Loading...
HomeMy WebLinkAbout064166-PM1 - Construction-Related - Contract - CanTex Joel East, LLC and Mercury Concrete, Inc.PROJECT MANUAL FOR THE CONSTRUCTION OF Water and Sewer Improvements to 2121 Joel East Road Addition IPRC25-0091 CPN No.: 106335 FID No.: 30114-0200431-106335-E07685 File No.: N/A X No.: X-28633 Mattie Parker Jesus “Jay” Chapa Mayor City Manager Christopher P. Harder, P.E. Director, Water Department Lauren Prieur P.E. Director, Transportation and Public Works Department Prepared for The City of Fort Worth February 2026 CSC No. 64166-PM1 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 1 of 5 CITY OF FORT WORTH Water and Sewer Improvements to 2121 Joel East Road Addition STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised March 20, 2020 CPN 106335 SECTION 00 00 10 TABLE OF CONTENTS DEVELOPER AWARDED PROJECTS Division 00 - General Conditions Last Revised 00 11 13 Invitation to Bidders 03/20/2020 00 21 13 Instructions to Bidders 03/20/2020 00 41 00 Bid Form 04/02/2014 00 42 43 Proposal Form Unit Price 05/22/2019 00 43 13 Bid Bond 04/02/2014 00 45 11 Bidders Prequalification’s 04/02/2014 00 45 12 Prequalification Statement 09/01/2015 00 45 13 Bidder Prequalification Application 03/09/2020 00 45 26 Contractor Compliance with Workers' Compensation Law 04/02/2014 00 45 40 Minority Business Enterprise Goal 08/21/2018 00 52 43 Agreement 06/16/2016 00 61 25 Certificate of Insurance 07/01/2011 00 62 13 Performance Bond 01/31/2012 00 62 14 Payment Bond 01/31/2012 00 62 19 Maintenance Bond 01/31/2012 00 72 00 General Conditions 11/15/2017 00 73 00 Supplementary Conditions 07/01/2011 00 73 10 Standard City Conditions of the Construction Contract for Developer Awarded Projects 01/10/2013 Division 01 - General Requirements Last Revised 01 11 00 Summary of Work 12/20/2012 01 25 00 Substitution Procedures 08/30/2013 01 31 19 Preconstruction Meeting 08/30/2013 01 31 20 Project Meetings 07/01/2011 01 32 33 Preconstruction Video 08/30/2013 01 33 00 Submittals 08/30/2013 01 35 13 Special Project Procedures 08/30/2013 01 45 23 Testing and Inspection Services 03/20/2020 01 50 00 Temporary Facilities and Controls 07/01/2011 01 55 26 Street Use Permit and Modifications to Traffic Control 07/01/2011 01 57 13 Storm Water Pollution Prevention Plan 07/01/2011 01 60 00 Product Requirements 03/20/2020 01 66 00 Product Storage and Handling Requirements 04/07/2014 01 70 00 Mobilization and Remobilization 04/07/2014 01 71 23 Construction Staking 04/07/2014 01 74 23 Cleaning 04/07/2014 01 77 19 Closeout Requirements 04/07/2014 01 78 23 Operation and Maintenance Data 04/07/2014 01 78 39 Project Record Documents 04/07/2014 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 5 CITY OF FORT WORTH Water and Sewer Improvements to 2121 Joel East Road Addition STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised March 20, 2020 CPN 106335 Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City’s website at: http://fortworthtexas.gov/tpw/contractors/ or https://apps.fortworthtexas.gov/ProjectResources/ Division 02 - Existing Conditions Last Revised 02 41 13 Selective Site Demolition 12/20/2012 02 41 14 Utility Removal/Abandonment 12/20/2012 02 41 15 Paving Removal 02/02/2016 Division 03 - Concrete 03 30 00 Cast-In-Place Concrete 12/20/2012 03 34 13 Controlled Low Strength Material (CLSM) 12/20/2012 03 34 16 Concrete Base Material for Trench Repair 12/20/2012 03 80 00 Modifications to Existing Concrete Structures 12/20/2012 Division 26 - Electrical 26 05 00 Common Work Results for Electrical 11/22/2013 26 05 10 Demolition for Electrical Systems 12/20/2012 26 05 33 Raceways and Boxes for Electrical Systems 12/20/2012 26 05 43 Underground Ducts and Raceways for Electrical Systems 07/01/2011 26 05 50 Communications Multi-Duct Conduit 02/26/2016 Division 31 - Earthwork 31 10 00 Site Clearing 12/20/2012 31 23 16 Unclassified Excavation 01/28/2013 31 23 23 Borrow 01/28/2013 31 24 00 Embankments 01/28/2013 31 25 00 Erosion and Sediment Control 12/20/2012 31 36 00 Gabions 12/20/2012 31 37 00 Riprap 12/20/2012 Division 32 - Exterior Improvements 32 01 17 Permanent Asphalt Paving Repair 12/20/2012 32 01 18 Temporary Asphalt Paving Repair 12/20/2012 32 01 29 Concrete Paving Repair 12/20/2012 32 11 23 Flexible Base Courses 12/20/2012 32 11 29 Lime Treated Base Courses 12/20/2012 32 11 33 Cement Treated Base Courses 12/20/2012 32 11 37 Liquid Treated Soil Stabilizer 08/21/2015 32 12 16 Asphalt Paving 12/20/2012 32 12 73 Asphalt Paving Crack Sealants 12/20/2012 32 13 13 Concrete Paving 12/20/2012 32 13 20 Concrete Sidewalks, Driveways and Barrier Free Ramps 06/05/2018 32 13 73 Concrete Paving Joint Sealants 12/20/2012 32 14 16 Brick Unit Paving 12/20/2012 32 16 13 Concrete Curb and Gutters and Valley Gutters 10/05/2016 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 5 CITY OF FORT WORTH Water and Sewer Improvements to 2121 Joel East Road Addition STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised March 20, 2020 CPN 106335 32 17 23 Pavement Markings 11/22/2013 32 17 25 Curb Address Painting 11/04/2013 32 31 13 Chain Fences and Gates 12/20/2012 32 31 26 Wire Fences and Gates 12/20/2012 32 31 29 Wood Fences and Gates 12/20/2012 32 32 13 Cast-in-Place Concrete Retaining Walls 06/05/2018 32 91 19 Topsoil Placement and Finishing of Parkways 12/20/2012 32 92 13 Hydro-Mulching, Seeding, and Sodding 12/20/2012 32 93 43 Trees and Shrubs 12/20/2012 Division 33 - Utilities 33 01 30 Sewer and Manhole Testing 12/20/2012 33 01 31 Closed Circuit Television (CCTV) Inspection 03/03/2016 33 03 10 Bypass Pumping of Existing Sewer Systems 12/20/2012 33 04 10 Joint Bonding and Electrical Isolation 12/20/2012 33 04 11 Corrosion Control Test Stations 12/20/2012 33 04 12 Magnesium Anode Cathodic Protection System 12/20/2012 33 04 30 Temporary Water Services 07/01/2011 33 04 40 Cleaning and Acceptance Testing of Water Mains 02/06/2013 33 04 50 Cleaning of Sewer Mains 12/20/2012 33 05 10 Utility Trench Excavation, Embedment, and Backfill 12/12/2016 33 05 12 Water Line Lowering 12/20/2012 33 05 13 Frame, Cover and Grade Rings – Cast Iron 01/22/2016 33 05 13.10 Frame, Cover and Grade Rings – Composite 01/22/2016 33 05 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to Grade 12/20/2012 33 05 16 Concrete Water Vaults 12/20/2012 33 05 17 Concrete Collars 12/20/2012 33 05 20 Auger Boring 12/20/2012 33 05 21 Tunnel Liner Plate 12/20/2012 33 05 22 Steel Casing Pipe 12/20/2012 33 05 23 Hand Tunneling 12/20/2012 33 05 24 Installation of Carrier Pipe in Casing or Tunnel Liner Plate 06/19/2013 33 05 26 Utility Markers/Locators 12/20/2012 33 05 30 Location of Existing Utilities 12/20/2012 33 11 05 Bolts, Nuts, and Gaskets 12/20/2012 33 11 10 Ductile Iron Pipe 12/20/2012 33 11 11 Ductile Iron Fittings 12/20/2012 33 11 12 Polyvinyl Chloride (PVC) Pressure Pipe 11/16/2018 33 11 13 Concrete Pressure Pipe, Bar-Wrapped, Steel Cylinder Type 12/20/2012 33 11 14 Buried Steel Pipe and Fittings 12/20/2012 33 12 10 Water Services 1-inch to 2-inch 02/14/2017 33 12 11 Large Water Meters 12/20/2012 33 12 20 Resilient Seated Gate Valve 12/20/2012 33 12 21 AWWA Rubber-Seated Butterfly Valves 12/20/2012 33 12 25 Connection to Existing Water Mains 02/06/2013 33 12 30 Combination Air Valve Assemblies for Potable Water Systems 12/20/2012 33 12 40 Fire Hydrants 01/03/2014 33 12 50 Water Sample Stations 12/20/2012 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 4 of 5 CITY OF FORT WORTH Water and Sewer Improvements to 2121 Joel East Road Addition STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised March 20, 2020 CPN 106335 33 12 60 Standard Blow-off Valve Assembly 06/19/2013 33 31 12 Cured in Place Pipe (CIPP) 12/20/2012 33 31 13 Fiberglass Reinforced Pipe for Gravity Sanitary Sewers 12/20/2012 33 31 15 High Density Polyethylene (HDPE) Pipe for Sanitary Sewer 12/20/2012 33 31 20 Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe 06/19/2013 33 31 21 Polyvinyl Chloride (PVC) Closed Profile Gravity Sanitary Sewer Pipe 12/20/2012 33 31 22 Sanitary Sewer Slip Lining 12/20/2012 33 31 23 Sanitary Sewer Pipe Enlargement 12/20/2012 33 31 50 Sanitary Sewer Service Connections and Service Line 04/26/2013 33 31 70 Combination Air Valve for Sanitary Sewer Force Mains 12/20/2012 33 39 10 Cast-in-Place Concrete Manholes 12/20/2012 33 39 20 Precast Concrete Manholes 12/20/2012 33 39 30 Fiberglass Manholes 12/20/2012 33 39 40 Wastewater Access Chamber (WAC) 12/20/2012 33 39 60 Epoxy Liners for Sanitary Sewer Structures 12/20/2012 33 41 10 Reinforced Concrete Storm Sewer Pipe/Culverts 07/01/2011 33 41 11 High Density Polyethylene (HDPE) Pipe for Storm Drain 12/20/2012 33 41 12 Reinforced Polyethlene (SRPE) Pipe 11/13/2015 33 46 00 Subdrainage 12/20/2012 33 46 01 Slotted Storm Drains 07/01/2011 33 46 02 Trench Drains 07/01/2011 33 49 10 Cast-in-Place Manholes and Junction Boxes 12/20/2012 33 49 20 Curb and Drop Inlets 12/20/2012 33 49 40 Storm Drainage Headwalls and Wingwalls 07/01/2011 Division 34 - Transportation 34 41 10 Traffic Signals 10/12/2015 34 41 10.01 Attachment A – Controller Cabinet 12/18/2015 34 41 10.02 Attachment B – Controller Specification 02/2012 34 41 10.03 Attachment C – Software Specification 01/2012 34 41 11 Temporary Traffic Signals 11/22/2013 34 41 13 Removing Traffic Signals 12/20/2012 34 41 15 Rectangular Rapid Flashing Beacon 11/22/2013 34 41 16 Pedestrian Hybrid Signal 11/22/2013 34 41 20 Roadway Illumination Assemblies 12/20/2012 34 41 20.01 Arterial LED Roadway Luminaires 06/15/2015 34 41 20.02 Freeway LED Roadway Luminaires 06/15/2015 34 41 20.03 Residential LED Roadway Luminaires 06/15/2015 34 41 30 Aluminum Signs 11/12/2013 34 41 50 Single-Mode Fiber Optic Cable 02/26/2016 34 71 13 Traffic Control 11/22/2013 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 5 of 5 CITY OF FORT WORTH Water and Sewer Improvements to 2121 Joel East Road Addition STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised March 20, 2020 CPN 106335 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-01 60 00 Product Requirements END OF SECTION 00 42 43 DAP - BID PROPOSAL Page 1 of 12 SECTION 00 42 A3 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID Project Item Infomtation Bidlist Item I I No. Description UNIT I: WATER 1 3311.0161 - 6" PVC Water Pipe I 2 3311.0001 - Ductile Iron Water Fittings w/ Restraint I 3 3312.0106 - Connection to Existing 16" Water Main I 4 3312.3002 - 6" Gate Valve I 5 3312.2003 - 1" Water Service I 6 3312.2203 - 2" Water Service I 7 3201.0614 - Conc Pvmt Repair, Residential I 8 3305.0109 - Trench Safety I 9 I 10 I _ 11 I _,.. �^�_ 12 I -------- . .- --- - ----- ---- - --- 13 _�� _. 14 15 ____�.. �_� 16 -.__ _-- ---- - 17 . _ 1,$ _ _ _ ..�. 19 _._ 20 _. _ --- -- --- - -- 21 . _ 22 23 _... --------�._ _.._------- -- _. 24 __� � 25 . 26 _ - - _ -- -, _ _ 27 _ _-_— _ _ - --- - - _ _.. 28 _ ____. 29 --- - - � ._ ______ 30 3� _ __-_- ------ ----..��- - - _ __ 32 _ _ _�., _..__ . 33 34 _ ---- ----- - - - - - -- 35 36 _ __ _____ _ . . ___ _ __y _ _�.� ____. .---._ 37 38 Specification I Section No. � IMPROVEMENI 33 11 12 � 3311 11 I 331225 I 331220 I 33121a I 331210 I 32 01 29 I 330510 I � � � � I II � _ �. . i =. � __ � � � � _�_ � y � _ � � Bidder's Application Bidde�s Proposal Unit of I Bid Measure Quantity Unit Price S LF 10I $85.00 TON 1I $3,500.00 EA 1I $3,000.00 EA 1I $2,000.00 EA 1, $800.00 EA 1I $1,600.00 SF 53I $35.00 LF I 25I $15.00 � � � � � � � � f 1 � � � � � � � � � � � � � � { � I I � � � � � � � � � � � � � � � � I � I � � � � � � TOTAL UNIT I: WATER IMPROVEMENTS CITY OF FOR'C WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 Bid Value $850.00 $3,500.00 $3,000.00 $2,000.00 $800.00 $1,600.00 $1, 855.00 $375.00 $13,980.00 00 42 43_Bid Proposal_DAP (Firs[ Pass Done) 00 42 43 DAP - BID PROPOSAL Page 2 of 12 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID Project Item Information Bidlist Item I I No. Description UNIT II: SANITARY SE 2 3331.5743 - 4" Sewer Pipe, CLSM Backfill I 3 3305.0109 - Trench Safety I 4 3339.1002 - 4' Drop Manhofe I 5 3339.0001 - Epoxy Manhole Liner I 6 3301.0101 - Manhole Vacuum Testing I 7 9999.001 Connect to existing manhole with Coring I $ � 9 I _ . . __. _ _. _ _. ___ _ . 10 I _ _ _ _ . 11 I �..____._�. __V_._ . �._ 12 I � �____ _._r _._ . .___ .._ .. _ _ . , 13 I __ . __ ___ _ _ .__ � _ 14 �_____ � .. _ _ �.. _._..__� _. ...._.. 15 _...._..._..___�_.. - - � � 16 i ._. _. _.._ _ ._ .__. _- ---. -�. _ .____, _ _ _____.._. 17 _. . __. �_.________e___,_._,_. _._.. _ __ ____ w _ - 18 __ ____ _.. _.__.�___. _.m_��__, 19 _. __ _.___„__... ... 20 - ... _.__ _�.__�.,�... . _ 21 _ ..—_ �__ .__.a._ '____.._---- -- 22 _______.�.__._ � �._._ 23 _ .___ _ _.______.r_____._ 24 --------.�____ _..- - ------ 25 _._ ___.. ____ 26 ..�_._ __ _. 27 ._Y.__e.�------.—._-_---- ___ _- 28 _.� �.. _m__.... 29 _ .�...W,_ 30 �..__._�.-- --- _ _.. 31 __�---_ _ ,. 32 -- — --- --- -- --. 33 _ ____....�.__. 34 .....�. ._ __._ � __. ��_ . _ . . __ ___ _ .. _ ...._ 35 _ __ ____ __ _ _. . . _ _. �_ _ �._._ —_ 36 _ .... _ _._.._ ._._..___� __ _. 37 _.yW_�__ _..�._._ 38 . _ --------- -- —_ _ 39 _,.m�__�— _,.. .._ _. _ _ _ __ 40 _� __�... 41 -_..._____.__ -- 42 .__._.__- ____n m _ 43 44 Specificarion Unit of Section No. Measure :WER IMPROVEMENTS 33 11 10,33 31 20 �F I 33 05 10 LF 33 39 10,33 39 20 Ep, ( 33 39 60 SF I 33 01 30 EA � 33 39 10 EA I � � � .___._ ___ _m. i - --. II I II_.__._�._... . i _ _. � � � _ i .- � _ _ � ____ _ _ .... I- - - --. � � � � � Bidder's Application Biddets Proposal Bid Unit Price Quantity 11I $65.00 11 $15.00 1� $4,377.0( 22I $15.0C 1I $450A( 1I $2,OOOA( � � � � � � � � � � � � � � � � II i � � � � � � � � � � 1 I � � � � � � � � Bid Value $715.00 $165.00 $4,377.00 $330.00 $450.00 $2,000.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SP£CIFICATION DOCUMENTS - DEVELOPER AWARDED PROIECTS Fortn Version May 22, 2019 00 42 43_Bid Proposal_DAP (First Pass Done) 00 42 43 DAP -BID PROPOSAL Pagc 3 of 12 SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID Project Item Information Bidder's Application Bidde�'s Proposal BidlistIteml . I Specification I Unitof � Bid Aescnption No. Section No. Measure Quantity - .45 I _...___.._..__.__ _ _._ .. I I I � TOTAL UNIT II: SANITARY SEWER IMPROVEMENTS CITY OF FORT WOATH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Foan Vecsion May 22, 2019 Unit Price � Bid Value $8,037.00 00 42 43_Bid Proposal_DAP (First Pass Done) 00 42 43 DAP - BID PROPOSAL Page 4 of 12 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 00 42 43_Bid Proposal_DAP (First Pass Done) SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item No. Description Specification Section No. Unit of Measure Bid Quantity Unit Price Bid Value UNIT III: DRAINAGE IMPROVEMENTS 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 00 42 43 DAP - BID PROPOSAL Page 5 of 12 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 00 42 43_Bid Proposal_DAP (First Pass Done) SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item No. Description Specification Section No. Unit of Measure Bid Quantity Unit Price Bid Value 44 45 TOTAL UNIT III: DRAINAGE IMPROVEMENTS 00 42 43 DAP - BID PROPOSAL Page 6 of 12 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 00 42 43_Bid Proposal_DAP (First Pass Done) SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item No. Description Specification Section No. Unit of Measure Bid Quantity Unit Price Bid Value UNIT IV: PAVING IMPROVEMENTS 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 00 42 43 DAP - BID PROPOSAL Page 7 of 12 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 00 42 43_Bid Proposal_DAP (First Pass Done) SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item No. Description Specification Section No. Unit of Measure Bid Quantity Unit Price Bid Value 44 45 TOTAL UNIT IV: PAVING IMPROVEMENTS 00 42 43 DAP - BID PROPOSAL Page 8 of 12 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 00 42 43_Bid Proposal_DAP (First Pass Done) SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item No. Description Specification Section No. Unit of Measure Bid Quantity Unit Price Bid Value UNIT V: STREET LIGHTING IMPROVEMENTS 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 00 42 43 DAP - BID PROPOSAL Page 9 of 12 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 00 42 43_Bid Proposal_DAP (First Pass Done) SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item No. Description Specification Section No. Unit of Measure Bid Quantity Unit Price Bid Value 44 45 TOTAL UNIT V: STREET LIGHTING IMPROVEMENTS 00 42 43 DAP - BID PROPOSAL Page 10 of 12 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 00 42 43_Bid Proposal_DAP (First Pass Done) SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item No. Description Specification Section No. Unit of Measure Bid Quantity Unit Price Bid Value UNIT VI: TRAFFIC SIGNAL IMPROVEMENTS 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 00 42 43 DAP - BID PROPOSAL Page 11 of 12 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS - DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 00 42 43_Bid Proposal_DAP (First Pass Done) SECTION 00 42 43 Developer Awarded Projects - PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item No. Description Specification Section No. Unit of Measure Bid Quantity Unit Price Bid Value 44 45 TOTAL UNIT VI: TRAFFIC SIGNAL IMPROVEMENTS SECTION 00 42 43 Developer Awarded Projects -PROPOSAL FORM 00 42 43 DAP • BID PROPOSAL Page 12 of 12 UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item I Descr iption I Sp ecification I Unitof I Bid Unit Pr ice I Bid Value No. Section No. Measur e Quantity Bid Summary UNIT I: WATER IMPROVEMENTS UNIT II: SANITARY SEWER IMPROVEMENTS UNIT Ill: DRAINAGE IMPROVEMENTS UNIT IV: PAVING IMPROVEMENTS UNIT V: STREET LIGHTING IMPROVEMENTS UNIT VI: TRAFFIC SIGNAL IMPROVEMENTS ------Total Construction Bid This Bid is submitted by the entity named below: BIDDER: Mercury Concrete, Inc 301 Main Street, Lake Dallas, TX 75065 BY: Doug Crow SIGNATURE: --+-+-,;;;,,;.=:a.._.�;..........,,.'--­TITL E: DATE: Contractor agrees to complete WORK for FINAL ACCEPTANCE within 60working days after the date when the CONTRACT commences to run as provided in the General Conditions. END OF SECTION CITY OF FORT WORTH $13,980.00 $8,037.00 $22,017.00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS· DEVELOPER AWARDED PROJECTS Form Version May 22, 2019 00 42 43 _Bid Proposal_DAP (First Pass Done) SECTION 00 45 13 DAP-PREQUALIFICA TION STATEMENT 00 45 12 DAP PREQUALffiCATION STATEMENf Page I oft ·Each Bidder is required to complete the information below by identifying the prequalified contractors and/ or subcontractors whom they intend to utilize for the major work type( s) listed. In the "Major Work Type" box provide the complete major work type and actual description as provided by the Water ··Department for water and sewer and TPW for paving. Major Work Type Contractor/Subcontractor Company Name Prequalification Expiration Date Sanitary Sewer Manhole Structure Interior Lining- Warren or Chesterton Coating BCAC Underground, LLC - Warren 4/30/26 . The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: Mercury Concrete, Inc 301 Main Street Lake Dallas, TX 75065 CITY OF FORT WORTH END OF SECTION STANDARD CONSTRUCTION PREQUALIFICATION STATEMENT-DEVELOPER AWARDED PROJECTS Form Version September 1, 2015 (Signature) 00 4512_Prequalification Statement 2015_DAP 00 45 26-1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW 1 SECTION 00 45 26 2 CONTRACTORCOMPLIANCE WITHWORKER'S COMPENSATION LAW 3 4 Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it Page I of I 5 provides worker's compensation insurance coverage for all of its employees employed on City 6 Project No. CPN 106335. Contractor further certifies that, pursuant to Texas Labor Code, Section 7 406.096(b), as amended, it will provide to City its subcontractor's certificates of compliance with 8 worker's compensation coverage. 9 10 CONTRACTOR: 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 Mercury Concrete, Inc By: Doug Crow Company 301 Main Street Address (Please Print) s;gnarure c?u Cv IV Lake Dallas, TX 75065 Title: Owner City/State/Zip (Please Print) THE STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, on this day personally appeared Doug Crow, known to me to be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that he/she executed the same as the act and deed of Mercury Concrete, Inc for the purposes and consideration therein expressed and in the capacity therein stated. GIV,.t:N UNDER MY HAND AND SEAL OF OFFICE this ----'�"'-'-� ___ day of t±:J I �rtt , 20 :.z6 Tu . ·"• CHANEY RESPONDEK · .. <.,_ Notary Public _:•STATE OF TEXAS 786105 , Ftbrua,y 28, 2028 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 2, 2014 Water and Sewer Improvements to 2121 Joel East Road Addition 106335 00 52 43 - 1 Developer Awarded Project Agreement Page 1 of 4 CITY OF FORT WORTH Water and Sewer Improvements to 2121 Joel East Road Addition STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised June 16, 2016 106335 1 SECTION 00 52 43 2 AGREEMENT 3 4 5 6 7 8 9 10 11 12 13 14 THIS AGREEMENT, authorized on August 25, 2025 is made by and between the Developer, CanTex Joel East, LLC, authorized to do business in Texas (“Developer”) , and Mercury Concrete, Inc, authorized to do business in Texas, acting by and through its duly authorized representative, (“Contractor”). Developer 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 Sewer Improvements to 2121 Joel East Road Additions CPN 10633515 16 Article 3. CONTRACT TIME 17 3.1 Time is of the essence. 18 All time limits for Milestones, if any, and Final Acceptance as stated in the Contract 19 Documents are of the essence to this Contract. 20 3.2 Final Acceptance. 21 The Work will be complete for Final Acceptance within 60 working days after the date 22 when the Contract Time commences to run as provided in Paragraph 12.04 of the Standard 23 City Conditions of the Construction Contract for Developer Awarded Projects. 24 3.3 Liquidated damages 25 Contractor recognizes that time is of the essence of this Agreement and that Developer 26 will suffer financial loss if the Work is not completed within the times specified in 27 Paragraph 3.2 above, plus any extension thereof allowed in accordance with Article 10 of 28 the Standard City Conditions of the Construction Contract for Developer Awarded 29 Projects. The Contractor also recognizes the delays, expense and difficulties involved in 30 proving in a legal proceeding the actual loss suffered by the Developer if the Work is not 31 completed on time. Accordingly, instead of requiring any such proof , Contractor agrees 32 that as liquidated damages for delay (but not as a penalty), Contractor shall pay 33 Developer Five Dollars ($5) for each day that expires 34 after the time specified in Paragraph 3.2 for Final Acceptance until the City issues the 35 Final Letter of Acceptance. CITY OF FORT WORTH Water and Sewer Improvements to 2121 Joel East Road Addition STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised June 16, 2016 106335 36 00 52 43 - 2 Developer Awarded Project Agreement Page 2 of 4 37 38 39 40 Article 4. CONTRACT PRICE Developer agrees to pay Contractor for performance of the Work in accordance with the Contract Documents an amount in current funds of Twenty two thousand, seventeen Dollars ($22,017.). Article 5. CONTRACT DOCUMENTS 41 5.1 CONTENTS: 42 A.The Contract Documents which comprise the entire agreement between Developer and 43 Contractor concerning the Work consist of the following: 44 1.This Agreement. 45 2.Attachments to this Agreement: 46 a.Bid Form (As provided by Developer) 47 1)Proposal Form (DAP Version) 48 2)Prequalification Statement 49 3)State and Federal documents (project specific) 50 b.Insurance ACORD Form(s) 51 c.Payment Bond (DAP Version) 52 d.Performance Bond (DAP Version) 53 e.Maintenance Bond (DAP Version) 54 f.Power of Attorney for the Bonds 55 g.Worker’s Compensation Affidavit 56 h.MBE and/or SBE Commitment Form (If required) 57 3.Standard City General Conditions of the Construction Contract for Developer 58 Awarded Projects. 59 4.Supplementary Conditions. 60 5.Specifications specifically made a part of the Contract Documents by attachment 61 or, if not attached, as incorporated by reference and described in the Table of 62 Contents of the Project’s Contract Documents. 63 6.Drawings. 64 7.Addenda. 65 8.Documentation submitted by Contractor prior to Notice of Award. 66 9.The following which may be delivered or issued after the Effective Date of the 67 Agreement and, if issued, become an incorporated part of the Contract Documents: 68 a.Notice to Proceed. 69 b.Field Orders. 70 c.Change Orders. 71 d.Letter of Final Acceptance. 74 75 00 52 43 - 3 Developer Awarded Project Agreement Page 3 of 4 CITY OF FORT WORTH Water and Sewer Improvements to 2121 Joel East Road Addition STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – DEVELOPER AWARDED PROJECTS Revised June 16, 2016 106335 76 Article 6. INDEMNIFICATION 77 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own 78 expense, the city, its officers, servants and employees, from and against any and all 79 claims arising out of, or alleged to arise out of, the work and services to be performed 80 by the contractor, its officers, agents, employees, subcontractors, licenses or invitees 81 under this contract. This indemnification provision is specifically intended to operate 82 and be effective even if it is alleged or proven that all or some of the damages being 83 sought were caused, in whole or in part, by any act, omission or negligence of the city. 84 This indemnity provision is intended to include, without limitation, indemnity for 85 costs, expenses and legal fees incurred by the city in defending against such claims and 86 causes of actions. 87 88 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, 89 the city, its officers, servants and employees, from and against any and all loss, damage 90 or destruction of property of the city, arising out of, or alleged to arise out of, the work 91 and services to be performed by the contractor, its officers, agents, employees, 92 subcontractors, licensees or invitees under this contract. This indemnification 93 provision is specifically intended to operate and be effective even if it is alleged or 94 proven that all or some of the damages being sought were caused, in whole or in part, 95 by any act, omission or negligence of the city. 96 97 Article 7. MISCELLANEOUS 98 7.1 Terms. 99 Terms used in this Agreement are defined in Article 1 of the Standard City Conditions of 100 the Construction Contract for Developer Awarded Projects. 101 7.2 Assignment of Contract. 102 This Agreement, including all of the Contract Documents may not be assigned by the 103 Contractor without the advanced express written consent of the Developer. 104 7.3 Successors and Assigns. 105 Developer and Contractor each binds itself, its partners, successors, assigns and legal 106 representatives to the other party hereto, in respect to all covenants, agreements and 107 obligations contained in the Contract Documents. 108 7.4 Severability. 109 Any provision or part of the Contract Documents held to be unconstitutional, void or 110 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all 111 remaining provisions shall continue to be valid and binding upon DEVELOPER and 112 CONTRACTOR. 113 7.5 Governing Law and Venue. 114 This Agreement, including all of the Contract Documents is performable in the State of 115 Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the 116 Northern District of Texas, Fort Worth Division. 117 00 52 43 -4 Developer Awarded Project Agreement Page4of4 118 7.6 Authority to Sign. 119 Contractor shall attach evidence of authority to sign Agreement, if other than duly 120 authorized signatory of the Contractor. 121 122 IN WITNESS WHEREOF, Developer and Contractor have executed this Agreement in multiple 123 counterparts. 124 125 This Agreement is effective as of the last date signed by the Parties ("Effective Date"). 126 127 Contractor: Mercury Concrete, Inc B Doug Crow (Printed Name) Title: Company Name: Mercury Concrete, Inc Address: 301 Main Street City/State/Zip: Lake Dallas, TX 75065 <o(u lz.s Date Developer: �Joel fast, LLC r � E£__, = ' (Signature) �/ ,(, � Jay Malhan (Printed Name) Title: Company name: Can Tex Joel East, LLC Address: 107 Pittsburg City/State/Zip: Dallas, TX 75207 Date CITY OF FORT WORTH Water and Sewer Improvements to 2121 Joel East Road Addition STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS-DEVELOPER AW ARD ED PROJECTS 1!J§m Revised June 16, 2016 006213-1 PERFORMANCE BOND 2 3 4 THESTATEOFTEXAS 101611227 SECTION 00 62 13 PERFORMANCE BOND Page I of3 5 § § § KNOW ALL BY THESE PRESENTS: 6 COUNTY 01!' TARRANT 7 That we, -�M=e-'-'rc"""u�ry'---"-C-"o'--nc'--r_e_te_,__, _ln_c_. -------------�· known as 8 "Principal" herein and M erchan ts National Bonding, Inc. , a corporate 9 surety(sureties, if more than one) duly authorized to do business in the State of Texas, known as 10 "Surety" herein (whether one or more), are held and finnly bound unto the Developer, CanT ex Jo el Ea st, LLC 11 , authorized to do business in Texas ("Developer") and the City of Fort Worth, a Texas municipal 12 co rporation ("City"), in the penal sum o f, Sixteen Thousa nd Sixty Seven and 00/100 13 Dollars($ 16,067.00 ), lawful money of the United States, to be paid in Fort 14 Worth, Tarrant County, Texas for the payment of which sum well and truly to be made jointly 15 unto the Developer and the City as dual obligees, we bind ourselves, our heirs, executors, 16 administrators, su ccessors and assigns, jointly and severally, firmly by these presents. l 7 WHEREAS, Developer and City have entered into an Agreement for the construction of 18 community facilities in the City of Fort Worth by and through a Community Facilities 19 Agreement, CFA Number \f12C.,Z5-Vcflt and 20 WHEREAS, the Principal has entered into a certain written contract with the Developer awarded 21 the �day of August . 20� which Contract is hereby referred to and made a 22 part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment labor 23 and other accessories defined by law, in the prosecution of the Work, including any Change 24 Orders, as provided for in said Contract designated as Water and Sewer Improvements to 2121 25 Joel East Road Addition. 26 NOW, THEREFORE, the condition of this obligation is such that if the said Principal 27 shall faithfully perform it obligations under the Contract and shall in all respects duly and 28 faithfully perform the Work, including Change Orders, under the Co ntract, according to the plans, 29 specifications, and contract documents therein referred to, and as well during any period of 30 extension of the Contract that may be granted on the part of the Developer and/or City, then this 31 obligation shall be and become null and void, otherwise to remain in full force and effect. CITY OF FORT WORTH Water and Sewer Tmprovements to 2121 Joel east Road Addition STANDARD CITY CONDTTIONS-DEVELOPER AWARDED PROJECTS lJJ�li Rc:'Viscd January 31, 2012 00 6213 -2 PERFORMANCE BO:t-<U Pagc2of3 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 2 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 3 Worth Division. 4 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 5 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 6 accordance with the provisions of said statue. 