppliers and Others
11.1. No Contractor shall be required to employ any Subcontractor, Supplier, other
person or organization against whom Contractor or City has reasonable objection.
12. Bid Form
121. The Bid Form is included with the Bidding Documents.
12.2. All blanks on the Bid Form must be completed and the Bid Form signed
electronically or signed in ink and scan. A Bid price shall be indicated for each Bid
item, alternative, and unit price item listed therein. In the case of optional
alternatives, the words "No Bid," "No Change," or "Not Applicable" may be entered.
Bidder shall state the prices for which the Bidder proposes to do the work
contemplated or furnish materials required.
CITY OF FORT WORTH SANITARY SEWER REHABILITATION CONTRACT 105
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJECT NO. 02721
Revised/Updated August 18, 2025
00 21 13
INSTRUCTIONS TO BIDDERS
Page 7 of 9
12.3. Bids by corporations shall be executed in the corporate name by the president or a
vice-president or other corporate officer accompanied by evidence of authority to
sign. The corporate seal shall be affixed. The corporate address and state of
incorporation shall be shown below the signature.
12.4. Bids by partnerships shall be executed in the partnership name and signed by a
partner, whose title must appear under the signature accompanied by evidence of
authority to sign. The official address of the partnership shall be shown below the
signature.
12.5. Bids by limited liability companies shall be executed in the name of the firm by a
member and accompanied by evidence of authority to sign. The state of formation of
the firm and the official address of the firm shall be shown.
12.6.
12.7.
12.8.
12.9.
Bids by individuals shall show the Bidder's name and official address.
Bids by joint ventures shall be executed by each joint venture in the manner indicated
on the Bid Farm. The official address of the joint venture shall be shown.
All names shall be typed or printed in ink below the signature.
The Bid shall contain an acknowledgement of receipt of all Addenda, the numbers of
which shall be filled in on the Bid Form.
12.10. Postal and e-mail addresses and telephone number for communications regarding the
Bid shall be shown.
1211. Evidence of authority to conduct business as a Nonresident Bidder in the state of
Texas shall be provided in accordance with Section 00 43 37 — Vendor Compliance
to State Law Non Resident Bidder.
13. Submission of Bids
Bids shall be submitted electronically in the Procurement Portal on the prescribed Bid
Form, provided with the Bidding Documents, prior to the time indicated in the
Advertisement or INVITATION TO BIDDERS.
l4. Withdrawal of Bids
14.1. Bids submitted electronically may be withdrawn prior to the time set for bid opening
via the Procurement Portal
https://fortworthtexas. bonfirehub. com/portal/?tab=openOnnortunities .
15. Opening of Bids
Bids will be opened and read aloud publicly. An abstract of the amounts of the base Bids
and major alternates (if any) will be made available to Bidders after the opening of Bids.
CITY OF FORT WORTH SANITARY SEWER REHABILITATION CONTRACT 105
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJECT NO. 02721
Revised/Updated August 18, 2025
00 21 13
INSTRUCTIONS TO BIDDERS
Page 8 of 9
16. Bids to Remain Subject to Acceptance
All Bids will remain subject to acceptance for a minimum of 90 days or the time period
specified for Notice of Award and execution and delivery of a complete Agreement by
Successful Bidder. City may, at City's sole discretion, release any Bid and nullify the Bid
security prior to that date.
17. Evaluation of Bids and Award of Contract
171. City reserves the right to reject any or all Bids, including without limitation the rights
to reject any or all nonconforming, nonresponsive, unbalanced or conditional Bids
and to reject the Bid of any Bidder if City believes that it would not be in the best
interest of the Project to make an award to that Bidder. City reserves the right to
waive informalities not involving price, contract time or changes in the Work and
award a contract to such Bidder. Discrepancies between the multiplication of units of
Work and unit prices will be resolved in favor of the unit prices. Discrepancies
between the indicated sum of any column of figures and the correct sum thereof will
be resolved in favor of the correct sum. Discrepancies between words and figures
will be resolved in favor of the words.
17.1.1. Any or all bids will be rejected if City has reason to believe that collusion exists
among the Bidders, Bidder is an interested party to any litigation against City,
City or Bidder may have a claim against the other or be engaged in litigation,
Bidder is in arrears on any existing contract or has defaulted on a previous
contract, Bidder has performed a prior contract in an unsatisfactory manner, or
Bidder has uncompleted work which in the judgment of the City will prevent or
hinder the prompt completion of additional work if awarded.
17.2. In addition to Bidder's relevant prequalification requirements, City may consider the
qualifications and experience of Subcontractors, Suppliers, and other persons and
organizations proposed for those portions of the Work where the identity of such
Subcontractors, Suppliers, and other persons and organizations must be submitted as
provided in the Contract Documents or upon the request of the City. City also may
consider the operating costs, maintenance requirements, performance data and
guarantees of major items of materials and equipment proposed for incorporation in
the Work when such data is required to be submitted prior to the Notice of Award.
17.3. City may conduct such investigations as City deems necessary to assist in the
evaluation of any Bid and to establish the responsibility, qualifications, and financial
ability of Bidders, proposed Subcontractors, Suppliers and other persons and
organizations to perform and fumish the Wark in accordance with the Contract
Documents to City's satisfaction within the prescribed time.
17.4. Contractor shall perform with his own organization, work of a value not less than
35°/o of the value embraced on the Contract, unless otherwise approved by the City.
17.5. If the Contract is to be awarded, it will be awarded to lowest responsible and
responsive Bidder whose evaluation by City indicates that the award will be in the
best interests of the City.
CITY OF FORT WORTH SANITARY SEWER REHABILITATION CONTRACT 105
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJECT NO. 02721
Revised/Updated August 18, 2025
00 21 13
INSTRUCTIONS TO BIDDERS
Page 9 of 9
17.6. Pursuant to Texas Government Code Chapter 2252.001, the City will not award
contract to a Nonresident Bidder unless the Nonresident Bidder's bid is lower than
the lowest bid submitted by a responsible Texas Bidder by the same amount that a
Texas resident bidder would be required to underbid a Nonresident Bidder to obtain a
comparable contract in the state in which the nonresident's principal place of
business is located.
17.7. A contract is not awarded until formal City Council authorization. If the Contract is
to be awarded, City will award the Contract within 90 days after the day of the Bid
opening unless extended in writing. No other act of City or others will constitute
acceptance of a Bid. Upon the contract award, a Notice of Award will be issued by
the City.
17.7.1. The contractor is required to fill out and sign the Certificate of Interested
Parties Form 1295 and the form must be submitted to the Project Manager
before the contract will be presented to the City Council. The form can be
obtained at https://www.ethics.state.tx.us/data/forms/1295/1295.pdf
17.8. Failure or refusal to comply with the requirements may result in rejection of Bid.
18. Signing of Agreement
18.1. When City issues a Notice of Award to the Successful Bidder, it will be accompanied
by the required number of unsigned counterparts of the Project Manual. Within 14
days thereafter, Contractor shall sign and deliver the required number of counterparts
of the Project Manual to City with the required Bonds, Certifcates of Insurance, and
all other required documentation.
18.2. City shall thereafter deliver one fully signed counterpart to Contractor.
END OF SECTION
CITY OF FORT WORTH SANITARY SEWER REHABILITATION CONTRACT 105
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJECT NO. 02721
Revised/Updated August 18, 2025
00 35 13
CONFLICT OF INTEREST STATEMENT
Page 1 of 1
SECTION 00 35 13
CONFLICT OF INTEREST STATEMENT
Each bidder, offeror or respondent to a City of Fort Worth procurement is required to complete a
Conflict of Interest Questionnaire or certify that one is current and on file with the City Secretary's
Office pursuant to state law.
If a member of the Fort Worth City Council, any one or more of the City Manager or Assistant
City Managers, or an agent of the City who exercise discretion in the planning, recommending,
selecting or contracting with a bidder, offeror or respondent is affiliated with your company, then
a Local Government Officer Conflicts Disclosure Statement (CIS) may be required.
You are urged to consult with counsel regarding the applicability of these forms and Local
Government Code Chapter 176 to your company.
The referenced forms may be downloaded from the links provided below.
Form CIQ (Conflict of Interest Questionnaire) (state.tx.us)
https://www.ethics.state.tx. usJdata/forms/conflict/CIS.pdf
0
❑
❑
❑
❑
❑
!:�T77�
CIQ Form does not apply
CIQ Form is on file with City Secretary
CIQ Form is being provided to the City Secretary
CIS Form does not apply
CIS Form is on File with City Secretary
CIS Form is being provided to the City Secretary
�, � Con5�6�c�-�'��. .���'v,'t�e� � �-�
���aJ
��n���'�
By: � ---a
_�
Signat re: � ��
.�_...---�---
Title: V" �, �'►�`�� e �
END OF SECTION
CITY OF FORT WORTH SANITARY SEWER REHABI�ITATION CONTRACT 105
.,T,,.�..,,�-..�..,...�..�-�-,� �..T�...� �r,r.+�r�.,.,T�l..� r,l,(.� �r..r.�Tc� rnniTon�r ��n no�o�
00 41 00
BID FORM
Page 1 of 3
SECTION 00 41 00
BID FORM
TO: The Purchasing Manager
cio: The Purchasing Division
200 Texas Street
City of Fort Worth, Texas 761Q2
FOR:
City Project No.
Units/Sections:
SANITARY SEWER REHABILITATION CONTRACT 105
02721
Sanitary Sewer Improvements
1. Enter Into Agreement
The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City in the form
included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents
for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions
of the Contract Documents.
2. BIDDER Acknowledgements and Certification
2.1. In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and
INSTRUCTIONS TO BIDDERS, inciuding without limitation those dealing with the disposition of Bid Bond.
2.2. Bidder is aware of all costs to provide the required insurance, will do so pending contract award, and will
provide a valid insurance certificate meeting all requirements within 14 days of notification of award.
2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed
individual or entity and is not submitted in conformity with any collusive agreement or rules of any group,
association, organization, or corporation.
2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid.
2.5. Bidder has not solicited or induced any individual or entity to refrain from bidding.
2.6. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract.
For the purposes of this Paragraph:
a. "corrupt practice" means the offering, giving, receiving, or soliciting of any thing of value likely to
influence the action of a public o�cial in the bidding process.
b. "fraudulent practice" means an intentional misrepresentation of facts made (a) to influence the
bidding process to the detriment of City (b) to establish Bid prices at artificial non-competitive
levels, or (c) to deprive City of the benefits of free and open competition.
c. "collusive practice" means a scheme or arrangement between two or more Bidders, with or without
the knowledge of City, a purpose of which is to establish Bid prices at artificial, non-competitive
levels.
CITY OF FORT WORTH SANITARY SEWER REHABILITATION CONTRACT 105
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PROJECT N0. 02721
Revised 9/30/2021 CPN 2721 00 42 43 Bid Proposal Workbook Addendum 2.xisx
00 41 00
BID FORM
Page 2 of 3
d. "coercive practice" means harming or threatening to harm, directly or indirectly, persons or their
property to influence their participation in the bidding process or affect the execution of the
Contract.
3. Prequali�cation
The Bidder acknowledges that the following work types must be performed only by prequalified contractors and
subcontractors:
a. Sewer Collection System, Urban/Renewal, 12-inches and smaller, Open Cut Construction
b. Asphalt Paving Construction / Reconstruction (�ess than 15,000 square yards)
c. Sanitary Manhole / Structure Interior Lining - Warren or Chesterton Coating
d. Water Distribution, Urban/Renewal, 12-inches and smaller, Open Cut Construction
e. -
f. -
g. -
h. -
4. Time of Compietion
4.1. The Work will be complete for Final Acceptance within 300 days after the date when the
the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions.
4.2. Bidder accepts the provisions of the Agreement as to liquidated damages in the event of fai�ure to complete
the Work {and/or achievement of Milestones} within the times specified in the Agreement.
5. Attached to this Bid
The following documents are attached to and made a part of this Bid:
a. This Bid Form, Section 00 41 00
b. Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of Paragraph
5.01 of the General Conditions.
c. Proposal Form, Section 00 42 43
d. Vendor Compliance to State Law Non Resident Bidder, Section 00 43 37
e. MWBE Forms (optional at time of bid)
f. Prequalification Statement, Section 00 45 12
g. Conflict of Interest Affidavit, Section 00 35 13
*If necessary, CIQ or CIS forms are to be provided directly to City Secretary
h. Any additional documents that may be required by Section 12 of the Instructions to Bidders
CITY OF FORT WORTH SANITARY SEWER REHABILITATION CONTRACT 105
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PROJECT NO. 02721
Revised 9/30/2021 CPN 2721 00 42 43 Bid Proposal Workbook Addendum 2.xisx
00 41 00
BID FORM
Page 3 of 3
6. Totai Bid Amount
6.1. Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. In the
space provided below, please enter the total bid amount for this project. Only this figure will be read publicly
by the City at the bid opening.
6.2. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is
subject to verification and/or modification by multiplying the unit bid prices for each pay item by the respective
estimated quantities shown in this proposal and then totaling all of the extended amounts.
Total Bid
�: �, � � �.,�� I .S c.�
7. Bid Submittal
This Bid is submitted on � Q-�--z �
by the entity named below.
Respectfully submitted, � �
��_,—
By: �-
�-�"(Signature)
���� ������'�
(Printed Name)
Title: � � ry1 � E'�
Company: � � C011S"��JG'��u� J�6J e('�S
Address: �QQ � � ��.��v\, ��
�1y��e ��
State of Incorporation: � �
Email: ��'olY�,ca, 1 '� � �., i �. S �1� � � U �
Phone: � , � � � G �---�� t L._
l
END OF SECTION
Receipt is acknowiedged of the
following Addenda:
Addendum No. 1:
Addendum No. 2:
Addendum No. 3:
Addendum No. 4:
Corporate Seal:
IliiIiFll
�C
CITY OF FORT WORTH SANITARY SEWER REHABILITATION CONTRACT 105
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PROJECT NO. 02721
Revised 9/30/2021 CPN 2721 00 42 43 Bid Proposal Workbook Addendum 2.xlsx
UU a2 43
6ID PR�P�S.4L
Page I of3
SECTION 00 42 43
PROPOSALFORM
UNIT PRICE BID
Projcct Itcm Information
SANITARY SEWER IMPROVEMENTS
Bidlist Itcm SpcciCwtion Unit of Bid
No. Dcscription Section No. Measnre Qnantiry
1 3331.4115 8 inch PVC Sewer Pipe (SDR-26) 33 31 20 LF 5,130
33 11 10
2 3331.4115 8 inch Sewer Pipe, CSS Back511 33 31 12 LF 100
33 31 20
3 3331.4119 8 inch D1P Sewer Pipe with Protecto 401 33 11 10 LF 310
4 3331.412 8 inch DIP Sewer Pipe with Protecto 401, CSS Backfill 33 11 10 LF 20
5 0241.2201 Remove 4-foot Sewer Manhole 02 41 14 EA 13
6 3301.0002 Pos6CCTV Inspection 33 O7 37 LF 5,570
7 3301.0004 Final MH-CCTV Inspection 33 O1 31 F,n 20
8 3301.0101 Manhole Vacuum Testing 33 O1 30 F,n 20
9 3305.0112 Concrete Collar for Manhole 33 OS 17 EA 19
10 3305.0173 Trench Water Stop 33 OS 10 EA 11
11 9999.0001 Hydraidic Slide 99 99 99 F,n 6
12 3305.0109 Trench Safery System 33 OS 10 LF 5,570
13 33313101 4 inch Sewer Service 33 31 50 F,n 180
14 3339.1001 4-foot Manhole 33 39 10 EA 19
33 39 20
15 3339.1002 4' Drop Manhole 33 39 10 EA 1
33 39 20
16 3339.1003 Extra Depth Manhole 33 39 10 VF 21
33 39 20
17 3339.0001 Epoxy Manhole Liner (Warren Environmental or 33 39 60 VF 91
Cheston)
18 9999.0002 Connect to Existing Manhole 99 99 99 F,A 1
(Lr354, STA 0+00)
19 0241.2001 Sanitary Sewer Line Grouting 02 41 14 CY 10
20 0241.2102 6" Sewer Abaudonment Plug 02 41 14 EA 4
21 3305.0202 Imported EmbedmentBackfill, CSS 33 OS 10 CY 50
22 3305.0203 Imported EmbedmentBackfill, CLSM 33 OS 10 CY 50
Bidder's Application
Biddcr's Proposal
Unit Pricc
Bid Valuc
$105.75
$125.00
$174.80
$178.00
$1,000.00
$2.50
$300.00
$300.00
$1, 500.00
$1,000.00
$1,000.00
$3.00
$2,000.00
$4,746.00
$6,235.00
$520.00
$520.00
$2,550.00
$300.00
$1,000.00
$127.00
$267.00
$542,497.50
$12,500.00
$54,188.00
$3,560.00
$13,000.00
$13,925.00
$6,000.00
$6,000.00
$2$500.00
$11,000.00
$6,000.00
$16,710.00
$36Q000.00
$9Q 174.00
$6,235.00
$1 Q920.00
$47,320.00
$2,550.00
$3,000.00
$4,000.00
$6,350.00
$13,350.00
CITY OF FORT WORTI I 1-CPN 2�21 00 42 43 6id Pmposal Workbook Addendum 2
STANDARD C1�NSTRUCTION SI'rClh'ICATION DOCUMrNTS SANITARY SrWrR RrHAd C1�NTRACT 105
Re��ised 9/l W2021 PROIECT N0.02'121
UU a2 43
6ID PR�P�S.4L
Page 2 of 3
SECTION 00 42 43
PROPOSALFORM
UNIT PRICE BID
Projcct Itcm Information
SANITARY SEWER IMPROVEMENTS
Bidlist Itcm SpcciCwtion Unit of Bid
No. Dcscription Section No. Measnre Qnantiry
23 3305.0207 ImpoRed Embedme��t/Backfill, Select FiLI 33 OS 10 CY 50
24 3305.0003 8�� Waterli�e Loweri�g 33 OS 12 EA 1
(L-2492,STA 0+08)
25 3201.0113 6' Wide Asphalt Paveme�t Repair, Residential 32 O1 17 LF 80
26 3201.0115 8' Wide Asphalt Paveme�t Repair, Residential 32 O1 17 LF 20
27 3201.0117 10' Wide Asphalt Pavement Repair, Reside�tia] 32 O1 17 LF 40
2R 0241.0100 Remove Sidewalk 02 41 13 SF 10
29 3213.0301 L�stall New 4-Inch Co�crete Sidewalk 32 13 20 SF 10
30 0241.0401 Remove Co��crete Drive 02 41 13 SF 500
31 3213.0401 6" Concrete Driveway 32 13 20 SF 500
32 3216.0101 L�stall New Co��crete Curb a�d Gutter (Match Existi�g) 32 16 13 LF 20
33 3305.0114 Manhole Adjustment, Major w/ Cover 33 OS 14 EA 1
(L-354, STA 0+00)
34 3231.0123 5' Chain Link, Steel Fence 32 31 13 LF 60
35 9999.003 Sheet Metal Fe�ce w/ Co�crete Fou�dation (Special), 99 99 99 LF 60
Sta 430, L-354
36 9999.004 Fumish, Install, Maintai� & Remove 6' Welded Wire 99 99 99 LF 110
Mesh Temporary Fe�ce, i�cluding Drive� Posts
37 9999.005 Gravel Surface TxDOT SY 20
(8" Type A Aggregate for Surface Treahnent) Item 302
38 3291.0100 Topsoil 32 91 19 CY 340
39 3292.04 Seedi��g Hydromulch 32 92 13 SY 3,780
40 3110.0102 6"-12" Tree Remova] 31 10 00 EA 13
41 3110.0103 12"-18° Tree RemovaL 31 10 00 EA 13
42 3110.0104 18"-24" Tree RemovaL 31 10 00 EA 3
43 3110.0105 24" and Larger Tree RemovaL 31 10 00 EA 1
44 9999.0006 Tree Protection a�d Temporary Workspace Fencing 31 10 00 EA 56
Bidder's Application
Biddcr's Proposal
Unit Pricc
Bid Valuc
$50.00
$7,950.00
$225.00
$240.00
$250.00
$15.00
$31.00
$14.00
$30.00
$220.00
$2,450.00
$75.00
$125.00
$25.00
$45.00
$60.00
$2.50
$1,200.00
$1,800.00
$2,900.00
$3,860.00
$212.00
$2,500.00
$7,950.00
$18,000.00
$4,800.00
$10,000.00
$150.00
$310.00
$7,000.00
$15,000.00
$4,400.00
$2,450.00
$4,500.00
$7,500.00
$2,750.00
$900.00
$20,400.00
$9,450.00
$15,600.00
$23,400.00
$8,700.00
$3,860.00
$11,872.00
CITY OI� FORT WORTI I 1-CP\ ?]? 1 00 4? 43 6id Pmposel Workbook Addendum 2
5'fANDARD C1�NSTRUCTION SI'rC Ih'ICA �ION DUCUM rN��S SANI �ARY SrW rR RrHAd C1�NTRACT 105
Re��i.ed 9/l W?021 PROIECT N0.02'121
UU a2 43
6ID PR�P�S.4L
Page 3 of 3
SECTION 00 42 43
PROPOSALFORM
UNIT PRICE BID
Projcct Itcm Information
SANITARY SEWER IMPROVEMENTS
Bidlist Itcm
No. Dcscription
45 3305.011 Utility Markers
46 3125.0101 SWPPP > 1 acre
47 3471.0001 Tra�c Co��tro]
48 0171.0101 Constmction Staking
49 3305.0103 Exploratory Excavatio� of Existi�g Utilities
50 0171.0102 As-Built Survey
51 9999.0007 Sa��itary Sewer Constructio� AlLowance
END OF SECTION
SpcciCwtion Unitof Bid
Section No. Measnre Qnantiry
33 OS 2C LS 1
31 25 00 LS 1
34 71 13 MO 10
O1 71 23 LS 1
33 OS 30 EA 2
O1 71 23 LS 1
99 99 99 LS 1
Total - Sanitary Sewer Improvements
Bidder's Application
Biddcr's Proposal
Unit Pricc
Bid Valuc
$600.00
$2Q000.00
$3,000.00
$15,000.00
$1,000.00
$6,000.00
$100,000.00
$600.00
$20,000.00
$30,000.00
$15,000.00
$2,000.00
$6,000.00
$100,000.00
$1,612,871.50
CITY OI� FORT WORTI I 1-CP\ ?]? 1 00 4? 43 6id Pmposel Workbook Addendum 2
5'fANDARD C1�NSTRUCTION SI'rC Ih'ICA �ION DUCUM rN��S SANI �ARY SrW rR RrHAd C1�NTRACT 105
Re��i.ed 9/l W?021 PROIECT N0.02'121
00 43 13
BID BOND
Page 1 of 2
SECTION 00 43 13
BID BOND
KNOW ALL BY THESE PRESENTS:
That we, 2R Construction Services, LLC. , known as
"Bidder" herein and West Bend Insurance Company a corporate surety
duly authorized to do business in the State of Texas, known as "Surety" herein, are heid and firmly bound unto the City
of Fort Worth, a municipal corporation created pursuant to the laws of Texas, known as "City" herein, in the penal sum
of five percent (5°/a) of Bidder's maximum bid price, in lawful money of the United States, to be paid in Fort Worth,
Tarrant County, Texas for the payment of which sum weli and truly to be made, we bind ourselves, our heirs,
executors, administrators, successors and assigns, jointly and severally, firmly by these presents.
WHEREAS, the Principal has submitted a bid or proposal to perform Work for the following project
designated as SANITARY SEWER REHABILITATION CONTRACT 105
NOW, THEREFORE, the condition of this obligation is such that if the City shall award
the Contract for the foregoing project to the Principal, and the Principal shall satisfy all requirements and conditions
required for the execution of the Contract and shall enter into the Contract in writing with the City in accordance with
the terms of such same, then this obligation shall be and become null and void. If, however, the Principal fails to
execute such Contract in accordance with the terms of same or fails to satisfy all requirements and conditions required
for the execution of the Contract, this bond shall become the property of the City, without recourse of the Principal
and/or Surety, not to exceed the penalty hereof, and shall be used to compensate City for the difference between
Principai's total bid amount and the next selected bidder's total bid amount.
PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in Tarrant County,
Texas or the United States District Court for the Northern District of Texas, Fort Worth Division.
IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED this instrument by
duly authorized agents and officers on this the 2nd day of October , 2025.
,
ATTEST: �
Witness as to Principal
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised 9/30/2021
PRINCIPAL:
2R Constructio_�.�e�ui' , C. �i`""�.,
�°i'" �`
�, � � --.
�r.
BY: _a_.._--.~
�..-�--sig ature
Raul Canales Member
Name and Title
SANITARY SEWER REHABILITATION CONTRACT 105
PROJECT NO. 02721
00 41 00 Bid Proposal Workbook
00 43 13
BID BOND
Page 2 0/2
�iliu.o�'- %�0.0�
Witness a ' o Surety
Attach Power of Attorney (Surety) for Attorney-in-Fact
Address: 3009 Nathan Drive
Wvlie, TX 75098
SURETY:
West Bend insurance Company
BY: �i;��v� �iii�.H
Signature
David Quinn Attorney-in-��l��u����/i���
Name and Title ��� ��� '� ��
N� ,
Address: � `_`Q' ��Pp�R,�T� ��
2418 Rosebury Lane � [�
Trophv Club. TX 76262 ��� c� ��
- ��AL �: z
-F-''c
� �i 1;� 3�,' .�
��'•;y
Telephone Number: 903-235-5533 %?? •:�GTON,�o;:�--�
//,''��f �� f I111 ����`,,```
*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.
END OF SECTION
CITY OF FORT WORTH SANITARY SEWER REHABILITATION CONTRACT 105
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PROJECT NO. 02721
Revised 9/30/2021 00 41 00 Bid Proposal Workbook
r.,. ���� �� �
A MUTUAL INSURANCE COMPANY'
THE SILVER LINING�
Bond No. N/A
POWER OF ATTORNEY
Know all men by these Presents, That West Bend Mutual Insurance Company, a corporation having its principal office in the City of West Bend,
Wisconsin does make, constitute and appoint:
Christine Deem, David Quinn
lawful Attorney(s)-in-fact, to make, execute, seal and deliver for and on its behalf as surety and as its act and deed any and all bonds, undertakings
and contracts of sureiyship, provided that no bond or undertaking or contract of suretyship executed under this authority shall exceed in amount the
sum of: Twenty Million Dollars ($20,000,000)
This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board
of Directors of West Bend Mutual Insurance Company at a meeting duly calied and held on the 215� day of December,1999.
Appoiatment ofAttorney-In-Fact The president or any vice president, or any other officer of West Bend Mutual lnsurance Company may appoint
by written certificate Attorneys-In-Fact to act on behatf of the company in the execution of and attesting of bonds and undertakings and other
written obligatory instruments of like nature. The signature of any offrcer autborized hereby and the corporate seal may be affixed by facsimile
to any such power of attorney or to any certificate relating therefore and any such power of attorney or certificate bearing such facsimite
signatures or facsimile seal shall be valid and binding upon the company, and any such power so executed and certified by facsimile signatures
and facsimile seal shal! be valid and binding upon the company in the future with respect to any bond or undertaking or other writing obligatory
in nature to which it is attached. Any such appointrnent may be revoked, for cause, or without cause, by any said offrcer at any time.
In witness whereof, the West Bend Mutual Insurance Company has caused these presents to be signetl by its president undersigned and its
corporate seal to be hereto duly attested by its secretary this 17th day of August, 2021.
Attest i�'U�iS��`!�. Y� �,' _ '�(�1`Y�t���'��;��
Christopher C. Zw'ygait
Secretary
State of Wisconsin
County of Washington
,, J:�UP7. IKISU •�.,. (( r!.. C.( l�..G�..^.--
�.., `�ti ,,
_�� �°�O�r� ��,: Kc n A. Steincr
�. ; �, SE�L3s �; Chief Executive Officer/President
oi�, y����.• �,g.
On the 17th day of August, 2021, before me personally came Kevin A. Steiner, to me know� being by duly sworn, did depose and say that he resides
in the County of Washington, State of Wisconsin; that he is the President of West Bend Mutual Insurance Company, the corporation described in and
which executed the above instrument; that he knows the seal of the said corporation; that the seai affixed to said instrument is such corporate seal;
that is was so affixed by order of the board of directors of said corporation and that he signed his name thereto by like order.
,r..,•�w'E'�� �F,,,
, �� �OTAJ�r `� ^:
; N�;, '°f/84�C' �2;
, yr� oF w,sGo�S¢?
���
�.,� x
Matthew E. Carlton
Senior Corporate Attorney
Notary Public, Washington Co., WI
My Commission is Permanent
The undersigned, duly elected to the office stated below, naw the incumbent in West Bend Mutual Insurance Company, a Wisconsin corporation
authorized to make this certificate, Do Hereby Certify that the foregoing attached Power of Attorney remains in full force effect and has not been
revoked and that the Resolution of the Board of Directors, set forth in the Power of Attorney is now in force.
``������i��r,,���
Signed and sealed at West Bend, Wisconsin this 2nd day of October 2025 `�����SURA/I��,��,�
;�Jpl.iNs� - 1 �=�.��OP'p�p'qT':(�` ��
,�v '�4;yo. _ i ' rr; ; ' ` � tu : �' � � : O =
:�° �oRPORarF ��. �'�i � ,-.�,/f ,'� �'t,c.,�,�, �_ _, : °a ;s SEAL ' � =
�r � SEAL �� �: ��
� T� � Heather Dunn '�19s �'� � �
�?' �NGrox�� � Vice President — Clzief Financiaf'�i`c�TOK.��'.t-��
_.. '��'��ttii���������``
Notice: Any questions concerning this Power of Attorney may be directed to the Bond Manager at West Bend Mutual Insurance Company.
1900 South 18th Avenue � West Bend, WI 53095 � Phone: (608) 410-3410 � Fax: (877) 674-2663 ( www.thesilverlining.com
00 43 37
VENDOR COMPLIANCE TO STATE LAW
Page 1 of 1
SECTION 00 43 37
VENDOR COMPLIANCE TO STATE LAW NON RESIDENT BIDDER
Texas Government Code Chapter 2252 was adopted for the award of contracts to nonresident bidders. This law
provides that, in order to be awarded a contract as low bidder, nonresident bidders (out-of-state contractors
whose corporate offices or principal place of business are outside the State of Texas) bid projects for
construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident
bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder in
order to obtain a comparable contract in the State which the nonresident's principal place of business is located.
The appropriate blanks in Section A must be filled out by all nonresident bidders in order for your bid to meet
specifications. The failure of nonresident bidders to do so wili automatically disqualify that bidder. Resident
bidders must check the box in Section B.
A. Nonresident bidders in the State of , our principal place of business,
are required to be percent lower than resident bidders by State Law. A copy of the
statute is attached.
Nonresident bidders in the State of , our principal place of business,
are not required to underbid resident bidders.
B. The principai place of business of �r'comp na y or our parent company or majority owner is
in the State of Texas.�
BIDDER: � � C�`1S�����' U�"' �-('f��Ce> �L�- C
. `�a�i � ��'7�1'� �S
By. � ��.
.�-~`
1 __--
���`�"�Signature)
Title: '��''��� �
Date
END OF SECTION
C1-�- �-s
CITY OF FORT WORTH SANITARY SEWER REHABIUTATION CONTRACT 105
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PROJECT NO. 02721
Revised 9/3012021 00 41 00 Bid Proqosal Workbook
004511-1
BIDDERS PREQUALIFICATIONS
Page 1 of 3
1 SECTION 00 45 11
2 BIDDERS PREQUALIFICATIONS
4 1. Summary. A Bidder or their designated subcontractors are required to be prequali�ed or
5 have applied for prequalification by the City for the work types requiring prequalification
6 prior to submitting bids. To be considered for award of contract the Bidder must submit
7 Section 00 45 12, PREQUALIFICATION STATEMENT for the work type(s) listed with
8 their Bid. Any contractor or subcontractor who is not prequalified for the work type(s) listed
9 must submit Section 00 45 13, PREQUALIFICATION APPLICATION in accordance with
10 the requirements below. The information must be submitted seven (7) days prior to the
11 date of the opening of bids. Subcontractors must follow the same timelines as contractors
12 for obtaining prequali�cation review. Bidders or Subcontractors who are not prequali�ed at
13 the time bids are opened and reviewed may cause the bid to be rejected.
14
15
16 The prequalification process will establish a bid limit based on a technical evaluation and
17 financial analysis of the contractor. For example, a contractor wishing to submit bids on
18 projects to be opened on the 7th of April must file the information by the 31st day of March
19 in order to eligible to work on these projects. In order to facilitate the approval of a Bidder's
20 Prequali�cation Application, the following must accompany the submission.
21 a. A complete set of audited or reviewed financial statements.
22 (1) Classified Balance Sheet
23 (2) Income Statement
24 (3) Statement of Cash Flows
25 (4) Statement of Retained Earnings
26 (5) Notes to the Financial Statements, if any
27 b. A certified copy of the firm's organizational documents (Corporate Charter, Articles
28 of Incorporation, Articles of Organization, Certificate of Formation, LLC
29 Regulations, and Certificate of Limited Partnership Agreement).
30 c. A completed Bidder Prequali�cation Application.
31 (1) The �rm's Texas Taxpayer ldentification Number as issued by the Texas
32 Comptroller of Public Accounts. To obtain a Texas Taxpayer ldentification
33 number visit the Texas Comptroller of Public Accounts online at the
34 following web address www.window.state.tx.us/taxnermit/ and �11 out the
35 application to apply for your Texas tax ID.
36 (2) The firm's e-mail address and fax number.
37 (3) The �rm's DUNS number as issued by Dun & Bradstreet. This number
38 is used by the City for required reporting on Federal Aid projects. The DUNS
39 number may be obtained at www.dnb.com.
40 d. Resumes reflecting the construction experience of the principles of the firm for firms
41 submitting their initial prequalification. These resumes should include the size and
42 scope of the work performed.
43 e. Other information as requested by the City.
44
45 2. Prequalification Requirements
46 a. Financial Statements. Financial statement submission must be provided in
47 accordance with the following:
48 (1) The City requires that the original Financial Statement or a certified copy
49 be submitted for consideration.
CITY OF FORT WORTH SANITARY SEWER REHABILITATION CONTRACT 105
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02721
Revised August 13, 2021
00 45 11 - 2
BIDDERS PREQUALIFICATIONS
Page 2 of 3
1 (2) To be satisfactory, the financial statements must be audited or reviewed
2 by an independent, certified public accounting firm registered and in
3 good standing in any state. Current Texas statues also require that
4 accounting firms performing audits or reviews on business entities within
5 the State of Texas be properly licensed or registered with the Texas State
6 Board of Public Accountancy.
7 (3) The accounting firm should state in the audit report or review whether
8 the contractor is an individual, corporation, or limited liability company.
9 (4) Financial Statements must be presented in U.S. dollars at the current rate
10 of exchange of the Balance Sheet date.
ll (5) The City will not recognize any certified public accountant as
12 independent who is not, in fact, independent.
13 (6) The accountant's opinion on the financial statements of the contracting
14 company should state that the audit or review has been conducted in
15 accordance with auditing standards generally accepted in the United
16 States of America. This must be stated in the accounting firm's opinion.
17 It should: (1) express an unqualified opinion, or (2) express a qualified
18 opinion on the statements taken as a whole.
19 (7) The City reserves the right to require a new statement at any time.
20 (8) The financial statement must be prepared as of the last day of any month,
21 not more than one year old and must be on file with the City 16 months
22 thereafter, in accordance with Paragraph 1.
23 (9) The City will determine a contractor's bidding capacity for the purposes
24 of awarding contracts. Bidding capacity is determined by multiplying the
25 positive net working capital (working capital= current assets — current
26 liabilities) by a factar of 10. Only those statements reflecting a positive
27 net working capital position will be considered satisfactory for
28 prequali�cation purposes.
29 (10) In the case that a bidding date falls within the time a new financial
30 statement is being prepared, the previous statement shall be updated with
31 proper verification.
32 b. Bidder Prequalification Application. A Bidder Prequalification Application must be
33 submitted along with audited or reviewed financial statements by �rms wishing to be
34 eligible to bid on all classes of construction and maintenance projects. Incomplete
35 Applications will be rejected.
36 (1) In those schedules where there is nothing to report, the notation of
37 "None" or "N/A" should be inserted.
38 (2) A minimum of �ve (5) references of related work must be provided.
39 (3) Submission of an equipment schedule which indicates equipment under
40 the control of the Contractor and which is related to the type of work for
41 which the Contactor is seeking prequali�cation. The schedule must
42 include the manufacturer, model and general common description of
43 each piece of equipment. Abbreviations or means of describing
44 equipment other than provided above will not be accepted.
45
46 3. Eligibility for Award of Contract
47 a. The City shall be the sole judge as to a contractor's prequali�cation.
48 b. The City may reject, suspend, or modify any prequali�cation for failure by the
49 contractor to demonstrate acceptable financial ability or performance.
50 c. The City will issue a letter as to the status of the prequalification approval.
CITY OF FORT WORTH SANITARY SEWER REHABILITATION CONTRACT 105
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02721
Revised August 13, 2021
00 45 11 - 3
BIDDERS PREQUALIFICATIONS
Page 3 of 3
1 d. If a contractor has a valid prequalification letter, the contractor will be eligible to
2 perform the prequali�ed work types until the expiration date stated in the letter.
3
8 END OF SECTION
CITY OF FORT WORTH SANITARY SEWER REHABILITATION CONTRACT 105
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02721
Revised August 13, 2021
00 45 12 - 1
PREQUALIFICATION STATEMENT
Page 1 of I
SECTION 00 45 12
PREQUALIFICATION STATEMENT
Each Bidder for a City procurement is required to complete the information below by
identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the
major work type(s} listed.
Major Work Type
Sewer Collection System,
Urban/Renewal, 12-
inches and smaller, Open
Cut Construction
Asphalt Paving
Construction /
Reconstruction (Less than
15,000 square yards)
Sanitary Manhole /
Structure Interior Lining
— Warren or Chesterton
Coating
Water Distribution,
Urban/Renewal, 12-
inches diameter and
smaller, Open Cut
Construction
Contractor/Subcontractor
Company Name
2� �t1�5�'�vc�,��. Se6��c�v
� � ��t�tl``l t vnS��vc-hU�i
� �' �� � � ��a �!i n�
c-�
�� \(��5�(1�.,�rc� ����`e.i
Prequalification
Expiration Date
��3����
2, i Z� / 2-. C�
�/��i2�,
The undersigned hereby certifies that the contractors and/or subcontractors described in
the table above are cunently prequalified for the work types listed.
BIDDER:
�. �t C��s���c�;��. .����,���J
Company
��� Iv ���� 6� �
�
Address
� ��`,� �� �� V -t �
City/St�ate/Zip
� ��� � ��
By: � a� �,
s� P--r-1'iit)------..__,,.��
� ' ���-e...�-�.
Si ature: ye�--�---
.�_-�~�-
Title
Date
������
(Please Print)
������5�
END OF SECTION
CITY OF FORT WORTH SANITARY SEWER REHABILITATION CONTRACT ]05
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS PROJECT NO. 02721
Revised September 30, 2021
F��T����rH�
SECTION 00 45 13
PREQUALIFICATION APPLICATION
Date of Balance Sheet
Name under which you wish to qualify
Post Office Box
Street Address (required)
( 1
Telephone
Mark only one:
City
Ciry
( 1
Fax
Individual
Limited Partnership
General Partnership
Corporation
Limited Liability Company
State
State
Email
Texas Taxpayer ldentification No.
Federal Employers Identification No.
DUNS Na (if applicable)
Zip Code
Zip Code
Email/mail this questionnaire along with financial statements to the appropriate group below. A separate
submittal is required for water/sewer, paving, and lighting:
Work Category — Water Dept - Water/sewer Work Category — TPW Paving Work Category — TPW Ped/Rdwy Lighting
iohn.kasavichnFortWorthTexas.eov TPW PreaualificationCa�fortwarthtexas.�ov clint.hoovernfortworthtexas.eov
Fort Worth Water Department Engineering and City of Fort Worth Transportation and Public City of Fort Worth TPW Transportation
Fiscal Services Division 200 Texas St. Fort Warks Dept. 3741 SW Loop 820, Fort Worth, Management Attn: Clint Hoover, P.E. 5001
Worth, TX 76102 Texas 76133 Attn: Alicia Garcia James Ave. Fart Worth, TX 76115
*Financial Statements must be mailed. Mark the envelope: "Bidder Prequalification Application"
00 45 13 - 2
BIDDER PREQUALIFICATION APPLICATION
Page 2 of 8
BUSINESS CLASSIFICATION
The following should be completed in order that we may properly classify your firm:
(Check the block(s) which are applicable — Block 3 is to be left blank if Block 1 and/or Block 2 is
checked)
� Has fewer than 100 employees
and/or
� Has less than $6,000,000.00 in annual gross receipts
OR
� Does not meet the criteria for being designated a small business as provided in Section
2006.001 of the Texas Government Code.
The classification of your firm as a small or large business is not a factor in determining eligibility to
become prequalified.
Select major work categories for which you would like to be prequalified (City may deem you are not
qualified for selected category or may approve you at a lesser size/length and maximum size may
not be listed specifically under a major work category):
MAJOR WORK CATEGORIES
_ Water Department
_ Augur Boring - 24-inch diameter casing and less
_ Augur Boring - Greater than 24-inch diameter casing and greater
_ Tunneling — 36-Inches — 60 —inches, and 350 LF or less
Tunneling - 36-Inches — 60 —inches, and greater than 350 LF
Tunneling — 66" and greater, 350 LF and greater
Tunneling — 66" and greater, 350 LF or Less
Cathodic Protection
_ Water Distribution, Development, 8-inch diameter and smaller
Water Distribution, Urban and Renewal, 8-inch diameter and smaller
_ Water Distribution, Development, 12-inch diameter and smaller
Water Distribution, Urban and Renewal, 12-inch diameter and smaller
Water Transmission, Development, 24-inch and smaller
Water Transmission, Urban/Renewal, 24-inch and smaller
Water Transmission, Development, 42-inches and smaller
Water Transmission, Urban/Renewal, 42-inches and smaller
_ Water Transmission, Development, All Sizes
Water Transmission, Urban/Renewal, All Sizes
_ Sewer Bypass Pumping, 18-inch and smaller
_ Sewer Bypass Pumping, 18-inch — 36-inch
Sewer Bypass Pumping 42-inch and larger
CCTV, 8-inch and smaller
CCTV, 12-inch and smaller
CCTV, 18-inch and smaller
CCTV, 24-inch and smaller
CITY OF FORT WORTH SAIVITARY SEWER REHABILITATION CONTRACT 105
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02721
Revised June 13, 2025
00 45 13 - 3
BIDDER PREQUALIFICATION APPLICATION
Page 3 of 8
MAJOR WORK CATEGORIES, CONTINUED
CCTV, 42-inch and smaller
CCTV, 48-inch and smaller
Sewer CIPP, 12-inch and smaller
Sewer CIPP, 24-inch and smaller
Sewer CIPP, 42-inch and smaller
Sewer CIPP, All Sizes
Sewer Collection System, Development, 8-inches and smaller
Sewer Collection System, Urban/Renewal, 8-inches and smaller
Sewer Collection System, Development, 12-inches and smaller
Sewer Collection System, Urban/Renewal, 12-inches and smaller
Sewer Interceptors, Development, 24-inches and smaller
Sewer Interceptors, Urban/Renewal, 24-inches and smaller
Sewer Interceptors, Development, 42-inches and smaller
Sewer Interceptors, Urban/Renewal, 42-inches and smaller
Sewer Interceptors, Development, 48-inches and smaller
Sewer Interceptors, Urban/Renewal, 48-inches and smaller
Sewer Pipe Enlargement 12-inches and smaller
Sewer Pipe Enlargement 24-inches and smaller
Sewer Pipe Enlargement, All Sizes
Sewer Cleaning, 24-inches and smaller
Sewer Cleaning, 42-inches and smaller
Sewer Cleaning, All Sizes
Sewer Cleaning, 8-inches and smaller
Sewer Cleaning, 12-inches and smaller
Sewer Siphons 12-inches or less
Sewer Siphons 24-inches or less
Sewer Siphons 42-inches or less
Sewer Siphons All Sizes
Facility Construction of Lift Stations
Sanitary Sewer Manhole/Structure Interior Lining — Warren Coating
Sanitary Sewer Manhole/Structure Interior Lining — Chesterton Coating
Transportation Public Works
� Asphalt Paving Construction/Reconstruction (LESS THAN 15,000 square yards)
_ Asphalt Paving Construction/Reconstruction (15,000 square yards and GREATER)
_ Asphalt Paving Heavy Maintenance (UNDER $1,000,000)
_ Asphalt Paving Heavy Maintenance ($1,000,000 and OVER)
_ Concrete Paving Construction/Reconstruction (LESS THAN 15,000 square yards)*
Concrete Paving Construction/Reconstruction (15,000 square yards and GREATER)*
Roadway and Pedestrian Lighting
NOTE *There is not a prequalification requirement for installation of concrete sidewalk, curb & gutter,
driveways, and panel replacement, only concrete paving
CITY OF FORT WORTH SANITARY SEWER REHABILITATION CONTRACT 105
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02721
Revised June 13, 2025
00 45 13 - 4
BIDDER PREQUALIFICATION APPLICATION
Page 4 of 8
1
List equipment you do not own but which is available by renting
� DESCRIPTION OF EQUIPMENT NAME AND DETAILED ADDRESS OF OWNER
2. How many years has your organization been in business as a general contractor under your present
name?
List previous business names:
3. How many years of experience in
had:
(a) As a General Contractor:
construction work has your organization
(b) As a Sub-Contractor:
4. *What projects has your organization completed in Texas and elsewhere?
CLASS LOCATION NAME AND DETAILED
CONTRACT OF DATE CITY-COUNTY- ADDRESS OF OFFICIAL TO
AMOUNT WORK COMPLETED STATE WHOM YOU REFER
*If requalifying only show wark performed since last statement.
S.Have you ever failed to complete any work awarded to you?
If so, where and why?
6. Has any officer or owner of your organization ever been an officer of another organization that failed to
complete a contract?
If so, state the name of the individual, other organization and reason.
CITY OF FORT WORTH SANITARY SEWER REHABILITATION CONTRACT 105
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02721
Revised June 13, 2025
00 45 13 - 5
BIDDER PREQUALIFICATION APPLICATION
Page 5 of 8
7.Has any officer or owner of your organization ever failed to complete a contract executed in his/her
name?
If so, state the name of the individual, name of owner and reason.
8. In what other lines of busincss are you financially interested?
9. Have you ever performed any work for the City?
If so, when and to whom do you refer?
10. State names and detailed addresses of all producers from whom you have purchased principal
materials during the last three years.
NAME OF FIRM OR COMPANY DETAILED ADDRESS
11. Give the names of any affiliates or relatives currently debarred by the City. Indicate your relationship
to this person or firm.
12. What is the construction experience of the principal individuals in your organization?
PRESENT MAGNITUDE
POSITION OR YEARS OF AND TYPE OF 1N WHAT
NAME OFFICE EXPERIENCE WORK CAPACITY
CITY OF FORT WORTH SANITARY SEWER REHABILITATION CONTRACT 105
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02721
Revised June 13, 2025
00 45 13 - 6
BIDDER PREQUALIFICATION APPLICATION
Page 6 of 8
13. If any owner, officer, director, or stockholder of your firm is an employee of the City, or shares the
same household with a City employee, please list the name of the City employee and the relationship. In
addition, list any City employee who is the spouse, child, or parent of an owner, officer, stockholder, or
director who does not live in the same household but who receives care and assistance from that person as
a direct result of a documented medical condition. This includes foster children or those related by
adoption or marriage.
CORPORATION BLOCK
If a corporation:
Date of Incorporation
Charter/File No.
President
Vice Presidents
Secretary
Treasurer
LIMITED LIABILITY COMPANY BLOCK
If a corporation:
State of Incorporation
Date of organization
File No.
Officers or Managers (with titles, if any)
PARTNERSHIP BLOCK
If a partnership:
State of Organization
Date of organization
Is partnership general, limited, or registered limited
liability partnership?
File No. (if Limited
Partnership)
General Partners/Officers
Limited Partners (if applicable)
Individuals authorized to sign for Partnership
Except for limited partners, the individuals listed in the blocks above are presumed to have full
signature authority for your firm unless otherwise advised. Should you wish to grant signature
authority for additional individuals, please attach a certified copy of the corporate resolution,
corporate minutes, partnership agreement, power of attorney or other legal documentation which
grants this authority.
CITY OF FORT WORTH SANITARY SEWER REHABILITATION CONTRACT 105
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02721
Revised June 13, 2025
00 45 13 - 7
BIDDER PREQUALIFICATION APPLICATION
Page 7 of 8
14. Equipment
$
TOTAL
Similar types of equipment may be lumped together. If your firm has more than 30 types of equipment,
you may show these 30 types and show the remainder as "various". The City, by allowing you to show
only 30 types of equipment, reserves the right to request a complete, detailed list of all your equipment.
The equipment list is a representation of equipment under the control of the firm and which is related to
the type of work for which the firm is seeking qualification. In the description include, the manufacturer,
model, and general common description of each.
ITEM QUANTITY
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
ITEM DESCRIPTION
BALANCESHEET
VALUE
Various-
TOTAL
CITY OF FORT WORTH SANITARY SEWER REHABILITATION CONTRACT 105
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02721
Revised June 13, 2025
004513-8
BIDDER PREQUALIFICATION APPLICATION
Page 8 of 8
BIDDER PREQUALIFICATION AFFIDAVIT
STATE OF
COUNTY OF
The undersigned hereby declares that the foregoing is a true statement of the financial condition of the
entity herein first named, as of the date herein first given; that this statement is for the express purpose of
inducing the party to whom it is submitted to award the submitter a contract; and that the accountant who
prepared the balance sheet accompanying this report as well as any depository, vendor or any other agency
herein named is hereby authorized to supply each party with any information, while this statement is in
force, necessary to verify said statement.
, being duly sworn, deposes and says that he/she
is the of , the entity described
in and which executed the foregoing statement that he/she is familiar with the books of the said entity
showing its financial condition; that the foregoing financial statement taken from the books of the said
entity as of the date thereof and that the answers to the questions of the foregoing Bidder Prequalification
Application are correct and true as of the date of this affidavit.
Firm Name:
Signature:
Sworn to before me this
day of
Notary Public
Notary Public must not be an officer, director, or stockholder or relative thereof.
CITY OF FORT WORTH SANITARY SEWER REHABILITATION CONTRACT 105
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02721
Revised June 13, 2025
QO 45 26 - 1
CONTRACfOR COMPLiANCE W[TH WORKER'S COMPENSATION LAW
Page l of t
1 SECTION 00 45 26
2 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW
3 Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it
4 provides worker's compensation insurance coverage for all of its employees employed on City
5 Project No. 02721. Contractor further certifies that, pursuant to Texas Labor Code, Section
6 406.096(b), as amended, it will provide to City its subcontractor's certificates of compliance with
7 worker's compensation coverage.
8
9 CONTRACTOR:
io
� � � ns"����-� ��� Sei�,��e1
12 Company
�4 3c�s°� d� ����.. ��
15 Address
i� U�.�� �� \ � �����
18 City�State/Zip
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
TI-� STATE OF TEXAS §
COUNTY OF TARRANT
B . a�� Cun �,� eS
Y'
(Pl
Sig e:
Title: � ' `e�� �
(Please Print)
BEFORE ME, the undersigned authority, on this day personally appeazed
l�cwl C�+e��cs , known to me to be the person whose name is
subscribed to the foregoing instrument, and acknowl dged to me that he/she executed the s.ame as
the act and deed of �R C.�sf�.�e f�an ScrwccS �/1'le�+�ar'' for the purposes and
consideration therein expressed and in the capacity therein stated.
GIVEN LJNDER MY HAND AND SEAL OF OFFICE this �� f� day of
vi cernb�r� , 2ozS
�
Notary Public in an� e State of Texas
END OF SECTION
39 � a+������, RICHARD JOHNSON
���4�Y P`A�i
:20;'' ��;Notary Public, State of Texas
=�y•���= Comm. Expires 01-14-2030
�''.,'�oF ��:� Notary ID 133535593
�nn,��
CITY OF FORT WORTFT SAMTARY SEWER ItEHABILITATION CONTRACT f05
STANDARD CONSTRUCTION SPECIFICATION DQCUMENTS CITY PROJECT NO. 02721
Revised July 1, 201 l
00 52 43 - l
Agreement
Page 1 of 6
SECTION 00 52 43
AGREEMENT
THIS AGREEMENT, authorized on December 12, 2025 , is made by and between the City
of Fort Worth, a Texas home rule municipality, acting by and through its duly authorized City
Manager, ("City"), and 2R Construction Services , authorized to do business in
Texas, acting by and through its duly authorized representative, ("Contractor"). City and
Contractor may jointly be referred to as Parties.
City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows:
Article 1. WORK
Contractor shall complete all Work as specified or indicated in the Contract Documents for the
Project identified herein.
Article 2. PROJECT
The project for which the Work under the Contract Documents may be the whole or only a part
is generally described as follows:
Sanitary Sewer Rehabilitation Contract 105
Project Number 02721
Article 3. CONTRACT PRICE
City agrees to pay Contractor for performance of the Work in accordance with the Contract
Documents an amount, in current funds, of One Million, Six Hundred Twelve Thousand, Eight
Hundred Seventy One and 50/100 Dollars ($ 1,612,871.50). Contract price may be adjusted by
change orders duly authorized by the Parties.
Article 4. CONTRACT TIME
4.1 Final Acceptance.
The Work shall be complete for Final Acceptance within 300 days after the date when the
Contract Time commences to run, as provided in Paragraph 2.02 of the General Conditions,
plus any extension thereof allowed in accordance with Article 12 of the General Conditions.
4.2 Liquidated Damages
Contractor recognizes that time is of the essence for completion of Milestones, if any, and
to achieve Final Acceptance of the Work and City and the public will suffer from loss of
use if the Work is not completed within the time(s) specified in Paragraph 4.1 above. The
Contractor also recognizes the delays, expense and diffculties involved in proving in a
legal proceeding, the actual loss suffered by the City if the Work is not completed on time.
Accordingly, instead of requiring any such proof, Contractor agrees that as liquidated
damages for delay (but not as a penalty), Contractor shall pay City Six Hundred and Fifty
Dollars ($650.00) for each day that expires after the time specified in Paragraph 4.1 for
Final Acceptance until the City issues the Final Letter of Acceptance.
Article 5. CONTRACT DOCUMENTS
5.1 CONTENTS:
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
A.The Contract Documents which comprise the entire agreement between City and
Contractor concerning the Work consist of the following:
CITY OF FORT WORTH SANITARY SEWER REHABILITATION CONTRACT 105
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project Number 02721
Revised August 18, 2025
005243-2
Agreement
Page 2 of 6
1. This Agreement.
Attachments to this Agreement:
a. Bid Form
1) Proposal Form
2) Vendor Compliance to State Law Non-Resident Bidder
3) Prequalification Statement
4) State and Federal documents (project specific)
b. Current Prevailing Wage Rate Table
c. Insurance Certification Form (ACORD or equivalent)
d. Payment Bond
e. Performance Bond
£ Maintenance Bond
g. Power of Attorney for the Bonds
h. Worker's Compensation Affidavit
3. General Conditions.
4. Supplementary Conditions.
5. Specifications specifically made a part of the Contract Documents by attachment or,
if not attached, as incorporated by reference and described in the Table of Contents
of the Project's Contract Documents.
6. Drawings.
7. Addenda.
8. Documentation submitted by Contractor prior to Notice of Award.
9. The following which may be delivered or issued after the Effective Date of the
Agreement and, if issued, become an incorporated part of the Contract Documents:
a. Notice to Proceed.
b. Field Orders.
c. Change Orders.
d. Letter of Final Acceptance.
Article 6. INDEMNIFICATION
6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own
expense, the city, its officers, servants and employees, from and against any and all
claims arising out of, or alleged to arise out of, the work and services to be performed
by the contractor, its officers, agents, employees, subcontractors, licenses or invitees
under this contract. This indemnification provision is specificallv intended to onerate
and be effective even if it is alleged or proven that all or some of the damages being
sou�ht were caused, in whole or in part, bv anv act, omission or negli�ence of the citv.
This indemnity provision is intended to include, without limitation, indemnity for costs,
expenses and legal fees incurred by the city in defending against such claims and causes
of actions.
CITY OF FORT WORTH SANITARY SEWER REHABILITATION CONTRACT 105
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project Number 02721
Revised August 18, 2025
005243-3
Agreement
Page 3 of 6
6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense,
the city, its officers, servants and employees, from and against any and all loss, damage
or destruction of property of the city, arising out of, or alleged to arise out of, the 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, bv anv act,
omission or negli�ence of the citv.
Article 7. MISCELLANEOUS
71 Terms.
Terms used in this Agreement which are defined in Article 1 of the General Conditions will
have the meanings indicated in the General Conditions.
7.2 Assignment of Contract.
This Agreement, including all of the Contract Documents may not be assigned by the
Contractor without the advanced express written consent of the City.
7.3 Successors and Assigns.
City and Contractor each binds itself, its partners, successors, assigns and legal
representatives to the other party hereto, in respect to all covenants, agreements and
obligations contained in the Contract Documents.
7.4 Severability/Non-Waiver of Claims.
Any provision or part of the Contract Documents held to be unconstitutional, void or
unenforceable by a court of competent jurisdiction shall be deemed stricken, and all
remaining provisions shall continue to be valid and binding upon City and Contractor.
The failure of City or Contractor to insist upon the performance of any term or provision of
this Agreement or to exercise any right granted herein shall not constitute a waiver of City's
or Contractor's respective right to insist upon appropriate performance or to assert any such
right on any future occasion.
7.5 Governing Law and Venue.
This Agreement, including all of the Contract Documents is performable in the State of
Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the
Northern District of Texas, Fort Worth Division.
7.6 Authority to Sign.
Contractor shall attach evidence of authority to sign Agreement if signed by someone other
than the duly authorized signatory of the Contractor.
7.7 Non-appropriation of Funds.
In the event no funds or insufficient funds are appropriated by City in any fiscal period for
any payments due hereunder, City will notify Vendor of such occurrence and this Agreement
shall terminate on the last day of the fiscal period for which appropriations were received
without penalty or expense to City of any kind whatsoever, except as to the portions of the
payments herein agreed upon for which funds have been appropriated.
CITY OF FORT WORTH SANITARY SEWER REHABILITATION CONTRACT 105
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project Number 02721
Revised August 18, 2025
005243-4
Agreement
Page 4 of 6
7.8 Prohibition On Contracts With Companies Boycotting Israel.
Contractor, unless a sole proprietor, acknowledges that in accordance with Chapter 2271 of
the Texas Government Code, if Contractor has 10 or more full time-employees and the
contract value is $100,000 or more, the City is prohibited from entering into a contract with
a company for goods or services unless the contract contains a written verification from the
company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of
the contract. The terms "boycott Israel" and "company" shall have the meanings ascribed to
those terms in Section 808.001 of the Texas Government Code. By signing this contract,
Contractor certifies that Contractor's signature provides written verification to the
City that if Chapter 2271, Texas Government Code applies, Contractor: (1) does not
boycott Israel; and (2) will not boycott Israel during the term of the contract.
