HomeMy WebLinkAbout064132-PM1 - Construction-Related - Contract - FG Aledo Development, LLC and Acadia Services LLCCSC No. 64132-PM1
��� ����C�
Cit of FortWorth
Y
Standard Construction Specification
Documents
Adopted September 2011
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 1 of 5
SECTION 00 00 00
TABLE OF CONTENTS
Division 00 - General Conditions
00 OS 10 Mayor and Council Communication
00 OS 15 Addenda
00 11 13 Invitation to Bidders
00 21 13 Instructions to Bidders
00 35 13 Conflict of Interest Statement
00 41 00 Bid Form
00 42 43 Proposal Form Unit Price
00 43 13 Bid Bond
00 43 37 Vendor Compliance to State Law Nonresident Bidder
00 45 11 Bidders Prequalifications
00 45 12 Prequaliiication Statement
00 45 13 Prequaliiication Application
00 45 26 Contractor Compliance with Workers' Compensation Law
00 45 40 Business Equiry Goal
00 52 43 Agreement
00 61 13 Performance Bond
00 61 14 Payment Bond
00 61 19 Maintenance Bond
00 61 25 Certificate of Insurance
00 72 00 General Conditions
00 73 00 Supplementary Conditions
00 73 10 Standard City Conditions for DAP
Division Ol - General Requirements
� O1 11 00 Summary of Work
� O1 25 00 Substitution Procedures
� O1 31 19 Preconstruction Meeting
� O1 31 20 Project Meetings
� O1 32 16 Construction Schedule
� O1 32 33 Preconstruction Video
� O1 33 00 Submittals
� O1 35 13 Special Project Procedures
� O1 45 23 Testing and Inspection Services
� O1 50 00 Temporary Facilities and Controls
� O1 55 26 Street Use Permit and Modifications to Traffic Control
� O1 57 13 Storm Water Pollution Prevention Plan
� O1 58 13 Temporary Project Signage
� O1 60 00 Product Requirements
� O1 66 00 Product Storage and Handling Requirements
� O1 70 00 Mobilization and Remobilization
� O1 71 23 Construction Staking and Survey
� O1 74 23 Cleaning
� O1 77 19 Closeout Requirements
� O1 78 23 Operation and Maintenance Data
� O1 78 39 Project Record Documents
Last Revised
07/O1/20ll
07/O1/2011
02/08/2024
O1/17/2024
02/24/2020
09/30/2021
O 1/20/2012
09/11/2017
06/27/20ll
08/ 13/2011
09/30/2021
08/13/2021
07/O 1/2011
06/07/2024
3/08/2024
12/08/2023
12/08/2023
12/08/2023
07/O 1 /2011
03/08/2024
03/08/2024
O1/10/2013
Last Revised
12/20/2012
07/O1/2011
08/17/2012
07/O1 /2011
10/06/2023
07/O1/2011
12/20/2012
03/11/2022
03/09/2020
07/O1/2011
03/22/2021
07/O 1/20ll
07/O1/2011
03/09/2020
07/O 1/20ll
11 /22/2016
02/14/2018
07/O1/2011
03/22/2021
12/20/2012
07/O 1/2011
CITY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJ. NUM. 105677
Revised June 7, 2024
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 2 of 5
Technical Specifications which have been modified by the Engineer specifically for this
Project; hard copies are included in the Project's Contract Documents
Division 99 — Non-Standard Last Revised
� 99 99 00 Non-Standard Bid Items �
� 99 99 03 Wager 2050-200-IP Odor Control Manual 08/13/2021 �
� 99 99 04 Wager 2050-450-IP Odor Control Manual 08/19/2019 �
Technical Specifications listed below are included for this Project by reference and can be
viewed/downloaded from the City's website at:
httu://fortworthtexas.�ov/tpw/contractors/
or
https:Uaups.fortworthtexas.�ov/ProiectResources/
Division 02 - Existing Conditions
� 02 41 13 Selective Site Demolition
� 02 41 14 Utility Removal/Abandonment
� 02 41 15 Paving Removal
Division 03 - Concrete
� 03 30 00 Cast-In-Place Concrete
� 03 34 13 Controlled Low Strength Material (CLSM)
� 03 34 16 Concrete Base Material for Trench Repair
� 03 80 00 Modiiications to Existing Concrete Structures
Division 26 - Electrical
I� r,,.,.,,.,.� �x�,.,.v no�„i�., � ,. �io,.+,.;,,,,i
I���o r,o,-,.�i:�;�� � ,- �io,.t.r�� F��o:e�s
I7��� D.,..o..,.,..� .,.-,.7 R.,.,o� 4:,,- R1o..:,T'lJ"� ��O��S
I7ti�� TT.-..lo,-,,.-..,,.-..] Tl,,..�� .,,-..7 D.,..o..,.,.,� F,- L'lo..�«:,..,1 C.,,,�o.�,�
I ��iv-nv�—sv EOiY2i171t1'11,••,�:,•,�•, T'�„1�; Tl,,,.� !'',,.�,7,,:♦
Division 31 - Earthwork
� 31 00 00 Site Clearing
� � ��-�ry �.i'�tl��lt;oa �'.,,.,,.,.,�,,,,.,
I �: �? �? �6�i6�
I 2 �� �-vv ��Si�U' G�">;T�S�6
� 31 25 00 Erosion and Sediment Control
� �'�o �
� 31 37 00 Riprap
Division 32 - Exterior Improvements
�� ni i � no..,�.,,�o��
�T �SctN�'�1.t llv.':rR�
�''�Q �'1cr�l�lt I�r.�
I���� �„r,.,.o�o �,,.,;�,. Do�,,;..
