HomeMy WebLinkAbout064641 - Construction-Related - Contract - Woody Contractors, Inc.CSC No. 64641
���� ������
CONTRACT
FOR
THE CONSTRUCTION OF
Water & Sanitary Sewer Replacements, Contract 2020 WSM-D
City Project No. 103419
Mattie Parker
Mayor
Jay Chapa
City Manager
Chris Harder
Director, Water Department
Prepared for
The City of Fort Worth
Water Department
August 2025
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
MAS Consulting Engineers LLC
101 Summit Avenue, Ste 1030
Fort Worth, TX 76102
(817) 708-2422
TBPE# 17018
:� ����� Q� r��9���
�*.'' � •.*}
. •. �
o'k• .............:..*.i
! ................ �
I M. ANG�L SANCHEZ 1
t����: ....� 10254... .�.�
, `�s
���4FSS�`E N S��•�,�r��'i
� �bNa �'=�
i����
��� ����C�
Cit of FortWorth
Y
Standard Construction Specification
Documents
Adopted September 2011
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 1 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 Prequalifications
00 45 12 Prequaliiication Statement
00 45 13 Prequaliiication Application
00 45 26 Contractor Compliance with Workers' Compensation Law
00 45 40 Business Equiry Goal
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 Ol - 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 Temporary 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/O1/2011
07/O 1/2011
02/08/2024
O1/17/2024
02/24/2020
09/30/2021
O 1/20/2012
09/ 11 /2017
06/27/20ll
08/ 13/2011
09/30/2021
08/13/2021
07/O 1 /2011
03/07/2025
3/08/2024
12/08/2023
12/08/2023
12/08/2023
07/O 1 /2011
03/08/2024
03/08/2024
Last Revised
12/20/2012
07/O1/2011
08/17/2012
07/O1 /2011
10/06/2023
07/O1/2011
12/20/2012
03/11/2022
03/09/2020
07/O1 /2011
03/22/2021
07/O 1/20ll
07/O1/2011
03/09/2020
07/O1/2011
11 /22/2016
02/ 14/2018
07/O1/2011
03/22/2021
12/20/2012
07/O 1/2011
CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419
Revised March 7, 2025
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 2 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 Specifications listed below are included for this Project by reference and can be
viewed/downloaded from the City's website at:
https://apps.fortworthtexas.gov/ProiectResources/
Division 02 - Existing Conditions
IM�� colo,.�;..o c;ro 7lo.ti,,,l:r;,,,�,
� 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
� 03 80 00 Modiiications to Existing Concrete Structures
1 i �
� �� �-
� � ■_
� . .
� . � •
�: ! � ! � � ..,....��:.'.".,�` ,sn��.......,.
Division 31 - Earthwork
� �gg_gg c;�o r�
� 31 23 16 Unclassified Excavation
� 31 23 23 Borrow
� �'�o �irn'.�,un'r,rn�s
� 31 25 00 Erosion and Sediment Control
� �-88 C�e�s
� � ��� �
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
2'��� �l� TT�.,�o.7 R.,�o !''.,,,.-�o�
32 11 33 Cement Treated Base Courses
�, 11 �� r ; ,;,a rr,.o,,.o,a e011 �il,��7.11 �
32 12 16 Asphalt Paving
2'� 1'� '72 A �,.L,.,1+ D.,. :.. !'4-.,..1� Qo.,l.,,-,��
��
32 13 13 Concrete Paving
32 13 20 Concrete Sidewalks, Driveways and Barrier Free Ramps
Last Revised
!12/l�z �
12/20/2012 I
02/02/2016 I
03/07/2025 �
03/07/2025 I
12i2oi2o12 �
12/20/2012 I
� .
. .
. .
� . .
� . ,
n� i��i��i
O 1 /28/2013
O 1 /28/2013
n i i���
04/29/2021
i � i���
i � i���
12/20/2012
12/20/2012
12/20/2012
12/20/2012
i � i��-�v�v iz
06/10/2022
nQ i���
6/07/2024
17/7�z
06/ 10/2022
12/09/2022
CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419
Revised March 7, 2025
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 3 of 6
� 32 13 73
� �''�o
� 32 16 13
� 32 17 23
� 32 17 25
� 32 31 13
� 32 31 26
� 32 31 29
� 32 32 13
� 32 9119
� 329213
� 32 92 14
� 329215
� 32 93 43
Concrete Paving Joint Sealants
�Jr ���it ?lr. ing
Concrete Curb and Gutters and Valley Gutters
Pavement Markings
Curb Address Painting
Chain Fences and Gates
Wire Fences and Gates
Wood Fences and Gates
Cast-in-Place Concrete Retaining Walls
Topsoil Placement and Finishing of Roadway Right-of-ways
Sodding
Non-Native Seeding
Native Grass and Wildflower Seeding
Trees and Shrubs
12/20/2012
, � ���
12/09/2022
06/10/2022
11/04/2013
12/20/2012
12/20/2012
12/20/2012
06/OS/2018
03/11/2022
05/13/2021
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
� 33 O1 32 Closed Circuit Television (CCTV) Inspection — Storm Drain
� 33 03 10 Bypass Pumping of Existing Sewer Systems
I���o r,.:�� u,,.,a:r,. .,.,a �io,..,-;�al ���ti�
I22�= rV,»-.-„�:,.r r,.�,.-,.i rro�. c�.,.;,.r�
I���z n�r.,,��o�;,,,., n�„ao r�.,��.,.a;,. n,-,.+o,..;,.r c.,�.o,,,
� 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 Backiill
� 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
I���o r-��.,,..-o�o �x�.,�o,- v.,,,i��
� 33 OS 17 Concrete Collars
� 33 OS 20 Auger Boring
� 33 OS 21 Tunnel Liner Plate
� 33 OS 22 Steel Casing Pipe
� 33 OS 23 Hand Tunneling
� 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
� 22 11 12 !`�'�.`i'\.'�0 ��s�rcri�D;..o R.,.- Ax7.-�„-.,�ovcrQic�ti�--`p'�xiiic�vi��-`ppc
I22 1 1 1� R,,,-:o.a C+ool D:,.o .,,-,.a R;�+:,-,R�
� 33 12 10 Water Services 1-inch to 2-inch
� 33 12 ll Large Water Meters
� 33 12 20 Resilient Seated Gate Valve
I22�T A�x1�7I7A D„l.l.o.- C`o.,+o.a R„��o,-41.. �7.,1. o�
09/07/2018
03/ 11 /2022
12/08/2023
12/20/2012
, � ���
i � i��
i � i��i�
07/O 1 /2011
02/06/2013
03/ ll /2022
12/13/2024
12/20/2012
09/09/2022
03/11/2022
i � i���
03/11/2022
12/20/2012
12/20/2012
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
n� in��
1 7 /')�z
02/ 14/2017
12/20/2012
OS/06/2015
nn i���
CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419
Revised March 7, 2025
00 00 00
STANDARD CONSTRUCTION SPGCIFICATION DOCUMENTS
Page 4 of 6
33 12 25 Connection to Existing Water Mains
���o r'�':�Url�v,.� n:.- ��.,i.,o n.,.,o,,.i.i;o., �.- n,,..,�.io �xT.,.o.- c..�.o..,.,
33 12 40 Fire Hydrants
���-'�o �e: E�:��J� ��t✓�no
33 12 60 Standard Blow-off Valve Assembly
33 31 12 Cured in Place Pipe (CIPP)
���� �;i.o.-,.i.,�., vo:�� .-,.oa n;..o � .- r.-.,, ;�. �,C,�.i�;p,�s
33 31 15 High Density Polyethylene (HDPE) Pipe for Sanitary Sewer
33 31 20 Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe
33 31 21 Polyvinyl Chloride (PVC) Closed Profile Gravity Sanitary Sewer
Pipe
���z c.,�,����e: f��� Ti�ing
33 31 23 Sanitary Sewer Pipe Enlargement
33 31 50 Sanitary Sewer Service Connections and Service Line
���v rQYYi�11�t.�ri �n:.. ��i�Y �Q:1i��pl�" co.:,o,. �,..-„o r�.,:��
33 39 10 Cast-in-Place Concrete Manholes
33 39 20 Precast Concrete Manholes
�� �o �n �;�.o.-,.i.,�� rR.,��.,.io�
�o
�� �n nn �x�,,.,�o...,.o.. n,.,.o�� rt,,,..,i-.o,. i�x�nr�
�o
33 39 60 Liners for Sanitary Sewer Structures
33 41 10 Reinforced Concrete Storm Sewer Pipe/Culverts
22�= i7;,.L. Tlo,-,�;�.. D„1..orL...lo,�.0 7 nL� D'... F
LTJ� � � 1N� ���,�:n �^�.1:1
���z vo:�� ,-,.oa n,.i..o�i..,ioro ��n�� ���
���� n„i......,,...,to�o n:..o � .. c���'T�:n
�3--4-C-88 c„t.�
�� n� ni ci„�.oa c.
mv-vT rnmzccroc0l'tYl �:"CIYL;
22�-�v-vi %€�3��i �11.i:1G
zz�n�o r�.,�. :� n�,,,.o r�.,�i.��oc�a� ..Lls�ie��e�s
33 49 20 Curb and Drop Inlets
���-^�o $�x°�t'Yl'����..o uo.,,a..,,,ii� „�a �ar,�,...,.,ii�
Division 34 - Transportation
I���o T..,,��:,. c:,.�„��
�n n i i n ni n. �.,.o� r,.� iio,. r„�-,:�o.
�rr� v-�r rr���rrrricrr�l�i�6ncr-ccmxrrcc
I�n n i i n rn �..,� �ii c�o�;
�rv-�L ca ar�i� �a a�'�pc z6cit�6a
I �n n��J �tt-�e��e�t� �re����c�f�zc-�t3en
I�n�= rro.,.�,..-.,,.., rr,-.,��;,. c;,��„i�
�?/I 11 1� no.,,,..,:�,.-r,.,,��;,. e:,,r.,,�
� � ^�o ��� Illui�irutr��� ���
� �n n�no.,r ��ia1 �J �oa�� T�ar���i:�s
�� n n��v-vz �,-o o.. „, r� n u,.., a...,,. , r Ia�SSiY�L c�
I�n n� ��J r r� n,.,,,a.�,,,., r
�dcr�ti�l J'� .�,�it��r�
� �^�� ��lur�i�u� fi�ts
I�n��c.no e;�,.io rR,,,ao �;�.o,. n,.�;,. �.,i.io
� � n�� rr.-., ��,, r„r�.-„i
02/06/2013
i � i��
O1/03/2014
, � ���
06/19/2013
12/20/2012
, � ���
04/23/2019
09/09/2022
12/20/2012
, � ���
12/20/2012
04/26/2013
� � /��z
12/13/2024
12/13/2024
i�ii�
i � i��i�
04/29/2021
07/O 1 /2011
, � ���
iiii��
n�no n�z
, � ���
n�ino i��
n�ino i��
��/��T
03/11/2022
n� in�i�r�r
� .
• �
� �
. .
� .
. ,
�_ .
� �
� .
.
� _ . _
!��
CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419
Revised March 7, 2025
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 5 of 6
Appendix
GC-4.01 Availability of Lands
GC-4.02 Subsurface and Physical Conditions
GC-4.04 Underground Facilities
GC-4.06 Hazardous Environmental Condition at Site
GC-6.06.D Minority and Women Owned Business Enterprise Compliance
GC-6.07 Wage Rates
GC-6.09 Permits and Utilities
GC-6.24 Nondiscrimination
GR-Ol 60 00 Product Requirements
END OF SECTION
CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419
Revised March 7, 2025
City of Fort Worth, Texas
Mayor and Council Communication
DATE: Tuesday, December 9, 2025 REFERENCE NO.: **M&C 25-1143
LOG NAME: 60WSSC20WSMD-WOODY
SUBJECT:
(CD 7 and CD 9) Authorize Execution of a Contract with Woody Contractors, Inc., in the Amount of
$10,232,213.30, for Water and Sanitary Sewer Replacement Contract 2020 WSM-D Project, Adopt
Appropriation Ordinances to Effect a Portion of Water's Contribution to the Fiscal Years 2026-2030 Capital
Improvement Program, and Amend Transportation and Public Works Department's Fiscal Years 2026-2030
Capital Improvement Program
RECOMMENDATION:
It is recommended that the City Council:
1. Authorize execution of a contract with Woody Contractors, Inc., in the amount of $10,232,213.30 for
Water and Sanitary Sewer Replacement Contract 2020 WSM-D project;
2. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the
Water and Sewer Capital Projects Fund in the amount of $9,437,865.00, from available PayGo
residuals, for the purpose of funding the Water and Sanitary Sewer Replacement Contract
2020 WSM-D project (City Project No. 103419) and to effect a portion of Water's contribution to the
Fiscal Years 2026-2030 Capital Improvement Program;
3. Adopt the attached appropriation ordinance adjusting estimated receipts and appropriations in the
General Capital Projects Fund by increasing estimated receipts and appropriations in Water and
Sanitary Sewer Replacement Contract 2020 WSM-D project (City Project No. 103419) in the
amount of $1,725,167.00, and decreasing estimated receipts and appropriations in the Contract
Street Maintenance programmable project (City Project No. P00020) by the same amount;
4. Adopt the attached appropriation ordinance adjusting estimated receipts and appropriations in the
Stormwater Capital Projects Fund, by increasing receipts and appropriations in the Water and
Sanitary Sewer Replacement Contract 2020 WSM-D project (City Project No. 103419) in the
amount of $189,660.00 and decreasing estimated receipts and appropriations in the Drainage
Improvements programmable project (City Project No. P00043) by the same amount; and
5. Amend the Transportation & Public Works Contribution to the Fiscal Years 2026-2030 Capital
Improvement Program.
DISCUSSION:
This Mayor & Council Communication (M&C) is to authorize execution of a construction contract with
Woody Contractors, Inc., in the amount of $10,232,213.30 for the replacement of cast iron water and
deteriorated sanitary sewer mains as indicated on the following streets and easements:
Street From � To ' Scope of Work
Virginia Place Monticello Drive Potomac Water
Avenue
Easement
between
Monticello Vir inia Place Doroth Lane Water
Drive and g y
Hamilton
Avenue
Hamilton
Avenue
Lenox Drive
�Lenox Drive
West 4th
Street
West 5th
Street
West 5th
Street
Virginia Place
Dorothy Lane
��Hamilton Avenue
Monticello Drive
Bailey Avenue
Monticello Drive
IUniversity ' Water/Storm Drain
Drive Inlet
Potomac Water/Sewer
Avenue
��West 188 feet ��Sewer
University Water
Drive
Carrol Street Water/Sewer/Storm
Drain Inlet
Arch Adams Sewer
Street
160 feet south of
Potomac the Lenox Southeasterly
Avenue Drive/Potomac 122 feet Sewer
Avenue
intersection
Easement 265 feet east of
south of West Arch Adams East 315 feet Sewer
4th Street Street
Easement
between
Lenox Drive
and West 4th
Street
Easement
between
Lenox Drive
and West 4th
Street
Easement
between
Hamilton
Avenue and
Potomac
Avenue
Dorothy Lane
280 feet northwest
of Potomac
Avenue/West 4th
Street intersection
Lenox Drive
West 683 feet Sewer
West 340 feet Sewer
Monticello Sewer
Drive
Additionally, asphalt pavement rehabilitation curb to curb will be conducted on all roadways subsequent to
the water and sanitary sewer main replacement. The project was advertised for bids on August 27,
2025 and September 3, 2025, in the Fort Worth Star-Telegram. On October 23, 2025, the following bids
were received:
Bidder
FNH Construction LLC*
Woody Contractors, Inc.
William J Schultz Inc dba Circle C
Construction Company
Amount
$9,967,207.00
$10,232,213.30
I $10, 623,165.00
Time of
Completion
620 Calendar
Days ,
Jackson Construction, Ltd
Muniz Construction, Inc.
Venus Construction
*FNH Construction, LLC (FNH) is currently prequalified by the City to only bid on new development
projects and not on City rehabilitation projects such as is this project. Therefore, FNH has been
determined to be non-responsive to the contract documents. Staff recommends award of contract to the
next responsive low bidder, Woody Contractors, LLC.
The Water DepartmenYs share of this contract is $8,517,393.15 (Water: $6,194,507.15; Sewer
$2,322,886.00). The Transportation & Public Works Department's share of this contract is $1,714,820.15
(Paving: $1,557,360.15; Stormwater: $157,460.00). In addition to the contract amount, $686,168.00
(Water: $422,749.00, Sewer: $157,027.00, Paving: $89,938.00, and Stormwater: $16,454.00) is required
for project management, material testing, and inspection, and $434,309.00 (Water: $247,780.00, Sewer:
$92,915.00, Paving: $77,868.00, and Stormwater: $15,746.00) is provided for project contingencies.
This project will have no impact on the Water Department's operating budget when completed. The
sanitary sewer component of this project is part of the Sanitary Sewer OverFlow Initiative Program of the
Water Department. Approximately 12,826 linear feet of cast iron water and 3,976 linear feet of deteriorated
sanitary sewer pipe will be removed and replaced as part of this project. The storm drain component of
this project will repair a portion of the existing storm drain system, which requires rehabilitation to ensure
continued drainage system performance and improve future maintenance of the system.
It is the practice of the Water Department to appropriate its Capital Improvement Program (CIP) plan
throughout the Fiscal Year, instead of within the annual budget ordinance, as projects commence,
additional funding needs are identified, and to comply with bond covenants.
Funding for this project was not included in the FY2026-2030 Capital Improvement Program due to the
project need and funding source were not known at the time of its development. The action in this M&C
will amend the Transportation and Public Works Department's Fiscal Years 2026-2030 Capital
Improvement Program as approved in connection with Ordinance 27979-09-2025.
Funding is budgeted in the Contract Street Maintenance programmable project within the General Capital
Projects Fund, Drainage Improvement Projects project within the Stormwater Capital Projects Fund and in
the Unspecified-All Funds project within the Water and Sewer Capital Projects Fund for the purpose of
funding the W/SS Repl Contract 2020 WSM-D project.
Appropriations for the W/SS Repl Contract 2020 WSM-D project as are depicted below:
$11,185,816.00
$11,796,938.00
� $13,100, 680.00
Fund Existing Additional ' project Total*
Appropriations � Appropriations
General
Capital
Projects -
Fund 30100
Storm Water
Capital
Projects -
Fund 52002
$0.00
$2,389.00
$1,725,167.00 $1,725,167.00
$189,660.00 $192,049.00
W&S Capital
Projects -
Fund 56002
Project Total
$711,082.00
$713,471.00�
$9,437,865.00 $10,148,947.00
$11,352,692.00��$12,066,163.00
*Numbers rounded for presentation purposes.
The project is located in COUNCIL DISTRICT 7 and 9.
FISCAL INFORMATION / CERTIFICATION:
The Director of Finance certifies that funds are currently available in the Unspecified-All Funds project
within the W&S Capital Project Fund, the Contract Street Maintenance programmable project within the
General Capital Projects Fund, and in the Drainage Improvements Projects project within the Stormwater
Capital Projects Fund and upon approval of the above recommendations and adoption of the attached
appropriation ordinances, funds will be available in the W&S Capital Projects, General Capital Project, and
the Stormwater Capital Projects Funds for the W/SS REPL Contract 2020 WSM-D project to support the
execution of the construction contract. Prior to an expenditure being incurred, the Water and
Transportation & Public Works Departments have the responsibility of verifying the availability of funds.
FUND IDENTIFIERS IFIDs),:
TO
Fund Department Account Project ,Program,Activity, Budget ,
ID ID Year
Reference #
(Chartfield 2)
FROM
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)
Clayton Torrance (8528)
ATTACHMENTS
1. 1295 Form.pdf (CFW Internal)
2. 60WSSC20WSMD-WOODY FID TABLE TPW.xlsx (CFW Internal)
3.60WSSC20WSMD-WOODY.pdf (Public)
4. 60WSSC20WSMD-WOODY FundAvail.docx (CFW Internal)
5. ORD.APP 60WSSC20WSMD-WOODY 30100 A026(R3).docx (Public)
6. ORD.APP 60WSSC20WSMD-WOODY 52002 A026(R4) (3).docx (Pubiic)
7. ORD.APP 60WSSC20WSMD-WOODY_56002_A026(R2).docx (Public)
8. PBS CPN 103419.pdf (CFW Internal)
Amount
Amount
60WSSC20WSMD WOODY FID Table
2 56002 0600430 4956001 103419
2 56002 0600430 103419
2 56002 0700430 4956001 103419
2 56002 0700430 103419
3 30100 0200431 4910100 P00020
3 30100 0200431 4910100 103419
3 30100 0200431 P00020
3 30100 0200431 103419
4 52002 0200431 4952001 P00043
4 52002 0200431 P00043
4 52002 0200431 4952001 103419
4 52002 0200431 103419
2 56002 0600430 4956001 UNSPEC UNSPEC
2 56002 0600430 4956001 103419 001750
2 56002 0700430 4956001 103419 001780
3 30100 0200431 4910100 P00020 PGMABL
3 30100 0200431 4910100 103419 002480
4 52002 0200431 4952001 P00043 PG MABL
4 52002 0200431 4952001 .___._ 002880
2 56002 0600430 5110101 103419 001780
2 56002 0600430 5550102 103419 001780
1 56002 0600430 5740010 103419 001780
2 56002 0600430 5740010 103419 001780
2 56002 0600430 5330500 103419 001784
2 56002 0600430 5310350 103419 001784
2 56002 0600430 5310350 103419 001785
56002 0600430 103419
2026
2026
2026
2026
2026
2026
2026
2026
2026
2026
2026
2026
9999
9999
9999
9999
9999
9999
9999
9999
9999
9999
9999
9999
9999
9999
$6,865,037.00
$6,865,037.00
$2,572,828.00
$2,572,828.00
($1,725,167.00) Reducerev.approp.ln P00020
$1,725,167.00 Revenue approp. In 103419
($1,725,167.00) Reduce exp.Approp.ln P00020
$1,725,167.00 Expense approp. In 103419
($189,660.00) Budget Revenue Reduction from
P00043 Programmable
($189,660.00) Budget Expenses Reduction from
P00043 Programmable
$189,660.00 Budget Appropriation Addition of
Revenueto 104311
Budget Appropriation Addition of
$189,660.00 Expenses to 104311
$9,437,864.15
($6,865,037.00)
($2,572,828.00)
$1,725,167.00 Move Rev. actuals to 103419
($1,725,167.00) RevenueActualsfromP00020
$189,660.00 Move Rev. actuals to 103419
($189,660.00) Revenue Actuals from P00043
$64,423.00 Water-Staff
$4,000.00 Water- Public Outreach
$6,194,507.15 To pay contract of $10,232,213.30
$247,780.00 WaterContingenty
$103,077.00 TPW - Soil Lab Consultant
$25,769.00 Soil Lab TPW Staff
$225,480.00 TPW inspection
$0.85 Rounding
2
1
2
2
2
2
2
1
3
3
3
1
4
4
4
56002
56002
56002
56002
56002
56002
56002
30100
30100
30100
30100
52002
52002
52002
52002
0700430 5110101 103419
0700430 5740010 103419
0700430 5740010 103419
0700430 5330500 103419
0700430 5310350 103419
0700430 5310350 103419
2060000 103419
0200431 5740010 103419
0200431 5740010 103419
0200431 5310350 103419
2060000 103419
0200431 5740010 103419
0200431 5740010 103419
0200431 5740010 103419
2060000 103419
001780
001780
001780
001784
001784
001785
RETAIN
002480
002480
002480
RETAIN
002880
002880
002880
RETAIN
9999 $24,158.00 Water-Staff
9999 $2,322,886.00 To pay contract of $10,232,213.30
9999 $92,915.00 Sewer Contingency
9999 $35,653.00 TPW - Soil Lab Consultant
9999 $9,663.00 Soil Lab TPW Staff
9999 $84,553.00 TPW inspection
Combo Code for Retainage
9999 $1,557,360.15 To pay contract of $10,232,213.30
9999 $77,868.00 Paving Contingenty
Project Management, Material
9999 $89,938.85 Testing, and Inspection
Combo Code for Retainage
9999 $157,460.00 To pay contract of $10,232,213.30
9999 $15,746.00 Storm Drain Contingency
9999 $16,454.00 Project management, material
testing, and inspection
Combo Code for Retainage
CorrecteA Acc� N
CorrecteA Aect q
00OS10-1
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
SECTION 00 OS 10
MAYOR AND COUNCIL COMMUNICATION (M&C)
[Assembler: For Contract Document execution, remove this page and replace with the approved
M&C foN the award of the pr'oject. M&C insert shall be on blue paper.J
END OF SECTION
CiTY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419
Revised July 1, 2011
��� �����
�
�:-- _ - __
,. . , _ �:
� �
� ,'
AbDENDUM TO INVITATION TO BlD NO. 25-02a1
WATL�Ft Al�I� SANITARY SEWER REPLACEM�hJI' CONTRACT 2020, WSM-Q
WA7ER DEPARTMENT
ADDENDUM NO. 1
DATE ISSUED: September 99, 2025
1NVITATION TO Blp (ITB): 25-a241
B1D OPENING DAT�: September 25, 2U25
REV[SED BIQ OPENING ❑ATE: Octaber 2, 2025
ITB No. 25-0024�, issued Ai�gust 27, 2025, is I�ereby amended as fallows:
1. Bid Opening Date is changed from S�ptember 25, 2025 at 2:OQ PM CST to Octaber 2, 2025 at
2:00 PM CST.
2. Questions Due Date is changed from September 19, 2025 at 5:00 PM CST to September 26,
2025 at S:OD PM CST
3. T�e pre-bid meeting presentation is issued by Addenduin �Io. 1 as Attachment A.
4. Responses ta queskions are attached to this addendurn as Attachment S.
5. PIan Halders list attached to this adciendum as Attachment G.
6. SP�CiFICATEO[�S:
Replace the following:
� Replace Sheet
� 00 42 43 Proposal Form
With Sheet
00 42 43 Proposal Farm
All ather terms and conditions remain unchanged.
�� � � ��.�����
.�,�� John Kasa�ic�, P.E,
�NGI�lEERING MANAGER, WATER DEPARTMENT
■ � � �������� r�� u W w a e�� e�� w� r � r r r � r e r� o o u� n � � � � e�� a� o���� a � r c. a r r r r r���� o����� s r.
By the signature affixed below, Addendum No. 1 is hereby incorparated inta and made part of khe above
ref�renced Ir��itation ta Bid.
C�MPANY �iAME: �00 �C r�'��c.�+r5 . I � c- • �.��
� ��
SIGNATURE: - ���
NOTE: Com�an� e arr� ~ re mus b e same as on the orlginal bid documents. Failure to
return this form with your sea bid��nstitute grounds for rejection of yaur affer.
ITB 25-0241 W�1TER A�1D SA�IITARY SEW�R REPLACEMENT CONTRACT 202fl, WSM-D
Acidend��m iVo. �, Page 1 af 1
Water and Sanitary Sewer Replacemen� Contract
2020, WSM-D
CPN 103419
Bonfire Reference #25-024�
Pre-bid Meeting
September 8, 2025 (� 0: 00 AM)
Prc�jett Manager: Clayton M. Torrance, P.F.
Design Engineer: Angel Sanchez, P.F. -- MAS Consulting Engineers
CPI� 103419 Addendum No-1
WaSer and Sanitary Sewer Replacerctents Conlrad 2020, WSM-0 Allachment A
Project Lim�ts
Hamilton Avenue
�rn Street
5t" Street
Lenox Drive
Virginia Place
. .�: ���.
� W417E SETTLEfrSENT RO
. . ; _ _� _ sr o ..
i;t^��ir_ueea "•[:g:, }
n.�.ACrrii � �i � _ ••r F
�� �� ���°a"; ,r w
- 9 �
i..-=AI r.e _ '�C�� i
g . . �_ .i -. � �
pLIC �n � ,•-'. ,��
�- `\ -'aAl,_i�l>.E
� `
k V1 �'Y ".-_ _ -_ _. __._— �
' ✓f.'M�� �
N !'a �T _ _
i =
wn�� ' a �
h�aoi���a�r` — i b351�0�J0: ' �
@
R�T']�0:1-',!_ -
GPh,�p � �
sw�er.c,a.R nyg
����� sr
WHITE SETTLEhIEN7 R➢
'�vrTY�+= �
ti��,�.,,��,�= s,
�NiH�A'e 5=
_ � n
f �
A :'✓ ��
N3�:��
J .. _..o
W 7TFf ST
CPN 103419 Addendum Na,i
Water and Sanilary Sawer Replacements Conl�acl 2020, WSM-0 Attachmenf A
Water:
• 12,343 LF of 8" Water Li�e
• 4$3 LF of 6" Water Llne
• Gate �alves
• Ser�ices
• Fire Nydrant Assemblies
Sewer:
• 1,491 LF 6" to 8" pipe enlargement Sanitary
Sewer
• 9,297 LF 8° Sanitary Sewer Sewer Pipe
• 676 LF 10" Sanitary Sewer
• 292 LF 18" Sanitary Sewer
• 22Q LF 2Q" Sanitary Sewer
• Services
' M�flI1OIB°`�wP� �03419 Addendum No.1
Water and Sanilary Sewer Replacements Contract 2fl20, WSM-0 Altachmen! A
Project Details
Major Work Items:
Anticipated Schedule
• D�adline far Questions: Friday — September 19th, 2025, 5:00 PM CST
• Bid Opening: Thursday — September 25, 2025, 2:OOPM CST
• Aiming for Novem�er Counci! Meeting for Bid Award
• Pre-Canstruction meeting in January 2026
• Pub�ic M�eting in January 2026
• Begin �onstruction in February 2026
CPN f03419 Addendum No.i
Water and Sanitary Sewer Replacemenls Contrect 2620, WSM-� Altachmenl A
• oncor
• Gas Companies
• Atmos
• Communication Companies
• Spectrum
• AT&T
• MCINerizon
• Zayo
CPN 103419 Addendum No.1
Water and Sanilary Sewer Replacemenis Conlract Zf120, WSM-0 Altachment A
Project & Utility Coordination
• Consfruction General Permit TXR150000 {SWPPP}
• Forf Worth Street Permit
CPN 103419 Addendum Na,l
Water and Sanilary Sewer Rep3acemeNs Contract 2ff2Q, WSM-0 Attachmenl A
Contractor �btained Permits
Project Prequalification
• Water MainlDistribution, UrbanlRenewal, 8-inches and smaller
• Sewer Pipe Enlargement, 8-inches and smaEler
• Sewer Collection System, UrbanlRenewal, 20-inches and smaller
� Sanitary ManholelStructure Interior �ining — Warren or Chesterton Coating
• CCN, 20-inch�s and smaller
• Asphait Paving ConstructionlReconstruction (Less than 15,OOD SY)
• Cancrete Paving ConstructionlReconsfruction (Less than 15,QOQ SY)
CPN i�341B Addendum No.�
Wafer and Sanitary Sewer Replacements Conlrecl 2p20, WSM-n Attachment A
The City reserves the right to award the contract to �he responsive law bidder.
CPN 103419 Addendum Na.1
Water and Sanilary Sewer Replacemenls Contraci 2020. WSM-� Aftachment A
ProjectAward(s}
• P�an�IContract Qocuments available an Bonfir�:
https:llfortworthtexas.bonfirehub.comloqportunitjes12Q00J6
• Rec{uired in Bid 5ubmittal (e�ectronic through Banfire)
• Bid Bond
• Bid Proposal (.xlsx formaf)
• Bid Form
• Conflict of Interest Statement
• Executed Vendor Compliance Document
• Prequalification Sta�ement
• Acknowledgment of Addendum
CPN 103419 Addendum iJo.1
Wa�er and Sanitary Sewer Replacements Conlrecl 2020, WSM-D Atlachment A
Requiremenfis
• Required Bid Amounts on Bonfire
• Taial Bid Amaunt
• Certificate of lnterested Parties Form 1295 is required before M&C can ga to Council
• Contractors must indicate intent to bid on Bonfire to t�e able to submit a bid to the City.
• Indicate in#ent to bid by selecting "yes" in the Procurement Portal under the Ir�tent to Bid section.
CPN 1Q3419 Addendum No_1
Water and Sanitary Sewer Replacaments Gontract 2020, WSM-D Atlachment A
Requiremen�s
Contact information
Project Manager: Clayfion M. Torrance, P. E
•C���tor�.t�rr�nce �r(�.,FortVil�rthTex��.��v
Design Engineers: Ar�g�l Sanchez
� as�nc�ez�r�����i���.���
Su6mit project specific
questions through
fhe Bonfire Vendor
Discussions fab
CPN 103419 Addendum No.1
Water and Sanitary Sewer Replacemenfs ConUac[ 2020, WSM-� Atlachmen! A
Quest�onslDiscussion
C�fV 103419 ADDENDUM iVO. 1
Water and Sanitary Sewer Replacements Contract 2020, WSM-D ATTACFEMENT B
This document is pro�ided as supplement to the Water and Sanitary Sewer Replacements Contract
2020, W5M-D Contract Dacuments.
Below are responses to questEons for clarifications that may require additional infarmation and�or are
not addressed directly within the contract documents:
Q1-1: Can you please provide a list of plan halders?
R9-1: See Attachment C issued b� Addendum 1
Q9-2: The city doesn't typica!!y define widfhs of iemporary asphalt, ,but the widths are defrned on a!! of
fhe temporary asphalf items on thrs job. !f is typrca!!y up the bidders to defermine what widths
fheir trenches wi!! be. Wil1 the cify pay additional widfh if fhe patches end up being wider than the
defrned wrdths provrded? !f so, could we get a bid item for additional wrdth, beyond defrrred with
for temporary asphalt to be paid by the square yard?
R'E-2: See Proposal Form Replacement Section, bid items have been updated in the
proposal form issuecf bv Acldendum 1.
Q1-3: Bid items 33 & 34 rn the wafer section shov� round numbers an the prrnted proposa! but rn exce!
they both have decimals.
ltem 33- Remove concrete pavement, arferra!- should the quanfity be 43 SY or 43.3 SY?
It�m 34-7" Conc Pavement, should the quantity be 29 SY or 29.3 SY?
R1-3: See Proposal Form Ftenfacement Section, Quantikies have been undated in the
proqqsal form issued bv Addendum 1.
B-1
iafl
VendorName
2R Cansfnlctivn Services
ACIPCO
ACIPCO
Alliance GeoServices, LLC
PCAC Undsrgrountl
SLACKROCK CONSTP.IJCTiON
SuildCen.ral Inc
C. C. Zamcre ConsEruciion lnc.
Civil Tree Solutions
C,715 GROUP LLC
Cors.ructcannec�
Conssuc�ion Bid Source. LLC
Contech Engineared SalutEons LLC
Core and M2in
David-Tehaungue Ltd Co
�eltek
�edge �ata and .4nalylics
FERGLISON WATERWORKS
FM1'H CanslrucEian, LLC
PoG Worth. CEvil ConsYudors
Fart Worth Ci�il Conswctors. LLC
Fo� }A�ar1h Civil Corslructors. LLC
Gratex u�ilvties Inc
Ha6as Pipe USA
Ifan T Cansifuction Ipc_
J3Ck5On �ons[fuClipn, Lid_
Johr:son Counky W�nwaier
Johnson Counry Nfnwaler
Jcryc Mendes LandscspinG
Lakeshafe Learn�ng Malerials, LLC
MA�ERO Engineers & Cens�;uctors LLC
MAKOUINC
N7:.
Nerds Inc
NpR"fl� TX CONST REPTS PLANROOM
Ncrthwest Pipc Camoany
Oldcastle
Pro-Plpe Servlces, LLC
R �Z ➢ 8urns Brolhers. Inc
Ranaefine
re
Reynolds Asphalt 3 Censtrvction
RW Jenes Heavy CanstrucEion
S.J. Laui; Constructian of Tezzs
SER GonsEruction Partners, LLC.
ssdfar
STAline 4^latenvorks
Texzs MaLerials Group
7exes L^Ja:er Products, inc.
Thompsan PfpA Group
v�f1L15 �Of15{fUCf30f1
Urtual 8uild0r Ex-bange
I+JI€Ifam J Schultz Int �Sba Cirde G ConsEruction Company
VJeady CorErzctars. Inc.
xiaom2
GonYact Namc ContacE Email
RAL�L CANALES rcanales@2resx.cem
Jake Ph[I!i�s ;2kephdlips@american-usa �om
7erri Ngryen Inqcycn@american-usa.r�rn
JESLi51AJARA info@zlliancegeoservices.cem
�hli:te Kozat -rrthotzet��bcaceindergraund.cam
CarlOs JimenC2 CnRL05@BLlICKROCKCONSTRUC710N7X.COM
Karen Ericksen Karen@buildcentrelrom
Lupe Zamora 1�pE@zam�faconsEvction,com
H N7cPAu➢en nstimat�ng@clvillreeso]uEions.com
.Ann Herald Region2(�a,cjisgroup.com
-Michael SEu66s con�enE�censtructconnecLCom
Elfz�beth Sfrycker liz�canstruc[ian6idsource.com
CrrisTlanda �chrEs.tlandac�,conteches.cam
Paul Norman paul.norman@coreandmain.com
AbaloTehoungue �aEehounaue(a�tl�l�tico.com
Sourcei�tanagemenF �sourcemanagemen[[v3oeElek,com
April Hamilton �aprif.hzmiltcn@canslructian.com
RHDNbA RHOD=S ❑a11asW4VNiXionwave@9erguson.cam
CandaceGillespie 'candace@fnhconstn�c;�on,com
Carcl�m Alumbauqh _ carolyna@ivcivcan.com
�oug�AfumGaugh ��dauoa@fwci�con.com
BficeAWmhaugh ��6rica�Pxcivcon.com
Rex Neflin ��es�im��aS�ng@gra-lex.com
Brad Hunemui3er 'EhunemulfPr�hoba=_p[pe.com
travis theobald �.travis�iranlconstruction.com
�anny f�IcCu;chen �.dannym(o7jscKsontx,nel
CJ Pe;�y r,jpeilyLwinwatenvorks.cam
C�uslin Earber �.di6arber[a`;�.vinsupply_com
,forge Mendes :iooidaan2pCQCgma�Fi.com
�Eun€ce Peterson �6itldept@fakeshorele2rning.com
JulEc nurguete julionmadero.net
MAQSOOD KHAN neckoufneCgmaff,com
Nlarc HEnQjosa rrtarachinojosa(�gmail.com
�aniG �e Greaf bonfirehub.c2ddo@s�mplelogin.com
LIN�A Mc6ride linda(c)amteku5a.com
Franco Piarulli r�iaruq� ,nwpipe.com
NTX Bids nC�bitls�a oldcasile.com
Carla Reyes pro-pipebitlbcx cG1. prapipe,com
�anaid 6ums �rd6umsbros@s6cao6aLneE
Kyie �Jelsan kyle�sran��=ihe.com
-cr cr arfzenaconirects�ia sharklasers,com �
Ned Tankersley ntankersley�reynoldsasphzltcom
Jvan Vasque� �ivasquez@rw{oneshea�y.com
F,d�m Lunsford eslimating-mansfleid(o�sjiouis.com
Aau[?amirez raul@serconstruclion.net
sfffg ghhj � santosh:.meshram6 a(�,gmalf.com
James Sanders �jamessanders@sla€ine.com
Ror. Stinson 'ronzldstinsanuTexasrrtaterials.com
LeandroRamirez '�sales�texasv.�aterpraGuc?s.com
JeffPeterson IjefFpeEerson(a�ihampsonpipegroup.Com
MiiC2 PIuF�i( rtlplufl!�`�a,vef7135C6i15lNC�iOYI.COffi
Je2nnette Olguin jeanr.etle�virtualbz.com
Teri Skelfy �!_skelly@cirGeccanslruction_c�m
Zzch Ir.vm �zirwin24�o,gmail.cofr!
eao chenq c�c`992� 2f 5@gma�l.com
Phone Number Address
913To48209�2110 N Peak StreeE tii4 6a�las Texas U5 75204
205325�061 Z916 tfith St N Bircningham Al2bama LiS 35207
214989E56fl 3420 Ste�en �r Plano Tex�s ll5 75023
6823815322-5000 Airport Freeway Haltom CiEy 7X US 76137
: 915-252-2179 2406 Huy 287 N Su�te 300 MAI�SFiELD Texas US 76063
312fi411043 320 W Ohio St SuiEe 300 Chicago ILL1N015 US 60654-6566
8276759162 3015 .Avslin Ln For1 VVorth Texas U$ 7Gl i t
68269�3331 296 Goltleneye Ln Fart Worth Tezas US 7fi12�
85fl92698�0 124 Mamott �rive, Suite Z�9 Tallaha5569 Flonda US 3Z307
80035�2059 3025 Edwards RB., Suite 800 Cincinnaii 6hia JS A52�9
Z14-535-6435 2201 W, Rayal Ldne Sulte Z60 Ervfflg TBXaS US 75063
2i4-631-9�10 G3331rvfng Blvd pallasTexas 11S 75247
2543g45752 3t8 Glen Ln Hickory Creek TX U5 75�65
800456Z608 2291 Wood Oak � HemdonUrginia US 20i7i
8i7-267-3900 265fl S. PIPELINE ROHD EULE55 Texas L'S 7fiO4�
469-242-030t 50Q N CENTR.4L EXPY S7E 105 piANp Texas U5 75074
817-562-2292 4800 Mark IV Pkwy Fort UVorth Texas US 7610fi
8775622292:4869 tvlahc iV Parkvray Fort Worlh 7exas LJS 76106
8775622292�496C Mark €V Parkv✓zy fort VL'arih Taxas U5 76106
617781o23q'PO Box 1038 Kenrtedale Texas i1S 76650
4697 i 21222.2512 Patkon Dr. PAeliss2 TX U5 75454
51 � 2 Sun VaRey Or. Fort Worih Texas L15 761 i 9
817-345-0535 763n" 5. 135 1N AIva2�o 7X IJ5 7fi0aB
81799404 7 5-p Afva:adoTexas US i6028
80Q-421-53:a4 2G95 E 6aminguez Sl Carson Galifomia US 90695
8176090733.3315 Ashlock Dr1ve Housion Texas ll5 +7062
18177985426�6204 Parkside �r Arlington TX US 760�t
4692124173 527 Caropolina ar Grand Prairie Texas US 75052-2%7
3073131337 772Q pla9r Rd Silver Spring h9aryland US 20912
9404987855 2oo0 S STEt�nMpNS FRN,�. S2G� LAKE DALLAS Texas US 75a65
46863672�3 35� Longhom RJ Fort Nlanh Texas US 76�79
1100 Heritage Pkwy Mansr3eld 7exas lJ5 76063
800-784-7473 10297 W. Van Suren SI.. SuiEe 20 Tollesore Arizona US 85353
ei7Z398536,135p Blue Mound Rtl W Haslet Texas U5 7&052
617-374-3573 3133 Ranger Hwy Weath9ffOfd iexa5 US 76068
8175053535 �520 5 6[h Ave [Jlar�sfield, TX Texa5 L'S 75083
7i3473790� 3535 Pasadena 6IVd P85atlena Taxas U5 77503
9"00-305-7171 670 Gri�:h load Charlolte 7X US 29217
121a749353t 42�peckerDr206 I��ingTexasi1575062
a�7457998s 5825 E. Berry S�reel For; Worth TX U5 7fitZ9
140u8213426 19�3 �vlacArthur Blvd. Grand Prairie iezas U5 73034
1c2� 5. Nain Slreet P,lansfield Texas US 76063
2105fi46906 4047 Naco Pefrin San Hntonio Texas lJS 78217
817-988-7gy6 �.500 W Trammef3 Ave Fort l+Vorth Port Worth Texas Li5 7614�
8t7-4S3-47E7 550 Tower Or Fori LNorlh Texas US 7fi0E0
CPN 103419 Addendum No.1
Water and 5anitary Sewar Repiacements Contract 2020, WSM-D Attachment C
Q�
T �VV� RT H ��
�a�
�, ,,�:
��
ADDENDEJM TO INVITATIOf� TO BID NO. 25-D241
WA7ER AND SANITARY SEWER REPLAC�MENT CONTRACT 2020, WSM-D
WATER DEPARTM�N�
ADDENbUM NO. 2
DATE 155iJED: September 26, 2025
INVITATION TO B�D (�TBj: 25-024'i
BID OP�N1{�G QA7'E: October 2, 2025 (CHANGED}
REVISED 81D OPENING DATE: October 9, 2025
ITB No. 25-fl4249, issued August 27, 2D25, is hereby amended as Follows:
�, Bid Opening Date is ehanged from October 2, 2025 at 2:00 PM CST to October 8, 2025 at
2:�0 PM CST.
2, Question� Due Qate is changed from 5eptember 26, 2025 at 5:00 PNf CST fo October 3, 2025
at 5:00 PM GST
3. Responses to questions are attached to this addendt�m as Attachmenk A,
4. Core Report is attached to this addendum as Attachment B
5. Plan Holders list is attached to this addet�dum as AttacE�ment C
6. SPECIFICATfONS:
Replace the following: _
� Replace Sheet I With Sheet
� 00 42 43 Proposal Farm � Oa 42 43 Praposal Form
A!1 okher terms�nd or�ditions remain unchanged.
��li.� ���>,�7�
�'
iony Sholola, P.E.
ASSISTANT DfRECTOR, WATER D�i'ARTMENT
■��������err�r���������a���������w���e�a����r�����w��r��t:a��r������NrM�����tte�
By the signature affixed below, Addendum Na. 2 is hereby incorporated into and made part of the abave
referenced [nvitation to Bid.
CdMPANY NAME; W ��� (�on�ac��5�
SIGNATURE: —
NQTE: Compan���an ure mu e the same as o� th� original bid documents. Failure to
return this form with your sea d bid�a constitute grounds for rejection of your offer.
ITB 25-024� WATER AND SANITARY SEWER REPLACEMENT C�NTRACT 2020, WSM-D
Addendum No. 2, Page 1 of 1
mm�r>« i �n
SECTION 00 42 4a
PROPOSALFORM
UNIi PRICE SID
Iro:in,� i�.��
I N��
� 1
� 2
� 3
I 4
� 5
� 6
I 7
8
� 4
� 10
� ii
I iz
� t3
I }A
I 15
� 16
� 17
I ie
� 19
� 20
� 21
I 22
� 23
I 24
I 25
I 2B
� 27
� 28
� 29
� 30
� 31
� �2
� 33
� 34
I 3s
� 36
� 37
� 38
� 39
� 40
� 41
42
I 41
I 44
I 45
I 4fi
I 47
I 49
I 49
so
51
52
53
54
55
ss
57
58
59
&o
6f
62
fi3
fi4
fi5
66
67
69
69
70
71
7z
73
74
�s
76
77
�a
79
BO
B1
82
87
84
�,�.�«�„�,�
LyTTI
�3311.0261 B"PVCWaSerPipe
337i.0251 8" �IP Water
3791.0181 6" PVC Waler Plpe
33123002 S" Ga�e VaWe
37i236a3 a^�a�eVaWe
Q241.1302 Remoueand5alvagefi"Wa[erValve
6241.1303 RemoveandSalvaqe8"WalerValve
3305.flt1I Value6oxAtlluslmenlwlCancrefeCollai(50f50
]305,OS71 Val�eBoxAdiuslmen[wlConcreteCoElar11D0�Water)
3311,0001 DuclilelronWaterFiningswlReslrain[
33722003 1" Water Service wi�h Si�rFar,e Restoralion
3312,2�01 1" Waler Serv�ce. Meter ReconnecAon
3312.2000. 1" Pnvate Wa[er Service vrih Sudace Restoration
3352.2101 i 112" WalerServire,IvleterReconneclion
3312.2103 1 112" Water Service vnlh Sarlace Resfwation
3312.2201 2" Waler Servlce, Meler Rewnneciian
331222�7 2" Water Senice with Surface Resloralion
3704.0141 Temporar�Water5e�vices
024i.7572 saivaqel"Wa[erMcEer
U241.1513 Salvage 1 i2" Waler Meter
4241.15f4 Salv��e2" WalerMeter
4241.1118 4"-12' Pressure Plag
3312.�001 Fire hiydranl
�241.1510 Sal�aqe Fire HYdran[
3312 �117 Connection �o Ezis�inp 4"-12" Waler Mafn
7��501�3 EXp101dlOry E%cavallan u(EXi511nq Lllffllles
32�1,a4G0 Temna[ary Asphalt Paving Repair
3201,011A PertnanenlAsphall Pvml Repair, Resitlential
320i.0614 Conc Wmt Repair. ResitlenGal
0241.10DU Remove Conc Sutr9ase (5o150}
a241.1000 Remove Conc Suh 6ase 190% Wa[er}
3201_061fi ConcPvm�Repair,Arteriallnduslrial
0241 JaOQ Remove canc Pvmt. Adenal
32� 3.0102 7" Conc Pvmt
3213.03U1 4" Conc Sfdewalk, Adlacent to Curh (50150)
3213.0341 4" Conc Sidevralk, Atliacent �o CurC (100% Wa�er)
3213.0301 4" Conc Sitlewalk�50150)
3213_03Qi 4" Gonc Sidewalk �100% Water)
0241 _0100 Remove Sldewalk (54l50) �
0241_�700 RemoveSidewalk(10ai WaEer)
3213,fl40o fi" Cancreta �rfveHaVfSUl50�
7213,4A00 6" Concrete Oriveway [1D0 % Wa[er]
0241.0401 Remove Cancrele �rive f50l54}
0241.0401 Remave Cancrete �rivo (100% Water)
321fi,a101 fi"ConcCurhandGufter{50l50�
321fi_01a1 fi"ConcCurhandGutter(700% Wa[ery
0241-13a� ftemave Gonc Cur6&Gufler {50150)
0241-130a Remove Conc CarG&Gutter (100% Water)
U241.1400 Remove Conc ValleV Gutter 15�f5a)
024i.140a Remove Conc ValfeY G�lier {100 % Waler}
3216.0201 7' Conc Valle. Gutter, Residenlial (50150
3216.0291 7"Conc Valle�utter, Resldenlial (10a°o Watery
�241_1700 11" Pavemen� Pulvenzation S6l50)
b241.17Q9 11"PavemenlPulvenzatian�lQO% Water}
3212.0309 3" Asphall Pvmt Tvpe 0<50! 0
3212.0363 3" Asphall Pvmt Type �(19a°o WaleQ
3211.�&�� CemenlSla6ilia6onf\� 2fil6slsy(50150�
3211 9fi00 Cemen� S�a6illation L9 2fi Ibs7sy (too / Waler)
32176f02 B" St4 PvmlMaikinp HAS (Y! (Wf54}
9241,1800 Remoue AsphaltSpeed Cushion (50150}
3212�601 HMAC Speed Cushion with Slriping (Saf50)
32.17.0504 PreFormed TBermoblaslic Caulrest Markinqs -24" SEop 6ars (501501
32.1 f,0112 6" Ffex Base Type A, GR-1 (50150)
32_ii_Ot12fi"FlexBaseT7� G�A,GR�7(10Q%Water)
32.51 Ofi6i B-Inch CEMLIM@'" StaUilizaUon (a� 32LbslSY
�171.0101 Conslructfon Slakfng (Water)
O17i.0102 As-8uE1t Survey
0241Ja0f WaterLineGrauGnfl
0241.1692 Remave Concre�e Wa�er VauH
11250i01 SWPPP z 7 acre
3305_01a9 7rencli SafeN
33�5.02a2 Imported Em6edmentlBackiill. C55
3705.0203 ImpoRed EmhedmenUBackFlA, CLSM
3705.92a6 Importetl Em6edmenVBackfll. Accepta6le Backfll
3305,1003 20" Casino Bv Ooen Cu[
3477.Oa01 Tref�L ConUol
3119.Oi�2 fi"-12"TieeRemaual
7116.0103 12"-18" Tree Remav ef
32920100 Black Sod PlacemeN (50l591
3292.0100 8lock Sod Placement (100 % Wated
3291-�7a� ionsoil/50f501
3291.01a� Toosoi(l1�0% Wa[erl
3217_5001 Curh Address Paintino f5n15�
3217.50�1 Curh Address Painbno 1100%�aterl
5�<<<,.a,,,,� �.�„E,� �.�
�4a��r
33 � � � Z
33 11 12
33ll 16
33 12 2�
33 7 2 20
02 41 14
02 41 14
33 O5 01
73050i
3311 71
331270
331210
73 12 10
33121�
33 12 70
33 1210
33 12 7 0
33 04 30
02 41 14
02 41 14
02 41 14
02 47 14
33 12 AR
92 41 14
33 12 25
73 OS 96
32 01 18
32 01 i7
3z o� zs
02 41 15
02 41 15
]2 01 29
02 41 15
321379
321320
32 13 20
32 13 20
32 13 20
02 41 13
a24173
32 1� 20
32 13 20
02 41 13
02 41 13
32 i613
32 t613
U2 4 7 15
42 47 15
62 41 14
Q2411A
�2�6Q2
92 1 fi Q2
oz ai ts
0241 f5
32121s
32 12 16
32 11 33
]2 11 33
32 17 01
02 41 I B
32 12 I6
3z ia os
32 11 01
32 11 01
32 17 a5
01 7f 23
01 71 23
�2 41 14
�2 41 14
31 25 00
33OS10
33 O5 10
33 O5 16
33OS10
37 OS 22
�4 71 1�
�i 1000
311aQ0
729213
�2 92 13
32 91 19
3291�9
32 17 25
32 17 25
Bidder's Application
u��;��r uw
hl.�a>wc ��u:iii�ii�
LF
LF
LF
EA
EA
EA
EA
EA
EA
70N
EA
EA
LF
EA
EA
EA
EA
LS
EA
EA
EA
EA
EA
EA
EA
EA
LF
LF
SY
SY
SY
SY
SY
SY
SF
SF
SF
SF
SF
5F
SF
SF
SF
SF
LF
LF
LF
LF
SV
SY
SY
SY
5Y
SY
SY
SY
TN
TN
LF
ER
EA
LF
SY
SY
TN
LS
LS
CY
EA
LS
LF
CY
CY
CY
LF
MQ
EA
EA
SY
SY
CY
CY
EA
EA
11.866
475
493
37
42
20
s
19
5d
11
25fl
260
153
19
19
11
tt
4
26t
S9
i�
50
�6
i0
18
7
12587
3�
}73
538
8.402
74
44
30
6
zz
1Bfi
558
iBfi
558
3fi4
1.973
364
t 973
152
549
152
549
is
69
16
49
2 438
17.755
z.aaa
17.755
32
137
25
1
�
3
538
BAa2
115
]
9
51
1
1
soa
ioo
221
100
46
6
1
�
sd
13�
23
2
70.
���,�.�.��.�,:,, ,:,�
�,�,�,��« �,,�v:��,. �
�
JI
I
�
�
�I
I
�
�
�
�
1
1
1
�
�
�
1
1
J
I
�
�
�
I
1
�
�
1
I
�
�
�
�
1I
I
�T�i\TiN�C�i.4ti"Iltl][�]��.tisl'l�t'll�ii�tll tiIHw.Y1lLtiTS unn��JSv _ �•sNCM1aM1Wiaii����.ni�..�!�'ii4.ti)I�I�
N:•�4�1'� Jn+n_� �TE 1��3a1•�
¢io ertt,r� sni
5 ECT10N 00 42 43
PR6pO5ALFOAM
UNIT PRICE BID
I ���.���„ �,��, �,����,�,�,,,�,
N��
I B5 a24i.1806 Rerc�ove Asnhalt Snaetl Cashion
� 86 3212.0601 HMAC Speed Cushion vnlh Slripinq
I 67 9999.8999 ConStfucli0n Allawance
I 68 9499.U�03 Miscellaneous Irrioa�ion Atliuslmenl
�
L'-Sanitur Sener
� 1 ;7331_1102 6"ta6"P�peEnlaryement
� 2 3731_0102 fi" Sewer Pipe. Poinl Repalr
I 3 333t 4115 8" PVC Seiver Plpe
0. 3331.4119 8" pIP Sewar Pfpe Wilh 401 Protec�o Coaling
� 5 �331.A2a1 10"PVCSewerPjy e
� 5 3331.4205 10" �!P Sewer Wilh 401 Proteclo Coalinry
I 7 3331.4229 16" 04P Sewerxith 401 ProleclaCoaling
� 8 3339.43a5 20" �IP Sewer Wilh 401 Pmtecto CaaGng
� 9 i3399.421fi IS"SewerPipe,C55Back511
I 10 03�0_6D01 Conc�e�e Encase sewe� Pfne
� 11 33�9_7001 4' Manhole
� 12 3339.1003 4' Extra �eplh Manhole
� 13 3379.1004 4'ShallowManhole
� 54 3339,t0U2 4'�ro? Manhole
� t5 3339,11�4 5'ShallowManhole
� i6 3705,Di12 CancreteCollarforManhole
I 17 I3339.0007 Epoxy Manhale Liner
� 19 '.999g,9981 Gannec� la EMistinp SSh1H
� 79 �305.0103 Erploratory Excavation of Exis�np 111ilitles
f 20 �30i.0001 Pre-CCN Insvection
I 21 ]30t.0002 Pos6CCN InspecBon
I 22 33010101 ManholeVammmTestinq
23 730�.0�91 Bypass Pumpinq
� 24 3345.0109 Trench Sa(ery
I 25 0241.220i Rem vea'SeverManhole
� 26 0247.50U1 A�andon Manhole
� 27 0241.2901 Sanflary �ne Groutlaq
� 28 0241.2t02 6"SevrerAhandonmenlPlug
� 29 0241.2110 21" Sewer Airantlanmeni Pf�g
� 30 33]i_3}OS 4" Privale Sewer Servlce wi[h 2-Way Cleanouis
I 31 333t3101 4" Sewer Service vn�h 2�Way Gieanau�s
� 32 313i _3103 4" Bored Sewer Service vri�h 2-Way Cleanouls
� �9 3331,32�7 fi" Sewer Serv�ce with 2-Wa'(Cleanouts
I 34 3731.f2U1 ServiceRefnslalemenl,PipeEnEarqemen[w12-wayCEeanoui
35 3305.OI lfi Cancrete EncasemeN for UtifilV Pipes
� 36 3305A20Z Imporled Em6edmenvEackfill, CSS
� 77 0771,0101 Canslr�clion 5faking (Sewer}
I 38 Oi7t0102 As-Bdd15urveVfSewed
� 39 3305,q1 �7 Manhole AtllusEment. mfnor w! Cortcrete Collar (Sd150)
� 40 �305.01�7 ManholeAdustmenl,minorwlConcreleGollar(19a%Seweq
I 41 720f.0112 Permanenl �vmt Repair, Resideatlal
�r.ciliuii.��i Sui���n N�r
02 41 1 E
32 12 16
9989 9999
9999.o0a3
Bidder's Application
�;��«, ����,�,��
ti��� „ nw n���r.;.� n�av�n��
N=�.w. a,��a1.
EA 3
EA 3
LS { SSO.00�QO sso.oaooa
LS { 525.00000 525.�OU00
SuL=1'ouJ U,r't'1' I -lYnicr s�s,nnn.n�i
3� �i 2� LF
33 ]1 22, 33 31 23 LF
33 I 1 1 �, 33 31 12. 33 7 i 20 LF
371110 LF
73 11 30, 93 31 72, 33 31 2p LF
3311 I� LF
331110 �F
33111a LF
73 11 10, 33 31 12, 33 39 2U LF
03 30 00 CY
33 3410, 33 39 20 Ea
33 39 10, 93 39 20 V F
33 39 10, 33 3s ?q EA
73 39 10, 33 39 20 EA
33 39 10, 33 39 20 EA
33�517 EA
333950 VF
9949.9989 EA
33 65 30 EA
33 01 31 LF
33 a1 31 LF
33 01 30 8A
3303i0 LS
3305t0 LF
9241 S4 @A
U24114 EA
024114 CY
Q2 41 14 EA
a2 41 14 EA
73 31 50 LF
33 31 5� EA
33 31 50 �A
33 31 50 EA
73 31 23 EA
330510 CY
330510 CY
�i 71 23 LS
01 71 23 LS
33 05 01 EA
33 �5 01 EA
320117 LF
1A81
100
1,021
27fi
484
192
292
224
20
38
21
27
3
2
1
29
70
2
1
� 319
3.978
29
1
2.5Q0
9
2
21
e
2
1.136
�e
1
4
44
120
309
1
1
3
6
257
srx,�n�n<<�1��si�irn�„rsrr:.�o-3i�:tn�»r.rniv.,ns u�,a.,�.,a,�����,,:.N:mm��i,e.��.n�,. iw.ru.n
u�,ka��.n:n:i u. i e<u
SEGTION 09 424�
PROPOSALFORM
UNI7 PRfGE BID
lii3iisl Il.in
u��.
� 42
� 43
I k4
I 45
I 46
� 47
� 48
� 49
I sa
I 51
I 52
� 53
I 54
I 55
� 56
I 57
I 5B
� 59
� fi0
� 61
62
fi3
sq
ss
fi6
67
68
69
70
71
72
73
74
75
7fi
77
78
79
8�
61
82
83
84
85
Bs
87
98
B9
40
1
2
3
A
5
6
7
B
9
io
11
12
13
14
15
ifi
17
18
i9
2�
27
22
2]
24
25
2fi
2�
28
Lk;�npli��n
32a1.04�4 7emnorary Asnhalt Pavinn Roaair
32Q1.02o1 Pe�manenE Asohall P�mt Repafr Beyond �efined Widlh. ResidenEial
320l.0814 Conc PvmtRepafr, FiesidenGal
3201.05t6 Conc PvmiRepair, ArtenalRndustnal
3213.03a1 4" Canc Sidevralk. Adlacent to Cur6 (5{)lSOS
3213.03a1 4" Conc Sidev2ik, Adiaceni lo Cur6 (1 �a % Sewer3
I3273_030i 4" Conc Sidevralk f150150)
32136301 a" Conc Sidev�lk (700°/, Seweq
a241,U100 Ramave Sidewalk 50f50)
�241,a100 Ramove Sidewalk ( 00% Sewer)
0241.4d01 Remove Cancrele �nve (54f50)
024La401 Aemave Carzcoele �nve {1d0% Seweq
3213,04U0 fi" Concrete Driveway (50150
3213,0400 fi" Concrete �riveway (100° Sewer}
024t130{7 Remove Conc Cur66Guher (5pl50)
02a1-13oo Remave Conc Curv&Gu�ler{100% Sewer)
3216.0101 6" Conc Curh and Gutter {54lSOp
3216.0101 6" Gonc Cu�h antl Gutter 1100% Sewer}
0241.060Q Remove Wall <4'
3232.a1�a Cone Ret Wafl Adiacen! to �rive Avpwach
0247.1460 Remove Conc Valley Guner (56lSOy
0241.14D0 Rer�ove Ganc Vallev Guner (109 % Saweq
3216.0201 7" Conc Valiey Gulter, Resideioliai (50�50)
3216.0201 7" Conc Valleq Gvlter, Resfden�al (100% Sewer}
� 32.i 1.4112 6" Flex Base Type A, GR-1 {50l50)
32.11.01 i26" FEe� 8ase Type A, GZ-1 {10a%Sewer}
0241.1a00 Remave Conc Pvmt (50150)
0241,1000 Remove Canc Pvml (106% Sewer}
0241 _1700 11" Pavement Puiverization (5ol5n�
o241,i7a0 71"PavemenlPuivaiizalion(140%Sewer}
3212,0303 3" ASAhalt Pvmt TYps �(50150)
3212.0303 7" AsphaEt Pvmt Type �(1�6% Sewerl
3211.Ofi00 Cement Stabiliation @ 2fi IhslsV {5fli5�)
321 f.0600 Cemenl 5tahiliaiian (a). 2fi l6slsv {100% Sewerl
02A1_7800 RemoveAsphalt$�eedCushion(50150)
32120601 HMAC Speed Cus6ion wilh Siripong (50l5��
3277 Oi62 8� sl.p pvml Ma�kfnq HAs IY1 (5a160}
32,i7,05a4 PtefarmedThermoplaslfcConlrastMarkfngs-24'SlopBars (50150)
9Z41AW0 RemoveFence
3237.0452 6' Fences. Woatl
7125a10! 6WPPP >_ 1 acre
3471.OQa� Tra(�c Con[rol
3�92.0100 6iur,k Sotl Placemen[ (501561
az�i_osoo rooso�i tsorsol
3277_5001 CurhAddressPain�nal5015�1
3349,5a�5 RemoveandRe�lacelnletTan_5'l50150Y
9999 00�3 9-0iscellaneous Imyation AUuslmen�
99999992 LandscaoinoReoair
9999,9999 CanslrucElon AIlowance
024L 1700 11" Pavemenl P�MedzaGon {SOi50�
3214_06�4 Cement Siahiliafion (� 2fi Ibslsy {SQ150)
02a1-iSa7 3"SurEaceWllling
0241.1604 B�ittMillin7
3217.0142 6" SL� Pvml Maricing HAS (Yj (5415�]
Bidder's Application
IiiilJrr';]'�op�i��,il I
1
S�x�c�fcaliun ti��cl�un Nu. 1t.u�iui (�u:;'i,�il4 I��nii Fn�. El�i,l V:iliic I
32 01 18
72 01 17
32 01 79
72 01 29
�2 13 20
�2 13 20
]2 13 2�
321320
02 41 I 3
02 41 I 3
024113
02 Af 13
32 13 20
32 13 20
02 41 15
02 41 15
3218 13
321613
02 41 13
�2 41 13
02 41 14
0� 41 14
32 i 6 02
sz �s oz
32 I i Vl
72 11 01
02 41 15
�2 41 15
02 41 15
02 41 15
32121fi
32 12 18
32 11 33
3211 ]3
02 41 19
32 1216
32 17 01
32 14 OS
02 41 OS
02 A 1 05
31 25 QO
34 71 13
329213
32 91 19
321725
33 49 50
9999.9999
9999.99s9
8999.9999
UV[T 7 - P:i�'ne
0241 t5
32 11 33
0241 i5
02 41 15
321703
32,17.0504 Preformetl Therrnonlastic ConUas! Markinqs -24' Smp Ba�s (S�f5d7 32 1 A 05
31�3.0161 Unclassiled Stree[ Excava@on (SOIW}
3242.0309 3" Asphalt Pvmt Type �{50l50�
3305.0707 ManholeAdius�men[.minorwlGancrelaCaflar `54l50)
3305.Oill Valve&oxAdjusimentwlGoncreteLollar(50150}
3217.0501 24" SL� Pvml Ma�kinq HAE (Viq
6241.1300 Remove Conc Cur68Gutter f�01501
72760f01 fi"CancCur6andGutter(50150)
0241.U407 Remove Concrete �nve �50f50ti
3213,6400 6"Cancrele�iivev2 yf5015a1
3213.Q]01 4" Conc 5idewalk. Adiacen[ lo CurU 154�501
3213.0701 4" Cone Sidewalk (591501
024La100 Remove Sidewalk (S�15U}
0247.1�00 Remo�e Conc Pvm[ (5�lt0!
0241.1400 Remove Conc Vallev Guiter j50l50
3216_02�7 7" Conc Vallev Gutter. ResideNiall�Q750!
329201�0 Block Sod PEacemenE f50l5a1
329S,01U0 Tonsoil (50l50}
3277_5065 Cuih AUtlress bafntin(�[50l501
32.11.0112 6" Flex Base Tvoe A, GR 1 (5�I50r
3349_S�US Remove and Reolace In[e1 Too. 5 i501501
ssss.aoaz Pa���o co�so-��ro� niFowa��e
9999.a��3 Miscellaneoiis Irriaalion Adioslmenl
31 23 1'0
32 12 i 6
33 05 01
33 {75 01
32 17 23
ax ar ts
32 16 13
02 41 13
32 13 20
32 13 20
32 i3 20
02 41 13
02 41 15
02 41 1 b
32 16 02
32 92 13
�2 91 19
32 7 7 25
32 77 Ot
3] 49 5�
99994Q02
9999a007
LF 2.148
SY f00
SY 14
SY 2a
SF s
SF 22
SF 27
SF 7
SF 27
SF 3�I
SF 363
SF 7351
SF 363'
SF 735
LF 157
LF 9fi
LF 151
LF 9fi
LF 18
LF 19
SY ifi
sY 32
sY i5
SY 32
SY 537
SY 5.500
SY 537
SY 5.540
SY 2,437
SY 6 245
SY 2.437
SY fi295
TN 32
rN az
EA 1
EA I
LF 25
LF 3
LF 1❑
LF 1�
LS {
MO 4
SY 33
CY 6
EA 2
EA 1
LS I 510 000_00
LS 1 55.000.00
LS 1 5100.006.00
Suh-Tn�n1 S,N[T 2-S�auitary Sn+rr
SY
TN
SY
LF
LF
LF
CY
SY
EA
EA
LF
�.F
LF
SF
SF
SF
SF
SF
SY
SY
SV
SV
CY
EA
5Y
EA
LS
LS
4 875
63
27.800
1 190
56
7
s,ioo
4.875
4
20
100
soa
303
72H
728
17
5�"
55
1.Oy�
32
32
68
11
id
1.�7�
1
f ssoa0000
1 525,Q00.4�
Suh-Thral [;M1lF3-Pnrine
�
�
1
I
l
�
�
�
�
1
1
I
�
�
�
�
�
�
�
�
�
I
�
�
1
1
�
�
�
1
_1
II
I
I
1
I
$10.Oad 001
35.090 OOf
sroo 6ao ool
s i is.unn.un�
�
�
I
I
�
�
�
I
SSO.Q00.90
525,Q00.40
57+.Ilull.11ll
�II'1'�'�EE'�:�flT N1:11T11
L�Si�i\sl F� 1F1� till� i� I_ f l SII_„ I� 11u�:..l��ni��' 4�•:rP.:3ulil�E�il��[�.ni��i ;R2� u�3�[-0
r<,.:Ya�r��i>�rzi rry i��i.���
UNIT PRICE BID
IliJ�is� If�'m
Nn. I)_s«��,i'i.,�
�
� 1 37495001 5'Gur61n€et
� 2 �349.50p1 10' Cu16 4n1e1
� 3 73A9,5002 15' Curh Inlet
� 4 0241.4005 Remove5'Cur�lnlet
5 024t.4001 Remove 76' Gurb Inlel
i 6 �241.4002 Remavel5'Curhlnfet
I 7 3365.0149 Exploramry Excavation o( Exislinp lltilibes
� 8 32t3.a3a1 4" Conc Sidewalk
I 9 �24�-�70� Remove5fdawalk
� 10 3213.0506 Barrier Free Ramp, TVpe P-1
� 11 �241.�700 RemoveAOARamp
� 32 3441,411a ReinslaliTraffic5��
� 13 3441.4106 Remave TraiFic Siun
� 14 9994,Q003 Misceilaneous Irnqafion AUiuslmenl
� 15 9999.9�9� Constmctinn allowance
�
� BiJ Suimnury
�lJnft 1 - Water
� llnil2 - San'i18fV S2WBf
Itlni� 3-Pauinq
� UniE 4- Slorm �rafn
�
SECTION 00 42 43
PROP45ALFOSiM
����«tir�ii�.r _Jc.[i.m \'i�
UNl'f S -Slnrm llrniii
33 49 20
33 49 26
33 49 20
a241 f4
� 02 41 14
Id241 �4
33 05 30
72 13 20
02 41 13
32 13 20
99 99 99
99 99 99
99 99 89
99 99 99
99 99 44
8idder's Application
EAU OF ]!['I loN
- ���•lilll
ST.�.➢:W I� ��� ��titi INi-��lnti A�I:CQ7t' 1nu�- a�L'L]IE�I s'
ye.�.�'A n sn+ii+l
�,��.��, E,�,�,,,,;��
1!nil i�l [3iJ
�11ua�ir I�iiani�ii� l�n�tl�n..
� EA 2
I EA 2I —
I EA 2
EA 2
EA 2
FA z
EA i
SF 58
SF 58
EA I 1
£A i 1
EA I 1
EA �
�-s � ss.000.ao
�s i szs aoa o0
5��_, �,,:� ����T a _s,,,�m ���,;�
I
!
Tninl 6i�sr HiJ
HiJ V:iin.
�I
�
�
�
�
�
55 d00.9a�
szs aoo.aa
„��,��,��.����i
1
575A00.001
si i s oao.00 I
575.ODO.00I
53U.00�,OO I
8295,00�.001
1lac,r� saNi�n sexa x-hfiAii�o.n f�.aiv,:� :�.�:n n���.0
�'P�1��3�1•i
CPN 103419
Water and 5anitary Sewer Replacements Contract Z020, WSM-D
ADDENDUM NO. 2
ATTACHMEIVT A
Tf�is document is pro�ided as supplernent to the Water and Sanitary Sewer Replacements Contract
2020, W5M-D Contract Docu�nents.
Below are responses to questions for clarifications that may require additional information and/or are
not addressed directly wi#hin the contract dacuments:
Q9-1: AII of the waterservice brd rtems say "with surface restorafion" fhis is not fypical. The sod and
fernporary / permanent pavemeni are always measured and paid for separately.
R7-1: There are separate pay i#ems for sod and top soil included as bid items. Surface
restoration incEudina temporary pavement repair will be considered suhsicfiary to
the water services in the street beina installed.
Q 9-2: We need prebid fotals for fhe followrng rtems:
Unrt 1-
54 lrrigation repair
55 Landscaprng repair
Unit 2-
57 Irrigatron repair
58 Zandscaping repair
Unif 4-
14 lrrigation repair
R1-2: See Proposa! Form Re�lacemenf Section. cluantities have been updated in the
Aroposal form issued by Addendum 2
Q1-3: Could we get clarificafron ort items 9&?0 in the paving section? Neifherof them are standard bid
items and the special specrficatron vuas not inclLrded in the s,aecifications.
9 Ful1 Depth Remova! 99 99 99 SY 5,7Q0
?0 Fcr!! Depth Reco��struction with Excess Materia! 99 39 99 5Y 5,70�
R1-3: See Proposal Form l�eplacement Sectian. auantifies have been updated in the
proposa! form issued bv Addendum 2
Q1-4: The performed thermoplastic contrasf markings are extremely expensive. There are bid iterrrs for
"Preforrned Thennoplastic Contrast Markings - 24" Stop Bars" and "24° SLD Pvmt Marking HAE
(WJ" and the NAE is much more reasonable. Would fhe city consrder installrng NAE sfop bars and
removing the preformed thermoplasfic ifems from the praposal?
R1-4: HAE stop bars can npt be used as replacement for Preformed 7hermoplastic
Contract Markinqs.
Q1-5: !s an estimated cost available?
A-1
lof2
CPN �03419
ADDENDUM NO. 2
Water and Sanitary 5ewer Replacements Contract 20Z0, WSM-D AITACHMEN�' A
R1-5: 12 million to 13 million
Q 9-6: Please pa5t the pre-bid atfe��dee list.
R1-6: Clavton 7orrance. Car[ps J, Anael Sanchez. Zach frwin. Christonher Archibeque
Q7-7: There are a few streets on this projecf that were not included in the street cores that were
provided. Does the crty have sfreef cores they coctld provide for Hamrlton {a!!J, W. 5th (Ma�tficello
io Universrty), Virginia P! (al!), W. 4th?
Ri-7: See attachment B issued bv Addendum 2
Q 1-8: There are 50 EA 4"-92" pressure plugs sef c1p rn the proposal, buf it Iooks like those are a!! cut
and plugs.
R1-8: See Proposa� Form Replacement Section, q�antities have been updated in the
proposal form �ssued bv Addendum 2
Q9-9: The exce! proposa! and fhe proposa! in the spec book dan`t match. Many af the rtems and
quantitie are different, not scrre which one is correct.... After dorng fakeoffs, if looks like fhe
proposal in th� spec bool is the correct proposal.
R'�-9: See Pronasal Form Replacernent Section, auantiti�s and bid items have been
uAdated in tF�e nroposal farm issued bv Addendum 2. Addendums must be
acknowled4ed when submi�tina a bid.
Q1-f0: Carr you please provide a list of plan holders?
R1-10: See Attachme�t C issued b� Acfdendum 2
A-1
2 of 2
�nRT�oRTH��a
, <�
City of Fort Worth
Capital Delivery Division/Soi[ La6
920 Waod�vard Street
Fort Woz�th, Texas 7b107
Laboratory Test Restilts for
Amendment Worl� for 103419 Cori��g P��oject
05/06/2023
Pro�ect: CFN# ]03�19
Date Tested: Q5101/2023 — 05/05/2023
Requestecl by: Brenda Orapeza
PlZone: S17-392-7920
TElis re�ot-t presents tlle results of a stt'eet cot•ulb projeci for CPN #103419. Mr. Stepllen Overto�l and Mr. Daniel
Wrigl�t perfoz•ined the cores, and NIr. Zelalem Arega reviewed and app►�aved tlle res�ilts.
Lenox Drive
(Montice[lo Drive to Potomac Avenue)
HOLE # l
LOCATION: 155' West ofMontice[lo Drive (W/4)
4.00" HMAC
6.00" Coi�crete (3044 PSI}
6.00'' Bro�vil sandy clay (LL- 63, YL- 17, Pi- 4G}
HOLE # 2
LOC�ITION: 10' West ofHamilton Avenue (E/4}
2.00" HMAC
5.00'" Concrete (4072 PSI}
4.00'" Dark bro�uil sandy clay (LL- 57, PL- 19, PI- 38)
5.00" Brown sancly clay
HQLE # 3
LOCAT�ON: 30' East of Potomac Avenue (Wl4)
2.00" HMAC
6.00'" Concreta (2799 PSI}
4.00" Dark bro�vn sandy clay
4.d0'" B�•own sandy clay
CPN 103419
Water and Sanitary Sewer Replacemenfs Contract 2020, WSM-D
Addendum No.2
Attachment B
Page 1 of 5
FoRTWoR����
City of Fort Worih
Capital Delivery Division/5oil Lab
920 Woodward Street
Fort Wqrtll, Texas 761 Q7
Potomac Avenue
(Lenox Drive to W. 4'�' Street)
HOLE # 1
LOCATION:3640 Potamac Avenue (S14)
2.00" H MA C
7.00"' Concrete (2765 PSI}
7.00'' Pale brown clay with L�inestone (LL- 39, PL- i 6, PI- 23)
HOLE # 2
LOCATION: 3608 Potomac Avenue (N14)
1.75' HMAC
7.2�'" Base Material (Gght brown flex base}
7.00" Pafe bror�vn clay witll lunesto��e
West 5'h Avenue
(Unive�sity Drive to Carra[1 S#reet)
�-iOLE # 1
LOCATION� 1G0' East of University Drive (W/4)
1.75" HMAC
7.75" Base material (Brown clayey sand with limestonc)
b.50" Dael< b��own c[ay {LL- 31, PL- 12, PI- 19)
HOLE # 2
LQCAT[ON: 2929 West St�' Avenue (EI4)
6.50'" HMAC
5.50" Base �naterial {Brown ciayey sand wit11 limestone)
4.00" Brow�1 clayey sand with li�r�esione
HQLE # 3
LOCATION: 170' West of Currie Street (W14}
2.50'" HMAC
7.50'' Base matcria! (Beown clayey sai7d witl� li�nestone)
6.Q0" Reddish ba•o�vn sanc[y clay (LL- 32, PL- 14, PI- 18)
CPN 103419
Water and Sanitary Sewer Replacements Contract 2020, WSM-D
Phone: S 17-392-7920
Addendum No.2
Atkachment B
Page 2 of 5
Fo�T�oRTH��
c�r� ofFfl�-r wo�r�
Capital Delivery DivisioillSoil Lab
920 Woodward St��eet
Fort Worth, Texas 76107
HOLE ## 4
LOCATION: 2832 West Sf'' Avenue (E14)
2.00" HMAC
7.50" Base mate►-ial (Brawn clayey sanc! with liinestone)
6.50" Reddish brown saaldy clay
HOLE # 5
LOCATION: 28Q9 West 5�" Avenue (W/�4)
2.50" HMAC
7.50°' Base material(Bra�v�1 cEayey satic! with limestone)
6.00" Bt•ow�l sandy c[ay witl� lunestone (LL- 27, PLT 13, PI- 14)
HOLC #� 6
LOCATION: 2732 West 5th Avenue (EI4)
5,00'' HMAC
8.00'' RecE brown sandy clay
HOLE # 7
LOCATION: I�0' West ofCarroll Street {W/4)
2.OQ"' HMAC
5.00" Concrete (Brokeil)
2.00"' Brown clayey saE�d with limestone
7.00" Brown sandy clay wit11 limestone and beick pieces
Wes# 6��' Avenue
{University D�-ive to Carrol[ Street)
HOLE # 1
LOCATION: 150' West ofCarroll 5treet (W/4)
2.50" HMAC
6.SQ'" Base material (Brown clayey sand widl lllneston�)
7.00" Browt�/ Red brown clayey sand (LL- 2b, PL- 14, PI- 12)
CPN 103419
Water ancf Sanitary Sewer Replacements Contract 202p, WSM-D
Phone: $�7-392-7920
Addendum No.2
Attachment B
Page 3 of 5
�`oR�rWo�TH��
�
�.�:
City of Fc�rt Worth
Ca�ital Delive�-y Divisioi�/Soil La�
920 Woodward Street
Fort Worth, Texas 7b l 07
HOLE # 2
LOCATION: 150' East ofFoch Street {E/4)
2.50" HMAC
5S0'" Base material (Brown clayey sand with lunesto«e)
$.00" Red browi�/ Brown cEayey sa�ld
HOLE # 3
LOCA7"ION: 2812 West 6tt' Avenue (W14}
3.00" HMAC
9.00" Grey crushed limeston�
6.D0'' Red braw��/ Brown clayey sand
HOLL, # 4
LOCATION: 2838 West 6"' Avenue (E/4)
1.50''HMAC
7.50"' Base material {Brown clayey sand with 1ii�lestane)
7.00" I3rown sa�lc�y clay witl� [imestane (LL- 27, PL- 14, Pi- 13}
HOLE # 5
LOCATION: 2900 West 6tti Avenue (W/4}
2.00'' HMAC
9.00'" Base �r�ate►-ial (Brown clayey sand �vith li�nestone)
5.00" Red brownl Brawn clayey sand
HOLE # 6
LOCATiON: 2924 West 6f'' Avenue (�14)
4.00'" HMAC
G.00"' Base mate�•ial (Bro�vn c[ayey sand wit11 li��lestane}
6.00'� Bt'own sandy clay w�th limestone
GP�i '103419
Water and Sanitary Sewer Replacements Co�tract 2U20, W5M-D
Phone:817-392-7920
Addendum No.2
A#tachrr�ent B
Page 4 of 5
FORT W�RTH�
City of Fort Worth
Capital Delivery Division/Soil Lab
920 Wood�vard Stre�t
Fart Worth, Texas 76107
HQLE # 7
LOCATION: 150' West ofNonvoorl Street (W14)
3.00'' I-IMAC
8.50" Concrete {3250 PSI)
4.50" Ce��slled limestone
CPN 1Q3419
Wa#er and Sanitary Sewer Replacements Contract 2020, WSM-�
P hone : 817-392-7920
Addendum No.2
Attachment B
Page 5 of 5
FORT�ORTHru
City of Fart Wortli
Capital Defivery DivisionlSoil Lab
8851 C�ulp Bowie Bl�d #300
Fort Wortli, TX 76116
Phone:817-342-7920
Laboratoiy Test Results for
West 4`�' Sh-eet, West 5°' Sti-eet, Vu-�rinia Place, Hamiltan Avenue, Lenox Drive St�•ect Coi-u1g Proj�ct
10/13/2021
Project: CPN# 103419
Date Tested: 10/G/2021 — 10/12/202I
Rec�uested by: Brenda Oropeza
This repoi�t pt-esents the resutts of a sn-eet caring project faa• CPN # 103419. Mi-. Stephen Overton and Mr. Daniel
Wright per-�ormed the cores, and N1r. Zelalem Arega reviewed and approved the resuhs.