7.9 Prohibition on Boycotting Energy Companies.
Contractor acknowledges that in accordance with Chapter 2276 of the Texas Government
Code, the City is prohibited from entering into a contract for goods or services that has a
value of $100,000 or more, which will be paid wholly or partly from public funds of the City,
with a company (with 10 or more full-time employees) unless the contract contains a written
veri�cation from the company that it: (1) does not boycott energy companies; and (2) will
not boycott energy companies during the term of the contract. The terms "boycott energy
company" and "company" have the meaning ascribed to those terms by Chapter 2276 of the
Texas Government Code. To the extent that Chapter 2276 of the Government Code is
applicable to this Agreement, by signing this Agreement, Contractor certifies that
Contractor's signature provides written verification to the City that Contractor: (1)
does not boycott energy companies; and (2) will not boycott energy companies during
the term of this Agreement.
7.10 Prohibition on Discrimination Against Firearm and Ammunition Industries.
Contractor acknowledges that except as otherwise provided by Chapter 2274 of the Texas
Government Code, the City is prohibited from entering into a contract for goods or services
that has a value of $100,000 or more which will be paid wholly or partly from public funds
of the City, with a company (with 10 or more full-time employees) unless the contract
contains a written verification from the company that it: (1) does not have a practice, policy,
guidance, or directive that discriminates against a firearm entity or firearm trade association;
and (2) will not discriminate during the term of the contract against a firearm entity or firearm
trade association. The terms "discriminate," "firearm entity" and "firearm trade association"
have the meaning ascribed to those terms by Chapter 2274 of the Texas Government
Code. To the extent that Chapter 2274 of the Government Code is applicable to this
Agreement, by signing this Agreement, Contractor certifies that Contractor's signature
provides written verification to the City that Contractor: (1) does not have a practice,
policy, guidance, or directive that discriminates against a firearm entity or iirearm
trade association; and (2) will not discriminate against a firearm entity or firearm trade
association during the term of this Agreement.
CITY OF FORT WORTH SANITARY SEWER REHABILITATION CONTRACT 105
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project Number 02721
Revised August 18, 2025
005243-5
Agreement
Page 5 of 6
711 Immigration Nationality Act.
Contractor shall verify the identity and employment eligibility of its employees who perform
work under this Agreement, including completing the Employment Eligibility Verifcation
Form (I-9). Upon request by City, Contractor shall provide City with copies of all I-9 forms
and supporting eligibility documentation for each employee who performs work under this
Agreement. Contractor shall adhere to all Federal and State laws as well as establish
appropriate procedures and controls so that no services will be performed by any Contractor
employee who is not legally eligible to perform such services. CONTRACTOR SHALL
INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES,
LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY
CONTRACTOR, CONTRACTOR'S EMPLOYEES, SUBCONTRACTORS,
AGENTS, OR LICENSEES. City, upon written notice to Contractor, shall have the right
to immediately terminate this Agreement for violations of this provision by Contractor.
712 No Third-Party Beneficiaries.
This Agreement gives no rights or benefits to anyone other than the City and the Contractor
and there are no third-party beneficiaries.
713 No Cause of Action Against Engineer.
Contractor, its subcontractors and equipment and materials suppliers on the PROJECT or their
sureties, shall maintain no direct action against the Engineer, its officers, employees, and
subcontractors, for any claim arising out of, in connection with, or resulting from the engineering
services performed. Only the City will be the beneficiary of any undertaking by the Engineer.
The presence or duties of the Engineer's personnel at a construction site, whether as on-site
representatives or otherwise, do not make the Engineer or its personnel in any way
responsible for those duties that belong to the City and/or the City's construction contractors
or other entities, and do not relieve the construction contractors or any other entity of their
obligations, duties, and responsibilities, including, but not limited to, all construction
methods, means, techniques, sequences, and procedures necessary for coordinating and
completing all portions of the construction work in accordance with the Contract Documents
and any health or safety precautions required by such construction work. The Engineer and
its personnel have no authority to exercise any control over any construction contractor or
other entity or their employees in connection with their work or any health or safety
precautions.
CITY OF FORT WORTH SANITARY SEWER REHABILITATION CONTRACT 105
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project Number 02721
Revised August 18, 2025
0o s2 a3 - 6
Agreement
Page 6 of 6
IN WITNESS WHEREOF, City and Contractor have each executed this Agreement to be effective
as of the date subscribed by the City's designated Assistant City Manager ("Effective Date").
Contcactor:
By: �
� �unS�J ' S�(J;c. eS
. Signat •
� � n� �
�v I
(Prin d Name)
i
City of Fort Worth
By: ,
,
Jesica McEachern
Assistant City Manager
O1/14/2026
Date
e�,l� e �FORT�P
d oF00000000e�ao
Title Attest: °�� �'d°
,�o .,d
� ,, � o�� °=o
°�Q»� o�=o
� � �� �� � I� G1h � �C� �Qk ds'S �� �1���� �aIlIl onops�b
Address Jannette Goodall, City Secretary
w`�/��e �i'� �5���
City/Sfate/Zip (Seal)
12/19/2025
Date
M&c: 25-1154
Date: December 9, 2025
Contract Compliance Manager:
By signing, I acknowledge that I am the
person responsible for the monitoring and
administration of this contract, including
ensuring all performance and reporting
requireme�ts.
a�� .
Parvathi Sreekumaran Unnithan, P.E.
Professional Engineer
Approved��orm and Legality:
Douglas Black (Jan 8, 202615:09:58 CST)
Douglas W. Black
Sr. Assistant City Attorney
APPROVAL RECOMMENDED:
C�U;�'zy�� i-la�r�e�
«.,�.��hor�,��o�Eh�������� ��T,
Chris Harder, P.E., Director,
Water Depa��tment OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
CITY OF FORT WORTH SANITARY SEWER REE{ABILITATION CONTRACT 105
STANDARD CONSTRUCTION SPBCI�ICATION DOCUMENTS Project Number 02721
Revised August 18, 2025
Bond # 2297375
00 61 13 - 1
PERFORMANCE BOND
Page 1 of 2
1
2
3
4
S
6
7
THE STATE OF TEXAS
COUNTY OF TARRANT
S�CTION 00 61 13
PERFORMANCE BOND
§
§ KNOW ALL BY THESE PRESENTS:
§
8 That we, 2R C;onstrLction ServicPs T.T.C'_ , known as
9 "Principal" herein and West Bend Insurance Comoanv , a corporate
10 surety(sureties, if more than one) duly authorized to do business in the State of Texas, known as
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
"Surety" herein (whether one or more), are held and firmly bound unto the City of Port Worth, a
municipal corporation created pursuant to the laws of Texas, known as "City" herein, in the penal
sum of, One Million. Six Hundred Twelve Thousand. Ei�ht Hundred Seventv-One and SO/100
Dollars ($ 1,612,871.50), lawful money of the United States, to be paid in Fort Worth, Tarrant
County, Texas for the payment of which sum well and truly to be made, we bind ourselves, our
heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these
presents.
WHEREAS, the Principal has entered into a certain written contract with the City awarded
the 9th day of December , 20 25, which Contract is hereby referred to and made a part
hereof for all purposes as if fully set forth herein, to fui•nish all materials, equipment labor and other
accessories defined by law, in the prosecution of the Work, including any Change Orders, as
provided for in said Contract designated as Sanitary Sewer Rehabilitation Contract 105, City
Project Number 02721.
NOW, THEREFORE, the condition of this obligation is such that if the said Principal
shall faithfully perform it obligations under the Contract and shall in all respects duly and faithfully
perform the Work, including Change Orders, under the Contract, according to the plans,
specifications, and contract documents therein refened to, and as well during any period of
extension of the Contract that may be granted on the part of the City, then this obligation shall be
and become null and void, otherwise to remain in full force and effect.
PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in
Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort
Worth Division.
CITY OF FORT WORTH SANITARY SEWER REHABILITATION CONTRACT 105
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02721
Revised December 8, 2023
00 61 13 - 2
PERFORMANCE BOND
Page 2 of 2
This bond is made and executed in compliance with the provisions of Chapter 2253 of the
2
3
4
Texas Government Code, as amended, and all liabilities on this bond shall be determined in
accordance with the provisions of said statue.
IN WITNESS WHEREOF, the Principai and the Surety have SIGNED and SEALED this
5 instrument by duly authorized agents and officers on this the 9th day of December
r
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
, 20 25 ,
ATTEST:
(Principal) Secretary
Witness as to Principal
����:� ���
Witness as to�uret[y
PRINCIPAL: _ _ _.
2R_Gansfruction Services,ZLC
O � �
�� � —
B. _� _� __ . � —
Signature
Raul Canales Member
Name and Title
Address: 3009 Nathan Drive
Wylie, TX 75098
SURETY:
West Bend Insurance Company
�
BY: �� ur � � �
„�ignature
David Quinn Attornev-in-Fact
Name and Title
Address: 2418 Rosebury Lane
Trophv Club. TX 76262
Telephone Number: 903-235-5533
Email Address: david(a�quinninsurancetx.com
*Note: If signed by an o�cer 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 SANITARY SEWER REHABILITATION CONTRACT i05
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02721
Revised December 8, 2023
�
��� WEST BEND
A MUTUAL INSURANCE COMPANY
THE SILVER LINING�
Bond No. 2297375
POWER OF ATTORNEY
Know all men by these Presents, That West Bend Mutual Insurance Company, a corporation having its principal office in the City of West Bend,
Wisconsin does make, constitute and appoint:
Chrisiine Deem, David Quinn
lawful Attorney(s)-in-fact, to make, execute, seal and deliver for antl on its behalf as surety and as its act and deed any and all bontls, undertakings
antl contracts of suretyship, provided that no bond or undertaking or contract of suretyship executetl untler this authority shall exceed in amount the
sum of: Twenty Million Dollars ($20,000,000)
This Power of Attorney is granted and is signed antl sealed by facsimile under antl by the authority of the following Resolution adoptetl by the Board
of Directors of West Bend Mutual Insurance Company at a meeting duly called and held on the 215� day of December, 1999.
Appointment ofAttorney-ln-FacG The presidentor any vice president, or any other officer of WestBend Mutual lnsurance Company may appoint
by written certificate Attorneys-In-Fact to act on behalf of the company in the execution of and attesting of bonds and undertakings and other
written obligatory instruments of like nature. The signature of any o�cer authorized hereby and the corporate seal may be affixed by facsimile
to any such power of attorney or to any certificate relating therefore and any such power of attorney or certificate bearing such facsimile
signatures or facsimile seal shall be valid and binding upon the company, and any such power so executed and certified by facsimile signatures
and facsimile seal shall be valid and hinding upon the company in the future with respect to any bond or undertaking or other writing obligatory
in nature to which it is attached. Any such appointment may be revoked, for cause, or without cause, by any said officer at any time.
In witness whereof, the West Bend Mutual Insurance Company has caused these presents to be signetl by its president undersigned and its
corporate seal to be hereto tluly attested by its secretary this 17th day of August, 2021.
Attest �'i"5� C • �9�
Christopher C. Z gart
Secretary
State of Wisconsin
County of Washington
:�Jµ���..q. �� �/
.._....�!?'Y'••., •�. C.f . ��.G�---
:�:.
:� r�orinr' ���.
� F':�`•: Kevin A. Steiner
�''d.� SEAL,�t`�` Chief Executive Officer/President
•:��,�:
�:��
On the 17th day of August, 2021, before me personally came Kevin A. Steiner, to me known being by duly sworn, tlid tlepose and say that he resides
in the County of Washington, State of Wisconsin; that he is the President of West Bend Mutual Insurance Company, the corporation describetl in and
which executetl the above instrument; that he knows the seal of the said corporation; that the seal affixed to said instrument is such corporate seal;
that is was so affixed by order of the board of tlirectors of saitl corporation and that he signed his name thereto by like order.
�,,,, ,,,,,,u,,,
,r`��,�GW E' Cq,Q ',
�: ,� ' ''� � •' ��,',
� ��r' �,oYAR y': i �
� �
� i _�" i a
� a�: '°UB�1G !2 a
: : �`,o
s-.... s
y9�•. .Gp J
iy�F'�?„pP
�' /
�
Matthew E. Carlton
Senior Cotporate Attorney
Notary Public, Washington Co., WI
My Commission is Permanent
The untlersigned, duly elected to the office statetl below, now the incumbent in West Bend Mutual Insurance Company, a Wisconsin corporation
authorized to make this certificate, Do Hereby Certify that the foregoing attached Power of Attorney remains in full force effect and has not been
revoked antl that the Resolution of the Board of Directors, set forth in the Power of Attorney is now in force.
Signetl antl sealed at West Bend, Wisconsin this 9th day of December , 2025 ,
� ��.........
:�� ...........�..... ,� /�
�ar.w3T � �'`. �L y.�./
cA F`.,�:. ,N �CJ:GLt•V1-_,
.�
:� :�5.'�.AL ��
�� Heather Dunn
��`.?r,� cf?;` �'�
�+ - Vice President — Chief Financial Officer
Notice: Any questions concerning this Power of Attorney may be tlirect�d to the Bond Manager at West Bend Mutual Insurance Company.
1900 South 18th Avenue � West Bend, WI 53095 � Phone: (608) 410-3410 � Fax: (877) 674-2663 � www.thesiiverlining.com
Bond # 2297375
006114-1
PAYMENT BOND
Page 1 of 2
1
2
3
4
5
6
7
THE STAT� OF TEXA.S
COUNTY OF TA.RRANT
SECTION 00 61 14
PAYMENT BOND
.
KNOW ALL BY TI�SE PRESENTS:
8 That we, 2R Construction Services, LLC. , known as
9 "Principal" herein, and West Bend Insurance Comvanv , a
10 corporate surety (sureties), duly authorized to do business in the State of Texas, known as "Surety"
11 herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a municipal
12 corporation created pursuant to tha laws of the State of Texas, known as "City" herein, in the penal
13 sum of One Million, Six Hundred Twelve Thousand. Ei�ht Hundred Seventv-One and 50/100
14 Dollars ($ 1,612,871.50), lawful money of the United States, to be paid in Fort Worth, Tarrant
15 County, Texas, for the payment of which sum well and truly be made, we bind ourselves, our heirs,
16 executors, administrators, successors and assigns, jointly and severally, firmly by these presents:
l7
18
19
20
21
22
WHEREAS, Principal has entered into a certain written Contract with City, awarded the
9th day of December , 20 25 , which Contract is hereby referred to and made
a part hereof for all purposes as if fully set forth herein, to furnish a11 materials, equipment, labor
and other accessories as defined by law, in the prosecution of the Work as provided for in said
Contract and designated as Sanitary Sewer Rehabilitation Contract 105, City Project Number
02721.
23 NOW, TI3ER.EFORE, THE CONDITION OF THIS OBLIGATION is such that if
24 Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in
25 Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under
26 the Contract, then this obligation shall be and become null and void; otherwise to remain in full
27 force and effect.
28 This bond is made and executed in compliance with the provisions of Chapter 2253 of the
29 Texas Government Code, as amended, and all liabilities on this bond shall be determined in
30 accordance with the provisions of said statute.
31
CITY OF FORT WORTH SANITARY SEWER REHABILITATION CONTRACT 105
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02721
Revised December 8, 2023
006114-2
PAYMENT BOND
Page 2 of 2
1
2
3
4
IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED
this instrument by duly authorized agents and of�cers on this the 9th __, day of
December , Zp25 .
ATTE :
(Principal) Secretary
Witness as to Principal
PRINCIPAL:
2R Construction Services, LLC._
�BY: � — -- --- — - -�
- Signature -
Raul Canales Member
Name and Title
Address: 3009 Nathan Drive
Wvlie, TX 75098
SURETY:
West Bend Insurance Companv
ATTEST:
(Surety) Secretary
�, �
� � � ,��1�
Wrtness as to Su�ety
� �
BY: 6'I.. E'�
Sig ture
David Quinn Attorney-in-Fact
Name and Title
Address: 2418 Rosebury Lane
Trophy Club, TX 76252
Telephone Number: 903-235-5533
Em3i1 Address: david@quinninsurancetx.com
5
6
7
8
9
10
11
12
Note: If signed by an o�cer of the Surety, there must be on file a certified extract from the bylaws
showing that this person has authority to sign such obligation. If Surety's physical address is
different from its mailing address, both must be provided.
The date of the bond shall not be prior to the date the Contract is awarded.
END OF SECTION
CITY OF FORT WORTH SANITARY SEWER REHABILITATION CONTRACT 105
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02721
Revised December 8, 2023
(
f� WEST BEND
A MUTUAL INSURANCE COMPANY'
THE SILVER LINING�
Bond No. 229�375
POWER OF ATTORNEY
Know all men by these Presents, That West Bend Mutual Insurance Company, a corporation having its principal office in the City of West Bentl,
Wisconsin does make, constitute antl appoint:
Christine Deem, David Quinn
lawful Attorney(s)-in-fact, to make, execute, seal antl deliver for and on its behalf as surety antl as its act and tleed any and all bontls, untlertakings
and contracts of suretyship, providetl that no bond or undertaking or contract of suretyship executed under this authority shall exceed in amount the
sum of: Twenty Million Dollars ($20,000,000)
This Power of Attorney is granted and is signed antl sealetl by facsimile untler and by the authority of the following Resolution adoptetl by the Boartl
of Directors of West Bend Mutual Insurance Company at a meeting tluly calletl and held on the 215� tlay of December, 1999.
Appointment ofAttorney-ln-FacG The president or any vice president, or any other officer of West Bend Mutual lnsurance Company may appoint
by written certificate Attorneys-/n-Fact to act on behalf of the company in the execution of and attesting of bonds and undertakings and other
written obligatory instruments of like nature. The signature of any officer authorized hereby and the corporate seal may be affixed by facsimile
to any such power of attorney or to any certificate relating therefore and any such power of attorney or certificate bearing such facsimile
signatures or facsimile seal shall be valid and binding upon the company, and any such power so executed and certified by facsimile signatures
and facsimile seal shall be valid and binding upon the company in the future with respect to any bond or undertaking or other writing ob(igatory
in nature to which it is attached. Any such appointment may be revoked, for cause, or without cause, by any said officer at any time.
In witness whereof, the West Bentl Mutual Insurance Company has caused these presents to be signed by its presitlent undersigned antl its
corporate seal to be hereto duly attestetl by its secretary this 17th day of August, 2021.
Attest ���� C. ��9��"
Christopher C. Z gart
Secretary
State of Wisconsin
County of Washington
;� J���u�L'••. ��s. Gf . l�..Gr.^�--
�. .. ..
�'O�O�TE �'': Kevin A. Steiner
:�.� SEAL '
;g ,K' Chief Executive Officer/President
:t�,��;%`
On the 17th tlay of August, 2021, before me personally came Kevin A. Steiner, to me known being by duly sworn, did depose and say that he resides
in the County of Washington, State of Wisconsin; that he is the President of West Bentl Mutual Insurance Company, the corporation describetl in and
which executed the above instrument; that he knows the seal of the said corporation; that the seal affixed to said instrument is such corporate seal;
that is was so affixed by order of the boartl of tlirectors of said corporation and that he signetl his name thereto by like ortler.
r+r�^�� ��n.C�n,'
,r`'�'��'� ,E•���R��i
_ ��, �,o�nRy ; Z ;
: ; �--- ' �
�
L cn� , '��/Bi.��' ' 2�a°
'�r
�4'9�.OF y�SC��Ja
� �
�— /
Matthew E. Carlton
Senior Corporate Attorney
Notaty Public, Washington Co., WI
My Commission is Permanent
The undersigned, duly elected to the office statetl below, now the incumbent in West Bend Mutual Insurance Company, a Wisconsin corporation
authorizetl to make this certificate, Do Hereby Certify that the foregoing attached Power of Attorney remains in full force effect and has not been
revoked and that the Resolution of the Board of Directors, set forth in the Power of Attorney is now in force.
Signed and sealed at West Bend, Wisconsin this 9th tlay of December
os iNsu ~•�..
SN....
;a.:, �:
�cp�octarF�.,. b::
'�'..� SEAL�� �;
�:,��,�.:�..:
2025 .
�������GL ./� ��'� r.
Heather Dunn
Vice Ptesident — Chief Financial Officer
Notice: Any questions concerning this Power of Attorney may be tlirected to the Bond Manager at West Bend Mutual Insurance Company.
1900 South 18th Avenue � West Bend, WI 53095 � Phone: (608) 410-3410 � Fax: (877) 674-2663 � www.thesilverlining.com
Bond # 2297375
006119-1
MAINTENANCE BOND
Page 1 of 3
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
SECTION 00 61 19
MA.INTENANCE BOND
THE STATE OF TEXAS §
§ KNOW ALL BY THESE PRESENTS:
COUNTY OF TARRANT §
That we 2R Construction Services. LLC. , known as
"Principal" herein and West Bend Insurance Company , a corporate surety
(sureties, if more than one) duly authorized to do business in the State of Texas, known as "Surety"
herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a municipal
cozporation created pursuant to the laws of the State of Texas, known as "City" herein, in the sum
of One Million, Six Hundred Twelve Thousand, Ei�ht Hundred Seventv One and 50/100 Dollars
($ 1,612,871.501, lawful money of the United States, to be paid in Fort Worth, Tarrant County,
Texas, fox payment of which sum well and truly be made unto tlie City and its successors, we bind
ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly
17 by these presents.
18
19 WHEREAS, the Principal has entered into a certain written contract with the City awarded
20 the 9th day of December , 20 25 , which Contract is hereby
21 referred to and a made part hereof for all purposes as if fully set forth herein, to furnish all materials,
22 equipment labor and other accessories as defined by law, in the prosecution of the Work, including
23 any Work resulting from a duly authorized Change Order (collectively herein, the "Work") as
24 provided for in said contract and designated as Sanitary Sewer Rehabilitation Contract 105, City
25 Project Number 02721; and
26
27 WHEREAS, Principal binds itself to use such materials and to so construct the Work in
28 accordance with the plans, specifications and Contract Documents that the Work is and will remain
29 free from defects in materials or worknnanship for and during the period of two (2) years after the
30 date of Final Acceptance of the Work by the City ("Maintenance Period"}; and
31
32 WHEREAS, Principal binds itself to repair ox reconstruct the Work in whole or in part upon
33 receiving notice from the City of the nead therefor at any time within the Maintenance Period.
34
CITY OF FORT WORTH SANITARY SEWER REHABILITATION CONTRACT 105
STANDARD CONSTRUCT[ON SPECIFICATION DOCUMENTS CITY PROJECT NO. 02721
Revised December 8, 2023
00 61 19 - 2
MAINTENANCE BOND
Page 2 of 3
1
2
3
4
5
6
7
8
9
10
11
]2
13
14
15
16
17
18
19
NOW THEREFORE, the condition of this obligation is such that if Principal shall remedy
any defective Work, for which timely notice was provided by 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 fai] so to repair ox reconstruct any timely
noticed defective Work, it is agreed that the City may cause any and all such defective Work to be
repaired and/or reconstructed with all associated costs thereof being borne by the Principal and the
Surety under this Maintenance bond; and
PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in
Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort
Worth Division; and
PROVIDED FURTHER, that this obligation shall be continuous in nature and successive
recoveries may be had hereon for successive breaches.
CITY OF FORT WORTH SANITARY SEWER REHABILITATION CONTRACT 105
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT N0. 02721
Revised December 8, 2023
006119-3
MAINTENANCE BOND
Page 3 of 3
IN WITNTSS WH�REOF, the Principal and the Surety have each SIGNED and SEALED this
2 instrument by duly authorized agents and officers on this the
3 December , 20 25 .
4
5
6
7
8
zo
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
ATTEST•
(Principal) Secretary
Witness as to Principal
ATTEST:
(Surety) Secreta
l�i��/ll ��
Witness as to Surety
9th day of
PRINCIPAL:
2R Construction Services�LLC.
�
�Y: ��---�/
� � � --
Signature
Raul Canales Member
Name and Title
Address: 3009 Nathan Drive
Wvlie, TX 75098
SURETY:
West Bend InsLrance C;omnany
BY: �� �� G'L
Signature
David Quinn Attornev-in-FacY
Name and Title
Address: 2418 Rosebury Lane
Trophy Club. TX 76�,�1 __
Telephone Number: 903-235-5533
Em111 1�ddY0Ss: davidna r�uinninciiranrPtx,��m
*Note: If signed by an officer of the Surety Company, there must be on file a certified extract
from the by-laws showing ihat this pexson 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 SANITARY SEWER REHABILITATION CONTRACT 105
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02721
Revised December 8, 2023
WEST BEND
A MUTUAL INSURANCE COMPANY'
THE SILVER LINING�
Bond No. 229�375
POWER OF ATTORNEY
Know all men by these Presents, That West Bend Mutual Insurance Company, a corporation having its principal office in the City of West Bend,
Wisconsin does make, constitute and appoint:
Christine Deem, Davitl Quinn
lawful Attorney(s)-in-fact, to make, execute, seal antl deliver for antl on its behalf as surety and as its act and deed any and all bontls, undertakings
and contracts of suretyship, provided that no bond or undertaking or contract of suretyship executetl under this authority shall exceed in amount the
sum of: Twenty Million Dollars ($20,000,000)
This Power of Attorney is granted and is signed and sealed by facsimile untler antl by the authority of the following Resolution adopted by the Boartl
of Directors of West Bend Mutual Insurance Company at a meeting tluly calletl and held on the 21 S� day of December,1999.
Appointment ofAttorney-ln-FacC The president or any vice president, or any other o�cer of West Bend Mutual lnsurance Company may appoint
by written certificate Attorneys-/n-Fact to act on behalf of the company in the execution of and attesting of bonds and undertakings and other
written obligatory instruments of like nature. The signature of any o�cer authorized hereby and the corporate seal may be affixed by facsimile
to any such power of attorney or to any certificate relating therefore and any such power of attorney or certificate bearing such facsimile
signatures or facsimile seal shall be valid and binding upon the company, and any such powerso executed and certified by facsimile signatures
and facsimile seal shall be valid and binding upon the company in the future with respect to any bond or undertaking or other writing obligatory
in nature to which it is attached. Any such appointment may be revoked, for cause, or without cause, by any said officer at any time.
In witness whereof, the West Bend Mutual Insurance Company has caused these presents to be signed by its president undersigned antl its
corporate seal to be hereto duly attested by its secretary this 17th day of August, 2021.
Attest ��� �' �����
Christopher C. Z gart
Secretaty
State of Wisconsin
County of Washington
,:�'�,'' ir+s° ..c�---
�... . ..�:�... ,� �. �-
aPow�r �'�
� F`': Kevin A. Steiner
� : 8`:
'r!.. SEt�L�?�°� Chief Executive Officer/President
.���cp;' `es'.
On the 17th day of August, 2021, before me personally came Kevin A. Steiner, to me known being by duly sworn, did depose and say that he resides
in the County of Washington, State of Wisconsin; that he is the President of West Bend Mutual Insurance Company, the corporation described in and
which executetl the above instrument; that he knows the seal of the said corporation; that the seal affixetl to saitl instrument is such corporate seal;
that is was so affixed by order of the board of directors of said corporation and that he signed his name thereto by like order.
^,,,,,,,,,,,, �,,.,,,,,,,
,+°�.j.E;N.E: �qq'�
�,- � ; •. !�,'a�
� ��� � �°7ARr �� � ;
t
� : —�— ; ;
G % _
L N�• AVBI� % �+�T
,� • .
' y9,,��,� OF v,ns���`��'
�� i
�
Matthew E. Carlton
Senior Corporate Attorney
Notaty Public, Washington Co., WI
My Commission is Permanent
The undersigned, duly elected to the office stated below, now the incumbent in West Bend Mutual Insurance Company, a Wisconsin corporation
authorized to make this certificate, Do Hereby Certify that the foregoing attachetl Power of Attorney remains in full force effect antl has not been
revoked and that the Resolution of the Boartl of Directors, set forth in the Power of Attorney is now in force.
Signed and sealed at West Bend, Wisconsin this 9th day of December 2025 .
���i��..., �
:��� � � �fit. .� �
�,p�or�n�F ., �;. GLi-V�,
C:7 ;;
°r;� .,y.�.� . �:
�,� � �: : Heather Dunn
'�' '.��'��� � Vice President — Chief Financial Officer
Notice: Any questions concerning this Power of Attorney may be directetl to the Bontl Manager at West Bend Mutual Insurance Company.
1900 South 18th Avenue � West Bend, WI 53095 � Phone: (608) 410-3410 � Fax: (877) 674-2663 � www.thesilverlining.com
00 61 25 - 1
CERTIFICATE OF INSURANCE
Page 1 of 1
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
SECTION 00 61 25
CERTIFICATE OF 1NSURANCE
[Assernbler: For Contract Document execution, remove this page and replace with standard
ACORD Certificate oflnsurancef'orm.]
END OF SECTION
CITY OF FORT WORTH SANITARY SEWER REHABILITATION CONTRACT 105
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02721
Revised July 1, 2011
STANDARD GENERAL CONDITIONS
OF THE CONSTRUCTION CONTRACT
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: August 18, 2025
STANDARD GENERAL CONDITIONS OF THE
CONSTRUCTION CONTRACT
TABLE OF CONTENTS
Article 1- Definitions and Terminology ...........................
1.01 Defined Terms ................................................
1.02 Terminology ...................................................
Article 2 - Preliminary Matters ........................................................
2.01 Copies of Documents ...................................................
2.02 Commencement of Contract Time; Notice to Proceed
2.03 Starting the Work .........................................................
2.04 Before Starting Construction .......................................
2.05 Preconstruction Conference .........................................
2.06 Public Meeting .............................................................
2.07 Initial Acceptance of Schedules ...................................,
Article 3- Contract Documents: Intent, Amending, Reuse .........
3 .O 1 Intent ...... ............ ............. ............ ............ ............. .......
3.02 Reference Standards ...................................................
3.03 Reporting and Resolving Discrepancies ....................
3.04 Amending and Supplementing Contract Documents
3.05 Reuse of Documents ..................................................
3.06 Electronic Data ...........................................................
Page
......................................1
......................................1
...................................... 6
............ 7
............ 7
............ 7
............ 8
............ 8
............ 8
............ 8
............ 8
.... 8
.... 8
.... 9
.... 9
..10
..10
..11
Article 4- Availability of Lands; Subsurface and Physical Conditions; Hazardous Environmental
Conditions; Reference Points ..............................................................................................
4.01 Availability of Lands ......................................................................................................
4.02 Subsurface and Physical Conditions ..............................................................................
4.03 Differing Subsurface or Physical Conditions .................................................................
4.04 Underground Facilities ...................................................................................................
4.05 Reference Points .............................................................................................................
4.06 Hazardous Environmental Condition at Site ..................................................................
Article 5- Bonds and Insurance ..........................................................
5.01 Licensed Sureties and Insurers ........................................
5.02 Performance, Payment, and Maintenance Bonds............
5.03 Certificates of Insurance ..................................................
5.04 Contractor's Insurance .....................................................
5.05 Acceptance of Bonds and Insurance; Option to Replace
Article 6 - Contractor's Responsibilities .........
6.01 Supervision and Superintendence
.....11
,....11
....12
....12
....13
.....14
....14
.16
.16
.16
.16
.18
.19
....................19
....................19
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: August 18, 2025
6.02
6.03
6.04
6.05
6.06
6.07
6.08
6.09
6.10
6.11
6.12
6.13
6.14
6.15
6.16
6.17
6.18
6.19
6.20
6.21
6.22
6.23
6.24
Labor; Working Hours .............................................
Services, Materials, and Equipment ........................
Project Schedule .......................................................
Substitutes and "Or-Equals" ....................................
Concerning Subcontractors, Suppliers, and Others.
WageRates ...............................................................
Patent Fees and Royalties ........................................
Permits and Utilities .................................................
Laws and Regulations ..............................................
Taxes........................................................................
Use of Site and Other Areas ....................................
Record Documents ...................................................
Safety and Protection ...............................................
Safety Representative ...............................................
Hazard Communication Programs ..........................
Emergencies and/or Rectification ............................
Submittal s ... ............ ............. ............ ............ .............
Continuing the Work ................................................
Contractor's General Warranty and Guarantee.......
Indemnification .......................................................,
Delegation of Professional Design Services ...........
Rightto Audit ...........................................................
Nondiscrimination ....................................................
Article 7- Other Work at the Site......
7.01 Related Work at Site ......
7.02 Coordination ...................
Article 8 - City's Responsibilities ..............................................
8.01 Communications to Contractor ..............................,
8.02 Furnish Data ...........................................................
8.03 Pay When Due .......................................................
8.04 Lands and Easements; Reports and Tests ...............
8.05 Change Orders ........................................................
8.06 Inspections, Tests, and Approvals .........................,
8.07 Limitations on City's Responsibilities ...................
8.08 Undisclosed Hazardous Environmental Condition
8.09 Compliance with Safety Program ..........................,
.........................
.........................
.........................
.........................
.........................
.........................
.........................
Article 9- City's Observation Status During Construction ......................................................
9.01 City's Project Manager .......................................................................................
9.02 Visits to Site ..........................................................................................................
9.03 Authorized Variations in Work ............................................................................,
9.04 Rejecting Defective Work ....................................................................................
9.05 Determinations for Work Performed ....................................................................,
9.06 Decisions on Requirements of Contract Documents and Acceptability of Work
.......... 20
.......... 20
.......... 21
.......... 21
.......... 24
.......... 25
.......... 26
.......... 27
.......... 27
.......... 28
.......... 28
.......... 29
.......... 29
.......... 30
.......... 30
.......... 30
.......... 31
.......... 32
.......... 32
........ 33
.......... 34
.......... 34
.......... 35
35
35
36
.......... 36
.......... 3 6
.......... 3 6
.......... 36
.......... 3 6
.......... 3 6
.......... 3 6
.......... 37
.......... 37
.......... 37
.......... 37
.......... 37
.......... 37
.......... 3 8
.......... 3 8
.......... 3 8
.......... 3 8
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: August 18, 2025
Article 10 - Changes in the Work; Claims; Extra Work
10.01 Authorized Changes in the Work ..............,
10.02 Unauthorized Changes in the Work ..........,
10.03 Execution of Change Orders ......................
10.04 Extra Work .................................................
10.05 Notification to Surety .................................
10.06 Contract Claims Process ............................
Article 11 - Cost of the Work; Allowances; Unit Price Work; Plans Quantity Measurement..,
11.01 Costofthe Work .....................................................................................................
11.02 Allowances ..............................................................................................................
11.03 Unit Price Work ......................................................................................................
11.04 Plans Quantity Measurement ..................................................................................
Article 12 - Change of Contract Price; Change of Contract Time
12.01 Change of Contract Price ...........................................
12.02 Change of Contract Time ...........................................
12.03 Delays ........................................................................
Article 13 - Tests and Inspections; Correction, Removal or Acceptance of Defective Work
13.01 Notice of Defects .................................................................................................
13.02 Access to Work ....................................................................................................
13.03 Tests and Inspections ...........................................................................................
13.04 Uncovering Work .................................................................................................
13.05 City May Stop the Work ......................................................................................
13.06 Correction or Removal of Defective Work .........................................................
13.07 Correction Period .................................................................................................
13.08 Acceptance of Defective Work ............................................................................
13.09 City May Correct Defective Work ......................................................................
Article 14 - Payments to Contractor and Completion ...........................
14.01 Schedule of Values .............................................................
14.02 Progress Payments .............................................................
14.03 Contractor's Warranty of Title ..........................................
14.04 Partial Utilization ...............................................................
14.05 Final Inspection ..................................................................
14.06 Final Acceptance ................................................................
14.07 Final Payment .....................................................................
14.08 Final Completion Delayed and Partial Retainage Release
14.09 Waiver of Claims ...............................................................
Article 15 - Suspension of Work and Termination .
15.01 City May Suspend Work ......................
15.02 City May Terminate for Cause ............
15.03 City May Terminate For Convenience
Article 16 - Dispute Resolution .........
16.01 Methods and Procedures
........ 3 8
........ 3 8
........ 39
........ 3 9
........ 3 9
........ 39
........ 40
... 41
....41
.... 43
.... 44
...45
.... 46
.... 46
.... 47
.... 47
48
.48
.48
.48
.49
.49
.50
.50
.51
.51
... 52
... 52
... 52
... 54
... 55
... 55
... 55
... 56
... 56
... 57
.......... 57
.......... 57
.......... 5 8
.......... 60
.61
.61
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: August 18, 2025
Article 17 — Miscellaneous
17.01 Giving Notice
17.02 Computation of Times .
17.03 Cumulative Remedies ..
17.04 Survival of Obligations
17.05 Headings ......................
... 62
... 62
... 62
... 62
... 63
... 63
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: August 18, 2025
00 �2 00 -1
GENERAL CONDITIONS
Page 1 of 63
ARTICLE 1— DEFINITIONS AND TERMINOLOGY
1.01 Defined Terms
A. Wherever used in these General Conditions or in other Contract 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. Addenda—Written or graphic instruments issued prior to the opening of Bids which clarify,
correct, or change the Bidding Requirements or the proposed Contract Documents.
2. Agreement—The written instrument which is evidence of the agreement between City and
Contractor covering the Work.
3. Application for Payment—The form acceptable to City which is to be used by Contractor
during the course of the Work in requesting progress or final payments and which is to be
accompanied by such supporting documentation as is required by the Contract Documents.
4. Asbestos—Any material that contains more than one percent asbestos and is friable or is
releasing asbestos fibers into the air above current action levels established by the United States
Occupational Safety and Health Administration.
5. Award — Authorization by the City Council for the City to enter into an Agreement.
6. Bid—The offer or proposal of a Bidder submitted on the prescribed form setting forth the
prices for the Work to be performed.
7. Bidder The individual or entity who submits a Bid directly to City.
8. Bidding Documents—The Bidding Requirements and the proposed Contract Documents
(including all Addenda).
9. Bidding Requirements—The advertisement or Invitation to Bid, Instructions to Bidders, Bid
security of acceptable form, if any, and the Bid Form with any supplements.
10. Business Day — A business day is defined as a day that the City conducts normal business,
generally Monday through Friday, except for federal or state holidays observed by the City.
11. Calendar Day — A day consisting of 24 hours measured from midnight to the next midnight.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: August 18, 2025
00 �2 00 -1
GENERAL CONDITIONS
Page 2 of 63
12. Change Order A document, which is prepared and approved by the City, which is signed
by Contractor and City and authorizes an addition, deletion, or revision in the Work or an
adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date
of the Agreement.
13. City— The City of Fort Worth, Texas, a home-rule municipal corporation, authorized and
chartered under the Texas State Statutes, acting by its governing body through its City
Manager, his designee, or agents authorized under his behalf, each of which is required by
Charter to perform specific duties with responsibility for final enforcement of the contracts
involving the City of Fort Worth is by Charter vested in the City Manager and is the entity
with whom Contractor has entered into the Agreement and for whom the Work is to be
performed.
14. City Attorney — The officially appointed City Attarney of the City of Fort Worth, TeXas, or
his duly authorized representative.
15. City Council - The duly elected and qualified governing body of the City of Fort Worth,
Texas.
16. City Manager — The officially appointed and authorized City Manager of the City of Fort
Worth, Texas, or his duly authorized representative.
17. Contract Claim—A demand or assertion by City or Contractor seeking an adjustment of
Contract Price or Contract Time, or both, or other relief with respect to the terms of the
Contract. A demand for money or services by a third party is not a Contract Claim.
18. Contract—The entire and integrated written document between the City and Contractor
concerning the Work. The Contract contains the Agreement and all Contract Documents and
supersedes prior negotiations, representations, or agreements, whether written or oral.
19. Contract Documents—Those items so designated in the Agreement. All items listed in the
Agreement are Contract Documents. Approved Submittals, other Contractor submittals, and
the reports and drawings of subsurface and physical conditions are not Contract Documents.
20. Contract Price—The moneys payable by City to Contractor for completion of the Work in
accordance with the Contract Documents as stated in the Agreement (subject to the provisions
of Paragraph 11.03 in the case of Unit Price Work).
21. Contract Time—The number of days or the dates stated in the Agreement to: (i) achieve
Milestones, if any and (ii) complete the Work so that it is ready for Final Acceptance.
22. Contractor The individual or entity with whom City has entered into the Agreement.
23. Cost of the Work—See Paragraph 11.01 of these General Conditions for definition.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: August 18, 2025
00 �2 00 -1
GENERAL CONDITIONS
Page 3 of 63
24. Damage Claims — A demand for money or services arising from the Project or Site from a
third party, City or Contractor exclusive of a Contract Claim.
25. Day or day — A day, unless otherwise defined, shall mean a Calendar Day.
26. Director of Aviation — The officially appointed Director of the Aviation Department of the
City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents.
27. Director of Parks and Community Services — The officially appointed Director of the Parks
and Community Services Department of the City of Fort Worth, Texas, or his duly appointed
representative, assistant, or agents.
28. Director of Planning and Development — The officially appointed Director of the Planning
and Development Department of the City of Fort Worth, Texas, or his duly appointed
representative, assistant, or agents.
29. Director of Ti^ansportation Public Works — The officially appointed Director of the
Transportation Public Works Department of the City of Fort Worth, Texas, or his duly
appointed representative, assistant, or agents.
30. Director of Water Department — The officially appointed Director of the Water Department
of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents.
31. Drawings—That part of the Contract Documents prepared or approved by Engineer which
graphically shows the scope, extent, and character of the Work to be performed by Contractor.
Submittals are not Drawings as so defined.
32. Effective Date of the Agreement—The date indicated in the Agreement on which it becomes
effective, but if no such date is indicated, it means the date on which the Agreement is signed
and delivered by the last of the two parties to sign and deliver.
33. Engineer The licensed professional engineer or engineering firm registered in the State of
Texas performing professional services for the City.
34. Extra Work — Additional work made necessary by changes or alterations of the Contract
Documents or of quantities or for other reasons for which no prices are provided in the Contract
Documents. Extra work shall be part of the Work.
35. Field Order — A written order issued by City which requires changes in the Work but which
does not involve a change in the Contract Price, Contract Time, or the intent of the Engineer.
Field Orders are paid from Field Order Allowances incorporated into the Contract by funded
work type at the time of award.
36. Final Acceptance — The written notice given by the City to the Contractor that the Work
specified in the Contract Documents has been completed to the satisfaction of the City.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: August 18, 2025
00 �2 00 -1
GENERAL CONDITIONS
Page 4 of 63
37. Final Inspection — Inspection carried out by the City to verify that the Contractor has
completed the Work, and each and every part or appurtenance thereof, fully, entirely, and in
conformance with the Contract Documents.
38. General Requirements—Sections of Division 1 of the Contract Documents.
39. Hazardous Environmental Condition—The presence at the Site of Asbestos, PCBs,
Petroleum, Hazardous Waste, Radioactive Material, or other materials in such quantities or
circumstances that may present a substantial danger to persons or property exposed thereto.
40. Hazardous Waste—Hazardous waste is defined as any solid waste listed as hazardous or
possesses one or more hazardous characteristics as defined in the federal waste regulations,
as amended from time to time.
41. Laws and Regulations—Any and all applicable laws, rules, regulations, ordinances, codes,
and orders of any and all governmental bodies, agencies, authorities, and courts having
jurisdiction.
42. Liens—Charges, security interests, or encumbrances upon Project funds, real property, or
personal property.
43. Major Item — An Item of work included in the Contract Documents that has a total cost equal
to ar greater than 5% of the original Contract Price or $25,000 whichever is less.
44. Milestone—A principal event specified in the Contract Documents relating to an intermediate
Contract Time prior to Final Acceptance of the Work.
45. Notice of Award—The written notice by City to the Successful Bidder stating that upon
timely compliance by the Successful Bidder with the conditions precedent listed therein, City
will sign and deliver the Agreement.
46. Notice to Proceed—A written notice given by City to Contractor fixing the date on which the
Contract Time will commence to run and on which Contractor shall start to perform the Work
specified in Contract Documents.
47. PCBs—Polychlorinated biphenyls.
48. Petroleum—Petroleum, including crude oil or any fraction thereof which is liquid at standard
conditions of temperature and pressure (60 degrees Fahrenheit and 14.7 pounds per square
inch absolute), such as oil, petroleum, fuel oil, oil sludge, oil refuse, gasoline, kerosene, and
oil mixed with other non-Hazardous Waste and crude oils.
49. Plans — See definition of Drawings.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: August 18, 2025
00 �2 00 -1
GENERAL CONDITIONS
Page 5 of 63
50. Project Schedule A schedule, prepared and maintained by Contractor, in accordance with
the General Requirements, describing the sequence and duration of the activities comprising
the Contractar's plan to accomplish the Work within the Contract Time.
51. Project—The Work to be performed under the Contract Documents.
52. Project Manager The autharized representative of the City who will be assigned to the
Site.
53. Public Meeting — An announced meeting conducted by the City to facilitate public
participation and to assist the public in gaining an informed view of the Project.
54. Radioactive Material—Source, special nuclear, or byproduct material as defined by the
Atomic Energy Act of 1954 (42 USC Section 2011 et seq.) as amended from time to time.
55. Regular Working Hours — Hours beginning at 7:00 a.m. and ending at 6:00 p.m., Monday
thru Friday (eXcluding legal holidays).
56. Samples—Physical examples of materials, equipment, or workmanship that are
representative of some portion of the Work and which establish the standards by which such
portion of the Work will be judged.
57. Schedule of Submittals A schedule, prepared and maintained by Contractor, of required
submittals and the time requirements to support scheduled performance of related construction
activities.
58. Schedule of Values—A schedule, prepared and maintained by Contractor, allocating portions
of the Contract Price to various portions of the Work and used as the basis for reviewing
Contractor's Applications for Payment.
59. Site—Lands or areas indicated in the Contract Documents as being furnished by City upon
which the Work is to be performed, including rights-of-way, permits, and easements for access
thereto, and such other lands furnished by City which are designated for the use of Contractor.
60. Specifications—That part of the Contract Documents consisting of written requirements for
materials, equipment, systems, standards and workmanship as applied to the Work, and certain
administrative requirements and procedural matters applicable thereto. Specifications may be
specifically made a part of the Contract Documents by attachment or, if not attached, may be
incorporated by reference as indicated in the Table of Contents (Division 00 00 00) of each
Project.
61. Subcontractor An individual or entity having a direct contract with Contractor ar with any
other Subcontractor for the performance of a part of the Work at the Site.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: August 18, 2025
00 �2 00 -1
GENERAL CONDITIONS
Page 6 of 63
62. 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.
63. Substantial Completion — The stage in the progress of the Project when the Work is
sufficiently complete in accordance with the Contract Documents for Final Inspection.
64. Successful Bidder The Bidder submitting the lowest and most responsive Bid to whom City
makes an Award.
65. Superintendent — The representative of the Contractor who is available at all times and able
to receive instructions from the City and to act for the Contractor.
66. Supplementary Conditions—That part of the Contract Documents which amends or
supplements these General Conditions.
67. Supplier A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a
direct contract with Contractor or with any Subcontractor to furnish materials or equipment
to be incorporated in the Work by Contractor or Subcontractor.
68. Underground Facilities—All underground pipelines, conduits, ducts, cables, wires,
manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements
containing such facilities, including but not limited to, those that convey electricity, gases,
steam, liquid petroleum products, telephone or other communications, cable television,
water, wastewater, storm water, other liquids or chemicals, or traffic or other control systems.
69 Unit Price Work—See Paragraph 11.03 of these General Conditions for definition.
70. Weekend Working Hours — Hours beginning at 9:00 a.m. and ending at 5:00 p.m., Saturday,
Sunday or legal holiday, as approved in advance by the City.
71. Work—The entire construction or the various separately identifiable parts thereof required to
be provided under the Contract Documents. Work includes and is the result of performing or
providing all labor, services, and documentation necessary to produce such construction
including any Change Order or Field Order, and furnishing, installing, and incorporating all
materials and equipment into such construction, all as required by the Contract Documents.
72. Working Day — A working day is defined as a day, not including Saturdays, Sundays, or legal
holidays authorized by the City for contract purposes, in which weather or other conditions
not under the control of the Contractor will permit the performance of the principal unit of
work underway for a continuous period of not less than 7 hours between 7 a.m. and 6 p.m.
1.02 Terminology
A. The words and terms discussed in Paragraph 1.02.B through E are not defined but, when used in
the Bidding Requirements or Contract Documents, have the indicated meaning.
B. Intent of Certain Terms or Adjectives:
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: August 18, 2025
00 �2 00 -1
GENERAL CONDITIONS
Page 7 of 63
L The Contract Documents include the terms "as allowed," "as approved," "as ordered," "as
directed" or terms of like effect or import to authorize an exercise of judgment by City. In
addition, the adjectives "reasonable," "suitable," "acceptable," "proper," "satisfactory," or
adjectives of like effect or import are used to describe an action or determination of City as to
the Work. It is intended that such exercise of professional judgment, action, or determination
will be solely to evaluate, in general, the Work for compliance with the information in the
Contract Documents and with the design concept of the Project as a functioning whole as
shown or indicated in the Contract Documents (unless there is a specific statement indicating
otherwise).
C. Defective:
1. The word "defective," when modifying the word "Work," refers to Work that is
unsatisfactory, faulty, or deficient in that it:
a. does not conform to the Contract Documents; or
b. does not meet the requirements of any applicable inspection, reference standard, test, or
approval referred to in the Contract Documents; or
c. has been damaged prior to City's written acceptance.
D. Furnish, Install, Perform, Provide:
1. The word "Furnish" or the word "Install" or the word "Perform" or the word "Provide" or
the word "Supply," or any combination or similar directive or usage thereof, shall mean
furnishing and incorporating in the Work including all necessary labar, materials, equipment,
and everything necessary to perform the Work indicated, unless specifically limited in the
context used.
E. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known
technical or construction industry or trade meaning are used in the Contract Documents in
accordance with such recognized meaning.
ARTICLE 2 — PRELIMINARY MATTERS
2.01 Copies of Documents
City shall furnish to Contractor one (1) original executed copy and one (1) electronic copy of the
Contract Documents, and four (4) additional copies of the Drawings. Additional copies will be
furnished upon request at the cost of reproduction.
2.02 Commencement of Contract Time; Notice to Proceed
The Contract Time will commence to run on the day indicated in the Notice to Proceed. A Notice to
Proceed may be given no earlier than 14 days after the Effective Date of the Agreement, unless agreed
to by both parties in writing.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: August 18, 2025
00 �2 00 -1
GENERAL CONDITIONS
Page 8 of 63
2.03 Starting the Work
Contractor shall start to perform the Work on the date when the Contract Time commences to run.
No Work shall be done at the Site prior to the date on which the Contract Time commences to run.
2.04 Before Starting Const�^uction
Baseline Schedules: Submit in accordance with the Contract Documents, and prior to starting the
Work.
2.05 Preconst�^uction Conference
Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as
specified in the Contract Documents.
2.06 Public Meeting
Contractor may not mobilize any equipment, materials or resources to the Site prior to the Public
Meeting if scheduled by the City.
2.07 Initial Acceptance of Schedules
No progress payment shall be made to Contractor until acceptable schedules are submitted to City in
accordance with the Schedule Specification as provided in the Contract Documents.
ARTICLE 3— CONTRACT DOCUMENTS: INTENT, AMENDING, REUSE
3.01 Intent
A. The Contract Documents are complementary; what is required by one is as binding as if required
by all.
B. It is the intent of the Contract Documents to describe a functionally complete project (or part
thereo� to be constructed in accordance with the Contract Documents. Any labor, documentation,
services, materials, or equipment that reasonably may be inferred from the Contract Documents
or from prevailing custom or trade usage as being required to produce the indicated result will be
provided whether or not specifically called for, at no additional cost to City.
C. Clarifications and interpretations of the Contract Documents shall be issued by City.
D. The Specifications may vary in form, format and style. Some Specification sections may be written
in varying degrees of streamlined or declarative style and some sections may be relatively
narrative by comparison. Omission of such words and phrases as "the Contractor shall," "in
conformity with," "as shown," or "as specified" are intentional in streamlined sections.
Omitted words and phrases shall be supplied by inference. Similar types of provisions may appear
in various parts of a section or articles within a part depending on the format of the
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: August 18, 2025
00 �2 00 -1
GENERAL CONDITIONS
Page 9 of 63
section. The Contractor shall not take advantage of any variation of form, format or style in
making Contract Claims.
E. The cross referencing of specification sections under the subparagraph heading "Related
Sections include but are not necessarily limited to:" and elsewhere within each Specification
section is provided as an aid and convenience to the Contractor. The Contractor shall not rely on
the cross referencing provided and shall be responsible to coordinate the entire Work under the
Contract Documents and provide a complete Project whether or not the cross referencing is
provided in each section or whether or not the cross referencing is complete.
3.02 Reference Standards
A. Standards, Specifications, Codes, Laws, and Regulations
1. Reference to standards, specifications, manuals, or codes of any technical society, organization,
or association, or to Laws or Regulations, whether such reference be specific or by implication,
shall mean the standard, specification, manual, code, or Laws or Regulations in effect at the
time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids),
except as may be otherwise specifically stated in the Contract Documents.
2. No provision of any such standard, specification, manual, or code, or any instruction of a
Supplier, shall be effective to change the duties or responsibilities of City, Contractor, or any
of their subcontractors, consultants, agents, or employees, from those set forth in the Contract
Documents. No such provision or instruction shall be effective to assign to City, or any of its
officers, directors, members, partners, employees, agents, consultants, or subcontractors, any
duty or authority to supervise or direct the performance of the Work or any duty or authority
to undertake responsibility inconsistent with the provisions of the Contract Documents.
3.03 Reporting and Resolving Discrepancies
A. Reporting Discrepancies:
Contractor's Review of Contract Documents Before Starting Work: Before undertaking each
part of the Work, Contractor shall carefully study and compare the Contract Documents and
check and verify pertinent figures therein against all applicable field measurements and
conditions. Contractor shall promptly report in writing to City any conflict, error, ambiguity,
or discrepancy which Contractor discovers, or has actual knowledge of, and shall obtain a
written interpretation or clarification from City before proceeding with any Work affected
thereby.
2. Contractor's Review of Contract Documents During Performance of Work: If, during the
performance of the Work, Contractor discovers any conflict, error, ambiguity, or discrepancy
within the Contract Documents, or between the Contract Documents and (a) any applicable
Law or Regulation ,(b) any standard, specification, manual, or code, ar(c) any instruction of
any Supplier, then Contractor shall promptly report it to City in writing. Contractor shall not
proceed with the Work affected thereby (except in an emergency as required by Paragraph
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: August 18, 2025
00 �2 00 -1
GENERAL CONDITIONS
Page 10 of 63
6.17.A) until an amendment or supplement to the Contract Documents has been issued by
one of the methods indicated in Paragraph 3.04.
3. Contractor shall not be liable to City for failure to report any conflict, error, ambiguity, or
discrepancy in the Contract Documents unless Contractor had actual knowledge thereof.
B. Resolving Discrepancies:
1. Except as may be otherwise specifically stated in the Contract Documents, the provisions of
the Contract Documents shall take precedence in resolving any conflict, error, ambiguity, or
discrepancy between the provisions of the Contract Documents and the provisions of any
standard, specification, manual, or the instruction of any Supplier (whether or not specifically
incorporated by reference in the Contract Documents).
2. In case of discrepancies, figured dimensions shall govern over scaled dimensions, Plans shall
govern over Specifications, Supplementary Conditions shall govern over General Conditions
and Specifications, and quantities shown on the Plans shall govern over those shown in the
proposal.
3.04 Amending and Supplementing Contract Documents
A. The Contract Documents may be amended to provide for additions, deletions, and revisions in
the Work or to modify the terms and conditions thereof by a Change Order.
B. The requirements of the Contract Documents may be supplemented, and minor variations and
deviations in the Work not involving a change in Contract Price or Contract Time, may be
authorized, by one or more of the following ways:
1. A Field Order;
2. City's review of a Submittal (subject to the provisions of Paragraph 6.18.C); or
3. City's written interpretation or clarification.
3.05 Reuse of Documents
A. Contractor and any Subcontractor or Supplier shall not:
1. have or acquire any title to or ownership rights in any of the Drawings, Specifications, or
other documents (or copies of any thereo� prepared by or bearing the seal of Engineer,
including electronic media editions; or
2. reuse any such Drawings, Specifications, other documents, or copies thereof on extensions of
the Project or any other project without written consent of City and specific written verification
or adaptation by Engineer.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: August 18, 2025
00 �2 00 -1
GENERAL CONDITIONS
Page 11 of 63
B. The prohibitions of this Paragraph 3.05 will survive final payment, or termination of the
Contract. Nothing herein shall preclude Contractor from retaining copies of the Contract
Documents for record purposes.
3.06 Electronic Data
A. Unless otherwise stated in the Supplementary Conditions, the data furnished by City or Engineer
to Contractor, or by Contractor to City or Engineer, that may be relied upon are limited to the
printed copies included in the Contract Documents (also known as hard copies) and other
Specifications referenced and located on the City's on-line electronic document management and
collaboration system site. Files in electronic media format of text, data, graphics, or other types
are furnished only for the convenience of the receiving party. Any conclusion or information
obtained or derived from such electronic files will be at the user's sole risk. If there is a discrepancy
between the electronic files and the hard copies, the hard copies govern.
B. When transferring documents in electronic media format, the transferring party makes no
representations as to long term compatibility, usability, or readability of documents resulting from
the use of software application packages, operating systems, or computer hardware differing from
those used by the data's creator.
ARTICLE 4— AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS;
HAZARDOUS ENVIRONMENTAL CONDITIONS; REFERENCE POINTS
4.01 Availability ofLands
A. City shall furnish the Site. City shall notify Contractor of any encumbrances or restrictions not of
general application but specifically related to use of the Site with which Contractor must comply
in performing the Work. City will obtain in a timely manner and pay for easements for permanent
structures or permanent changes in existing facilities.
1. The City has obtained or anticipates acquisition of and/or access to right-of-way, and/or
easements. Any outstanding right-of-way and/or easements are anticipated to be acquired in
accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule
submitted by the Contractor in accordance with the Contract Documents must consider any
outstanding right-of-way, and/or easements.
2. The City has or anticipates removing and/or relocating utilities, and obstructions to the Site.
Any outstanding removal or relocation of utilities or obstructions is anticipated in accordance
with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted
by the Contractor in accordance with the Contract Documents must consider any outstanding
utilities or obstructions to be removed, adjusted, and/or relocated by others.
B. Upon reasonable written request, City shall furnish Contractor with a current statement of record
legal title and legal description of the lands upon which the Work is to be performed.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: August 18, 2025
00 �2 00 -1
GENERAL CONDITIONS
Page 12 of 63
C. Contractor shall provide for all additional lands and access thereto that may be required for
construction facilities or storage of materials and equipment.
4.02 Subsurface and Physical Conditions
A. Reports and Drawings: The Supplementary Conditions identify:
1. those reports known to City of explorations and tests of subsurface conditions at or
contiguous to the Site; and
2. those drawings known to City of physical conditions relating to existing surface or
subsurface structures at the Site (except Underground Facilities).
B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the
accuracy of the "technical data" contained in such reports and drawings, but such reports and
drawings are not Contract Documents. Such "technical data" is identified in the Supplementary
Conditions. Contractor may not make any Contract Claim against City, or any of their officers,
directors, members, partners, employees, agents, consultants, or subcontractors with respect to:
1. the completeness of such reports and drawings for Contractor's purposes, including, but not
limited to, any aspects of the means, methods, techniques, sequences, and procedures of
construction to be employed by Contractor, and safety precautions and programs incident
thereto; or
2. other data, interpretations, opinions, and information contained in such reports or shown or
indicated in such drawings; or
3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such
other data, interpretations, opinions, or information.