7 lN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED 8 this instrument by duly authorized agents and officers on this the 22nd day of __ _ 9 ATIBST: (Principal) Secretary PRINCIPAL: Mercury Concrete, Inc. BY:cb_� - Sit:}Name and Title Address: 301 Main Street Lake Dallas, TX 75065 SURETY: Merchants_National Bonding, Inc. BY� Signature Caleb Hale, Attorney-in-Fact Name and Title Address: 2255 Ridge Road, Ste. 333 __ ,.__,.,_.,Rockwall, TX 75087 -. - / -. 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 . . . CITY OF FORT WORTH STANDARD CITY CONDITIONS-DEVELOPER AWARDED PROJECTS Revised January 31,2012 Water and Sewer Im provements to 212 I Joel east Road A.ddition 1 2 3 4 5 6 7 8 9 10 11 12 *Note: Amy Butler Sr Client Manager, Surety 006213-3 PERFORMANCE BOND Page 3 of3 Telephone Number: _9_7_2_-_7_72_-_7_2_2_0 __ If signed by an officer of the Surety Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. CITY OF FORT WORTH Water and Sewu Improvements to 2121 Joel east R1Xld Addition STANDARD ClTY CONDITIONS -DEVELOPER AW ARD ED PROJECTS J.JJ§1». Revised January 31, 2012 1 2 3 101611227 SECTION 00 62 14 PAYMENT BOND 006214-1 l'AYMENTOOND Page I of2 4 TIIE STATE OF TEXAS § § § 5 KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT 7 That we, Mercury Concrete, Inc. known as ,a 8 "Principal" herein, and Merchants National Bonding, Inc. 9 10 11 12 13 14 15 16 17 18 19 20 2) 22 23 24 25 26 27 28 29 30 31 corporate suret)' ( or sureties if more than one), duly authorized to do business in the State of Texas, known as "Surety" herein (whether one or more), arc held and firmly bound unto the *CanTexJoel Ei;!st, LLC Developer,-Cantex Capital, authorized . to . do b . usmess . m . 1exas "(Developer"), an d the Ci· ty of Fort Worth, a Texas municipal corporation ("City"), m the penal sum of Sixteen Thousand Sixty Seven and 00/100 Dollars ($ 16,06700 ), Jawfu] money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for the payment of which sum well and truly be made jointly unto the Developer and the City as dual obligees, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, fumly by these presents: WHEREAS, Developer and City have entered into an Agreement for the construction of community facilities in the City of Fort Worth, by and through a Community Facilities Agreement, CFA Number IP12C�-OO'i't, and WHEREAS, Principal has entered into a certain written Contract with Developer, awarded the 21st day of August , 20--1.§._, which Contract is hereby referred to and made a part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment, labor and other accessories as defined by law, in the prosecution of the Work as provided for in said Contract and designated as Water and Sewer Improvements to 2121 Joel East Road Addition. NOW, THEREFORE, 11IE 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 Government Code, as amended) in the prosecution of the Work under the Contract, then this obligation shall be and become null and void; otherwise to remain in foU force and effect. CITY OF FORT WORTH Water and Sewer lmpravemenJs to 212 l Joel East Road Addition STANDARD CITY CONDITIONS -DEVELOPER AWARDED PROJECTS 106335 Revised January 31, 2012 00 62 14 -2 PAYMENT BOND Page2of2 This bond is made and executed in compliance with the provisions of Chapter 2253 of 1he 2 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 3 accordance with the provisions of said statute. 4 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED 5 this instrument by duly authorized agents and officers on this the 22nd day of 6 August , 20� 7 8 ATIEST: (Principal) Secretary t ATI'EST: N/A (Surety) Secretary Witness as to Surety Amy B� Sr Client Manager, Surety PRINCIPAL: Mercury Concrete, Inc. Name and Title Address: 301 Main Street Lake Dallas, TX 75065 SURETY: Merchants National Bonding, Inc. BY:�/;£?: Signature Caleb Hale, Attorney-in-Fact Name and Title Address: 2255 Ridge Road, Ste. 333 Rockwall, TX 75087 Telephone Number: __ 97_2_-_77_2_-_72_2_0_ • -✓ ....... ... 9 Note: If signed by an officer of the Surety, there must be on file a certified extract from the IO bylaws showing that this person has authority to sign such obligation. If Surety's physical 11 address is different from its mailing address, both must be provided. 12 13 The date of the bond shall not be prior to the date the Contract is awarded. 14 END OF SECTION CITY OF FORT WORTH Wat/!r and Sewer Improvements to 2 I 21 Joel East Rnad Addition STANDARD CITY CONDITIONS -DEVELOPER AWARDED PROJECTS 106335 RevisedJanuw:y 31, 2012 aa�zi9-1 Mt1INTENAI�TCE BOND Pane 1 of 3 r 2 3 4 5 6 7 8 9 THE �TATE O�' TEXAS COUI�TTY OF 'CAI�2ANT 101611227 SEC7CION 00 6219 1VIAiNTENANC� BONT7 § § KNOVV ALL BY TIEIESE P�tES�N'�S: § That we Mercury Concrete, Inc. "Pril�cipal" herein and Merchants National Bonding, Inc. , known as ., a corparate surety 10 (sureties, if rnore than one) duly authoriae� tc� dc� business in the State of Texas, kno�vvn as 11 "Surety" herein (whether one or more}, are held and �rmly bound unto the Developer, Cantex *CanTex 12 Capitoi, authorized to do business in Texas ("Developer") and the City of Fort Vi�orth, a Te�as �oel East, LLC 13 municipal car�oY'atio�l {"City"), in the sum oi Sixteen Thousand Sixty Seven and 00/100 14 Dollars ($ � 6,067.00 l, lawful money of the U�ited States, to be paid in �'ort 15 Woxth, Tarra�t County, Texas, for pay�menC of whicl� sum welr and trulS� be made joinily unto the 16 17 13 Develaper and the City as dual obligees and their successors, we bind ourselves, our heixs, execuiors, administrators, successors a.nd assigns, jointiy and severally, finnly by these presents. 19 �V6'giEERE.A.S, Developer and City have entered into an Agreement for the construc�ion of 20 community facilities in the City of Fort Worth by and through a Community Facilities 21 Agteement, �F'A Ivumber � P�ZS - b�i �; and 22 23 24 25 26 27 zs 29 30 31 32 33 34 V6'HEREAS, t11e Principal has entered into a certain wxitten coz�tract with the Developer awarded the 27 St day af August , 24 25 , which Contract is hereby referred to and a made part hereof for all purposes as if fully set forth herein, #a furnish alI xnaterials, equipment labor and other accessories as defined by law, in the prosecution of the Work, including any Wark resulting from a duly authorized Cha.nge Qrder (collectively herein, the "Work") as provided for in said Cont�-act and designated as Water and S`ewer Improverlaents to 2121.Ioel East Road Addztion; and WHEREAS, Principal binds �iself t� use such materials and to so cox�struct the Work in accordance with the plans, specifications and Contract Documents that the Work is and will retnain free from c�efects in materials or workmanship for and during the period of %vm {2} years after the date of Final Acceptanee of the W ork by the City ("Maintenance Period"}; and CITY dF LORT �'�OitTH Water and Sewer Improvemcnt� ta 2121 lael Gast Road Addition S`tA1VDARD CITY' CUNTJ1Ti0NS —DEVELUP�R AWARDED PROJECTS I Db335 Revised January 3l, 2012 006219-2 MAINTENANCE BOND Page2 of3 1 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part 2 upon receiving notice from the Developer and/or City of the need thereof at any time within the 3 Maintenance Period. 4 5 NOW THEREFORE, the condition of this obligation is such that if Principal shall 6 remedy any defective Work, for which timely notice was provided by Developer or City, to a 7 completion satisfactory to the City, then this obligation shall become null and void; otherwise to 8 remain in full force and effect. 9 10 PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely 11 noticed defective Work, it is agreed that the Developer or City may cause any and all such 12 defective Work to be repaired and/or reconstructed with all associated costs thereof being borne 13 by the Principal and the Surety under this Maintenance Bond; and 14 15 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 16 Tarrant County, Texas or the United States Disttict Court for the Northern District of Texas, Fort 17 Worth Division; and 18 19 PROVIDED FURTHER, that this obligation shall be continuous in nature and 20 successive recoveries may be had hereon for successive breaches. 21 22 23 Cl1Y OF FORT WORTH Water and Sewer Improvements to 2121 Joel East Road Addition STANDARD CITY CONDITIONS -DEVELOPER AWARDED PROJECTS ].Mm. Revised January 31, 2012 006219-3 MAINTENANCE BOl'ID Page 3 of3 1 IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEA.LED this 2 instrument by duly authorized agents and officers on this the 22nd day of _____ _ 3 4 5 6 7 8 9 10 _ ____;_A�u=g=u=--st'------• 20 .1.§__. PRJNCIPAL: Mercury Concrete, Inc. 11 ATTEST: 12 13 14 (Principal} Secretary Name and Title 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 ATTEST: N/A Address: 301 Main Street Lake Dallas, TX 75065 SURETY: Merchants National Bonding, Inc. BY:�d< Signature Caleb Hale, Attorney-in-Fact Address: Name and Title 2255 Ridge Road, Ste� 333 Rockwall, TX 75087 __ , ---------:-- Witness as to Surety Amy Butler Telephone Number: 972-772-7220 *Note: Sr Client Manager, Surety If signed by an officer of the Surety Company, there must be on file a certified extract-­ from ihe by-laws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. TI1e date of the bond shall not be prior to the date the Contract is awarded. CITY OF FORT WORTH Water and Sewer Improvements to 2121 Joel East Road Addition ST AND ARD CITY CONDITIONS -DEVELOPER AW ARD ED PROJECTS 1.!)£1J_J_ Revised January 31,2012 ME-RCHANTS' BON OJ NG COMPANY,.. POWER OF ATTORNEY Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC , both being corporations of the State of Iowa, dlb/a Merchants National Indemnity Company (in California only) (herein collectively called the "Companies') do hereby make, constitute and appoint, individually, Becky Ann Chatfield; Brady Wilson; Brennan Williamson; Caleb Hale; Jack Nottingham; Jade Porter; Jarod Jaggers; Jarrett Willson; Jay Jordan: Jennifer Cisneros; Jeremy Barnett; Johnny Moss; Robert G Kanuth; Robert J Shuya; Ryan Cox; Steven W Searcey; Tony Fierro their true and lawful Attorney(s)-in-Fact, to sign its name as surety(ies) and to execute. seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature th ereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. This Power-of-Attorney is granted and is signed and sealed by facsimile under and by authority of the following By-Laws adopted by the Board of Dire ctors of Merchants Bonding Company (Mutual) on April 23, 2011 and amended August 14, 2015 and adopted by the Board of Directors of Merchants National Bonding, In c., on October 16, 2015. "The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys-in-Fad, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof." "The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed." In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and aut hority hereby given to the Attorney-in-Fact includes any and all consents for the release of retained percenta ges and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given to the Attorney-in-Fact cannot be modified or revoked unless pri or written personal notice of such intent has been given to the Commissioner­ Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation. In V'vltness Whereof, the Companies have caused this instrument to be signed and sealed this 14th day of June , 2024 ·····:r,o·,:",t···· ... ,;ii i:"o ·•. MERCHANTS BONDING COMPANY (MUTUAL) ••�� ,, ....... (. �•• • �1v ..... ··•-�,<> ••MERCHANTS NATIONAL BONDING, INC. •••� .··o<i-POfi.:,·•,. o\ :�.-�\\.POI/.,.·.�-•. d/b/a MERCHANTS NATIONAL INDEMNITY COMPANY :J..;/r;j �·.�� • . � '.,.\'.-':L• � -�:� -o- 'c;;·.c,. •0 :-1!: Cf\• • ��i-li; :.it 1-9°3-3 °}�: =:; �� : ,.,, \ 2003 .: &> : ..,._ ....-• By . ""'. .. . .-,..-.. .:,::::,. -:,_ ($,•·. .:, ,... • v�. -�,-• ••,;'!J..:·• ........ •;;�.••• •• ".:Iii,·• ... ·'\'\ •• President STATE OF IOWA •;_!, _ * ••••• ••• -.(,? •• COUNTY OF DALLAS ss. ••• • n••• • • • • • • • On this 14th day of June 2024 , before me appeared Larry Taylor, to me personally known. who being by me duly sworn did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing instrument are the Corporate Seals of the Companies; and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. Penni Miller Commission Number 787952 My Commission Expires January 20, 2027 (Expiration of notary's commission does not invalidate this instrument) I, William Warner, Jr., Secretary of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., do hereby certify that the above and forego ing is a true and correct co py of the POWER-OF-ATTORNEY executed by said Companies, wrich is still in full force and effect and has not been amended or revoked. August ,2025 POA 0018 (1/24) Executed in � Counterparts RIDER Pertormance and Payment & Maintenance 101611227 To be attached to and form a part of ................................................................................Bonds, No...................................... z,5c .................. day of ...... AU9�st................................. .zo2e y dated the ................................ ......, issued b the................ Merchants National Bonding, Inc. ......................................................................................... as Surety, on behalf of .................................................... Mercury Concrete, Inc. ....................................................................................................................................... as Principal, . Twenty-two Thousand Seventeen & 00/100 Dollars $22,017.00 inthe penal sum of ............................................................................................................................Dollars (...............................), . CanTex Joel East, LLC andm favor of ............................................................................................................................. ........................................................ In consideration of the premium charged for the attached bond, it is hereby agreed that the attached bond be amended as follows: 1. Developer is CanTex Joel East, LLC 2. Increase in contract amount by $5,950 from $16,067 to $22, 017 3. CFA number changed to 25-0155 Provided, However, that the attached bond shall be subject to all its agreements, limitations and conditions except as herein expressly modified, and further that the liability of the Surety under the attached bond and the attached bond as amended by this rider shall not be cumulative. 30th October 2025 This rider shall become effective as of the ................................ day of ................................................., ................ Signed, sealed and dated this .......i�th ..................................... y December zozs ......da of ........................................................ ......... ATTEST: � ���._._..� �y s q^ � (i'`Y `.�v4 � �;,�,`(.-�'�--. ACCEPTED BY OWNER: By................................................................................... PRINCIPAL Mercury Concrete, Inc. By .. ...��? .............................f�: �+,........... SURETY � ti Merchants National Bonding, Inc. ..................... ........ ............................. . By.........��.".'�-4<.�.. � � .................... �,.............. Brady Wilson, Attorney-in-Fact _ � ": � � - - � ERC HA['�1T5 BON DI NG CC�M['ANY-•., POWER OF ATTORNEY KnowAll Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC , both being corporations of the State of lowa, d/b/a Merchants National Indemnity Company (in Californla only) (herein collectively called the "Companies") do hereby make, constitute and appoint, individually, Becky Ann Chatfield, Brady Wilson, Brennan WYlliamson, Caleb Hale; Jack Nottingham, Jade Porter; Jarod Jaggers, Jarrett Willson, Jay Jordan, Jennifer Cisneros, Jeremy Barnett; Johnny Moss, Robert G Kanuth; Robert J Shuya; Ryan Cox; Steven W Searcey, Tony Fierro their true and lawful Attorney(s)-in-Fact, to sign Its name as surety('ies) and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteemg the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. This Power-of-Attorney Is granted and is slgned and sealed by facsim'ile under and by authority of the following By-Laws adopted by the Board of Directors of Merchants Bonding Company (Mutual) on April 23, 2011 and amended August 14, 2015 and adopted by the Board of Directors of MerchantsNational Bonding, Inc., on October 16, 2015. "The President. Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys-in-Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obl'igatory in the nature thereof." "The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship o bllgations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed." In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and aut hority hereby given to the Attorney-in-Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and constructlon contracts required by the State of Florida Department of Transportation. It is fully understood that consenti ng to the State of Florida Department of Transporta5on making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond. In connection with obligatYons in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given to the Attorney-in-Fact cannot be modifed or revoked unless prior written personal notice of such'intent has been given to the Commissioner- Department of Highways of the Commonwealth of Kentucky at least thYrty (30) days prior to the modifcation or revocation In Wtness Whereof. the Companies have caused this Instrument to be skgned and sealed this 14th day of June , 2024 � .......,,�� . ��?�.�-rP•o q� � � ; : /.y�'C.��R R,Q •., �,2., : :Q;2 -v- �o'•d: v':� 2003 �s?; :d�'- , , : ���,: �d: �'� ,� . . - a�N� �(J,� • •�O?��,PO�p'• q' . • • :y �'�:�.t� •�;� -o- �:--1� :�� '�' „�'• 1933 : �: .y�. •�-.. ' -' d . ���;�� ,��.� . MERCHANTS BONDING COMPANY (MUTUAL) MERCHANTS NATIONAL BONDING, INC. d/b/a MERCHANTS NATIONAL INDEMNITY COMPANY ay President STATE OF IOWA '+., � ' ' • . '' COUNTY OF DALLAS ss. �"""'"���' � �� � �•• On this 14th day of June 2024 , before me appeared Larry Taylor, to me personally known, who being by me duly sworn did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC ; and that the seals affixed to the foregoing instrument are the Corporate Seals of the Companies; and that the said instrument was signed and sealed in behalf nf the Comoanies bv authontv of their resqective Boards of Directors. �p.��A�,s Penni Miller � �: Commission Number 787952 My Commission Expires �o•^.'�� lanuary 20, 2027 (Expiration of notary's commission does not invalidate thls instrument) � ^- _ � J ..��� ����-__ � I ' �ti �._ ��.. v Not_ary 9uy1��L_...��� I, Wilfiam Warner, Jr, Secretary of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., do hereby certify that the above and foregoing is a true and correct copy of the POWER-OF-ATTORNEY executed by said Compan'ies, which is still in full force and effect and has not been amended or revoked. in Witness Whereof, I have her�w�to se; my !iand and affixed the seal of the Companies on this 17th day of December , 2025 ..z.�.,���., �.� -- .•-, . .' p,���►V;�� '•. •'p�N�.CQ�j •. ; �.��G��P OR4�� �. � ' �O� 4p� F 0 99 :9� � d%t' � . �� ' G .+ . ..r. • �'/ `�':.2 _6_ �-,Cs: �t,"'-.:�' -n- �; ; !/' -, �': 2003 �4j . y,'.` 1933 ,� c• Secretary ��;�'' , .. ''�`:.:'� .'•`'�.�• . .. �`�a�'. ., ��;�• •: � W" .'. .. , POA 0018 (1/24) '•"�"'��''' e, � �� � � CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 STANDARD CITY CONDITIONS OF THE CONSTRUCTION CONTRACT FOR DEVELOPER AWARDED PROJECTS CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 STANDARD CITY CONDITIONS OF THE CONSTRUCTION CONTRACT FOR DEVELOPER AWARDED PROJECTS TABLE OF CONTENTS Page Article 1 – Definitions and Terminology .......................................................................................................... 1  1.01 Defined Terms ............................................................................................................................... 1  1.02 Terminology .................................................................................................................................. 5  Article 2 – Preliminary Matters ......................................................................................................................... 6  2.01 Before Starting Construction ........................................................................................................ 6  2.02 Preconstruction Conference .......................................................................................................... 6  2.03 Public Meeting .............................................................................................................................. 6  Article 3 – Contract Documents and Amending ............................................................................................... 6  3.01 Reference Standards ..................................................................................................................... 6  3.02 Amending and Supplementing Contract Documents .................................................................. 6  Article 4 – Bonds and Insurance ....................................................................................................................... 7  4.01 Licensed Sureties and Insurers ..................................................................................................... 7  4.02 Performance, Payment, and Maintenance Bonds ........................................................................ 7  4.03 Certificates of Insurance ............................................................................................................... 7  4.04 Contractor’s Insurance .................................................................................................................. 9  4.05 Acceptance of Bonds and Insurance; Option to Replace ........................................................... 12  Article 5 – Contractor’s Responsibilities ........................................................................................................ 12  5.01 Supervision and Superintendent ................................................................................................. 12  5.02 Labor; Working Hours ................................................................................................................ 13  5.03 Services, Materials, and Equipment ........................................................................................... 13  5.04 Project Schedule .......................................................................................................................... 14  5.05 Substitutes and “Or-Equals” ....................................................................................................... 14  5.06 Pre-Qualification of Bidders (Prime Contractors and Subcontractors) ..................................... 16  5.07 Concerning Subcontractors, Suppliers, and Others ................................................................... 16  5.08 Wage Rates.................................................................................................................................. 18  5.09 Patent Fees and Royalties ........................................................................................................... 19  5.10 Laws and Regulations ................................................................................................................. 19  5.11 Use of Site and Other Areas ....................................................................................................... 19  5.12 Record Documents ...................................................................................................................... 20  5.13 Safety and Protection .................................................................................................................. 21  5.14 Safety Representative ................................................................................................................. 21  5.15 Hazard Communication Programs ............................................................................................. 22  5.16 Submittals .................................................................................................................................... 22  5.17 Contractor’s General Warranty and Guarantee .......................................................................... 23  CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 5.18 Indemnification ........................................................................................................................... 24  5.19 Delegation of Professional Design Services .............................................................................. 24  5.20 Right to Audit: ............................................................................................................................ 25  5.21 Nondiscrimination....................................................................................................................... 25  Article 6 – Other Work at the Site ................................................................................................................... 26  6.01 Related Work at Site ................................................................................................................... 26  Article 7 – City’s Responsibilities................................................................................................................... 26  7.01 Inspections, Tests, and Approvals .............................................................................................. 26  7.02 Limitations on City’s Responsibilities ....................................................................................... 26  7.03 Compliance with Safety Program ............................................................................................... 27  Article 8 – City’s Observation Status During Construction ........................................................................... 27  8.01 City’s Project Representative ..................................................................................................... 27  8.02 Authorized Variations in Work .................................................................................................. 27  8.03 Rejecting Defective Work .......................................................................................................... 27  8.04 Determinations for Work Performed .......................................................................................... 28  Article 9 – Changes in the Work ..................................................................................................................... 28  9.01 Authorized Changes in the Work ............................................................................................... 28  9.02 Notification to Surety .................................................................................................................. 28  Article 10 – Change of Contract Price; Change of Contract Time ................................................................ 28  10.01 Change of Contract Price ............................................................................................................ 28  10.02 Change of Contract Time............................................................................................................ 28  10.03 Delays .......................................................................................................................................... 28  Article 11 – Tests and Inspections; Correction, Removal or Acceptance of Defective Work ...................... 29  11.01 Notice of Defects ........................................................................................................................ 29  11.02 Access to Work ........................................................................................................................... 29  11.03 Tests and Inspections .................................................................................................................. 29  11.04 Uncovering Work ....................................................................................................................... 30  11.05 City May Stop the Work ............................................................................................................. 30  11.06 Correction or Removal of Defective Work ................................................................................ 30  11.07 Correction Period ........................................................................................................................ 30  11.08 City May Correct Defective Work ............................................................................................. 31  Article 12 – Completion .................................................................................................................................. 32  12.01 Contractor’s Warranty of Title ................................................................................................... 32  12.02 Partial Utilization ........................................................................................................................ 32  12.03 Final Inspection ........................................................................................................................... 32  12.04 Final Acceptance ......................................................................................................................... 33  Article 13 – Suspension of Work .................................................................................................................... 33  13.01 City May Suspend Work ............................................................................................................ 33  Article 14 – Miscellaneous .............................................................................................................................. 34  14.01 Giving Notice .............................................................................................................................. 34  CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 14.02 Computation of Times ................................................................................................................ 34  14.03 Cumulative Remedies ................................................................................................................. 34  14.04 Survival of Obligations ............................................................................................................... 35  14.05 Headings ...................................................................................................................................... 35  00 73 10- 1 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 1 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 ARTICLE 1 – DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. Wherever used in these General Conditions or in other Contract Documents, the terms listed below have the meanings indicated which are applicable to both the singular and plural thereof, and words denoting gender shall include the masculine, feminine and neuter. Said terms are generally capitalized or written in italics, but not always. When used in a context consistent with the definition of a listed-defined term, the term shall have a meaning as defined below whether capitalized or italicized or otherwise. In addition to terms specifically defined, terms with initial capital letters in the Contract Documents include references to identified articles and paragraphs, and the titles of other documents or forms. 