� 32 11 23 Flexible Base Courses
� ���� �l� TT�.,�o.7 R.,�o /''.,,,.-�o�
I�, 11 ✓� �o,..o�. -r,.o,,.oa �.,�o �,.,,..�o�
Last Revised
03/ 11 /2022 I
12/20/2012 I
02/02/2016 I
03/ 11 /2022 I
12i2oi2o12 �
1zi2oizoi2 �
12/20/2012 I
� .
. .
� �
� � �
� � �
03/22/2021
!11 /'l��
n i i���
n i i���
04/29/2021
i � /��-� :z
12/20/2012
, � ���
, � ���
, � ���
12/20/2012
i � i��-�v�v iz
ntiii�
CITY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJ. NUM. 105677
Revised June 7, 2024
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 3 of 5
I � ��T
� 321216
� 32 12 73
��1�1�
� � ��o
� � ���
I � ��o
� � ���
� � ���
I � 7��
� � ���
� 32 31 26
�����
I��13
� 32 91 19
� 32 92 13
� 32 92 14
� 32 92 15
� 32 93 43
T : ,:,1 T..o.,ro,l C,.;1 Cr.,l.:l;�o.-
Asphalt Paving
Asphalt Paving Crack Sealants
r� o�o ��
�vixc�i�Cn'rC10'7%l�l�, �fi1 ��'bb'ai�'71�"� �wl�'1„
r„r,..-o�o n.,.,:�,. T,.;r� co.,i„��.,
�Jr ���it ?lr. ing
rV„r,..-o�o r,,,-i. .,�a �,,.�o.-� .,ra ��.,iio., r�„��o,-�
D.,..o,Y.o,,� T�.,,-1�;,,.T�
r�,,,-�d�^�oo �ntisg
�n r�n�o� .,r�
Wire Fences and Gates
�x�,,,,a �or,.o� .,�a �.,�o�
C'ia� in I1a�� rV,.r ,-o.o vo�.,;r;�,. �a�.,n�
Topsoil Placement and Finishing of Roadway Right-of-ways
Sodding
Non-Native Seeding
Native Grass and Wildflower Seeding
Trees and Shrubs
nQ i���
6/07/2024
12/20/2012
ntiii�
1 7 /!l� O /�z
i � i��z
, � ���
i � in�
!1�/l0 ll�z
ii�n��
i � i��i�
12/20/2012
i � i��
8��
03/ 11 /2022
OS/13/2021
OS/13/2021
10/06/2023
12/20/2012
Division 33 - Utilities
� 33 O1 30 Sewer and Manhole Testing
� 33 O1 31 Closed Circuit Television (CCTV) Inspection — Sanitary Sewer
I���svz-✓i r—�ro"��cc'�i-r�—'.crccr•r�cT2��F:" '^ �rr'r�7� r,��..cc�i�6ir—oiOY:� �ii:lii£
� ���o �S� �lliY'r�iin„ „��.,:.,�:�,. co.. o.. c.,.,�o..,�
� 33 04 10 Joint Bonding and Electrical Isolation
� 33 04 11 Corrosion Control Test Stations
� 33 04 12 Magnesium Anode Cathodic Protection System
� ���o ���rfia:�
I���o rio„�:�„ „�a n,.,.o�«„�,.o rro��;�,. „��x�.,.o.. ra,,:��
I22�0 (`lo.,,.:.,...,4'D;,.o�
� 33 OS 10 Utility Trench Excavation, Embedment, and Backfill
I � ��i �x�,,.o.. r :--o r „ .. �-- "
�a
� 33 OS 13 Frame, Cover and Grade Rings
33 OS 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to
Grade
I���o r-��.,,..-o�o �x�.,�o,- v.,,,i��
� 33 OS 17 Concrete Collars
� 33 OS 20 Auger Boring
I 2 2�T Tun�' T� s��
� 33 OS 22 Steel Casing Pipe
� � ��� I�d Tunn��g
� 33 OS 24 Installation of Carrier Pipe in Casing or Tunnel Liner Plate
� 33 OS 26 Utility Markers/Locators
� 33 OS 30 Location of Existing Utilities