4.03 Differing Subsurface or Physical Conditions
A. Notice: If Contractor believes that any subsurface or physical condition that is uncovered or
revealed either:
1. is of such a nature as to establish that any "technical data" on which Contractor is entitled to
rely as provided in Paragraph 4.02 is materially inaccurate; or
2. is of such a nature as to require a change in the Contract Documents; or
3. differs materially from that shown or indicated in the Contract Documents; or
4. is of an unusual nature, and differs materially from conditions ordinarily encountered and
generally recognized as inherent in work of the character provided for in the Contract
Documents;
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: August 18, 2025
00 �2 00 -1
GENERAL CONDITIONS
Page 13 of 63
then Contractor shall, promptly after becoming aware thereof and before further disturbing the
subsurface or physical conditions or performing any Work in connection therewith (except in an
emergency as required by Paragraph 6.17.A), notify City in writing about such condition.
B. Possible Price and Time Adjustments
Contractor shall not be entitled to any adjustment in the Contract Price or Contract Time i£
1. Contractor knew of the existence of such conditions at the time Contractor made a final
commitment to City with respect to Contract Price and Contract Time by the submission of a
Bid or becoming bound under a negotiated contract; or
2. the existence of such condition could reasonably have been discovered or revealed as a result
of the examination of the Contract Documents or the Site; or
3. Contractor failed to give the written notice as required by Paragraph 4.03.A.
4.04 Underground Facilities
A. Shown or Indicated: The information and data shown or indicated in the Contract Documents
with respect to existing Underground Facilities at or contiguous to the Site is based on information
and data furnished to City or Engineer by the owners of such Underground Facilities,
including City, or by others. Unless it is otherwise expressly provided in the Supplementary
Conditions:
1. City and Engineer shall not be responsible for the accuracy or completeness of any such
information or data provided by others; and
2. the cost of all of the following will be included in the Contract Price, and Contractor shall
have full responsibility for:
a. reviewing and checking all such information and data;
b. locating all Underground Facilities shown or indicated in the Contract Documents;
c. coordination and adjustment of the Work with the owners of such Underground
Facilities, including City, during construction; and
d. the safety and protection of all such Underground Facilities and repairing any damage
thereto resulting from the Work.
B. Not Shown or Indicated:
1. If an Underground Facility which conflicts with the Work is uncovered or revealed at or
contiguous to the Site which was not shown or indicated, or not shown or indicated with
reasonable accuracy in the Contract Documents, Contractor shall, promptly after becoming
aware thereof and before further disturbing conditions affected thereby or performing any
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: August 18, 2025
00 �2 00 -1
GENERAL CONDITIONS
Page 14 of 63
Work in connection therewith (except in an emergency as required by Paragraph 6.17.A),
identify the owner of such Underground Facility and give notice to that owner and to City.
City will review the discovered Underground Facility and determine the eXtent, if any, to
which a change may be required in the Contract Documents to reflect and document the
consequences of the existence or location of the Underground Facility. Contractor shall be
responsible for the safety and protection of such discovered Underground Facility.
2. If City concludes that a change in the Contract Documents is required, a Change Order may
be issued to reflect and document such consequences.
3. Verification of eXisting utilities, structures, and service lines shall include notification of all
utility companies a minimum of 48 hours in advance of construction including exploratory
excavation if necessary.
4.05 Reference Points
A. City shall provide engineering surveys to establish reference points for construction, which in
City's judgment are necessary to enable Contractor to proceed with the Work. City will provide
construction stakes or other customary method of marking to establish line and grades for roadway
and utility construction, centerlines and benchmarks for bridgework. Contractor shall protect and
preserve the established reference points and property monuments, and shall make no changes or
relocations. Contractor shall report to City whenever any reference point or property monument is
lost or destroyed or requires relocation because of necessary changes in grades or locations. The
City shall be responsible for the replacement or relocation of reference points or property
monuments not carelessly or willfully destroyed by the Contractor. The Contractor shall notify
City in advance and with sufficient time to avoid delays.
B. Whenever, in the opinion of the City, any reference point or monument has been carelessly or
willfully destroyed, disturbed, or removed by the Contractor or any of his employees, the full cost
for replacing such points plus 25% will be charged against the Contractor, and the full amount will
be deducted from payment due the Contractor.
4.06 Hazardous Environmental Condition at Site
A. Reports and Drawings: The Supplementary Conditions identify those reports and drawings known
to City relating to Hazardous Environmental Conditions that have been identified at the Site.
B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the
accuracy of the "technical data" contained in such reports and drawings, but such reports and
drawings are not Contract Documents. Such "technical data" is identified in the Supplementary
Conditions. Contractor may not make any Contract Claim against City, or any of their officers,
directors, members, partners, employees, agents, consultants, or subcontractors with respect to:
1. the completeness of such reports and drawings for Contractor's purposes, including, but not
limited to, any aspects of the means, methods, techniques, sequences and procedures of
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: August 18, 2025
00 �2 00 -1
GENERAL CONDITIONS
Page 15 of 63
construction to be employed by Contractor and safety precautions and programs incident
thereto; or
2. other data, interpretations, opinions and information contained in such reports or shown or
indicated in such drawings; or
3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such
other data, interpretations, opinions or information.
C. Contractor shall not be responsible for any Hazardous Environmental Condition uncovered or
revealed at the Site which was not shown or indicated in Drawings or Specifications or identified
in the Contract Documents to be within the scope of the Work. Contractor shall be responsible for
a Hazardous Environmental Condition created with any materials brought to the Site by
Contractor, Subcontractors, Suppliers, or anyone else for whom Contractor is responsible.
D. If Contractor encounters a Hazardous Environmental Condition or if Contractor or anyone for
whom Contractor is responsible creates a Hazardous Environmental Condition, Contractor shall
immediately: (i) secure or otherwise isolate such condition; (ii) stop all Work in connection with
such condition and in any area affected thereby (except in an emergency as required by Paragraph
6.17.A); and (iii) notify City (and promptly thereafter confirm such notice in writing). City may
consider the necessity to retain a qualified expert to evaluate such condition or take corrective
action, if any.
E. Contractor shall not be required to resume Work in connection with such condition or in any
affected area until after City has obtained any required permits related thereto and delivered written
notice to Contractor: (i) specifying that such condition and any affected area is or has been
rendered suitable for the resumption of Work; or (ii) specifying any special conditions under which
such Work may be resumed.
F. If after receipt of such written notice Contractor does not agree to resume such Work based on a
reasonable belief it is unsafe, or does not agree to resume such Work under such special conditions,
then City may order the portion of the Work that is in the area affected by such condition to be
deleted from the Work. City may have such deleted portion of the Work performed by City's own
forces or others.
G. To the fullest extent permitted by Laws and Regulations, Contractor shall indemn� and hold
harmless City, fi^om and against all claims, costs, losses, and damages (including but not limited
to all fees and charges of engineers, architects, attorneys, and other professionals and all court
or arbitration or other dispute resolution costs) arising out of or relating to a Hazardous
Environmental Condition created by Contractor or by anyone for whom Contractor is responsible.
Nothing in this Paragraph 4. 06. G shall obligate Contractor to indemnify any individual or entity
fi^om and against the consequences of that individual's or entity's own negligence.
H. The provisions of Paragraphs 4.02, 4.03, and 4.04 do not apply to a Hazardous Environmental
Condition uncovered or revealed at the Site.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: August 18, 2025
00 �2 00 -1
GENERAL CONDITIONS
Page 16 of 63
ARTICLE 5— BONDS AND INSURANCE
5.01 Licensed Sureties and Insurers
All bonds and insurance required by the Contract Documents to be purchased and maintained by
Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized
in the State of Texas to issue bonds or insurance policies for the limits and coverages so required.
Such surety and insurance companies shall also meet such additional requirements and qualifications
as may be provided in the Supplementary Conditions.
5.02 Performance, Payment, and Maintenance Bonds
A. Contractor shall furnish performance and payment bonds, in accordance with Texas Government
Code Chapter 2253 or successor statute, each in an amount equal to the Contract Price as
security for the faithful performance and payment of all of Contractor's obligations under the
Contract Documents.
B. Contractor shall furnish maintenance bonds in an amount equal to the Contract Price as security
to protect the City against any defects in any portion of the Work described in the Contract
Documents. Maintenance bonds shall remain in effect for two (2) years after the date of Final
Acceptance by the City.
C. All bonds shall be in the form prescribed by the Contract Documents except as provided otherwise
by Laws or Regulations, and shall be executed by such sureties as are named in the list of
"Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as
Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial
Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed by
an agent or attorney-in-fact must be accompanied by a sealed and dated power of attorney which
shall show that it is effective on the date the agent or attorney-in-fact signed each bond.
D. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or its
right to do business is terminated in the State of Texas or it ceases to meet the requirements of
Paragraph 5.02.C, Contractor shall promptly notify City and shall, within 30 days after the event
giving rise to such notification, provide another bond and surety, both of which shall comply with
the requirements of Paragraphs 5.01 and 5.02.C.
5.03 Certificates oflnsurance
Contractor shall deliver to City, with copies to each additional insured and loss payee identified in the
Supplementary Conditions, certificates of insurance (other evidence of insurance requested by City or
any other additional insured) in at least the minimum amount as specified in the Supplementary
Conditions which Contractor is required to purchase and maintain.
1. The certificate of insurance shall document the City, and all identified entities named in the
Supplementary Conditions as "Additional Insured" on all liability policies.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: August 18, 2025
00 �2 00 -1
GENERAL CONDITIONS
Page 17 of 63
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 the Supplementary
Conditions
6. Failure of the City to demand such certificates or other evidence of full compliance with the
insurance requirements or failure of the City to identify a deficiency from evidence that is
provided shall not be construed as a waiver of Contractor's obligation to maintain such lines
of insurance coverage.
7. If insurance policies 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.
8. Unless otherwise stated, all required insurance shall be written on the "occurrence basis". If
coverage is underwritten on a claims-made basis, the retroactive date shall be coincident with
or prior to the date of the effective date of the agreement and the certificate of insurance shall
state that the coverage is claims-made and the retroactive date. The insurance coverage shall
be maintained for the duration of the Contract and for three (3) years following Final
Acceptance provided under the Contract Documents or for the warranty period, whichever is
longer. An annual certificate of insurance submitted to the City shall evidence such
insurance coverage.
9. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the
required lines of coverage, nor decrease the limits of said coverage unless such endorsements
are approved in writing by the City. In the event a Contract has been bid or executed and the
exclusions 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%.
10. Any self-insured retention (SIR), in eXcess of $25,000.00, affecting required insurance
coverage shall be approved by the City in regards to asset value and stockholders' equity. In
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: August 18, 2025
00 �2 00 -1
GENERAL CONDITIONS
Page 18 of 63
lieu of traditional insurance, alternative coverage maintained through insurance pools or risk
retention groups, must also be approved by City.
11. Any deductible in excess of $5,000.00, for any policy that does not provide coverage on a
first-dollar basis, must be acceptable to and approved by the City.
12. City, at its sole discretion, reserves the right to review the insurance requirements and to
make reasonable adjustments to insurance coverage's and their limits when deemed necessary
and prudent by the City based upon changes in statutory law, court decision or the claims
history of the industry as well as of the contracting party to the City. The City shall be required
to provide prior notice of 90 days, and the insurance adjustments shall be incorporated into the
Work by Change Order.
13. City shall be entitled, upon written request and without eXpense, to receive copies of policies
and endorsements thereto and may make any reasonable requests for deletion or revision or
modifications of particular policy terms, conditions, limitations, or eXclusions necessary to
conform the policy and endorsements to the requirements of the Contract. Deletions, revisions,
or modifications shall not be required where policy provisions are established by law or
regulations binding upon either party or the underwriter on any such policies.
14. City shall not be responsible for the direct payment of insurance premium costs for
Contractor's insurance.
5.04 Contractor's Insurance
A. Workers Compensation and Employers' Liability. Contractor shall purchase and maintain such
insurance coverage with limits consistent with statutory benefits outlined in the Texas Workers'
Compensation Act (Texas Labor Code, Ch. 406, as amended), and minimum limits for Employers'
Liability as is appropriate for the Work being performed and as will provide protection from claims
set forth below which may arise out of or result from Contractor's performance of the Work and
Contractor's other obligations under the Contract Documents, whether it is to be performed by
Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of
them to perform any of the Work, or by anyone for whose acts any of them may be liable:
1. claims under workers' compensation, disability benefits, and other similar employee benefit
acts;
2. claims for damages because of bodily injury, occupational sickness or disease, or death of
Contractor's employees.
B. Commercial General Liability. Coverage shall include but not be limited to covering liability
(bodily injury or property damage) arising from: premises/operations, independent contractors,
products/completed operations, personal injury, and liability under an insured contract. Insurance
shall be provided on an occurrence basis, and as comprehensive as the current Insurance Services
Office (ISO) policy. This insurance shall apply as primary insurance with respect to any other
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: August 18, 2025
00 �2 00 -1
GENERAL CONDITIONS
Page 19 of 63
insurance or self-insurance programs afforded to the City. The Commercial General Liability
policy, shall have no exclusions by endorsements that would alter of nullify premises/operations,
products/completed operations, contractual, personal injury, or advertising injury, which are
normally contained with the policy, unless the City approves such eXclusions in writing.
For construction projects that present a substantial completed operation exposure, the City may
require the contractor to maintain completed operations coverage for a minimum of no less than
three (3) years following the completion of the project (if identified in the Supplementary
Conditions).
C. Automobile Liability. A commercial business auto policy shall provide coverage on "any autd',
defined as autos owned, hired and non-owned and provide indemnity for claims for damages
because bodily injury or death of any person and or property damage arising out of the work,
maintenance or use of any motor vehicle by the Contractor, any Subcontractor or Supplier, or by
anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone
for whose acts any of them may be liable.
D. Railroad Protective Liability. If any of the work or any warranty work is within the limits of
railroad right-of-way, the Contractor shall comply with the requirements identified in the
Supplementary Conditions.
E. Notification of Policy Cancellation: Contractor shall immediately notify City upon cancellation
or other loss of insurance coverage. Contractor shall stop work until replacement insurance has
been procured. There shall be no time credit for days not worked pursuant to this section.
5.05 Acceptance ofBonds and Insurance; Option to Replace
If City has any objection to the coverage afforded by or other provisions of the bonds or insurance
required to be purchased and maintained by the Contractor in accordance with Article 5 on the basis
of non-conformance with the Contract Documents, the City shall so notify the Contractor in writing
within 10 Business Days after receipt of the certificates (or other evidence requested). Contractor shall
provide to the City such additional information in respect of insurance provided as the City may
reasonably request. If Contractor does not purchase or maintain all of the bonds and insurance required
by the Contract Documents, the City shall notify the Contractor in writing of such failure prior to the
start of the Work, or of such failure to maintain prior to any change in the required coverage.
ARTICLE 6 — CONTRACTOR'S RESPONSIBILITIES
6.01 Supervision and Superintendence
A. Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting
such attention thereto and applying such skills and expertise as may be necessary to perform the
Work in accordance with the Contract Documents. Contractor shall be solely responsible for the
means, methods, techniques, sequences, and procedures of construction.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: August 18, 2025
00 �2 00 -1
GENERAL CONDITIONS
Page 20 of 63
B. At all times during the progress of the Work, Contractor shall assign a competent, English-
speaking, Superintendent who shall not be replaced without written notice to City. The
Superintendent will be Contractor's representative at the Site and shall have authority to act on
behalf of Contractor. All communication given to or received from the Superintendent shall be
binding on Contractor.
C. Contractor shall notify the City 24 hours prior to moving areas during the sequence of construction.
6.02 Labor; Working Hours
A. Contractor shall provide competent, suitably qualified personnel to perform construction as
required by the Contract Documents. Contractor shall at all times maintain good discipline and
order at the Site.
B. Except as otherwise required for the safety or protection of persons or the Work or property at
the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work
at the Site shall be 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.
6.03 Services, Materials, and Equipment
A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full
responsibility for all services, materials, equipment, labor, transportation, construction equipment
and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities,
temporary facilities, and all other facilities and incidentals necessary for the performance,
Contractor required testing, start-up, and completion of the Work.
B. All materials and equipment incorporated into the Work shall be as specified or, if not specified,
shall be of good quality and new, except as otherwise provided in the Contract Documents. All
special warranties and guarantees required by the Specifications shall expressly run to the benefit
of City. If required by City, Contractor shall furnish satisfactory evidence (including reports of
required tests) as to the source, kind, and quality of materials and equipment.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: August 18, 2025
00 �2 00 -1
GENERAL CONDITIONS
Page 21 of 63
C. All materials and equipment to be incorporated into the Work shall be stored, applied, installed,
connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of
the applicable Supplier, except as otherwise may be provided in the Contract Documents.
D. All items of standard equipment to be incorporated into the Work shall be the latest model at the
time of bid, unless otherwise specified.
6.04 Project Schedule
A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.07
and the General Requirements as it may be adjusted from time to time as provided below.
Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.07 and
the General Requirements) proposed adjustments in the Project Schedule that will not result
in changing the Contract Time. Such adjustments will comply with any provisions of the
General Requirements applicable thereto.
2. Contractor shall submit to City a monthly Project Schedule with a monthly progress payment
for the duration of the Contract in accordance with the schedule specification O1 32 16.
Proposed adjustments in the Project Schedule that will change the Contract Time shall be
submitted in accordance with the requirements of Article 12. Adjustments in Contract Time
may only be made by a Change Order.
6.05 Substitutes and "Or-Equals "
A. Whenever an item of material or equipment is specified or described in the Contract Documents
by using the name of a proprietary item or the name of a particular Supplier, the specification or
description is intended to establish the type, function, appearance, and quality required. Unless the
specification or description contains or is followed by words reading that no like, equivalent, or
"or-equal" item or no substitution is permitted, other items of material or equipment of other
Suppliers may be submitted to City for review under the circumstances described below.
"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 6.OS.A.1, a proposed item of material or equipment
will be considered functionally equal to an item so named i£
a. the City determines that:
1) it is at least equal in materials of construction, quality, durability, appearance,
strength, and design characteristics;
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: August 18, 2025
00 �2 00 -1
GENERAL CONDITIONS
Page 22 of 63
2) it will reliably perform at least equally well the function and achieve the results
imposed by the design concept of the completed Project as a functioning whole; and
3) it has a proven record of performance and availability of responsive service; and
b. Contractor certifies that, if approved and incorporated into the Work:
1) there will be no increase in cost to the City or increase in Contract Time; and
2) it will 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 6.OS.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 O1 25 00 and:
1) shall certify that the proposed substitute item will:
a) perform adequately the functions and achieve the results called for by the general
design;
b) be similar in substance to that specified;
c) be suited to the same use as that specified; and
2) will state:
a) the eXtent, if any, to which the use of the proposed substitute item will prejudice
Contractor's achievement of final completion on time;
b) whether use of the proposed substitute item in the Work will require a change in
any of the Contract Documents (or in the provisions of any other direct contract
with City for other work on the Project) to adapt the design to the proposed
substitute item;
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: August 18, 2025
00 �2 00 -1
GENERAL CONDITIONS
Page 23 of 63
c) whether incorporation or use of the proposed substitute item in connection with
the Work is subject to payment of any license fee or royalty; and
3) will identify:
a) all variations of the proposed substitute item from that specified;
b) available engineering, sales, maintenance, repair, and replacement services; and
4) shall contain an itemized estimate of all costs or credits that will result directly or
indirectly from use of such substitute item, including costs of redesign and Damage
Claims of other contractors affected by any resulting change.
B. Substitute Const�^uction Methods or Procedures: If a specific means, method, technique, sequence,
or procedure of construction is expressly required by the Contract Documents, Contractor may
furnish or utilize a substitute means, method, technique, sequence, or procedure of construction
approved by City. Contractor shall submit sufficient information to allow City, in City's sole
discretion, to determine that the substitute proposed is equivalent to that eXpressly called for by
the Contract Documents. Contractor shall make written application to City for review in the same
manner as those provided in Paragraph 6.OS.A.2.
C. City's Evaluation: City will be allowed a reasonable time within which to evaluate each
proposal or submittal made pursuant to Paragraphs 6.OS.A and 6.OS.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 fi^om and
against any and all claims, damages, losses and expenses (including attorneys fees) arising out of
the use of substituted materials or equipment.
E. City's Cost Reimbursement: City will record City's costs in evaluating a substitute proposed or
submitted by Contractor pursuant to Paragraphs 6.OS.A.2 and 6.OS.B. Whether or not City
approves a substitute so proposed or submitted by Contractor, Contractor may be required to
reimburse City for evaluating each such proposed substitute. Contractor may also be required to
reimburse City for the charges for making changes in the Contract Documents (or in the provisions
of any other direct contract with City) resulting from the acceptance of each proposed substitute.
F. Contractor's Expense: Contractor shall provide all data in support of any proposed substitute or
"or-equal" at Contractor's expense.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: August 18, 2025
00 �2 00 -1
GENERAL CONDITIONS
Page 24 of 63
G. City Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a substitute
shall be incorporated to the Contract by Change Order.
H. Time Extensions: No additional time will be granted for substitutions.
6.06 Concerning Subcontractors, Suppliers, and Others
A. Contractor shall perform with his own organization, work of a value not less than 35% of the
value embraced on the Contract, unless otherwise approved by the City.
B. Contractor shall not employ any Subcontractor, Supplier, or other individual or entity, whether
initially or as a replacement, against whom City may have reasonable objection. Contractor shall
not be required to employ any Subcontractor, Supplier, or other individual or entity to furnish or
perform any of the Work against whom Contractor has reasonable objection (excluding those
acceptable to City as indicated in Paragraph 6.06.C).
C. The City may from time to time require the use of certain Subcontractors, Suppliers, or other
individuals or entities on the project, and will provide such requirements in the Supplementary
Conditions.
D. 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.
E. 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.
F. All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any
of the Work shall communicate with City through Contractor.
G. 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 the Contract
Documents for the benefit of City.
6.07 Wage Rates
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: August 18, 2025
00 �2 00 -1
GENERAL CONDITIONS
Page 25 of 63
A. Duty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of
Chapter 2258, Texas Government Code (as amended), including the payment of not less than the
rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in
accordance with Chapter 2258. Such prevailing wage rates are included in these Contract
Documents.
B. Penalty for Violation. A Contractor or any Subcontractor who does not pay the prevailing wage
shall, upon demand made by the City, pay to the City $60 for each worker employed for each
calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated
in these contract documents. This penalty shall be retained by the City to offset its administrative
costs, pursuant to Texas Government Code 2258.023.
C. Complaints of Violations and City Determination of Good Cause. On receipt of information,
including a complaint by a worker, concerning an alleged violation of 2258.023, Texas
Government Code, by a Contractor or Subcontractor, the City shall make an initial
determination, before the 31 st day after the date the City receives the information, as to whether
good cause eXists to believe that the violation occurred. The City shall notify in writing the
Contractor or Subcontractor and any affected worker of its initial determination. Upon the City's
determination that there is good cause to believe the Contractor or Subcontractor has violated
Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the
difference between wages paid and wages due under the prevailing wage rates, such amounts being
subtracted from successive progress payments pending a final determination of the violation.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: August 18, 2025
00 �2 00 -1
GENERAL CONDITIONS
Page 26 of 63
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 l lth day after the date that arbitration is required,
a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a
party in the arbitration. The decision and award of the arbitrator is final and binding on all parties
and may be enforced in any court of competent jurisdiction.
E. Records to be Maintained. The Contractor and each Subcontractor shall, for a period of three (3)
years following the date of acceptance of the work, maintain records that show (i) the name and
occupation of each worker employed by the Contractor in the construction of the Work provided
for in this Contract; and (ii) the actual per diem wages paid to each worker. The records shall be
open at all reasonable hours for inspection by the City. The provisions of Paragraph 6.23, Right
to Audit, shall pertain to this inspection.
F. Affadavit. Contractor shall submit an affidavit stating that the Contractor has complied with the
requirements of Chapter 2258, Texas Government Code related to paying prevailing wage rates on
completion of the project.
G. Posting of Wage Rates. The Contractor shall post prevailing wage rates in a conspicuous place at
all times.
H. Subcontractor Compliance. The Contractor shall include in its subcontracts and/or shall
otherwise require all of its Subcontractors to comply with Paragraphs A through G above.
6.08 Patent Fees and Royalties
A. Contractor shall pay all license fees and royalties and assume all costs incident to the use in the
performance of the Work or the incorporation in the Work of any invention, design, process,
product, or device which is the subject of patent rights or copyrights held by others. If a particular
invention, design, process, product, or device is specified in the Contract Documents for use in the
performance of the Work and if, to the actual knowledge of City, its use is subject to patent rights
or copyrights calling for the payment of any license fee or royalty to others, the existence of such
rights shall be disclosed by City in the Contract Documents. Failure of the City to disclose such
information does not relieve the Contractor from its obligations to pay for the use of said fees or
royalties to others.
B. To the fullest extent permitted by Laws and Regulations, Contractor shall indemn� and hold
harmless City, fi^om 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 infi^ingement of
patent rights or copyrights incident to the use in the performance of the Work or resulting fi^om
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: August 18, 2025
00 �2 00 -1
GENERAL CONDITIONS
Page 27 of 63
the incorporation in the Work of any invention, design, process, product, or device not specified
in the Contract Documents.
6.09 Permits and Utilities
A. Contractor obtained permits and licenses. Contractor shall obtain and pay for all construction
permits and licenses except those provided for in the Supplementary Conditions or Contract
Documents. City shall assist Contractor, when necessary, in obtaining such permits and licenses.
Contractor shall pay all governmental charges and inspection fees necessary for the prosecution of
the Work which are applicable at the time of opening of Bids, or, if there are no Bids, on the
Effective Date of the Agreement, except for permits provided by the City as specified in 6.09.B.
City shall pay all charges of utility owners for connections for providing permanent service to the
Work.
B. City obtained permits and licenses. City will obtain and pay for all permits and licenses as provided
for in the Supplementary Conditions or Contract Documents. It will be the Contractor's
responsibility to carry out the provisions of the permit. If the Contractor initiates changes to the
Contract and the City approves the changes, the Contractor is responsible for obtaining clearances
and coordinating with the appropriate regulatory agency. The City will not reimburse the
Contractor for any cost associated with these requirements of any City acquired permit. The
following are permits the City will obtain if required:
1. Texas Department of Transportation Permits
2. U.S. Army Corps of Engineers Permits
3. Texas Commission on Environmental Quality Permits
4. Railroad Company Permits
C. Outstanding permits and licenses. The City anticipates acquisition of and/or access to permits
and licenses. Any outstanding permits and licenses are anticipated to be acquired in accordance
with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by
the Contractor in accordance with the Contract Documents must consider any outstanding permits
and licenses.
6.10 Laws and Regulations
A. Contractor shall give 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
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: August 18, 2025
00 �2 00 -1
GENERAL CONDITIONS
Page 28 of 63
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 3.02.
C. Changes in Laws or Regulations not known at the time of opening of Bids having an effect on
the cost or time of performance of the Work may be the subject of an adjustment in Contract Price
or Contract Time.
6.11 Taxes
A. On a contract awarded by the City, an organization which qualifies for exemption pursuant to
Texas Tax Code, Subchapter H, Sections 151.301-335 (as amended), the Contractor may purchase,
rent or lease all materials, supplies and equipment used or consumed in the performance of this
contract by issuing to his supplier an eXemption certificate in lieu of the taX, said eXemption
certificate to comply with State Comptroller's Ruling .007. Any such exemption certificate issued
to the Contractor in lieu of the taX shall be subject to and shall comply with the provision of State
Comptroller's Ruling .011, and any other applicable rulings pertaining to the Texas Tax Code,
Subchapter H.
B. Texas Tax permits and information may be obtained from:
https://comptroller.texas. �ov/taxes/permit/
6.12 Use of Site and Other Areas
A. Limitation on Use of Site and Other Areas:
1. Contractor shall confine construction equipment, the storage of materials and equipment, and
the operations of workers to the Site and other areas permitted by Laws and Regulations, and
shall not unreasonably encumber the Site and other areas with construction equipment or other
materials or equipment. Contractor shall assume full responsibility for any damage to any such
land or area, or to the owner or occupant thereof, or of any adjacent land or areas resulting
from the performance of the Work.
2. At any time when, in the judgment of the City, the Contractor has obstructed or closed or is
carrying on operations in a portion of a street, right-of-way, or easement greater than is
necessary for proper execution of the Work, the City may require the Contractor to finish the
section on which operations are in progress before work is commenced on any additional
area of the Site.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: August 18, 2025
00 �2 00 -1
GENERAL CONDITIONS
Page 29 of 63
3. Should any Damage Claim be made by any such owner or occupant because of the performance
of the Work, Contractor shall promptly attempt to resolve the Damage Claim.
4. Pursuant to Paragraph 6.21, Contractor shall indemn� and hold harmless City, fi^om and
against all claims, costs, losses, and damages arising out of or relating to any claim or action,
legal or equitable, brought by any such owner or occupant against City.
B. Removal of Debris During Performance of the Work: During the progress of the Work
Contractor shall keep the Site and other areas free from accumulations of waste materials, rubbish,
and other debris. Removal and disposal of such waste materials, rubbish, and other debris shall
conform to applicable Laws and Regulations.
C. Site Maintenance Cleaning: 24 hours after written notice is given to the Contractor that the
clean-up on the job site is proceeding in a manner unsatisfactory to the City, if the Contractor fails
to correct the unsatisfactory procedure, the City may take such direct action as the City deems
appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice
(by letter or electronic communication), and the costs of such direct action, plus 25 % of such
costs, shall be deducted from the monies due or to become due to the Contractor.
D. Final Site Cleaning: Prior to Final Acceptance of the Work Contractor shall clean the Site and
the 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 St�^uctures: Contractor shall not load nor permit any part of any structure to be loaded
in any manner that will endanger the structure, nor shall Contractor subject any part of the Work
or adjacent property to stresses or pressures that will endanger it.
6.13 Record Documents
A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor and
approved by the City, one (1) record copy of all Drawings, Specifications, Addenda, Change
Orders, Field Orders, and written interpretations and clarifications in good order and annotated to
show changes made during construction. These record documents together with all approved
Samples and a counterpart of all accepted Submittals will be available to City for reference. Upon
completion of the Work, these record documents, any operation and maintenance manuals, and
Submittals will be delivered to City prior to Final Inspection. Contractor shall include accurate
locations for buried and imbedded items.
6.14 Safety and Protection
A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety
precautions and programs in connection with the Work. Such responsibility does not relieve
Subcontractors of their responsibility for the safety of persons or property in the performance of
their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: August 18, 2025
00 �2 00 -1
GENERAL CONDITIONS
Page 30 of 63
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 6.14.A.2 or 6.14.A.3 caused,
directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other
individual or entity directly or indirectly employed by any of them to perform any of the Work, or
anyone for whose acts any of them may be liable, shall be remedied by Contractor.
F. Contractor's duties and responsibilities for safety and for protection of the Work shall continue
until such time as all the Work is completed and City has accepted the Work.
6.15 Safety Representative
Contractor shall inform City in writing of Contractor's designated safety representative at the Site.
6.16 Hazard Communication Programs
Contractor shall be responsible for coordinating any exchange of material safety data sheets or other
hazard communication information required to be made available to or exchanged between or among
employers in accordance with Laws or Regulations.
6.17 Emergencies and/or Rectification
A. In emergencies affecting the safety or protection of persons or the Work or property at the Site or
adjacent thereto, Contractor is obligated to act to prevent threatened damage, injury, or loss.
Contractor shall give City prompt written notice if Contractor believes that any significant
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: August 18, 2025
00 �2 00 -1
GENERAL CONDITIONS
Page 31 of 63
changes in the Work or variations from the Contract Documents have been caused thereby or are
required as a result thereof. If City determines that a change in the Contract Documents is required
because of the action taken by Contractor in response to such an emergency, a Change Order may
be issued.
B. Should the Contractor fail to respond to a request from the City to rectify any discrepancies,
omissions, or correction necessary to conform with the requirements of the Contract Documents,
the City shall give the Contractor written notice that such work or changes are to be performed.
The written notice shall direct attention to the discrepant condition and request the Contractor to
take remedial action to correct the condition. In the event the Contractor does not take positive
steps to fulfill this written request, or does not show just cause for not taking the proper action,
within 24 hours, the City may take such remedial action with City forces or by contract. The City
shall deduct an amount equal to the entire costs for such remedial action, plus 25%, from any
funds due or become due the Contractor on the Project.
6.18 Submittals
A. Contractor shall submit required Submittals to City for review and acceptance in accordance
with the accepted Schedule of Submittals (as required by Paragraph 2.07). Each submittal will be
identified as City may require.
1. Submit number of copies specified in the General Requirements.
2. Data shown on the Submittals will be complete with respect to quantities, dimensions, specified
performance and design criteria, materials, and similar data to show City the services,
materials, and equipment Contractor proposes to provide and to enable City to review the
information for the limited purposes required by Paragraph 6.18.C.
3. Submittals submitted as herein provided by Contractor and reviewed by City for
conformance with the design concept shall be executed in conformity with the Contract
Documents unless otherwise required by City.
4. When Submittals 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 6.18.C.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: August 18, 2025
00 �2 00 -1
GENERAL CONDITIONS
Page 32 of 63
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 accardance 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.
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 O1 33 00 and City has given written acceptance of each
such variation by specific written notation thereof incorporated in or accompanying the
Submittal. City's review and acceptance shall not relieve Contractor from responsibility for
complying with the requirements of the Contract Documents.
6.19 Continuing the Work
Except as otherwise provided, Contractor shall carry on the Work and adhere to the Project Schedule
during all disputes or disagreements with City. No Work shall be delayed or postponed pending
resolution of any disputes or disagreements, except as City and Contractor may otherwise agree in
writing.
6.20 Contractor's General Warranty and Guarantee
A. Contractor warrants and guarantees to City that all Work will be in accordance with the Contract
Documents and will not be defective. City and its officers, directors, members, partners,
employees, agents, consultants, and subcontractors shall be entitled to rely on representation of
Contractor's warranty and guarantee.
B. Contractor's warranty and guarantee hereunder excludes defects or damage caused by:
1. abuse, modification, or improper maintenance or operation by persons other than Contractor,
Subcontractors, Suppliers, or any other individual or entity for whom Contractor is
responsible; or
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: August 18, 2025
00 �2 00 -1
GENERAL CONDITIONS
Page 33 of 63
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 of any progress or final payment;
3. the issuance of a certificate of Final Acceptance by City or any payment related thereto by
City;
4. use or occupancy of the Work or any part thereof by City;
5. any review and acceptance of a Submittal by City;
6. any inspection, test, or approval by others; or
7. any correction of defective Work by City.
D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to
other work or property resulting therefrom which shall appear within a period of two (2) years
from the date of Final Acceptance of the Work unless a longer period is specified and shall furnish
a good and sufficient maintenance bond, complying with the requirements of Article
5.02.B. The City will give notice of observed defects with reasonable promptness.
6.21 Indemnification
A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own
expense, the City, its officers, servants and employees, from and against any and all claims
arising out of, or alleged to arise out of, the work and services to be performed by the
Contractor, its officers, agents, employees, subcontractors, licenses or invitees under this
Contract. THIS INDEMNIFICATION PR(lVi�i(lN i� �PFCIFICALLY INTENLIFTI T(1
OPERATE AND BE EFFF�f'Ti�IF� F,VEN IF IT IS ALLEGED OR PROVEN THAT ALL
OR SOME OF THE DAMAGES BEINr �(liJ(iHT WERF CAUSED. IN WHOLE OR IN
PART. BY ANY ACT. OMISSION OR NEGLIGENf,F, (lF 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 PR(lVi�i(ll��
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: August 18, 2025
00 �2 00 -1
GENERAL CONDITIONS
Page 34 of 63
SPECIFICALT,Y iNTFNnF,n TC) CIPERATE AND BE EFFECTiVF, F,VFN TF iT iS
ALLEGED OR PRCIVF,N THAT ALL OR SOMF, C1F THE DAMAGES BEING Cf1U(�H't
WF.RF. CAi1SF,n. iN WHOLE OR iN P�$T. RY ANY Af,T. C1MiSSiC1N C)1;
�fiF,Nf,F, C1F THE CITy
6.22 Delegation of Professional Design Services
A. Contractor will not be required to provide professional design services unless such services are
specifically required by the Contract Documents for a portion of the Work or unless such services
are required to carry out Contractor's responsibilities for construction means, methods, techniques,
sequences and procedures.
B. If professional design services or certifications by a design professional related to systems,
materials or equipment are specifically required of Contractor by the Contract Documents, City
will specify all 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.
C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the services,
certifications or approvals performed by such design professionals, provided City has specified
to Contractor performance and design criteria that such services must satisfy.
D. Pursuant to this Paragraph 6.22, City's review and acceptance of design calculations and design
drawings will be only for the limited purpose of checking for conformance with performance and
design criteria given and the design concept expressed in the Contract Documents. City's review
and acceptance of Submittals (except design calculations and design drawings) will be only for
the purpose stated in Paragraph 6.18.C.
6.23 Right to Audit
A. The Contractor agrees that the City shall, until the expiration of three (3) years after final
payment under this Contract, have access to and the right to examine and photocopy any directly
pertinent books, documents, papers, and records of the Contractor involving transactions relating
to this Contract. Contractor agrees that the City shall have access during Regular Working Hours
to all necessary Contractor facilities and shall be provided adequate and appropriate work space
in order to conduct audits in compliance with the provisions of this Paragraph. The City shall
give Contractor reasonable advance notice of intended audits.
B. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that
the subcontractor agrees that the City shall, until the eXpiration of three (3) years after final
payment under this Contract, have access to and the right to examine and photocopy any directly
pertinent books, documents, papers, and records of such Subcontractor, involving transactions to
the subcontract, and further, that City shall have access during Regular Working Hours to all
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: August 18, 2025
00 �2 00 -1
GENERAL CONDITIONS
Page 35 of 63
Subcontractor facilities, and shall be provided adequate and appropriate work space in order to
conduct audits in compliance with the provisions of this Paragraph. The City shall give
Subcontractor reasonable advance notice of intended audits.
C. Contractor and Subcontractor agree to photocopy such documents as may be requested by the City.
The City agrees to reimburse Contractor for the cost of the copies as follows at the rate published
in the Texas Administrative Code in effect as of the time copying is performed.
6.24 Nondiscrimination
A. The City is responsible for operating Public Transportation Programs and implementing transit-
related projects, which are funded in part with Federal financial assistance awarded by the U.S.
Department of Transportation and the Federal Transit Administration (FTA), without
discriminating against any person in the United States on the basis of race, color, or national origin.
B. Title VI, Civil Rights Act of 1964 as amended: Contractor shall comply with the requirements of
the Act and the Regulations as further defined in the Supplementary Conditions for any project
receiving Federal assistance.
ARTICLE 7— OTHER WORK AT THE SITE
7.01 Related Work at Site
A. City may perform other work related to the Project at the Site with City's employees, or other
City contractors, or through other direct contracts therefor, or have other work performed by utility
owners. If such other work is not noted in the Contract Documents, then written notice thereof
will be given to Contractor prior to starting any such other work; and
B. Contractor shall afford each other contractor who is a party to such a direct contract, each utility
owner, and City, if City is performing other work with City's employees or other City contractors,
proper and safe access to the Site, provide a reasonable opportunity for the introduction and storage
of materials and equipment and the execution of such other work, and properly coordinate the
Work with theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be
required to properly connect or otherwise make its several parts come together and properly
integrate with such other work. Contractor shall not endanger any work of others by cutting,
excavating, or otherwise altering such work; provided, however, that Contractor may cut or alter
others' work with the written consent of City and the others whose work will be affected.
C. If the proper execution or results of any part of Contractor's Work depends upon work performed
by others under this Article 7, Contractor shall inspect such other work and promptly report to
City in writing any delays, defects, or deficiencies in such other work that render it unavailable
or unsuitable for the proper execution and results of Contractor's Work. Contractor's failure to so
report will constitute an acceptance of such other work as fit and proper for integration with
Contractor's Work except for latent defects in the work provided by others.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: August 18, 2025
00 �2 00 -1
GENERAL CONDITIONS
Page 36 of 63
7.02 Coordination
A. If City intends to contract with others for the performance of other work on the Project at the
Site, the following will be set forth in Supplementary Conditions:
1. the individual or entity who will have authority and responsibility for coordination of the
activities among the various contractors will be identified;
2. the specific matters to be covered by such authority and responsibility will be itemized; and
3. the extent of such authority and responsibilities will be provided.
B. Unless otherwise provided in the Supplementary Conditions, City shall have authority for such
coordination.
ARTICLE 8 — CITY'S RESPONSIBILITIES
8.01 Communications to Contractor
Except as otherwise provided in the Supplementary Conditions, City shall issue all communications
to Contractor.
8.02 Furnish Data
City shall timely furnish the data required under the Contract Documents.
8.03 Pay When Due
City shall make payments to Contractor in accordance with Article 14.
8.04 Lands and Easements; Reports and Tests
City's duties with respect to providing lands and easements and providing engineering surveys to
establish reference points are set forth in Paragraphs 4.01 and 4.05. Paragraph 4.02 refers to City's
identifying and making available to Contractor copies of reports of explorations and tests of subsurface
conditions and drawings of physical conditions relating to existing surface or subsurface structures at
or contiguous to the Site that have been utilized by City in preparing the Contract Documents.
8.05 Change Orders
City shall execute Change Orders in accordance with Paragraph 10.03.
8.06 Inspections, Tests, and Approvals
City's responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph
13.03.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: August 18, 2025
00 �2 00 -1
GENERAL CONDITIONS
Page 37 of 63
8.07 Limitations on City's Responsibilities
A. The City shall not supervise, direct, or have control or authority over, nor be responsible for,
Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety
precautions and programs incident thereto, or for any failure of Contractor to comply with Laws
and Regulations applicable to the performance of the Work. City will not be responsible for
Contractor's failure to perform the Work in accordance with the Contract Documents.
B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 6.14.
8.08 Undisclosed Hazardous Environmental Condition
City's responsibility with respect to an undisclosed Hazardous Environmental Condition is set forth
in Paragraph 4.06.
8.09 Compliance with Safety Program
While at the Site, City's employees and representatives shall comply with the specific applicable
requirements of Contractor's safety programs of which City has been informed pursuant to
Paragraph 6.14.
ARTICLE 9— CITY'S OBSERVATION STATUS DURING CONSTRUCTION
9.01 City's Project Manager
City will provide one or more Project Manager(s) during the construction period. The duties and
responsibilities and the limitations of authority of City's Project Manager during construction are set
forth in the Contract Documents. The City's Project Manager for this Contract is identified in the
Supplementary Conditions.
9.02 Visits to Site
A. City's Project Manager will make visits to the Site at intervals appropriate to the various stages
of construction as City deems necessary in order to observe the progress that has been made and
the quality of the various aspects of Contractor's executed Work. Based on information
obtained during such visits and observations, City's Project Manager will determine, in general, if
the Work is proceeding in accordance with the Contract Documents. City's Project Manager will
not be required to make exhaustive or continuous inspections on the Site to check the quality or
quantity of the Work. City's Project Manager's efforts will be directed toward providing City a
greater degree of confidence that the completed Work will conform generally to the Contract
Documents.
B. City's Project Manager's visits and observations are subject to all the limitations on authority and
responsibility in the Contract Documents including those set forth in Paragraph
8.07.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: August 18, 2025
00 �2 00 -1
GENERAL CONDITIONS
Page 38 of 63
9.03 Authorized Variations in Work
City's Project Manager may authorize minor variations in the Work from the requirements of the
Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time
and are compatible with the design concept of the completed Project as a functioning whole as
indicated by the Contract Documents. These may be accomplished by a Field Order and will be
binding on City and also on Contractor, who shall perform the Work involved promptly.
9.04 Rejecting Defective Work
City will have authority to reject Work which City's Project Manager believes to be defective, ar will
not produce a completed Project that conforms to the Contract Documents or that will prejudice the
integrity of the design concept of the completed Project as a functioning whole as indicated by the
Contract Documents. City will have authority to conduct special inspection or testing of the Work as
provided in Article 13, whether or not the Work is fabricated, installed, or completed.
9.05 Determinations for WorkPerformed
Contractor will determine the actual quantities and classifications of Work performed. City's Project
Manager will review with Contractor the preliminary determinations on such matters before rendering
a written recommendation. City's written decision will be final (except as modified to reflect changed
factual conditions or more accurate data).
9.06 Decisions on Requirements of Contract Documents and Acceptability of Work
A. City will be the initial interpreter of the requirements of the Contract Documents and judge of the
acceptability of the Work thereunder.
B. City will render a written decision on any issue referred.
C. City's written decision on the issue referred will be final and binding on the Contractor, subject
to the provisions of Paragraph 10.06.
ARTICLE 10 — CHANGES IN THE WORK; CLAIMS; EXTRA WORK
10.01 Authorized Changes in the Work
A. Without invalidating the Contract and without notice to any surety, City may, at any time or from
time to time, order Extra Work. Upon notice of such Extra Work, Contractor shall promptly
proceed with the 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 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, a Field
Order may be issued by the City.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: August 18, 2025
00 �2 00 -1
GENERAL CONDITIONS
Page 39 of 63
10.02 Unauthorized Changes in the Work
Contractor shall not be entitled to an increase in the Contract Price or an extension of the Contract
Time with respect to any work performed that is not required by the Contract Documents as amended,
modified, or supplemented as provided in Paragraph 3.04, except in the case of an emergency as
provided in Paragraph 6.17.
10.03 Execution of Change Orders
A. City and Contractor shall execute appropriate Change Orders covering:
1. changes in the Work which are: (i) ordered by City pursuant to Paragraph 10.01.A, (ii) required
because of acceptance of defective Work under Paragraph 13.08 or City's correction of
defective Work under Paragraph 13.09, or (iii) agreed to by the parties;
2. changes in the Contract Price or Contract Time which are agreed to by the parties, including
any undisputed sum or amount of time for Work actually performed.
10.04 Extra Work
A. Should a difference arise as to what does or does not constitute Extra Work, or as to the payment
thereof, and the City insists upon its performance, the Contractor shall proceed with the work after
making written request for written orders and shall keep accurate account of the actual reasonable
cost thereof. Contract Claims regarding Extra Work shall be made pursuant to Paragraph 10.06.
B. The Contractor shall furnish the City such installation records of all deviations from the original
Contract Documents as may be necessary to enable the City to prepare for permanent record a
corrected set of plans showing the actual installation.
C. The compensation agreed upon for Extra Work whether or not initiated by a Change Order shall
be a full, complete and final payment for all costs Contractor incurs as a result or relating to the
change or Extra Work, whether said costs are known, unknown, foreseen or unforeseen at that
time, including without limitation, any costs for delay, eXtended overhead, ripple or impact cost,
or any other effect on changed or unchanged work as a result of the change or Extra Work.
10.05 Notification to Surety
If the provisions of any bond require notice to be given to a surety of any change affecting the general
scope of the 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.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: August 18, 2025
00 �2 00 -1
GENERAL CONDITIONS
Page 40 of 63
10.06 Contract Claims Process
A. City's Decision Required: All Contract Claims, eXcept those waived pursuant to Paragraph
14.09, shall be referred to the City for decision. A decision by City shall be required as a condition
precedent to any exercise by Contractor of any rights or remedies he may otherwise have under
the Contract Documents or by Laws and Regulations in respect of such Contract Claims.
B. Notice:
1. Written notice stating the general nature of each Contract Claim shall be delivered by the
Contractor to City no later than 15 days after the start of the event giving rise thereto. The
responsibility to substantiate a Contract Claim shall rest with the party making the Contract
Claim.
2. Notice of the amount or extent of the Contract Claim, with supporting data shall be delivered
to the City on or before 45 days from the start of the event giving rise thereto (unless the City
allows additional time for Contractor to submit additional or more accurate data in support of
such Contract Claim).
3. A Contract Claim for an adjustment in Contract Price shall be prepared in accardance with
the provisions of Paragraph 12.01.
4. A Contract Claim for an adjustment in Contract Time shall be prepared in accordance with
the provisions of Paragraph 12.02.
5. Each Contract Claim shall be accompanied by Contractor's written statement that the
adjustment claimed is the entire adjustment to which the Contractor believes it is entitled as a
result of said event.
6. The City shall submit any response to the Contractor within 30 days after receipt of the
claimant's last submittal (unless Contract allows additional time).
C. City's Action: City will review each Contract Claim and, within 30 days after receipt of the last
submittal of the Contractor, if any, take one of the following actions in writing:
1. deny the Contract Claim in whole or in part;
2. approve the Contract Claim; or
3. notify the Contractor that the City is unable to resolve the Contract Claim if, in the City's
sole discretion, it would be inappropriate for the City to do so. For purposes of further
resolution of the Contract Claim, such notice shall be deemed a denial.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: August 18, 2025
00 �2 00 -1
GENERAL CONDITIONS
Page 41 of 63
D. City's written action under Paragraph 10.06.0 will be final and binding, unless City or
Contractor invoke the dispute resolution procedure set forth in Article 16 within 30 days of such
action or denial.
E. No Contract Claim for an adjustment in Contract Price or Contract Time will be valid if not
submitted in accordance with this Paragraph 10.06.
ARTICLE 11— COST OF THE WORK; ALLOWANCES; UNIT PRICE WORK; PLANS
QUANTITY MEASUREMENT
11.01 Cost of the Work
A. Costs Included: The term Cost of the Work means the sum of all costs, except those excluded in
Paragraph 11.O1.B, necessarily incurred and paid by Contractor in the proper performance of the
Work. When the value of any Work covered by a Change Order, the costs to be reimbursed to
Contractor will be only those additional or incremental costs required because of the change in the
Work. Such costs shall not include any of the costs itemized in Paragraph 11.O1.B, and shall
include but not be limited to the following items:
1. Payroll costs for employees in the direct employ of Contractor in the performance of the
Work under schedules of job classifications agreed upon by City and Contractor. Such
employees shall include, without limitation, superintendents, foremen, and other personnel
employed full time on the Work. Payroll costs for employees not employed full time on the
Work shall be apportioned on the basis of their time spent on the Work. Payroll costs shall
include;
a. salaries with a 55% markup, or
b. salaries and wages plus the cost of fringe benefits, which shall include social security
contributions, unemployment, excise, and payroll taxes, workers' compensation, health
and retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto.
The expenses of performing Work outside of Regular Working Hours, Weekend
Working Hours, or legal holidays, shall be included in the above to the extent authorized
by City.
2. Cost of all materials and equipment furnished and incorporated in the Work, including costs
of transportation and storage thereof, and Suppliers' field services required in connection
therewith.
3. Rentals of all construction equipment and machinery, and the parts thereof whether rented
from Contractor or others in accordance with rental agreements approved by City, and the
costs of transportation, loading, unloading, assembly, dismantling, and removal thereof. All
such costs shall be in accordance with the terms of said rental agreements. The rental of any
such equipment, machinery, or parts shall cease when the use thereof is no longer necessary
for the Work.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: August 18, 2025
00 �2 00 -1
GENERAL CONDITIONS
Page 42 of 63
4. Payments made by Contractor to Subcontractors for Work performed by Subcontractors. If
required by City, Contractor shall obtain competitive bids from subcontractors acceptable to
City and Contractor and shall deliver such bids to City, who will then determine, which bids,
if any, will be acceptable. If any subcontract provides that the Subcontractor is to be paid on
the basis of Cost of the Work plus a fee, the Subcontractor's Cost of the Work and fee shall
be determined in the same manner as Contractor's Cost of the Work and fee as provided in
this Paragraph 11.01.
5. Costs of special consultants (including but not limited to engineers, architects, testing
laboratories, surveyors, attorneys, and accountants) employed for services specifically related
to the Work.
6. Supplemental costs including the following:
a. The proportion of necessary transportation, travel, and subsistence expenses of
Contractor's employees incurred in discharge of duties connected with the Work.
b. Cost, including transportation and maintenance, of all materials, supplies, equipment,
machinery, appliances, office, and temporary facilities at the Site, and hand tools not
owned by the workers, which are consumed in the performance of the Work, and cost, less
market value, of such items used but not consumed which remain the property of
Contractor.
c. Sales, consumer, use, and other similar taxes related to the Work, and for which
Contractor is liable not covered under Paragraph 6.11, as imposed by Laws and
Regulations.
d. Deposits lost for causes other than negligence of Contractor, any Subcontractor, or
anyone directly or indirectly employed by any of them or for whose acts any of them may
be liable, and royalty payments and fees for permits and licenses.
e. Losses and damages (and related expenses) caused by damage to the Work, not
compensated by insurance or otherwise, sustained by Contractor in connection with the
performance of the Work, provided such losses and damages have resulted from causes
other than the negligence of Contractor, any Subcontractor, or anyone directly or indirectly
employed by any of them or for whose acts any of them may be liable. Such losses shall
include settlements made with the written consent and approval of City. No such losses,
damages, and expenses shall be included in the Cost of the Work for the purpose of
determining Contractor's fee.
f. The cost of utilities, fuel, and sanitary facilities at the Site.
g. Minor expenses such as telegrams, long distance telephone calls, telephone and
communication services at the Site, express and courier services, and similar petty cash
items in connection with the Work.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: August 18, 2025
00 �2 00 -1
GENERAL CONDITIONS
Page 43 of 63
h. The costs of premiums for all bonds and insurance Contractor is required by the Contract
Documents to purchase and maintain.
B. Costs Excluded: The term Cost of the Work shall not include any of the following items:
1. Payroll costs and other compensation of Contractor's officers, executives, principals (of
partnerships and sole proprietorships), general managers, safety managers, engineers,
architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents,
expediters, timekeepers, clerks, and other personnel employed by Contractor, whether at the
Site or in Contractor's principal or branch office for general administration of the Work and
not specifically included in the agreed upon schedule of job classifications referred to in
Paragraph 11.O1.A.1 or specifically covered by Paragraph 11.O1.A.4, all of which are to be
considered administrative costs covered by the Contractor's fee.
2. Expenses of Contractor's principal and branch offices other than Contractor's office at the
Site.
3. Any part of Contractor's capital expenses, including interest on Contractor's capital
employed for the Work and charges against Contractor for delinquent payments.
4. Costs due to the negligence of Contractor, any Subcontractor, or anyone directly or indirectly
employed by any of them or for whose acts any of them may be liable, including but not
limited to, the correction of defective Work, disposal of materials or equipment wrongly
supplied, and making good any damage to property.
5. Other overhead or general expense costs of any kind.
C. Contractor's Fee: When all the Work is performed on the basis of cost-plus, Contractor's fee
shall be determined as set forth in the Agreement. When the value of any Work covered by a
Change Order for an adjustment in Contract Price is determined on the basis of Cost of the
Work, Contractor's fee shall be determined as set forth in Paragraph 12.O1.C.
D. Documentation: Whenever the Cost of the Work for any purpose is to be determined pursuant to
Paragraphs 11.O1.A and 11.O1.B, Contractar will establish and maintain records thereof in
accordance with generally accepted accounting practices and submit in a form acceptable to City
an itemized cost breakdown together with supporting data.
11.02 Allowances
A. Specified Allowance: It is understood that Contractor has included in the Contract Price all
allowances so named in the Contract Documents and shall cause the Work so covered to be
performed for such sums and by such persons or entities as may be acceptable to City.
B. Pre-bid Allowances:
1. Contractor agrees that:
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: August 18, 2025
00 �2 00 -1
GENERAL CONDITIONS
Page 44 of 63
a. the pre-bid allowances include the cost to Contractor of materials and equipment required
by the allowances to be delivered at the Site, and all applicable taXes; and
b. Contractor's costs for unloading and handling on the Site, labor, installation, overhead,
profit, and other expenses contemplated for the pre-bid allowances have been included in
the allowances, and no demand for additional payment on account of any of the
foregoing will be valid.
C. Contingency Allowance: Contractor agrees that a contingency allowance, if any, is for the sole use
of City.
D. Prior to final payment, an appropriate Change Order will be issued to reflect actual amounts due
Contractor on account of Work covered by allowances, and the Contract Price shall be
correspondingly adjusted.
11.03 Unit Price Work
A. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work,
initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to
the sum of the unit price for each separately identified item of Unit Price Work times the estimated
quantity of each item as indicated in the Agreement.
B. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the
purpose of comparison of Bids and determining an initial Contract Price. Determinations of the
actual quantities and classifications of Unit Price Work performed by Contractor will be made by
City subject to the provisions of Paragraph 9.05.
C. Each unit price will be deemed to include an amount considered by Contractor to be adequate to
cover Contractor's overhead and profit for each separately identified item. Work described in the
Contract Documents, or reasonably inferred as required for a functionally complete installation,
but not identified in the listing of unit price items shall be considered incidental to unit price work
listed and the cost of incidental work included as part of the unit price.
D. City may make an adjustment in the Contract Price in accordance with Paragraph 12.01 if:
1. the quantity of any item of Unit Price Work performed by Contractor differs materially and
significantly from the estimated quantity of such item indicated in the Agreement; and
2. there is no corresponding adjustment with respect to any other item of Work.
E. Increased or Decreased Quantities: The City reserves the right to order EXtra Work in
accordance with Paragraph 10.01.
1. If the changes in quantities or the alterations do not significantly change the character of
work under the Contract Documents, the altered work will be paid for at the Contract unit
price.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: August 18, 2025
00 �2 00 -1
GENERAL CONDITIONS
Page 45 of 63
2. If the changes in quantities or alterations significantly change the character of work, the
Contract will be amended by a Change Order.
If no unit prices exist, this will be considered Extra Work and the Contract will be amended
by a Change Order in accordance with Article 12.
4. A significant change in the character of work occurs when:
a. the character of work for any Item as altered differs materially in kind or nature from that
in the Contract or
b. a Major Item of work varies by more than 25% from the original Contract quantity.
5. When the quantity of work to be done under any Major Item of the Contract is more than
125% of the original quantity stated in the Contract, then either party to the Contract may
request an adjustment to the unit price on the portion of the work that is above 125%.
6. When the quantity of work to be done under any Major Item of the Contract is less than 75%
of the original quantity stated in the Contract, then either party to the Contract may request
an adjustment to the unit price.
11.04 Plans Quantity Measurement
A. Plans quantities may or may not represent the exact quantity of work performed or material moved,
handled, or placed during the execution of the Contract. The estimated bid quantities are
designated as final payment quantities, unless revised by the governing Section or this Article.
B. If the quantity measured as outlined under "Price and Payment Procedures" varies by more than
25% (or as stipulated under "Price and Payment Procedures" for specific Items) from the total
estimated quantity for an individual Item originally shown in the Contract Documents, an
adjustment may be made to the quantity of authorized work done for payment purposes. The party
to the Contract requesting the adjustment will provide field measurements and calculations
showing the final quantity for which payment will be made. Payment for revised quantity will be
made at the unit price bid for that Item, eXcept as provided for in Article 10.
C. When quantities are revised by a change in design approved by the City, by Change Order, or to
correct an error, or to correct an error on the plans, the plans quantity will be increased or decreased
by the amount involved in the change, and the 25% variance will apply to the new plans quantity.
D. If the total Contract quantity multiplied by the unit price bid for an individual Item is less than
$250 and the Item is not originally a plans quantity Item, then the Item may be paid as a plans
quantity Item if the City and Contractor agree in writing to fiX the final quantity as a plans quantity.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: August 18, 2025
00 �2 00 -1
GENERAL CONDITIONS
Page 46 of 63
E. For callout work or non-site specific Contracts, the plans quantity measurement requirements are
not applicable.
ARTICLE 12 — CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME
12.01 Change of Contract Price
A. The Contract Price may only be changed by a Change Order.
B. The value of any Work covered by a Change Order will be determined as follows:
1. where the Work involved is covered by unit prices contained in the Contract Documents, by
application of such unit prices to the quantities of the items involved (subject to the provisions
of Paragraph 11.03); or
2. where the Work involved is not covered by unit prices contained in the Contract Documents,
by a mutually agreed lump sum or unit price (which may include an allowance for overhead
and profit not necessarily in accordance with Paragraph 12.O1.C.2), and shall include the cost
of any secondary impacts that are foreseeable at the time of pricing the cost of Extra Work;
or
3. where the Work involved is not covered by unit prices contained in the Contract Documents
and agreement to a lump sum or unit price is not reached under Paragraph 12.O1.B.2, on the
basis of the Cost of the Work (determined as provided in Paragraph 11.01) plus a Contractor's
fee for overhead and profit (determined as provided in Paragraph 12.O1.C).