1. Agreement - The written instrument which is evidence of the agreement between Developer and Contractor covering the Work 2. Asbestos—Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration. 3. Business Day – A business day is defined as a day that the City conducts normal business, generally Monday through Friday, except for federal or state holidays observed by the City. 4. Buzzsaw – City’s on-line, electronic document management and collaboration system. 5. Calendar Day – A day consisting of 24 hours measured from midnight to the next midnight. 6. City— The City of Fort Worth, Texas, a Texas home-rule municipal corporation, acting by, its governing body through its City Manager, his designee, or agents authorized pursuant to its duly authorized charter on his behalf. 7. Community Facilities Agreement (CFA) -–A Contract between the Developer and the City for the Construction of one or more following public facilities within the City public right-of- way or easement: Water, Sanitary Sewer, Street, Storm Drain, Street Light, and Street Signs. A CFA may include private facilities within the right-of-way dedicated as private right-of- way or easement on a recorded plat. 8. Contract—The entire and integrated written document incorporating the Contract Documents between the Developer, Contractor, and/or City concerning the Work. The Contract supersedes prior negotiations, representations, or agreements, whether written or oral. 9. Contract Documents—Those items that make up the contract and which must include the Agreement, and it’s attachments such as standard construction specifications, standard City Conditions, other general conditions of the Developer, including: a. An Agreement 00 73 10- 2 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 2 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 b. Attachments to the Agreement i. Bid Form ii. Vendor Compliance with State Law Non-Resident Bidder iii. Prequalification Statement c. Current Prevailing Wage Rates Table (if required by City) d. Insurance Accord Form e. Payment Bond f. Performance Bond g. Maintenance Bond h. Power of Attorney for Bonds i. Workers Compensation Affidavit j. MWBE Commitment Form( If required by City) k. General Conditions l. Supplementary Conditions m. The Standard City Conditions n. Specifications specifically made part of the Contract Documents by attachment, if not attached, as incorporated by reference and described in the Table of Contents of the Project’s Contract Documents o. Drawings p. Documentation submitted by contractor prior to Notice of Award. q. The following which may be delivered or issued after the effective date if the Agreement and, if issued become an incorporated part of the Contract Documents i. Notice to Proceed ii. Field Orders iii. Change Orders iv. Letters of Final Acceptance r. Approved Submittals, other Contractor submittals, and the reports and drawings of subsurface and physical conditions are not Contract Documents. 10. Contractor—The individual or entity with whom Developer has entered into the Agreement. 11. Day or day – A day, unless otherwise defined, shall mean a Calendar Day. 12. Developer – An individual or entity that desires to make certain improvements within the City of Fort Worth 13. Drawings—That part of the Contract Documents prepared or approved by Engineer which graphically shows the scope, extent, and character of the Work to be performed by Contractor. Submittals are not Drawings as so defined. 14. Engineer—The licensed professional engineer or engineering firm registered in the State of Texas performing professional services for the Developer. 15. Final Acceptance – The written notice given by the City to the Developer and/or Contractor that the Work specified in the Contract Documents has been completed to the satisfaction of the City. 00 73 10- 3 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 3 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 16. Final Inspection – Inspection carried out by the City to verify that the Contractor has completed the Work, and each and every part or appurtenance thereof, fully, entirely, and in conformance with the Contract Documents. 17. General Requirements—A part of the Contract Documents between the Developer and a Contractor. 18. Laws and Regulations—Any and all applicable laws, rules, regulations, ordinances, codes, and orders of any and all governmental bodies, agencies, authorities, and courts having jurisdiction. 19. Liens—Charges, security interests, or encumbrances upon Project funds, real property, or personal property. 20. Milestone—A principal event specified in the Contract Documents relating to an intermediate Contract Time prior to Final Acceptance of the Work. 21. Non-Participating Change Order—A document, which is prepared for and reviewed by the City, which is signed by Contractor, and Developer, and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. 22. Participating Change Order—A document, which is prepared for and approved by the City, which is signed by Contractor, Developer, and City and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. 23. Plans – See definition of Drawings. 24. Project Schedule—A schedule, prepared and maintained by Contractor, in accordance with the General Requirements, describing the sequence and duration of the activities comprising the Contractor’s plan to accomplish the Work within the Contract Time. 25. Project—The Work to be performed under the Contract Documents. 26. Project Representative—The authorized representative of the City who will be assigned to the Site. 27. Public Meeting – An announced meeting conducted by the Developer to facilitate public participation and to assist the public in gaining an informed view of the Project. 28. Regular Working Hours – Hours beginning at 7:00 a.m. and ending at 6:00 p.m., Monday thru Friday (excluding legal holidays). 29. Samples—Physical examples of materials, equipment, or workmanship that are representative of some portion of the Work and which establish the standards by which such portion of the Work will be judged. 00 73 10- 4 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 4 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 30. Schedule of Submittals—A schedule, prepared and maintained by Contractor, of required submittals and the time requirements to support scheduled performance of related construction activities. 31. Site—Lands or areas indicated in the Contract Documents as being furnished by City or Developer upon which the Work is to be performed, including rights-of-way, permits, and easements for access thereto, and such other lands furnished by City or Developer which are designated for the use of Contractor. 32. Specifications—That part of the Contract Documents consisting of written requirements for materials, equipment, systems, standards and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable thereto. Specifications may be specifically made a part of the Contract Documents by attachment or, if not attached, may be incorporated by reference as indicated in the Table of Contents (Division 00 00 00) of each Project. 33. Standard City Conditions – That part of the Contract Documents setting forth requirements of the City. 34. Subcontractor—An individual or entity having a direct contract with Contractor or with any other Subcontractor for the performance of a part of the Work at the Site. 35. Submittals—All drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work. 36. Superintendent – The representative of the Contractor who is available at all times and able to receive instructions from the City and/or Developer and to act for the Contractor. 37. Supplementary Conditions—That part of the Contract Documents which amends or supplements the General Conditions. 38. Supplier—A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by Contractor or Subcontractor. 39. Underground Facilities—All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities, including but not limited to, those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or other control systems. 40. Weekend Working Hours – Hours beginning at 9:00 a.m. and ending at 5:00 p.m., Saturday, Sunday or legal holiday, as approved in advance by the City. 00 73 10- 5 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 5 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 41. Work—The entire construction or the various separately identifiable parts thereof required to be provided under the Contract Documents. Work includes and is the result of performing or providing all labor, services, and documentation necessary to produce such construction including any Participating Change Order, Non-Participating Change Order, or Field Order, and furnishing, installing, and incorporating all materials and equipment into such construction, all as required by the Contract Documents. 42. Working Day – A working day is defined as a day, not including Saturdays, Sundays, or legal holidays authorized by the City for contract purposes, in which weather or other conditions not under the control of the Contractor will permit the performance of the principal unit of work underway for a continuous period of not less than 7 hours between 7 a.m. and 6 p.m. 1.02 Terminology A. The words and terms discussed in Paragraph 1.02.B through D are not defined but, when used in the Bidding Requirements or Contract Documents, have the indicated meaning. B. Defective: 1. The word “defective,” when modifying the word “Work,” refers to Work that is unsatisfactory, faulty, or deficient in that it: a. does not conform to the Contract Documents; or b. does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in the Contract Documents; or c. has been damaged prior to City’s written acceptance. C. Furnish, Install, Perform, Provide: 1. The word “Furnish” or the word “Install” or the word “Perform” or the word “Provide” or the word “Supply,” or any combination or similar directive or usage thereof, shall mean furnishing and incorporating in the Work including all necessary labor, materials, equipment, and everything necessary to perform the Work indicated, unless specifically limited in the context used. D. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. 00 73 10- 6 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 6 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 ARTICLE 2 – PRELIMINARY MATTERS 2.01 Before Starting Construction Baseline Schedules: Submit to City in accordance with the Contract Documents, and prior to starting the Work. New schedules will be submitted to City when Participating Change Orders or Non- Participating Change Orders occur. 2.02 Preconstruction Conference Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as specified in the Contract Documents. 2.03 Public Meeting Contractor may not mobilize any equipment, materials or resources to the Site prior to Contractor attending the Public Meeting as scheduled by the City. ARTICLE 3 – CONTRACT DOCUMENTS AND AMENDING 3.01 Reference Standards A. Standards, Specifications, Codes, Laws, and Regulations 1. Reference to standards, specifications, manuals, or codes of any technical society, organization, or association, or to Laws or Regulations, whether such reference be specific or by implication, shall mean the standard, specification, manual, code, or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 2. No provision or instruction shall be effective to assign to City, or any of its officers, directors, members, partners, employees, agents, consultants, or subcontractors, any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents. 3.02 Amending and Supplementing Contract Documents A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the Work or to modify the terms and conditions thereof by a Participating Change Order or a Non-Participating Change Order. B. The requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work not involving a change in Contract Price or Contract Time, may be authorized, by one or more of the following ways: 1. A Field Order; 00 73 10- 7 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 7 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 1. City’s or Engineer’s review of a Submittal (subject to the provisions of Paragraph 5.16.C); or 2. City’s written interpretation or clarification. ARTICLE 4 – BONDS AND INSURANCE 4.01 Licensed Sureties and Insurers All bonds and insurance required by the Contract Documents to be purchased and maintained by Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized in the State of Texas to issue bonds or insurance policies for the limits and coverage so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided Section 4.04. 4.02 Performance, Payment, and Maintenance Bonds A. Contractor shall furnish performance and payment bonds in the name of Developer and City, in accordance with Texas Government Code Chapter 2253 or successor statute, each in an amount equal to the Contract Price as security for the faithful performance and payment of all of Contractor’s obligations under the Contract Documents. B. Contractor shall furnish maintenance bonds in the name of Developer and City in an amount equal to the Contract Price as security to protect the City against any defects in any portion of the Work described in the Contract Documents. Maintenance bonds shall remain in effect for two (2) years after the date of Final Acceptance by the City. C. All bonds shall be in the form prescribed by the Contract Documents except as provided otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the list of “Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies” as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed by an agent or attorney-in-fact must be accompanied by a sealed and dated power of attorney which shall show that it is effective on the date the agent or attorney-in-fact signed each bond. D. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in the State of Texas or it ceases to meet the requirements of Paragraph 4.02.C, Contractor shall promptly notify City and shall, within 30 days after the event giving rise to such notification, provide another bond and surety, both of which shall comply with the requirements of Paragraphs 4.01 and 4.02.C. 4.03 Certificates of Insurance Contractor shall deliver to Developer and City, with copies to each additional insured and loss payee identified in these Standard City Conditions certificates of insurance (and other evidence of insurance requested by City or any other additional insured) which Contractor is required to purchase and maintain. 00 73 10- 8 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 8 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 1. The certificate of insurance shall document the City, an as “Additional Insured” on all liability policies. 2. The Contractor’s general liability insurance shall include a, “per project” or “per location”, endorsement, which shall be identified in the certificate of insurance provided to the City. 3. The certificate shall be signed by an agent authorized to bind coverage on behalf of the insured, be complete in its entirety, and show complete insurance carrier names as listed in the current A.M. Best Property & Casualty Guide 4. The insurers for all policies must be licensed and/or approved to do business in the State of Texas. Except for workers’ compensation, all insurers must have a minimum rating of A-: VII in the current A. M. Best Key Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. If the rating is below that required, written approval of City is required. 5. All applicable policies shall include a Waiver of Subrogation (Rights of Recovery) in favor of the City. In addition, the Contractor agrees to waive all rights of subrogation against the Engineer (if applicable), and each additional insured identified in these Standard City Conditions. Failure of the City to demand such certificates or other evidence of full compliance with the insurance requirements or failure of the City to identify a deficiency from evidence that is provided shall not be construed as a waiver of Contractor’s obligation to maintain such lines of insurance coverage. 6. If insurance policies are not written for specified coverage limits, an Umbrella or Excess Liability insurance for any differences is required. Excess Liability shall follow form of the primary coverage. 7. Unless otherwise stated, all required insurance shall be written on the “occurrence basis”. If coverage is underwritten on a claims-made basis, the retroactive date shall be coincident with or prior to the date of the effective date of the agreement and the certificate of insurance shall state that the coverage is claims-made and the retroactive date. The insurance coverage shall be maintained for the duration of the Contract and for three (3) years following Final Acceptance provided under the Contract Documents or for the warranty period, whichever is longer. An annual certificate of insurance submitted to the City shall evidence such insurance coverage. 8. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the required lines of coverage, nor decrease the limits of said coverage unless such endorsements are approved in writing by the City. In the event a Contract has been bid or executed and the exclusions are determined to be unacceptable or the City desires additional insurance coverage, and the City desires the contractor/engineer to obtain such coverage, the contract price shall be adjusted by the cost of the premium for such additional coverage plus 10%. 9. Any self-insured retention (SIR), in excess of $25,000.00, affecting required insurance coverage shall be approved by the City in regards to asset value and stockholders' equity. In 00 73 10- 9 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 9 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 lieu of traditional insurance, alternative coverage maintained through insurance pools or risk retention groups, must also be approved by City. 10. Any deductible in excess of $5,000.00, for any policy that does not provide coverage on a first-dollar basis, must be acceptable to and approved by the City. 11. City, at its sole discretion, reserves the right to review the insurance requirements and to make reasonable adjustments to insurance coverage’s and their limits when deemed necessary and prudent by the City based upon changes in statutory law, court decision or the claims history of the industry as well as of the contracting party to the City. The City shall be required to provide prior notice of 90 days, and the insurance adjustments shall be incorporated into the Work by Change Order. 12. City shall be entitled, upon written request and without expense, to receive copies of policies and endorsements thereto and may make any reasonable requests for deletion or revision or modifications of particular policy terms, conditions, limitations, or exclusions necessary to conform the policy and endorsements to the requirements of the Contract. Deletions, revisions, or modifications shall not be required where policy provisions are established by law or regulations binding upon either party or the underwriter on any such policies. 13. City shall not be responsible for the direct payment of insurance premium costs for Contractor’s insurance. 4.04 Contractor’s Insurance A. Workers Compensation and Employers’ Liability. Contractor shall purchase and maintain such insurance coverage with limits consistent with statutory benefits outlined in the Texas Workers’ Compensation Act (Texas Labor Code, Ch. 406, as amended), and minimum limits for Employers’ Liability as is appropriate for the Work being performed and as will provide protection from claims set forth below which may arise out of or result from Contractor’s performance of the Work and Contractor’s other obligations under the Contract Documents, whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable: 1. claims under workers’ compensation, disability benefits, and other similar employee benefit acts; 2. claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor’s employees. 3. The limits of liability for the insurance shall provide the following coverages for not less than the following amounts or greater where required by Laws and Regulations a. Statutory limits b. Employer's liability 00 73 10- 10 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 10 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 1) $100,000 each accident/occurrence 2) $100,000 Disease - each employee 3) $500,000 Disease - policy limit B. Commercial General Liability. Coverage shall include but not be limited to covering liability (bodily injury or property damage) arising from: premises/operations, independent contractors, products/completed operations, personal injury, and liability under an insured contract. Insurance shall be provided on an occurrence basis, and as comprehensive as the current Insurance Services Office (ISO) policy. This insurance shall apply as primary insurance with respect to any other insurance or self-insurance programs afforded to the City. The Commercial General Liability policy, shall have no exclusions by endorsements that would alter of nullify premises/operations, products/completed operations, contractual, personal injury, or advertising injury, which are normally contained with the policy, unless the City approves such exclusions in writing. 1. For construction projects that present a substantial completed operation exposure, the City may require the contractor to maintain completed operations coverage for a minimum of no less than three (3) years following the completion of the project 2. Contractor's Liability Insurance under this Section which shall be on a per project basis covering the Contractor with minimum limits of: a. $1,000,000 each occurrence b. $2,000,000 aggregate limit 3. The policy must have an endorsement (Amendment – Aggregate Limits of Insurance) making the General Aggregate Limits apply separately to each job site. 4. The Commercial General Liability Insurance policies shall provide “X”, “C”, and “U” coverage’s. Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance. C. Automobile Liability. A commercial business auto policy shall provide coverage on “any auto”, defined as autos owned, hired and non-owned and provide indemnity for claims for damages because bodily injury or death of any person and or property damage arising out of the work, maintenance or use of any motor vehicle by the Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable. 1. Automobile Liability, Contractor’s Liability Insurance under this Section, which shall be in an amount not less than the following amounts: a. Automobile Liability - a commercial business policy shall provide coverage on "Any Auto", defined as autos owned, hired and non-owned. 00 73 10- 11 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 11 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 1)$1,000,000 each accident on a combined single limit basis. Split limits are acceptable if limits are at least: 2)$250,000 Bodily Injury per person 3)$500,000 Bodily Injury per accident / 4)$100,000 Property Damage D.Railroad Protective Liability. If any of the work or any warranty work is within the limits of railroad right-of-way, the Contractor shall comply with the following requirements: 1.The Contractor’s construction activities will require its employees, agents, subcontractors, equipment, and material deliveries to cross railroad properties and tracks owned and operated by: ____________________________________________________________ Write the name of the railroad company. (If none, then write none) 2.The Contractor shall conduct its operations on railroad properties in such a manner as not to interfere with, hinder, or obstruct the railroad company in any manner whatsoever in the use or operation of its/their trains or other property. Such operations on railroad properties may require that Contractor to execute a “Right of Entry Agreement” with the particular railroad company or companies involved, and to this end the Contractor should satisfy itself as to the requirements of each railroad company and be prepared to execute the right-of-entry (if any) required by a railroad company. The requirements specified herein likewise relate to the Contractor’s use of private and/or construction access roads crossing said railroad company’s properties. 3.The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions shall provide coverage for not less than the following amounts, issued by companies satisfactory to the City and to the Railroad Company for a term that continues for so long as the Contractor’s operations and work cross, occupy, or touch railroad property: a.General Aggregate: _____________________________________ Enter limits provided by Railroad Company (If none, write none) b. Each Occurrence: : _____________________________________ Enter limits provided by Railroad Company (If none, write none) 4.With respect to the above outlined insurance requirements, the following shall govern: a.Where a single railroad company is involved, the Contractor shall provide one insurance policy in the name of the railroad company. However, if more than one grade separation or at-grade crossing is affected by the Project at entirely separate locations on the line or lines of the same railroad company, separate coverage may be required, each in the amount stated above. b.Where more than one railroad company is operating on the same right-of-way or where several railroad companies are involved and operated on their own separate rights-of- none none none 00 73 10- 12 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 12 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 way, the Contractor may be required to provide separate insurance policies in the name of each railroad company. c.If, in addition to a grade separation or an at-grade crossing, other work or activity is proposed on a railroad company’s right-of-way at a location entirely separate from the grade separation or at-grade crossing, insurance coverage for this work must be included in the policy covering the grade separation. d.If no grade separation is involved but other work is proposed on a railroad company’s right-of-way, all such other work may be covered in a single policy for that railroad, even though the work may be at two or more separate locations. 5.No work or activities on a railroad company’s property to be performed by the Contractor shall be commenced until the Contractor has furnished the City with an original policy or policies of the insurance for each railroad company named, as required above. All such insurance must be approved by the City and each affected Railroad Company prior to the Contractor’s beginning work. 6.The insurance specified above must be carried until all Work to be performed on the railroad right-of-way has been completed and the grade crossing, if any, is no longer used by the Contractor. In addition, insurance must be carried during all maintenance and/or repair work performed in the railroad right-of-way. Such insurance must name the railroad company as the insured, together with any tenant or lessee of the railroad company operating over tracks involved in the Project. E.Notification of Policy Cancellation: Contractor shall immediately notify City upon cancellation or other loss of insurance coverage. Contractor shall stop work until replacement insurance has been procured. There shall be no time credit for days not worked pursuant to this section. 4.05 Acceptance of Bonds and Insurance; Option to Replace If City has any objection to the coverage afforded by or other provisions of the bonds or insurance required to be purchased and maintained by the Contractor in accordance with Article 5 on the basis of non-conformance with the Contract Documents, the Developer and City shall so notify the Contractor in writing within 10 Business Days after receipt of the certificates (or other evidence requested). Contractor shall provide to the City such additional information in respect of insurance provided as the Developer or City may reasonably request. If Contractor does not purchase or maintain all of the bonds and insurance required by the Contract Documents, the Developer or City shall notify the Contractor in writing of such failure prior to the start of the Work, or of such failure to maintain prior to any change in the required coverage. ARTICLE 5 – CONTRACTOR’S RESPONSIBILITIES 5.01 Supervision and Superintendent A.Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the 00 73 10- 13 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 13 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means, methods, techniques, sequences, and procedures of construction. B. At all times during the progress of the Work, Contractor shall assign a competent, English- speaking, Superintendent who shall not be replaced without written notice to City. The Superintendent will be Contractor’s representative at the Site and shall have authority to act on behalf of Contractor. All communication given to or received from the Superintendent shall be binding on Contractor. C. Contractor shall notify the City 24 hours prior to moving areas during the sequence of construction. 5.02 Labor; Working Hours A. Contractor shall provide competent, suitably qualified personnel to perform construction as required by the Contract Documents. Contractor shall at all times maintain good discipline and order at the Site. B. Except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work at the Site shall be performed during Regular Working Hours. Contractor will not permit the performance of Work beyond Regular Working Hours or for Weekend Working Hours without City’s written consent (which will not be unreasonably withheld). Written request (by letter or electronic communication) to perform Work: 1. for beyond Regular Working Hours request must be made by noon at least two (2) Business Days prior 2. for Weekend Working Hours request must be made by noon of the preceding Thursday 3. for legal holidays request must be made by noon two Business Days prior to the legal holiday. 5.03 Services, Materials, and Equipment A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full responsibility for all services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the performance, Contractor required testing, start-up, and completion of the Work. B. All materials and equipment incorporated into the Work shall be as specified or, if not specified, shall be of good quality and new, except as otherwise provided in the Contract Documents. All special warranties and guarantees required by the Specifications shall expressly run to the benefit of City. If required by City, Contractor shall furnish satisfactory evidence (including reports of required tests) as to the source, kind, and quality of materials and equipment. 00 73 10- 14 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 14 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 C. All materials and equipment to be incorporated into the Work shall be stored, applied, installed, connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of the applicable Supplier, except as otherwise may be provided in the Contract Documents. 5.04 Project Schedule A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.01 and the General Requirements as it may be adjusted from time to time as provided below. 1. Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.01 and the General Requirements) proposed adjustments in the Project Schedule. 2. Proposed adjustments in the Project Schedule that will change the Contract Time shall be submitted in accordance with the requirements of Article 9. Adjustments in Contract Time for projects with City participation shall be made by participating change orders. 5.05 Substitutes and “Or-Equals” A. Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function, appearance, and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent, or “or-equal” item or no substitution is permitted, other items of material or equipment of other Suppliers may be submitted to City for review under the circumstances described below. 1. “Or-Equal” Items: If in City’s sole discretion an item of material or equipment proposed by Contractor is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by City as an “or-equal” item, in which case review and approval of the proposed item may, in City’s sole discretion, be accomplished without compliance with some or all of the requirements for approval of proposed substitute items. For the purposes of this Paragraph 5.05.A.1, a proposed item of material or equipment will be considered functionally equal to an item so named if: a. City determines that: 1) it is at least equal in materials of construction, quality, durability, appearance, strength, and design characteristics; 2) it will reliably perform at least equally well the function and achieve the results imposed by the design concept of the completed Project as a functioning whole; and 3) it has a proven record of performance and availability of responsive service; and b. Contractor certifies that, if approved and incorporated into the Work: 1) there will be no increase in cost to the City or increase in Contract Time; and 00 73 10- 15 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 15 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 2) it will conform substantially to the detailed requirements of the item named in the Contract Documents. 2. Substitute Items: a. If in City’s sole discretion an item of material or equipment proposed by Contractor does not qualify as an “or-equal” item under Paragraph 5.05.A.1, it may be submitted as a proposed substitute item. b. Contractor shall submit sufficient information as provided below to allow City to determine if the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. Requests for review of proposed substitute items of material or equipment will not be accepted by City from anyone other than Contractor. c. Contractor shall make written application to City for review of a proposed substitute item of material or equipment that Contractor seeks to furnish or use. The application shall comply with Section 01 25 00 and: 1) shall certify that the proposed substitute item will: i. perform adequately the functions and achieve the results called for by the general design; ii. be similar in substance to that specified; iii. be suited to the same use as that specified; and 2) will state: i. the extent, if any, to which the use of the proposed substitute item will prejudice Contractor’s achievement of final completion on time; ii. whether use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with City for other work on the Project) to adapt the design to the proposed substitute item; iii. whether incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty; and 3) will identify: i. all variations of the proposed substitute item from that specified; ii. available engineering, sales, maintenance, repair, and replacement services; and 00 73 10- 16 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 16 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 4) shall contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and Damage Claims of other contractors affected by any resulting change. B. Substitute Construction Methods or Procedures: If a specific means, method, technique, sequence, or procedure of construction is expressly required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure of construction approved by City. Contractor shall submit sufficient information to allow City, in City’s sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. Contractor shall make written application to City for review in the same manner as those provided in Paragraph 5.05.A.2. C. City’s Evaluation: City will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to Paragraphs 5.05.A and 5.05.B. City may require Contractor to furnish additional data about the proposed substitute. City will be the sole judge of acceptability. No “or-equal” or substitute will be ordered, installed or utilized until City’s review is complete, which will be evidenced by a Change Order in the case of a substitute and an accepted Submittal for an “or-equal.” City will advise Contractor in writing of its determination. D. Special Guarantee: City may require Contractor to furnish at Contractor’s expense a special performance guarantee, warranty, or other surety with respect to any substitute. Contractor shall indemnify and hold harmless City and anyone directly or indirectly employed by them from and against any and all claims, damages, losses and expenses (including attorneys fees) arising out of the use of substituted materials or equipment. E. City’s Cost Reimbursement: City will record City’s costs in evaluating a substitute proposed or submitted by Contractor pursuant to Paragraphs 5.05.A.2 and 5.05.B. Whether or not City approves a substitute so proposed or submitted by Contractor, Contractor may be required to reimburse City for evaluating each such proposed substitute. Contractor may also be required to reimburse City for the charges for making changes in the Contract Documents. F. Contractor’s Expense: Contractor shall provide all data in support of any proposed substitute or “or-equal” at Contractor’s expense. G. Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a substitute shall be incorporated to the Contract by Participating Change Order. 5.06 Pre-Qualification of Bidders (Prime Contractors and Subcontractors) A. The Contractor and any subcontractors are required to be prequalified for the work types requiring pre-qualification 5.07 Concerning Subcontractors, Suppliers, and Others A. Minority and Women Owned Business Enterprise Compliance: 00 73 10- 17 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 17 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 Required for this Contract. (Check this box if there is any City Participation) Not Required for this Contract. It is City policy to ensure the full and equitable participation by Minority and Women Business Enterprises (MWBE) in the procurement of goods and services on a contractual basis. If the Contract Documents provide for a MWBE goal, Contractor is required to comply with the intent of the City’s MWBE Ordinance (as amended) by the following: 1.Contractor shall, upon request by City, provide complete and accurate information regarding actual work performed by a MWBE on the Contract and payment therefor. 2.Contractor will not make additions, deletions, or substitutions of accepted MWBE without written consent of the City. Any unjustified change or deletion shall be a material breach of Contract and may result in debarment in accordance with the procedures outlined in the Ordinance. 3.Contractor shall, upon request by City, allow an audit and/or examination of any books, records, or files in the possession of the Contractor that will substantiate the actual work performed by an MWBE. Material misrepresentation of any nature will be grounds for termination of the Contract. Any such misrepresentation may be grounds for disqualification of Contractor to bid on future contracts with the City for a period of not less than three years. B.Contractor shall be fully responsible to City for all acts and omissions of the Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work just as Contractor is responsible for Contractor’s own acts and omissions. Nothing in the Contract Documents: 1.shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity any contractual relationship between City and any such Subcontractor, Supplier or other individual or entity; nor 2.shall create any obligation on the part of City to pay or to see to the payment of any moneys due any such Subcontractor, Supplier, or other individual or entity except as may otherwise be required by Laws and Regulations. C.Contractor shall be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work under a direct or indirect contract with Contractor. D.All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any of the Work shall communicate with City through Contractor. E.All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an appropriate agreement between Contractor and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of these Contract x 00 73 10- 18 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 18 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 Documents, Contractor shall provide City contract numbers and reference numbers to the Subcontractors and/or Suppliers. 5.08 Wage Rates Required for this Contract. Not Required for this Contract. A.Duty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of Chapter 2258, Texas Government Code (as amended), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these Contract Documents. B.Penalty for Violation. A Contractor or any Subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258.023. C.Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a Contractor or Subcontractor, the City shall make an initial determination, before the 31st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the Contractor or Subcontractor and any affected worker of its initial determination. Upon the City’s determination that there is good cause to believe the Contractor or Subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. D.Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the Contractor or Subcontractor and any affected worker does not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to Paragraph C above. If the persons required to arbitrate under this section do not agree on an arbitrator before the 11th day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. E.Records to be Maintained. The Contractor and each Subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and x 00 73 10- 19 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 19 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 occupation of each worker employed by the Contractor in the construction of the Work provided for in this Contract; and (ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of Paragraph 6.23, Right to Audit, shall pertain to this inspection. F. Progress Payments. With each progress payment or payroll period, whichever is less, the Contractor shall submit an affidavit stating that the Contractor has complied with the requirements of Chapter 2258, Texas Government Code. G. Posting of Wage Rates. The Contractor shall post prevailing wage rates in a conspicuous place at all times. H. Subcontractor Compliance. The Contractor shall include in its subcontracts and/or shall otherwise require all of its Subcontractors to comply with Paragraphs A through G above. 5.09 Patent Fees and Royalties A. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to any infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting from the incorporation in the Work of any invention, design, process, product, or device not specified in the Contract Documents. 5.10 Laws and Regulations A. Contractor shall give all notices required by and shall comply with all Laws and Regulations applicable to the performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, the City shall not be responsible for monitoring Contractor’s compliance with any Laws or Regulations. B. If Contractor performs any Work knowing or having reason to know that it is contrary to Laws or Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such Work. However, it shall not be Contractor’s responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of Contractor’s obligations under Paragraph 3.01. 5.11 Use of Site and Other Areas A. Limitation on Use of Site and Other Areas: 1. Contractor shall confine construction equipment, the storage of materials and equipment, and the operations of workers to the Site and other areas permitted by Laws and Regulations, and shall not unreasonably encumber the Site and other areas with construction equipment or 00 73 10- 20 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 20 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 other materials or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas resulting from the performance of the Work. 2. At any time when, in the judgment of the City, the Contractor has obstructed or closed or is carrying on operations in a portion of a street, right-of-way, or easement greater than is necessary for proper execution of the Work, the City may require the Contractor to finish the section on which operations are in progress before work is commenced on any additional area of the Site. 3. Should any Damage Claim be made by any such owner or occupant because of the performance of the Work, Contractor shall promptly attempt to resolve the Damage Claim. 4. Pursuant to Paragraph 5.18, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages arising out of or relating to any claim or action, legal or equitable, brought by any such owner or occupant against City. B. Removal of Debris During Performance of the Work: During the progress of the Work Contractor shall keep the Site and other areas free from accumulations of waste materials, rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other debris shall conform to applicable Laws and Regulations. C. Site Maintenance Cleaning: 24 hours after written notice is given to the Contractor that the clean-up on the job site is proceeding in a manner unsatisfactory to the City or Developer, if the Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as the City deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice (by letter or electronic communication), and shall be entitled to recover its cost in doing so. The City may withhold Final Acceptance until clean-up is complete and cost are recovered. D. Final Site Cleaning: Prior to Final Acceptance of the Work Contractor shall clean the Site and the Work and make it ready for utilization by City or adjacent property owner. At the completion of the Work Contractor shall remove from the Site all tools, appliances, construction equipment and machinery, and surplus materials and shall restore to original condition or better all property disturbed by the Work. E. Loading Structures: Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 5.12 Record Documents A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor and approved by the City, one (1) record copy of all Drawings, Specifications, Addenda, Change Orders, Field Orders, and written interpretations and clarifications in good order and annotated to show changes made during construction. These record documents together with all approved 00 73 10- 21 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 21 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 Samples and a counterpart of all accepted Submittals will be available to City for reference. Upon completion of the Work, these record documents, any operation and maintenance manuals, and Submittals will be delivered to City prior to Final Inspection. Contractor shall include accurate locations for buried and imbedded items. 5.13 Safety and Protection A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Such responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 1. all persons on the Site or who may be affected by the Work; 2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the Site; and 3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of Underground Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation, and replacement of their property. C. Contractor shall comply with the applicable requirements of City’s safety programs, if any. D. Contractor shall inform City of the specific requirements of Contractor’s safety program, if any, with which City’s employees and representatives must comply while at the Site. E. All damage, injury, or loss to any property referred to in Paragraph 5.13.A.2 or 5.13.A.3 caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, shall be remedied by Contractor. F. Contractor’s duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and City has accepted the Work. 5.14 Safety Representative Contractor shall inform City in writing of Contractor’s designated safety representative at the Site. 00 73 10- 22 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 22 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 5.15 Hazard Communication Programs Contractor shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers in accordance with Laws or Regulations. 5.16 Submittals A. Contractor shall submit required Submittals to City for review and acceptance. Each submittal will be identified as required by City. 1. Submit number of copies specified in the General Requirements. 2. Data shown on the Submittals will be complete with respect to quantities, dimensions, specified performance and design criteria, materials, and similar data to show City the services, materials, and equipment Contractor proposes to provide and to enable City to review the information for the limited purposes required by Paragraph 5.16.C. 3. Submittals submitted as herein provided by Contractor and reviewed by City for conformance with the design concept shall be executed in conformity with the Contract Documents unless otherwise required by City. 4. When Submittals are submitted for the purpose of showing the installation in greater detail, their review shall not excuse Contractor from requirements shown on the Drawings and Specifications. 5. For-Information-Only submittals upon which the City is not expected to conduct review or take responsive action may be so identified in the Contract Documents. 6. Submit required number of Samples specified in the Specifications. 7. Clearly identify each Sample as to material, Supplier, pertinent data such as catalog numbers, the use for which intended and other data as City may require to enable City to review the submittal for the limited purposes required by Paragraph 5.16.C. B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any related Work performed prior to City’s review and acceptance of the pertinent submittal will be at the sole expense and responsibility of Contractor. C. City’s Review: 1. City will provide timely review of required Submittals in accordance with the Schedule of Submittals acceptable to City. City’s review and acceptance will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. 00 73 10- 23 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 23 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 2. City’s review and acceptance will not extend to means, methods, techniques, sequences, or procedures of construction (except where a particular means, method, technique, sequence, or procedure of construction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and acceptance of a separate item as such will not indicate approval of the assembly in which the item functions. 3. City’s review and acceptance shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents unless Contractor has complied with the requirements of Section 01 33 00 and City has given written acceptance of each such variation by specific written notation thereof incorporated in or accompanying the Submittal. City’s review and acceptance shall not relieve Contractor from responsibility for complying with the requirements of the Contract Documents. 5.17 Contractor’s General Warranty and Guarantee A. Contractor warrants and guarantees to City that all Work will be in accordance with the Contract Documents and will not be defective. City and its officers, directors, members, partners, employees, agents, consultants, and subcontractors shall be entitled to rely on representation of Contractor’s warranty and guarantee. B. Contractor’s warranty and guarantee hereunder excludes defects or damage caused by: 1. abuse, modification, or improper maintenance or operation by persons other than Contractor, Subcontractors, Suppliers, or any other individual or entity for whom Contractor is responsible; or 2. normal wear and tear under normal usage. C. Contractor’s obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance of Work that is not in accordance with the Contract Documents or a release of Contractor’s obligation to perform the Work in accordance with the Contract Documents: 1. observations by City; 2. recommendation or payment by City or Developer of any progress or final payment; 3. the issuance of a certificate of Final Acceptance by City or any payment related thereto by City; 4. use or occupancy of the Work or any part thereof by City; 5. any review and acceptance of a Submittal by City; 6. any inspection, test, or approval by others; or 00 73 10- 24 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 24 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 7. any correction of defective Work by City. D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two (2) years from the date of Final Acceptance of the Work unless a longer period is specified and shall furnish a good and sufficient maintenance bond, complying with the requirements of Article 4.02.B. The City will give notice of observed defects with reasonable promptness. 5.18 Indemnification A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the City, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licenses or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN PART, BY ANY ACT, OMISSION OR NEGLIGENCE OF THE CITY. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the City in defending against such claims and causes of actions. B. Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the City, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the City, arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licensees or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN PART, BY ANY ACT, OMISSION OR NEGLIGENCE OF THE CITY. 5.19 Delegation of Professional Design Services A. Contractor will not be required to provide professional design services unless such services are specifically required by the Contract Documents for a portion of the Work or unless such services are required to carry out Contractor’s responsibilities for construction means, methods, techniques, sequences and procedures. B. If professional design services or certifications by a design professional related to systems, materials or equipment are specifically required of Contractor by the Contract Documents, City will specify all performance and design criteria that such services must satisfy. Contractor shall cause such services or certifications to be provided by a properly licensed professional, whose signature and seal shall appear on all drawings, calculations, specifications, certifications, and Submittals prepared by such professional. Submittals related to the Work designed or certified by such professional, if prepared by others, shall bear such professional’s written approval when submitted to City. 00 73 10- 25 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 25 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the services, certifications or approvals performed by such design professionals, provided City has specified to Contractor performance and design criteria that such services must satisfy. D. Pursuant to this Paragraph 5.19, City’s review and acceptance of design calculations and design drawings will be only for the limited purpose of checking for conformance with performance and design criteria given and the design concept expressed in the Contract Documents. City’s review and acceptance of Submittals (except design calculations and design drawings) will be only for the purpose stated in Paragraph 5.16.C. 5.20 Right to Audit: A. The City reserves the right to audit all projects utilizing City funds B. The Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of the Contractor involving transactions relating to this Contract. Contractor agrees that the City shall have access during Regular Working Hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Contractor reasonable advance notice of intended audits. C. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of such Subcontractor, involving transactions to the subcontract, and further, that City shall have access during Regular Working Hours to all Subcontractor facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Subcontractor reasonable advance notice of intended audits. D. Contractor and Subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Contractor for the cost of the copies as follows at the rate published in the Texas Administrative Code in effect as of the time copying is performed. 5.21 Nondiscrimination A. The City is responsible for operating Public Transportation Programs and implementing transit- related projects, which are funded in part with Federal financial assistance awarded by the U.S. Department of Transportation and the Federal Transit Administration (FTA), without discriminating against any person in the United States on the basis of race, color, or national origin. B. Title VI, Civil Rights Act of 1964 as amended: Contractor shall comply with the requirements of the Act and the Regulations as further defined in the Supplementary Conditions for any project receiving Federal assistance. 00 73 10- 26 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 26 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 ARTICLE 6 – OTHER WORK AT THE SITE 6.01 Related Work at Site A. City may perform other work related to the Project at the Site with City’s employees, or other City contractors, or through other direct contracts therefor, or have other work performed by utility owners. If such other work is not noted in the Contract Documents, then written notice thereof will be given to Contractor prior to starting any such other work; and B. Contractor shall afford each other contractor who is a party to such a direct contract, each utility owner, and City, if City is performing other work with City’s employees or other City contractors, proper and safe access to the Site, provide a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work, and properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be required to properly connect or otherwise make its several parts come together and properly integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating, or otherwise altering such work; provided, however, that Contractor may cut or alter others' work with the written consent of City and the others whose work will be affected. C. If the proper execution or results of any part of Contractor’s Work depends upon work performed by others under this Article 7, Contractor shall inspect such other work and promptly report to City in writing any delays, defects, or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of Contractor’s Work. Contractor’s failure to so report will constitute an acceptance of such other work as fit and proper for integration with Contractor’s Work except for latent defects in the work provided by others. ARTICLE 7 – CITY’S RESPONSIBILITIES 7.01 Inspections, Tests, and Approvals City’s responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph 11.03. 7.02 Limitations on City’s Responsibilities A. The City shall not supervise, direct, or have control or authority over, nor be responsible for, Contractor’s means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. City will not be responsible for Contractor’s failure to perform the Work in accordance with the Contract Documents. B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 5.13. 00 73 10- 27 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 27 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 7.03 Compliance with Safety Program While at the Site, City’s employees and representatives shall comply with the specific applicable requirements of Contractor’s safety programs of which City has been informed pursuant to Paragraph 5.13. ARTICLE 8 – CITY’S OBSERVATION STATUS DURING CONSTRUCTION 8.01 City’s Project Representative City will provide one or more Project Representative(s) during the construction period. The duties and responsibilities and the limitations of authority of City’s representative during construction are set forth in the Contract Documents. A. City’s Project Representative will make visits to the Site at intervals appropriate to the various stages of construction as City deems necessary in order to observe the progress that has been made and the quality of the various aspects of Contractor’s executed Work. Based on information obtained during such visits and observations, City’s Project Representative will determine, in general, if the Work is proceeding in accordance with the Contract Documents. City’s Project Representative will not be required to make exhaustive or continuous inspections on the Site to check the quality or quantity of the Work. City’s Project Representative’s efforts will be directed toward providing City a greater degree of confidence that the completed Work will conform generally to the Contract Documents. B. City’s Project Representative’s visits and observations are subject to all the limitations on authority and responsibility in the Contract Documents. 8.02 Authorized Variations in Work City’s Project Representative may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time and are compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These may be accomplished by a Field Order and will be binding on City Developer, and also on Contractor, who shall perform the Work involved promptly. 8.03 Rejecting Defective Work City will have authority to reject Work which City’s Project Representative believes to be defective, or will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. City will have authority to conduct special inspection or testing of the Work as provided in Article 11, whether or not the Work is fabricated, installed, or completed. 00 73 10- 28 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 28 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 8.04 Determinations for Work Performed Contractor will determine the actual quantities and classifications of Work performed. City’s Project Representative will review with Contractor the preliminary determinations on such matters before rendering a written recommendation. City’s written decision will be final (except as modified to reflect changed factual conditions or more accurate data). ARTICLE 9 – CHANGES IN THE WORK 9.01 Authorized Changes in the Work A. Without invalidating the Contract and without notice to any surety, City may, at any time or from time to time, order Extra Work. Upon notice of such Extra Work, Contractor shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). Extra Work shall be memorialized by a Participating Change Order which may or may not precede an order of Extra work. B. For minor changes of Work not requiring changes to Contract Time or Contract Price on a project with City participation, a Field Order may be issued by the City. 9.02 Notification to Surety If the provisions of any bond require notice to be given to a surety of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Time), the giving of any such notice will be Contractor’s responsibility. The amount of each applicable bond will be adjusted by the Contractor to reflect the effect of any such change. ARTICLE 10 – CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME 10.01 Change of Contract Price A. The Contract Price may only be changed by a Participating Change Order for projects with City participation. 