� 33 11 OS Bolts, Nuts, and Gaskets
� 33 11 10 Ductile Iron Pipe
� 33 11 11 Ductile Iron Fittings
� 22 1 1 1'1 D.,1... :..1 ('�l.l.,.-;.70 (DV(''1 D,-o��,,,-o D;.-.o
I�� i i i� � u.,,- �a�.-.,r�oa e�ooi r.,i:�ao.- rr..�o
.� .� � � �.� �aC�e���SsH���vax-�rrapp c�r-c�cccc�y-ciricxci� ypc
09/07/2018
03/ 11 /2022
1 7 /l1��
, � ���
12/20/2012
12/20/2012
12/20/2012
n� in��
m in��
n� i i�i��z
04/02/2021
1 '� l'lzzrrvri o-iz
09/09/2022
03/11/2022
i � i���
03/11/2022
12/20/2012
, � ���
12/20/2012
, � ���
12/09/2022
12/20/2012
12/20/2012
12/20/2012
12/09/2022
09/20/2017
nn in�n�
1 � /7�z
CITY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJ. NUM. 105677
Revised June 7, 2024
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 4 of 5
I22 i i i�
I� ��T�Tnv
��1�11
I 2 2�v
I � ��T
I � ���
I � ��nv
I 2 2�0
I 2 2�i c✓v
� � ��-'�o
� �� �, ,�
I ?� ?� 13
� ?� ?� 15
� 33 31 20
33 31 21
I 2 2�z
I 2 2��
� � ��o
� � ��o
I 2 2�v
� 33 39 20
I 2 2�0
I � ��v
� 33 39 60
I2 2�-^�0
���111
� �� �i i�
I � ���
I�
I 2 2�T
I 2 2�v-vz
I � ��o
I� ��nv
I � ��o
R,,,-:o.l Crool D:,.o .,,„-1 T1;�r:,,�.�
�x7.,+o.- Co,-.,;..o., 1 ..1, �., '� . ..L.
T ., o \x7.,+o,- TRo+o.-�
Do�;l;o,,� Co.,ro,a l�.,�o V.,l..o
A �x7�x7 A D„l.l.o.- Co.,+o.a T2„��o,-41.. �7.,1. o.,
�ii�ll t0 �I.1�'til�l•, �x7.,+o,. AR.,;,,.,
E�'�,'�r.�✓,.� n:.- ��.,i.,o n �.,o,,.i.i;o., �.- n,,..,i.io �x�tc� Ei�zi�s
c.
T7;,-o�
��c� F/alspl� ��
c�.,�a.,.-a ui,.... „��v„i.,o .�a�Z�r,:
n„-oa ;r ni.,,.o n:,.o irTnn�
�;�.o,-,.i.,�� vo;�� .-,.oa n;�o � ,- �,-,,..;.., c.,�;�.,,-., co..,o,-�
i7;,.L. Tlo.-.�;�.. D„l..orl,..lo,�,o (i7TlDRl D;,-.o F,- C.,,,;r.,,-.. Co...o,-
Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe
Polyvinyl Chloride (PVC) Closed Profile Gravity Sanitary Sewer
Pipe
c��,�.��a FJ.ip �r.ning
e.,�;�.,,-., co..,o,- v;�o ��i.,,-,.o..,o�+
c.,�:�,,..., co,.,o.. co... ; o r,.��o,.�:,.�., „�a co...,:,.o r: o
r,,.,.�.;�.,�:,.� n:.. ��„i.,o �,'� ��Llit�� co.:,o,. �,..-„o r�.,:��
�t 111 P��'.�z� ��:��1�
Precast Concrete Manholes
T7;L.o.-,.1.,�� TR.,,�l.,.lo�
�x7.,.,�o.. .,+o.- A ,.,.o�� (''1,.,.v.l-.o,- /�II A !''\
Liners for Sanitary Sewer Structures
vo:�� ,-,.oa r„�,.,-o.o c.,...,,, co.,,o,- v;�oir�„i.,o.-t�
u;,.t� r�or�;�., v„i..o+�...io�o iunn�� v;,.o �,- c�:�S T��in
Do:.-.4:..-�o.a D..l..o�l...lo,�.o 1���� ��'J�
l
n„�OYV P1�0 �6��L��Y1 �1'l��iYl
c„�,�
���� ��ins
%37�1 ��nT�
rClli 2ri Pt.,.o rR„��.,,io� „�,a r„�,.�;,,� �,..,o�
r,,,.i. „�,a r�..,,.. r�io«�
�G�Y�i '�T�irii��C�Ii/���1'� �a��i-��
� �
� i �
� �
� �_ �
�i � �
� �_ �
. .