C. Contractor's Fee: The Contractor's additional fee for overhead and profit shall be determined as
follows:
1. a mutually acceptable fiXed fee; or
2. if a fixed fee is not agreed upon, then a fee based on the following percentages of the various
partions of the Cost of the Work:
a. for costs incurred under Paragraphs 11.O1.A.1, 11.O1.A.2. and 11.O1.A.3, the
Contractor's additional fee shall be 15 percent except for:
1) rental fees for Contractor's own equipment using standard rental rates;
2) bonds and insurance;
b. for costs incurred under Paragraph 11.O1.A.4 and 11.O1.A.5, the Contractor's fee shall be
five percent (5%);
1) where one or more tiers of subcontracts are on the basis of Cost of the Work plus a
fee and no fixed fee is agreed upon, the intent of Paragraphs 12.OLC.2.a and
12.O1.C.2.b is that the Subcontractor who actually performs the Work, at whatever
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: August 18, 2025
00 �2 00 -1
GENERAL CONDITIONS
Page 47 of 63
tier, will be paid a fee of 15 percent of the costs incurred by such Subcontractor under
Paragraphs 11.O1.A.1 and 11.O1.A.2 and that any higher tier Subcontractor and
Contractor will each be paid a fee of five percent (5%) of the amount paid to the neXt
lower tier Subcontractor, however in no case shall the cumulative total of fees paid be
in excess of 25%;
c. no fee shall be payable on the basis of costs itemized under Paragraphs 11.O1.A.6, and
11.O1.B;
d. the amount of credit to be allowed by Contractor to City for any change which results in
a net decrease in cost will be the amount of the actual net decrease in cost plus a deduction
in Contractor's fee by an amount equal to five percent (5%) of such net decrease.
12.02 Change of Contract Time
A. The Contract Time may only be changed by a Change Order.
B. No extension of the Contract Time will be allowed for Extra Work or for claimed delay unless the
Extra Work contemplated or claimed delay is shown to be on the critical path of the Project
Schedule or Contractor can show by Critical Path Method analysis how the Extra Work or claimed
delay adversely affects the critical path.
12.03 Delays
A. Where Contractor is reasonably delayed in the performance or completion of any part of the
Work within the Contract Time due to delay beyond the control of Contractor, the Contract Time
may be extended in an amount equal to the time lost due to such delay if a Contract Claim is made
therefor. Delays beyond the control of Contractor shall include, but not be limited to, acts or
neglect by City, acts or neglect of utility owners or other contractors performing other work as
contemplated by Article 7, fires, floods, epidemics, abnormal weather conditions, or acts of God.
Such an adjustment shall be Contractor's sole and exclusive remedy for the delays described in
this Paragraph.
B. If Contractor is delayed, City shall not be liable to Contractor for any claims, costs, losses, or
damages (including but not limited to all fees and charges of engineers, architects, attorneys, and
other professionals and all court or arbitration or other dispute resolution costs) sustained by
Contractor on or in connection with any other project or anticipated project.
C. Contractor shall not be entitled to an adjustment in Contract Price or Contract Time for delays
within the control of Contractor. Delays attributable to and within the control of a Subcontractor
or Supplier shall be deemed to be delays within the control of Contractor.
D. The Contractor shall receive no compensation for delays or hindrances to the Work, except when
direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide
information or material, if any, which is to be furnished by the City.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: August 18, 2025
00 �2 00 -1
GENERAL CONDITIONS
Page 48 of 63
ARTICLE 13 — TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF
DEFECTIVE WORK
13.01 Notice of Defects
Notice of all defective Work of which City has actual knowledge will be given to Contractor.
Defective Work may be rejected, corrected, or accepted as provided in this Article 13.
13.02 Access to Work
City, independent testing laboratories, and governmental agencies with jurisdictional interests will
have access to the Site and the Work at reasonable times for their observation, inspection, and testing.
Contractor shall provide them proper and safe conditions for such access and advise them of
Contractor's safety procedures and programs so that they may comply therewith as applicable.
13.03 Tests and Inspections
A. Contractor shall give City timely notice of readiness of the Work for all required inspections,
tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required
inspections or tests.
B. If Contract Documents, Laws or Regulations of any public body having jurisdiction require any
of the Work (or part thereo� 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 acceptable to
City.
D. City may arrange for the services of an independent testing laboratory ("Testing Lab") to
perform any inspections or tests ("Testing") for any part of the Work, as determined solely by
City.
1. City will coordinate such Testing to the eXtent possible, with Contractor;
2. Should any Testing under this Section 13.03 D result in a"fail", "did not pass" or other
similar negative result, the Contractor shall be responsible for paying for any and all retests.
Contractor's cancellation without cause of City initiated Testing shall be deemed a negative
result and require a retest.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: August 18, 2025
00 �2 00 -1
GENERAL CONDITIONS
Page 49 of 63
Any amounts owed for any retest under this Section 13.03 D shall be paid directly to the
Testing Lab by Contractor. City will forward all invoices for retests to Contractor.
4. If Contractor fails to pay the Testing Lab, City will not issue Final Payment until the Testing
Lab is paid.
E. If any 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.
F. Uncovering Work as provided in Paragraph 13.03.E shall be at Contractor's expense.
G. Contractor shall have the right to make a Contract Claim regarding any retest or invoice issued
under Section 13.03 D.
13.04 Uncovering Work
A. If any 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.
B. If City considers it necessary or advisable that covered Work be observed by City or inspected or
tested by others, Contractor, at City's request, shall uncover, expose, or otherwise make available
for observation, inspection, or testing as City may require, that portion of the Work in question,
furnishing all necessary labor, material, and equipment.
If it is found that the uncovered Work is defective, Contractor shall pay all claims, costs,
losses, and damages (including but not limited to all fees and charges of engineers, architects,
attorneys, and other professionals and all court or other dispute resolution costs) arising out of
or relating to such uncovering, exposure, observation, inspection, and testing, and of
satisfactory replacement or reconstruction (including but not limited to all costs of repair or
replacement of work of others); or City shall be entitled to accept defective Work in accordance
with Paragraph 13.08 in which case Contractor shall still be responsible for all costs associated
with exposing, observing, and testing the defective Work.
2. If the uncovered Work is not found to be defective, Contractor shall be allowed an increase
in the Contract Price or an extension of the Contract Time, or both, directly attributable to such
uncovering, exposure, observation, inspection, testing, replacement, and reconstruction.
13.05 City May Stop the Work
If the 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
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: August 18, 2025
00 �2 00 -1
GENERAL CONDITIONS
Page 50 of 63
Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of
any of them.
13.06 Correction or Removal of Defective Work
A. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to
an acceptable schedule, whether or not fabricated, installed, or completed, or, if the Work has been
rejected by City, remove it from the Project and replace it with Work that is not defective.
Contractor shall pay 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 13.06 or Paragraph 13.07,
Contractor shall take no action that would void or otherwise impair City's special warranty and
guarantee, if any, on said Work.
13.07 Correction Period
A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may be
prescribed by the terms of any applicable special guarantee required by the Contract Documents),
any Work is found to be defective, or if the repair of any damages to the land or areas made
available for Contractor's use by City or permitted by Laws and Regulations as contemplated in
Paragraph 6.10.A is found to be defective, Contractor shall promptly, without cost to City and in
accordance with City's written instructions:
1. repair such defective land or areas; or
2. correct such defective Work; or
3. if the defective Work has been rejected by City, remove it from the Project and replace it
with 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.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: August 18, 2025
00 �2 00 -1
GENERAL CONDITIONS
Page 51 of 63
C. In special circumstances where a particular item of equipment is placed in continuous service
before Final Acceptance of all the Work, the correction period for that item may start to run from
an earlier date if so provided in the Contract Documents.
D. Where defective Work (and damage to other Work resulting therefrom) has been corrected or
removed and replaced under this Paragraph 13.07, the correction period hereunder with respect
to such Work may be required to be extended for an additional period of one year after the end of
the initial correction period. City shall provide 30 days written notice to Contractor should such
additional warranty coverage be required. Contractor may dispute this requirement by filing a
Contract Claim, pursuant to Paragraph 10.06.
E. Contractor's obligations under this Paragraph 13.07 are in addition to any other obligation or
warranty. The provisions of this Paragraph 13.07 shall not be construed as a substitute for, or a
waiver of, the provisions of any applicable statute of limitation or repose.
13.08 Acceptance of Defective Work
If, instead of requiring correction or removal and replacement of defective Work, City prefers to
accept it, City may do so. Contractor shall pay all claims, costs, losses, and damages (including but
not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all
court or other dispute resolution costs) attributable to City's evaluation of and determination to accept
such defective Work and for the diminished value of the Work to the extent not otherwise paid by
Contractor. If any such acceptance occurs prior to Final Acceptance, a Change Order will be issued
incorporating the necessary revisions in the Contract Documents with respect to the Work, and City
shall be entitled to an appropriate decrease in the Contract Price, reflecting the diminished value of
Work so accepted.
13.09 City May Correct Defective Work
A. If Contractor fails within a reasonable time after written notice from City to correct defective
Work, or to remove and replace rejected Work as required by City in accordance with Paragraph
13.06.A, or if Contractor fails to perform the Work in accordance with the Contract Documents,
or if Contractor fails to comply with any other provision of the Contract Documents, City may,
after seven (7) days written notice to Contractor, correct, or remedy any such deficiency.
B. In exercising the rights and remedies under this Paragraph 13.09, City shall proceed
expeditiously. In connection with such corrective or remedial action, City may exclude Contractor
from 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 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
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: August 18, 2025
00 �2 00 -1
GENERAL CONDITIONS
Page 52 of 63
costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph
13.09 will be charged against Contractor, and a Change Order will be issued incorporating the
necessary revisions in the Contract Documents with respect to the Work; and City shall be entitled
to an appropriate decrease in the Contract Price.
D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the
performance of the Work attributable to the exercise of City's rights and remedies under this
Paragraph 13.09.
ARTICLE 14 — PAYMENTS TO CONTRACTOR AND COMPLETION
14.01 Schedule of Values
The Schedule of Values for lump sum contracts established as provided in Paragraph 2.07 will serve
as the basis for progress payments and will be incorporated into a form of Application for Payment
acceptable to City. Progress payments on account of Unit Price Work will be based on the number of
units completed.
14.02 Progress Payments
A. Applications for Payments:
1. Contractor is responsible for providing all information as required to become a vendor of the
City.
2. At least 20 days before the date established in the General Requirements for each progress
payment, Contractor shall submit to City for review an Application for Payment filled out and
signed by Contractor covering the Work completed as of the date of the Application and
accompanied by such supporting documentation as is required by the Contract Documents.
3. If payment is requested on the basis of materials and equipment not incorporated in the Work
but delivered and suitably stored at the Site or at another location agreed to in writing, the
Application for Payment shall also be accompanied by a bill of sale, invoice, or other
documentation warranting that City has received the materials and equipment free and clear of
all Liens and evidence that the materials and equipment are covered by appropriate insurance
or other arrangements to protect City's interest therein, all of which must be satisfactory to
City.
4. Beginning with the second Application for Payment, each Application shall include an affidavit
of Contractor stating that previous progress payments received on account of the Work have
been applied on account to discharge Contractor's legitimate obligations associated with prior
Applications for Payment.
5. The amount of retainage with respect to progress payments will be as described in
subsection C. unless otherwise stipulated in the Contract Documents.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: August 18, 2025
00 �2 00 -1
GENERAL CONDITIONS
Page 53 of 63
B. Review ofApplications:
1. City will, after receipt of each Application for Payment, either indicate in writing a
recommendation of payment or return the Application to Contractor indicating reasons for
refusing payment. In the latter case, Contractor may make the necessary corrections and
resubmit the Application.
2. City's processing of any payment requested in an Application for Payment will be based on
City's observations of the executed Work, and on City's review of the Application for Payment
and the accompanying data and schedules, that to the best of City's knowledge:
a. the Work has progressed to the point indicated;
b. the quality of the Work is generally in accordance with the Contract Documents (subject
to an evaluation of the Work as a functioning whole prior to or upon Final Acceptance, the
results of any subsequent tests called for in the Contract Documents, a final determination
of quantities and classifications for Work performed under Paragraph 9.05, and any other
qualifications stated in the recommendation).
3. Processing any such payment will not thereby be deemed to have represented that:
a. inspections made to check the quality or the quantity of the Work as it has been performed
have been exhaustive, extended to every aspect of the Work in progress, or involved
detailed inspections of the Work beyond the responsibilities specifically assigned to City
in the Contract Documents; or
b. there may not be other matters or issues between the parties that might entitle Contractor
to be paid additionally by City or entitle City to withhold payment to Contractor; or
c. Contractor has complied with Laws and Regulations applicable to Contractor's performance
of the Work.
4. City may refuse to process the whole or any part of any payment because of subsequently
discovered evidence or the results of subsequent inspections or tests, and revise or revoke
any such payment previously made, to such extent as may be necessary to protect City from
loss because:
a. the Work is defective or completed Work has been damaged by the Contractor or
subcontractors requiring correction or replacement;
b. discrepancies in quantities contained in previous applications for payment;
c. the Contract Price has been reduced by Change Orders;
d. City has been required to correct defective Work or complete Work in accordance with
Paragraph 13.09; or
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: August 18, 2025
00 �2 00 -1
GENERAL CONDITIONS
Page 54 of 63
e. City has actual knowledge of the occurrence of any of the events enumerated in
Paragraph 15.02.A.
C. Retainage:
1. For contracts less than $400,000 at the time of execution, retainage shall be ten percent
(10%).
2. For contracts greater than $400,000 at the time of execution, retainage shall be five percent
(5%).
D. Liquidated Damages. For each calendar day that any work shall remain uncompleted after the
time specified in the Contract Documents, the sum per day specified in the Agreement will be
assessed against the monies due the Contractor, not as a penalty, but as damages suffered by the
City.
E. Payment: Contractor will be paid pursuant to the requirements of this Article 14 and payment
will become due in accordance with the Contract Documents.
F. Reduction in Payment:
L City may refuse to make payment of the amount requested because:
a. Liens have been filed in connection with the Work, except where Contractor has delivered
a specific bond satisfactory to City to secure the satisfaction and discharge of such Liens;
b. there are other items entitling City to a set-off against the amount recommended; or
c. City has actual knowledge of the occurrence of any of the events enumerated in
Paragraphs 14.02.B.4.a through 14.02.B.4.e or Paragraph 15.02.A.
2. If City refuses to make payment of the amount requested, City will give Contractor written
notice stating the reasons for such action and pay Contractor any amount remaining after
deduction of the amount so withheld. City shall pay Contractor the amount so withheld, or any
adjustment thereto agreed to by City and Contractor, when Contractor remedies the reasons
for such action.
14.03 Contractor's Warranty of Title
Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any
Application for Payment, whether incorporated in the Project or not, will pass to City no later than the
time of payment free and clear of all Liens.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: August 18, 2025
00 �2 00 -1
GENERAL CONDITIONS
Page 55 of 63
14.04 Partial Utilization
A. Prior to Final Acceptance of all the Work, City may use or occupy any part of the Work which
has specifically been identified in the Contract Documents, or which City determines constitutes
a separately functioning and usable part of the Work that can be used for its intended purpose
without significant interference with Contractor's performance of the remainder of the Work. City
at any time may notify Contractor in writing to permit City to use or occupy any such part of the
Work which City determines to be ready for its intended use, subject to the following conditions:
1. Contractor at any time may notify City in writing that Contractor considers any such part of
the Work ready for its intended use.
2. Within a reasonable time after notification as enumerated in Paragraph 14.OS.A.1, City and
Contractor shall make an inspection of that part of the Work to determine its status of
completion. If City does not consider that part of the Work to be substantially complete, City
will notify Contractor in writing giving the reasons therefor.
3. Partial Utilization will not constitute Final Acceptance by City.
14.05 Finallnspection
A. Upon written notice from Contractor that the entire Work is S u b s t a n t i a 11 y Complete in
accordance with the Contract Documents:
1. Within 10 days, City will schedule a Final Inspection with Contractor.
2. City will notify Contractor in writing of all particulars in which this inspection reveals that
the Work is incomplete or defective ("Punch List Items"). Contractor shall immediately take
such measures as are necessary to complete such Work or remedy such deficiencies.
B. No time charge will be made against the Contractor between said date of notification to the City
of Substantial Completion and the date of Final Inspection.
Should the City determine that the Work is not ready for Final Inspection, City will notify the
Contractor in writing of the reasons and Contract Time will resume.
2. Should the City concur that Substantial Completion has been achieved with the exception of
any Punch List Items, Contract Time will resume for the duration it takes for Contractor to
achieve Final Acceptance.
14.06 Final Acceptance
Upon completion by Contractor to City's satisfaction, of any additional Work identified in the Final
Inspection, City will issue to Contractor a letter of Final Acceptance.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: August 18, 2025
00 �2 00 -1
GENERAL CONDITIONS
Page 56 of 63
14.07 Final Payment
A. Application for Payment:
1. Upon Final Acceptance, and in the opinion of City, Contractor may make an application for
final payment following the procedure for progress payments in accordance with the
Contract Documents.
2. The final Application for Payment shall be accompanied (except as previously delivered) by:
a. all documentation called for in the Contract Documents, including but not limited to the
evidence of insurance required by Paragraph 5.03;
b. consent of the surety, if any, to final payment;
c. a list of all pending or released Damage Claims against City that Contractor believes are
unsettled; and
d. affidavits of payments for employees, subcontractors, and suppliers; and complete
and legally effective releases or waivers (satisfactory to City) of all Lien rights arising
out of or Liens filed in connection with the Work .
B. Payment Becomes Due:
1. After City's acceptance of the Application for Payment and accompanying documentation,
requested by Contractor, less previous payments made and any sum City is entitled,
including but not limited to liquidated damages, will become due and payable.
2. After 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.
3. The making of the final payment by the City shall not relieve the Contractor of any
guarantees or other requirements of the Contract Documents which specifically continue
thereafter.
14.08 Final Completion Delayed and Partial Retainage Release
A. If final completion of the Work is significantly delayed, and if City so confirms, City may, upon
receipt of Contractor's final Application for Payment, and without terminating the Contract, make
payment of the balance due for that portion of the Work fully completed and accepted. If the
remaining balance to be held by City for Work not fully completed or corrected is less than the
retainage stipulated in Paragraph 14.02.C, and if bonds have been furnished as required in
Paragraph 5.02, the written consent of the surety to the payment of the balance due for that
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: August 18, 2025
00 �2 00 -1
GENERAL CONDITIONS
Page 57 of 63
portion of the Work fully completed and accepted shall be submitted by Contractor to City with
the Application for such payment. Such payment shall be made under the terms and conditions
governing final payment, eXcept that it shall not constitute a waiver of Contract Claims.
B. Partial Retainage Release. For a Contract that provides for a separate vegetative establishment
and maintenance, and test and performance periods following the completion of all other
construction in the Contract Documents for all Work locations, the City may release a portion of
the amount retained provided that all other work is completed as determined by the City. Before
the release, all submittals and final quantities must be completed and accepted for all other work.
An amount sufficient to ensure Contract compliance will be retained.
14.09 Waiver of Claims
The acceptance of final payment will constitute a release of the City from all claims or liabilities
under the Contract for anything done or furnished or relating to the work under the Contract
Documents or any act or neglect of City related to or connected with the Contract.
ARTICLE 15 — SUSPENSION OF WORK AND TERMINATION
15.01 City May Suspend Work
A. At any time and without cause, City may suspend the Work or any portion thereof by written
notice to Contractor and which may fix the date on which Work will be resumed. Contractor shall
resume the Work on the date so fixed. During temporary suspension of the Work covered by these
Contract Documents, for any reason, the City will make no extra payment for stand-by time of
construction equipment and/or construction crews.
B. Should the Contractor not be able to complete a portion of the Project due to causes beyond the
control of and without the fault or negligence of the Contractor, and should it be determined by
mutual consent of the Contractor and City that a solution to allow construction to proceed is not
available within a reasonable period of time, Contractor may request an extension in Contract
Time, directly attributable to any such suspension.
C. If it should become necessary to suspend the Work for an indefinite period, the Contractor shall
store all materials in such a manner that they will not obstruct or impede the public unnecessarily
nor become damaged in any way, and he shall take every precaution to prevent damage or
deterioration of the work performed; he shall provide suitable drainage about the work, and erect
temporary structures where necessary.
D. Contractor may be reimbursed for the cost of moving his equipment off the job and returning the
necessary equipment to the job when it is determined by the City that construction may be
resumed. Such reimbursement shall be based on actual cost to the Contractor of moving the
equipment and no profit will be allowed. Reimbursement may not be allowed if the equipment is
moved to another construction project for the City.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: August 18, 2025
00 �2 00 -1
GENERAL CONDITIONS
Page 58 of 63
15.02 City May Terminate for Cause
A. The occurrence of any one or more of the following events by way of example, but not of limitation,
may justify termination for cause:
L Contractor's persistent failure to perform the Work in accordance with the Contract Documents
(including, but not limited to, failure to supply sufficient skilled workers or suitable materials
or equipment, failure to adhere to the Project Schedule established under Paragraph 2.07 as
adjusted from time to time pursuant to Paragraph 6.04, or failure to adhere to the City's
Business Diversity Enterprise Ordinance #20020-12-2011established under Paragraph
6.06.D);
2. Contractor's disregard of Laws or Regulations of any public body having jurisdiction;
3. Contractor's repeated disregard of the authority of City; ar
4. Contractor's violation in any substantial way of any provisions of the Contract Documents;
or
5. Contractor's failure to promptly make good any defect in materials or workmanship, or
defects of any nature, the correction of which has been directed in writing by the City; or
6. Substantial indication that the Contractor has made an unauthorized assignment of the
Contract or any funds due therefrom for the benefit of any creditor or for any other purpose;
or
7. Substantial evidence that the Contractor has become insolvent or bankrupt, or otherwise
financially unable to carry on the Work satisfactorily; or
8. Contractor commences legal action in a court of competent jurisdiction against the City.
B. If one or more of the events identified in Paragraph 15.02A. occur, City will provide written notice
to Contractor and Surety to arrange a conference with Contractor and Surety to address
Contractor's failure to perform the Work. Conference shall be held not later than 15 days, after
receipt of notice.
1. If the City, the Contractor, and the Surety do not agree to allow the Contractor to proceed to
perform the construction Contract, the City may, to the extent permitted by Laws and
Regulations, declare a Contractor default and formally terminate the Contractor's right to
complete the Contract. Contractor default shall not be declared earlier than 20 days after the
Contractor and Surety have received notice of conference to address Contractor's failure to
perform the Work.
2. If Contractor's services are terminated, Surety shall be obligated to take over and perform the
Work. If Surety does not commence performance thereof within 15 consecutive calendar days
after date of an additional written notice demanding Surety's performance of its
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: August 18, 2025
00 �2 00 -1
GENERAL CONDITIONS
Page 59 of 63
obligations, then City, without process or action at law, may take over any portion of the
Work and complete it as described below.
a. If City completes the Work, City may exclude Contractor and Surety from the site and
take possession of the Work, and all materials and equipment incorporated into the Work
stored at the Site or for which City has paid Contractor or Surety but which are stored
elsewhere, and finish the Work as City may deem expedient.
3. Whether City or Surety completes the Work, Contractor shall not be entitled to receive any
further payment until the Work is finished. If the unpaid balance of the Contract Price exceeds
all claims, costs, losses and damages sustained by City arising out of or resulting from
completing the Work, such eXcess will be paid to Contractor. If such claims, costs, losses and
damages exceed such unpaid balance, Contractor shall pay the difference to City. Such claims,
costs, losses and damages incurred by City will be incorparated in a Change Order, provided
that when exercising any rights or remedies under this Paragraph, City shall not be required to
obtain the lowest price for the Work performed.
4. Neither City, nor any of its respective consultants, agents, officers, directors or employees
shall be in any way liable or accountable to Contractor or Surety for the method by which the
completion of the said Work, or any portion thereof, may be accomplished or for the price paid
therefor.
5. City, notwithstanding the method used in completing the Contract, shall not forfeit the right
to recover damages from Contractor or Surety for Contractor's failure to timely complete the
entire Contract. Contractor shall not be entitled to any claim on account of the method used
by City in completing the Contract.
6. Maintenance of the Work shall continue to be Contractor's and Surety's responsibilities as
provided for in the bond requirements of the Contract Documents or any special guarantees
provided for under the Contract Documents or any other obligations otherwise prescribed by
law.
C. Notwithstanding Paragraphs 15.02.B, Contractor's services will not be terminated if Contractor
begins within seven days of receipt of notice of intent to terminate to correct its failure to perform
and proceeds diligently to cure such failure within no more than 30 days of receipt of said notice.
D. Where Contractor's services have been so terminated by City, the termination will not affect any
rights or remedies of City against Contractor then existing or which may thereafter accrue. Any
retention or payment of moneys due Contractor by City will not release Contractor from liability.
E. If and to the extent that Contractor has provided a performance bond under the provisions of
Paragraph 5.02, the termination procedures of that bond shall not supersede the provisions of this
Article.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: August 18, 2025
00 �2 00 -1
GENERAL CONDITIONS
Page 60 of 63
15.03 City May Terminate For Convenience
A. City may, without cause and without prejudice to any other right or remedy of City, terminate the
Contract. Any termination shall be effected by mailing a notice of the termination to the Contractor
specifying the extent to which performance of Work under the contract is terminated, and the date
upon which such termination becomes effective. Receipt of the notice shall be deemed
conclusively presumed and established when the letter is placed in the United States Postal Service
Mail by the City. Further, it shall be deemed conclusively presumed and established that such
termination is made with just cause as therein stated; and no proof in any claim, demand or suit
shall be required of the City regarding such discretionary action.
B. After receipt of a notice of termination, and except as otherwise directed by the City, the
Contractor shall:
1. Stop work under the Contract on the date and to the extent specified in the notice of termination;
2. place no further orders or subcontracts for materials, services or facilities except as may be
necessary for completion of such portion of the Work under the Contract as is not terminated;
3. terminate all orders and subcontracts to the extent that they relate to the performance of the
Work terminated by notice of termination;
4. transfer title to the City and deliver in the manner, at the times, and to the eXtent, if any,
directed by the City:
a. the fabricated or unfabricated parts, Work in progress, completed Work, supplies and
other material produced as a part of, or acquired in connection with the performance of,
the Work terminated by the notice of the termination; and
b. the completed, or partially completed plans, drawings, information and other property
which, if the Contract had been completed, would have been required to be furnished to
the City.
5. complete performance of such Work as shall not have been terminated by the notice of
termination; and
6. take such action as may be necessary, or as the City may direct, for the protection and
preservation of the property related to its contract which is in the possession of the
Contractor and in which the owner has or may acquire the rest.
C. At a time not later than 30 days after the termination date specified in the notice of termination,
the Contractor may submit to the City a list, certified as to quantity and quality, of any or all items
of termination inventory not previously disposed of, exclusive of items the disposition of which
has been directed or authorized by City.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: August 18, 2025
00 �2 00 -1
GENERAL CONDITIONS
Page 61 of 63
D. Not later than 15 days thereafter, the City shall accept title to such items provided, that the list
submitted shall be subject to verification by the City upon removal of the items or, if the items are
stored, within 45 days from the date of submission of the list, and any necessary adjustments to
correct the list as submitted, shall be made priar to final settlement.
E. Not later than 60 days after the notice of termination, the Contractor shall submit his termination
claim to the City in the form and with the certification prescribed by the City. Unless an eXtension
is made in writing within such 60 day period by the Contractor, and granted by the City, any and
all such claims shall be conclusively deemed waived.
F. In such case, Contractor shall be paid for (without duplication of any items):
1. completed and acceptable Work executed in accordance with the Contract Documents prior
to the effective date of termination, including fair and reasonable sums for overhead and profit on
such Work;
2. expenses sustained prior to the effective date of termination in performing services and
furnishing labor, materials, or equipment as required by the Contract Documents in connection
with uncompleted Work, plus fair and reasonable sums for overhead and profit on such expenses;
and
3. reasonable expenses directly attributable to termination.
G. In the event of the failure of the Contractor and City to agree upon the whole amount to be paid
to the Contractor by reason of the termination of the Work, the City shall determine, on the basis
of information available to it, the amount, if any, due to the Contractor by reason of the termination
and shall pay to the Contractor the amounts determined. Contractor shall not be paid on account
of loss of anticipated profits or revenue or other economic loss arising out of or resulting from
such termination.
ARTICLE 16 — DISPUTE RESOLUTION
16.01 Methods and Procedures
A. Either City or Contractor may request mediation of any Contract Claim submitted for a decision
under Paragraph 10.06 before such decision becomes final and binding. The request for mediation
shall be submitted to the other party to the Contract. Timely submission of the request shall stay
the effect of Paragraph 10.06.E.
B. City and Contractor shall participate in the mediation process in good faith. The process shall be
commenced within 60 days of filing of the request.
C. If the Contract Claim is not resolved by mediation, City's action under Paragraph 10.06.0 or a
denial pursuant to Paragraphs 10.06.C.3 or 10.06.D shall become final and binding 30 days after
termination of the mediation unless, within that time period, City or Contractor:
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: August 18, 2025
00 �2 00 -1
GENERAL CONDITIONS
Page 62 of 63
1. elects in writing to invoke any other dispute resolution process provided for in the
Supplementary Conditions; or
2. agrees with the other party to submit the Contract Claim to another dispute resolution
process; or
3. gives written notice to the other party of the intent to submit the Contract Claim to a court of
competent jurisdiction.
ARTICLE 17 — MISCELLANEOUS
17.01 Giving Notice
A. Whenever any provision of the Contract Documents requires the giving of written notice, it will
be deemed to have been validly given if:
1. delivered in person to the individual or to a member of the firm or to an officer of the
corporation for whom it is intended; or
2. delivered at or sent by registered or certified mail, postage prepaid, to the last business
address known to the giver of the notice.
B. Business address changes must be promptly made in writing to the other party.
C. Whenever the Contract Documents specifies giving notice by electronic means such electronic
notice shall be deemed sufficient upon confirmation of receipt by the receiving party.
17.02 Computation of Times
When any period of time is referred to in the Contract Documents by days, it will be computed to
exclude the first and include the last day of such period. If the last day of any such period falls on a
Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last day
of the period.
17.03 Cumulative Remedies
The duties and obligations imposed by these General Conditions and the rights and remedies available
hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation
of, any rights and remedies available to any or all of them which are otherwise imposed or available
by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract
Documents. The provisions of this Paragraph will be as effective as if repeated specifically in the
Contract Documents in connection with each particular duty, obligation, right, and remedy to which
they apply.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: August 18, 2025
00 �2 00 -1
GENERAL CONDITIONS
Page 63 of 63
17.04 Survival of Obligations
All representations, indemnifications, warranties, and guarantees made in, required by, or given in
accordance with the Contract Documents, as well as all continuing obligations indicated in the
Contract Documents, will survive final payment, completion, and acceptance of the Work or
termination or completion of the Contract or termination of the services of Contractor.
17.05 Headings
Article and paragraph headings are inserted for convenience only and do not constitute parts of these
General Conditions.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: August 18, 2025
00 73 00
SUPPLEMENTARY CONDITIONS
Page 1 of 4
SECTION 00 73 00
SUPPLEMENTARY CONDITIONS
TO
GENERAL CONDITIONS
Supplementary Conditions
These Supplementary Conditions modify and supplement Section 00 72 00 - General Conditions, and other
provisions of the Contract Documents as indicated below. All provisions of the General Conditions that are
modiiied or supplemented remain in full force and effect as so modified or supplemented. All provisions
of the General Condirions which are not so modified or supplemented remain in full force and effect.
Defined Terms
The terms used in these Supplementary Conditions which are deiined in the General Condirions have the
meaning assigned to them in the General Conditions, unless specifically noted herein.
Modifications and Supplements
The following are instructions that modify or supplement specific paragraphs in the General Conditions and
other Contract Documents.
SC-3.03B.2, "Resolving Discrepancies"
Plans govern over Specificarions.
SC-4.OlA
Easement limits shown on the Drawing are approximate and were provided to establish a basis for bidding.
Upon receiving the final easements descriptions, Contractor shall compare them to the lines shown on the
Contract Drawings.
SC-4.O1A.1., "Availability of Lands"
The following is a list of known outstanding right-of-way, and/or easements to be acquired, if any as of
August 7�", 2025:
Outstanding Right-Of-Way, and/or Easements to Be Acquired
PARCEL OWNER TARGET DATE
NUMBER OF POSSESSION
ERNEST A SNEED November O1, 2025
The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, and
do not bind the City.
If Contractor considers the final easements provided to differ materially from the representations on the
Contract Drawings, Contractor shall within five (5) Business Days and before proceeding with the Wark,
notify City in writing associated with the differing easement line locations.
CITY OF FORT WORTH SANITARY SEWER REHABILITATION CONTRACT 105
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project Number 02721
Revised March 8, 2024
00 73 00
SUPPLEMENTARY CONDITIONS
Page 2 of 4
SC-4.O1A.2, "Availability of Lands"
Utilities or obstructions to be removed, adjusted, and/or relocated
The following is list of utilities and/or obstructions that have not been removed, adjusted, and/or relocated
as of August 7, 2025
EXPECTED UTILITY AND LOCATION TARGET DATE OF
OWNER ADJUSTMENT
None
The Contractor understands and agrees that the dates listed above are esrimates only, are not guaranteed,
and do not bind the City.
SC-4.02A., "Subsurface and Physical Conditions"
The following are reports of explorations and tests of subsurface conditions at the site of the Work:
A Street Coring Report No. CPN #CO2721, dated 8/29/2023, prepared by City of Fort Worth Soil Lab,
providing additional information on Test Holes.
The following are drawings of physical conditions in or relating to existing surface and subsurface
structures (except Underground Facilities) which are at or contiguous to the site of the Work: None
SC-4.06A., "Hazardous Environmental Conditions at Site"
The following are reports and drawings of existing hazardous environmental conditions known to the City:
None
SG5.03A., "Certificates of Insurance"
The entities listed below are "additional insureds as their interest may appear" including their respective
officers, directors, agents and employees.
(1) City
(2) Consultant: VRX, Inc.
(3) Other: None
SC-5.04A., "Contractor's Insurance"
The limits of liability for the insurance required by Paragraph GG5.04 shall provide the following
coverages for not less than the following amounts or greater where required by laws and regulations:
5.04A. Workers' Compensation, under Paragraph GG5.04A.
Statutory limits
Employer's liability
$100,000 each accident/occurrence
$100,000 Disease - each employee
$500,000 Disease - policy limit
CITY OF FORT WORTH SANITARY SEWER REHABILITATION CONTRACT 105
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project Number 02721
Revised March 8, 2024
00 73 00
SUPPLEMENTARY CONDITIONS
Page 3 of 4
SC-5.04B., "Contractor's Insurance"
5.04B. Commercial General Liability, under Paragraph GC-5.04B. Contractor's Liability Insurance
under Paragraph GG5.04B., which shall be on a per project basis covering the Contractor with
minimum limits of:
$1,000,000 each occurrence
$2,000,000 aggregate limit
The policy must have an endorsement (Amendment — Aggregate Limits of Insurance) making the
General Aggregate Limits apply separately to each job site.
The Commercial General Liability Insurance policies shall provide "X", "C", and "U" coverage's.
Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance.
SC 5.04C., "Contractor's Insurance"
5.04C. Automobile Liability, under Paragraph GG5.04C. Contractor's Liability Insurance under
Paragraph GG5.04C., which shall be in an amount not less than the following amounts:
(1) Automobile Liability - a commercial business policy shall provide coverage on "Any Auto",
defined as autos owned, hired and non-owned.
$1,000,000 each accident on a combined single limit basis. Split limits are acceptable if limits are at
least:
$250,000 Bodily Injury per person /
$500,000 Bodily Injury per accident /
$100,000 Property Damage
SC-6.04., "Project Schedule"
Project schedule shall be rier 3 for the project.
SC-6.07 A.., "Duty to pay Prevailing Wage Rates"
The following is the prevailing wage rate table(s) applicable to this project and is provided in the
Appendixes:
2013 Prevailing Wage Rates (Heavy and Highway Construction Projects)
A copy of the table is also available by accessing the City's website at:
https://apps.fortworthtexas.�ov/Proi ectResources/
You can access the file by following the directory path:
02-Construction Documents/Specifications/Div00 — General Conditions
SC-6.09., "Permits and Utilities"
None
SC-6.09A., "Contractor obtained permits and licenses"
The following are known permits and/or licenses required by the Contract to be acquired by the Contractor:
1. NPDES Stormwater Pollurion Prevention Plan (SWPPP)
2. Street Use Permit
CITY OF FORT WORTH SANITARY SEWER REHABILITATION CONTRACT 105
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project Number 02721
Revised March 8, 2024
00 73 00
SUPPLEMENTARY CONDITIONS
Page 4 of 4
SC-6.09B. "City obtained permits and licenses"
The following are known permits and/ar licenses required by the Contract to be acquired by the City:
None
SC-6.09C. "Outstanding permits and licenses"
The following is a list of known outstanding permits and/or licenses to be acquired, if any as of June 26,
2025:
Outstanding Permits and/or Licenses to Be Acquired
OWNER PERMIT OR LICENSE AND LOCATION
None
SC-7.02., "Coordination"
TARGET DATE
OF POSSESSION
The individuals or entities listed below have contracts with the City for the performance of other work at
the Site:
� Vendor Scope of Work Coordination Authority
� None
SC-8.01, "Communications to Contractor"
None
SC-9.01., "City's Project Manager"
The City's Project Manager for this Contract is Parvathi Sreekumaran Unnithan, or his/her successor
pursuant to written notification from the Director of the Water Department.
SC-13.03C., "Tests and Inspections"
None
SC-16.O1C1, "Methods and Procedures"
None
END OF SECTION
Revision Log
DATE NAME
1 /22/2016
3/9/2020
SUMMARY OF CHANGE
F. Griffin SC-9.01., "City's Project Representative" wording changed to City's Project
Manager.
D.V. Magana SC-6.07, Updated the link such that files can be accessed via the City's
website.
10/06/23 Michael Owen SC-6.07, Allow affidavit regarding paying prevailing wages to be submitted on
completion of job, as opposed to with each progress report
3/08/24 Michael Owen Removed revisions related to affidavit, as those changes have been made in
General Conditions
CITY OF FORT WORTH SANITARY SEWER REHABILITATION CONTRACT 105
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project Number 02721
Revised March 8, 2024
Division O1 - General Requirements
O1 11 00
O1 25 00
O1 31 19
O1 31 20
O1 32 16
O1 32 33
O1 33 00
O1 35 13
O1 45 23
O1 50 00
O1 55 26
O1 57 13
O1 58 13
O 1 60 00
O1 66 00
O 1 70 00
O1 71 23
O1 74 23
O1 77 19
O1 78 23
O1 78 39
Summary of Work
Substitution Procedures
Preconstruction Meeting
Project Meetings
Construction Schedule
Preconstruction Video
Submittals
Special Project Procedures
Testing and Inspection Services
Temporary Facilities and Controls
Street Use Permit and Modifications to Traffic Control
Storm Water Pollution Prevention Plan
Temporary Project Signage
Product Requirements
Product Storage and Handling Requirements
Mobilization and Remobilization
Construction Staking and Survey
Cleaning
Closeout Requirements
Operation and Maintenance Data
Project Record Documents
Last Revised
12/20/2012
07/O 1 /2011
08/18/2025
07/O 1/2011
10/06/2023
07/O 1 /2011
12/20/2012
03/11/2022
03/09/2020
07/O 1/2011
03/22/2021
07/O 1 /2011
07/O 1/2011
03/09/2020
07/O 1/2011
11 /22/2016
02/ 14/2018
07/O 1/2011
03/22/2021
12/20/2012
07/O 1 /2011
Adopted September 2011
oiiioo-i
SUMMARY OF WORK
Page 1 of 3
SECTION Ol 11 00
SUMMARY OF WORK
PART1- GENERAL
1.1 SUMMARY
A. Section Includes:
1. Summary of Work to be performed in accordance with the Contract Documents
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Speciiication 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. Wark associated with this Item is considered subsidiary to the various items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Work Covered by Contract Documents
1. Work is to include furnishing all labor, materials, and equipment, and performing
all Work necessary for this construction project as detailed in the Drawings and
Specifications.
B. Subsidiary Work
1. Any and all Work specifically governed by documentary requirements for the
project, such as conditions imposed by the Drawings ar Contract Documents in
which no specific item for bid has been provided for in the Proposal and the item is
not a typical unit bid item included on the standard bid item list, then the item shall
be considered as a subsidiary item of Work, the cost of which shall be included in
the price bid in the Proposal for various bid items.
C. Use of Premises
1. Coordinate uses of premises under direction of the City.
2. Assume full responsibility for protection and safekeeping of materials and
equipment stored on the Site.
3. Use and occupy only portions of the public streets and alleys, or other public places
or other rights-of-way as provided for in the ordinances of the City, as shown in the
Contract Documents, or as may be speci�ically authorized in writing by the City.
a. A reasonable amount of tools, materials, and equipment for construction
purposes may be stored in such space, but no more than is necessary to avoid
delay in the construction operations.
CITY OF FORT WORTH SANITARY SEWER REHABILITATION CONTRACT 105
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02721
Revised December 20, 2012
oi ii oo-z
SUMMARY OF WORK
Page 2 of 3
b. Excavated and waste materials shall be stored in such a way as not to interfere
with the use of spaces that may be designated to be left free and unobstructed
and so as not to inconvenience occupants of adjacent property.
c. If the street is occupied by railroad tracks, the Work shall be carried on in such
manner as not to interfere with the operation of the railroad.
1) All Work shall be in accordance with railroad requirements set forth in
Division 0 as well as the railroad permit.
D. Work within Easements
1. Do not enter upon private property for any purpose without having previously
obtained permission from the owner of such property.
2. Do not store equipment or material on private property unless and until the
specified approval of the property owner has been secured in writing by the
Contractor and a copy furnished to the City.
3. Unless specifically provided otherwise, clear all rights-of-way or easements of
obstructions which must be removed to make possible proper prosecution of the
Wark as a part of the project construction operations.
4. Preserve and use every precaution to prevent damage to, all trees, shrubbery, plants,
lawns, fences, culverts, curbing, and all other types of structures or improvements,
to all water, sewer, and gas lines, to all conduits, overhead pole lines, or
appurtenances thereof, including the construction of temporary fences and to all
other public or private property adjacent to the Work.
5. Notify the proper representatives of the owners or occupants of the public or private
lands of interest in lands which might be affected by the Work.
a. Such notice shall be made at least 48 hours in advance of the beginning of the
Work.
b. Notices shall be applicable to both public and private utility companies and any
corporation, company, individual, or other, either as owners or occupants,
whose land or interest in land might be affected by the Work.
c. Be responsible for all damage or injury to property of any character resulting
from any act, omission, neglect, or misconduct in the manner or method or
execution of the Work, or at any time due to defective work, material, or
equipment.
6. Fence
a. Restore all fences encountered and removed during construction of the Project
to the original or a better than original condition.
b. Erect temporary fencing in place of the fencing removed whenever the Work is
not in progress and when the site is vacated overnight, and/or at all times to
provide site security.
c. The cost for all fence work within easements, including removal, temporary
closures and replacement, shall be subsidiary to the various items bid in the
project proposal, unless a bid item is specifically provided in the proposal.
CITY OF FORT WORTH SANITARY SEWER REHABILITATION CONTRACT 105
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02721
Revised December 20, 2012
Ol ll 00 - 3
SUMMARY OF WORK
Page 3 of 3
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
112 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
DATE NAME
Revision Log
SUMMARY OF CHANGE
CITY OF FORT WORTH SANITARY SEWER REHABILITATION CONTRACT 105
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02721
Revised December 20, 2012
012500-1
SUBSTITUTION PROCEDURES
Page 1 of 4
SECTION Ol 25 00
SUBSTITUTION PROCEDURES
PART1- GENERAL
1.1 SUMMARY
A. Section Includes:
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
deiined 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 Speciiication 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 thc various itcros bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Request far Substitution - General
1. Within 30 days after award of Contract (unless noted otherwise), the City will
consider formal requests from Contractor for substitution of products in place of
those specified.
2. Certain types of equipment and kinds of material are described in Specifications by
means of references to names of manufacturers and vendors, trade names, or
catalog numbers.
a. When this method of specifying is used, it is not intended to exclude from
consideration other products bearing other manufacturer's or vendor's names,
trade names, or catalog numbers, provided said products are "or-equals," as
determined by City.
3. Other types of equipment and kinds of material may be acceptable substitutions
under the following conditions:
a. Or-equals are unavailable due to strike, discontinued production of products
meeting specified requirements, or other factors beyond control of Contractor;
or,
CITY OF FORT WORTH SANITARY SEWER REHABILITATION CONTRACT 105
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02721
Revised July 1, 20ll
Ol 25 00 - 2
SUBSTITUTION PROCEDURES
Page 2 of 4
b. Contractor proposes a cost and/or time reduction incentive to the City.
1.5 SUBMITTALS
A. See Request far 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 ariginal
product in the Contract Documents
2) Manufacturer's literature clearly marked to show compliance of proposed
product with Contract Documents
3) Itemized comparison of original and proposed product addressing product
characteristics including, but not necessarily limited to:
a) Size
b) Composition or materials of construction
c) Weight
d) Electrical or mechanical requirements
4) Product experience
a) Location of past projects utilizing product
b) Name and telephone number of persons associated with referenced
projects knowledgeable concerning proposed product
c) Available field data and reports associated with proposed product
5) Samples
a) Provide at request of City.
b) Samples become the property of the City.
c. For construction methods:
1) Detailed description of proposed method
2) Illustration drawings
C. Approval or Rejection
1. Written approval or rejection of substitution given by the City
2. City reserves the right to require proposed product to comply with color and pattern
of specified product if necessary to secure design intent.
3. In the event the substitution is approved, the resulting cost and/or time reduction
will be documented by Change Order in accordance with the General Conditions.
CITY OF FORT WORTH SANITARY SEWER REHABILITATION CONTRACT 105
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02721
Revised July 1, 20ll
012500-3
SUBSTITUTION PROCEDURES
Page 3 of 4
4. No additional contract time will be given for substitution.
Substitution will be rejected if:
a. Submittal is not through the Contractor with his stamp of approval
b. Request is not made in accordance with this Specification Section
c. In the City's opinion, acceptance will require substantial revision of the original
design
d. In the City's opinion, substitution will not perform adequately the function
consistent with the design intent
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE
A. In making request for substitution or in using an approved product, the Contractor
represents that the Contractor:
1. Has investigated proposed product, and has determined that it is adequate or
superior in all respects to that specified, and that it will perform function for which
it is intended
2. Will provide same guarantee for substitute item as for product specified
3. Will coardinate installation of accepted substitution into Wark, 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]
112 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised July 1, 20ll
SUMMARY OF CHANGE
SANITARY SEWER REHABILITATION CONTRACT 105
CITY PROJECT NO. 02721
012500-4
SUBSTITUTION PROCEDURES
Page 4 of 4
EXHIBIT A
REQUEST FOR SUBSTITUTION FORM:
TO:
PROJECT: DATE:
We hereby submit for your consideration the following product instead of the specified item for
the above project:
SECTION PARAGRAPH SPECIFIED ITEM
Proposed Substitution:
Reason for Substitution:
Include complete information on changes to Drawings and/or Specifications which proposed
substitution will require for its proper installation.
Fill in Blanks Below:
A. Will the undersigned contractor pay for changes to the building design, including engineering
and detailing costs caused by the requested substitution?
B. What effect does substitution have on other trades?
C. Differences between proposed substitution and specified item?
D. Differences in product cost or product delivery time?
E. Manufacturer's guarantees of the proposed and specified items are:
Equal Better (explain on attachment)
The undersigned states that the function, appearance and quality are equivalent or superior to the
specified item.
Submitted By: For Use by City
Signature
as noted
Firm
Address
Date
Telephone
For Use by City:
Approved
City
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised July 1, 20ll
_ Recommended
Not recommended
By
Date
Remarks
Date
Rejected
_ Recommended
Received late
SANITARY SEWER REHABILITATION CONTRACT 105
CITY PROJECT NO. 02721
013119-1
PRECONSTRUCTION MEETING
Page 1 of 3
1
2
3 PART1- GENERAL
SECTION 0131 19
PRECONSTRUCTION MEETING
4 1.1 SUMMARY
5 A. Section Includes:
6 1. Provisions for the preconstruction meeting to be held prior to the start of Work to
7 clarify construction contract administration procedures
8 B. Deviations from this City of Fort Worth Standard Specification
9 1. None.
10 C. Related Specification Sections include, but are not necessarily limited to:
11 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract
12 2. Division 1— General Requirements
13 L2 PRICE AND PAYMENT PROCEDURES
14 A. Measurement and Payment
15 1. Work associated with this Item is considered subsidiary to the various items bid.
16 No separate payment will be allowed for this Item.
17 1.3 REFERENCES [NOT USED]
18 1.4 ADMINISTRATIVE REQUIREMENTS
19 A. Coordination
20 1. Attend preconstruction meeting.
21 2. Representatives of Contractor, subcontractors and suppliers attending meetings
22 shall be qualified and authorized to act on behalf of the entity each represents.
23 3. Meeting administered by City may be tape recorded.
24 a. If recorded, tapes will be used to prepare minutes and retained by City for
25 future reference.
26 B. Preconstruction Meeting
27 1. A preconstruction meeting will be held within 14 days after the execution of the
28 Agreement and before Work is started.
29 a. The meeting will be scheduled and administered by the City.
30 2. The Project Representative will preside at the meeting, prepare the notes of the
31 meeting and distribute copies of same to all participants who so request by fully
32 completing the attendance form to be circulated at the beginning of the meeting.
33 3. Attendance shall include:
34 a. Project Representative
35 b. Contractor's project manager
36 c. Contractor's superintendent
37 d. Any subcontractor or supplier representatives whom the Contractar may desire
38 to invite or the City may request
CITY OF FORT WORTH SANITARY SEWER REHABILITATION CONTRACT 105
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02721
Revised August 18, 2025
O1 31 19 - 2
PRECONSTRUCTION MEETING
Page 2 of 3
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
e. Other City representatives
f. Others as appropriate
4. Construction Schedule
a. Prepare baseline construction schedule in accordance with Section Ol 32 16 and
provide at Preconstruction Meeting.
b. City will notify Contractor of any schedule changes upon Notice of
Preconstruction Meeting.
5. Preliminary Agenda may include:
a. Introduction of Project Personnel
b. General Description of Project
c. Status of right-of-way, utility clearances, easements or other pertinent permits
d. Contractor's wark plan and schedule
e. Contract Time
f. Notice to Proceed
g. Construction Staking
h. Progress Payments
i. Extra Wark and Change Order Procedures
j. Field Orders
k. Disposal Site Letter for Waste Material
1. Insurance Renewals
m. Payroll Certification
n. Material Certiiications 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
f£ Temporary construction facilities
gg. Final Acceptance
hh. Final Payment
ii. Questions or Comments
CITY OF FORT WORTH SANITARY SEWER REHABILITATION CONTRACT 105
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02721
Revised August 18, 2025
O1 31 19 - 3
PRECONSTRUCTION MEETING
Page 3 of 3
1 1.5 SUBMITTALS [NOT USED]
2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
3 1.7 CLOSEOUT SUBMITTALS [NOT USED]
4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
5 1.9 QUALITY ASSURANCE [NOT USED]
6 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
7 1.11 FIELD [SITE] CONDITIONS [NOT USED]
8 112 WARRANTY [NOT USED]
9 PART 2- PRODUCTS [NOT USED]
10 PART 3- EXECUTION [NOT USED]
11
12
13
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
8/18/25 M Owen Deleted Section 1.4 B.S..hh,
CITY OF FORT WORTH SANITARY SEWER REHABILITATION CONTRACT 105
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02721
Revised August 18, 2025
013120-1
PROJECT MEETINGS
Page 1 of 3
SECTION Ol 31 20
PROJECT MEETINGS
PART1- GENERAL
1.1 SUMMARY
A. Section Includes:
1. Provisions for project meetings throughout the construction period to enable orderly
review of the progress of the Work and to provide for systematic discussion of
potential problems
B. Deviations this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1— General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Coordination
1. Schedule, attend and administer as specified, periodic progress mcctings, and
specially called meetings throughout progress of the Work.
2. Representatives of Contractor, subcontractors and suppliers attending meetings
shall be qualified and autharized to act on behalf of the entity each represents.
3. Meetings administered by City may be tape recorded.
a. If recorded, tapes will be used to prepare minutes and retained by City for
future reference.
4. Meetings, in addition to those specified in this Section, may be held when requested
by the City, Engineer or Contractor.
B. Pre-Construction Neighborhood Meeting
1. After the execution of the Agreement, but before construction is allowed to begin,
attend 1 Public Meeting with affected residents to:
a. Present projected schedule, including construction start date
b. Answer any construction related questions
2. Meeting Location
a. Location of ineeting to be determined by the City.
3. Attendees
CITY OF FORT WORTH SANITARY SEWER REHABILITATION CONTRACT 105
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02721
Revised July 1, 20ll
013120-2
PROJECT MEETINGS
Page 2 of 3
a. Contractor
b. Project Representative
c. Other City representatives
4. Meeting Schedule
a. In general, the neighborhood meeting will occur within the 2 weeks following
the pre-construction conference.
b. In no case will construction be allowed to begin until this meeting is held.
C. Progress Meetings
1. Formal project coordination meetings will be held periodically. Meetings will be
scheduled and administered by Project Representative.
2. Additional progress meetings to discuss specific topics will be conducted on an as-
needed basis. Such additional meetings shall include, but not be limited to:
a. Coordinating shutdowns
b. Installation of piping and equipment
c. Coordination between other construction projects
d. Resolution of construction issues
e. Equipment approval
3. The Project Representative will preside at progress meetings, prepare the notes of
the meeting and distribute copies of the same to all participants who so request by
fully completing the attendance form to be circulated at the beginning of each
meeting.
4. Attendance shall include:
a. Contractor's project manager
b. Contractor's superintendent
c. Any subcontractor or supplier representatives whom the Contractor may desire
to invite or the City may request
d. Engineer's representatives
e. City's representatives
f. Others, as requested by the Project Representative
5. Preliminary Agenda may include:
a. Review of Work progress since previous meeting
b. Field observations, problems, conflicts
c. Items which impede construction schedule
d. Review of off-site fabrication, delivery schedules
e. Review of construction interfacing and sequencing requirements with other
f.
g•
h.
J•
k.
1.
m.
n.
construction contracts
Corrective measures and procedures to regain projected schedule
Revisions to construction schedule
Progress, schedule, during succeeding Work period
Coordination of schedules
Review submittal schedules
Maintenance of quality standards
Pending changes and substitutions
Review proposed changes for:
1) Effect on construction schedule and on completion date
2) Effect on other contracts of the Project
Review Record Documents
Review monthly pay request
CITY OF FORT WORTH SANITARY SEWER REHABILITATION CONTRACT 105
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02721
Revised July 1, 20ll
013120-3
PROJECT MEETINGS
Page 3 of 3
p. Review status of Requests for Information
6. Meeting Schedule
a. Progress meetings will be held periodically as determined by the Proj ect
Representative.
1) Additional meetings may be held at the request of the:
a) City
b) Engineer
c) Contractor
7. Meeting Location
a. The City will establish a meeting location.
1) To the extent practicable, meetings will be held at the Site.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
112 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised July 1, 20ll
SUMMARY OF CHANGE
SANITARY SEWER REHABILITATION CONTRACT 105 �
CITY PROJECT NO. 02721 1
013216-1
CONSTRUCTION PROGRESS SCHEDULE
Page 1 of 10
1
2
3 PART1- GENERAL
SECTION O1 32 16
CONSTRUCTION SCHEDULE
4 1.1 SUMMARY
5 A. Section Includes:
6 1. General requirements for the preparation, submittal, updating, status reporting and
7 management of the Construction Progress Schedule
8 2. Specific requirements are presented in the City of Fort Worth Schedule Guidance
9 Document
10 B. Deviations from this City of Fort Worth Standard Specification
11 1. None.
12 C. Related Specification Sections include, but are not necessarily limited to:
13 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract
14 2. Division 1— General Requirements
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31 1.2
D. Purpose
The City of Fort Worth (City) is committed to delivering quality, cost-effective
infrastructure to its citizens in a timely manner. A key tool to achieve this purpose is a
properly structured schedule with accurate updates. This supports effective monitoring
of progress and is input to critical decision making by the project manager throughout
the life of the project. Data from the updated project schedule is utilized in status
reporting to various levels of the City organization and the citizenry.
This Document complements the City's Standard Agreement to guide the construction
contractar (Contractor) in preparing and submitting acceptable schedules for use by the
Ciry in project delivery. The expectation is the performance of the work follows the
accepted schedule and adhere to the contractual timeline.
The Contractor will designate a qualified representative (Project Scheduler) responsible
for developing and updating the schedule and preparing status reporting as required by
the City.
PRICE AND PAYMENT PROCEDURES
32 A. Measurement and Payment
33 1. Wark associated with this Item is considered subsidiary to the various items bid.
34 No separate payment will be allowed for this Item.
35 2. Non-compliance with this specification is grounds for City to withhold payment of
36 the Contractor's invoices until Contractor achieves said compliance.
37 1.3 REFERENCES
38 A. Project Schedules
CITY OF FORT WORTH SANITARY SEWER REHABILITATION CONTRACT 105
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02721
Revised October 6, 2023
01 32 16 - 2
CONSTRUCTION PROGRESS SCHEDULE
Page 2 of 10
1 Each project is represented by City's master project schedule that encompasses the
2 entire scope of activities envisioned by the City to properly deliver the work. When the
3 City contracts with a Contractor to perform construction of the Work, the Contractor
4 will develop and maintain a schedule for their scope of work in alignment with the
5 City's standard schedule requirements as defined herein. The data and information of
6 each such schedule will be leveraged and become integral in the master project
7 schedule as deemed appropriate by the City's Project Control Specialist and approved
8 by the City's Project Manager.
9
10 1. Master Project Schedule
11 The master project schedule is a holistic representation of the scheduled activities
12 and milestones for the total project and be Critical Path Method (CPM) based. The
13 City's Project Manager is accountable for oversight of the development and
14 maintaining a master project schedule for each project. When the City contracts for
15 the design and/or construction of the project, the master project schedule will
16 incorporate elements of the Design and Construction schedules as deemed
17 appropriate by the City's Project Control Specialist. The assigned City Project
18 Control Specialist creates and maintains the master project schedule in P6 (City's
19 scheduling software).
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
2. Construction Schedule
The Contractor is responsible for developing and maintaining a schedule for the
scope of the Contractor's contractual requirements. The Contractor will issue an
initial schedule for review and acceptance by the City's Project Control Specialist
and the City's Project Manager as a baseline schedule for Contractor's scope of
work. Contractor will issue current, accurate updates of their schedule (Progress
Schedule) to the City at the end of each month throughout the life of their work.
B. Schedule Tiers
The City has a portfolio of projects that vary widely in size, complexity and content
requiring different scheduling to effectively deliver each project. The City uses a
"tiered" approach to align the proper schedule with the criteria for each project. The
City's Project Manager determines the appropriate schedule tier for each project, and
includes that designation and the associated requirements in the Contractor's scope of
work. The following is a summary of the "tiers".