10.02 Change of Contract Time A. The Contract Time may only be changed by a Participating Change Order for projects with City participation. 10.03 Delays A. If Contractor is delayed, City shall not be liable to Contractor for any claims, costs, losses, or damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by Contractor on or in connection with any other project or anticipated project. 00 73 10- 29 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 29 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 ARTICLE 11 – TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 11.01 Notice of Defects Notice of all defective Work of which City has actual knowledge will be given to Contractor. Defective Work may be rejected, corrected, or accepted as provided in this Article 13. 11.02 Access to Work City, independent testing laboratories, and governmental agencies with jurisdictional interests will have access to the Site and the Work at reasonable times for their observation, inspection, and testing. Contractor shall provide them proper and safe conditions for such access and advise them of Contractor’s safety procedures and programs so that they may comply therewith as applicable. 11.03 Tests and Inspections A. Contractor shall give City timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. B. If Contract Documents, Laws or Regulations of any public body having jurisdiction require any of the Work (or part thereof) to be inspected, tested, or approved, Contractor shall assume full responsibility for arranging and obtaining such independent inspections, tests, retests or approvals, pay all costs in connection therewith, and furnish City the required certificates of inspection or approval; excepting, however, those fees specifically identified in the Supplementary Conditions or any Texas Department of Licensure and Regulation (TDLR) inspections, which shall be paid as described in the Supplementary Conditions. C. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests, re-tests, or approvals required for City’s acceptance of materials or equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor’s purchase thereof for incorporation in the Work. Such inspections, tests, re-tests, or approvals shall be performed by organizations approved by City. D. City may arrange for the services of an independent testing laboratory (“Testing Lab”) to perform any inspections or tests (“Testing”) for any part of the Work, as determined solely by City. 1. City will coordinate such Testing to the extent possible, with Contractor; 2. Should any Testing under this Section 11.03 D result in a “fail”, “did not pass” or other similar negative result, the Contractor shall be responsible for paying for any and all retests. Contractor’s cancellation without cause of City initiated Testing shall be deemed a negative result and require a retest. 00 73 10- 30 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 30 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 3. Any amounts owed for any retest under this Section 11.03 D shall be paid directly to the Testing Lab by Contractor. City will forward all invoices for retests to Developer/Contractor. 4. If Contractor fails to pay the Testing Lab, City will not issue a letter of Final Acceptance until the Testing Lab is Paid E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by Contractor without written concurrence of City, Contractor shall, if requested by City, uncover such Work for observation. 11.04 Uncovering Work A. If any Work is covered contrary to the Contract Documents or specific instructions by the City, it must, if requested by City, be uncovered for City’s observation and replaced at Contractor’s expense. 11.05 City May Stop the Work If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials or equipment, or fails to perform the Work in such a way that the completed Work will conform to the Contract Documents, City may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of City to stop the Work shall not give rise to any duty on the part of City to exercise this right for the benefit of Contractor, any Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of any of them. 11.06 Correction or Removal of Defective Work A. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to an acceptable schedule, whether or not fabricated, installed, or completed, or, if the Work has been rejected by City, remove it from the Project and replace it with Work that is not defective. Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or removal (including but not limited to all costs of repair or replacement of work of others). Failure to require the removal of any defective Work shall not constitute acceptance of such Work. B. When correcting defective Work under the terms of this Paragraph 11.06 or Paragraph 11.07, Contractor shall take no action that would void or otherwise impair City’s special warranty and guarantee, if any, on said Work. 11.07 Correction Period A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may be prescribed by the terms of any applicable special guarantee required by the Contract 00 73 10- 31 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 31 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 Documents), any Work is found to be defective, or if the repair of any damages to the land or areas made available for Contractor’s use by City or permitted by Laws and Regulations as contemplated in Paragraph 5.10.A is found to be defective, Contractor shall promptly, without cost to City and in accordance with City’s written instructions: 1. repair such defective land or areas; or 2. correct such defective Work; or 3. if the defective Work has been rejected by City, remove it from the Project and replace it with Work that is not defective, and 4. satisfactorily correct or repair or remove and replace any damage to other Work, to the work of others or other land or areas resulting therefrom. B. If Contractor does not promptly comply with the terms of City’s written instructions, or in an emergency where delay would cause serious risk of loss or damage, City may have the defective Work corrected or repaired or may have the rejected Work removed and replaced. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such correction or repair or such removal and replacement (including but not limited to all costs of repair or replacement of work of others) will be paid by Contractor. C. Where defective Work (and damage to other Work resulting therefrom) has been corrected or removed and replaced under this Paragraph 11.07, the correction period hereunder with respect to such Work may be required to be extended for an additional period of one year after the end of the initial correction period. City shall provide 30 days written notice to Contractor and Developer should such additional warranty coverage be required. Contractor’s obligations under this Paragraph 11.07 are in addition to any other obligation or warranty. The provisions of this Paragraph 11.07 shall not be construed as a substitute for, or a waiver of, the provisions of any applicable statute of limitation or repose. 11.08 City May Correct Defective Work A. If Contractor fails within a reasonable time after written notice from City to correct defective Work, or to remove and replace rejected Work as required by City in accordance with Paragraph 11.06.A, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any other provision of the Contract Documents, City may, after seven (7) days written notice to Contractor and the Developer, correct, or remedy any such deficiency. B. In exercising the rights and remedies under this Paragraph 11.09, City shall proceed expeditiously. In connection with such corrective or remedial action, City may exclude Contractor from all or part of the Site, take possession of all or part of the Work and suspend Contractor’s services related thereto, and incorporate in the Work all materials and equipment incorporated in the Work, stored at the Site or for which City has paid Contractor but which are 00 73 10- 32 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 32 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 stored elsewhere. Contractor shall allow City, City’s representatives, agents, consultants, employees, and City’s other contractors, access to the Site to enable City to exercise the rights and remedies under this Paragraph. C. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph 13.09 will be charged against Contractor, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and City shall be entitled to an appropriate decrease in the Contract Price. D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the performance of the Work attributable to the exercise of City’s rights and remedies under this Paragraph 11.09. ARTICLE 12 – COMPLETION 12.01 Contractor’s Warranty of Title Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any Application for Payment will pass to City no later than the time of Final Acceptance and shall be free and clear of all Liens. 12.02 Partial Utilization A. Prior to Final Acceptance of all the Work, City may use or occupy any substantially completed part of the Work which has specifically been identified in the Contract Documents, or which City, determines constitutes a separately functioning and usable part of the Work that can be used by City for its intended purpose without significant interference with Contractor’s performance of the remainder of the Work. City at any time may notify Contractor in writing to permit City to use or occupy any such part of the Work which City determines to be ready for its intended use, subject to the following conditions: 1. Contractor at any time may notify City in writing that Contractor considers any such part of the Work ready for its intended use. 2. Within a reasonable time after notification as enumerated in Paragraph 14.05.A.1, City and Contractor shall make an inspection of that part of the Work to determine its status of completion. If City does not consider that part of the Work to be substantially complete, City will notify Contractor in writing giving the reasons therefor. 3. Partial Utilization will not constitute Final Acceptance by City. 12.03 Final Inspection A. Upon written notice from Contractor that the entire Work is complete in accordance with the Contract Documents: 00 73 10- 33 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 33 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 1. within 10 days, City will schedule a Final Inspection with Contractor. 2. City will notify Contractor in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. Contractor shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. 12.04 Final Acceptance A. Upon completion by Contractor to City’s satisfaction, of any additional Work identified in the Final Inspection, City will issue to Contractor a letter of Final Acceptance upon the satisfaction of the following: 1. All documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by Paragraph 5.03; 2. consent of the surety, if any, to Final Acceptance; 3. a list of all pending or released Damage Claims against City that Contractor believes are unsettled; and 4. affidavits of payments and complete and legally effective releases or waivers (satisfactory to City) of all Lien rights arising out of or Liens filed in connection with the Work. 5. after all Damage Claims have been resolved: a. directly by the Contractor or; b. Contractor provides evidence that the Damage Claim has been reported to Contractor’s insurance provider for resolution. 6. Issuing Final Acceptance by the City shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. ARTICLE 13 – SUSPENSION OF WORK 13.01 City May Suspend Work A. At any time and without cause, City may suspend the Work or any portion thereof by written notice to Contractor and which may fix the date on which Work will be resumed. Contractor shall resume the Work on the date so fixed. During temporary suspension of the Work covered by these Contract Documents, for any reason, the City will stop contract time on City participation projects. B. Should the Contractor not be able to complete a portion of the Project due to causes beyond the control of and without the fault or negligence of the Contractor, and should it be determined by mutual consent of the Contractor and City that a solution to allow construction to proceed is not 00 73 10- 34 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 34 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 available within a reasonable period of time, Contractor may request an extension in Contract Time, directly attributable to any such suspension. C. If it should become necessary to suspend the Work for an indefinite period, the Contractor shall store all materials in such a manner that they will not obstruct or impede the public unnecessarily nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed; he shall provide suitable drainage about the work, and erect temporary structures where necessary. ARTICLE 14 – MISCELLANEOUS 14.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if: 1. delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended; or 2. delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. B. Business address changes must be promptly made in writing to the other party. C. Whenever the Contract Documents specifies giving notice by electronic means such electronic notice shall be deemed sufficient upon confirmation of receipt by the receiving party. 14.02 Computation of Times When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last day of the period. 14.03 Cumulative Remedies The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. 00 73 10- 35 Standard City Conditions Of The Construction Contract For Developer Awarded Projects Page 35 of 35 CITY OF FORT WORTH STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS Revised: January 10, 2013 14.04 Survival of Obligations All representations, indemnifications, warranties, and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion, and acceptance of the Work or termination or completion of the Contract or termination of the services of Contractor. 14.05 Headings Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions. 01 11 00 - 1 DAP SUMMARY OF WORK Page 1 of 3 CITY OF FORT WORTH Water and Sewer Improvements to 2121 Joel East Road Addition STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – Developer Awarded Projects Revised December 20, 2012 106335 1 SECTION 01 11 00 2 SUMMARY OF WORK 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A.Section Includes: 6 1.Summary of Work to be performed in accordance with the Contract Documents 7 B.Deviations from this City of Fort Worth Standard Specification 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 11 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 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS 18 A.Work Covered by Contract Documents 19 1.Work is to include furnishing all labor, materials, and equipment, and performing 20 all Work necessary for this construction project as detailed in the Drawings and 21 Specifications. 22 B.Subsidiary Work 23 1.Any and all Work specifically governed by documentary requirements for the 24 project, such as conditions imposed by the Drawings or Contract Documents in 25 which no specific item for bid has been provided for in the Proposal and the item is 26 not a typical unit bid item included on the standard bid item list, then the item shall 27 be considered as a subsidiary item of Work, the cost of which shall be included in 28 the price bid in the Proposal for various bid items. 29 C.Use of Premises 30 1.Coordinate uses of premises under direction of the City. 31 2.Assume full responsibility for protection and safekeeping of materials and 32 equipment stored on the Site. 33 3.Use and occupy only portions of the public streets and alleys, or other public places 34 or other rights-of-way as provided for in the ordinances of the City, as shown in the 35 Contract Documents, or as may be specifically authorized in writing by the City. 36 a.A reasonable amount of tools, materials, and equipment for construction 37 purposes may be stored in such space, but no more than is necessary to avoid 38 delay in the construction operations. 01 11 00 - 2 DAP SUMMARY OF WORK Page 2 of 3 CITY OF FORT WORTH Water and Sewer Improvements to 2121 Joel East Road Addition STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – Developer Awarded Projects Revised December 20, 2012 106335 1 b.Excavated and waste materials shall be stored in such a way as not to interfere 2 with the use of spaces that may be designated to be left free and unobstructed 3 and so as not to inconvenience occupants of adjacent property. 4 c.If the street is occupied by railroad tracks, the Work shall be carried on in such 5 manner as not to interfere with the operation of the railroad. 6 1)All Work shall be in accordance with railroad requirements set forth in 7 Division 0 as well as the railroad permit. 8 D.Work within Easements 9 1.Do not enter upon private property for any purpose without having previously 10 obtained permission from the owner of such property. 11 2.Do not store equipment or material on private property unless and until the 12 specified approval of the property owner has been secured in writing by the 13 Contractor and a copy furnished to the City. 14 3.Unless specifically provided otherwise, clear all rights-of-way or easements of 15 obstructions which must be removed to make possible proper prosecution of the 16 Work as a part of the project construction operations. 17 4.Preserve and use every precaution to prevent damage to, all trees, shrubbery, plants, 18 lawns, fences, culverts, curbing, and all other types of structures or improvements, 19 to all water, sewer, and gas lines, to all conduits, overhead pole lines, or 20 appurtenances thereof, including the construction of temporary fences and to all 21 other public or private property adjacent to the Work. 22 5.Notify the proper representatives of the owners or occupants of the public or private 23 lands of interest in lands which might be affected by the Work. 24 a.Such notice shall be made at least 48 hours in advance of the beginning of the 25 Work. 26 b.Notices shall be applicable to both public and private utility companies and any 27 corporation, company, individual, or other, either as owners or occupants, 28 whose land or interest in land might be affected by the Work. 29 c.Be responsible for all damage or injury to property of any character resulting 30 from any act, omission, neglect, or misconduct in the manner or method or 31 execution of the Work, or at any time due to defective work, material, or 32 equipment. 33 6.Fence 34 a.Restore all fences encountered and removed during construction of the Project 35 to the original or a better than original condition. 36 b.Erect temporary fencing in place of the fencing removed whenever the Work is 37 not in progress and when the site is vacated overnight, and/or at all times to 38 provide site security. 39 c.The cost for all fence work within easements, including removal, temporary 40 closures and replacement, shall be subsidiary to the various items bid in the 41 project proposal, unless a bid item is specifically provided in the proposal. 01 11 00 - 3 DAP SUMMARY OF WORK Page 3 of 3 CITY OF FORT WORTH Water and Sewer Improvements to 2121 Joel East Road Addition STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – Developer Awarded Projects Revised December 20, 2012 106335 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 END OF SECTION 12 Revision Log DATE NAME SUMMARY OF CHANGE 13 01 35 13 - 1 SPECIAL PROJECT PROCEDURES Page 1 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 11, 2022 Water and Sewer Improvements to 2121 Joel East Road Addition 106335 1 SECTION 01 35 13 2 SPECIAL PROJECT PROCEDURES 3 4 PART 1 - GENERAL 5 1.1 SUMMARY 6 A. Section Includes: 7 1. The procedures for special project circumstances that includes, but is not limited to: 8 a. Coordination with the Texas Department of Transportation 9 b. Work near High Voltage Lines 10 c. Confined Space Entry Program 11 d. Use of Explosives, Drop Weight, Etc. 12 e. Water Department Notification 13 f. Public Notification Prior to Beginning Construction 14 g. Coordination with United States Army Corps of Engineers 15 h. Coordination within Railroad permits areas 16 i. Dust Control 17 j. Employee Parking 18 B. Deviations from this City of Fort Worth Standard Specification 19 1. None. 20 C. Related Specification Sections include, but are not necessarily limited to: 21 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 22 2. Division 1 – General Requirements 23 3. Section 33 12 25 – Connection to Existing Water Mains 24 1.2 PRICE AND PAYMENT PROCEDURES 25 A. Measurement and Payment 26 1. Coordination within Railroad permit areas 27 a. Measurement 28 1) Measurement for this Item will be by lump sum. 29 b. Payment 30 1) The work performed and materials furnished in accordance with this Item 31 will be paid for at the lump sum price bid for Railroad Coordination. 32 c. The price bid shall include: 33 1) Mobilization 34 2) Inspection 35 3) Safety training 36 4) Additional Insurance 37 5) Insurance Certificates 38 6) Other requirements associated with general coordination with Railroad, 39 including additional employees required to protect the right-of-way and 40 property of the Railroad from damage arising out of and/or from the 41 construction of the Project. 01 35 13 - 2 SPECIAL PROJECT PROCEDURES Page 2 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 11, 2022 Water and Sewer Improvements to 2121 Joel East Road Addition 106335 1 2. Railroad Flagmen 2 a. Measurement 3 1) Measurement for this Item will be per working day. 4 b. Payment 5 1) The work performed and materials furnished in accordance with this Item 6 will be paid for each working day that Railroad Flagmen are present at the 7 Site. 8 c. The price bid shall include: 9 1) Coordination for scheduling flagmen 10 2) Flagmen 11 3) Other requirements associated with Railroad 12 3. All other items 13 a. Work associated with these Items is considered subsidiary to the various Items 14 bid. No separate payment will be allowed for this Item. 15 1.3 REFERENCES 16 A. Reference Standards 17 1. Reference standards cited in this Specification refer to the current reference 18 standard published at the time of the latest revision date logged at the end of this 19 Specification, unless a date is specifically cited. 20 2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. 21 High Voltage Overhead Lines. 22 1.4 ADMINISTRATIVE REQUIREMENTS 23 A. Coordination with the Texas Department of Transportation 24 1. When work in the right-of-way which is under the jurisdiction of the Texas 25 Department of Transportation (TxDOT): 26 a. Notify the Texas Department of Transportation prior to commencing any work 27 therein in accordance with the provisions of the permit 28 b. All work performed in the TxDOT right-of-way shall be performed in 29 compliance with and subject to approval from the Texas Department of 30 Transportation 31 B. Work near High Voltage Lines 32 1. Regulatory Requirements 33 a. All Work near High Voltage Lines (more than 600 volts measured between 34 conductors or between a conductor and the ground) shall be in accordance with 35 Health and Safety Code, Title 9, Subtitle A, Chapter 752. 36 2. Warning sign 37 a. Provide sign of sufficient size meeting all OSHA requirements. 38 3. Equipment operating within 10 feet of high voltage lines will require the following 39 safety features 40 a. Insulating cage-type of guard about the boom or arm 41 b. Insulator links on the lift hook connections for back hoes or dippers 42 c. Equipment must meet the safety requirements as set forth by OSHA and the 43 safety requirements of the owner of the high voltage lines 44 4. Work within 6 feet of high voltage electric lines 45 a. Notification shall be given to: 01 35 13 - 3 SPECIAL PROJECT PROCEDURES Page 3 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 11, 2022 Water and Sewer Improvements to 2121 Joel East Road Addition 106335 1 1) The power company (example: ONCOR) 2 a) Maintain an accurate log of all such calls to power company and record 3 action taken in each case. 4 b. Coordination with power company 5 1) After notification coordinate with the power company to: 6 a) Erect temporary mechanical barriers, de-energize the lines, or raise or 7 lower the lines 8 c. No personnel may work within 6 feet of a high voltage line before the above 9 requirements have been met. 10 C. Confined Space Entry Program 11 1. Provide and follow approved Confined Space Entry Program in accordance with 12 OSHA requirements. 13 2. Confined Spaces include: 14 a. Manholes 15 b. All other confined spaces in accordance with OSHA’s Permit Required for 16 Confined Spaces 17 D. TCEQ Air Permit 18 1. Obtain TCEQ Air Permit for construction activities per requirements of TCEQ. 19 E. Use of Explosives, Drop Weight, Etc. 20 1. When Contract Documents permit on the project the following will apply: 21 a. Public Notification 22 1) Submit notice to City and proof of adequate insurance coverage, 24 hours 23 prior to commencing. 24 2) Minimum 24 hour public notification in accordance with Section 01 31 13 25 F. Water Department Coordination 26 1. During the construction of this project, it will be necessary to deactivate, for a 27 period of time, existing lines. The Contractor shall be required to coordinate with 28 the Water Department to determine the best times for deactivating and activating 29 those lines. 30 2. Coordinate any event that will require connecting to or the operation of an existing 31 City water line system with the City’s representative. 32 a. Coordination shall be in accordance with Section 33 12 25. 33 b. If needed, obtain a hydrant water meter from the Water Department for use 34 during the life of named project. 35 c. In the event that a water valve on an existing live system be turned off and on 36 to accommodate the construction of the project is required, coordinate this 37 activity through the appropriate City representative. 38 1) Do not operate water line valves of existing water system. 39 a) Failure to comply will render the Contractor in violation of Texas Penal 40 Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor 41 will be prosecuted to the full extent of the law. 42 b) In addition, the Contractor will assume all liabilities and 43 responsibilities as a result of these actions. 44 G. Public Notification Prior to Beginning Construction 01 35 13 - 4 SPECIAL PROJECT PROCEDURES Page 4 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 11, 2022 Water and Sewer Improvements to 2121 Joel East Road Addition 106335 1 1.Prior to beginning construction on any block in the project, on a block by block 2 basis, prepare and deliver a notice or flyer of the pending construction to the front 3 door of each residence or business that will be impacted by construction. The notice 4 shall be prepared as follows: 5 a.Post notice or flyer and City of Fort Worth Door Hangers, 7 days prior to 6 beginning any construction activity on each block in the project area. 7 1)Prepare flyer on the Contractor’s letterhead and include the following 8 information: 9 a)Name of Project 10 b)City Project No (CPN) 11 c)Scope of Project (i.e. type of construction activity) 12 d)Actual construction duration within the block 13 e)Name of the contractor’s foreman and phone number 14 f)Name of the City’s inspector and phone number 15 g)City’s after-hours phone number 16 2)A sample of the ‘pre-construction notification’ flyer is attached as Exhibit 17 A. 18 3)City of Fort Worth Door Hangers will be provided to the Contractor for 19 distribution with their notice. 20 4)Submit schedule showing the construction start and finish time for each 21 block of the project to the inspector. 22 5)Deliver flyer to the City Inspector for review prior to distribution. 23 b.No construction will be allowed to begin on any block until the flyer and door 24 hangers are delivered to all residents of the block. 25 H.Public Notification of Temporary Water Service Interruption during Construction 26 1.In the event it becomes necessary to temporarily shut down water service to 27 residents or businesses during construction, prepare and deliver a notice or flyer of 28 the pending interruption to the front door of each affected resident. 29 2.Prepared notice as follows: 30 a.The notification or flyer shall be posted 24 hours prior to the temporary 31 interruption. 32 b.Prepare flyer on the contractor’s letterhead and include the following 33 information: 34 1)Name of the project 35 2)City Project Number 36 3)Date of the interruption of service 37 4)Period the interruption will take place 38 5)Name of the contractor’s foreman and phone number 39 6)Name of the City’s inspector and phone number 40 c.A sample of the temporary water service interruption notification is attached as 41 Exhibit B. 42 d.Deliver a copy of the temporary interruption notification to the City inspector 43 for review prior to being distributed. 44 e.No interruption of water service can occur until the flyer has been delivered to 45 all affected residents and businesses. 46 f.Electronic versions of the sample flyers can be obtained from the Project 47 Construction Inspector. 48 I.Coordination with United States Army Corps of Engineers (USACE) 01 35 13 - 5 SPECIAL PROJECT PROCEDURES Page 5 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 11, 2022 Water and Sewer Improvements to 2121 Joel East Road Addition 106335 1 1. At locations in the Project where construction activities occur in areas where 2 USACE permits are required, meet all requirements set forth in each designated 3 permit. 4 J. Coordination within Railroad Permit Areas 5 1. At locations in the project where construction activities occur in areas where 6 railroad permits are required, meet all requirements set forth in each designated 7 railroad permit. This includes, but is not limited to, provisions for: 8 a. Flagmen 9 b. Inspectors 10 c. Safety training 11 d. Additional insurance 12 e. Insurance certificates 13 f. Other employees required to protect the right-of-way and property of the 14 Railroad Company from damage arising out of and/or from the construction of 15 the project. Proper utility clearance procedures shall be used in accordance 16 with the permit guidelines. 17 2. Obtain any supplemental information needed to comply with the railroad’s 18 requirements. 19 3. Railroad Flagmen 20 a. Submit receipts to City for verification of working days that railroad flagmen 21 were present on Site. 22 K. Dust Control 23 1. Use acceptable measures to control dust at the Site. 24 a. If water is used to control dust, capture and properly dispose of waste water. 25 b. If wet saw cutting is performed, capture and properly dispose of slurry. 26 L. Employee Parking 27 1. Provide parking for employees at locations approved by the City. 01 35 13 - 6 SPECIAL PROJECT PROCEDURES Page 6 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 11, 2022 Water and Sewer Improvements to 2121 Joel East Road Addition 106335 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 END OF SECTION 12 Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D.Johnson 1.4.B – Added requirement of compliance with Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. High Voltage Overhead Lines. 