� � � i
. .
,_ . .
. .
. .
�i � �
1 ` 1' 1
12/20/2012
Division 34 - Transportation
I���o T..,,��:,. c:,.�„��
�n n i i n ni n. �.,.o,, r,.� iio.. r„i-,:�o.
�� ���������r�n��r�
I�n n i i n rn �,.,� �ii c�o�:
�vz ca ar�i� �a a�'�pv zC-�t�6a
� � n n�,�� �rtt-�C�i�e����'ie€t���l &�, � G��'-�ea�ie�
� � � 1 11 �Q1��� T�:c�'^�
� � � 1 1 � �0`li�; TYl�cf;,.�,s
� ���z�--�v �' IIIuY'IIi7�lt:,.r n ��o,...t.l;o�
�� n n�no.,r �✓i��1 T PTJ ���� T�ar���i��s
I2n n�Lv-vz �,-oo.. „, r�n n,..,a...,,., rIi'i��'i�7.r�
� �^ ^�� �c��~�tial �J P_��� �ar�i���o
� � ��o �'�IuT�ii'lu� �1��,�
I�n�o c;�,�io r�„ao �;i.o,- n��:,. r.,�.io
� 34 71 13 Traffic Control
i � i��
i � i��i�
nn i�o ti��
i � /��z
1 � /7�i
12/20/2012
1 '� /'lz-crz-vrz v�z
1 7 /7z-crz-vrzvzz
04/29/2021
n�ino i��
i � i��
1 1 / 1��
n�/7o n�z
i � i��
n� in�i�r�r
n� in��
i � /��-� :z
nz i,��
n� in�i�r�r
nziio '�i
i�ii��
n���
n i��
iii��
n 2 n�z
i � i��z
n�ii��
ntiii��
ntiii�
iiii��
m i��o
03/22/2021
CITY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJ. NUM. 105677
Revised June 7, 2024
00 00 00
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Page 5 of 5
Appendix
GC-4.01 Availability of Lands
C�-4.�J? Eui��,,.-� ,.o .,ra ni,..�;,.,,i r„�a;+:,.�.,
F�-4.J1 LL�ao.-,�,-,,,,ra �.,,.:�:+;o�
F�-4.9E I-Ia�ra,,,,� �r..;.-,.�Y.,o�+.,� r�,.ra;.:,.r .,. c;�o
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
CITY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJ. NUM. 105677
Revised June 7, 2024
City of Fort Worth,
Mayor and
DATE: 09/30/25 M&C FILE NUMBER: M&C 25-0945
LOG NAME: 60MORNINGSTAR NORTH OFFSITE SEWER
SUBJECT
(CD 3) Authorize Execution of a Community Facilities Agreement with FG Aledo Development, LLC, with City Participation in an Amount Up to
$8,226,491.34 for Oversizing Approximately 18,000 Linear Feet of Sewer Mains to Various Pipe Sizes for Anticipated Future Growth in West
Fort Worth, and Adopt Appropriation Ordinance to Effect a Portion of Water's Contribution to the Fiscal Years 2025-2029 Capital Improvement
Program
RECOMMENDATION:
It is recommended that the City Council:
1. Authorize the execution of a Community Facilities Agreement with FG Aledo Development, LLC, with City participation in an amount up to
$8,226,491.34, for oversizing approximately 18,000 linear feet of sewer mains to various pipe sizes for anticipated future growth located in
west Fort Worth; and
2. Adopt the attached appropriation ordinance adjusting estimated receipts and appropriations in the Water & Sewer Rev Bonds Series 2023
Fund by decreasing estimated receipts and appropriations in the Commercial Paper project (City Project No. UCMLPR) in the amount of
$9,363,022.00 and increasing estimated receipts and appropriations in the CFA Bucket Programmable project (City Project No. P00001)
by the same amount for the purpose of funding the Community Facilities Agreement — CFA Morningstar N Offsite sew project (City Project
No.105677) and to effect a portion of Water's contribution to the Fiscal Years 2025-2029 Capital Improvements Program.