36 1. Tier 1: Sma11 Size and Short Duration Project (design not required)
37 The City develops and maintains a Master Project Schedule for the project. No
38 schedule submittal is required from Contractor. City's Project Control Specialist
39 acquires any necessary schedule status data or information through discussions with
40 the respective party on an as-needed basis.
41
42
43
44
45
46
47
48
49
2. Tier 2: Small Size and Short to Medium Duration Project
The City develops and maintains a Master Project Schedule for the project. The
Contractor identifies "start" and "finish" milestone dates on key elements of their
work as agreed with the City's Project Manager at the kickoff of their work effort.
The Contractor issues to the City, updates to the "start" and "finish" dates for such
milestones at the end of each month throughout the life of their work on the project.
3. Tier 3: Medium and Large Size and/or Complex Projects Regardless of Duration
CITY OF FORT WORTH SANITARY SEWER REHABILITATION CONTRACT 105
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02721
Revised October 6, 2023
01 32 16 - 3
CONSTRUCTION PROGRESS SCHEDULE
Page 3 of 10
1 The Ciry develops and maintains a Master Project Schedule for the project. The
2 Contractor develops a Baseline Schedule and maintains the schedule of their
3 respective scope of wark on the project at a level of detail (generally Leve13) and in
4 alignment with the WBS structure in Section 1.4.H as agreed by the Project
5 Manager. The Contractor issues to the City, updates of their respective schedule
6 (Progress Schedule) at the end of each month throughout the life of their work on the
7 proj ect.
8 C. Schedule Types
9 Project delivery for the City utilizes two types of schedules as noted below. The City
10 develops and maintains a Master Project Schedule as a"baseline" schedule and issue
11 monthly updates to the City Project Manager (end of each month) as a"progress"
12 schedule. The Contractor prepares and submits each schedule type to fulfill their
13 contractual requirements.
14
15 1. Baseline Schedule
16 The Contractor develops and submits to the City, an initial schedule for their scope
17 of work in alignment with this specification. Once reviewed and accepted by the
18 City, it becomes the `Baseline" schedule and is the basis against which all progress
19 is measured. The baseline schedule will be updated when there is a change or
20 addition to the scope of work impacting the duration of the work, and only after
21 receipt of a duly authorized change order issued by the City. In the event progress is
22 significantly behind schedule, the City's Project Manager may authorize an update
23 to the baseline schedule to facilitate a more practical evaluation of progress. An
24 example of a Baseline Schedule is provided in Specification O1 32 16.1
25 Construction Project Schedule Baseline Example.
26
27 2. Progress Schedule
28 The Contractor updates their schedule at the end of each month to represent the
29 progress achieved in the work which includes any impact from authorized changes
30 in the work. The updated schedule must accurately reflect the current status of the
31 work at that point in time and is referred to as the "Progress Schedule". The City's
32 Project Manager and Project Control Specialist reviews and accepts each progress
33 schedule. In the event a progress schedule is deemed not acceptable, the
34 unacceptable issues are identified by the City within 5 working days and the
35 Contractor must provide an acceptable progress schedule within 5 working days
36 after receipt of non-acceptance notification. An example of a Progress Schedule is
37 provided in Specification O1 32 16.2 Construction Project Schedule Progress
38 Example.
39 D. City Standard Schedule requirements
40 The following is an overview of the methodology for developing and maintaining a
41 schedule for delivery of a projcct.
CITY OF FORT WORTH SANITARY SEWER REHABILITATION CONTRACT 105
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02721
Revised October 6, 2023
01 32 16 - 4
CONSTRUCTION PROGRESS SCHEDULE
Page 4 of 10
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
1. Schedule Framework - The schedule will be based on the defined scope of work
and follow the (Critical Path Methodology) CPM method. The Contractor's
schedule will align with the requirements of this specification and will be cost
loaded to reflect their plan for execution. Compliance with cost loading can be
provided with traditional cost loading of line items OR a projected cost per
month for the project when the initial schedule is submitted, updated on a
quarterly basis is significant change is anticipated. Overall schedule duration
will align with the contractual requirements for the respective scope of work and be
reflected in City's Master Project Schedule. The Project Number and Name of the
Project is required on each schedule and must match the City's project data.
E. Schedule File Name
All schedules submitted to the City for a project will have a file name that begins with
the City's project number followed by the name of the project followed by baseline (if
a baseline schedule) or the year and month (if a progress schedule), as shown below.
• Baseline Schedule File Name
Format: City Project Number Project Name_Baseline
Example: 101376 North Montgomery Street HMAC_Baseline
• Progress Schedule File Name
Format: City Project Number Project Name_YYYY-MM
Example: 101376 North Montgomery Street HMAC_2018_O1
• Project Schedule Progress Narrative File Name
Format: City Project Number Project Name_PN_YYYY-MM
Example: 101376 North Montgomery Street HMAC_PN_2018_O1
F. Schedule Templates
The Contractor will utilize the relevant sections from the City's templates provided in
the City's document management system as the basis for creating their respective
project schedule. Specifically, the Contractor's schedule will align with the layout of
the Construction section. The templates are identified by type of project as noted
below.
• Arterials
• Aviation
• Neighborhood Streets
• Sidewalks (later)
• Quiet Zones (later)
• Street Lights (later)
• Intersection Improvements (later)
• Parks
• Storm water
• Street Maintenance
• Traffic
• Water
48 G. Schedule Calendar
CITY OF FORT WORTH SANITARY SEWER REHABILITATION CONTRACT 105
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02721
Revised October 6, 2023
01 32 16 - 5
CONSTRUCTION PROGRESS SCHEDULE
Page 5 of 10
1 The City's standard calendar for schedule development purposes is based on a 5-day
2 workweek and accounts for the City's nine standard holidays (New Years, Martin
3 Luther King, Memorial, Juneteenth, Independence, Labor, Thanksgiving, day after
4 Thanksgiving, and Christmas). The Contractor will establish a schedule calendar as
5 part of the schedule development process and provide to the Project Control Specialist
6 as part of the basis for their schedule. Variations between the City's calendar and the
7 Contractor's calendar must be resolved prior to the City's acceptance of their Baseline
8 project schedule.
9
10 H. WBS & Milestone Standards for Schedule Development
11 The scope of work to be accomplished by the Contractor is represented in the schedule
12 in the form of a Work Breakdown Structure (WBS). The WBS is the basis far the
13 development of the schedule activities and shall be imbedded and depicted in the
14 schedule.
15
16
17
18
The following is a summary of the standards to be followed in preparing and
maintaining a schedule for project delivery.
19 1. Contractor is required to utilize the City's WBS structure and respective
20 project type template for "Construction" as shown in Section 1.4.H below.
21 Additional activities may be added to Levels 1- 4 to accommodate the needs
22 of the organization executing the work. Specifically, the Contractor will add
23 activities under WBS XXXXXX.80.83 "Construction Execution" that
24 delineates the activities associated with the various components of the work.
25
26 2. Contractor is required to adhere to the City's Standard Milestones as shown
27 in Section 1.4.I below. Contractor will include additional milestones
28 representing intermediate deliverables as required to accurately reflect their
29 scope of work.
30
31
32
33
34
35
36
37
I. Schedule Activities
Activities are the discrete elements of work that make up the schedule. They will be
organized under the umbrella of the WBS. Activity descriptions should adequately
describe the activity, and in some cases the extent of the activity. All activities are
logically tied with a predecessor and a successor. The only exception to this rule is for
"project start" and "project �nish" milestones.
38 The activity duration is based on the physical amount of work to be performed for the
39 stated activity, with a maximum duration of 20 working days OR a continuous activity
40 in one location. If the work for any one activity exceeds 20 days, break that activity
41 down incrementally to achieve this duration constraint. Any exception to this requires
42 review and acceptance by the Ciry's Project Control Specialist.
43
44 J. Change Orders
45 When a Change Order is issued by the City, the impact is incorporated into the
46 previously accepted baseline schedule as an update, to clearly show impact to the
47 project timeline. The Contractor submits this updated baseline schedule to the City for
CITY OF FORT WORTH SANITARY SEWER REHABILITATION CONTRACT 105
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02721
Revised October 6, 2023
01 32 16 - 6
CONSTRUCTION PROGRESS SCHEDULE
Page 6 of 10
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
review and acceptance as described in Section 1.5 below. Updated baseline schedules
adhere to the following:
1. Time extensions associated with approved contract modifications are limited to the
actual amount of time the project activities are anticipated to be delayed, unless
otherwise approved by the Program Manager.
2. The re-baselined schedule is submitted by the Contractor within ten workdays after
the date of receipt of the approved Change Order.
3. The changes in logic or durations approved by the City are used to analyze the impact
of the change and is included in the Change Order. The coding for a new activity(s)
added to the schedule for the Change Order includes the Change Order number in the
Activity ID. Use as many activities as needed to accurately show the work of the
Change Order. Revisions to the baseline schedule are not effective until accepted by
the City.
K. City's Work Breakdown Structure
WBS Code WBS Name
XXXXXX Project Name
XXXXXX.30 Design
XXXXXX.30.10 Design Contractor Agreement
XXXXXX.30.20 Conceptual Design (30%)
XXXXXX.30.30 Preliminary Design (60%)
XXXXXX.30.40 Final Design
XXXXXX.30.50 Environmental
XXXXXX.30.60 Permits
XXXXXX.30.60.10 Permits - Identification
XXXXXX.30.60.20 Permits - Review/Approve
XXXXXX.40 ROW & Easements
XXXXXX.40.10 ROW Negotiations
XXXXXX.40.20 Condemnation
XXXXXX.70 Utility Relocation
XXXXXX.70.10 Utility Relocation Co-ordination
�; �x:XXX.80 Construction
XXXXXX.80.81 Bid and Award
XXXXXX.80.83 Construction Execution
XXXXXX.80. 85 Inspection
XXXXXX.80.86 Landscaping
�; �x:XXX.90 Closeout
XXXXXX.90.10 Construction Contract Close-out
XXXXXX.90.40 Design Contract Closure
L. Ciry's Standard Milestones
The following milestone activities (i.e., important events on a project that mark critical
points in time) are of particular interest to the City and must be reflected in the project
schedule for all phases of work.
CITY OF FORT WORTH SANITARY SEWER REHABILITATION CONTRACT 105
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02721
Revised October 6, 2023
01 32 16 - 7
CONSTRUCTION PROGRESS SCHEDULE
Page 7 of 10
1 Activitv ID Activitv Name
2 Design
3 3020 Award Design Agreement
4 3040 Issue Notice to Proceed - Design Engineer
5 3100 Design Kick-off Meeting
6 3120 Submit Conceptual Plans to Utilities, ROW, Traffic, Parks, Storm Water,
7 Water & Sewer
8 3150 Peer Review Meeting/Design Review meeting (technical)
9 3160 Conduct Design Public Meeting #1 (required)
10 3170 Conceptual Design Complete
11 3220 Submit Preliminary Plans and Specifications to Utilities, ROW, Traffic,
12 Parks, Storm Water, Water & Sewer
13 3250 Conduct Design Public Meeting #2 (required)
14 3260 Preliminary Design Complete
15 3310 Submit Final Design to Utilities, ROW, Traffic, Parks, Storm Water,
16 Water & Sewer
17 3330 Conduct Design Public Meeting #3 (if required)
18 3360 Final Design Complete
19 ROW & Easements
20 4000 Right of Way Start
21 4230 Right of Way Complete
22 Utility Relocation
23 7000 Utilities Start
24 7120 Utilities Cleared/Complete
25 Construction
26 Bid and Award
27 8ll 0 Start Advertisement
28 8150 Conduct Bid Opening
29 8240 Award Construction Contract
30 Construction Execution
31 8330 Conduct Construction Public Meeting #4 Pre-Construction
32 8350 Construction Start
33 8370 Substantial Completion
34 8540 Construction Completion
35 9130 Notice of Completion/Green Sheet
36 9150 Construction Contract Closed
37 9420 Design Contract Closed
38
39 1.4 SUBMITTALS
40
41
42
43
44
45
46
A. Schedule Submittal & Review
The City's Project Manager is responsible for reviews and acceptance of the Contractor's
schedule. The City's Project Control Specialist is responsible for ensuring alignment of
the Contractor's baseline and progress schedules with the Master Project Schedule as
support to the City's Project Manager. The City reviews and accepts or rejects the
schedule within ten workdays of Contractor's submittal.
CITY OF FORT WORTH SANITARY SEWER REHABILITATION CONTRACT 105
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02721
Revised October 6, 2023
013216-8
CONSTRUCTION PROGRESS SCHEDULE
Page 8 of 10
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
Schedule Format
The Contractor will submit each schedule in two electronic forms, one in native file
format (.xer, .xml, .inpx) and the second in a pdf format, in the City's document
management system in the location dedicated for this purpose and identified by the
Project Manager. In the event the Contractor does not use Primavera P6 or MS
Project for scheduling purposes, the schedule information must be submitted in .xls or
.xlsx format in compliance with the sample layout (See Specification O1 32 16.1
Construction Project Schedule Baseline Example), including activity predecessors,
successors and total float.
2. Initial & Baseline Schedule
The Contractor will develop their schedule for their scope of work and submit their
initial schedule in electronic form (in the file formats noted above), in the City's
document management system in the location dedicated for this purpose at least S
working days prior to Pre Construction Meeting.
The City's Project Manager and Project Control Specialist review this initial schedule
to determine alignment with the City's Master Project Schedule, including format &
WBS structure. Following the City's review, feedback is provided to the Contractor
for their use in finalizing their initial schedule and issuing (within five workdays) their
Baseline Schedule for final review and acceptance by the City.
3. Progress Schedule
The Contractor will update and issue their project schedule (Progress Schedule) by the
last day of each month throughout the life of their work on the project. The Progress
Schedule is submitted in electronic form as noted above, in the City's document
management system in the location dedicaicd for this purpose.
The City's Project Control team reviews each Progress Schedule for data and
information that support the assessment of the update to the schedule. In the event
data or information is missing or incomplete, the Project Controls Specialist
communicates directly with the Contractor's scheduler for providing same. The
Contractor re-submits the corrected Progress Schedule within 5 workdays, following
the submittal process noted above. The City's Project Manager and Project Control
Specialist review the Contractor's progress schedule for acceptance and to monitor
performance and progress.
The following list of items are required to ensure proper status information is
contained in the Progress Schedule.
• Baseline Start date
• Baseline Finish Date
• % Complete
• F1oat
• Activity Logic (dependencies)
• Critical Path
• Activities added or deleted
• Expected Baseline Finish date
• Variance to the Baseline Finish Date
CITY OF FORT WORTH SANITARY SEWER REHABILITATION CONTRACT 105
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02721
Revised October 6, 2023
01 32 16 - 9
CONSTRUCTION PROGRESS SCHEDULE
Page 9 of 10
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
B. Monthly Construction Status Report
The Contractor submits a written status report (referred to as a progress narrative) at the
monthly progress meeting (if monthly meetings are held) or at the end of each month to
accompany the Progress Schedule submittal, using the standard format provided in
Specification O1 32 16.3 Construction Project Schedule Progress Narrative. The content
of the Construction Project Schedule Progress Narrative should be concise and complete
to include only changes, delays, and anticipated problems.
C. Submittal Process
• Schedules and Monthly Construction Status Reports are submitted in in the City's
document management system in the location dedicated for this purpose.
• Once the project has been completed and Final Acceptance has been issued by the
City, no further progress schedules or construction status reports are required from
the Contractor.
1.
16 1.5 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
17 1.6 CLOSEOUT SUBMITTALS [NOT USED]
18 1.7 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
19 1.8 QUALITY ASSURANCE
20
21
22
23
24
25
A. The person preparing and revising the construction Progress Schedule shall be
experienced in the preparation of schedules of similar complexity.
B. Schedule and supporting documents addressed in this Specification shall be prepared,
updated and revised to accurately reflect the performance of the construction.
C. Contractor is responsible for the quality of all submittals in this section meeting the
standard of care for the construction industry for similar projects.
26 1.9 DELIVERY, STORAGE, AND HANDLING [NOT USED]
27 1.10 FIELD [SITE] CONDITIONS [NOT USED]
28 1.11 WARRANTY [NOT USED]
29 1.12 ATTACHMENTS
30 Spec O1 32 16.1 Construction Project Schedule Baseline Example
31 Spec O1 32 16.2 Construction Project Schedule Progress Example
32 Spec O1 32 16.3 Construction Project Schedule Progress Narrative
33
CITY OF FORT WORTH SANITARY SEWER REHABILITATION CONTRACT 105
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02721
Revised October 6, 2023
01 32 16- 10
CONSTRUCTION PROGRESS SCHEDULE
Page 10 of 10
1
2 PART 2- PRODUCTS [NOT USED]
3 PART 3- EXECUTION [NOT USED]
4
5
DATE
8/13/2021
10/06/2023
6
END OF SECTION
Revision Log
NAME SUMMARY OF CHANGE
Michael Owen Revised to update specification requirements and eliminate duplicate schedule
specifications.
Michael Owen Added "Juneteenth" to list of City Holidays under 13 G. "Schedule Calendar"
CITY OF FORT WORTH SANITARY SEWER REHABILITATION CONTRACT 105
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02721
Revised October 6, 2023
O1 32 161
CONSTRUCTION PROGRESS SCHEDULE — BASELINE EXAMPLE
Page 1 of 5
2
SECTION Ol 32 161
CONSTRUCTION SCHEDULE — BASELINE EXAMPLE
3 PART1- GENERAL
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
The following is an example of a Contractor's project schedule that illustrates the data and
expectation for schedule content depicting the baseline for the project. This version of the
schedule is referred to as a"baseline" schedule. This example is intended to provide
guidance for the Contractor when developing and submitting a baseline schedule. See CFW
Speci�cation O1 32 16 Construction Schedule for details and requirements regarding the
Contractor's project schedule.
CITY OF FORT WORTH SANITARY SEWER REHABILITATION CONTRACT 105
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02721
Revised August 13, 2021
� c
�
C. �
p- C
�E
��
�<
W;
N�
o�
�S
�
3�
��
i Q
. h7
� �,
� ,o�
��
;�
3�
��
;x
C� ,�
��
,b O
az
�n
n O
�a
zr
oa
o�
N `�
J �
N O
.-� !�
CFW- Integrated Program
Project Schedule
Nr7 FTW -praiect Manaoer a;- � � �=:�c
Precor�snucnm °i� .... o_-.qp��s
P:t�� .�:�_r���:nsrurrsiCmtai .i �i il7-,;fj-�E3
z.'15 :.�vFnluSm�rn•= `n . . '- - . . ISutm�t] 1G IG 02J�Fc-t8�i
.._. � `.i'R6�i�r'iH7hf/ilf%� � � �}!-ApF�G
E: PfzConLudicn 38 � Q_-A�-{S
2I+�� Idnm:e7oRv:z•��Pmranuu3�cn��k�et:rq 1 1 1i-Apr-18
-_z_ ,:rr-a���,.� , � z�s`-Ad-1�
..�. I.;:UI=.YI[I' "_'C� 2�J h�.A�'.iG
Cmstructfon Gartract Executlon ?30 ?34 03nR��-tA
"' '-'��Nr.'.i� �� �� oart�ri�
SVC@!'� `JD W []:'i+NY-94
WabBr d 51pm� 4C� du 03M�y 18
;+ill�i 1-�ii��'.';�Ivr IG lil OSI,hr�18
tfd�i i -���in-�l:`t'� (f !i 03M1kiy18
���e�.� C,,•," ,...:. . . .. . .`S 15 i�-r,�ti9
?fSi� T•3mpFanng�epair 5 �, f"1�lun-78
PaVlIX1 45 45 05,LF}B
suso Exra+r�a� � s '.� uLL.uFtG
"',[no :it�liasatim 5 S 1�,li(4A
�76� Psnr.� 30 y] "L3JiFi�
�oyo F� w,� 2b b a�nugi�
?�4'�,?� Oc�n�[ �0 f� 1�-Aug13
. ..ni :: r-.i .� ���i;l.l. �i [I
5treet2 li3 113 23.Nm�'.2
Waler 8 S1dm -.. F3 :�n-ra
'�Gi� Tc•n[•�z•.:Y•:r li� 10 �'a-J�n-tc
��li; I.-r;>"�•�.IK•r�.:-.-r.rr� I•: IS 1bJiFl`r.
��1�6 i.3mpF�ngF:Epar 5 Osi5ug1.s.
��, , , �, � � �sA��t�f
'�-0 T�mpFa:ingReFair .� 5 2�Au�ia
ear
�"�n 5,(� .°.� ..,^.• rfi: xg r� 20 56A�g 18
va�.;ns as as osi�a-ra
2�c�0 Errar�on . . n=nr-+.
? 'd '•fab'•r�im -• -� i: . . ,
! Actual Work � � Milestone � Re�riainin...
� Remaining l�lork ♦ ♦ Criti�al Milestone � Actual Lev...
s"-�. �' Y= ��ing Work • ♦ Completed Milestone Project Ba...
�3'�y, '. E.
1aAFr-18 82Cq
G1-71pr 1$ i�hkl
1��,+�yr-58
17-Apr-18 i�220
Ya+�pr-18 8:.,9
e�?,�ay 4� �i�6
D7-Apf-19
p1-R.�r-13
il�$5¢iR
�.Ln 1B
I Er,�,ay-: & 30u0
S_d0
21-.Ln�1? �Sb1d
_�S.�rC (n 3frX�
io-sEnis
t3.A,�lo 3LYi6
b;LF49" ��6
31-F.�q:8 ?O50
�1-AugiB 3�a5
165ep;$ .i�7Ci
1�.9eD��3 3(�(�
ia��s
�i-SeptB
1SJ.i1�18 3C60
[]gA�;}3S i111G
fQAy�f$ 3�AIff
2�Augf$ 3f'�
?&Au��B "31y,]
z�•s� �a ?uo
�aoer-�s
� I-�1C-15 �1=,0
...:r-i- ..��.�
&71G 5220
H�'3(�
82E0
`.�1db.8250
33to
3L?0
3L°ffl� 85pp
�
�31,'.tG.3tD0
3�L�
5�30
3Q7q.31�
`�
�
4�!ii
311G
31�fl
��
�h
s1'xi.:i�p
31 EC�
:.17i� :."i�
i:�:�
Data Date: 3a-Mar-�8
�
�
-0�
;
'.. ._._........ . . . � -.
?C':
�
"'"" "' """"" "" '- ""-. ' """"""_ "_""__"_""'"__"_"____ _"____""""'_"_"
� � .. �..
C
sa '
-1
!
iai �_ ----- - � .
,?_
�` _
�:
!
F
0 '
u--------' ------- � �i
I
6F , �
._ ' ....... . . . . . ......... I � �
F� �
C:II'-01 B- l� eigh.l�n*.•h„nrl St��eet
[:vnsh�uction BaselinE �� �` �' '� • �'� � ple
FoRT WoRTH.
ro
�
N
0
�„
0
;N
: a,
7�
� �
� �
C' k
C. C
� k
�E
�, <
��
W�
Nt
N;
]
3�
��
i Q
. h7
7 hy
�o�
��
;�
3�
7�
;x
�i y
��
,b o
z
o�
�o
�a
zr
oa
o�
N `�
J �
N O
.-� !�
CFW- Integrated Program
....�i i=:�..n .
. iq� �I.Y �� �� n
. r�i � ._:n �i;.
'_l�i :!rr,ri ��_(rn:l�:i�:
Street 3
lWater 8 SYmn
... � i-•��i::'�•-r-�
'_". L.s. �:••.�y $�:i:T �� r'r.11'.5
�.•r,ri T�mpFanngFe�(
Pars�
�:50 Exrar�un
s�o �r.���o�
�,���.i Pac;��
�r;a Fltt Work
. . i i .,c-n �p
"lii ;'r=ct:'�i*mFiHe
57ee[4
Wa�r 8 SYmn
:':11�i I 'ii�•'.�:.I..I
�+"s�� � �
3�:s0 Tr�iP Fa+inu R.�xxr
3'�0 L�J f�' �ftrr* Cines L-32P3 & L-5�E aid Sernces
...'.50 lai' g� S9/'� LInHs L321. & L->]°.SS ana Se1YCe^
.:r.ri iampF�a+ing�iepar
Pa�hlg
,. , t.rxrvd6u�
.:.k.'�.i :,f�A2dI�J�l
ga.90 Panrg
34di f1a t^Jax
�f0 !leanu�
=!:•0 S[reet 4 Gxr ��1�� �:. �, i�'r�•. .�� il
hipectlans
_� In5[OChon
=•:(C inscecfian
'.•. i': �mai inspzcirn
�_.1� _ �•i{LlJ�?��4�:IiLl::�l?y-S
��� �
II� tp
�
I! 13
8 3
1 1
50 50
5 5
5
15 I�s
m ?b
1G 10
n n
�aa �3a
fi9 C�4i
�j F
�o x�
'S 3
20 �il
i5 15
5 �i
&� &7
10 1p
{IS i0
?0 `�
1l1 2a
ia fo
ii [�
278 ;7S
276 278
tA �t�5
f8 tb
Project Schedule
b��uw18 tzwb�-�a :fi'�1 's7[t�
�1-Nrnrlg itlbects 1i40 3��0
�nDec-ss azoa as�o
3o-a�ia z¢o��s
SQAug18 i&Se{.±8
3C�Aug18 U55ep38 31d0 3I30
0&S� 1E 17Sep i8 3i2o 32a�
f3.S� �?� II!Sf9�8 ?Y'�:� 's.Y�G.33t0
1?-0�i8 24U�c78
12-0�-18 I&Od-18 �240.31r 526p
i� r'1�f4 ��.t is 3:-�0 3[JG
?rrn�-�a _c.,�crr-.., s.*xl 3�du
�siJov,s fY{�c:s 3'-ra s�l9a
11-Gucl8 24Qao-78 3� 3300
i
?q-IJyC'.sk Sc'3:� ::Sr(i
13oap1� p1.AFr-13
1¢Sei•18 ?7�sGi8
i�;s�is =ssEr+.s 3ia�.3�.' 93�C�
: t.dap�s ?a-nd-�; Mdtl� ::Yi.i
2FOc1-1c '303-18 ??20 3✓1�
a�-o� ia �r�r-sa ��ui ?iF�
:yrJrr 18 t9-Oec�s ?'w(i �5[]
rlt�cfs '1i�ecla :�t+� �5a
07�1ai-49 Di-Apr-19
p?-,lm-1g 1(cJ3r*19 �Yl 3'.,�i
:i-Jai-�`� 7a-Fept9 lSrZF 3.�}7
�Fyo t� �M�r I� � �foo
26FeG19 5Ma18 33A 3V70
1�hA�f-1`.a I11-Il�'I-19 :�lti'J ?�20
�it �:.Fr 1u 3-01� ,�117
037iRaµ1$ 0.:,kirv1q
aar�ris ��,�.is
n:+��r-ry �si+a�-(s 3�na m,o
�`�RCr��9 i�11[rj9 '.�120.3�+ ���
t3=,ip�-;v ?&'.k�y-'a :;5,� 8530
Data Date: 3a-Mar-�8
7? �- �---�
i-
Fi
[
_- - - �---
r�� �--- --- - -- --
Gi
r;
- - -,.. �
f. -
E'. ,
c
f
.
-, ___._.'._.__w'_______ _.__-= _____� _._____ _.___._ ___.
�:
n ,
C
_ �
�
.. _....... . ..... ,.. . ..._.�,....._._. �___._.....,. .... . ...
C
L
I
� _ __....._ ....._.... .......... ....... .. .......:.......... ......... '...
�
i�
C
�� _
! Actual Work � � Mil�tone � Reariainn... �
C:II'-01 B- ltiei l�n*.•h„nrl St��eet ❑RT �RTH.. �
� Remaining l�lork ♦ ♦ Criti�al Milestone � Actual LEv... �' �°
W
� �-`. �' Y = i�ing Work • ♦ Completed Milestone Project ea... [:vnsh�uction BaselinE �� �` �' ,�, •',. �lle °,
�„
0
7�
� c
�
C. �
p- C
�E
��
�<
W;
N�
o�
�S
�
3�
��
i Q
. h7
� �,
� ,o�
��
;�
3�
��
;x
%i y
��
,b o
z
o�
�o
�a
zr
oa
o�
N `�
J �
N O
.-� !�
CFW- Integrated Program
,�.. Fm.ai•,.>6T... e,n�rr•�,irr,xs,.�i,n��.i.-,:b.
.. .. �=�•is�m�cnFin3l�=�n[I+.ti�rr
CIPS'EOIIC
,. :..,.:�il
Cwutructlm Corm�ac[ Close-out
aY-S�x sw,�ey
CarB�ctCfoeeal[
=' ��1 �': ��1'��; F.'a�'r �I aiqn
.,ssi . _ . ..... .. - - . .
9�3�
434� Fna��-�oHlr�e •r-rTr,�,..-_.. � _'
9t5b �.6ASniu�irnl;r✓iCe44�'i�Fc1
r�,
,:g� L-:ssccs�•;:mcd
Project Schedule
a n
'3�: t35 06,1un-s9
.... 1JS '.lh�lll-t'�
' - 735 U9-Jun-ig
� 5 OE-J�n-19
- � �,piri-19
, . 135 06Jun.19
e+] 30 ivr.ynl-ii
35 3E 13,u�i9
0 0
1 � 1d•Nmr19
r �,
1 I 1'r-�M1 I'�
as�,��a as�n 91CCi.y11p
1 P-0eo- :9
17-0Ec-;A
l7�DaC � v
1�.Ln14
12-J�r:lg F'i1p 311a
17.�ac49
I$,LF1y �f1i5�, 4S i�� ri
11-5[�i9 911@. 9130
2ai]c1-18 9120 �1a�
14��i9 5}�il ���
i4-fuw-3� ylA6 i16n
17�c^t �=1`q
Data Date: 3a-Mar-�8
�
�
�
r. '
ci � ... . . . . .. f
I
n
! Actual Work � � Mil�tone o Reariainin... ro t
C:II'-01 B- ltiei l�n*.•h„nrl St��eet �RT �RTH.. �;
� Remaining l�lork ♦ ♦ Criti�al Milestone � Actual LEv... �' � k
� �-`. �' Y = i�ing Work • ♦ Completed Milestone Project ea... [:vnsh�uction BaselinE �� �` �' ,�, •',. �lle °, t
�, r
0
7�
O1 32 161
CONSTRUCTION PROGRESS SCHEDULE — BASELINE EXAMPLE
Page 5 of 5
END OF SECTION
Revision Log
DATE
NAME
SUMMARY OF CHANGE
July 20, 2018
M. Jarrell Initial Issue
May 7, 2021 M Owen Revised name due to revising the schedule specification
CITY OF FORT WORTH SANITARY SEWER REHABILITATION CONTRACT 105
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02721
Revised August 13, 2021
O1 32 16.2
CONSTRUCTION PROGRESS SCHEDULE — PROGRESS EXAMPLE
Page 1 of 5
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
SECTION Ol 32 16.2
CONSTRUCTION SCHEDULE — PROGRESS EXAMPLE
PART1- GENERAL
The following is an example of a Contractor's project schedule that illustrates the data and
expectation for schedule content depicting the progress for the project. This version of the
schedule is referred to as a"progress" schedule. This example is intended to provide
guidance for the Contractor when developing and submitting a progress schedule. See
CFW Speci�cation O1 32 16 Construction Schedule for details and requirements regarding
the Contractor's project schedule.
CITY OF FORT WORTH SANITARY SEWER REHABILITATION CONTRACT 105
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02721
Revised August 13, 2021
� c
�
�' �
p- C
�E
��
�<
W;
N�
o�
�S
�
3y
��
i Q
. h7
� �,
� ,o�
�y
;�
3�
�y
;x
�y
��
,b O
z
o�
n O
� a
zr
oa
o�
N `�
J �
N O
.-� !�
CFW- Integrated Program
No FTW - Praiact M anaaer
Project Schedule
Precrosnucna, zz. i [�r���r; _•:..,�, 3
P:t�� .�•:�°r���:narurrsiCmtai .i �i l;:;i4, O�.�rr-I�3
.._, _,,.�:.'.�II.T�n��yfi 1 G 10096 CC�A;,r-18 G2�Fpr�1d
=•1•� .�4�NcfI�AmF're,ennrr•PIa�;��or6ra�cr���r���=�r�+Si.7�d� 1p Cf 'IUp% U2-.aor-tr3 i;sAL�r-18
u�s? •, .:..__�.,......�� ....... �...1g 1 � 'i9C76 17-Ayr-16 17-Ryr-18
"c2�•] prc,C<n�n,.3i:ri F�uicMEciina 1 � 1.70°6 ��SApr-18 2`_..4�r-19
._ I':.-�_..��iL ]:_�i � �l `J�$� �e-A:A-�^n �i(.�jyr-18
..�. 1.5:UI=.YI[f �lC� 1? .�`��j'.o ZSRaf�'IF, 3'rL3y�18
Cmstructfon Gartract Executlon ?30 23� 03r+�as�t8 P�-ni r-l9
.' .'�snl�'i�� 23C 2+'J � 0.;PA3y�lo 0`-apr-13
&tr�eetl �D W N++�sirl6 70.�ept8
&
WabBr d 51pnn 4C� 4� CCrF,yry� 1� 28.Ln 18
,r�vi .........,. .,.r� 0 G ��. O:.f�U«1@
:,,��, ?,,mF,,..;x•;� iu in �� ,ti+r�,ris ir+�ay�.,3
'�)1�.� ( �,;,� ,.� ,. . .. . .S i3 �6 1i�hA�y �I$ �s�J�ry 19
?fSi� T•3mp Fanng �epair 5 S i}�ib 2h,Y�r�- i3 :s3-l�r*'�u
PaVlIX1 45 45 U}.LI-19 1�}=ePl3
?ik0 Cxav�a� 5 'i W'o U.iwl-13 I"v,J�F1R
f;hn ;;t�h.z�e�m S 5 a� iG,uf fs r �.�t i;
c
?�7FiG P�nr.� 30 °,A 6% fi,�n-1�3 3'-Fdi�)�8
�7V F£i W�YF' � � f}� p'�Au�IB ��-Ru��:=
?�Y3n oc�n�� 10 f� �it �7n�a19 nt�p;$
. ..i�i .:•r-.1 � ���r I.I. �� . 5�4 ICL�eD�c
5treet2 li3 113 23�.un�1P 1r�p2�.��a
Waler 8 S1dm -.. F3 :5,ur 18 7t- �P'H
.'�Gi� Tc•n[•�:'••.Y!r li� 10 ^3i �urv1E 13.LN8
''li; �-r{:"..�.�y.r�.:-�-r.rr� I'. 15 :1% 1(r.,lll-18 �4AJ���ii3
��f6 f�mpFanngF:�r 5 �` osnd¢j a fdnu�f3
:4•�',, . . , , �, s' a4a �Ps,d�l¢•f+} Z�w,gfu
°�-n T���pFa:ingReFair .� 5 6% 2.anu�iH �uug�£i
ear
."�n s,(�. °.�. .,^.•r4:xg r� 2�] d°'o 36�hdg�1S 27��p'p
pa�ing AS AS OSnd-1$ 10.pao-13
2�c��: E.,.rr1��� . . ��< 0='�.71. II-=�n.1c
? "d i!a6�:ii•.-r n n :"5 1:'-1r1-1:: ....:�:I-lr.
! Actual Work � � Mil�tone � Re�riainin...
II Fbal .,�•r.r_a�F
-- �_. ... _;�',; _ ' � — --• —
az•nY ��� ir•nn3; is 40:
i2-7.:s- i&A
�J?RDr�13.4 CQ•P.pr-18A
(y1-Apr-1$A �'�-dj.v-1$A
17-Apr-16H fi-rlpr-18A
I:vAaf-18A 5V-k�y-1lsA
:i_xR;,1-�$R 15�hM1-]y-�{� �S
($;��r 1�a 15hM13� 1P �iS
01-FPdy-38 �&AAar-1Q G
C� 1-May-"�, 23Nar� 19 D
o�-r.u�y-�s or,.sep�a �ao
01 Nay 1a :E,Ln18 0
G1-P.4xye!e G
hTK�ay-•a iw+�cj-�s o
t"�aPla¢ s'y i�,l�rv1$ E
2'�.Wn-1S !b`-J:r�1& ��
�r,NF1B DBSeF•i8 140
iC*,wF1tl 11JuF18 11[.
l2duF1� '��,13�18 11�L�
14.AiFIR 2�AUg1B 11�
aaa�s8 �n���i9 iaE
=X���'�$ �`Sep1B ItiC�
I;�; {r 7 F} �+�r;
:7�,y�n 18 CbG�o-48 �
;7-.Ln-18 ?S�ep7B 6i
�7�Jm 1E: 11-J�I�16 C�
tt„uFlB Dt-Aug16 f�
oa;yy��s �ayHg�a �
6ar,�s� 2dA�gi�
z�nugl� �r-k�,�ls e
23Aw?.8 3SSep18 57
CC C�a-18 pfif�get(y 77
(�-O.r.-1s: �9-;•:�-13 87
i. :-I.: IrN i�:l-: • �.
Data Date: 3�-Apr-18
I'1'9!I'1��=1 11`I�k'I I`V I'�'I'1�7 ! I`I��
1
4 --- ' ---------. ,.
`_ . .
i
L� . . ..
C:II'-01P - :�Iei�bv�-hn��r�. �+���Pr FoRT V�oRTH..
� Remaining l�lork ♦ ♦ Criti�al Milestone � Actual Lev...
� _•. ,� ; ; i�ing Work • ♦ Completed Milestone Project Ba... , • .� . � � ,6} - 9 • �,rt,�'PSS �' ��' "�' � � �; �� ]]�C
ro
�
N
0
�
:o
;N
:�
7 N
� c
�
�' �
p- C
�E
��
�<
W;
N�
o�
�S
�
3y
��
i Q
. h7
� �,
� ,o�
�y
;�
3�
�y
;x
%i y
��
,b O
z
o�
n O
� a
zr
oa
o�
N `�
J �
N O
.-� !�
CFW- Integrated Program
,� r-:,.�� .
. �,� �ia� !n
:=.�'ri � ._::n �i;.
'_l�i :!rr,ri ��_(rn:l�:i�:
Street 3
lWater 8 SYmn
... � i-•��i::'�•-r-�
'-". �_s.._...;�t�:t.r��r•r.ir-s
�.•r,ri T�mpFanngFe�(
Pars�
�:50 Exrar�un
s�o �r.��;o�
?,•]n F�nA�
?NO Fltt Work
.. i i .�:-n u�
"lii ;'r=ct:��i*mFiHe
57ee[4
Wa�r 8 SYmn
=11�i I'u�•'�:.I..i �
3�:s0 T�iGFa+m]R.�xxr
h5t� L� E" �ft�* Lines L32P3 & L-5�E aid Sernces
...'.��i a.� �� i�HN i i7.-r i.a�1 � R: �.: A''.. Y+ r,T/I =.a^ :�
-�_r.ri fYnpi'a.ing�iepar
��
,. , t.rxrvd6u�
.:.k.'�.i :,f�2dl�J�l
ga.90 Panrg
sa�i 11a vJax
� i0 !'ledn up
?!`•0 S[reet 4 Gxr ��1�� �:. �, i�'r�•. .�� il
hipectlans
��r�� InsGachrm
=•:•E: fina(Inspedim
"Si� •-- � l I�s
... .. . r�smurcn FivaL:.:r-�[krn �
zo �
i�� t�
&�
I! 13
8 3
1 �
50 50
5 5
� �
�S t(1
20 ?0
1G i[f
r p
�3u 734
fi9 C�4i
6 5
�o x�
'S 3
20 2a
t5 �5
s S
fi0 &0
10 1p
��5 io
?6 'fi
20 1�
10 %
U o
278 :l8
72� 725
�� {�
�d ��f
ri ,i
Project Schedule
�I�76 (1,Y'i`.�f-i£: ��Si�P�'r��1
i;Yc zP+.�w-s r�}xo-15
;4 ICYi�qc-'l8
_4Aug1g ?1-e7e:��lE
3:LA�g1B 1&�pf8
�Qc 3GAuy}1g r�5yp' �
G7a 03.�.18 i7.=ap:g
i146 1�,-.=EL`�� (�.�'L�`f�
12-OC[-18 4-C��18
096 12-Gct-18 I &�ct-18
I1W 4�sU3-fN '�-uc��S
b§e �oa-ia 2�i�w-�a
G90 18-r3w-18 17-C�c18
096 11��18 24-'Jec18
� :�t]�riN
19.=.e{r18 01-apr-19
195e�.1P 27-c7eU18
aW 13=rp-1B ��epl8
,C4h 1/.�.�Vi� /.-i-Cicf �i
� 25o�E f� �4a=f&
49'e 3�Od-1fr 7¢Nw-18
(hf, �r�ov-7S f�Ered18
096 �r�c�8 �}��ec%
07,�rF19 �1-Apr-19
pRh p'�;a�19 1�c„gr�19
,:% ee�rE�3 W-��bf'�
�19e (/�Fdrig L*itrl'�.r-���
an ��;s zsnw-�a
� 1`+h'�]r-I� C�'-P.(+f-I';�
£��e D AF�r 17
03-Wt�y�1B R Jirv19
UR6 Ll3i+M13y IS `-`A�-'O
6� 0`2-k�t-(�d �r+tif,f-ly
�� ,�� iy ���-��
.".�� CS1�r-1y
y{{}C-13
�t ucu'2
28Auu `3
?&AiY} sE3
2�Aucr �3
04-Sep �8
�h'��t�
10-Od-18
10.0d-18
i7-bd•ii3
_^Op�18
14fJbv-�8
07Deo-78
17-Sep 78
17-5�?8
17 �� i8
d�yK��$
�
�3-oa �a
26-Od-18
1i�Ji7v-'R
iSi7ec �9
7i-J�n-19
0.;-,Jdn-14
i�-J.arri i
6i��eo sy
iaF�}i�
15+�1a=1v
01-FA�'y-58
G 1-h53y «
�Md �y
f��r�-ts
>..r�,,.-�s� Y1
a�-L�-�s 1t
rk{'{�.'lc�-IY� /r'
2(1Dec18 67
I-0-ceF.18 0
31-Au�18 L
135up18 G
ra-��f�s G
��e ar
16-0 t-18 67
�+7d• 1a� �i
�Flov-1B 6`�
1� IS 8�
XiCbc1B �
_*(I�:-{8 61
�r-19 9
2R{kx 16 2
4'E 18 G
r`f���� C
=���-is t
�Nrn-1fl C
��-0ec�a c
k'"ddcts 6
�cN4ar-19 p
16,Ar�19 C
3j,prv�y �
L'Fenf§ u
21-hRar-19 C
�1-19 C
�rro��9 C
{�,r�tg D
21-I✓rr-19 5
YI-,�d- Is �
��.ft ��
;11r-99 .
Data Date: 3�-Apr-18
4
[
2
2
2
2
2
i
2
�
2
�
t
�--
�
. . . ... ....
'.._ .... ..' ____—__._�_.__ _.
� � i
'_ _ _._ __ . ___; _._'____ _.
�
__ _ _ � i
- -' - .. ...
_�:
I....�. �.. .
- I
�
! Actual Work � � Mil�tone � Reariainn... �
�:��'-OIP - :�Iei6 ����-h� ��,.�Pt ❑RT oRTH. �
� Remaining l�lork ♦ ♦ Criti�al Milestone � Actual LEv... �
� _•. ,� ; ; i�ing Work • ♦ Completed Milestone Project Ba... , • .� . � � ,6} - 9 • �,rt,�'PSS �' ��' "�' � � �; �� ]]�C �
�
:�
;N
:�
7 N
� c
�
�' �
p- C
�E
��
�<
W;
N�
� �
�
3y
��
i Q
. h7
� �,
�o�
�y
;�
3�
�y
;x
(�i y
��
�o
z
o�
n O
� a
zr
oa
o�
N `�
J �
N O
.-� !�
CFVII- Integrated Program
�•,•�r� � ' n,�n� i•r �-.
..�. =�aIWsFThn�.�:f�:r�=c.irpl�{�.dPund�Li�-esti�
.n r�edi�n
Closeart
Y.i i..r�i.
Cmshuctien Cortract Ciesa�o�R
As-Beiit Suvey
��I:� +l:E•.t�.s_-.•:�:r��•;mit•;il�•=cr�:r�=•:r�
Ca�au Closeau[
��I�O =mtra3�cconcilaon
] 1,:.: .�uM1 A[d�5 iPfqy�[ tY,�Y� [ �OOIm e�a(qn S
P130 Nchce � CnrrN�vn�rrsn ��ee[
914U �mal Constru�t�m � i�nt�ad Inroix Pad
9150 Cmi�.�dirn Ccrdr¢<7c%d
nl�� _c-:sir�sLW��re�
Project Schedule
.. _� I M_ I I���..;r,.il "', I L'L r�LIc:7 �[drt I tlL f'Ti��Pr" 1 iiii�.li
Cumulere
i i u55 [Y.�.�m-il �S.k�rvl-
_' . _+5 0?6 �33hay-18 C`..Lir I :
1?`� 135 O�,A1fF19 17'�]P.G18
I°•: I% �96 CEJun-12 17-Jec�l�
4= 135 06,1m-19 I7-9�o-19
. 5 OSJun-15 12�.Ln 15
S S OS6 �%.bArv1:� I?-.�1�1`.i
135 1a5 0&Jun-19 17-C]ec-13
3G 3:I 0% 06Jun-19 1i:JiFl9
38 3B OW SgJUF1? 1-1-�ap13
0 D 0 fi 2a0�3-19
1 1 �fi }GNov�59 1-0�Now13
{i D P9F 14M�13
I � Oh '�D�'� 17 r�; 13
. .'li I -.�i:IN
..,�.in-1`.+ il%-,Ln-Id
:II+k3yl8 Ss-J�n-ly
•:�1ti m-t9 13f.uG19
u
W-,Iurv19 13Csc 1•3
tya��t� 13L::wty
�1 Ln�79 1d•,Ln 19
la�.iln-iy �0-,Un-iy
OA�rv79 13i'�c19
M�ir 19 17.LI-�a
17-JtF19 0&Sc�s.19
;1-OC-t�
}2•Now19 12JJw� 1 ]
1,�iuv-t9
+3p:r, 1�: 19�r+:19
Data Date: 3�-A{�r-'f 8
I�[�I V�r��n��-L•I_ �;Ili; ;l,"a I
ru3tl rrnv.eate `'�`��l�l�l#��'1II'11.y��1�ly11`'II�I�
� � .
9 2
—' ` ' = �
� � �
U _ ` ��
25 2
0 2 ---
'� 2
._. �_._,...... .... ..... .... .
0 2
9 2
a z i
_ ` _.. ... .;...... ..... ... . . . . .. .i
0 2
� _ .
� Actuaf 1Nork � ♦ Milstone Q Remain�,,, �
� Reariaining Work � ♦ Crrtical Milestone � Actval Le�... �"IP-01P - hrighl�cfnc�xx� Strcct ORT �V�RTH._. �
�
� Critical Remainng Work i ♦ Completed Miiesto3�e Project Ba... �.DllStl'UCtlCII] l�i'�g,l'@SS �C�1@[iU�e �'�.!i1Xll]7�C °,
ln
'o
,N
: a,
7 N
O1 32 16.2
CONSTRUCTION PROGRESS SCHEDULE — PROGRESS EXAMPLE
Page 5 of 5
END OF SECTION
Revision Log
DATE
NAME
SUMMARY OF CHANGE
July 20, 2018
M. Jarrell Initial Issue
May 7, 2021 M Owen Revised name due to revising the schedule specification
CITY OF FORT WORTH SANITARY SEWER REHABILITATION CONTRACT 105
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02721
Revised August 13, 2021
0132 16.3
—PROGRESS NARRATIVE
Page 1 of 1
SECTION O1 32 16.3
CONSTRUCTION PROJECT SCHEDULE PROGRESS NARRATIVE
Reporting Period:
Project Name:
City Project No:
City Project Manager:
Date Issued:
Contractor Company Name:
Contractor5chedule Contact:
A. List of activities changed in the reporting period.
1. (insert text here)
2. (insert text here)
3. (insert text here)
4. (insert text here)
5. (insert text here)
6. (insert text here)
B. List any potential delays and provide mitigation actions
1. (insert text here)
2. (insert text here)
3. (insert text here)
C. List any actual delays and provide recoveryactions
1. (insert text here)
2. (insert text here)
3. (insert text here)
City of Fort Worth, Texas
Construction Project Schedule Narrative Report for CFW Projeds
Revised August 13, 2021
Page 1 of 1
013233-1
PRECONSTRUCTION VIDEO
Page 1 of 2
SECTION Ol 32 33
PRECONSTRUCTION VIDEO
PART1- GENERAL
1.1 SUMMARY
A. Section Includes:
1. Administrative and procedural requirements for:
a. Preconstruction Videos
B. Deviations from this City of Fort Worth Standard Specification
1. 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. Wark 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]
110 DELIVERY, STORAGE, AND HANDLING [NOT USED]
111 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
CITY OF FORT WORTH SANITARY SEWER REHABILITATION CONTRACT 105
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02721
Revised July 1, 20ll
Ol 32 33 - 2
PRECONSTRUCTION VIDEO
Page 2 of 2
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised July 1, 20ll
SUMMARY OF CHANGE
SANITARY SEWER REHABILITATION CONTRACT 105
CITY PROJECT NO. 02721
O13300-1
SUBMITTALS
Page 1 of 8
SECTION O1 33 00
SUBMITTALS
PART1- 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. Wark 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
fl Delivery
g) Similar sequenced activities
c. No extension of time will be authorized because of the Contractar's failure to
transmit submittals sufficiently in advance of the Work.
CITY OF FORT WORTH SANITARY SEWER REHABILITATION CONTRACT 105
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02721
Revised DecemUer 20, 2012
Ol 33 00 - 2
SUBMITTALS
Page 2 of 8
d. Make submittals promptly in accordance with approved schedule, and in such
sequence as to cause no delay in the Wark or in the work of any other
contractor.
B. Submittal Numbering
When submitting shop drawings or samples, utilize a 9-character submittal cross-
reference identi�cation 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:
1 1 11 1: :
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
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
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 represcnt that I have determined and verified
field measurements, field construction criteria, materials, dimensions,
catalog numbers and similar data and I have checked and coordinated each
item with other applicable approved shop drawings."
D. Submittal Format
1. Fold shop drawings larger than 8'/z inches x 11 inches to 8'/z inches x 11 inches.
2. Bind shop drawings and product data sheets together.
3. Order
a. Cover Sheet
1) Description ofPacket
2) Contractor Certification
b. List of items / Table of Contents
c. Product Data /Shop Drawings/Samples /Calculations
E. Submittal Content
1. The date of submission and the dates of any previous submissions
CITY OF FORT WORTH SANITARY SEWER REHABILITATION CONTRACT 105
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02721
Revised DecemUer 20, 2012
Ol 33 00 - 3
SUBMITTALS
Page 3 of 8
F
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 ar Federal Specification numbers
9. Identi�ication by highlighting of deviations from Contract Documents
10. Identi�ication by highlighting of revisions on resubmittals
11. An 8-inch x 3-inch blank space for Contractor and City stamps
Shop Drawings
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
£ Special wiring diagrams
g. Coordination drawings
h. Individual system or equipment inspection and test reports including:
1) Performance curves and certifications
i. As applicable to the Work
2. Details
a. Relation of the various parts to the main members and lines of the structure
b. Where correct fabrication of the Work depends upon field measurements
1) Provide such measurements and note on the drawings prior to submitting
for approval.
G. Product Data
1. For submittals of product data for products included on the City's Standard Product
List, clearly identify each item selected for use on the Project.
2. For submittals of product data for products not included on the City's Standard
Product List, submittal data may include, but is not necessarily limited to:
a. Standard prepared data for manufactured products (sometimes referred to as
catalog data)
1) Such as the manufacturer's product specification and installation
instructions
2) Availability of colors and patterns
3) Manufacturer's printed statements of compliances and applicability
4) Roughing-in diagrams and templates
5) Catalog cuts
6) Product photographs
CITY OF FORT WORTH SANITARY SEWER REHABILITATION CONTRACT 105
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02721
Revised DecemUer 20, 2012
Ol 33 00 - 4
SUBMITTALS
Page 4 of 8
7) Standard wiring diagrams
8) Printed performance curves and operational-range diagrams
9) Production or quality control inspection and test reports and certifications
10) Mill reports
11) Product operating and maintenance instructions and recommended
spare-parts listing and printed product warranties
12) As applicable to the Work
H. Samples
As specified in individual Sections, include, but are not necessarily limited to:
a. Physical examples of the Work such as:
1) Sections of manufactured or fabricated Work
2) Sma11 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
c.
�
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.
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
Samples
1) Distributed to the Project Representative
2. Hard Copy Distribution (if required in lieu of electronic distribution)
CITY OF FORT WORTH SANITARY SEWER REHABILITATION CONTRACT 105
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02721
Revised DecemUer 20, 2012
Ol 33 00 - 5
SUBMITTALS
Page 5 of 8
[:
c.
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.
Product Data
1) Distributed to the City
2) Copies
a) 4 copies
Samples
1) Distributed to the Project Representative
2) Copies
a) Submit the number stated in the respective Specification Sections.
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 iinds 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 TAI{EN" 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/ar material for manufacture.
b. Code 2
CITY OF FORT WORTH SANITARY SEWER REHABILITATION CONTRACT 105
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02721
Revised DecemUer 20, 2012
Ol 33 00 - 6
SUBMITTALS
Page 6 of 8
c.
�
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.
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.
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 diffcrcnt manufacturer/vendar
to meet the Contract Documents.
6. Resubmittals
a. Handled in the same manner as first submittals
1) Corrections other than requested by the City
2) Marked with revision triangle or other similar method
a) At Contractor's risk if not marked
b. Submittals for each item will be reviewed no more than twice at the City's
expense.
1) All subsequent reviews will be performed at times convenient to the City
and at the Contractor's expense, based on the City's or City
Representative's then prevailing rates.
2) Provide Contractor reimbursement to the City within 30 Calendar Days for
all such fees invoiced by the City.
c. The need for more than 1 resubmission or any other delay in obtaining City's
review of submittals, will not entitle the Contractor to an extension of Contract
Time.
7. Partial Submittals
a. City reserves the right to not review submittals deemed partial, at the City's
discretion.
b. Submittals deemed by the City to be not complete will be returned to the
Contractor, and will be considered "Not Approved" until resubmitted.
c. The City may at its option provide a list or mark the submittal directing the
Contractor to the areas that are incomplete.
8. If the Contractor considers any correction indicated on the shop drawings to
constitute a change to the Contract Documents, then written notice must be
provided thereof to the City at least 7 Calendar Days prior to release for
manufacture.
CITY OF FORT WORTH SANITARY SEWER REHABILITATION CONTRACT 105
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02721
Revised DecemUer 20, 2012
Ol 33 00 - 7
SUBMITTALS
Page 7 of 8
9. When the shop drawings have been completed to the satisfaction of the City, the
Contractor may carry out the construction in accordance therewith and no further
changes therein except upon written instructions from the City.
10. Each submittal, appropriately coded, will be returned within 30 Calendar Days
following receipt of submittal by the City.
L. Mock ups
1. Mock Up units as specified in individual Sections, include, but are not necessarily
limited to, complete units of the standard of acceptance for that type of Work to be
used on the Project. Remove at the completion of the Work or when directed.
M. Qualifications
1. If specifically required in other Sections of these Specifications, submit a P.E.
Certification for each item required.
N. Request for Information (RF�
Contractor Request for additional information
a. Clarification or interpretation of the contract documents
b. When the Contractor believes there is a conflict between Contract Documents
c. When the Contractor believes there is a conflict between the Drawings and
Specifications
1) Identify the conflict and request clarification
2. Use the Request for Information (RF� form provided by the City.
3. Numbering of RFI
a. Prefix with "RFP' followed by series number, "-xxx", beginning with "O1" and
increasing sequentially with each additional transmittal.
4. Sufficient information shall be attached to permit a written response without further
information.
5. The City will log each request and will review the request.
a. If review of the project information request indicates that a change to the
Contract Documents is required, the City will issue a Field Order ar Change
Order, as appropriate.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
111 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
CITY OF FORT WORTH SANITARY SEWER REHABILITATION CONTRACT 105
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02721
Revised DecemUer 20, 2012
O13300-8
SUBMITTALS
Page 8 of 8
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME
12/20/2012 D. Johnson
SUMMARY OF CHANGE
1.4.K8. Working Days modified to Calendar Days
C1TY OF FORT WORTH SANITARY SEWER REHABILITATION CONTRACT 105
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02721
Revised DecemUer 20, 2012
013513-1
SPECIAL PROJECT PROCEDURES
Page 1 of 8
2
3 PART1- GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
6
7
8
9
10
11
12
13
14
15
16
17
18
SECTION O1 35 13
SPEClAL PROJECT PROCEDURES
1. The procedures for special project circumstances that includes, but is not limited to:
a. Coordination with the Texas Department of Transportation
b. Work near High Voltage Lines
c. Con�ned Space Entry Program
d. Use of Explosives, Drop Weight, Etc.
e. Water Department Notification
£ Public Notification Prior to Beginning Construction
g. Coordination with United States Army Corps of Engineers
h. Coordination within Railroad permits areas
i. Dust Control
j. Employee Parking
B. Deviations from this Ciry of Fort Worth Standard Specification
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 Contract
21 2. Division 1— General Requirements
22 3. Section 33 12 25 — Connection to Existing Water Mains
23 1.2 PRICE AND PAYMENT PROCEDURES
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
A. Measurement and Payment
1. Coordination within Railroad permit areas
a. Measurement
1) Measurement for this Item will be by lump sum.
b. Payment
1) The work performed and materials furnished in accordance with this Item
will be paid for at the lump sum price bid for Railroad Coordination.
c. The price bid shall include:
1) Mobilization
2) Inspection
3) Safety training
4) AdditionalInsurance
5) Insurance Certificates
6) Other requirements associated with general coordination with Railroad,
including additional employees required to protect the right-of-way and
property of the Railroad from damage arising out of and/or from the
construction of the Project.
2. Railroad Flagmen
CITY OF FORT WORTH SANITARY SEWER REHABILITATION CONTRACT 105
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02721
Revised March 11, 2022
O1 35 13 - 2
SPECIAL PROJECT PROCEDURES
Page 2 of 8
1
2
3
4
5
6
7
8
9
10
11
12
13
a. Measurement
1) Measurement for this Item will be per working day.
b. Payment
1) The work performed and materials furnished in accardance with this Item
will be paid for each working day that Railroad Flagmen are present at the
Site.
c. The price bid shall include:
1) Coordination for scheduling flagmen
2) Flagmen
3) Other requirements associated with Railroad
3. All other items
a. Work associated with these Items is considered subsidiary to the various Items
bid. No separate payment will be allowed for this Item.
14 1.3 REFERENCES
15 A. Reference Standards
16 1. Reference standards cited in this Specification refer to the current reference
17 standard published at the time of the latest revision date logged at the end of this
18 Specification, unless a date is specifically cited.
19 2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752.
20 High Voltage Overhead Lines.
21 1.4 ADMINISTRATIVE REQUIREMENTS
22 A. Coordination with the Texas Department of Transportation
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
1. When work in the right-of-way which is under the jurisdiction of the Texas
Department of Transportation (TxDOT):
a. Notify the Texas Department of Transportation prior to commencing any work
therein in accordance with the provisions of the permit
b. All work performed in the TxDOT right-of-way shall be performed in
compliance with and subject to approval from the Texas Department of
Transportation
B. Work near High Voltage Lines
1. Regulatory Requirements
a. All Work near High Voltage Lines (more than 600 volts measured between
conductors or between a conductor and the ground) shall be in accordance with
Health and Safety Code, Title 9, Subtitle A, Chapter 752.