Hatniltou Avenue
(Bailey Avenue to Virginia Place)
HOLE # 1
LOCATION: 3311 Hamilton Avenue (E14}
2.50" I1MAC
7.pp" Base inaterial (Grey Lunestone llex base)
6.50" Dark brown sandy clay (LL- 42, PL- 22, PI- 20} Sf�c-ic�kage %: 12.5
HOLE # 2
LOCATION: 3405 Hamiltan Avenue {W14)
2.50" HMAC
6.00" Base material (red brown sand wit�1 rock)
7.50" Dai�k brown sandy clay
HQLE # 3
LOCAT[�N: 3500 Hannilton Avenue (E/4)
3.50" H]VIAC
4.50" Concrete (Broken)
$.QO" B�-own sandy clay (LL- 41, PL- 21, PI- 20} ShrinEcage °/a: 12.5
CPN 103499
Water and Sanitary 5ewer Replacements Gontract 2020, WSM-D
Addendum No.2
Attachment B
Page 1 of 5
FqRT �VaRTH�v�
City of Fort Worth
Capital De�ivery Divisioi�/Soil Lab
$851 Ca�np Bowie Blvd #300
Fort Worth, TX 76116
HO LE #4
LOCATION: 3583 Hamilton Avenue {W/4}
2.50" HMAC
6.50" Concrete (3186 PSI)
�.aa"' Brown sandy clay
HOLE #5
LOCAT[ON: 360b Hamilto�a Avenue (E14)
4.00" HMAC
5.25" Conc��ete (43I3 PSI}
6.75" Brown sandy ciay
HOLE #b
LOCATION; 3704 Hamiltor� Avenue (W/4)
2.50" HMAC
7.aa" Concz�ete (4985 PSIj
6.50" Bz•own sandy clay
HOLE #7
LOCATION: 3733 Hamilton Avenue {E/4)
4.00" HMAC
6.50" Cancrete {Braken)
5.50" Brown sandy clay
HOLE #S
LOCAT[ON: 3813 Hanuiton Avenve (W/4}
3.25" HMAC
5.75" Concrete (4633 PSI)
7.00" Brown sandy clay
CPN 1034'�9
Water and Sanitary Sewer Replacements Cantract 2020, WSM-D
Phone:$17-392-792Q
Addendum I�o.2
Attachment B
Page 2 of 5
Fo RT i�o RT H �l� of �°� Wo�h
c�� Capital DeIivery Divisiort/Soi] Lab Phone: 817-392-7920
885I Camp Bowie I31vd #304
Fort Worth, TX 76116
HOLE #9
LOCATION: 3918 Ha�nilton Avenue (E/4}
3.50" HM�C
6.50" Goncre�e (2542 PSI)
6.00" Yellowish brown clay (LL- 3 I, PL- 19, PI- 12) Shrinkage %: 7.5
West 5�' St�•eet
{University Di1ve to Bailey Avenue) &(Monticello Drive to Arch Adan�s Street)
� HOLE #1
LOCATION: 3116 West 5`h St�•eet {W14)
2.75" HMAC
4.50" Concrete (550$ PSI)
8.75' Brown sandy clay with rock (LL- 38, PL- 22, PI- 1 b) Shrinkage %: 10
HOLE #2
LOCATION: 33I2 West 5'" Street (W14)
�.so�� �ac
5.50" Concrete {518 I PSI)
9.00" Brown sandy c�ay (LL- 47, PL- 27, PI- 20) Sh�-inkage %: 12.5
HOLE #3
LOCATION: 3401 West 5'h Sh�eet (E14)
2.75" HMAC
6.50" Cancrete (5081 PSI)
6.75" Brown sandy c�y
HOLE �#4
LOCATION: 3505 West 5"� Street (W/4)
3.25" HMAC
5.50" Concrete (6764 PSI}
7.25" Brown saz�dy clay
CPN 1Q34'19 Addendum iVa.2
Wa#er and Sanitary Sewer Replacements Contraci 2020, WSM-D Attachment B
Page 3 af 5
�"o RT i►�o RT H;�,. City of Fort Warth
Capita� Delivery D�vision/Soil Lab Phon�: 817-392-7920
8$51 Camp Bowie Blv� #300
�'ort Worth, TX 75116
West 4th Sh•eet
(Sailey Avenue to Monticello Drive)
HO LE # 1
I.00ATION: 50' East of West 4`" S[�•eetl Monticello Drive Intersectiou (W14)
4.25" IIMAC
4.75" Base n�terial (Red brown c�ayey sancE with rock}
�.aa" Brown sandy clay wrth rock
HQLE #2
LOCATI�N: 3409 West 4"' Street {E/4}
2.50" HMAC
6.00"' Concrete (Broken}
8.50" Brown sandy c�ay {LL- 49, PL- 29, PI- 20) Sluinkage %: 12.5
HOLE #3
LOCATTON: 3328 West 4t�' Street {W14}
3.25" HMAC
6.00" Concrete (6563 PSI}
6.75' Brown sandy clay
HOL,E #4
LOCATiON: 3304 West 4t'' Street (EI4)
2.50" HMAC
6.00" Concrete (4971 PSI)
7.5Q" Brown sandy clay
Virginia Piace
(Monticello Drive to Paton�c Avenue)
CPI� 103419 Addendum No.2
Water and 5anitary Sewer Replacernents Contract 2020, W5M-E3 Attachment B
Page 4 of 5
�0 RT �Q RT H c�� City of Fo�� Worth
Capital De[ivery DivisionlSoil Lab Phone: 817-392-7920
8851 Can1p $owie Blvd #300
Fort Worth, '['X 761 I6
HOLE # I �
LOCATION: 100' South of Virginia Place and Mouticello Drive Intersection (S/4)
3.25" HMAC
5.75" Concz•ete (4525 PSI)
�.aa" Bt•own sandy clay {LL- 46, PL- 2$, P1- 18} SEu-inkage °/o; 12.5
HOLE #2
LOCATION: 305 Virginia Place (Nl4)
3.00" F�MAC
6.(]0" Concrete (4028 PSI}
3.00" Brown sandy cl�y with 1•ock
6.00" Yellowish brown clay
Lenax Drive
{Dorottry Lane to Potomac Avenue)
HOLE # 1
LOCATION: 3733 Lenax Drive (E/4)
3.00" HMAC
6.00" Concrete {420 � PSf)
7.00" Brownl Dark brown clay wrth rock and calciu�n nodules (LL- 42, PL- 26, P1- 16) Shrinkage %: I2.5
HOLE #2
LOCATION: 3705 Ler�ox Drive {W/4)
2.75" IIMAC
6.00" Coizcret� (Broken)
7.25" Yellowisl� brown c�ay with calciu�n nodules (LL- 39, PL- 24, PI- 1 S) Sht-inkage %: �2.5
CPN 103419 Addendum No.2
Water and Sanitary Sewer Replacements Contract 2Q20, WSM-€} Attachment B
Page 5 of 5
endor Name
; ft CansUEiction Saruiczs
'ACIPCO
AGfPC�
A�vaileed pAving
i511i:�nce GeoServlces, LLC
Arnzarack
6CAC VndrrR�ound
BenFiark �� YyNy
9LACKFtOCK CONSTRUCTIoiJ
BwldCantral�nc
C. C. Lamon ConsUuclion Inc.
�an.iry ConslfUctian
. Civ�l Tree S�Ivlions
CJI3 GROUP LLC
'Consiruc[cunnecl
'Consirvctian Bid Source. LLC
� Co��t.-:ch En4iueered SOWiion.s LLC
� Coie and Mam
. oo��a-iena��y�a uu co
oeliek
❑odge pata and Anai%�cs
FERGl15ON WATERWORKS
FhIH Cnnsfruction,LLC
Fart Nbrth Ciuil Construc�a�s
Fort Woijh Giv�l Cnnslrucfors, LLG
Forl Worih Ci�nl Co-nstrucmr�, LLC
'GJ Seedin9. LLC
Gralc�z UhFhas Ent
Hohas Pip2 IJSA
�� Insiiufnrm T^.cMola9ies LLC
'� Iron F Coiisfiur.iian �nc.
'�JBL Cnnhuclian LLC
��,Jackaon Constiuuion, Lld
IJohnson counN Vy'Imvaicr
'Johnson Go[�niy Winwaier
; Jorye hlendes Landscapmy
i Kluiz Consfmciion
;Lakzs3oore �eainin� hiitarials, LLC
;fviA�ER4 Enyineers 8 Cnnsimclor, LEC
jMAKOUINC
;�v1A5 Coiuulilny Bzyirzeers
NIA
�i Nrrds fuc
I fV9RTH TX` �ON�4T REPT 3 PLANF2ooAl
�� No�lhwes� Y��pe Compaiiy
181dcasue
�,Pre�l�ilar Directioiial LLC
�Piro-Pipe Srrvrccs. LLC
� Conlact Name
'RAl1LCFNALES
�JaKx Phlih�s
�Ferri Ny �iyz�
� BIc Anderson
'JESUSLAJARA
iAntho y �elean
Ihllkz Kotzol
iJames pa��is
!Cadas Jimenez
�Karen Ericksan
'L�y a 2amora
�16ebbie Bmvm
'� H h��Ghh�llen
jAnn Herold
'Ih,7ichaal Swhbs
:EGzabani SUyoker
�Chiis Tlanda
�Aaul Norrnan
�A6alo Tehnun9ue
ISource A:lanag=�nent
���II HanillEan
ONOA RHO�ES
'Candace Gdlespie
��Carol�n Alumhaugh
'I�ou[ `Alumbaugli
�,9nce Alumbaugh
�Gay�e Juraschek
��P.ex Hellin
�Br.�d Hunemuller
'flm Pet�rle
travis iheo6ald
�Lu'isRseiicio
❑anny ClcCutch�
CJ Pe�
P��slf��anc�r
Jar�e f.1e�i�es
Chai�ie Y.lulz
. Eunrca Pafarson
'Julia Bur �rel^_
jF,1AQ500� KHAN
�.Ail�el 3anr.heZ
, �,f, rr. Hi l
o.,n�iei pe G.aa�
LIN�k hlc6ritle
. Francu P'ia�ulli
Ni;( Bids
iach hr.iy
C•�r�a Rzyzs
Cantact Emaif
rcana a �(�2resixsam
ja&epl�il� �Srgamailean-osa aom
uan�tlers�ameiican-�isic m
on�qa�vancedpavinyco com
iiF ulli��cegeos� v�rces com
ade�qq(a�ipmorac�.mm
�nko Q �r���y i�d q �nd.com
'jamesda� , h#�enm�rkc1om
I CARLOS� ��,4CJ{�2oCKGONSTRUCTIONTX.COtd
I Kate�@bi�if�ccnlfa�.com
��iscadil�9;�6„�a�i co�.,
estirnatiiiy gra-3�K com
enu�emuucjLhobaspiue.c❑in
ilnsllulwmsales�,a+nzmia.com
I'�nd�(��/ mtakusa coiii
fqiamlfecnwpipe.com
�i �x4i�fsnoldcaslle.com
-�l l a Y� Pr� d� or�1i r � c I i pn n 4. c oi i o
f f
Ipra�pipa6 tlbox` pre-Nipe com
CPN 107419
Water and Sanl�ary Sewer qepiacemenls Contract 20Y0, wSm�o
PlioneNumber ',Rddress
� I ( �,�'2\116 N P�;, K Slrcat 111A �eflas Teras U5 75204
� � 3 �915 15tl� SY N 8urninylt`am P�,�6lma 115 352d7
I 214�2�.13�}o 271 E Jue F�iel� Rd- �a4as Iexas 115 75229
, 2I4�n93G5uo 3420 Stcven Or Plana Texas 115 75023
' 7257I411A2 ?07 Heii[aye Courl 5idphurySor`� ��s Te�:�s U5 75A92
� 66233103225069AifRorlFree�y�y HaltomC� TXU576437
7374439296 154o5 ik-2� Ll�zriy Nill Tesas US�A532
�915-232-2119 .246o H�ry 287 N Sllilc F00 F,lANSFIEL� T,:xas 115 7o063
I 7126411043 726 W �htio 51 Suite 300 Cl�icado ILLINOf5l15 v"065A-65o5
I 8178751102'78 E 5 Auslin Ln Forf Warth Texas lf5 761 � I
68260Q3a3i 2Is Goweneye Ln Fnq Worih Texas 115 70124
B5n92e9fl09-1241vlsrdottdrive, Soile 2G1 Tallohasaae Roilda u5 32307
I 80036A2059,3625 EJwards Rd _ SiiiL-: ef10 Ckncinn.alE Ohio US A52U4
214-575-u475 .2201 W_ i2oYal Lane Sulle 2G0 Irvin.q Teaas U5 750'a3
?14-671-�Jd1n '43331rnr�991utl OallasTexasl157S247
• 2s43g<R52�.318 Glen Li� 4iickary Creek TX US 75�65
' 800A562009�I2291 Wood O�k� H�mtlon V�yiiva LIS 2�171
com ,817-267-3300 I2s5u 5. PIpELINE ROA� E�LE55 Ter�s US 76d4U
140`8-248�0301 �SdqNCENTP.ALERPYSTEla5 PIAhIOTexasu575a7q
'817�56?-?�9? iq960 tilark IV Pkvry Forl Wnrth Taxas 115 76106
8175622292 4860 hi�rk IV Parkway Fort Woiui Texas V5 75106
- 817562?:4�4866 hlerk IV Park�vay Foit WoAh Texas U5 7Gt 0G
. 817426e2s�/1 Ia86 S BUP.LESON BLVO Burfeson Tzx, s Johason 76o2A
� 81778If1234�POBoxi038 KenneJaleTzxasU57fi060
214-31i-0950 '58�GaddardCheslerfieldMissouiilJ55;005
4697121222 25I2 Pnllnn D� h1elissa Tx lJ5 75355
�, 21J19I744d 2320 San Jacinto 63vd S�ii[a 320 Oznlon 7X 76205
I� 5i 12 Sui� Valley �r Forl WaN� Texas LIS 76319
617 �AS-0535 /7G36 5. 135 W Alvarado TX 115 760u9
' 8i7994J�715jo .4lvaradoTexasUS76628
Si75&15�9�P p�px1651Seinle�falETXU5764ba
Ii800-021-i3�d 2G95 E �omin`]uaz St Cnrson Califo�ma US 90895
' 617o4g077y' 3I'1 S�'shlock aiive Hniislon Texas U5 77a82
I �91y� 42G�G�Od parks�de �r A[linqtoi) S% 119 75001
:817- ����2�12 1d1 �`uinmil Avei��e. Suilr i030 Fort WortEi Tesas US 76028
4092123s 73�v27 Camenlina �� Grand Praine Teeas LIS 75052-2557
]0731 71337 i720 Blelr P.cl Silver �}r�ing Paa�ylTntl IJ�9 2a912
, y1 n,\�e 5J ��(l0 5 STEFd�lO�N `5 F�RW'I '�, 520i LAKE 6ALLA5 Tsves VS 750v5
4���s:������. ��� Lanq�hor3i RJ Foil Woith T�:xas L15 7fi 179
I I�0 Heiilaqe Pka• Mlansfiol� Texas LI5 760o"'.
4723073ia�1�3�13 Marbell�a �i �rl W�i1h. Tx 7512G F�11 War[h T�ras L15 761-n
-80Q-7E4-7473 �' 16297 W Van BLlren SI., SVlle 2a 7ollesnn Anzona u5 6�35v
q�dend�m No.P
Allachmen[ C
. R 8 D Burns Broth�rs, Inc
ftangelina
' ReYi}olds Asphalt 8 eons�ruction
, RPPd KConstructinn, L1.0
�RW JonesH ay'IyConslrucli�n
5 J. LOLiS GonsIiUGHOfI OI TZ%35
�SEr4 onshuction PaMe�s. LLC,
s�d(�
�STAlir�e W.3tenvorks
�Tax2s MalarlalsGroup
�7eYas Wrler Producls.lnc
TexOp Canslructiai�. LP
' Tham sors Pipz Grnu�
Vznu �anslmc4on
Virtuai BuilderEx�hanqe
' Wil�iam ,� SchullZ Inc dLa CktlP C ConsEruclion Company
aoom� Gonlrectors, Inc
6onaltl 9urus
Kyle Mzlson
Ne�l Ta�kersl�y
�Defane Santleira
'Juan Vasqiiez
Atlam Lunsim�
, Ravl R�amiret
's!t(9 phhj
JTmes Sa���ers
IE2an Stinson
LeanUrn RainrzzZ
'Vaness.a qielzmann
'Je(f pa[efsan
A:like Plunfc
�Jeannene olquin
-7zn Skelly
. z,�n invin
'�6aa cl�eny
I rtlbuiiosbioseshcqoba3.riet
I' kylei�ranc]ellne.00m
��izoiia con�racts,a?sparxiasers,com
ankrrs�ayf�rayrlw�sasphall.com
,�siimatiny-puhl�ic'u��rpmxconstr�c�ion.com
��vasyue��rw�onzslveavY.cam
�esG� )inq-mansF�eld�ls�ows.cmn
ra�E{�sercon��ru'�p ne�
�nlosfti mE1 �S3tr�a Jm]II.[om
-I��ICS.5dl��e� i!a',511�Q.C6ii1
irnnalA.slinson(��ea, nalzrialscom
sa,ykp��fnllz�asuvTlzrnroducis coin
'� udiel:mann3a�f epop.c�in
m�lun G ��,�on��Lnmrsar��IPagro�Q.cam
p �_Yen`��cansi�oction.mm
'.jcanna�tt�,i�rcriiwalhx com
it.sk211Y��1jc �cr.p�jnsw�liun.com
�finvin24 `q� {��ail.corn
:ci�c799��!'�� 5(q_lqmail.com
�
' 8172398535 t 150 81ue Mound R� W Hasle� TeKas 115 76052
1i2t4-234-0722 a5�a ILIeY�� Way Suile I Oa hlcKinney Texas U5 75fl7a
',df7-374-7573 7133Ranqe�H��ry� Waatherior�7exasU57o688
� 8j ��Q����I ���� Gui �.ve Mansfield TX Fexas lJ5 76057
r� P.�sadena Blvd Pasadena Texas U5175o�
'.980-305-7171 :6ia Griffith Ftoad Ch. rlan� 7X Li5 28217
�21474135�I i420 Deckar i]r 2u� hving Teras U5 75a62
6i7•3579�88�5B25E.9errySher,l Faf�Woh€tT%US7fi119
1.05d2�3a28'1997�.facArtiwr8lvJ. G�andPrairizTerasU5730�4
IJ26 S �.iain Stree[ P.laiisfield Texis U5 76003
2 i056no90o 4�47 Nacn Perrin San Antanio Texas 115 78217
8i i-9as-7��G SOO W Tramm�Il Avc Fort Wonh Forl LVorih 7eras u5 763A0
817-d85�d787 i6a0 TaV1er Or Fart Wo[III Texas 11S 760fi0
CPN 703419 Atltlentlum No.2
Waler and Sanitary Sewe� REplawmenls Contr�ci 2020, WSM-O AtiachmenS C
[�l�T��R H
TH��
AD�ENDUM TD INVITATION 70 BI� NO. 25-�241
WATER AND SANITARY SEWER REPLACEM�NT CONTRACT 202Q, WSM-D
WATER DEPARTMENT
ADDE�tDUM NO. 3 DATE 1SSU��: October 3, 2U25
INVI7ATiON TO BID (�TBj: 25-Q241
BED OPENING DATE: October 9, 2025 (CHANGEDj
R�VISE� BI� OP�f�ING DA�E: Octoher 23, 2025
iTB IVo. 25-00241, issued August 27, 2025, is hereby amended as foliows'
1. Bid Opening Date is changed from Dctober 9, 2025 af 2:00 PM CST to Qctober 23, 2025 at
2:00 PM CST.
2. Questions Due Date is changed from October 3, 2025 at 5:00 PM CST to October 17, 2025 at
5:00 PM CST
All other JJter s nd conditions rpmain unclnanged.
�r']
� � �,j o J � i o ���Z,'
Tony Sholola, P.E.
AS51S1"ANT aIR�CTOR, WATER �EPARTME[��'
■ � r a a � � � i � a � � N M M r r � � � � � � � i a � � � � � � � � � � � � � s � � � � r � � � � � � � s a � � � � � � � � � � � f a � � � a K a � � a a �
By the signature affixed below, Addendum No. 3 is hereby incarporated infa and made part of the above
referenced In�itatian to Bid.
COMPANY NAME; �/1��o Con-�ro�c�ro,,-C _ ��ftG,
SIGf�AiUR�: _ - -----__ ---- -
NQTE: Compan ry�a�rte �ature must ���=s me as on the origina� bid documents. Failure to
refurn this form with you sealed bid ma constifute grounds for rejection of your offer.
ITB 25-024� WATER AND SANfTARY SEWER REPLACEMENT GONTRAGT 202D, W5M-fl
Acfdendum Na. 3, Page 1 of 1
�RT��RTH��
ADDENbUM TO INVITATION TO B1D NO. 25-0241
WATER AND SANITARY SEW�F2 REPLACEMENT GONTRAC7 2D2d, WSM-D
WATER D�PARTMENT
ADD�{�pUM N0. 4
l�1VITA710N 70 B�� (ITBj: 25-0249
BI� OF'ENING DATE; Qctober 23, 2Q25
DATE ISSUE�: October 16, 2025
ITB No. 25-00249, issued August 27, 2025, is hereby amended as follows:
1. F2esponses #o questions a�e attached ia this addendum as Attachment A.
2. SP�CIFIGATfOfVS:
Replace the following:
Replace Sheet
00 42 43 Proposal Forrr�
� OQ 41 a0 Bid Form
� Oa 45 12 Prequalificatio� Statement
CONSTRUTION P[.ANS:
Replace the following:
� Replace Sheet
j Sheet 1
� Sheet 2
� Sheet 3
� Sheet 4
� Sheet 66
Sheet 67
S�@�t 68
� Shee# 69
� Sheet 7Q
{ sr�e�� 7z-
I sheet 77
� Sheet 80
� 5heet 83
� Sheet 84
� Sheet 85
I Sheet 86
h111�o_ther terrns a�nd onditions remain unchanged.
� ���
�
With Sl�eei
00 42 43 Proposa! Form
00 41 �0 Bid Form
00 45 12 Prequalification Statement
Sheei 1 - Rev.
Sheet 2 - Rev.
Sheet 3 - F�ev.
Sheet 4 - R�v.
SheeE 66 - Rev
5h�et 67 - Rev
5heet 6$ - Rev
Sheet 69 - Rev
5heet 70 - Rev
Sheet 72 - Rev
Sheet 77 - Rev
Sheet 80 - Rev
Sheet 83 - Rev
Sheet 84 - Rev
Sheet 85 - Rev
Shee# &6 - Rev
With Shee�
No. 1
No. 1
No. 1
No. 1
. No.
. IV D.
, N0.
. No.
. No.
. f�o.
. No.
. No.
. No.
. No.
. No.
. Na.
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
�
1
_l
I
1
1
I
�
1
_1
1
�
�
1
_�
1
Tony Sf�olo�a, P.E.
ASSISTAN7 D1RL�CTOR, WAT�R DEPARTMEN7
■is�������ii��MM��M�������i���������������r�����y����������E[����������tt��a����
ITB 25-024� WATER AND SANITARY SEWER REPLACEMENT CONTRACT 2020, WSM-D
Addendum No. 4, Page 1 of 2
8y ti�e signature affixed below, Addendum �o. � is hereby incorporated into and made part of the abo�e
referenced Invitatiorr to Bid.
COMPANY NAME: II�1oor�. Co�n�`r�r S��-r��
� ,
SIGNATUR�: -�
NOTE: Company� natu�,� st be the sarne as on the original bid documents. Failure to
return khis form with your s aled bP'd may constitute grounds for rejection af your offer.
ITB 25-024'1 WATER AN� SANITARY SEWER REPLACEMENT CONTRACT 2020, WSM-D
Addendum No. 4, Page 2 af 2
11:�1'R��f�iSnL
UNIT RRICE BID
o�dr,� u,��,
I \n
SECTION 00 42 47
PROPOSALFORh1
r�,�i.��� u�,n r�, i„m�.,i���
o.>��,;�ur�n
L'\'IT I
1 331 t0261 8' PVC Waler Pipe
� 2 33ll.0257 8" f}fP Waler
� 3 3311.9161 fi" PVC Water Plpe
� 4 �312.30o2 8' Gate Valve
� 5 3312 3oa3 8" Gale VaWe
� s I,o241,1302 Remove and SaNage 6" Water Valve
� 7 �241.f307 Remove and 5alvage 9" Water Valve
� 6 3305.011 i Valve Bow AdjustmenE w! Concrele Collar {5ol5n�
� 9 3317.004t O�clile Iron Waler Fittinqs w! Reslra�nl
� 10 3372.2003 1" Water Servlce wilh SUKaco Resloralion
i 11 331220a1 1' Waler $erv'ice. M1�le[er ReronnecSion
I 12 33t2,2fla4 1' pnvale Watcr Servfce vntll5urtace Resloralion
'13 331Z.2101 1112'WatefSeNi[e,MeSefftBconnection
� 74 3�122103 1 112' Water Servir.a with Sudace Restorafon
� f5 3�322201 2" WaterService, hleier Reconnec�ion
� 16 7�121203 2" Waler Service vn�h Surface Resloralion
� 17 73a4,0101 Temporary Water ServiCes
� 16 0231,1512 Sal�ageT'WaterMeter
� 1� 0241,5513 Salvaqe 7 1!2" WalerMeler
� 20 U241.1514 Salvage 2" Waler Meler
� 21 024i.1118 4"-12" Pressure Plug
� 22 3312.0041 Fire Hydranl
� 23 02J1.7510 Salvac�e Flre Nydrant
j 2d 3312.0117 Conneclion lo Erfsiing 4"-12" VJaler Main
25 3305.01oa Exploralory Excavalfon o[ Existinp LlliRties
� 2s 320�,0400 Temvorary Asphalt Pavinq Repalr (2" HMAC on fi" Fiexbasel
� 27 3203.p114 Pertnanent Asphall Pvm! Repair_ ResldenElal
� 28 3201.4611 Conc Pvml ReDaln Residenlial
� �0 72a1A676 ConcPvmiReoair,ArenaE�lndustrial
� 31 7305,W038"WaledineLowenng
� 32 �241, 1004 Remove Concre�e Pavement {SIX50�
� 33 3213,0102 7' Conc Pvml
� 34 3213_0301 4" Conc Si�ewalk. AdJacent io Curh (5�l50�
� 35 3213.�301 4' Canc Sidewalk {58rso�
� 3fi 0241.O1C0 Remove Sfdewalk �50150�
� 37 3217.�4d0 6' Goncre�e �riveway{56f5�)
I 38 02Jta4a1 Ftemovz Cancre[e �nue �5a1501
I 39 3216.010i 6"CancCur6�naGu�ler(5W50}
4� 0241.130n Remove Co�c Curb&Gutler (5015aJ
j 41 o247,140PRemoveCancValleyGulter(56l50}
� 42 7216.�201 7" Conc Valley Gntler, Resitlenlia! �SOf50�
� 4� 32.11.6ll 2 6" Flexihle Base. Typa A. GR-1 I5015��
I 44 0231.7700 1 I" Pavemeni Pulvedzation [5olso}
� 45 7212,0703 3' Asphaf� Pvmt Type o(50+50)
� 46 3211,O60a Cemen� Siabi��zalion @ 261Gslsy [5015Q�
� 47 3217,0f 02 6" 5�6 pvm[ Markfng HAS �Yy (5015{l�
� 48 0241.1809 Rzmove Speed Cushion (50l50)
� A9 3272.O6Qt Speed Cushion -TL SlanUard (5a150�
� 5U 32,17.OSdd PreFormetl Fhermaplasiic Contrasi h7arkings -2- Slop 8ar (5al50)
� 51 32.t1.0601 8-InchCEMLIME"' Slabilization@32LbslSY(50150)
I 52 3201,02d7 Permanenl Asphall Pvml Repair Beyontl Oefined Wid1h, Residential
53 Ot7t.0107 CanstruclEonStakinq�Water)
� 54 6179.d102 As�uiftS�rvey
I ss azai.iaoi wa�er ��ne c�a�r�q
� 56 �247.1fi02 Remove Concreie �Naler Vault
� 57 7339,50a5 Remove and Reolace Inlel Tao. 5' 1501501
� 58 3125pip1 $WPPP ? 1 acre (50150}
� 59 3305.Oia9 Trench Safeiy
� 60 3305.020? Impnrletl Em6edmenV�ackiill. C55
� 61 33U5.�203 Impoaed Em6edmenVBackfiil. CLSM
� 62 3305 020fi Imported EmbedmenPBackf�ll. Acrepla6le Bachfil3
I 63 33a5.3003 20' Cas�nry�Bv Ooen Cul
I b4 33t�.a87J Reqair38"CancreleAWWAC363walerP�aefReslrainetlJoints}
I fr5 3471 OOQ1 TralBc Control
fifi 3i10.01�2 6'-12' Tree Removal
I G7 3110.OiQ3 12"-18"TraaRemoval
I 68 32920100 91ock Sod Placemenl {50f50Y
I fi9 32�7.p10U Yoosoil[WfW}
I70 �217,5�01 C�rL� Address Pa'mlino 150150�
71 9999.9999 Wa�er Gonstruclion Allowance
� 72 9999.a003 Misrellaneo�s Ircioalion Adiuslmenl (5075�}
I
377�,1142 6' l0 8" Pfpe Enlarpemenl
3�3�.0102 fi' Sewer Pipe, Poinl Repair
3�31.4155 8' PVC Seirer Pipe
7331.41 i9 8" �IP Sewer Pipe �Nilh 401 Proieclo Coafing
�331 4201 10' P VC Sewer Pipe
9331 4205 10' �IP Sev:er'Nilh 401 Proiecto Coa�inq
3331.4229 1B' �IP Sewer wilh 401 Proteclo Coating
I.ti��«�i li�iiinn S.ci:nn \i�
4['�tcr
37 11 12
39 11 12
3aii io
33 12 20
� 33 12 2�
I0245 74
02 41 14
33 65 01
33 t� 11
331210
331210
33121fl
33121Q
33 12 16
39 72 ia
3� 1210
37 04 �0
0241 k4
02J1 1J
�02 A1 14
1�24i 74
33 12 40
02 41 14
33 12 25
33 05 30
32 01 18
32 07 17
32 Ol 2�
32 nt 29
37 P5 12
02 ai 75
32 13 13
32 13 20
�2 13 20
02 41 13
32 13 2p
0241 13
32 i6 73
0241 15
02 41 14
32 t6 02
321i 01
0247 15
az iz is
32 i t 33
�277Q1
02 41 18
32121fi
32 14 OS
32 7� os
32 01 17
Ol 71 23
01 7f 2�
azai �n
ozai ia
33 49 50
31 25 00
33 O5 10
33051�
33 O5 1 �
33 OS 14
�3 OS 22
33 11 13
3a711�
31 10 00
33 7000
i32 92 i3
32 91 19
32 17 25
9999.9999
9999.0003
Bidder's Applicatian
s��ed�r, N.�p��oi
ili�i��rl' 6id
.\Ic�.u�� O�i�:nlil�, Linii ['����. 6�W t',Ju.�
LF
LF
LF
E�l
EA
EA
EP.
EA
TON
EA
EA
LF
EA
EA
�A
EA
LS
EA
EA
E4
EA
FA
EA
EA
EA
LF
LF
SY
SY
EA
SY
SV
SF
SF
SF
SF
SF
LF
LF
Sv
SY
SY
SY
SY
TN
LF
EA
EA
LF
TN
SY
LS
LS
CY
EA
EA
LS
LF
CY
CY
CY
LF
LF
hl0
EA
rcA
SY
CY
EA
LS
LS
51,968
475
461
37
42
20
G
55
11
2G0
260
15�
i9
i9
ll
�1
�
2fi7
19
11
50
36
1{1
18
7
� a zso
100
173
1J
12
8.026
30
35
63
85
2.594
2.ri94
BSfi
B5s
114
114
7,996
! 9,965
19,965
21�
$0
2
2
7
58
100
1
i
51
1
2
�
saa
100
227
10�
40
40�
8
1
1
187
3f
t3
1 $150.�00.00
1�� $25.900.00
sub-Total U] iT I � ��'virr
-I
a
�
-�I
1
�
�
�
1I
I
I
�
-�
1
�
�
aI
1
1I
i
�
�
�
�
�
-�
�
I
�
�
�
�
1
_�
�
�
__�
�
I
1
-!I
{
k
i
-�
S 150 {)017 nn;
$25.a40.0a�
s i u.nno.ou�
L!.\ IT 2- Sn nitory S��+ver
37 37 23 Lf
33 31 22, 37 31 23 LF
33111p.333112.�33120 EF
33 11 10 LF
33 11 10. 33 31 12, 33 31 20 LF
331110 LF
331110 LF
1 J9�
iao
t021
276
48h
792
292
�
�
I
1
1
-�
�
1
� 1]'4�i: F H�I W��L:�ill
d_.i,...nNi'S'U �iRi i:T:i�n .:•F:��IFi�.�llin iiiK� �.�r.vis x�i� n.� ..i�i::n 4�.. n�n.yiiii.i�...i�.niii,i.� '���i'nti4[,i�
n I tl•iJli��11n
SECTION 00 42 49
PROPOSALFORM
UN17 PRIGE BfD
n�di;,, in�n
n,,. llr.rnpiinn
� B 3331 4305 20' DfP Sewer N�iid 401 Pro�eclo Caal�n9
I 9 333�.421& 15" Sewer Pioe, CLSM Bachfill
� �0 03�0.0091 ConcreleEncaseSewerPipe
� 71 3305.1003 2U" Casing By Onen Cul
� 12 3379.1�07 4'Mantlale
� 13 3379.14Q3 4' Eztra Oepch Manho3e
� 1a 3339.iG04 A' Shallow hianhole
� i5 3399_10024'4mpManhole
� 16 3779.1104 5' Shallow Llanho€e
� 17 3305.0112 ConcreleCollarforManhole
� 18 3939.4001 Epoxy Manhole Liner
� 14 9999.9991 Connec! Io Erisling 55MH
� 20 3705.Q103 Eapluralory Excavatian o! Exisiing 11[ilities
� 21 3301 0001 PreLCN Inspzction
� 22 3301,0002 Pnst�CCN Inspecl�on
I 23 33Pt,p1Qi ManhoEeVacuumTesiin�
I 24 7303.0001 6yvass Pumping
25 9305.0109 Trench Safety
26 0247.2201 Remove4'Seivarhlanhole
27 02-0f.5001 A6anaon Manhale
� 28 0241 2001 Sanitary Line GrDufing
� 28 0241.21a2 s' Sewer Ahandonment PI¢g
� 30 Q241.211Q 21"SewerAGandonmentPfup
� 31 33�1.31Q5 4" Pnvate Sewer Service with 2-Way CEeanoats
� 32 3331.31�1 4'SewerServicevrilh2-WayCleano�ls
� 33 337t3103 4" Boted 5ewer 5ervice with 2-VJav Cleanouls
� 3d 3�31.3201 6" Sewer Servlce vnlh 2-VJay Cleano�[s
� 35 3937,120t Sew�ice fieins�aiement. P�pe EnEargemenl w! 2-xay Cleanout
� 36 3305011G ConcfeleEnGdSBmCn�f6fUlilityP�lpeS
� 37 3�05.0202 Imported EmoedmentlBackfilL C55
� 38 0171.OfOl Conslrudion Slaking �Sewerj
� 35 0171.Qi02 AsAuilt Survey (5ewer)
� 4f1 3305.a 107 h9znhole Adj�slmenl, minor wf Concrele Collar (50f50}
� 41 3Z01.0112 Permanent Pvmt Repakr, Residen[ial
Bidder's Application
u��w.�r; r�„i,�
5prcii���non tiac�nn ���, ���n,�,��i� O�On[iiy I Ini� E'nc.
331110 LF 220
37 11 10, 37 31 12, 33 31 26 LF 2I)
03 36 00 GY 38
73 O5 22 LF pp
33 39 70. 33 3e2q EJt 21
393g10.�33920 VF 27
33 39 10. �3 39 20 EA 3
33 39 10, 33 34 20 EA 2
33 39 10, ]3 39 20 Eq �
33 65 17 Eq zg
33 39 60 VF 7�
9999 9999 EA 2
33 65 30 EA �
330131 LF 3,319
336131 LF 3.978
33 a 1 34 EA Zg
33031Q �5 1
330510 LF 2,606
p24114 EA 9
02 �17 14 EA 2
024114 CY 21
02 41 14 EA g
02 41 14 �p �
39 31 50 LF 1.136
33 37 50 EA 79
33 37 50 EA 1
3� 31 50 EA q
33 31 23 EA qq
3] OS 1 � CY 120
77 05 10 CY 3Q8
01 71 23 LS 1
01 71 23 LS 1
330501 EA g
32 01 17 LF 257
„� �
ki'iJ 1'eluc I
_�
R.iw'['.9xn',:IA�x��7t[in��Ftini�Til].�f�D�LM1IEYlf u,�nr.r.._..� �.n_i�li.yiiiuii.�it� i� C�viii_ir
SECTION 69 42 43
PROPOSAEFORM
UNIT PRICE BID
�n�dttni e.��� �
; I��
42
43
4A
45
4fi
47
AB
49
50
57
52
53
54
I
z
3
4
5
6
7
8
5
SO
1t
72
13
14
15
76
17
18
19
20
21
22
23
24
25
26
27
2B
�
320t.0404 Temporary Aspna6 Paving Repair (2" Fth7AC on fi" Flexhase)
3261.0201 Permanen[ Asphall Pvmt Repair Beyond Qefined Widlh, pesidential
326La61A Conc Pvmt Repalr, f?esodent�ial
3201.O6tfi Conc Pvmt Repair, Artenalllndustrial
02a1_osoo Remove�Revfacewall<4'
32J2.019Q Conc Re[ Wa31 Adfacenl Eo �rive Approach
02d1.0500 RemoveFenre
3231.Q412 fi' �enres. Wantl
�292.0100 Block Sod Placemenl
9999949 Remove and Reinslall Pavers
�47La001 Traffic Co-Nrol
9999.9992 Landscaoino Reoair
9999.9999 Sanilary Sewer Conslr�ctlon Allowance
SF��.��i.:�i�nn Gc���'inn �n
az oi �s
32 01 17
32 Ot 29
32 05 29
�24t 13
OZ 41 13
0241 a5
0241 OS
33 92 13
9999.9999
347113
999�J 99*�9
9999.9999
l:l]'f 3 - Povin„
'�241,179a I I" pdVemenl PulVeriZaliOn �50150J '62 q1 15
321 �.0600 Cement Slabilaation Q 261hsfsy (50150J �2 11 ��
3211.06a0 B�Inch CEMLkMETM Sta6ilizalion [o,13?Lhs15V �5�l50] 72 11 73
b2Ji.1500 Buu Milling 02 41 15
3217.0102 fi" SL� Pvmt Marking HAS {Y) (50f50) 32 17 07
92.17.O50S Preformed Tiiermop3aslic CONrast 4larkings -24' Stop Bars (50150} 92 iq o5
�212 a303 3' ASAhIII AVmI Type � �50150�
3305,a}W Manhole Adjuslmenl, minorw! Concrele Co€lar �50l50}
3305,0111 Vafve Box Atlj�stmenl wf Concrele CoElar �50f50}
0241.t000 Remove Goncrnte Pavement {50750}
ozai.ieao Re�ove sPeea c�sn;a� �sorso}
321� �601 Speed Cushion -7L 5[antlartl (5al561
02A1_1300 RemoveGoncGurh8Guller(6plSOJ
32tfi,01o7 6°GancCurbandGu�tcr{5�150}
�241.04p1 Remove Concreie Drive {SOISOp
3213.0400 6' Concrele anveway i5IN50)
3213.030i 4" Con.c Sidev.alk. Adiacent to Cum f5o15o1
3213.�3a1 4'ConcSidewalk 50lWI
0241.0100 Remove Sidevmlk�5615��
azai.iaoo Remo�� co�� vauev e�ue�/sa+eo5
3216.020] 7" Conc Vallev Guller. Residenlial ISOI5fl1
72926100 Bloch Sotl Placemenl 150f501
7291,Of00 Toosoil �5a15n1
]217,5�01 Curb Address Pafniino I50f50
32.11.0112 fi' fi' FleXihfe Base. TYpC A_ G�-1 l50150!
i349.5005 Remove and Rec�iace Inlet 7oa. S' I50f501
9999.00o2 Pavino Cons[ruchon Allowance
9999.0003 Mlscellaneous trriaalion Adiuslmenl (SOA50}
3Z 12 16
I33 45 Ol
33 45 01
a2 41 15
02 41 18
32 i216
0241 15
321613
02 71 13
32132a
32 13 26
32 13 2a
02 41 13
az a� �a
32 3fi 02
72 92 13
32 91 19
32 17 25
32 71 07
33 49 5n
9999,0002
9994.0003
Bidder's Application
ame,�r, r.���,�;�i
IJnilnl 6id �Inii !'n.c
nlc„ure 0�.� _
LF 2,148
SY 100
SY ��
5Y 2U
LF 16
LF �3
LF 1p
LF 10
SY 110
SY 96
MO 4
LS 1 S5A00.�0
�s i s�s o0o ao
luL= �ut:il C�\IT'-Sxnisan'Se��'cr
SY
TN
TN
LF
LF
LF
SY
EA
EA
sY
EA
EA
LF
LF
SF
SF
SF
SF
SF
SY
SY
SY
CY
EA
SY
ER
L5
LS
IlW l'�1�.�
-�
�
1
�
1
$5.OU0 OJ
5�s.00a.00�
589k1111.110�
�
199G5 �
212 �
57 �
1.190 I
5� I
6 J
79,965 J
7 I
� J
a oze J
� - �
1 �
855 �
855 �
2.594 �
2.594 �
fi2 �
3�
65 i
>>3 I
71 I
1 &7 -�
51 �
17 �
7.990 �
2 I
v Sioa.000.ao sioa.000_ool
i i szs.000.00 szs,aoo.oaJ
SuF.'I'ulaluN]'[?-P�arin�! 512i.I11111,111j�
�fil'��F E��I�i W��kTll
ie[�tii�h �[�'iF�t'�iflU��i�i.�.IF.vfi uai�r 4.\� ir-iri �
N��.�i�iu_n•i„ + .. , .�.�.a..�i�.�n�� LLi._ .
um rx� �r� �sn�.
fJNl� PRICE Bi�
1
mar�,� u.��i
v,,. u��,.dp�f�n
I
I S 334�.50Q1 5' Curl� InIeE
� 2 33d9.54a1 70' Curb Inlet
� 3 33J9Sa02 15' Curh Inlet
� 4 0231 4009 Remo�e 5' Curb Inlei
� 5 a24lAonl Removel0'Cur61nle1
I G 0241.A002 Remove 15' C�rh Iniet
7 3341.0103 Repair 78" RCP, Class III
� 8 7347.0201 Repair 24" ftCP, Class III
� 4 33dL0304 Repair 9fi" RCP. Class III
� f0 3341.0442 Repau 42� RCp, Glass Ilf
� i 1 33A1,OaQ9 Repair49' RCP, Class III
� 'I2 33n5.p107 ExQlo2lorY ExcavaEion of Exisling Vtilitles
� �3 3213.0301 d' Canc Side�ralk
� 94 32� 3.4506 Bartier Free Ramp, Type P-1
�15 0241.a7�a Remove AOA Ramp
16 3�411,4170 ReinslallTraffic5ign
I 17 ��E41-4108 Remnue 7raFfic $1gn
18 999$9�J9� Slarm Prain ConslrucHan Allowance
�
IESiJ Snmm��n'
�Unft 1 - Waler
I Uni12 - Sanitary Sewer
� Unil 3 - Paving
��Jnil J -Slorm �rain
��.ln'�1in �'U\ST�Il�'lll�tti ii�t.�-ii i� ntiU� f� Ke �,IEv �:
SECTION 0442 43
PRflPOSAE FORhi
Bidder's Application
u�ua.r; r<<��,,.,!
se�,;ri..,imn a.ni��u ���
U VI'1' d- S�orm Prain
33 49 2�
33 49 20
33 49 2fl
02,11 l4
02 41 l4
0247 t4
33 47 10
334� 10
33d11a
33 41 10
3d 41 10
9� O5 30
32 13 20
7Z 1� 20
99 49 99
99 99 99
99 99 99
99 99 99
onfiar ma
rt.:��ur. U��n�u-: ��nul'ncr
�A I z
EA 2
EA 2
EA 2
EA 2
EA 2
LF qg
LF i a6
LF 8
LF 8 —
LF 16
EA 1
SF 58
Efi 1
EA 1
� 1
EA 1
LS 1 525,000.00
iiiL-Tn1al �fY]T a -5[urm Drain
I
��r.,� m�
sma�m
�
i
�
�
_�
�
I
V
525.a�o.00�
s�s.nan.nn�
— �
I
5175.00a on�
aao nao ao�
'a 125.00�,00�
szs.aoo.ao
saas,00a ouf
00 41 00
BtD FORM
Paga 1 of 3
S�CTI�IV 00 41 4D
B!D �ORM
TO: The Purchasing Manager
clo: The Purchasing Division
200 Texas Street
City of Fort Worth, Texas 76102
FOR: Wafer and Sanitary Sewer Rehabifitation 2020 WSM-D
(Various Locatio�s)
City Project No.: 703419
UnitslSections: Unit 1 - Water
Unit 2 - Saniiary Sewer
Unit 3 - Paving
Unit 4 - Storm Qrain
1. Enter lnto Agreement
The undersigned Bidder proposes and agrees, if this Bid is accepted, ta enter into an Agreement with City in the form
included in the Bidding Documents to perform and fumish all Work as specified or indicated in the Contract Documents
for the Bid Price and within the Conkract Time indicated in this Bid and in accorrJa�ce with the other kerms and condifior�s
of the Contract Documents.
2. BIDDER Acknowledgements and Cer#ificatian
2.1. In submitting this Bid, Bidder accepts all of th� terms and conditions of the INVITATION TO BIDDERS and
INS�RUCTIONS TO BIDDERS, including without limitation those dealing with #he disposition of Bid Bond.
2.2. Bidder is aware of all costs fo provide the requlred insurance, will da so pending contract award, and will
provide a valid insurance certificate meeting all requirernents within 14 days of notification of award.
2,3, Bidder certifies that this Bid is genuine and not made in the in#ersst of or an behalf of any undisclosed
incfividual or entity and is not submitted in conformity with any coll�asive agreement or rules of any group,
assaciation, organization, or corpo�-ation.
2.4. Bidder has not directly ar indirectly induced or soficited any other Bidder to submit a false or sham Bid.
2.5. Bidder has not solicited or induced any individual or entity ta refrain fram bidding.
2.6. Biddsr has not engaged in corrupt, fraudulent, collus�ve, or caercive prackices in campeting for the Contract.
For the purposes of this Paragraph:
a. "corrupt practice" means the ofFering, giving, r�ceiving, or soliciting of any thing of value likely to
influence the actian of a public official in the bidding process,
b. "fraudulent practice" means an ir�tentional misrepresentation of facts made (a) to influence the
bidding pracess to the detriment of City (b) to establish Bid prices at artificial non-competitive
levels, or (c) to depri�e City af the benefits a# free and o�en competition.
c. "collusive practice" means a scheme or arrangement between fwo ar mare Bidders, with or withouf
Che know�edge af City, a purpose of which is to establish Bid prices at artificial, non-campetitive
levels.
CITY OF FORT WORTH
STANDARI] GdNSTRUGTION SPEClFICATION �OCLJMENTS
Revised 9l3072021 CPN 103419 - DO 41 00 6id Proposal Workbook - Addendum 4
00 41 00
61� FORM
Page 2 of 3
d. "coercive practice" means harming or threatening ta harm, directly or indirectly, persons or t�eir
property to influence th�ir partici{�atian in the bidding process or affect the execution af the
Contract.
3. Prequalifica�ion
The Bidder acknowledgas that the fallowing work types must be performed aniy by pregualified cantractors and
subcontractors:
a. Water Distribution, Urban and Renewal, 8-inch diameter and srnafler
b. Sewer Collection System, Urban and Renewal, 20-inches and smaller
c. Sewer Pipe Enlargement, 8-inches anc4 smaller
d. Sanitary ManholelStructure Interior Lining - Warren or Chesterton Coating
e. Aspha�t Paving Constructior�IReconstruction (Less than 15,000 SY)
f. -
'�'ii
h. -
4. Time of Compfetion
4.1. The Work will be camplete for Final Acceptance within 620 days after the date when the
the Contract Time commences to run as pravided in Paragraph 2.03 of the General Conc�itions.
42. Bidder accepts the provisions ofi the Agreement as to liquidated damages in the event of failure ta complete
the Work {andlor achievement of Milestones} within the times specified in the Agreement,
5. Attached to this Bid
The following documents are attached ta and made a part of this Bid:
a. This Bid Form, Section OD 41 Ofl
b. Required Bid Band, Section fl0 43 13 issued by a s�rety meeting the requirernents of Paragraph
5.01 of the General Conditions.
c, Proposal Form, 5ecfion 00 42 43
d. Vendor Compliance ta State Law Non Resident Bi�ider, Section 00 43 37
e. MWBE Forms (optional a# time ofi bid)
f. Prequalification 5tatement, Section 00 45 12
g. Conflict of Interest Affidavit, Section 00 35 13
�If necessary, CIQ or CIS forms are to �e provided direct�y to City 5ecretary
h. Any additional documents that may be required by 5ection 12 0€ the [nstructions ta Bldders
CITY OF FORT WORTH
STAN�Aft� CONSTRUCTION SPECIFICATION �OCUMENTS
Revised 9130/2021 CPN 103419 - 00 4� p0 Bid Proposal Workhook - Addendum 4
oa ai ao
8i� FORM
Page 3 of 3
6. Totai Bid Amount
6.1. Bidder will complete the Work in accordance with the C�ntract Documents far the fallawing bid amount. In the
space provided be�aw, please enter the total bid amouni for this project. Only this fig�re will be read p�b�icly
by the City at the bid opening.
6.2. It is understood and agreed by ihe Bidder in signing this proposal that the total bid amount entered below is
subject fo verification andlor modifcation by mulkiplying ihe unit bid prices far eac� pay item by the respective
estimated quantities shown in this proposaf and then totaling all of the extended amounts.
6,3.
Tatal Bid
7. 8id S�bmittal
This Bid is submitied on
Respectfully submitted,
By:
(Signature)
(Printed Name)
Title�
Company:
Address:
State of Incorporation:
Emaii:
Phone:
$0.00
by the entity namecS below.
Receipt is acknowledged af the Initial
following Addenda:
Addendum No. 1:
Addendum No. 2:
Addendum No, 3:
�Addendum No. 4: �
� �
Corporate 5eal:
END OF SEC710N
C[iY QF FORT WORTH
S7AN0AR� CONSTRUGTION SPECIFICATION �4CUE�1ENT5
Revised 9I3012021
CPiV 103419 - 00 41 p0 Bid Proposal Workbook - Addandum 4
00 45 12
PFiE�UALfFICATIpIV STATEMEfV f
Page 1 of 1
SECTIOI+i UO 45 12
PREQl1ALIFICATiON STATEMENT
Each Bidder for a City pracurement is required ta compfete the information below by identitying the prequalified
contractors andlor subcantractors whom ti�ey intend ta utilize for the major work type{s) listed.
Major Work Type
Water Distribution, Urban and
Renewal, 8-inch diame#sr and
smaller
Sewer Collectian Systern,
Urban and Renewal, 20-inches
and srr�aller
5ewer Pipe �nlargement, 8-
inches and smaller
Sanitary Mani�olelStructure
Interior Lining - Warren or
Chesterion Coating
Asphalt Paving
Construction/Reconstructron
(Less than 15,dba SY)
ContractorlSubcontractor Company Name Prequalification
Expiration pate
The undersigned hereby certifies that the cantractars andlor su6contractors described in the table above are
currently prequalified for the wark types listed.
BIDD�R:
0
�
�
�
CITY OF FORT WORTH
STAN�ARd CONSTRilCTION SPECIFICATI�N aOCIJMEN75
Revised p9I30l2fl21
ENp O� SECTION
By: Q
{5ignattire)
Title: 0
Qate:
CPN 103419 - 00 41 00 Bid Proposal W ork600k - Addendum 4
ft�ATTIE �ARKER
fv1AYOR
JESUS "JAY" CHAPA
CITY ILIAIVAGER
CHRISTOPHER F. HARDER, P,E.
oIREC70R. VVR7ER DEPAR71v1ENT
LAlJF2�N PR1El1R, P.E.
DIRECTOR.'fHANSpDR7RTI0N ANQ
PueLic wor�Ks oEanRrnnErtT
F�LE No. x-2ias�
CITY PROJECF NO. 103A1�J
T�1E CITY QF F�RT WQf�TH, T�X�IS
WATER D�'PARTMEIVT
COIVSTRUCTIQN PLANS FOR
WATER AND SANITARY SEWER REPLACEMENTS
C011lTRACT 2020 WSM-D
; t.�
_ '��Kony
� �
�i Y�
�\. � a
� WHILESE7TLEMEN7'P.P
�n�um.mm�u �� � � �
u .. ❑
�� . aw�o,�,.�u \; �� `"'�s. �
. \ "w<:.i{ W u
anrancArE- - �� 7
� �' . . � ��enrsxrnw `(��- �
� ,� �/Ho,nyr �~ �i.vxii.ronne� �4ta
_ 6
s e g
. W'.I�i� . 0
Wc'n�r � � . r"
wm+er ` �
��hMiAOC.'v, �yE
�W �Erver
i�.�oR9T,
WH1TE S=TTLEMENT Rp
. �vn�rr.�d�<c� sr
'l�Il;.pi� 61
b
� � �, �
nisr �
Wd�t� G!
W 7TM 57
: �!
. u-�o�xim�e yd � �
9'-
f�.rnsaxn� _ . G�p�4��,h��E � -£- �'�
#
�ocr�TinN n�na
SEPTEII/IBER 2025
�. �►; ��
TBPE�5 REGISTRA710k No.F-17010
10� SU�UIMfTAV=,VlIE3TE }p3a
FDRT WDRTN, TEXAS 761l12
7EZ (tlt r 7qA-2a22
f ,.c, �r}��?e�r�
f GG :
�= _ �
P_5a�
Y
ti'���,.,-l:�
h-27351
F'aRTW�RTH
�
)C
a
�.r ,. i�,; i n,�.rii.�,. . �� �i �._. G
�%� _ ���� 9�3ai2azs �
TONY HOLOL4, RE. �AT� '
. A551 TANTOIRECTOf2, WATER DFPARTMENr '
; �•-�.�.�-� C�-�- �Nm z u
- MlCNAEL OWEN, P.E. p,q� : ��
. Cf7i�ENGlNEER '
' TRANSPOF7TATlpN & PU6LlC WdRfCS � �
. _�F�;-.�C.. ����..a_s : -
: G}7EG ROB81N5, P.E. DATF �
. ENGlNE�Rl1VG MANAGER '
; 7RANSPORTATlON 8 PUBLlG 4YORKS - —
_ IJ�G.- ��,..- �< u,_cs . ;
CLAF?ONM. TORRANCE, P.E. ppTF : z
PRaJEGT Flt+GlNFFR • -
.... ,,.�,.. ���
�
�
�
8
�
�
y�
�ABy
�� �
s"$
ppp%E9`€C�
�Cp�a
1NDEX OF SNEETS �,� a' �a.� a.�.,s .�, w�F � �r��, � ' ,nn��i..�»,��,�. - - .,�
�No_ 717LE DE5CRIATION ��LLr „ �,,.,,re a�o w:eo �s se�aw...,wu c�w.^,�e �,.� wsu�.w��r�:�c�n�.�o sw�.nE�e�rt�� c�� �y 4��„�xrxniacs� °1F Fors n.. mi.a�t �.
�wR, � ,��.,,
- �irc.k. nur
Wnit�tiivci'Ye[ �
A�=RU'�C9-��v+lnsxzil
n�es �we v�. w.rHmn-ee�
�� SiR[�
w smtt�
oL'EfNu9F� xwnw+eh++xVt
I�ou4 lMR�enilG�[avlR'w
.tau+0[rnRWtaC�
s�sei�Hrsm e u�v
M. �xw
YSF.en. c.e�ei
+eweW i
5� f+�tN1 � SEN'£R .1.'t �. ]
ENFu.�.1� �
Hf
�.:mH_ �
� o�i
EF�icEwFFULh�.
�+ _ eaau�e
r�� Ir.�w�u�w.vLrw� �r.W'w.s
.w[�i [n4: uVC ��aN oe+XS
aruoaH�LY�E�.Wri
t��Eras�A�u' u.r•oE�A4:
�e nr.�5
�o�>.ns
� .';� ���` i�;ti�
w� I`�u.nw�,.�s�.wo-wnnrrnrs
M
.,. EA�,�.w�,��..u, ":�
�as�: �n:a�
�wc ouuFuts ;�
5 A iu�e losin i9 �k>
sr.ic.umsrn; •w
E�ar
all+•I�I Io S�nn�!I
�� s
F���
R`il�t
CF y
�;
rsaa
r �,�
r�an
�� j�
ro..�n�.w F+c�mes on ar� nn;r.+i.m�n�E,wacs �qveoix �ws F�e a�„e nn..io�E,a�n
w.c rorz ��...c�iw�n rn nwnur€�ss or �x� s,��N �Fww�nax oa o..x ri.c
u�uuia��o F.���cs ror Y, • �� . . �p
�nenwowm rx vm�c��on�..�o Ecrax .�c
.a�. . ' �c��.�.�������E�,�nm��s������s.,
�- •u � �s.c.�•noH�:� •u. �s....� ,no Pxoicc�. «.rnr. riec.wu� uxo�c�evs �e
aw�iww.e r:� �vcs w,r c.r,�..w�:.,n �na,sn, �oxr�r.ups E�xc.<a �.ouns.awex ia
� ruose,ycrscr.e�r��rs.xn,
A-GunoHl oN x �ay�ksE4.�Frls� aIWW sws Vnry([i, �asfµT cOMuvNlGiloll
ma i0 ErGYn��Ou
. wwrcnttw,v�.r�ncxs .
. � �A ��wownas. wwuno oo. sEo
*� �^ •, . ��, e �w.n.cs .� vcwaeeo iusErzsc�.�ro+.0.,:
� .�dpr�+��rv�oannrnEFr�m�rsd�bK`n
.. � i.s�E�mecan�.ancroav�u � rv�has�:isueE�ocnnoxcAE�.rux.u�o oa�wr�.w
neitco r.axcneie cuas .xo cu�*en u�vcn.us ,� sq�w,w�s nui .NE xo� oesicuiEu ron �Movw
w..n�u oNo a�N..c;FMcxt e= .neee nn�s cw��� ne.s xsic�w�Eo a�re m.wx�s
� wc��owo.� � " y n,.Gem,or,mrn�Vn
E�wq.rtrFacn us..�mc��.F«s xo,.,sEF.w�kP..nea. "`.�r�acs�w..�vsecnona,.om
, cas+a .ssoc u h�r Pworascu cau���w�s .n E�� M•, r�cr*x.�a�o� ��
�r 1.. a �iew �s we.w�n �o se=.uun a.. c. �se.�..
.rec+rzvwmnx� e.�P.,,.um.�sco t�,ax��x.s. -
�. , , �.��
,�4w �„� �� E. �,,. �.,a ww�. �„� � aE.� o�.�� 0.4. �.�Es .,�,�� tµEs o. ���,�F� 5�� �
� P�„w� s�w.. ec.uaw.reo aea s�c,m, o, os �e ie i,� an ins�nw.,�e :�.w Fazwou�w
einaw+
1e- , wn�scww.n�n con;raueno.i
xtiw=qovne�r�uayowa..erkwn�o�axcmns�rzucr�n�x es.oa�nonciuw
�.cp6 w�ln e n[w FFULF �n u�anuo[p puq:lrvn� F��vG' Fn vn�FEah'
uPBF N6irtco a sixVG����1 REm�vN ui u[xi 9s EuaS1Nc o
*F�'OINAT fExCF9 PEIi 9ELlloy 0� �� W S��i�uRv OF WOltx. 5��4L BE GONS�ENEo SUBSbNnY �0 1��
a+aacrcosi.uo ner�e�eo ixirE �x�t eio �Riccs rax�awous��eus ���tn m,�-�novusr.
�,.HeAx�sex�rso. "vu.ec:.�i e.snx� ��es reHccs, AEiu.wo w.��, .xo s�a�nuqc. ux�ess
M " A i.��c.xxr
k SY'J4,+�. M[ t[wcnrya� iM�E �Ewuuinnv siwFa qo[ SCc��[rn af�uS�iS wtHe.�. oeYoup
. w ' oy�olnP�.[.a�s�urlllrvLlrl[acNoS�x�.rryErqpppsFnwnlFxnlp
�rniEfl tWES e`[i� InanM o vnm I.I� VUWf'.I, �HE coNmKSpH SX.liL ouG( n�pi SECunE �mC
� w-um ixocou�m�.,�
�. o sEa.,w.�e��.� �rc�� rri« eE wwc roi n�� aE��ax .rio ouPmN. o. e.�sm�c rue�c 4�.uAmes �wocs.
ici w
.o-eot�,c•no�u:.n m�aa�r.�o�cK>ruu.nseou�ui.viaoiaswi.ner.+c�
u n sea.nA�� a.,.�>cM PeAEsen onoz,,�.�
lun�Yp'u�s MB.�Lt.[S' ni �l� wEs,' N-Ncri bEtllu� ' fl�1 1�nxdF1F cIs19 uy f�yttF.R. a �xt Nn*
.I�t Ca+�Mc[oRs Nn�+kElf�W`Ri cowul��Y WG c u[slr�NnlFOFCAPF1lolrnl �NEMovAL nHuaEPu[Fulrn Or IXE9EIEu5 SWYL�dE 45 oFSI4rva[FUrul
� � w�eRl 1n ul urvr.r, rEn rqpuEPn OrvnEw' calnR iO + �� � � x i �
eccrwwcwouxau[,�cHmoaenrv�us4[>qrv�Rssi1 pp �ry
�. . o��e�n�e.nra�ruiv�nEa�wv+:e.Aooenvv.uc�sFwon.o�onw� �v �c�bn.ae,avw uwirE.us��wr.n�w��o.+nanwormsi«�orwroe�e onc�o�k
- � n�sw4...���o ..��o:.seouaiErn.iicMu�
wow�KNscr.ruvu�uLauEco-a.w�c.nn�mco. 'e�eor.�ta��sswkeecco�rsioc�nosunawrer . WmkE•��c.e�e.�w rvc.mxeuesuusro�nor.ue�o.���eu.�or.���
. o�w� �,���..,EV.�� �� P����.o�a.�.��.t
tl ,�sa.uvcmExrur,�.��o�u�Yc.�c4 "`an�w�euRN.,.s..�.,m�x ��e�o«.wcm« � .w�o�e�c.oLw��cNSEswe.��„Us,S.�,�Fsn��,nvor.Poix•�wsW•
� oE.�.n�coe�coksrcvcnoN nou.*r� • �RUF �•�.�e.
r�� - n�4vowoucf n nWvfw�ni[�Luo�a'.wi�N
8Ela1a� L cW oulR{ Midl((N FEwEs 6r ixF COntW�LILn n a G£rEny
corYimltrG�E[F4x�nry�x�p.nRl2iEw. �
! �v�NGs 5• MSCEt�d� Cm wolEC� n�wuGFu n� �
n i � x• • W,i E EfG IwY aaE wEH�PEo
r�,m� �wE sr+wwoRoerws �u.o wcoFrw�Kv.s s�wi r,� aeem�o +no
�o •e.c � e� �, w swwn... ..n secro� �i ue m Naoo��
xca�ua�urs,nw�k��e ,E�Ewvcwomors��
�,. ��mr�'.�cron�susNu.udur-oH.eew�us�aee.s.'as�a�x.s.a+cerRmvrso,ecir�t�-�,m
s�eswwm.ov.wou.nE+�sm ��PEP secnori u� r. u woia Asoa.�tox��x ni��ieuceo�.weAeo
� aA�oA .o xrE���,��� ��c. �� wu.������ �� G,��«a. s�. �a� �.o�.��. ��
o F�,� oP.h,�us ��,v ��oEo«e�,x.� ����.W at��.� f
_ . N�n ssri�aa �r n�v o, rx 5. Ne., �i s� io r�[ �� �ow qev�w. wewve�cE,rro F�rw
�' � kx*fa vawer� �po�a�v, t� ixncr
a � a�� W IwN5�p1[�
� ESSo�VN�u'11�5�coF[orwVPwNOFrYxnqaPfRry
,..,, . �,.��tiEz,ME.��,:;:��.,�uE�� , .,
: o��a � T:,��'� t� r w� o� �t�� �,«,« ��,w ;��`: ���:� F w'�.� y���;�
, ons�wA�+o,crvrxoar.nuu+.�wo.�,uiwrseo,�u4�nes�nec�ruuc.�uwuw x
w�u u�c�rtv w �+�m c.wrur ee
uwNER CaNIRn[IeaSwtLaFa1FC[nxN��sFC�p�+ur��c clm,SYPFEr�VwFn iien�E� N�
].faIl11E'1(
sCE�'�MV] w�q�' Srnr 6nANI1�Gs 6u0�lnFp Io xnE lm uu'M£�1a� �hl nEVIEw. M KL�M�uv�E �u1TM
� ., �aooua..�i.Hswcomcwn�v�n.i..�ecoxsrn�rnoN
suEni�caw�ia�e�MiN.�s� cAvu�w�wxer�wuroxnco�es�.
��cs ���.� o�n�o.,,��w��u.�.��a��o�E o���o�.�oH..�E,.GTME��:6�.��.
o. �ir sEur.reNr cF,�u�.�evv..��cc� 04 u w�toas � qc s�s. o. Eno� re� y.e'tisvnc ooeo
. �Em��w.c�rnsn.ucnuv..vn.,,.u.Feee„us�r,Euio.ucuErws�nn.ccxs�irv.rAx.hims.�.n�N
� .��[xw��e�reti�cn.aan�yEHMt.�wRe,�Aweon+�wsEncwss�
„�cna��TM��aw.:�rz.oau�ve�rsu .�. �
aascoouc.�srw,euersoRrarniumcuc�au�sw.v+�eo�o�lo.��xr�eawFni�s nosmerr
uinq i�en[es s��w� o[ inaixi[tl Nkipt *u sir[ o�s��anwe[ u�0 6w��
� .i,ne.iemic,oaycn.Nuw��n,ww eo..anur�Muu�oF.rEsr.e.�so�vsie�E�s�r4��o-reAv
PEA���`,ons� �Ss�a `�,,`� : o �.�sE�:����sPE��E,::����oF��m��s�,.��
REvl51pN5
m� � u�,:»�.�w I ..�t -
� p eis,uESHEE..noow�xoFsnee�s �o,iu�s_s�
� v>
CONSTRUCTIpN NOTES N
x
k
_ - -.,.l;ia . _
! 'i�' ,'�, a
� _
_- i=
� A� �� � „,,,,,� «� 5����� „�,��
n�ruHr tai,xrti, rx inin_
� ...�.. �ii�v�=iiuv-�a„ �'
u�n,5 eo.[;. s��. r.o lnox
FORT WORTH ��TY Of FORT WORT}[ n
� TEXAS �
WAl'ER WAT1:R DEP.4RTM�NT �'
ClTY OF FORT W017TH
WATER AND SAN17AfiY SEWER
coror,v�cr2oza ws�r-Q z
CITYPROJEC7'Na. i03419
GENERALNOTES �
(� oF sr =
t'u�'Fa hln5 � SGee I r I v2 F� —
os�i ,v hf,qSQ r Oc��s
�
�
�
�
4
�
�
�
AB�
����
����€
�r� �
_.. . ,. _ - _ . � .
� �.,��,� � �� u�ER�„��„��.E�w�,��E.��;����o�,�o�sti,FE.��� _ _.__ .. _ _�__
E �
E���°E„u�,.,ESFON�� ���E� n�s� .H��n w,,.� „��E. „� s,ad��o h,ro,p,E,q ,q ,.�r . . . �.�o�as�� .�,��PE�. � o
� � � �.w.�A,c � t� . . .�� '�
• q • .. �� W ,. •, " • � `" � ` ` • � F P a �ner.w„erGn�re�H.cov c.r�NUE� �ri�x�sscue�v �� �..,n�i�,ns
n y �kRo�ownrV�iSWu�xf'oc�e N��nnEalS��ne i nwnn�cn�sr'xtY 5so�t '��c �o�n�veS �, � ��sk5 nee�m[p: ni[ u0�� in wx otv is�at��p wernis'i� . kFGlscqr_o.vn� ��•5 �iry os poa� wauir wn.ex ocwMn.lxi. Fw �.aonwni ixFoAwF �H n[cnnoviG
' . v5[olAqNlyasui���rryFSIntP0.5[pluR[RncxINGONlVWtlLICROw�51�ALLeF,Vr�periXE ENF.rvs[ l0 Iwwo, Cd11�.G1 .�qLYOR . �FAUInwG�,S�nTRRo��E�aPMENiSFxvlcE5uI51oA¢-H-fkkVlrE5eI1.�A.'vC:i.
��7q,y;7�q. '^' w„' ��'SE��crsrrnrs�nr aR oxetwwcnirmur�s�wvExeeii�rtsa[ex[�.wvxwFonrm'cuEntao,usu[[n�uwa�oir�Es�ao
b �WrEnwte o r �" ° ��o�sm�cnox uews. ue iwaee�so a. nn "�^nnrrc.w�cnH.s�..��� n�sr.��¢o. �
. ��NFRENIiAEc�nn2inuciK'au�xHoces.ex ox�pMx��sCSNnt�ocFuauHuofnew�con�� %oaFsihxr.HonEM+iu�xte�0�t-ncoEFnEaaWo�E[�t� ' ra[�pµor�naRs�na�viuiceFoniNsa{ttaof'liirta�cniKix �
� ox�PCl m�.lR�en19.
� r . ztip�+cc�nnvi�i[vxx[rrsn[va[e[N�.��ni..�[r,v��inFicov�eirv.wr i.��un�t .r.M1 vF[�Wenai[nuEohim[�a[euws�n+�wn�+enaewuyGxon�qoi[cnv[ ��n[..o[a�r'�rvoan[ss�acaawf��oar.cxFluei�.[
. c��rvraoi.o[w.[rv•iwrvnur..�unu[o. . F[[»'�w.Xc onisrt[swrqiazeFon�[5tae�ih��we+�NcErz n� itxvuGteeiOxo[A�SesuusHi�u�ukMi.'n[[�o��.ia_.[�x¢it[ipxnu � �ninc,MFn h�rx�weii.�5.w1u� cawnwms,��eowls ewiNEn[uss.Wo�w�e0�I5�wirtnw¢oovwHOi�a����ipnan
� � ks��pYL[9M:I�EIIiE � �NEI4eGnWUL4A[iu^ulYlunu[ouYcoxSiavG�Irnl.sm5luLLuu[CNEr61IxGcrtx.�FSPEF
• �,�1 ne5couisilw[ uu� aHouviw �F[ �nn�s os �onsi�tucinn NqprE[irve m[[ F[x�wi�o�cmFovFSiFn uv�uvwv,1�"rJ s[ciiau E�. �i � Gensin�cnon oEli�ti axo nocris �a(n�kx �wuu i.iHGi. un[kfiu n'ihi c�[n�� sax
� k5 �tluslo�ov 11E YLn11ti. ' Mf�}tlF sNnLL PPolFci �xo PRES[nYF ch�iR6L ���
HIx4��+E�0VI�5EC�IHlVxaYC�.ilifGw-,uir�G[pNrq��pq9VaLvxGt� uL � ka*E[rIY[inE[FE1e_ur.�pqEooN[orr��No.WUEsSmGUMPRwµ�NENo� i .E[pN^..Cx .n[�[RSO i, yp����v j
��, NF�k�vu�FM4w[[mr�:axo:.urrvErlN6ronaln�nr�prsu�EcaVirtui��uun5iFu2oSOLnHIkx��oE nnlOa[.[EF. �u. �nrvwno CweolauC��u�+sP[GlFlullOx p�y.qEN�9.le 1 ��
I �u mi��nne�nugfnyn.r..qEnioo�nGrz��eu�Prn�uvwm[upk�nAinoecu�nirm'mxx*xuciqx ¢e�x[u�wmiss.w. s�uurio*uccu�wii�iw�arvton[..[[u..r�wn�,qooi.s�uupe i�so cnxotia�._ e.. m[eE_orw.
� cek*�C�eR�w�c �au��ue to ah'�o:. coer OF cEq�iFluiirnrs Cx 9[ti�. so ,�
� .[�cniuuHO��nit�ieuuu:�oi•xfuen�wi��V�Elxn[crnonnc[wiiH.�Nri.iutu[F[oEwuiinte�xn �uunHinwrxxuit.are�o.,�a[�orwvElnwttwi�nni��[.�iixutrciw�aursos[sNw���w�n 6ne�.��nonon�vC�. aqiouioinii i�.+�oncv.iixix [uv�r nin�eoAw,ac[ooeqstixp �
�E111£5 riLL+aNs�PuclLLlx caynnlo-vs on uFn_xar nonoonlow��5lyn Pnno[P
1 .0 umn MUEEs�PL19H1E�nErc� �vn �
r n r ir � f�unSVW`IIa�RM
W�stx iHEn�'USY��ry�rylCl�uu�nuEblwc'lllo[o u1�iME a{lay BIo IN �iH[CPFrnuS�u rcu VANKus om
1
+� � n �u rthnxC� S��RF�CE Ai 1NC Erv� nr
� nr �� �i �V�okRE�I5n.v0.SldNvlo'uoFwwixt�G0.�i�Fw1VG1
V u� . � �ir� � . [�uSeiprtEMs
� � � � � M� OWr.E' n r,w
'' Efl to si+uv tt�iu� urW is fan n�[ cousin�4ia� o4'trE
vcWovw�ronunonnFu�iL ,.w'E���x[ouineMcni:s�rvww��.['tuix
�*nu[�I%- itnsi uuo n�[�'vuuw �W siruo�.rtns Foa �{[F.551&[ oesiei� o� n�F
-� �'+ �kC�uHGE51o11E5�Ewurralpcul�xFlA�wurG�Iw�1ryW*�wooVuoFiME
�" � ��E6 �u i„E s�n[rv�n u� cuxu euua urou� oue �e Fg�G
1 a1 u nr W r � �uN01�
��- � w4wGp.F�q'w�m:Hx
11t eurlu �NUP, EM1rteW1NG4l�xE. ln£ �i.ui¢iNlu'G 'Wnll �uve � un�ulWl �1o�E 9f I+'Irvk�Jl�
t�i[i�n'� *
. � �news.no��wosum�cc.uu�cow.e�..uur<rn.o��c�na�sn.v�
, Hole[si[ca�i�ninn�.w�pn-��ix�xvuiA[c�ta�
.. ��F�e ti irce •xo cun R xer .p¢ nor
�.��io`aEA�CEUEni oF F p�fui[q q�
�rioHs�x e eE nen�.cen��n
� � , srz euwes. e�
xaFpwnEp1xu r ycil[tN �NG i5 Ho� n seaawiE nn� IIEnrFevi snqu p[
ii. r n�i}aclf�v++vRIOINGsu9�ncF�t1MG0.lcarEn4rlwv.niErlupowrn
s A s loE��saIH4cVFnunoGunEn PA vm�wE
kx� op �"pM, � E Is Io uk ILL�up�Eu. 5/.w cunlNG sluu oE [erySpFxEn suas101 VI� io t161fEu tlkwc
a �,« <�,� oF ���Pw.Eo s�n.�o� ��toE� ,a.EA��N a�oEo o��s s,�F., ..�Fs.
a ° �,�w�ok���E�,o�ry�o;rvP:�a�;��,°A��aK�s��°�A��;�,n,�w..,
, .��H�=���.3��n�„��o�E,�t�„o��,�toFa.�E�o�oEo�sy,,,E�„s,�n,a.,E�,�,N,�„a�„Ao��,
«�wE ��w.��, �o�nEqs�, w �«o�,�,�_E ,o s,�� a� .�,�s P.,��s� �,e�aE ��F
. wMc�ii •��aN s�.cwn .N�enu�ss.wum,..no unreau�s.csnuo w�. xoracc�rs on
�'PW V Fqo4Ptno-
i4ilqli loXo[Gwr�l IG yr.;qR ox �n'KLM'o, ColrtnCi PNut nt nt r;�.ti vveu r .N ON�SI�� I+EF,iINo rp
+ w$iu� [[xLCWGL�T`P�prcE�norcarc px[ io naotFC� Nnx1 �InieoPr[xervo io n[nuix �x� xCeHs�Ruennn
, �wcc�nE.is�ix�sot.veoe�nnon.innir..norv,�xeoua�.�ex.ux�.�s.ueua.,�nEur.�r�ro� so
. iaxa�aeeneRn=rvo�ounorwr.osvon�wo.
� � aEeA�.s nrw n«.� cxe�.itx ri ��xn.. �uex�i.� �rn�� e�.N so.
�cwroseenwoon.noo c.�vc.��uvxo��e,vwisu�oL��.i �
} �sS�Gw��nb'on�.M�i�xoruuiNtS[FUNc,y1�fl� cot5in�ciwx:,Htrni[��iax urxuu[u*s �1 u�
� �u�nk ��Pwb � cwv ni c[nnF u� ws u��sn� sao s[[owc
�rvP1��VPnMVLclnxcl`IUOP�ar�atu�nlox.nLoxGw�11i1�Eo(ivERYtlt �,�p�F�ryrou921]M'o�uo:�+
un�i.a�willeL��mEanrull�toFil�nioCNEWMI�f [xw�IxLSinn�loR '�RBEGINS.rNr
_ i ci�uinisiw�iu�wni��rvUu��AnHouc��[�qc�InEinc[5oua�G�Nk[ax�w�n
KIVOu ��ry�EENo0�l1�[fA�N1ur,IrEP000.cnYFoaF',S�EPSplmrtf.i
nw1InI.1luloR, nxo EONiR.crok �m�� nryE��o �rvLInsPFcllon
�'� COx'�"� 6u ,ryH[ME¢oY fi[M� lu I�rt r.lry rnRFLiEk Ynix Krn� I�CnNnVCI FILk nra
�. FxEPLniEUExSORPnrMFNIFGxufVFAE�vWIW�G�e1xFEs��
� � �PA . + n wPEWI�+V��4nCl�LIP[R
nn � uA.xu�nc�� r . . �yEE5Fx'�cn �rt�wmooH'
� � . �+ . , w�.x.e.� rvrmeE iu ouea
vi�F ��[ �:�x Arz [s�nous�uEw o f'Fr�os ��n[ �nu�(r�yqiFo fas ov ni[ cpV� W.cio:� �o
L lu tn S1mIEUGLMH�r'Cw, �Wi�FWEs�ERuwA1M.Ei�M�Luv
yLGObpwt�i�y� L��Ny�ESNcwoeeu auxo ��iF.��s�aFlMsoFn�Fnni�ir��ome
„ e u�u SSE:S*�w11R]I�4uKKL'wV FwrfuC EYFJllS�isr
, . woE�_l�evuµnRLnNIVOnwucFWoifr.rrvFlnEEF[�xlln6Nwd�
�'wGE V�M�V.M a� suwuEs'rvil�ux r1rt uiircx Nml xax( i�;ipv
n [ecnElEwrtxlxlH[clu,uulxJitlO>ENIOTh[lRUNRlruxm
� �iOWw[iom[[.sr�nuu[uv;esseaqinnni[n��wmrc�aE�y��Es
' q Ea1mY(xl (yi S�InalE51A[. s'Irniuwil�wcrtS_
w+Fn� �. szouEu mir H� ���enz ow�.��� cam[uee rn� ins�wc�
. � ��s.w�eeceeazo.wn��cwuin�iorr��ecineones.cx..so-.�w.:�,r4r
. �� �oO�HeronRnco-�mnxonc�ouno�a+eEvmorn�czass.t...incswnweau�
x �" . �rl�nrtaG�nten�wwawcn,uuf.lxs
uiicE:.werzEw�.oF�wes�inun�w.�.iu�a .
. . ,.��cesw�����sou�cwoc:ww,.�i�c«orsoceu.arxaa�
anF}xE[ 011�o'�sloE^.au�OY:SmfS�mwMnlu�cMlnEf�y;pvolSwsWGOF
w.�EaF c�wfeySE,s[n��yuc� n[.ix[[X���[xn+sRiq'iiceo�wun�Exw[wr,�ui[onin
n� �xkks
Fra�� v � kHb✓u+E�FR'R1CNrCACIP[[�
� F. � � ,�.o�o�dw.� �M �F:����.
.w.,.� � _ .�W«.���xcwn�.rr .
� .. � � .. �� � .a.dr:�ev�inn E�or,iEoonar�.�c
MN�.��,s. �;�t`P�;�,„Eo�;°�; � oA���� o:,;�"i�waF�nHEESU��as���"
4F.hSilqEunccoRollw �o nCCEP�E01Noli5rxr S'InrlueaoG.IREESGnEn1EA ��ur� siry� iy cnLlPrn
. �„� �wEoa.,»N����s msE�no��Ea MEvk
M' RnCiOknilnELWlaRciaRSFYaE�4F�E 0
•.5�^•u� . • , � •�� .� �,�..nca� r.sscsscocs
� �* � S�oM �K, m�p 4�l[FLutl IF.5ni1G nuY Noi oGaA nN
+ K.V_qw.un�x� r po�P6P�Wii r��yq��tEx�mx a rFOrla�ap.