1.4.E – Added Contractor responsibility for obtaining a TCEQ Air Permit 3/11/2022 M Owen Remove references to Air Pollution watch Days and NCTCOG Clean construction Specification requirements. Clarify need for Door Hangers under in addition to contractor notification of public. 13 01 35 13 - 7 SPECIAL PROJECT PROCEDURES Page 7 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 11, 2022 Water and Sewer Improvements to 2121 Joel East Road Addition 106335 1 2 3 4 5 6 Date: 7 EXHIBIT A (To be printed on Contractor’s Letterhead) 8 CPN No.: 9 Project Name: 10 Mapsco Location: 11 Limits of Construction: 12 13 14 15 16 17 THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT 18 WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR 19 PROPERTY. 20 21 CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE 22 OF THIS NOTICE. 23 24 IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER 25 ISSUE, PLEASE CALL: 26 27 28 Mr. <CONTRACTOR’S SUPERINTENDENT> AT <TELEPHONE NO.> 29 30 OR 31 32 Mr. <CITY INSPECTOR> AT < TELEPHONE NO.> 33 34 AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306 35 36 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL 37 01 35 13 - 8 SPECIAL PROJECT PROCEDURES Page 8 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 11, 2022 Water and Sewer Improvements to 2121 Joel East Road Addition 106335 1 EXHIBIT B 2 3 4 01 70 00 - 1 MOBILIZATION AND REMOBILIZATION Page 1 of 9 CITY OF FORT WORTH Water and Sewer Improvements to 2121 Joel East Road Addition STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS[Insert Project Number] Revised November 22, 2016 1 SECTION 01 70 00 2 MOBILIZATION AND REMOBILIZATION 3 4 PART 1 - GENERAL 5 1.1 SUMMARY 6 A. Section Includes: 7 1. Mobilization and Demobilization 8 a. Mobilization 9 1) Transportation of Contractor’s personnel, equipment, and operating 10 supplies to the Site 11 2) Establishment of necessary general facilities for the Contractor’s 12 operation at the Site 13 3) Premiums paid for performance and payment bonds 14 4) Transportation of Contractor’s personnel, equipment, and operating 15 supplies to another location within the designated Site 16 5) Relocation of necessary general facilities for the Contractor’s operation 17 from 1 location to another location on the Site. 18 b. Demobilization 19 1) Transportation of Contractor’s personnel, equipment, and operating 20 supplies away from the Site including disassembly 21 2) Site Clean-up 22 3) Removal of all buildings and/or other facilities assembled at the Site for 23 this Contract 24 c. Mobilization and Demobilization do not include activities for specific 25 items of work that are for which payment is provided elsewhere in the 26 contract. 01 70 00 - 2 MOBILIZATION AND REMOBILIZATION Page 2 of 9 CITY OF FORT WORTH Water and Sewer Improvements to 2121 Joel East Road Addition STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS[Insert Project Number] Revised November 22, 2016 1 2. Remobilization 2 a. Remobilization for Suspension of Work specifically required in the 3 Contract Documents or as required by City includes: 4 1) Demobilization 5 a) Transportation of Contractor’s personnel, equipment, and 6 operating supplies from the Site including disassembly or 7 temporarily securing equipment, supplies, and other facilities as 8 designated by the Contract Documents necessary to suspend the 9 Work. 10 b) Site Clean-up as designated in the Contract Documents 11 2) Remobilization 12 a) Transportation of Contractor’s personnel, equipment, and 13 operating supplies to the Site necessary to resume the Work. 14 b) Establishment of necessary general facilities for the Contractor’s 15 operation at the Site necessary to resume the Work. 16 3) No Payments will be made for: 17 a) Mobilization and Demobilization from one location to another on 18 the Site in the normal progress of performing the Work. 19 b) Stand-by or idle time 20 c) Lost profits 21 3. Mobilizations and Demobilization for Miscellaneous Projects 22 a. Mobilization and Demobilization 23 1) Mobilization shall consist of the activities and cost on a Work Order 24 basis necessary for: 25 a) Transportation of Contractor’s personnel, equipment, and 26 operating supplies to the Site for the issued Work Order. 27 b) Establishment of necessary general facilities for the Contractor’s 28 operation at the Site for the issued Work Order 01 70 00 - 3 MOBILIZATION AND REMOBILIZATION Page 3 of 9 CITY OF FORT WORTH Water and Sewer Improvements to 2121 Joel East Road Addition STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS[Insert Project Number] Revised November 22, 2016 1 2) Demobilization shall consist of the activities and cost necessary for: 2 a) Transportation of Contractor’s personnel, equipment, and 3 operating supplies from the Site including disassembly for each 4 issued Work Order 5 b) Site Clean-up for each issued Work Order 6 c) Removal of all buildings or other facilities assembled at the Site for 7 each Work Oder 8 b. Mobilization and Demobilization do not include activities for specific 9 items of work for which payment is provided elsewhere in the contract. 10 4. Emergency Mobilizations and Demobilization for Miscellaneous Projects 11 a. A Mobilization for Miscellaneous Projects when directed by the City and 12 the mobilization occurs within 24 hours of the issuance of the Work Order. 13 B. Deviations from this City of Fort Worth Standard Specification 14 1. None. 15 C. Related Specification Sections include, but are not necessarily limited to: 16 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the 17 Contract 18 2. Division 1 – General Requirements 19 1.2 PRICE AND PAYMENT PROCEDURES 20 A. Measurement and Payment [Consult City Department/Division for direction on if 21 Mobilization pay item to be included or the item should be subsidiary. Include the 22 appropriate Section 1.2 A. 1.] 23 1. Mobilization and Demobilization 24 a. Measure 25 1) This Item is considered subsidiary to the various Items bid. 26 b. Payment 01 70 00 - 4 MOBILIZATION AND REMOBILIZATION Page 4 of 9 CITY OF FORT WORTH Water and Sewer Improvements to 2121 Joel East Road Addition STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS[Insert Project Number] Revised November 22, 2016 1 1) The work performed and materials furnished in accordance with this 2 Item are subsidiary to the various Items bid and no other compensation 3 will be allowed. 4 [OR] 5 1. Mobilization and Demobilization 6 a. Measure 7 1) This Item will be measured by the lump sum or each as the work 8 progresses. Mobilization is calculated on the base bid only and will not 9 be paid for separately on any additive alternate items added to the 10 Contract. 11 2) Demobilization shall be considered subsidiary to the various bid items. 12 b. Payment 13 1) For this Item, the adjusted Contract amount will be calculated as the 14 total Contract amount less the lump sum for mobilization. Mobilization 15 shall be made in partial payments as follows: 16 a) When 1% of the adjusted Contract amount for construction Items is 17 earned, 50% of the mobilization lump sum bid or % of the total 18 Contract amount, whichever is less, will be paid. 19 b) When 5% of the adjusted Contract amount for construction Items is 20 earned, 75% of the mobilization lump sum bid or % of the total 21 Contract amount, whichever is less, will be paid. Previous payments 22 under the Item will be deducted from this amount. 23 c) When 10% of the adjusted Contract amount for construction Items 24 is earned, 100% of the mobilization lump sum bid or % of the total 25 Contract amount, whichever is less, will be paid. Previous payments 26 under the Item will be deducted from this amount. 27 d) A bid containing a total for “Mobilization” in excess of % of total 28 contract shall be considered unbalanced and a cause for 29 consideration of rejection. 30 e) The Lump Sum bid for “Mobilization – Paving/Drainage” shall NOT 31 include any cost or sum for mobilization items associated with 01 70 00 - 5 MOBILIZATION AND REMOBILIZATION Page 5 of 9 CITY OF FORT WORTH Water and Sewer Improvements to 2121 Joel East Road Addition STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS[Insert Project Number] Revised November 22, 2016 1 water/sewer items. Those costs shall be included in the various 2 water/sewer bid Items. Otherwise the bid Items shall be 3 considered unbalanced and a cause for consideration of rejection. 4 f) The Lump Sum bid for “Mobilization – Paving” shall NOT include 5 any cost or sum for mobilization items associated with drainage 6 items. Those costs shall be included in the “Mobilization – 7 Drainage” Lump Sum bid Item. Otherwise the bid Items shall be 8 considered unbalanced and a cause for consideration of rejection. 9 g) The Lump Sum bid for “Mobilization – Drainage” shall NOT 10 include any cost or sum for mobilization items associated with 11 paving items. Those costs shall be included in the “Mobilization – 12 Paving” Lump Sum bid Item. Otherwise the bid Items shall be 13 considered unbalanced and a cause for consideration of rejection. 14 2) The work performed and materials furnished for demobilization in 15 accordance with this Item are subsidiary to the various Items bid and no 16 other compensation will be allowed. 17 [OR] 18 1. Mobilization and Demobilization 19 a. Measure 20 1) This item for Water/Sewer improvements is considered subsidiary to 21 the various Items bid. 22 2) “Mobilization – Paving,” “Mobilization – Drainage,” and/or “Mobilization 23 – Paving/Drainage” will be measured by the lump sum or each as the 24 work progresses. Mobilization is calculated on the base bid only and will 25 not be paid for separately on any additive alternate items added to the 26 Contract. 27 3) Demobilization shall be considered subsidiary to the various bid items. 28 b. Payment 29 1) The work performed and materials furnished in accordance with this 30 Item for Water/Sewer improvements are subsidiary to the various Items 31 bid and no other compensation will be allowed. 01 70 00 - 6 MOBILIZATION AND REMOBILIZATION Page 6 of 9 CITY OF FORT WORTH Water and Sewer Improvements to 2121 Joel East Road Addition STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS[Insert Project Number] Revised November 22, 2016 1 2) “Mobilization – Paving,” “Mobilization – Drainage,” and/or “Mobilization 2 – Paving/Drainage”, the adjusted Contract amount will be calculated as 3 the total Contract amount for paving, drainage or paving/drainage 4 improvements less the lump sum for mobilization. Mobilization shall be 5 made in partial payments as follows: 6 a) When 1% of the adjusted Contract amount for construction Items is 7 earned, 50% of the mobilization lump sum bid or % of the total 8 paving, drainage, or paving/drainage Contract amount, whichever is 9 less, will be paid. 10 b) When 5% of the adjusted Contract amount for construction Items is 11 earned, 75% of the mobilization lump sum bid or % of the total 12 paving, drainage, or paving/drainage Contract amount, whichever is 13 less, will be paid. Previous payments under the Item will be deducted 14 from this amount. 15 c) When 10% of the adjusted Contract amount for construction Items 16 is earned, 100% of the mobilization lump sum bid or % of the total 17 paving, drainage, or paving/drainage Contract amount, whichever is 18 less, will be paid. Previous payments under the Item will be deducted 19 from this amount. 20 d) A bid containing a total for “Mobilization” in excess of % of total 21 paving, drainage or paving/drainage contract shall be considered 22 unbalanced and a cause for consideration of rejection. 23 3) The work performed and materials furnished for demobilization in 24 accordance with this Item are subsidiary to the various Items bid and no 25 other compensation will be allowed. 26 2. Remobilization for suspension of Work as specifically required in the Contract 27 Documents 28 a. Measurement 29 1) Measurement for this Item shall be per each remobilization 30 performed. 31 b. Payment 01 70 00 - 7 MOBILIZATION AND REMOBILIZATION Page 7 of 9 CITY OF FORT WORTH Water and Sewer Improvements to 2121 Joel East Road Addition STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS[Insert Project Number] Revised November 22, 2016 1 1)The work performed and materials furnished in accordance with this 2 Item and measured as provided under “Measurement” will be paid for 3 at the unit price per each “Specified Remobilization” in accordance 4 with Contract Documents. 5 c.The price shall include: 6 1)Demobilization as described in Section 1.1.A.2.a.1) 7 2)Remobilization as described in Section 1.1.A.2.a.2) 8 d.No payments will be made for standby, idle time, or lost profits associated 9 this Item. 10 3.Remobilization for suspension of Work as required by City 11 a.Measurement and Payment 12 1)This shall be submitted as a Contract Claim in accordance with Article 13 10 of Section 00 72 00. 14 2)No payments will be made for standby, idle time, or lost profits 15 associated with this Item. 16 4.Mobilizations and Demobilizations for Miscellaneous Projects 17 a.Measurement 18 1)Measurement for this Item shall be for each Mobilization and 19 Demobilization required by the Contract Documents 20 b.Payment 21 1)The Work performed and materials furnished in accordance with this 22 Item and measured as provided under “Measurement” will be paid for 23 at the unit price per each “Work Order Mobilization” in accordance 24 with Contract Documents. Demobilization shall be considered 25 subsidiary to mobilization and shall not be paid for separately. 26 c.The price shall include: 27 1)Mobilization as described in Section 1.1.A.3.a.1) 28 2)Demobilization as described in Section 1.1.A.3.a.2) 01 70 00 - 8 MOBILIZATION AND REMOBILIZATION Page 8 of 9 CITY OF FORT WORTH Water and Sewer Improvements to 2121 Joel East Road Addition STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS[Insert Project Number] Revised November 22, 2016 1 d.No payments will be made for standby, idle time, or lost profits associated 2 this Item. 3 5.Emergency Mobilizations and Demobilizations for Miscellaneous Projects 4 a.Measurement 5 1)Measurement for this Item shall be for each Mobilization and 6 Demobilization required by the Contract Documents 7 b.Payment 8 1)The Work performed and materials furnished in accordance with this 9 Item and measured as provided under “Measurement” will be paid for 10 at the unit price per each “Work Order Emergency Mobilization” in 11 accordance with Contract Documents. Demobilization shall be 12 considered subsidiary to mobilization and shall not be paid for 13 separately. 14 c.The price shall include 15 1)Mobilization as described in Section 1.1.A.4.a) 16 2)Demobilization as described in Section 1.1.A.3.a.2) 17 d.No payments will be made for standby, idle time, or lost profits associated 18 this Item. 19 1.3 REFERENCES [NOT USED] 20 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 21 1.5 SUBMITTALS [NOT USED] 22 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 23 1.7 CLOSEOUT SUBMITTALS [NOT USED] 24 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 25 1.9 QUALITY ASSURANCE [NOT USED] 26 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 27 1.11 FIELD [SITE] CONDITIONS [NOT USED] 01 70 00 - 9 MOBILIZATION AND REMOBILIZATION Page 9 of 9 CITY OF FORT WORTH Water and Sewer Improvements to 2121 Joel East Road Addition STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS[Insert Project Number] Revised November 22, 2016 1 1.12 WARRANTY [NOT USED] 2 PART 2 - PRODUCTS [NOT USED] 3 PART 3 - EXECUTION [NOT USED] 4 END OF SECTION 5 Revision Log DATE NAME SUMMARY OF CHANGE 6 - 1 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 1 of 21 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 13, 2025 Water and Sewer Improvements to 2121 Joel East Road Addition 106335 1 2 3 4 PART 1 - GENERAL 5 1.1 6 A.Section Includes: 7 1.Excavation, Embedment and Backfill for: 8 a.Pressure Applications 9 1)Water Distribution or Transmission Main 10 2)Wastewater Force Main 11 3)Reclaimed Water Main 12 b.Gravity Applications 13 1)Wastewater Gravity Mains 14 2)Storm Sewer Pipe and Culverts 15 3)Storm Sewer Precast Box and Culverts 16 2.Including: 17 a.Excavation of all material encountered, including rock and unsuitable materials 18 b.Disposal of excess unsuitable material 19 c.Site specific trench safety 20 d.Pumping and dewatering 21 e.Embedment 22 f.Concrete encasement for utility lines 23 g.Backfill 24 h.Compaction 25 B.Deviations from this City of Fort Worth Standard Specification 26 1.None. 27 C.Related Specification Sections include, but are not necessarily limited to: 28 1.Division 0 – Bidding Requirements, Contract Forms, and Conditions of the 29 Contract 30 2.Division 1 – General Requirements 31 3.Section 02 41 13 – Selective Site Demolition 32 4.Section 02 41 15 – Paving Removal 33 5.Section 02 41 14 – Utility Removal/Abandonment 34 6.Section 03 30 00 – Cast-in-place Concrete 35 7.Section 03 34 13 – Controlled Low Strength Material (CLSM) 36 8.Section 31 10 00 – Site Clearing 37 9.Section 31 25 00 – Erosion and Sediment Control 38 10.Section 33 05 26 – Utility Markers/Locators 39 11.Section 34 71 13 – Traffic Control - 2 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 2 of 21 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 13, 2025 Water and Sewer Improvements to 2121 Joel East Road Addition 106335 1 1.2 PRICE AND PAYMENT PROCEDURES 2 A.Measurement and Payment 3 1. Trench Excavation, Embedment and Backfill associated with the installation of an 4 underground utility or excavation 5 a. Measurement 6 1) This Item is considered subsidiary to the installation of the utility pipe line 7 as designated in the Drawings. 8 b. Payment 9 1) The work performed and the materials furnished in accordance with this 10 Item are considered subsidiary to the installation of the utility pipe for the 11 type of embedment and backfill as indicated on the plans. No other 12 compensation will be allowed. 13 2. Imported Embedment or Backfill 14 a. Measurement 15 1) Measured by the cubic yard as delivered to the site and recorded by truck 16 ticket provided to the City 17 b. Payment 18 1) Imported fill shall only be paid when using materials for embedment and 19 backfill other than those identified in the Drawings. The work performed and 20 materials furnished in accordance with pre-bid item and measured as provided 21 under “Measurement” will be paid for at the unit price bid per cubic yard of 22 “Imported Embedment/Backfill” delivered to the Site for: 23 a) Various embedment/backfill materials 24 c. The price bid shall include: 25 1) Furnishing backfill or embedment as specified by this Specification 26 2) Hauling to the site 27 3) Placement and compaction of backfill or embedment 28 3. Concrete Encasement for Utility Lines 29 a. Measurement 30 1) Measured by the cubic yard per plan quantity. 31 b. Payment 32 1) The work performed and materials furnished in accordance with this Item 33 and measured as provided under “Measurement” will be paid for at the unit 34 price bid per cubic yard of “Concrete Encasement for Utility Lines” per plan 35 quantity. 36 c. The price bid shall include: 37 1) Furnishing, hauling, placing and finishing concrete in accordance with 38 Section 03 30 00 39 2) Clean-up 40 4. Ground Water Control 41 a. Measurement 42 1) Measurement shall be lump sum when a ground water control plan is 43 specifically required by the Contract Documents. 44 b. Payment 45 1) Payment shall be per the lump sum price bid for “Ground Water Control” 46 including: 47 a) Submittals 48 b) Additional Testing - 3 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 3 of 21 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 13, 2025 Water and Sewer Improvements to 2121 Joel East Road Addition 106335 1 c) Ground water control system installation 2 d) Ground water control system operations and maintenance 3 e) Disposal of water 4 f) Removal of ground water control system 5 5. Trench Safety 6 a. Measurement 7 1) Measured per linear foot of excavation for all trenches that require trench 8 safety in accordance with OSHA excavation safety standards (29 CFR Part 9 1926 Subpart P Safety and Health regulations for Construction) 10 b. Payment 11 1) The work performed and materials furnished in accordance with this Item 12 and measured as provided under “Measurement” will be paid for at the unit 13 price bid per linear foot of excavation to comply with OSHA excavation 14 safety standards (29 CFR Part 1926.650 Subpart P), including, but not limited 15 to, all submittals, labor and equipment. 16 6. Trench Water Stops 17 a. Measurement 18 1) Measured per each installed. 19 b. Payment 20 1) The work performed and materials furnished in accordance with this Item 21 and measured as provided under “Measurement” will be paid for at the unit 22 price bid per each for “Trench Water Stops.” 23 c. The price bid shall include: 24 1) Excavation and disposal of material 25 2) Furnishing and placement controlled slow strength material (CLSM) 26 backfill or embedment as specified by this Specification and as shown on the 27 drawings 28 1.3 REFERENCES 29 A.Definitions 30 1. General – Definitions used in this section are in accordance with Terminologies 31 ASTM F412 and ASTM D8 and Terminology ASTM D653, unless otherwise 32 noted. 33 2. Definitions for trench width, backfill, embedment, initial backfill, pipe zone, 34 haunching bedding, springline, pipe zone and foundation are defined as shown in 35 the following schematic: - 4 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 4 of 21 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 13, 2025 Water and Sewer Improvements to 2121 Joel East Road Addition 106335 1 2 3. Deleterious materials – Harmful materials such as clay lumps, silts and organic 3 material 4 4. Excavated Trench Depth – Distance from the surface to the bottom of the bedding 5 or the trench foundation 6 5. Final Backfill Depth 7 a. Unpaved Areas – The depth of the final backfill measured from the top of the 8 initial backfill to the surface 9 b. Paved Areas – The depth of the final backfill measured from the top of the 10 initial backfill to bottom of permanent or temporary pavement repair 11 B.Reference Standards 12 1. Reference standards cited in this Specification refer to the current reference 13 standard published at the time of the latest revision date logged at the end of this 14 Specification, unless a date is specifically cited. 15 2. ASTM Standards: 16 a. ASTM C33-24 Standard Specifications for Concrete Aggregates 17 b. ASTM C88-24 Soundness of Aggregate by Use of Sodium Sulfate or 18 Magnesium Sulfate 19 c. C131/C131M-20 Standard Test Method for Resistance to Degradation of Small- 20 Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine 21 d. ASTM C136-19 Test Method for Sieve Analysis of Fine and Coarse Aggregate - 5 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 5 of 21 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 13, 2025 Water and Sewer Improvements to 2121 Joel East Road Addition 106335 1 e. ASTM C535-16 Standard Test Method for Resistance to Degradation of Large- 2 Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine 3 f. ASTM D448-12 Standard Classification for Sizes of Aggregate for Road and 4 Bridge Construction. 5 g. 6 h. ASTM D558/D558M-19 – Standard Test method for Moisture-Density 7 Relations of Soil-Cement Mixture 8 i. ASTM D698-12 Test Method for Laboratory Compaction Characteristics of Soil 9 Using Stand Efforts (12,400 ft-lb/ft3 600 Kn-m/M3)). 10 j. ASTM D1556/D1556M Standard Test Methods for Density and Unit Weight of 11 Soils in Place by Sand Cone Method. 12 k. ASTM D2321-10 Underground Installation of Thermoplastic Pipe for Sewers 13 and Other Gravity-Flow Applications 14 l. ASTM 2487 – 1 Standard Classification of Soils for Engineering Purposes 15 (Unified Soil Classification System) 16 m. ASTM D2922 – Standard Test Methods for Density of Soils and Soil Aggregate 17 in Place by Nuclear Methods (Shallow Depth) 18 n. ASTM D3017 - Standard Test Method for Water Content of Soil and Rock in 19 place by Nuclear Methods (Shallow Depth) 20 o. ASTM D4254 - Standard Test Method for Minimum Index Density and Unit 21 Weight of Soils and Calculations of Relative Density 22 3. OSHA 23 a. Occupational Safety and Health Administration CFR 29, Part 1926-Safety 24 Regulations for Construction, Subpart P - Excavations 25 1.4 ADMINISTRATIVE REQUIREMENTS 26 A.Coordination 27 1. Utility Company Notification 28 a. Notify area utility companies at least 48 hours in advance, excluding weekends 29 and holidays, before starting excavation. 30 b. Request the location of buried lines and cables in the vicinity of the proposed 31 work. 32 B.Sequencing 33 1. Sequence work for each section of the pipe installed to complete the embedment 34 and backfill placement on the day the pipe foundation is complete. 35 2. Sequence work such that proctors are complete in accordance with ASTM D698 36 prior to commencement of construction activities. 37 1.5 SUBMITTALS 38 A.Submittals shall be in accordance with Section 01 33 00. 39 B.All submittals shall be approved by the City prior to construction. 40 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 41 A.Shop Drawings 42 1. Provide detailed drawings and explanation for ground water and surface water 43 control, if required. - 6 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 6 of 21 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 13, 2025 Water and Sewer Improvements to 2121 Joel East Road Addition 106335 1 2. Trench Safety Plan in accordance with Occupational Safety and Health 2 Administration CFR 29, Part 1926-Safety Regulations for Construction, Subpart P - 3 Excavations 4 3. Stockpiled excavation and/or backfill material 5 a. Provide a description of the storage of the excavated material only if the 6 Contract Documents do not allow storage of materials in the right-of-way of the 7 easement. 8 1.7 CLOSEOUT SUBMITTALS [NOT USED] 9 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 10 1.9 QUALITY ASSURANCE [NOT USED] 11 1.10 DELIVERY, STORAGE, AND HANDLING 12 A.Storage 13 1. Within Existing Rights-of-Way (ROW) 14 a. Spoil, imported embedment and backfill materials may be stored within existing 15 ROW, easements or temporary construction easements, unless specifically 16 disallowed in the Contract Documents. 17 b. Do not block drainage ways, inlets or driveways. 18 c. Provide erosion control in accordance with Section 31 25 00. 19 d. Store materials only in areas barricaded as provided in the traffic control plans. 20 e. In non-paved areas, do not store material on the root zone of any trees or in 21 landscaped areas. 22 2. Designated Storage Areas 23 a. If the Contract Documents do not allow the storage of spoils, embedment or 24 backfill materials within the ROW, easement or temporary construction 25 easement, then secure and maintain an adequate storage location. 26 b. Provide an affidavit that rights have been secured to store the materials on 27 private property. 28 c. Provide erosion control in accordance with Section 31 25 00. 29 d. Do not block drainage ways. 30 e. Only materials used for 1 working day will be allowed to be stored in the work 31 zone. 32 B.Deliveries and haul-off - Coordinate all deliveries and haul-off. 33 1.11 FIELD [SITE] CONDITIONS 34 A.Existing Conditions 35 1. Any data which has been or may be provided on subsurface conditions is not 36 intended as a representation or warranty of accuracy or continuity between soils. It 37 is expressly understood that neither the City nor the Engineer will be responsible 38 for interpretations or conclusions drawn there from by the Contractor. 39 2. Data is made available for the convenience of the Contractor. - 7 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 7 of 21 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 13, 2025 Water and Sewer Improvements to 2121 Joel East Road Addition 106335 1 1.12 WARRANTY [NOT USED] 2 PART 2 - PRODUCTS 3 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS 4 2.2 MATERIALS 5 A.Materials 6 1. Utility Sand 7 a. Granular and free flowing 8 b. Generally, meets or exceeds the limits on deleterious substances per Table 1 for 9 fine aggregate according to ASTM C 33 10 c. Reasonably free of organic material 11 d. Gradation: sand material consisting of durable particles, free of thin or elongated 12 pieces, lumps of clay, loam or vegetable matter and meets the following 13 gradation may be used for utility sand embedment/backfill 14 Sieve Size Percent Retained ½” 0 ¼” 0-5 #4 0-10 #16 0-20 #50 20-70 #100 60-90 #200 90-100 15 16 e. The City has a pre-approved list of sand sources for utility embedment. The 17 pre-approved list can be found on the City website, Project Resources page. 18 The utility sand sources in the pre-approved list have demonstrated continued 19 quality and uniformity on City of Fort Worth projects. Sand from these sources 20 are pre-approved for use on City projects without project specific testing. 21 2. Crushed Rock 22 a. Durable crushed rock or recycled concrete 23 b. Meets the gradation of ASTM D448 size numbers 56, 57 or 67 24 c. May be unwashed 25 d. Free from significant silt clay or unsuitable materials 26 e. Percentage of wear not more than 40 percent per ASTM C131 or C535 27 f. Not more than a 12 percent maximum loss when subjective to 5 cycles of 28 sodium sulfate soundness per ASTM C88 29 3. Fine Crushed Rock 30 a. Durable crushed rock 31 b. Meets the gradation of ASTM D448 size numbers 8 or 89 32 c. May be unwashed 33 d. Free from significant silt clay or unsuitable materials. 34 e. Have a percentage of wear not more than 40 percent per ASTM C131 or C535 35 f. Not more than a 12 percent maximum loss when subjective to 5 cycles of 36 sodium sulfate soundness per ASTM C88 37 4. Ballast Stone - 8 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 8 of 21 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 13, 2025 Water and Sewer Improvements to 2121 Joel East Road Addition 106335 1 a. Stone ranging from 3 inches to 6 inches in greatest dimension. 2 b. May be unwashed 3 c. Free from significant silt clay or unsuitable materials 4 d. Percentage of wear not more than 40 percent per ASTM C131 or C535 5 e. Not more than a 12 percent maximum loss when subjected to 5 cycles of sodium 6 sulfate soundness per ASTM C88 7 5. Acceptable Backfill Material 8 a. In-situ or imported soils classified as CL, CH, SC or GC in accordance with 9 ASTM D2487 10 b. Free from deleterious materials, boulders over 6 inches in size and organics 11 c. Can be placed free from voids 12 d. Must have 20 percent passing the number 200 sieve 13 6. Blended Backfill Material 14 a. In-situ soils classified as SP, SM, GP or GM in accordance with ASTM D2487 15 b. Blended with in-situ or imported acceptable backfill material to meet the 16 requirements of an Acceptable Backfill Material 17 c. Free from deleterious materials, boulders over 6 inches in size and organics 18 d. Must have 20 percent passing the number 200 sieve 19 7. Unacceptable Backfill Material 20 a. In-situ soils classified as ML, MH, PT, OL or OH in accordance with ASTM 21 D2487 22 8. Select Fill 23 a. Classified as SC or CL in accordance with ASTM D2487 24 b. Liquid limit less than 35 25 c. Plasticity index between 8 and 20 26 9. Cement Stabilized Sand (CSS) 27 a. Sand 28 1) Shall be clean, durable sand meeting grading requirements for fine 29 aggregates of ASTM C33 and the following requirements: 30 a) Classified as SW, SP, or SM by the United Soil Classification System 31 of ASTM D2487 32 b) Deleterious materials 33 (1) Clay lumps, ASTM C142, less than 0.5 percent 34 (2) Lightweight pieces, ASTM C123, less than 5.0 percent 35 (3) Organic impurities, ASTM C40, color no darker than standard 36 color 37 (4) Plasticity index of 4 or less when tested in accordance with ASTM 38 D4318. 