2. Warning sign
a. Provide sign of sufficient size meeting all OSHA requirements.
3. Equipment operating within 10 feet of high voltage lines will require the following
safety features
a. Insulating cage-type of guard about the boom or arm
b. Insulator links on the lift hook connections for back hoes or dippers
c. Equipment must meet the safety requirements as set forth by OSHA and the
safety requirements of the owner of the high voltage lines
4. Work within 6 feet of high voltage electric lines
a. Notification shall be given to:
1) The power company (example: ONCOR)
CITY OF FORT WORTH SANITARY SEWER REHABILITATION CONTRACT 105
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02721
Revised March 11, 2022
013513-3
SPECIAL PROJECT PROCEDURES
Page 3 of 8
1
2
3
4
5
6
7
8
L
c.
a) Maintain an accurate log of all such calls to power company and record
action taken in each case.
Coordination with power company
1) After notification coordinate with the power company to:
a) Erect temporary mechanical barriers, de-energize the lines, or raise or
lower the lines
No personnel may work within 6 feet of a high voltage line before the above
requirements have been met.
9 C. Con�ned Space Entry Program
10 1. Provide and follow approved Confined Space Entry Program in accordance with
11 OSHA requirements.
12 2. Confined Spaces include:
13 a. Manholes
14 b. All other confined spaces in accardance with OSHA's Permit Required for
15 Con�ned Spaces
16 DELETE the below item, if not required for project. The following link is to Fact Sheet re: Air
17 Permitting:
18 https://www.tcea.texas.�ov/assets/vublic/nermittin�/air/factsheets/permit-factsheet.vdf
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
D. TCEQ Air Permit
1. Obtain TCEQ Air Permit for construction activities per requirements of TCEQ.
E. Use of Explosives, Drop Weight, Etc.
1. When Contract Documents permit on the project the following will apply:
a. Public Notification
1) Submit notice to City and proof of adequate insurance coverage, 24 hours
prior to commencing.
2) Minimum 24 hour public notification in accordance with Section O1 31 13
F. Water Department Coordination
1. During the construction of this project, it will be necessary to deactivate, for a
period of time, existing lines. The Contractor shall be required to coordinate with
the Water Department to determine the best times for deactivating and activating
those lines.
2. Coordinate any event that will require connecting to or the operation of an existing
City water line system with the City's representative.
a. Coordination shall be in accordance with Section 33 12 25.
b. If needed, obtain a hydrant water meter from the Water Department for use
during the life of named project.
c. In the event that a water valve on an existing live system be turned off and on
to accommodate the construction of the project is required, coordinate this
activity through the appropriate City representative.
1) Do not operate water line valves of existing water system.
a) Failure to comply will render the Contractor in violation of Texas Penal
Code Title 7, Chapter 28.03 (Criminal Mischie� and the Contractor
will be prosecuted to the full extent of the law.
b) In addition, the Contractor will assume all liabilities and
responsibilities as a result of these actions.
46 G. Public Notification Prior to Beginning Construction
CITY OF FORT WORTH SANITARY SEWER REHABILITATION CONTRACT 105
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02721
Revised March 11, 2022
O1 35 13 - 4
SPECIAL PROJECT PROCEDURES
Page 4 of 8
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
1. Prior to beginning construction on any block in the project, on a block by block
basis, prepare and deliver a notice or flyer of the pending construction to the front
door of each residence or business that will be impacted by construction. The notice
shall be prepared as follows:
a. Post notice or flyer and City of Fort Worth Door Hangers, 7 days prior to
beginning any construction activity on each block in the project area.
1) Prepare flyer on the Contractor's letterhead and include the following
information:
a) Name of Project
b) City Project No (CPN)
c) Scope of Project (i.e. type of construction activity)
d) Actual construction duration within the block
e) Name of the contractor's foreman and phone number
fj Name of the City's inspector and phone number
g) City's after-hours phone number
2) A sample of the `pre-construction notification' flyer is attached as Exhibit
A.
3) City of Fort Worth Door Hangers will be provided to the Contractor for
distribution with their notice.
4) Submit schedule showing the construction start and finish time for each
block of the project to the inspector.
5) Deliver flyer to the City Inspector for review prior to distribution.
b. No construction will be allowed to begin on any block until the flyer and door
hangers are delivered to all residents of the block.
H. Public Notification of Temporary Water Service Interruption during Construction
1. In the event it becomes necessary to temporarily shut down water service to
residents or businesses during construction, prepare and deliver a notice or flyer of
the pending interruption to the front door of each affected resident.
2. Prepared notice as follows:
a. The notification ar flyer shall be posted 24 hours prior to the temporary
interruption.
b. Prepare flyer on the contractor's letterhead and include the following
information:
1) Name of the project
2) City Project Number
3) Date of the interruption of service
4) Period the interruption will take place
5) Name of the contractor's foreman and phone number
6) Name of the City's inspector and phone number
c. A sample of the temporary water service interruption notification is attached as
Exhibit B.
d. Deliver a copy of the temporary interruption notification to the City inspector
for review prior to being distributed.
e. No interruption of water service can occur until the flyer has been delivered to
all affected residents and businesses.
£ Electronic versions of the sample flyers can be obtained from the Project
Construction Inspector.
48 I. Coordination with United States Army Corps of Engineers (USACE)
CITY OF FORT WORTH SANITARY SEWER REHABILITATION CONTRACT 105
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02721
Revised March 11, 2022
013513-5
SPECIAL PROJECT PROCEDURES
Page 5 of 8
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
1. At locations in the Project where construction activities occur in areas where
USACE permits are required, meet all requirements set forth in each designated
permit.
J. Coordination within Railroad Permit Areas
1. At locations in the project where construction activities occur in areas where
railroad permits are required, meet all requirements set forth in each designated
railroad permit. This includes, but is not limited to, provisions for:
a. Flagmen
b. Inspectors
c. Safety training
d. Additional insurance
e. Insurance certificates
£ Other employees required to protect the right-of-way and property of the
Railroad Company from damage arising out of and/or from the construction of
the project. Proper utility clearance procedures shall be used in accordance
with the permit guidelines.
2. Obtain any supplemental information needed to comply with the railroad's
requirements.
3. Railroad Flagmen
a. Submit receipts to City for verification of working days that railroad flagmen
were present on Site.
K. Dust Control
1. Use acceptable measures to control dust at the Site.
a. If water is used to control dust, capture and properly dispose of waste water.
b. If wet saw cutting is performed, capture and properly dispose of slurry.
L. Employee Parking
1. Provide parking for employees at locations approved by the City.
CITY OF FORT WORTH SANITARY SEWER REHABILITATION CONTRACT 105
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02721
Revised March 11, 2022
013513-6
SPECIAL PROJECT PROCEDURES
Page 6 of 8
1 1.5 SUBMITTALS [NOT USED]
2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
3 1.7 CLOSEOUT SUBMITTALS [NOT USED]
4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
5 1.9 QUALITY ASSURANCE [NOT USED]
6 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
7 1.11 FIELD [SITE] CONDITIONS [NOT USED]
8 1.12 WARRANTY [NOT USED]
9 PART 2- PRODUCTS [NOT USED]
10 PART 3- EXECUTION [NOT USED]
11
12
DATE NAME
8/31/2012 D.Johnson
3/11/2022 M Owen
13
END OF SECTION
Revision Log
SUMMARY OF CHANGE
1.4.B — Added requirement of compliance with Health and Safety Code, Title 9.
Safety, Subtitle A. Public Safety, Chapter 752. High Voltage Overhead Lines.
1.4.E — Added Contractar responsibility for obtaining a TCEQ Air Permit
Remove references to Air Pollution watch Days and NCTCOG Clean construction
Specification requirements. Clarify need for poor Hangers under in addition to
contractar notification of public.
CITY OF FORT WORTH SANITARY SEWER REHABILITATION CONTRACT 105
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02721
Revised March 11, 2022
013513-7
SPECIAL PROJECT PROCEDURES
Page 7 of 8
1
2
3
4
5
6
7
s
9
10
11
12
13
14
15
16
17
18
19
20
2t
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
Date:
CPN No.:
Project Name:
Mapsco Location:
Limits of Construction:
EXHIBIT A
(To be printed on Contractor's Letterhead)
�
THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT
WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR
PROPERTY.
CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE
OF THIS NOTICE.
IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER
ISSUE, PLEASE CALL:
Mr. <CONTRACTOR°S SUPERINTENDENT> AT <TELEPHONE NO.>
OR
Mr. <CITY INSPECTOR> AT < TELEPHONE NO.>
AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306
PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL
CITY OF FORT WORTH SANITARY SEWER REHABILITATION CONTRACT 105
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02721
Revised March 11, 2022
013513-8
SPECIAL PROJECT PROCEDURES
Page 8 of 8
0
2
EXHIBIT B
���� ������
�
�� ��.�
��:
K�TiCE OF 'lEMP�RARY WA?ER SERVICE
INTERRi3PTI�ri
illl� T'O i7T[I.I'fY IMP120V�EMEIVTS �I�i YUIIA NF1G�iBORi1dOI}, YOUR
WAT�R SERV[CE Wll.l. RE IiVTER1tUPTED DN
i3E'I'WEEN TAF H(lC�ii5 OF AI�D •
i�"!'QLJ HAVE �i1E5'FIOiYS ABUi3T THIS SifUT-Oi3"(', PL�,ASE CALI..:
M3t. AT
{C{II�TRAC'I'pitS SLtPERi1+1'fENDEiYT) (TEL�PHQ1�rE iYUMBER}
pR
MR. , AT
{c��r�r [t�s��c-�ort) (�r��.�t��[o1v� nvt►�s��t;
�r��s ��vcorr��x�xc� w��.�, s� as sxoux as �asst��.�.
�cxnrtx �ov,
, cntr�€x�c�'t�tt
3 -
4
CITY OF FORT WORTH SANITARY SEWER REHABILITATION CONTRACT 105
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02721
Revised March 11, 2022
O1 45 23
TESTING AND INSPECTION SERVICES
Page 1 of 2
SECTION Ol 45 23
TESTING AND 1NSPECTION SERVICES
PART1- 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 Speciiication 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
Wark 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, coardinating, and payment of all
Quality Control testing.
b. City is responsible for performing and payment for first set of Quality
Assurance testing.
1) If the first Quality Assurance test performed by the City fails, the
Contractor is responsible for payment of subsequent Quality Assurance
testing until a passing test occurs.
a) Final acceptance will not be issued by City until all required payments
for testing by Contractor have been paid in full.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Testing
1. Complete testing in accordance with the Contract Documents.
2. Coordination
a. When testing is required to be performed by the City, notify City, sufficiently
in advance, when testing is needed.
b. When testing is required to be completed by the Contractor, notify City,
sufficiently in advance, that testing will be performed.
3. Distribution of Testing Reports
a. Electronic Distribution
1) Confirm development of Project directory for electronic submittals to be
uploaded to the City's document management system, or another external
FTP site approved by the City.
CITY OF FORT WORTH SANITARY SEWER REHABILITATION CONTRACT 105
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02721
Revised March 9. 2020
O1 45 23
TESTING AND INSPECTION SERVICES
Page 2 of 2
2) Upload test reports to designated project directory and notify appropriate
City representatives via email of submittal posting.
3) Hard Copies
a) 1 copy for all submittals submitted to the Project Representative
b. Hard Copy Distribution (if required in lieu of electronic distribution)
1) Tests performed by City
a) Distribute 1 hard copy to the Contractor
2) Tests performed by the Contractor
a) Distribute 3 hard copies to City's Project Representative
4. Provide City's Project Representative with trip tickets for each delivered load of
Concrete or Lime material including the following information:
a. Name of pit
b. Date of delivery
c. Material delivered
B. Inspection
1. Inspection or lack of inspection does not relieve the Contractor from obligation to
perform work in accordance with the Contract Documents.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
112 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
3/9/2020 D.V. Magana Removed reference to Buzzsaw and noted that electronic submittals be uploaded
through the City's document management system.
CITY OF FORT WORTH SANITARY SEWER REHABILITATION CONTRACT 105
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02721
Revised March 9. 2020
015000-1
TEMPORARY FACILITIES AND CONTROLS
Page 1 of 4
SECTION Ol 50 00
TEMPORARY FACILITIES AND CONTROLS
PART1- GENERAL
1.1 SUMMARY
A. Section Includes:
Provide temporary facilities and controls needed for the Work including, but not
necessarily limited to:
a. Temparary utilities
b. Sanitary facilities
c. Starage 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 Speciiication Sections include, but are not necessarily limited to:
1. Division 0— Bidding Requirements, Contract Fortns and Conditions of the Contract
2. Division 1— General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
Wark 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 far the completion of the Work.
b. Provide and maintain adequate supply of potable water for domestic
consumption by Contractor personnel and City's Project Representatives.
c. Coordination
1) Contact City 1 week before water far construction is desired
CITY OF FORT WORTH SANITARY SEWER REHABILITATION CONTRACT 105
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02721
Revised July 1, 20ll
O1 50 00 - 2
TEMPORARY FACILITIES AND CONTROLS
Page 2 of 4
d. Contractor Payment for Construction Water
1) Obtain construction water meter from City for payment as billed by City's
established rates.
3. Electricity and Lighting
a. Provide and pay for electric powered service as required for Work, including
testing of Work.
1) Provide power for lighting, operation of equipment, or other use.
b. Electric power service includes temporary power service or generator to
maintain operations during scheduled shutdown.
4. Telephone
a. Provide emergency telephone service at Site for use by Contractor personnel
and others performing work or furnishing services at Site.
5. Temporary Heat and Ventilation
a. Provide temporary heat as necessary for protection or completion of Work.
b. Provide temporary heat and ventilation to assure safe working conditions.
B. Sanitary Facilities
1. Provide and maintain sanitary facilities for persons on Site.
a. Comply with regulations of State and local departments of health.
2. Enfarce 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 stare 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 ofProject
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
Provide and maintain for the duration or construction when required in contract
documents
E. Dust Control
CITY OF FORT WORTH SANITARY SEWER REHABILITATION CONTRACT 105
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02721
Revised July 1, 20ll
015000-3
TEMPORARY FACILITIES AND CONTROLS
Page 3 of 4
1. Contractor is responsible for maintaining dust control through the duration of the
proj ect.
a. Contractor remains on-call at all times
b. Must respond in a timely manner
F. Temparary 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 ASSURA.NCE [NOT USED]
110 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 [ou] SITE QUALITY CONTROL [NOT USED]
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
310 CLEANING [NOT USED]
311 CLOSEOUT ACTIVITIES
A. Temporary Facilities
CITY OF FORT WORTH SANITARY SEWER REHABILITATION CONTRACT 105
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02721
Revised July 1, 20ll
015000-4
TEMPORARY FACILITIES AND CONTROLS
Page 4 of 4
1. Remove all temporary facilities and restore area after completion of the Work, to a
condition equal to or better than prior to start of Work.
312 PROTECTION [NOT USED]
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
END OF SECTION
Revision Log
DATE NAME
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised July 1, 20ll
SUMMARY OF CHANGE
SANITARY SEWER REHABILITATION CONTRACT 105
CITY PROJECT NO. 02721
O1 55 26 -1
STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL
Page 1 of 3
1
2
SECTION Ol 55 26
STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL
3 PART 1 - GENERAL
4 1.1 SiJNIlVIARY
5 A. Section Includes:
6 1. Administrative procedures for:
7 a. Street Use Permit
8 b. Modification of approved traffic control
9 c. Removal of Street Signs
10 B. Deviations from this City of Fort Worth Standard Specification
ll 1. None.
12 C. Related Specification Sections include, but are not necessarily limited to:
13 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract
14 2. Division 1— General Requirements
15 3. Section 34 71 13 — Traffic Control
16 1.2 PRICE AND PAYMaVT PROCIDURES
17 A, Measurement and Payment
18 1. Work associated with this Item is considered subsidiary to the various Items bid.
19 No separate payment will be allowed for this Item.
20 1.3 REFERENC FS
21 A,Reference Standards
22 1. Reference standards cited in this specification refer to the currentreference standard
23 published at the time of the latest revision date logged at the end of this
24 specification, unless a date is specifically cited.
25 2. Texas Manual on Unifarm Traffic Control Devices (TMUTCD).
26 1.4 ADMINISTRATIVE REQLIIRIIVIINTS
27
28
29
30
31
32
33
34
35
36
A, Traffic Control
1. General
a. Contractor shall minimize lane closures and impact to vehicular/pedestrian
traffic .
b. When traffic controlplans are included in the Drawings, provide Traffic
Control in accordance with Drawings and Section 34 71 13.
c. When traffic controlplans are not included in the Drawings, prepare traffic
c ontrol plans in ac c ardanc e with Section 34 71 13 and submit to City for
review .
1) Allow minimum 10 working days for review of proposed Traffic Control.
CITY OF FORT WORTH SANITARY SEWER REHABILITATION CONTRACT 105
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02721
Revised March 22, 2021
O1 55 26 -2
STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL
Page 2 of 3
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
2) A traffic control "Typical" published by City of Fort Worth, the Texas
Manual Unified Traffic ControlDevices (TMUTCD) or Texas Department
of Transportation (TxDO'1� canbe used as an alternative to preparing
project/site specific traffic conlrolplan if the typical is applicable to the
specific project/site.
B. Street Use Permit
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.
1) Allow a minimum of 5 working days for permit review.
2) It is the 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 controlplans to City Department Transportation and
Public Works Department.
1) Revise Traffic Controlplans 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.
21 D. Removal of Street Sign
22 1. If it is determined that a street sign must be removed for construction, then contact
23 City Transportation and Public Works Department, Signs and Markings Division to
24 remove the sign.
25 E. Temporary Signage
26 L In the case of regulatory signs, replace permanent sign with temporary sign meeting
27 requirements of the latest edition of the Texas Manual on Uniform Traffic Control
28 Devices (MUTCD).
29
30
31
32
33
34
2. Install temporary sign befare 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 Warks Department, Signs
and Markings Division, to reinstall the permanent sign.
F. Traffic Control Standards
l. Traffic Control Standards can be found on the City's website.
35 1.5 SUBMITTALS [NOT USED]
36 A. Submit all required documentation to City's Project Representative.
CITY OF FORT WORTH SANITARY SEWER REHABILITATION CONTRACT 105
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02721
Revised March 22, 2021
O1 55 26 - 3
STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL
Page 3 of 3
1
2
3
4
5
6
7
8
1.6 ACTTON SUBMITTALS/INFORMATTONAL SUBNIITTALS [NOT USID]
1.7 CLOSEOUT SUBMITTALS [NOT USID]
1.8 MAINTINANCE MATERIAL SUBMITTALS [NOT USID]
1.9 QUALITY ASSLTRANCE [NOT USID]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USID]
1.11 FIEI,D [SITE] CONDITTONS [NOT USED]
1.12 WARRANT'Y [NOT USID]
PART 2 - PRODUCTS [NOT USID]
9 PART 3- EXECUTION [NOT USED]
10
11
I
I DATE
3/22/2021
12
END OF SECTION
Revision L,og
NAME SUMMARY OF CHANGE
1.4 A. Added language to emphasize minimizing of lane closures and impact to
traffic.
1.4 A. 1. c. Added language to allow far use ofpublished traffic control "Typicals" if
M Owen applicable to specific project/site.
1.4 F. 1) Removed reference to Buzzsaw
1.5 Added language re: submittal of permit
CITY OF FORT WORTH SANITARY SEWER REHABILITATION CONTRACT 105
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02721
Revised March 22, 2021
015713-1
STORM WATER POLLUTION PREVENTION
Page 1 of 3
SECTION Ol 57 13
STORM WATER POLLUTION PREVENTION
PART1- 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 Farms 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.
CITY OF FORT WORTH SANITARY SEWER REHABILITATION CONTRACT 105
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02721
Revised July 1, 20ll
01 57 13 - 2
STORM WATER POLLUTION PREVENTION
Page 2 of 3
B. Construction Activities resulting in:
1. Less than 1 acre of disturbance
a. Provide erosion and sediment control in accordance with Section 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 j ob site
b) Prior to Preconstruction Meeting, send 1 copy to City Department of
Transportation and Public Works, Environmental Division, (817) 392-
6088.
2) Provide erosion and sediment control in accordance with:
a) Section 31 25 00
b) The Drawings
c) TXR150000 General Permit
d) SWPPP
e) TCEQ requirements
5 acres or more of Disturbance
a. Texas Pollutant Discharge Elimination System (TPDES) Gencral 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
Submit in accordance with Section O1 33 00, except as stated herein.
a. Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the City
as follows:
1) 1 copy to the City Project Manager
a) City Project Manager will forward to the City Department of
Transportation and Public Works, Environmental Division for review
CITY OF FORT WORTH SANITARY SEWER REHABILITATION CONTRACT 105
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02721
Revised July 1, 20ll
01 57 13 - 3
STORM WATER POLLUTION PREVENTION
Page 3 of 3
B. Modified SWPPP
1. If the SWPPP is revised during construction, resubmit modified SWPPP to the City
in accordance with Section O1 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]
112 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
DATE NAME
Revision Log
SUMMARY OF CHANGE
CITY OF FORT WORTH SANITARY SEWER REHABILITATION CONTRACT 105
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02721
Revised July 1, 20ll
015813-1
TEMPORARY PROJECT SIGNAGE
Page 1 of 3
SECTION Ol 58 13
TEMPORARY PROJECT SIGNAGE
PART1- GENERAL
1.1 SUMMARY
A. Section Includes:
1. Temporary Project Signage Requirements
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1— General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Wark 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]
110 DELIVERY, STORAGE, AND HANDLING [NOT USED]
111 FIELD [SITE] CONDITIONS [NOT USED]
112 WARRANTY [NOT USED]
PART 2 - PRODUCTS
21 OWNER-FURNISHED [ou] OWNER-SUPPLIEDPRODUCTS [NOT USED]
2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS
A. Design Criteria
1. Provide free standing Project Designation Sign in accordance with City's Standard
Details for project signs.
CITY OF FORT WORTH SANITARY SEWER REHABILITATION CONTRACT 105
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02721
Revised July 1, 20ll
015813-2
TEMPORARY PROJECT SIGNAGE
Page 2 of 3
B. Materials
1. Sign
a. Constructed of 3/4-inch fir plywood, grade A-C (exterior) ar better
2.3 ACCESSORIES [NOT USED]
2.4 SOURCE QUALITY CONTROL [NOT USED]
PART 3 - EXECUTION
3.1 INSTALLERS [NOT USED]
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 INSTALLATION
A. General
1. Provide vertical installation at extents of project.
2. Relocate sign as needed, upon request of the City.
B. Mounting options
a. Skids
b. Posts
c. Barricade
3.5 REPAIR / RESTORATION [NOT USED]
3.6 RE-INSTALLATION [NOT USED]
3.7 FIELD [ou] SITE QUALITY CONTROL [NOT USED]
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.10 CLEANING [NOT USED]
311 CLOSEOUT ACTIVITIES [NOT USED]
312 PROTECTION [NOT USED]
3.13 MAINTENANCE
A. General
1. Maintenance will include painting and repairs as needed or directed by the City.
3.14 ATTACHMENTS [NOT USED]
END OF SECTION
CITY OF FORT WORTH SANITARY SEWER REHABILITATION CONTRACT 105
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02721
Revised July 1, 20ll
015813-3
TEMPORARY PROJECT SIGNAGE
Page 3 of 3
Revision Log
DATE NAME SUMMARY OF CHANGE
CITY OF FORT WORTH SANITARY SEWER REHABILITATION CONTRACT 105
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02721
Revised July 1, 20ll
O1 60 00
PRODUCT REQUIREMENTS
Page 1 of 2
SECTION Ol 60 00
PRODUCT REQUIREMENTS
PART1- 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 Speciiication Sections include, but are not necessarily limited to:
1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1— General Requirements
1.2 PRICE AND PAYMENT PROCEDURES [NOT USED]
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. A list of City approved products for use is available through the City's website at:
https://apps.fortworthtexas.gov/ProjectResources/ and following the directory path;
02 - Construction Documents/Standard Products List
B. Only products specifically included on City's Standard Product List in these Contract
Documents shall be allowed for use on the Project.
1. Any subsequently approved products will only be allowed for use upon specific
approval by the City.
C. Any specific product requirements in the Contract Documents supersede similar
products included on the City's Standard Product List.
1. The City reserves the right to not allow products to be used for certain projects even
though the product is listed on the City's Standard Product List.
D. Although a specific product is included on City's Standard Product List, not all
products from that manufacturer are approved for use, including but not limited to, that
manufacturer's standard product.
E. See Section O1 33 00 for submittal requirements of Product Data included on City's
Standard Product List.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
CITY OF FORT WORTH SANITARY SEWER REHABILITATION CONTRACT 105
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02721
Revised March 9. 2020
O1 60 00
PRODUCT REQUIREMENTS
Page 2 of 2
110 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
112 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME
� 10/12/12
� 3/9/2020
D.Johnson
D.V. Magana
SUMMARY OF CHANGE
Modified Location of Ciry's Standard Product List
Removed reference to Buzzsaw and noted that the City approved products list is
accessible through the Ciry's website.
CITY OF FORT WORTH SANITARY SEWER REHABILITATION CONTRACT 105
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02721
Revised March 9. 2020
016600-1
PRODUCT STORAGE AND HANDLING REQUIREMENTS
Page 1 of 4
SECTION Ol 66 00
PRODUCT STORAGE AND HANDLING REQUIREMENTS
PART1- GENERAL
1.1 SUMMARY
A. Section Includes:
1. Scheduling of product delivery
2. Packaging of products for delivery
3. Protection of products against damage from:
a. Handling
b. Exposure to elements or harsh environments
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Speciiication 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. Wark 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 ASSURA.NCE [NOT USED]
110 DELIVERY AND HANDLING
A. Delivery Requirements
1. Schedule delivery of products or equipment as required to allow timely installation
and to avoid prolonged storage.
2. Provide appropriate personnel and equipment to receive deliveries.
3. Delivery trucks will not be permitted to wait extended periods of time on the Site
for personnel or equipment to receive the delivery.
CITY OF FORT WORTH SANITARY SEWER REHABILITATION CONTRACT 105
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02721
Revised July 1, 20ll
O16600-2
PRODUCT STORAGE AND HANDLING REQUIREMENTS
Page 2 of 4
4. Deliver products or equipment in manufacturer's original unbroken cartons or other
containers designed and constructed to protect the contents from physical or
environmental damage.
5. Clearly and fully mark and identify as to manufacturer, item and installation
location.
6. Provide manufacturer's instructions for storage and handling.
B. Handling Requirements
1. Handle products or equipment in accordance with these Contract Documents and
manufacturer's recommendations and instructions.
C. Storage Requirements
1. Store materials in accordance with manufacturer's recommendations and
requirements of these Specifications.
2. Make necessary provisions for safe storage of materials and equipment.
a. Place loose soil materials and materials to be incorparated into Wark 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 Wark.
3. Keep materials and equipment neatly and compactly stored in locations that will
cause minimum inconvenience to other contractors, public travel, adjoining owners,
tenants and occupants.
a. Arrange storage to provide easy access for inspection.
4. Restrict storage to areas available on construction site for storage of material and
equipment as shown on Drawings, or approved by City's Project Representative.
5. Provide off-site storage and protection when on-site storage is not adequate.
a. Provide addresses of and access to off-site storage locations for inspection by
City's Project Representative.
6. Do not use lawns, grass plots or other private property for storage purposes without
written permission of owner or other person in possession or control of premises.
7. Store in manufacturers' unopened containers.
8. Neatly, safely and compactly stack materials delivered and stored along line of
Work to avoid inconvenience and damage to property owners and general public
and maintain at least 3 feet from fire hydrant.
9. Keep public and private driveways and street crossings open.
10. Repair or replace damaged lawns, sidewalks, streets or other improvements to
satisfaction of City's Project Representative.
a. Total length which materials may be distributed along route of construction at
one time is 1,000 linear feet, unless otherwise approved in writing by City's
Project Representative.
CITY OF FORT WORTH SANITARY SEWER REHABILITATION CONTRACT 105
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02721
Revised July 1, 20ll
016600-3
PRODUCT STORAGE AND HANDLING REQUIREMENTS
Page 3 of 4
111 FIELD [SITE] CONDITIONS [NOT USED]
112 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION
3.1 INSTALLERS [NOT USED]
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 ERECTION [NOT USED]
3.5 REPAIR / RESTORATION [NOT USED]
3.6 RE-INSTALLATION [NOT USED]
3.7 FIELD [ox] 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 tharoughly dry if required by
the manufacturer.
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
END OF SECTION
CITY OF FORT WORTH SANITARY SEWER REHABILITATION CONTRACT 105
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02721
Revised July 1, 20ll
016600-4
PRODUCT STORAGE AND HANDLING REQUIREMENTS
Page 4 of 4
Revision Log
DATE NAME SUMMARY OF CHANGE
CITY OF FORT WORTH SANITARY SEWER REHABILITATION CONTRACT 105
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02721
Revised July 1, 20ll
oi �o 00 - i
MOBILIZATION AND REMOBILIZATION
Page 1 of 3
2
3 PART1- GENERAL
SECTION O1 70 00
MOBILIZATION AND REMOBILIZATION
4 1.1 SUMMARY
5 A. Section Includes:
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
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 far 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
3. Mobilizations and Demobilization for Miscellaneous Projects
a. Mobilization and Demobilization
CITY OF FORT WORTH SANITARY SEWER REHABILITATION CONTRACT 105
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02721
Revised November 22, 2016
oi�000-z
MOBILIZATION AND REMOBILIZATION
Page 2 of 3
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
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 far 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.
21 C. Related Specification Sections include, but are not necessarily limited to:
22 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract
23 2. Division 1— General Requirements
24 1.2 PRICE AND PAYMENT PROCEDURES
25 A. Measurement and Payment [Consult City Department/Division for direction on if
26 Mobilization pay item to be included or the item should be subsidiary. Include the
27 appropriate Section 1.2 A. 1.]
28 l. Mobilization and Demobilization
29 a. Measure
30 1) This Item is considered subsidiary to the various Items bid.
31 b. Payment
32 1) The work performed and materials furnished in accordance with this Item
33 are subsidiary to the various Items bid and no other compensation will be
34 allowed.
35 1.3 REFERENCES [NOT USED]
36 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
37 1.5 SUBMITTALS [NOT USED]
38 1.6 INFORMATIONAL SUBMITTALS [NOT USED]
39 1.7 CLOSEOUT SUBMITTALS [NOT USED]
40 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
41 1.9 QUALITY ASSURANCE [NOT USED]
CITY OF FORT WORTH SANITARY SEWER REHABILITATION CONTRACT 105
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02721
Revised November 22, 2016
017000-3
MOBILIZATION AND REMOBILIZATION
Page 3 of 3
1 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
2 1.11 FIELD [SITE] CONDITIONS [NOT USED]
3 1.12 WARRANTY [NOT USED]
4 PART 2- PRODUCTS [NOT USED]
5 PART 3- EXECUTION [NOT USED]
6
7
DATE
11/22/16
8
END OF SECTION
Revision Log
NAME SUMMARY OF CHANGE
Michael Owen 1.2 Price and Payment Procedures - Revised specification, including blue text, to
make specification flexible for either subsidiary or paid bid item for Mobilization.
CITY OF FORT WORTH SANITARY SEWER REHABILITATION CONTRACT 105
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02721
Revised November 22, 2016
017123-1
CONSTRUCTION STAKING AND SURVEY
Page 1 of 8
SECTION Ol 71 23
CONSTRUCTION STAKING AND SURVEY
PART1- GENERAL
1.1 SUMMARY
A. Section Includes:
1. Requirements for construction staking and construction survey
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1— General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Construction Staking
a. Measurement
1) Measurement for this Item shall be by lump sum.
b. Payment
1) The work performed and the materials furnished in accardance with this
Item shall be paid for at the lump sum price bid for "Construction Staking".
2) Payment for "Construction Staking" shall be made in partial payments
prorated by work completed compared to total work included in the lump
sum item.
c. The price bid shall include, but not be limited to the following:
1) Verification of control data provided by City.
2) Placement, maintenance and replacement of required stakes and markings
in the field.
3) Preparation and submittal of construction staking documentation in the
form of "cut sheets" using the City's standard template.
2. Construction Survey
a. Measurement
1) This Item is considered subsidiary to the various Items bid.
b. Payment
1) The work performed and the materials furnished in accordance with this
Item are subsidiary to the various Items bid and no other compensation will be
allowed.
3. As-Built Survey
a. Measurement
1) Measurement for this Item shall be by lump sum.
b. Payment
1) The work performed and the materials furnished in accordance with this
Item shall be paid for at the lump sum price bid for "As-Built Survey".
CITY OF FORT WORTH SANITARY SEWER REHABILITATION CONTRACT 105
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02721
Revised February 14, 2018
O17123-2
CONSTRUCTION STAKING AND SURVEY
Page 2 of 8
2) Payment for "Construction Staking" shall be made in partial payments
prorated by work completed compared to total work included in the lump sum
item.
c. The price bid shall include, but not be limited to the following::
1) Field measurements and survey shots to identify location of completed
facilities.
2) Documentation and submittal of as-built survey data onto contractor redline
plans and digital survey files.
1.3 REFERENCES
A. Definitions
1. Construction Survev - The survey measurements made prior to or while
construction is in progress to control elevation, horizontal position, dimensions and
configuration of structures/improvements included in the Project Drawings.
2. As-built Survev —The measurements made after the construction of the
improvement features are complete to provide position coordinates for the features
of a project.
3. Construction Stakin� — The placement of stakes and markings to provide offsets
and elevations to cut and fill in order to locate on the ground the designed
structures/improvements included in the Project Drawings. Construction staking
shall include staking easements and/or right of way if indicated on the plans.
4. Survev "Field Checks" — Measurements made after construction staking is
completed and before construction work begins to ensure that structures marked on
the ground are accurately located per Project Drawings.
B. Technical References
1. City of Fort Worth — Construction Staking Standards (available on City's Buzzsaw
website) — O1 71 23.16.01_ Attachment A_Survey Staking Standards
2. City of Fort Worth - Standard Survey Data Collector Library (fxl) files (available
on City's Buzzsaw website).
3. Texas Department of Transportation (TxDOT) Survey Manual, latest revision
4. Texas Society of Professional Land Surveyors (TSPS), Manual of Practice for Land
Surveying in the State of Texas, Category 5
1.4 ADMINISTRATIVE REQUIREMENTS
A. The Contractor's selection of a surveyor must comply with Texas Government
Code 2254 (qualifications based selection) for this project.
1.5 SUBMITTALS
A. Submittals, if required, sha11 be in accordance with Section O1 33 00.
B. All submittals shall be received and reviewed by the City prior to delivery of work.
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS
A. Field Quality Control Submittals
CITY OF FORT WORTH SANITARY SEWER REHABILITATION CONTRACT 105
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02721
Revised February 14, 2018
017123-3
CONSTRUCTION STAKING AND SURVEY
Page 3 of 8
1. Documentation verifying accuracy of field engineering work, including coordinate
conversions if plans do not indicate grid or ground coordinates.
2. Submit "Cut-Sheets" conforming to the standard template provided by the City
(refer to O 1 71 23.16.01 — Attachment A— Survey Staking Standards).
1.7 CLOSEOUT SUBMITTALS
B. As-built Redline Drawing Submittal
1. Submit As-Built Survey Redline Drawings documenting the locations/elevations of
constructed improvements signed and sealed by Registered Professional Land
Surveyor (RPLS) responsible for the work (refer to O 1 71 23.16.01 — Attachment A
— Survey Staking Standards) .
2. Contractor shall submit the proposed as-built and completed redline drawing
submittal one (1) week prior to scheduling the project final inspection for City
review and comment. Revisions, if necessary, shall be made to the as-built redline
drawings and resubmitted to the City prior to scheduling the construction final
inspection.
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURA.NCE
A. Construction Staking
1. Construction staking will be performed by the Contractor.
2. Coordination
a. Contact City's Project Representative at least one week in advance notifying
the City of when Construction Staking is scheduled.
b. It is the Contractor's responsibility to coardinate staking such that
construction activities are not delayed or negatively impacted.
3. General
a. Contractor is responsible for preserving and maintaining stakes. If City
surveyors are required to re-stake for any reason, the Contractor will be
responsible far costs to perform staking. If in the opinion of the City, a
sufficient number of stakes or markings have been lost, destroyed disturbed or
omitted that the contracted Work cannot take place then the Contractor will be
required to stake or re-stake the deficient areas.
B. Construction Survey
1. Construction Survey will be performed by the Contractor.
2. Coordination
a. Contractor to verify that horizontal and vertical control data established in the
design survey and required for construction survey is available and in place.
General
a. Construction survey will be performed in order to construct the work shown
on the Construction Drawings and specified in the Contract Documents.
b. For construction methods other than open cut, the Contractor shall perform
construction survey and verify control data including, but not limited to, the
following:
1) Veri�cation that established benchmarks and control are accurate.
CITY OF FORT WORTH SANITARY SEWER REHABILITATION CONTRACT 105
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02721
Revised February 14, 2018
O17123-4
CONSTRUCTION STAKING AND SURVEY
Page 4 of 8
2) Use of Benchmarks to furnish and maintain all reference lines and grades
for tunneling.
3) Use of line and grades to establish the location of the pipe.
4) Submit to the City copies of field notesused to establish alllines and
grades, if requested, and allow the City to check guidance system setup prior
to beginning each tunneling drive.
5) Provide access for the City, if requested, to verify the guidance system and
the line and grade of the carrier pipe.
6) The Contractor remains fully responsible for the accuracy of the work and
correction of it, as required.
7) Monitor line and grade continuously during construction.
8) Record deviation with respect to design line and grade once at each pipe
joint and submit daily records to the City.
9) If the installation does not meet the specified tolerances (as outlined in
Sections 33 OS 23 and/or 33 OS 24), immediately notify the City and correct
the installation in accordance with the Contract Documents.
C. As-Built Survey
1. Required As-Built Survey will be performed by the Contractor.
2. Coordination
a. Contractor is to coordinate with City to confirtn which features require as-
built surveying.
b. It is the Contractor's responsibility to coordinate the as-built survey and
required measurements for items that are to be buried such that construction
activities are not delayed or negatively impacted.
c. For sewer mains and water mains 12" and under in diameter, it is acceptable
to physically measure depth and mark the location during the progress of
construction and take as-built survey after the facility has been buried. The
Contractor is responsible for the quality control needed to ensure accuracy.
3. General
a. The Contractor shall provide as-built survey including the elevation and
location (and provide written documentation to the City) of construction
features during the progress of the construction including the following:
1) Water Lines
a) Top of pipe elevations and coordinates for waterlines at the following
locations:
(1) Minimum every 250 linear feet, including
(2) Horizontal and vertical points of inflection, curvature,
etc.
(3) Fire line tee
(4) Plugs, stub-outs, dead-end lines
(5) Casing pipe (each end) and all buried fittings
2) Sanitary Sewer
a) Top of pipe elevations and coordinates for force mains and siphon
sanitary sewer lines (non-gravity facilities) at the following locations:
(1) Minimum every 250 linear feet and any buried fittings
(2) Horizontal and vertical points of inflection, curvature,
etc.
3) Stormwater — Not Applicable
CITY OF FORT WORTH SANITARY SEWER REHABILITATION CONTRACT 105
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02721
Revised February 14, 2018
017123-5
CONSTRUCTION STAKING AND SURVEY
Page 5 of 8
b. The Contractor shall provide as-built survey including the elevation and
location (and provide written documentation to the City) of construction
features after the construction is completed including the following:
1) Manholes
a) Rim and flowline elevations and coordinates for each manhole
2) Water Lines
a) Cathodic protection test stations
b) Sampling stations
c) Meter boxes/vaults (All sizes)
d) Fire hydrants
e) Valves (gate, butterfly, etc.)
� Air Release valves (Manhole rim and vent pipe)
g) Blow off valves (Manhole rim and valve lid)
h) Pressure plane valves
i) Underground Vaults
(1) Rim and flowline elevations and coardinates for each
Underground Vault.
3) Sanitary Sewer
a) Cleanouts
(1) Rim and flowline elevations and coordinates for each
b) Manholes and Junction Structures
(1) Rim and flowline elevations and coardinates for each
manhole and junction structure.
4) Stormwater — Not Applicable
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
111 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY
PART2- PRODUCTS
A. A construction survey will produce, but will not be limited to:
1. Recovery of relevant control points, points of curvature and points of intersection.
2. Establish temporary horizontal and vertical control elevations (benchmarks)
sufficiently permanent and located in a manner to be used throughout construction.
3. The location of planned facilities, easements and improvements.
a. Establishing final line and grade stakes for piers, floors, grade beams, parking
areas, utilities, streets, highways, tunnels, and other construction.
b. A record of revisions or corrections noted in an orderly manner for reference.
c. A drawing, when required by the client, indicating the horizontal and vertical
location of facilities, easements and improvements, as built.
4. Cut sheets shall be provided to the City inspector and Survey Superintendent for all
construction staking projects. These cut sheets shall be on the standard city template
which can be obtained from the Survey Superintendent (817-392-7925).
5. Digital survey files in the following formats shall be acceptable:
a. AutoCAD (.dwg)
b. ESRI Shapefile (.shp)
CITY OF FORT WORTH SANITARY SEWER REHABILITATION CONTRACT 105
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02721
Revised February 14, 2018
017123-6
CONSTRUCTION STAKING AND SURVEY
Page 6 of 8
CSV file (.csv), formatted with X and Y coordinates in separate columns (use
standard templates, if available)
6. Survey files shall include vertical and horizontal data tied to original project
control and benchmarks, and shall include feature descriptions
PART 3 - EXECUTION
3.1 INSTALLERS
A. Tolerances:
The staked location of any improvement or facility should be as accurate as
practical and necessary. The degree of precision required is dependent on many
factors all of which must remain judgmental. The tolerances listed hereafter are
based on generalities and, under certain circumstances, shall yield to specific
requirements. The surveyor shall assess any situation by review of the overall plans
and through consultation with responsible parties as to the need for specific
tolerances.
a. Earthwork: Grades for earthwork or rough cut should not exceed 0.1 ft. vertical
tolerance. Horizontal alignment for earthwork and rough cut should not exceed
1.0 ft. tolerance.
b. Horizontal alignment on a structure shall be within .01ft tolerance.
c. Paving or concrete for streets, curbs, gutters, parking areas, drives, alleys and
walkways shall be located within the confines of the site boundaries and,
occasionally, along a boundary or any other restrictive line. Away from any
restrictive line, these facilities should be staked with an accuracy producing no
more than O.OSft. tolerance from their specified locations.
d. Underground and overhead utilities, such as sewers, gas, water, telephone and
electric lines, shall be located horizontally within their prescribed areas or
easements. Within assigned areas, these utilities should be staked with an
accuracy producing no more than 0.1 ft tolerance from a specified location.
e. The accuracy required for the vertical location of utilities varies widely. Many
underground utilities require only a minimum cover and a tolerance of 0.1 ft.
should be maintained. Underground and overhead utilities on planned profile,
but not depending on gravity flow for performance, should not exceed 0.1 ft.
tolerance.
B. Surveying instruments shall be kept in close adjustment according to manufacturer's
specifications or in compliance to standards. The City reserves the right to request a
calibration report at any time and recommends regular maintenance schedule be
performed by a certified technician every 6 months.
1. Field measurements of angles and distances shall be done in such fashion as to
satisfy the closures and tolerances expressed in Part 3.1.A.
2. Verticallocations shall be established from a pre-established benchmark and
checked by closing to a different bench mark on the same datum.
3. Construction survey field work shall correspond to the client's plans. Irregularities
ar conflicts found shall be reported promptly to the City.
4. Revisions, corrections and other pertinent data shall be logged for future reference.
CITY OF FORT WORTH SANITARY SEWER REHABILITATION CONTRACT 105
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02721
Revised February 14, 2018
O17123-7
CONSTRUCTION STAKING AND SURVEY
Page 7 of 8
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 APPLICATION
3.5 REPAIR / RESTORATION
A. If the Contractor's work damages or destroys one or more of the control
monuments/points set by the City, the monuments shall be adequately referenced for
expedient restoration.
1. Notify City if any control data needs to be restored or replaced due to damage
caused during construction operations.
a. Contractor shall perform replacements and/or restorations.
b. The City may require at any time a survey "Field Check" of any monument
or benchmarks that are set be verified by the City surveyors before further
associated work can move forward.
3.6 RE-INSTALLATION [NOT USED]
3.7 FIELD [ox] SITE QUALITY CONTROL
A. It is the Contractor's responsibility to maintain all stakes and control data placed by the
City in accordance with this Specification. This includes easements and right of way, if
noted on the plans.
B. Do not change ar relocate stakes or control data without approval from the City.
3.8 SYSTEM STARTUP
A. Survey Checks
1. The City reserves the right to perform a Survey Check at any time deemed
necessary.
2. Checks by City personnel or 3rd party contracted surveyor are not intended to
relieve the contractor of his/her responsibility for accuracy.
3.9 ADJUSTING [NOT USED]
310 CLEANING [NOT USED]
3.11 CLOSEOUT ACTIVITIES [NOT USED]
3.12 PROTECTION [NOT USED]
3.13 MAINTENANCE [NOT USED]
314 ATTACHMENTS [NOT USED]
END OF SECTION
Revision Log
CITY OF FORT WORTH SANITARY SEWER REHABILITATION CONTRACT 105
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02721
Revised February 14, 2018
017123-8
CONSTRUCTION STAKING AND SURVEY
Page 8 of 8
IDATE NAME
I 8/31/2012 D.Johnson
SUMMARY OF CHANGE
Added instruction and modified measurement & payment under 1.2; added
8/31/2017 M. Owen definitions and references under 1.3; modified 1.6; added 1.7 closeout submittal
requirements; modified 1.9 Quality Assurance; added PART 2— PRODUCTS ;
Added 31 Installers; added 3.5 Repair/Restoration; and added 3.8 System Startup.
Removed "blue texY'; revised measurement and payment sections for Construction
Staking and As-Built Survey; added reference to selection compliance with TGC
2/14/2018 M Owen 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
CITY OF FORT WORTH SANITARY SEWER REHABILITATION CONTRACT 105
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02721
Revised February 14, 2018
O17423-1
CLEANING
Page 1 of 4
SECTION Ol 74 23
CLEANING
PART1- 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 Speciiication Sections include, but are not necessarily limited to:
1. Division 0— Bidding Requirements, Contract Fortns and Conditions of the Contract
2. Division 1— General Requirements
3. Section 32 92 13 — Hydro-Mulching, Seeding and Sodding
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various Items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Scheduling
1. Schedule cleaning operations so that dust and other contaminants disturbed by
cleaning process will not fall on newly painted surfaces.
2. Schedule final cleaning upon completion of Work and immediately prior to final
inspection.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
110 STORAGE, AND HANDLING
A. Storage and Handling Requirements
1. Store cleaning products and cleaning wastes in containers specifically designed for
those materials.
CITY OF FORT WORTH SANITARY SEWER REHABILITATION CONTRACT 105
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02721
Revised July 1, 20ll
Ol 74 23 - 2
CLEANING
Page 2 of 4
111 FIELD [SITE] CONDITIONS [NOT USED]
112 WARRANTY [NOT USED]
PART2- PRODUCTS
2.1 OWNER-FURNISHED [ox] OWNER-SUPPLIEDPRODUCTS [NOT USED]
2.2 MATERIALS
A. Cleaning Agents
1. Compatible with surface being cleaned
2. New and uncontaminated
3. For manufactured surfaces
a. Material recommended by manufacturer
2.3 ACCESSORIES [NOT USED]
2.4 SOURCE QUALITY CONTROL [NOT USED]
PART 3 - EXECUTION
3.1 INSTALLERS [NOT USED]
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 APPLICATION [NOT USED]
3.5 REPAIR / RESTORATION [NOT USED]
3.6 RE-INSTALLATION [NOT USED]
3.7 FIELD [ou] SITE QUALITY CONTROL [NOT USED]
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.10 CLEANING
A. General
1. Prevent accumulation of wastes that create hazardous conditions.
2. Conduct cleaning and disposal operations to comply with laws and safety orders of
governing authorities.
3. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in
storm or sanitary drains or sewers.
4. Dispose of degradable debris at an approved solid waste disposal site.
5. Dispose of nondegradable debris at an approved solid waste disposal site or in an
alternate manner approved by City and regulatory agencies.
CITY OF FORT WORTH SANITARY SEWER REHABILITATION CONTRACT 105
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02721
Revised July 1, 20ll
Ol 74 23 - 3
CLEANING
Page 3 of 4
6. Handle materials in a controlled manner with as few handlings as possible.
7. Thoroughly clean, sweep, wash and polish all Work and equipment associated with
this project.
8. Remove all signs of temporary construction and activities incidental to construction
of required permanent Work.
9. If project is not cleaned to the satisfaction of the City, the City reserves the right to
have the cleaning completed at the expense of the Contractor.
10. Do not burn on-site.
B. Intermediate Cleaning during Construction
1. Keep Work areas clean so as not to hinder health, safety or convenience of
personnel in existing facility operations.
2. At maximum weekly intervals, dispose of waste materials, debris and rubbish.
3. Confine construction debris daily in strategically located container(s):
a. Cover to prevent blowing by wind
b. Stare debris away from construction or operational activities
c. Haul from site at a minimum of once per week
4. Vacuum clean interior areas when ready to receive finish painting.
a. Continue vacuum cleaning on an as-needed basis, until Final Acceptance.
5. Prior to storm events, thoroughly clean site of all loose or unsecured items, which
may become airborne or transported by flowing water during the storm.
C. Interiar Final Cleaning
1. Remove grease, mastic, adhesives, dust, dirt, stains, fingerprints, labels and other
foreign materials from sight-exposed surfaces.
2. Wipe all lighting fixture reflectors, lenses, lamps and trims clean.
3. Wash and shine glazing and mirrors.
4. Polish glossy surfaces to a clear shine.
5. Ventilating systems
a. Clean permanent filters and replace disposable filters if units were operated
during construction.
b. Clean ducts, blowers and coils if units were operated without filters during
construction.
6. Replace all burned out lamps.
7. Broom clean process area floors.
8. Mop office and control room floors.
D. Exterior (Site or Right of Way) Final Cleaning
Remove trash and debris containers from site.
a. Re-seed areas disturbed by location of trash and debris containers in accardance
with Section 32 92 13.
2. Sweep roadway to remove all rocks, pieces of asphalt, concrete or any other object
that may hinder or disrupt the flow of traffic along the roadway.
3. Clean any interior areas including, but not limited to, vaults, manholes, structures,
junction boxes and inlets.
CITY OF FORT WORTH SANITARY SEWER REHABILITATION CONTRACT 105
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02721
Revised July 1, 20ll
Ol 74 23 - 4
CLEANING
Page 4 of 4
4. If no longer required for maintenance of erosion facilities, and upon approval by
City, remove erosion control from site.
5. Clean signs, lights, signals, etc.
3.11 CLOSEOUT ACTIVITIES [NOT USED]
3.12 PROTECTION [NOT USED]
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED�
END OF SECTION
Revision Log
DATE NAME
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised July 1, 20ll
SUMMARY OF CHANGE
SANITARY SEWER REHABILITATION CONTRACT 105
CITY PROJECT NO. 02721
oi �� ia - i
CLOSEOUT REQUIREMENTS
Page 1 of 3
1
2
3 PART 1 - GENERAL
4 1.1 SiJNIlVIARY
SECTION Ol 77 19
CLOSEOUT REQUIREMENTS
5 A. Section Includes:
6 1. The procedure for closing out a contract
7 B. Deviations from this City of Fort Worth Standard Specification
8 L None.
9 C. Related Specification Sections include, but are not necessarily limited to:
10 1. Division 0— Bidd'mg Requirements, Contract Forms and Conditions of the Contract
ll 2. Division 1— General Requirements
12 1.2 PRICE AND PAYMENT PROCIDURFS
13 A, Measurement and Payment
14 1. Work associated with this Item is considered subsidiary to the various Items bid.
15 No separate payment will be allowed for this Item.
16 1.3 REFERINCFS [NOT IISID]
17 1.4 ADNII1vISTRATIVE REQUIRENIINTS
18 A. Guarantees, Bonds and Affidavits
19 l. No application for final payment will be accepted until all guarantees, bonds,
20 certificates, licenses and affidavits required for Work or equipment as specified are
21 satisfactarily filed with the City.
22 B. Release of Liens or Claims
23 1. No application for final payment will be accepted until satisfactory evidence of
24 release of liens has been submitted to the City.
25 1.5 SUBNIITTALS
26
27
28
29
30
31
32
A, Submit all required documentation to City's Project Representative.
1.6 INFORMATIONAL SUBMITTALS [NOT USID]
1.7 CLOSEOLIT SUBMITTALS [NOT IISID�
PART 2 - PRODUCTS [NOT USID]
CITY OF FORT WORTH SANITARY SEWER REHABILITATION CONTRACT 105
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02721
Revised March 22, 2021
oi �� ia -z
CLOSEOUT REQUIREMENTS
Page 2 of 3
1 PART 3 - EXECLITION
2 3.1 INSTALLERS [NOT USED]
3 3.2 EXAMINATTON [NOT USID]
4 3.3 PREPARATTON �NOT USID]
5 3.4 CLOSEOUT PROCEDURE
6 A, Prior to requesting Final Inspection, submit:
7
8
9
l0
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
1. Project Record Documents in accordance with Section O1 78 39
2. Operation and Maintenance Data, if required, in accordance with Section O1 78 23
B. Prior to requesting Final Inspection, perform final cleaning in accordance with Section
O1 74 23.
C. FinalInspection
1. After final cleaning, provide notice to the City Project Representative that the Work
is completed.
a. The City will make an initial Final Inspection with the Contractorpresent
b. Upon completion of this inspection, the City will notify the Contractor, in
writing within 10 business days, of any particulars in which this inspection
reveals that the Work is defective or incomplete.
2. Upon receiving written notice from the City, immediately undertake the Work
required to remedy deficiencies and complete the Work to the satisfaction of the
City.
3. The Right-of-way shallbe cleared of all construction materials, barricades, and
temporary signage.
4. Upon completion of Work associated with the items listed in the City's written
notice, infarm 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.
5. Provide all special accessaries required to place each item of equipment in full
operation. These special accessory items include, but are not limited to:
a. Specified spare parts
b. Adequate oil and grease as required for the first lubrication of the equipment
c. Initial fill up of all c hemic al tanks and fuel tanks
d. Light bulbs
e. Fuses
f. Vault keys
g. Handwheels
h. Other expendable items as required for initial start-up and operation of all
equipment
38 D. Notice of Project Completion
39 1. Once the City Project Representative finds the Wark subsequent to FinalInspection
40 to be satisfactory, the City will issue a Notice of Project Completion (Green Sheet).
41 E. Supporting Documentation
CITY OF FORT WORTH SANITARY SEWER REHABILITATION CONTRACT 105
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02721
Revised March 22, 2021
O1 7719 - 3
CLOSEOUT REQUIREMENTS
Page 3 of 3
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
1. Coordinate with the City Project Representative to complete the following
additional forms:
a. Final Payment Request
b. Statement of Contract Time
c. Affidavit of Payment and Release of Liens
d. Consent of Surety to Final Payment
e. Pipe Report (if required)
f. Contractar's Evaluation of City
g. Performance Evaluation of Contractor
F. Letter of Final Acceptance
L Upon review and acceptance of Notice of Project Completion and Supporting
Documentation, in accardance with General Conditions, City will issue Letter of
Final Acceptance and release the Final Payment Request for payment.
3.5 REPAIR / RESTORATION [NOT USED]
3.6 R�INSTALLATTON [NOT USED]
3.7 FIELD [ox] SITE QUALITY CONTROL [NOT USED]
3.8 SYSTFIVI STARTUP [NOT USED]
3.9 ADJUSTING [NOT USID]
3.10 CLEA1vING [NOT USID]
3.11 CLOSEOUT ACTIVITIFS [NOT USID]
3.12 PROTECTION [NOT USED]
3.13 MAINTINANCE [NOT USED]
3.14 ATTACHIVIENTS [NOT USED]
24
25
I
I DATE
I 3/22/2021
I
26
NAME
M Owen
END OF SECTION
Revision L.og
SUMMARY OF CHANGE
3.4 C. Added language to clarify and emphasize requirement to "Clearing ROW"
CITY OF FORT WORTH SANITARY SEWER REHABILITATION CONTRACT 105
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02721
Revised March 22, 2021
017823-1
OPERATION AND MAINTENANCE DATA
Page 1 of 5
SECTION Ol 78 23
OPERATION AND MAINTENANCE DATA
PART1- GENERAL
1.1 SUMMARY
A. Section Includes:
1. Product data and related information appropriate for City's maintenance and
operation of products furnished under Contract
2. Such products may include, but are not limited to:
a. Traffic Controllers
b. Irrigation Controllers (to be operated by the City)
c. Butterfly Valves
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Speciiication Sections include, but are not necessarily limited to:
1. Division 0— Bidding Requirements, Contract Fortns and Conditions of the Contract
2. Division 1— General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Wark associated with this Item is considered subsidiary to the various Itcros 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 O1 33 00 . All submittals shall be
approved by the City prior to delivery.
1.6 INFORMATIONAL SUBMITTALS
A. Submittal Form
1. Prepare data in form of an instructional manual for use by City personnel.
2. Format
a. Size: 8'/2 inches x 11 inches
b. Paper
1) 40 pound minimum, white, for typed pages
2) Holes reinforced with plastic, cloth or metal
c. Text: Manufacturer's printed data, or neatly typewritten
CITY OF FORT WORTH SANITARY SEWER REHABILITATION CONTRACT 105
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02721
Revised December 20, 2012
01 78 23 - 2
OPERATION AND MAINTENANCE DATA
Page 2 of 5
d. Drawings
1) Provide reinforced punched binder tab, bind in with text
2) Reduce larger drawings and fold to size of text pages.
e. Provide fly-leaf for each separate product, or each piece of operating
equipment.
1) Provide typed description of product, and major component parts of
equipment.
2) Provide indexed tabs.
f. Cover
1) Identify each volume with typed or printed title "OPERATING AND
MAINTENANCE INSTRUCTIONS".
2) List:
a) Title of Project
b) Identity of separate structure as applicable
c) Identity of general subject matter covered in the manual
3. Binders
a. Commercial quality 3-ring binders with durable and cleanable plastic covers
b. When multiple binders are used, correlate the data into related consistent
groupings.
4. If available, provide an electronic form of the O&M Manual.
B. Manual Content
Neatly typewritten table of contents for each volume, arranged in systematic order
a. Contractor, name of responsible principal, address and telephone number
b. A list of each product required to be included, indexed to content of the volume
c. List, with each product:
1) The name, address and telephone number of the subcontractor or installer
2) A list of each product required to be included, indexed to content of the
volume
3) Identify area of responsibility of each
4) Local source of supply for parts and replacement
d. Identify each product by product name and other identifying symbols as set
forth in Contract Documents.
2. Product Data
a. Include only those sheets which are pertinent to the specific product.
b. Annotate each sheet to:
1) Clearly identify specific product or part installed
2) Clearly identify data applicable to installation
3) Delete references to inapplicable information
3. Drawings
a. Supplement product data with drawings as necessary to clearly illustrate:
1) Relations of component parts of equipment and systems
2) Control and flow diagrams
b. Coordinate drawings with information in Project Record Documents to assure
correct illustration of completed installation.
c. Do not use Project Record Drawings as maintenance drawings.
4. Written text, as required to supplement product data for the particular installation:
a. Organize in consistent format under separate headings for different procedures.
b. Provide logical sequence of instructions of each procedure.