SAI+nWEEu9NEF�WspnsuniuNCOH:illu��ioLrvv'oAE3[I[L.Wo[�'wir,.�F�iNOCEnn[ flrvaL 91IIGIi
' � bE w�SEnEo. Maw[o, n!a une11�n1Eo o� Lory�waCim u1mL G1Wrs' [WEMOE 19
Es nbusHEo�PERCFwSFEA]o�SefuFlGilongYnlonlnuttnc(:FPIM1ef,
' L� ' r,� k NkFerstt �rvnt[rz�u OpuHs a wi� [o'V x iuv�liw�' o
efkx �Crk o� a n[�iHi.wl'In�eo, sii[� coN�n��� 5'u�� uiuioini[�r iau�fexee s�u�[ RE5 owie.w
+. u ��[511E AE51onn ox av uOlEo^.Vln E mnt kE�v� � ury npElulENl p.
r�ni�.caawE�� . �.. u;rwi.tr M q
&[ExFiEpoVEnFEoa: � i
u uuuf# Yu V •�� '
nxts, sw Mn5I5E Vr�i�gs. [�C N�rE ufE11lO[ IliFuo.� ur
��nvnr i uLtnt9YHV[iqHt�fnie-ru.'n�.
a w ry wr r n RN uluSEwf�SE�+nC£sVir9BEP£u6Sn�iko,WlwrUL¢
nwi pu1[lsaEhlrn4EoioltEwWOVitF5ElmLioveRxlGirt
+� ��neonKvaosr��en,ar�w�.um..ccononNCEwv�oa,�.Aeo�i4em�r�rs.
rEriwi REouwEbFence vrenSP.CE.. 5 p� ��' or�q r,vlam[o sPncES P1.[C9M9MCE �Ylfll nyws
.. ou« LIR' PPFOun�fiEory[w�miCi0�t9, BY a?YHUPni�ie wniER OEPaHiMENt wonR uiCGIXiY S�w1 eE
�uoxeo �oew�s+..i.w aotes. wHn«e.. n�N�. �o�ws.c�e
n. �uGipu �� REs�vnsie�[ fon rtLL inENOi sh42[v_ nrt covm�[�pR s�u« cnn.ix�i i��F PROa05Ev
cr WEh Fi�ii ��vnn[o ur n �u:exstlp pqnFessioxn� [�xcaxE£R W �xE siaic oE
leai.5,r'w+ � vn o rw �
1b1Ua eM fP£IM,HSI�F[ttLPtuls'i�nLeuts e619li oni0.l�EPnE.�Cv,StAVfnaN
n oRourip n�np rqH7rzoL nLrvi li ��xol�qns uEElllu cx11EUN
o�,�,.��,� s��,b ��,E� �s�« aE �� .�«���« w E��.�u,� ��,o �o.,.�,
� � �,o�r��.ES.Es��,q�.���G:�o„�A�R��«
� +�+es�µ,�oA.M,.ccn.:c,�i�-nxw,nove:�eoxrn„c�ons��.u.a�ar,�e
M.. . � F o "oeP�'op«.s��aR�o,�n���,��������Eo
t EH=�m��suo�,,,.o,�;,,�;:�„L:�°��,��oµ�o�Fo�„���w��,�:;;,�RE�,�o.�
o x aapvmE4 c� .
NFOEil'X^'N1�Enrt �Ho Ia EOLxoMkfN^NE'IINfRA9 uul9
�aH��� E,A�� aess��o��a�.�R�o .�E�p����"�.�a�,�Eon,,.
a • �� ^ . oWo�moonMn,�aH
n COa �1IE5. II CIaS vt5row5le�ury io Flew �[PwY tNk
noR¢oxln� nrio vtlitiv.l LOGiICNs al ME Etlsiu{G u}uir �S �F
.. ���o� ,�,x� , . mce��t��e e�
w�oecuwe..nwwe.rar�cnH..crvnn.v..wxtH��ra„un�, n�roa.spaLs�n - ��E
�. nu�nEO Fw n rEwqp I,y- rno v[exi �, wonikwwce eoHo sx�u1 u[ �ou�ane�onswkC'utu[A a[n s�nwno oEin s9FOW u�e newFeoE on i u[bi O��E�Bwc wc. '
P¢S�EOFulnuu.w.GVo nv�lx VPfSWPoGnII(W,lµ�lrW51. !. qLl¢uenLFWoxuew�xirl.��nlnrFlnlrvw.�uurtEavnWrvEosoPlttLeulYnElw�Eue,�.�xes
i. n � Wy� �o[HnF c�i ori �ac� u�le� xkr,ury rn p�ax� �u�[n�.us Fpa Vu�h n.Pcnrx .wp x .�e� u xav[ p.�H or �a-we�rts eortn e{�E I lv cF . u�tE95
REVfSfONS
MId. Pe.IssueYiEn 4H
+I�I
CONSPRUCTION NOiES
_.....1b�1_�1s
_ ;%y�_ ^ ,:t
� �' rC
5. _ _
'-�' r
iaiv�'s
M
N
X
C
Y
� . � �nl V'liyitll'I',1l'F..1U1�1'1�, 111111
'��Ill'S4'l�kl'll,'I'�iulll! C
� A��o s ,�,� �.,,�,,,�..�„
,�:.�s,,,���,:�°,,,��.•° -
C]TY 01= f=OR'f W
t1RTll c�
FoRT WoRT�[
� rEans �
� WA7'LR WATLR➢EPARi'MENT -
ClTY OF FORT WORTN —
�. INATER AA1D SAN77A17Y S�IN�R
corvrR,vcr2n2o wsM-o -
, CITI' PROJECT No. 1tl3419
�� GENERALNOTES t�
' (2 OF 3J '
, - O� ry�WS A�E LNrF , 1C a
Lkin v� 5p +� I GY�-?5 I ''i Er 5
9
�
�
4
�
�
�
wB�
�'E� � �
�r�¢��
� tl�lowrvolEnwL5EoulXkoWmnGSORunnLs. .^ .-•`. •^"� ' �_'� �����• ••
J w+nwin�„ `u,n�ss v�..� qe wsrnuco..00�r srnw.� sEwer+s_ e�cca: w.i� m,��� o.Heawse w r�
� A oE�a[�'lun �i F.rCEEofRTv�Eu�ervx� „t'�Eur.Nlnl�G�i�HExs�cer.u� eNS. Liq�L4xlui
, P ,� �� �H�`��Fn ,�0 5��,« � ����E� � .�E �a�E o�o �N"�wE
� SVxFq4iERl..ill�'.PHOPRn�VStp�kKcfPlluR[R[9IIONNu1MF�n�6FIHlHESEPLANS,NFAsuPtGixa�ryoc
v u r, ieur cr _ x IkFsk P s�i.u� pk IkSi�ILEo oHUL ANin.
iMNCYi u`nv_IEF;.m�nimE.� a[N�fcl��r�� �k�l'i p i„E ePCM'o vC Ao tuu.ixiuu v Fi,i xNo IN uNE wlir 1Nt
� . MIIlInuM oF J 11
�S 9Ro� 1hi�na� �i„�^"[kc �r c�rGHt SArnvn' iH[awi.[ �x }iiES! P�nns. com�in�ciqx nrvn sHOP own.vwc
xr �''i�E�'inxr.[r[o.c ,•or f ixnr �
i��.K. �
sw-si yN . , neio
H icuswxu..rEac�W�rkrywc.o� EviErn.�ws.�w . „inr�rar�.ws.aw.�an
i 1I,msInLLCXuwulniloN'Yu�+NHes ofaHNLLRSWVwH[Ni�ssi£ufsPnsslmC ['s1uFn�o�q�xVrnox
' � w�iic�s�aN[xEF�P�E5M0�6Wvn�Gsin�ceoaon�['wEii�i.iEyeveciFle'.iuxs_oe�u�F.PWE
�� w au F��oiskxolrvLCt[fnSRfo nx ex �o�f��gHa n
cF 4oHs�p�Ci o Cn[F � bE wUl'.VnN�
' asp�{paru��i�pnxpxpv[a;oc� nvE���ia� i x��4ntHE�F.�nosrz[�
. �u, U �� u . - _ c��Hn�wc ixF
1 a[VIa0N5,�H�Fi�aE�s51V1tEHE14n[EUYu^Jxcli�ur.Loses*S�PwWROWFmIxGs�eNF�{IplsWf*NlH[
,ax. ecFAkc=�s wo u:ocv,�cu u�on uw��,�w:,ud.u.�n�s, si�nu uc r
'. �rtc�.:,awnuvnn�se „>>w�.�.��-L"�"�n.uowirHurKn.mcRcoavenscR�cc�wes��R
..� � n� .�� _ �v.s w�c�an. A Eou.,�nc�ca,� o F _
�� x�� nwcwoi.n�.�n.n �En..u+v� cruu um senw:a sw�tss�. �hae on�e� srww �
secno�"+u.µ. �x.�e�eas s.i.y� ue ne�oc•�co � r� ac�wo ��e cuw oF.s uwccrsu er ��r EncwFen
�� tl�iES�x[9 Anas„iu�nilrvoL�nnc[rz� xul^u4_wn�[s Haunedi ex AI�[nuwiC�akik� ��w i[R
�i� w�l'�Cwn1[n wlHs �r�cn oHu[rtn nrvu:nir�l�Fx sx.w� ex oA-�� r[q s'[c�iuH v is �e. r, ouL�i�_ �w��
sai,. aenwcs+no,oain�..�W�,F�x�.,�x.�aPEu"`�soo>noasr�ro�.r��rmoaicvnoa nx
wn�eR M.ws sn.0 �uve ,euooww� awcs �cH ���u o a, waa5� ,. �.Lm uFr,��., ��� eNu oc e..c.�
, Av unr, oeF�Ecr.n*fR w�ns.+� minrs.o aeun cuxo ix�Frs in
� 5��.« t�Fee,.M M � a oMau�ex
i ' w.uof ww roou�m�uFonE rx. N�.�..F �Hrso.,*e�vei�es�u. uc e1a n. E�.a ��� �a wRH �w
u�vx i xn� w c- N5>FctaprM4L��E1�5
wHo5kun4EAtow�Equ�[Sn���[an�noirsfww�ici.is[.f� nrvo
., wx� Wp:N�=u � M�� ,�w��otP°Hvp�;�,a,�H� �•oF;��wwE�a"� �aA.woq,�����o.
� f�xi�� v we ���.gEw[psrsi[n�na(FOayumwrSEwFFon��,nnia�nrvoF
wnlc�ainv a[�s��� m�aWCLi�[EIxS'k.v�ltlx o CnEw nPE �o4�an'oonmc v�uEE.trsrn� a�a�.[ iHv.
sqqKLf�EPxurA59xµiEomnlCl�[Mxc[LGN�uI., nvnl�nuiE.T�l�eVlanGlekvnµPExF.SwMaIEIE
wl,��•�c �aocEo s,wi.u. s�wEH �wes ar rwes wua ec uio c�ose ,o arner� �is,eir, v�uniEs �u
� . � �r��n���es. ws w�i
Weq �ie�ry eEuvic[s, N�p y� OMEP vhIrIES �xb s�i u[ivnesRao�n ww[+un
� �� �, s�wvArmaorec�inxoFwrneoiH�e�nw.eanwx:
�, ' u��nn��[k�Fouuth(wB�c��iniyrEc�oA.wnrzP
~'nn[i� siW,�Ws�gnl�� CSk11NGEHGr�HUN 5nb EOEN�[ncv tt�N �okin[^^vwC� v p5nwC1L OnirN
rax� . . hn�e.�Fa�w�+ooes,o
F..uiwew�iEx+nnwuraWs�ner.rznv�is1.s.xesv��orni connucra-rsoacw.�r�
_ . . . . .. . . . . ... . . ., -. . . ....�-....--`.1�.�.--�.��__ ... - . -. -....-. -.-.._..-�,. �
F. . ,o��n�R� LEGEND
Mi�LUEFv�pnn�:�sPi . nn •un�F.xw�.^w�neSMncc FPOT�HGEa9EMEN1
" �k4h PROPOSEGEnS[i.�[hi
dsa[[:O�L cn P�iv[c'i �ux�[c[n. wn!"H EneiHeeA�ve�nxo wni[H o��0 n��nnorcs4v^ iHC f���Eovit
� Hiax �ou n xeNfw �nrt oF � ni[K5 VNOFpsEp SaN�iI�P� SEWEA
n rt[�witn����gEqyc��cu+d[iLcwmecr[pnNnunuaW�iF.P�om[n[w ��SiMGSnnIT�rsysewER
� �" T ' Er151n�G5nHITaRYSEWEPs'EXVICE
a er�xt�la.'.0luuci:PliLOP'in
�n�6E[�+eEMno[puHL1[c9nxr�.na .�I1[u�,n5 PROP0.5F�wATERUXE
I�i xoiu, µ�nESVoSlounvian �t;allvinJLiloNlE��wloii�ysYECnonn�s.xliNersnr� x_ EfuSTINGWni£auNE
c s P k �� Es pROGaSEvwaiGqSEPVICE
m m. � n . 4ax uNis I.rMa o�.AlE1ER nxp 9wotER
r��kENisH.u¢ i! m..illqLiOIHEnEq,.�[k[NloeKwEA, PROPOSE�SnNIlAmSEAY�GE
. [o5�p��ffn��re�iwno�[co�[aibn�riwvieosuvu uno[,op1q +�&W�ONEOLInE
ao�Eµeiur r v xrp+pEwvccwnnnE�sPr.iFFr.ni�Ms ERisTirvc��crswcweEeiAie
�=o�wq�ncxnEss.ia�rzaxEwuHce�x��sw���oeae.e.�o�,�A���ncea Eaisrueeovea�icwumm
.r�necwniuc,on.c.NNse. F,nsxs��cwnec.ro.��„��n�c,F eusnuc��uoFaeAa�No�n�iir
� �oW .,i�wLL ouon�[ n rr0'w� k�io[ �n ERlsiika u�mEa GPtivxp iELtCOMMut�icniioHSLixE
�cco�uunc[ ii� [iioxv.�xallo��umnuo�ia�. EFISIINGUNOEwGAouu00TTIGSF{bER�InE
»^� � , � p �.p�..me.uw� oxwixsw,c��x�aR E�'snuerE�EcoMM�Nir.nnaxs�iNs
- � r,� m«cc� �,�.s �sinw �t�sriH�rsFnuran�EUE��r
� o��:C IlAfi� u aEno�w o fonryu Sm i Rr trvtH uH�.o�e. w cm auu WE�s. Pue�c .vncEs. N[u< E��sn �cns
�.iu:n[[su�ra��.v�nuh�.s�so[�[w�wkuu�TMFUrtnxwui;isirvu�ou�ueaxr�wu.rc� Sl1BSll RLFF�ELTlnC
i25n��1[�xrsew[aux[[ua[ou[xi5'u�i,pEpt�uwinnaoiurnc::nt��l�nr¢e�urep. ����YRFNLHMARh1I9Ml
S}� xYnx��e erismm.ianU ppaiNenE sxsrtu uentt �uE aNOPoSE6 s�s*f� u w 5[frvic[, �
stiaV�p ���E LOHifwcim �[.c�[ ni[ ��S�wG xtunu cw.u� cux oi s[k�i[[ vM{xEx a�inaFf wou�o t'nusF
o w[ onuJr�cENi� NE`Pr. r.uENO*nM.LOW
' ���U+ �PoSESE otrnl�.mW:i¢I�iE srs:EMniNFrMn'E il¢
�.rtxs�c�a�• o �vciax..�.a�:
�. �• Fr x ��oo.�nas�a�eoeTFr�
,. eRis�w �nerswws�.eoes+s���aene�oveonrmccox�w,e.rn�uNa+.o�oeFORe:�sicxan�w.ek
'MFFIc CaMmo� „ sVKw� a wof1R xHEOVLE. nwf.0 con�Rul ttan' wn aENI
W xuitrM�uueve�avue�noeanRsuEx�,niNo�Etnss�P[[�.coiiianaucxn�cwR[[u�hHk 7ynoa
� a[s[�oeiy�q�,EFOnin[sut�vocyEoe.mwuwuoM��ortiv�sirv�f[nWcaovi�.[
• co��aas.a�c�o o�e� v.Ns �xru�uc co o r.µc v ��•A•A ���.
�� eaw.�n. ��s..u.nwu snn�� n� �ww:co �oe�n� io vtHwi wxmu�ous uo�euex� u�
.. wry'r<<..x ^ r. ionsnrunv �rona�.sic.ura���as.u.o�uweteirsm�c�ri
u inniuc�ae�usi�Oer�P�wrv�ni[noo nsun[SrRtT'wn':Mnt�ba�,u�i�M�s���reyirm�r,nnnns�wo
. "L FFIc61rJNLul�oulrnfler�snVlJNccorvSIRVCIql�lnfi[^.uu^.ION9riolP�nccarirmLxui�l*cr�oav
�x �xsoax �anFeie cen�ro�. ok�Fsonlw��n�ea�o m[ ary nman�[woa�s'sin�ivfwoF irt *tUs wr�ve�
u s��vy� si�xw� a�v rrznrnscn �rwrf�c.icwu uooi�cnirsa �u tHE iw�s��w s'luw� s[nxw
' F�nn2�xnFixwn i u o rsrrupxianrn[Hr�r.es n ��ON5�N�4nON�v[�nnHs
rnixiorcuavnruaE
POINi OF COn�PO�NO cVxvhNRE
� si u(; wniER �a4E
m�oroseowFrer+vKVE
caisniw. wRicnriory cov�ao� vn��
e:usniuc FinF ��snrsn'rt
pAovoseo roaei�wr�n.
E��snwc �wu soe �ue�
Ehisnrvc �ciecoM.vwc�
ewsrwc rieca oanc �n�m son
ef isrir:c cr.s neree
EsisliNc SnxITNY MhNH�tE�
ERISM1NG SAMITI3iY C6EANOiIr
Ex�snHc sroam oaary xw�no�e
cws*nvc�wNrroce
�riim MnAnmc ev re.wv mu
sxisniuc coHcrtEit
aaoao.,roasn�in��a.wEu_uraeaua ft
exisnHc iaee
� _ _ — �
--�'
�—�'.
;
�
�
M
F�C
T
r —^.
0
REV1510N5
i�Qf xe.IsSUESNEEi �[wi.+r 1ur1y.�2'}
I�I �
coNsrRucrrax Nores
�.{u!1 ]5
."� ��t
f •:;.. _' '
� AW�--r� <<,����,�����.���.,�„��,�,,,,
F�IR'I' \1'l�lil�ll,'I:\ lGllrz
u.nnu.wciw..m lu.ixiii�in—�—
�I I_\rt,� Hit'rv�. i-in�i.r
FOR� CITY OI' PORT WDRTH
TEXAS
WATER WnTFR QGPART'MENT
ClTY OF FORT WORTN
WATER RND SANITARYSEWER
CONTR4CT 2020 WSM-O
CITYPROJEC7Ala_ fp34i9
GENERAL NO7E5
(3 OF 3�
./�� ncs��,ro ncns .E f
__"'_ _.. �R.iwry MnSD I sc+ I a�rt-�'S r a
I
C
c`
r
_... _. ...
_ __
____ . ........... .... ................ ....... ____.___-..�'" REV1510N5
� m� 4 eissues�rr ��.•�. ie_un
4
MON7ICELZO DR � ' n � m
wc�r�v. i�xrs�urH �F
comsrRucrroN Nores
N
YIHGIrv�nPu f] - � X
Ml)nIICELL �
,H,ti��St�c�° ",=:; 4 i�-I�'� } �i".+
"ysi��� � Z �� ;A�� [i
s��r,�„K„�r,, ., � 0� ,�� s �
, �11��ed4�nu�Ni�r L� .. GRaaF��GSC+IiE
WCrT�(lvn ]nC NOLEWI.v.vF�v�rr O OTk{Y ' �
""E�F;n wcnr,a�,u�� p � •��~�.
�s~mu�'Av aL' Mnn�i�rOrvnv[rw[Iw;u -�...., Q
n �r�iorvisn eun�m�
�-r.i coNcxerei.��ns, . -_, . _ _ _ ... ... ... . ... _..-...
� � - �Y��.�,�..'m HAMfL70NAVE '�owNsti.wru.�+ �.. ..- LEGGND -
/ y
' i� � �'—..P . ... , . O -
/,/� — . �� � 2 c ' � � ru��eu�znnoNnNoavERinr .
/ �!{ uea¢e+ranoMixwiTMxa.oFcerneNraEr<sawaernRo, �
� , OQ . . s Pn�o�Es-,�HEuov�wrvmt�i�-wru:liraEoxi.uc �
-�Y �a;.F.�orv-��a 'A �- aunMi�,ln.raii�eiHs.
�utF�: �C� \ 'snMn4NAVEMIIEiW,v/ .
svw(;�u�aqp��ri'f� IO \ . � ]. IFCONTW1claRErvcauMERSapIFFfNENTE%ISiSECTtONTWW.
L EiC�atil�spsi� WIIAT WAS PR9vi0E� cOrviFaciaa sNaL� IMhiEOuiftY
]'XAN�E� ys�l Q�` ryap�pxmrur�c \ •59ROWMSfk��C�nv ' CONTACTEkGMEErs_
a"ca ' rE�a'CLnvwr�5.;c• kniL{/ /�
q'tELt��]w�5n9a0wnCuv ��1� /,� tWrvE CONIYWLTOHISHALLRERIOVE�SEEISINGEQNCREfEBh.E,
�rrqN AyEM�EiEW // ' qEGnR0�E55 OF i�ncKHE55. P�IIt REPUCE R w[Sti n F�Ex g� E
5,5 9Mw �N0���1 / �1LOnn�b� fWMi , 9„�TIIE EN� SYIUwu IN n1F ttPiCPi SECTI��N� ON �S pIRECiEo .
� � i�RfitV�nGFMENT,hIECONTRACTOR
�` f ps,l �tFULVCie�2EANO6VEReAYTHE�xISIIrvG W��LI
J � STRCETS �N ACCGFGAI:CE wRn 1nE VROJEcisPECIFIGiIaNs �
� a P070MACAVE i%��a��� ,�, �«�s�� ,..F��r • nnooErni�s.�tcos*s�onrs�movel,oisvosn�c�nninc ,
�ac.�r�oN�o�wFsru= (�-�, � qA� [ax�rnc�ior�.a.r�oaREananrioHorsuecf�wes.�u�eE
Q nx��i[WnvEnuF�E�� -IQ ♦ qj LONSI�EREG5�551LI��kvTOinEaPVLICR9�EBI�ITEMS,IW«S$'
}^ !J. � oTH'nw�seNp�En.
� 'corucFfr[��w�ay� _`� /�� � ExCEsSninlcfiwLGENLRM1TE�FFOM1IPA£ASrv�fCp�ulnlrviNG
Ui �'A�uM6ROWM15nNnI[uv {G\ � �_'. �i INI�/INn�nN�ro
� ii4:�).P��ig,p�.�ei V ��'� 9(� �nrauupJxnnb�l0�+ � � Ex�StIrvGGONCRETE9A5£SSHALLBEVSEIInSFRlMASEHIPLAT�
A_ � i�Erci�E�F'�N � ��CPTN]rv5 nrv0 �H A ANrvryEA AS �IREClE06Y 3HECiTY. TNE
� ��.05'mu�vxsnN➢vCV.Y �; � CONTrsnclORSNnLLPROPERGVGM�E.COMPRCI.AN�SFWPE '
�y9C ' ` b �s ue�owkpup��Lt S'I S�CH FI�� niniERiM1t �a ACIIIEVE TI[E RE6�IRE� SIIBGRnGF
.9L� vEn��F �� +` ELEYn��UNSF.Iv'�GR9555L�PES,UrvLE5501NEtiWIS��IRECTFII� _
! �" �
��� �e s / , i \ �A� . . . _ .. _. _ . . . .. . ._ .. ... .._
� i 'i � -n . ErF r as tV�• - `
o`o �E�z�.�vsn ° �' _. S
. ��nnnwanawmm.�.c�nv / � \ .�.r.r„v u�-�iac mw en �. `S ;��,:_'�j... _
' ` ` �.\ � lS '
� LENOX DR F _ + a� Yc�•f�� \ \ � ? (ti — c
�acnima �nzi.eKoraa�vers�i io nnorr� ��Euox ,\�\�. ��G ' ' '
-,-r�w�c cr�we �wu�avo v , . , . '�
5 CtlrvClEYE rye�i esi! 1 i!'tiMAC F
S � M1'0�1LIll�N�pU�ILP5�1l��
NU
'� n,VL..G Pr lWSM'i : 195
'�._��._.�.�L..�... _ _ -.. - �--_.. �._. _ .,_ �._..._----- - -- _..- _ -_- .... ........._....-- _-'. _.-,�__ _ . _ ., :. _.. _. �
5 tnrv[liGrSeaoitEN!
Gln !1H /J.G!`N �
nOtl E � . II114 Ntill'I'��VL.IVII'� I�rl�
e I1R'IN�iN'I'll'1.\]r�in± ,�
,. ,zs .__ �_. .- � . ._ ._ . ._ ._ _ ...-_-" - --- -.._ . _ W � Ar�a..�.,.o..o„�.a. r .cnni�n:���==
- '--Q r��:xassr,nrv�� r.ivuix
FORT WORTH C[TY QI= FOR7' WOR7'F{ �
� Texns
WATGR WATL-R DEPART'MC-NT �
CITY OF FORT WORTH =
WATER AND SANf rARY SE WER =
CONTRAC72020 W5M-0 �
C7TY PROJECT No, 703� 79
z
PAVlNG 1MPROVEMENTS ��
(7 OF 3)
4cs+wrco M1�5 r sxEF �
ew�wn SP I�r im I an E�r'S I 66 r S
W 4TFi ST
w J�r{l� 57
_ _ - _ __- - . � .____� _�_
- ------��--- ---- _.�._�__�
' ' . . . . .-, .-.-_-. . . _. .�- _.. _ .� ,-_� . -.. .- ._. ' _ __.,-...- REVISfONS
t0 rynox-�. nNwnaiilAV M[�x �K1T!-dl �vcxrrr i � e.issVEStEf/ .�� __�
�c�,,� cnrr�H xwrw,mm„ .�r�i�„u�,�.rnn� I � -
nYExllFC w Euu[ �E•'�1 x I 0 � -�
' ovHnE�EIHAOKY-nl SEunitiiin� � �b.v�C - �
w ss,vnrc�nv�E�-. w�n� ��P��'�T� �-enseMnrsaini�ca�c-r CONSTRUC7lOMNOTES N
� P. ei.Nr misria�r�x.�c ..i�.s ,., anw,euawrisaNnrcur n�s o�nkxuRowus,�.�orcur � ' x
r a�,sa a .m
HAMILTONAVE uaaxncez u: � !
,
� � � _ . . ... . . ... MAMlLTON AVE ' � 'u
� � ,� " --- .., ' `�------. . - — -- �, �� i1
A��.; � ����RF'," o o'�;�"'_. '�� �
�xSFEcrou pr CrcnncFs �•� FVM[i�'iavun�Eu��l(s w�;� �'.�Ip
y, W� GRAPoiiGscaLF
u�c/( sinFFT iwr.. � (A� '°'`� �ti�
oren Kou-rnsraFwesrara xa � ��u�•� ���..�r�,��• � mi
!Fe ' kiKEu00qnc mxnmwF.S��ln mN'332d�vE5���n WC��iGn��wn3:rrM =. ..�.� ^
+�Jsrv�u�lkln'fw:�l ae[T� 1 SruEFTin';:f si�iff�i[;�l � h' (�
s'
f. rw 9.25 HnwC ].'iiM1WC ��
+�sans[rtw�Ek�u o-Cf�x[Fc�FIOrsOxFiu1 . . -` _ . ...... ...... .. -. . .. - .
�AEomown - iEfus'�.ifilP9� � '
as- � ��U. � ravcRr s
�s`e"aowusnrro.c�. m w�' LLG�ND
snn�o w aor i ,�s eaowN vc . � �
-.S�1nL Gw w,�nrrrnr.� li�- - 9 P %i�l � Z � ,
�, _ . I� w47H.ST sxqkrc+�E . , J, - .
-` �.-�� V. _.� _ \ . �. .. . .—. � ' _— - T � � �� PVLVEpRATI�NM'�WERL4Y
__ _ _
�� ,�,E<,�.,.��t,���.����E�,Euw. _ - \��.- ..._. __ a'
i 1, AIILVEN2El ANOMIKWITH[6uOFCE1AENiP[Nyp�ppEwPRO,.
oNsrytyi�rpn;iyqi.�F��OVFR�cv�wo�uFarzn�Gry �� AEMWE]'.riiENDVERtAvwlirypa�2U'�}yp�pHAWC_
Q ix.safCltlfi'oFc�uwGESlxFrowwnv�m�kwt.v � � ]. 911T1pALLATALtIIF.�NS.
O � i
� � y . � �FGpNTRAC1aRENtOIIHiERsapIF%ERENlE%ISTSEC7tarvlHau:
� � T'/�'n5 PPOVIO£� �aNtHnCTOH SIW�� INAIE�V�TE�Y
w Q COkTnci EHcirv�Frs.
U ❑
fy Z � . wHEHEF%ISIINGCOrvcHElEBASeISENG0IJNTER6p,1H£
QO U � A REGnROLF55�cuTHl KNxk55EnNpqEFS�IC� CpVNG�RnTF �S�e ,
�, SEGTI6NF�SSHOWVIUTIIETVPICn�SEClION50��5pI�ECTF➢ '
� � W57HST q - ,. av7F��E�uo�NeeR.nFrEaaeaucEniErvrfnecnNraacroa
� 5 ¢ arv� pETA1�5. n�� COSi: FOF HCMuvu„ pI5P05� G LT
T ��:—� _._ .. _ � �, SI�ALLPII�VEftlZt'M1N�UVERv.YInGE%I '��F��IC ,
'`'� S1PEE151NACCOP�M1rvCEyyITHTMEPROG AECF aTi0N5
1 � � COi.�PACTIOrv, n��0 PREPARATIOH t]F SV RA�E µ� 9E�G
\ �oL y COVSII�EkEosueslolnt�rrOr��IEAPFLiL1�LEeloliEMs,uuLESS'
L OT�IERWISENOtEO.
.NF1M11TONAVE ����ciwscixesrsrnsraF iw�.� iur�.�r�wr�,oiwesrssraF�r�E�r� �oc�r�iw.s»>wesrs.rrsrneeriw.0 � � �
� I �s�cocrs ��'�C Ek�EsS>nnTLFIM1LGENENnTEOFRDA1hFEn5rv�iC�NT0.INING
` ` AE J ��,���Y ��`4wrns(i - IEfSin�Fsii ' EYiST]NGI;ONCRET6Bn5E55HPLLaE�lE�45FILLAInTERINnT �
� Finc[s �'BRUwHSnuo ��S��p�vN ov[�nr n�iaNrsinnncey��Yli���)�t�ai.iv- � LOCATIONynN01N4M1NNNEfeNpIFECTF➢BVFEo-;G�iv,TMEe
t �} y CONIIInc�OR SMPL� PFOYeH�v GA0.�E. CG�.ianCi tinp SHnF
_��L SllCHF��� M4TEHlM1LTUnC�'[CVEIHERE4uilespSLiBGRAfiE
'�FI! GI15nOrct/n.T� ELEVFliIOrJs allo LH' ��55 SLtlPES UrvLE:s aillERv:is� pI�EGlEO �
� ' BYTHEErvGINELR. -
r' ' _ .. . . i __...' .5 ...._�., Ci
4 _ • -1 ,i��1�S:1 -
!\
W 4TN ST
5�� ,�1 n
--�-,._ i __' -
�W . [O •�`••• Y
l= r �,
'4J W
I n7 W
`= N A��.-� � „,�.,�,�,�.5������,,,��
�r . n�.��xr�suin�ki,rxn,in� c
'�: � "' 'I LL 1+� ]I ]lix._i_?
SZZ . [I�:�r\tilll�.li.`-ii.l�-3'�IIY
5 � ,. wSrH sr � ' FORTWORTH ��iry ar- roRr wottTx "
� y� - . . � �. � TE7C.45 =
:
� � � ' WA�3'Cit WATER llEPARTNIENT `_
; %�c: �.��„�»FS�s.�� 0 � -
'f rI;£nnucF�a} � _
ClTY OF FDRT WORTH
� � Ere �::�Ps�y F- . WATER ANO SANf iA17Y SEWER
�. , �+ �� r���� rii. iu. e:-`:> � CONTRACT 2070 WSM-D �
r w,e,sw<ir«�.�,c-.i„ ' ClTYA1dOJECTNo.?I134T9 `
�
� f � z.
�`B� - PAVINGlMPROVEMENTS _
}r:3_s w6rHsr (20F3) e
:��� ,
��� �.
�o �p Z.... _ . . ._.. _ _ ., _ . _.�.�-___ � � �s I su�= I �� I -
eed,8 - - - -.`-._'�'. _-..-'.__._.._-.__�._.._. _._,__ ..................._.._.�_..�._-....:_-_.._.,..,.--�._..._._, ��._�.--�.:. ..,_�...._:._.___._..�_....�---.___--__�_.�__w-,..._�__�_,_._._�.._.,._..�._._ .� _ nrunn ,_,w cerzs + 6) �
o'��EEr
0
�
k
a
t
�
e
�k�
j;��E
�����
�-
r
�
�
�
y 7s
z
�
_—L.
� O MERRYMAC ST
ti
� u, — -
s �
� riaie:�H��eN�E � wu�feM�,nvex�� � re�.: ��
� LOCM1lIpN �6p-EnS�OF 111CJilfON il0�wE5TCF IOCAl10k2W7LVE5f5jN
� UNVVEAS�FYpR�YE�WNj CVR�jIESiFEET?W�d�_ AVENllE�[��� , �� F
J �.7�IIh�nL '!5'Hh1AG' 7"NMAL NikEag �f0.'Eu7
l.i.'i@lia'�IAArEA�A[IBAOWN )�BnSE�WTERIAL�FIROWN 7.5'AASEMhfERNL�PROV.'N ��cniirNJ�•�o'WfSTpFCpAaougTl�EEr�W:11
= C�nv�v.fANfl4wii�uefE5i0�+E� GwvEvsnHnw�iHiiuesm�E nTEpfu.'3'H£SYSfi�
� Y�s�'nRN OOIMNN ��4.�r. t�1nYl[a�hy��� ry cLl• n�.� olimvrv.nrvov k'rFl9RC1[EHl
c xErors � a RE[� • i •. ENu �
�=�' rvUv - . .
�� .ial GOB�iOwxsnNor�r �. . F�SnNowin�tr,uES�O.ve
a �. _ . . T`� ._ . 1 ' - CYCtnrwin�LluESI�Wen�TBR�Ck
Wtrhy
TL �.��... ..—. . i ! _ ...__. . I
... -- .__—'_ _—
�� h wsrrrsr — � . ���„F - _ .---
nipN' 5�:� x'�s�5i��avENUE �F��� b,'E ���� n .
HU�
�• �� n'�c tOGl��k aev9 wF.sldrilnveNue �w:.�
MM1i[Hw�IsnoiHxG,��Ev - - c
��t'l�� l8u9V:n CuiEv snNf�
SnNO W�M�L1FliErsnrvowin� �iufs�aryFi
� O +�MESiOnE � o'� uowx5nH0Yctnvw�ii�LnrE9Tt]vE(u_- �
Q (�] }I�PL. �]. Ml� I�
� � "' �' p
� q 3 Z a
O U
? - s U W 6TH ST � �� � - U
-� . _._ -. - — • .. i .
^� -___ �.—. . , ..
I _ " _
. � �.—.. . . � -r�..w. ,. �.,. -._. .._-.., -. ... . ... � - - . . .. ..
- IP[xClli[C Mp ,i Qj
� ir. curlrva.l1 sndconr
F ifF
-. . .� .. .. 1.Mm �>[rt5FCe0rvJ1i��3
� � � rMniln fn si � /� I .
I
��I II\ 1r {
Gu[x[ifMSk �` l`rii : t� j��\� VnRts
utw�n��rPe�ns� �.�-.�.5�-.' t - �o.�si�rvcmm�c
- - - - - \ n�emervr �
� �- uxonruxu¢osuucxane
' +*ExI�LnFn y�� t�[r�.��w.fi[�` CKi�
pVrI6111x1 uAv MEx'H -
� se�uvx�susio��— . ,
ov¢nuPo�a=mi�c �-�-� �•�-�-
Fnumr.e uia —.. , .'1 i'.. . �, . _ _ '
j.� �t\.
/�
�FULL DEPrN REMOVAL OF CONCRETE SUBSECTfON -
� rvorroscate
�]20i �OITEuaaAnaYRSPHALTPnvENEu�rtFp^iq
(]]u] tu0�ol�s[1EGTB4GFu� �nfOn� '
_ _��3] i�o�0ioilEeeBFOFfENTFORwnrfAlINESILMCnnnf�5Aut1ER ` _
REVfSlONS
� p erssursHEei _ __'. ._'�";;
� � �
a p� �
r�
CONS7AUCT10M NOTES ry
� x
��
� CI
��. J �
GRAPHIC SGLt
M��'
..,: _ L�
}_T. . - ' LCGL•Nb _ ._ _-_ _
S
� + ,� PULVERIUTIONAN�QYEpLAr
I
'i I. PIIL4ERIZEII'qND�A1%WlPiltipOFCEMENTpER5Ol1-0REV0.H6 �
• RERIO4£]',iH[xOVEfUnvvyiih')'pGh=:7h'aFOH�AaC �
T BIITfIAunin��T�EIrvS �
� 3. 1FCONT(�nCioa�HG011NSEH5A01FFERErvTEx�5i5EGT16NTHN4.
`.� WHf�T Wn5 aaov{OEO CONiIiACT01i SHu� ininiEniaip�Y
. caHrnciencwEEa. .
� J. WMEREExIS�iNGCONCREf£3/vSEI5ENC0�rvIERE�TME
, GON�H4GTORSnnLLaEM�VETHfEN�STING[ONCFETE�M1SE,
' SSOFiIIICKNE55nrvpqEPIACERwilH0.RE%BPSE �
SECTI[lntn55}la'NNiniryEt`IPIChLSECTNNs�AASoiR�GTEO '
Bv i��t ENGINEEH, n�Efi REPV.vEn�[uT, T��E COrvTknC10R �
EI111[ nryp OVEFUV YnE E%ISlI1�G nyV��n�,i �
STFEETS M ACC9POArvL[ SviTN 1HE PFO.fECY 5PECIFiCATIONS
/W U OET��LS. nLl COSTS FOR REn�ovn�.015PO5A�, GvnpiMG
� camvncnory nwoaaea�wnTioNOFsuecnnaEsi.n�,�ac �
CONSI�EREO S��SIOIARY TO itiE M1aP�ICM1HLE 6101iEF6, [INL�55
DIItEHWISE N(}TE�.
EMCESSMnTCFN�G�uk�1�FE�FR9MnkEnSNaTCOk1nW�NG �
EMISiING CONLRCiE 9�sE55MnLL dE IlSE� a5 FiLL�.iqTEplqLAi
� iloryS�N�IN0.M1LtNNERhSOIFEC]eo9vTNtCITy.IryE
COrvTli�CTOR Slvy� pNOPEHLT GRnpE_ L nNOSHNPE '
�� SUCMFILLM11nTEa�Iqp(;�iIEVETXERE0UR1E005ueGa.w�
� E�EVATI�nSnH SWPES 1111LE5S0iNERwiSEo�a�ciEO
, 9Y SHE ENGIN�Ek -
f � ` _�s� _
' ' ___ ❑
,� ti,;' _
r
_ Av �►-� R, ; , ,�, E,.,��� �"�,,,,
�•��R111,3\?4111' �
F[IILL i:llli)IIY-_J�
n zn,s w;c. n,. i�.>>eu j:
i'OR` _ T WORT}� Cll'Y OF FORT WpRT�E ;,
�/!" 'iEXAS
WAl'EA WATL-R DEPARTMGt�1T =
ClTY OF FORT WpRTN
WATER ANq SANlTARY SEWER
COMRACT 2020 WSM-O
ClTY PAOJECT Np. f 03419
PAVING fMPROVEMElVTS ^
(3 OF 3J -
nanwrvkp hlA50 I SrMr.'� I un I rtt =
� Pc!'S �GB r
�
Y
�
I
3
�
�
z
4
4
��i �
9�y V
r�r��
�� . _
�xrEnw, i�naes ��wqe�emnse� „� f
seputµWnYlvnRiEs—s[EPVN� o.'.p.vsi AIEs
��� TE WN�E PnRmvnv Ivut ES— SEE Vv�x�.—
�Solt —SEEPwiI� � ,�-£u[s—SFFHnNI
1 r e' [.11RB PnvaFA 5 T T IOnl c' 41uB r
I �iFER£R��nµlo ��y.. 1 oER]elti 1Eosu ea�'n�N- v�eit yi BVA�G�REN FSECINifW'i�
'itMNhl � I � v��li( `� � urE �u'� FEF��ribisosx ( acivEn�.� -
�r
� COmP t �l I � 11l- '� . Q eil
� FE / . . . . ' • �- couePCT16
:I .��—� a �\ �,ccEr.n�
6�` c � �
C LIMESI dl I S�nnl�lio��aG�SE 3 �_ J
W 915vf+CF�_CTOrvvxtt]]� �Hus�f0.+11���rJ , �,w
' _o�v5iAllCiiONOFry �:t�k6nr�p��vrrq
OTYPlCAL ASPNALT ROADWAY
rvoT io SCALE
..a �e: r �� � r � . „ � �•. ���� .wo n.W.o �..�_
� �f=�,-� I f1 ' � •3a ,...w����..,.,�....n��4.� „U.
��r \-I ,
n..��..,,�,,, ,_— �
O, CONCRETE PpVEMENT TRENCN REPAfR
69 NOTTOSCALE �
l-f.'�� /aoS.�i� wNCRE�E H+vert�Hr ia[f�[MRkP�w
uWCf � rMniCHExn`l�T� / ��Sk�Me�EIPn�
� PFP SfC11GN it 1� x3
I �
f �
( � � � f� vnAes
�� EM�SIMGIP[a1[O � ��`�vtMu��
� SupGaAOCpFnNY�
` NOL511111�E� SuuGxuoE
' SE�[[ipa(XFIu
.�.Ea��,� j , .A
SERO(!N ls`Mt or Pnv[M[x�u
�v9VERNPLCoI[anl[ ``� ` � `
� FnpR�C:a'MN. � ` ��
� 4' M�n. n o 1�,. ` �� I,-
At0.Y.N ��^` '� EN[anoYNPktlE�
iNInIIWe[fiorFq �� O�rve
sfS�ONJ�05�0 -IT� � �rt�SNFPap[cVE%
; M��_�K �sE�,�o«�3�,�0
, °"��,.°
NEbb rvG
� I r� :IR;
_i
' , — —i�mix.raexcHwnune�unna�,rn.i
xoGH�UNI�W�1H� I GA9UINWnILi�
o•xesen� nr.�en.
, BACKFIZL, EMBEDMEIVT, AND T�MPORARYASPNALT
��PAVEMENT REPRlR FOR WATER LlNES
`] Npf TO SGLE
] J INriE4PdRnRYAsw✓�LranvFnrENrREM
(' +�R�l Wcli/�t1lAIOAI
]JU� �0�0 L LE0.w n�Fq9 WAiEAlWES i1- sw.ALER
�Hr��cuxErMRumns rvre�o�iuMc
s�wcu.[rru.i r^c.u�^�l �tnmor,creu
/ �P�ECIONJx�AL
/ 1 � e �� re s
J �3
� i �.. /1� 1 vaeies
�- ¢i. �siIxGNMnC
� � un re�EMen�
fueoanoE I�f sry�l p�siuqo[o su�GP�IIE
SE�E[IBrt[[iiu
mni[nn�Nn �15auxAF�LL
sf[sox3iu510 ., P�'�FMExI
Fal4i�[taMxllE I. ,`4-4Y ,.
. Mu f � r ~ npoRc1aaounu�i
� ` , � �,u�
��'� ; �s�.on��PEA
ti �SFCItlx33osto
_ M,ti � �� _ � � ���.
.- -....-. .. �. � .iPEN[ rtl�MRS . ._�-. .� P("II"nM�Cy4 !
W CYi f�YP.I � � KC�T � F[Mraask M
lC MIN SIRION31� 1 �
r � � osA
� ,�. = x t,i . . �i��.,,E_
� - � � `E� M��
r�-f-�= �_ _ � «u�M�;
SUNc.�[HII�PN�1 -_'--�� — �nbisiunpE�511BGn�oE 1
hC[GIi�nN[[w�i �� ^ � N�e�NA£N
s[[fON330 !o P�YtmEN�
a[.FOiE11LLE ` ` �'-� �`�
VV'A5N�C_a"Mln. I . ` ��.. . ��
� M�K �I .. . --_ , . . - ;
�� _
FnBH�[ nAou��p bELumc
�$/ � ivshNPl'Ek '
� �scnianaeos»
.Mix1
6ACKFIZL, EMBEOMENT, AND TEMPORARYASPNAtr .-'
OPAVEMENT F7EPAlR FOR WAT�R SERVICES
s rvor ro scnce
nsWvi� �P.�v[ieExr xEaprrs -
�oS iJ.�_15EtEc�uncKF4i IM1����
(3]PSiO-01���EM&ep��GNlFOALYA]£F[INE512�AMJfANO.seu��EP -
iaEu�HnEPniauMns � nrt�n�nr,v.c .
snwc��ir.a.� 1 ,nc conr, � t�e�uaSEFuI[kr� '
� � ° �� �renseninx3xoix3
� . / I
� 1� r r_—_ „\ , vAx1E1 .
�%�:ViMe ��MK
` /
SV64RME Fnrvf] � `4N0'.S�xnEosuR4quDE
Sf �En ana�w enPFlu
K F • ]5' �NOfI�
s[cioui3G'� W ....� . � . P�nM[n� ,
OriA�G'OI�NTIIE `
. I '���
n Mn�Hn[xF�� � �nFN[��GEOttnn[
` ', `` f�eR[anoVnLOFpp�xG
� lI �/ .
P P
� d
I �SH�orto[xnFP i
��1� SpRON 3305 m
�Eoox��� '_. .,��, z�
�
— I ix mix.in[n[��wau(�Ukxnc.{rv�� .
BACf(FlLL, EM6E17MENT AND TEMPORARYqSPHALT BRCKFIL�, EMBEDMENT; ANO TEMPORARYASPHALT i
�S PAVEMEN7 REFAlR FpR SANI7ARY SEWER SERVICES � PAVEMENT REPAIR FOR SRNlFARY SEWER LATERALS �
L9 NOTT05G{!� 9 NOiTOSGtL-
�J[ui �a) �FA�Rv�SpNnLI FnVfe�EttrR[vn�a �J:Oi iN� ifnropaaRY.tSPNP1i P.�I�E�IEnlREenin
(]J ISFLFCIB�IGYtLL�uoo� ]lOitvLYM1Il+`£LECIflnGlFLLL�AC�O� �
1 VE5 irl-
��3 10.P HIEM9E➢MEN/FtlfiSt�vFR "- �Havu i�G[i: � tu-ulug�pMgEOMENiFORSf E OwNCtir
REVlS10N5
� � nn�inw� � �.��e._
� �I flk.155VE511EET � l�ILS ��djY3M5
� o� �
, o, ,
CONSTRUCTfON N07E5
� � t 1�
�
X
�
A � I{11 til�\I\11]'�\l'L, ll! '� I 1[
illll'I'Nlill114 I\ a
. n...w. ILL.ini14� ."i""
�u,�nnia.<<m�i i�n�x
ORT WORT
W.4 ]'Elt
c�Tv ar �or�T woxr� "
�r�xFls �
WATf�RDEPARTMLN3' -
ClTY DF FRRT WpRTN �
WATER ANP SANlTARY SEWER
CONI'R,4CT 2020 WSM-O
C7FYPROJE"C7No. iQ3419
z�
PAVEMENT REPA[R OETAILS '-
aE:rcr�o� hW5 I s ue' I ni1F I .:�=[ '
O��m hWSO i=20' Ocl-25 v69r �
�
�� �
- �I
.:.:. �,
� �� / I �..�..m uu�
'C
.:.:. L
�:�:%f.
:.:} �.
ACCEPTABLE 9ACKFILL
rvu'r To scr,�E
�
CONTROLLED LOW STRGNGTH
MATERIAL�CLSM)BACKRLL
t�fll i[� :tinLE
r-� ��>r�,.:omm�uen�n•,vs:nrncniM,�.emn�w��n�o.crcviu
SELECT BACKFILL
rvf1T TO SCFLE
nl u. ..i oiinzl5t�[c r ur.cki i��
F...... . . i �M w�
.... . ,......_C�.
..,.,� �,��.�.,e � .t:: -- �d,d,_
��:: ,....::� `�.,..,_r .
f �'\ �� '
1 \ �'% .`\ �\
� t�.. '.h.: ,\ �,,, ., n .m.,.� n
,.:,w.,m„��y�::: ,\ "s'w,,.._a.,n..
� w -i
��s, �.��,.,
� LIiY[1FFOFYrvORI�LYEua woix
�N �swooa
.._.. L�� •� . ... TRENCF4WATERSTOA 930510A006
RFVISlONS
�+ � c,.�.,ti�„tw
p aEass�fsHrri
p
, p
CONSTRUCTION NOiES
CEMENT STABILIZE� SANO {C55) BACKFlLL
H�1 IU s�'iuE
]lW.i�l] .I.tI.En�si:.aIL13[o:AN01�:4s'�H2L'..IILL
��_�
` ➢,,i .. / .:�
�'' � ,; �m,.
�,.�.�."�ti L��<.
{�-�����-����—��;�aii
:'= ���
i �`s5� `-�t
:�
�;,;;o �,
A � iiunvinvtvintinw
1-11kT1Yt 11TH T�' I �
�, �, � u.e u.� „�..o���... �ri.,i�wi�nnn,a; �' �
�� �...,�.�i i `�- n�„ r i. n. 3
, �
q,,,,,,,,,,� � FOR� CITY OF fORT WOR7"H �
� 'FLXAS �
' f�/Ai'I'.I2 WATERDEPAR`fMLN'C �
C17Y OF FORT WOFrH _
1 INATER AND SANlTARY SEWER
C4NTRACT 2020 'NSM-D
CONCRE7E ENCASEMENT FOR i1T1LITY PlPES CIFYPROJECFNo. 703479
NOT Tll 5(:/LLE �
,»�s�o.o�,n�o���+�ear,�sMENr=or.vmirrire5 ��� GENERALSTANDAR�DETAILS �
1
�� aF z� -
c .um nw= -vc ar , arr —
,_. , ^___...�..J.».!_,...- . ..: ._ _ ., � ., _.. _ -�.,-..w. _� ow�wx. rtraso + s I E o�i-zs I 70 �
,�,. ax�„
�
_ r�
�
J<
------ -. - __ ..�.._—____ ___
t0
3 �. �n
7 : m
� � �,
1
S� I
I ran ��rl—I � —��_�.:_
�$ �.�m.sva
l
� � ��'� ; �
t ��
�� ���._� �� �
�
�
� ���:�. w.
�
��v��_����
�
�
� 1-INCH STAkOARO �PLASTIC METER 941( itF
�% 81-INCH METEFS� �LGA55 A� 3] 12 10-�113
� � � � E �
�N �V �
� �,
�� 'p oucn� R � ��
_li�l���pY PwiK —
L4
� � ��� � � � � � � :� � �
e � / � �. � �`� ��Il I � e �:I I � 9 �� f I
.�. � �ishe �' ro'�s�ine¢�u
�x�,°s cssw� �a,W.�.�...�w..,.
!
7
S
''r
i
�y�l WpTERCRRRIERPIPEIN57ALL.4TIaNIN �
'r STEELCASING �30524�0106
� vn }'Fty
�
e�e ...,��. o �� �..,p.
� ar.�,Fco�:,v,oF:HiE�� tia_Fo-�2,�.0�
OIICTILE IRON PIPE ANO STEEL PIPE
GA51NG8NNNELLINERPLATEPROFRE 3]US]4�t08
�„., REVIS10N5
� 1� t �ssut s.�e, n�,�.F,. r�..
1 0
CONSTRUCTION Na7E5
����iv�oxs
� ��\�ti��'
�u' � `�
c �
�A11625a �q�
F,w��
�
3<
Irfl sii�l�lll M1vt..til.�l'IL II!�U
�� L � � �iikl WiiNTF1�T\ inlii_ ❑
-` i f.L., i F I' i HiY�_J__
i Itk�ltiltL[�.M1��F-IhiIF
S o
� OKT WORT crry oe Fo� r���a�zz-x ;
', TEXAS r
i a
WATFR WA"FERDEI'AR7'MEN'I' �
i
CI rY OF FORT WOR rN -
� WA7ER AND SFl N1TFl AY SEWER
1 GONTRACT 2020 WSh!-D
1 Cf7Y PROJECT No. 703�F79
�
� WATER STAN�ARD �ETAILS ��
� (1 OF 5}
}
� —
f o=s,r,.veu nras •�,. mi.e snee� —
`_' pA,�wN. h1�M150 I sL� Y. J Oci�_5 I 77 �
4 p�-. _._V__�
�
`
S
r
{
1
t
`�y �XISTING HMpC PAVEM�x71iEPAiR NL`��ue�JW':�� �
T AROl1N0 MpNHOLE �COkEj �30513-!]010
i
�_� .,m, y. sE���,
^=� E%15T1NG CONCRETE PAVEMENT REPa�H u
T APO[IN� MANH6LE (C9NEj 399513-p072
F�." rGY! �
.,._._...�._�C„A:��� `.. , /��• R
ne�'� � �Y.�-r. � _ . �....,d . . .
:� � nN� �l
�r V �� M1.,
��
/ f�
.: f,� -� ��: �:
=al � '�
� � p �� ,J.
�1���
� MANHOLErLI�A55EM9LY. Lt���E �. � 1:;4:
UNIMPROYE�SIIRFACE�FLAiTOP� �30513-�015
�.
'��u�.
� �� � '�;�, _ � ��
� ��_ ��
•,4.�r ,� �
.e� �A o,
�,��
� d�w
.y ..�,. _. ...
F v;.}�u�..ry.k,. .
�.
SF�n�w _
t
�� fI �F,w �s A�-."�,,, .��, 1
1.... .__ 11YDflAi1GC5L16E 7339 '�
........ ._ .� . ._ .. .__�� . ,_ : -,._ ,� _ 1012R020� . _
REv1S10N5
p E usut sH_E- a��.,�� �.,w
j Q � . - . ,
0
CDNS7RUCTION n1pT�5
i� �~ ~����
���25;�irt��
[�
� Av�.-� n�,��,��,��.,��t:,,.,�
Ttyt�n�'EI, I\ 'n'��C
f[31'LL.iXlll'�1�:�.'_A�:
'I'!.\,ltilir�� ��� h�l'IiIF
ORT W�RT ciTv or Fotz�r woR�-i r
TEx.as
WA�I"FR WATLR DEP.4RTVIEVT
cirr oF FORr woRrr�
WATFR AND SANlTARYSFWER
CONTRACT 2020 WSM-D
ClTY PROJECT NO. 1034Y9
SANITARY SEWER STAN�ARD �ETAILS
(1 OF 3)
nrsmv o- M1,�S �_ .�re .tinEE!
ozv.vrv. 50 - Ocf._5 I 7)
N
X
a
�
N( � ' � � f���.� l�.a... ..m� ( �ao�¢ /
�
m."I'""'w I_�'.�f� l"� ��.�.....� �� .,,�"'f
\ .✓l�'l �� `nr.w � , ti
�..� .,o � ��=�
v sE�no� �Fw �� ��.�u.,d
_.,Q r
�(
�,
�
,,
f
w�^iwwrn�,r r^.`�;"'i"�'" ....�oda_
�� ��
_�� Y� 1 ,����
��9�¢m�n�w jI ( V�r-rrc*� %��
� r� �.� ��
� � r..�..n, � �..,,,,
� �—, } �
� ��j ,�y}�. i
� "��.e
�v�, �������s�� d�
�I �ilruriiuN�ur��ntii.�Fxn> .�[cr eu����:
COµ57(UICTIONJOINTj6ETWEEk 32����3-�i12
` E1(ISTING GN� pROP�SEQ PAVEMENT�
(
l
r
4
r�
A°:
F�
i
�F��`
#;I}jc
�F��x __..�..
�I� ��filwi:i�lx.i[ct.
EXPANSIdN`CpNSTRIICTE�NJOINT '�L'�L �•L�'YJ1�
(BETWEENE%ISTANOYRaPPAVEMENTj 3]131�.�5it
`I
I�rwRw- iuw
' 1_ ,R� � ' _
_1��,.�., i�..�
���Y� a��
� -,
� ��.�-�_� p-�;.��
r- � �....
�
__ _ REV1910N5
o [( E.65uk5r[ei nentxn�:.w
oA
0
a
�
�
�
�+ p�p!vv..��ii nn11IIrrVV���� P0.VE� PARKWAY SEC710ry5
TCPIGAL PARKIYAY SECT�dNS �2'�3L3�•0526
caMsr�ucrron�,vor�s
yf o �� u[�
����� 4
�%` [+i
11�T
/ u�� �.c..�
�.� (1 DF 3}
cs . - nias .Lt rare .+�eer
� cwnmv � ISU I.sL' ' Ua_5 I 58� �
� , ,yr�. �
X
� A�.��i �����t.,.,,�,,�.�.��,,.��,�,
Fuk'flv[�xni,ia�nlii; C,
cu. I kL, ix: i> �iiK-�! �_
Ic.\,��Ilct� no.�-'�7iiIH
ORT i�QRT ciTv or Nox r woari 1 J
I'F.XAS
WAI'[�R V,'A'1'ERDEPARTMEN'I" �
CITY OF FORT WOR rN -
WA7ERANL7SANITARYSEWER -
CONTRACT 2020 WShf-O .x
ClTY PROJECT Na. f 03479 _
�
PAViNG STANDARD �ETAILS �
,-._.- - . _ .
�
V
l
I
�
4R'�L'm'4'W'iR
�Y _ �/ ��avuaio
I`.
�we � m n►�
EMBE�MEHT FOR RCP S70RM SEWER ALL SiZES
N�T TO SC3LE
in u. ii>u+u'11 �My[LM[4r rcia. ai r ytnAm snv�a ru, :'��_Cs
_ ----,I�``�I =�.�..�. I•--;�'r!
__� � --- � _._1 � _��:.. j �-- -F�,
_..�,�I� ��-��-� ~
�-�_=�rc01 T - - i --.....
�r �:_.�-_�: I i i
...�:� �`�' � ' i� � �.... �r.e^..
_`�� ti . �� ��.�:-
��i — �� �- -- �=�- — �I �
� �. � �...5� -�- ..�......
L
�
t - =�p" � �e
�, � .. � �� �
�� 5YnuppROFSTPRM oRnIN INLE�I 37'4� 1p-D4p5
�swEEi�OF27 I
�.^'��.�.� �-1 .�.i..
r T-� +�'�
- }I" �� �
-�- -i �6
i � � y�
I � I
.��, � ��
L
�.��....., ���. ow
rr�..... ". ,
: r_- .
��a� �
•�.�-�W \ � -.�I��r��� ......
�y��B�� � .. T �
� h �I
." .. _y��_ ..
s �':=z � �. —.tis.� � -_
_.. ��� ,i
� .. �M� .,..... _
,�� -�—�.--.—
��.� -�:� ..0
.r�' �"
s, ��,
9
e+.s e in� �4 j��d.�.�
�.---J — � e,u r�iw �.w. � t�.i
s. �: �..i
,._ ' l�n.�l I �... �
oµ�:�wi ,.� ���� dw:u.iri
��� STAN�AR�FSTORMaRPJNINLEf' PE
{SHEET20F2� I �3492i1-�405
REvlS10NS
ip �,��,,,.
M�� � Eiss�ESH�t�
, p ° _
�I4
coNsrxucnory Nares
yi`•�:�:�o:s
��� �
�
,�•' 110-' -lFS4 : �
'`;;M��
��u:xovs _
-�
X
Ca
�� ������:�,���h��y,,,��oz��
� A� �,�k�,v�,nT� n,��,,. o
I LL. IKI?1'i[IN-'A_
ncs.-�s wr.n. rc�,, r-rwn
�QRT WOR �ITY Ol= FOR"[' WORTH �
���:��5 =
W�'l�l:lt BJATER DEPAR'I'M�NT �
Cl7Y OF FDRT WORTH
WATEftAN� SANfTARY SEWEf7
CONTRACT 2020 WSM-D z
ClTYYROJECT No. 70.7�t79
STORM 6RAIN STANDARD �ETAILS �
(1 OF 1}
. ��uas Is,vr I r.�re � i,err
oFa��N nrnso e�o-zs 58� �
4�
t`-�
3�
,'�
i�_*
a �=
,s�4ly
�h�'N
_ a::
����i
i•�`c �
MONilCELLO DR
OOROT�YLN
� f .
\Q'e ��rf ` ras�n�x� ' � .. � ,��v
G��'f�' NnMrcrorvav� (� /r�Fl^���F� �
�\P' � � — — — — — — JYai�',L !'� LENOX OR <Sy
� o��, aAri�� rv° F"� �l' ��• �� �F'
I � � �
J � O
� ya
' AOTOMqCAVE \ / -,
\f �'fi o0
C
O
`�� �'A 8RISTOL RD �
ixwfrvinie�ravu / � w
LENOX DR � �L "C" � ` l z
W �
p � B^ x
�' H.4MILTONAVE U
O r
�worenHirre��nr \ ?y� � — — — � — — - Q
• C� �
_ _ _ _ U ��
�5 �
warrrsr o
Y
K
Z
W 5TN ST
a
Q
� wsrxsr
�
�
y W 5TN ST
� w
a
ti �
O x W 6TH ST
0
0
ti
�
�
w
�
�
ti
z
�
W 4Ty ST
WL 'D"
WL ,.F„
R�v1510N5
\ � ° �- r
��
=�`r� E ; o � �, s.�E, .��m,��. ., _
� � °i
�
������ CONSIRUCr1oIJNQTES N
x
GRPPHIC SULE
'�'_;" LEGEND
...,.,,- — — — aaoaoseowArEau�vE
PAOPOSEO SnNITAAY SE W£R LW E
OINLET PflOTEC�I(iN
cwusioHconr«o�oerc�n��rw�er:
, r�f�.o�.M�,aWs�.��aEAE��Ns�a,�E��,s.������,��,a�.w�
New cpr3s rn� mrs aaugci,
' n�.w��.u�ii.+nc��wiEnseorseoiucnr�ROMi�esiresiwuneri��weo
�������ov5.5��..,��. ro�AE����,rv,aH«�aF.,�.�.,.a«,s
' Fou�seN`�:;ian`c�u� w::E�:�v;���m,."�`�i�:,
s�E �eim�.t.u.�vo wchi,n.
s i�crn e��'o°isiN"c�i`owah���r.uRr..u.woH.�istiW....,.
_ ,.��;,�_�>, _
.__ �__'k.:.•,� w
f�-:.= - G
s�r, �
._.._ - �_
�
� A��� �„�,��.,.��„�,,.���,,,,����
��„�,,,.�,�„� �:.,,.,,,_ �
. ,�t<<.�,�„�.��„
,,,�. �,�� �., �.�,�,�� �
FORT WORTH CITY OF PDi�T WORTH ��
� Tex�s _
WATER WATI:R L71_PARTMCNT �
CITY OF FORT WORTN �
WATER AND SANITpRYSEWER
GONTRACT 202D WSM-D
ClTY PROJECT No. 703419
OVERALL EROSION CONTRpL LqY0l1T �
�1 OF2) Q �
c.veo nus scKE nnie r�E �
nwtnN n�nsn I''=z°�' I aea''s �, I �er
65
P
i�
d�
��
��
�
y s�
a f
�`'���
?c[��_
8RISTOL 12O
O
ti
�
�
�
�
WINGATE Sr
� �
aRo�c.:s�M w�oF�ras�caa� O � q
_O NAMILTONAVE �oA•'�W�—B-- Or`"w�N„�� "�" 0 �
O O � �
� ��;orecr srna.�� � w
r oH�r�iHirr � ti �
�f �P�ECI: �Shwni
W WL ����r �s4 —�� CH.�lNINL5T
WN ---, warrrsr
---„s.�,� —�----- O
z ���v,.�E� rrr����.���'
= wLEr � enp FG � nni � lF���aw
� OO �N � f�Ri E �
Fq WL "62" __ WL "E-2" O W 5TH ST
� �p �°- o : � - _ _
- oHnrx��Er �� ti wr u� �� vFarrcrasrar.i
crmw rmEr
yL rnuu�w�Fr
� W 6TH ST
h
q
O
�
a
O
2
F�
y
W
4
a
V W 7TN ST
�4�
c�qq`'F
ti
y
�
7
U
MERRIMAC Si
- ���Nuei l_
c,�
F-
h
x
U
O
REV1510NS
_�� ' 4 �ovsxeer .' _.. -
I m � a.�,,,.,:.w' .. ^
�� � � �
CONSTRCIG7lONNOTES
�
X
GRFlPwC SGALttE
-���� LEGEND
... ,.-. — — — vaavaseownrErsune
FfiOPasEo snMlakv 5EWER�INE
OWLEiPNOTECTI9N
! ���Rw�wn�iV4.�WE�f�FFsEau�FmErtWns[.�fe�NII,L¢E¢onwG
,
�w,� wu.oE cn�w��+vr-iEo�o�wn�ii� �i:wNut�>��e�Pi�o,ow�e.,
Ek�x��a'��'rz„�ns;'�°c°Hu°w�s��wes u
_ .,la�, �., -
.�� , � '
�A •� G
r
�. A��..-�: ��„s�,�.���,��s�,��,��,�,
��,����,�.����,�, ,,,,.,,�= �
ILL iXl�i���Y-,i„
i i_� }5 i<i ��. Hi. 1�.1'�II� -
FoR� WoRTx C]TY OF FOR'f WpRTI t �
� TEa.AS �
WAl'ER N'ATL-R L7t:PARTMChfT �'
CITY OF FQRT WORTM
INATER ANp 5AN17ARY SEINER �
COMI7ACT 2D20 WSM-� a
C1TY PRDJECT No f03419
aVERA�i. EROSION CONTRDL LFlYDU7 =
{2 OF 2) � �
amixwNFf� M45D I Su�t oU � R� I .sv�F� -
� Gkl-?5 b5
SI�iIfNC[ `�
�SEF �ein�CiryiSSHfrll \
\ 1 �,
0 0 0 o L F� ��OLx
. � . � s�nvutc�[
� z r �
p ' " - ' _ r7� 2�`,�
o e PLAN ViEW
PHASE P. ALTERNATC 1
�CUR8INLETPROTECTfON
ds � ren r m so�ie
�seroEreii��i��ssn.eq� p�"
� �.� ..C� ..d� ..
� . � J swi �vnrEo
. �� �
' � ����°',o,�nMo„,�M- -
,
� t ,
, - o
n � . , � ° �s�°���°
II� ! ]
�._ R i � —
_ ., � `. u ,�
PLAN VIflW
- PNASE 1, ALTERNA7'E2 PHASE2, ALTERNATE2
-Y Oa CURB fNLET PROTECTlON � CURB lNLE�T PROTEC7YQN (STAGE 7W0)
� �:
NOTTUSCnt= tl6 NOTTOSCl�LE
���;;;
F�ri
� CMV ALOCY
� �.�.�
_ �
/
_ /
% w�
/ iii,n
/
i �
i
i
�
Ht�a � ��N�
PLAN VIEW
GaG.ii�o
PHASE 2, ALTERNATE 1
OCURB INLErPROTECTfON
tlti NpIT05l.'�LE
� INIFi
I •
REV1SlONS
Q E'::SHEFt "F��N�^�....v - 10�:1.�1of
. 4 N _ � N
. C]
cousr�ucnarvrrares �
X
��.,�„ =
��� � w—� c,
,µ� .�
�,�',:�;��� _
� l�i,,�� �,����������;,,�F,,,:,,�t�2„�
'1 4��lIV I �4��X1'il, iti ynlll' a
i.. .. 'i'I'I.i I .IH _A- �
'I'I'.\.l4 N1-[i. IJ�iI'�-I"InIF 1
5
ORT WORT �'�ry or roar woaTi� �;
TL':(AS -
1'JA'I'L;R W:�'TEItll�PARTMEN7' �
C17Y OF FOR r WORTN
WATEF2 AND 5FlN17ARY SEINER
CDNTRaCT 2020 1NSh?-D �
crrr�Ro.r�crNo. ro3ars _
EROSI�N CaNTROL I]E7AIL5 �
�-
L. �
o�r.^sc�ae.,� nrnso I sour. I n,re:a��-es ? I 58Gr _
�
n
Nore_
PHASE 2, AL TE'FNFITE 3
Os CURS fNLE'T PR07ECT10N
ro rvarroscue
CPN 1D3419 ADDENDUM N0.4
Water and Sanitary 5ewer Replacements Contra�t ZOZO, W5M-D ATfACHMENT A
This dacument is pro�ided as supplemen� to the Water and 5anitary 5ewer Rep(acemen#s Contract
2020, WSM-D Cpntract Documents.
B�low are respanses to questions for clarifications that may require additional information and/or are
not addressed directly within the contract documents:
Q1-9: ltems 309 and 370, respecfiv�ly ca!! for FuI1 Depth Removal and Ful1 Depfh Reconstruction. The
quantify closely matches the area shawn on sheet 68, but there are no defarls nor explanation as
to whaf these items consrst of, nor is there a paving ifem thaf mafches. Please explain.
R'!-1: The re�ised Plan Sheets cali for the concrete hase sec#ion #o be removed, renlaced
with Flex Base then to be Pulverized and O�erlaid issued b� Addendum No. 4.
Q1-Z.• In section 1 there rs a tata! af 8940 sy of 6" flex.base. !n Section 2, there is a tota! af fi037 sys. !n
Section 3, there is a fotal of 1075 sys. What are these items for? 1 see nofl�ing thaf maiches
these quantities, nor is there any detail that shows thrs. Please clarify.
R1-2: Refer to the revised Bid Proposal and revised Plan Sheeks 66-68 far adciitinnal
details and updated quantities issued bv Addendum No. 4.
Q9-3: There are 27, 8Q0 sys of 3" milling, whrch matches fhe paving layaut on sheets 66-67, yet no
asphalt quantrty to match fhis.
R1-3: This bid Item has been remo�ed. Refer to the revised Bid Praposal issued b�
Addendum No. 4.
Q9-4: Please explairr the 5tabilizafran quantities. There are a combined 28925 SY of pulverization and
the same for 3° asphalt in sections 9 and 2, The cement quantity mafches tor' those square
yards. Where is all of it. The paving layouf an sheets 68-68 only show approxrmafely 3850 sy of
pulverization. Even though a 9000 yards shor�, if roughly coincrdes with th� pulveriration quantity
in section 3. The pavrng in sectron 3 matches this pulverrzation.
R1-4: Please se� updated quantifies and revised sheets issued b� Addendum f�o. 4.
Q1-5.• There rs not enough time in the contract, the utilities are well over the 500 days Jrsfed rn the
agreement. Could you change the contracf time fo 720 Calendar Days?
R'I-5: The contract duration has b�en revised to 620 ca�endar days as reflected in the
updated Bid Form.
Q7-6: ihe temporary asphalt quantify in fhe water sectron is short; if Iooks like the services weren't
included. The quantity should be around 16, &00 LF
R1-6: The revised Bid Propasal and Plan Sheets include asphalt surtace repair for water
services installation issued by Adclendum No. 4.
Q9-7: Please make sure there are bid ifems or thaf there is allowance fo cover surface repair arrd
unknov�n rtems in backyards. There are notes in the plans sfating fhat fhe surface repair is
subsrdiary but that is not fypical, the city typically pays for al! surface reparrs. There is no way for
us fo know or quantrfy whaf rs going to be encounfered on thase servrces wifhocrt walking every
orre of them, though we have tried... Most of the residents are nof home during the day.
R1-7: �he Re�ised Bid Proposal includes items for surtace renair within the back anc! side
vards issued bv Addendum No. 4
Q 9-8: We need brd items for removing and replacirrg RCP. There are multiple places fhat we cross
deep under 24" and 36" storm drarns and will most likely need to remove a jornt ar fwo and
replace ihem due to fhe angles and depth fhat we crass them.
A-1
1of2
CPN 1Q3419 ADDEN�IiM EVO. 4
Water and 5anitary Sewer Re�alacements Contract 2020, WSM-D ATTACHMEEVT A
R1-8: The ravised Bid Proposal incluc�es pav items for RCP iss►�ed hv Addendum No. 4.,
Q 1-9: !s bid item 3 in unit 2 far the 20 LF of 15" ducfrle rran sewer shown an sheet 94 in the plans? The
bid item says " 95" sewer pipe with css backfi!! 6ut the plans ca!! for clsm backfill. The rfem should
specrfy the type of pipe. We will also need fwa manholes for that lrne, one at each connection
point.... Sorry, PVC sewer, nat ductile iran. The existing sewer line is concrete pipe and we can't
tie pvc info concrete which is why we71 need the two manholes.
R1-9: �annections may E�e achieved usinq Fernco Flexible Coupfinqs or an appraved
equal•
Q1-90.� We nead a bid item for 8" waterline lowerings- not shown on plans
R7-70: Please see the revised proposal form issued bv Addendurn No. 4.
A-1
2 af 2
��RT [�RTH«
������ -
d�1
� ` .
�
}
ADDENpUM TO INVITATION TO BI[3 NO, 25-02�1
WATER AND SA�IITARY S�WER RE�LACEMENT CON7FiACT 2020, W5M-D
WATER DEPAR7MENT
ADDE,NDUM N0. 5
�ATE ISSUED: October 20, 2025
INVITATlON TQ 81g (ITB): 25-0241
BI� OPENING pA7E: Octol�er 23, 2D25
ITB No. 25-00241, issued August 27, 2025, is hereby amended as follows:
1. Responses to questians are attached to this addendu�n as Aitachment A.
2. SPECEFICAT10�1S:
Replace the followinq:
� Replac� Sheet
� QO �42 �t3 Proposal Form
1. CONS�RUTIO�I PLANS:
Replace ihe followinq:
� Replace Sheet
� 5heet 66 - Rev. No. 1
� 5heet 67 - Rev. No. 1
� Sheet 68 - Rev. No. 1
2.
Alf other terms a�d, conditions remain unchanged.
�`'�i.:� '_�ls� ,��� 9t: �_?r� �7_ ;-
Witf� 5heet
00 42 �33 Proposal �orm
With Sheet
Sheet 66 - Rev. No. 2
Sheet 67 - Rev. Na. 2
Sheet 68 - Rev. Na. 2
1
�
7ony Si�olola, P.E.
ASSISTANT DIRECTOR, WATER DEPAR7MENT
■ � � � w � � � � � � 1 { � � � � l � � � � � � � 1 � � � � � � l � � � • • � � � � i � � [ � 11 � � � f 1 � � ! l f ! � � E � � � � � � � � 1 � � � � � ■
By the signature affixed below, Addendum No. 5 is�hereby incorporated inta and made part of the abave
referenced In�itation ia Bid.
COMPANY NAME: �)oo �_or��ivctir�rs. ��L. r-
�--�"'�
5lGNATURE: ��-''
NOTE: Cor� na e signat re�iu the same as on the original bid docurnents. Faifure io
retum this form with r seal d' � ay constitute grounds for rejecfio� of yo�r offer.
�
�
fTB 25-D241 WATER AN� SANITARY SEWER REPLACEMENT CONTRACT 2a2D, WSM-D
Add�ndum No. 5, Page 1 of 1
UMIT PRICE BID
! lo�ll�.� f���,i
Y��
�
� 1
� 2
� 3
� 4
I 5
� fi
� 7
I B
� 9
I �a
� 17
I 12
� 73
� 14
� 15
I 16
� 17
� 18
� 19
I 20
� 2�
� �
� 23
I 24
� 25
� 2fi
I z�
I 26
� 30
� 31
� 32
� 33
� 34
� 35
� 36
I a�
� 38
� 79
� 40
� 41
� 42
I a3
I 4A
I 45
I as
� 47
� 48
� 49
I 50
� Sf
� 52
� 53
� 54
� 55
I 56
57
� sa
� 59
� 60
i 61
I 62
I 63
64
65
I �6
I 67
I sa
I 69 3
I 70 9
I 71 9
I
�
SEC71bN oo a2 4a
PROPOSALFORM
3311,U261 8" PVG Waler Pipe
771 La251 8" �IP Waler
331 i,Qi61 6" PVC Waler Pipe
3312.7002 6" Gale Valve
3312.7003 B" Gale Vame
024f_1362 Remove anU SaWage &" Water Value
0241.1303 Remove and SaNape 8" Wa�er Val�e
3365.0111 Valve Box Adjuslment wf Concrete Collar {5U150)
33t 1.00U1 �uctile Iran Waier Fitlings wf Restrain�
3312.2�a3 1^ Waler Service v�lh Sudace Aesiora@on
3312.2901 1" Wa�er Service. Meter Reconnection
�3i2200k 1" pmaie Water Service vnlh Sudace Res[aralion
�3i2-2101 1 1 r1" Waler Senice, Meler Recanneclion
3312 2403 1 � R" W atar Servfce vnlh Surtace ftes[ora�ioio
�3122201 2" Water 5ervfce, Me�er Reconneclion
�312.2203 2" WaEer Servica wilh S�rface Resto�atian
3304,0101 Tempora{'( WaterServices
0241,1512 Salvagel"WaterMeter
0241.1513 Salvage 1 12" Wa�e� Meieo
0241,1514 $31Y3�d2"WaiBfMelei
024t,9116 4"-i2" Pressure Plug
3312.00Oi Fire Hydrant
0241.1510 Salvape Fire Hy�rani
33t2.a117 ConneClion Io Exisli� 4"-12" Waler Main
3305.01Q3 Exploralory Excavahan ai EN1511ng Uli6�e5
3201.040tl Te� J�' Asphal[ Paving Repairl2" MMAC on 6" Flex6ese)
3201_0114 7' Wide permanenl Asnhalt Pvm[ Repair, Residenlial
3201.0614 Gonc PumE Repair, ResidenHal
7201.0676 Conc Wm[ Repair, AherialAntluslriaf
3305.40�3 8" Waterline Lower{ng
0241.1000 Remove Concre�e Pavement �5Q150}
32130102 7" Conc Puml
3213,�301 4" Conc Sidevralk, Adjacen� lo Cu�b (5af50)
3215.0707 4" Conc Sldewalk {50l50)
0241_0100 Remave Sidewalk (5p150)
3273_o4oQ 6" Concrele Orive�vay150l50)
020.1.04�f Remove GencreEe �rive (SDl50)
32f6.01fli 6"ConcCur6andGuflerl5Ql50)
0241.13U0 Remove Canc CurB&Gulier {50150�
0243.14Q0 Remave Conc Valley Gufter (50l50p
3216.020i 7" Conc Valley Gutter, Res�denlia! (50150)
3277 6} �z s' Flezible Base. Typa A, GR-1 (50756]
Q241.1700 11"Pauement Pulvenzation (50f50�
7272.0303 9" Asphall Pvm[ Trpe O(5015U}
7211.460a CemenE Slahihza[wn f� 261Bsfsy (50150}
7217,01 W 6" 5L� Paml Markiqp �iAS (Y) (5015fl�
0241,i800 Remove 5q ed Cushlan (So150)
3212 Ofi01 SPeed Cushion - TL Slandard (50150)
3217,O5�q Pre�ormed Thermopiaslic Contrasl Markings -24' S[op 6ars [501
32.11,0601 9-Inch CEMLIMETM 5[ahilization @ 32LGslSY S50I50)
32fl5,0201 Permanent Asphalt Pvmt RePair Beyand �efined Wdih, Residen
D17f.o101 Gonstmc[ion Staking �1Natery
0171_01{12 As-Buil15urvey
�241_1001 WaterLineGwuiing
0247.16U2 Remove Concrete Water Vault
334s.5on5 Remoue and Reolace Inle[ Too, 5' (50f501
3125.4101 5WPPP e 1 acre (50f56}
3705.0109 Trench SaFe�/
3305_0202 Impatle� �nl�admanll9ack511, C55
3�05.0203 Imporled Emhedmenfl8ackfill, CLSM
3305.Q206 lmporled Emhedmentl8ackiill, Accepta6lc Backfill
]]a5.1003 �0" Casino B� Ooen Cin
3471.d001 Tra�c Conlrol
3110.Q102 6"-12"TreeRemoval
371fl.a3a3 72"-t8"TreeRemoval
32920100 Block Sod Placemenl I50l501
3291.0100 Toosoif (50f501
217.Sa01 Cur�AtlUressPainfinq 1591505
999_9999 Waler Conslruc[ion Allowartce
999.00�� Mfscellaneous Irnoadon Adiuslmentl50f501
�
� 1 3331.1102 6" to 9" Pipe Enlaf�Pment
� 2 3331,0102 6" Sewer P�ipe. Point Repafr
i 3 �331.4ll5 8"PVCSewerAipe
I 4 3331,4719 8" OIP Sewer Pipe Wth 4�i Pro[eclo Caalinq
5 3331 A201 10" PVC Sewer PIAe
� 6 3331 A205 10" �IP Sewer W�lh 403 Protecta Coafing
� 7 3337,4229 16" �IP Sewef mth 401 PfoteC[o Coatlnp
� 8 333f.4305 20" �IP Sewer With 401 Protec[o Caating
U�Y�7 I -1Va1cr
33 11 12
33 11 7 2
7� 11 10
33 12 20
33 12 2�
02411A
02 41 14
as os ai
33 11 11
33 12 10
33121Q
33 f21a
33 f210
33 12 10
33 12 10
3312 i0
37 04 30
02 41 14
62 41 14
az ai ia
02 41 14
37 12 4a
02 4i 14
33 12 25
33 05 3�
320f 78
az oi i7
32 9i 24
32 01 29
33 05 12
02 41 15
32f713
32 f 7 20
321320
�2 41 13
321320
4247 F]
321613
❑2 41 15
02 41 14
32 16 02
32 11 01
02 41 I S
32 1216
32 11 33
32 17 01
02 4t 18
32 i2 �a
50� 72 i4 OS
32 11 O6
Oal 326117
01 7i 29
�i 71 23
OZ 41 14
92 41 14
37 49 50
31 25 QO
33 O5 10
73 O5 f 0
\37 OS 10
33 OS 10
33 O5 22
74 71 13
31 19 0a
31 10 00
32 92 13
32 91 19
32 17 25
9999_9994
9999.0�93
IfNIT 2 -$nnllur--$encr
3� 31 23
73 31 22. 33 3i 23
33 11 f 0, 33 31 12, 7] 31 20
3311 f0
73 11 1 Q 33 31 7 2. 73 31 20
33711�
33 11 � U
33111a
Biclder's Application
��JJ�i, Pnp:�;;;1
linii i�l [I�J 1!n�i I•n.e 1��.1 �'.ili��
\t.an�rsr 11[i,�
LF 11.968
LF 475
LF 483
EA 37
EA q2
EA 20
� 6
EA 55
ro� � 3
EA 2fi0
EA 2sn
�� 153
EA �9
EA � 19
EA I 11
EA I 11
LS 1
� EA 281
Eq �g
EA 11
�� 50
EA 36
EA 1p
�A 18
EA 7
LF 1s.26U
LF 104
SY 173
SY �q
EA ��
SY B_�26
SY 3p
SF 35
SF 5�
SF 85
SF 2,594
SF 2594
LF 856
LF 850
SY I 114
SY I 1�4
SY 7,990
SY 19,96s
SY 19,965
TN 213
L� 5a
EA 2
EA 2
LF 7
� 58
SY 104
LS 11
LS 11
CY 511
EA � i
EA 2
LS 1
LF 609
CY 104
CY 225
CY 1�d
LF 4a
MO 8
EA 1
EA 1
57 I 187
CY ��
EA 13
LS 1 5156.OWAQ
�s I s2s.000 00
Suli-Talnl UY]"I' I -tYxicr
LF 1Ag1
LF 10a
LF iD21
LF 276
LF 494
LF 1921
LF 2921
LF 2201
�
I
�
�
�
�
�
�
�
�
�
�
�
�
�
�
J
�
I
I
I
I
5150 f]O�.Oa I
525.000.09I
Sl i_i.111111.I1W
��I
!