39 b. Minimum of 4 percent cement content of Type I/II Portland or Blended 40 hydraulic cement 41 c. Water 42 1) Potable water, free of soils, acids, alkalis, organic matter or other 43 deleterious substances, meeting requirements of ASTM C94 44 d. Mix in a stationary pug mill, weigh-batch or continuous mixing plant. 45 e. Strength 46 1) A minimum of 100 psi compressive strength at 7 days in accordance with 47 ASTM D1633, Method A 48 2) The maximum compressive strength in 7 days shall be 400 psi. - 9 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 9 of 21 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 13, 2025 Water and Sewer Improvements to 2121 Joel East Road Addition 106335 1 3) The material will be considered unacceptable and subject to removal and 2 replacement at contractor’s expense when the 7-day compressive strength is 3 less than 100 psi or more than 400 psi. 4 f. Random samples of delivered product will be taken in the field at point of 5 delivery for each day of placement in the work area. Specimens will be prepared 6 in accordance with ASTM D1632. 7 10. Controlled Low Strength Material (CLSM) 8 a. Conform to Section 03 34 13 9 11. Trench Geotextile Fabric 10 a. Soils other than ML or OH in accordance with ASTM D2487 11 1) Needle punch, nonwoven geotextile composed of polypropylene fibers 12 2) Fibers shall retain their relative position 13 3) Inert to biological degradation 14 4) Resist naturally occurring chemicals 15 5) UV Resistant 16 6) Mirafi 140N by Tencate, or approved equal 17 b. Soils Classified as ML or OH in accordance with ASTM D2487 18 1) High-tenacity monofilament polypropylene woven yarn 19 2) Percent open area of 8 percent to10 percent 20 3) Fibers shall retain their relative position 21 4) Inert to biological degradation 22 5) Resist naturally occurring chemicals 23 6) UV Resistant 24 7) Mirafi FW402 by Tencate, or approved equal 25 12. Concrete Encasement 26 a. Conform to Section 03 30 00. 27 2.3 ACCESSORIES [NOT USED] 28 2.4 SOURCE QUALITY CONTROL [NOT USED] 29 PART 3 - EXECUTION 30 3.1 INSTALLERS [NOT USED] 31 3.2 EXAMINATION 32 A.Verification of Conditions 33 1. Review all known, identified or marked utilities, whether public or private, prior to 34 excavation. 35 2. Locate and protect all known, identified and marked utilities or underground 36 facilities as excavation progresses. 37 3. Notify all utility owners within the project limits 48 hours prior to beginning 38 excavation. 39 4. The information and data shown in the Drawings with respect to utilities is 40 approximate and based on record information or on physical appurtenances 41 observed within the project limits. 42 5. Coordinate with the Owner(s) of underground facilities. - 10 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 10 of 21 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 13, 2025 Water and Sewer Improvements to 2121 Joel East Road Addition 106335 1 6. Immediately notify any utility owner of damages to underground facilities resulting 2 from construction activities. 3 7. Repair any damages resulting from the construction activities. 4 B.Notify the City immediately of any changed condition that impacts excavation and 5 installation of the proposed utility. 6 3.3 PREPARATION 7 A.Protection of In-Place Conditions 8 1. Pavement 9 a. Conduct activities in such a way that does not damage existing pavement that is 10 designated to remain. 11 1) Where desired to move equipment not licensed for operation on public 12 roads or across pavement, provide means to protect the pavement from all 13 damage. 14 b. Repair or replace any pavement damaged due to the negligence of the contractor 15 outside the limits designated for pavement removal at no additional cost to the 16 City. 17 2. Drainage 18 a. Maintain positive drainage during construction and re-establish drainage for all 19 swales and culverts affected by construction. 20 3. Trees 21 a. When operating outside of existing ROW, stake permanent and temporary 22 construction easements. 23 b. Restrict all construction activities to the designated easements and ROW. 24 c. Flag and protect all trees designated to remain in accordance with Section 31 10 25 00. 26 d. Conduct excavation, embedment and backfill in a manner such that there is no 27 damage to the tree canopy. 28 e. Prune or trim tree limbs as specifically allowed by the Drawings or as 29 specifically allowed by the City. 30 1) Pruning or trimming may only be accomplished with equipments 31 specifically designed for tree pruning or trimming. 32 f. Remove trees specifically designated to be removed in the Drawings in 33 accordance with Section 31 10 00. 34 4. Above ground Structures 35 a. Protect all above ground structures adjacent to the construction. 36 b. Remove above ground structures designated for removal in the Drawings in 37 accordance with Section 02 41 13 38 5. Traffic 39 a. Maintain existing traffic, except as modified by the traffic control plan, and in 40 accordance with Section 34 71 13. 41 b. Do not block access to driveways or alleys for extended periods of time unless: 42 1) Alternative access has been provided 43 2) Proper notification has been provided to the property owner or resident 44 3) It is specifically allowed in the traffic control plan 45 c. Use traffic rated plates to maintain access until access is restored. 46 6. Traffic Signal – Poles, Mast Arms, Pull boxes, Detector loops - 11 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 11 of 21 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 13, 2025 Water and Sewer Improvements to 2121 Joel East Road Addition 106335 1 a. Notify the City’s Transportation Management Division a minimum of 48 hours 2 prior to any excavation that could impact the operations of an existing traffic 3 signal. 4 b. Protect all traffic signal poles, mast arms, pull boxes, traffic cabinets, conduit 5 and detector loops. 6 c. Immediately notify the City’s Transportation Management Division if any 7 damage occurs to any component of the traffic signal due to the contractors 8 activities. 9 d. Repair any damage to the traffic signal poles, mast arms, pull boxes, traffic 10 cabinets, conduit and detector loops as a result of the construction activities. 11 7. Fences 12 a. Protect all fences designated to remain. 13 b. Leave fence in the equal or better condition as prior to construction. 14 3.4 INSTALLATION 15 A.Excavation 16 1. Excavate to a depth indicated on the Drawings. 17 2. Trench excavations are defined as unclassified. No additional payment shall be 18 granted for rock or other in-situ materials encountered in the trench. 19 3. Excavate to a width sufficient for laying the pipe in accordance with the Drawings 20 and bracing in accordance with the Excavation Safety Plan. 21 4. The bottom of the excavation shall be firm and free from standing water. 22 a. Notify the City immediately if the water and/or the in-situ soils do not provide 23 for a firm trench bottom. 24 b. The City will determine if any changes are required in the pipe foundation or 25 bedding. 26 5. Unless otherwise permitted by the Drawings or by the City, the limits of the 27 excavation shall not advance beyond the pipe placement so that the trench may be 28 backfilled in the same day. 29 6. Over Excavation 30 a. Fill over excavated areas with the specified bedding material as specified for the 31 specific pipe to be installed. 32 b. No additional payment will be made for over excavation or additional bedding 33 material. 34 7. Unacceptable Backfill Materials 35 a. In-situ soils classified as unacceptable backfill material shall be separated from 36 acceptable backfill materials. 37 b. If the unacceptable backfill material is to be blended in accordance with this 38 Specification, then store material in a suitable location until the material is 39 blended. 40 c. Remove all unacceptable material from the project site that is not intended to be 41 blended or modified. 42 8. Rock – No additional compensation will be paid for rock excavation or other 43 changed field conditions. 44 B.Shoring, Sheeting and Bracing - 12 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 12 of 21 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 13, 2025 Water and Sewer Improvements to 2121 Joel East Road Addition 106335 1 1. Engage a Licensed Professional Engineer in the State of Texas to design a site 2 specific excavation safety system in accordance with Federal and State 3 requirements. 4 2. Excavation protection systems shall be designed according to the space limitations 5 as indicated in the Drawings. 6 3. Furnish, put in place and maintain a trench safety system in accordance with the 7 Excavation Safety Plan and required by Federal, State or local safety requirements. 8 4. If soil or water conditions are encountered that are not addressed by the current 9 Excavation Safety Plan, engage a Licensed Professional Engineer in the State of 10 Texas to modify the Excavation Safety Plan and provide a revised submittal to the 11 City. 12 5. Do not allow soil, or water containing soil, to migrate through the Excavation 13 Safety System in sufficient quantities to adversely affect the suitability of the 14 Excavation Protection System. Movable bracing, shoring plates or trench boxes 15 used to support the sides of the trench excavation shall not: 16 a. Disturb the embedment located in the pipe zone or lower 17 b. Alter the pipe’s line and grade after the Excavation Protection System is 18 removed 19 c. Compromise the compaction of the embedment located below the spring line of 20 the pipe and in the haunching 21 C.Water Control 22 1. Surface Water 23 a. Furnish all materials and equipment and perform all incidental work required to 24 direct surface water away from the excavation. 25 2. Ground Water 26 a. Furnish all materials and equipment to dewater ground water by a method which 27 preserves the undisturbed state of the subgrade soils. 28 b. Do not allow the pipe to be submerged within 24 hours after placement. 29 c. Do not allow water to flow over concrete until it has sufficiently cured. 30 d. Engage a Licensed Engineer in the State of Texas to prepare a Ground Water 31 Control Plan if any of the following conditions are encountered: 32 1) A Ground Water Control Plan is specifically required by the Contract 33 Documents 34 2) If in the sole judgment of the City, ground water is so severe that an 35 Engineered Ground Water Control Plan is required to protect the trench or the 36 installation of the pipe which may include: 37 a) Ground water levels in the trench are unable to be maintained below 38 the top of the bedding 39 b) A firm trench bottom cannot be maintained due to ground water 40 c) Ground water entering the excavation undermines the stability of the 41 excavation. 42 d) Ground water entering the excavation is transporting unacceptable 43 quantities of soils through the Excavation Safety System. 44 e. In the event that there is no bid item for a Ground Water Control and the City 45 requires an Engineered Ground Water Control Plan due to conditions discovered 46 at the site, the contractor will be eligible to submit a change order. 47 f. Control of ground water shall be considered subsidiary to the excavation when: - 13 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 13 of 21 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 13, 2025 Water and Sewer Improvements to 2121 Joel East Road Addition 106335 1 1) No Ground Water Control Plan is specifically identified and required in the 2 Contract Documents 3 g. Ground Water Control Plan installation, operation and maintenance 4 1) Furnish all materials and equipment necessary to implement, operate and 5 maintain the Ground Water Control Plan. 6 2) Once the excavation is complete, remove all ground water control 7 equipment not called to be incorporated into the work. 8 h. Water Disposal 9 1) Dispose of ground water in accordance with City policy or Ordinance. 10 2) Do not discharge ground water onto or across private property without 11 written permission. 12 3) Permission from the City is required prior to disposal into the Sanitary 13 Sewer. 14 4) Disposal shall not violate any Federal, State or local regulations. 15 D.Embedment and Pipe Placement 16 1. Water Lines less than, or equal to, 12 inches in diameter: 17 a. The entire embedment zone shall be of uniform material. 18 b. Utility sand shall be generally used for embedment. 19 c. If ground water is in sufficient quantity to cause sand to pump, then use crushed 20 rock as embedment. 21 1) If crushed rock is not specifically identified in the Contract Documents, 22 then crushed rock shall be paid by the pre-bid unit price. 23 d. Place evenly spread bedding material on a firm trench bottom. 24 e. Provide firm, uniform bedding. 25 f. Place pipe on the bedding in accordance with the alignment of the Drawings. 26 g. In no case shall the top of the pipe be less than 42 inches from the surface of the 27 proposed grade, unless specifically called for in the Drawings. 28 h. Place embedment, including initial backfill, to a minimum of 6 inches, but not 29 more than 12 inches, above the pipe. 30 i. Where gate valves are present, the initial backfill shall extend to 6 inches above 31 the elevation of the valve nut. 32 j. Form all blocking against undisturbed trench wall to the dimensions in the 33 Drawings. 34 k. Compact embedment and initial backfill. 35 l. Place marker tape on top of the initial trench backfill in accordance with Section 36 33 05 26. 37 2. Water Lines 16-inches through 24-inches in diameter: 38 a. The entire embedment zone shall be of uniform material. 39 b. Utility sand may be used for embedment when the excavated trench depth is less 40 than 15 feet deep. 41 c. Crushed rock or fine crushed rock shall be used for embedment for excavated 42 trench depths 15 feet, or greater. 43 d. Crushed rock shall be used for embedment for steel pipe. 44 e. Provide trench geotextile fabric at any location where crushed rock or fine 45 crushed rock come into contact with utility sand 46 f. Place evenly spread bedding material on a firm trench bottom. 47 g. Provide firm, uniform bedding. 48 1) Additional bedding may be required if ground water is present in the 49 trench. - 14 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 14 of 21 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 13, 2025 Water and Sewer Improvements to 2121 Joel East Road Addition 106335 1 2) If additional crushed rock is required not specifically identified in the 2 Contract Documents, then crushed rock shall be paid by the pre-bid unit price. 3 h. Place pipe on the bedding according to the alignment shown on the Drawings. 4 i. The pipe line shall be within: 5 1) ±3 inches of the elevation on the Drawings for 16-inch and 24-inch water 6 lines 7 j. Place and compact embedment material to adequately support haunches in 8 accordance with the pipe manufacturer’s recommendations. 9 k. Place remaining embedment including initial backfill to a minimum of 6 inches, 10 but not more than 12 inches, above the pipe. 11 l. Where gate valves are present, the initial backfill shall extend to up to the valve 12 nut. 13 m. Compact the embedment and initial backfill to 95 percent Standard Proctor 14 ASTM D 698. 15 n. Density test performed by a commercial testing firm approved by the City to 16 verify that the compaction of embedment meets requirements. 17 o. Place trench geotextile fabric on top of the initial backfill. 18 p. Place marker tape on top of the trench geotextile fabric in accordance with 19 Section 33 05 26. 20 3. Water Lines 30-inches and greater in diameter 21 a. The entire embedment zone shall be of uniform material. 22 b. Crushed rock shall be used for embedment. 23 c. Provide trench geotextile fabric at any location where crushed rock or fine 24 crushed rock come into contact with utility sand. 25 d. Place evenly spread bedding material on a firm trench bottom. 26 e. Provide firm, uniform bedding. 27 1) Additional bedding may be required if ground water is present in the 28 trench. 29 2) If additional crushed rock is required which is not specifically identified in 30 the Contract Documents, then crushed rock shall be paid by the pre-bid unit 31 price. 32 f. Place pipe on the bedding according to the alignment shown on the Drawings. 33 g. The pipe line shall be within: 34 1) ±1 inch of the elevation on the Drawings for 30-inch and larger water lines 35 h. Place and compact embedment material to adequately support haunches in 36 accordance with the pipe manufacturer’s recommendations. 37 i. For steel pipe greater than 30 inches in diameter, the initial embedment lift shall 38 not exceed the spring line prior to compaction. 39 j. Place remaining embedment, including initial backfill, to a minimum of 6 40 inches, but not more than 12 inches, above the pipe. 41 k. Where gate valves are present, the initial backfill shall extend to up to the valve 42 nut. 43 l. Compact the embedment and initial backfill to 95 percent Standard Proctor 44 ASTM D 698. 45 m. Density test may be performed by a commercial testing firm approved by the 46 City to verify that the compaction of embedment meets requirements. 47 n. Place trench geotextile fabric on top of the initial backfill. 48 o. Place marker tape on top of the trench geotextile fabric in accordance with 49 Section 33 05 26. - 15 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 15 of 21 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 13, 2025 Water and Sewer Improvements to 2121 Joel East Road Addition 106335 1 4. Sanitary Sewer Lines and Storm Sewer Lines (HDPE) 2 a. The entire embedment zone shall be of uniform material. 3 b. Crushed rock shall be used for embedment. 4 c. Place evenly spread bedding material on a firm trench bottom. 5 d. Spread bedding so that lines and grades are maintained and that there are no sags 6 in the sanitary sewer pipe line. 7 e. Provide firm, uniform bedding. 8 1) Additional bedding may be required if ground water is present in the 9 trench. 10 2) If additional crushed rock is required which is not specifically identified in 11 the Contract Documents, then crushed rock shall be paid by the pre-bid unit 12 price. 13 f. Place pipe on the bedding according to the alignment shown in the Drawings. 14 g. The pipe line shall be within ±0.1 inches of the elevation, and be consistent with 15 the grade shown on the Drawings. 16 h. Place and compact embedment material to adequately support haunches in 17 accordance with the pipe manufacturer’s recommendations. 18 i. For sewer lines greater than 30 inches in diameter, the embedment lift shall not 19 exceed the spring line prior to compaction. 20 j. Place remaining embedment including initial backfill to a minimum of 6 inches, 21 but not more than 12 inches, above the pipe. 22 k. Compact the embedment and initial backfill to 95 percent Standard Proctor 23 ASTM D 698. 24 l. Density test may be performed by a commercial testing firm approved by the 25 City to verify that the compaction of embedment meets requirements. 26 m. Place trench geotextile fabric on top of the initial backfill. 27 n. Place marker tape on top of the trench geotextile fabric in accordance with 28 Section 33 05 26. 29 5. Storm Sewer (RCP) 30 a. The bedding and the pipe zone up to the spring line shall be of uniform material. 31 b. Crushed rock shall be used for embedment up to the spring line. 32 c. The specified backfill material may be used above the spring line. 33 d. Place evenly spread bedding material on a firm trench bottom. 34 e. Spread bedding so that lines and grades are maintained and that there are no sags 35 in the storm sewer pipe line. 36 f. Provide firm, uniform bedding. 37 1) Additional bedding may be required if ground water is present in the 38 trench. 39 2) If additional crushed rock is required which is not specifically identified in 40 the Contract Documents, then crushed rock shall be paid by the pre-bid unit 41 price. 42 g. Place pipe on the bedding according to the alignment of the Drawings. 43 h. The pipe line shall be within ±0.1 inches of the elevation, and be consistent with 44 the grade, shown on the Drawings. 45 i. Place embedment material up to the spring line. 46 1) Place embedment to ensure that adequate support is obtained in the haunch. 47 j. Compact the embedment and initial backfill to 95 percent Standard Proctor 48 ASTM D 698. 49 k. Density test may be performed by a commercial testing firm approved by the 50 City to verify that the compaction of embedment meets requirements. - 16 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 16 of 21 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 13, 2025 Water and Sewer Improvements to 2121 Joel East Road Addition 106335 1 l. Place trench geotextile fabric on top of pipe and crushed rock. 2 6. Storm Sewer (PP - Polypropylene) 3 a. The entire embedment zone shall be of uniform material. 4 b. Crushed rock shall be used for embedment up to top of pipe. 5 c. Place evenly spread bedding material on a firm trench bottom. 6 d. Spread bedding so that lines and grades are maintained and that there are no sags 7 in the storm sewer pipe line. 8 e. Provide firm, uniform bedding. 9 1) Additional bedding may be required if ground water is present in the 10 trench. 11 2) If additional crushed rock is required which is not specifically 12 identified in the Contract Documents, then crushed rock shall be paid 13 by the pre-bid unit price. 14 f. Place pipe on the bedding according to the alignment shown in the Drawings. 15 g. The pipe line shall be within ±0.1 inches of the elevation, and be consistent with 16 the grade shown on the Drawings. 17 h. Place and compact embedment material to adequately support haunches in 18 accordance with the pipe manufacturer’s recommendations. 19 i. Compact the embedment and initial backfill to 95 percent Standard Proctor 20 ASTM D 698. 21 j. Density test may be performed by City to verify that the compaction of 22 embedment meets requirements. 23 k. Place trench geotextile fabric on top of the initial backfill. 24 7. Storm Sewer Reinforced Concrete Box 25 a. Crushed rock shall be used for bedding. 26 b. The pipe zone and the initial backfill shall be: 27 1) Crushed rock, or 28 2) Acceptable backfill material compacted to 95 percent Standard Proctor 29 density 30 c. Place evenly spread compacted bedding material on a firm trench bottom. 31 d. Spread bedding so that lines and grades are maintained and that there are no sags 32 in the storm sewer pipe line. 33 e. Provide firm, uniform bedding. 34 1) Additional bedding may be required if ground water is present in the 35 trench. 36 2) If additional crushed rock is required which is not specifically identified in 37 the Contract Documents, then crushed rock shall be paid by the pre-bid unit 38 price. 39 f. Fill the annular space between multiple boxes with crushed rock, CLSM 40 according to 03 34 13. 41 g. Place pipe on the bedding according to the alignment of the Drawings. 42 h. The pipe shall be within ±0.1 inches of the elevation, and be consistent with the 43 grade, shown on the Drawings. 44 i. Compact the embedment initial backfill to 95 percent Standard Proctor ASTM 45 D698. 46 8. Water Services (Less than 2 Inches in Diameter) 47 a. The entire embedment zone shall be of uniform material. 48 b. Utility sand shall be generally used for embedment. 49 c. Place evenly spread bedding material on a firm trench bottom. - 17 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 17 of 21 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 13, 2025 Water and Sewer Improvements to 2121 Joel East Road Addition 106335 1 d. Provide firm, uniform bedding. 2 e. Place pipe on the bedding according to the alignment of the Plans. 3 f. Compact the initial backfill to 95 percent Standard Proctor ASTM D698. 4 9. Sanitary Sewer Services 5 a. The entire embedment zone shall be of uniform material. 6 b. Crushed rock shall be used for embedment. 7 c. Place evenly spread bedding material on a firm trench bottom. 8 d. Spread bedding so that lines and grades are maintained and that there are no sags 9 in the sanitary sewer pipe line. 10 e. Provide firm, uniform bedding. 11 1) Additional bedding may be required if ground water is present in the 12 trench. 13 2) If additional crushed rock is required which is not specifically identified in 14 the Contract Documents, then crushed rock shall be paid by the pre-bid unit 15 price. 16 f. Place pipe on the bedding according to the alignment of the Drawings. 17 g. Place remaining embedment, including initial backfill, to a minimum of 6 18 inches, but not more than 12 inches, above the pipe. 19 h. Compact the initial backfill to 95 percent Standard Proctor ASTM D698. 20 i. Density test may be required to verify that the compaction meets the density 21 requirements. 22 E. Trench Backfill 23 1. At a minimum, place backfill in such a manner that the required in-place density 24 and moisture content is obtained, and so that there will be no damage to the surface, 25 pavement or structures due to any trench settlement or trench movement. 26 a. Meeting the requirement herein does not relieve the responsibility to damages 27 associated with the Work. 28 2. Backfill Material 29 a. Final backfill (not under existing pavement or future pavement) 30 1) Backfill with: 31 a) Acceptable backfill material 32 b) Blended backfill material, or 33 c) Select backfill material, CSS, or CLSM when specifically required 34 b. Final backfill depth 15 feet or greater (under existing or future pavement) 35 1) Backfill depth from 0 to15 feet deep 36 a) Backfill with: 37 (1) Acceptable backfill material 38 (2) Blended backfill material, or 39 (3) Select backfill material, CSS, or CLSM when specifically required 40 2) Backfill depth from 15 feet and greater 41 a) Backfill with: 42 (1) Select Fill 43 (2) CSS, or 44 (3) CLSM when specifically required 45 c. Backfill for service lines: 46 1) Backfill for water or sewer service lines shall be the same as the 47 requirement of the main that the service is connected to. 48 3. Required Compaction and Density - 18 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 18 of 21 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 13, 2025 Water and Sewer Improvements to 2121 Joel East Road Addition 106335 1 a. Final backfill (depths less than 15 feet/under existing or future pavement) 2 1) Compact acceptable backfill material, blended backfill material or select 3 backfill to a minimum of 95 percent Standard Proctor per ASTM D698 at 4 moisture content within -2 to +5 percent of the optimum moisture. 5 2) CSS or CLSM requires no compaction. 6 b. Final backfill (depths 15 feet and greater/under existing or future pavement) 7 1) Compact select backfill to a minimum of 98 percent Standard Proctor per 8 ASTM D 698 at moisture content within -2 to +5 percent of the optimum 9 moisture up to the final grade. 10 2) CSS or CLSM requires no compaction. 11 c. Final backfill (not under existing or future pavement) 12 1) Compact acceptable backfill material blended backfill material, or select 13 backfill to a minimum of 95 percent Standard Proctor per ASTM D 698 at 14 moisture content within -2 to +5 percent of the optimum moisture. 15 4. Saturated Soils 16 a. If in-situ soils consistently demonstrate that they are greater than 5 percent over 17 optimum moisture content, the soils are considered saturated. 18 b. Flooding the trench or water jetting is strictly prohibited. 19 c. If saturated soils are identified in the Drawings or Geotechnical Report in the 20 Appendix, Contractor shall proceed with Work following all backfill procedures 21 outlined in the Drawings for areas of soil saturation greater than 5 percent. 22 d. If saturated soils are encountered during Work but not identified in Drawings or 23 Geotechnical Report in the Appendix: 24 1) The Contractor shall: 25 a) Immediately notify the City. 26 b) Submit a Contract Claim for Extra Work associated with direction from 27 City. 28 2) The City shall: 29 a) Investigate soils and determine if Work can proceed in the identified 30 location. 31 b) Direct the Contractor of changed backfill procedures associated with 32 the saturated soils that may include: 33 (1) Imported backfill 34 (2) A site specific backfill design 35 5. Placement of Backfill 36 a. Use only compaction equipment specifically designed for compaction of a 37 particular soil type and within the space and depth limitation experienced in the 38 trench. 39 b. Flooding the trench or water setting is strictly prohibited. 40 c. Place in loose lifts not to exceed 12 inches. 41 d. Compact to specified densities. 42 e. Compact only on top of initial backfill, undisturbed trench or previously 43 compacted backfill. 44 f. Remove any loose materials due to the movement of any trench box or shoring 45 or due to sloughing of the trench wall. 46 g. Install appropriate tracking balls for water and sanitary sewer trenches in 47 accordance with Section 33 05 26. 48 6. Backfill Means and Methods Demonstration - 20 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 20 of 21 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 13, 2025 Water and Sewer Improvements to 2121 Joel East Road Addition 106335 1 d. The commercial testing lab will perform moisture/density test for every 200-ft 2 or less of trench length, as measured along the length of the pipe. A minimum of 3 one test shall be performed for every 2 vertical feet of compacted backfill 4 material, independent of the contractor’s lift thickness for compaction. Test 5 locations shall be staggered within each lift so that successive lifts are not tested 6 in the same location. A random number generator may be used to determine test 7 locations. Moisture/density tests shall be performed at a depth not more than 2 8 feet above the top of the pipe bedding and in 2-foot increments up to the final 9 grade. The project inspector or project manager may request testing at an 10 increased frequency and/or at specific locations. 11 e. The contractor can proceed with subsequent earthwork only after test results for 12 previously completed work comply with requirements. If the required 13 compaction density has not been obtained, the backfill should be scarified and 14 moistened or aerated, or removed to a depth required, and be replaced with 15 approved backfill, and re-compacted to the specified density at the contractor’s 16 expense. In no case will excavation, pipe-laying, or other operation be allowed 17 to proceed until the specified compaction is attained. 18 f. The testing lab will provide results to Contractor and the City’s Inspector upon 19 completion of the testing. 20 g. A formal report will be posted to the City’s Accela (Developer Projects) and 21 BIM 360 (City Projects) site within 48 hours. 22 h. Test reports shall include: 23 1) Location of test by station number 24 2) Time and date of test 25 3) Depth of testing 26 4) Field moisture 27 5) Dry density 28 6) Proctor identifier 29 7) Percent Proctor Density 30 3. Density of Embedment 31 a. Storm sewer boxes that are embedded with acceptable backfill material, blended 32 backfill material, cement modified backfill material or select material will 33 follow the same testing procedure as backfill. 