CITY OF FORT WORTH SANITARY SEWER REHABILITATION CONTRACT 105
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02721
Revised December 20, 2012
01 78 23 - 3
OPERATION AND MAINTENANCE DATA
Page 3 of 5
5. Copy of each warranty, bond and service contract issued
a. Provide information sheet for City personnel giving:
1) Proper procedures in event of failure
2) Instances which might affect validity of warranties or bonds
C. Manual for Materials and Finishes
1. Submit 5 copies of complete manual in fnal form.
2. Content, for architectural products, applied materials and finishes:
a. Manufacturer's data, giving full information on products
1) Catalog number, size, composition
2) Color and texture designations
3) Information required for reordering special manufactured products
b. Instructions for care and maintenance
1) Manufacturer's recommendation for types of cleaning agents and methods
2) Cautions against cleaning agents and methods which are detrimental to
product
3) Recommended schedule for cleaning and maintenance
Content, for moisture protection and weather exposure products:
a. Manufacturer's data, giving full information on products
1) Applicable standards
2) Chemical composition
3) Details of installation
b. Instructions for inspection, maintenance and repair
D. Manual for Equipment and Systems
1. Submit 5 copies of complete manual in final form.
2. Content, for each unit of equipment and system, as appropriate:
a. Description of unit and component parts
1) Function, normal operating characteristics and limiting conditions
2) Performance curves, engineering data and tests
3) Complete nomenclature and commercial number of replaceable parts
b. Operating procedures
1) Start-up, break-in, routine and normal operating instructions
2) Regulation, control, stopping, shut-down and emergency instructions
3) Summer and winter operating instructions
4) Special operating instructions
c. Maintenance procedures
1) Routine operations
2) Guide to "trouble shooting"
3) Disassembly, repair and reassembly
4) Alignment, adjusting and checking
d. Servicing and lubrication schedule
1) List of lubricants required
e. Manufacturer's printed operating and maintenance instructions
f. Description of sequence of operation by control manufacturer
1) Predicted life of parts subject to wear
2) Items recommended to be stocked as spare parts
g. As installed control diagrams by controls manufacturer
h. Each contractor's coordination drawings
1) As installed color coded piping diagrams
CITY OF FORT WORTH SANITARY SEWER REHABILITATION CONTRACT 105
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02721
Revised December 20, 2012
01 78 23 - 4
OPERATION AND MAINTENANCE DATA
Page 4 of 5
i. Charts of valve tag numbers, with location and function of each valve
j. List of original manufacturer's spare parts, manufacturer's current prices, and
recommended quantities to be maintained in storage
k. Other data as required under pertinent Sections of Specifications
3. Content, for each electric and electronic system, as appropriate:
a. Description of system and component parts
1) Function, normal operating characteristics, and limiting conditions
2) Performance curves, engineering data and tests
3) Complete nomenclature and commercial number of replaceable parts
b. Circuit directories of panelboards
1) Electrical service
2) Controls
3) Communications
c. As installed color coded wiring diagrams
d. Operating procedures
1) Routine and normal operating instructions
2) Sequences required
3) Special operating instructions
e. Maintenance procedures
1) Routine operations
2) Guide to "trouble shooting"
3) Disassembly, repair and reassembly
4) Adjustment and checking
f. Manufacturer's printed operating and maintenance instructions
g. List of original manufacturer's spare parts, manufacturer's current prices, and
recommended quantities to be maintained in storage
h. Other data as required under pertinent Sections of Specifications
4. Prepare and include additional data when the need for such data becomes apparent
during instruction of City's personnel.
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURA.NCE
A. Provide operation and maintenance data by personnel with the following criteria:
1. Trained and experienced in maintenance and operation of described products
2. Skilled as technical writer to the extent required to communicate essential data
3. Skilled as draftsman competent to prepare required drawings
CITY OF FORT WORTH SANITARY SEWER REHABILITATION CONTRACT 105
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02721
Revised December 20, 2012
01 78 23 - 5
OPERATION AND MAINTENANCE DATA
Page 5 of 5
110 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
112 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
IDATE NAME
I 8/31/2012 D. Johnson
I
SUMMARY OF CHANGE
1.5.A1 — title of section removed
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20, 2012
SANITARY SEWER REHABILITATION CONTRACT 105
CITY PROJECT NO. 02721
017839-1
PROJECT RECORD DOCUMENTS
Page 1 of 4
SECTION Ol 78 39
PROJECT RECORD DOCUMENTS
PART1- GENERAL
1.1 SUMMARY
A. Section Includes:
1. Work associated with the documenting the project and recording changes to project
documents, including:
a. Record Drawings
b. Water Meter Service Reports
c. Sanitary Sewer Service Reports
d. Large Water Meter Reports
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1— General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Wark 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 pocuments where such entry is required to show the change properly.
2. Accuracy of records shall be such that future search for items shown in the Contract
Documents may rely reasonably on information obtained from the approved Project
Record Documents.
CITY OF FORT WORTH SANITARY SEWER REHABILITATION CONTRACT 105
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02721
Revised July 1, 20ll
017839-2
PROJECT RECORD DOCUMENTS
Page 2 of 4
3. To facilitate accuracy of records, make entries within 24 hours after receipt of
information that the change has occurred.
4. Provide factual information regarding all aspects of the Work, both concealed and
visible, to enable future modification of the Work to proceed without lengthy and
expensive site measurement, investigation and examination.
110 STORAGE AND HANDLING
A. Storage and Handling Requirements
1. Maintain the job set of Record Documents completely protected from deterioration
and from loss and damage until completion of the Work and transfer of all recorded
data to the final Project Record Documents.
2. In the event of loss of recorded data, use means necessary to again secure the data
to the City's approval.
a. In such case, provide replacements to the standards originally required by the
Contract Documents.
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS
2.1 OWNER-FURNISHED [ox] OWNER-SUPPLIED PRODUCTS [NOT USED]
2.2 RECORD DOCUMENTS
A. Job set
1. Promptly following receipt of the Notice to Proceed, secure from the City, at no
charge to the Contractor, 1 complete set of all Documents comprising the Contract.
B. Final Record Documents
1. At a time nearing the completion of the Work and prior to Final Inspection, provide
the City 1 complete set of all Final Record Drawings in the Contract.
2.3 ACCESSORIES [NOT USED]
2.4 SOURCE QUALITY CONTROL [NOT USED]
PART 3 - EXECUTION
31 INSTALLERS [NOT USED]
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 MAINTENANCE DOCUMENTS
A. Maintenance of Job Set
1. Immediately upon receipt of the job set, identify each of the Documents with the
title, "RECORD DOCUMENTS - JOB SET".
CITY OF FORT WORTH SANITARY SEWER REHABILITATION CONTRACT 105
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02721
Revised July 1, 20ll
017839-3
PROJECT RECORD DOCUMENTS
Page 3 of 4
2. Preservation
a. Considering the Contract completion time, the probable number of occasions
upon which the job set must be taken out for new entries and for examination,
and the conditions under which these activities will be performed, devise a
suitable method for protecting the job set.
b. Do not use the job set for any purpose except entry of new data and for review
by the City, until start of transfer of data to final Project Record Documents.
c. Maintain the job set at the site of work.
3. Coordination with Construction Survey
a. At a minimum, in accordance with the intervals set forth in Section O1 71 23,
clearly mark any deviations from Contract Documents associated with
installation of the infrastructure.
4. Making entries on Drawings
a. Record any deviations from Contract Documents.
b. Use an erasable colored pencil (not ink or indelible pencil), clearly describe the
change by graphic line and note as required.
c. Date all entries.
d. Call attention to the entry by a"cloud" drawn around the area ar areas affected.
e. In the event of overlapping changes, use different colors far the overlapping
changes.
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 physicallayout.
1) Final physical arrangement is determincd by thc Contractor, subject to the
City's approval.
2) However, design of future modifications of the facility may require
accurate information as to the final physical layout of items which are
shown only schematically on the Drawings.
b. Show on the job set of Record Drawings, by dimension accurate to within 1
inch, the centerline of each run of items.
1) Final physical arrangement is determined by the Contractor, subject to the
City's approval.
2) Show, by symbol or note, the verticallocation of the Item ("under slab", "in
ceiling plenum", "exposed", and the like).
3) Make all identification sufficiently descriptive that it may be related
reliably to the Specifications.
c. The City may waive the requirements for conversion of schematic layouts
where, in the City's judgment, conversion serves no useful purpose. However,
do not rely upon waivers being issued except as speci�cally issued in writing
by the City.
B. Final Project Record Documents
Transfer of data to Drawings
a. Carefully transfer change data shown on the job set of Record Drawings to the
corresponding final documents, coordinating the changes as required.
b. Clearly indicate at each affected detail and other Drawing a full description of
changes made during construction, and the actual location of items.
CITY OF FORT WORTH SANITARY SEWER REHABILITATION CONTRACT 105
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02721
Revised July 1, 20ll
01 78 39 - 4
PROJECT RECORD DOCUMENTS
Page 4 of 4
c. Call attention to each entry by drawing a"cloud" around the area or areas
affected.
d. Make changes neatly, consistently and with the proper media to assure
longevity and clear reproduction.
2. Transfer of data to other pocuments
a. If the Documents, other than Drawings, have been kept clean during progress of
the Work, and if entries thereon ha�e been orderly to the approval of the City,
the job set of those Documents, other than Drawings, will be accepted as fnal
Record Documents.
b. If any such Document is not so approved by the City, secure a new copy of that
Document from the City at the City's usual charge for reproduction and
handling, and carefully transfer the change data to the new copy to the approval
of the City.
3.5 REPAIR / RESTORATION [NOT USED]
3.6 RE-INSTALLATION [NOT USED]
3.7 FIELD [ox] 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]
312 PROTECTION [NOT USED]
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
END OF SECTION
Revision Log
DATE NAME
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised July 1, 20ll
SUMMARY OF CHANGE
SANITARY SEWER REHABILITATION CONTRACT 105
CITY PROJECT NO. 02721
Division 33 — Utilities
� 33 O1 30 Sewer and Manhole Testing
� 33 O1 31 Closed Circuit Television (CCTV) Inspection — Sanitary Sewer
� 33 O1 32 Closed Circuit Television (CCTV) Inspection — Storm Drain
� 33 03 10 Bypass Pumping of Existing Sewer Systems
� 33 04 30 Temporary Water Services
� 33 04 40 Cleaning and Acceptance Testing of Water Mains
� 33 04 50 Cleaning of Pipes
� 33 OS 10 Utility Trench Excavation, Embedment, and Backfill
� 33 OS 12 Water Line Lowering
� 33 OS 13 Frame, Cover and Grade Rings
33 OS 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to
Grade
� 33 OS 17 Concrete Collars
� 33 OS 20 Auger Boring
� 33 OS 22 Steel Casing Pipe
� 33 OS 24 Installation of Carrier Pipe in Casing or Tunnel Liner Plate
� 33 OS 26 Utility Markers/Locators
� 33 OS 30 Location of Existing Utilities
� 33 11 OS Bolts, Nuts, and Gaskets
� 33 11 10 Ductile Iron Pipe
� 33 11 11 Ductile Iron Fittings
� 33 11 12 Polyvinyl Chloride (PVC) Pressure Pipe
� 33 12 10 Water Services 1-inch to 2-inch
� 33 12 20 Resilient Seated Gate Valve
� 33 12 25 Connection to Existing Water Mains
� 33 31 20 Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe
33 31 21 Polyvinyl Chloride (PVC) Closed Profile Gravity Sanitary Sewer
Pipe
� 33 39 10 Cast-in-Place Concrete Manholes
� 33 39 20 Precast Concrete Manholes
� 33 39 60 Liners for Sanitary Sewer Structures
09/07/2018
03/11 /2022
12/08/2023
12/20/2012
07/O1/2011
02/06/2013
03/11 /2022
06/13/2025
12/20/2012
09/09/2022
03/ll /2022
03/ll /2022
12/20/2012
12/20/2012
12/09/2022
12/20/2012
12/20/2012
12/20/2012
12/09/2022
09/20/2017
09/09/2022
02/ 14/2017
OS/06/2015
02/06/2013
09/09/2022
12/20/2012
12/13/2024
12/13/2024
04/29/2021
Adopted September 2011
Division 34 — Transportation
� 34 71 13 � Traffic Control
� 03/22/2021 �
Adopted September 2011
APPENDIX
GC-4.01 Availability of Lands
GC-4.02 Subsurface and Physical Conditions - None
GC-4.04 Underground Facilities - None
GC-4.06 Hazardous Environmental Condition at Site - None
GC-6.07 Wage Rates
GC-6.09 Permits and Utilities - None
GC-6.24 Nondiscrimination - None
GR-01 60 00 Product Requirements
CITY OF FORT WORTH SANITARY SEWER REHABILITATION CONTRACT 105
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02721
Revised August 18, 2025
GC-4.01 Availability of Lands
THIS PAGE LEFT INTENTIONALLY BLANK
CITY OF FORT WORTH SANITARY SEWER REHABILITATION CONTRACT 105
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02721
Revised August 18, 2025
�
�
LINE #
L1
L2
L3
L4
LINE TABLE
BEARING LENGTH
S00°03'09"E 6.00'
S89°06'51"W 49.92'
N00°03'09"W 6.00'
N89°06'51 "E 49.92'
�'XHIBIT '�1 "
6'TEMPORARYCDN,STRIlCTIONEASEMENT
30o SQFTOR o. oo7ACRESOFLAND
ALFRED STINSONSUR UEY, ABSTRACT141,3
CITYOFFORTWORTH, T�IRRANTCOUNTYTEXf1S
N '
0
\
r�
�
o �
w
�
o __ _.
�
~ ALLEY
BLOCK 48
RYAN'S SOUTHEAST ADDIT/ON
v3ss, P�
2 P. R. T. C. T. � 2
s — �-
13
POC
✓' ��2 ,RF —
FROM WH/CH A
X—CUT FOUND
BEARS S 68`46'S9" E,
318.92 FEET
I
I
� (1 S RIGHT-OF-WAY) P O B
->
� L4�
Q J /� /////� J S 89°06'S1" W 550.06'
w
¢ � L2
�
c�
�
0
� � — 6' TEMPORARY �
� � I CONSTRUCTION EASEMENT
o p � 300 SQUARE FEET �
� H OR 0.007 ACRES
o x
0
� c7
� �
�
J �
� `� I
Z W I 36
w
Q W� �
�
Z � BLOCK 48
Q RY,4N'S SOUTHEAST ADD/TION
� � V388, P7
� � P. R. T. C. T.
o `�
o �I I
�
U I
m
= LEGEND:
w
� POB POINT OF BEGINNING
�
w POC POINT OF COMMENCING
3
w
� IRF IRON ROD FOUND
r
� CM CONTROLLING MONUMENT
�
z
¢
cn NOTES:
1. LEGAL DESCRIPTION OF EVEN DATE
� ACCOMPANIES THIS EASEMENT DR4WING.
0
v 2. BEARINGS REFERENCED TO THE TEXAS
� STATE PLANE COORDINATE SYSTEM,
� NORTH CENTRAL ZONE, NAD �83. ALL
o DISTANCES ARE GROUND DISTANCES.
0
N
0
i
�
U
w
25
35
0 20 40
GRAPHIC SCALE IN FEET
O
K
N SH I ELD
�
� ENGINEERING
a
� TBPELS ENGINEERING #F-11039, SURVEYING #10193890
0
24
BLOC C 48
RYAN'S SOUTHEAST ADDIT/ON
u3a8, P�
P. R. ,r. c. r.
� �
CODY WATSON
R.P.L.S. No. 7056
DATED: 04-03-2025
�E OF T�
�P• �srf •:I�
� � .�F,G � �''co' 9ir
.....................
CODY WATSON
.....................
�• �O 7056 � :
'���FSUR���o�
�'XHIBIT 'B"
6'TEMPORARYCDN,STRIlCTIONEASEMENT
30o SQFTOR o. oo7ACRESOFLAND
ALFRED STINSONSUR UEY, ABSTRACT141,3
CITYOFFORTWORTH, T�IRRANTCOUNTYTEXf1S
�
0
N
�
�
�
0
w
�
0
w
Z
�
�
>
Q
�
�
}
m
0
w
>
�
�
�
0
w
U
H
�
w
0
�
0
N
�
�
�
�
i
i
�
Z
�
w
�
Q
w
i
�
c�
Z
�
�
0
0
i
�
0
i
U
m
Q
2
w
K
K
W
�
W
N
�
�
Q
H
Z
Q
N
�
O
U
O
�
�
0
0
N
0
i
�
U
w
O
K
d
,
�
�
z
�
a
�
0
BEING A CERTAIN TRACT OF LAND SITUATED IN THE ALFRED STINSON SURVEY, ABSTRACT NUMBER 1413, CITY OF
FORT WORTH, TARRANT COUNTY TEXAS, AND BEING A PORTION OF LOT 36, BLOCK 48 RYAN'S SOUTH ADDITION, AN
ADDITION TO THE CITY OF FORT WORTH, TARRANT COUNTY, TEXAS, AS SHOWN ON THE PLAT THEREOF AND
RECORDED IN VOLUME 388, PAGE 7, PLAT RECORDS, TARRANT COUNTY, TEXAS, (P.R.T.C.T.), AND BEING MORE
PARTICULARY DESCRIBED BY METES AND BOUNDS AS FOLLOWS:
COMMENCING AT A 1/2 IRON ROD FOUND FOR THE COMMON NORTHWEST CORNER OF LOT 25 AND THE
NORTHEAST CORNER OF LOT 24 OF SAID BLOCK 48 AND BEING IN THE SOUTH RIGHT—OF—WAY LINE OF AN ALLEY
(A 15' RIGHT—OF—WAY), FROM WHICH A X—CUT FOUND BEING THE SOUTHEAST CORNER OF LOT 19 OF SAID BLOCK
48 AND IN THE INTERSECTION OF THE NORTH RIGHT—OF—WAY LINE OF EAST CANTEY STREET (A 60' RIGHT—OF—WAY)
AND THE EAST RIGHT—OF—WAY LINE OF US BUSINESS 287 (A VARIABLE WIDTH RIGHT—OF—WAY), BEARS SOUTH
68'46'S9" EAST, A DISTANCE OF 318.92 FEET;
THENCE SOUTH 89'06'51" WEST, ALONG THE COMMON NORTH LINE OF LOTS 25 THRU 35 OF SAID BLOCK 48 AND
THE SOUTH RIGHT—OF—WAY LINE OF SAID ALLEY, A DISTANCE OF 550.06 FEET TO THE COMMON NORTHEAST CORNER
OF LOT 36 AND THE NORTHWEST CORNER OF LOT 35 OF SAID BLOCK 48, AND BEING THE POINT OF
BEGINNING;
THENCE SOUTH 00'03'09" EAST, ALONG THE COMMON EAST LINE OF SAID LOT 36 AND WEST LINE OF SAID LOT 35,
A DISTANCE OF 6.00 FEET TO A POINT;
THENCE SOUTH 89'06'51" WEST, OVER AND ACROSS SAID LOT 36, A DISTANCE OF 49.92 FEET TO A POINT IN THE
COMMON WEST LINE OF SAID LOT 36 AND THE EAST RIGHT—OF—WAY LINE OF YUMA AVENUE (A 60' RIGHT—OF—WAY);
THENCE NORTH 00'03'09" WEST, WITH SAID COMMON WEST AND EAST RIGHT—OF—WAY LINE, A DISTANCE OF 6.00
FEET TO A POINT BEING THE COMMON NORTHWEST CORNER OF SAID LOT 36 AND THE INTERSECTION OF THE EAST
RIGHT—OF—WAY LINE OF SAID YUMA AVENUE AND THE SOUTH RIGHT—OF—WAY OF AFOREMENTIONED ALLEY;
THENCE NORTH 89'06�51" EAST, WITH THE COMMON NORTH LINE OF SAID LOT 36 AND THE SOUTH RIGHT—OF—WAY
LINE OF SAID ALLEY, A DISTANCE OF 49.92 FEEf TO THE POINT OF BEGINNING AND CONTAINING 300 SQUARE
FEET OR 0.007 ACRES OF LAND.
NOTES:
1. EASEMENT DRAWING OF EVEN DATE ACCOMPANIES THIS LEGAL
DESCRIPTION.
2. BEARINGS REFERENCED TO THE TEXAS STATE PLANE COORDINATE
SYSTEM, NORTH CENTRAL ZONE, NAD 'S3. ALL DISTANCES ARE
GROUND DISTANCES.
SH I ELD
ENGINEERING
TBPELS ENGINEERING #F-11039, SURVEYING #10193890
�
CODY WATSON
R.P.L.S. No. 7056
DATED: 04-03-2025
�E OF T�
,�F:• �STf •:I'
� � .�F,G � �''co' 9ir
CODY WATSON
.....................
�• �O 7056 � :
'���FSUR���o�
GC-6.07 Wage Rates
THIS PAGE LEFT INTENTIONALLY BLANK
CITY OF FORT WORTH SANITARY SEWER REHABILITATION CONTRACT 105
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02721
Revised August 18, 2025
2013 PREVAILING WAGE RATES
(Heavy and Highway Construction Projects)
CLASSIFICATION DESCRIPTION
Asphalt Distributor Operator
Asphalt Paving Machine Operator
Asphalt Raker
Broom or Sweeper Operator
Concrete Finisher, Paving and Structures
Concrete Pavement Finishing Machine Operator
Concrete Saw Operator
Crane Operator, Hydraulic 80 tons or less
Crane Operator, Lattice Boom 80 Tons or Less
Crane Operator, Lattice Boom Over 80 Tons
Crawler Tractor Operator
Electrician
Excavator Operator, 50,000 pounds or less
Excavator Operator, Over 50,000 pounds
Flagger
Form Builder/Setter, Structures
Form Setter, Paving & Curb
Foundation Drill Operator, Crawler Mounted
Foundation Drill Operator, Truck Mounted
Front End Loader Operator, 3 CY or Less
Front End Loader Operator, Over 3 CY
Laborer, Common
Laborer, Utility
Loader/Backhoe Operator
Mechanic
Milling Machine Operator
Motor Grader Operator, Fine Grade
Motor Grader Operator, Rough
Off Road Hauler
Pavement Marking Machine Operator
Pipelayer
Reclaimer/Pulverizer Operator
Reinforcing Steel Worker
Roller Operator, Asphalt
Roller Operator, Other
Scraper Operator
Servicer
Small Slipform Machine Operator
Spreader Box Operator
Truck Driver Lowboy-Float
Truck Driver Transit-Mix
Truck Driver, Single Axle
Truck Driver, Single or Tandem Axle Dump Truck
Truck Driver, Tandem Axle Tractor with Semi Trailer
Welder
Work Zone Barricade Servicer
Wage Rate
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
15.32
13.99
12.69
11.74
14.12
16.05
14.48
18.12
17.27
20.52
14.07
19.80
17.19
16.99
10.06
13.84
13.16
17.99
21.07
13.69
14.72
10.72
12.32
15.18
17.68
14.32
17.19
16.02
12.25
13.63
13.24
11.01
16.18
13.08
11.51
12.96
14.58
15.96
14.73
16.24
14.14
12.31
12.62
12.86
14.84
11.68
The Davis-Bacon Act prevailing wage rates shown for Heavy and Highway construction projects were determined by
the United States Department of Labor and current as of September 2013. The titles and descriptions for the
classifications listed are detailed in the AGC of Texas' Standard Job Classifications and Descriptions for Highway,
Heavy, Utilities, and Industrial Construction in Texas.
Page 1 of 1
GR-01 60 00 Product Requirements
THIS PAGE LEFT INTENTIONALLY BLANK
CITY OF FORT WORTH SANITARY SEWER REHABILITATION CONTRACT 105
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 02721
Revised August 18, 2025
FORT WORTHO
CITY OF FORT WORTH
WATER DEPARTMENT
STANDARD PRODUCT LIST
IApprovall Spec No. IClasssification I Manufacturer I Model No.
�
� Water & Sewer - Manholes & Bases/Comoonents 33-39-10 Bev 2/3/161
I 07/23/97 33 OS 13 Urcthanc Hydronhilic Watcntop A+ahi KoRyo KK Adcka Ultra-Scal P-201
I 04/26/00 33 OS 13 OfT�ct loint for 4' Diam. MH Hanson Concrdc Products DrawinR No. 35-004R-001
I 04/26/00 330513 ProfilcGaskctfr4'Dia�n.MH. Press-ScalGaskctCom� 2�P4GGaskct
I 1/26/99 33 OS 13 HDPE Manholc Adiushncnt RinRs Ladtcch, Inc HDPE Adiushncnt RinR
I 5/13/OS 330513 ManholcExtcrnalWan Canusa-CPS Wan��ScalManholcEncapwlationSystan
�
� Water & Sewer - Manholes & Bases/Fiberalass 33-39-13 (1/8/131
I I/26/99 33 39 13 FbcrRla» Manholc Fluid Containmcnt, Inc.
I OS/30/06 33 39 13 FibcrRlavv Manholc LF. ManufacturinR
�
� Water & Sewer - Manholes & Bases/Frames & Covers/Rectan2ular 33-OS-13 Bev 2/3/161
I* 33 OS 13 IManholc Framcs and Covcn I Wcstcm Iron Workv, Bavv & Hays Foundry �
�
� Water & Sewer - Manholes & Bases/Frames & Covers/Standard fRoundl 33-OS-13 Bev 2/3/161
I* 33 OS 13 Manholc Framcs and Covcn Wcstcm Iron Works, Bass & Hays Foundry
I* 33 OS 13 Manholc Framcs and Covcn McKinlcy Iron Works Inc.
I OS/24/IS 33 OS 13 Manholc Framcs and Covcn Nccnah Foundry
I OS/24/IS 33 OS 13 Manholc Framcs and Covcn Nccnah Foundry
I33 OS 13 Manholc Framcs and Covcn SiRma Comoration
I33 OS 13 Manholc Framcs and Covcn SiRma Comoration
I33 OS 13 Manholc Framcs and Covcn Pont-A-Mouvvon
I33 OS 13 Manhulc Framcs and Covcry Nccnah Casting
Flow[itc
f�➢L
Updated: 11-6-24
National Spec I Size
ASTM D2240/D412/D792
ASTM C-043/C-361 SS MH
TaHic and Non-traHic arra
ASTM 3753 Non-h-aflic arra
Non-h-aflic arra
24"x40" WD
30024
A 24 AM
R-1272 ASTM A4R & AASHTO M306
NF 1274 ASTM A4R & AASHTO M306
MH-144N
MH-143N
GTS-STD
I 70/31/06 33 OS 13 Manholc Framcs and Covcn (HinRM) Powcnral Hinqd Ductilc Iron Manholc
I 7/25/03 33 OS 13 Manholc Framcs and Covcn Saint-Gubain Pipclincv (Pammx/rcxus) RE32-RSFS
I 01/31/06 33 OS 13 30" Dia. MH Ring and Covcr Fast Jurdan Iron Works V I432-2 and V I483 DcviRns
I 71/02/10 330513 30"Dia.MHRingandCovcr SiRmaComoation MHI651FWN&MHI6502
I 07/19/I I 33 OS 13 30" Dia. MH Rin� and Covcr Star Pinc Product� MH32FTWSS-0C
I OS/10/I I 33 OS 13 30" Dia. MH Rin� and Covcr Accuwst 220700 Hcavy Duty with Gaskct Rinq
I30" ERGO XL Avvcmbly
10/14/13 330513 30"Dia.MHRin�andCovcr(Hin�cd&Lockablc) EastlordanlronWorks withCamLocWMPIC/T-Gaskct
I 06/01/17 34 OS 13 30" Dia. MH Rin� and Covcr (Lockablc) CI SIP Indusiric� 22R0 (32")
I 72/OS/23 34 OS 13 30" Dia. MH Rin� and Covcr (Hin�cd & Lockablc) CI SIP Indusiric� 4267WT - Hinqnl (32")
ICAP-ONE-30-FTW, Composite, w/ Lack
09/16/19 330513 30"Dia. MHRineandCover ComoositeAccessPiroduc�s,L.P. w/oH�n¢
� 10/07/21 34 OS 13 30" Dia. MH RinR and Cover Trumbull Manufacnnn¢ 32"(30") Fimme and Cover
�
� Water & Sewer - Manholes & Bases/Frames & Covers/Water TiQht & Pressore TiQht 33-OS-13 fRev 2/3/161
� * 33 05 13 Manhole Framee and Covers PonaA-Mo�sson Pamn¢h[
� * 33 05 13 Manhole Fimmes and Covers Neenah Casnn¢
� * 33 05 13 Manhole Fimmes and Covers Weecern Iron Works,Bass & Hays Foundry 30U-24P
� * 33 OS 13 Manhole Fimmes and Covers McKinley liron Works Inc. W PA24AM
� 03/OS/00 33 05 13 Manhole Fiamee and Covers Ace�casr RG210U
� 04/20/01 33 05 13 Manhole Fiames and Covers (SIP)Seramoore Indusnies Prrvare Ltd. 300-2A-23]5 Rine and Cover
�
� Water & Sewer - Manholes & Bases/Precast Concrete fRev 1/8/13)
� * 33 39 10 Manhole, Precast Conaete Hydro Condurc Coiv SPL Irem �49
� * 33 39 10 Manhole, Precaec Concrece Wall Concrece Pine Co. Ine.
� 09/23/96 33 39 10 Manhole, Precaec Concrece Conerere Piroducc Inc. 48" I.D. Manhole w/ 32" Cone
� 12/U5/23 333910 Manhole,PrecaecConcrece TheTurnerComnany 72"I.D.Manholew/32"Cone
� OS/OS/IS 333910 Manhole,Precae[Concre[e TheTurnerComnany 48",60"I.D.Manholew/32"Cone
IMannole, SL" Vpei�ii�gana Ylattop, (No
09/03/24 33 39 10 Manhole, Precaec Concrece Oldcasfle Piecast Ine. Teane¢mu Cones)
� 06/09/10 33 39 10 Manhole, Precast (Remfoir.ed Polymei9Conerete US Comnosite Pioe ReinPorced Poly�ner Conerere
� 09/U6/19 33 39 20 Manhole, Precast Conaete For[enm Pioe and Piecast 6U" Nc 72" I.D. Manhole w/32" Cone
� 10/U7/21 32 39 20 Manhole, Precast Conaete For[erim Pioe and Piecast 48" I.D. Manhole w/32" Cone
� 10/07/21 33 39 20 Manhole, Precast (Remforced Polvmei9 Concrere Armorock 48" & 60" I.D. Manhole w/32" Cone
� 10/07/21 33 39 20 Manhole, Precast (Hvbrid) Polymer & PVC Geneva Pioe and Precast (Predl Systems) 48" & 60" I.D. Manhole w/32" Cone
03/07/23 33 39 20 Manholq Prccast Concrctc AmcnTcx Pinc and Products, LLC 4R" & 60" I.D. Manholc w/32" Conc
03/07/23 33 39 20 Manholc, Prccast (Rciniorcnl Polymcr) Concrdc P3 Polyincn, RockHardscp 4R" & 60" I.D. Manholc w/32" Conc
04/2R/07 Manholc, Prccast (Rciniorcnl Polymcr) Concrdc Amitah USA Mcycr Polycrdc Pipc
Sewer -(WACI Wastewater Access Chamber 33 39 40
12/29/23 33 39 20 I Was[ewa[er Access Chamber I Q�ickstream Solunons, Ine. Tyoe 8 Main[enace Shafl (P000��)
Water & Sewer - Manholes & Bases/Rehab Svstems/Cementitious
* EI-14 ManholeRehabSystems Quadex
04/23/01 EI-14 Manhole Rehab Systems Standard Cemen� Matenals, Inc. Reliner MSP
EI-14 Manhole Rehab Systeme AP/M Pern�aforn�
4/20/01 E I-14 Manhole Rehab System Strone Comoany Snon¢ Seal MS2A Rehab Sysrem
5/12/03 EI-14 Manhole Rehab System (Liner) Tnnlex Linin¢ Sys�em MH reo���'orod�ct[o stoo ���Rl�ra�ion
08/30/06 Geneiml Conerete Reo���' FlexKrete Technolo¢ies Vinyl Palyes�er Reo���' �rad�ct
ASTM A536
AASHTO M306-04
ASSHTO MI05 & ASTM A536
ASTM A 4R
ASTM A 4R
ASTM A 48
ASTM A 48
ASTM C 478
ASTM G443
ASTM C 478
ASTM C 478
ASTM C 478
ASTM C 478
ASTM C-76
ASTM C-76
ASTM C-77
ASTM C-07R; ASTM C-923;
ASTM C-043
ASTM D5813
24" Dia.
24" Die.
24" Die.
30" Dia.
24" dia.
24" dia.
24" Dia.
30" Dia.
30" Dia.
30" Dia
30" Dia
30" Dia
30" Dia �
30" Dia. I
30" Dia. I
30" Dia. I
30" Dia. �
�
�
za o�a. I
24" Dia. �
24" Dia. �
24" Dia. �
24" Dia. �
24" Dia. �
�
�
as �
48" �
48" w/32" mne �
72" �
a8", 60" �
48" to 84" 1. D. I
48" to 72" �
6U" & 72" �
48" �
48" & 60" �
48" & 60" Non Tratfic Areas �
I
�
�
�
�
Far use when Std. MH cannat be I
mstalled d�e ro deo�h
�
�
�
�
�
�
�
Misc. Use I
�
* From Original5tandard Products List 1
FORT WORTHO
CITY OF FORT WORTH
WATER DEPARTMENT
STANDARD PRODUCT LIST
IApproval Spec No. IClasssification I Manufacturer
� Water & Sewer - Manholes & Bases/Rehab SvstemsINonCementitious
I OS/20/96 EI-14 ManholeRehabSystems SpraNroq,
I 12/14/Ol Coatin�forCo�rosiooprotmtion(Extc�or) HRTECH
I01/31/06 Coatin��frCo�rosionProta:tion Chcsicrton
IR/2R/2006 Coatin��f rCo�rosion Prota:tion Warrrn Environmcntal
I
I33 OS 16, 33 39 10,
03/19/IR 333920 Coatin�forCo�ros�onprotcction(Extcnor) ShcnvinWilliams
�
� Water & Sewer - Manhole Inserts - Field Ooerations Use Onlv (Rev 2/3/161
I* 33 OS 13 Manholc Inscrt Knutson Entcmnscs
I* 33 OS 13 Manholc Inscrt South Wcsicm Packa�inR
I * 33 OS 13 Manholc Inscrt Noflow-Inflow
I 09/23/96 33 OS 13 Manholc Inscrt Southwcvtcm Packing & Sralv, Inc.
I 09/23/96 33 OS 13 Manholc Inscrt Southwcvtcm Packing & Scalv, Inc.
�
� Water & Sewer - Pioe Casina Soacers 33-OS-24 (07/Ol/131
� i voaioz s��i ea�a cas��� s�au� na�a��a e��a��e, a�a sy,c�ms, i��.
IO2/02/93 Stainlc» Stccl Ca�ing Spactt Advanccd Productv and Systcros, Inc.
I04/22/R7 Casing Spaccn Cascadc Watcnvork� Manufacturing
I 09/14/10 Stainlc» Stccl Casing Spactt Pipdinc Sral and Inwlaror
� o9nan o c�a�� sc��i ca,�� s�a�� P���r�� s�i a�a m,�iaro�
I OS/10/I I Stainlc» Stccl Ca�ing Spaccr Powcncal
03/19/IS Casing Spacers BWM
03/19/IS Casing Spaceis BWM
I03/29/22 33 OS 13 Casing Spaceis CCI Pipeline Systems
I09/03/24 33 OS 13 Casing Spacers Raci (Completely HDPE)
08/2A/18
OR/24/I R
02/25/02
12/ 14/U I
04/ 14/US
01 /31 /U6
&/2&/2U06
�
I �izii9�
� 03/22/10
� 04/09/21
� 03/07/23
09/03/24
�
Water & Sewer - Pioes/Ductile Iron 33-11-10[1/8/131
ss i i io ���ei� ��o� e�p� ���;� a�� e��a��c,, c�.
33 I I 10 Ducnle liron I'ipe American Ducnle Iron Pipe Co.
33 I I 10 Ductilc Iron Pipc Amcrican Ductilc Iron Pipc Co.
331110 DuctilclronPipc U.S.PipcandFoundryCo.
33 I I 10 Ductilc Iron Pipc McWanc Ca�t Iron Pipc Co.
Water & Sewer - Utilitv Line Marker (08/24/20181
�
Sewer - Coatim �s/Euoxv 33-39-60 (Ol/08/131
Epoxy Lining Sys�em Sauereisen, Inc
Eooxv Linm¢ Svecem Ertech Technical Coann¢s
Intenor D�ctile Iron Pioe Coann¢ Induron
Coanngs forCoiTosion Pro[ecnon Chesrer[on
Coann¢s for Corrosion Protecnon Warren Enviironmental
Sewer - Coatines/Polvurethane
�
Sewer - Combination Air Valves
33-31-7U Air Release Valve A.R.1. USA, Inc.
Sewer - Piues/Concrete
EI-04 Conc. Pioe, Remfoiced Wall Conaete Pioe Co. Ine.
EI-04 Canc. Pioe, Remfaiced Hydro Condun Caivaimtian
EI-04 Conc. Pioe, Remfoiced Hanson Concrere Prod�cts
EI-04 Canc.Pioe,Remfaiced Canae�ePioeNcPrad�c[sCo.lne.
Sewer - Piue EnlarQment Svstem (Methodl33-31-23 (Ol/18/13)
rim sysren, rim coroorano�
MeConnell Systems McLat Consnucnon
TRS Sysrems Trenchless ReVlacement System
Sewer - Piue/FiberQlass Reinforced/ 33-31-13(1/8/131
33 31 13 Cent Casr Fiberelass (FRP) Hobas Pioe USA, Inc.
33 31 13 Fiberelass Pioe (FRP) Ameron
333113 Glass-FiberRemfoir.edPolymerPioe(FR�) Thomo�onPineGroun
33 31 13 Fiberglass Pipe (FRI') F�ture Pipe Ind�stries
33 31 13 Fiberglass Pipe (FRI') Supeiii� Boru Sanayi A.S.
Model No.
Spray Wall PolyureH�ane Coanng
Scncs 20230 and 2100 (Asnhatic Emulsion)
Arc791, SIHB, SI, S2
5-301 and M-301
RR$cC Da�npprooting Noo-Fibcrcd Spay
Gradc (Asphatic Hmul�ion)
Madc to Ordcr- Plastic
Madc to Ordcr- Plastic
Madc to Ordcr- Plastic
LifcSavcr- Stainlcvv Stccl
TcthcrLok - Stainl�ss Stccl
ca�n�� sr��i s�au�, M�a�i si
Stainlcss Stccl Spaccr, Modd SSI
Casing Spaccrs
Stainlc» Stccl Ca�ing Spaccr
Coatal Stccl Casing Spaccrs
4R10 Powcrchock
SS-12 Casing Spacer(Stainless Sreel)
FB-12 Ca�ing Spaccr (Coatcd Carbon Stccl)
for Nonsrc�wrc Pipc and GroutM Casing
CSC 12, CSS 12
Pcr Manutacturcrs Rcquircmcnts (Scwcr
n�pi��,eo�s o�ir)
Super Bcll-Titc Ductilc Iron Prctiwrc Pipc,
American Fastite Pipe (Bell Spigo�)
Amcncan Flcx Ring (Rc�traincd Joint)
SewerGard21URS
Ertech 2030 and 2100 Series
Pro[ec[o 401
Arc791,SIHB,SI,S2
S-3U1 and M-3U1
National Spec
ASTM D639�D790
Acid Rcsistancc Tcst
ASTM D 1248
ASTM D 1248
ASTM D 1248
AWWACISO,CI51
AWWACISO,CI51
AWWA CI50, CI51
AWWA C150, CI51
AWWA CI50, CI51
LA Caunry #210- I 33
ASTM B-I 17
Acid Resistance Test
Updated: 11-6-24
S1ZC I
I
�
Sm�ceures Only �
Sc�y��nnni��ae�o�, �
Sc�yc�nnni��ae�o�ti �
I
For Extcnor Coating ofConcrctc I
Sm�ceurc, Only
�
�
For 24" dia. I
For 24" dia. I
For 24" dia. I
For 24" dia. I
For24"dia l
�
�
�
�
�
Up to 4R" I
up co as�� �
Up to 48" I
8" - 12" (Sewer Only)
3" th�u 24"
4" thiv 30"
4" th�u 30"
Ductile Iran Pioe Only
Sewer Applicatians
Sewer Anolicatians
D025LTP02(Camoasite Bady) I I 2"
ASTM C 76
Class 111 TXcG, SPL I[em #77 ASTM C 76
��-,� ASTM C 76
ASTM C 76
Palyethylene
Palye�hylene
Palye�hylene
I'IM Coro., �iscata Way, NJ. Aooroved Previously
Hous�on, Texas Aooroved Previously
Cal¢arv, Canada Aooroved Previously
Hobae I'ioe (Non-Piess�ie)
Bondsmm�d RPMP Pioe
Thamosan Pioe (Flow[i[e)
Fibersn'ong FRP
S�perlit FRP
ASTM D3262/D3754
ASTM D3262/D3754
ASTM D3262/D3754
ASTM D3262, ASTM D36R I,
ASTM D4161, AW W A M45
ASTM D3262, ASTM D3517,
ASTM 3754, AWWA C950
* From Original5tandard Products List 2
FORT WORTHO
IApproval Spec No. IClasssification
� Sewer - Piue/Po�vmer Piue
� 4/14/05 I'ol�nerMadifiedCanaetel'ioe
� 06/09/10 EI-9 Remfair.edPalymerCanaetePioe
�
� Sewer - Piues/HDPE 33-31-23(1/8/131
� * Hi¢h-densiryoalyethyleneo�oe
� * Hi¢h-densirynalye�hyleneo�oe
I * Hi¢h-densirynalye[hylenen�oe
I Hi¢h-densiry nalye[hylene n�oe
�
� Sewer - Piues/PVC (Pressure Sewerl 33-11-12 f4/1/132
I 12/02/I I 33-I I-12 DR-14 PVC Pressure Pipe
I 10/22/14 33-II-12 DR-14I'VCPressurePipe
�
� Sewer - Piues/PVC* 33-31-20 (7/1/131
� * 3331-20 PVCSewerPioe
� 12/23/97* 3331-2U PVCSewerPioe
� ' 3331-20 PVCSewerPioe
� 12/05/23 3331-2U PVCSewerPioe
� 12/U5/23 3331-20 PVCSewerPioe
� * 3331-20 PVCSewerPJi je
� 05/06/05 3331-20 PVC Solid Wall Pipe
� �4�����6 3331-2U PVCSewerFimngs
� � 3331-20 PVCSewerFimngs
� 3/19/2018 333120 PVCSewerPioe
� 3/19/2018 33 31 20 PVC Sewer P�e
� 3/29/2019 33 31 20 Gasketed Fittings (PVC)
� 10/21/2020 333120 PVCSewerPioe
� 10/22/2020 33 31 20 PVC Sewer Pioe
� 10/21/2020 33 31 20 PVC Sewer Pine
�
�
CITY OF FORT WORTH
WATER DEPARTMENT
STANDARD PRODUCT LIST
Manufacturer
Ami�ech USA
US Camoasite Pioe
Phillios Driscoo�oe, Inc.
Plexco Inc.
Polly Pioe, Inc.
CSR Hydro Canduit/Pineline Systems
Pipelife Jetsneam
Raynl Building Prad�cts
Model No.
Meyer �olycre�e �ioe
Remfair.ed PalymerCanaete Pioe
On����� Ducnle Polyethylene �ioe
McConnell Pioe Enlareement
I'VC Pressure Pipe
Royal Seal PVC Piess�ie I'ipe
J-M Manufac��nn¢ Co., Inc. (JM Ea¢le)
Diamond Plasncs Coivoimtion
Lamson vvlon rioe
vinvlcech PVC Pioe
Vinyltech PVC Pine
J-M ManuFncturii�,v�Co, Inc. (JM Ea¢le)
Diamond Plasncs Corporation
Harco
PlasncTiends, Ina(WesHake)
Pioelife Je[ Sneam
��oelife Jet Sneam
GPK Piroduc�s, Inc.
NAPCO(Westlake)
Sandeison Pioe Coro.
NAPCO(Weatlake)
3DR-26 (P31 I S)
3DR-26 (P31 I S)
SDR-26 (PSI I S)
SDR-26 (PSI I S)
Graviry Sewer PS I I S
PS I I S
PS I15
SDR-26 (PS I IS) GaskeT Fi[nn¢s
Gasketed PVC Sewer Main Fittin¢s
SDR 26 (PS I 15)
SDR 26
SDR 26
SDR 26
SDR 26
SDR 26 PS I I S
Updated: 11-6-24
National Spec Size
ASTM C33, A276, P477 8" to 102", Clasa V
ASTM G76
ASTM D 1248 8"
ASTM D 1248 8"
ASTM D 1248 8"
ASTM D 1248
AW WA C900
AW WA C900
ASTM D 3034
ASTM D 3034
ASTM D 3034
ASTM D3034
ASTM F 679
ASTM F 679
ASTM F-679
ASTM D-3034, D-1784, etc
ASTM D 3034
ASTM F679
ASTM D3034
ASTM D3034
ASTM D3034
ASTM D3034
ASTM F-679
4" H�iv 12"
4"thiv 12"
4" - I 5"
4" thru 15"
4" thru 15"
4" thru I S
IS"
I S" - 28"
I 8" To 48"
4" - 15"
18"- 24"
4"- I S„
4"- I 5"
4" - I 5"
4"- I S"
I S"- 36"
* From Original5tandard Products List
FORT WORTHO
IApproval Spec No. IClasssification
� Water - Aoourenances 33-12-10 f07/Ol/13)
� 09/03/24 33-12-IU DoubleStraoSaddle
� 01/IS/IS 33-12-IU DoubleStraoSaddle
� 08/28/02 Double Strao Saddle
� 07/23/12 33-12-10 Double Strao Seivice Saddle
03/07/23 33-12-10 Doublc Strap Sc�vicc Saddlc
I 70/27/R7 Curb Stons-Ball Mcicr Valvc�
10/27/87 Curb Stoos-Ball Meter Valves
� 5/25/2018 33-12-IU Curb Stoos-Ball Meter Valves
I5/25/201 R 33-12-10 Curb Stons-Ball Mncr Valvcs
I5/25/201R 33-12-10 Curb Stons-Ball Mcicr Valvcs
� 5/25/2U18 33-12-IU �rb Stoos-Ball Merer Valves
I5/25/201 R 33-12-10 Curb Stons-6all Mcicr Valvc�
I5/25/201 R 33-12-10 Curb Stons-Ball Mcicr Valvc�
�
I 01/26/00 Coatnl Tanq�nR Saddlc with Doublc SS Sirap�
I 0/5/21/12 33-12-25 Tapn�nK Slccvc (Coatcd Siccl)
I 03/29/22 33-12-25 Tapn�n� Slccvc (Coatcd or Stainlcss Stccl)
� asnom Tann���sicc�c(sea��iaSS��p
I 02/29/12 33-12-25 Tapn�nK Slccvc (Coatcd Siccll
I 02/29/12 }3-12-25 Tapn�n�Slccvc(StainlcssSiccl)
I 02/29/12 }3-12-25 Tapn�n�Slccvc(StainlcssSiccl)
I OS/10/I1 JointRcnairCla�np
IPla�tic Mctcr Box w/Compo+itc Lid
IPla�tic Mctcr Box w/Compo+itc Lid
I OS/30/06 Pla�tic Mctcr Box w/Compo+itc Lid
IConcrnc Mncr Box
IConcrnc Mncr Box
IConcrnc Mncr Box
�
� Water - Bolts, Nuts, and Gaskets 33-11-OS (Ol/08/131
� None �
70/01/R7
03/31/RR
09/30/R7
O1/12/93
OS/24/RS
09/24/R7
10/14/87
01/75/RR
70/09/R7
09/16/R7
OR/12/16
02/OS/93
OR/OS/04
Water - Combination Air Release 3331-70 [Ol/08/131
EI-II CombinationAirRcicascValvc
EI-I I Combination Air Rcicasc Valvc
[1-I I Combination Air Rcicasc Valvc
Water - Dry Barrel Fire Hvdrants 33-12-40 [Ol/15/14)
&I-12 Dry Barrd Firc Hydrant
&I-12 Dry Barrd Firc Hydrant
&I-12 Dry Barrd Firc Hydant
&I-12 Dry Barrd Firc Hydant
&I-12 Dry Barrd Firc Hydant
&I-12 Dry Barrd Firc Hydant
&I-12 Dry Barrcl Firc Hydant
&I-12 Dry Banel Fire Hydiant
EI-12 Dry Barrd Firc Hydrant
&I-12 Dry Barrd Firc Hydant
&I-12 Dry Barrd Firc Hydrant
33-12-00 Dry Barrd Firc Hydrant
Water - Meters
EI01-5 DctcctorChcckMdcr
Maenc[ic Dnvc Vcnical Turbinc
CITY OF FORT WORTH
WATER DEPARTMENT
STANDARD PRODUCT LIST
Manufacturer
Ford Me[er Bax Ca., Inc.
Romac
Smi[h Blair
M�eller Comoany
Powcncal
McDonald
McDanald
Ford Me[er Bax Ca., Inc.
Ford Mctcr Bux Cu., Inc.
Ford Mctcr Box Co., Inc.
M�eller Ca., Ltd.
Mucllcr Co., Ltd.
Mucllcr Co., Ltd.
Model No.
202B
202NS Nylon Coated
#317 Nylon Coated Double Strao Saddle
DR2S Do�ble (SS) Sirao DI Saddle
3450AS, Incl. Com� Ston, Dbl Sirap, Stainlcss
6100M,6100MT & 610MT
4603B, 4604B, 6100M, 6100TM and 6101 M
FB600-7NL, FB1600-7-NL, FV23-777-W-NL,
L22-77NL
FB600-(.NL, FBI600-C.NL, FV23fi66-W-
NL, L22-66NL
FB600�NL, FBI600�NL, BI I-044-WR-
NL, B22444WR-NL, L2R-04NL
B-25000N, B-24277N-3, B-2020UN-3, H-
ISOOON„ H-1552N, H142276N
�25000N, �20200N-3, B-24277N-3,H-
I SOOON, H-14276N, H-15525N
�25000N, B-20200N-3,H-ISOOON, H-
15530N
1CM Indu�hics, Inc.
1CM Indu�hics, Inc.
1CM Indu�hics, Inc.
eo��c�cai
Romac
Ro�na�
Ro�na�
Powcncal
DFW Pla�tic� Inc.
DFW Pla�tic� Inc.
DFW Pla�tic� Inc.
Bess & Hey�
Bass & Hayv
Bass & Hays
YA06 Doublc Band SS Saddlc
412 Tanq�nR Slccvc ESS
415 Tanq�nR Slccvc
3490A8 (PlaoRc) & 3490M1
FTS 420
SST Stainlc» Stccl
SST III Stainlcss Siccl
3232 Bdl Joint Rcnair Cle�np
DFW37C-12-IEPAF FTW
DFW39C-12-IEPAF FTW
DFW65GI4-IEPAF FTW
CMB37-B I2 I I I R LID-9
CMB-I S-Dual 141 G GD-9
CMB65-BGS 1527 GD-9
Updated: 11-6-24
National Spec Size
AW WA C800
AW WA C800
NSF ANSI 372
AW WA C800
AW WA CR00
AW WA CR00
AW WA C800, ANSF 61,
ANSI/NSF 372
AWWA CR00, ANSF 61,
ANSIMSF 372
AWWA CR00, ANSF 61,
ANSIMSF 372
I"-2" SVC, �o �a 16" Pioe
I"-2" SVC, �o ta 2A" Pioe
I"-2" SVC, �o ta 2A" Pioe
�"-2" SVC, �n eo 24" Pfnc
3/4" and I"
I%"and2"
z"
� _ � ,z,�
I"
Z"
� _ � ,z,�
I"
1"-2" Tap� on up to 12"
AWWAG223 Unto30"w/12"Out
AWWAC-223 ConcrdcPipcOnly
4"-8" and 16"
A W WA C-223 U n to 42" w/24" Out
AWWAC-223 Unto24"w/12"Out
AWWAC-223 Unto30"w/12"Out
4" to 30"
Class "A"
GA Indushics, Inc E�npirc Air and Vacumn Valvc, Modcl 935 ASTM A 126 Class B, ASTM A
Multiplcx Manufactunn� Co. Cri�pin Airand Vacuum Valvcs, Modcl No.
ValvcandPnmcrCom. APCO#143C,#145Cand#147C
Amcrican-Darlin� Valvc
Amcncan Darlin� Valvc
Cim� Como�a��o�
Amcrican AVK Comnany
cim� como�aeo�
ITT KrnnMy Valvc
M&H Valvc Co�nnany
M�eller Comoany
Mucllcr Company
U.S. Pinc & Foundry
Amcric.�n Plow C'ontrol (AF"C)
EJ (Ea�t lordan Iron Work�)
Amcs Company
Hcrscy
Drawinq Nov. 90.1860R, 94-I R560
Shon Dawin� No. 94-I R791
Shop DrawinR No. 0.19R95
Modd 2700
DawinK� D20435, D20436, B20506
Shon Dawin�No. D-807R3FW
Shop DrawinR No. 13476
Shap Drawings No.6461
A-423 Cennnon
Shop Drawing FH-12
A-023 Suncr Crntunon 200
Shop DrawinR No. 960250
Watcrous Paccr WB67
WatcrMasicr SCD250
Modcl 1000 DctcctorChcck Valvc
Ma�nctic Drivc Vtttical
��� &z��
I/2" I"&2"
�",z" & 3"
AWWA C-�02
AWWA C-�02
A W WA C-502
A W WA C-502
A�VWA C-502
AWWA C-502
A�VWA C-502
A W W A G502
AWWA C-�02
AWWA C-�02
A W WA C-502
AW WA C550
AWWA C701, Cla» 1
4" - 10„
3/4" _ 6"
* From Original5tandard Products List 4
CITY OF FORT WORTH
FORT WORTH�� WATER DEPARTMENT
STANDARD PRODUCT LIST
IApprovall Spec No. IClasssification I Manufacturer I Model No. I National Spec
� Water - Pioes/PVC fPressure Water) 33-31-70 f01/08/13)
IAW WA C900, AW WA C605
12/OS/23 33-I I-12 PVC Pressure Pioe VinylTech PVC Pioe DRI4 ASTM D1784
IAW WA C900, AW WA C605
12/05/23 33-I I-12 PVC Pressure Pioe Vinyl[ech I'VC I'ioe DRIS ASTM D1784
IAW WA C900, AW WA C605
09/03/24 33-II-12 I'VCPressurePioe Northernl'ioePiroduc�s DRI4 ASTMD1784
IAW WA C900, AW WA C605
09/03/24 33-II-12 PVCPressurePioe Northernl'ioePiroduc�s DRIS ASTMD1784
� 3/19/2018 331112 I'VCI'ressurePioe PinelifeJetSneam DRI4 AWWAC900
� 3/19/2018 331112 I'VCI'ressurePioe PinelifeJetSneam DRIS AWWAC900
� 5/25/2U18 33 I I 12 PVC Pressure Pioe Diamond Plasncs Coi�oimtion DR 14 AW WA C900
5/25/201R 33II 12 PVCPressurcPinc DiamondPlasticsComoration DRIS AWWAC900
AW WA C900-16
12/6/201 R 33 I I 12 PVC Pressurc Pipc 7-M Manufactunng Co., Inc d/b/a JM Eaglc DR 14 UL L285
ANSf/NSF 61
FM 1612
AW WA C900-16
12/6/201 R 33 1 I 12 PVC Prc�wrc Pipc 7-M Manufactunng Co., Inc d/b/a 7M Eaglc DR I S UL L285
ANSf/NSF 61
FM 1612
I 9/6/2019 33 I I 12 PVC I'ressure Pipe Undeigiro�nd Sol�tians Inc. DRI4 Fusible PVC AW WA C900
I 9/6/2019 33 11 12 PVC Prc�wrc Pipc NAPCO(Wcstlakc) DRIR AWWA C900
I 9/6/2019 331112 I'VCI'ressurePipe NAPCO(Westlake) DRI4 AWWAC900
I 9/6/2019 33 11 12 PVC Pressure Pipe Saude�sou P�pe Cocp. DR14 AW WA C900
�
� Water - Piues/Valves & Fittinas/Ducfile Iron Fittin2s 33-11-ll [Ol/08/131
I 07/23/92 EI-07 DucticlronFitting� StarPipcProducis,Inc. McchaniwlJointFittings AWWACI53&CI10
I * EI-07 Ducilc Iron FittinKs GriRn Pinc Product�, Co. Mcchanical loint FittinK� AWWA C I10
I * EI-07 Ducilc Iron FittinKs McWandTylcr Pipc/ Union Utilitic� Division Mcchaniwl Joint Fittings, SSB Class 350 p�yWp C 153, C I 10, C I 1 I
I OR/I I/9R EI-07 Ducilc Iron FittinKs Si�ma, Co. Mcchaniwl Joint Fittings, SSB Class 351 p�yWp C 153, C I 10, C I 12
I 02/26/14 EI-07 M1Fittin�� Accucast Class350G153M1Fittings p,WWp,C�j3
I OS/14/9R EI-07 DucilclronJointRc�h-ainh FordMctcrBoxCo.Nni-Flan�c Uni-FlangcScncs1400 p�y�ypClll/CI53
I OS/14/9R EI-24 PVClointRc�trainh FordMctcrBoxCo.Nni-Flan�c Uni-FlangcScric�I500Circlo-Lock p�y�ypClll/CI53
I 71/09/04 EI-07 DucilclronJointRc�h-ainh OncBolt,Inc. OncBoltRcsirainnlloiniFitting p�y�ypClll/C116/CI53
I 02/29/12 33-I I-I I Ducilc Iron Pipc Mcchanical loint Rcsiraint EBAA Iron, Inc Mcgalug Scncs I 100 (f r DI Pipc) p�y�yp CI I I/Cl 16/CI53
I 02/29/12 33-I I-I I PVC Pipc Mcchanical loint Rcsiraint EBAA Iron, Inc Mcgalug Scncs 2000 (f r PVC Pipc) p�y�yp CI I I/Cl 16/CI53
I OR/OS/04 EI-07 McchaniwlJointRctaincrGlands(PVC) Si�ma,Co. SigmaOno-LokSLC4-SLCIO p�yWpClll/CI53
I 03/06/19 33-II-II McchanicalJointRctaincrGlands(PVC) Si�ma,Co. Sig�naOno-LokSLCS4-SLCSI2 p�yWpClll/CI53
I OR/OS/04 EI-07 Mcchaniwl Joint Rctaincr Glands(PVC) Si�ma, Co. Sigma Ono-Lok SLCE p�y�yp CI I I/CI53
I OR/10/9R EI-07 M1Fittin��(DIP) Si�ma,Co. SigmaOno-LokSLDE p,WWp,C�j3
I 70/12/10 EI-24 Intcnor Rc�h-aincd 7oint Sysicm S& B Tcchncial Product� Bulldog Sy+tcm ( Diamond Lok 21 & 7M pSTM F-1624
I OR/16/06 EI-07 McchaniwlJointFittinRs SIPlnduvtncs(Scramporc) McchaniwlJointFittings p,WWp,��j3
I 71/07/16 33-II-II McchanicalJointRctaincrGlands StarPipcProducis,Inc. PVCStargnpScrics4000 pSTMA536AWWACIII
I 71/07/16 33-I I-I I Mcchanical Joint Rctaincr Glands Star Pipc Producis, Inc. DIP Stargrip Scrics 3000 pSTM A536 AW WA CI I I
EZ Grip Joint Rcstraint (EZD) Black For DIP
03/19/IR 33-II-II McchanicalJointRctaincrGlands SIPIndu�hics(Sc�amporc) ASTMA536AWWACIII
I 03/19/IS 33-II-II MechanicalJointRetainerGlands SII'Ind�stries(Serampoie) EZGriploiniRcsiraint(EZD)RnIfrC900 pSTMA536AWWACIII
DRI4 PVC Pipc
I 03/19/IS 33-LI-LI MechanicalJointReta�uecGlands SIP�id�sn�es(Serampo�e) EZGriploiniRcsiraint(EZD)RnIfrC900 pSTMA536AWWACIII
DRIR PVC Pipc
�
Updated: 11-6-24
S1ZC I
4"-16'
16"-I8'
4"-16'
16"-I8'
4"-12'
I 6"-24'
4"-12"
16"-24"
4"-2R"
16"-24"
4. _ $.