�
ei.w�n�naenssmrrnnxses.�o-:r.�n����ix�..i�nu�.�:r� tu�„���as,.b�. n�ea�i,o�c.��,
x�,�reuu�o,� �.s��:•�- cnsmin�
SEC710N DO 4247
PROPOSqLF4RM
UNIT PRlCE BID
1ii31i,� I�.�i��
v.�
4
14
1t
12
17
F4
15
ifi
37
ie
19
20
21
22
23
24
25
2fi
27
29
29
30
31
32
33
34
35
36
37
38
39
4U
41
�
3331.4276 15' Sewer Pipe, C�sM 8ackfill
0330.DU�i Conciete Encase sewer Pine
33Q5.1UO3 20" Casrn9 8y Open Gui
33�9_100i a'Manhofo
333s_1o03 4' Exlra �gp)h Manhole
3339,1004 4'Shallow(Nanhole
3739,1002 4'6ropManhole
3339.i104 5'ShallowManhole
3305,0112 Concre[eCoUarforManhole
3334Da01 EpoxyManhoieLEner
9998_999t Connecp ta EKisling SSh1H
3305 �103 Explaralory Exravalion of Eaislinq Ulilities
330LQ�U� Pre-CCNlnspeciian
3391.0002 PosFCCN Inspectian
330i.0101 Manhnle Vacuum 7es[ing
3303.Od01 Bypass Pumping
330i6109 French 5a(ery
02472201 Remave4'SewerManhole
0241.50o1 Abartdon Manhole
0241,2�01 SanftaryLfrteGrouling
02A12102 6"SewerRbandonmentPlug
0241.2116 21" Sewer A6andonmenl Plun
3331.3145 4" Private Sewer Service vilh 2-Way Cleanouts
333t.3161 4" Sewer Service vnlh 2-Way CleanoWs
3351.31�7 4" 6oren Sewer Service v.ii`n 2-Way Cleanauts
33313Zo3 6" SewerServire wi�h 2�Way Cleanouts
3331.1201 Servfce Refns[alemeut, Pipe Enla�ement wf 2-way Cleanou[
3305.Oi76 ConcrefeEncasemenl(orU[ilklyPipes
3�05.0202 Impotletl Em6edmenvBackfU, C55
Q171,0101 Consfruclion Stakinn (Sewer)
a17LQ302 As-Buil� Survey (seweq
33a5,Q107 Manhole Ad}uslmenl. minor w! Concre[e Collar {5dl50)
3201.0112 5 Wfde Persnaneni Pvml Repair, Residenliai
ItiE�.�li�a�i.�o� �.iii� n i+.i�
�73 11 10. 33 31 12, 33 31 20
103 39 00
73 95 22
33 3410, d3 39 20
33 19 10, 33 39 20
33 �9 10, ]3 3s 20
33 39 1 �, 33 39 20
33 39 10, 33 39 20
33 OS 17
33 �966
4999.9499
3] OS 90
�7 01 31
�33 Ol 31
17a 01 70
173 03 10
33 05 i ❑
024f 14
02 41 14
02 41 14
02 4 3 14
02 A1 14
37 31 50
33 31 50
33 31 5a
3] 31 50
� 73 31 23
�39 OS 10
1�3 05 10
�01 71 23
01 7f 23
J36501
32 01 17
linil „i
Mravuic
LF
CY
LF
EA
VF
ER
EA
EA
EA
VF
EA
EA
LF
LF
EA
LS
LF
ER
EA
CY
EA
EA
LF
EA
EA
EA
EA
CY
CY
l,S
LS
FA.
LF
Bidder's Application
EIiJ
�!iuu�i�i�
24
38
20
21
27
�
2
7
2�J
70
2
i
3 319
3,978
29
1
2 fia6
9
2
2f
a
2
1.13fi
i8
1
9
44
izo
309
1
1
8
257
H�J� I�r. I'r.q„�.,.� I
Il���� k'��.c 11�iJ i'.ilu�
� � n � � i �
s3',nuuon��'n�`:mi�rm.y srrr�e� � no: irri ��u�ss is,��,� svd�.,� s.,,Q z����a��mm ��,.n..0 �n,�� us<<.0
a n ��e•� i�,�i�
secnoN oa aa aa
PROPOSALFORM
UNIT PRICE BID
IIWii�l Gcii�
� 42
� 43
� 44
� 45
� 4fi
� 47
� 48
I 49
so
1 51
I 52
I ss
I 54
I
1
z
3
4
5
0
7
8
4
16
11
72
13
1A
15
t6
i7
ie
19
2a
21
22
23
20.
25
2&
27
26
���=���m�
3201 o4oa Tempora�'( Asphall PaviqQ Repalr t2" HMAC on 6" Flex6ase}
3201,0201 Permanenl Asphalt Pvmt Repair Beyond �efnetl Wi@lh. Residentia3
32Q1,083A Conc Wm[Repair, Resitlenliaf
3201.Ofi16 Conc Pvml Repaii, Anenalllndustnal
0241.a606 RemavelRe�lace Wall <4'
3232.Oia6 Gane Rel Wall Adjacenl�a �nve ppnro�ch
024t0500 Remove Fence
323f 0412 s'Fences. Woad
3292 010a Block Sod PEacen3en!
919�4 9993 c� p and Reinstall Pavers
3471 bb�1 �af�c ConEro€
9999.9942 Landscaoina Repair
9499.9989 Sanikary Sewer Conslmclion Allowance
uurr �
a241,170U 1i"PavementPulvenzatian�5tll5p]
3zi�,asoo ceme�,cs�ae�uzaror,�% zsiesisvesorso�
3211.Ofi00 8-Inch CEMLIME'"' Stabifi[al�on � 32LhslSY {50150)
0247,160� ButlMillinq
3217,0�02 6" SE� Fvmt Marking HAS {Y} (50l50)
32.17A504 Preformed Thermoplaslic ConlEasl Markings - 24" Slop Ba�s (5�l5q}
3212.03a3 3" Asphall P�mt Type �(50l50)
3305.� 107 Manhafe Ad luslment, mi nor w1 Concre�e Goliar {50l501
33a5.0111 Valve Box Ad�uslment w! Concre�e Calfar (50l50)
0241.1 �QO Remove Concre[e Pavemenl [50150)
0241.1800 Remove Speed Cushfon (59I50)
3212.a6fl1 Sneed Gushion -TL 5[andard (50l5a)
9247.1390 RemoveConcCurh&Guflcr{50f50�
3216.01di 6"ConcCurl�antlGu�ter(SQl501
4241.04a1 Remove Concrele �rive (50156�
32i3.0400 6" Cancrele 6riveway rso�so1�
3213 0307 4" Ganc Sidewalk. Ad-larenllo Curh I50f507
3213.0701 4" Conc Sidewalk 150)5a1
0241,6100 Remove Sidewalk f5015n1
024i.'E40o Remove Conc Vallev Gutter J501501
321fi.0201 7" Conc Val1ey Gulfe6 Resi� ntia3150f5Q1
32920100 Bfock Sod PfacemeN f5m501
32Bt�3a� ToqsoFl (56fW1
3217.5001 Cwh Address Paintinp ISO750Y
32.11 0112 6" fi" Fleeihle Base Y qe A. GR-1 l50154)
3349.5a�5 Remove and Reolace�nle[ Too. S�fSUl5Ui
9999.0002 Paviaq Gonslruclion Allowance
9999.0��9 Miscellaneous lmaa�fon AdiuslmenE f5IN501
�,..:� �,. �,� ,� �:��� .�, �
]2 01 16
3201 I7
32 01 29
32 Q1 29
a2 41 13
a2 4 3 13
02 41 OS
02 41 OS
33 92 17
9499.9999
34 77 t3
9999_8999
9999 4999
Pu�inG
02 47 15
32 11 33
32 11 33
�24115
32 17 a1
32 74 OS
32 12 1 fi
33 US 01
33Q501
02 4 3 15
02 41 78
32 12 16
02 41 15
32 16 13
02 41 13
32i320
32 13 20
32 13 20
62 41 13
a2 4t 14
�2 ifi 02
32 92 i 3
�2 91 I9
721725
32 11 01
33 49 5�
9999.0002
9999 006�
Bidder's Application
�
���,<<.� �,� �,�,��.�«.
��.:�.u,� _, 3�,<<,
LF 2.1qS
SY 100
SY 14
SY 20
LF ]9
LF 13
LF 10
LF 10
sr �td
SY 90
MO 4
�s f �s ooa_oo
�s i s�s_aoa.00
$IIII-����1:31 �:�Il�l 2-5nnil�n S���cr
SY
TN
TN
LF
LF
LF
SY
EA
EA
SY
FA
EA
LF
LF
SF
SF
SF
SF
SF
SY
SY
SY
CY
EA
SY
EA
LS
LS
rs sss
272
57
1.190
50
fi
19_4fi5
7
54
BA26
1
I
855
855
2 594
2.594
62
34
es
113
N4
ie�
31
13
7.990
2
i siv0000ao
1 525,000,60
S�li-Tu.�d I�YIT 3- P�.n ine
E,��.��. �
I
�
I
�
1
1
1
I
�
1
$5.000.06�
STS.QOO.OaJ
SNO.fIUU.00f
�
1
1
1
i
1
I
I
I
I
�
1
stoo.00-o.oa�
szs uoo oo�
SiT9.unll.lul�
�'lll �'.1'I'��HI �l'�iNlli
-.StibNt➢1'[�,�;�PLCIII�`:SP�����]Llil���,lr'�.'t\If�.�lv' n NS I hv l
Rf.i�eJ93��Y�'_I .un> > . wn�� m�ni.n�.nen -f*�11„I�
. I•�
U�1lT PRICE B!D
I
IEl'i�13i.i G.�in I].�.�.r�i�ni��n
;���.
Ii 3349_5�Oi 5'Cufbinlet
� 2 3349.5001 10'Curbinle�
i 7 3349.5007 15'Cu�6lnlrt
� 3 D2d7_dao5 Remove5'Curbintel
f 5 624L49U1 Remave7Q'Cwhlnlet
I 6 0241.d002 Remave 15' Curo Inlel
� 7 33A1.0103 Repair 18" RCP, Class IIE
� 8 7341.02�t Repair 2A" RCp, Clazs III
� g 3341,03Q9 Repair 36" RCP. Class III
I 1Q 334t 04a2 Reuair 42" RCP. Class lil
� 71 3341.a409 Rpip,air 48" RCP, Class III
� 12 3345.0103 ExWoratary Excavalion af Ex15l�ng UliliGes
I 13 3713A�01 4'�Conc Sldewalk
� 14 �273.05a6 6arrier Free Ramn. TYue P-1
15 0247,030U Remove A�A Ramp
I ifi 3441,411Q RelnstallTraffcSlp,n
I 17 3441Ai�8 RemoveTraffic5rqn
� 18 9999_9999 Storm �rain Consimclion Allowance
�
� e�d s��„����.,
IUnil 7 - WaEer
jUnit2-Sanllary SeWe!
� Unit 3 � Paving
� Umt 4 -S[orm �rain
I
SECTIDN 00 -02 43
PftOPOSAL FORti�
IS��ali��li��iitiu�ii�nl�n
UNIT A -S�orm �rain
73 49 20
73 49 2a
]3 43 20
�2di 14
I a2 41 14
0� 49 1d
33 41 7Q
33A110
3341 t0
33 di 1❑
33 41 10
33 OS 3a
32 1 � 20
32 13 2r]
�9g9999
I9s 88 99
99 99 49
99 99 89
Sidder's Application
�ff�uii�f I 13iJ I f�nii I'��.i
tii.":�E.� 4��i.ini�it I
IEA 2
EA 2
� EA 2
EA 2
EA 2
EA 2�
� �F aa
LF d0
� LF 8
LF 8
LF 16�
EA il� SF SB
I EA 1
EA 1
EA ��
EA 1
I LS 1 525.000.00
Su6-Tn�al UNff J-5tnnn Dr.�En
���.,,�,�. �-�.,,�.,u„
IRiJ 1+.�iui�
�
�
�
I
1
�
�
�
�
1
�
�
szs,000.001{
52�.UIlII.Ilrl I
_�
5175.000.00�
580.004.00I
5725.000.�a1
525.006.00�
$405.060.00'
I I
T��i.�i eiJ
s7.t:-n��n� nci�nii��rnnti mec�e_a��,,c ix rz,��is iuin v.� o�r��y, .r�.R na„n�io,���„e,��v„ _n:u u ss�-n
�,�,�.a��n nn
crs ini.ri
- � hlONTICELLOOR - _ -
�e . . . . . ' ' ' . .. �_
- � ° ,�� . ���at���N . - _ .
y .
�� �r1, ..�.- ' � _ . . .. ..._ .
� f �.,. � a�oTNy LN
,/ , �� ,
. l�� '�� ! . .HAhIfL7ON.,'iVE -" `.."• - -
�a-�. , ,: T — - �
/ � . .i - . . �. . � '-_ �_ .. . ... . py :
/� '����` �"co
1 � ._ h�.a `� \ r�� �
� _. . _ -- ao�� �� �.,,:n �.
�� , �a�,.a�,,,,U. � � 1,V ,„ . `� ���
a � ' , . ' . ' , 'Yo ronrac,a,ve , . . . . ,11I � - � ,
� . . . . _ _ ��*o¢ [ A� `roh , .
� p� �C4�31ON5 �
�-J6I e %F`.. L ,._...., ! _
/
CONSle7uc��ONNOIES
L��] x
�
�:� _� F
��r
_ _. �, I
LL(i�Vp '
o �-1,E,Hs _ Q�
���i ,
��w� � �
, j p0�,� ... . t. V - .�94� ..
.. � .. �4Cq4�n R . `�` v_� .,a:
'1 _. _ _ _' - ./- � ���" 'S, . .. _ � �\� r��e
\
, , ,
� , • � ._..... . . . ... t _
h. _ '" _ . , tr�yOxaR ... 1 T����� \\\� -�� . . ?`�
' . y,. � . . ��r- . l �.\ - Az
I+.. , ._ � - ..� ��" . �r
/� ��..r,�A .,,t�...t���t���,� I
. /'1,'� .��.,"-�i<<,.n
�i, «�._..��,...,�����, -
FOR� TWO$TI� crry oF Fok'r wn��'i i='
- �r■��— �I'L}L�S -
_
SVATER WATER �LPART�IkI\7 �
CIT7'OFFbRTLVpRTH -'
WhTER,VNp SANlTilRY SE4YER
GONTR4Cr2R20VJ3Af�D -
CITYPROJECTNo.103J19 -
PAVING IMPRpVEMEfM75
(i OFBJ
y,�... Ma � I�....�, I� a�.s I m
. . rovamsr . � _-.
lVSTJ-I'$7, ` ' �'
.,_� _ Hau�ircrrave - -
�}�� �.��,.,� �„M1�,
1
_
.. \ . . . . . . ........... .
, II _ wuxs7 � �-__._ I �
� - . : T�r�-' ,
— il=��..t.__� _ — _ -.. - _
U
` I�
tll . . � i . ._. f_
W _ , ` ; i,
z-
r —��-�: �� �y�—r �r7N5l�- -� - -
: �
; - - : —r_; .
� Q.
� ,.. , .. ,..
� �. , ,
, ;,,. o
- w
� u .2M1w i
3 = ` j
�' �
s.. _:,::,,� ���..,.. :'-`._, ,.
��'07`- � Wa7F157
�_ _ .
ats:' I
� I rN2 .�. Y_ . . l.}�� . . , . -a.�/7`. • . ..
1f
, , .:. �,o,_., ,,.,
� xnMluor�ave . �
�.��
`r �c�r..a .._,,,�.�,o� .. � .. - _. _�:.-� ..HkM1IlI,TONAVE — —
_' — — _ y
• r+.� � F _wc� . �... �rs uc� anv.ur t, n.. v.�ry. 9C�9� .. -.. . Z
1 T urx5r , ^� . - .� .-�., , r
, _ � _ —� ��- .
�°�' c . . � � . . .... - ' . - -�� � ' _ �
a � �
Qn,xnrnmwn.As�.�wc.u.�i... w.i ' �y ' _
w. . . . _ . . . .. . _ . .. . .. . -
G q Q
2 g �
. p� m V
.�L �� .. - _— ' _ W 5TH Si � � �
� i�..,,. �:� _ `� r� .. '�� � �.,- �
W
S
_
_
�
�
REv,•SlO�Y5 J
_ j �� . _
��
cex5-avcfro•vNores ry
� %
LEG�V❑ n
� .� ���.��..�,��.,.�,... �
; , �—���� _
�y� � _
.�� �,
ORT WORTH ��ry ur eonr woR-ri €�
rEx.�s -
tc:irra wa'rFenEr.axntevr �
C17Y OF FpRT WORTH
W,i TE.7 iiIJD 54M�T iFY SEY���R
CONTIt�{Ci2�:0 WSAl�O
C�T1'PROlECTNo i0?1f9
PAVlNG �MPROVEFAENFS -
(2 OF 3) `
m...�. x� I i r.� I�.� � I '
�
�
�
i
a �
;a9�
5�A{;
:=.�
Ci•�_
��§3
_. _:
� ... .._....— -' , . , .
'- _... : -. � .. . . .
� �. ... ` I' � �r�
.. _ r f
I � ,: . - : r ' . 'r _ _ ' . - ... . . .
-.. �. . - � y . ' � .
_. ... .:.:_ . �
i_-� - �j „� �
�
---- _ _
�, _ �
— s - -. _: ;
,
�_
� _ _
_� �, � �,
, _ m _ �
ti _ _ . . _- ,
; � . � y � . 3 .', "'._._ _ , .
� -:���-. - _.� -.�� �' ..;..— . ..
� � _ . F ._ �...-, �_.." �� MERf7Y�AAC ST ...... _. ,�.:. ,......
—_ —_..
W I � . .. , , .—_�::� __—_ _ . . .
i s
I
m F �
I. . - �::" ( ... - .. T„ r�.�o-�. ,,.
' I "
� �, , f yl /
u ., " , . .�, r, _ :.z.. .,
,
.,
� - .a-, -I �..0 , . ..
,
� ._: -.:� .. _�.��1� ._... .. _ . -i. .n�,R.
r- ' —
. —� -� _ . -- , � � _ . . . .
1 �
,.� . _ . „ ._�-.' -: . : �—.—_.� . - � � ..
. � . „_, ,z..E,2F�, ws-riisr' . -�� � � -- .... _ . ', . . ....
a. �
, ' a 7 « .�
„ , ,:...�. r, �
" �,.n1A�,�� � - �F,N.o �
�H�y.l -" `�
� .. ., .. . _ ti _ .. -.aT a,1....���.,�,����.. IIN
0
o �, I t
> ..�,.. ..._.-,Jz ._.� �4 ..�i .,,._,�� ,..�.. ws�sr.. �._, �'al
� u � ���
� . ...,,— .�, W . _ .
I �._ . ��_ .. _ _.. .�� _.., �..M1�o�a�.w� � � � .
,. - ..�.� ..... . ..
_ _ ._, , _:; _ __ _ . , i�. �
__. r .__ , ,_..:._ . .. ,
,.�t�, r,,,��m ��«�,,,.>,
E ��'���" ,� _
w,� Q � —�--�� .. .,..
° �
„, . �, —�y,..:.
I�
�� '1
OFOl1 �EPTFf REMOVAL aF cp'VCAEiE 5uH5EC710N
FEwsloh�$ �
I /�,l� -.e.un -..� �n
� r
I corvsraucrro,vxores � ;
c� x
r+R ScdLf
_..:,. �
LFGEVU
' � w�
��. . —
s�F�� _
�:.����' �� �� I�
FQ]Z� �'i�YOFFOHI"WOR'I'I[ L
fLX:15
l[AT[!R 14',�TEItI7F.PARF\I[vT =
CITY qF FORT �VOf2TH -
WA�ER ANIJ SANIT.iRY SEIVER
COM1' iR,J C T 2020 IRSh I-p
cirrvuo�ecrn�o. �o�ars
vAVfNG IMPROV�MENTS -
(3 6F 9J -
���.,°° .,�y,_,v � a,_ I� ��
CPN 103419 AD�ENDUM NO. 5
Water and Sanitary Sewer Replacements Contract 2QZ0, WSM-0 ATTACHMENT A
This dacument is provided as supplement to the Water and Sanitary Sewer �e�lacements Contract
Z020, WSM-0 Contract Documents.
6efow are responses to questions for clarifications that rr�ay require additianal information and/or are
not addressed directly within the contract documents:
Q9-1: Can you verify if every foot of pipe rn the sfreets rs supposed to be .back fiIled with Selecf Back fill
per the pavement repair defai! shaefs in Addendum #4. lf this is the case a!1 of the pipe bid rtems
need to be changed in the proposa! as standard bid items for select backfi!! our written differently.
1 have shown an example from fort worth e-builder standard bid items list fo hpw they should
conform if select fil( is required. jusf for example betow is the list of a11 the different standard items
far 8° & 8" water. following bid item descriptron rn the excel would noi be select backfifl.
3311.0143 6" Water Pipe, 5e�ect 8ackfi�l
3377.0144 B° Water Pipe, CLSM Backfil!
339 9.0959 6" DIP Water
3311.0152 6" DIP Water, GSS 8ackfrf!
3311.0953 6" D!P Water, Selecf Backfi!!
3311.0954 6" DIP Water, CLSM Backfrl!
337 9.0169 S" PVC Water Pipe
3399.0962 6"PVC Wafer Prpe, cs� Ba��tarr
3371.0163 6" PVG Waier Pipe, Select Backfill
3391.09 64 6" PVC Water Pipe, GLSM Backfill
339 9.0241 8" Water Pipe
33 9 7. 0242 8" Water Pipe, C5S Backfill
3311.0243 8" Water Prpe, Selecf Backfil!
339 9.0244 S" Water Pipe, C�SM Backfitl
3391.0257 8" D!P Water
339 9.0252 8" Q!P Water, GSS Sackfr!!
33 9 9. 0253 8" D!P Wafer, Selecf Sackfil!
3311. �254 8" D!P Wafer, CLSM Backfi!!
3319. 0267 8° PVC Water Pipe
33 � 9.0262 &" PVC Water Pipe, CSS Backfil!
339 9.02fi3 8" PVC Water Pipe, Select Backfill
3317.0264 8" PVC Wafer Pipe, CLSM Backfit!
R1-1: Please see the replacement sgetion issued bv Addendurn �Eo. 5.,
Q9-2: 2^!D REQUSl'. Please post the pre-bid attendee list. Thank you
R1-2; Refer tv Q1-6 and R1-fi on attachment A, Addendum No. 2.
Q9-3: ls Armorock an alternate for the manholes ca!ling for corrosron protection?
R1-3: No, reference spec 33 39 60.
Q1-4: Addendum 1 removed the defined wiclth from fhe temparary asphalf but it alsa removed the
defined width from the permanent asphalt iiems.
Unit 9# 28 should be 7' wid� permanent asphalf, residenfia!
Unit 2# 41 should be 5' wide permanent asphalt, residential
R1-4: Please see the replacerr�ent Prt�uosaf Form iss�ed bv Addendum No. 5.
Q1-5: Gan you provrde a detail for W 5th srnce it ca!!s for FuI! Depth Removal and Reconstrcrctron?
A-1
1 of 2
CFN 103419
ADDENDUM NO. 5
Water and Sanitary 5ewer Replacements Contract 202D, W51VI-D AITACHMEfVT A
R1-5: Please see t#�e replacement sections issued bV Addendum No. 4.
Q9-6: It appears fhat the stabilizatian quantifies are too high. �here are only 2 str�efs fhat are not Mill &
Overlay.
R1-6: Please see the replacement sections issued bv Addendum No. 4.,
Q1-7: There is a nate on the plans that ca!!s for PG7&-22. The Cify af Fort Worth standard is PG70-22.
There is considerable price increase for the PG76-22. Is this what the City avanfs on this project?
Ft1-7: Please see the replacement secfions issued hV Addendum No. 5.,
A-1
2of2
000515-1
ADDENDA
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
SECTION 00 OS 15
ADDENDA
�Assembler: For Contract Document execution, remove this page and replace with any addenda
issued during bidding.J
END OF SECTION
CiTY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419
Revised July 1, 2011
00 11 13
INVITATION TO BIDDERS
Page 1 of 3
SECTION 00 11 13
INVITATION TO BIDDERS
RECEIPT OF BIDS
Electronic bids for the construction of Water and Sanitary Sewer Rehabilitation Contract
2020 WSM-D City Project 103419 ("Project") will be received by the City of Fort Worth via
the Procurement Portal
https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities, under the
respective Project unti12:00 P.M. CST, Thursday, September 25, 2025.
Bids will then be opened publicly and read aloud beginning at 2:00 PM CST in the City
Council Chambers.
Your submissions must be uploaded, finalized and submitted prior to the Project's posted due
date. The City strongly recommends allowing sufficient time to complete this process (ideally a
week prior to the deadline) to begin the uploading process and to finalize your submission.
Uploading large documents may take time, depending on the size of the file(s) and your Internet
connection speed. The Bonfire portal can be accessed using Microsoft Edge, Google Chrome, or
Mozilla Firefox. Javascript must be enabled. Browser cookies must be enabled.
Electronic submission is subject to electronic interface latency, which can result in transmission
delays. All bidders or proposers assume the risk of late transmission/ submission. The City shall
not be held liable if an interested bidder or proposer is unable to submit a complete bid/response
before the published deadline due to transmission delays or any other technical issues or
obstructions. The City strongly recommends allowing sufficient time to complete the submission
process (ideally a week before the deadline) to begin the uploading process and to finalize your
submission to give adequate time in the event an issue arises.
All submissions must be submitted electronically prior to the close date and time under the
respective Project via the Procurement Portal:
https://fortworthtexas.bonfirehub.com/nortal/?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.
SUPPORT
For technical questions, visit Bonfire's help forum at https://vendorsupport.gobonfire.com/hc/en-
us
CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN 103419
Revised 2/08/24
00 11 13
INVITATION TO BIDDERS
Page 2 of 3
Contact the Bon%re 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: Approximately 13,000 Linear Feet
of Waterline & 4,000 Linear Feet of Sanitary Sewer 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 project, all
interested parties should indicate their intent to bid in the Procurement Portal by selecting "yes"
under the Intent to Bid section. All Addenda will be posted in the Procurement Portal
https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities, under the respective
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: Monday September 8, 2025
TIME: 10 A.M.
Invitations with links to the web conferencing application will be distributed directly to those who
have submitted an Expression of Interest.
If a prebid conference is held, the presentation and any questions and answers provided at the
prebid conference will be issued as an Addendum to the call for bids. If a prebid conference is not
being held, prospective bidders should direct all questions about the meaning and intent of the
Bidding Documents electronically through the Vendors discussions section under the respective
Project via the Procurement Portal. If necessary, Addenda will be issued pursuant to the
Instructions to Bidders.
CITY'S RIGHT TO ACCEPT OR REJECT BIDS
City reserves the right to waive irregularities and to accept or reject any or all bids.
AWARD
City will award a contract to the Bidder presenting the lowest price, qualifications and
competencies considered.
CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN 103419
Revised 2/08/24
00 11 13
INVITATION TO BIDDERS
Page 3 of 3
FUNDING
Any awarded under this INVITATION TO BIDDERS are expected to be funded from revenues
generated from User Fees and reserved by the City for the Project.
ADVERTISEMENT DATES
Wednesday, August 27, 2025
Wednesday, September 3, 2025
END OF SECTION
CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN 103419
Revised 2/08/24
00 21 13
INSTRUCTIONS TO BIDDERS
Page 1 of 9
SECTION 00 21 13
1NSTRUCTIONS TO BIDDERS
1. Defined Terms
1.1. Capitalized terms used in these INSTRUCTIONS TO BIDDERS are defined in
Section 00 72 00 - GENERAL CONDITIONS.
1.2. Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the
meanings indicated below which are applicable to both the singular and plural
thereof.
1.2.1. Bidder: Any person, firm, partnership, company, association, or corporation
acting directly through a duly authorized representative, submitting a bid for
performing the work contemplated under the Contract Documents.
1.2.2. Nonresident Bidder: Any person, firm, partnership, company, association, or
corporation acting directly through a duly authorized representative, submitting
a bid for performing the work contemplated under the Contract Documents
whose principal place of business is not in the State of Texas.
1.2.3. Successful Bidder: The lowest responsible and responsive Bidder to whom
City (on the basis of City's evaluation as hereinafter provided) makes an award.
2. Copies of Bidding Documents
2.1. Neither City nor Engineer shall assume any responsibility for errors or
misinterpretations resulting from the Bidders use of incomplete sets of Bidding
Documents.
2.2. City and Engineer in making electronic Bidding Documents available do so only for
the purpose of obtaining Bids for the Work and do not authorize or confer a license
or grant for any other use.
3. Prequalification of Bidders (Prime Contractors and Subcontractors)
3.1. Bidders or their designated subcontractors are required to be prequalified for the
work types requiring prequalification as per Sections 00 45 11 BIDDERS
PREQUALIFICATIONS and 00 45 12 PREQUALIFICATION STATEMENT.
Firms seeking pre-qualification, must submit the documentation identified in Section
00 45 11 on Section 00 45 13 PREQUALIFICATION APPLICATION at least
seven (7) calendar days prior to Bid opening for review and, if qualified,
acceptance. The subcontractors listed by a Bidder on 00 45 12 must be prequalified
for the appropriate work types. Subcontractors must follow the same timelines as
Bidders for obtaining prequalification review. Bidders or Subcontractors who are not
prequalified at the time bids are opened and reviewed may cause the bid to be
rej ected.
CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN 103419
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:
httns://ann-us3.e-
builder.net/public/publicLandin�.aspx?OS-4d00804b133b408a85a69323548dda25
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:
httns://ann-us3.e-
builder.net/nublic/publicLandin�.aspx?OS=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.
3.5. Special qualifications required for this project include the following: <Include this
paragNaph if theNe are special qualification types foN work involving treatment
plants, pump stations, etc. and enter those special gualifzcations here. If there are
none then delete this paragraph.J
4. Examination of Bidding and Contract Documents, Other Related Data, and Site
41. Before submitting a Bid, each Bidder:
CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN 103419
Revised/Updated August 18, 2025
00 21 13
INSTRUCTIONS TO BIDDERS
Page 3 of 9
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.
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.
4.1.3. Shall consider federal, state and local Laws and Regulations that may affect
cost, progress, performance or furnishing of the Work.
4.1.4. Shall study all: (i) reports of explorations and tests of subsurface conditions at
or contiguous to the Site and all drawings of physical conditions relating to
existing surface or subsurface structures at the Site (except Underground
Facilities) that have been identified in the Contract Documents as containing
reliable "technical data" and (ii) reports and drawings of Hazardous
Environmental Conditions, if any, at the Site that have been identified in the
Contract Documents as containing reliable "technical data."
41.5. 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 fll 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 Work, time required for its completion, and
obtain all information required to make a proposal. Bidders shall rely
exclusively and solely upon their own estimates, investigation, research, tests,
explorations, and other data which are necessary for full and complete
information upon which the proposal is to be based. It is understood that the
submission of a proposal or bid is prima-facie evidence that the Bidder has
made the investigations, examinations and tests herein required.
CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN 103419
Revised/Updated August 18, 2025
00 21 13
INSTRUCTIONS TO BIDDERS
Page 4 of 9
41.8. Shall promptly notify City of all conflicts, errors, ambiguities or discrepancies
in or between the Contract Documents and such other related documents. The
Contractor shall not take advantage of any gross error or omission in the
Contract Documents, and the City shall be permitted to make such corrections
or interpretations as may be deemed necessary for fulfillment of the intent of
the Contract Documents.
4.1.9.Indicate their intent to bid by selecting "yes" in the Procurement Portal
under the Intent to Bid section. You must indicate your intent to bid to be
able to submit a bid to the City.
4.2. Reference is made to Section 00 73 00 — Supplementary Conditions for
identification of:
4.2.1. those reports of explorations and tests of subsurface conditions at or
contiguous to the site which have been utilized by City in preparation of the
Contract Documents. The logs of Soil Borings, if any, on the plans are for
general information only. Neither the City nor the Engineer guarantee that the
data shown is representative of conditions which actually exist.
4.2.2. those drawings of physical conditions in or relating to existing surface and
subsurface structures (except Underground Facilities) which are at or
contiguous to the site that have been utilized by City in preparation of the
Contract Documents.
4.2.3. copies of such reports and drawings will be made available by City to any
Bidder on request. Those reports and drawings may not be part of the Contract
Documents, but the "technical data" contained therein upon which Bidder is
entitled to rely as provided in Paragraph 4.02. of the General Conditions has
been identified and established in Paragraph SC 4.02 of the Supplementary
Conditions. Bidder is responsible for any interpretation or conclusion drawn
from any "technical data" or any other data, interpretations, opinions or
information.
4.2.4. Standard insurance requirements, coverages and limits.
4.3. The submission of a Bid will constitute an incontrovertible representation by Bidder:
(i) that Bidder has complied with every requirement of this Paragraph 4, (ii) that
without exception the Bid is premised upon performing and furnishing the Work
required by the Contract Documents and applying the specific means, methods,
techniques, sequences or procedures of construction (if any) that may be shown or
indicated or expressly required by the Contract Documents, (iii) that Bidder has
given City written notice of all conflicts, errors, ambiguities and discrepancies in the
Contract Documents and the written resolutions thereof by City are acceptable to
Bidder, and when said conflicts, etc., have not been resolved through the
interpretations by City as described in Paragraph 6., and (iv) that the Contract
Documents are generally sufficient to indicate and convey understanding of all terms
and conditions for performing and furnishing the Work.
CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN 103419
Revised/Updated August 18, 2025
00 21 13
INSTRUCTIONS TO BIDDERS
Page 5 of 9
4.4. The provisions of this Paragraph 4, inclusive, do not apply to Asbestos,
Polychlorinated biphenyls (PCBs), Petroleum, Hazardous Waste or Radioactive
Material covered by Paragraph 4.06. of the General Conditions, unless specifically
identified in the Contract Documents.
5. Availability of Lands for Work, Etc.
5.1. The lands upon which the Work is to be performed, rights-of-way and easements for
access thereto and other lands designated for use by Contractor in performing the
Work are identified in the Contract Documents. All additional lands and access
thereto required for temporary construction facilities, construction equipment or
storage of materials and equipment to be incorporated in the Work are to be obtained
and paid for by Contractor. Easements for permanent structures or permanent
changes in existing facilities are to be obtained and paid for by City unless otherwise
provided in the Contract Documents.
5.2. Outstanding right-of-way, easements, and/or permits to be acquired by the City are
listed in Paragraph SC 4.01 of the Supplementary Conditions. In the event the
necessary right-of-way, easements, and/or permits are not obtained, the City reserves
the right to cancel the award of contract at any time before the Bidder begins any
construction work on the project.
5.3. The Bidder shall be prepared to commence construction without all executed right-
of-way, easements, and/or permits, and shall submit a schedule to the City of how
construction will proceed in the other areas of the project that do not require permits
and/or easements.
6. Interpretations and Addenda
6.1. All questions about the meaning or intent of the Bidding Documents are to be
directed to City electrically through the Vendor Discussions section under the
respective Project via the Procurement Portal
https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities on or
before 2 p.m., the FRIDAY prior to the Bid opening. Questions received after this
day may not be responded to. Interpretations or clarifications considered necessary
by City in response to such questions will be issued by Addenda. Only questions
answered by formal written Addenda will be binding. Oral and other interpretations
or clarifications will be without legal effect.
6.2. Addenda may also be issued to modify the Bidding Documents as deemed advisable
by City.
6.3. Addenda or clarifications shall be posted under the respective Project via the
Procurement Portal
httns://fortworthtexas.bonfirehub.com/nortal/?tab=openOpportunities
CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN 103419
Revised/Updated August 18, 2025
00 21 13
INSTRUCTIONS TO BIDDERS
Page 6 of 9
6.4. A prebid conference may be held at the time and place indicated in the
Advertisement or INVITATION TO BIDDERS. Representatives of City will be
present to discuss the Project. Bidders are encouraged to attend and participate in
the conference. City will transmit to all prospective Bidders of record such Addenda
as City considers necessary in response to questions arising at the conference. Oral
statements may not be relied upon and will not be binding or legally effective.
7. Bid Security
7.1. Each Bid must be accompanied by a Bid Bond made payable to City in an amount of
five (5) percent of Bidder's maximum Bid price, on the form attached or equivalent,
issued by a surety meeting the requirements of Paragraph 5.01 of the General
Conditions.
7.2. The Bid Bonds provided by a Bidder will be retained until the conditions of the
Notice of Award have been satisfied. If the Successful Bidder fails to execute and
return the Contract Documents within 14 days after the Notice of Award conveying
same, City may consider Bidder to be in default, rescind the Notice of Award and
act on the Bid Bond. Such action shall be City's exclusive remedy in the event
Bidder is deemed to have defaulted.
8. Contract Times
The number of days within which, or the dates by which, Milestones are to be achieved in
accordance with the General Requirements and the Work is to be completed and ready
for Final Acceptance is set forth in the Agreement or incorporated therein by reference to
the attached Bid Form.
9. Liquidated Damages
Provisions for liquidated damages are set forth in the Agreement.
10. Substitute and "Or-Equal" Items
The Contract, if awarded, will be on the basis of materials and equipment described in the
Bidding Documents without consideration of possible substitute or "or-equal" items.
Whenever it is indicated or specified in the Bidding Documents that a"substitute" or "or-
equal" item of material or equipment may be furnished or used by Contractor if
acceptable to City, application for such acceptance will not be considered by City until
after the Effective Date of the Agreement. The procedure for submission of any such
application by Contractor and consideration by City is set forth in Paragraphs 6.OSA.,
6.OSB. and 6.OSC. of the General Conditions and is supplemented in Section Ol 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.
CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN 103419
Revised/Updated August 18, 2025
00 21 13
INSTRUCTIONS TO BIDDERS
Page 7 of 9
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 wark
contemplated or furnish materials required.
12.3. Bids by corporations shall be executed in the corporate name by the president or a
vice-president or other corporate officer accompanied by evidence of authority to
sign. The corporate seal shall be affixed. The corporate address and state of
incorporation shall be shown below the signature.
12.4. Bids by partnerships shall be executed in the partnership name and signed by a
partner, whose title must appear under the signature accompanied by evidence of
authority to sign. The official address of the partnership shall be shown below the
signature.
12.5. Bids by limited liability companies shall be executed in the name of the firm by a
member and accompanied by evidence of authority to sign. The state of formation of
the firm and the official address of the firm shall be shown.
12.6. Bids by individuals shall show the Bidder's name and official address.
12.7. Bids by joint ventures shall be executed by each joint venture in the manner indicated
on the Bid Form. The official address of the joint venture shall be shown.
12.8. All names shall be typed or printed in ink below the signature.
12.9. The Bid shall contain an acknowledgement of receipt of all Addenda, the numbers of
which shall be filled in on the Bid Form.
12.10. Postal and e-mail addresses and telephone number for communications regarding the
Bid shall be shown.
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.
14. Withdrawal of Bids
141. Bids submitted electronically may be withdrawn prior to the time set for bid opening
via the Procurement Portal
https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities.
CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN 103419
Revised/Updated August 18, 2025
00 21 13
INSTRUCTIONS TO BIDDERS
Page 8 of 9
15. Opening of Bids
Bids will be opened and read aloud publicly. An abstract of the amounts of the base Bids
and major alternates (if any) will be made available to Bidders after the opening of Bids.
16. Bids to Remain Subject to Acceptance
All Bids will remain subject to acceptance for a minimum of 90 days or the time period
specified for Notice of Award and execution and delivery of a complete Agreement by
Successful Bidder. City may, at City's sole discretion, release any Bid and nullify the Bid
security prior to that date.
17. Evaluation of Bids and Award of Contract
17.1. City reserves the right to reject any or all Bids, including without limitation the rights
to reject any or all nonconforming, nonresponsive, unbalanced or conditional Bids
and to reject the Bid of any Bidder if City believes that it would not be in the best
interest of the Project to make an award to that Bidder. City reserves the right to
waive informalities not involving price, contract time or changes in the Work and
award a contract to such Bidder. Discrepancies between the multiplication of units of
Work and unit prices will be resolved in favor of the unit prices. Discrepancies
between the indicated sum of any column of figures and the correct sum thereof will
be resolved in favor of the correct sum. Discrepancies between words and figures
will be resolved in favor of the words.
17.1.1. Any or all bids will be rejected if City has reason to believe that collusion exists
among the Bidders, Bidder is an interested party to any litigation against City,
City or Bidder may have a claim against the other or be engaged in litigation,
Bidder is in arrears on any existing contract or has defaulted on a previous
contract, Bidder has performed a prior contract in an unsatisfactory manner, or
Bidder has uncompleted work which in the judgment of the City will prevent or
hinder the prompt completion of additional work if awarded.
17.2. In addition to Bidder's relevant prequalification requirements, City may consider the
qualifications and experience of Subcontractors, Suppliers, and other persons and
organizations proposed for those portions of the Work where the identity of such
Subcontractors, Suppliers, and other persons and organizations must be submitted as
provided in the Contract Documents or upon the request of the City. City also may
consider the operating costs, maintenance requirements, performance data and
guarantees of major items of materials and equipment proposed for incorporation in
the Work when such data is required to be submitted prior to the Notice of Award.
17.3. City may conduct such investigations as City deems necessary to assist in the
evaluation of any Bid and to establish the responsibility, qualifications, and financial
ability of Bidders, proposed Subcontractors, Suppliers and other persons and
organizations to perform and furnish the Work in accordance with the Contract
Documents to City's satisfaction within the prescribed time.
17.4. Contractor shall perform with his own organization, work of a value not less than
35°/o of the value embraced on the Contract, unless otherwise approved by the City.
CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN 103419
Revised/Updated August 18, 2025
00 21 13
INSTRUCTIONS TO BIDDERS
Page 9 of 9
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 Ciry.
17.6. Pursuant to Texas Government Code Chapter 2252.001, the City will not award
contract to a Nonresident Bidder unless the Nonresident Bidder's bid is lower than
the lowest bid submitted by a responsible Texas Bidder by the same amount that a
Texas resident bidder would be required to underbid a Nonresident Bidder to obtain a
comparable contract in the state in which the nonresident's principal place of
business is located.
17.7. A contract is not awarded until formal City Council authorization. If the Contract is
to be awarded, City will award the Contract within 90 days after the day of the Bid
opening unless extended in writing. No other act of City or others will constitute
acceptance of a Bid. Upon the contract award, a Notice of Award will be issued by
the City.
17.7.1. The contractor is required to fill out and sign the Certificate of Interested
Parties Form 1295 and the form must be submitted to the Project Manager
before the contract will be presented to the City CounciL The form can be
obtained at https://www.ethics.state.tx.us/data/forms/1295/1295.pdf
17.8. Failure or refusal to comply with the requirements may result in rejection of Bid.
18. Signing of Agreement
18.1. When City issues a Notice of Award to the Successful Bidder, it will be accompanied
by the required number of unsigned counterparts of the Project Manual. Within 14
days thereafter, Contractor shall sign and deliver the required number of counterparts
of the Project Manual to City with the required Bonds, Certificates of Insurance, and
all other required documentation.
18.2. City shall thereafter deliver one fully signed counterpart to Contractor.
END OF SECTION
CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CPN 103419
Revised/Updated August 18, 2025
�0 35 13
CONFLICT OF INTEREST STATEME�3T
Page 1 of 1
SECTION 00 35 13
CONFLICT OF INTEREST STATEMENT
Each bidder, offeror or respandent to a City of Fort Worth pracurement is required to complete a
Conflict afi Interest Questionna�re 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 af the City Manager or Assistant
City Managers, or an ag�nt of the City wf�o exercise discretion in the pfanning, recomm�nding,
sefecting or contracting with a bidder, offe�'or or res�ondent is affiliated with yaur campany, then
a Local Gov�rnment Dfficer Conflicts Disclosure Statement (CIS) may be required.
You are urged to consult with counsel regarding the applicability of these forms and Loca!
Government Code Chapter 176 ta your company.
The referenced forms rr�ay be dawnloaded from the links provided below.
Fprm CIQ tConffict of Interest Questionnaire) (state.tx.us)
https./lwww. eth ics. state. bc. usldatalform5lcon#lictlCl S. pdf
❑
0
❑
❑
❑
❑
BIDDER:
CIQ Form does not apply
CIQ Form fs on file with City Secretary
CIQ Form is being provided to the City Secretary
C1S Form does not apply
CIS Form is on File with City Secretary
CIS Form is being provided ta the City Secretary
Wooc�y Contractors, Inc.
65d Tower Dr
Kennedale, TX 76060
817-483-4787
twaodv2020(c�aol, cam
END OF S�CTION
CITY OF FORT WORTH
STANDARd CONSTRUCTIdN SPECIFICATION DOCIJMENTS
Revised February 24, 2020
By: Troy Woody /
5ignature: " �,.�
, �
� - .� y,� ,;s
Tifle: � r�esident
CPN 103419 - 00 41 Ofl Bid Praposai Workbook -Addendum 5
00 41 00
BID FORM
Page 1 of 3
SECTION 00 41 00
BID FORM
TO:
FOR:
The Purchasing Manager
c/o: The Purchasing Division
200 Texas Street
City of Fort Worth, Texas 76102
City Project No
Units/Sections:
103419
Water and Sanitary Sewer Rehabilitation 2020 WSM-D
(Various Locations)
Unit 1 - Water
Unit 2 - Sanitary Sewer
Unit 3 - Paving
Unit 4 - Storm Drain
1. Enter Into Agreement
The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City in the form
included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents
for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions
of the Contract Documents.
2. BIDDER Acknowledgements and Certification
2.1. In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and
INSTRUCTIONS TO BIDDERS, including without limitation those dealing with the disposition of Bid Bond.
2.2. Bidder is aware of all costs to provide the required insurance, will do so pending contract award, and will
provide a valid insurance certificate meeting all requirements within 14 days of notification of award.
2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed
individual or entity and is not submitted in conformity with any collusive agreement or rules of any group,
association, organization, or corporation.
2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid.
2.5. Bidder has not solicited or induced any individual or entity to refrain from bidding.
2.6. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract.
For the purposes of this Paragraph:
a. "corrupt practice" means the offering, giving, receiving, or soliciting of any thing of value likely to
influence the action of a public official in the bidding process.
b. "fraudulent practice" means an intentional misrepresentation of facts made (a) to influence the
bidding process to the detriment of City (b) to establish Bid prices at artificial non-competitive
levels, or (c) to deprive City of the benefits of free and open competition.
c. "collusive practice" means a scheme or arrangement between two or more Bidders, with or without
the knowledge of City, a purpose of which is to establish Bid prices at artificial, non-competitive
levels.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D
Revised 9/30/2021 CPN 103419
00 41 00
BID FORM
Page 2 of 3
d. "coercive practice" means harming or threatening to harm, directly or indirectly, persons or their
property to influence their participation in the bidding process or affect the execution of the
Contract.
3. Prequalification
The Bidder acknowledges that the following work types must be performed only by prequalified contractors and
subcontractors:
a.
b.
c.
d.
4. Time of Completion
4.1. The Work will be complete for Final Acceptance within 620 days after the date when the
the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions.
4.2. Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete
the Work {and/or achievement of Milestones} within the times specified in the Agreement.
5. Attached to this Bid
The following documents are attached to and made a part of this Bid:
a. This Bid Form, Section 00 41 00
b. Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of Paragraph
5.01 of the General Conditions.
c. Proposal Form, Section 00 42 43
d. Vendor Compliance to State Law Non Resident Bidder, Section 00 43 37
e. MWBE Forms (optional at time of bid)
f. Prequalification Statement, Section 00 45 12
g. Conflict of Interest Affidavit, Section 00 35 13
*If necessary, CIQ or CIS forms are to be provided directly to City Secretary
h. Any additional documents that may be required by Section 12 of the Instructions to Bidders
6. Total Bid Amount
6.1. Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. In the
space provided below, please enter the total bid amount for this project. Only this figure will be read publicly
by the City at the bid opening.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D
Revised 9/30/2021 CPN 103419
OD 41 OD
BIQ FORM
Page 3 of 3
6. Total Bid Amount
6.1. Bidder will cvmplete the Work in accordance with the Contract Documents for ti�e following bid amount. In the
space pro�ided below, please enter the to#al bid amount for this project. Only this figure will be read publicly
by the Cify at the f�id opening.
6.2. It is understood and agreed by the 8idder in signing this proposal that the total bid amount entered below is
subject to verification andlar modification by multiplying the unit bicf prices for each pay �tem by the respective
estima#ed quantities shown in this proposal and then totaling all of the extended amounts.
6.3.
Total Bid
Total Bid
7. Bid 5ubmittal
This Bid is submitted on
Respectfully submitte
�-
� l
By: � r ��
�� �
� ignatuy�
Octaber 23, 2025
�
� � __�
�Trov Woodv
(Printed Name)
Title: President
Campany: Woody Contractors, Inc.
Address: 6b0 Tower Dr
Kennedale, TX 76060
State of Incorporation: Texas
Email: twaady2020@ao€.com
Phone: 8�7-483-4787
END OF SECTION
$10,232,213.30
by ihe entity named below.
Receipt is acknowlec�ged of the Initsaf
following Adclenda:
Addendum No. 1: ,�� �
Addendum No. 2 �r� �
Addendum No. 3: � � �
Addendum No. 4: ,��
A��d endu�nn No . S ,r� I
Corporate Seal:
CITY OF FORT WQRTH
STAN�ARD CONSTRUCTION SPECIFICATION dOCUMENTS
Revised 9I30l2021 CPN 103419 - 00 41 00 Bid Proposal Workbook - Addendum 5
�: i?
Si9�]Vf��Ir�5:1f
f�+rc f irt -1
UN1T PFtICE BiD
IiiJli,� I�an�
N,�
7
2
3
4
5
8
7
8
9
1�
11
12
13
14
15
i8
17
ie
19
2a
21
22
23
24
25
26
I 27
26
3d
31
I 32
33
I 34
35
� 36
� 37
I 36
I 39
� 40
I 41
42
� 43
� 44
� 45
4S
47
� 4$
� q9
� 56
� 5�
� 52
� 53
� 54
55
56
i s�
� 58
� 59
� fi0
� 6�
� 62
I &3
I sa
65
1 66
� 67
I sa
I s9
I 7a
I 73
1
2
3
4
5
6
7
S
9
10
11
12
13
�
SecTioN oo a� aa
PROPOSqLF6RM
uu�r �
33119261 9" PVG Water Pipe
3311 0251 8" �iP Water
3311.Qi61 6" PVC Waler Pipe
3312.3002 6" Gate Valve
33123403 8" Gate Valve
0241.13fl2 Remove a�d Salvaqe 6" Water Valve
0241.1363 Remove and Salvaqe 9" WaEer Valve
3305.0111 Valve Box qqjustment w1 C9ncrele Collar (50l5�]
331i0�61 �uctilelronWaterFininqswfResiraint
3312.2603 1" Wa�er 5etvice wiih Surtace Restaratla�
3312 2001 1" Waler Se�vice. Meler Recanneclion
33122004 1" Privale Water Service with Surface Resloralion
33122301 1 112" Wafe� Seryice. Meter Reconnection
33122103 1 V2" Waler Service wiln S�Kace Restora6on
3342 2241 2" WaEer 5ervice, Me[er ReconneUian
33�22203 2" Waler Service wilh Surtace Resloralion
3304.0161 Temoorary WalefServices
0241.1512 Salvaqel"WalerMeter
0241-1513 Salvaqe 1 112" W�terMeter
�241,1514 Sa3vaqe2"WaterMeter
a241,i118 4"-12"Press�repluq
3372.0001 Fire HYdrant
D241.1510 Salvaqe Fire HydraN
3312.0117 Connection to Exisiinq 4"-72" Waier Main
3305.p103 Exnioratory Excavalion of Hxislinq lltiEi�iBs
3201.0400 Temporary Asphalt Pavinq ftepair (2" HMAC on 6" Flexbasel
3201-p114 7' Witle Perma�en� Asohalt Pvmt Repair. Residential
3291.0614 Conc Pvmt Repair, Resitlen�ial
3201,a8i6 Conc Pvmi fteAaic Arierialflndustrial
3305.00o38" Waiedine Lowennu
024t_100{7 Remove Conuete Pavemen! (50150�
32� 3.0102 7" Canc pvmt
3213.0391 4" Conc Sidewalk, Atllacen! lo Curh (507501
3213.03U1 4" Conc Sidewalk (50159)
0241.0100 Remove Sidewalk (50f5d}
3213.0400 6" Condete pnveway(50f50�
62419401 Remove Cancrete Drive (50150)
9216.91�1 S" Conc Curh antl Gufler (50f50�
0241,f300 RemaveConcC�rhBGufterf50f50�
p241.1400 Remove Conc Vallev Gutter (56150}
321fi 02�1 7" Conc Vatley Guller, Rasidential (50150)
32.7 t0112 6" Flexible Base. Type A, GR-1 (56150)
0247.1700 11"Aavemenf Pulverizalior� [56156}
5212.0303 3" Asphai� Pwmi Type �(50f50)
3211 9600 Cement SlabiEization [� 26fbsfsy (50l50}
3217.9i02 B" SL� Pvmt Markinq HAS (n �50l50)
0247.1800 ftemove Speetl Cushion (501591
3252.06a1 SpeetlCushfon-TL5landard(50750y
3217_05p4 PrefoRned Thermaplastic Conlrast Mark�mgs - 24" 5loR Bars (5D750�
32.� 1 0601 &Ench CEMLlMETM` StaCilizatlon @ 32Lhs15Y [50150p
3209.0201 Permanent Asphalt Pamt ftepair 6evnnd Oe�ned Witlfh, Resitle�tial
0171.0101 ConstNclion Staking (Wa[er)
6177.0102 As-Built S�rvey
azat.iao� waserunz�roui�nq
0241,1602 RemoveCancre�eWaierVau3t
3349.5005 Remove antl Reolace Inlet Ton, 5' (501501
3125,6101 SWPPP ? 1 acre f50f5�)
3305_Oi09 Trench5alet
3305A202 Importetl Em�etlmenV6ackfill. C55
3305A2�3 Importetl EmhetlmenVBackfill, CLSM
33fl5.0206 Impatletl EmbedmenllBackfifl, Acceplable Ba�hfill
3305 1 Q03 20" Casino Bv Onen Cut
3471.000� TraKc Conlrol
3H0.4102 fi"-12" Tree Removal
3110 0103 12"-18" Tree Rr.moval
3232.0100 Block Sod Piacemenll50l501
329tA1tl0 TaosaiU5afW1
3217_5001 Cufi Atltlress Paintinol501561
9999.9998 WaterConslfuctionAllowance
9999.Otl03 Mfsreflaneous Irrioaiion Adiustmen�l507501
333�.1102 6" io 8" Pipe Enlarqemenl
3331 Oi02 6" Sewer Pipe, Poinl Repalr
3331.4115 9" PVC Sewer Pipe
3331.4119 B" fl!P Sewe� Pipe With 40! P�otecEo Coalinq
3331,4201 10" pVC Sewer Pipe
333t,b265 10" �Ip Sawer Witn 401 Proiecto Caalinq
3331,4229 1 B" OIP Sewer wilh 401 Proleclo Coatinq
3331,q305 20" �IP Sewer Wiln 401 Pmlecto Coa�ing
3331,42i6 15" SewerAipe, CLSM Backtill
0330.0001 Goncrele Encase Sewer Pipe
3305.1003 20" Casinq BV QPen Cul
3339.�007 4' Manhole
3339_70�9 4' Exlra �eplh Manhole
Fuei lroxm
11,lTZtu't[1�'�e�!'litl'CLk]'.� SPGc1Y can�l,�l�tu��:�1l1Z5
R�.u..l U3��?tl'_I
�peciiie�,ili�ni S vu�xz i ��
W ntcr
33 11 12
33 11 12
33 11 10
33 12 ZO
33 12 20
0241 tA
� 02 41 14
33 05 41
a3 11 11
93 12 l�
33 12 101
33 12 3Q
33 12 10
33 t 2 10
33 12 10
33 12 10
I 33 04 30
0241 tA
Q24t 44
02 41 l4
0247 34
33 72 40
02 41 14
33 12 25
I33 O5 30
32 Q7 18
3205 t7
32 Ol P9
32 07 29
33 05 i 2
02 41 15
32 13 13
321320
321320
ID24113
32 13 20
42 41 13
32 1fi 13
02 41 15
02 41 14
32 15 02
32 11 91
02 41 15
32 12 16
32 f 1 33
32170f
02 41 18
32 12 76
32 14 05
32 11 06
32 01 17
01 71 23
07 71 23
024t 14
0241 14
133 qg 50
31 25 00
33 OS 10
33 �5 10
33�5i0
33 O5 10
�330522
34 71 13
31 tD06
3f 10 00
3292�3
32 97 19
3z 1 � as
9999.9999
Ig9ggfl003
Bidder's AppEicaiion
I Il��i[ id I ➢�E;I
f�1luuuru j tliu�nl�t�
LF
LF
LF
EA
EA
EA
EA
EA
TqN
EA
EA
LF
EA
EA
EA
EP.
LS
EA
EA
EP.
EA
EA
I Eq
EA
EH
LF
LF
SY
SY
EA
SY
SY
SF
SF
5F
SF
SF
LF
LF
SY
I SY
I SY
SY
SY
TN
LF
E4
EA
�F
TN
I SY
LS
LS
CY
I �n
EA
LS
LF
CY
CY
CY
I LF
MO
EA
En,
SY
CY
En
lS
LS
GM1IT ? -Sanilan� Sn�cr
33 31 23
33 31 72, 33 31 23
33 11 10, 33 31 12, 33 31 20
33 11 1 �
33 11 10, 33 31 12, 33 31 20
33 }f i0
3� 11 10
33 11 10
33 1 i'10, 33 31 12, 33 31 20
Q3 30 p0
33 05 22
33 30 10. 33 39 20
33 39 19. 33 39 2p
LF
LF
LF
LF
lF
LF
LF
LF
LF
GY
LF
�
VF
[i�ad.•r.r��,���.�3i �
I�iulEi�i��� I [�iJ�nlu�• �
11.Bfi9 5105-06
475 5$97.00
483 597.00
3T 52.2�(1.a9
az� s2.eoo-oa
26 S}56.00
6 5150-��
55 5859.90
11 570,000.00
260 S2,3W.W
266 SfiQO-06
153 585.00
19 51.550-06
'19 53.75(].00
11 51 J00.00
11 54.500.09
1 I 5425 455-00
261 sso.aa
19 550 00
i t 550.d�
50 S250.06
3fi 55.5�a.00
10 5300-OQ
7H 59.999.�0
7 52.000.00
1G,26� 533.0�
1�9 529�-�0
173 5181.00
14 5202 00
12 51L50099
B,p26 S22A0
3� SS75.00
35 520.00
63 s�a.aa
$5 58-06
2,59A sia.aa
25gq1 S5.�a
856 Sfi5.00
B56 SB-00
714 534A0
1i4 5170.00
7 990 517.80
19,9fi5 Si1.50
19 965 52fi.85
213 3285.q0
5Q 52a.��
21 5100.�0
2 54,500.0a
7 3125.00
5B $63�.00
100 3175,00
t sas,aoo.aa
t sa.poo,00
st seaaoo
i 57.100 0�
z se.aaaoo
1 59.000.00
fi00 50.05
100 5199.00
2z1 siso 00
400 545.00
ao saoo.00
8 55,000.09
fl si.00000
i szoao,00
1$7 515.60
3� 565,06
13 S10a 00
1 515a 000 a�
t 525.�00.00
Suh=fuf�J llNIT 1 -\b`alcr
1 491 5154 00
100 5184.00
1027 5766Aa
276 5221.00
4&4 5774.00
}92 5243.�0
292 53361)0
220 5355,90�
20 Sfi170p1
3B 5400,00
20 529$.OQ
21 57.500,00
27 3225.00i
S ] .2A6.140.001
5283 575 00�
546.85 i.00
581.400 fl0
sii�.sao.00l
S3 0a9 Op �
5900.00 I
S4fi 750.00�
5110.0OO.Ofl
S598 000.90
Si 55,090.00�
513 005,D0
529,450 U6�
571 250 40�
518.7QO.ODI
549 500 �0
5425.455.D0
513 050.00�
5950.00
5550.00�
512, 590.00�1
5798,0a�001
53,OOD,06�
5162.ap0,Oa �
514.00O,OOI
559fi 59('�00�
529.000-00�
531 39 �0 �
52,B28.00 I
513fl �00.��
$f79.7B2.40�
5525�.Dfl�
5700.00I
51.134,001
$68D 00 �
536 516,Q0�
512.970,�0 �
sss sa�aal
56.848.00 �
53.422�0�
5}9.380.00I
5142222A0 �
5229.597.50�
5536,p6Q.25�
560705 {]0�
Si \QQ�1.04�
5200.001
54,006.001
se�s-oo�
536.5A0.00�
577,500 OOf
519.000 AD �
se o00 00l
540.800.a0 �
suoo-ool
Si 6,000.091
59,60D.00�
830,00�
519.90206�
541.990,00�
54.5q0.001
51 fi.000-00 �
sao.000.001
s�.aoo.ao}
sz.00a oa1
52.8{]5.00�
52.915.�0�
51 300 00 �
S'! 50,000,00�
525,060.001
SG_49JSn7.15�
�
5229.&�4_Da�
516 400-00�
5788.4&6.00�
550.896,04I
584216.OU
sas,ses,00l
598.112 0� �
s�a. � ao.00
SR.340 00
$7$,2p0.00
55,980 Oa�
5157.59�.00�
S6 075-0� �
n.�..�n��,Yani�a. •.akcM1�l�il'iu��in�_.inu� .otc'S\LI�
�ilE�� I�i:il'�
d� �A,°w';w
��.o�,��.
SECT[ON p0 42 A3
PROPOSALFpRM
UNIT PRICE BID
iiiJi�.� ]rcm
tiu
� 14
I 15
� 16
� 17
� 18
� 19
� 20
I 21
� 22
23
j 24
� 25
� 26
� '17
I �e
� 29
i 39
31
� 32
� 37
� 34
� 35
� 38
� 37
� 38
� 39
� 40
I 44
I�rn��.� [i.m [niam�.umn
fl�w�npiu�n
3339.10fl4 4' Shallow Manhoie
3339_1�02 A' �rop Manhole
3339.17a4 5' Shallow Manhole
3305_0112 Concrzle Collar far Manhole
3334.0001 Epoay Manhole Liner
9999_9991 Gannetl [o Exisling SSNS1i
3305 0�03 Expfofalory Excavatian of Existinq Utilitles
3307.00�1 pre-CCiV Inspeclion
3301.0002 Pos{_CCN Inspection
3301_01{7t Manhole Vacuum Teslin9
3303 d{]01 BYPass pumping
3395,p109 Trench SaFety
0241220� Rem�ve 4' Sewer Manhole
6241,5001 Abandon Manhole
0241.2001 SanilarY Line Grouting
02412702 6" Sewer RHantlonmenl Pluq
0243.211 � 2 f' Sewer Ahandonmen! %uq
3331.3105 4" Privale Scwer Servicz wilh 2-Way Cleanouls
3331.3101 4" Sewer Service with 2-Wav Cleanouts
3331 _31p3 4" Boretl Sewer Service with 2-Way Cleanouts
3331,3201 6" Sewer Servlce wilh 2-Way CleanouEs
3331,7201 Service Reinstatement. Pipe Enlarqemenl w! 2-way CleanouE
3305.6516 Concrete Encasement for LIliiiN Pipes
�I33Q5_0202 Imported EmhetlmenVBackfill, CSS
OV 1.0101 Cons�ruction 5lakinq (Se�ver}
�i71.0302 As.BuiltSurveyl5ewer}
3305.0107 Manhole Adl�slmenL minor� wl Concrele Collar (50150p
3201.0112 5' Wfde Permanent Pvmt Repair, ResidenFial
,-m ��rruiiru�nem
T�naen�:��n�snar.n��,. su�cn��ren��.� ix.��w�ti�s
ii�,�,�a �sa a�z�
s�wuiiunu,n scaa��i� ru.
33 39 i 0, 33 39 20
33 39 10, 33 39 20
33 39 1 tl. 33 39 20
I339517
33 39 60
9949,9994
33 OS 30
33 01 31
33 a7 31
33 01 30
33 �3 10
33 O5 10
02 41 14
aza� ia
azai ia
42 41 14
02 A� 44
33 37 50
33 31 5�
33 31 50
33 91 50
133 31 23
33 05 19
33 05 10
61 i1 23
41 71 23
33q$Ol
32 01 17
Bidcfer's Application
�,,,3,�.,� N,,,,w,�s�
IJqi[ ��f Ili.l 1;���1 f'nci� I [3iJ Vs]i�.�
M1l�nsw.
EA
�
EA
EA
VF
EA
EA
�F
LF
EA
LS
LF
EA
E/5
CY
EA
EA
LF
EA
EA
EFl
EA
CY
CY
LS
LS
EA
LF
3
2
1
29
70
2
t
3.319
3.978
29
7
z.soo
9
2
21
8
2
1.136
18
�
4
44
�zo
398
�
1
8
257
36.500,00�
$12.000,66�
57,800,00
51,375-00
5425.00
55.000.00
32.000.00
55.00.
s7.00l
5200-001
5226.a00.09
51 00
5500.60
51.606-OQ
5800.00
szso-oo
5500.00
5255.00
53270.00
513.000.00
S2.B50.00
51 _890 fl0
549fl,00
5198,00
s�a000,aa
58.006,Q0
51,375,00
5275.00
579.500_061
52A.000.06�
57_800.a61
s3s.e�s.001
szs.�so_oo]
510.000.�0 �
52.000 fl01�
518.595.00I
527 846.Ofl I
55,860.00I
5226.0040p�
52,fi00.Q01
54500,001
5�.200.06�
Sifi.B00.001
sz.00a.oa
31.000.�0�
5289,680,fl0
SSB,660.0��
513.000,00�1
511.400.091
579,260_OO I
548,p00.00�
566,984_00�
s�s,aoo.00�
58.0OO.OD�
511.00O.00I
57D.675_Oa �
x�,�R,�a s,Niv. s�,,.rHdv��u���=u��acN�u�e, :u H�s��-n
i?I'l' IniJl9
Rlf�l'Itiil�c�s:ti
P,.� 1 �f+
SECTEON 00 42 93
PROPOSALFORM
u�ir P�icE Bio
AiJli,xi lii�in
�„
42
43
44
45
4fi
47
48
as
59
51
52
53
54
I
2
3
4
5
6
7
S
9
16
ii
12
�3
14
75
ifi
17
10
19
20
21
22
23
za
25
26
z�
28
rx,.��a„��
3201.6400 T¢mporary AsphalE Pavinp Repalr (2" HMAC on 6" FlexBase}
3201.0201 Permanen! Asplralt Pvmt RepaiY Beyond �efinetl Width, Resfdenlial
32a1.Ofi14 Conc Pvmt Repair, ResitlenSEal
3201.0616 Conc Pvmt Repair, ARerialflqtlustdal
0241.Ofi00 RemovefRepEace Wall <4'
3232,01�0 Conc Ret Wall Rtliacent lo pfive Ap9roach
a241,05q0 Remave Fence
3237.0412 6' Fences WnoU
3292.0300 Block Sotl Placement
9B9_9993 Remoae and Reinslall Pavers
347}.0001 Traffic Control
9999.9992 Landscaoino Reoair
9999 9999 Sanilary Sewer Conslmclion AHowance
s�r���,�..���,��� s������o s,�
32 91 18
32 01 17
32 01 29
32 01 29
0247 i3
02 41 13
02 41 OS
62 41 05
33 92 13
9999.9999
34 71 13
99999999
9999_9999
li\li3- P:n'n�
0241.1700 � 1" Pavement Pul,renzalion (50I5fl) 02 47 75
321 3.0600 Cement Slabiliza[ion [� 2filbslsy (50150} 32 71 33
3291.06Q0 9-lnch CEMLIMETM' Slabilizatkon (� 32LGs15Y (50f5Dy 32 11 33
0241.1660 Bu1lMillinq 024115
�3217.0162 6" 5LD Pvmi MarkEnq HAS fYylW150) 32 17 q1
�32,17,0504 Preformetl Thermoplastfc Conlras[ Markings - 2q" Slop Bars [50l50� 32 14 O5
3212.9303 3" AsphaEl Pvmt Type � I5075p} 32 12 16
a3050107 ManholeAtlllislmenl,minorwlConcreteCollar(50150y 330501
33�5.0511 Valve Box Atllustment w! Concrele Collar f50159) �a O5 4t
0241,1000 RemoveConcretePavemenif50l5aJ 024115
�241,1800 Remove 5peetl Cushion (50150� 62 q1 18
3212,afi01 Speed Cushion - iL Standard (50f50) 32 12 16
0241,1300 Remove Conc Cur6&Guner [50f50} 62 q1 15
3216,p101 6" Conc Curh antl Gutter (50l50} 32 16 l3
0241,0407 Remove Concrete pnve (59750) a? 45 13
3213.040p 6" Concrele �nvewavl50l501 32 13 2�
3213_0301 4" Cone Sldewalk. Adlacent to Curb {507501 i32 � 3 20
3Z13.0301 4" Conc Sitlewal3c l50f50} ��32 13 20
0247.0700 Remove Sltlewalk I50f501 02 41 13
0241_1400RemoveConcVallevGullerl59f50} 024� i4
32Sfi.0201 7" Gonc Vallev Gutier. Residential l50/501 32 ifi 02
3292.Ot00 BIocR Satl Pla�emen1150l501 32 92 13
3291 0100 Toosoil f50f501 3p g7 {g
3217.5007 Curh Address Paintinn (50f50} 32 17 25
32.1 t01126" 6" Flexihle Base, Tvoe A. GR-1 150l501 32 11 01
3349.50175 Remove antl Reolace Inlef Too. 5'l50150! 33 49 59
9999.0002 Pavino Conslmclion Ailowance 9999.0�02
9999.0�03 MfsoeElaneous lrcioalion Atliustmenl f50l5o1 9999_0�03
�'r� i � �r r� �lr� �o �a'm
�\'tilNl'.i'I]v� f19�:t'IF]=.'.\1��•:fN'�'1l[F\Z.�
He•ued 1:IIJI�1
Bidder's Application
mea�r_, e�.p,,,w �
I-n �- IiIJ Ilnic]'i�i�c
L�i�,ic�irrt (hiun[iti
LF 2.148 539.00
SY 100 5175.00
3Y 14 518�.00
SY 20 3202.00
LF 18 5530.00
LF 13 541fi_�0
�F ia siaa.00
LF 10 5235.�0
SV 7i0 S75_��
SY 96 572.00
MO 4 55.000_0�
L5 1 55.000_00
LS 1 575.000.00
Sulo-'1"mul U�'IT 2- 5animry Scuvr
SY
TN
TM
LF
LF
LF
SY
EA
EA
SY
_ EA
EA
LF
LF
SF
SF
SF
SF
SF
SY
5Y
SY
GY
EA
SV
EA
LS
L5
19.965 511,50
2t2 5285,00
57 SB30.00
1.190 S23A0
50 520.00
6 5125,00
f3_9fi5 576,85
7 57.375,00
54 585q,00
8.026 52240
11 5100,00
� I 54.506,66
855" SA nn
855� $65_00
2.594 55.00 I
2.594 S14_00
62 520 00
34 578.00
B5 58 00
113 530.00
114 Si70.00
787 515.00
31 565.00
13 5100.00
7 999 517.90
z se.000 00
1 5100.000 00
� s25.aaa.00
S�tls-Tiil;il UIYIi 3 - Puiine
CiiJ Volvc I
i
SB3.772.00�
517.500,00�
52.534,60�
54.040.00�
59.540_06�
55.A08.06�
si nao_oo�
52.350.00�
51 fi5� M�
Sfi.912_00�
520.090.00�
5s aao on�
5759D0 00 �
S'_.3'_?.HHG.IIIIJ
�
5229,597.�
8fi0A20.�
Sa5,410.�
527.37��
37 000.�
5750 00I
5536.�6025 `
59.fi25.00 f
545.900.00 C
5179782.40I
Si00.001
345D0 0� I
56_940.00 I
555,575.00�
51 z.s�o.00�
536-396.��J
3124�_00�
Sfi12.00
5690.00�
$3.390_00�
519.3BO.fl0�
52.805.90�
szn,F nnl
51.300 09 �
5142222,0�
516.009.00�
5100 0011 OOi
525.009.00I
S 1557,yGG.I �f
11.�1.r�rWS.�in...�1_��rrN.h,iFililali.ni.i�iv.. t'�11-[]
�1\ li�i�l��
�1�.► �j.�.,.:1���:j�f
���,����,�,.���
�„
1
2
3
4
5
6
7
8
9
�a
11
12
73
14
15
16
5]
18
�
3349_5001 5' Curb Inlet
3349.5001 10' Cur6 Inle[
3349_5602 15' Curh Inle1
�247 4Q05 Remove 5' Curb Inlet
0247.A901 Remove �0' Curb Iniet
0241 AD02 Remove 15' Ctrr6 lniet
3341.01 W Repair 18" RCP. CEass lll
3341.U201 Reoair 24" RCP. C{ass lEE
3341.0309 Reoair 38" RCP. Class Iff
3341.04D2 Repair 42" RCP. Class I I I
3341 6q09 Reaair 49" RCP. Class I I I
3395.0103 Exploraiory Excavalion of Exis�inq U�ilities
3213,6303 4" Conc Sidewaik
3213.4506 Bamer Free Ramp, Type P-i
0241.a300 Remove A�A Ramp
3441.41i0 RefnsfallTraffic5iqn
3441,4108 Remove Traffic Siqn
9999,4999 Storm Orain Construciion Alkowance
� Bid summ�n
�
� Uni� 1 - Waler
� Unil 2- San�r�ary Sewer
� Unil � - Pavinq
� Unit 4 -Storm I7rain
�
SECTION 00 42 43
PROPOSALFORM
L'VI'fJ-Slnrm Dr.iin
33 49 20
33 49 20
33 49 20
02 41 14
02 41 14
02 41 14
33 47 1p
33 41 10
33 41 10
33 41 10
33 41 1 �
33 �5 3�
32 13 20
321320
99 99 99
99 99 99
99 99 99
99 99 99
Bidder's Application
�����,.,,�.,,,�,.,� �
� ,,�, , �,,� �
�;.v.u�. �iwmiit 1'n�i E'ri���� �IiJ v�lia�
�
EA 2 58.500,00 ss7.000.aoJ
EP. 2 54.500,OQ S19.00OOOf
EA 2 512.100.09 524200.00J
EA 2 51 500.00 53.000 00I`
EA 2 S1,600.09 53200.00J
EA 2 5180000 53.fi00M!
LF q8 5342.99 51fi.41fi.00f
LF _ 46 936000 9f440000f
LF 8 5592.00 34.7�fi.00f
LF & 565� 0� 55200_OOI
LF 76 5729.00 Sit.fifi4.00�
EA 7 52009A0 52600_OOJ
SF 58 518.00 Si.044.00f
EA 7 5450000 94.500_OOJ
EA 5 $1A00.90 s�.000.00J
EA 5 $10000� 51000_OOJ
EA t 5509.00 5500.00f
�s � szs ooa ao szs 000_on�
Svls-Tr�l;il fJNIT J-S[nrm Drain 5157,3!>Il.11fff
�
�
56.194.507_ 15 f
52.322.89G_ddJ
57.557.3fi0.15f
St57qfi0.00�
Tuul9id §�6.2d2.2�3.70J
��m�nr r��mT u�� �nn c
st:cu:cv�, r� r;srnre��.,n� srerir� :,n, n �� rnu���iv «,� ,,
u.,,tia�ri_�_� � M:s.,�� �sn,.,n.n,mm�u,���.���, �i�m�i'u
�_ _ -n
sID BOND
The A�nerican Institute of Architects,
AIA Document No. A310 (February, 1970 Editian)
S
KN�W ALL MEN BY THESE PRESENTS, that we WoadV Contractors, Inc.
as Principal hereinafter called the PrincipaI, and Vi�ilant I�isurance Compa�ly
as Surety, hereinafter called the Surety, are held and firmly bound unto City o�Fort Worth, TX
as Obligee, hereinafter called the Obligee, in the sum of rive Percent o�Bi[� Amount (5%)
D ollars ($ -------------------- )� for the payznent of which sum we11 and truly to be made, the said Principal and the
said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally,
firrnly by these presents.
WHEREAS, the Principal has submitted a bid for Water and Sanitary Sewer Revlacements,
Contract 2020 WS�M-D, Citv �roiect No. i03419
NOW, THEREFORE, if the Obligee shall accept ihe bid of the �rincipal and the Principal shall enter into
a ContracE with the Obligee in accordance with the terms of such bid, and give such bond or bonds as
may be speci�ed in the bidding or Contract Documents with good anci sufficient surety for the #'ai#hfui
perfarmance of such Contract and for the prompt payment of labor and material furnished in #he
prosecution thereof, or in the event af the Failure of the Principal Co enter such Contract and give such
bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty k�ereof
between the amount specifed in said bid and such larger amount for which the Obligee may in good
faith contract with another party ta perform the Work covered �y said bid, then this obiigation shall ba
null and void, otherwise to remain in full Force and effect.
Signed and sealed this 2���� day of September 2025
WOODY CC�NTRIIC'1'ORS, INC.
� Principal
�� •�
�y: � "y�
�J �
�
(Seal)
�/
t`G�i���i'P
Name/Title
VIGILANT INSURANCE C�MPANY
Surety (Seal}
��', r M � .
By: < < �' ��LJ✓�-�;�� ����
Kyle W. SW£elleY, � Attprney-in-Fact
�� �� � � � � µ� �
[�ower oi Attorney .
Fecjeral Ins�u-ance Com���t1y � Vigila�lt Insurancc C�inpany � Pacific tnc�e�r�nity Cc}���pa��y
Knaw All by These Presents. `f'tiat FEbERAL I[VSURANCE COMPANY, an Indiana coipoi�atian, VIGILANT INSURANCE COMPANY, a Ne�v Yorl� corporation, and PACIFIC
INDEMN[TY COMPANY, a �Viscansin corpora�ian, do each hereby cons[i[u[e acid appoinc Ellza6eth Gray, Charles �. Sweeney, Kyle W. Sweeney and
Michael A. Sweeney of Fort Worth, Texas _-_------------------------------------------------------------------------------- --------------------------------------------------
e�ach �s their true and lax�Ful Attorney-in�f�act to execute uncler such designation iii ttieir i�a��ies and to aftir their mrporare seals tu and deliver fa�� aiid �n their behalf �is surety
thereon or othern�ise, bonds and undertal:ings anci other writings obligatory in the nature ihemof (other than bail bonds) �,�ven m� executed in the coune of business, and any
insti�ments amending or akering rhe same, an� consents to tI�e modifcatios� or aiteratian oFany instrument mferred tu in saici Uonds or obii�ations.
In Witness Whereof, said FEDERAL IN5URANCE COiv1PANY, VIGILANT INSURANCE CO�IPANY, csnd PACIFIC INDEMNITY COMPANY Iiave each executed and attested these
presen5s ancl,�tiixed their cor��oc�te Seals crn this I6`" day oFSeptember, 2019.
1��S4.a��r—'1 �'�. ����Itik.�r ��-_ `n`L ��-.i
�k,v:t, �1 r��,�,,,�c�..l�,��a:,,nt5t+:r�i:.a,�
���� �.��: � y ��i
�
sr.a��e cr- n�s��' J 6RSES`
Countya#'Hunterdon ss
�ic��li�:n �i I i:ur:y. L�i;:c I'rc�.i�lf.�i3i
�p"� �"-w�"e�
A� �� � �
'R'� �k �
On this 15�' dai� ol' Septmber, 2019, bef'ore me, a �otai�� Pui�l[c oF Ne7v,��rscy, personall}� came Dawn iT. Chlvros, io rne I:nown to be Assistant Secreta2y of PEDERAL INSURANCEi
CD?�iPA�IY. VIGII.AN'f �NSURANCE Cp4IPA�Y, and Pi1C]F1C 1ND�19NI'fl� GOYIPANY, the companies �vhich executed the foregning Pmver oi At[nrney, and [he said Dawn M.
Chioros. Ueing b�� me (Suly s�vOrn, �li� deppye and s�y that she is Assistant S�cretary of G'F.DERAL 1NSURrINCE CO�tPANY, V1GILANT 1NSURANCE COMPANY, nnd PACI�IC
l�llEb7\]'I'l' CQb4�'ANY antl I:nuws [he cnrpc>rate seals therec�F, that die seals afTised tu che Foregoin� Po�ver of Atturney are such corpurate seaYs and u�ere thereto �sftixed by
autharit}� oi said Companies; and ti��it she si�,med s�sid Putiver of Attoruey as Assistaot 5ecretaiy of said Comp�u�ies bv like authoriry; and that she is acc�uainted with Stephen M.
}3aney, and knotvs him to �e Vice l'resident of said Companies: and tha[ [he siguature oF Stepl�ei� M. 1[aney, su6scribed to said 3'o�ver oF Atturney is in the genuine hand�vriiing oF
Stephen �1. Naney, and cvas tl�ereto subscri6ed hy authority ofsaid Companies and in de��onent's presence.