34 b. The City may test fine crushed rock or crushed rock embedment in accordance 35 with ASTM D2922 or ASTM 1556. 36 B.Non-Conforming Work 37 1. All non-conforming work shall be removed and replaced. - 21 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 21 of 21 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 13, 2025 Water and Sewer Improvements to 2121 Joel East Road Addition 106335 1 3.8 SYSTEM STARTUP [NOT USED] 2 3.9 ADJUSTING [NOT USED] 3 3.10 CLEANING [NOT USED] 4 3.11 CLOSEOUT ACTIVITIES [NOT USED] 5 3.12 PROTECTION [NOT USED] 6 3.13 MAINTENANCE [NOT USED] 7 3.14 ATTACHMENTS [NOT USED] 8 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.2 – Added Item for Concrete Encasement for Utility Lines Various Sections – Revised Depths to Include 15’ and greater 3.3.A – Additional notes for pavement protection and positive drainage. 3.4.E.2 – Added requirements for backfill of service lines. 3.4.E.5 – Added language prohibiting flooding of trench 6/18/2013 D. Johnson 1.2.A.3 – Clarified measurement and payment for concrete encasement as per plan quantity 2.2.A – Added language for concrete encasement 11/09/16 Z. Arega 2.2.A.1.d Modify gradation for sand material 2/26/2021 Z. Arega 2.2 A. 1. E. - Added reference to pre-approved list of sand sources for embedment; 3.3 A. 6. - Changed reference to Transportation Management Division; 3.4 - Provided clarification re: use of commercial testing firms approved by City and backfill requirements; and 3.7 A. 2. Provided clarification re: backfill testing requirements. 4/2/2021 M Owen 3.4 D. 6. Add requirements Storm Sewer (PP - Polypropylene) 12/13/24 M Owen 1.3 B. – Updated reference standards 2.2 A. 9. b. – Clarified Portland or Blended hydraulic cement 2.2 A. 9. e. – Added limits for methods of CSS mixing and clarified testing values resulting in required replacement 6/13/25 M Owen Removed blue text guidance, as there are no required changes. 1.2 A. 6. Added water trench stop to M&P section. 9 EJCDC® C-700 (Rev. 1), Standard General Conditions of the Construction Contract. Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 65 of 65 18.04 Limitation of Damages A. With respect to any and all Change Proposals, Claims, disputes subject to final resolution, and other matters at issue, neither Owner nor Engineer, nor any of their officers, directors, members, partners, employees, agents, consultants, or subcontractors, shall be liable to Contractor for any claims, costs, losses, or damages sustained by Contractor on or in connection with any other project or anticipated project. 18.05 No Waiver A. A party’s non-enforcement of any provision shall not constitute a waiver of that provision, nor shall it affect the enforceability of that provision or of the remainder of this Contract. 18.06 Survival of Obligations A. All representations, indemnifications, warranties, and guarantees made in, required by, or given in accordance with the Contract, as well as all continuing obligations indicated in the Contract, will survive final payment, completion, and acceptance of the Work or termination or completion of the Contract or termination of the services of Contractor. 18.07 Controlling Law A. This Contract is to be governed by the law of the state in which the Project is located. 18.08 Headings A. Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions. Approval Spec No. Classsification Manufacturer Model No. National Spec Size Water & Sewer - Manholes & Bases/Components 33-39-10 (Rev 2/3/16) 07/23/97 33 05 13 Urethane Hydrophilic Waterstop Asahi Kogyo K.K. Adeka Ultra-Seal P-201 ASTM D2240/D412/D792 04/26/00 33 05 13 Offset Joint for 4' Diam. MH Hanson Concrete Products Drawing No. 35-0048-001 04/26/00 33 05 13 Profile Gasket for 4' Diam. MH. Press-Seal Gasket Corp. 250-4G Gasket ASTM C-443/C-361 SS MH 1/26/99 33 05 13 HDPE Manhole Adjustment Rings Ladtech, Inc HDPE Adjustment Ring Traffic and Non-traffic area 5/13/05 33 05 13 Manhole External Wrap Canusa - CPS WrapidSeal Manhole Encapsulation System Water & Sewer - Manholes & Bases/Fiberglass 33-39-13 (1/8/13) 1/26/99 33 39 13 Fiberglass Manhole Fluid Containment, Inc. Flowtite ASTM 3753 Non-traffic area 08/30/06 33 39 13 Fiberglass Manhole L.F. Manufacturing Non-traffic area Water & Sewer - Manholes & Bases/Frames & Covers/Rectangular 33-05-13 (Rev 2/3/16) * 33 05 13 Manhole Frames and Covers Western Iron Works, Bass & Hays Foundry 1001 24"x40" WD Water & Sewer - Manholes & Bases/Frames & Covers/Standard (Round) 33-05-13 (Rev 2/3/16) * 33 05 13 Manhole Frames and Covers Western Iron Works, Bass & Hays Foundry 30024 24" Dia. * 33 05 13 Manhole Frames and Covers McKinley Iron Works Inc. A 24 AM 24" Dia. 08/24/18 33 05 13 Manhole Frames and Covers Neenah Foundry R-1272 ASTM A48 & AASHTO M306 24" Dia. 08/24/18 33 05 13 Manhole Frames and Covers Neenah Foundry NF 1274 ASTM A48 & AASHTO M306 30" Dia. 33 05 13 Manhole Frames and Covers Sigma Corporation MH-144N 33 05 13 Manhole Frames and Covers Sigma Corporation MH-143N 33 05 13 Manhole Frames and Covers Pont-A-Mousson GTS-STD 24" dia. 33 05 13 Manhole Frames and Covers Neenah Casting 24" dia. 10/31/06 33 05 13 Manhole Frames and Covers (Hinged) Powerseal Hinged Ductile Iron Manhole ASTM A536 24" Dia. 7/25/03 33 05 13 Manhole Frames and Covers Saint-Gobain Pipelines (Pamrex/rexus) RE32-R8FS 30" Dia. 01/31/06 33 05 13 30" Dia. MH Ring and Cover East Jordan Iron Works V1432-2 and V1483 Designs AASHTO M306-04 30" Dia. 11/02/10 33 05 13 30" Dia. MH Ring and Cover Sigma Corporation MH1651FWN & MH16502 30" Dia 07/19/11 33 05 13 30" Dia. MH Ring and Cover Star Pipe Products MH32FTWSS-DC 30" Dia 08/10/11 33 05 13 30" Dia. MH Ring and Cover Accucast 220700 Heavy Duty with Gasket Ring 30" Dia 10/14/13 33 05 13 30" Dia. MH Ring and Cover (Hinged & Lockable) East Jordan Iron Works 30" ERGO XL Assembly with Cam Lock/MPIC/T-Gasket ASSHTO M105 & ASTM A536 30" Dia 06/01/17 34 05 13 30" Dia. MH Ring and Cover (Lockable) CI SIP Industries 2280 (32") ASTM A 48 30" Dia. 12/05/23 34 05 13 30" Dia. MH Ring and Cover (Hinged & Lockable) CI SIP Industries 4267WT - Hinged (32") ASTM A 48 30" Dia. 09/16/19 33 05 13 30" Dia. MH Ring and Cover Composite Access Products, L.P. CAP-ONE-30-FTW, Composite, w/ Lock w/o Hing 30" Dia. 10/07/21 34 05 13 30" Dia. MH Ring and Cover Trumbull Manufacturing 32"(30") Frame and Cover 30" Dia. Water & Sewer - Manholes & Bases/Frames & Covers/Water Tight & Pressure Tight 33-05-13 (Rev 2/3/16) * 33 05 13 Manhole Frames and Covers Pont-A-Mousson Pamtight 24" Dia. * 33 05 13 Manhole Frames and Covers Neenah Casting 24" Dia. * 33 05 13 Manhole Frames and Covers Western Iron Works,Bass & Hays Foundry 300-24P 24" Dia. * 33 05 13 Manhole Frames and Covers McKinley Iron Works Inc. WPA24AM 24" Dia. 03/08/00 33 05 13 Manhole Frames and Covers Accucast RC-2100 ASTM A 48 24" Dia. 04/20/01 33 05 13 Manhole Frames and Covers (SIP)Serampore Industries Private Ltd. 300-24-23.75 Ring and Cover ASTM A 48 24" Dia. Water & Sewer - Manholes & Bases/Precast Concrete (Rev 1/8/13) * 33 39 10 Manhole, Precast Concrete Hydro Conduit Corp SPL Item #49 ASTM C 478 48" * 33 39 10 Manhole, Precast Concrete Wall Concrete Pipe Co. Inc. ASTM C-443 48" 09/23/96 33 39 10 Manhole, Precast Concrete Concrete Product Inc. 48" I.D. Manhole w/ 32" Cone ASTM C 478 48" w/32" cone 12/05/23 33 39 10 Manhole, Precast Concrete The Turner Company 72" I.D. Manhole w/ 32" Cone ASTM C 478 72" 05/08/18 33 39 10 Manhole, Precast Concrete The Turner Company 48", 60" I.D. Manhole w/ 32" Cone ASTM C 478 48", 60" 09/03/24 33 39 10 Manhole, Precast Concrete Oldcastle Precast Inc. Manhole, 32" Opening and Flat top, (No Transition Cones) ASTM C 478 48" to 84" I.D. 06/09/10 33 39 10 Manhole, Precast (Reinforced Polymer)Concrete US Composite Pipe Reinforced Polymer Concrete ASTM C-76 48" to 72" 09/06/19 33 39 20 Manhole, Precast Concrete Forterra Pipe and Precast 60" & 72" I.D. Manhole w/32" Cone ASTM C-76 60" & 72" 10/07/21 32 39 20 Manhole, Precast Concrete Forterra Pipe and Precast 48" I.D. Manhole w/32" Cone ASTM C-77 48" 10/07/21 33 39 20 Manhole, Precast (Reinforced Polymer) Concrete Armorock 48" & 60" I.D. Manhole w/32" Cone 48" & 60" 10/07/21 33 39 20 Manhole, Precast (Hybrid) Polymer & PVC Geneva Pipe and Precast (Predl Systems) 48" & 60" I.D. Manhole w/32" Cone 48" & 60" Non Traffic Areas 03/07/23 33 39 20 Manhole, Precast Concrete AmeriTex Pipe and Products, LLC 48" & 60" I.D. Manhole w/32" Cone ASTM C-478; ASTM C-923; ASTM C-443 03/07/23 33 39 20 Manhole, Precast (Reinforced Polymer) Concrete P3 Polymers, RockHardscp 48" & 60" I.D. Manhole w/32" Cone 04/28/07 Manhole, Precast (Reinforced Polymer) Concrete Amitech USA Meyer Polycrete Pipe Sewer -(WAC) Wastewater Access Chamber 33 39 40 12/29/23 33 39 20 Wastewater Access Chamber Quickstream Solutions, Inc. Type 8 Maintenace Shaft (Poopit) For use when Std. MH cannot be installed due to depth Water & Sewer - Manholes & Bases/Rehab Systems/Cementitious * E1-14 Manhole Rehab Systems Quadex 04/23/01 E1-14 Manhole Rehab Systems Standard Cement Materials, Inc. Reliner MSP E1-14 Manhole Rehab Systems AP/M Permaform 4/20/01 E1-14 Manhole Rehab System Strong Company Strong Seal MS2A Rehab System 5/12/03 E1-14 Manhole Rehab System (Liner) Triplex Lining System MH repair product to stop infiltration ASTM D5813 08/30/06 General Concrete Repair FlexKrete Technologies Vinyl Polyester Repair Product Misc. Use CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 6-18-25 * From Original Standard Products List 1 Approval Spec No. Classsification Manufacturer Model No. National Spec Size CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 6-18-25 Water & Sewer - Manholes & Bases/Rehab Systems/NonCementitious 05/20/96 E1-14 Manhole Rehab Systems Sprayroq, Spray Wall Polyurethane Coating ASTM D639/D790 12/14/01 Coating for Corrosion protection(Exterior) ERTECH Series 20230 and 2100 (Asphatic Emulsion) For Exterior Coating of Concrete Structures Only 01/31/06 Coatings for Corrosion Protection Chesterton Arc 791, S1HB, S1, S2 Acid Resistance Test Sewer Applications 8/28/2006 Coatings for Corrosion Protection Warren Environmental S-301 and M-301 Sewer Applications 03/19/18 33 05 16, 33 39 10, 33 39 20 Coating for Corrosion protection(Exterior) Sherwin Williams RR&C Dampproofing Non-Fibered Spray Grade (Asphatic Emulsion) For Exterior Coating of Concrete Structures Only Water & Sewer - Manhole Inserts - Field Operations Use Only (Rev 2/3/16) * 33 05 13 Manhole Insert Knutson Enterprises Made to Order - Plastic ASTM D 1248 For 24" dia. * 33 05 13 Manhole Insert South Western Packaging Made to Order - Plastic ASTM D 1248 For 24" dia. * 33 05 13 Manhole Insert Noflow-Inflow Made to Order - Plastic ASTM D 1248 For 24" dia. 09/23/96 33 05 13 Manhole Insert Southwestern Packing & Seals, Inc. LifeSaver - Stainless Steel For 24" dia. 09/23/96 33 05 13 Manhole Insert Southwestern Packing & Seals, Inc. TetherLok - Stainless Steel For 24" dia Water & Sewer - Pipe Casing Spacers 33-05-24 (07/01/13) 11/04/02 Steel Band Casing Spacers Advanced Products and Systems, Inc. Carbon Steel Spacers, Model SI 02/02/93 Stainless Steel Casing Spacer Advanced Products and Systems, Inc. Stainless Steel Spacer, Model SSI 04/22/87 Casing Spacers Cascade Waterworks Manufacturing Casing Spacers 09/14/10 Stainless Steel Casing Spacer Pipeline Seal and Insulator Stainless Steel Casing Spacer Up to 48" 09/14/10 Coated Steel Casin Spacers Pipeline Seal and Insulator Coated Steel Casing Spacers Up to 48" 05/10/11 Stainless Steel Casing Spacer Powerseal 4810 Powerchock Up to 48" 03/19/18 Casing Spacers BWM SS-12 Casing Spacer(Stainless Steel) 03/19/18 Casing Spacers BWM FB-12 Casing Spacer (Coated Carbon Steel) for Non_pressure Pipe and Grouted Casing 03/29/22 33 05 13 Casing Spacers CCI Pipeline Systems CSC12, CSS12 09/03/24 33 05 13 Casing Spacers Raci (Completely HDPE) Per Manufacturers Requirements (Sewer Applications Only)8" - 12" (Sewer Only) Water & Sewer - Pipes/Ductile Iron 33-11-10(1/8/13) * 33 11 10 Ductile Iron Pipe Griffin Pipe Products, Co. Super Bell-Tite Ductile Iron Pressure Pipe, AWWA C150, C151 3" thru 24" 08/24/18 33 11 10 Ductile Iron Pipe American Ductile Iron Pipe Co. American Fastite Pipe (Bell Spigot) AWWA C150, C151 4" thru 30" 08/24/18 33 11 10 Ductile Iron Pipe American Ductile Iron Pipe Co. American Flex Ring (Restrained Joint) AWWA C150, C151 4" thru 30" * 33 11 10 Ductile Iron Pipe U.S. Pipe and Foundry Co. AWWA C150, C151 * 33 11 10 Ductile Iron Pipe McWane Cast Iron Pipe Co. AWWA C150, C151 Water & Sewer - Utility Line Marker (08/24/2018) Sewer - Coatings/Epoxy 33-39-60 (01/08/13) 02/25/02 Epoxy Lining System Sauereisen, Inc SewerGard 210RS LA County #210-1.33 12/14/01 Epoxy Lining System Ertech Technical Coatings Ertech 2030 and 2100 Series 04/14/05 Interior Ductile Iron Pipe Coating Induron Protecto 401 ASTM B-117 Ductile Iron Pipe Only 01/31/06 Coatings for Corrosion Protection Chesterton Arc 791, S1HB, S1, S2 Acid Resistance Test Sewer Applications 8/28/2006 Coatings for Corrosion Protection Warren Environmental S-301 and M-301 Sewer Applications Sewer - Coatings/Polyurethane Sewer - Combination Air Valves 05/25/18 33-31-70 Air Release Valve A.R.I. USA, Inc. D025LTP02(Composite Body) 2" Sewer - Pipes/Concrete * E1-04 Conc. Pipe, Reinforced Wall Concrete Pipe Co. Inc. ASTM C 76 * E1-04 Conc. Pipe, Reinforced Hydro Conduit Corporation Class III T&G, SPL Item #77 ASTM C 76 * E1-04 Conc. Pipe, Reinforced Hanson Concrete Products SPL Item #95-Manhole, #98- Pipe ASTM C 76 * E1-04 Conc. Pipe, Reinforced Concrete Pipe & Products Co. Inc. ASTM C 76 Sewer - Pipe Enlargment System (Method)33-31-23 (01/18/13) PIM System PIM Corporation Polyethylene PIM Corp., Piscata Way, N.J. Approved Previously McConnell Systems McLat Construction Polyethylene Houston, Texas Approved Previously TRS Systems Trenchless Replacement System Polyethylene Calgary, Canada Approved Previously Sewer - Pipe/Fiberglass Reinforced/ 33-31-13(1/8/13) 7/21/97 33 31 13 Cent. Cast Fiberglass (FRP) Hobas Pipe USA, Inc. Hobas Pipe (Non-Pressure) ASTM D3262/D3754 03/22/10 33 31 13 Fiberglass Pipe (FRP) Ameron Bondstrand RPMP Pipe ASTM D3262/D3754 04/09/21 33 31 13 Glass-Fiber Reinforced Polymer Pipe (FRP) Thompson Pipe Group Thompson Pipe (Flowtite) ASTM D3262/D3754 03/07/23 33 31 13 Fiberglass Pipe (FRP) Future Pipe Industries Fiberstrong FRP ASTM D3262, ASTM D3681, ASTM D4161, AWWA M45 09/03/24 33 31 13 Fiberglass Pipe (FRP) Superlit Boru Sanayi A.S. Superlit FRP ASTM D3262, ASTM D3517, ASTM 3754, AWWA C950 * From Original Standard Products List 2 Approval Spec No. Classsification Manufacturer Model No. National Spec Size CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 6-18-25 Sewer - Pipe/Polymer Pipe 4/14/05 Polymer Modified Concrete Pipe Amitech USA Meyer Polycrete Pipe ASTM C33, A276, F477 8" to 102", Class V 06/09/10 E1-9 Reinforced Polymer Concrete Pipe US Composite Pipe Reinforced Polymer Concrete Pipe ASTM C-76 Sewer - Pipes/HDPE 33-31-23(1/8/13) * High-density polyethylene pipe Phillips Driscopipe, Inc. Opticore Ductile Polyethylene Pipe ASTM D 1248 8" * High-density polyethylene pipe Plexco Inc. ASTM D 1248 8" * High-density polyethylene pipe Polly Pipe, Inc. ASTM D 1248 8" High-density polyethylene pipe CSR Hydro Conduit/Pipeline Systems McConnell Pipe Enlargement ASTM D 1248 Sewer - Pipes/PVC (Pressure Sewer) 33-11-12 (4/1/13) 12/02/11 33-11-12 DR-14 PVC Pressure Pipe Pipelife Jetstream PVC Pressure Pipe AWWA C900 4" thru 12" 10/22/14 33-11-12 DR-14 PVC Pressure Pipe Royal Building Products Royal Seal PVC Pressure Pipe AWWA C900 4" thru 12" Sewer - Pipes/PVC* 33-31-20 (7/1/13) * 33-31-20 PVC Sewer Pipe J-M Manufacturing Co., Inc. (JM Eagle) SDR-26 (PS115) ASTM D 3034 4" - 15" 12/23/97* 33-31-20 PVC Sewer Pipe Diamond Plastics Corporation SDR-26 (PS115) ASTM D 3034 4" thru 15" * 33-31-20 PVC Sewer Pipe Lamson Vylon Pipe SDR-26 (PS115) ASTM D 3034 4" thru 15" 12/05/23 33-31-20 PVC Sewer Pipe Vinyltech PVC Pipe SDR-26 (PS115) ASTM D3034 4" thru 15" 12/05/23 33-31-20 PVC Sewer Pipe Vinyltech PVC Pipe Gravity Sewer PS 115 ASTM F 679 18" * 33-31-20 PVC Sewer Pipe J-M Manufacturing Co, Inc. (JM Eagle) PS 115 ASTM F 679 18" - 28" 05/06/05 33-31-20 PVC Solid Wall Pipe Diamond Plastics Corporation PS 115 ASTM F-679 18" to 48" 04/27/06 33-31-20 PVC Sewer Fittings Harco SDR-26 (PS 115) Gasket Fittings ASTM D-3034, D-1784, etc 4" - 15" *33-31-20 PVC Sewer Fittings Plastic Trends, Inc.(Westlake)Gasketed PVC Sewer Main Fittings ASTM D 3034 3/19/2018 33 31 20 PVC Sewer Pipe Pipelife Jet Stream SDR 26 (PS 115) ASTM F679 18"- 24" 3/19/2018 33 31 20 PVC Sewer Pipe Pipelife Jet Stream SDR 26 ASTM D3034 4"- 15" 3/29/2019 33 31 20 Gasketed Fittings (PVC)GPK Products, Inc. SDR 26 ASTM D3034 4"- 15" 10/21/2020 33 31 20 PVC Sewer Pipe NAPCO(Westlake) SDR 26 ASTM D3034 4" - 15" 10/22/2020 33 31 20 PVC Sewer Pipe Sanderson Pipe Corp. SDR 26 ASTM D3034 4"- 15" 10/21/2020 33 31 20 PVC Sewer Pipe NAPCO(Westlake) SDR 26 PS 115 ASTM F-679 18"- 36" * From Original Standard Products List 3 Approval Spec No. Classsification Manufacturer Model No. National Spec Size CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 6-18-25 Water - Appurtenances 33-12-10 (07/01/13) 09/03/24 33-12-10 Double Strap Saddle Ford Meter Box Co., Inc. 202B 1"-2" SVC, up to 16" Pipe 01/18/18 33-12-10 Double Strap Saddle Romac 202NS Nylon Coated AWWA C800 1"-2" SVC, up to 24" Pipe 08/28/02 Double Strap Saddle Smith Blair #317 Nylon Coated Double Strap Saddle 07/23/12 33-12-10 Double Strap Service Saddle Mueller Company DR2S Double (SS) Strap DI Saddle AWWA C800 1"-2" SVC, up to 24" Pipe 03/07/23 33-12-10 Double Strap Service Saddle Powerseal 3450AS, Incl. Corp. Stop, Dbl Strap, Stainless NSF ANSI 372 1"-2" SVC, up to 24" Pipe 10/27/87 Curb Stops-Ball Meter Valves McDonald 6100M,6100MT & 610MT 3/4" and 1" 10/27/87 Curb Stops-Ball Meter Valves McDonald 4603B, 4604B, 6100M, 6100TM and 6101M 1½" and 2" 5/25/2018 33-12-10 Curb Stops-Ball Meter Valves Ford Meter Box Co., Inc. FB600-7NL, FB1600-7-NL, FV23-777-W-NL, L22-77NL AWWA C800 2" 5/25/2018 33-12-10 Curb Stops-Ball Meter Valves Ford Meter Box Co., Inc. FB600-6-NL, FB1600-6-NL, FV23-666-W- NL, L22-66NL AWWA C800 1-1/2" 5/25/2018 33-12-10 Curb Stops-Ball Meter Valves Ford Meter Box Co., Inc. FB600-4-NL, FB1600-4-NL, B11-444-WR- NL, B22444-WR-NL, L28-44NL AWWA C800 1" 5/25/2018 33-12-10 Curb Stops-Ball Meter Valves Mueller Co., Ltd. B-25000N, B-24277N-3, B-20200N-3, H- 15000N, , H-1552N, H142276N AWWA C800, ANSF 61, ANSI/NSF 372 2" 5/25/2018 33-12-10 Curb Stops-Ball Meter Valves Mueller Co., Ltd. B-25000N, B-20200N-3, B-24277N-3,H- 15000N, H-14276N, H-15525N AWWA C800, ANSF 61, ANSI/NSF 372 1-1/2" 5/25/2018 33-12-10 Curb Stops-Ball Meter Valves Mueller Co., Ltd. B-25000N, B-20200N-3,H-15000N, H- 15530N AWWA C800, ANSF 61, ANSI/NSF 372 1" 01/26/00 Coated Tapping Saddle with Double SS Straps JCM Industries, Inc. #406 Double Band SS Saddle 1"-2" Taps on up to 12" 0/5/21/12 33-12-25 Tapping Sleeve (Coated Steel) JCM Industries, Inc. 412 Tapping Sleeve ESS AWWA C-223 Up to 30" w/12" Out 03/29/22 33-12-25 Tapping Sleeve (Coated or Stainless Steel) JCM Industries, Inc. 415 Tapping Sleeve AWWA C-223 Concrete Pipe Only 05/10/11 Tapping Sleeve (Stainless Steel) Powerseal 3490AS (Flange) & 3490MJ 4"-8" and 16" 02/29/12 33-12-25 Tapping Sleeve (Coated Steel) Romac FTS 420 AWWA C-223 U p to 42" w/24" Out 02/29/12 33-12-25 Tapping Sleeve (Stainless Steel) Romac SST Stainless Steel AWWA C-223 Up to 24" w/12" Out 02/29/12 33-12-25 Tapping Sleeve (Stainless Steel) Romac SST III Stainless Steel AWWA C-223 Up to 30" w/12" Out 05/10/11 Joint Repair Clamp Powerseal 3232 Bell Joint Repair Clamp 4" to 30" Plastic Meter Box w/Composite Lid DFW Plastics Inc. DFW37C-12-1EPAF FTW Plastic Meter Box w/Composite Lid DFW Plastics Inc. DFW39C-12-1EPAF FTW 08/30/06 Plastic Meter Box w/Composite Lid DFW Plastics Inc. DFW65C-14-1EPAF FTW Class "A" Concrete Meter Box Bass & Hays CMB37-B12 1118 LID-9 Concrete Meter Box Bass & Hays CMB-18-Dual 1416 LID-9 Concrete Meter Box Bass & Hays CMB65-B65 1527 LID-9 Water - Bolts, Nuts, and Gaskets 33-11-05 (01/08/13) None Water - Combination Air Release 33-31-70 (01/08/13) * E1-11 Combination Air Release Valve GA Industries, Inc. Empire Air and Vacuum Valve, Model 935 ASTM A 126 Class B, ASTM A 1" & 2" * E1-11 Combination Air Release Valve Multiplex Manufacturing Co. Crispin Air and Vacuum Valves, Model No. 1/2", 1" & 2" * E1-11 Combination Air Release Valve Valve and Primer Corp. APCO #143C, #145C and #147C 1", 2" & 3" Water - Dry Barrel Fire Hydrants 33-12-40 (01/15/14) 10/01/87 E-1-12 Dry Barrel Fire Hydrant American-Darling Valve Drawing Nos. 90-18608, 94-18560 AWWA C-502 03/31/88 E-1-12 Dry Barrel Fire Hydrant American Darling Valve Shop Drawing No. 94-18791 AWWA C-502 09/30/87 E-1-12 Dry Barrel Fire Hydrant Clow Corporation Shop Drawing No. D-19895 AWWA C-502 01/12/93 E-1-12 Dry Barrel Fire Hydrant American AVK Company Model 2700 AWWA C-502 08/24/88 E-1-12 Dry Barrel Fire Hydrant Clow Corporation Drawings D20435, D20436, B20506 AWWA C-502 E-1-12 Dry Barrel Fire Hydrant ITT Kennedy Valve Shop Drawing No. D-80783FW AWWA C-502 09/24/87 E-1-12 Dry Barrel Fire Hydrant M&H Valve Company Shop Drawing No. 13476 AWWA C-502 10/14/87 E-1-12 Dry Barrel Fire Hydrant Mueller Company Shop Drawings No. 6461 A-423 Centurion AWWA C-502 01/15/88 E1-12 Dry Barrel Fire Hydrant Mueller Company Shop Drawing FH-12 A-423 Super Centurion 200 AWWA C-502 10/09/87 E-1-12 Dry Barrel Fire Hydrant U.S. Pipe & Foundry Shop Drawing No. 960250 AWWA C-502 09/16/87 E-1-12 Dry Barrel Fire Hydrant American Flow Control (AFC) Waterous Pacer WB67 AWWA C-502 08/12/16 33-12-40 Dry Barrel Fire Hydrant EJ (East Jordan Iron Works) WaterMaster 5CD250 Water - Meters 02/05/93 E101-5 Detector Check Meter Ames Company Model 1000 Detector Check Valve AWWA C550 4" - 10" 08/05/04 Magnetic Drive Vertical Turbine Hersey Magnetic Drive Vertical AWWA C701, Class 1 3/4" - 6" * From Original Standard Products List 4 Approval Spec No. Classsification Manufacturer Model No. National Spec Size CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 6-18-25 Water - Pipes/PVC (Pressure Water) 33-31-70 (01/08/13) 12/05/23 33-11-12 PVC Pressure Pipe Vinyltech PVC Pipe DR14 AWWA C900, AWWA C605, ASTM D1784 4"-16" 12/05/23 33-11-12 PVC Pressure Pipe Vinyltech PVC Pipe DR18 AWWA C900, AWWA C605, ASTM D1784 16"-18" 09/03/24 33-11-12 PVC Pressure Pipe Northern Pipe Products DR14 AWWA C900, AWWA C605, ASTM D1784 4"-16" 09/03/24 33-11-12 PVC Pressure Pipe Northern Pipe Products DR18 AWWA C900, AWWA C605, ASTM D1784 16"-18" 3/19/2018 33 11 12 PVC Pressure Pipe Pipelife Jet Stream DR14 AWWA C900 4"-12" 3/19/2018 33 11 12 PVC Pressure Pipe Pipelife Jet Stream DR18 AWWA C900 16"-24" 5/25/2018 33 11 12 PVC Pressure Pipe Diamond Plastics Corporation DR 14 AWWA C900 4"-12" 5/25/2018 33 11 12 PVC Pressure Pipe Diamond Plastics Corporation DR 18 AWWA C900 16"-24" 12/6/2018 33 11 12 PVC Pressure Pipe J-M Manufacturing Co., Inc d/b/a JM Eagle DR 14 AWWA C900-16 UL 1285 ANSI/NSF 61 FM 1612 4"-28" 12/6/2018 33 11 12 PVC Pressure Pipe J-M Manufacturing Co., Inc d/b/a JM Eagle DR 18 AWWA C900-16 UL 1285 ANSI/NSF 61 FM 1612 16"-24" 9/6/2019 33 11 12 PVC Pressure Pipe Underground Solutions Inc. DR14 Fusible PVC AWWA C900 4" - 8" 9/6/2019 33 11 12 PVC Pressure Pipe NAPCO(Westlake) DR18 AWWA C900 16" - 24" 9/6/2019 33 11 12 PVC Pressure Pipe NAPCO(Westlake) DR14 AWWA C900 4"- 12" 9/6/2019 33 11 12 PVC Pressure Pipe Sanderson Pipe Corp. DR14 AWWA C900 4"- 12" Water - Pipes/Valves & Fittings/Ductile Iron Fittings 33-11-11 (01/08/13) 07/23/92 E1-07 Ductile Iron Fittings Star Pipe Products, Inc. Mechanical Joint Fittings AWWA C153 & C110 * E1-07 Ductile Iron Fittings Griffin Pipe Products, Co. Mechanical Joint Fittings AWWA C 110 * E1-07 Ductile Iron Fittings McWane/Tyler Pipe/ Union Utilities Division Mechanical Joint Fittings, SSB Class 350 AWWA C 153, C 110, C 111 08/11/98 E1-07 Ductile Iron Fittings Sigma, Co. Mechanical Joint Fittings, SSB Class 351 AWWA C 153, C 110, C 112 02/26/14 E1-07 MJ Fittings Accucast Class 350 C-153 MJ Fittings AWWA C153 4"-12" 05/14/98 E1-07 Ductile Iron Joint Restraints Ford Meter Box Co./Uni-Flange Uni-Flange Series 1400 AWWA C111/C153 4" to 36" 05/14/98 E1-24 PVC Joint Restraints Ford Meter Box Co./Uni-Flange Uni-Flange Series 1500 Circle-Lock AWWA C111/C153 4" to 24" 11/09/04 E1-07 Ductile Iron Joint Restraints One Bolt, Inc. One Bolt Restrained Joint Fitting AWWA C111/C116/C153 4" to 12" 02/29/12 33-11-11 Ductile Iron Pipe Mechanical Joint Restraint EBAA Iron, Inc. Megalug Series 1100 (for DI Pipe)AWWA C111/C116/C153 4" to 42" 02/29/12 33-11-11 PVC Pipe Mechanical Joint Restraint EBAA Iron, Inc. Megalug Series 2000 (for PVC Pipe)AWWA C111/C116/C153 4" to 24" 08/05/04 E1-07 Mechanical Joint Retainer Glands(PVC) Sigma, Co. Sigma One-Lok SLC4 - SLC10 AWWA C111/C153 4" to 10" 03/06/19 33-11-11 Mechanical Joint Retainer Glands(PVC) Sigma, Co. Sigma One-Lok SLCS4 - SLCS12 AWWA C111/C153 4" to 12" 08/05/04 E1-07 Mechanical Joint Retainer Glands(PVC) Sigma, Co. Sigma One-Lok SLCE AWWA C111/C153 12" to 24" 08/10/98 E1-07 MJ Fittings(DIP) Sigma, Co. Sigma One-Lok SLDE AWWA C153 4" - 24" 10/12/10 E1-24 Interior Restrained Joint System S & B Techncial Products Bulldog System ( Diamond Lok 21 & JM ASTM F-1624 4" to 12" 04/07/69 Interior Restrained Joint System Hultec Hydrogrip-R ASTM D395, D412, D471, D573, D883, D1149, D1229, D1349, D1414, D1415, D1566, F913 4'-12" 08/16/06 E1-07 Mechanical Joint Fittings SIP Industries(Serampore) Mechanical Joint Fittings AWWA C153 4" to 24" 11/07/16 33-11-11 Mechanical Joint Retainer Glands Star Pipe Products, Inc. PVC Stargrip Series 4000 ASTM A536 AWWA C111 11/07/16 33-11-11 Mechanical Joint Retainer Glands Star Pipe Products, Inc. DIP Stargrip Series 3000 ASTM A536 AWWA C111 03/19/18 33-11-11 Mechanical Joint Retainer Glands SIP Industries(Serampore) EZ Grip Joint Restraint (EZD) Black For DIP ASTM A536 AWWA C111 3"-48" 03/19/18 33-11-11 Mechanical Joint Retainer Glands SIP Industries(Serampore) EZ Grip Joint Restraint (EZD) Red for C900 DR14 PVC Pipe ASTM A536 AWWA C111 4"-12" 03/19/18 33-11-11 Mechanical Joint Retainer Glands SIP Industries(Serampore) EZ Grip Joint Restraint (EZD) Red for C900 DR18 PVC Pipe ASTM A536 AWWA C111 16"-24" * From Original Standard Products List 5 Approval Spec No. Classsification Manufacturer Model No. National Spec Size CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: 6-18-25 Water - Pipes/Valves & Fittings/Resilient Seated Gate Valve* 33-12-20 (05/13/15) Resilient Wedged Gate Valve w/no Gears American Flow Control Series 2500 Drawing # 94-20247 16" 12/13/02 Resilient Wedge Gate Valve American Flow Control Series 2530 and Series 2536 AWWA C515 30" and 36" 08/31/99 Resilient Wedge Gate Valve American Flow Control Series 2520 & 2524 (SD 94-20255) AWWA C515 20" and 24" 05/18/99 Resilient Wedge Gate Valve American Flow Control Series 2516 (SD 94-20247) AWWA C515 16" 10/24/00 E1-26 Resilient Wedge Gate Valve American Flow Control Series 2500 (Ductile Iron) AWWA C515 4" to 12" 08/05/04 Resilient Wedge Gate Valve American Flow Control 42" and 48" AFC 2500 AWWA C515 42" and 48" 05/23/91 E1-26 Resilient Wedge Gate Valve American AVK Company American AVK Resilient Seaded GV AWWA C509 4" to 12" 01/24/02 E1-26 Resilient Wedge Gate Valve American AVK Company 20" and smaller * E1-26 Resilient Seated Gate Valve Kennedy 4" - 12" * E1-26 Resilient Seated Gate Valve M&H 4" - 12" * E1-26 Resilient Seated Gate Valve Mueller Co.4" - 12" 11/08/99 Resilient Wedge Gate Valve Mueller Co. Series A2361 (SD 6647) AWWA C515 16" 01/23/03 Resilient Wedge Gate Valve Mueller Co. Series A2360 for 18"-24" (SD 6709) AWWA C515 24" and smaller 05/13/05 Resilient Wedge Gate Valve Mueller Co. Mueller 30" & 36", C-515 AWWA C515 30" and 36" 01/31/06 Resilient Wedge Gate Valve Mueller Co. Mueller 42" & 48", C-515 AWWA C515 42" and 48" 01/28/88 E1-26 Resilient Wedge Gate Valve Clow Valve Co. AWWA C509 4" - 12" 10/04/94 Resilient Wedge Gate Valve Clow Valve Co. 16" RS GV (SD D-20995) AWWA C515 16" 11/08/99 E1-26 Resilient Wedge Gate Valve Clow Valve Co. Clow RW Valve (SD D-21652) AWWA C515 24" and smaller 11/29/04 Resilient Wedge Gate Valve Clow Valve Co. Clow 30" & 36" C-515 AWWA C515 30" and 36" (Note 3) 11/30/12 Resilient Wedge Gate Valve Clow Valve Co. Clow Valve Model 2638 AWWA C515 24" to 48" (Note 3) 05/08/91 E1-26 Resilient Seated Gate Valve Stockham Valves & Fittings AWWA C 509, ANSI 420 - stem, 4" - 12" * E1-26 Resilient Seated Gate Valve U.S. Pipe and Foundry Co.Metroseal 250, requirements SPL #74 3" to 16" 10/26/16 33-12-20 Resilient Seated Gate Valve EJ (East Jordan Iron Works)EJ FlowMaster Gate Valve & Boxes 08/24/18 Matco Gate Valve Matco-Norca 225 MR AWWA/ANSI C115/An21.15 4" to 16" Water - Pipes/Valves & Fittings/Rubber Seated Butterfly Valve 33-12-21 (07/10/14) * E1-30 Rubber Seated Butterfly Valve Henry Pratt Co. AWWA C-504 24" * E1-30 Rubber Seated Butterfly Valve Mueller Co. AWWA C-504 24"and smaller 1/11/99 E1-30 Rubber Seated Butterfly Valve Dezurik Valves Co. AWWA C-504 24" and larger 06/12/03 E1-30 Valmatic American Butterfly Valve Valmatic Valve and Manufacturing Corp. Valmatic American Butterfly Valve. AWWA C-504 Up to 84" diameter 04/06/07 E1-30 Rubber Seated Butterfly Valve M&H Valve M&H Style 4500 & 1450 AWWA C-504 24" to 48" 03/19/18 33 12 21 Rubber Seated Butterfly Valve G. A. Industries (Golden Anderson) AWWA C504 Butterfly Valve AWWA C-504 30"-54" 09/03/24 33 12 21 Rubber Seated Butterfly Valve American AVK Company AWWA C504 Butterfly Valve Class 250B AWWA C-504 24" - 48" Water - Polyethylene Encasement 33-11-10 (01/08/13) 05/12/05 E1-13 Polyethylene Encasment Flexsol Packaging Fulton Enterprises AWWA C105 8 mil LLD 05/12/05 E1-13 Polyethylene Encasment Mountain States Plastics (MSP) and AEP Ind. Standard Hardware AWWA C105 8 mil LLD 05/12/05 E1-13 Polyethylene Encasment AEP Industries Bullstrong by Cowtown Bolt & Gasket AWWA C105 8 mil LLD 09/06/19 33-11-11 Polyethylene Encasment Northtown Products Inc. PE Encasement for DIP AWWA C105 8 mil LLD Water - Sampling Station 03/07/23 33 12 50 Water Sampling Station Kupferle Foundry Company Eclipse, Number 88 , 12-inch Depth of Bury As shown in spec. 33 12 50 09/02/24 33 12 50 Water Sampling Station Mueller Water Products, Inc.Model BSS01-36-MUDG2-CSD-NL, Freeze Proof, Hasp for Locking Access Hatch This product removed Water - Automatic Flusher 10/21/20 Automated Flushing System Mueller Hydroguard HG6-A-IN-2-BRN-LPRR(Portable) HG2-A-IN--2-PVC-018-LPLG(Permanent) 04/09/21 Automated Flushing System Kupferle Foundry Company Eclipse #9800wc 04/09/21 Automated Flushing System Kupferle Foundry Company Eclipse #9700 (Portable) Yellow Highlight indicates recent changes The Fort Worth Water Department’s Standard Products List has been developed to minimize the submittal review of products which meet the Fort Worth Water Department’s Standard Specifications during utility construction projects. When Technical Specifications for specific products, are included as part of the Construction Contract Documents, the requirements of the Technical Specification will override the Fort Worth Water Department’s Standard Specifications and the Fort Worth Water Department’s Standard Products List and approval of the specific products will be based on the requirements of the Technical Specification whether or not the specific product meets the Fort Worth Water Department’s Standard Specifications or is on the Fort Worth Water * From Original Standard Products List 6