I 6" - 24„
4"- I 2"
4"- 12"
4"-12"
4" to 36"
4" to 24"
4" to 12"
4" to 42"
4" to 24"
4" to 10"
4" to 12"
12" to 24"
4" - 24„
4" to 12"
4" to 24"
3"-4R"
4"-12'
I 6"-24'
* From Original5tandard Products List 5
FORT WORTHO
CITY OF FORT WORTH
WATER DEPARTMENT
STANDARD PRODUCT LIST
IApproval Spec No. IClasssification I Manufacturer
� Water - Pioes/�alves & FittinQs/Resilient Seated Gate �alve* 33-12-20 (OS/13/151,
� Resilient WedRed Gare valve w/no Geais American Flow Control
� 12/13/02 Resilient WedReGate Valve American FlowConirol
� OS/31/99 ResilieniWedReGateValve AmericanFlowConirol
IOS/IS/99 ResilientWedReGateValve AmericanFlowConirol
I 10/24/00 EI-26 ResilieniWedReGateValve AmericanFlowControl
I �8��5/04 Resilient WedReGate Valve American FlowControl
I OS/23/91 EI-26 Resilien�WedReGa�eValve AmericanAVKComoany
I 01/24/02 EI-26 Resilien�WedReGa�eValve AmericanAVKComoany
I* EI-26 Resilien� Seated Ga�e Valve Kennedy
I * EI-26 Resilien�SeatedGa�eValve MXcH
I* EI-26 ResilieniSeatedGateValve MuellerCo.
I II/OS/99 ResilieniWedReGateValve MuellerCo.
� 01/23/03 ResilieniWedReGateValve MuellerCo.
I OS/13/US Reeilien[WedeeGa�eValve MuellerCo.
� 01/31/U6 Resilien[WedeeGateValve MuellerCo.
� 01/28/88 EI-26 Resilien�WedeeGateValve ClowValveCo.
� 10/04/94 Resilien[ WedeeGate Valve Clow ValveCo.
� II/OS/99 EI-26 ResilieniWeAReGateValve ClowValveCo.
� II/29/04 ResilieniWeAReGateValve ClowValveCo.
11/30/12 RrsilicniWa�F4atcValvc ClowValvcCo.
I OS/OR/91 EI-26 Rcsilirnt Scatcd Gatc Valvc Stockha�n Valvc� & Fittings
I * EI-26 Rcsilicni Scatcd Gatc Valvc U.S. Pinc and Foundry Co.
� 10/26/16 33-12-20 Resilient Seated Gate Valve FJ (East Jordan Iron Works)
� ����� $ Maroo Gare Valve Maroo-Norca
I
� Water - Pioes/Valves & FittinQs/Rubber Seated Buttert7y Valve 33-12-21 f07/10/141
� * E I 30 R�bber Seated B�tteiflv Valve Henry Pratt Co.
� * E I-30 R�bber Seated B�tteiflv Valve Mueller Co.
� I/II/99 EI-30 R�bberSeatedB�tteiflvValve DemrikValvesCo.
� 06/12/03 EI-30 ValmancAmerican B�tteiflv Valve Valma[ic Valve and Manufacnnn¢ Coro.
� 04/06/07 EI-30 R�bber Seated B�tterflv Valve M&H Valve
� 03/19/IS 33 12 21 R�bber Sea[ed B�tterflv Valve G. A. Industries (Golden Anderson)
� 09/03/24 33 12 21 R�bber Seated B�tteiflv Valve American AVK Comoanv
�
� Water - Polvethvlene Encasement 33-ll-10 f01/08/13)
Model No.
Senee 2500 Drawinc # 94-20247
Series 2530 and Senes 2536
Senes 2520 & 2524 (SD 94-20255)
Series 2516 (SD 94-20247)
Series 2500 (Ductile Iron)
42" and 48" AFC 2500
American AVK Resilient Seaded GV
Berfes A2361 (BD 6647)
Seoee AZ960 f6� I S"-24" (BD 6709)
Mueller 3U" &36", CS15
Mueller 42" & 48", G515
16" RS GV (SD D-20995)
CIowRW Velve(SDR21652)
Clow 30" &36" C-515
Clow Valvc Modcl 267R
MevoEea1250, reqwrememE SPL N74
E] FlowMesmr Getc Velvc & Boxcs
225 MR
Valmane American B�tteifly Valve.
MXcH Sryle 4500 & 1450
AW WA C504 B�tterfly Valve
AW WA C504 ButterHy Valve Class 250B
� 05/12/05 EI-13 Polye[hvlene Encasmen[ Flexsol Packa¢ine Fulron En[ero��ses
I OS/12/US EI-13 Polyethylene Encasment Moun[ain StaTes Plastics (MSP) and AEI' Ind. Standard Hardware
� 05/12/U5 EI-13 PolyethvleneEncasment AEPlndustries BullstronebvCowrownBolt&Gasket
� 09/06/19 33-II-II PolyethvleneEncasment NorthrownProduc[slnc. PEEncasementforDlP
�
� Water - Samuline Station
03/07/23 33725p WntcrSnmplingS�ation KupferleFoundryCompany Eclipse,Numbcr88,12-inchDep�hofB�iy
NWN�F24 33-FbbB ' ' ...�._�-�-,eoe�•s.��� ,�..o,-.m-�..�z�
IWater - Automatic Flusher
IHG6-A-IN-2-BRN-LPRR(PoiYable)
10/21/20 Au�oma�edFlushin¢System M�ellerHydroe�ard HG2A-1N--2-PVC-UL8-LPLG(Pecmanent)
I 04/09/21 Auto�natal Flushing Sysicm Kupfcrlc Foundry Co�npany Eclipscd9R00wc
I 04/09/21 Auto�natal Flushing Sysicm Kupfcrlc Foundry Company Eclip�c #9700 (Ponablc)
�
Updated: 11-6-24
National Spec Size
AW WA C515
AW WA C515
AW WA C515
AW WA C515
AW WA C515
AW WA C509
AW WA C515
AWWA C515
AWWA C515
AWWA C515
AWWA C5U9
AW WA C515
AW WA C515
A W W A C515
AW WA C515
A W WA C 509, ANSI 420 - sicm,
AW WA/ANSI CI I S/An21.15
A W W A G504
A W W A G504
A W W A C-504
A W W A G504
A W W A G504
A W W A C-504
A W W A C-504
AWWACIUS
AWWACIUS
AWWACI05
AWWACI05
This product removed
16"
30" and 36"
20" and 2A"
16"
4" to 12"
42" and 48"
4" to 12"
20" and smaller
4" - 12"
4" - 12„
4" - 12„
16"
24" and smaller
30" and 36"
42" and 48"
4" - 12„
16'
2A" and smaller
30" and 36" (Note 3)
24" ro 4R" (Notc3)
4" - 12„
3" to 16"
4" to 16'
24'
2A"and smaller
24" and lar¢er
uo �0 84" diameter
2A" �0 48'
30"-54"
24" - 48"
8 mil LLD
8 mil LLD
8 mil LLD
8 mil LLD
As shown in socc. 33 12 50
The Fon WorH� Wa�er DeparnnenYs S�andard Piroduc�s Lis� has been developed ro mmimize [he s�bmircal review ofprod�c[s which mee[ [he For[ Worrh Wa[er DeparrmenPs S[andard Speaficanons dunng unliry consnuc[ion prqec[s. When Technical
Specifications for specific products, aie included as pan ofH�e Consnucnon Conn'act Doc�menr, therequiremenra ofthe Technical Specificanon will overridethe Fort Worth Water Depar[ment's Standard Specificanons and the Fort Worth Water Depar[ment's
Standard Piroduc[s Listand appiroval ofihe specific piroducts will be based on the requirements ofthe Technical Specificanon whether or notthe specificprod�ct meets the Fort Worth Water Department's Standard Specificanons or is on the Fort Worth Water
Ydlow Highlight indicatcs ra;cnt changc�
* From Original5tandard Products List 6
WDRT H CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT
�` STANDARD PRODUCTS LIST AS OF 5/30/2025
9/9/2022
4/3/2025
9/9/2022
4/1/2024
9/9/2022
9/9/2022
9/9/2022
4/28/2025
9/9/2022
9/9/2022
9/9/2022
9/9/2022
1/29/2024
9/9/2022
9/23/2024
5/8/2025
4/7/2023
9/9/2022
9/9/2022
4/1/2023
6/1/2023
6/1 /2p23
ll/Z/2022
4/7/2023
9/9/2022
9/9/2022
9/9/2022
5/9/2025
l0/4/2023
10/4/2023
7/10/2023
I/18/2023
l/24/2023
10/24/2024
10/24/2024
l0/18/2024
9/9/2022
9/9/2022
10/]0/2022
9/9/2022
9/9/2022
9/9/2022
9/9/2022
9/9/2022
9/9/2022
4/28/2025
4/28/2025
4128/2025
9/9/2022
9/9/2022
9/9/2022
9/9/2022
9/9/2022
9/9/2022
9/9/2022
9/9/2022
5/7/2025
2/7/2025
2/7/2025
9/9/2022
4/27/2023
9/9/2022
8/4/2023
ll/ZO/2023
11/20/2023
9/9/2022
9/9/2022
Concrete
Class A(Sidewalk, ADA Ram�s, Driveways, Curb/Gutter, Median Pavement)
32 13 20 Mix DesiKn American Concrere Company 30CnF029 3000 psi
32 13 20 Mix Dcaign Big Town Concrctc ??7 7 3000 pai
32 13 20 Mix DesiKn Burnco Texas 30U 101 AU 3000 psi
32 13 20 Mix Design Burnco Texas 30USOOBG 3000 psi
32 13 20 Mix DesiKn Carder Concrete FWCCSU2UU1 3000 psi
32 13 20 Mix Des�n Carder Concrete FWCC502027 3500 psi
32 13 20 Mix Des�Rn Chisholm Trail Redi Mix C13020AE 3000 psi
32 13 20 Mix Des�n Chisholm Trail Redi Mix CT6020A 3600 psi
32 13 20 Mix Des�,Gn Ciry Concrete Co��pany 30HA201I 3000 psi
32 13 20 Mix Des�n Cow Town Redi Mix 253-W 3000 psi
32 13 20 Mix Des�,Gn Cow Town Redi Mix 250 3000 psi
32 13 20 Mix Des�n Cow Town Redi Mix 350 3000 psi
32 13 20 Mix Des�Rn Estrada Ready Mix R3050AEWR 3000 psi
32 13 20 Mix Des�n Holciin - SOR, Inc. 7267 3000 psi
32 13 20 Mix Des�,Gn Holcim - SOR, Inc. 5177 3000 psi
32 13 20 Mix Des�n Holciin - SOR, Inc. 530WA-T7 3000 psi
32 13 20 Mix Des�Rn Liquid Stone C301D 3000 psi
32 13 20 Mix Des�n Martin Manetta R27 36214 3000 psi
32 13 20 Mix Des�,Gn Mar[in Marie[[a R2136014 3000 psi
32 13 20 Mix Des�n Martin Manetta R2736N14 3000 psi
32 13 20 Mix Desi�,n Martin Marie[ta R2136R20 3000 psi
32 13 20 Mix Des�n Martin Manetta R2136N20 3000 psi
32 13 20 Mix Desi�,n Martin Marietta R2141 K24 4000 psi
32 13 20 Mix Des�n Martin Manetta R2136K14 3000 psi
32 13 20 Mix Desi�,n Martin Marie[ta R2131314 3000 psi
32 13 20 Mix Des�n Martin Manetta R2132214 3000 psi
32 13 20 Mix Desi�,n Martin Marie[ta D9490SC 3000 psi
32 13 20 Mix Desi�vn Martin Manetta R2136R14 3000 psi
32 13 20 Mix DesiFn NBR Ready Mix CLS A-YY 3000 psi
32 13 20 Mix Des�n NBR Ready Mix CLS A-NY 3000 psi
32 13 20 Mix DesiFn Osburn 30ASOMR 3000 psi
32 13 20 Mix Des�n Rapid Redi Mix RRM5020A 3000 psi
32 13 20 Mix DesiFn Rapid Redi Mix RRM5525A 3600 psi
32 13 20 Mix Des�n SRM Concrete 30850 3000 psi
32 13 20 Mix Des�gn SRM Concrete 30350 3000 psi
32 l3 20 M�x Desi�,.vn SRM Concrete 30050 3000 psi
32 13 20 Mix Des�gn Tarrant Concrete FW5025A 3000 psi
32 l3 20 M�x Desi�,n Tarrant Concrere CP5020A 3000 psi
32 13 20 Mix Des�gn Tarrant Concrete TCFW5020A 3000 psi
32 l3 20 M�x Desi�,.vn Tarrant Concrere FW5525A2 3000 psi
32 13 20 Mix Des�gn Titan Ready Mix 3020AE 3000 psi
32 l3 20 M�x Desi,qn True ar�t Bed� Mix 0250.230 3000 psi
32 l3 20 M�x Desi,qn True ar�t Bed� Mix 0250.2301 3000 psi
Class CIP iInlets, Manholes, Juncrion Boxes, Encasement, Blocldngr Collars, (Sgread Footing Pedestal Pole Foundations (Reference Detai134 41 10-D605A�
32 l3 l3 M�x Des�n American Conceete Company 40CNF06� 4000 psi
32 13 13 Mix Des�gn Burnca Texas 40USOOBG 4000 psi
32 l3 20 M�x Desi�,n Chisholm Trail Redi M�x CT6020A 3600 psi
32 13 20 Mix Des�gn Chisholm Trail Rcdi Mix CTFW5520A 3600 psi
32 L3 20 Mix DesiKn Chisholm Trnil Redi Mix CTFW6020A 4000 psi
32 13 13 Mix Dcsign Cow Town Rcdi Mix 255-2 3000 psi
32 L3 L3 Mix DesiKn Cow Town Redi Mix 355 3000 psi
32 13 13 Mix Dcsign Cow Town Rcdi Mix 255 3500 psi
32 L3 L3 Mix DesiKn Cow Town Redi Mix 270 5000 psi
32 13 13 Mix Dcsign Cow Town Rcdi Mix 370 5000 psi
32 L3 L3 Mix DesiKn Cow Town Redi Mix 353 3000 psi
32 13 13 Mix Dcsign Cow Town Rcdi Mix 257 3600 psi
32 L3 L3 Mix DesiKn Oow �owu Redi Mfx 357 3600 psC
32 13 13 Mix Dcsign Cow Town Rcdi Mix 265-42 4200 psi
32 L3 L3 Mix DesiKn Holcim - SOR, Inc. 1701 4000 psi
32 13 13 Mix Dcsign Holcim - SOR, Inc. 1551 3000 psi
32 L3 L3 M�x DesiKn Holcim - SOR, Inc. 5409 4000 psi
32 13 13 Mix Dcsign Liquid Stonc C361DNFA 3600 psi
32 13 13 Mix DesiKn Martin Marietta R2141230 4000 psi
32 13 13 Mix Design Martin Manetta R2147 R2A 4000 psi
32 13 13 Mix DesiKn Martin Marietta R2146R33 4000 psi
32 13 13 Mix Design Martin Manetta R2146K33 4000 psi
32 13 13 Mix DesiKn Martin Marietta R2142233 3600 psi
32 13 13 Mix Design Martin Manetta R2136224 3600 psi
3-5" Slump; 9-6% Ai�
3-5" Slump; 3-6% Air
3-5" 01ump� 9fi% Ai�
3-5" Slump; 3-6% Air
3-5" 01ump; 9fi% Ai�
3-5" Slump; 3-6%Air
3-5" Slump; 4.5-7.5 % Ai�
3-5" Slump; 3-6%Air
3-5" Slump; 3fi% Ai�
3-5" Slump; 3-6%Air
3-5" Slump; 3fi% Ai�
3-5" Slump; 3-6%Air
3-5" Slump; 3fi% Ai�
3-5" Slump; 3-6% Air
3-5" Slump; 3fi% Ai�
3-5" Slump; 3-6% Air
3-5" Slump; 3fi% Ai�
3-5" Slump; 3-6%Air
3-5" Slump; 3fi% Ai�
3-5" Slump; 3-6% Air
3S" Slump; 3fi% Air
3-5" Slump; 3-6% Air
3-5" Slump; 3fi% Air
3-5" Slump; 3-6% Air
3S" Slump; 3fi% Air
3-5" Slump; 3-6% Air
3-5" Slump; 4.5-7.5% Air
3-5" Slump; 3-6% Air
3S" Slump; 3fi% Air
3-5" Slump; 3-6% Air
3S" Slump; 3fi% Air
3-5" Slump; 3-6 % Air
3S" Slump; 3fi% Air
3-5" Slump; 3-6% Air
3-5" Slomp; 3-6"/o Air
3-5" Slump; 3-6% A�r
3-5" Slomp; 3-6"/o Air
3-5" Slump; 3-6% A�r
3-5" Slomp; 3-6"/o Air
3-5" Slump; 3-6% A�r
3-5" Slomp; 3-6"/o Air
3-5" Slump; 3-6% A�r
3-5" Slump; 3-6% A�r
3-5" Slump; 0-3 % A�r
3-5" Slomp; 3-6% Air
3-5" Slump; 3-6 % A�r
3-5" Slomp; 3-6% Air
3-5" 01ump� 3fi% Ai�
3-5" Slomp; 3-6% Air
3-5" 01ump� 4fi% Ai�
3-5" Slomp; 3-6% Air
3-5" 01ump� 4fi% Ai�
3-5" Slomp; 3-6% Air
3-5" 01ump; 3fi% Ai�
3-5" Slomp; 3-6% Air
3-5" Slump; 3-6% Air
3-5" Slomp; 3-6% Air
3-5" 01ump� 4fi% Ai�
3-5" Slomp; 3-6% Air
3-5" Slump; 3-6% A�r
3-5" Slomp; 3-6% Air
3-5" 01ump; 9fi% Ai�
3-5" Slump; 3-6% Air
3-5" 01ump; 9fi% Ai�
3-5" Slump; 3-6% Air
3-5" Slump; 45-7.5 % Ai�
3-5" Slump; 3-6% Air
Page 1 of 6
WDRT H CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT
�` STANDARD PRODUCTS LIST AS OF 5/30/2025
...Cnncre�e (:'nn6nues)
9/9/2022 32 13 13 Mix DesiKn Martin Marietta R2141233
9/9/2022 32 13 13 Mix Design Martin Manetta R2146038
10/24/2024 32 13 13 Mix DesiKn Martin Marietta R2146K34
5/5/2025 32 13 13 Mix Design Martin Mancita R2146R35
5/5/2025 33 13 13 Mix DesiKn Martin Marietta R2146K3�
5/5/2025 33 13 13 Mix Design Martin Manetta R2146N33
9/12/2023 321313 MixDesi,Gn NBRReadyMix CLSPI-YY
9/9/2022 32 13 13 Mix Des�n NBR Ready Mix TX C-YY
9/9/2022 32 13 13 Mix Des�Rn NBR Ready Mix TX C-NY
I/78/2023 32 13 13 Mix Desiqn Rapid Redi Mix RRM5320A
1/18/2023 32 13 13 Mix Des Rn Rapid Redi Mix RRM6020ASS
10/24/2024 32 13 13 Mix Des�n SRM Concrete 40350
10/24/2024 32 13 13 Mix Des�,Gn SRM Concrete 40850
9/76/2024 32 13 13 Mix Dee�n SRM Concrete 35050
4/28/2025 32 13 13 Mix Des�,Gn SRM Concrete 36850
9/9/2022 321313 MixDesipn TarrantConcrete FW5320A
10/10/2022 321313 MixDesign TarrantConcrete TCFW6025A2
Class C(Drilled Shaft for Traffic Signal Pole Foundations Reference Detai131 41 10-D605)
9/9/2022 32 13 13 Mix Des�n Burnco �exas 36USOOBG
6/21/2023 32 13 13 Mix Des�,Gn Cow Towu Redi Mix 360-DS
10/30/2024 32 13 13 Mix Des��an Hstrada Ready Mix R36575AEWR
12/5/2022 32 13 13 Mix Desi�,n Holcim - SOR, [nc. 1822
9/9/2022 32 13 13 Mix Des�n Holcim - BOR, Inc. 1859
4/7/2023 32 13 13 Mix Desi�,n Liqaid Stone C361DHR
6/27/2023 32 13 13 Mix Des�n Martin Manetta U2146N41
6/27/2023 32 13 13 Mix Desi�,n Martin Marie[ta U2146K45
5/9/2025 2 13 13 Mix Desi�an Martin ManeVa U2146R41
8/22/2024 32 13 13 Mix Desi�,n NBR Ready Mix 135K2524
8/22/2024 32 13 13 Mix Desi�,n NBR Ready Mix 135K0524
Class C Headwalls, Win� walls, Culverts
9/9/2022 321313 MixDesign CarderConcrete FWCC602007
9/9/2022 32 13 13 Mix Des�n Ciry Concrete Com�any 40LA201 I
9/9/2022 32 13 13 Mix Desi�,n Cow Town Redi M�x 260-2
9/9/2022 32 13 13 Mix Des� Cow �own Redi Mix 360-7
9/9/2022 32 13 13 Mix Des�gn Caw Town Redi Mix 260-1
l/29/2024 32 l3 l3 M�x Desi�.vn Estrada Ready Mix R3655AEWR
9/9/2022 32 13 13 Mix Des�gn GCH Concrete Services GCH4000
4/1/2023 32 l3 l3 M�x Desi�vn MarHn Marietta 310LBP
8/30/2023 32 13 13 Mix Des�gn Martin Marietta R2141R30
9/9/2022 32 l3 l3 M�x Desi�,.vn Martin Marietta R2146035
9/9/2022 32 13 13 Mix Des�gn SRM Concrete 40050
9/9/2022 32 l3 l3 M�x Des�n SRM Concrete 35022
9/9/2022 321313 MixDes�gn TarrantConcrete FW6020A2
Class P (Machine Placed Pav'n��
4/3/2025 32 13 13 Mix Design Big own Concrete 45ll
4/3/2025 32 l3 l3 M�x Desi�,n BiQ Rown Oon¢rete 4411
9/9/2022 321313 MixDes�gn CazderConcrete FWCC552091
9/9/2022 321313 M�xDesi�.vn CarderConcrete FWCC602091
9/9/2022 32 13 13 Mix Des�gn Ciry Concrete Company 36LA2011
9/9/2022 33 L3 L3 Mix DesiKn Oow Rowu Redi M�z 254-M
11/14/2022 32 13 13 Mix Dcsign Cow Town Rcdi Mix 357-M
9/9/2022 32 L3 L3 Mix DesiKn Oow Rowu Redi M�z 260-M
9/9/2022 32 13 13 Mix Dcsign Cow Town Rcdi Mix 360-M
2/6/2024 32 L3 L3 MixDesiKn EstradaRendyMix TD3655AEWR
5/20/2025 32 13 13 Mix Dcsign Gilco Conhacting Inc 36MP1643
5/12/2025 32 L3 L3 Mix DesiKn Holcim - SOR, Inc. 1703
8/4/2023 321313 MixDcsign MartinMarictta Q2L4LR27
LVZ/2022 32 L3 L3 MixDesiKn MartinMa�ietta Q2L4LK30
5/5/2025 32 13 13 Mix Dcsign Martin Marictta Q2141N27
LO/4/2023 32 L3 L3 Mix DesiKn NBR Ready Mix "PX C� 0E-YY
10/4/2023 32 13 13 Mix Dcsign NBR Rcady Mix TX C SF-NY
LO/24/2024 32 L3 L3 M�x DesiKn SRM Concrete 40068
10/24/2024 32 13 13 Mix Dcsign SRM Concrc[c 40825
9/16/2024 32 13 13 Mix DesiK� SRM Concrete 40025
10/1R/2024 32 13 13 Mix Design SRM Concrete 35023
9/9/2022 321313 MixDesiKn TarrantConcrete FW552UAMP
9/9/2022 32 13 13 Mix Design True Grit Redi Mix 02552301
9/9/2022 32 13 13 Mix DesiKn True Grit Redi Mix U260.23U2
Page 2 of 6
9600 psC
4500 psi
4000 psi
4000 psi
4000 psi
4000 psi
4000 psi
3000 psi
3000 psi
3000 psi
4000 psi
4000 psi
4000 psi
3500 psi
3600 psi
3000 psi
4000 psi
3600 psi
3600 psi
3600 psi
3600 psi
4000 psi
3600 psi
3600 psi
3600 psi
3600 psi
3600 psi
3600 psi
a000 ns+
4000 psi
3600 psi
3600 psi
3600 psi
3600 psi
4000 psi
3600 psi
4000 psi
4000 psi
4000 psi
3600 psi
4000 psi
3600 psi
3600 psi
3600 psi
4000 psi
3600 psi
3600 psC
3600 psi
4000 psi
4000 psl
3600 psi
3600 psi
4000 psi
4000 psl
4000 psi
4000 psl
3600 psC
3600 psi
4000 psi
4000 psl
4000 psi
3600 psi
9600 peC
3600 psi
4000 psi
3-5" 01ump; 9fi% Ai�
3-5" Slump; 3-6% Air
3-5" Slump; 3fi% Ai�
3-5" Slump; 3-6% Air
3-5" Slump; 3fi% Ai�
3-5" Slump; 3-6% Air
3-5" Slump; 3fi% Ai�
3-5" Slump; 3-6%Air
3-5" Slump; 3fi% Ai�
3-5" Slump; 3-6% Air
3-5" Slump; 3fi% Ai�
3-5" Slump; 3-6% Air
3-5" Slump; 3fi% Ai�
3-5" Slump; 3-6% Air
3-5" Slump; 3fi% Ai�
3-5" Slump; 3-6%Air
3-5" Slump; 3-6% Air
5.5-7.5" Slump; 3-6%Air
S.SJ.S" Slamp; 3-6% Ai�
5.5-7.5" Slump; 3-6 % Air
5.5-75" Slomp; 0-3 % Air
5.5-7.5" Slump; 3-6% Air
5.5-75" Slomp; 3fi% Air
5-7" Slump; 3-6 % Air
5-7" Slump; 3fi% Aic
5-7" Slump; 3-6 % Air
5.5" Slump; 3-6% Air
5.5" Slump; 3-6% Air
3-5" Slump; 3-6% Air
3-5" Slump; 3-6 % Air
3-5" Slump; 3fi% Air
3-5" Slump; 3-6% Air
3-5" Slomp; 3-6% Air
3-5" Slump; 3-6% A�r
3-5" Slomp; 3-6"/o Air
3-5" Slump; 4-7 % A�r
3-5" Slomp; 3-6"/o Air
3-5" Slump; 3-6% A�r
3-5" Slomp; 3-6"/o Air
3-5" Slump; 3-6% A�r
3-5" Slomp; 3-6"/o Air
1-3" Slomp; 3-6"/o Air
l3" Slump; 3-6% A�r
1-3" Slomp; 3-6"/o Air
l3" Slump; 3-6% A�r
1-3" Slomp; 3-6"/o Air
l-3" Slump; 3-6% Air
1-3" Slomp; 3-6% Air
L3" 01ump� 4fi% Ai�
1-3" Slomp; 3-6% Air
L3" 01ump� 3fi% Ai�
1-3" Slomp; 3-6% Air
L-3" Slump; 3fi% Ai�
1-3" Slomp; 3-6% Air
L-3" 01ump� 4fi% Ai�
1-3" Slomp; 3-6% Air
l-3" Slump; 3-6% Air
1-3" Slomp; 3-6% Air
L3" Slump; 3-6% A�r
1-3" Slomp; 3-6% Air
13" Slump; 3fi% Ai�
1-3" Slump; 3-6% Air
1 3" 01ump; 9fi% Ai�
1-3" Slump; 3.5-6.5% Air
1-3" Slump; 35-65 % Aic
WDRT H CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT
�` STANDARD PRODUCTS LIST AS OF 5/30/2025
9/9/2022
5/Z/Q023
4/3/2025
4/4/2025
4/5/2025
9/9/QOQQ
9/9/2022
4/28/2025
9/9/2022
9/9/2022
9/9/2022
1/29/2024
9/9/2022
5/20/2025
10/4/2024
9/9/2022
5/8/2025
4/5/2025
II/2/2022
8/4/2023
I V2/2022
5/aa/2023
12/22/2023
12/22/2023
II/15/2022
ll/15/2022
9/9/2022
9/9/2022
9/9/2022
9/9/2022
9/9/2022
l0/4/2023
10/4/2023
7/10/2023
I/24/2023
2J7/2025
9/9/2022
5/23/2025
l0/24/2024
10/24/2024
l0/18/2024
9/9/2022
9/9/2022
9/9/2022
9/9/2022
9/9/2022
9/9/2022
9/9/2022
10/9/2024
9/9/2022
9/9/QOQQ
9/9/2022
9/9/2022
1/18/2023
V39/Q024
9/9/2022
V24/2023
4/7/2023
Q/10/Q023
2/7/2025
9/9/2022
9/9/2022
Class H(Hand Placed Pavin$, Valley Gutter)
32 13 13 Mix Design Amencan Concrete Company
32 13 13 Mix DesiYn BiK D Concrete
32 13 13 Mix Design Big Town Concrete
32 13 13 Mix Desiyn BiK Town Concrete
32 13 13 Mix Design Big Town Concrete
32 13 13 Mix DesiKn Burnco Texas
32 13 13 Mix Design Carder Concrete
32 13 13 Mix Design Chisholm Trail Redi Mix
32 13 13 Mix Design City Concrete Company
32 13 13 Mix Design Cow Town Redi Mix
32 13 13 Mix Design Cow Town Redi Mix
32 13 13 Mix Design Estrada Ready Mix
32 13 13 Mix Design GCH Concrete Services
32 13 13 Mix Design Gilco Contracting Inc
32 13 13 Mix Design Holciin - SOR, Inc.
32 13 13 Mix Design Holcim - SOR, Inc.
32 13 13 Mix Design Holciin - SOR, Inc.
32 13 13 Mix Design Liquid S[one
32 13 13 Mix Design Martin Manetta
32 13 13 Mix Design Martin Marietta
32 13 13 Mix Design Martin Manetta
32 13 13 Mix Design Martin Marictta
32 13 13 Mix Desi,qn Martin Manetta
32 13 13 Mix Design Martin Marie[ta
32 13 13 Mix Desi,qn Martin Manetta
32 13 13 Mix Design Martin Marie[ta
32 13 13 Mix Desi,qn Martin Manetta
32 13 13 Mix Design Martin Marie[ta
32 13 13 Mix Desi$n Martin Manetta
32 13 13 Mix Design Martin Marie[ta
32 13 13 Mix Desi,qn Martin Manetta
32 13 13 Mix Design NBR Ready Mix
32 13 13 Mix Desi,qn NBR Ready Mix
32 13 13 Mix Design Osburn
32 13 13 Mix Desi,qn Rapid Redi Mix
32 13 13 Mix Design SRM Concre[e
32 l3 l3 M�x Des�n SRM Concrete
32 13 13 Mix Des�gn SRM Concre[e
32 l3 l3 M�x Desi�vn SRM Concrete
32 13 13 Mix Des�gn SRM Concre[e
32 l3 l3 M�x Des�n SRM Concrete
32 13 13 Mix Des�gn Tarran[ Concrete
32 l3 l3 M�x Desi�n Tarrant Concrete
32 13 13 Mix Des�gn Tarran[ Concrete
32 l3 l3 M�x Desi�n Titan Ready Mix
32 13 13 Mix Des�gn True Gri[ Redi Mix
32 l3 l3 M�x Desi�n True Gr�t Red� Mix
32 13 13 Mix Des�gn True Gri[ Redi Mix
321313 MixDesign Wildcat[er
Class HES�High Early Stre�g�h Pavin�)
32 13 13 ix Dcsign Big D Concrctc
32 L3 L3 Mix Des�n �Cow Town Redi Mix
32 13 13 Mix Dcs�gn � Cow Town Rcdi Mix
32 L3 L3 Mix Des�n �Cow Town Redi Mix
32 13 13 Mix Dcs�gn � Cow Town Rcdi Mix
32 L3 L3 MixDes� �EstradaRendyMix
32 13 13 Mix Dcs�gn �Holcim- SOR, Inc.
32 L3 L3 Mix Des� �LiUuid Stone
32 13 13 Mix Dcs�gn � Mar[in Maric[[a
32 L3 L3 Mix Des�n � SRM Concrete
32 13 13 Mix Dcs�gn � SRM Concrc[c
32 L3 L3 M�x Des�n �Tarrant Concrete
32 13 13 Mix Dcs�gn � Tarran[ Concrctc
45CAF076
CM 14�20AE
6211
6311
6017
45U�OOBG
FWCC602027
CTFW6520A
45NA20II
265
365
R4560AEWR/
GCH4500
45HP1643
5507
1851
545WA-Tl
C451 D
R2746N35
R2]46R36
R2746N36
R2146K37
R2146R44
R2146K44
R2146P36
R2146K36
R2147241
R2146236
R2146036
R2146242
R2146042
CLS P2-YY
CLS P2-NY
45A60MR
RRM6320AHP
45023
45000
45300
45350
45850
45050
FW6020AHP
FW60AHP
TCFW6020AHP
TRC4520
02602301
0265.2301
270230
4520AI
14500AE
370-1 NC
375-NC
370-NC
380-NC
4575AESC
2125
C451DHR-A
R2161K70
50310
40326
F W 6520AMR
FW7520AMR
Page 3 of 6
4500 psi
4500 psi
4500 psi
4500 psi
4500 psi
4500 psi
4500 psi
4500 psi
4500 psi
4500 psi
4500 psi
4500 psi
4500 psi
4500 psi
4500 psi
4500 psi
4500 psi
4500 psi
4500 psi
4500 psi
4500 psi
4500 psi
4500 psi
4500 psi
4500 psi
4500 psi
4500 psi
4500 psi
4500 psi
4500 psi
4500 psi
4500 psi
4500 psi
4500 psi
4500 psi
4500 psi
4500 psi
4500 psi
4500 psi
4500 psi
4500 psi
4500 psi
4500 psi
4500 psi
4500 psi
4500 psi
4500 psi
4500 psi
4500 psi
4500 psi
4500 psi
5000 psi
4500 psi
4500 psi
4500 ps-i / 3000 psi (a� 3 days
5000 psi
4500 psi
6000 psi / 3000 psi (a`y 2Ahr.
5000 psi
4500 psi / 3000 psi (a� 3 days
4500 psi / 3000 psi � 3 days
4500 psi / 3000 psi (a, 3 days
3-5" Slump; 3-6% Air
3-5" Slump; 3fi% Ai�
3-5" Slump; 3-6% Air
3-5" Slump; 3-6% Air
3-5" Slump; 3-6% Air
3-5" 01ump; 9fi% Ai�
3-5" Slump; 3-6% Air
3-5" Slump; 3fi% Ai�
3-5" Slump; 3-6%Air
3-5" Slump; 3fi% Ai�
3-5" Slump; 3-6%Air
3-5" Slump; 4fi% Ai�
3-5" Slump; 3-6% Air
3-5" Slump; 3fi% Ai�
3-5" Slump; 3-6%Air
3-5" Slump; 3fi% Ai�
3-5" Slump; 3-6%Air
3-5" Slump; 3fi% Ai�
3-5" Slump; 3-6% Air
3-5" Slump; 3fi% Ai�
3-5" Slump; 3-6% Air
3S" Slump; 3fi% Air
3-5" Slump; 3-6 % Air
3S" Slump; 3fi% Aic
3-5" Slump; 3-6 % Air
3-5" Slump; 3fi% Aic
3-5" Slump; 4.5-7.5 % Air
3S" Slump; 3fi% Air
3-5" Slump; 3-6% Air
3S" Slump; 3fi% Air
3-5" Slump; 3-6% Air
3S" Slump; 3fi% Aic
3-5" Slump; 3-6% Air
3-5" Slump; 3fi% Air
3-5" Slump; 3-6 % Air
3-5" Slomp; 3-6"/o Air
3-5" Slump; 3-6% A�r
3-5" Slomp; 3-6"/o Air
3-5" Slump; 3-6% A�r
3-5" Slomp; 3-6"/o Air
3-5" Slump; 3-6 % A�r
3-5" Slomp; 3-6% Air
3-5" Slump; 3-6% A�r
3-5" Slomp; 3-6"/o Air
3-5" Slump; 3-6% A�r
3-5" Slomp; 3-6"/o Air
3-5" Slump; 3.5-6.5 % A�r
3-5" Slomp; 3-6"/o Air
3-5" Slomp; 3-6"/o Air
3-5" Slomp; 3-6% Air
3-5" 01ump; 3fi% Ai�
3-5" Slomp; 3-6% Air
3-5" Slump; 3fi% Ai�
3-5" Slomp; 3-6% Air
3-5" 01ump; 4fi% Ai�
3-5" Slomp; 3-6% Air
3-5" Slump; 3fi% Ai�
3-5" Slomp; 3-6% Air
3-5" 01ump; 3fi% Ai�
3-5" Slomp; 3-6% Air
3-5" Slump; 3-6% A�r
3-5" Slomp; 3-6% Air
WDRT H CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT
�` STANDARD PRODUCTS LIST AS OF 5/30/2025
Class S(BridQe Slabs, Top Sl3bs of Direct Traffic Culverts. APproach Slabs)
9/9/2022 32 13 13 Mix DesiYn Cow Town Redi Mix 260
9/9/2022 32 13 13 Mix Design Cow Town Redi Mix 360
9/9/2022 32 13 13 Mix Des� Cow Town Redi Mix 365-STX
1/29/2024 321313 MixDesign EshadaReadyMix R4060AEWR
5/3/2023 32 13 13 Mix Desiyn Martin Marietta M7842344
4/1/2023 32 13 13 Mix Design Martin Manetta R2146P33
4/15/2024 32 13 13 Mix Design NBR Ready Mix TX S-NY
4/15/2024 32 13 13 Mix Design NBR Ready Mix TX S-YY
4/5/2025 32 13 13 Mix Design SRM Concrete 40850
4/5/2025 32 13 13 Mix Design SRM Concrete 40350
5/5/2023 32 13 13 Mix Design SRM Concrete D100008553CB
Concrete Base Trench Repair
4/7/2023 I033416 IMixDesign IBurncoTexas Il0YH50BF
9/9/2022 03 34 16 Mix Design Burnco Texas 08Y450BA
Controlled Low StrenQth Ma erial {Flowable Fill)
2/7/2025 03 34 13 Mix Design Burnco R'exas O7 Y690BF
5/19/2025 03 34 13 Mix Design Burnco Texas O1Z180AF
9/9/2022 033413 MixDesign CarderConcrete FWCC359707
9/9/2022 03 34 13 Mix Design Carder Concrete FWFF237501
9/9/2022 03 34 13 Mix Design City Concrete Company 7 7-350-FF
9/9/2022 03 34 13 Mix Design Cow Town Redi Mix Mix# 9
5/12/2025 03 34 13 Mix Desi,qn Holcim - BOR, Bic. 3741
10/4/2023 03 34 13 Mix Design NBR Ready Mix FTW F[,OW FILL
2/7/2025 03 34 13 Mix Desi,qn SRM Concrete 910
9/9/2022 033413 MixDesi,qn TarrantConcrete FWFF750CLSM
Concrete Ripp� Ra�
4/1/2023 31 37 00 Mix Desi,qn Martin Manetta R2147030
4/1/2023 I313700 IMixDesi,qn IMartinManetta IR2146033
Aspp�halt P: vinQ
9/9/2022 32 12 16 Mix Desi,qn
9/9/2022 32 12 16 Mix Dasign
9/9/2022 32 12 16 Mix Desi,qn
5/1/2024 321216 MixDeaign
9/9/2022 32 l2 l6 M�x Desi�n
9/9/2022 32 12 16 Mix Des�gn
4/4/2025 32 l2 l6 M�x Desi�n
12/5/2022 33 12 16 Mix Des�gn
9/9/2022 32 l2 l6 M�x Des�n
9/9/2022 32 12 16 Mix Des�gn
9/9/2022 32 l2 l6 M�x Desi�n
9/9/2022 32 12 16 Mix Des�gn
9/9/2022 32 12 16 M�x Desi,qn
4/1/2024 321216 M�xDesi,qn
Detectable WarninQ Surface
9/9/2022 321320 DWS-Pavers
9/9/2022 32 13 20 DWS - Pavers
9/9/2022 32 L320 DWS-Compoerce
9/9/2022 32 13 20 D W S- Composim
4/7/2023 32 13 20 DWS - Pavcrs
Austin Asphalt
Aus[in Asphalt
Au5[in Asphalt
Reynolds Asphal[
Reynolds Aephalt
Reynolds Asphal[
Reynolds Aephalt
Sunmoun[ Paving
Sunmount Pavin,q
TXBIT
TXBIT
TXBIT
TXBIT
TXBIT
Pine Hall Brick (Winston Salem, NC)
Westem Brick Ca (Hauston, TX)
ADA Solulions (Wilmington, MA)
ADA Solulions (Wilmington, MA)
FT5B7 77965 FTSBI 17965 PG64-22 Type B Fine Base
FT1B739965 FTIB139965PG64-22TypeBFineBase
FTl B 1172 FTB I 172 PG64-22 Type B Fine Base
340-DG-B P 340-DG-B PG64-22 Type B Base Course
1112B l l l2B PG64-22 Type B Fine Base
1612B L6 L2B PG64-22 Type B Fine Base
2315B 2315B PG64-22 Type B Fine Base
3076BV6422 3076BV6422PG62-22TypeBFineBase
341-BRAP6422ERG 34l-BRAP6422ERG PG64-22 Ty�e B Fine Base
37-2ll 305-20 37-2 L L305-20 PG64-22 Type B Fme Base
44-211305-17 44-211305-17 PG64-22 Type B Fine Base
2ll305 Q 757) 2 L L305 (L757) PG64-22 Type B Fine Base
64-224125-18 PG 64-224125-18 PG70-22 Type D Fine Surface
344 MAGSP-D 70-22XR 344 MAGSP-D 70-22XR SAC A-R Twe D Fine Surface
Tactile Pavers
DetectabLe Wamuig Pavers
A�mo� Tile
Hcritagc Brick CIP Compositc Pavcr
Detectable Waming Pave�s
Silicone Joint Sealant
9/9/2022 32 13 73 7oin[ Scalan[
9/9/2022 32 L3 73 7oint 9ealant
9/9/2022 32 13 73 7oin[ Scalan[
9/9/2022 32 13 73 7oin[ Scalan[
DOW
Tremco
Pccora
Crafco
890SL 890SL- Cold Applicd, Suiglc Componcnt, Silicrnic Jouit Scalant
900SL 900SL- Cold Applied, Siqu�le Compo�e�t, Silicone Joint Sealant
300SL 300SL- Cold Applicd, Suiglc Componcnt, Silicrnic Jouit Scalant
RoadSavcr Siliconc RoadSavcr SiGcmic - Cold Applicd, SingLc Compmicnt, Siliconc Ioint Scalant
4000 psi
4000 psi
4000 psi
4000 psi
4000 psi
4000 psi
4000 psi
4000 psi
4000 psi
4000 psi
4000 psi
3-5" Slump; 3fi% Ai�
3-5" Slump; 3-6% Air
3-5" Slump; 3fi% Ai�
4-6" Slump; 3-6% Air
3-5" Slump; 45-75 % Ai�
3-5" Slump; 3-6% Air
3-5" Slump; 3fi% Ai�
3-5" Slump; 3-6%Air
3-5" Slump; 3fi% Ai�
3-5" Slump; 3-6%Air
3-5" Slump; 3-6% Air
1000psi IFlowable;8.5-ILS%Air
R00 psi 5-7" Slump; 3-6 % Air
100 psi Flowable; 9.5-I LS% Air
]00 psi Flowable; 9.5-11.5% Air
50.150 psi 3-5" Slump; 8-12% Air
50-150 psi Flowable; 8.5-11.5% Air
50.150psi Flowable;8-12%Air
70 psi 7-9" Slump; 8-] ]% Air
100psi Flowable; 12.0-249%Air
150 psi 7-10" Slump; 8-]2% Aic
150 psi Flowable; 8-12% Air
50.150 psi Flowable; 8-12% Air
4000 psi 3-5" Slump; 3-6% Air
4000 psi 3-5" Slump; 3-6 % Air
ASTM D5893
ASTM D5893
ASTM DSA93
ASTM D5893
Page 4 of 6
FORT WDRT H CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT
� STANDARD PRODUCTS LIST AS OF 5/30/2025
......!! Attention: Mix Desi ns do no[ su �ersedc CFW S ecifications rr
1
UtilitY Trench Embedment Sand
9/9/2022 33 OS 10 Embedment Sand Silver Creek Materials Utility Embedme�t Sa�d
9/9/2022 33 OS 10 Embedmen[ Sand Crouch Ma[erials Utility Embedment Sand
9/9/2022 33 OS 10 Embedment Sand F and L Dirt Movers Utility Embedment Sand
9/9/2022 33 OS 10 Embedmen[ Sand F and L Dirt Movers Utility Embedment Sand
9/9/2022 33 OS 10 Embedmen[ Sand Tin Top Mar[in Mariet[a Utility Embedment Sand
Storm Sewer - Manholes & Bases/Frames & Covers/Standard (Round) 33-OS-13
9/28/2018 33 OS 13 Manhole Frames aud Covers AccuCast (Govind Steel Company, LTD) MHRC #220605 MHRC #220605 (Size -**24" DiaJ
9/28/2018 33 OS 13 Manhole Cover Neenah Foundry NF-1274-T91 NF-1274-T91 (Size -32" DiaJ
9/28/2018 33 OS 13 Manhole Frames and Cove Neenah Foundry NF-1743-LM (Hiugecl) NF-1743-LM (Hinged) (Size - 32" DiaJ
9/28/2018 33 OS 13 Manhole F�ame Neenah Foundry NF-1930-30 NF-L930-30 (Size - 3225" Dia.)
9/28/2018 33 OS 13 Manhole Frames and Cove Neenah Foundry R-1743-HV R-1743-HV (Size - 32" Dia.)
4/3/2019 33 OS 13 Manhole F�ames and Covc SIP Industries++ 2279ST 2279ST (Size- 24" Dia.)
4/3/2019 33 OS 13 Manhole Frames and Cove S[P [ndushies ++ 2280ST 2280ST (Size - 32" Dia.)
10/8/2020 33 OS 13 Manhole Fcames and Covc EJ ( Formally East Jordan Iron Works) e.11033 Z2/A EJ L033 Z2/A (Size - 3225" Dia.)
3/R/2024 33 OS 13 Curb Inlet Covers S[P [ndushies ++ 2296T 2296T (Size -***24" Dia.)
6/7 8/2024 33 OS 13 Curb Inlet Covers S[P [ndushies ++ 2279STN 2279STIV (Size - 24" DiaJ
"Note: AU new deveiopment and new ii�sla!lalion mattho7e 1'ds sha(( mee� fhe minimum 30-ii�ch apening requirement ns speeiJied in City Specification 33 OS 13. Any smnller opening sizes wi!! on7y be a/(owed for exis�ing manho/es that require replacement frames nttd eovers.
i oisaozo
i oixizozo
10/8/2020
i oixizozo
10/8/2020
i oixizozo
10/8/2020
i oixizozo
10/8/2020
i oixizozo
3/19/2p21
3/19/2021
3/19/2p21
3/19/2021
3/19/2021
3/]9/2021
3/19/2021
3/]9/2021
3/19/2021
3/]9/2021
3/19/2021
3/]9/2021
3/19/2021
3/]9/2021
3/19/2021
3/]9/2021
3/19/2021
3/]9/2021
3/19/2021
3/19/2021
3/19/202 L
8/28/2023
8/28/2023
8/28/2023
8/28/2023
8/28/2023
8/Z8/2023
8/28/2023
8/28/2023
8/28/2023
8/28/2023
8/28/2023
Storm Sewer - Inlet & Structures 33-OS-13
33 49 20 Curb Inlets Fonter�a
33 49 20 Curb [nle[s Fon[erra
33 49 20 Curb Inlets Fonterra
33 49 20 Curb [nle[s Fon[erra
33 39 20 Manhole Fonterra
33 39 20 Manhole Fon[erra
33 39 20 Manhole Fonterra
33 39 20 Manhole Fon[erra
33 39 20 Manhole Fonterra
33 39 20 Manhole Fon[erra
33 49 20 Curb Inlets Thompson Pipe Group
33 49 20 Curb Inle[s Thompson Pipe Group
33 49 20 Curb Inlets Tho�npson Pipe Group
33 39 20 Manhole Thompson Pipe Group
33 39 20 Manhole Thompson Pipe Group
33 39 20 Ma�iliole Thompson Pipe Group
33 39 20 Manhole Thompson Pipe Group
33 39 20 Mmiliole Thompson Pipe Group
33 39 20 Manhole Thompson Pipe Group
33 39 20 Ma�iliole Thompson Pipe Group
33 39 20 Manhole Thompson Pipe Group
33 39 20 Ma�iliole Thompson Pipe Group
33 39 20 Manhole Thompson Pipe Group
33 39 20 Mmiliole Thompson Pipe Group
33 39 20 Manhole Thompson Pipe Group
33 39 20 Mmiliole Thompson Pipe Group
33 39 20 Manhole Thompson Pipe Group
33 39 20 Mmiliole Thompson Pipe Group
33 49 20 Drop Inlet Thompson Pipe Group
33 49 20 Drop Inlct Thompson Pipc Group
33 49 20 DroQ I�let Thompson Pipe Group
33 49 10 Manholc Oldcastic
33 49 LO Manhole Oldcastic
33 49 10 Manholc Oldcastic
33 49 LO Manhole Oldcastle
33 49 10 Manholc Oldcastic
33 49 LO Manhole Oldcastle
33 49 10 Manholc Oldcastic
3349 LO Manhole BinkerMateriale
33 39 20 Curb Inlc[ l0'x 3' Riscr Thompson Pipc Group
33 39 20 Ci�rb Inlet LS 'x 3' Riser Thompson Piqe Group
33 39 20 Curb Inlc[ 20' x 3' Riscr Thompson Pipc Group
FRT-IOx3-405-PRECAST** (Size - 10' X 3')
FRT-I Ox3-406-PRECAST** (Size - 10' X 3')
FRT-IOx4.5-407-PRECAST** (Size - 10' X 4.5')
FRT-I Ox4.5-420-PRECAST** (Size - 10' X 4.5')
FRT-4X4-409-PRECAST-TOP (Size - 4' X 4')
FRT-4X4-409-PRECAST-BASE (Size - 4' X 4')
FRT-SXS-410-PRECAST-TOP (Size - 5' X 5')
FRT-SXS-410-PRECAST-BASE (Size - 5' X 5')
FRT-6X6-41 I-PRECAST-TOP (Size - 6' X 6')
FRT-6X6-411-PRECAST-BASE (Size - 6' X 6')
TPG-I OX3-405-PRECAST INLBT** (Size- 10' X 3')
TPG-15X3-405-PRECAST INLET** (Size - 15' X 3')
TPG-20X3-405-PRECAST INLET** (Size- 20' X 7')
TPG-4X4-409-PRECAST TOP (Size - 4' X 4')
TPG-4X4-409-PRECAST BASE (S�ze - 4' X 4')
TPG-4X4-412-PRECAST 4-FT RISER (Size - 4' X 4')
'CC6-SXS-4l0-PRE'OAB'P �OP (Biae - 5' X 5')
TPG-SXS-410-PRECAST BASE (Size - S X 5')
TPG-SXS-4l2-PRECAST 5-FT RISPR (Size - 5' X 5')
TPG-6X6-411-PRECAST TOP (Size - 6' X 6')
TPG-6X6-41 l-PRECAST BASE (S�ze - 6' X 6')
TPG-6X6-412-PRECAST 6-FT RISER (Size - 6' X 6')
'CC6-7X7-41 l-PRE'OAB'P �OP (Biee - 7' X 7')
TPG-7X7-411-PRECAST BASE (Size - 7' X 7')
TPG-7X7-412-PRECAST 4-FT RISPR (Size - 7' X 7')
TPG-8X8-411-PRECAST TOP (Size - 8' X 8')
'CC6-8X8-41 l-PREOABT BABE (B�ae - 8' X 8')
TPG-8X8-412-PRECAST 5-FT RISER (Size - 8' X 8')
TPG-4X4-408-PRECAST INLBT (Size - 4' X 4')
TPG-SXS-408-PRECAST INLET (Sizc - S X 5')
'CQ6-6X6-408-PREOABI' INLE7' (6iae —6' X 6')
Prccast 4' x 4' Stackcd ManhoLc (Sizc- 4' X 4')
Precaet 5' x 8' Btorm 7uuctiou Box (Biza - 5' X 8')
Prccast 4' x 4' Storm IuncNrni Box (Sizc - 4' X 4')
Precaet 5' x 5' Btorm 7uuctiou Box (Biza - 5' X 5')
Prccast 6 x 6' Storm IuncNrni Box (Sizc - 6' X 6')
Precast 8' x 8' Storm Junction Box Base (Size - 8' X 8')
Prccast S x 8' Storm IuncNrni Box Basc (Sizc- 5' X 8')
Reinfo�ced 48" Diamete� Spread Footing Ma�iliole (Size - 4' X 4')
InlctRiscr (Sizc- 3 F"I')
lulatBiee� (Biae -3 FiT)
Inlct Riscr (Sizc- 3 FT)
ASTM C33
ASTM C33
ASTM C33
ASTM C33
ASTM C33
ASTM A48 AASHTO M306
ASTM A48 AASHTO M306
ASTM A4R AASHTO M306
ASTM A48 AASHTO M306
ASTM A4R AASHTO M306
ASTM A48 AASHTO M306
ASTM A4R AASHTO M306
ASTM A536 AASHTO M306
ASTM A4R AASHTO M306
ASTM A4R AASHTO M306
ASTM C913
ASTM C913
ASTM C913
ASTM C913
ASTM C913
ASTM C913
ASTM C913
ASTM C913
ASTM C913
ASTM C913
ASTM 615
ASTM 615
ASTM 615
ASTM 615
ASTM 615
ASTM 615
ASTM 615
ASTM 615
ASTM 615
ASTM 615
ASTM 615
ASTM 615
ASTM 615
ASTM 615
ASTM 615
ASTM 615
ASTM 615
ASTM 615
ASTM 615
ASTM 615
ASTM 615
ASTM C478
ASTM C478
ASTM C478
ASTM C478
ASTM C478
ASTM C478
ASTM C478
ASTM C433
ASTM C913-16
ASTM C913-I6
ASTM C913-16
Page 5 of 6
WDRT H CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT
�` STANDARD PRODUCTS LIST AS OF 5/30/2025
....Smrm Se ver -7n[et & Structures Conanues
1/12/2024 33 49 20 Drop Inle[ AmeriTex Pipe &Products Drop Inlet (4' X 4')
1/72/2024 33 49 20 Drop Inle[ AmenTex Pipe &Products Drop Inlet (S X 5')
1/19/2024 33 49 20 Manhole AmeriTex Pipe &Products Precast 4'x4' Storm Junction Box
1/19/2024 33 49 20 Manhole AmeriTex Pipe &Produc[s Precast 5'x5' Stonn Junetion Box
1/19/2024 33 49 20 Manhole AmeriTex Pipe &Products 5' Precast Tra�sitioo MH (4' MH on the top of 5' JB)
1/19/2024 33 49 20 Manhole AmenTex Pipe &Products Precast 6'x6' Stonn JuneNrni Box
1/19/2024 33 49 20 Manhole AmeriTex Pipe &Products 6' Precast Tra�sitio� MH (4' MH on the top of 6' JB)
I/19/2024 33 49 20 Manhole AmenTex Pipe &Products Precast 8'x8' Stmm Junclion Box
1/19/2024 33 49 20 Manhole AmeriTex Pipe &Products 8' Precast Tra�sitio� MH (4' MH on the top of 8' JB)
I/19/2024 33 49 20 Manhole AmenTex Pfpe &P�oducts Type C Stonn IDain Manhole on Box (4' MH on the top of RCB)
7/16/2024 33 49 20 Curb Inlets AmenTex Pipe &Products lOx3 Precast** (Size LO' x 3')
7/16/2024 33 49 20 Curb Inlets AmenTex Pipe &Products I Sx3 Precast** (Size I S' x 3`�
"Note: Pre-eas� in(efs are approved J'or Ifie stage [ por/iott o, "the s�rucn�re @asin) onty. S(age [[ portion o) /Ne srvacture nre required fo be cast in-p7are. No errep�ions fo fh�s re9uirement sfia77 be allorved.
Storm Sewer - Pipes & Boxes 33-OS-13
4/9/2021 33 41 13 Smrm Drafu Pfpes Advanced D�afnage Systems, Inc (ADS)
8/28/2023 33 41 10 S[orm D�ain Pipes Rinker Materials
8/28/2023 33 41 10 Culvert Box Rinker Materials
10/12/2023 33 41 10 S[orm D�ain Pipes AmeriTex Pipe &Products
10/72/2023 34 41 10 Culvert Box AmenTex Pipe &Products
10/18/2023 35 41 10 Stortn Drain Pipes The Turner Co.
10/18/2023 33 41 10 Culverr Box The Turner Co.
4/12/2024 33 41 10 S[ortn Drain Pipes Thompson Pipe Groap
6/25/2024 33 41 10 Culvert Box Oldcastle
6/25/2024 33 41 10 3to�m D�am Fpaa Oldaastle
ADS HP Stonn Polypropylene (PP) Pipe (Size - 12" - 60")
Reinforoed Concrete Pipe To�gue and Groove Joint Pipe (Size - 21" or ]arger)
Reinforced Conere[e Box Culveit (Sze - Vanous)
Reinfomed Concrete Pipe To�gue and Groove Joint Pipe* (Size - 15" or larger)
Reinfureed Conm2te Box Culvert (size - Vanous))
Reinforced Concrete Pipe Tongue and Groove Joint Pipe* (Size - I S" or larger)
Reinforced Conerete Box Culvert (size - Vanous)
Reinforced Concrete Pipe Tongue and Groove Joint Pipe* (Size Various)
Reinforced Conerete Box Culvert
Reinforced Conerete Pipe Tongue and G�oove Joint Pipe* (Size Various)
Revision Comments
(1-29-2025) Removed Argos, Ingram, Redi-Mix, Charley's
(4-3-2025) Bigtown Concrete updated Mix ID's
(4-5-2025) 03 34 13 CLSM specificarion
ASTM C913
ASTM C913
ASTM C913
ASTM C913
ASTM C913
ASTM C913
ASTM C913
ASTM C913
ASTM C913
ASTM C913
ASTM C913
ASTM C913
ASTM F2881 & AASHTO M330
ASTM C76,C655
ASTM C789, C850
ASTM C76,C506
ASTM C1433,C1577
ASTM C76,C506
ASTM C7433,C7577
ASTM C76,C506
ASTM C1433,C1577
ASTM C76,C506
Page 6 of 6