�utarial5ea6 ¢`� '^�oR_
N4idRY �r
y� w.a..� j�
��'UHLI�%
�`k � xs�"
KATN�.ftIN� ,1. AC3ELAAF'd
NCS7AftY PU6lIC OF NEW JERSEY
Na. 3336585
Commissicsn Ex�+lses July 1f. ?024
/rT �`
Nui.n E`��t+lfc
CERTiFICATIOIV
�esolutions adopted b}� rhe Roards oF �irectors nf I'EDCRAL INSl1RANCF.. Ca1�iPr1N1', ViG]LA?V'I' SNSl1f2AVCE C019PA?Vi', and PACIFTC INDF.�1�'ITY COA4PANl' on Augus[ 30, 2p1G:
'RI:tiOl,\'P.11, thai the �iillrnring ainhe�rizations reiatc [o ihe e�ceu�ioa Ybr ancl pn behatl ui �he Company. nf bnncls, untlertakinss, reco�,mizances, conreactc and olher wi'ilten [ummitments oFthe Cumpany
ente�'ed fntu fn the urdinar5' cotu'se ofbusiitcss (each a"1Vritten Cummitme¢P'k
{t} lia[h �f die Chairin�in, Ihe Presfden[ and the Vicc I'resideats of theCumpani�ishe�'eby au[hui'ized toexe[utennylih'i[tenCummftmenr furandanbdiall'oftheGompang.undei'the
seai of the CumPanq ur nthen�i3e.
{2) Each ciuiy appoiizied atioriiey�in�lac� of �he Company� u herehy autlturized tu execute am� 1Vriuen Com�ia'k�mem lur and on behalf of �he Company�. under [he seal ol the Cump��ny� ��r
odler+rise. LU Ihe eX[ent tilat SUdl>1Cnnn fs �lusho]�iZed }]} the gr:�nl o! po�YeLc prnYided for in 5iICh {1eIL+U11'5 ���I'iL[Gl dppeliil[I11C1lt d58llCh:itiOrnej�-in-fact.
(3) I!aclt uf tlfe Ch;tirmaq the Presiden� and ILe �'i[c I'i'esidenls of die Company fs here6y aulhnrized, �br and nn hehalfo(the Cumpany, tu appoiut in �v�'iling an}' person ihe allorney�
in-iaa ol' [hc Compaciy with full pon'er and authe�r'ity �o csc[u¢e. fnr and urz behalf uf Ihc Compang, under tlte seal of �he ContpanS or nthern�ise, su[h 1V�inen Commimients of [he
Coutpany as n�ay be specified i3i such u•n[ten ap��u[nunenL �shicli s{3eciticatiun ma}• be by� geitei'al type oi' d;�tis pf 54`ritten Cummitments ur by specificalion oY one ur mure panicular
4l'i itten Ce�mmi�ments.
(�{) I,-�ch ul [he Chalrman, tlte I'resident and Ihe Vice Presidentti of lhe Company is herehy audiorired, fur and un hehalFuf the Compan��, [o delegate in i5ri[ing ro any u[her ul3icer of'ihe
Compan�� che autliority� w execme, I17r and on beh�df uf rhe Cmnpany, under the Company's seal Of' OlI1Cl'N'ISC. SLICII �5'riiten Cuaia�icments� ufthe Coinpany as are specificd in such
wriLten dele�LLion, n•hich s�zecific:�ttinn may he 177� gcnei'ul rype oi' [lasv uf 1Vritle�� Commi[nZeo[s or by specifica�ion ufone u[' nlure par[iculai' ��'ri[sen Cummim�en�s.
iS! 'Che signarure of:my uliicer or otlier persnn e�ecFuing �iny 1t'ritten Callnlilinent or sn�o-inmient ur delegalion purstcu�t to lhis liesolution. and die seal ol the Company�, ma}' 6e alBxe.d h;�
l.lCtii111fiC Un SUCII lVl'i�[eR �.UmmitmP_nt clr ll'fittBilB�ElOiIlO71L'llt OI' fle1e6:1[i0tl.
PUR'fI1ER RGSOIA'EI], diat ciie f iregoing Resolwion shall not he deemed tu Ue an exclusVve statemeni uf itie powers and authority of ofliceis, emplopees an[l od3er persuns lo act for aad on 6eh.dFof
ihe Com4�auy, ��nd such itesolurion sh,dl no� limiE ur ntllenvise af%ct ihe eserdse ufany such power or;mthuritp adienvise valicily ��amed or vesred:'
i, Dativn ��. Cl�lrn'os, Assist�int Secretarp c�f RF.D�RAL INSLIRA�CEi COMPA�Y, V]G]LA�'I' ]NSL'RANCF. COh4PANY, and PACIPIC INllEh9�]TY CONPANY ([he "Cumpanies') do here6y
certif�� that
(i} the Foregoing l:esohitinns adopted b�� the 13ocird uFDirectors of the Con�panies are u-ue, cor� ect and in full fcarce and eftect,
(ii) the Foregoing Poi��er uf Auorney iti tF�ue, currect and in ftdl f'orce and effect.
GivenundermyhanciancisealsofsaidCump�niesxtR�hitehouse5tation,NJ,this 25th day o# September, 2Q25.
���{ .:�; ���� ��.s�
� � �1 s�_ ����
� �.,.. � ,, f�� �b� t}n�:n ��I t'hl;,r.� .1,H,i:ini �eti�rci.��'�`
I.\'fk�lE GI'EN'f YOU 1L'ISH'fl7 VF;I;IFI"I'HE AU'1'I IL'�i'flCl'fl' OF'fHl� RONU OR \'0'fIFY US OF:1\`Y 0'i'Htil: �Ll"I'I'tiR. PLEASE CON'PAC'I' US,I"I'�.
'1'elephune f90S� 9U3� 7493 Pax (9ng) 96'3- 365G e�mail: surc�yC.��hubhcom
FE�-VIG-PI (rev.08-18)
0o aa s�
VENDOR CDMPLIAIVCE Td STATE LAW
Page 1 of 1
SECTIQN 00 43 37
VENDOR COMPLIANCE TO STATE LAW NON RESIDENT BIDDER
Texas Go�ernment Code Chapter 2252 was adopted for the award of contracts to nonresident bidders. This law
pro�ides that, in order to be awarded a cantract as low bidder, nonresident hidders (out-of-state contractors
whose corporat� ofFices or principal place of business are outside the State of Texas) bid project5 for
construcfion, impro�ements, supplies or servic�s in Texas at an amount lower than the lowest Texas resident
bidder by the same amount that a Texas resident �idder would be required to und�rbid a nonresident bidder in
order to obtain a comparable cantract in the State which the nonresidenYs principal place of business is located.
The appropriate blanks in Section A must i�e fill�d out by all nonresideni bidders in order for your bid to meet
specifications. The failure of nonresident bidders to do so will automatically disqualify that bidd�r. Resident
bidders must check the box in Section B.
A. Nonresident bidders in the 5tate of , our principal place of business,
are required to be percent lower than resident bidders by State Law. A copy of the
statuie is a#tached.
Nonresident bidders in the State of
are not required to underbid resident bidders.
, our principal place of business,
B. The princi�al piace of business of our company or our parent com�any or majority owner is
in the State of Texas. 0
BfDDER:
Waody Contractors, Inc.
650 Tower Dr
Kennedaie, 7X 75060
817-4$3-4787
twoodv2020C�n.aol. com
By: 7roy Woody�� �..�
i �,:
� �
� � /�� (Si�ature)
Title: President
�1 /
Rate: � y � �� —� �
END OF SECTION
CITY OF FORT WORTH
STANDAR� CONSTRUGTION SPECIFICATION �QCUMENTS
Revfsed 913 012 0 2 1
CPN 103419 - 00 41 00 Bid Proposal Workbook - Addendum 5
004511-1
BIDDERS PREQUALIFICATIONS
Page 1 of3
1 SECTION 00 45 11
2 BIDDERS PREQUALIFICATIONS
4 1. Summary. A Bidder or their designated subcontractors are required to be prequalified or
5 have applied for prequalification by the City for the wark types requiring prequaliiication
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 wark 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 prequalification review. Bidders or Subcontractors who are not prequalified 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 contractar. For example, a contractor wishing to submit bids on
18 projects to be opened on the 7th of April must iile the information by the 31st day of March
19 in arder to eligible to work on these projects. In order to facilitate the approval of a Bidder's
20 Prequalification Application, the following must accompany the submission.
21 a. A complete set of audited or reviewed iinancial 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 Prequalification Application.
31 (1) The firm'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/taxpermit/ and fill 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 firm's DUNS number as issued by Dun & Bradstreet. This number
38
39
40
41
42
43
44
is used by the City for required reporting on Federal Aid projects. The DUNS
number may be obtained at www.dnb.com.
d. Resumes reflecting the construction experience of the principles of the firm for firms
submitting their initial prequalification. These resumes should include the size and
scope of the wark performed.
e. Other information as requested by the City.
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 far consideration.
CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419
Revised August 13, 2021
00 45 11 - 2
BIDDERS PREQUALIFICATIONS
Page 2 of 3
i (2)
2
3
4
5
6
� (3)
8
9 (4)
10
ll (5)
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
0
To be satisfactory, the financial statements must be audited or reviewed
by an independent, certified public accounting firm registered and in
good standing in any state. Current Texas statues also require that
accounting firms performing audits or reviews on business entities within
the State of Texas be properly licensed or registered with the Texas State
Board of Public Accountancy.
The accounting firm should state in the audit report or review whether
the contractor is an individual, corporation, or limited liability company.
Financial Statements must be presented in U.S. dollars at the current rate
of exchange of the Balance Sheet date.
The City will not recognize any certified public accountant as
independent who is not, in fact, independent.
(6) The accountant's opinion on the financial statements of the contracting
company should state that the audit or review has been conducted in
accordance with auditing standards generally accepted in the United
States of America. This must be stated in the accounting iirm's opinion.
It should: (1) express an unqualified opinion, or (2) express a qualified
opinion on the statements taken as a whole.
(7) The City reserves the right to require a new statement at any time.
(8) The financial statement must be prepared as of the last day of any month,
not more than one year old and must be on file with the City 16 months
thereafter, in accordance with Paragraph 1.
(9) The City will determine a contractor's bidding capacity for the purposes
of awarding contracts. Bidding capacity is determined by multiplying the
positive net working capital (working capital= current assets — current
liabilities) by a factar of 10. Only those statements reflecting a positive
net working capital position will be considered satisfactory for
prequalification purposes.
(10) In the case that a bidding date falls within the time a new financial
statement is being prepared, the previous statement shall be updated with
proper verification.
Bidder Prequalification Application. A Bidder Prequalification Application must be
submitted along with audited or reviewed financial statements by firms wishing to be
eligible to bid on all classes of construction and maintenance projects. Incomplete
Applications will be rejected.
(1) In those schedules where there is nothing to report, the notation of
"None" or "N/A" should be inserted.
(2) A minimum of five (5) references of related work must be provided.
(3) Submission of an equipment schedule which indicates equipment under
the control of the Contractor and which is related to the type of work for
which the Contactor is seeking prequalification. The schedule must
include the manufacturer, model and general common description of
each piece of equipment. Abbreviations or means of describing
equipment other than provided above will not be accepted.
46 3. Eligibility for Award of Contract
47 a. The City shall be the sole judge as to a contractor's prequalification.
48 b. The City may rej ect, suspend, or modify any prequalification 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 Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419
Revised August 13, 2021
00 45 11 - 3
BIDDERS PREQUALIFICATIONS
Page3 of3
1 d. If a contractor has a valid prequalification letter, the contractor will be eligible to
2 perform the prequalified work types until the expiration date stated in the letter.
3
8 END OF SECTION
CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419
Revised August 13, 2021
�0 45 12
PRE4l]ALIFICATION STATEMENT
Page 1 of 1
SECTION 00 45'[2
PREQUALIFICATION STAT�MENT
Each Bidder for a City procurement is required to cample#e the infarmatson below by identifying the �requalified
contractors andlor subcontractors whom #hey in#end to utiiize for the major work type(s) listed.
Major Work Type
Water Distribution, Urban and
Renewal, 8-inch diameter and
smaller
Sewer Collection Sysfem,
Urban and Renewal, 20-inches
and smaller
Sewer Pipe �nlargement, 8-
inches and smaller
Sanitary Manholel5tructure
Interior Lining - Warren ar
Chesterton Coating
Asphalt Paving
ConstructionlReconstruction
(Less than 15,Q00 SY)
ContractorlSubcontractor Company f�ame
Woody Cantractors, Inc.
Woody Contractors, Inc.
Excel 4 Construction, LLC
Madero Engineers, Architects & Constructors, LLC
Reynolds Asphalt and Construction
Prequalificatior�
Expiration Date
4/30/2026
413012Q26
413012 Q26
41301202fi
4/30/2027
The undersigned hereby certifies that tf�e contractors a�dlor subcontractors described in the table abo�e are
curren#ly prequalified for the work types listed.
BIDDER:
Woody Contrsctors, inc.
650 Tower br
Kennedale, TX 76060
0
�
��
Tstle: Presfdent
�
Date: ' � ' �'� � .5
CITY OF FORT WORTH
STANDARD CONSTRUGTION SPEGFICATIpN DOCUMENTS
Revised 09/3012021
ENb OF SECTlO{�
CP�! 1 0341 9 - 00 41 �0 Bid Proposal Workbook - Addendum 5
F�RT ��RTH�
Date of Balance Sheet
Name under which you wish to qualify
Post Office Box
Street Address (required)
( 1
Telephone
SECTION 00 45 13
PREQUALIFICATION APPLICATION
Mark only one:
� Individual
Limited Partnership
General Partnership
Corporation
Limited Liability Company
City
State
Zip Code
City
State
Email
( 1
Fax
Texas Taxpayer ldentification No.
Federal Employers Identification No.
DiJNS Na (if applicable)
Zip Code
Email/mail this questionnaire along with iinancial statements to the appropriate group below. A separate
submittal is required for water/sewer, paving, and lighting:
Work Category — Water Dept - Water/sewer Work Category — TPW Paving Work Category — TPW Ped/Rdwy Lighting
john.kasavich@FartWarthTcxas.gov TPW_Prequalification@fortworthtexas.gov clint.hoovcr@fartworthtcxas.gov
Fort Worth Water Department Engineering and City of Fort Worth Transportation and Public Ciry of Fort Worth TPW Transpartation
Fiscal Services Division 200 Texas St. Fort Works Dept. 3741 SW Loop 820, Fort Worth, Management Attn: Clint Hoover, P.E. 5001
Warth, TX 76102 TX 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 of8
BUSINESS CLASSIFICATION
The following should be completed in order that we may properly classify your firm:
(Check the block(s) which are applicable — Block 3 is to be left blank if Block 1 and/or Block 2 is
checked)
� Has fewer than 100 employees
and/or
� Has less than $6,000,000.00 in annual gross receipts
OR
� Does not meet the criteria for being designated a small business as provided in Section
2006.001 of the Texas Government Code.
The classification of your firm as a small or large business is not a factor in determining eligibility to
become prequalified.
Select major work categories for which you would like to be prequalified (City may deem you are not
qualified for selected category or may approve you at a lesser size/length and maximum size may
not be listed specifically under a major work category):
MAJOR WORK CATEGORIES
Water Department
! Augur Boring - 24-inch diameter casing and less
Augur Boring - Greater than 24-inch diameter casing and greater
Tunneling — 36-Inches — 60 —inches, and 350 LF or less
Tunneling - 36-Inches — 60 —inches, and greater than 350 LF
Tunneling — 66" and greater, 350 LF and greater
Tunneling — 66" and greater, 350 LF or Less
Cathodic Protection
Water Distribution, Development, 8-inch diameter and smaller
Water Distribution, Urban and Renewal, 8-inch diameter and smaller
Water Distribution, Development, 12-inch diameter and smaller
Water Distribution, Urban and Renewal, 12-inch diameter and smaller
Water Transmission, Development, 24-inches and smaller
Water Transmission, Urban/Renewal, 24-inches and smaller
Water Transmission, Development, 42-inches and smaller
Water Transmission, Urban/Renewal, 42-inches and smaller
Water Transmission, Development, All Sizes
Water Transmission, Urban/Renewal, All Sizes
Sewer Bypass Pumping, 18-inches and smaller
Sewer Bypass Pumping, 18-inches — 36-inches
Sewer Bypass Pumping 42-inches and larger
CCTV, 8-inches and smaller
CCTV, 12-inches and smaller
CCTV, 18-inches and smaller
CCTV, 24-inches and smaller
CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419
Revised August 13, 2021
00 45 13 - 3
BIDDER PREQUALIFICATION APPLICATION
Page 3 of8
MAJOR WORK CATEGORIES, CONTINUED
� CCTV, 42-inches and smaller
CCTV, 48-inches and smaller
Sewer CIPP, 12-inches and smaller
Sewer CIPP, 24-inches and smaller
Sewer CIPP, 42-inches and smaller
Sewer CIPP, A11 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 Interceptars, Urban/Renewal, 24-inches and smaller
Sewer Interceptars, Development, 42-inches and smaller
Sewer Interceptars, Urban/Renewal, 42-inches and smaller
Sewer Interceptars, Development, 48-inches and smaller
Sewer Interceptors, Urban/Renewal, 48-inches and smaller
Sewer Pipe Enlargement 12-inches and smaller
Sewer Pipe Enlargement 24-inches and smaller
Sewer Pipe Enlargement, All Sizes
Sewer Cleaning , 24-inches and smaller
Sewer Cleaning , 42-inches and smaller
Sewer Cleaning , All Sizes
Sewer Cleaning, 8-inches and smaller
Sewer Cleaning, 12-inches and smaller
Sewer Siphons 12-inches or less
Sewer Siphons 24-inches or less
Sewer Siphons 42-inches or less
Sewer Siphons All Sizes
Transportation Public Works
� Asphalt Paving Construction/Reconstruction (LESS THAN 15,000 square yards)
Asphalt Paving Construction/Reconstruction (15,000 square yards and GREATER)
Asphalt Paving Heavy Maintenance (UNDER $1,000,000)
Asphalt Paving Heavy Maintenance ($1,000,000 and OVER)
Concrete Paving Construction/Reconstruction (LESS THAN 15,000 square yards)*
Concrete Paving Construction/Reconstruction (15,000 square yards and GREATER)*
Roadway and Pedestrian Lighting
NOTE *There is not a prequalification requirement for installation of concrete sidewalk, curb &
gutter, driveways, and panel replacement, only on concrete street / ROW paving
CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419
Revised August 13, 2021
00 45 13 - 4
BIDDER PREQUALIFICATION APPLICATION
Page 4 of8
1. List equipment you do not own but which is available by renting
I DESCRIPTION OF EQUIPMENT NAME AND DETAILED ADDRESS OF OWNER
2. How many years has your organization been in business as a general contractor under your present
name?
List previous business names:
3. How many years of experience in construction work has your organization
had:
(a) As a General Contractor. (b) As a Sub-Contractor:
4. *What projects has your organization completed in Texas and elsewhere?
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 work performed since last statement.
5. Have you ever failed to complete any work awarded to you?
If so, where and why?
6. Has any officer or owner of your organization ever been an officer of another organization that failed to
complete a contract?
If so, state the name of the individual, other organization and reason.
7. Has any officer or owner of your organization ever failed to complete a contract executed in his/her
name?
If so, state the name of the individual, name of owner and reason.
CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419
Revised August 13, 2021
00 45 13 - 5
BIDDER PREQUALIFICATION APPLICATION
Page 5 of8
8. In what other lines of business are you iinancially 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.
I 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
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.
CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419
Revised August 13, 2021
00 45 13 - 6
BIDDER PREQUALIFICATION APPLICATION
Page 6 of8
CORPORATION BLOCK
If a corporation:
Date of Incorporation
Charter/File No.
President
PARTNERSHIP BLOCK
If a partnership:
State of Organization
Date of organization
Is partnership general, limited, or registered limited
liability partnership?
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)
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 Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419
Revised August 13, 2021
00 45 13 - 7
BIDDER PREQUALIFICATION APPLICATION
Page 7 of8
14. Equipment
$
TOTAL
Similar types of equipment may be lumped together. If your iirm 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 far 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
30
ITEM DESCRIPTION
BALANCESHEET
VALUE
Various-
TOTAL
CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419
Revised August 13, 2021
00 45 13 - 8
BIDDER PREQUALIFICATION APPLICATION
Page 8 of8
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 farce, necessary to verify said statement.
, being duly sworn, deposes and says that
he/she is the of , the entiry
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 iinancial 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 aff'idavit.
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 Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419
Revised August 13, 2021
00 45 26 - 1
CONTRACTOR COMPL[ANCE WITH WORKER'S COMPENSATION LAW
Page 1 of i
2
3
4
5
6
7
8
9
10
it
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
SECTION 00 45 26
CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW
Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it
provides worker's compensation insurance coverage for all of its employees employed on City
Project No. 103419 Contractor further certifies that, pursuant to Texas Labor Code, Section
406.096(b), as amended, it will provide to City its subcontractor's certificates of compliance with
worker's compensation coverage.
�K�7��IY 7t�11�C�1�
p a(L�C; n ir�7� c;-�'4 �� ,�,�
Company .J
�s J � O�i�
Address
�` % 41�C�_4L
� , �
City/State/Zip �
THE STATE OF TEXAS
CK�Ii1��l�li���117.177 _�
�
�
By: —��q..� wood
�'lease Print)�
Signature:
v
�
Title: ,�L
Please Print)
BEFORE ME, the undersigned authority, on this day personally appeared
�,_ , known to me to be the person whose name is
subscribed- o the oregs�ng instrument, and acknowledged to me that he/she executed the same as
the act and deed of ��,/'�p h�'��Q � �'n � for the purposes and
consideration therem express@ and in the capacity therein stated.
GIVEN UND R MY HAND AND SEAL OF OFFICE this 9�� day of
�� Le r►') � , 20�
� � � ��i���
Nota �n and for the State of Texas
ro�►�r r���� LUT A RAYELO
����� �O�+Y �u411c, 84N of T�xn
�'h� �unNsion E
�^'�.,. �E*•` �►a �, 2oz��D �F SECTION
nwT�nn ro �seeaio�o
CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 1034 f 9
Revised July 1, 201 l
005243-1
Agreement
Page 1 of 6
SECTION 00 52 43
AGREEMENT
THIS AGREEMENT, authorized on 12/9/2025 , 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 Woody Contractors, Inc. , authorized to do business in Texas, acting by
and through its duly authorized representative, ("Contractor"). City and Contractor may jointly
be referred to as Parties.
City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows:
Article 1. WORK
Contractor shall complete all Work as specified or indicated in the Contract Documents for the
Project identified herein.
Article 2. PROJECT
The project for which the Work under the Contract Documents may be the whole or only a part is
generally described as follows:
Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D
City Pro.ject No. 103419
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 Ten Million, Two Hundred Thirty-Two Thousand,
Two Hundred Thirteen and 30/100 Dollars ($ 10,232,213.30 l. 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 620 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 Wark and City and the public will suffer from loss of
use if the Work is not completed within the time(s) specified in Paragraph 4.1 above. The
Contractor also recognizes the delays, expense and difficulties involved in proving in a
legal proceeding, the actual loss suffered by the City if the Wark 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 one thousand fzve
hundred Dollars ($I500) 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.
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419
Revised August 18, 2025
005243-2
Agreement
Page 2 of 6
Article 5. CONTRACT DOCUMENTS
5.1 CONTENTS:
A.The Contract Documents which comprise the entire agreement between City and
Contractor concerning the Work consist of the following:
L This Agreement.
2. Attachments to this Agreement:
a. Bid Form
1) Proposal Form
2) Vendor Compliance to State Law Non-Resident Bidder
3) Prequalification Statement
4) State and Federal documents (project specific)
b. Current Prevailing Wage Rate Table
c. Insurance Certification Form (ACORD or equivalent)
d. Payment Bond
e. Performance Bond
£ 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 operate
and be effective even if it is alleged or proven that all or some of the damages bein�
sou�ht were caused, in whole or in nart, 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.
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419
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 nrovision
is snecificallv intended to onerate and be effective even if it is alleged or nroven that all
or some of the damages bein� sought were caused, in whole or in part, bv anv act,
omission or negligence 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
Texas. Venue shall be Tarrant County, Texas,
Northern District of Texas, Fort Worth Division.
7.6
7.7
Authority to Sign.
Documents is performable in the State of
or the United States District Court for the
Contractor shall attach evidence of authority to sign Agreement if signed by someone other
than the duly authorized signatory of the Contractor.
OFFICIAL RECORD
Non-appropriation of Funds. ciTv sECRETaRv
FT. WORTH, TX
In the event no funds or insufficient funds are appropriated by City in any fscal period for
any payments due hereunder, City will notify Vendor of such occurrence and this Agreement
shall terminate on the last day of the fiscal period for which appropriations were received
without penalty or expense to City of any kind whatsoever, except as to the portions of the
payments herein agreed upon for which funds have been appropriated.
CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419
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
verification from the company that it: (1) does not boycott energy companies; and (2) will
not boycott energy companies during the term of the contract. The terms "boycott energy
company" and "company" have the meaning ascribed to those terms by Chapter 2276 of the
Texas Government Code. To the extent that Chapter 2276 of the Government Code is
applicable to this Agreement, by signing this Agreement, Contractor certifies that
Contractor's signature provides written verification to the City that Contractor: (1)
does not boycott energy companies; and (2) will not boycott energy companies during
the term of this Agreement.
7.10 Prohibition on Discrimination Against Firearm and Ammunition Industries.
Contractor acknowledges that except as otherwise provided by Chapter 2274 of the Texas
Government Code, the City is prohibited from entering into a contract for goods or services
that has a value of $100,000 or more which will be paid wholly or partly from public funds
of the City, with a company (with 10 or more full-time employees) unless the contract
contains a written verification from the company that it: (1) does not have a practice, policy,
guidance, or directive that discriminates against a firearm entity or firearm trade association;
and (2) will not discriminate during the term of the contract against a firearm entity or firearm
trade association. The terms "discriminate," "firearm entity" and "firearm trade association"
have the meaning ascribed to those terms by Chapter 2274 of the Texas Government
Code. To the extent that Chapter 2274 of the Government Code is applicable to this
Agreement, by signing this Agreement, Contractor certifies that Contractor's signature
provides written verification to the City that Contractor: (1) does not have a practice,
policy, guidance, or directive that discriminates against a firearm entity or firearm
trade association; and (2) will not discriminate against a firearm entity or firearm trade
association during the term of this Agreement.
�FFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419
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 Verification
Form (I-9). Upon request by City, Contractor shall provide City with copies of all I-9 forms
and supporting eligibility documentation for each employee who performs work under this
Agreement. Contractor shall adhere to all Federal and State laws as well as establish
appropriate procedures and controls so that no services will be performed by any Contractor
employee who is not legally eligible to perform such services. CONTRACTOR SHALL
INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES,
LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY
CONTRACTOR, CONTRACTOR'S EMPLOYEES, SUBCONTRACTORS,
AGENTS, OR LICENSEES. City, upon written notice to Contractor, shall have the right
to immediately terminate this Agreement for violations of this provision by Contractor.
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 off'icers, 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 authoriry 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.
�FFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419
Revised August 18, 2025
oosza3-6
Agreement
Page 6 of 6
IN WITNESS WHEREOF, City and Contractoi• have each executed this Agi•eement to be effective
as of the date subscribed by the City's designated Assistant City Manager ("Effective Date").
Contcactor:
By:
/
S�►� e �
� i�o I.✓o o�l�
(Printed Name� /
�rf,hl�(� .�L 1
Title
�5 (� ToU�c r �r � w�—
Address
I�,r� r�� a- � �.1 1 � ��Q�O
City/State/Zip
Date
12/18/2025
City of Fort Worth
By: ���JU
�
Jesica McEachern
Assistant City Manager
O1/16/2026
Date 4pORp�IlII
p���'� �� �y°do
a �' ° �9dd
Attest: 9 °~� °a�°
� p�� °=o
� \��'f��#R' /, pAP'f °°o o° �` a
j ad4n nEXPso4'
Jannette Goodall, City Secretary
(Seal)
M&c: 25-1143
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
requirements. �`
C c�
Clayton Torrance, P.E.
Professional Engineer
Approved�� rm and Legality:
Dougl�s Black (Jan 8, 202615:13:07 CST)
Douglas W. Black
Sr. Assistant City Attoc•ney
APPROVAL RECOMMENDED:
Clt,� �� f-la,�r�e�
Christooher Harder (J�n 6, 2026 09:00:13 CSTI
Christopher P. Hai•der, P.E.
Director, Water Depaetment OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419
Revised August l8, 2025
00 61 13 - 1
PGRPORMANCC 40ND
Puge i of 2
Bond No. I<42081784
I
2
3
4
5
6
7
8
9
10
ll
12
13
14
IS
16
17
l8
19
20
21
22
23
24
25
26
27
28
THE STATE OF TEXAS
COUNTY OF TARRANT
S�CTION 00 61 13
PERFORMANCE BOND
§
§ KNOW ALL BY THESE PRESENTS:
§
That we, Woodv Contractors, Inc. , known as "Principal" herein
and Vi�ilant Insurance Companv , a corpoi•ate s�n•ety(su�•eties, if more than one)
duly authoi•ized to do business in the State of Texas, known as '`Sucety" herein (whether one or
more), are held and firmly bound unto the City of Fort Worth, a municipal corpocation created
pursuant to the laws of Texas, 1<nown as "City" herein, in the penal sum of, Ten Million, Two
Hundred Thirtv-T�vo Thousand, Two Himdred Thirteen Dollars & Thirtv Cents Dollars
($10,232,21330), lawful money of the United States, to be paid in Fort Woirth, Tarcant County,
Texas for the payment of which sum well and t►•uly to be made, we bind ourselves, our hei�•s,
executors, administ��ato►•s, successors and assigns, jointly and severally, firmly by these presents.
WHEREAS, the Principal has ente►•ed into a ce��tain written contract with the City awarded
tlle 9th day of December , 2025 , which Contract is hei•eby �•efe►•red to and made a pa►-t
hei•eof for all purposes as if fully set forth herein, to furnish all materials, equipment labo►• and othei•
accessories defined by faw, in the prosecution of the Work, including any Change Orders, as
provided for in said Contract designated as Water and Sanitary Sewer Rehabilitation Contract 2020
WSM-D, Citv Proiect No. 103419.
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 Orde►•s, under the Contract, according to the plans,
specifications, and contract documents thecein refe�•�•ed to, and as welf during any period of
extension of the Contract that may be g��anted on the part of the City, then this obligation shall be
and become null and void, otherwise to remain in fiill fo�•ce and effect.
29 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shafl lie in
30 Tarrant County, TeYas o►• the United States District Cou►•t for the No�rthern Dist�•ict of Te;cas, Fort
31 Wo�rth Division.
CITY OF FOR'r WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103419
Revised December 8, 2023
0061 13-2
PL-RPORNIrWCG DOND
Page 2 of 2
Bond No. K42081784
This bond is made and executed in compliance with the pcovisions of Chapter 2253 of the
?
3
�
5
6
7
8
9
10
II
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
Texas Gove�•nment Code, as amended, and all liabilities on this bond shafl be determined in
accordance with the provisions of said statue.
IN WITNESS WHEREOF, the Principal and the Sui�ety have SIGNED and SEALED this
instrument by duly autho►•ized agents and officecs on this the 9th day of December 2025 .
ATT .
�i•incipal) Secretary `/
�
-'���
Witp as to �incipal
�
,
��° l � � ���'� , '/�
Witness as�e Elizabeth Gray V
ty
PRINCIPAL:
WOODY CONTRACTORS, [NC.
BY:
`Signa �
..-� � t
_I _(��t/1 �00�L, ' P?;� / /LT
N e and Tit�
Address: 650 Tower Drive
Kennedale, TX 76060
SURETY:
VIGILANT INSURANCE CONiPANY
,J _
BY: � �
Signature
Kvle W. Sweenev. Attornev-in-Fact
Name and Title
Address: 5�400 LBJ Frwv, Suite 600
Dallas, TX 75240
Telephone Number: 2 (4-754-0777
Email Address: sureri a.chubb.com
*Note: If signed by an officer of the Surety Company, there must be on file a certified e,ctract
from the by-laws showing that this person has authority to sign such ob(igation. (f
Surety's physical address is different fi•om its mailing addi•ess, both must be provided.
The date of the bond shall not be prior to the date the Contract is awarded.
CITY OF FORT WORTH Water and Sanitary Se���er Rehabilitation Contract 2020 WSM-D
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103419
Revised December 3, 2023
oo6i ia-i
PAYNILNT [30ND
Page I of 2
Bond No. [<42081784
I
2
3
4
5
6
7
S
9
10
II
12
13
t �4
15
THE STATE OF TEXAS
COUNTY OF TARRANT
SECTION 00 61 l�t
PAYMENT BOND
§
§ KNOW ALL BY THESE PRESENTS:
§
That we, Woodv Cont�•actors. fnc. , known as "Principal" hecein,
and Vi�ilant Insurance Companv , a corporate surety (sureties), duly
autho►•ized to do business in the State of Texas, known as "Surety" herein (whether one or more),
a��e held and fii•mly bound unto the City of Fort Worth, a municipal corpoi•ation created pui•suant to
the laws of the State of Texas, known as "City" herein, in the penal sum of Ten Million, Two
Hundred Thirtv-Two Thousand, Two Hundred Thirteen Dollars & Thirtv Cents Dollars
($ ] 0,232,213.30) lawful money of the United States, to be paid in Fort Worth, Tarrant County,
TeYas, fo�• the payment of which sum well and trufy be made, we bind ourselves, our heirs,
eYecutocs, administrators, successors and assigns, jointfy and seve�•ally, firmly by these presents:
16 WHEREAS, Principal has entered into a ce��tain wcitten Contract with City, awarded
17 the 9th day of December , 2025 , which Contract is heceby refet•red to and made a pa►-t
18 he�•eof for all purposes as if fully set forth herein, to furnish all mate►•ials, equipment, labor and
19 other accessories as defined by law, in the prosecution of the Work as provided for in said Contract
20 and designated as Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D, Citv P�•oiect
21 No. 103419.
22
23
24
25
26
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if
Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in
Chapter 2253 of the Texas Gove►•nment Code, as amended) in the prosecution of the Wock under
the Contract, then this obligation shall be and become null and void; otherwise to remain in full
force and effect.
27 This bond is made and executed in compliance with the provisions of Chapter 2253 of the
28 Texas Government Code, as amended, and all liabilities on this bond shall be determined in
29 accordance with the pcovisions of said statute.
30
C[TY O� FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D
STANDARD CONSTRUCTION SPECIFICATION DOCUMEN"I�S Ciry Prqject No. 103419
Revised December 8, 2023
0061 ld-2
PAYNILNT [30ND
Page 2 oP 2
Bond No. I<42081784
?
3
4
5
6
7
8
9
�
W
IN WITNESS WHEREOF, the Pi•incipal and S�u•ety have each SIGNED and SEALED
this instrument by duly authorized agents and officers on this the 9th day of December , 2025.
ATTES •
i
;
/
�
(Principal) Seccetary
Wi s to P�•incipal
ATTEST:
�C9.4-a-5'+�--1"6'� .
(Surety) Secretary Dawn M. Chloros
�
�X�,�i� _!��l,Vb i /� �.��,'
Witness as to Su►•ety Elizabeth Gray �
PRINCIPAL:
WOODY CONTRACTORS, INC.
�
BY:
�igrt�iu•� �
/' �!`� �q�
Name a d Title
Address: 650 To�ver Dcive
Kennedale, TX 76060
SURETY:
VIGILANT INSURANCE COMPANY
;
BY: ��%jl ,/ �
Sign ure �i�
Kvle W. Sweenev, Attornev-in-Fact
Name and Title
Address: 5400 LBJ Frwv, Suite 600
Dallas, TX 75240
Telephone Number: 214-754-0777
Email Address: su�•etv�chubb.com
Note: If signed by an officet• of the Surety, there must be on file a ce►-tified e�ct►•act from the bylaws
showing that this person has authority to sign such obligation. If Surety's pl�ysical add►•ess is
different fi•om its mailing address, both must be provided.
The date of the bond shall not be prior to the date the Contract is awa�•ded.
END OF SECTION
CITY OF FORT WOR'CH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D
STANDARD CONSTRUCTION SPECI�ICATION DOCUMENTS City Pra.ject No. 103419
Revised December 3. 2023
00 61 19 - I
MAIN"fLNANCL- BOND
Page I of 3
Bond No. K42081784
I
2
3
4
5
6
7
8
9
10
11
12
13
1 �l
15
16
17
THE STATE OF TEXAS
COUNTY OF TARRANT
SECTION 00 61 19
MAINTENANCE BOND
§
§ KNOW ALL BY THESE PRESENTS:
§
That we Woodv Contracto�•s, Inc. , lcnown as "Principal" herein
and Vi�ilant Ins�u•ance Companv , a co�•porate surety (sureties, if mo►•e than
one) duly authorized to do business in the State of Texas, Icnown as "Surety" he►•ein (whether one
o�• mo►•e), a►•e held and firmly bound unto the City of Fo►-t Worth, a municipal corporation created
p�n•suant to the laws of the State of Texas, known as "City" herein, in the sum of Ten Million, Two
Hundred Thi�rtv-Two Thousand, Two Hundred Thi�rteen Dollars & Thirtv Cents Dollars
($10,232,213.30) lawful money of the United States, to be paid in Fort Worth, Tarrant County,
Te�cas, for payment of which sum well and truly be made unto the City and its successors, we bind
ourselves, o�u• heirs, eYecuto►•s, administ►•ators, successors and assigns, jointly and severafly, firmly
by these presents.
18
19 WHEREAS, the Principaf has entered into a certain written contract with the City awarded
20 the 9th day of December , 2025 which Contract is hereby referred to and a made part hereof
2 t for all purposes as if fully set fo►•th he►•ein, to furnish all mate�•ials, equipment laboi• and other
22 accessories as defined by law, in the prosecution of the Wo�•k, including any Wock resulting fcom
23 a duly authorized Change Order (collectively herein, the "Work") as provided foc in said contract
24 and designated as Water and Sanita►•v Sewei• Rehabilitation Cont►•act 2020 WSM-D, Citv Proiect
25 No. 103419; and
26
27 WHEREAS, Principal binds itself to use such mate�•ials and to so construct the Work in
28 accordance with the plans, specifications and Contract Documents that the Work is and will remain
29 fi•ee fi•om defects in materials or worktnanship fo�• and during the period of two (2) years afte►• the
30 date of Final Acceptance of the Work by the City ("Maintenance Period"); and
K�
32
33
WHEREAS, Pcincipal binds itself to ��epair or reconstruct the Wo►•k in whole or in part upon
receiving notice fi•om the City of the need therefo�• at any time within the Maintenance Period.
CITY OF FORT WORTH Water and Sanitary Se�ver Rehabilitation Contract 2020 WSM-D
STANDARD CONSTRUCTfON SPECIPICATION DOCUMENTS City Project No. 103419
Revised December 8, 2023
0061 i9-2
MAINTGNiWCL' f30ND
Page 2 of 3
Bond No. I<42081784
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
t
20
NOW THEREFORE, the condition of this obligation is such that if P�•incipal 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; othe►•wise ro remain in full force and
effect.
PROVIDED, HOWEVER, if P►•incipal shall fail so to repair o�• 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 Pcincipal and the
Surety under this Maintenance bond; and
PROVIDED FURTHER, that if any legal action be filed on this Bond, vemie shall lie in
Tarrant County, Texas oc the United States District Court for the Northe�•n 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.
CI'CY OF PORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D
STANDA2D CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 103419
Revised December 8, 2023
00 61 19 - 3
MAIN'I EN�WCG 130ND
Page 3 of 3
Bond No. I<42081784
IN WITNESS WHEREOF, the Principal and the S�u•ety have each S[GNED and SEALED this
7
3
4
5
6
7
8
9
10
>>
�a
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
instrument by duly authorized agents and officers on this the 9th day of December 2025 .
ATTE � :
�.
�Principal) Secreta�y
.
Witne o Principal
ATTEST:
�cs.s-�s�—.lr�_ N���_s�.e�
(Surety) Secretary Dawn NL Chloros
,�/�� �
�,L�✓�j�,�����, ,.�:(" C��.�
Witness as to Surety E(izabeth Gray
PR(NCIPAL:
WOODY CONTRACTORS, INC.
BY: '
/ re
`
�^ D ' �IL'�J' /�P/Lf
me and Ti
Address: 650 Tower Drive
Kennedale, TX 76060
SURETY:
VIGILANT INSURANCE CONtPANY
i
BY: �i��
Signature
Kvle W. Sweenev, Attornev-in-Fact
Name and Title
Address: 5400 LBJ Frwv, Suite 600
Dallas, TX 75240
Telephone Number: 214-754-0777
Email Address: suretv n,chubb.com
*Note: If signed by an officer of the Sw•ety Company, there must be on file a certified eYt�•act
fi•om the by-laws showing that this person has authocity to sign such obligation. If
Surety's physical address is different fi•om its mailing address, both must be provided.
The date of the bond shall not be prior to the date the Contract is awa�•ded.
CITY OP PORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D
S"1'ANDARD CONSTRUCTION SPECIFICATfON DOCUMENTS Ciq� Project No. I03419
Revised December 3, 2023
Policyholder information Notice
IMPORTANT NOTICE
To obtain information or make a complaint
You may call Chubb's toll-free telephone number
foc• information or to mal<e a complaint at
1-800-36-CHUBB
You may contact the Texas Department of
Insurance to obtain information on companies,
coverages, rights or complaints at
1-800-252-3439
You may write the Texas Department of Insurance
P.O. Box 149104
Austin, TX 78714-9104
FAX # (512) 475-1771
Web: http://www.tdi.state.tx.us
E-mail: ConsumerProtection@tdi.state.tx.us
PREMIUM OR CLAIM D/SPUTES:
Should you have a dispute conceining your premium
or about a claim you should contact the agent first.
If the dispute is not resolved, you may contact the
Texas Department of Insurance.
ATTACH TH/S NOT/CE TO YOUR POLICY:
This notice is for information only and does not
become a part or condition of the attached
document.
AV1S0 1MPORTANTE
Para obtener informacion o para someter una
c�ueja:
Usted puede Ilamar al numero de telefono gc•atis
de Chubb's para informacion o para someter una
queja al
1-800-36-CHUBB
Puede comunicarse con el Departamento de
Seguros de Texas para obtener informacion acerca
de companias, coberturas, derechos o quejas al
1-800-252-3439
Puede escribir al Departamento de Seguros de
Texas
P.O. Box 149104
Austin, TX 78714-9104
FAX # (512) 475-1771
Web: http://www.tdi.state.tx.us
E-mail: ConsumerProtection@tdi.state.tx.us
D/SPUTAS SOBRE PRIMAS O RECLAMOS:
Si tiene una disputa concerniente a su prima o a un
reclamo, debe comunicarse con el agente primero.
Si no se resueve la disputa, puede entonces
comunicarse con el departamento (TDI).
UNA ESTE AVISO A SU POL/ZA:
Este aviso es solo para proposito de infoimacion y
no se convierte en parte o condicion del documento
adjunto.
Form 99-10-0299 ( Rev. I -08)
� ;�:Ii 1=3�=�
Power of Attorney
I�ecler�il Insw���nc�Cc�m��an� I Vi�il�u�t Insur��n�eGim���inyl I'acifi� In�lemnit� Gm���any
\\'est�hest�rl�ire Insw�an«Gmi��anyl:\CI?;\mericanlnsuranceCum���iny
Knuw ,�II by'I'hesc Prescnis, ih;U PI?Ul?ItAI. INSL RANCI? COMPAiVY. an In�liana iin'pur:lii�m. VIGII.AN'I' INSURA�VCI�. (;OMPANY. a\i��� 1'urk rnr�i��ratiun. P;\CII�IC IiVI)I?\1N1'I'Y
COMI�ANY, a Ik�la�carc ��irpuraiiun, WP.S'fCllliS'I'1?K I+IRIi INSUItr1N(;li CUMPANY and ACI? A\11:RICAN INtiI�ItANCE CO�IPANY i�ir���H'atums ��I thc Ciminunl��calih ul
i�rnn;yl�;m�a, J�, ��arh h��rch� r�ms�iiwc an�i ap�n,im: Charles D. Sweeney, David W. Sweeney, Elizabeth Gray, Kyle W. Sweeney, and Michael A. Sweeney of
FortWorth, Texas---------------------------------------------------------------------------------------------------------------------------------------------------------------------------
cach :i; �heir iruc ;�n�l la�etid �uurnc�`'-in faci iu e�rruu� under:urh �Iesienati��n in �hcir name+ an�l u� ;illi� ihcn rorpuraie ,rals in an�l deliv��r li�r anil un their hi�hall ;is,urot�
there�m ur ��therwi;c. hnnils and imJrr�akin+�. anJ �nhrr �rriun�s uh�i�atur� in ihe na�ure ihercuf �uther than hail hnnds) ci�rn ur rcerw���1 in ihe iuur.�� ��I' hu;�nr�:. ;m�l am
in:u um��nu ;um�ndin� nr altrnq� the ,ame, anil ���ns��nts tu �hc mu�fificatiun � ir :d�era�iun ul' an} in:�rument rcfcrred tu in sai�l hun�l, ��r � �bli�at i�m..
I�i 1VIlOctiti 1Vhefcol, <,li�l I�IiDIilfAl, INtiURAiVCI:COMP;WY. VICII,AN'I' INSURANCI? COMPi\iVY. PACII�IC �NUI:MNI'I'Y COMI'ANY. Wl?S'fCl II?S'Pl?K I�IRP.INSURAi�C1�.COMPANY
and ACI? A�111?IZICA�V INSUIti��VCli COMPAiVY harr ra� h c�ccutcd anil ��tte�le�l thr,c prrsrn�, and .dliecd ihcir r�irpur;Uc,calz un this 3.1"' �la}' �d October ,"L025.
' � �
��� �` _Q, c_������-�.'�
Ruper: HD Su•indelts. As�scant Serretan�
+�U�� ��.e��' �! tlu�� �N�
9 'e"`'•'•S (� � 0 4 g��u"`' �
�\�'-"�/, •��
• � � �...� +� a�. �►•,�,�3 A.\�
ti'I' � ft? �)P �h;�� Jl:it.l.v
Cuunt� i�flluntenlun 's
J ' �1 � � v
ti�c�,hcn �I. Il:m�y. 1 icc I'r�.iJen�
,y���un`p � ..JN .4 . / `Y�'St i •
� � � 5 n ,•� �l ��� �' gF�l '�
• ,,,� �....� �+�,-� �� �J
un ihi, 24n� da� nl'October, 2025 befure me. a�uiary Puhlic �d'\'e�� lersi�y. prr>unall� rann Ruprrt HU ti��indells and tiiephrn �i. Hane�, tu me knu�� n tu be l�sisiant tiern°tar� anil
V�ice President. resperti��e11'.�dl�liDl;It:1L I��ASl K.A�ACGCOAIP VAl�. Vll�ll.:A�A'I' I�A�SUIt,A,VCItCUAIP-AA1', I'ACIPH: I�A'Dli.AI��AI'1'1'CO��IPAVI'. AVliS'I`I:{I(?S'I'F:It Plltti I�A�SUt.A\Cf COAIP,1A1'
and \Cfi ,1\t1iRIC.\�' 1\til R,\\CP. C���II�:\�l .�hr cumpanies �� hich rserwed ihe tin�c�oin� Pu�rer uf Uturnel, ;uid the said Rupert fil»�cindells .md S�ephrn �I. I Ianel'. hein+: h� me
dul� s��urn. severallt and each fur him.el(diJ ��epn�e and,a�' that Ihet' are \ssistant Serrrlar�' an�l l icr Presulen[. msperlicely. ol' I'Ir.l)l:R:\I, I\Sl It \\C[: CO\9P1�1. \'IGII.\�'I'
IA�tiU2.1ACGCuAIPVVl'. I'�ACll�lf. I.ADP.AIVI'i'1' C(1\�IP.ANl', A1'l:ti'll'lll{ti'I'ff: PIKIi IV�l R.-AA'CEC(l�AII'VAl� and �ACli AAtliRl(:AV� IAtiUt \.A�Cl? CO�AIP.AV�1� anil I:nu�a lhec��r�iuratc scals
thereul'. �hat the iral, allhed tu ihe fureguin�; I�o�rer �,I' \UurneF are such inrpnra�e:ral, anil �eere �hrrein:Uli�rd b} auth��ritp of,aiil Cumpanie.: and �ha� their:i�;naiures a.;uch
�iilicer. �rcrc Jul� alliced and subscrihc�l b} like authurit}.
�otarial tieal 4y �. to�,
P �'
iAHY Z
y s•
PUOI�L�
� JER�'
Stety J loltln
HOTIAY PUBIK OF HEW 1ERSfN
�. ��
GdiY�ISSIOH E�IRES OCT 15, 2026
7 �
�/ ��
/ Noinry� Puhlic
d
crirrn�icn•rioN
Fe,ululiun, aJopled b1' lhe Buards nl Direchir, nl Pf�:DGft:\L 1\ti� It;\\CI'. CO\II' 1Vl'. VI(�IL,1\1' I\til:ft \\CG f,O\II'.\\1'. an�l PAt:IFIC IVUI?\I\I'I'1' C(1W(',\\1' un \u}�usl :iU, 3t111;:
\l'l:Sl'l:l II':S'I'Iil: PIRB I\til R,\\CI? Cl)kll':\i\l' u0 DcCC�llbeP II, ZUO(i;,�nd:1C13 ;\\Ililtll;:\\ I\Sl I:.\\CP. CU\IP \Vl' u�t �I;U'ch'�O. _>t1USt:
..RftiU1.44:U. �ha� dic tidloa�ing amhori�auun<rcl;ue io the e�ccutiun. fur .md ��n bi•hall ui the t;ompam. ui bund.. undrrrikiqq,. recoSnizancc.. cunuaa.;md uiher �rrmen enmmitment.+ui the �:nmpam
enu•reJ mtu m ihe ��rdin;u�� cuurse nl husine" Ic;irh a"U�rmen Cummiuvent�l:
U) �aeh ul �he Chairm;m. �he Pre.adent ;md �he l'ice Prrsidents ni' the Cumpany is hereb� ,mdiurired io e�ecu�e anc \4nuen Cnmmimient fur,md un hehalf ui �he Cump:mc. under the
>ral ul ihe Cumpanc nr ulhei�eue.
�'_'� I:achJulc;�ppnlneed;worney�i�ri;actuiihe�'omp:mplshereh�audiorizrd�oesecute;u�}�\lriuenCommianemlorand�mhrh,dl'uiiheCumpam�.underd�e<e:dnldieCoinp:m�nruthernise.
iu t he eetern that .uJi actiun i. ,mthurized hc ihe ��i;uu nf pu���ers pro� ided li ir in such persnu�s u nuen appuinm�rnt ,is .uch :utorney-m�L�ct.
t; ) li;ich ul die Chairin;m. dir I'rr.idem ,md the �'ice Prc,iJenu �d d�e i:ump;m� is hcrch� autliurbeJ. li�r:md �rn hehalf nl theCump:m�, to;�ppulm in ���ritmp ,im pei:.un ihe annrne��-
m-t:�c� ul ihe �:umpanc �snh lidl pu�eer and authuriq� w e�ecme liir .md un heh:dl ul �he Cumpanc. under ihr .eal ul'the Cumpam or o�her��i<r.>ucl� ltriurn Conunimiems ul ihe
Cumpany ,is ma�� br ,prritied in sueh ���ri�cen ap�r�in�meni. �.�hirh :pvcifiraiiun m:n� be b�� ,eneral icpe ur cla.s ul' \\ ritten Cuuunimicnts ur b� ;perilica�ion ul' one �,r more p;viicidar
R'ritten l3munilnicnts.
��!) Gach ul' �he Chainnan. �he Pra.ident and the \'ire Prc idents nl il�e Cumpam is hereby auihurized. ii�r and on hrhall'ul'the Cumpam. tu dele�aic in �viwil �n:m} udirr oilierr uf the
Cump,mr ihe authurit� tu e�ecu[e liir and un hehall' uf d�e Cump:m�. under the Compam's ,r:d or ntherni.e, such \i1�ii[en Cumndtmenc uf ihe Cumpan� as arr .pr��ifled In ,uch
«�riitrn deleRa�iun. �� hich sprrilii:rtwn m:n� be M�,ener,d �� pr ur da.s uf t\'ri�ren Cummimiems or b� .pecilicatiun ol une ur mure parucular �6nnen Commiuuents.
�.51 11�e siunawrr ol any olfierr or othcr pci:+nn c�ecutiqe am l\'riuen Cnnunitmem or appuinunent or JekXatiun pur.�u;mt �n this Riwolmiun.:md ihe �eal nl �he �:omp;m��. ma} I�e �,�Iliaed b�
I;�i.imile un wch \\7iurn �:�nnmiunent ur v: ri�ten appnimmrm ��r ilrk7:atiun.
F1'�It1lIEIt�iEtiU(.��GD. �hat tlie liir�eom� Resuluiiun sh,dl nnt hedeemedluhr,m��eclusi�eslalemenlulthrpoaer;andauthoritcul'ullicers.rmpL�peesandudirrpenomioacllirrandunhehalfnithe
Comp,my. and surh Ite�olution sh�dl nui limii ur utheil�isealf'e�t ihe e�ercise nl am�,uch pu���er ur:iuth��ri�c uU�cr���ise �alidl� ,ianied ur �esied...
I. Ruperl IID ti�cinileils. :Assistant Srrretary rd {�I•:DGit:AL I\til�lt:AVCI'. Cl)�A�IP;A�Al'. A%IGILAV'i' I\til R,AVCG Cl)AIP:A�A1`. P,ACII'IC I�ADliA�iV�I'I'1' CU\�IP\Vl'. 4V�L'SI'CIII:S'fBR Plltl:
I\�tiUt\VCEl:O\IP\\1'and \CL':\\IBf:ICI\ I�\ti�'R,1\CGCI)�\IP-\\l'lthe"Cuntpanies")doherehp'cerlil� Iha[
li) the li�re�oin�; Itesolutions adupted hp the Buard u( Direcluix of the C�>mpanie, are uve. correct and in fidl liirce and ellect.
(iil �he (ore�oiii� Pu��er ul \ttorne�' ic true. currec� .md in lidl I'orce and etlect.
Given undrr nry' hand and :e.d. u(said Cumpanies al \vhitehuuse Station. v.l, this
��_ �
� r �'�,•��� ��GL�4�'d � 'e�` ���` <` .Q. �`��'�
,"�".""` + `—�� ���ic� � Ru e�t HD Swindells, dsiistant Secretan�
P
n Tiii: e� r:�r vu� wisi{ iovrhm� Tin�::�i i rirvi u:rry ur n us iu�unue �u� ir•t � s nr:��r �irr�rr, ai,srrra<. ri.ra�r ix��i,u:r � s�r:
1'elephonei')ui;)`.iu3-3a!Et Pa�(4lusl'10:F:SGSfi c•maiL .ure���+�chubbrom
Combined: FED-VIG-PI-WFIC-AAIC (rev. 11-19)
oo6izs-i
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
SECTION 00 61 25
CERTIFICATE OF INSURANCE
[Assembler: For Contract Document execution, remove this page and replace with standa�d
ACORD Certifzcate oflnsuranceform.J
END OF SECTION
CiTY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419
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 5
SECTION 00 73 00
SUPPLEMENTARY CONDITIONS
TO
GENERAL CONDITIONS
Supplementary Conditions
These Supplementary Conditions modify and supplement Section 00 72 00 - General Conditions, and other
provisions of the Contract Documents as indicated below. All provisions of the General Conditions that are
modiiied or supplemented remain in full force and effect as so modified or supplemented. All provisions
of the General Conditions which are not so modified or supplemented remain in full force and effect.
Defined Terms
The terms used in these Supplementary Conditions which are 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 26, 2025:
Outstanding Right-Of-Way, and/or Easements to Be Acquired
PARCEL OWNER TARGET DATE
NUMBER OF POSSESSION
None
The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, and
do not bind the City.
If Contractor considers the final easements provided to differ materially from the representations on the
Contract Drawings, Contractor shall within five (5) Business Days and before proceeding with the Work,
norify City in wriring associated with the differing easement line locations.
SC-4.O1A.2, "Availability of Lands"
CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419
Revised March 8, 2024
00 73 00
SUPPLEMENTARY CONDITIONS
Page 2 of 5
Utilities or obstructions to be removed, adjusted, and/or relocated
The following is list of utilities and/or obstructions that have not been removed, adjusted, and/or relocated
as of August 26, 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 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:
SC-5.03A., "Certificates of Insurance"
The enriries listed below are "addirional insureds as their interest may appear" including their respective
officers, directors, agents and employees.
(1) City
(2) Consultant: MAS Consulting Engineers, LLC; Multatech Engineering, Inc.
(3) Other: None
SC-5.04A., "Contractor's Insurance"
The limits of liability for the insurance required by Paragraph GC-5.04 shall provide the following
coverages for not less than the following amounts or greater where required by laws and regulations:
5.04A. Workers' Compensation, under Paragraph GC-5.04A.
Statutory limits
Employer's liability
$100, 000 each accident/occurrence
$100, 000 Disease - each employee
$500,000 Disease - policy limit
SC-5.04B., "Contractor's Insurance"
5.04B. Commercial General Liability, under Paragraph GC-5.04B. Contractor's Liabiliry Insurance
under Paragraph GC-5.04B., which shall be on a per project basis covering the Contractor with
minimum limits of:
CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419
Revised March 8, 2024
00 73 00
SUPPLEMENTARY CONDITIONS
Page 3 of 5
$1,000,000 each occurrence
$2, 000, 000 aggregate limit
The policy must have an endorsement (Amendment — Aggregate Limits of Insurance) making the
General Aggregate Limits apply separately to each job site.
The Commercial General Liability Insurance policies shall provide "X", "C", and "U" coverage's.
Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance.
SC 5.04C., "Contractor's Insurance"
5.04C. Automobile Liability, under Paragraph GC-5.04C. Contractor's Liability Insurance under
Paragraph GC-5.04C., which shall be in an amount not less than the following amounts:
(1) Automobile Liability - a commercial business policy shall provide coverage on "Any Auto",
defined as autos owned, hired and non-owned.
$1, 000, 000 each accident on a combined single limit basis. Split limits are acceptable if limits are at
least:
$250, 000 Bodily Injury per person /
$500, 000 Bodily Injury per accident /
$100, 000 Properry Damage
SC-5.04D., "Contractor's Insurance"
The Contractor's construction activities will require its employees, agents, subcontractors, equipment, and
material deliveries to cross railroad properties and tracks: None
The Contractor shall conduct its operations on railroad properties in such a manner as not to interfere with,
hinder, or obstruct the railroad company in any manner whatsoever in the use or operation of its/their trains
or other property. Such operations on railroad properties may require that Contractor to execute a"Right of
Entry AgreemenY' with the particular railroad company or companies involved, and to this end the
Contractor should satisfy itself as to the requirements of each railroad company and be prepared to execute
the right-of-entry (if any) required by a railroad company. The requirements specified herein likewise relate
to the Contractor's use of private and/or construction access roads crossing said railroad company's
properties.
The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions shall provide
coverage for not less than the following amounts, issued by companies satisfactory to the City and to the
Railroad Company for a term that continues for so long as the Contractor's operations and work cross,
occupy, or touch railroad property:
(1) General Aggregate: N/A
(2) Each Occurrence: N/A
Required for this Contract
this Contract
X Not required for
With respect to the above outlined insurance requirements, the following shall govern:
1. Where a single railroad company is involved, the Contractor shall provide one insurance policy in
the name of the railroad company. However, if more than one grade separation or at-grade crossing
is affected by the Project at entirely separate locations on the line or lines of the same railroad
company, separate coverage may be required, each in the amount stated above.
CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419
Revised March 8, 2024
00 73 00
SUPPLEMENTARY CONDITIONS
Page 4 of 5
2. Where more than one railroad company is operating on the same right-of-way or where several
railroad companies are involved and operated on their own separate rights-of-way, the Contractor
may be required to provide separate insurance policies in the name of each railroad company.
3. If, in addition to a grade separation or an at-grade crossing, other wark or activity is proposed on a
railroad company's right-of-way at a location entirely separate from the grade separation or at-grade
crossing, insurance coverage for this work must be included in the policy covering the grade
separation.
4. If no grade separarion is involved but other work is proposed on a railroad company's right-of-way,
all such other work may be covered in a single policy for that railroad, even though the work may
be at two or more separate locations.
No work or activities on a railroad company's property to be performed by the Contractor shall be
commenced until the Contractor has furnished the City with an original policy or policies of the insurance
for each railroad company named, as required above. All such insurance must be approved by the City and
each affected Railroad Company prior to the Contractor's beginning wark.
The insurance specified above must be carried until all Work to be performed on the railroad right-of-way
has been completed and the grade crossing, if any, is no longer used by the Contractor. In addirion,
insurance must be carried during all maintenance and/or repair work performed in the railroad right-of-way.
Such insurance must name the railroad company as the insured, together with any tenant or lessee of the
railroad company operating over tracks involvcd in the Project.
SC-6.04., "Project Schedule"
Project schedule shall be tier 3 for the project.
SC-6.07 A.., "Duty to pay Prevailing Wage Rates"
The following is the prevailing wage rate table(s) applicable to this project and is provided in the
Appendixes:
2013 Prevailing Wage Rates (Commercial Construction Projects)
A copy of the table is also available by accessing the City's website at:
https:Uapps.fortworthtexas.�ov/ProiectResources/
You can access the file by following the directory path:
02-Construction Documents/Specificarions/Div00 — General Conditions
SC-6.09., "Permits and Utilities"
SC-6.09A., "Contractor obtained permits and licenses"
The following are known permits and/or licenses required by the Contract to be acquired by the Contractor:
None
SC-6.09B. "City obtained permits and licenses"
The following are known permits and/or licenses required by the Contract to be acquired by the City:
None.
SC-6.09C. "Outstanding permits and licenses"
CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419
Revised March 8, 2024
00 73 00
SUPPLEMENTARY CONDITIONS
Page 5 of 5
The following is a list of known outstanding permits and/or licenses to be acquired, if any as of August 26,
2025:
Outstanding Permits and/or Licenses to Be Acquired
OWNER PERMIT OR LICENSE AND LOCATION TARGET DATE
OF POSSESSION
None
SC-8.01, "Communications to Contractor"
None
SC-9.01., "City's Project Manager"
The City's Project Manager for this Contract is Clayton Torrance or his/her successor pursuant to written
notification from the Director of Water Department.
SC-13.03C., "Tests and Inspections"
None
SC-16.O1C.1, "Methods and Procedures"
None
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
1/22/2016 F. Griffin SC-9.01., "City's Project Representative" wording changed to City's Project
Manager.
3/9/2020 D.V. 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 Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419
Revised March 8, 2024
oiiioo-i
SUMMARY OF WORK
Page 1 of 3
SECTION O1 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
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. Wark Covered by Contract Documents
1. Work is to include furnishing all labor, materials, and equipment, and performing
all Wark necessary for this construction project as detailed in the Drawings and
Specifications.
B. Subsidiary Work
Any and all Work specifically governed by documentary requirements for the
project, such as conditions imposed by the Drawings or Contract Documents in
which no specific item for bid has been provided for in the Proposal and the item is
not a typical unit bid item included on the standard bid item list, then the item shall
be considered as a subsidiary item of Work, the cost of which shall be included in
the price bid in the Proposal for various bid items.
C. Use of Premises
1. Coordinate uses of premises under direction of the City.
2. Assume full responsibility for protection and safekeeping of materials and
equipment stored on the Site.
Use and occupy only portions of the public streets and alleys, or other public places
or other rights-of-way as provided for in the ordinances of the City, as shown in the
Contract Documents, or as may be specifically authorized in writing by the City.
a. A reasonable amount of tools, materials, and equipment for construction
purposes may be stored in such space, but no more than is necessary to avoid
delay in the construction operations.
CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419
Revised December 20, 2012
oiiioo-z
SUMMARY OF WORK
Page 2 of 3
�
c.
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.
If the street is occupied by railroad tracks, the Work shall be carried on in such
manner as not to interfere with the operation of the railroad.
1) All Work shall be in accordance with railroad requirements set forth in
Division 0 as well as the railroad permit.
D. Work within Easements
1. Do not enter upon private property for any purpose without having previously
obtained permission from the owner of such property.
2. Do not store equipment or material on private property unless and until the
specified approval of the property owner has been secured in writing by the
Contractor and a copy furnished to the City.
3. Unless specifically provided otherwise, clear all rights-of-way or easements of
obstructions which must be removed to make possible proper prosecution of the
Work as a part of the proj ect 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 ar 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.
�
c.
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.
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 Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419
Revised December 20, 2012
011100-3
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]
1.12 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 Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419
Revised December 20, 2012
012500-1
SUBSTITUTION PROCEDURES
Page 1 of 4
SECTION O1 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
defined by reference to 1 or more of the following:
a. Name of manufacturer
b. Name of vendor
c. Trade name
d. Catalog number
2. Substitutions are not "or-equals".
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1— General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Request for Substitution - General
1. Within 30 days after award of Contract (unless noted otherwise), the City will
consider formal requests from Contractor for substitution of products in place of
those specified.
2. Certain types of equipment and kinds of material are described in Specifications by
means of references to names of manufacturers and vendors, trade names, or
catalog numbers.
a. When this method of specifying is used, it is not intended to exclude from
consideration other products bearing other manufacturer's or vendor's names,
trade names, or catalog numbers, provided said products are "or-equals," as
determined by City.
3. Other types of equipment and kinds of material may be acceptable substitutions
under the following conditions:
a. Or-equals are unavailable due to strike, discontinued production of products
meeting specified requirements, or other factors beyond control of Contractor;
or,
CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419
Revised July 1, 20ll
012500-2
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 for Substitution Form (attached)
B. Procedure for Requesting Substitution
1. Substitution shall be considered only:
a. After award of Contract
b. Under the conditions stated herein
2. Submit 3 copies of each written request for substitution, including:
a. Documentation
1) Complete data substantiating compliance ofproposed 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) Speciiication Section or Drawing reference of originally speciiied
product, including discrete name or tag number assigned to original
product in the Contract Documents
2) Manufacturer's literature clearly marked to show compliance of proposed
product with Contract Documents
3) Itemized comparison of original and proposed product addressing product
characteristics including, but not necessarily limited to:
a) Size
b) Composition or materials of construction
c) Weight
d) Electrical or mechanical requirements
4) Productexperience
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 Ciry
2. City reseroes 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 Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419
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 Speciiication Section
c. In the City's opinion, acceptance will require substantial revision of the original
design
d. In the City's opinion, substitution will not perform adequately the function
consistent with the design intent
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE
A. In making request for substitution or in using an approved product, the Contractor
represents that the Contractor:
1. Has investigated proposed product, and has determined that it is adequate or
superior in all respects to that specified, and that it will perform function for which
it is intended
2. Will provide same guarantee for substitute item as for product specified
3. Will coordinate installation of accepted substitution into Work, to include building
modifications if necessary, making such changes as may be required for Work to be
complete in all respects
4. Waives all claims for additional costs related to substitution which subsequently
arise
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised July 1, 20ll
SUMMARY OF CHANGE
Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D
CPN 103419
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 speciiied 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 qualiry 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
Recommended
Not recommended
By
Date
Remarks
Date
Rej ected
Recommended
Received late
CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419
Revised July 1, 20ll
013119-1
PRECONSTRUCTION MEETING
Page 1 of 3
1
2
3 PART1- GENERAL
SECTION O1 31 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 1.2 PRICE AND PAYMENT PROCEDURES
14 A. Measurement and Payment
15 1. Work associated with this Item is considered subsidiary to the various items bid.
16 No separate payment will be allowed for this Item.
17 1.3 REFERENCES [NOT USED]
18 1.4 ADMINISTRATIVE REQUIREMENTS
19 A. Coordination
20 1. 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 Wark 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 Contractor may desire
38 to invite or the City may request
CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419
Revised August 18, 2025
013119-2
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
£ 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 work plan and schedule
e. Contract Time
f. Notice to Proceed
g. Construction Staking
h. Progress Payments
i. Extra Work and Change Order Procedures
j. Field Orders
k. Disposal Site Letter for Waste Material
1. Insurance Renewals
m. Payroll Certification
n. Material Certifications and Quality Control Testing
o. Public Safety and Convenience
p. Documentation of Pre-Construction Conditions
q. Weekend Work Notification
r. Legal Holidays
s. Trench Safety Plans
t. Confined Space Entry Standards
u. Coordination with the City's representative for operations of existing water
systems
v. Storm Water Pollution Prevention Plan
w. Coordination with other Contractors
x. Early Warning System
y. Contractor Evaluation
z. Special Conditions applicable to the project
aa. Damages Claims
bb. Submittal Procedures
cc. Substitution Procedures
dd. Correspondence Routing
ee. Record Drawings
ff. Temporary construction facilities
gg. Final Acceptance
hh. Final Payment
ii. Questions or Comments
CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419
Revised August 18, 2025
013119-3
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 1.12 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/l8/25 M Owen Deleted Section l.4 B.S..hh,
CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419
Revised August 18, 2025
013120-1
PROJECT MEETINGS
Page 1 of 3
SECTION O1 31 20
PROJECT MEETINGS
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. Provisions for project meetings throughout the construction period to enable orderly
review of the progress of the Work and to provide for systematic discussion of
potential problems
B. Deviations this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1— General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. 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. Schedule, attend and administer as specified, periodic progress meetings, and
specially called meetings throughout progress of the Wark.
2. Representatives of Contractor, subcontractors and suppliers attendingmeetings
shall be qualified and authorized to act on behalf of the entity each represents.
3. Meetings administered by City may be tape recorded.
a. If recorded, tapes will be used to prepare minutes and retained by City for
future reference.
4. Meetings, in addition to those specified in this Section, may be held whenrequested
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 Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419
Revised July 1, 2011
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 wi11 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 wi11 be held periodically. Meetings will be
scheduled and administered by Project Representative.
2. Additional progress meetings to discuss speciiic 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
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.
b.
c.
d.
e.
Contractor's project manager
Contractor's superintendent
Any subcontractor or supplier representatives whom the Contractor may desire
to invite or the City may request
Engineer's representatives
City's representatives
Others, as requested by the Project Representative
Preliminary Agenda may include:
a. Review of Work progress since previous meeting
b. Field observations, problems, conflicts
c. Items which impede construction schedule
d. Review of off-site fabrication, delivery schedules
e. Review of construction interfacing and sequencing requirements with other
construction contracts
f. Corrective measures and procedures to regain projected schedule
g. Revisions to construction schedule
h. Progress, schedule, during succeeding Work period
i. Coordination of schedules
j. Review submittal schedules
k. Maintenance of quality standards
1. Pending changes and substitutions
m. Review proposed changes for:
1) Effect on construction schedule and on completion date
2) Effect on other contracts of the Project
n. Review Record Documents
o. Review monthly pay request
CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419
Revised July 1, 2011
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 Project
Representative.
1) Additional meetings may be held at the request of the:
a) Ciry
b) Engineer
c) Contractor
7. Meeting Location
a. The City will establish a meeting location.
1) To the extent practicable, meetings will be held at the Site.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
DATE NAME
Revision Log
SUMMARY OF CHANGE
CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419
Revised July 1, 2011
O1 32 16.1
CONSTRUCTION PROGRESS SCHEDULE — BASELINE EXAMPLE
Page 1 of 5
SECTION O1 32 16.1
2
CONSTRUCTION SCHEDULE — BASELINE EXAMPLE
3 PART 1 - 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 proj ect. 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
Specification O1 32 16 Construction Schedule for details and requirements regarding the
Contractor's project schedule.
CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419
Revised August 13, 2021
z�'
o,
W
��
��
i�
,�
ip
�
i�
�o
��
�y
,�
i°
i�
�x
CFW - Integrated Program
No FTW - Project Manager
Pre-Canstructian
8200 Award Constmction Contrec[
8210 SW PolWhon Prevenhon Plen �Contrec[orPrepere end SubmitJ
8220 SdeWelkThmugh
82 Pr�ConSruchon
8230 NoticeToProceeNPreConstrudionMeehng
8240 PraCon�rudion-PublicMeeting
8250 Mobilization
Constructian Contract Execution
83 Constmdion
Street 1
Water & SYam
3010 TempWe[er
3000 Constmc[ion StaR
3020 Lay 8" wa[er and s�rvices
3030 Temp Pa�ing Repair
a�;�
3040 Excava[ion
3Q50 Stablization
3060 Paving
3070 Rat WOM
3080 Clean up
3090 Sheet 1 Complete
Street 2
Water & SYam
3100 TempWe[er
3110 Ley 8" we[er end s�rvices
3120 Temp Pa�mg Repair
3130 Lay 8" Sewer and Sennces
3140 Temp Pa�mg Repair
3150 Stomn Drain & Strudures
Paving
3160 Exrava[ion
3170 Stablization
� Actual Work ♦
� Remaining Work ♦
� Critical Remaining Work ♦
38
0
10
1
38
1
�
20
230
230
90
4a
10
0
25
5
4s
5
5
30
20
10
0
113
63
10
15
5
8
s
20
45
s
5
Project Schedule
38
0
10
1
38
1
1
20
230
230
90
40
10
0
25
5
45
5
5
30
20
10
0
113
63
10
15
5
8
5
20
45
5
5
02-Apr-18
02-Apr-18
02-Apr-18
02-Apr-18
02-Apr-18
17-Hpr-18
25-Apr-18
26-Hpr-18
03Ma� 18
03May 18
03Ma� 18
03May 18
03May 18
03May 18
17-May 18
22-Juo-18
03JaF18
0&JaF18
16JaF18
23,llF18
06Aug18
27-Aug18
29-Jun-18
2�JurF18
29-Jun-18
1&,LF18
OEAug18
13Aug18
23Aug18
34Aug18
OS-Oc618
OS-0c[-18
12-Oc618
♦ Mil�tone o Remainin...
♦ Critical Milestone � Actual L�r...
♦ Complet� Milestone Pmject Ba...
I I I"V�` M A
��-oao-�s o
���
23May-18 396
tl21U,�"12U 0
1&Apr-18 8200 424
02-Apr-18 8200 8230 0
23May-18 396 `
17-Apr-�8 8220 8240 0
zsnpr-�a az�o a000, azeo b r,
23May-18 8240 3310 81 `
01-Apr-19 0
01-Apr-19 0
14Sep18 140
2&,L rF18 0
16May-18 3000 3020 0 �
8240 3010,8500 0 _
21-d1rr18 3010 3030 0
2&Jan-18 3020 3040, 3100 0
10.Seµ18 140
1&JuH8 3030 3050 110
20.Ju1-18 Ju4u aob0 110
31-Aug18 3050 3070.3180 110
31-Aug18 3060 3080 140
14Sep18 3070 3090 140
1aSe�18 3080 8510 140
1Q�ea18 77
27Se�18 67
1&Ju�18 3030 3110 0
03Aug18 3100 3120 0
10-Aug18 3110 3130 0
22-Aug18 3120 3140 0
23Aug18 3130 3150,3220 0
27-Sep18 3140 3160 67
1Q�ec-18 77
11-0d-18 3150 3170,3250 67
1&Oc618 3160 3180 77
Data Date: 30-Mar-18
i��ui�A�s�o�N�oI��F�M�A�M����uqA�s�o�N�o ��F
�
I �
� j ��, ��, ��, ��,
� 1
CIP-01B - Neighborhood Street ��R�I' W�17�I'H0
Construction Baseline Schedule Example
n
�
�
�
�
C�i
�
�
z
'0
�
�
c;i
m
�
�
i��1
x
Cr7
d
C."
C"
m
I
�
�
m
r
m
�m
y� o
co � w
N N
b�
rn
� m .-
z�'
o,
W
��
��
i�
,�
ip
�
i�
�o
��
�y
,�
i°
i�
�x
CFW - Integrated Program
3190 Rat WOM
3100 Clean up
3210 Street2Complete
Street 3
Water & SYam
3220 TempWe[er
3230 Lay 8" wa[er and s�rvices
3240 Temp Pa�mg Repair
Paving
3250 Exravation
3260 Stablization
3270 Paving
3280 Rat Work
3290 Clean up
3300 Street 3 Complete
Street 4
Water & SYam
3310 TempWe[er
3326 L� A"w�k� e�a �N���
3330 Temp Pa�ing Repair
3340 Lay 8" Sewer Lines L-3203 & L-8346 and Services
3350 Lay 8" Sewer Lines L-3212 & L-8355 and Services
3360 Temp P�ing Repav
a�;�
3370 Exrava[ion
3380 Stablization
3390 Pamng
3400 Rat Work
3410 Clean up
3420 Street4 CompletefSubstanhel Complete
Inspections
85 Inspection
dbUU Inspection
8510 Finallnspedion
8520 CompletePunch�stTasks
� Actual Work ♦
� Remaining Work ♦
� Critical Remaining Work ♦
�
�o
10
0
80
13
4
8
1
50
5
5
20
20
10
0
134
69
6
�b
3
20
15
5
so
10
10
20
20
10
0
276
z�s
125
10
30
Project Schedule
02-Nov-18 03�ec-18 3180 3200
27�Vov-18 1Q�ec-18 3190 3210
1Q�ec-18 3200 8510
3QAug18 24-�ec-18
3QAug18 1&Se�18
3QAug18 05Se�18 3140 3230
06Se�18 17Se�18 3220 3240
1&Sep18 1&Sep18 3230 3250,3310
12-0c[-18 24-0ec-18
12-Oct-18 1&Oct-18 3240, 31t 3260
19-0c[-18 2FrOc[-18 'J��iJ 3270
26-Oct-18 26Ncv-18 3260 3280
1FrNov-18 17-0ec-18 3270 3290
11-Dec-18 24-0ec-18 3280 3300
24-�ec-18 3290 8510
1&Se�18 01-Apr-19
1&Se�18 27-�ec-18
1&Se�18 26Se�18 3240, 82! 3320
21-Se�1$ 2¢oct-i8 9316 333a
2SOcP18 2&Oc618 3320 3340
30-0c[-18 2&Ncv-18 3330 3350
23Nov-18 19�ec-18 3340 3360
24�ec18 27-0ec-18 3350 3370
07-Jao-19 01-Apr-19
07-Jao-19 1&JarF19 3360 3380
22-Jao-19 04Feb19 �J'�70 3390
0`Feb19 04-Mar-19 3380 3400
2&Feb19 2`Mar-19 3390 3410
1&Mer-19 01-Apr-19 3400 3420
01-Apr-19 3410 8510
03May18 O�Jarr19
03May-18 OSJan-19
USMay1�5 2SMar-19 9UUU �371U
02-Apr-19 1FrApr-19 3420, 33c 8520
16-Apr-19 2&Nray-19 8510 8530
20
10
0
80
13
4
8
1
50
5
5
20
20
10
0
134
69
6
�d
3
20
15
5
60
10
10
20
20
10
0
276
276
115
10
30
♦ Mil�tone o Remainin...
♦ Critical Milestone � Actual L�r...
♦ Complet� Milestone Pmject Ba...
Data Date: 30-Mar-18
����in��aw���u�������
�� ! ;
77 I � I I
�
__ - _______;_ _ ___ ______,__________,__________,-___________
__ � _ _ _____
77 ; '
� � """"'I ,
60
� �
� �
0
-- - --------� --� ---------------�-�---------- ----------
,
0 ; �; _ __ _ ______ __________
__ - _______; ________________ __ _ _
67 I____ __ I I I I
67 �'� �'� �'�
67 ��, �', �',
.
__ _ _______________ ___� ___-______-______-
67 I I I I
67 �I �I �I �I
67 �I �I �I �I
�
__ _ _______________ ___�____-____ _____-
67 I ""' '� ' '
0
o'�, '�, '�, '�,
__ - _______;_____ _ '_______________ '__ _ '_ •___________
0 ; . __�, _ �, - _____�, _________I
0 I
0
____________________ � �
_ . _______________________
0 I I I I
o ' ' ' '
0 I I I
� n
__ _ ___________________ ____ _________
�____ _,__--____ , -_____
0
0 I I I I
0
_ ___________________ ________ _
0 I I I I
� I I I
o ' ' '
___'_;______ � �
_ ' ,__'___"____'.' _ '___';______,
0 I I I
0 I I
� � I �� '�� �'�
5
---- ---- - --- --- --- - - ---------------
0
o ,
CIP-01B - Neighborhood Street
Construction Baseline Schedule Example
FORT WORTHO
n
�
�
�
�
C�
�
�
z
'0
�
�
c;i
m
�
�
i��1
x
�
d
�
C"
m
I
tr�
�
m
r"
m
�m
y� o
� �W
w N
b�
rn
� m .-
� �
C ^
o. i
c
� �
��
.f c
W '
N �
o�
n�
z`
o c
w ;
A �
� �
]
3�
��
10
.�
JO
��
�y
;�
3�
:�
:x
CFW - Integrated Program
yc[Niry iu I HcnviTy Name
8530 FinalWalkThroughforCompletedPunchListTasks
8540 Constmdion Final Complehon
qoseart
90 Clo�out
Corstrudian CorNad qoseout
As-BeiR Swvey
9100 AsBuitt Survey (Submitted by Contredof]
Cat�act Gaseoud
9110 ConhactReconciha[ion
9120 Submittals(PmjectClaseoutDocumentation}
9130
9140 FinalCons[mctionContradln!roicePaid
9150 Constmdion Conhad ao�d
9160 LessronsLeamed
� Actual Work ♦ ♦ Mil�tone
� Remaining Work ♦ ♦ Critical Milestone
� Critical Remaining Work ♦ ♦ Complet� Milestone
I UU I kU
� �
0 0
135 135
135 135
135 135
5 5
5 5
135 135
30 30
38 38
I 0 0
1 1
0 0
1 1
Project Schedule
5rarc I Finisn I Nredecesscl successors
OS-Jun-19 OS,Ln-19 8520 8540
OS,llrr19 8530 9100,9110
OfrJuo-19 17-�ec-19
OFrJuo-19 17-0ec-19
OfrJuo-19 17-�ec-19
OCrJuo-19 12-,LrF19
OCrJurF19 12-,LrF19 8540 9110
OFrJuo-19 17-0ec-19
OFrJuo-19 1&JuH9 9100, 85 9120
13JaF19 11-Seµ19 9110 9130
230ct-19 9120 9140
14-Nov-19 14-Nw-19 9130 9150
14-Ncv-19 9140 9160
17-0eo-19 17-0ec-19 9150
Data Date: 30-Mar-18
oial 2018 20�9 202Q
R o s, M A � M � J �J ul � A � S � O � N � � I J � F � M � A � M � J �Ju I � A � S � O � N � � J � F
o �'
0 I I I
0 I I I I
0
-- ---------- �- ----------- - - ------- - � ------
0 �'� �'� '� '�
25 '� �'� �'� �'�
' � � ��.___�
�
� ---------� �---- ----�----------�
25 I I _ I
0 I I I I
0 I I I
,
,__-______-, ,__--_____- _ _,
0 I I
0 �'� �'� �'�
0 �', �', �',
,__-______-, ______________________ _____________
0 I I I I
0 I I I I
o Remainin... FORT ►1�ORTH�,
� A�t„a� ��,,... CIP-01B - Neighborhood Street
Project sa... Construction Baseline Schedule Example
n
�
z
�
�
�
�
�
�
0
z
b
z
0
c�
z
m
�
�
�
c�
x
�
d
c
r
m
i
m
a
�
m
r
�
m
�m
y� o
�, a W
A i-�- N
b�
rn
� m .-
O1 32 16.1
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
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised August 13, 2021
Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D
CPN 103419
O1 32 16.2
CONSTRUCTIONPROGRESS SCHEDULE—PROGRESSEXAMPLE
Page 1 of5
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 O1 32 16.2
CONSTRUCTION SCHEDULE — PROGRESS EXAMPLE
PART 1 - 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 proj ect. 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 Specification O1 32 16 Construction Schedule for details and requirements regarding
the Contractor's project schedule.
CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419
Revised August 13, 2021
� �
C. �
�C
C i
�t
:c
.-� c
W�
N F
O l
n�
z`
o c
w ;
A �
� �
�
3�
+ •G'
10
.�
��
��
�y
;�
j�
i �
:x
CFW - Integrated Program
No FTW - Project Manager
Project Schedule
uJ I -,_ I -iy_Pa�e� I-_-�o�eT�vrtl�_�_c�tc-in�.i
Cbmlt
Pfe-CanstfuCtlan 38 11 02-Apr-18 23Mey-18
8200 Award Constmction Contrec[ 0 U 1UU�k 02-Apr-18
8220 Sde WelkThrough 1 0 10040 02-Apr-18 02-Apr-18
8210 SW Pollufion Prevenhon Plen �Contrec[orPrepere and SubmitJ 10 0 10040 02-Apr-18 1&Apr-18
8230 NoGceToProceeNPreConstrudionMeehng 1 0 10090 17-Apr-18 17-Apr-18
8240 PraCon�ruchon-PublicMee4ng 1 0 10040 2�Apr-18 2�Apr-18
82 PraCon�rudion 38 11 090 02-Apr-18 ?3May-18
8250 Mobilization 20 11 50� 2FrApr-18 ?3May-18
COnshllCtlan COfltfaCt EXeCufion 230 230 03May-18 01-Apr-19
83 Constmdion 230 230 090 03May-18 01-Apr-19
$treet 1 90 90 03May-18 14Se{r18
Watel&SYortn 40 40 03May-18 2&,Ln-18
3000 Constmc[ion StaR 0 0 090 0&May-18
3010 TempWe[er 10 10 090 03Mey-18 1&Mey-18
3020 Lay 8" wa[er and s�rvices 25 25 090 17�vley-18 21-,Lrr18
3030 TempPa�ingRepair 5 5 090 22�1un-18 2&,Lo-18
Paving 45 45 03Ju1-18 10.Se�18
3040 Excava[ion 5 5 090 Q4JuF18 1�,LF18
3Q50 Stablization 5 5 090 1FrJul-18 20.,LF18
3060 Paving 30 30 096 23Ju1-18 31-Aug18
3070 Rat Work 20 20 046 OFrAu�18 31-Aug18
3080 Clean up 10 10 090 27-Au�18 1aSep18
3090 Street 1 Complete 0 0 090 1aSe�18
$treetp 113 113 2&Jun-18 1Q�o-18
Watel&SYortn 63 63 2&Jun-18 27-Se�18
3100 TempWe[er 10 10 090 2&Jun-18 13,LF18
3110 Ley8"we[erends�rvices 15 15 090 1FrJu�18 03Aug18
3120 TempPa�ingRepair 5 5 090 OFAug18 10-Aug18
3130 Lay 8" Sewer and Sennces 8 8 090 13Aug-18 22-Aug18
3140 Temp Pa�ing Repair 5 5 090 23Aug-18 23Aug18
3150 Stomn Drain & Strudures 20 20 090 34Aug-18 27-Se{r18
Paving 45 45 0`Od-18 14�c-18
3160 Exrava[ion 5 5 090 0`Od-18 11-0c[-18
3170 Stablization 5 5 090 12-Od-18 1&Oc618
� Actual Work ♦ ♦ Mil�tone o Remainin...
02-Apr-18A 1rMey-18 400
U1-Hpr-1 tl H
02-Apr-18A 02-Apr-18A
02-Apr-18A 13Apr-18A
17-Apr-18A 17-Apr-18A
19Apr-18A 19-Apr-18A
02-Apr-18A 1�rMay-18 85
1&Apr-18A 1�rMay-18 85
01�vlay-18 2&Mar-19 0
01�VIay-18 2&Mar-19 0
01�vlay-18 OfrSep18 140
01�VIay-18 26,Ln-18 0
01�VIey-18 0
01�VIey-18 14Mey-18 0
1`rMey-18 19,1an-18 0
26,Juo-�8 26J.in-18 0
05JuF18 OFrSep18 140
OSJuF18 11�1uF18 110
12-JuF18 1&Jul-18 110
13JuF18 23Aug18 110
02-Aug18 2&Aug18 140
2&Aug18 OfrSep18 140
0&Se�18 140
27�1uo-18 06�eo-18 77
27�1urF18 2rSe�18 67
27�1urF18 11�1u�18 0
12-JuF18 01-Aug18 0
02-Aug18 0&Aug18 0
0&Aug18 24Aug18 0
21-Aug18 27-Aug18 0
2&Aug18 2�Sep18 67
03-Od-18 06�ec-18 77
03-0d-18 09-Oct-18 67
10-Od-18 16-Oct-18 77
Data Date: 30-Apr-18
6
U
0
0
0
4
6
6
2
2
2
2
2
2
2
2
2
2
2
2
2
2
2
2
2
2
2
2
2
2
2
2
2
2
( ', ', ', ', ',
` I I I I I
,
i'_'__''___"__"`__'`___'___ _
J �I �I �I �I �I
� i 1 ' _
CIP-01P - Neighborhood Street FORT WORTH�,
� Remaining Work ♦ ♦ Critical Milestone � Actual L�r...
� Critical Remaining Work ♦ ♦ Complet� Milestone Project sa... Construction Progress Schedule Example
m
w�
�°n �
� �
:�
:�
7ti
� �
C. �
�C
C i
�t
:c
.-� c
W�
N F
O l
n�
z`
o c
w ;
A �
� �
�
3�
+ •G'
10
.�
��
��
�y
;�
j�
i �
:x
CFW - Integrated Program
3190 Rat WOM
3200 Clean up
3210 Street2Complete
Street 3
Water & SYam
3220 TempWe[er
3230 Lay 8" wa[er and s�rvices
3240 Temp Pa�mg Repair
Paving
3250 Exravation
3260 Stablization
3270 Paving
3280 Rat Work
3290 Clean up
3300 Street 3 Complete
Street 4
Water & SYam
3310 TempWe[er
3326 L� A"w�k� e�a �N���
3330 Temp Pa�ing Repair
3340 Lay 8" Sewer Lines L-3203 & L-8346 and Services
3350 Lay 8" Sewer Lines L-3212 & L-8355 and Services
3360 Temp P�ing Repav
Paving
3370 Exrava[ion
3380 Stablization
3390 Pamng
3400 Rat Work
3410 Clean up
3420 Street4 CompletefSubstanhel Complete
Inspections
8500 Inspection
db1U Nnallnspection
&520 CompletePunchListTasks
8540 Constmdion Final Completion
�
Project Schedule
uJ I -,_ I -iy_Pa�e� I-_-�o�eT�vrtl�_�_c�tc-in�.i
Cbmlt
�0 20
10 10
0 0
80 80
13 13
4 4
8 8
1 1
50 50
5 5
5 5
20 20
20 20
10 10
0 0
�� ��
69 69
6 6
' zd
3 3
20 20
15 15
5 5
so 60
10 10
10 10
20 20
20 20
10 10
0 0
276 276
225 225
1U 1U
30 30
0 0
090 02-Now18 03�c-18
090 27�Vw-18 1Q�o-18
090 14�c-18
3QAu�18 24�o-18
3QAug18 1&Se�18
090 3QAug-18 OrSe�18
090 OFSeo-18 17-Se�18
090 1&Se�18 1&Se�18
12-0d-18 24-�a18
096 1&Od-18 1&Oct-18
096 130d-18 2�Oct-18
090 2FrOd-18 2FrNov-18
0°6 1FrNo%18 17-�o-18
090 11-Deo-18 24�o-18
090 24�o-18
1&Se�18 01-Apr-19
1&Se�18 27-�o-18
090 1&Se�18 2&Se�18
69� '�7�`e�1� 2�6cf f$
096 2`rOct18 2&Oct18
090 3o-Oct 18 2&Nov-18
090 23Nw-18 13�a18
090 24�ec-18 27-�o-18
07�1an-19 01-Apr-19
090 07�1an-19 1&�rF19
046 22�1an-19 04Fe1�19
090 0`Feb19 W-Mar-19
090 2&Feb19 2`Mar-19
090 1&Mer-19 01-Apr-19
090 01-Apr-19
O�May-18 Q�,Lrr19
090 03May-18 2�Mar-19
UYo U"1-Hpr-1S 1�Hpr-1S
096 1FrApr-19 2&May-19
096 OFr,Ln-19
31-Od-18
21�1ov 18
2&Aug18
2&Aug18
2&Aug18
04Sep18
14Sep18
10-0d-18
10-Od-18
17-0d-18
24-Od-18
14-NOV 1B
07-Dec18
17Sep18
17Sep18
17Sep18
z�se�1�
23-0ct 18
26 Oct 18
27-Nov-18
1&Dec18
03Jarr19
03,1arF19
17�1arr19
ObFeb19
22-Feb19
15Mar-19
01�vlay-18
01-May 18
1�Mar-1y
12-Apr-19
2&Nrv-18 77
a�oao-�s ��
o�oeo-�s ��
2o-oao-�s e�
14Se�18 0
31-Aug18 0
1�Se�18 0
14Sep18 0
20.�ea18 67
16-Oct-18 67
23-0ct-18 67
26Ncv-18 6�l
v
13�eo-18 67
26�eo-18 67
2o-oao-�s e�
2&Mer-19 0
24-0eo-18 2
24Se�18 0
�21��k1A d
25Oct18 0
26Ncv 18 0
17-0ea18 0
24-0eo-18 0
2&Mar-19 0
16,�n-19 0
31�n-19 0
2&Feb19 0
21aVlar-19 0
2&Mer-19 0
2&Mer-19 0
03,1an-19 0
21-Mar-19 5
11-Hpr-19 U
23May-19 0
03-,Ln-19 0
Data Date: 30-Apr-18
2
z
2
2
2
2
2
2
2
2
2
2
2
2
z
2
2
2
2
2
2
2
2
2
2
2
2
2
2
2
2
2
1
2
2
�
� �
,
, ,
� —� +
�--j
3
y_.
I
_ _� _ i __..'___
� _ _ ___ _________
� Actual Work ♦ ♦ Mil�tone o Remainin... FORT WORTH�,
� Remaining Work ♦ ♦ Cntical Milestone � a�t�a� ��... CIP-01P - Neighborhood Street
� Critical Remaining Work ♦ ♦ Complet� Milestone Project sa... Construction Progress Schedule Example
m
w�
�°n �
� �
:�
3�
.�
7ti
� �
C. �
�C
C i
�t
:c
.-� c
w �
N;
O l
n�
z`
o c
w ;
A �
� �
�
3�
+ •G'
10
.�
��
��
�y
;�
j0
: �
:x
CFW - Integrated Program
WctNiry IU I Hcnviry Name
8530 FinalWalkThroughforCompletedPunch�stTasks
� �n�a��on
Closeou[
90 Clo�out
Corstructian Contract Closeout
As-Bull Survey
9100 AsBwR Survey (Submitted by ContradorJ
CaYraci Cbseout
9110 Contrect Reconcihation
9120 Submittals�Projee[Goseout�oaumentahon)
9130 NohceofCompletionlGreenSheet
9140 FinalConstmchonContractlnwicePaid
9150 Construdion Contred C7o�d
9160 LessonsLeamed
� Actual Work ♦ ♦ Milestone
� Remaining Work • ♦ Cntical Mil�#one
� Critical Remaining Work • • Completed Milestone
Project Schedule
VU I K� I �mplelt% ILLF'ro�ec[S[artILLYro�ec[hinish
1 1 090 OSJun-19 OS,Lrr19
276 276 090 03May-18 OS,Lrr19
135 135 06Jun-19 17-�m19
135 135 090 06Jun-19 17-�c-19
135 135 06Jun-19 17-�c-19
5 5 06Jun-19 12-�Lrr19
5 5 090 0&Jun-19 12-�LrF19
135 135 06Jun-19 17-�c-19
30 30 090 06Jun-19 1&�LF19
38 38 090 1&Ju�19 11Sep-19
0 0 090 230ct19
1 1 090 14Nov-19 14Nov-19
0 0 090 14Nov-19
1 1 090 17-Deo-19 17-Wc-19
Data Date: 30-Apr-18
STart I Nni9� I IOCaII Vanance-kiL 2018 2019 I��[
Finac F���snoace mWI�IAI��1N��17 I��I�IAI� IN�i��
03Jun-19 O�,llo-19 0 2 , I
01-May-18 03,llo-19 0 2 �I
i I i I
04-Jun-19 13�em19 0 2 ' ' '
- - -----------`- ----`-----'---------
04-Jun-19 13�ec-19 0 2 �, �, �
04-Jun-19 13�ec-19 0 2 ��, ��, ��,
04-Jun-19 10.,llrr19 25 2 �I I I
- - - � �-----�---------
04-Jun-19 10-,Ln-19 25 2 ; �,___� ;
04-Jun-19 1&�ec-19 0 2 �I I I
04-Jun-19 16Ju1-19 0 2 '' ''
- _ }_ ;______._.
17�1uF19 0&Se�19 0 2 � �I I � I
21-0cP19 0 2 '� '� '�
12�Vov-19 12-Nw-19 0 2 �� �� ��
_ _ �_ �_____ ________
12-Nw-19 0 2 ..-, __._,, , ___.I
13�ec19 1��ec-19 0 2 �� �� I
o Remainin... FORT WORTHo �
� Actual �e,r... CIP-01P - Neighborhood Street �
Pro�ect Ba... Construction Progress Schedule Example o
�n
�
:�
;N
: �,
7ti
O1 32 16.2
CONSTRUCTIONPROGRESS SCHEDULE—PROGRESSEXAMPLE
Page 5 of5
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
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D
Revised August 13, 2021 CPN 103419
01 32 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:
II Date Issued:
Contractor Company Name:
II Contractor Schedule Contact:
A. List of activities changed in the reporting period.
1. (insert texthere)
2. (insert texthere)
3. (insert texthere)
4. (insert texthere)
5. (insert texthere)
6. (insert texthere)
B. List any potential delays and provide mitigation actions
1. (insert texthere)
2. (insert texthere)
3. (insert texthere)
C. List any actual delays and provide recovery actions
1. (insert texthere)
2. (insert texthere)
3. (insert texthere)
City of Fort Worth, Texas
Construction Project Schedule Narrative Report for CFW Projects Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D
Revised August 13, 2021 CPN 103419
Page 1 of 1
013216-1
CONSTRUCTION PROGRESS SCHEDULE
Page 1 of 10
1
2
3 PART1-GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
SECTION Ol 32 16
CONSTRUCTION SCHEDULE
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
11
B. Deviations from this City of Fort Worth Standard Specification
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— GeneralRequirements
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
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 effectivemonitoring
of progress and is input to critical decision making by the project managerthroughout
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
contractor (Contractor) in preparing and submitting acceptable schedules for use by the
City 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 requiredby
the City.
31 1.2 PRICE AND PAYMENT PROCEDURES
32
33
34
35
36
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.
2. Non-compliance with this specification is grounds for City to withhold payment of
the Contractor's invoices until Contractor achieves said compliance.
37 1.3 REFERENCES
38 A. ProjectSchedules
CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419
Revised October 6, 2023
013216-2
CONSTRUCTION PROGRESS SCHEDULE
Page 2 of 10
1 Each project is represented by City's master project schedule that encompassesthe
2 entire scope of activities envisioned by the City to properly deliver the work. Whenthe
3 City contracts with a Contractor to perform construction of the Wark, 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 masterproject
7 schedule as deemed appropriate by the City's Project Control Specialist and approved
8 by the City's Project Manager.
9
10 1. MasterProjectSchedule
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 developmentand
14 maintaining a master project schedule for each project. When the City contractsfor
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 CityProject
18 Control Specialist creates and maintains the master project schedule in P6 (City's
19 scheduling software).
20
21 2. Construction Schedule
22 The Contractor is responsible for developing and maintaining a schedule far the
23 scope of the Contractor's contractual requirements. The Contractor will issue an
24 initial schedule for review and acceptance by the City's Project Control Specialist
25 and the City's Project Manager as a baseline schedule for Contractor's scope of
26 work. Contractor will issue current, accurate updates of their schedule (Progress
27 Schedule) to the City at the end of each month throughout the life of their work.
28 B. Schedule Tiers
29 The City has a portfolio of projects that vary widely in size, complexity and content
30 requiring different scheduling to effectively deliver each project. The City uses a
31 "tiered" approach to align the proper schedule with the criteria for each project. The
32 City's Project Manager determines the appropriate schedule tier for each project, and
33 includes that designation and the associated requirements in the Contractor's scope of
34 work. The following is a summary of the "tiers".
35
36 1. Tier 1: Small Size and Short Duration Project (design notrequired)
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 2. Tier 2: Small Size and Short to Medium DurationProject
43 The City develops and maintains a Master Project Schedule for the project. The
44 Contractor identifies "start" and "finish" milestone dates on key elements of their
45 work as agreed with the City's Project Manager at the kickoff of their workeffort.
46 The Contractor issues to the Ciry, updates to the "start" and "finish" dates for such
47 milestones at the end of each month throughout the life of their work on the project.
48
49 3. Tier 3: Medium and Large Size and/or Complex Projects Regardless of Duration
CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419
Revised October 6, 2023
013216-3
CONSTRUCTION PROGRESS SCHEDULE
Page 3 of 10
1 The City 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 work on the proj ect at a level of detail (generally Leve13) and in
4 alignment with the WBS structure in Section 1.4.H as agreed by the Proj ect
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 andissue
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 fulfilltheir
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 allprogress
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 Ciry'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 ofthe
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 eachprogress
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 project.
CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419
Revised October 6, 2023
O1 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 Framewark - The schedule will be based on the deiined 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 ofthe
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 shownbelow.
• 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 layoutof
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 Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419
Revised October 6, 2023
013216-5
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 ScheduleDevelopment
11 The scope of wark 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 for the
13 development of the schedule activities and shall be imbedded and depicted in the
14 schedule.
15
16 The following is a summary of the standards to be followed in preparing and
17 maintaining a schedule for project delivery.
18
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 Contractar 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 I. Schedule Activities
32 Activities are the discrete elements of work that make up the schedule. They will be
33 organized under the umbrella of the WBS. Activity descriptions should adequately
34 describe the activity, and in some cases the extent of the activity. All activities are
35 logically tied with a predecessor and a successor. The only exception to this rule is for
36 "project start" and "project finish" milestones.
37
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 thisrequires
42 review and acceptance by the City'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 Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419
Revised October 6, 2023
013216-6
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 newactivity(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 acceptedby
the City.
K. City's Work Breakdown Structure
WB� ("ode WB� Name
XXXXXX Project Name
XXXXXX.30 Design
XXXXXX.3010 Design Contractor Agreement
XXXXXX.30.20 Conceptual Design (30%)
XXXXXX.30.30 Preliminary Design (60%)
XXXXXX.30.40 Final Design
XXXXXX.30.50 Environmental
�:XX����.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
�:XX����.40.20 Condemnation
�; �x:XXX.70 Utility Relocation
�:XX����.70.10 Utility Relocation Co-ordination
�; �x;XXX.80 Construction
XXXXXX.80.81 Bid and Award
XXXXXX.80.83 Construction Execution
�:XX����.80.85 Inspection
�:XX����.80.86 Landscaping
XXXXXX.90 Closeout
XXXX���.9010 Construction Contract Close-out
XXXXXX.90.40 Design Contract Closure
L. City'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 Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419
Revised October 6, 2023
013216-7
CONSTRUCTIONPROGRESSSCHEDULE
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, Trafiic, 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, Trafiic,
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 8110 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 A. Schedule Submittal & Review
41 The City's Project Manager is responsible for reviews and acceptance of the Contractor's
42 schedule. The City's Project Control Specialist is responsible for ensuring alignmentof
43 the Contractor's baseline and progress schedules with the Master Project Schedule as
44 support to the City's Project Manager. The City reviews and accepts or rejects the
45 schedule within ten workdays of Contractor's submittal.
46
CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419
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
ScheduleFormat
The Contractor will submit each schedule in two electronic forms, one in native file
format (.xer, .xml, .mpx) 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 far scheduling purposes, the schedule information must be submitted in .xls or
.xlsx format in compliance with the sample layout (See Speciiication Ol 32 16.1
Construction Project Schedule Baseline Example), including activitypredecessors,
successors and total float.
2. Initial & Baseline Schedule
The Contractor will develop their schedule far 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 ZeastS
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) bythe
last day of each month throughout the life of their work on the proj ect. The Progress
Schedule is submitted in electronic form as noted above, in the City's document
management system in the location dedicated 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 S workdays, following
the submittal process noted above. The City's Project Manager and ProjectControl
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
• Float
• Activity Logic (dependencies)
• Critical Path
• Activities added or deleted
• Expected Baseline Finish date
• Variance to the Baseline Finish Date
CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419
Revised October 6, 2023
013216-9
CONSTRUCTIONPROGRESSSCHEDULE
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 providedin
Specification O1 32 16.3 Construction Project Schedule Progress Narrative. Thecontent
of the Construction Project Schedule Progress Narrative should be concise andcomplete
to include only changes, delays, and anticipated problems.
C. Submittal Process
• Schedules and Monthly Construction Status Reports are submitted in in theCity's
document management system in the location dedicated for this purpose.
• Once the project has been completed and Final Acceptance has been issued bythe
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 shallbe
experienced in the preparation of schedules of similar complexiry.
B. Schedule and supporting documents addressed in this Specification shall beprepared,
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]
27 110 FIELD [SITE] CONDITIONS [NOT USED]
28 l.11 WARRANTY [NOT USED]
29 112 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 32 163 Construction Project Schedule Progress Narrative
33
CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419
Revised October 6, 2023
01 32 16-10
CONSTRUCTION PROGRESS SCHEDULE
Page 10 of 10
2 PART 2- PRODUCTS [NOT USED]
3 PART 3- EXECUTION [NOT USED]
4 END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
8/13/2021 Michael Owen Revised to update specification requirements and eliminate duplicate schedule
specifications.
10/06/2023 Michael Owen Added "Juneteenth" to list of City Holidays under 1.3 G. "Schedule Calendar"
CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419
Revised October 6, 2023
013233-1
PRECONSTRUCTION VIDEO
Page 1 of 2
SECTION O1 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. Work associated with this Item is considered subsidiary to the various items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Preconstruction Video
1. Produce a preconstruction video of the site/alignment, including all areas in the
vicinity of and to be affected by construction.
a. Provide digital copy of video upon request by the City.
2. Retain a copy of the preconstruction video until the end of the maintenance surety
period.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419
Revised July 1, 20ll
013233-2
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
Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D
CPN 103419
013300-1
SUBMITTALS
Page 1 of 8
SECTION O1 33 00
SUBMITTALS
PART1- GENERAL
1.1 SUMMARY
A. Section Includes:
L General methods and requirements of submissions applicable to the following
Work-related submittals:
a. Shop Drawings
b. Product Data (including Standard Product List submittals)
c. Samples
d. Mock Ups
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1— General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Coordination
1. Notify the City in writing, at the time of submittal, of any deviations in the
submittals from the requirements of the Contract Documents.
2. Coordination of Submittal Times
a. Prepare, prioritize and transmit each submittal sufficiently in advance of
performing the related Work or other applicable activities, or within the time
specified in the individual Work Sections, of the Specifications.
b. Contractor is responsible such that the installation will not be delayed by
processing times including, but not limited to:
a) Disapproval and resubmittal (if required)
b) Coordination with other submittals
c) Testing
d) Purchasing
e) Fabrication
� Delivery
g) Similar sequenced activities
c. No extension of time will be authorized because of the Contractor's failure to
transmit submittals sufficiently in advance of the Work.
CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419
Revised December 20, 2012
013300-2
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 Work or in the work of any other
contractor.
B. Submittal Numbering
When submitting shop drawings or samples, utilize a 9-character submittal cross-
reference identification numbering system in the following manner:
a. Use the first 6 digits of the applicable Specification Section Number.
b. For the next 2 digits number use numbers 01-99 to sequentially number each
initial separate item or drawing submitted under each specific Section number.
c. Last use a letter, A-Z, indicating the resubmission of the same drawing (i.e.
A=2nd submission, B=3rd submission, C=4th submission, etc.). A typical
submittal number would be as follows:
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 represent that I have determined and verified
�eld 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'/2 inches x 11 inches to 8'/2 inches x 11 inches.
2. Bind shop drawings and product data sheets together.
3. Order
a. Cover Sheet
1) Description of Packet
2) Contractor Certiiication
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 Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419
Revised December 20, 2012
013300-3
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 or Federal Specification numbers
9. Identification by highlighting of deviations from Contract Documents
10. Identification by highlighting of revisions on resubmittals
11. An 8-inch x 3-inch blank space for Contractor and City stamps
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 curoes 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 Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419
Revised December 20, 2012
013300-4
SUBMITTALS
Page 4 of 8
7) Standard wiring diagrams
8) Printed performance curoes 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) Small cuts or containers of materials
3) Complete units of repetitively used products color/texture/pattern swatches
and range sets
4) Specimens for coordination of visual effect
5) Graphic symbols and units of Work to be used by the City for independent
inspection and testing, as applicable to the Work
I. Do not start Work requiring a shop drawing, sample or product data nor any material to
be fabricated or installed prior to the approval or qualified approval of such item.
1. Fabrication performed, materials purchased or on-site construction accomplished
which does not conform to approved shop drawings and data is at the Contractor's
risk.
2. The City will not be liable for any expense or delay due to corrections or remedies
required to accomplish conformity.
3. Complete project Work, materials, fabrication, and installations in conformance
with approved shop drawings, applicable samples, and product data.
J. Submittal Distribution
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 Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419
Revised December 20, 2012
013300-5
SUBMITTALS
Page 5 of 8
a. Shop Drawings
1) Distributed to the City
2) Copies
a) 8 copies for mechanical submittals
b) 7 copies for all other submittals
c) If Contractor requires more than 3 copies of Shop Drawings returned,
Contractor shall submit more than the number of copies listed above.
b. Product Data
1) Distributed to the City
2) Copies
a) 4 copies
c. Samples
1) Distributed to the Project Representative
2) Copies
a) Submit the number stated in the respective Specification Sections.
3. Distribute reproductions of approved shop drawings and copies of approved
product data and samples, where required, to the job site file and elsewhere as
directed by the City.
a. Provide number of copies as directed by the City but not exceeding the number
previously specified.
K. Submittal Review
1. The review of shop drawings, data and samples will be for general conformance
with the design concept and Contract Documents. This is not to be construed as:
a. Permitting any departure from the Contract requirements
b. Relieving the Contractor of responsibility for any errors, including details,
dimensions, and materials
c. Approving departures from details furnished by the City, except as otherwise
provided herein
2. The review and approval of shop drawings, samples or product data by the City
does not relieve the Contractor from his/her responsibility with regard to the
fulfillment of the terms of the Contract.
a. All risks of error and omission are assumed by the Contractor, and the City will
have no responsibility therefore.
3. The Contractor remains responsible for details and accuracy, for coordinating the
Work with a11 other associated wark and trades, far selecting fabrication processes,
for techniques of assembly and for performing Wark in a safe manner.
4. If the shop drawings, data or samples as submitted describe variations and show a
departure from the Contract requirements which City finds to be in the interest of
the City and to be so minor as not to involve a change in Contract Price or time for
performance, the City may return the reviewed drawings without noting an
exception.
5. Submittals wi11 be returned to the Contractor under 1 of the following codes:
a. Code 1
1) "NO EXCEPTIONS TAKEN" is assigned when there are no notations or
comments on the submittal.
a) When returned under this code the Contractor may release the
equipment and/or material for manufacture.
b. Code 2
CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419
Revised December 20, 2012
013300-6
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 different manufacturer/vendor
to meet the Contract Documents.
6. Resubmittals
a. Handled in the same manner as iirst submittals
1) Corrections other than requested by the City
2) Marked with revision triangle ar 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 wi11 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 Contractar 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 Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419
Revised December 20, 2012
013300-7
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
L 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. Quali�cations
1. If specifically required in other Sections of these Specifications, submit a P.E.
Certification for each item required.
N. Request for Information (RFI)
Contractor Request for additional information
a. Clarification or interpretation of the contract documents
b. When the Contractor believes there is a conflict between Contract Documents
c. When the Contractor believes there is a conflict between the Drawings and
Specifications
1) Identify the conflict and request clarification
2. Use the Request for Information (RFI) form provided by the City.
3. Numbering of RFI
a. Prefix with "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 or Change
Order, as appropriate.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419
Revised December 20, 2012
013300-8
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
CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419
Revised December 20, 2012
013513-1
SPECIAL PROJECT PROCEDURES
Page 1 of 8
1
2
3 PART1- GENERAL
4 1.1 SUMMARY
SECTION O1 35 13
SPECIAL PROJECT PROCEDURES
5 A. Section Includes:
6 1. The procedures for special project circumstances that includes, but is not limited to:
7 a. Coordination with the Texas Department of Transportation
8 b. Work near High Voltage Lines
9 c. Confined Space Entry Program
10 d. Use of Explosives, Drop Weight, Etc.
11 e. Water Department Notiiication
12 f. Public Notifcation Prior to Beginning Construction
13 g. Coordination with United States Army Corps of Engineers
14 h. Coardination within Railroad permits areas
15 i. Dust Control
16 j. Employee Parking
17 B. Deviations from this City of Fort Worth Standard Specification
18 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 A. Measurement and Payment
25 1. Coordination within Railroad permit areas
26 a. Measurement
27 1) Measurement for this Item will be by lump sum.
28 b. Payment
29 1) The wark performed and materials furnished in accordance with this Item
30 will be paid for at the lump sum price bid for Railroad Coordination.
31 c. The price bid shall include:
32 1) Mobilization
33 2) Inspection
34 3) Safety training
35 4) AdditionalInsurance
36 5) Insurance Certificates
37 6) Other requirements associated with general coordination with Railroad,
38 including additional employees required to protect the right-of-way and
39 property of the Railroad from damage arising out of and/or from the
40 construction of the Project.
41 2. Railroad Flagmen
42 a. Measurement
CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419
Revised March 1 l, 2022
013513-2
SPECIAL PROJECT PROCEDURES
Page 2 of 8
1 1) Measurement for this Item will be per working day.
2 b. Payment
3 1) The work performed and materials furnished in accordance with this Item
4 will be paid for each working day that Railroad Flagmen are present at the
5 Site.
6 c. The price bid shall include:
7 1) Coordination for scheduling flagmen
8 2) Flagmen
9 3) Other requirements associated with Railroad
10 3. All other items
11 a. Work associated with these Items is considered subsidiary to the various Items
12 bid. No separate payment will be allowed for this Item.
13 1.3 REFERENCES
14 A. Reference Standards
15 1. Reference standards cited in this Specification refer to the current reference
16 standard published at the time of the latest revision date logged at the end of this
17 Specification, unless a date is speciiically cited.
18 2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752.
19 High Voltage Overhead Lines.
20 1.4 ADMINISTRATIVE REQUIREMENTS
21 A. Coordination with the Texas Department of Transportation
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
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
�
3
�
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.
Warning sign
a. Provide sign of sufficient size meeting all OSHA requirements.
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
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 Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419
Revised March 1 l, 2022
013513-3
SPECIAL PROJECT PROCEDURES
Page 3 of 8
1
2
3
4
5
6
7
8
�
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. Confined 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 accordance with OSHA's Permit Required for
15 Confined Spaces
16 https://www.tcea.texas.�ov/assets/public/nermittin�/air/factsheets/permit-factsheet.pdf
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
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 Notifcation
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.
44 G. Public Notifcation Prior to Beginning Construction
CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419
Revised March 1 l, 2022
013513-4
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 ar 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
fl 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 or 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 talce 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 Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419
Revised March 1 l, 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 certiiicates
£ 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 Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419
Revised March 1 l, 2022
013513-6
SPECIAL PROJECT PROCEDURES
Page 6 of 8
1
2
3
4
5
6
7
8
9
10
11
12
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
I DATE NAME
8/31/2012 D.Johnson
3/11/2022 M Owen
13
Revision Log
SUMMARY OF CHANGE
1.4.B — Added requirement of compliance with Health and Safery Code, Title 9.
Safety, Subtitle A. Public Safety, Chapter 752. High Voltage Overhead Lines.
1.4.E — Added Contractor responsibility for obtaining a TCEQ Air Permit
Remove references to Air Pollution watch Days and NCTCOG Clean construction
Speci6cation requirements. Clarify need far Door Hangers under in addition to
contractor noti6cation of public.
CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419
Revised March 1 l, 2022
O1 35 13 - 7
SPECIAL PROJECT PROCEDURES
Page 7 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
Date:
CPN No.:
Project Name:
Mapsco Location:
Limits of Construction:
EXHIBIT A
(To be printed on Contractor's Letterhead)
1
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 Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419
Revised March 1 l, 2022
013513-8
SPECIAL PROJECT PROCEDURES
Page 8 of 8
0
�a
EXHIBIT B
���R��vRT��
�:
DOE I'!O. XXXX
Pro,ject llame:
I�IOTICE OF TEMPORARY WATER SERVICE
II�ITERRLiPTIOI�i
DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR
WATER SERVICE WILL BE INTERRUPTED ON
BETWEEN THE HOURS OF AND •
IF YOU HAVE QUESTIONS ABOUT THIS SHUT-OUT, PLEASE CALL:
MR. AT
(CONTRACTORS SUPERINTENDENT) (TELEPHONE NUMBER)
OR
MR. AT
(CITY INSPECTOR) (TELEPHONE NUMBER)
THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE.
THANK YOU,
,CONTRACTOR
3
4
CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419
Revised March 11, 2022
Ol 45 23
TESTING AND INSPECTION SERVICES
Page 1 of 2
SECTION Ol 45 23
TESTING AND INSPECTION SERVICES
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
L 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
Work associated with this Item is considered subsidiary to the various Items bid.
No separate payment will be allowed for this Item.
a. Contractor is responsible for performing, coordinating, and payment of all
Quality Control testing.
b. City is responsible for performing and payment for first set of Quality
Assurance testing.
1) If the %rst 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 Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419
Revised March 9, 2020
Ol 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]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
3/9/2020 D.V. Magana Removed reference to Buzzsaw and noted that electronic submittals be uploaded
through the City's document management system.
CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419
Revised March 9, 2020
oi so 00 - i
TEMPORARY FACILITIES AND CONTROLS
Page 1 of 4
SECTION O1 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. Temporary utilities
b. Sanitary facilities
c. Storage Sheds and Buildings
d. Dust control
e. Temporary fencing of the construction site
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related 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
Work associated with this Item is considered subsidiary to the various Items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Temporary Utilities
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.
Water
a. Contractor to provide water required for and in connection with Work to be
performed and for specified tests of piping, equipment, devices or other use as
required for the completion of the Work.
b. Provide and maintain adequate supply of potable water for domestic
consumption by Contractor personnel and City's Project Representatives.
c. Coordination
1) Contact City 1 week before water for construction is desired
CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419
Revised July 1, 20ll
oi s000-z
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 seroice or generator to
maintain operations during scheduled shutdown.
4. Telephone
a. Provide emergency telephone service at Site for use by Contractor personnel
and others performing work or furnishing services at Site.
5. Temporary Heat and Ventilation
a. Provide temporary heat as necessary for protection or completion of Work.
b. Provide temporary heat and ventilation to assure safe working conditions.
B. Sanitary Facilities
1. Provide and maintain sanitary facilities for persons on Site.
a. Comply with regulations of State and local departments of health.
2. Enforce use of sanitary facilities by construction personnel at job site.
a. Enclose and anchor sanitary facilities.
b. No discharge will be allowed from these facilities.
c. Collect and store sewage and waste so as not to cause nuisance ar health
problem.
d. Haul sewage and waste off-site at no less than weekly intervals and properly
dispose in accordance with applicable regulation.
3. Locate facilities near Work Site and keep clean and maintained throughout Project.
4. Remove facilities at completion of Project
C. Storage Sheds and Buildings
1. Provide adequately ventilated, watertight, weatherproof storage facilities with floor
above ground level for materials and equipment susceptible to weather damage.
2. Storage of materials not susceptible to weather damage may be on blocks off
ground.
3. Store materials in a neat and orderly manner.
a. Place materials and equipment to permit easy access for identification,
inspection and inventory.
4. Equip building with lockable doors and lighting, and provide electrical service for
equipment space heaters and heating or ventilation as necessary to provide storage
environments acceptable to specified manufacturers.
5. Fill and grade site for temporary structures to provide drainage away from
temporary and existing buildings.
6. Remove building from site prior to Final Acceptance.
D. Temporary Fencing
Provide and maintain for the duration or construction when required in contract
documents
E. Dust Control
CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419
Revised July 1, 20ll
015000-3
TEMPORARY FACILITIES AND CONTROLS
Page 3 of 4
L 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. Temporary Protection of Construction
1. Contractor or subcontractors are responsible for protecting Wark from damage due
to weather.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
3.1 INSTALLERS [NOT USED]
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 INSTALLATION
A. Temporary Facilities
1. Maintain all temporary facilities for duration of construction activities as needed.
3.5 [REPAIR] / [RESTORATION]
3.6 RE-INSTALLATION
3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED]
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.10 CLEANING [NOT USED]
3.11 CLOSEOUT ACTIVITIES
A. Temporary Facilities
CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419
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
Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D
CPN 103419
Ol 55 26 -1
STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL
Page 1 of 3
1 SECTION O1 55 26
2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL
3 PART1- GENERAL
4 1.1 SUMIVIARY
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 Specific ation
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 3. Section 34 71 13 — Traffic Control
16 1.2 PRICE AND PAYMEIVVT PROCIDLTRE�
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 RF.F'ERENC ES
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 Uniform Traffic Control Devices (TMUTCD).
26 1.4 ADMI1vISTRATTVE REQLTIRIIVIENTS
27 A. Traffic Control
28 1. General
29 a. Contractor shall minimize lane closures and impact to vehicular/pedestrian
30 traffic.
31 b. When traffic controlplans are included in the Drawings, provide Traffic
32 Control in accordance with Drawings and Section 34 71 13.
33 c. When traffic controlplans are not included in the Drawings, prepare traffic
34 controlplans in accordance with Section 34 71 13 and submit to City for
35 review.
36 1) Allow minimum 10 working days for review of proposed Traffic Control.
CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419
Revised March 22, 2021
Ol 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 Control Devices (TMUTCD) or Texas Department
of Transportation (TxDOT) canbe used as an alternative to preparing
project/site specific traffic controlplan if the typical is applicable to the
specific project/site.
B. Street Use Permit
1. Prior to installation of Traffic Control, a City Street Use Permit is required.
a. To obtain Street Use Permit, submit Traffic Control Plans to City
Transportation and Public Works Department.
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 control plans 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 consiruction, 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 (MCJTCD).
29
30
31
32
33
34
2. Install temporary sign before the removal of permanent sign.
3. When construction is complete, to the extent that the permanent sign can be
reinstalled, contact the City Transportation and Public Warks Department, Signs
and Markings Division, to reinstall the permanent sign.
F. Traffic Control Standards
1. Traffic Control Standards can be found on the City's website.
35 1.5 SUBMITTALS [NOT USED]
36 A. Submit all required documentation to City's Project Representative.
CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419
Revised March 22, 2021
Ol 55 26 -3
STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL
Page 3 of 3
1 1.6 ACTION SUBNIITTALS/INFORMATIONAL SUBNIITTALS [NOT USED]
2 1.7 CLOSEOUT SUBMITTALS [NOT USED]
3 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
4 1.9 QUALITY ASSURANCE [NOT USED]
5 1.10 DEI,IVERY, STORAGE, AND HANDLING [NOT USED]
6 1.11 FIELD [SITE] CONDITIONS [NOT USED]
7 1.12 WARRANTY [NOT USED]
8 PART 2- PRODUCTS [NOT USED]
9 PART 3- EXECUTION [NOT USED]
10
11
12
END OF SECTION
� Revision L,og
IDATE NAME SUMMARYOF 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 for use of published traffic control "Typicals" if
3/22/2021 M Owen applicable to specific project/site.
1.4 F. 1) Removed reference to Buzzsaw
1.5 Added language re: submittal of per�nit
CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419
Revised March 22, 2021
015713-1
STORM WATER POLLUTION PREVENTION
Page 1 of 3
SECTION O1 57 13
STORM WATER POLLUTION PREVENTION
PART1- GENERAL
1.1 SUMMARY
A. Section Includes:
1. Procedures far Storm Water Pollution Prevention Plans
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
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. Wark 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 Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419
Revised July 1, 2011
Ol 57 13 - 2
STORM WATER POLLUTION PREVENTION
Page 2 of 3
B. Construction Activities resulting in:
L Less than 1 acre of disturbance
a. Provide erosion and sediment control in accordance with Section 31 25 00 and
Drawings.
2. 1 to less than 5 acres of disturbance
a. Texas Pollutant Discharge Elimination System (TPDES) General Construction
Permit is required
b. Complete SWPPP in accordance with TCEQ requirements
1) TCEQ Small Construction Site Notice Required under general permit
TXR150000
a) Sign and post at job site
b) Priar 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) General Construction
Permit is required
b. Complete SWPPP in accordance with TCEQ requirements
1) Prepare a TCEQ NOI form and submit to TCEQ along with required fee
a) Sign and post at job site
b) Send copy to City Department of Transportation and Public Works,
Environmental Division, (817) 392-6088.
2) TCEQ Notice of Change required if making changes or updates to NOI
3) Provide erosion and sediment control in accordance with:
a) Section 31 25 00
b) The Drawings
c) TXR150000 General Permit
d) SWPPP
e) TCEQ requirements
4) Once the project has been completed and all the closeout requirements of
TCEQ have been met a TCEQ Notice of Termination can be submitted.
a) Send copy to City Department of Transportation and Public Works,
Environmental Division, (817) 392-6088.
1.5 SUBMITTALS
A. SWPPP
1. Submit in accordance with Section O1 33 00, except as stated herein.
a. Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the Ciry
as follows:
1) 1 copy to the City Project Manager
a) City Project Manager will forward to the Ciry Department of
Transportation and Public Works, Environmental Division for review
CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419
Revised July 1, 2011
Ol 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 Ol 33 00.
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
DATE NAME
Revision Log
SUMMARY OF CHANGE
CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419
Revised July 1, 2011
015813-1
TEMPORARY PROJECT SIGNAGE
Page 1 of 3
SECTION O1 58 13
TEMPORARY PROJECT SIGNAGE
PART1- GENERAL
1.1 SUMMARY
A. Section Includes:
L Temporary Project Signage Requirements
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 the various Items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS
2.1 OWNER-FURNISHED [oR] OWNER-SUPPLIEDPRODUCTS [NOT USED]
2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS
A. Design Criteria
1. Provide free standing Project Designation Sign in accordance with City's Standard
Details for project signs.
CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitarion Contract 2020 WSM-D
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419
Revised July 1, 20ll
015813-2
TEMPORARY PROJECT SIGNAGE
Page 2 of 3
B. Materials
1. Sign
a. Constructed of 3/a-inch fir plywood, grade A-C (exterior) or better
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 INSTALLATION
A. General
1. Provide vertical installation at extents of project.
2. Relocate sign as needed, upon request of the City.
B. Mounting options
a. Skids
b. Posts
c. Barricade
3.5 REPAIR / RESTORATION [NOT USED]
3.6 RE-INSTALLATION [NOT USED]
3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED]
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.10 CLEANING [NOT USED]
3.11 CLOSEOUT ACTIVITIES [NOT USED]
3.12 PROTECTION [NOT USED]
3.13 MAINTENANCE
A. General
1. Maintenance will include painting and repairs as needed or directed by the City.
3.14 ATTACHMENTS [NOT USED]
END OF SECTION
CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitarion Contract 2020 WSM-D
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419
Revised July 1, 20ll
Ol 58 13 - 3
TEMPORARY PROJECT SIGNAGE
Page 3 of 3
Revision Log
1�7:r��►/:�ul Y�lulu/�:�•��]��O/�►[�'f�!
CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitarion Contract 2020 WSM-D
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419
Revised July 1, 20ll
o i 60 00
PRODUCT REQUIREMENTS
Page 1 of 2
SECTION O1 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:Uapps.fortworthtexas.gov/ProjectResources/ and following the directory path;
02 - Construction Documents/Standard Products List
B. Only products specifically included on Ciry'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 proj ects 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 Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419
Revised March 9, 2020
o i 60 00
PRODUCT REQUIREMENTS
Page 2 of 2
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME
10/12/12 D. Johnson
3/9/2020 D.V. Magana
SUMMARY OF CHANGE
Modified Location of City's Standard Product List
Removed reference to Buzzsaw and noted that the City approved products list is
accessible through the City's website.
CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419
Revised March 9, 2020
oi 66 00 - i
PRODUCT STORAGE AND HANDLING REQUIREMENTS
Page 1 of 4
SECTION O1 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 Specification Sections include, but are not necessarily limited to:
1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1— General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various Items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY AND HANDLING
A. Delivery Requirements
1. Schedule delivery of products or equipment as required to allow timely installation
and to avoid prolonged storage.
2. Provide appropriate personnel and equipment to receive deliveries.
3. Delivery trucks will not be permitted to wait extended periods of time on the Site
for personnel or equipment to receive the delivery.
CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419
Revised July 1, 20ll
oi6600-z
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 incorporated into Work to prevent
damage to any part of Wark or existing facilities and to maintain free access at
all times to all parts of Wark and to utility service company installations in
vicinity of Work.
3. Keep materials and equipment neatly and compactly stored in locations that will
cause minimum inconvenience to other contractors, public travel, adjoining owners,
tenants and occupants.
a. Arrange storage to provide easy access for inspection.
4. Restrict storage to areas available on construction site for storage of material and
equipment as shown on Drawings, or approved by City's Project Representative.
5. Provide off-site storage and protection when on-site storage is not adequate.
a. Provide addresses of and access to off-site storage locations for inspection by
City's Project Representative.
6. Do not use lawns, grass plots or other private property for storage purposes without
written permission of owner or other person in possession or control of premises.
7. Store in manufacturers' unopened containers.
8. Neatly, safely and compactly stack materials delivered and stored along line of
Work to avoid inconvenience and damage to property owners and general public
and maintain at least 3 feet from fire hydrant.
9. Keep public and private driveways and street crossings open.
10. Repair or replace damaged lawns, sidewalks, streets or other improvements to
satisfaction of City's Project Representative.
a. Total length which materials may be distributed along route of construction at
one time is 1,000 linear feet, unless otherwise approved in writing by City's
Project Representative.
CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419
Revised July 1, 20ll
016600-3
PRODUCT STORAGE AND HANDLING REQUIREMENTS
Page 3 of 4
1.11 FIELD [SITE] CONDITIONS [NOT USED]
112 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION
31 INSTALLERS [NOT USED]
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 ERECTION [NOT USED]
3.5 REPAIR / RESTORATION [NOT USED]
3.6 RE-INSTALLATION [NOT USED]
3.7 FIELD [oR] SITE QUALITY CONTROL
A. Tests and Inspections
1. Inspect all products or equipment delivered to the site priar to unloading.
B. Non-Conforming Work
1. Reject all products or equipment that are damaged, used or in any other way
unsatisfactory for use on the project.
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.10 CLEANING [NOT USED]
3.11 CLOSEOUT ACTIVITIES [NOT USED]
3.12 PROTECTION
A. Protect all products or equipment in accordance with manufacturer's written directions.
B. Store products or equipment in location to avoid physical damage to items while in
storage.
C. Protect equipment from exposure to elements and keep thoroughly dry if required by
the manufacturer.
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
END OF SECTION
CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419
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 Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419
Revised July 1, 20ll
017000-1
MOBILIZATION AND RGMOBIL[ZATION
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
L Mobilization and Demobilization
a. Mobilization
1) Transportation of Contractor's personnel, equipment, and operating supplies
to the Site
2) Establishment of necessary general facilities for the Contractor's operation
at the Site
3) Premiums paid for performance and payment bonds
4) Transportation of Contractor's personnel, equipment, and operating supplies
to another location within the designated Site
5) Relocation of necessary general facilities for the Contractor's operation
from 1 location to another location on the Site.
b. Demobilization
1) Transportation of Contractor's personnel, equipment, and operating supplies
away from the Site including disassembly
2) Site Clean-up
3) Removal of all buildings and/or other facilities assembled at the Site for this
Contract
c. Mobilization and Demobilization do not include activities for specific items of
work that are for which payment is provided elsewhere in the contract.
2. Remobilization
a. Remobilization for Suspension of Work specifically required in the Contract
Documents or as required by City includes:
1) Demobilization
a) Transportation of Contractor's personnel, equipment, and operating
supplies from the Site including disassembly or temporarily securing
equipment, supplies, and other facilities as designated by the Contract
Documents necessary to suspend the Work.
b) Site Clean-up as designated in the Contract Documents
2) Remobilization
a) Transportation of Contractor's personnel, equipment, and operating
supplies to the Site necessary to resume the Work.
b) Establishment of necessary general facilities for the Contractor's
operation at the Site necessary to resume the Work.
3) No Payments will be made for:
a) Mobilization and Demobilization from one location to another on the
Site in the normal progress of performing the Work.
b) Stand-by or idle time
c) Lost profits
3. Mobilizations and Demobilization for Miscellaneous Projects
a. Mobilization and Demobilization
CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419
Revised November 22, 2016
017000-2
MOBILIZATION AND RGMOBILIZATION
Page 2 of 3
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
1) Mobilization shall consist of the activities and cost on a Work Order basis
necessary for:
a) Transportation of Contractor's personnel, equipment, and operating
supplies to the Site for the issued Work Order.
b) Establishment of necessary general facilities for the Contractor's
operation at the Site for the issued Work Order
2) Demobilization shall consist of the activities and cost necessary for:
a) Transportation of Contractor's personnel, equipment, and operating
supplies from the Site including disassembly for each issued Work
Order
b) Site Clean-up for each issued Work Order
c) Removal of all buildings or other facilities assembled at the Site for
each Work Oder
b. Mobilization and Demobilization do not include activities for specific items of
work for which payment is provided elsewhere in the contract.
4. Emergency Mobilizations and Demobilization for Miscellaneous Projects
a. A Mobilization for Miscellaneous Projects when directed by the City and the
mobilization occurs within 24 hours of the issuance of the Work Order.
19 B. Deviations from this City of Fort Worth Standard Specification
20 1. None.
21 C. Related Specification Sections include, but are not necessarily limited to:
22 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract
23 2. Division 1— General Requirements
24 1.2 PRICE AND PAYMENT PROCEDURES
25 A. Measurement and Payment [Consult City Department/Division for direction on if
26 Mobilization pay item to be included or the item should be subsidiary. Include the
27 appropriate Section 1.2 A. 1.]
28 l. Mobilization and Demobilization
29 a. Measure
30 1) This item for Water/Sewer improvements is considered subsidiary to the
31 various Items bid.
32 b. Payment
33 1) The work performed and materials furnished in accordance with this Item
34 are subsidiary to the various Items bid and no other compensation will be
35 allowed.
36 l.3 REFERENCES [NOT USED]
37 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
38 1.5 SUBMITTALS [NOT USED]
39 1.6 INFORMATIONAL SUBMITTALS [NOT USED]
40 1.7 CLOSEOUT SUBMITTALS [NOT USED]
41 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
42 1.9 QUALITY ASSURANCE [NOT USED]
CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419
Revised November 22, 2016
017000-3
MOBILIZATION AND RGMOBILIZATION
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
ll /22/16
8
END OF SECTION
Revision Log
NAME SUMMARY OF CHANGE
Michael Owen 1.2 Price and Payment Procedures - Revised specificarion, including blue text, to
make specification flexible for either subsidiary ar paid bid item for Mobilization.
CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419
Revised November 22, 2016
017123-1
CONSTRUCTION STAKING AND SURVEY
Page 1 of 8
SECTION O1 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
Construction Staking
a. Measurement
0
c.
1) Measurement for this Item shall be by lump sum.
Payment
1) The work performed and the materials furnished in accordance with this
Item shall be paid for at the lump sum price bid for "Construction Staking".
2) Payment far "Construction Staking" shall be made in partial payments
prorated by work completed compared to total work included in the lump
sum item.
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 Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419
Revised February 14, 2018
017123-2
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, shall 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 Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419
Revised February 14, 2018
01 71 23 - 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 O1 71 2316.01 — 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
Suroeyor (RPLS) responsible for the wark (refer to O1 71 2316.01 — Attachment A
— Survey Staking Standards) .
2. Contractor sha11 submit the proposed as-built and completed redline drawing
submittal one (1) week prior to scheduling the project iinal inspection for City
review and comment. Revisions, if necessary, shall be made to the as-built redline
drawings and resubmitted to the City prior to scheduling the construction final
inspection.
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE
A. Construction Staking
1. Construction staking will be performed by the Contractor.
2. Coardination
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 responsibiliry to coordinate staking such that
construction activities are not delayed or negatively impacted.
3. General
a. Contractor is responsible for preserving and maintaining stakes. If City
surveyors are required to re-stake for any reason, the Contractor will be
responsible for costs to perform staking. If in the opinion of the City, a
sufficient number of stakes or markings have been lost, destroyed disturbed or
omitted that the contracted Work cannot take place then the Contractor will be
required to stake or re-stake the deficient areas.
B. Construction Survey
1. Construction Survey will be performed by the Contractor.
2. Coordination
a. Contractor to verify that horizontal and vertical control data established in the
design survey and required for construction survey is available and in place.
General
a. Construction survey will be performed in order to construct the work shown
on the Construction Drawings and specified in the Contract Documents.
b. For construction methods other than open cut, the Contractor shall perform
construction survey and verify control data including, but not limited to, the
following:
1) Verification that established benchmarks and control are accurate.
CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419
Revised February 14, 2018
01 71 23 - 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 all lines and
grades, if requested, and allow the City to check guidance system setup prior
to beginning each tunneling drive.
5) Provide access for the City, if requested, to verify the guidance system and
the line and grade of the carrier pipe.
6) The Contractor remains fully responsible for the accuracy of the work and
correction of it, as required.
7) Monitor line and grade continuously during construction.
8) Record deviation with respect to design line and grade once at each pipe
joint and submit daily records to the City.
9) If the installation does not meet the specified tolerances (as outlined in
Sections 33 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.
Coordination
a. Contractor is to coordinate with City to confirm which features require as-
built surveying.
b. It is the Contractor's responsibility to coordinate the as-built survey and
required measurements for items that are to be buried such that construction
activities are not delayed or negatively impacted.
c. For sewer mains and water mains 12" and under in diameter, it is acceptable
to physically measure depth and mark the location during the progress of
construction and take as-built survey after the facility has been buried. The
Contractor is responsible for the quality control needed to ensure accuracy.
3. General
a. The Contractor shall provide as-built survey including the elevation and
location (and provide written documentation to the City) of construction
features during the progress of the construction including the following:
1) W ter Lines
a) Top of pipe elevations and coordinates for waterlines at the following
locations:
(1) Minimum every 2501inear 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-graviry 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 Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419
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)
2) W
a)
b)
c)
d)
e)
�
g)
h)
i)
Rim and flowline elevations and coordinates for each manhole
ter Lines
Cathodic protection test stations
Sampling stations
Meter boxes/vaults (All sizes)
Fire hydrants
Valves (gate, buttexfly, etc.)
Air Release valves (Manhole rim and vent pipe)
B1ow off valves (Manhole rim and valve lid)
Pressure plane valves
Underground Vaults
(1) Rim and flowline elevations and coordinates for each
Underground Vault.
3) Sanitary Sewer
a) Cleanouts
(1) Rim and flowline elevations and coordinates for each
b) Manholes and Junction Structures
(1) Rim and flowline elevations and coordinates for each
manhole and junction structure.
4) Stormwater — Not Applicable
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY
PART 2 - PRODUCTS
A. A construction survey will produce, but will not be limited to:
1. Recovery of relevant control points, points of curvature and points of intersection.
2. Establish temporary horizontal and vertical control elevations (benchmarks)
sufficiently permanent and located in a manner to be used throughout construction.
3. The location of planned facilities, easements and improvements.
a. Establishing final line and grade stakes for piers, floors, grade beams, parking
areas, utilities, streets, highways, tunnels, and other construction.
b. A record of revisions or corrections noted in an orderly manner for reference.
c. A drawing, when required by the client, indicating the horizontal and vertical
location of facilities, easements and improvements, as built.
4. Cut sheets shall be provided to the City inspector and Survey Superintendent for all
construction staking projects. These cut sheets shall be on the standard city template
which can be obtained from the Survey Superintendent (817-392-7925).
5. Digital survey files in the following formats shall be acceptable:
a. AutoCAD (.dwg)
b. ESRI Shapefile (.shp)
CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419
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
31 INSTALLERS
A. Tolerances:
b.
c.
�
e.
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.
Horizontal alignment on a structure shall be within .O.lft tolerance.
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.
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.
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
or 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 Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419
Revised February 14, 2018
01 71 23 - 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 sha11 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. Contractar shall perform replacements and/or restorations.
b. The City may require at any time a survey "Field Check" of any monument
or benchmarks that are set be verified by the City surveyors before further
associated work can move forward.
3.6 RE-INSTALLATION [NOT USED]
3.7 FIELD [oR] SITE QUALITY CONTROL
A. It is the Contractor's responsibility to maintain all stakes and control data placed by the
City in accardance with this Specification. This includes easements and right of way, if
noted on the plans.
B. Do not change or relocate stakes or control data without approval from the City.
3.8 SYSTEM STARTUP
A. Survey Checks
1. The City reserves the right to perform a Survey Check at any time deemed
necessary.
2. Checks by City personnel or 3rd party contracted surveyor are not intended to
relieve the contractor of his/her responsibility for accuracy.
3.9 ADJUSTING [NOT USED]
3.10 CLEANING [NOT USED]
3.11 CLOSEOUT ACTIVITIES [NOT USED]
3.12 PROTECTION [NOT USED]
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
END OF SECTION
Revision Log
CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419
Revised February 14, 2018
017123-8
CONSTRUCTION STAKING AND SURVEY
Page 8 of 8
DATE NAME
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 3.1 Installers; added 3.5 Repair/Restoration; and added 3.8 System Stariup.
Removed "blue text"; 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 Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419
Revised February 14, 2018
�
Section 01 71 23.01- Attachment A
Survey Staking Standards
February 2017
O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71
23.16.01_Attachment A_Survey Staking Standards.docx
Page 1 of 22
These procedures are intended to provide a standard method for construction staking services
associated with the City of Fort Worth projects. These are not to be considered all inclusive, but only as
a general guideline. For projects on TXDOT right-of-way or through joint TXDOT participation,
adherence to the TXDOT Survey Manual shall be followed and if a discrepancy arises, the TXDOT
manual shall prevail. (http://onlinemanuals.txdot.�ov/txdotmanuals/ess/ess.pdf)
If you have a unique circumstance, please consult with the project manager, inspector, or survey
department at 817-392-7925.
Table of Contents
I. City of Fort Worth Contact Information
II. Construction Colors
III. Standard Staking Supplies
IV. Survey Equipment, Control, and Datum Standards
V. Water Staking
VI. Sanitary Sewer Staking
VII. Storm Staking
VIII. Curb and Gutter Staking
IX. Cut Sheets
X. As-built Survey
O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71
23.16.01_Attachment A_Survey Staking Standards.docx
Page 2 of 22
�
Survey Department Contact Information
Physical and mailing address:
8851 Camp Bowie West Boulevard
Suite 300
Fort Worth, Texas 76116
Office: (817) 392-7925
Survey Superintendent, direct line: (817) 392-8971
�
Construction Colors
The following colors shall be used for staking or identifying features in the field. This
includes flagging, paint of laths/stakes, paint of hubs, and any identification such as pin flags
if necessary.
Utility
PROPOSED EXCAVATION
ALL ELECTRIC AND CONDUITS
POTABLE WATER
GAS OR OIL
TELEPHONE/FIBER OPTIC
SURVEY CONTROL POINTS, BENCHMARKS,
PROPERTY CORNERS, RIGHT-OF-WAYS, AND
ALL PAVING INCLUDING CURB, SIDEWALK, BUILDING CORNERS
SANITARY SEWER
IRRIGATION AND RECLAIMED WATER
III. Standard Stakin� Supplies
Item
I Lath/Stake
IWooden Hub (2"x2" min. square preferred)
I Pin Flags (2.5" x 3.5" preferred)
IGuard Stakes
IPK or Mag nails
IIron Rods (1/2" or greater diameter)
ISurvey Marking Paint
I Flagging
IMarking Whiskers (feathers)
I Tacks (for marking hubs)
Color
WHITE
. �
YELLOW
ORANGE
PINK
Minimum size
36" tall
6" tall
21" long
Not required
1" long
18" long
Water-based
1" wide
6" long
3/4" long
O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71
23.16.01_Attachment A_Survey Staking Standards.docx
Page 3 of 22
IV. Survey Equipment, Control, and Datum Standards
A. City Benchmarks
All city benchmarks can be found here: http://fortworthtexas.�ov/itsolutions/GIS/
Look for 'Zoning Maps'. Under `Layers' , expand 'Basemap Layers', and check on
'Benchmarks'.
B. Conventional or Robotic Total Station Equipment
I. A minimum of a 10 arc-second instrument is required.
II. A copy of the latest calibration report may be requested by the City at any time.
It is recommended that an instrument be calibrated by certified technician at
least 1 occurrence every 6 months.
C. Network/V.R.S. and static GPS Equipment
I. It is critical that the surveyor verify the correct horizontal and vertical datum
prior commencing work. A site calibration may be required and shall consist of
at least 4 control points spaced evenly apart and in varying quadrants.
Additional field checks of the horizontal and vertical accuracies shall be
completed and the City may ask for a copy of the calibration report at any time.
Network GPS such as the Western Data Systems or SmartNet systems may be
used for staking of property/R.O.W, forced-main water lines, and rough-grade
only. No GPS stakin� for concrete, sanitary sewer, storm drain, final �rade, or
anvthin� that needs vertical �radin� with a tolerance of 0.25' or less is
allowed.
D. Control Points Set
All control points set shall be accompanied by a lath with the appropriate
Northing, Easting, and Elevation (if applicable) of the point set. Control points
can be set rebar, 'X' in concrete, or any other appropriate item with a stable
base and of a semi-permanent nature. A rebar cap is optional, but preferred if
the cap is marked 'control point' or similar wording.
Datasheets are required for all control points set.
Datasheet should include:
A. Horizontal and Vertical Datum used, Example: N.A.D.83, North Central Zone
4202, NAVD 88 Elevations
B. Grid or ground distance. — If ground, provide scale factor used and base
point coordinate, Example: C.S.F.=0.999125, Base point=North: 0, East=O
C. Geoid model used, Example: GEOIDI2A
O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71
23.16.01_Attachment A_Survey Staking Standards.docx
Page 4 of 22
E. Preferred Grid Datum
Although many plan sets can be in surface coordinates, the City's preferred grid datum
is listed below. Careful consideration must be taken to verify what datum each project is
in prior to beginning work. It is essential the surveyor be familiar with coordinate
transformations and how a grid/surface/assumed coordinate system affect a project.
Proiected Coordinate
System: NAD_1983_StatePlane_Texas_North_Central_FIPS_4202_Feet
Projection: Lambert_Conformal_Conic
Fa Ise_Easti ng: 1968500.00000000
Fa I se_N o rth i ng: 6561666.66666667
Central Meridian: -98.50000000
Standard Parallel 1: 32.13333333
Standard Parallel 2: 33.96666667
Latitude_Of Origin: 31.66666667
Linear Unit: Foot US
Geographic Coordinate System: GCS_North_American_1983
Datum: D North American 1983
Prime Meridian: Greenwich
Angular Unit: Degree
Note: Regardless of what datum each particular project is in, deliverables to the City
must be converted/translated into this preferred grid datum. 1 copy of the deliverable
should be in the project datum (whatever it may be) and 1 copy should be in the NAD83,
TX North Central 4202 zone. See Preferred File Naminq Convention below
F. Preferred Deliverable Format
txt .csv .dwg .job
G. Preferred Data Format
P,N,E,Z,D,N
Point Number, Northing, Easting, Elevation, Description, Notes (if applicable)
H. Preferred File Naming Convention
This is the preferred format: City Project Number_Description_Datum.csv
Example for a proiect that has surface coordinates which must be translated:
File 1: C1234 As-built of Water on Main Street Grid NAD83 TXSP 4202.csv
O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71
23.16.01_Attachment A_Survey Staking Standards.docx
Page 5 of 22
File 2: C1234_As-built of Water on Main Street_Project Specific Datum.csv
Example Control Stakes
O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71
23.16.01_Attachment A_Survey Staking Standards.docx
Page 6 of 22
�
�
�
�
�
�
�
�
L�
�
w
m
�
�
�
�
�
�
�
1�1�
�
w
m
�
�
�
�
�
O
�
J
�
�
�
�
O
U
��
�
�
d
�
_
U7
�
J
i17
W
J
m
�
Q
�
�
�
�
�
_
r_r7
�
�
[ri
W
J
�
�
�
�
��
�
Q
�
�
�
W
J
W
EL. = 10D. ��'
U7
w
�
�
�
d
�
�
D
C_]
N=5000.�0 E=5000.0�
o w
z ~
� w
o�
� �
� �
�
_ �
� �
� -
= O
� w
� _
� �
L� ~
W
�
� �
m
w �
� �
V. Water Stakin� Standards
O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71
23.16.01_Attachment A_Survey Staking Standards.docx
Page 7 of 22
A. Centerline Staking — Straight Line Tangents
I. Offset lath/stakes every 200' on even stations
II. Painted blue lath/stake only, no hub is required
III. Grade is to top of pipe (T/P) for 12" diameter pipes or smaller
IV. Grade to flow line (F/L) for 16" and larger diameter pipes
V. Grade should be 3.50' below the proposed top of curb line for 10" and smaller
diameter pipes
VI. Grade should be 4.00' below the proposed top of curb line for 12" and larger
diameter pipes
VII. Cut Sheets are required on all staking and a copy can be received from the
survey superintendent
Optional: Actual stakes shall consist of a 60D nail or hub set with a whisker
B. Centerline Staking - Curves
I. If arc length is greater than 100', POC (Point of Curvature) offset stakes should
be set at a 25' interval
II. Same grading guidelines as above
III. Staking of radius points of greater than 100' may be omitted
C. Water Meter Boxes
I. 7.0' perpendicular offset is preferred to the center of the box
II. Center of the meter should be 3.0' behind the proposed face of curb
III. Meter should be staked a minimum of 4.5' away from the edge of a driveway
IV. Grade is to top of box and should be +0.06' higher than the proposed top of
curb unless shown otherwise on the plans
D. Fire Hydrants
I. Center of Hydrant should be 3.0' behind proposed face of curb
II. Survey offset stake should be 7.0' from the center and perpendicular to the curb
line or water main
III. Grade of hydrants should be +0.30 higher than the adjacent top of curb
E. Water Valves & Vaults
I. Offsets should be perpendicular to the proposed water main
II. RIM grades should only be provided if on plans
Example Water Stakes
O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71
23.16.01_Attachment A_Survey Staking Standards.docx
Page 8 of 22
0
�
�
n
�
�
�
�
0
<
ro
�
N �
W �
c�
N �
rn �
o �
� o
I r'
D �
��
v �
n fp
��
� �
� O
rt v
a�a ID -�
�
� � m
< n
O � T
N rt N�
N
� n
�• v
W �
� �
r-r �
� �
Q r�
v •
� m
in �
Q i
O f7
X�
�
�
m
<�
m
�
0
<
0
N
i
0
N
V
F-�
<
N
�
3
�
�
�
�
N
�D
�
�
N
r+
�
3
.�
�R�NT
F� � � I T {51QE FACIN� �]
N4 FLAGGING REQUIRED � �� �
IN LIEU OF BLUE PAINTEa LATH ��IDE FACING �� �
a
� �
� �
�R �N T ���� � �
tSI�E FACiNG R_6_W.} � �
— �
— �
(SIDE FACING �� � � �,
P � �
� COMTIMUE STAKING
OFFSET DISTANCE � I�ENTIFY ANY + EbERY 200'
BACK o � TEES� hAE7ER5 �
(SIDE FACING R.O.W.) � �, � GA7E VALVES. �
U] — CRQSSES, ETC. —
� � T
RoiNr � � �ENTERLJNE OF u �
� 'I�AZER LJNE + t?
r � �.,
� �
Hue E�vnnari - m �
o �
p i —
� � TfP
� STAl1ffNING �— � �, �— � 1
+ I �
4 W � �
� �
� � l �y� L1P
. T P � IdENT1FIE5 T4P OF PIPE �a �fltS���y ���
n � 9T P���� ��
�__� _ ,!� I�ENTIFlES CUT - � �
� QR FILL t � �4
� � �
�
�- � � �
�HU6 PAIN7ED 6LUE, FLUSH 'MTH �
GR4UMd, Vll�li TACK 4R 6LACK �OT
�
�4 �
�
�
HUB PA4 TED�BLUE 4VITH � �
9LUE 14HISKERS OR 60�
NAIL VATH BLUE '{�HISKER
A. Centerline Staking — Straight Line Tangents
I. Inverts shall be field verified and compared against the plans before staking
II. Painted green lath/stake WITH hub and tack or marker dot, no flagging required
III. 1 offset stake between manholes if manholes are 400' or less apart
IV. Offset stakes should be located at even distances and perpendicular to the
centerline
V. Grades will be per plan and the date of the plans used should be noted
VI. If multiple lines are at one manhole, each line shall have a cut/fill and direction
noted
VII. Stakes at every grade break
VIII. Cut sheets are required on all staking
Optional: Actual stakes shall consist of a 60D nail or hub set with a whisker
B. Centerline Staking — Curves
I. If arc length is greater than 100', POC (Point of Curvature) offset stakes should
be set at a 25' interval
II. Staking of radius points of greater than 100' may be omitted
C. Sanitary Sewer Manholes
I. 2 offset stakes per manhole for the purpose of providing alignment to the
contractor
II. Flowline grade should be on the lath/stake for each flowline and direction noted
III. RIM grade should only be on the stake when provided in the plans
O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71
23.16.01_Attachment A_Survey Staking Standards.docx
Page 10 of 22
I ��I�T
(SI�E FACIN� �)
0
�
�
fD
�
�
�
c�
0
<
ro
�
N v
w 3
i� �
rn �
o �
� O
� ry
D �
�,
� �
n �p
S �
N�
O
-O rt n�i
fl' D .�
� I� �
� � f�D
~' < n
� � T
N r'�+ t�/�
fl1 /
� n
� v
00 �.
(� �
.-r �
7 �
Q (D
� <�
Q fD
N �
O n
� �
x -o
�
fD
<'
N
�
�
<
O
%
O
N
J
N
FR�f1T
(SIaE FACIN� �)
4nd OFF�£T STAIiE
FUR ALGNMENT �
FdR SSFAH'5 �
0
\
�2nd GFFSET STAKE
N FOR kLIGNAiENT
� F4R SSFAH�S
N FF�C�NT
�
4� �SIDE FA�ING �)
IJO FL4GGING REQUIRE� MH � 9ak oFFSET STPKE
`- GREEN PAIN'fEQ LATF = � F�F2 qLIGNMENT
� �RC��1T
rE7
� (SIDE FA,CIhIG ��)
INH {� 1et CfFSET STAKE
— �`, � FiDR PIJGNFAENT ON
`� S54AH�5
�
�}.1E STAZIOFJIMG AS �
FIRST 4FFSET STAhE �
0
F/L
N
�
I
�
FJL
5
�
RI Ai
n
0
�
—�_— --�- — -
7��
������SS,,,
HU@ PAINTEQ GREEN, FLI15H 111TH �`�J•
GRpl1ND, N1TH TAGFi OR 6LAC1C a6T �
SANITARY SEWf74 LJNE
IOE7JTIFlES MWJH6LE
STATIOFJI M G
IaE7JT1FIE5 FLDNLJNE OF
NOR�1-I PIPE C-RPDE
IaENT1FlE5 CUT -
OR FILL + FOR NORlH PIPE
IQENTIFIES FLOVfIJNE OF
50UTH PIPE GRlDE
io�n�Es cu1 -
�R FlLL + FCk SOl1TH PIPE
IdENTIFIES Rlkl GR�DE
IpE7JTIFIES CUT - �
Ok FlLL + Tt� T4F
OF MANHCIE RFk�
� Q'
{OPl10NPLj `�` � ;--,,�,��
HU9 PAINTER GREEN W1TH �� �
9LUE IHiISFCERS OR 80D
NPJL H1TH BLUE 41HISKER5 ----
� � F9R SSkIH'S
+
-� �
� �
�
NO 2N6 4FF'SET STAKE F�l� —
FOR �NTERLJNE $ �{H
FR�NT � ;
{51pE FA�IN� �) NE �s
--r `i F�l.
� � S
— n
c! RI A1 �
r� }? {�
Q —
� � E
�-�� �-, �
_ �
h �
II � �
� f ��' RIFA
� 9EC4115E STATIONING �.j
n
BETY+EEN S�AH'S VIAS '��",� �
LESS lHAN 4D�'. SPLJT � 6
F� THE �IFFE72QJCE P,N� SET �
� i sr.aKe w nie w+ioo� �
� typ 9T���'
�
� �
�� ?�
l�T
�
�
�
� � -
� 1� � �� �� ���'s�fS
0�� �
�� �
TTI
X
�
�
fD
�
�
rF
a1
.�
N
�
m
�
�
�
�
�
N
VII. Storm Sewer & Inlet Stakin�
A. Centerline Staking — Straight Line Tangents
I. 1 offset stake every 200' on even stations
II. Grades are to flowline of pipe unless otherwise shown on plans
III. Stakes at every grade break
IV. Cut sheets are required on all staking
Optional: Actual stakes shall consist of a 60D nail or hub set with a whisker
B. Centerline Staking — Curves
I. If arc length is greater than 100', POC (Point of Curvature) offset stakes should
be set at a 25' interval
II. Staking of radius points of greater than 100' may be omitted
C. Storm Drain Inlets
I. Staking distances should be measured from end of wing
II. Standard 10' Inlet = 16.00' total length
III. Recessed 10' Inlet = 20.00' total length
IV. Standard double 10' inlet = 26.67' total length
V. Recessed double 10' inlet = 30.67' total length
D. Storm Drain Manholes
I. 2 offset stakes per manhole for the purpose of providing alignment to the
contractor
II. Flowline grade should be on the lath/stake for each flowline and direction noted
III. RIM grade should only be on the stake when provided in the plans
O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71
23.16.01_Attachment A_Survey Staking Standards.docx
Page 12 of 22
Example Storm Inlet Stakes
FF��NT
��IDE FACING ��
8���
{�oe Fxanc a.aw.j
PS71NT # �
��
i
Hi.e �vnnrn �
�
�
�
�,
n
n
m
0
�
�
r
1
�
�
�
�
�
�
�
+
�
TfC
�
+
0
G
�
c7
I
�
�"
IDEMTIFlES ti1HIC�l
E7JD OF THE 411NG
BEIMG STWCEd
iW�er s-r�,nar�
pF Wo�o ❑W P�aWs]
16QJT1FlES GRA6E
Ta �aa aF c�ae
IpENT1FlES CRApE
TO FL04NNE
� ��i�i
{5oE F+wnc a.a.w_}
�aWr � �
HU9 E1.EYJ,l14M o
�
0
�
�
�
n
�
�
�
r
�
�
�
rn 16E7JlIFlE51lHICH
� ENd OF THE 'MNG
eor�c s-r�,�€ea
�
�
�
+
�
TJC
�
+
a
�
�
c�
I
�
�
�_� � pISTANCES FOR INLETS �_�
- STAMdARD 10' - 16' -
REC£SSEd 10" - 2{]"
SfANdPRO ddJBLE 10' - 25.67
HUB 1NTH TP�CIC ------ RECESSE6 d06JBLE 10= =36=67
— — — — — — — — — —
� �
� I I 9kCYC OF INLET �
FI _. .'1�� .y..'_. _. ..I ii_ .r .3 � i� �3i �. � fFll
�� F ��' r�
�. : � ❑
b � ��R �°� , 4 �
al ..� I
� .'A+� ' , �
BACK OF Ct1RB ,�• BiuCK OF CURB
--------- '1NNG"�':� ,�'{ _ . _ .`k.� . • . _ {� G�. .. . .. _ .. �' . . . , �'141MG, ---------
. .. . . __,. y. �.
FL�hLINE FACE OF INLET FACE OF INLET FL.Ol4LNE
EDGE OF PAVEMENT EDGE 4F PA4fME7JT I I
]�I
EaC£ OF PA4Ek1ENT EOGE flF PA4EMENT
�R�NT
��IDE FA�IN� ��
O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71
23.16.01_Attachment A_Survey Staking Standards.docx
Page 13 of 22
VIII. Curb and Gutter Stakin�
A. Centerline Staking — Straight Line Tangents
V. 1 offset stake every 50' on even stations
VI. Grades are to top of curb unless otherwise shown on plans
VII. Stakes at every grade break
VIII. Cut sheets are required on all staking
Optional: Actual stakes shall consist of a 60D nail or hub set with a whisker
B. Centerline Staking — Curves
III. If arc length is greater than 100', POC (Point of Curvature) offset stakes should
be set at a 25' interval
IV. Staking of radius points of greater than 100' may be omitted
O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71
23.16.01_Attachment A_Survey Staking Standards.docx
Page 14 of 22
Example Curb & Gutter Stakes
�R�NT
�SIaE FACING �)
FR�NT
(SI�E FACING �]
0
O
���� �
ia�nFles orFser is ro
(SIDE FACING R.4.Y1.) �I 9ACl4 6F Cl1pB oFt F/c
r-oR F�,ce oF cur�
P�INT �! `�J
l
n
HUB ELEVAl1qN o
I
BAC
FACE OF CURB L ---�� �_—������
FLOWLI NE
EdGE OF PAVEMENT
0
�
9JC
IOENllFlES S7kRT P�
PONT OF fl.1RVATIJRE _
n
i,
+
�
iJC
�
FRONT 16E7J11FlE5 E}16
(SDE FACINC �} T�IN�T�Or
FR0�1T d
��pE FACING �} �
0 6C m
A PT �
o *J� `�
0
� � � iii i
� � g�� � � � � �
N — � � � �
— � � � �
Tlc �mPEOF�uraa �� ------ Q I I I I
T IJ� GRPi]E ON _� I� I
aaaws raNTs ---� k
� � � 1 1
NO FLAGGING REOUIRE❑ �—~� � � ti �
f� I ti
ir� i i�i i n� Rir�� Rair�r�n i aTu ��_� �� + � I
�� ����� ��}� �! { t
�_ �.� � � r � �
$�.r } r f {�
r�� ��� � r f
r �
. �• r r �
` ��'� � . i � {
�;���� . • � !
x�r'{f� �� r J
�_ --�� TOP DF ClJRB {rr � �� f
�� {� �� —` }����{� f�•
r � �� ��� I ���
�� � ��
�r ��r
K QF �URB ��Y� �{—� {r
� �{� ���
��� � � r �� � �
Example Curb & Gutter Stakes at Intersection
O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71
23.16.01_Attachment A_Survey Staking Standards.docx
Page 15 of 22
0
�
�
�
�
�
�
rt
Q
�
0
<
(D
7
N �
W �
i--� m
rn �
o �
�, O
I r'
D �
� /
N �
f'1 �
S �
� �
� O
7 �
� rt v
fl' D .�
�
� I� N
h-+ C �
O �D �
y� � T
N rNt t�n
� n
�' N
W �
� �
r-r �
7 �
Q fD
� <
Q (D
� �
Q j
O f7
n v
X -p
�
�
C
�
�
�
0
G
O
F-�
/
O
N
V
F-�
10' ❑%S 5TAI{E 10' ❑f5 STAKE
VYfGRPDE AT W/GRROE RT
EUfN STAlION ELEN 5TA119N
4 4 f 4 4 f f
� 54' YAA�. �ISTANCE � 5d' AiA][. 61STPNC£ � 50' f�AH. pISTANCE � 54' YAA�. ❑ISTANCE � 5�' IAAH. 61STPNCE � 50' h�A]C. DISTANCE ��
�I I I I I I I�
I I I I I I I �
eaai aF cuRe
9ACK OF dJRB
I T—�
d I 5D' hIR}€, pISTANCE I�
r I I r16� 4fS
� � STAIiE /
WfGRA6E
10' 4fS AT PC �
STPFCE
4�EN� 5�TAi1 DN a`�� /
�`�`/
, f
IF ARC LENGhi IS BAC#C OF CURB �
GREATEFi 1HAN 100', I I
R P6C OFFSET STAKE
SHOl1L� BE �T Q I S9' hAA�. pISTANCE I Q
/ �_ 10. Q�S r � � r
STW(E b d
� W�GRA�E
� AT PT 10� �%5
STAIiE
��d' 41�GRADE RT
� /T} EbEN STATI4N
��� 15T � E ' I
l W/GRAdE
f RT PT � Q
do----�
3fl' RA�IUS W
P41NT �'
W/NO 6RADE a �
� �
d c3
x �
¢ �
� u
d Q
1�� �� � m
STAI{E a
WfGRAOE AT
E4EN STRTI4N � �
� 10 0/S \����
STAKE �•i
41�GRA�E �
� 1 �� nT Pc ♦
' - — — 'b S
30' RA�IL15
W PflINT
� W/Np GRApE
� F
� �
0
�
o y2
Y d
V �
m O
'� 16' Of5
� STAIiE
� q' W/GftADE AT
EVEN STAiION
TYP o
FR�N T
�SIaE FACING �)
0
4
�
eje ioENnFies
OFFSET IS i�
� cu e OF
P
+
a
TfC
+
�
IX. Cut Sheets
A. Date of field work
B. Staking Method (GPS, total station)
C. Project Name
D. City Project Number (Example: C01234)
E. Location (Address, cross streets, GPS coordinate)
F. Survey company name
G. Crew chief name
H. A blank template can be obtained from the survey superintendent (see item I above)
Standard Citv Cut Sheet
Date:
❑ TOTAL
Staking Method: ❑ GPS STATION
LOCATION:
City Project
Number:
Project Name:
❑ OTHER
CONSULTANT/CONTRACTOR
SURVEY CREW INITIALS
ALL GRADES ARE TO FLOWLINE OR TOP OF CURB UNLESS OTHERWISE NOTED.
PT # STATION OFFSET DESCRIPTION PROP. STAKED _ CUT + FILL
-LT/+RT GRADE ELEV.
O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71
23.16.01_Attachment A_Survey Staking Standards.docx
Page 17 of 22
X. As-built Survev
A. Definition and Purpose
The purpose of an as-built survey is to verify the asset was installed in the proper location
and grade. Furthermore, the information gathered will be used to supplement the City's GIS
data and must be in the proper format when submitted. See section IV.
As-built survey should include the following (additional items may be requested):
Manholes
Top of pipe elevations every 250 feet
Horizontal and vertical points of inflection, curvature, etc. (All Fittings)
Cathodic protection test stations
Sampling stations
Meter boxes/vaults (All sizes)
Fire lines
Fire hydrants
Gate valves (rim and top of nut)
Plugs, stub-outs, dead-end lines
Air Release valves (Manhole rim and vent pipe)
elow off valves (Manhole rim and valve lid)
Pressure plane valves
Cleaning wyes
Clean outs
Casing pipe (each endJ
Inverts of pipes
Turbo Meters
O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71
23.16.01_Attachment A_Survey Staking Standards.docx
Page 18 of 22
B. Example Deliverable
A hand written red line by the field surveyor is acceptable in most cases. This should be
a copy of the plans with the point number noted by each asset. If the asset is missing,
then the surveyor should write "NOT FOUND" to notify the City.
O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71
23.16.01_Attachment A_Survey Staking Standards.docx
Page 19 of 22
!
9Z6lZ-X '�1'�Jopass/ g W�/ Of6l0 °N 1.73fONd .CL� '.i-IYSM !!OZ l.?/8"J' �'9 l"7ry9.Tlld3tl N3M35 /ypyWS O7T 1'31VM
it §$p tC l� I
��C e�`3 03�� �� � � � Cg � � G �. 91 � 5
���A� V"��� �¢ � !i8 �°. ' A� � '3 � - �a' �SF g
��� � d�� ��4� �x� � Q�sn �� __ P � s °9�a��;�' � � �� �
����a k6 � 5 ax �� k� �� i I I � �`6 �� s
�G�tl � :S �� � �� 4 s@fi za � I a � ; �� � .�a���� q � �
�� �� a w��� P � � � }� Sp- � ��� �� �� �a� �H� �� � ��
�a"� 5 �� � ��3 ��� �b �6� �� ..�I� � y� �-�����g c � �s
�a��°"i �S��g �a ��'"�� � � a�� �� �'° �h cd ���a'__«ra V'qa�'s�3 �
s$ w — 3R � a
a�:�� ��4e g i� o '" �S �e �@� �� ��� � t� :s`s�a� �� ��— �¢
��� e ��� �'F���§� : R¢3 �� „�ek° �'e B ��7; i &� � � `3� a" ff�
k � � �2 $ m a3 ��6 � L�I� � ��y 3 � � ' � A,�
i ����� ���a € ���.� ��� ���;��a��� ������ � � °������ � �' � � a � �s�
3 �� � gl � � 7
� 7� II III I I I II II-�'� f
OS•b b1S 3Nl7 H,71'dW � z �`i - I �� II �I �.�. y� .yN r131,°!it' � j� � I I�I
�� z:����m�"F i�'l� Tfj /_"—'_�'—'_'{ � �, ��J1 ��, al�� l. s�l
a �� � � � �I I I i r i ��� �� � � � �
30 � i i € s. o r- i ii i��:'. I� �i� �� � � '
J I
.�
W
3
I �
�
�
(` J `,
I �
s@
aj�f
� �
� ��`� ����� �`' � 9 • �I �'IT ��. iii I'�� �
� qm i
� �a � � s r� � � � � ��' ������ �r i �� �� �� � � �'� � , � � � �� $
\� g� �I I III � II�� II I�I' �'� I, � i �'j
e,�� �i ��lil illiui� '�,��� � 1 I� �I �� � -.
�, � � � �
�'� , � i � � � i� ��,� }� � �:,
�,`=� il� Filli'��I� lil�ll, �IIII u
�iy�-�, � � j iVi��� iI iII �I� il�Ii u � �I
_ �° \�� � � !� � i i�� � � ��� il � , � i � i� I ��j�; � � � �I
:� �,,: �IIII��I �i �I II����� ��'i�'� ����' �I'���I � � ���� �'''I I
� k# i ii I I I i� �\"I I I �I I I �I I II u p
t3 �� u `.,� ' r i i � I ii' � r� I� �� �_I'
i �, � � i � _ �'. II� � "' �I
� �� �� � w' �rl� �� �'� / ��ii � � � �� �,��i�'�I !I ujla��r �a�� ��
��: �����h����. �-�.�r.��n��
m�; � � � �: ,.� 1 �
~` ���
� � I—.�; � , g� ,I �,� .�
� L �
�� ��� � �;� :�
4 F A
...AJ � � 'i
yI— C�m � r s
I--- �:�� , I�'I' I I m�Q C
� i; ���
a; � f � /
.p :I
k�a9 ���
�g�t� f �p I �
5 F
�p § ��� � � .
Y..
� 7
n\��,�'� . � �
�u;° � Ffv,� ,l/�°a F ' �-Y—�'�l �� �:� �
. w �. ��� � �, i �i
a ' ��� � 4 i� !! �� ���s
s� �� �� °.�., I; � $
N��g��� \� .;j I f �I � ��� �
e;,� � ��\ � jm ��, ia
k�5��4°'.�� —§jF9A � � k�;'�� �.,.
� F � q �i
o g l ro'4 \
��� �j .. ��; �'� � o��. 6��,H� ,�\.
.kgg,y �ff '� k�#p�s "�Oj� A
'4��� / � �l� g � ��
��'��� '�j 9.�F �L ¢�� � y d
�
`5. �e°' �� i Sn w�d
� ,�_, � ����� �
i lii
� I
�
a >
�
q Ili
�
S I_,.:
I��
ii�l'
!I�';.I
I RI � �I �� � �I
i i � , � �� �i� ;� �`_ �_ ', r .
O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71
23.16.01_Attachment A_Survey Staking Standards.docx
Page 20 of 22
�A p.�pp -!2 WC tW.CIATLNf RQl S7A O�STA7 - 12'WL fFlGYD dfl
.5lA�m '" f2W1-lFLDI'D LW7 - RELCVE 4 SALVM.E £XlST.
�yN PRVP.r2�w�PER W7E v�lYE s �vcER
�� LriYNECF TO EX15T.8WATFJi
� F12X lZr� � INSTALt, F12'SLV.I� SLE:EVE
`prY�'"�ZBEND r� r72x �REDGCFR �. S
rhl2CY.EN7VKi f1G I �i1Cr� , I-f2'GIPEVA[YE /'�. '_�,
� p.69l1l1�663! �J Nd94ID95B44O l Y l 1 •�'
. �.�379J792 [ 2251�z73717'34 ��
�ar � `� �
�� ���. � ��
r� w�rn a �
wnme,�r a
- ��' � ��'� �-• ��, /" ,. .,:a '�. �
BLK 6 �
L4r 2
Jta wr�++laxFmwwn
/1lNinw'1�+s�d� LO1
M#.' L7A'6E9i
RENN£ EX15T �
I2W,ff4R
CP. •If
A` � ('��
�c�971PA5�7330
�Er.tu�-� ��
�� �
�y4
f, l�f'
rs�v •+ / �
!N.
STILU�2B0,'-f2'ML rf-L, JIJr�.J
7NSTA[L
t1245YFJ�Y.9EMD . SIAD+96T5 - $'WL � ~J
Nf317(1H75125 • 1MSTILL� r
E•22�5srTsno • • r 12 x s Ahr1R1R rEE tt:� r,
' h864� VALVE*
r ' r Fr� rmr�r.wr
; ri rf sxrnwtivr IFIl1
� I , � N I ��AIEO��E
% �' � EsJ2%269239B
� � Lor �
�
r,
T8M •2
� ✓4 %///// u�,
`�� IZWAT£�
. n"�.
%� �_.. , . - -
� �� ��
��+�`� '-':-, �—��
, µ � � 1
� 59'i � � v i8 •
� � � '
�
�E � snu��
- EXIS7. G4� YA[yE
' SiA0�3260 - IPW !OT A
� rxsr�u:
/F 127SYERr BENa ffi''s � ewm aw rm xam
� Ni947W7.48.9�7 cmvwxz uc
+w. • n8�n»axa�
STA O�GlD3 - I�WL fF101'D LiRI
INSTALl�
!-1� (Id SYJO SI FEVE �
57 1F Ar !P'WA%�R PIPE
awxecr m �xrsr, ir w�r�
N�694/14.i999
E`._�22,�i3p9$T36 �
� �� S1N:�9p�Po N'.FF'fNM.1
:Y'CUT M]T•'.lfn R flur fibn ■
H'�@'�iai "b1'� ��
E�p
Frry �zs.�
' � ��4
!6'ARIM-ry �i
�"1qF��y iP 32GV
.� L, 7J1 Y � �
- "� � 4 �vu
f��r��,�. t� �. _ -�
� „ � �1i/;�i�rrr�iii��
� $� ��
{T` ._8._
, .__ "" L-.i7/! t7.S55—..�.__"'_'
^'.� � —_ _ — _ 5� .
a�J h _. �,_ i b
PfnIP05ED
S,+wlr,4Rr Sl
5EE SIiEE'r
`
yTA o-5756 -!�' I� 5}'A a�58 � IPWI
fNSfAt6 lNSIAlL,
F12'�6'YEKT 6ENO !-l2�f5'VERr BbllU
Ny59f7�55594i N6997OSP.%.53
F'225G �32873 E•225G30�B3�a
P.
. . ` . . : ` _-�
O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71
23.16.01_Attachment A_Survey Staking Standards.docx
Page 21 of 22
f �
i -_
j *�a'�ea.w+. �_I �F,.;.:,k, �
S �.' m`�� � �` �.
� 6/� ��. "'-9 ��j/ A
f ��
g� s
N S �e: �
W � W �
� � �.« ,. � ��
� ' � Q� _.e...
� � O �. y 17WA7fR� - �
I � y0�_ iP�F
D i � �' '� �� ^
� � ��/R,. �"�����1 r-.
� i � '
� f r -
f�D �� { � � / -
N � Z .��
N G i
� � '
• � _�T
N � i
� � Tp _
� S _
ao ? � � `r
fll S �j � , _�� ,
� � � ��r^�
Q � � �r-
v : —��;
Q ( ' ����� � .�.
� . �u � �
Q �
� ( 1 2
n S � � � �,�, :
x Z .. � -�--��-:' :
{ `= '�x+n r:
( �- '�'"� t'
y
' �
( � -
! . -9- 8-g� , _
� ms -- �
F
5Ti0
( �
4
f
�cnnsrRucr a�� � oF L ` ����������
R FVC SPNl7AR1' SEIYER M,aN r1 / �� r,,�� r,w -
4 �� '
' y/ �nE+� � I _ �N°�°
� / �.. �.,,;,. � � � ; � � � x
� PrmrosEo �r .. �.�,.a...,, , ¢
�+ w.vEA uax Y �
, , �� �. see sneer e *�. a:��� ..,,,.,..,� : t ��� ���,���,�.Ea,
�^"' � � � � ` �, �� '
p � e — ••••� j I R �'i� I' rmmcs.zcceEuuu�mrss�er. �
U . J t � � CLAYTON�O W. , � � � �n
�`�\��� --_�.-."- . � ..� 4 CJ �'.M��oz°i %
�.. l � � �'.. , � � � M1 ,� � �C .- -� � � �� v`°wa°x`io cw m'",�rmr. a.r„aev e� e.m��w urun�cs �
� 1 �.,, eP- � . . e //' . . . . .' . „r.� 4 BEMGHYARNS. 'a
II rzwmEn_ . =R...."jr'_ 'il��p �a
\ i .�I� S" r mi -n �.,., ux a E.%5a I� � A.W-e.�z �� .� , �.ow��r..r�.,
.�w..
.. , , . , _ -.e..�- . _ " . . - . _ _ � � _ n �wuuerc va7r �
— ..:_ �� — _ — -- ` �� .. ' `\-o.. - �'� - �
� r p L��� m �cn
�:� ..3. � ��P� r; �� � ��-�—� � e ��' �i e�_nax �„��.�m��.�.�,�,�n "
� a�,�.E� _ �
� �, a , : � � � � P�. `m'-� � � �,,. �� �q � .�.a � : � +a..
m« S �� ��.,� -�I;� � �I� JV
� , ' �i� - _,�El. � ��
i -I n n,µ� \\ � �' �, � �ci,�'���n�, i�
`
L-3777 & L-3654 E� �� ..6 ME. �� �
0
PROPDSEO 8' SAN. SEWER UNE A �T5` Mnr No. zaie-�no, �ois�, �F c n.� �N�n+�E� $
MAPSCA PAGE NC>. �4[t, S�' W. k'
. . . - __ _ - c�`i
�$'� A,l -,_ -- _ -- --- _-- -- -�- ��"'`° ER�{`:�"`��,� S�� w
_ _ - � - �
�- �'.. ;- ' — _ -,-- \_ _. T� ]2i wn�m+ �� reu q
.: � r� �~ � �- - J� _ �e �
d`%� _".�-�.� I " . ,- -- - _- _ � � _
_ � �� �
�
� �. �� y�_ � . � � ���� \�:.j_ .. '29 3
I r f�. � i��� I 1 �� _ }e�'�� l �T7 � �Q �i..� �
� � �11'Ll� . . ��M►�} '-'. , , � ! ,. . .- j. .. . �
_��� .
_� �1:
T_�_--,-,_ - �.��� ' ���?��` IS 5^�' me r�r�,
z� d .
' � I R€Y 61'S I� b
�_- ..�-� Y �� - � .Y� ��-���F� �"� �I�� 5V'� Cfts' oF OpI WORT41,9PX�.F �
T, .',�3_ - _ -'�� `-� - �� ti— 7- �� � �WAiExFPEPA1tT � �
� " ' . -�f � I--� L � �� � ' I_ c»vra Wc�
g�-� ''' � �� �� Y ��.��y' �'°� :!q u'n" n fF'°''° ��tl,w' w
� �� � I � � . � _ I 1`. ff � _. � ia-- �- . � d� r �. �� �,�� w
� � �:_� ��` �� r I - M1 � 1 - ��- �m ��, � -,,,a„o� o��� �
'' � �:�� �� � � -�' ��� �-' � _ CLAY'IVN Rll W (�i-],D xdt4A� DA.)
�. . � , i I - � a+.� I a >� �
� �- ����` T �-I ' } �� i . . '-R�� � �-��-. ays Ur � ,,.� . _o._
!F . �� �L - - �;___��,, _..-- 7 � � .-� i�L �'-`-� � �Man ry stes in _ _e�.,, _ �
�� z __ �-�_���f,-,-� --� � a�
� �- � - ..�F � � � e.� .w _
R ��
� _J� �� � .� _ �� '�`_ -�';`�f`1 �R� a. I k W
._ - - . . - - � .� �f�c..� I a��. 1 �
W'� .Yw zoo �'C0 ..,�o�a K, � � ti
3
BLK 29
cor z
a/as c�qrao ke n.Fonx�onn
{SAN1rAAY S£NFJt
s�,v,r.� wi ccEwaur
�Mw��n
uNmY Es�r � I
� ' I
�
�•
��IQ
i
ll7I 3 i/ � .
aw c.� �m nc w.Far x�w+n �.
e,�.�,,,� , �� �� �W
- �,�.�� � . Z
e o��J
W w;
�LAYTON RD. W. 4� � �'"`" p��
--- � �E,m � � � -
----- [��(—�� - - _ _ _ �: X `�
� � J �-k..5 � � -~- 5
La I -- /Jp mn� ��� �- i.i coq-- z wx � - �. Q
r , �i
_ ex.+rwmer _„ O
p � �ER !2' WA1 ER � ' �
LlNE A - L•3654 , � � � -g•-- �' � O
' Z t =� =t� � � � ];,�. � ,� ,__l� ;-'._:� - � �� ��-<V' ��
_� � ' � " . � -Z=3a�;, � . a s_ . � �
_ ` _ � . �
�w � Wlro '� u� Co.rd _ — — �WN
�� �.����1` � a� _ ���
i /
r�
� 55 i
� �� ,
P �
�6h �
/� V /
� .
fy�'�
F� / � , .
/ �'�
� a.: �s��
� J�
� � '�
,��
Qw. 1zGN liFMavE Er157.
d SNL SE11EA �P�
P,�,� �s�
sr�r�sr.b - ass ux� n- tor z
�rrsr. srao�aac-snf- "°• � �° K.F°��°^^
�rrsr. srar�ar�ss �d��, �
RENNE EX15T.SSYN vd.r3crs ib.sos
1%dYSTRUC7 5 LF OF �SS UNE
caysr.f�assux u�u�c�
ca�arL.w a rx rxsErrr i J �j y�, }{
wi c�as,iav PavrFcnav "�,� -
carxEcr P�.ass rnwi
carkEcr Pr+ay.�ss ar�1
TO PAq� SSYN.
Nti9468f5.5252
E•22961559231
�J
f�
��
1�
f
crrY �.r rra. zois 3so, 2o�s-s'
Ivft1PSC0 PA,GE NO. 74N, S, T, W
� � T�
��. __ _ . -���i-i----- ,-�-� ,� T:
�I► - -i -
� �' ' �" "" - •��i - = Y�
-�^ __ �l. -��t ------
- �, .
�
-- - - � �- - T,
_. o_. �_ i.- _- - -- --
��-� � � _�� _ _ ��=M,'- _ ���-._ �_i _ 7
��• — , _ —_- -
_� � �-�-� i--�� �+•'r�r-� Ir-�/ =� Y-- i=i
r _
� ... , .
, - � . . .- I . i { -.r- _,�,r.�� �- . �-� - - --
_ ... . -__ ��- .-.T ......� _i.
� - � - � �� _� �-�`�! �-�t ----- - 7
� � � s ,--� �-- / ,�__- -•= ,�
- "�":�i---- - - -
-�,. - _ •- -._�,---��-�i_�,,,- --�--- _ - � R
_ _��'_''"=���-��= " rY�-
����_� -- � .�_--�-����ba
�� _- ---- - - ��
�-�`�17� "-�-I- i-,—„-�
O:\Spec�
�� , —� ��� r �
� :_-�'"� r=�--
� -- — - r�o
23.16.01_Attachment A_Survey Staking Standards.docx
Page 23 of 23
6
J1\01 71
Obviously the .csv or .txt file cannot be signed/sealed by a surveyor in the format
requested. This is just an example and all this information should be noted when
delivered to the City so it is clear to what coordinate system the data is in.
POINT N0.
1
2
3
4
S
6
7
g
9
10
11
12
13
14
15
16
ll
is
19
20
21
2�
Z3
24
zs
26
27
zs
29
30
31
32
33
34
35
36
37
3S
39
40
41
42
43
44
45
46
NORTHING
5946257.189
6946260.893
6946307399
6946220.582
6946195.23
6946190528
6946136912
6946002.267
6946D03.056
6945984.577
6945986,473
6945895.077
6945896.591
6945934.286
6945936.727
6945835.675
6945817.488
6945759.77fi
6945768.563
6945743318
69457Z3219
6945682.21
69A5621.902
6945643.407
6945571.059
6945539.498
fi945519.834
fi945417.879
6945456.557
6945387356
5945370.688
6945383.53
6945321128
6945319.365
6945242.289
6945233.624
6945Z06.483
6945142.015
6945113.445
694500.9.02
69450A1.024
6945p38.S78
6945006397
6944944.782
5944943.432
5944860.416
EASTING ELEU
2296079.165
22960fi2.141
2296038.306
2296011.025
2296015.116
2296022.721
2295992.115
2295919.133
2295933.418
2295580.52
2295869.892
2295860.962
2295862188
2295841.925
2245830.443
2295799]07
2295827.011
2295758.643
2295778.424
2295788.392
2295754.394
2295744.22
2295669.471
2295736.03
2295655.195
2295667.803
2295619.49
2295580.27
2295643.145
2295597.101
2295606.793
229561�.559
2295551.105
2295539J28
2295570.715
2295544.62fi
�295529.305
2295557.665
2295520.335
�295527.345
2295552.fi75
2295552.147
2295518.135
�295520.635
2295556.479
2295534.397
�ESCRIPTION
726.09 SSMH RIM
725.668 GV RIM
726.85 GV RIM
723.358 SSMH RIM
722.123 GV RIM
722.325 FH
719.448 WM RIM
713331 WM RIM
713.b52 CO RIM
711.562 SSMH R1M
710.046 WM RIM
707.72 WM RfM
708.2�5 WM RIM
709.467 W M RI M
710.084 CO RIM
707J74 SSMH RIM
708.392 SSMHitIM
711.218 SSMiFiRIM
710.D$6 GV RIM
710.631 GV RIM
712849 GV RIM
716.686 WM RIM
723.76 WM RIM
719.737 C4 RIM
727.514 SSMH RIM
729.123 WM RIM
732.689 WM RIM
740.521 WM R1M
736.451 CO RIM
740J56 GV RIM
74D.976 GV RIM
740.408 FH
74634 WM RIM
746.777 CO R€M
748.454 WM RIM
749.59 SSMH RIM
751.058 WM RIM
750.853 WM RIM
751.871 WM RIM
752.257 SSMH RIM
751.79 WM RIM
751.88 WM RIM
752.615 WM RIM
752.801 WM RIM
752.156 WM RIM
752.986 SSMH RIM
-j ��. i: �'; . . �_. . �� (.
� C�(.��ilh-�T� �S
l�
t.� �_� I�c�:3
I X �J , C�-�j- L
- �a � �
��`-i'�� f} ti
i C� G(� I f�-� � 5
1 /�../
tii .�},JD, 8�
� r
`" �j Ll F�I����
�
� Ct��G-0 i- t7o� �S
L t S�if� I (-)
n#� � C H�N s
1`2�- j�{��I�C �
�'�, L �
= i�P�
, �� °�7
� i'kr-' i S��Y
�#��
,,� c
�A�
�'N' � Sv'���Ya('� rz/3�lir
O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71
23.16.01_Attachment A_Survey Staking Standards.docx
Page 24 of 24
C. Other preferred as-built deliverable
Some vendors have indicated that it is easier to deliver this information in a different
format. Below is an example spreadsheet that is also acceptable and can be obtained by
request from the survey superintendent.
O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71
23.16.01_Attachment A_Survey Staking Standards.docx
Page 25 of 25
0
�
�
�
�
�
�
rt
Q
�
�
O
G
fD
7
N �
W �
I--i (D
� �
O �
�, O
I D v�+
� �
N �
f'1 �
S �
� �
� O
7 �
� rt v
fl' D .�
�
N �� (/�
N � �
� G t�
� � T
N N �p
� N /
� n
�' N
� �.
� �
r-F �
N
7 �
Q (D
� <
Q (D
N �
Q %
0 n
X�
�
�
(D
G
(D
�
0
C
O
I--�
/
O
N
V
F-�
� Home Insert Page Layout Formulas Da�a Fe:ne�s Vix�n �.�ro6at
���� Cut �alibri - 11 - A n - _ = '�T' �°,"+rapTe� General - � -_� �/ Normal Bad Good Nz��ira'
`�' �oov • ��
Paste � o B I 0 • _ (h• .� � _ _ _ ,_,_ �F.lxrge&Cenixr• $ • °/o + .00..o �ontlin nal aFTr�lt � -'F::�•::ac:crq... FoilovdedH4��� Hyperlink
F rmatPainter orma a e
ing• s
Clip6oard Font - _ - . Ilum6xi �T;I�;
N31 ;G I -
A 6 C C
ValveBox WaterR�lain
Sta.p GPS�Gritll�aari0nates,Tekas NutElevation 7fP-250'iii[ervales
. NC4262
NI-+'�=Ei�??i.E51:'
� 6«20.G5 'iP.1�3
5 Ej1(j=232C95_.1=E_'
6 NjYj=6935973.=E�_'
11+53.84 '7E.E36
7 Ej%j=232C9G2.=ax_�
A NjYji93595�E� �'
11+92.87 ?7? �39
9 EjHj=232C"EEE2cC'
70 NjYj=643595?.151�'
11+92.93 ?i5.;.�C
77 EjH)=232CE3, E2E�'
72 NIY1=6935°?=.� ::'
12+15.17 ?15.:.u1
13 EIx1=232C442.:1::'
74 NIY1=693E°77.2. :'
26t51.64 ?:=.155
15 EI%1'2320n�s.'s:':'
16 NIY1'69374o_ci.��
u.ss oo Es,.��i
17 EI%1'2320"3:.5=?:'
E F G
Bends
�GPS�Gritll �poritlnates,Tekas
Sta.p NC4202 Elevation�Zj
0
a ndation 0 �
Input _ Insert �elete
� ceie
H 1 N L 1:9 N
Project Name and Numher- �Street Name)
Meter 8oxes Fire Hydrants
Sta � GP51Gritll ��ritlnates,TeKas� Sta.p GPS(Gridj Cooritlnaces,Texas HytlrantValve GPSIGritll ��ridnates,Tekas j NUE Elevasivn
NC4202 NCA2-02 NC4202
N1Y1-69347Rr`.39?:' NIY1'6934?9;;.?95.' N1Y1=693=7?1.:3::'
6t25.OG ^-37.22 fn3142 718.355
E(N�=232�925.575_' Ej%j=232C959.76E�' E(N�=232�951.96"-^'
N(Yi=6934649 437�' NjYj=6935979.3=1_' N(YI=6935979.75?^'
6t9�.05 � 1N19.71 72+74.58 714137
E(N�=232�922.6?C_' Ej%j=232C9c9.E25.' E(N�=E935979.758='
N(Y�=6935649.825C' NjYj=6436E59.5�3^' N(Y�=69365�9."4»'^' .
6t9�.75 26t99.76 2�-9�.25 7L�4.241'
E(K�=232�96�747�' Ej%j=732C56�_GES�' E(k�=232�96�425�'
N(Y�=6935854.8?SC' NjYji437S32 2<3^' N(Yr6937491.8650'
6t95.2� 27+32.65 27-32.33 696.56
E(K�=232�953.3CS� Ej%j=732C53�?�7�' E(k�=232�931.5950'
NY�=6935655453C'
6�96.07
E�K�=232�922.5?S�
NY�=6935959.53CC'
1+99,86
E1N1-232�959.�2E�.'.'
N1Y1=6934962.157`v'
s.os ra
elNl=zszo9ais�s:� , ,
017423-1
CLEANING
Page 1 of 4
SECTION O1 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 Forms and Conditions of the Contract
2. Division 1— General Requirements
3. Section 32 92 13 — Hydro-Mulching, Seeding and Sodding
1.2 PRICE AND PAYMENT PROCEDURES
A. M asurement 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. Scheduling
1. Schedule cleaning operations so that dust and other contaminants disturbed by
cleaning process will not fall on newly painted surfaces.
2. Schedule final cleaning upon completion of Work and immediately prior to final
inspection.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 STORAGE, AND HANDLING
A. Storage and Handling Requirements
1. Store cleaning products and cleaning wastes in containers specifically designed for
those materials.
CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419
Revised July 1, 20ll
01 74 23 - 2
CLEANING
Page 2 of 4
1.11 FIELD [SITE] CONDITIONS [NOT USED]
112 WARRANTY [NOT USED]
PART 2 - PRODUCTS
2.1 OWNER-FURNISHED [ou] 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. M terial recommended by manufacturer
2.3 ACCESSORIES [NOT USED]
2.4 SOURCE QUALITY CONTROL [NOT USED]
PART 3 - EXECUTION
3.1 INSTALLERS [NOT USED]
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 APPLICATION [NOT USED]
3.5 REPAIR / RESTORATION [NOT USED]
3.6 RE-INSTALLATION [NOT USED]
3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED]
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.10 CLEANING
A. General
1. Prevent accumulation of wastes that create hazardous conditions.
2. Conduct cleaning and disposal operations to comply with laws and safety orders of
governing authorities.
3. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in
storm or sanitary drains or sewers.
4. Dispose of degradable debris at an approved solid waste disposal site.
5. Dispose of nondegradable debris at an approved solid waste disposal site or in an
alternate manner approved by City and regulatory agencies.
CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419
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 Wark areas clean so as not to hinder health, safety or convenience of
personnel in existing facility operations.
2. At maximum weekly intervals, dispose of waste materials, debris and rubbish.
3. Confine construction debris daily in strategically located container(s):
a. Cover to prevent blowing by wind
b. Store debris away from construction or operational activities
c. Haul from site at a minimum of once per week
4. Vacuum clean interior areas when ready to receive finish painting.
a. Continue vacuum cleaning on an as-needed basis, until Final Acceptance.
5. Priar to storm events, thoroughly clean site of all loose or unsecured items, which
may become airborne or transported by flowing water during the storm.
C. Interior Final Cleaning
1. Remove grease, mastic, adhesives, dust, dirt, stains, fingerprints, labels and other
foreign materials from sight-exposed surfaces.
2. Wipe all lighting fixture reflectors, lenses, lamps and trims clean.
3. Wash and shine glazing and mirrors.
4. Polish glossy surfaces to a clear shine.
5. Ventilating systems
a. Clean permanent filters and replace disposable filters if units were operated
during construction.
b. Clean ducts, blowers and coils if units were operated without filters during
construction.
6. Replace all burned out lamps.
7. Broom clean process area floors.
8. M p 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 accordance
with Section 32 92 13.
2. Sweep roadway to remove all rocks, pieces of asphalt, concrete or any other obj ect
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 Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419
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
Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D
CPN 103419
oi �� i9 - i
CLOSEOUT REQUIREMENTS
Page 1 of 3
1
2
3 PART1- GENERAL
4 1.1 SUMIVIARY
SECTION O1 77 19
CLOSEOUT REQLTIREMENTS
5 A. Section Includes:
6 1. The procedure for closing out a contract
7 B. Deviations from this City of Fort Worth Standard Specific ation
8 1. None.
9 C. Related Specification Sections include, but are not necessarily limited to:
10 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract
ll 2. Division 1— General Requirements
12 1.2 PRICE AND PAYMENT PROCEDURES
13 A. Measurement and Payment
14 1. Work associated with this Item is considered subsidiary to the various Items bid.
15 No separate payment will be allowed for this Item.
16 1.3 RFFF;RENCES [NOT USID]
17 1.4 ADMI1vISTRATIVE REQUIREMENTS
18 A. Guarantees, Bonds and Affidavits
19 1. 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 satisfactorily 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 SUBMITTALS
26
27
28
29
30
31
32
A. Submit all required documentation to City's Project Representative.
1.6 INFORMATIONAL SUBMITTALS [NOT IISED]
1.7 CLOSEOLJT SUBMITTALS [NOT IISED]
PART 2 - PRODUCTS [NOT USED]
CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419
Revised March 22, 2021
oi �� i9 -a
CLOSEOUT REQUIREMENTS
Page 2 of 3
1 PART 3 - EXECUTION
2 3.1 INSTALLERS [NOT USED]
3 3.2 EXAMINATION [NOT USED]
4 3.3 PREPARATION [NOT USID]
5 3.4 CLOSEOUT PROCEDURE
6 A. Prior to requesting Final Inspection, submit
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
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, inform the City that the required Work has been completed. Upon receipt of
this notice, the City, in the presence of the Contractor, will make a subsequent Final
Inspection of the project.
5. Provide all special accessories required to place each item of equipment in full
operation. These special accessory items include, but are not limited to:
a. Specified spare parts
b. Adequate oil and grease as required for the first lubrication of the equipment
c. Initial fill up of all chemical 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 Work subsequent to Final Inspection
40 to be satisfactory, the City will issue a Notice of Project Completion (Green Sheet).
41 E. Supporting Documentation
CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419
Revised March 22, 2021
Ol 77 19 - 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. Contractor's Evaluation of City
g. Performance Evaluation of Contractor
F. L,etter of Final Acceptance
1. Upon review and acceptance of Notice of Project Completion and Supporting
Documentation, in accordance with General Conditions, City will issue I,etter of
Final Acceptance and release the Final Payment Request for payment.
3.5 REPAIR / RFSTORATION [NOT USED]
3.6 R�INSTALLATION [NOT USED]
3.7 FIEI,D [ou] SITE QUALITY CON'I'ROL [NOT USED]
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.10 CLEA1vING [NOT USED]
3.11 CLOSEOUT ACTIVITIFS [NOT USED]
3.12 PROTECTION [NOT USED]
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHIVIENTS [NOT USED]
24
25
I
I DATE
� 3/22/2021
I
26
NAME
M Owen
IND 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 Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419
Revised March 22, 2021
017823-1
OPERATION AND MAINTENANCE DATA
Page 1 of 5
SECTION O1 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. Trafiic Controllers
b. Irrigation Controllers (to be operated by the City)
c. Butterfly Valves
B. Deviations from this City of Fort Worth Standard Speciiication
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 the various Items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Schedule
1. Submit manuals in final form to the City within 30 calendar days of product
shipment to the proj ect 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 Ciry personnel.
2. Format
a. Size: 8'/z 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 Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419
Revised December 20, 2012
017823-2
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 1NSTRUCTIONS".
2) List:
a) Tit1e of Project
b) Identity of separate structure as applicable
c) Identity of general subject matter covered in the manual
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 Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419
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 final form.
2. Content, for architectural products, applied materials and finishes:
a. Manufacturer's data, giving full information on products
1) Catalog number, size, composition
2) Color and texture designations
3) Information required for reordering special manufactured products
b. Instructions for care and maintenance
1) Manufacturer's recommendation far 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.
�
e.
g•
h.
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
Servicing and lubrication schedule
1) List of lubricants required
Manufacturer's printed operating and maintenance instructions
Description of sequence of operation by control manufacturer
1) Predicted life of parts subj ect to wear
2) Items recommended to be stocked as spare parts
As installed control diagrams by controls manufacturer
Each contractor's coordination drawings
1) As installed color coded piping diagrams
CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419
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 starage
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
£ 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 Speciiications
4. Prepare and include additional data when the need for such data becomes apparent
during instruction of City's personnel.
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE
A. Provide operation and maintenance data by personnel with the following criteria:
1. Trained and experienced in maintenance and operation of described products
2. Skilled as technical writer to the extent required to communicate essential data
3. Skilled as draftsman competent to prepare required drawings
CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419
Revised December 20, 2012
017823-5
OPERATION AND MAINTENANCE DATA
Page 5 of 5
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME
8/31/2012 D. Johnson
SUMMARY OF CHANGE
1.S.A.1 — title of section removed
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20, 2012
Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D
CPN 103419
017839-1
PROJECT RECORD DOCUMENTS
Page 1 of 4
SECTION O1 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. Work associated with this Item is considered subsidiary to the various Items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
1.5 SUBMITTALS
A. Prior to submitting a request for Final Inspection, deliver Project Record Documents to
City's Project Representative.
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE
A. Accuracy of Records
1. Thoroughly coordinate changes within the Record Documents, making adequate
and proper entries on each page of Specifications and each sheet of Drawings and
other 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 Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419
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 Wark to proceed without lengthy and
expensive site measurement, investigation and examination.
1.10 STORAGE AND HANDLING
A. Storage and Handling Requirements
L Maintain the job set of Record Documents completely protected from deterioration
and from loss and damage until completion of the Work and transfer of a11 recorded
data to the final Proj ect 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]
112 WARRANTY [NOT USED]
PART 2 - PRODUCTS
21 OWNER-FURNISHED [oR] 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
3.1 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 j ob set, identify each of the Documents with the
title, "RECORD DOCUMENTS - JOB SET".
CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419
Revised July 1, 20ll
01 78 39 - 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 or areas affected.
e. In the event of overlapping changes, use different colors for 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 determined by the 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 Ciry's judgment, conversion serves no useful purpose. However,
do not rely upon waivers being issued except as specifically issued in writing
by the City.
B. Final Project Record Documents
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 Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419
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 Wark, and if entries thereon have been orderly to the approval of the City,
the job set of those Documents, other than Drawings, wi11 be accepted as final
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 [oR] SITE QUALITY CONTROL [NOT USED]
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
310 CLEANING [NOT USED]
311 CLOSEOUT ACTIVITIES [NOT USED]
3.12 PROTECTION [NOT USED]
3.13 MAINTENANCE [NOT USED]
314 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
Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D
CPN 103419
APPENDIX
GC-4.02 Subsurface and Physical Conditions
GC-6.07 Wage Rates
GC-6.24 Nondiscrimination
GR-Ol 60 00 Product Requirements
CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419
Revised August 18, 2025
GC-4.02 Subsurface and Physical Conditions
CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419
Revised August 18, 2025
FORTWORTHo
City of Fort Worth
Capital Delivery Division/Soil Lab
920 Woodward Street
Fort Worth, Texas 76107
Laboratory Test Results for
Amendment Work for 103419 Coring Project
OS/06/2023
Project: CPN# 103419
Date Tested: OS/O1/2023 — OS/OS/2023
Requested by: Brenda Oropeza
Phone:817-392-7920
This report presents the results of a street coring project for CPN # 103419. Mr. Stephen Overton and Mr. Daniel
Wright performed the cores, and Mr. Zelalem Arega reviewed and approved the results.
Lenox Drive
(Monticello Drive to Potomac Avenue)
HOLE # 1
LOCATION: 155' West ofMonticello Drive (W/4)
4.00" HMAC
6.00" Concrete (3044 PSI)
6.00" Brown sandy clay (LL- 63, PL- 17, PI- 46)
HOLE # 2
LOCATION: 10' West ofHamilton Avenue (E/4)
2.00" HMAC
5.00" Concrete (4072 PSI)
4.00" Dark brown sandy clay (LL- 57, PL- 19, PI- 38)
5.00" Brown sandy clay
HOLE # 3
LOCATION:30' East ofPotomac Avenue (W/4)
2.00" HMAC
6.00" Concrete (2799 PSI)
4.00" Dark brown sandy clay
4.00" Brown sandy clay
Page 1 of 5
FORTWORTHo
City of Fort Worth
Capital Delivery Division/Soil Lab
920 Woodward Street
Fort Worth, Texas 76107
Phone:817-392-7920
Potomac Avenue
(Lenox Drive to W. 4t� Street)
HOLE # 1
LOCATION: 3640 Potomac Avenue (S/4)
2.00" HMAC
7.00" Concrete (2765 PSI)
7.00" Pale brown clay with limestone (LL- 39, PL- 16, PI- 23)
HOLE # 2
LOCATION: 3608 Potomac Avenue (N/4)
1.75" HMAC
7.25" Base Material (light brown flex base)
7.00" Pale brown clay with limestone
West St" Avenue
niversity Drive to Carroll Street
HOLE # 1
LOCATION: 160' East of University Drive (W/4)
1.75" HMAC
7.75" Base material (Brown clayey sand with limestone)
6.50" Dark brown clay (LL- 31, PL- 12, PI- 19)
HOLE # 2
LOCATION: 2929 West St'' Avenue (E/4)
6.50" HMAC
5.50" Base material (Brown clayey sand with limestone)
4.00" Brown clayey sand with limestone
HOLE # 3
LOCATION: 170' West of Currie Street (W/4)
2.50" HMAC
7.50" Base material (Brown clayey sand with limestone)
6.00" Reddish brown sandy clay (LL- 32, PL- 14, PI- 18)
Page 2 of 5
FORTWORTHo
City of Fort Worth
Capital Delivery Division/Soil Lab
920 Woodward Street
Fort Worth, Texas 76107
HOLE # 4
LOCATION: 2832 West St'' Avenue (E/4)
2.00" HMAC
7.50" Base material (Brown clayey sand with limestone)
6.50" Reddish brown sandy clay
HOLE # 5
LOCATION: 2809 West St" Avenue (W/4)
2.50" HMAC
7.50" Base material (Brown clayey sand with limestone)
6.00" Brown sandy clay with limestone (LL- 27, PL- 13, PI- 14)
HOLE # 6
LOCATION: 2732 West St'' Avenue (E/4)
8.00" HMAC
8.00" Red brown sandy clay
HOLE # 7
LOCATION: 150' West of Carroll Street (W/4)
2.00" HMAC
5.00" Concrete (Broken)
2.00" Brown clayey sand with limestone
7.00" Brown sandy clay with limestone and brick pieces
Phone:817-392-7920
West 6rh Avenue
niversitv Drive to Carroll Street
HOLE # 1
LOCATION: 150' West of Carroll Street (W/4)
2.50" HMAC
6.50" Base material (Brown clayey sand with limestone)
7.00" Brown/ Red brown clayey sand (LL- 26, PL- 14, PI- 12)
Page 3 of 5
FORTWORTHo
City of Fort Worth
Capital Delivery Division/Soil Lab
920 Woodward Street
Fort Worth, Texas 76107
HOLE # 2
LOCATION: 150' East ofFoch Street (E/4)
2.50" HMAC
5.50" Base material (Brown clayey sand with limestone)
8.00" Red brown/ Brown clayey sand
HOLE # 3
LOCATION: 2812 West 6r" Avenue (W/4)
3.00" HMAC
9.00" Grey crushed limestone
6.00" Red brown/ Brown clayey sand
HOLE # 4
LOCATION: 2838 West 6rh Avenue (E/4)
1.50"HMAC
7.50" Base material (Brown clayey sand with limestone)
7.00" Brown sandy clay with limestone (LL- 27, PL- 14, PI- 13)
HOLE # 5
LOCATION: 2900 West 6r" Avenue (W/4)
2.00" HMAC
9.00" Base material (Brown clayey sand with limestone)
5.00" Red brown/ Brown clayey sand
HOLE # 6
LOCATION: 2924 West 6rh Avenue (E/4)
4.00" HMAC
6.00" Base material (Brown clayey sand with limestone)
6.00" Brown sandy clay with limestone
Phone:817-392-7920
Page 4 of 5
FORTWORTHo
City of Fort Worth
Capital Delivery Division/Soil Lab
920 Woodward Street
Fort Worth, Texas 76107
HOLE # 7
LOCATION: 150' West ofNorwood Street (W/4)
3.00" HMAC
8.50" Concrete (3250 PSI)
4.50" Crushed limestone
Phone:817-392-7920
Page 5 of 5
MAYOR AND COUNCIL COMMUNICATION MAP
60WSSC20WSMD-MASE
N� -. � r,; $ ^ _
' � , ;. � ���
.5..,�.,{, �r�C��'.�`F y.. �
', �T �L,:
� / `
Y s �
� ��r
i � �i�
_ ;��.,.''�5 ��} . S�i+
'. �;. �. � •"
� �'�ly� �, .. � �
� h,.,� zl r,.
,1. `�,.R,. ;�� .;
• �+�` :���.,�i�s �:.
�,~�.. ,
u� ' } � f',"/
� ��� _Tk ;��_, . 1 (e'
�` ,Q i r,
.�
t O ; �� t.�. .
r
`',-�_
O b al
r, . �;
. �
.` \ � i-�` �" ; F .�
�vW ,`i .�t . I �,;:
V �''r '�,,--
- r��
4 � �, �_��
,� C 1�
i,�. ' h�t: .� M O N T'
r j 3" -�---a' ,--�-r-r
�—� ;J L1-1-.L,L•
a ��
.� � �
. � ��
� ' ��
�_ .�.,�
�r.� s
���, -,�_ � l �:..;.. �
MATTISON AVE
CL'ARKE�AVE
_-.. :.i_
I�
i;
� ;�
J_
' _�
i
t � � +�''�"-_'�..u� -.
�_ 1� � ;�� F�}- , �'`
t , � ��, �, .
�. � .l I; �
�?r � �Y • W i
�� ' . ; °,.. ,� � ,I '%� �; f Z ,`
�-�-�'�:�./ -� � �
�j;�" - ='` 1.�:���s '
/,��'�',` '�``_�;� , }_ ¢
�� ,. � ..�� F .` ..
eI 9.ti ,e. i j h-'
rfj_ ;{'p��y'�,�Q,Lrafn
� 'y.�, BRISTOL RD ' ' ,, w `�
�L�- � ^ — ; . `- � �:> �
�� �. h- � Z .�.
.,pt'_'�'r i, ,- i" 'w, { � , '�
` ,Y, t j_ - ,�,:�� `� � �tic�'��,���� � �i �.i ��
�. ' �� � _ i ;;;:,�'�P��� =�� ` y > ,�r� �
��; � � , . , � , 'p � ,� ,� f � ,
, � �.— ,;, , . � ,�� ---
_ , ,, . ��
� ' --- � ��' / �f ��� ,
�4 � � �
�' �� j �� �� � �.�� ��'f;: � c�� ��� _ � ..
. �� �'� �-- . Y, , , �s.>: - � f�j —
-J " -�� g !�` �: t / � ` , �
f.: � . � : . �` , //jl� � � I ,.�JI ° �4 r s 9 � i 1, � y� .;
_ �J� �;,zr� � � ���' _— — . — �
A� �`��� �r�yK � � ; `! I j ' � - I �i ` ,;. -
� �� F i 1 � •� �
S �'- � �. ' `'� i � � ' 4t.i��� ' � �' • ��� ,�
1 �
;� P,MP x:l j J; ,� __ 'I � � �.L�ANCASTER>AVE. :,�. ��.
��,G,r:-� _ � _ s .� • - ;'
�� ,,1 � � -- f � ��.
�./�+ `�` r "� � y `' ,`' �
S -�� !!k � - I;' r - . � _ _ _ ' - � , �� , '" � i
s� � — � �� �` — =-,��� � � �4 '�'-f..l i �'�� 1'�'
,.. •,
ATTACHMENT E
�
'A r� i� � t'? Y �' 1 � . �: {�`1� r 4 �' , � ``� ',�. •,'.�y•�� ���^ j � f�ti /
� ) . � � � � � .� �,1: f
i � fr' � ' `` u l� i � °a _ � {� , �, /�
,Pt' �!��° rR�c \\ r s; , :, ,` i/;; � ir,': ��,
� {i r�� s��te�„f�;��� ���y E ��' � ��.' /'i�� / i �, �i�' / "'��{ ' / r
f i � �•. i
, � � r� � � � r! t � �� � :� � t, � /� I .,r � / . � .
�����', }�? ` Q! f!"� .� i r� �/� (j „�f r i! ';% �
y' , ;i Aq • ;l ; ,- ��-�•� , , _ J, �-� ' � i \ ,�
� � �l.1/ � � � � �.'. /� � `� i� �Yf I � � �/ / � .
t n
���� +.t�� � yj� �'1 � . . �TiO , ,� ��i �17� i \ � -- ii / � �. � � � tl,�. .
i � ,� L � � � , �, ,sl,�.'� �\� ( �, I / _•-,t. �
i � �� ^ � � r} r 1�; 4i ' � , ' •!. .
, ,' � j'. , +' , .�� , , -.� ; i� 1',:, '�.,.,. . �
` .�. '` i ' ?� ` �;' ' • �' � ��' _1 ' -�
� �� \ . ),tri /_�. � � �i 'I 1 1 fi� ' , j� ,- l � �!� - �3
�7'i � 1 : l 1 tS . 7 1 . 1 ��!1 If I'. y. � � .
�' � ' �1 �../ � •f I ( � �' _�� � � � ' ' ,� .
,`� I�? . j 1 1, I' I +�,I' :'+ ��t i.`,r \ 1 „� ,� � �(:j�r����� �,� � r���li��� � ' ._�_r,7 ' \ti , i ,�1 ��J�-�•l '�! _-• t � � ��
� �4�,. +j5�1;;�� ' ..�; ��i i �r � �(4 f� ,ti.,1� ,� rJ� j'�iw! rz �. '. � � �lr�r� r� . '-` '-f
,. ' i. t � . �
Q �� ` r � � ij�� i 'I'',�� �.. _� }, �I f
� � r \ + �, , : � j„ t., i �' , a" ��
���''�' 4� �l �,�• Jrl,/.�;cl � ��� ��� �1 �'�' �� �. ;�!�'Sp93�1z� ; � ,�.._.: ! I �� ' � l �ir:
, ;; ,. � ,;�, �.�;;� , �,�:�,,., . , _�_ _ :,I .:, ll.. :o ,: �.
{y, :� �� < � I „ � �, „ � � _,.�� ..-^:z '�; y� ,, , �� � (�� � ;� CUL'LEN ST�.,,
it���? 1 N f/� ; i}�� .���'� ifl1� _��J lL�,��_ � ����— � �� r Ef�� �� � ��� . I��`I 1 .�l� , r 1
� 4-. 3-. i� � I � � t
. � ,:-7 � „�-.;�-._.•_�._' _ t_.'. ,'T•. � � ' r . _� � ` � r � , i. �.!' _ � • . . �' - L„r4 _� I �� • ; 1 l
�/ �!
9�� .'� �j� •_t, �1��:�� �,�'�� ir�.�; i:'� !'`���--' ��• � 1, � i � �I� � ;i
/i ; �� i A, �?'� � '' 'rL� , �• r` . !
< `�1 ,�, t , � i � F. °� ,, �; t �� �� ; , •� ; � . , _.'; i � , ,' , �' h � � � � �i � .111
�;� ��� �.:'t ��� -,�ill' ', - , ; —,�f� :? '�� •::. i ::� 7�i• r. ,�:..,--�
q 4 � 1� � ,�,, , i.1 -� il r �� �� I �:� t �
`� ` � � � �l % , , ,,, .; ,1 r � ; � 1 �' , `; �' � � ! I �j . � � � �L �,� �J .. .
F, i ;) I � 1 �,�, � � . � ,� ' t
, i, i � � � i 1_;� �.i,��:_ ����_�� � �j� � ' I
�„�1 �1?'.��,5 ? �I , : . . :1,,�1i�� `WHITE�SET�TLEMENTlRa� 1 � ;,; ry ; ���� � �i.�,l�41 ,:� : r
� . . . - - � ' .�., . .. ...... ,
� � � •��,.��,r ��r�•; ,. ,:, �;: �, �.>, ,.,.
I � ,,'�}�.'���-,�. .ei!:,`1f�•,:� ' r4�f1c!
'�''. �, ; ;` � ��;
'`f --,`y�� - �S',li' �`�r���a
� i ti! -F:, ��: ;�,,.��t��'�:,;.� �.;(j�
_ ! �i� �'��'�, I� .;,,,,;, .';, ==_� ,
- '.i: . , ,, � �;
GC-6.07 Wage Rates
CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419
Revised August 18, 2025
2013 PREVAILING WAGE RATES
(Commercial Construction Projects)
CLASSIFICATION DESCRIPTION
AC Mechanic
AC Mechanic Helper
Acoustical Ceiling Installer
Acoustical Ceiling Installer Helper
Bricklayer/Stone Mason
Bricklayer/Stone Mason Trainee
Bricklayer/Stone Mason Helper
Carpenter
Carpenter Helper
Concrete Cutter/Sawer
Concrete Cutter/Sawer Helper
Concrete Finisher
Concrete Finisher Helper
Concrete Form Builder
Concrete Form Builder Helper
Drywall Mechanic
Drywall Helper
Drywall Taper
Drywall Taper Helper
Electrician (Journeyman)
Electrician Apprentice (Helper)
Electronic Technician
Floor Layer
Floor Layer Helper
Glazier
Glazier Helper
Insulator
Insulator Helper
Laborer Common
Laborer Skilled
Lather
Metal Building Assembler
Metal Building Assembler Helper
Metal Installer (Miscellaneous)
Metal Installer Helper (Miscellaneous)
Metal Stud Framer
Metal Stud Framer Helper
Painter
Painter Helper
Pipefitter
Pipefitter Helper
Plasterer
Plasterer Helper
Plumber
Plumber Helper
Reinforcing Steel Setter
Wage Rate
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
25.24
13.67
16.83
12.70
19.45
13.31
10.91
17.75
14.32
17.00
11.00
15.77
11.00
15.27
11.00
15.36
12.54
15.00
11.50
19.63
15.64
20.00
18.00
10.00
21.03
12.81
16.59
11.21
10.89
14.15
12.99
16.00
12.00
13.00
11.00
16.12
12.54
16.44
9.98
21.22
15.39
16.17
12.85
21.98
15.85
12.87
Page 1 of 2
Reinforcing Steel Setter Helper
Roofer
Roofer Helper
Sheet Metal Worker
Sheet Metal Worker Helper
Sprinkler System Installer
Sprinkler System Installer Helper
Steel Worker Structural
Steel Worker Structural Helper
Waterproofer
Equipment Operators
Concrete Pump
Crane, Clamsheel, Backhoe, Derrick, D'Line Shovel
Forklift
Foundation Drill Operator
Front End Loader
Truck Driver
Welder
Welder Helper
S
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
11.08
16.90
11.15
16.35
13.11
19.17
14.15
17.00
13.74
15.00
18.50
19.31
16.45
22.50
16.97
16.77
19.96
13.00
The prevailing wage rates shown for Commercial construction projects were based on a salary survey conducted
and published by the North Texas Construction Industry (Fall 2012) Independently compiled by the Lane Gorman
Trubitt, PLLC Construction Group. The descriptions for the classifications listed are provided on the TEXO's (The
Construction Association) website. www.texoassociation.org/Chapter/wagerates.asp
Page 2 of 2
GR-01 60 00 Product Requirements
CITY OF FORT WORTH Water and Sanitary Sewer Rehabilitation Contract 2020 WSM-D
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CPN 103419
Revised August 18, 2025
CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT
STANDARD PRODUCTS LIST AS OF OS/16/2024
9/9/2022
9/9/2022
9/9/2022
9/9/2022
9/9/2022
9/9/2022
9/9/2022
9/9i2022
9/9i2022
)/9i2022
)/9i2022
)/9i2022
)19i2022
J/9i2022
9/92022
9/9/2022
9/9/2022
9/92022
9/92022
9/92022
9/9/2022
9/9/2022
9/9/2022
9/92022
9/9/2022
52/2023
9/9/2022
9/9/2022
9/9/2022
9/9/2022
9/9/2022
9/9/2022
9/9/2022
9/9/2022
9/9:2022
9/9:2022
9/9:2022
9/9'2022
I K'2024
4 I'2024
4 1/2024
4 1/2024
4/I/2024
4/I/2024
4/I/2023
9/9/2022
9/9/2022
9/9/2022
9/9/2022
9/9/2022
9/9/2022
9i9nozz
9i9nozz
9i9nozz
9/9i2022
9/9i2022
9/9i2022
9/9i2022
9/9i2022
9/9i2022
9/9i2022
9/9:2022
9/9:2022
9/9:2022
9/9'2022
9 9'2022
9/92022
Concrece
03 30 00
03 30 00
03 30 00
03 30 00
03 30 00
03 30 00
03 30 00
03 30 00
03 30 00
03 30 00
03 30 00
03 30 00
03 30 00
03 30 00
03 30 00
03 30 00
03 30 00
03 30 00
03 30 00
03 30 00
03 30 00
03 30 00
03 30 00
03 30 00
03 30 00
32 13 13
03 30 00
03 30 00
03 30 00
03 30 00
03 30 00
03 30 00
03 30 00
03 30 00
03 30 00
03 30 00
03 30 00
03 30 00
03 30 00
03 30 00
03 30 00
03 30 00
Oi i0 00
Oi 30 00
03 34 16
03 30 00
03 30 00
03 30 00
03 30 00
03 30 00
03 30 00
03 30 00
03 30 00
03 30 00
03 30 00
03 30 00
03 30 00
03 30 00
03 30 00
03 30 00
03 30 00
03 30 00
03 30 00
03 30 00
03 30 00
03 30 00
03 30 00
Mix Des'ign
Mix Des'ign
Mix Des�gn
Mix Desgn
Mix Desgn
Mix Des'�gn
Mix Des'�gn
Mix Des'�gn
Mix Desgn
Mix Desgn
Mix Desgn
Mix Des�gn
Mix Des�gn
Mix Des�gn
Mix Des�gn
Mix Des�gn
Mix Desgn
Mix Des�gn
Mix Des�gn
Mix Des�gn
Mix Des�gn
Mix Des�gn
Mix Design
Mix Design
Mix Des'ign
Mix Des�gn
Mix Des'iyn
Mix Des'ign
Mix Des�gn
Mix Des�gn
Mix Des�gn
Mix Des�gn
Mix Des'�gn
Mix Des'�gn
Mix Desi�n
Mix DesiR�
Mix DesiR�
Mix Desi�n
Mix DesiRn
ix Des
Mix Des
Mix Des
ix Des
Mix Des
Mix Des
Mix Des
Mix Des
Mix Des „
Mix Design
Mix Desi,Gn
Mix Desgn
Mix DesiKn
Mix Desikn
Mix DesiRn
Mix DesiRn
Mix DesiRn
Mix DesiRn
Mix Design
Mix Design
Mix Design
Mix DesiGn
Mix Desi�n
Mix DesiR�
Mix Desi�n
Mix Desi�n
Mix Desi�n
Mix Des'�gn
Amenc;m ConcreLe Company 30CAF029 3000 psi Concrele Cor Sidewniks & ADA Ramps
Amenr.m C�ncrele C�mpany OIJAF382 1000 psi Concrele Rus'e Mn�erinl for Trench Repair
AmenrnnC�ncreLeC�mpany 40CNFOfi54000psConcreleforMnnholes&UI�InySWtlurcs
Amenrnn C�ncreLe C�mpzny 45CAF076 4500 ps Concre�e f r Hnnd Plnced Pzvmg
Arg�s DI0000001737 4500 ps Concre�e for Hand Placed Pzvmg
Arg�s DI00000017)I 4500 ps Concre�e for Hand Placed Parmg
Ar6ros DI00000017)3 4500 ps Concrele for Hnnd Plncul Pa��ng
Argos DI0000001103 4500 ps Concrele for Hnnd Plncul Pa��ng
Argos DI0000002107 4500 ps Concreie for Hnnd Nlnced Pa��ng
Argos DI0000001273 4500 ps Concrele for Hand Nlnced Na��ng
Argos D 10000001617 3600 ps Concrcle for Machme Placed Paving
Ar�s DI0000008381 4500 ps Concrcle forHF.S Paving
Ar�s DI000000985750 ps Fluwable Fill -CI.SM
Argus DI0000001055 3000 ps Concrele for Inle�, lunctiun Roxes, Manholes, Channel I.iners. Sidewalks, Dnvev.�ays, Cufi & GWter
A�us DI0000010435 3000 ps� Concrele forSidewalks, Curbs
A�os DI0000015655 3000 ps� Concrele forCurbs, Cu[b & CWteq S�dewalk�, Dnvewnys, ADA Rnmps
A�os DI000001615 3600 ps� Concrele for Inlets, Hoxes, Fncnsement, Rlocking
Agos DI0000001061 3600 ps� Con�rele for Inlets, Roxes, Fnwsemen4 Rlocking
Agos DI00000010835 4000 ps� Con�rele for Vnlve PaUs, Inlels, SI[ucwres, HeaUwalls, Thrust I3locking
Agos DI0000001083 4000 ps� Con�rel.e for Vnlve PaUs, Inlels, Slrucwres, HeaUwalls, Thrust I3locking
Argos DI00000016&S 4000 psi Con�rele for Vulve Patls
Argos DI0000005751 750 Psi Conerele Rase for Tren�h Repn�r
Argos DI0000001681 4000 psi Conttele for Headwalls, Relaining Wulls, Rox Culverts, Valley GuLlers
Rig D Concrele 7SKGRT 3000 psi Concrele Cor Groulin�
F3ig D C�ncreLe 14500AF 4500 ps Concrele f r High Farly Slrenglh Pnving
F3ig D C�nereLe CMI4520AP 4500 psi C�ncreLe f r H;md Pl;�cecl Pnving
RiyTo�m Concrel.e 4J2065-1 4500 ps h;md pincul pnving
Itie�lo�mConereLe 450065-14500ps�hzndpincedpnving
F3umw Texns' 45USOORG 4500 psi C�ncreLe Mix f r Hnnd Plncul Pnving, SLorm SWclure�
F3umw Texns' 40U553RG 4000 pxi C�ncreLe Mix for Mnchme Plzcul Pnving
F3umw Texns' SSUI20AG 4000 pxi C�ncreLe Mix for High Farly Slrenglh Pnving
F3umw Texas 30UI OOAG 3000 p�i ConcreLe Mix for Pipe C�Ilzrs, Inle�x, ThrusL Rlocks, S�dewniks, ADA Ramps
Humw Texas' 30U101 AG 3000 v�� ConaeLe Mix f r Yletw�rk
Humw Texns 30USOORG 3000 psi C�ncreLe Mix for Hl�ckiny, P cnsemenl, Curb Inlel�, Junclion Roxes, Fire HydanL Pad�, Dnveways, Curb & Gullers,
Sidewalks, ADA Rainos
Burnco Texes 40USOOBG 4000 psi Conc�ete Mix fo� Smrm Drei� Snne�ures, Driveweys, Scree� Walls, Collers
Burnco Texes 36USOOBG 3600 psi Concrete Miz 1'0� Li�hti�g a�d Treffic Signal Pou�de�io�s
Burnco Texes OSY450BA 800 psi Co�cre�e Mix for Bese 1'0� T�e�ch Repair
Burnco Texes OIY690BF 100 psi Co�cre�e Mix for Floweble Fill
Burnco Texes 36U502BG / 5.74 Secks / 3,600 psi Conerete Mix fo� LiRhti�G & T�attic Si��el Fo�ndations
Burnco Texes 35USOOBG 3500psi Cone�ete Mix fo� Crosswalks
Burnco Texes 30USOOBG 3000psi Cone�ete Mix fo� Sidewalks
Burnco Texas 09Y450BA Grout
Burnco Texes 01 Y690BP 100 psi Conerete Mix for Floweble Fill
Burnco Texes SSU 120AG 4500psi Cone�e[ Mix Por High Fa�ly Shen�[h 3000psi(a) 3 deys
Burnco Texes I OYHSOBF 1000 psi Cone�e[e Bese Meterial fo� T�ench Repair
Carder Cone�e[e PWCC602021 4500 psi roncrete fo� Hand PlaceA Pavin�
Carder Cone�ete PWCC552091 3600 psi Po� Machine PlaceA Pavin�
Ca�de� Cone�ete PWCC602091 3600 psi Po� Machine Placed Paving
CarderCone�ete PWCC359101 FlowableFill-CLSM
CarderCone�ete PWFF237501 FlowableFill-CLSM
CarderCunertte PWCC602001 4000 psi Cunerete (urStonn Dram SlnicWres, Manhules, Headwalls, Reteming Walls, ValleyGulters, Dnve Apprueches
Ca�de� Conerete FWCC502021 3500 psi cone�ete foc Sidewalks, Dnveways, Ramps, Curb & G�tter
Ca�de� Conerete FWCC502001 3000 psi fo� Sidewalks, Driveways, Ramps, Cu�b & Gutte�, Flahvork
Clia�ley's Conerete 4142 3600 psi Conaete for Cu�b Inlets, ]�netion Boxes
Clia�ley§ Conerete 4518 4000 psi Conc�ete for Headwalls, Win�walls
Clia�leys Conere�e 5167 3600 psi Conerete Mix fo� Machine Placed Paving
Clia�leys Co�cre�e 4609 4500 psi Cone�ete Mix fo� Hand Placed Pavin�, Ma�holes
Clia�leys Co�cre�e 6103 4500 psi Cone�ete Mix fo� Hend Pleced Pavin�, Ma�holea
Clia�leys Co�cre�e 4502 3000 psi Conerete Mix fo� Sidewalks
Clia�leys Co�cre�e 3759 3000 psi Conc�ete Mix fo� Sidewalks
Clia�leys Co�cre�e 1502 I50 psi Co�cre�e fo� Plowable PiIILLSM
Cheiiey's Conc�e[e I51 R I50 Psi Conere[e for Floweble FiIILLSM
Cheiiey'e Concre[e 5642 4000 psi Co�cre�e fo� S�orm Drei� S[ruc�u�es
Cheiiey'e Concrete 6595 5000 psi Co�cre�e Mix for High Fa�ly Shen�th Pavin�
Cherley's Conc�ete 6589 4500 psi Conere�e Mix for HiGh Ea�ly ShenRth Pavin�
Chisholm T�ail Redi Mix CI3020AE 3000 psi Conere�e for Driveweys, Cu�b & G��[e�
C�ly ConcreLe Company I I-350-FF 50-I50 ps Concre�e for Flowable Fill-CLSM
CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT
STANDARD PRODUCTS LIST AS OF OS/16/2024
9/9/2022
9/9/1A22
9/9/?A22
9/9/?A22
9/9/?A22
9/9/1A22
9/9/1A22
9/9/2022
II/I6i2022
5/5/7A23
5/5/7A23
9/9/7A22
9/9i2022
9/92022
9/92022
9/9/2022
9/9/2022
9/92022
9/92022
9/92022
9/9/2022
9/9/2022
9/92022
9/92022
9/9/2022
9/9/2022
9/92022
9/9/1A22
9/9/1A22
9/9/1A22
9/9/1A22
9/9/1A22
9/9/?A22
9/9/?A22
9/9i2022
9/92022
9/92022
J/9i2022
II/14i2022
9/9i2022
9/92022
9/9/2022
9/9/2022
9/9/2022
9/92022
9/92022
9/9/2022
9/9/2022
5/I/2024
6/2120P3
I/18iZ023
I/Jy/QOQ4
I /292024
I/29YL024
I29/1A24
1J6/1A1A
I/29/201A
2i21/1A1A
9/9/1A22
9/9/1A22
9/9i2022
9/9i2022
9/9i2022
9/9i2022
9/9i2022
9/9i2022
9/9i2022
9/92022
9/9/2022
Conerete (ContinoeAl
033000 MixDesign
03 30 00 Mix Des�gn
03 30 00 Mix Des�gn
03 30 00 Mix Desgn
03 30 00 Mix Desgn
03 30 00 Mix Des�gn
03 30 00 Mix Des�gn
03 30 00 Mix Desgn
03 30 00 Mix Desgn
03 30 00 Mix Desgn
03 30 00 Mix Des�gn
03 30 00 Mix Des�gn
03 30 00 Mix Des�gn
03 34 13 Mix Des�gn
03 34 13 Mix Des�gn
03 34 13 Mix Desgn
03 34 13 Mix Desgn
03 30 00 Mix Des�gn
03 30 00 Mix Des�gn
03 30 00 Mix Des�gn
03 30 00 Mix Des�gn
03 30 00 Mix Des�gn
03 30 00 Mix �esign
03 30 00 Mix Design
03 30 00 Mix Design
033000 MixDesign
033000 MixDesign
033000 MixDesign
03 30 00 Mix Des�gn
03 30 00 Mix Desgn
03 30 00 Mix Desgn
03 30 00 Mix Desgn
03 30 00 Mix Des�gn
03 30 00 Mix Desgn
03 30 00 Mix Desgn
03 30 00 Mix Desgn
03 30 00 Mix Desgn
03 30 00 Mix Des�gn
32 13 13 Mix Des�gn
33 13 13 Mix Des�gn
34 13 13 Mix Des�gn
35 13 13 Mix Des�gn
03 30 00 Mix Des�gn
03 30 00 Mix Des�gn
03 30 00 Mix Des�gn
03 30 00 Mix Des�gn
03 30 00 Mix Des�gn
03 30 00 Mix Des�gn
03 30 00 Mix Design
03 30 00 Mix Design
03 30 00 Mix Design
34 13 13 Mix Design
03 30 00 Mix Design
03 30 00 Mix Design
033000 MixDes�gn
32 13 13 ix Design
32 13 13 Mix Desgn
03 30 00 Mix Desgn
03 30 00 Mix Des�gn
03 30 00 Mix Des�gn
03 30 00 Mix Desgn
03 30 00 Mix Desgn
03 30 00 Mix Desgn
03 30 00 Mix Des�gn
03 30 00 Mix Des�gn
03 30 00 Mix Des�gn
03 30 00 Mix Des�gn
03 30 00 Mix Des�gn
03 30 00 Mix Design
Ci�y Concrele Compzny
Ci�y Concrele Compnny
Cny C�ncrcle C�mpzny
Cily C�ncreLe C�mpnny
Ci�v C�ncreLe C�mpany
Ci�v ConcreLe Company
Ci�v ConcreLe Company
Ci�v ConcreLe C�mpany
Cilv C�ncrete C�mpany
Cily C�ncrete C�inpany
Cily C�ncrete C�inpany
Cow Town Red� Mix
Cuw Tuwn Red� Mix
Cuw Tuwn Red� Mix
CuwTuwn Red� Mix
Cuw Tuwn Red� Mix
Cuw Tuwn Red� Mix
Cuw Tuum Red� Mix
Cow Town Red� Mix
Cow Town Red� Mix
Cow To�m Red� Mix
Cow To�m Red� Mix
Cow Town Red� Mix
Cow To� n Redi Mix
Cow To� n Redi Mix
Cow To�m Redi Mix
CowTown Redi Mix
C�w To�m Redi Mix
C�w T�wn Retii Mix
C�w Town Reqi Mix
C�w Town Red� Mix
C�w Town Rul� Mix
Cow Town Red� Mix
Cow Town Red� Mix
Cow Town Red� Mix
Cow Town Red� Mix
Cow Town Red� Mix
Cow Town Red� Mix
Cow Town Red� Mix
Cuw Tuwn Red� Mix
Cuw Tuwn Red� Mix
Cuw Town Red� Mix
Cuw Tuwn Red� Mix
Cuw Tuwn Red� Mix
Cuw Tuum Red� Mix
Cow Town Red� Mix
Cow To�m Red� Mix
Cow Town Red� Mix
Cow Town Red� Mix
Cow Town Red� Mix
Cow To� n Redi Mix
P.s'Lrada Ready Mix
P,sLrede Reedy Mix
Fsir..dn Ready Mix
Fslr..dn Rendy Mix
Fslrnd'e Rendy Mix
Fxlrnd'e Rendy Mix
Fxvzda Ready Mix
GCH ConcreLe Sernces
GCH ConcrcLe Services
GCH ConaeLe Sen�ces
Ingram Concrele & A�uregnles
In�ram Concrele & Av�re�nles
In�ram Concrele & Av�re�nles
In� m Concrele & A�xre�ales
In�ram Concrele & A�Kre�ales
In�rzam Concrele & A�Kre�ales
In�rzam Concrele & Aggre�ales
Ing�am Conc�ete & Aggregates
30HA251I3000 psi C�ncreLe furRip-Rnp
30HA201I3000 psi C�ncreLe Mix for Rl�cking, Sidewalk�, Flulwork, Pmd�
45NaZSII3600 pxi C�ncreLe Mix for Dnllrq Shnfls/Lighl�ng nnd Treffic Signul F�undNLi�ns
SOQ4251I3600 pxi Slurty Dixplzced Dnllad Shall
45NA20II4500 ps'� Concre�e Mix f�rHznd Plzcul Paving
36LA201 I 3600 pei ConcrcLe Mix for Machine Plzced Paving
36JA001 J 3600 ps� Concre�e Mix for Machine Placed Pavmg
40LA201 I 4000 psi Concrete Mix for S�orm Drein SLruc�ure�
CLNG251I3600 ps Concrele for Dnl led She[7/I.ighting and Trel7ic Signal Foundelions
CCNA250AG 3600 psi Concrete for Dn Iled Shnf�l.ibhling end Traffic S�gnel h'oimdations
CSSQA25UAG 3.600 psi Concrete forSlurry Displacement ShafLs, UnderwalerShnlls
250 3000 ps Concrcle Mix for S�dewalks, Dneways. ADA Ramps
350 3000 ps Concrcle Mix fur S�dewalks, Dneways. ADA Ramps
9 70 ps� Fluwable Fill - CI.SM
9-5-270 ps Fluwable FiII - CLSM
220-8 50 ps Concrele Mix fur Plowable Pil I- CI.SM
320-8 50 ps Concrele Mix (ur Plowable Pil I- CISM
230-8 750 ps� Concrele Ras'e Matenal (ur Trench Repair
330-58 750 ps� Concrele Rase Matenal (ur Trench Repair
353 3000 ps� Con�rele Mix (or S�tlewalks, ADA Ra�nps, Dnveways', Curb & Gutler, Safety Pntl TrtaLments, Non-TxDOT Relainmg Wnlls
253-W 3000 Vsi Concrete Mix Sidewalks', ADA Ramps', Dnveways, Curb & Gulter, SaCely F d Treahnenls', Non-TxDOT Retaming Wall5
260 4000 psi Con�rele Mix Cor Hridge Slnbs, Rox Culverls, Headwalls
260-I 3600 psi Con�rele Mix tor Heatlwulls
260-2 3600 psi Concrele Mix Cor Hox Culverls, Hwdwalls
360 4000 psi ConcreLe Mix Cor Hndge Slabs, Rox Qilverls, Hendwalls
360-I 3600 psi C�ncrcLe Mix Cor Hox Culverls, Hendwalls, Wingwnlls
264-N 4500 psi Concrele Mix f r Hand Placed Pn�nng
3fifi 4500 ps Concrele Mix f r Hnnd Plnced Pn�nng
265 4500 ps� Concrele Mix f�r HNntl PlNcetl Pu�nng
3fi5 4500 ps Concrzle Mix f�r Hznd Plzceq Pn�nng
370-NC 4500 ps Concrele f r HFS Pn�nng
370-I NC 5000 ps Concre�e f r HFS Paving
375-NC 5000 ps Concre�e for HFS Pavin�
2674200 ps Conere�e Mix forManholes' and Dainagz S�n�cLures
270 5000 ps Concrele Mix for Cns'L-in-Place Rox Culven�
370 5000 ps Concrele Mix for Cnsbin-Plam Hox Culven�
255-2 3 000 ps Con rele Mix for Inlels. Thrust Rlocking, Concrele P cnsemenl
257 3600 ps Concrele �mx for Val ley Giaters
357-M 3600 psi Cuncrete Mix for Machme Placed Paving
257-M 3600 psi Cuncrtte Mix for Machme Placed Paving
260-M 4000 psi Cuncrtte Mix for Machme Placed Paving
360-M 4000 psi Cuncrtte Mix for Machme Placed Paving
255-[.N 3000 ps'i Cuncrtte Mix forCurb & Guuer
355-[.N 3000 psi Conertte Mix for Curb & Quuer
255 3500 ps� Conirele Mix (or Plntwo� Inlels, Th[ust Rlucking Concrele P casemenl
355 3000 ps� Con�rele Mix (or Inlels,'1'h[ust Rlocki�g, Concrele P casemenl
365-STX 4000 V5� Lonertte (or Hndge s'labs', IuV s��bs' o(d�rut Ira(�c culvens, apprwch slabs-TXDOT Clas5 S-Nu Fly Ash
3573600 ps� Concreie Mix 6rValley Gw�ers
360-2�5 3600psi Con�reie Mix Cor TXDOT Clns's C Drilluf ShaCts
360-DS 3600 psi Con�rele for Dnlled ShaNLighling nnd Tal7ic Signnl Foimdalion
380-NC 4500 psi ConcreLe for HP,S Paving
4575AFSC / 7.50 Secks / 4,500 psi (3.000 psi (� 3-tlny) ConereLe for HP,S Paving
R3050AF W R/ 5.00 Sncks / 3,000 psi Concrele Cor Sidewalks, Ramps, Inlels, and Menholes
R3655AFWR / 5.50 Secks / 3,600 p�i Concreie f r Hendwnll�, Wing.vnlls, nnd Cdvens
R4060AFWR / 6.00 Sncks / 4,000 psi C�ncreLe f r Rndge Slnbs', Top Slnb�, and Approech Slabs'
TD3655AP_W R/ SSO Smcks / 3,600 ps� Concrele for Mnchine Plnced Pn�nng
R45GOAFW R/ 6.00 Sacks / 4,500 pxi C�ncreLe f r Hznd Plmcul Pn�nng
R36575AF W R/ 5.76 Sacks' / 3,600 pxi C�ncreLe f�r Dnlled Shalis/I.ighLing zntl Trel7ic Signzl Found'elions
GCH4000 4000 ps Conerele for for Sidewzlkx, Rzmpx, Hezdwalls, Inlels, and SLoim Dram SlnicLures
GCHVS 4000 ps Conere�e for Machme Plzced Paving
GCH4500 4500 ps Concrele Hnnd Plncul Pa��ng
CA7PVSF.S 3000 ps Concrele for Sidewalks, ADA Ramp�
2M W R-70.I33504 3000 psi Concrete for S�dewalks, ADA Rn�nps
2MWR-147QWSD5 3000psi ConcreteMix forSidewalks. ADA Ramps
2MWR-056PSSD5 4000 ps Concrcle Machine Placed Paving
2MWR-161UVSDM 4500 psi Cuncrete furHand Placed Paving
2M WR-I OMQSSON 4500 psi Cuncrtte fur Hand Placed Paving
161 PSSP.M 4500 psi Concrtte (or Hand Placed Paving
C47PVSES 3000 psi Conc�ete Mix fo� Sidewalks, ADA Ramps
CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT
STANDARD PRODUCTS LIST AS OF OS/16/2024
4!7/2023
9/9/1A22
9/9/1A22
9/9/1A22
9/9/?A22
9/9/1A22
9/9/1A22
9/9i2022
12/ISi2022
9/9i2022
9/9i2022
9/9i2022
12/Si2022
4/220?A
9/92022
4/2/2024
9/9/2022
4/72023
4/272023
4/72023
I/24/2023
9/9/2022
9/92022
9/92022
9/9/2022
9/9/2022
9/92022
9/9/1A22
9/9/?A22
9/9/?A22
9/9/?A22
9/9/1A22
9/9/1A22
9/9/1A22
9/9i2022
9/92022
9/92022
II/2i2022
II/2i2022
II/2i2022
II/15/2022
II/15/2022
II/2/2022
II/2/2022
I I /22022
I I /22022
I I 2i2022
9/9/2022
9/9/2022
9/92022
9/9/2022
9/9/2022
9/9/20aa
9/92022
4/I/1A23
4/I/1A23
4/I/1A23
4/7/1A23
4/7/1A23
4/1/1A23
5/22i2023
4/I/2023
�o J�PfContinoedl
03 30Y({6 ix Design
03 30 00 Mix Des�gn
03 30 00 Mix Des�gn
03 30 00 Mix Desgn
43000 MixDesgn
03 30 00 Mix Des�gn
03 30 00 Mix Des�gn
03 30 00 Mix Desgn
3 30 00 Mix Desgn
043000 MixDesgn
03 30 00 Mix Des�gn
03 30 00 Mix Des�gn
43000 MixDes�gn
3 30 00 Mix Des�gn
03 30 00 Mix Des�gn
03 30 00 Mix Desgn
03 30 00 Mix Desgn
03 30 00 Mix Des�gn
03 30 00 Mix Des�gn
03 30 00 Mix Des�gn
03 30 00 Mix Des�gn
03 30 00 Mix Des�gn
03 30 00 Mix �esign
03 30 00 Mix Design
03 30 00 Mix Design
033000 MixDesign
033000 MixDesign
033000 MixDesign
03 30 00 Mix Des�gn
03 30 00 Mix Desgn
03 30 00 Mix Desgn
03 30 00 Mix Desgn
03 30 00 Mix Des�gn
03 30 00 Mix Desgn
03 30 00 Mix Desgn
03 30 00 Mix Desgn
03 30 00 Mix Desgn
32 13 13 Mix Des�gn
32 13 13 Mix Des�gn
32 13 13 Mix Des�gn
33 13 13 Mix Des�gn
34 13 13 Mix Des�gn
32 13 13 Mix Des�gn
32 13 13 Mix Des�gn
32 13 13 Mix Des�gn
32 13 13 Mix Des�gn
32 13 13 Mix Des�gn
03 30 00 Mix Des�gn
03 30 00 Mix Design
03 30 00 Mix Design
03 30 00 Mix Design
03 30 00 Mix Design
03 30 00 Mix Design
03 30 00 Mix Design
32 13 20 Mix Des�gn
03 30 00 Mix Des�gn
03 30 00 Mix Desgn
32 13 20 Mix Desgn
32 13 13 Mix Des'�gn
03 30 00 Mix Des�gn
32 13 13 Mix Des'�gn
03 30 00 Mix Design
Ingram Concrzle & Aggregnles'
Ingrnm Concrzle & Aggregnles'
Holc�m - SOR, Inc
Holc�m - SOR, Inc.
Holc�m - SOR, Inc
Holc�m - SOR, Inc
Holc�m - SOR, Inc
Holcnn - SOR, Inc
Holcnn - SOR, Inc
Holcnn - SOR Inc
Holcnn - SOI� Inc
Holcnn - SOI� Inc
Holc�m - SOR, Inc
Holcnn - SOR, Inc.
Holcnn - SOR, Inc.
Holcnn - SOR, Inc.
Holcnn - SOR, Inc.
Liqu�d S�une
[.iqu�d Sione
[.iqind Sione
[.iqu�d Sione
MnrLin Manella
Mnrlin Manella
Mnnin Manella
Marlin Manella
Mnrtin Manella
Murtin Menelln
Mnrlin MuneLle
Mzrlin MnneLla
Mzrlin MnneLla
Mznin MnneLla
Mznin ManeLla
Manin ManeLla
Manin ManeLla
Manin ManeLla
Manin Mnnetla
Manm Mnneua
Mnrlm Maneua
Mnrlm Manetla
Marlm Maneua
Manm Maneua
Manm Maneua
Manm Manetla
Manm Maneua
Manm Maneua
Manm Maneu2
Marlin Maneua
Marlin Maneua
MnrLin Manella
Marlin Manella
Manin Manella
Martin Manella
Martin Manella
Mnrlin MnneLlu
Mnrlin MnneLlu
Mzrlin MnneLln
Mznin MnneLln
Mznin ManeLla
Mznin ManeLla
Manin ManeLla
Manin MnneLla
Ma�[in Merie[[e
I OI.QSSON 3,600 psi C�ncreLe fur Dnlled Shnlls'/I.ighLing znd Tratiic Signzl Foundulion�
161 PSSFM 4500 psi C�ncreLe Mix for Hnnd Plnced Pnving
5177 3000 ps Concrele Mix f r S�dewniks
1261 3000 ps Concre�e Mix f r S�dewniks
2125 4500 ps'� Concre�e f r HFS Paving
1701 4000 ps Concre�e Mix for SLorm Dra�n SlrucLures, Sanilary Sewer Mznholes, JuncLion Rox
5409 4000 ps Concrele Mix for S�dewalks, Inlels
5507 4500 ps Concrele Mix for Hand Placed Paving
3741 100 ps wncrete for Ilownble filliCSI.M
5017 200 ps Concrele for Hn>e Materinl forTrench Repnir
96003600 ps� Concrele forDnll ShafLs/I.ighting and Trel7ic Sig^al Foundalions
1851 4500 ps Concrcle for Slorm Drein Svuclures. Hand Nlaced Na�nng
1822 3600 ps� Concrele for Dnl led Shalls/Lighling and Treffic S�gnal Poundetions
5940 3600ps Concrele for Machme Placement
1859 4000 ps Concrele for Dnl led Shalls/I.ighling and Tra(�c S�gnal Puundatiuns
5940-I 4000ps� Concrele for HanU Nlacemenl
I551 3000 ps� Conuele Mix (or Hbckmg
C301D3,000 ps� Conirele forSidewalks', Appruaches, and Dnveways-
C:361 DNFA 3,600 ps� Con�rele for Retnming wall, dnveway,�unction bux apron, apPrwch
C:361 DHR 3,600 V5� Loncrete Cor Dnlled Shaft/[.ighlinb and TraRc S�gnal Foundations
C'A51 DHR-A 4500ps'i Concrele Cor HFS Pa�nnb
R2132214 3,000 psi Con�rele for Sidewniks & Rnmps
D9490SC3,000 psi Con�rele for Sidewulks & Remps
R21312143.000 psi ConcreLe forSidewniks & Remps
R21313143.000 psi C�ncrcLe fUrSidewulks & Rnmps
R21360143.000 psi C�ncrcle f�rSidewulks & Rumps
R2136214 3,000 ps� Concrele Cor Sidewniks & Rnmps
R214121A 4,000 ps Concrele f r Sitiewalks & Rnmps
R214101A 4,000 ps� Concrele for Sitlewalks & RNmps
R213fi21A 3,600 ps Concrtle for Qirb Inlels
R2141233 3,600 ps� Concr�e fpr Sl�nn S'r}��L} \s, Inlals, Rlocking & P,ncasemenl
FI.OW25A 50 ps Concre�e br�I�wz��e�illi�.��M
R2142233 3,600 ps Concre�e for Manhole�. Inlels & Headwallr
R2146333 3,600 ps Concrele for Mnnhole�. Inlels & Headwalls, Conere�e P cas'emem
R21412304,000 ps Concrele f r Mnnholes. Inlels & Headwalls, Valve Pnds
R2146035 4,000 ps Concrele for Manholes. Inle� & Headwalls, Valve Reds
R2146335 4,500 ps Conerele for Hand Nlaced Na�nng, Inlels. Slorm Drein Struclures
Q2141 N27 4,000 ps Concrcle for Machine Placed pa�nng
Q2141 K30 4,000 psi Cuncrete fur Machine Nlaced Na�nng
R2146N36 4,500 ps Conercle for Hand Nlaced Na�nng
R2146K36 4.500 ps'i Cuncrtte (ur Hand Placed Paving
R2146P36 4,500 ps� Concrele for Hantl Nlacul Na�nng
R2146K36 4,500 ps'i Cuncrtte (ur Hand Placed Paving
R2146N35 / b.l l sacks / 4,500 ps'i wncrele for Hantl Nlace Na�nng Inlels. Manholes, Headwal I5
R2146K74 4,000 V5� Loncrtte (or Inlels', Manholes', Headwal Is
R2141 N24 4,000 ps� Con�rele for Sidewniks nnd Ramps
R2141 K24 4,000 ps'i Concrele Cor Junclion F3oxes', Sidewniks' and Ramps
R2146038 4_S00 psi Con�rele for Inlels, Slorm Drnm Slruclures
R2146036 4_S00 psi Conerele for Hantl Plaee4l Pe�nng Inlels
R2146042 4,500 psi ConcreLe for Hantl PlaeeAf Pa�nng
R2146242 4,500 psi C�ncreLe fur Hand Placed Paving
R2146236 4.500 psi C�ncrcLe fur Hand Placed Paving
D94935C 4,500 psi C�ncrcLe f�r Hnnd Plnced Pavin6
R21471AI 4500 ps Conerele for Hnnd Plnced Pnving
R2136NI4 / 5.00 sncks / 3.000 psi m^creie Cor Sidewniks
R214GP33 / 6.01 sncks / 4,000 psi �v^crzle for Rndge Deck
R2146033 4,000 ps� Concre�e f r�iipap
R2136K 143.000 p�i concre�e for sdewalks and amps
R2161 K70 6.000 p�i (3.000 psi (a� 1A hrs'.) for HFS Paving
310I.RP 3.600 v�� ConaeLe for Re�ainmg Walln
R2146K37/6.22 sack / 4,500 psi Concrete for Hand Placed Paving
R2141030 4,000 psi Concre[e fo� Riprep
CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT
STANDARD PRODUCTS LIST AS OF OS/16/2024
5/3/1A23
6/I /1A23
6/I /1A23
6YL7/1A23
G/27/1A23
8/4/1A23
8/4/1A23
8/4i2023
8/4i2023
8/4/2023
8/30i2023
8/4/2023
II/20i2023
II/20/2023
12/22/2023
12/22/2023
9/9/2022
9/92022
9/92022
9n 22023
10/4/2023
10/4/2023
10/42023
10/42023
10/4/QOP3
10/42023
10/4Yd023
4/LS/1A24
4/LS/1A1A
10/4/1A23
4/LS/1A1A
7/IOi2023
7110i2023
I/24/1A23
I/24i2023
I/18i2023
I/18i2023
I/ISi2023
9/9i2022
9/9i2022
9/92022
9/9/2022
9/9/2022
9/9/2022
9/92022
9/92022
9/29/2022
9/9/2022
9/9/2022
9/92022
9/9/QOQQ
9/9/QOQQ
9/9/QOZZ
9/92022
9/9/1A22
9/9/?A22
9/9/?A22
9/9/?A22
9/9/?A22
9/9/?A22
9/9i2022
9/9i2022
II/2i2022
12/Si2022
12/Si2022
12/Si2022
5/ISi2023
5/IS/2023
9/9/2022
9/92022
9/92022
9i9nozz
Conerete(Condnoedl
033000 MixDesign
32 13 20 Mix Des�gn
32 13 20 Mix Des�gn
03 30 00 Mix Desgn
03 30 00 Mix Desgn
03 30 00 Mix Des�gn
03 30 00 Mix Des�gn
32 13 20 Mix Des�gn
03 30 00 Mix Desgn
3213 13 Mix Desgn
03 30 00 Mix Des�gn
32 13 13 Mix Des�gn
03 30 00 Mix Des�gn
03 30 00 Mix Des�gn
32 13 13 Mix Des�gn
3213 13 Mix Desgn
32 13 20 Mix Desgn
03 30 00 Mix Des�gn
03 30 00 Mix Des�gn
03 30 00 Mix Des�gn
03 30 00 Mix Des�gn
03 30 00 Mix Des�gn
32 13 13 Mix �esign
32 13 13 Mix Design
32 13 13 Mix Design
32 13 13 Mix Design
033413 MixDesign
033000 MixDesign
03 30 00 Mix Des�gn
32 13 20 Mix Desgn
03 30 00 Mix Desgn
03 30 00 Mix Desng
32 13 13 Mix Des'�gn
03 30 00 Mix Desgn
03 30 00 Mix Desgn
03 30 00 Mix Desgn
03 30 00 Mix Desgn
03 30 00 Mix Des�gn
03 30 00 Mix Des�gn
03 30 00 Mix Des�gn
03 34 13 Mix Des�gn
03 30 00 Mix Des�gn
03 30 00 Mix Des�gn
03 30 00 Mix Des�gn
03 30 00 Mix Des�gn
03 30 00 Mix Des�gn
03 30 00 Mix Des�gn
03 30 00 Mix Des�gn
03 30 00 Mix Design
03 30 00 Mix Design
03 34 13 Mix Design
033413 MixDesign
033413 MixDesign
03 30 00 Mix Design
033000 MixDes�gn
03 30 00 Mix Des�gn
03 30 00 Mix Desgn
03 30 00 Mix Desgn
03 30 00 Mix Des�gn
03 30 00 Mix Des�gn
03 30 00 Mix Desgn
03 30 00 Mix Desgn
03 30 00 Mix Desgn
03 30 00 Mix Des�gn
03 30 00 Mix Des�gn
03 30 00 Mix Des�gn
03 30 00 Mix Des�gn
03 30 00 Mix Des�gn
03 34 13 Mix Des�gn
03 34 13 Mix Desgn
03 30 00 Mix Des�gn
03 30 00 Mix Design
Mnrlin Mnneun
Mnrlin MnneLlu
Mzrlin MnneLln
Mzr�in MnneLln
Mznin ManeLla
Manin ManeLla
Manin ManeLla
Manm Maneua
Marl�n �Aenetle
Marl�n �Ainetli
Marl�n �Ainetli
Marlin Mznetlz
Marlm Mnneua
Manm Maneua
Manm Maneua
Manm Maneua
VCS Retli Mix
VHR RenAyMix
V HR Rendy Mix
VHR Rendy Mix
VHR RendY Nix
\HR RendY Nix
\'HR RendY Nix
\HIL RendY Nix
\HR RendY Nix
\HIL Iteady Nix
\HIt Iteedy Vlix
NF312 Reatly Mix
NF312 Rently Mix
NRR Rezdy Mix
NRR Rezdy Mix
o.n��r
o.num
12npid Redi Mix
12npid Redi Mix
Rnpd Red� Mix
Rap�d Red� Mix
Rapid Red� Mix
liedi-Mix
lie�i-Mix
Redi-Mix
Ruli-Mix
Retli-Mix
Retli-Mix
Retli-Mix
Redi-Mix
Re4i-Mix
Re4i-Mix
Re4i-Mix
Redi-Mix
Redi-Mix
Reqi-Mix
Reqi-Mix
Redi-Mix
Redi-Mix
12edi-Mix
12edi-Mix
Redi-Mix
Redi-Mix
Redi-Mix
Ruli-Mix
Redi-Mix
Redi-Mix
Redi-Mix
Redi-Mix
Redi-Mix
Redi-Mix
Redi-Mix
SRM Concrele
SRM Concrele
SRM Concrele
SRM Conaete
M7842344 4,000 Oy� ConcrcLe f r Rndge Deck
R2136R20 3,000 ps� Concrele for Sidewalks Nnd Rnmps
R213GN20 3,000 ps Concre�e for Sidewzlks znd Rnmps
U2146N41 / 6 44eacke / 3,600 pxi C�ncreLe f r Dnlled Sh.hlls / I.ighLing.hnd Trefflc Signal Poundnliona
U2146K45 / 6.65 rackr / 3,600 ps Conere�e f r Dnllul Shnflr / I.ighlmg nnd T2fic S�gnal F�undzLi�ns
U2146R41 / 6 44 sacks / 4.500 p�i ConcreLe for Dnlled Pieroil.ighl P�le bases.
R2136RI4 / 5.00 sacks / 3.500 p�i ConcrcLe for S�dewalks' and Rzmpx
R2141 R1A/ 5.53 / 4,000 ps Concrele for Junc��on Hox, Rox Culven, S�dewalks and Rzmp�.
R2146R35 / 6-I I/ 4,500 ps Concrele for Inle�, Manholes, nnd Headwnl Is
R2146R36 / 6-17 / 4,500 ps Concrele for Hnnd Plnced Pn��ng
R2141 R30 / S$5 SK / 4,000 psi Concrete for Rox Culverls & Headwnl Is
Q2141 R27 / 5_69 sacks / 4.000 psi Conerete for Machine Nlaced Na�nng
R2146R33 / 6-Ol Sacks / 4,000 ps Concrcle Mix fur CIN Sewer Manholes
R2146K33 / 6_01 Sacks / 4.000 psi Concrtte Mix forClP Sewer Manhole�
R2146R44 / 6.60 Sacks / 4,500 ps Concrele Mix fur Hand Placed Paving
R2146K44 / 6.60 Sacks / 4,500 ps'i Cuncrtte Mix for Hand Nlaced Na�nng
NCS5020A 3000 ps� Concrele Mix (ur Cu[b & Gulter, Dnveways, S�dewalks
TX C-YY 3000 ps'i Cuncrtte Mix forCurb Inlet5
TX C-NV 3000 psi Conertte Mix forCurb Inlets
C[.S PI-YY / 6.00 Sacks / 4,000 V5� Loncrtte (or Culla[t, Manhules, Rux Culverls
C[S A-YY / 5.00 Sacks / 3,000 Vs� Concrtte (or S��ewalks & Ramps, and Curb & Guuer
C[S A-NY/ 5 00 Sacks / 3,000 V5� Loncrele Cor S�dewalks & Ramps, and Curb & Gutler
TX C SF-YY / 550 Sacks / 3,600 Vsi Concrete for Ma�'hine Nlaced Na�nng
TX C SF-NY SSO Sacks / 3,600 ps� Conerele for Machine Plai'zd Paving
CLS P2-YY / 650 Sacks / 4,500 ps'i Concrele Cor Hand Pla��ed Paving
CLS P2-NY / 6.50 Sacks / 4,500 ps'i Conerte for Hand Placed Pa�nng
FTW FLOW FII.L / 150 psi wn�rele for Flowable
TX 5-NY / SSO Sneks' / 4000psi Concrele Mix Cor Clns's S Slab Pn�nng - No Fly As'h
TX 5-V V/ 4.50 Sncks / 4000psi ConcreLe Mix for Clas's S Slab Pn�nng
TX P.-NY / 470 Sacks / 3000psi C�ncrcLe f�r Sidewniks, Thrusl, Curb�, CIP
F0020022 / 2.5 Sacks / ISOps Concrele f r Fl�w Fill
30ASOMR / 5 SK / 3,000 ps Concre�e f r Sidewzlkx
45A60MR / 6 SK / 4,500 ps Conere�e f r Hand Placed Pavmg
RRM6320AHP 4500 ps Conerele for Hand Placed Pavmg
RRM5525A 3600 p�i ConaeLe for Valley Guuers, S�dewalks, Approaches', ADA Ramps
RRM6020ASS 4000 psi Concrete for SWm Dram Slructures
RRM5320A 3000 psi Concrete for Rbckmg
RRM5020A 3000 psi Cuncrete for Curb, Giater, Dnveways, S�dewalk, Ramps
DCA2F.554 3000 ps Concrcle Mix fur Rip Rap
VOl l 1524 3000 psi Cuncrtte Mix for Curb & Guuer
POCI0021 215 ps Fluwable Fi II - CI.SM
I O.I11524 3000 ps'i Cuncrtte Mix for Dnveways, S�dewalks, ADA Ramps
I O.I I1504 3000 psi Cuncrete Mix for Sidewalks
10[.11504 / 6.00 Sacks / 4,000 ps'i Cuncrtte Mix for Sidewalks, Curb & Gutl.er, SewerManhole, Inlels. &.lunclion Huxes
10[.I 1524 / 6.00 Sacks / 4,000 Vs� Loncrtte Mix Manholes, Inlets, lunctiun I3oxes, Headwalls
I R,II 1524 3�00 Vsi Conerete Mix forTh[ust Rlocks, Valve Vads
I OL21524 4000 ps'i Concrele Mix for Manholes
1561 I 524 4000 psi Concrel.e Mix Cor Casl-in-Pluce Slorm Drnm Slrucwres
I OLI I SFA 3600 psi Concrele Mix for I3ntlge subslni�lures
1561 I S D4 4000 psi Rntlge SI26s
F35238 VN 100 psi Flowable Fill - CLSM
FODI38 VM 100 ps'i Fl�wable Fill - CLSM
I OJ I 1554 3000 psi Concre�a Mix for Rip-Rep
POGI38K9 1000 ps'i Concrele Mix forTrench Repnir Hase Malennl
I OKI I5243600 psi C�ncreLe Mix for P cnsemenl
I ONI 1507 4500 ps (2G00 ps �d 24 hrs.) C�ncreLe Mix for HFS Pn�nng
I ONI 1504 5000 ps (3G00 ps �rD 2 dzyx) C�ncreLe Mix for HFS Pn�nng
SOK I I 524 3600 p�i ConcrcLe Mix f r Machme Plzced Paving
I OM I I SD4 4500 p.%i ConcrcLe Mix for Hand Placed Pzvmg, SLoim Drom SvucLures
I OM I I 524 4500 psi Concrete Mix for Hand Placed Pavmg
I OM I I 504 4500 psi Concrete Mix for Hnnd Plncul Pa��ng
145CDSP4 4500 ps Concrele Mix for Hand Plamd Pnving, S�orm Dain SLruclure�
145P25P4 4500 ps Concrele for Slorm Drein Struclures
I OKI I SC4 3500 psi Concrete for Thrusl Hbcks. Valve Pnds
1561ISC44000 ps� Concrele forClP Stonn Dram Sln�cWres
I OI.I I SC4 3600 psi Cuncrtte fur Manhule. Inlet. Junclion Hux, Headwall
80I.1 I SDS 3600 psi Cuncrtte (ur Dn lled Shaf�/I.ighting and Tal7ic Sigial Foundalions
I ONI ISD6 Slurry Dis'placement Sha(�, Undere.�aler Dnlled shalls
30000 3,000 ps� Concrele for Sidewalks and Ramps, Cu�{r & Gulter
40050 4,000 ps� Concrele for Heudwalls, Relainmg Wall, Cullan
35023 3,600 ps� Con�rele for Machme Placed Vaving
40068 3,600 psi Conaete for Macliine Placed Paving
CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT
STANDARD PRODUCTS LIST AS OF OS/16/2024
9/9/2022
9/9/1A22
9/9/1A22
9/9/1A22
9/9i2022
2/10/1A23
V I3/1A23
4/I/201A
4/I/201A
4/Ii201A
4/Ii201A
5/Si2023
9/9i2022
9/92022
9/92022
9/9/2022
9/9/2022
9/92022
9/92022
9/92022
9/9/2022
9/9/2022
10/102022
10/102022
9/9/QOQQ
9/9/Q(�
9/92022
9/9/1A22
9/9/?A22
9/9/1A22
9/9/1A22
9/9/1A22
9/9/1A22
9/9/1A22
9/92022
9/9i2022
II/30i2023
II/20i2023
II/20i2023
4/I1201A
II/30/2023
9/9R022
Conerete(Condnoedl
033000 MixDesign
03 30 00 Mix Des�gn
03 30 00 Mix Des�gn
03 30 00 Mix Desgn
03 30 00 Mix Desgn
03 30 00 Mix Des�gn
32 13 13 Mix Des'�gn
03 30 00 Mix Desgn
03 30 00 Mix Desgn
03 30 00 Mix Desgn
03 30 00 Mix Des�gn
03 30 00 Mix Des�gn
03 30 00 Mix Des�gn
03 30 00 Mix Des�gn
03 30 00 Mix Des�gn
03 30 00 Mix Desgn
03 30 00 Mix Desgn
03 30 00 Mix Des�gn
03 30 00 Mix Des�gn
03 34 13 Mix Des�gn
03 34 13 Mix Des�gn
03 30 00 Mix Des�gn
03 30 00 Mix �esign
03 30 00 Mix Design
03 30 00 Mix Design
033000 MixDesign
033000 MixDesign
033000 MixDesign
03 30 00 Mix Des�gn
03 30 00 Mix Desgn
03 30 00 Mix Desgn
03 30 00 Mix Desgn
03 30 00 Mix Des�gn
03 30 00 Mix Desgn
03 30 00 Mix Desgn
03 30 00 Mix Desgn
32 13 13 Mix Desgn
32 13 13 Mix Des�gn
03 30 00 Mix Des�gn
03 30 00 Mix Des�gn
03 30 00 Mix Des�gn
03 30 00 Mix Design
SRM Concrele
SRM Concrele
SRM Concrele
SRM Concrele
SRM Concrele
SRM Concrele
SRM Concrele
SRM Concre�e
SRM Concrele
SRM Concrele
SRM Concrele
SRM Concrele
Tanani Cuncrete
Tarrani Cuncate
Tanani Cuncate
Tanani Cuncate
Tarrani Cuncate
Tneranl Concrete
Tneranl Conerete
Tananl Conerete
Tarrani Concrete
TnrranLConcrele
Tnrranl Concrele
TnrtanLConcrele
TnrtanLConcrele
Tilnn Ready Mix
Tnrr�niConcreie
Tnr.ani C�ncreie
Tilan Reatly Mix
True GnL Rrqi Mix
True GnL Red� Mix
True GnL Rul� Mix
True GnL Red� Mix
True GriL Red� Mix
True GriL Red� Mix
True Gnt Red� Mix
Wildcniter RedrMix
W i Idcalter RedrMix
W i Idcalter RedrMix
W i Idcalter RedrMix
W i Idcalter Red�-Mix
Wise Redi Mix
45300 4j00 ps Concrele for Hnnd Pleced Paving
45000 4,500 ps� Concrele for Hnnd Plncul P:�ving
4032G 4,500 (3,00 �N 3-dzyx) ps Concreie for HFS Pn�ng
350223,G00 ps Concre�e forJunn�on R�x, Reininmg Wallr
30050 3,000 ps Concre�e f r Sidewzlkx, Rzmpx, Inlels, JuncLi�n Roxer, ThrusL Rbcks, Curb and GuLler, Dnveway�, Rartier Ramp
50310 5,000 ps Concre�e for HFS Paving
45023 4,500 ps Concre�e for Hand Placed Parmg
906 400ps Concrele for Flowable Fill
904 ISOps Concrele forCISM Trench Repa�r
910 ISOps� Concrele forCI.SM
45050 4500ps Concrcle
DI00008553CH 4,000 ps Conercle for Rdndge Appruach Slab, Duk Slab
PW60AHP 4500 ps Concrcle Mix furHand Placed Paving
PW6020AHP 4500 ps Concrele Mix fur Hand Placed Paving
TCFW6020AHN 4500 psi Cuncrtte Mix for Hand Nlaced Na�nng
PW7520AMR 4500 (3000 ps'i �r� 3-days) ps'i Cuncrtte H5S Na�nng
PW6520AMR 4500 (3000 Vsi �n) 3-days) psi HPS Nn�nng
PW5520AMP 3600 ps� Conirele forMachme Placed Vaving
P W5320A 7000 V5� Loncrtte Mix for Rlocking
P W FF I SOCISM 50-I50 Vs� Flarable Pil I- CI.SM
FWFF275 50-150 ps'i Flowable Fill - CI.SM
FW6020A2 4000 ps'i Concrele Mix for SLorm Dain Stni�'lures
TCF W 6025 A2 4000 psi Con�rele for Manholes
TCFW5020A 3000 psi ConcreLe for Sidewniks
FW5025A 3000 ps'i Concrele Mix forCurb & Ciull.er, �nveways, Sidewalks, ADA Ramps
3020AR3000 psi C�ncrcie f�rSidewulks
CP5020A 3000 psi Concrele Mix f rCurb and Guuer
FW5525A2 3600 psi C�ncrcLe Mix Cor SWewnik�, Dnve Apprwches', ADA Remp
TRC4520 4500 psi C�ncreLe f�r Hznti Pl:�ceti Pn�nng
0250.230 3000 ps Concre�e Mix f�r FlzLwork, Curb & GulLer, Dnveways, Sidewelks, ADA Rnmps'
270.230 5000 ps Conere�e f r Hand Placed Pzving
0250.2301 3000 ps Concre� Mix for Curb & Guuer, Dnvewzyx, Sidewalks, ADA Ramps
0260.23024000 ps Conere�e Mix forMachine Placed Pavmg
0255.2301 3600 ps Concrele Mix for Machine Plncul Pa��ng
0260.2301 4500 ps Concrele Mix for Hand Plamd Pnving
0265.2301 4500 ps Concrele Mix for Vnllev Giaters, Hand Placed Paving
3620AI / 6.00 Sacks / 3.600 psi Concrete Mix for Mnchme Plamd Paving
4520AI / 6.50 Sacks / 4.SW psi Concrcte Mix for Hnnd Nlnced pnving
3020AI / 5.00 Sacks / 3.OW psi Concrete Mix for Sidewalks and Inlels
/ 517 Sacks / 3600ps Con e Mix for FoimdaLions/S�n�cLures
4020AI / 6.00 Sacks / 4.000 psi Cuncrtte Mix for Sidewalks and Inlels
3678 3600 psi Conc�ete Mix Po� Lighting and T�a�c Signal Po�ndations
9/9/2022
9/9/2022
9/9/2022
5/12024
9/92022
9/9/2022
12/j/2022
9/9/2022
9/92022
9/9/QOQQ
9/9/QOQQ
9/9/Q�
4/ I 2024
A�vff�altPav'
3Z 12 16 1�ix Des�gn
32 I Q 16 Mix Dee��n
32 12 16 Mix Dee�gn
32 12 16 Mix Dea�gn
32 IZ 16 Mix Dee��,ro
32 12 16 Mix Dea�go
33 12 16 Mix Dea�gn
32 12 16 Mix Deaign
32 IZ 16 Mix Deaign
3Q IQ 16 Mix Deaign
3Q IQ 16 Mix Deaign
32 12 16 Mlx Daslgn
32 12 16 Mix DesiR�
Uetec[able Warniqp Surface
32 13 20 DNrS - Pnvers
321320 DWS-Pnvers
321320 DWS-Composiie
321320 DWS-Composile
32 13 20 DMS - Pa��ers
Auslin Asphall PTSR117965 NG64-22 Type R Fine Rase
Auslin Asphell PTl R139965 V464-22 Type R I^Ine Resa
Aus'Iin Asphall PTI RI 17 2 VG64-22 Type R Fine Ras'e
Reynoltls As'Vhalt 340-DG-R NG64-22 Type R Ras'e Cuurse
ReynolUs AsVhalt I I 12H PG64-22Type H Pme Rase
Reynoltls AsVhall 1612H PG64-22 Type H Fme Rase
Sunmounl Pn�nnb 3076RV6422 PG62-22Type R Fine Rase
Sunmounl Pa�nng 341-HRAP6422P.RG P(i64-22 Type R Fine Fias'e
TXHIT 37-211305-20 PG6422 Type R Fine H2se
TXRIT 44-211305-17 PGfi4-22 Type H Fine H:�se
TXRIT 211305 (1757) PG(4-22 Type R Fine R:ise
TXHIT G4-224125-I R VG70-22 Type �) Fine Surf,�me
TXBIT 344 MAGSP-D 70-22XR SAC A-R TWe D Fine SurCace
PineHallRnck(Wins'IonSalem,NC) Tac�ilePavers
Weslem Rnck Co. (Housbn, TX) Deleclable Wnming Pevers
PsgineereA Plasll�s, Inc. (Willlamsvllle_ AimorTile
ADA 3�IuLions (WllmingloR MA) HenlNge Rnck CIP Composlle Pnver
ADASolutions(Wil�ni�g�on,MA) DelecLbleWnminePnvers
CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT
STANDARD PRODUCTS LIST AS OF OS/16/2024
U[ili� Tr¢nCh F.mbeAm¢n[ Send
330J10 NmbedmentSNnd SilverCreekMatennls
330510 NmbedmentSxnd CrouchMeie�xls
33 OS 10 Nmbedment Sxnd F nnd I_ Di�t N�vers
33 OS 10 rmbedment Smnd F end I_ Di�t M�vers
33 OS 10 Gmbcdme�t Sa�d Tin Top �Ieiti� Marie�ta
8)051 ColdAppl d S' gleC p 1 S'I'u J IS'I'nl
)0051 ColAAppl d 5' gleC � 1 S'I'u J IS'I'nl
i0051 CoIA Ap� I 1 5' gle C P 5'llu J' 1 3' I� nl
R dS ' Silic C I i Appl d, S RI C mp �, S'I' ne loin� Sealant
Utility Fmbedment Sand
Utility rmbedment Sand
U�lity NmbedmentSand
U�lity Nmbedment5and
Utiliry Embedme�t Sa�d
ASTM D�8')3
ASTM Di893
ASTM D5893
n5�1 �I D5893
.�ST\IC:33
ASIN C33
AS I VI C33
AS I VI C33
n5l �I C33
Smrm Sewer - Manholes & Rases/Frames & Cwerx/Sfandard (Round) 33-OS-13
9/28/2018 33 OJ 13 MeMolc Frv�mcs uixl Coven AccuCus� (Go�ixl Steel Compony, LTD) MHRC k220605 (Size -*"24" Die.� ASTM A48 AASHTO M306
9/28/2018 33 OS 13 Menhole C�ver Neeneh Youndry NF-I274-T91 (Sirt-32" IJin) AS�I VI A48 AASI I'I'O M306
9282018 33 OS 13 Menhole Fr;imes znd C�vers Neeneh Foundry NF-1743-I.M (Hineed) (Si�iz-32" Dinl AS�I vi A48 AASII'I'O M306
9/282018 33 OS 13 Menhole Fr;ime Neeneh Foundry NF-193030 (Si�ie-3? 25" Din.) AS�I vi A48 AASI I'I'O M306
9/?8/2018 33 OS 13 Menhole h'r;iinex nnd C�ven Neeneh Youndry I2-I']43-I IV (Siit-32" IJin.) AS�I VI A48 AASI I'I'O M306
4/3/2019 33 OS 13 Menhole h'r;unex rnil C�vers SIF' Inilu+tries++ 22'/9S�I� (Siie-24" IJir.) AS�I�\A A48 AASI I'I'O M306
4/3/2019 33 OS 13 Manhole h'rame.:uid C�vers SIP Indwtnes'++ 2280S�I� (Sne-32" Dia) AS�Il4 A48 AASI I'1'O M306
10/82020 33 OS 13 Menholc P�ames and Cove�s EJ ( Formally Eest ]orden Iro� Wo�ks) LI1033 Z2/A (Size-32 25" Dia.) ASTM A536 AASHTO M306
"*No[e: AI[ ne�v deve[oyn�er�[ ar�d ne�c L�slal[uNoi� n�ar�hu[e IfOs sl�al[ meel Ihe n�lr�ln�un� 30-Ir�il� upening requlrenreni us speillied Ir� Gl�� Speillii�uNun 33 OS ]3. Aril'srrial[er oPeriLix sl: es ���][I unll' be nllowe0lor e.eisliiie irrnnlides ilin[ re9ulre reVla��eirier�tf'airies nn0 wvers.
5[orm Sewer - Inlef & Structures 33-05-13
10/N/2020 33 4Y 20 Cwb Inlcts Forr.crrra FRT-I Ox3-405-PRFCASTt* (Sir.e - 10' X 31
10/8/2020 33 49 20 C�rb I�lets Poitenxa FRT-I Ox3�06-PRECAST*" (Siu- 10' X 3')
10/8/2020 33 49 20 C�rb I�lets Foitenxa FRT-I Ox4.5�07-PRECAST** (Size- 10' X 4.5')
10/8/2020 33 49 20 C�rb I�lets Foitenxa FRT-I Ox4.5�20-PRECAST** (Siu- 10' X 4.5')
10/8/2020 33 39 20 Menhole Foite�rta FRT-0X4-009-PRECAST-TOP (Siu-4' X 4')
10/8/2020 333920 Menhole Foiie�rta FRT-0X4-009-PRECAST-BASE(Size-4'X4�
10/8/2020 333920 Menhole For[errta FRT-SXS-0IO-PRECAST-TOP(Size-5'X5�
10/8/2020 333920 Menhole For[errta FRT-SXS-0IO-PRECAST-BASE(Size-5'X5�
10/8/2020 33 39 20 Menhole For[e�rta FRTfiXb-0I I-PRECAST TOP (Siu-6' X 6�
10/8/2020 33920 Menhole Por[e�rta PRTfiXb-0II-PRECAST-BASE(Size-6'X6�
3/19/2021 334920 C�rbinle[s ThompsonPipeG�oup TPG-IOX3-0OS-PRECASTMLET**(Size-10'X3�
3/19/2021 334920 C�rbinle[s ThompsonPipeG�oup TPG-ISX3-0OS-PRECASTMLET**(Size-IS'X3�
3/19/2021 334920 C�rbinlets ThompsonPipeG�oup TPG?OX3-0OS-PRECASTMLET**(Size-20'X7�
3/19/2021 333920 Manhole ThompsonPipeG�oup TPG-0X4-009-PRECASTTOP(Size-4'X4�
3/19R021 333920 Manhole ThompsonPipeG�oup TPG-0X4-009-PRECASTBASE(Size-4'X4�
3/19R021 333920 Manhole ThompsonPipeG�oup TPG-0X4-012-PRECAST4FTRISER(Size-4'X4')
3/19/2021 333920 Manhole ThompsonPipeG�oup TPG-SXS-0IO-PRECASTTOP(Size-5'X5�
3/19/2021 333920 Manhole ThompsonPipeG�oup TPG-SXS-0IO-PRECASTBASE(S¢e-5'X5�
3/19f2021 333920 Manhole ThompsonPipeG�o�p TPG-SXS-0I2-PRECASTS-FTRISER(S¢e-5'X5�
3/19YL021 333920 Manhole ThompsonPipeG�o�p TPGLX6-0II-PRECASTTOP(Size-6'X6�
3/19f2021 333920 Manhole ThompsonPipeGro�p TPGLX6-0II-PRECASTBASE(S¢e-6'X6�
3/19/2021 333920 Ma�hole ThompsonPipeGro�p TPGfiX6-012-PRECASTf.FTRISER(S¢e-6'X6'7
3/19/2021 333920 Ma�hole ThompsonPipeGro�p TPG-7X7-0II-PRECASTTOP(Size-7'X7�
3/19l2021 333920 Menhole Tho�npso�PipeGroup TPG-7X7JI1-PRECASTBASE(Siu-7'X7')
3/19/2021 333920 Menhole Tho�npso�PipeG�oup TPG-7X7�12-PRECAST4-PTRISER(Siu-7'X7')
3/19/2021 333920 Menhole Thompso�PipeG�oup TPG-SX8�11-PRECASTTOP(Size-8'X8�
3/19/2021 333920 Menhole Thompso�PipeGroup TPG-NX8�11-PRECASTBASE(Size-8'XS')
3/19/2021 333920 Menhole Thompso�PipeGroup TPG-NX8�12-PRECASTS-FTRISER(Siu-8'XS')
3/19/2021 334920 Dropinle� ThompsonPipeG�oup TPG�X4�08-PRECASTMLET(Size-4'X4�
3/19/2021 334920 Dropinle� ThompsonPipeGroup TPG-SX5�08-PRECASTMLHT(Size-5'X5�
3/192021 334920 Dropinlet ThompsonPipeGroup TPGfiX6�08-PRECASTMLHT(Size-6'X6�
82820ti 33 49 10 Menhole OldcesNe P�ecast4' x 4' Stecked Manhole (Size-4' X 4�
8/2820ti 33 49 10 Manhole Oldcestle P�ecast 5' x 8' Sror�n h�netion Box (Size -5' X 8�
8/28/2023 334910 Manhole Oldcaztle P�ecast4'x4'Sror�nh�netionBox(Size-4'X4�
8/28/2023 33 49 10 Manhole Oldcaztle P�ecast 5' x 5' Sror�n h�netion Box (Size -5' X 5�
8/28/2023 33 49 10 Manhole Oldcastle P�ecast 6' x 6' Sronn ]unction Box (Size-6' X 6�
8/28/2023 33 49 10 Manhole Oldcaztle P�ecast 8' x 8' Sror�n ]unction Box Base (Siu- 8' X 8�
8/28R023 33 49 10 Manhole Oldcaztle P�ecsst 5' x 8' Sror�n ]unction Box Base (Size- S X 8�
8/28R023 33 49 10 Manhole Rinker Mate�ials ReinPorced 48" Diameter Spread PootinQ Manhole (Size-4' X 4�
8/28Y2023 33 39 20 Cu�b Inlet 10'x 3' Riser Thompson Pipe G�oup Inlet Rise� (Size-3 P'I)
8/28Y2023 333920 Cu�binletl5'x3'Rise� ThompsonPipeG�o�p InletRise�(Size-3P'I)
828f?023 333920 Cu�binlet20'x3'Rise� ThompsonPipeG�o�p InletRise�(Size-3P'I)
I/122024 33 49 20 Drop Inlet AmeriTex Pipe &Prod�cr Drop Inite (4' X 4�
I/12/2024 33 49 20 Drop Inlet AmeriTex Pipe &Prod�cG Drop Inite (5' X 5�
I/19/2024 33 49 20 Ma�hole AmeriTex Pipe &Prod�ets Precast4'x4' Sronn I�nction Box
V I9/2024 33 49 20 Ma�hole AmeriTex Pipe &Prod�cts Precas� 5'x5' S�onn ]u�c�io� Box
I/19/2024 33 49 20 Menhole A�ne�iTex Pipe &P�oduc�s 5' Prues[ Tensi�io� MH (4' MH on �he mp ofS' 1B)
I/19/2024 33 49 20 Menhole Ame�iTex Pipe dProduc�s Precas� 6'x6' S�orm ]u�c�io� Box
I/19/2024 33 49 20 Menhole Ame�iTex Pipe dProduc�s 6' Precas[ Tensi�io� MH (4' MH on �he �op of'6' JB)
I/19/2024 33 49 20 Menhole Ame�iTex Pipe dProduc�s Precas� 8'x8' S�orm ]u�c�io� Box
I/19/2024 33 49 20 Menhole AmeriTex Pipe dProduc�s 8' Prues[ Tensi�ion MH (4' MH on �he �op of 8' JB)
I/19'201A 77 4) 20 MaMole AmenTex Pive &Produc�s Twe C S�o�m D- M h I B!4 MH �he m� f RCB11
"*Nr Y�aal �nlels are apyoved /ur [l�e slage / yurl(un af h_ �re (basln/ unh S[aee (lpurllun I Ihe �hu��hre ure requlred b ausl ]n plarr N � p luns In llil� requirenrenl Jin]l 6� aliuioed
nBTM C913
ASTIvI C913
ASTM C913
ASTM CY I3
ASTM CYI3
4STM CYI3
4STM CYI3
ASTM CYI3
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
ASTIvI 615
ASTM 615
ASTM 615
ASTM 615
4STM 615
4STM 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 CY13-16
ASTM CY13-16
ASTM CY 13
ASTM C913
ASTM C913
ASTIvI C913
ASTM C913
ASTM C913
ASTM C913
4STM CYI3
4STM CYI3
ASTM C')13
CITY OF FORT WORTH TRANSPORTATION/PUBLIC WORKS DEPARTMENT
STANDARD PRODUCTS LIST AS OF OS/16/2024
Smrm Sewer - Pipex & Boxex 33-OS-13
4/9/2021 33 41 13 Sro�en Drein eipes
8/28/2023 33 49 IO Bi�nn Drain Plpes
828/2023 334910 CulvertRox
IO/12/2023 33 4I IO Bi�nn Drein Plpea
10/12/1A23 344110 CulvartRox
10/18i2023 35 41 10 S��rm Dain Rpes
10/I8/2023 364110 Cuh�cnHox
Advuix�ed Dreinuve Sys�ems, Iz (ADS) ADS HP S�orm Polypropylene (PP) PiOe (Size- 12"-60")
RinkerMnLennls Reinfurce4C�ncreLePipeTonguezndGroove.binLPrye(Si�i.e-
RinkerMnLennls Reinf rced C�ncrcLe R�x Culverl (Srt- Vnnous')
AmenTu Pipe &Producl� Reinf rcecl C�ncreLe Pipe T�ngue znd Gr�ove.I�inL Prye* (Sir.e
AmenTez Pipe &Producl� Reinf�rcecl C�ncreLe R�x Culverl (s�re - Vzn�us))
The Tumer Co. Reinf�rced C�ncreLe Rpe Tongue and Ciroove JoinL Pipe* (S�r.e
TheTi�merCo. Reinl'orcedConcreLeRoxCulveri(s'irz-Vanoi�s'1
21"or larger)
- I S" or larger)
�
ASTM FL881 & AASHTO M330
ASTM C76, C6J5
ASTM C789,C850
ASTM C76, C506
ASTM C1433,C1577
ASTM C76, C506
nSTM C1433,C1577
FORT WORTH��
CITY OF FORT WORTH
WATER DEPARTMENT
STANDARD PRODUCT LIST
IApprovall Spec No. IClasssification I Manufacturer I Model No.
�
� Water & Sewer - Manholes & Bases/Comuonents 3339-10 Bev 2/3/161
I 07/23/97 33 OS 13 Urcthanc Hydrophilic Watcrstop A+ahi KoRyo KK Adcka Ultra-Scal P-201
I 04/26/00 33 OS 13 OfTsct loint for 4' Diam. MH Hanson Concrcic Products DrawinR No. 35-004R-001
I 04/26/00 330513 ProfilcGaskctfr4'Dia�n.MH. Press-ScalGaskctCom� 2��-4GGaskct
I I/26/99 330513 HDPEManholcAdiushncntRinRs Ladtcch,Inc HDPEAdiushncntRinR
I 5/13/OS 330513 ManholcExtcrnalWan Canusa-CPS Wan��ScalManholcEncapwlationSysicm
�
� Water & Sewer - Manholes & Bases/Fiber2lass 3339-13 (1/8/131
I I/26/99 33 39 13 Fibcrgla» Manholc Fluid Containmcnt, Inc.
I OR/30/06 33 39 13 FbcrRlas� Manholc LF. ManufacturinR
�
� Water & Sewer - Manholes & Bases/Frames & Covers/Rectanaular 33-OS-13 (Rev 2/3/161
I* 33 OS 13 IManholc Framcs and Covcry I Wcstcm Iron Workv, Bavv & Hays Foundry �
�
� Water & Sewer - Manholes & Bases/Frames & Covers/Standard (Roundl 33-OS-13 Bev 2/3/161
Flowtitc
f�➢L
I* 33 OS 13 Manholc Framcs and Covcn Wcsicrz� Iron Works, Bass & Hays Foundry 30024
I* 33 OS 13 Manholc Framcs and Covcn McKinlcy Iron Works Inc. A 24 AM
I OR/24/IS 33 OS 13 Manholc Framcs and Covcn Nccnah Foundry R-1272
I OR/24/IS 33 OS 13 Manholc Framcs and Covcn Nccnah Foundry NF 1274
I33 OS 13 Manholc Framcs and Covcn SiRma Comoration MH-144N
I33 OS 13 Manholc Framcs and Covcn SiR�na Comoration MH-143N
I33 OS 13 Manholc Framcs and Covcn Pont-A-Mouvvon GTSSTD
I33 OS 13 Manholc Framcs and Covcn Nccnah CastinK
I10/31/06 33 OS 13 Manholc Framcs end Covcn (Hin„cd) Powcrscal Hinqcd Ductilc Irun Manholc
I 7/25/03 33 OS 13 Manholc Framcs and Covcn Saint-Gobain Pipclinc� (Pammx/rcxus) RE32-RSFS
I 01/31/06 33 OS 13 30" Dia. MH RinK and Covcr East Jordan Iron Works V I432-2 and V I483 Dc�iRns
I 11/02/10 33 OS 13 30" Dia. MH Rin� and Covcr SiRma Comoation MHI651 FWN & 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 Accucast 220700 Hcavy Duty with Gaskct RinR
I30" ERGO XL Asscmbly
10/14/13 33 OS 13 30" Dia. MH RinK and Covcr (HinKcd & Lockablc) [a�l lordan Iron Work� with Ca�n Lock/MPIC/T-Ga�kct
� 06/01/17 34 OS 13 30" Dia. MH Rin� and Covcr (Lockablcl CI SIP Indusiric� 22R0 (32"1
C'AR()VE-30-FT\4', Composite, wi Lack
09/16/19 33 OS 13 30" Dia. MH RinRand Cover ComVosi�e Access Produc�s, I..P. w/o Hin¢
10/07/21 34 OS 13 30" Dia. MH Rine and Cover Trumbull Manufacnnn¢ 32"(30") Fizme and Cover
Water & Sewer - Manholes & Bases/Frames & Covers/Water Ti�ht & Pressure Tieht 33-OS-13 Bev 2/3/16)
* 33 05 13 Manhole Frames and Covers PonaA-Mousson Pamn¢h[
* 33 05 13 Manhole Fimmes and Covers Neenah Casnn¢
* 33 05 13 Manhole Fimmes and Covers Wes�ern Iron Works,Bass & Hays Foundiy 300-24P
* 33 OS 13 Manhole Fimmes and Covers McKinley liron Works Inc. W PA24AM
03/OS/00 33 05 13 Manhole Fiames and Covers Ace�casr RG2100
04/20/01 33 05 13 Manhole Fiames and Covers (SIP)Seramoore Indusnies Prrvate Ltd. 300-24-23]5 Rine and Cover
Water & Sewer - Manholes & Bases/Precast Concrete (jtev 1/8/13)
* 33 39 10 Manhole, Precast Conaete Hydro Condmr Coiv SPL Itein #49
* 33 39 10 Manhole, Precast Conaete Wall Conaete Pioe Co. Ine.
12/05/23
OS/US/IS
� 10/27/U6
� 06/09/10
� 09/06/19
� 10/07/21
� 10/07/21
� 10/07/21
I03/07/23
I 03/07/23
I 04/28/07
�
333910 �Manhole,PrecasrConcrere
33 39 10 Manhole, Preceat Concrete
33 39 10 Manhole, Precast Concrete
33 39 10 Manhole, Precaec (Remfoiced Polymer)Conerete
33 39 20 Manhole, Precasr Concrere
32 39 20 Manhole, Precasc Concrece
33 39 20 Manhole, Precaet (Reinforced Polvmer) Concrete
33 39 20 Manhole, Precaet (HVbrid) Polymer & PVC
33 39 20 Manhulq Prccast Cuncrctc
33 39 20 Manhulq Prccast (Rcinfurcnl Pulymcr) Cuncrctc
Manholq Prccast (Rcinforccd Polymcr) Concrdc
Sewer -(WACI Wastewater Access Chamber 33 39 40
The Turner Comnany
Oldcastle Precast Inc.
US Camoasite Pioe
Forterra Pioe and Precast
Fortena Pioe and Piecast
Armorock
Predl Sysrems
AmcnTcx Pinc and Products, LLC'
P3 Pulyincn, RuckHardscp
Amit«hI;SA
72" I.D. Manhole w/ 32" Cone
48^, 60" I.D. Menhole w/ 32" Cane
48" I.D. Manhole w/ 24" Cone
Reinforced �olymer Conerete
60" & 72" I.D. Manhole w/32" Cona
48" I.D. Manhole w/32" Cone
48" & 60" I.D. Manhole w/32" Cone
48" &60" I.D. Manholew/32" Cone
4R" & 60" I.D. Manholc w/32" Conc
4R" & 60" I.D. Manholc w/32" Conc
Mcycr Polycrdc Pipc
� Water & Sewer - Manholes & Bascs/Rehab Svstems/Ccmcntitious
� * EI-14 ManholeRehabSystems Quadex
� 04/23/01 EI-14 Manhole Rehab Systems Standard Cemen� Matenals, Inc. Reliner MSP
� EI-14 Manhole Rehab Systems AP/M Pern�aforn�
� 4/20/01 EI-14 Manhole Rehab Sys[em StroneComoany Snron¢ Seal MS2A Rehab Sys�em
� 5/12/U3 EI-14 Manhole Rehab System (Liner) Tnolex Linin¢ Sye[em MH reoeirorod�ct ro stoU mfil�ranon
I08/30/06 General Conerete Reoeir FlexKrete Technolo¢ies Vinyl Polyesrer ReU��r �rod�ct
�
Updated: 12/29/2023
National Spec I Size
ASTM D2240/D472/D792
ASTM C-043/C-361 SS MH
TaHic and Non-traHic arra
ASTM 3753 Non-h-aHic arra
Non-h-aflic arra
24"x40" WD
24" Dia.
24" Dia.
ASTM A4R & AASHTO M306 24" Dia.
ASTM A4R & AASHTO M306 30" Dia.
24" dia.
24" dia.
ASTM A536 24" Dia.
30" Dia.
AASHTO M306-04 30" Dia.
30" Dia
30" Dia
30" Die
ASSI ITO M 105 & ASTM AS}6 30" Dia
ASTM A 4R 30" Die.
ASTM A 4R 30" Dia.
30" Dia.
30" Dia.
24" Dia.
24" Dia.
24" Dia.
24" Dia.
ASTM A 48 24" Dia.
ASTM A 48 24" Dia.
ASTM C 478 48"
ASTM C-443 48"
ASTM C 478
ASTM C 478
ASTM C 478
ASTM G76
ASTM G76
ASTM C-77
72"
48", 60
48" Diam w2A" RinQ I
48" ro 72" �
60" & 72" �
4&" �
48" & fi0" �
48" & 60" Non Tratfic Areae �
ASTM C-07R; ASTM C-923;
ASTM C-043
ASTM D5813
Misc. Use
* From Original5tandard Products List 1
FORT WORTH�
CITY OF FORT WORTH
WATER DEPARTMENT
STANDARD PRODUCT LIST
IApproval Spec No. IClasssification I Manufacturer
� Water & Sewer - Manholes & Bases/Rehab SvstemsINonCementitioos
� 05/20/96 EI-14 Manhole Rehab Systems Sorayroq,
I 72/14/01 Coatin�forCo�rosiooprotcction(Extc�or) HRTECH
� al/3l/a6 Coar��st�CoRos�ooP�o��ro� Cha�crto�
IR/2R/2006 CoatinKsf rCo�rosion Protation Warrcn Environmcntel
I
I33 OS I C, 33 39 10.
03/19/1R 333920 CoatinKforCo�rosooprotat�on(Extc�or) ShcnvioWilliems
�
� Water & Sewer - Manhole Inserts - Field Ouerations Use Onlv (Rev 2/3/161
I* 33 OS 13 Manholc Inscrt Knutson Entcmnscs
I* 33 OS 13 Manholc Inscrt South Wcstcm Packa�inR
I * 33 OS 13 Manholc Inscrt Noilow-Inflow
I 09/23/96 33 OS 13 Manholc Inscrt Southwcvtcm Packing & Sral�, Inc.
I 09/23/96 33 OS 13 Manholc Inscrt Southwcvtcm Packing & Scal+, Inc.
�
� Water & Sewer - Pioe Casine Suacers 33-OS-24 (07/Ol/131
� i voaioz s��i ea�a cas��� s�au� na�a�ua e��a��e� a�a sy�c�ms, i��.
IO2/02/93 Stainlcs� Stccl Casing Spactt Advanccd Products and Systcros, Inc.
I04/22/R7 Casing Spaccrs Cascadc Watcnvork� Manufacturing
I 09/14/10 Stainlc» Stccl Casing Spaccr Pipdinc Sral and Insularor
I 09/14/10 Coatal Stccl Ca�in Spaccrs Pipdinc Sral and Insularor
I OS/10/I I Stainlc» Stccl Ca�ing Spaccr Powcncal
03/19/IS Casing Spaceis BWM
03/19/IS CasingSpacers BWM
� 03/29/22 33 05 13 Casing Spacei� CCI Pipeline S}rstems
Water & Sewer - Piues/Ductile Iron 33-ll-10(1/8/13)
Model No.
Sorav wall eolyureH�ane Coann¢
Scncs 20230 and 2100 (Asnhatic E�nulsion)
Arc 791, S 1 HB, S l, S2
5-301 and M-301
RR&C Da�npprooting Noo-Fibcrcd Spay
Gradc (Asphatic Emul�ion)
Madc to Ordcr- Plastic
Madc to Ordcr- Plastic
Madc to Ordcr- Plastic
LitcSavcr- Stainlcss Stccl
TcthcrLok - Stainlcss Siccl
ca�n�� sr��i s�au�, M�a�i si
Stainlcss Stccl Spaccr, Modd SSI
Casing Spaccrs
Stainlcss Stccl Casing Spdcer
Coatal Stccl Ca�in Spaccrs
4R10 Powcrchock
SS-12 Casing Spacei{Stainless S�eel)
F�12 Caving Spaccr (Coatcd Carbon Stccl)
for Nonsrcvwrc Pipc and Groutcd Casing
CSC 12, CSS 12
Updated: 12/29/2023
Size I
I
�
Sm,ceures Only �
Sc�y��nnni��ae�o�ti �
Scwcr Ann�,�ti�n, I
I
For Extcnor Coating ofConcrctc �
Sm,ceurc, Only
�
�
For 24" dia. I
For 24" dia. I
For 24" die. I
For 24" dia. I
For24"dia l
�
�
�
�
�
Upto4R" I
Up to 48" I
Up to 4S" I
National Spec
ASTM D639/D790
Acid Rcsistancc Tcst
ASTM D 1248
ASTM D 1248
ASTM D 1248
* 33 I I 10 Ducnle Iron lipe GriH'in Pipe I'rad�cts, Ca Super Bell-Tite Ductile Iron Pressure Pipe, AWWA CI50, CI51
OR24/1 R }3 I7 70 Ductilc Iron Pipc Amcricen Ductilc Iron Pipc Co. Amcncan Festitc Pipc (Bcll Spigut) AW WA CI50, C757
08/2A/18 33 I I 10 Ductile Iron Pipe Amencan Ducnle Iron Pipe Co. Amencan Flex Ring (Runained Joint) AW WA CI50, C151
* 331110 DucnlelronPipe U.S.PipeandFoundryCo. AWWACISO,CI51
* 331110 Duc�ilelronPipe McWancCastlronPipeCo. AWWACISO,CI51
Water & Sewer - Utilitv Line Marker (08/24/20181
�
Sewer - Coatinas/Euosv 33-39-60 (Ol/08/131
o2i25/oz enoxy������Sys���n Sa���c�sc�,m� Sc�v��a�a2loaS �nC����yx2lo-1.a3
72naioi enoxy������Sys���n en�hTc�h���iC�ae�K� ert��hzoaod�aziooSc����
04/14/OS Intcnor Ductilc Iron Pinc CoatinK In�uron Protccto 401 ASTM B-177
01/31/06 Coatin��forCo�ro�iooProta:tion Chcsicrton Arc791,SIHB,SI,S2 AcidRc�i�tanccTcsl
R/2R/2006 Coatin��forCo�ro�ionProtation WarrcnEnvironmcntal 5-301andM-301
Sewer - Coatines/Polvurethane
�
Sewer - Combination Air Valves
OS/25/IR 33-31-70 AirRdra�c Valvc AR.I. USA.Inc.
Sewer - Pioes/Concrete
* ewa c���. e�n�, a���r���� wan c���a� P�n� co. i��.
* EI-04 Conc. Pipc, Rciniorcal Hydro Conduit Comoation
* EI-04 Conc. Pipc, Rciniorcal Hanson Concrcic Products
* El-04 Conc. Pipc, Rciniorcal Concrdc Pipc & Product� Co. Inc.
Sewer - Piue Enlarement Svstem (Methodl33-31-23 (Ol/18/131
e�M Sysean e�M Como�atio�
McConndl Sy+tcros McLat Consiruction
TRS Sysicm� Trcnchlcss Rcnlaccmrnt Sy+tcm
3" H�iv 2A"
4" thru 30"
4" thru 30"
Ductilc Iron Pinc Only
Scw�� nnni��ae�o�,
s�wc� anni��ae�o�,
D025LTP02(Compo+itc Body) I I Z
ASTM C 76
Class III T&G, SPL Itcm #77 ASTM C 76
- ,. - , - ASTM C76
ASTM C76
Polycihylcnc PIM Com�, P�s�ata Way, NJ. Apnrovcd Prcviously
Polycihylcnc Houston, Tcxes Apnrovcd Prcviously
Polycihylcnc CalKary, Canada Apnrovcd Prcviously
* From Original5tandard Products List 2
FORT WORTH�
IApproval Spec No. �Classsification
� Sewer - Piue/F�ber�lass Reinforced/ 33-31-13(1/8/131
� 7/21/97 33 31 13 Cent Cast FiberRlass (FRP)
� 03/22/10 33 31 13 Fiberelass Pioe(FRP)
� 04/09/21 33 31 13 Glass-Fiber Reinforced Polvmer Pine (FRP)
I 03/07/23 33 31 13 Fbcrgla» Pipc (FRP)
�
� Sewer - Piue/Palvmer Piue
� 4/14/u5 PolymerModiftedConcre�ePioe
I 06/09/10 EI-9 ReinfarcedPalymerCanaetel'ioe
�
� Sewer - Pines/HDPE 33-31-23(1/8/131,
I * Hi¢h-densirynalye�hylenen�oe
� * Hi¢h-densnyoalve�hyleneo�oe
� * Hi¢h-densnyoalverhyleneo�oe
� Hi¢h-densiry oalyethylene o�oe
�
� Sewer - Piues/PVC (Pressure Sewerl 33-11-12 (4/1/131
I 12/02/II 33-II-12 DR-14PVCPressurePipe
I 10/22/14 33-II-12 DR-14PVCPressurePipe
�
� Sewer - Pines/PVC* 33-31-20 (7/1/131,
� * 3331-2U PVCSewerPine
� 12/23/97* 3331-20 PVCSewerPine
� * 3331-2U PVCSewerPine
12/05/23 3331-20 PVC Sewer Pi e
12/05/24 43-41-20 2VC Bawer 2i e
* 33-31-2U PVC Sew P�i e
� 05/06/05 33-31-20 PVCSoIid�WallPipc
I �4�2���6 3331-20 PVC Sewer Fittings
� � 3331-20 PVC Sewer Fittings
� 3/19/2018 33 31 20 PVC Sewer Pine
� 3/19/2018 33 31 20 PVC Sewer P�e
� 3/29/2019 33 31 20 Gasketed Fitnngs (PVC)
� 10/21/2020 333120 PVCSewerPine
� 10/22/2020 33 31 20 PVC Sewer Pine
� 10/21/2020 333120 PVCSewerPine
�
� Sewer - Piues/Rehab/CIPP 33-31-12 [Ol/18/131
I* e��ed t� Pia� r�oe
� OS/03/99 Cured in Place I'ioe
I OS/29/96 Cured in Place Pioe
�
� Sewer - Pines/Rehab/Fold & Form
� * Fold and Form Pioe
� II/03/98 Fold and Form Pine
� Fold and Fonn �ine
� 12/04/00 Fold and Fonn rioe
� 06/U9/03 Fold and Form �ioe
�
� Sewer - Piues/Ouen Profile Laree Diameter
� 09/26/91 EI OU-2 PVC Sewer Pine, Ribbed
� 09/26/91 EI00-2 PVC Sewer Pine, Ribbed
� EI00-2 PVC Sewer Pioe, Ribbed
� I I/10/10 (EI00-2) I'olyprooYlene(PI') Sewer Pioe, Do�ble Wall
I I I/10/10 (EI00-2) I'olyprooYlene(PI') Sewer Pioe, Triole Wall
CITY OF FORT WORTH
WATER DEPARTMENT
STANDARD PRODUCT LIST
Manufacturer
Hobas Pioe USA, Inc.
Ameran
Thomoson Pine Grauo
Futurc Pipclnduvhics
Ami[ech USA
US Camoasite Pioe
Phillios Dnscon�oe, Inc.
Plexco Inc.
Polly Pioe, Inc.
CSR Hvdro Condurc/Pioehne Sysrems
Pipelife Jetsneam
Rayal Building Praducts
J-M Manufnc[�nn¢ Co., Inc. (JM Ea¢le)
Diamond Plasncs Coi�oimtion
Lamson Vylon �ioe
Vinylceah PVC Pipe
Vinyltech PVC Pipe
J-M Men�facturii�,v�Co, lnc. (JM EeRlc)
Diamond Plastics Coipoiztion
Harco
Plasne Trends, Ina(WesHake)
Pinelife Jet Stream
Pinelif'e Jet Stream
GPK Piroduc[e, Inc.
NAPCO(Westlake)
Sanderson Pine Coro.
NAPCO(WesTlake)
Insituf rm Texark, Inc
National Envirotech G'ouo
Revnolds Ine/Inliner Technol¢y (Inliner USA)
C�Ilum Pioe Systems, Ine.
Insitufarn� Technolo¢ies, lnc.
American I'ioe & I'lastics, Inc.
Ultrahner
Miller Pioeline Coro.
Lamson Vylon Pine
Exn'usian Technolozies, Inc.
uoanar ei� Como�nv
Advanced Dimina¢e Sys�ems (ADS)
Advanced Dizina¢e Sys�ems (ADS)
Updated: 12/29/2023
Model No. National Spec Size
Hobas I'ioe (Non-Pieee�ie) ASTM D3262/D3754
Bondsmm�d RPMP Pioe ASTM D3262/D3754
Thamnsan Pioe (Flow[ite) ASTM D3262/D3754
Fibcrvnong FRP ASTM D3262, ASTM D36RI, ASTM D4161, AW WA M45
Meyer Polycre[e lioe ASTM C33, A276, F477
Reinfaiced PalymerCancrete line ASTM G76
Oo�i�re Ducnle Polyethylene Pioe ASTM D 1248
ASTM D 12A8
ASTM D 12A8
McConnell Pioe Enlar¢ement ASTM D 1248
PVC Pressure Pipe AW WA C900
Royal Seal PVC Piessuie Pipe AW WA C900
SDR-26 (PS I I S )
SDR-26 (I'SI I S)
I SDR-26 PSIIS
SDR-26 (PS I I S )
Gravrt Sewer PS I I S
PS I15
I PS I I S I
I SDR-26(I'SIIS)GaskeTPimnga I
I(iasketcA PVC' Sev:er viain Fittings I
I SDR26(PSIIS) I
S�JIi 26
S�JR 26
SDR 26
S�JR 26
I SDR26PSIIS I
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
National Liner, (SPL) ltcm ,W27
Inliner Technolo¢v
Insitufarn� "NuPloe"
Ul�raliner PVC Alloy Pioeliner
EX Method
Carlon Vylon H.C. Closed Piroflle Pioe,
UI[ra-Rib Ooen Pirofile Sewer Pioe
SaniTite H� Double Wall (Coriveated)
SaniTi�e HP TriVle Wall PiVe
8" [0 102". Class V
�
4^thru 12"
4^thru 12"
4" - I 5"
4" thru 15"
4" thru I S"
4" thiv I S"
18"
18" - 28„
I 8" to 48'
4" - I S"
18"- 24"
4"- I S"
4"- I S"
4" - I S"
4"- 15"
18"- 36'
ASTM F 1216
ASTM F-1216/D-5813
ASTM F 1216
ASTM F-ISU4
Demo. Poroose Only
ASTM F-1504, 1871, 1867
ASTM F-1504, F-1947 Uo ro 18" diame�er
ASTM F 679 I 8" to 48"
ASTM F 679 18" ro 48"
ASTM F 2736 24"-30"
ASTM F 2764 3U" to 60"
* From Original5tandard Products List 3
FORT WORTH�
IApproval Spec No. IClasssification
� Water - Aooarxnances 33-12-10 f07/Ol/131
� 01/IS/IS 33-12-10 Double Stran Saddle
� 08/28/02 Double Strao Saddle
� 07/23/12 33-12-10 Double Stran Sernce Saddle
� 03/07/23 33-12-10 Double Stran Servme Saddle
� 10/27/87 Curb Stoo�-Ball Meter Valves
70/27/R7 Curb Stons-Ball Mctcr Valvcv
I5/25/201 R 33-12-10 Curb Stons-Ball Mcicr Valvcs
� 5/25/2018 33-12-10 Curb Stoos-Ball Merer Valves
� 5/25/2018 33-12-10 Curb Stoos-Ball Merer Valves
I5/25/201 R 33-12-10 Curb Stons-Ball Mncr Valvc�
� 5/25/2018 33-12-10 Curb Stoos-Ball Merer Valves
� 5/25/2018 33-12-10 Curb Stoos-Ball Merer Valves
� 01/26/00 CoaTed Taoo�ne Saddle with Double SS Strans
� 0/5/21/12 33-12-25 Tanoin¢ Sleeve(Coated Sreeq
� 03/29/22 33-12-25 Taooin¢Sleeve(Coa[edorSrainlessS[eeq
� 05/10/II Tanoin¢ Sleeve(S[ainless Sreep
� 02/29/12 33-12-25 Tanoin¢ Sleeve(Coated Sreel)
� 02/29/12 33-12-25 Tanoin¢ Sleeve(Stainless STeel)
� 02/29/12 33-12-25 Tanoin¢ Sleeve(Stainless STeel)
I OS/10/II JointReoairClamo
I Plastic Meter Box w/Comoosire Lid
IPlastic Meter Box w/Comoosite Lid
� 08/30/06 Plastic Merer Box w/Comnosire Lid
ICancrete Meter Bax
ICancrete Meter Bax
ICancrete Meter Bax
�
� Water - Bolts. Nuts. and Gaskets 33-ll-OS [Ol/08/131.
� �
10/01/87
0451/88
09/30/87
01/12/93
08/24/88
09/24/87
70/74/R7
01/IS/88
10/09/87
09/16/87
08/12/16
02/05/94
08/OS/U4
Water - Combination Air Release 33-31-70 (Ol/08/13)
EI-I I Combination Air Release Vale�e
H;I-I I Combination Air Release Vale�e
H.I-I I Combination Air Release Valve
Water - Dry Barrel Fire Hvdrants 33-12-40 (Ol/15/14)
E-I-12 Diy Barrel Fire Hydrant
�I-12 DryBarrelFireHydimnt
�I-12 DryBarrelFireHydimnt
E-I-12 DryBarrelFireHydrant
�I-12 DiyBarrelFireHydiant
�I-12 DryBarrelFireHydiant
21-12 Diy Bariel Fire Hydiant
&I-12 Dry Barrd Firc Hydant
EI-12 Diy Barrel Fire Hydiant
�I-12 DryBarrelFireHydiant
EI-12 DryBarrelFireHydiant
33-12-40 Diy Banel Fire Hvdimn[
Water - Meters
EIOIS DetectarCheckMeter
Maenenc Dnve Vertical Turbine
CITY OF FORT WORTH
WATER DEPARTMENT
STANDARD PRODUCT LIST
Manufacturer
Romac
Smith Blair
Mueller Comnany
Power�eal
McDonald
McDonald
Ford Mcicr Box Co., Inc.
Ford Meter Bax Ca., Inc.
Ford Meter Bax Ca., Inc.
Mucllcr Co., Ltd.
Mueller Ca., Ltd.
Mueller Ca., Ltd.
JCM Industnes, Inc.
JCM Industnes, Inc.
JCM Ind�stnes, Inc.
Powerseal
Romac
Romac
Romac
Powerseal
DFW Plastics Inc.
DFW Plastics Inc.
DFW Plastics Inc.
Bass & Hays
Bass & Hays
Bass & Hays
Model No.
202NS NVlon Coated
#317 Nylon Coated Double Strao Saddle
DR2S Double (SS) Stran DI Saddle
3450AS, Incl. Coro. Stoo. Dbl Stran. Stainless
6100M,6100MT & 610MT
4G03B, 4604B, 6100M, 6100TM and 6707M
FB600-7NL, FBI600-7-NL, FV23-777-W-NL,
L22-77NL
FB600-6-NL, FB1600-6-NL, FV23-666-W-
NL, L22-66NL
FB600-4-NL, FB1600-4-NL, BI I-444-WR-
NL, B22444-WR-NL, L28-44NL
B-25000N, B-24277N-3, �20200N-3, H-
ISOOON„ H-1552N, H142276N
B-25000N, B-20200N-3, B-24277N-3,H-
ISOOON, H-14276N, H-15525N
B-25000N, B-20200N-3,H-ISOUON, H-
15530N
k406 Double Band SS Saddle
412 Taon�ne Sleeve ESS
415 TaooinR Sleeve
3490AS (Flanee) & 349UMJ
FTS 420
SST Srainless Steel
SST 111 Stainless STeel
3232 Bell Joint Reoair Clamo
DFW37C-12-I EPAF FTW
DFW39C-12-I EPAF FTW
DFW65C-14-I EPAF FTW
CMB37-BI21I18 LID-9
CMB-IS-Dual 1416 LID-9
CMB65-B65 1527 LID-9
Updated: 12/29/2023
National Spec Size
AW WA C800 I"-2" SVC, uo �a 24" Pioe
AW WA C800 I"-2" SVC, uo �a 24" Pioe
NSF ANSI 372 I"-2" SVC, �o �a 24" Pioe
3/4" and I"
AW WA CR00
AW WA C800
AW WA C800
AW WA C800, ANSF 61,
ANSI/NSF 372
AW WA C800, ANSF 61,
ANSI/NSF 372
AW WA C800, ANSF 61,
ANSI/NSF 372
I'/z" and 2"
z�
I-I/2"
�,
z�
I-I/2"
AWWA C-223
AWWA C-223
A W W A G223
AWWA C-223
AWWA C-223
I"-2" Taos on uo to 12"
Uo �a 3U" w/12" Out
Cancrere Pioe Only
4"-8" and 16"
U o ta 42" w/24" Our
Uo ta 24" w/ 12" Out
Uo �a 3U" w/12" Out
4" ro 30"
Class "A
GA Ind�stries, Inc. Empire Air and Vac�um Valve, Model 935 ASTM A 126 Class B, ASTM A
Mulnolex Manufact�nn¢ Co. Crispin Air and Vacu�m Valves, Model No.
ValveandPnmerCoi�. APCO#143C,#145Cand#147C
American-Daiiin¢ Valve
Amencan Daiiin¢ Valve
Clow Coroorenon
American AVK ComVenv
Clow Corooretion
ITT Kennedy Vale�e
M&H Valve Comoany
Mucllcr Company
M�eller Comoany
U.S. Pioe & Faundry
Amencen Plow Connal (AFC)
EJ (East Jordan Iron Works)
Ames Camoany
Hersey
Drawine Nos.90-18608,94-18560
Shao Dimwin¢ No.94-18791
Shoo DrawinR No. D-19895
Madel 2700
Diawin¢s D20435, D20436, B20506
Shoo Diawin¢ No. D-80783FW
Shoo DrawinR No. 13476
Shop Dawingv No. 6461
A-023 Crntunon
Shop Drawing FH-12
A-423 S�oer Cennnon 200
Shoo Drawine No.960250
Wa�erous I'acer WB67
W aterMaster 5CD250
Model 1000 DetectorCheck Valve
Ma¢netic Drive Vertical
I"&2"
I/2�� �.�&2.�
�„ Z„�3„
A W W A G502
A W W A G502
A W W A G502
AWWA C-502
A W W A G502
A W W A G502
AWWA C-502
A W WA G502
A W W A G502
AWWAG502
AWWA C-502
AW WA C550
AW WA C701. Class I
4" - 10"
3/4" 6"
* From Original5tandard Products List 4
FORT WORTH�
IApprovall Spec No. IClasssification
�
5/25/201 R
l2/6/201 R
l2/6/201 R
9/6/2019
9/6/2019
9/6/2019
9/6/2019
07/23/92
08/ I I /98
02/26/14
OS/14/98
OS/14/98
I I /09/04
02/29/12
02/29/12
08/OS/04
03/06/19
08/OS/04
08/10/98
10/12/10
08/16/06
11/07/16
11/07/16
04/19/IS
03/19/IS
03/19/IS
12/13/02
OR/31199
OS/18/99
7 0/24/00
OR/OS/04
OS/23/91
01 /24/02
71/O8/99
O1/23/03
OS/13/OS
01/31/06
01/2R/RR
l0/04194
11/08/99
1 I /29/04
I I/30/12
OS/08/91
10/2h/16
OR/24/IR
Water - Piues/PVC (Pressure Waterl 33-31-70 (Ol/08/13)
33-II-12 �PVCPressurePipe
33 II 12 PVC Pressurc Pioc
33 L112 PVCPcessumPioe
33 L112 PVCPcessucePioe
CITY OF FORT WORTH
WATER DEPARTMENT
STANDARD PRODUCT LIST
Manufacturer
Vinyltech PVC Pipe
rroe�tr'e �ec sn-eam
7'roetife �ec Sn-eam
D�amond Ptasncs Coro��'������
Model No.
DRIS
DRI4
DRIS
DR 14
National Spec
AW WA C900, AW WA C605,
ASTM D1784
AW WA C900. AW WA C6U5.
ASTM D1784
AWWAC900
AWWAC900
AW WA C900
33 I I 12 PVC Prcvvurc Pinc Diamond Plastics Com��tion DR IS AWWA C900
AW WA C900-16
33 I I 12 PVC Prc�wrc Pipc 7-M Manufacturing Co., Inc d/b/a 7M Esglc DR 14 UL L285
ANSI/NSF 61
FM 1612
33 I I 12 PVC Prc�wrc Pipc 7-M Manufacturing Co., Inc d/b/a JM Eaglc DR I R '� ,,, , �o;
33 11 12 PVC Prcvvurc Pipc Undcrground SoluHons Inc. DRI4 Fusiblc PVC AWWA C900
331112 PVCPressurePipe NAPCO(WesTlake) DRI8 AWWAC9U0
33 11 12 PVC Pressurc Pipc NAPCO(Wcstlakc) DRI4 AWWA C900
33 11 12 PVC Prcvvurc Pipc Sandcnon Pipc Corp. DRI4 AWWA C900
Water - Piocs/Valves & Fittin�s/Ductile Iron Fittinas 33-11-ll (Ol/08/131
EI-07 DuctilelronFimngs Starl'ipeProducts,lnc. MechanicalJointFimngs AWWAC153&CI10
EI-07 DucnlelronFittin¢s GnH'inPiUel'rod�cts,Ca MechanicalJointFittinp��s AWWACIIO
EI-07 Ducnle Iron Fimn¢s McWane/Tyler Pio� Union Unlines Division Mechanical Joint Fimngs, SSB Class 350 pWy�p C 153, C I IU, C I I I
EI-07 Ducnle Iron Fittin¢s Si¢ma, Co. Mechanical Joint Fittmgs, SSB Class 351 pWy�p C 153, C I IU, C I 12
EI-07 MJ Fittin¢s Acc�cast Class 350 G153 MJ Fittings pWy�p CI53
EI-07 Ducnle Iron Joint Restraints Ford Meter Box Co.Nni-Flan¢e Uni-Flange Series 1400 pWy�p CI I I/CI53
EI-24 PVC Joint Resnzints Ford Meter Box Co.Nni-Flan¢e Uni-Flange Series 1500 Cirole-Lock pWy�p CI I I/CI53
EI-07 DucnlelronJointRestraints OneBolt,lnc. OneBol�RestrainedJoin�Fi�nng AWWACIII/CI16/CI53
33-II-II Ductilelronl'ioeMechanicalJointRestraint EBAAIron,lnc. MegalugSeries1100(forDlPipe) AWWACIII/CI16/CI53
33-II-II PVCPioeMechanicalJointResnaint EBAAIron,Inc. MegalugSeries2000(forl'VCI'ipe) AWWACIII/CI16/CI53
EI-07 MechanicalJointRetainerGlands(PVC) Si¢ma,Co. SigmaOne-LokSLC4-SLCIO pµry�pClll/CI53
33-II-II MechanicalJointRetainerGlands(PVC) Si¢ma,Co. SigmaOn�LokSLCS4-SLCSI2 pµry�pClll/CI53
EI-07 Mechanical Joint Retainer Glands(PVC) Si¢ma, Co. Sigma One-Lok SLCE pµry�p CI I I/CI53
EI-07 MJFittin¢s(DII') Si¢ma,Co. SigmaOn�LokSLDE pWy�pC153
EI-24 Intenor Resnzined Joint System S Xz. B Techncial I'rod�cts B�Ildog System ( Diamond Lok 21 &JM pSTM F-1624
EI-07 Mechanical Joint Fittin¢s SII' Ind�sn'ies(Seramoore) Mechanical Joint Fittingy pWy�p CI53
33-I I-I I Mechanical Joint Retainer Glands Star I'ioe Piroducts, Inc. I'VC S�aigrip Series 4000 pSTM A536 AW WA CI I I
33-I I-I I Mechanical Joint Retainer Glands S�ar I'ioe Products, Inc. DIP Stargrip Series 3000 pSTM A536 AW WA CI I I
EZ Grip Joint Resnzint (EZD) Black For DII'
33-II-II Mechanical Joint Retainer Glands SII'Ind�sn'ies(Seramoo�'e) ASTM A536 AWWA CIII
33-11-11 McchanicalJointRctaincrGlands SIPlndustncs(Scramporc) EZGnpJoiniResiraint(EZD)RedforC900 pSTMA536AWWACIII
DRI4 PVC Pipe
33-11-11 MahanicalJointRctaincrGlands SIPlndustncs(Scramporc) E�GnpJoiniResiraint(EZD)RedforC900 pSTMA536AWWACIII
DRIBI'VC Pipe
Water - Piues/Valves & Fittines/Resilient Seated Gate Valve* 33-12-20 (OS/13/151
Rcsilicnt WcdRnl Gatc Velvc w/no Gcars Amcncan Flow Connol Scrics 2500 DrawinK # 9420247
Rcsilicnt WalKc Gatc Velvc Amcrican Flow Conirol Scrics 2530 and Scncs 2536 AWWA C515
Rcsilicnt Walgc Getc Velvc Amcricen Flow Conirol Scncs 2520 & 2524 (SD 94-20255) AW WA C515
Rcsilicni Wa1gc Getc Velvc Amcricen Flow Conirol Scrics 251G (SD 9420247) AWWA C515
F1-26 Rcsilicnt WcdRc4atc Valvc Amc�can Flow Contrul Scncs 2500 (Ductilc Iron) AWWA C515
Rcsilicni Wa1gc Getc Velvc Amcricen Flow Conirol 42" and 4R" AFC 2500 AW WA C515
E1-26 Rcsilicni Wal„cGatc Velvc Amcricen AVK Co�nnany Amcriwn AVK Rcsilicnt 5cadcd GV AWWA C509
E1-26 RcsilicniWal„cGatcVelvc AmcricenAVKComnany
EI-26 RcsilicniSratcdC.atcVelvc Kcnncdy
EI-26 Rcsilicnt Sratcd Getc Velvc M&H
EI-26 Rcsilicnt Scatcd Getc Velvc Mucllcr Co.
RcsilicniWal„cGatcVelvc MucllcrCo. SmcsA2367(SD6647) AWWAC515
RcsilicntWcdKcQatcVelvc MucllcrCo. Sc�csA2360forIR"-24"(SD6709) AWWAGIS
RcsilicniWal„cGatcVelvc MucllcrCo. Mucllcr30"&36",C-515 AWWAC515
RcsilicniWal„cGatcVelvc MucllcrCo. Mucllcr42"&48",C-515 AWWAC515
E1-26 RcsilicniWal„cGatcValvc ClowVelvcGr. AWWAC509
Rcsilicni Wcdgc Qetc Velvc Claw VelvcCo. 16" RS aV (SD 0.20995) AWWA C515
E1-26 RcsilicniWcdgcGetcVelvc ClowVelvcCo. CIowRWValvc(SDD-21G52) AWWAC515
RcsilicniWcd„cQetcVelvc ClowVelvcCo_ CIow30"&36"G575 AWWAC515
RasilientWe eGateValve ClowValveCo. ClowValveModel2638 AWWAC515
EI-26 ResilientSea[e GateValve StockhamValves&Fittings AWWAC509,ANSI42U-sTem,
EI-26 Resilient Seated Gate Valve U.S. PiUe and Foundry Co. Mc[roscel 250, rcq�ircmcros SPL #74
33-12-20 Rcsilicnt Scatcd Gatc Velvc 81 (East Iordan Iron Workn) FJ FlowMascer Gate Valve & Boxes
Matco Gatc Valvc MatwNorca 225 MR AWWA/ANSI CI IS/An21.15
Updated: 12/29/2023
Size
�
16"-24"
4"-28"
16"-24"
y�� _ g��
16" 2A"
4"- 12„
4"- 12"
4"-12'
4" ro 36"
4" To 24"
4" ro 12'
4" ro 42'
4" ro 24'
4" to 10"
4" ro 12"
12" to 24"
4.�_�,
4" ro 12"
4" to 24'
3 _qg.,
4"-12"
IG"-24"
i F„
30" end 36"
20" and 24"
16"
4" to 12"
42" end 4R"
4" to 12"
20" and smallcr
4" - 12„
4" - 12"
4" - 12„
16"
24" and smallcr
30" and 36"
42" and 4R"
4" - 72"
16"
24" and smallcr
30" and 36" (Notc 3)
24" ta 48" I�ote 31
4" - I
3" m 16"
4" to 16"
* From Original5tandard Products List 5
FORT WORTH�
CITY OF FORT WORTH
WATER DEPARTMENT
STANDARD PRODUCT LIST
IApproval Spec No. IClasssification � Manufacturer
� Water - Pines/�alves & Fittines/Rubber Seated Butter y Valve 33-12-21 f07/10/141
� * E I 30 R�bber Seated B�tteiflv Valve Henry Pratt Co.
� * EI-30 R�bber SeateA B�tteiflv Valve Mueller Co.
� I/II/99 EI-30 RubberSeatedB�tteiflvValve DemrikValvesCo.
� 06/12/03 EI-30 ValmancAmerican B�tterflv Valve valmanc Valve and Manufacmrina Coro.
� 04/06/07 EI-30 R�bber Seated B�tteiflv Valve M&H Valve
� 03/19/IS 33 12 21 Rubber Seated B�tteiflv Valve G. A. Industries (Golden Anderson)
�
� Water - Polvethvlene Encasement 33-11-10 f01/08/13)
� 05/12/05 EI-13 Polyethvlene Encasment Flexsol Packa¢ine
� OS/12105 EI-13 I'olyethylene Encasment Mountnin Sta�es I'lastics (MSP) and AEP Ind.
� OS/12105 EI-13 I'olyethyleneEncasment AEI'Ind�sn�es
� 09/06/19 33-II-II I'olyethvleneEncasment NorthrownPiroducislnc.
�
� Water - Samnlina Station
� 03/07/23 337250 �Wa[erSamolineStation Ecliose
�
IWater - Automatic Flusher
I10/21/20 Au�oma�edFlushin¢System M�ellerHydroe�ard
I 04/09/21 Automatal Flushing Sysicm Kupfcrlc Foundry Company
I 04/09/21 Automatal Flushing Sysicm Kupfcrlc Foundry Company
�
Model No.
Valmatic Amencan Butterfly Valve.
M&H Sryle 4500 Xc 1450
AW WA CSU4 But[erfly Valve
Fulron En[eivnses
StanAard HarAware
Bullsnone by Cowaou�� Bolt & Gasket
PE Encasement for DII'
N�mber 88 , 12-inch Deo�h of Bury
HG6-A-1 N-2-BRN-LP RR( Poixable)
HG2-A-1 N--2-P VC-018-LPLG(I'erman ent)
Eclipsc k9R00wc
Eclip�c #9700 (Ponablc)
Updated: 12/29/2023
National Spec Size
AWWACSO4 24"
AWWAG504 24"andsmaller
AWWAG504 24"andlar¢er
AW WA CSU4 Un [0 84" diame�er
AWWAG504 24"�048"
AWWAG504 3U"-54"
AWWACI05 SmiILLD
AWWAC105 SmiILLD
AWWAC105 SmiILLD
AWWAC105 SmiILLD
As shawn in so�. 33 12 50
The Fon Wor[h Water Depar[menPs Standard Products Lis[ has been developed [o minimizethe wbmi[[al ieview ofpiroducts which mee[ the For[ Wonh Warer DepartmenPs S[andard Specitica[ions duringutiliry cons[ruc[ion prqec[s. When Technical
Specifications for specific piroducis, aie included as paiYofthe Consnucnon Conn-�ct Doc�menr, the iequirements ofthe Technical Specificanon will overnde the FoiY Worth Warer Depar[ment's Standard Specificanons and the Fort Worth Water DeparnnenYs
Srnndard Piroducts Listand approval ofthe specific products will be based on therequirements ofthe Technical Specification whether or notthe specificprod�ct meets the Fort WoiYh Water Deparm�ent's Standard Specifications or is on the Fort WoiYh Water
Ydlow Highlight indicatcs rcccnt changcti
* From Original5tandard Products List 6