DISCUSSION:
FG Aledo Development LLC (Developer) is constructing the Morningstar North Offsite Sewer development project located north of Old
Weatherford Road and east of Farm-to-Market (FM) 3325. The Water Department is requesting to oversize approximately 18,000 linear feet of
various pipe sizes for anticipated future growth in the area. The construction costs for the sewer mains are estimated to be allocated at 17.9% for
the Developer and 82.1 % for the City for an estimated cost to the City of $7,576,866.97. The Morningstar North Offsite sewer project is assigned
City Project No. 105677 and Accela System Record IPRC25-0004.
This project has been publicly bid. The City's cost participation in the oversizing of the sewer mains is estimated to be up to $8,226,491.34, as
shown in the table below. Payments to the Developer are estimated to be $7,576,866.97 for construction costs, $151,537.34 for material testing
costs, $9,404.02 for public bid advertisement costs, and $405,234.93 for design costs. The City's cost participation also includes $83,448.08 to
cover the City's portion of construction inspection service fees and administrative material testing fees. An additional $1,136,530.05 in
contingency funds will cover the City's portion of any change orders.
The following table shows the cost-sharing breakdown for the project between all parties:
Sewer
Improvements
A. Sewer
Contingency 15%
Texas
Council Communication
Developer City Cost Total Cost
Cost(17.9°/a) (82.1°/a)
$1,651,960.03 $7,576,866.97 $9,228,827.00
$0.00 $1,136,530.05 $1,136,530.05
Construction Fees:
B. Construction
Inspection Fee
$14,740.65 $67,609.35
$82,350.00
C. Admin Material
Testing Fee
$3,453.27 $15,838.73
$19,292.00
D. Material Testing $0.00 $151,537.34 $151,537.34
Cost Contingency
1. Design Costs
2. Public Bid
Advertisement
Total Project Cost
$88,352.07 $405,234.93 $493,587.00
$2,050.33 $9,404.02 $11,454.35
$1,760,556.35� $9,363,021.39 $11,123,577.74
The reimbursement of the City participation, excluding inspection and material testing fees,is not a lump-sum amount and may be less than the
stated amount depending upon the actual quantities and unit prices from the notice of Final Completion package, commonly referred to as the
Green Sheet package.
It is the practice of the Water Department to appropriate its Capital Improvement Program (CIP) plan throughout the Fiscal Year, instead of within
the annual budget ordinance, as projects commence, additional funding needs identified, and to comply with bond covenants.
Funding is available in the Commercial Paper project within the Water & Sewer Revenue Bonds Series 2023 Fund for the purpose of funding the
CFA-Morningstar N Offsite sew project.
Funding for the Community Facility Agreement (CFA) -Morningstar N Offsite project is depicted in the table below:
Fund
Existing Additional
Project Total
Appropriations Appropriations
W&S Rev Bonds Series 2023-Fund 56021 0.00 $9,363,022.00 $9,363,022.00
Project Total 0.00 $9,363,022.00 $9,363,022.00
This project is in COUNCIL DISTRICT 3.
FISCAL INFORMATION / CERTIFICATION:
The Director of Finance certifies that funds are currently available in the Commercial Paper project within the W&S Rev Bonds Series 2023 Fund
and upon approval of the above recommendations and adoption of the attached appropriation ordinance, funds will be available in W&S Rev
Bonds Series 2023 Fund for the CFA-Morningstar N Offsite sew project to support the approval of the above recommendations and execution of
the agreement. Prior to an expenditure being incurred, the Water Department has the responsibility of verifying the availability of funds.
Submitted for Citv Manaaer's Office bv: Jesica McEachern 5804
Oriainatina Business Unit Head:
Additional Information Contact:
Chris Harder 6344
Tamara Fisher 7856
Emami Saleh, Arash 2373
Expedited
ADDENDUM NO. 1
To the Plans, Specifications & General Contract Documents
OFFSITE SANITARY SEWER
Improvements
To Serve
MORNINGSTAR NORTH DEVELOPMENT
CITY PROJECT NO.: 105677
Bid Date: July 31, 2025 2:00 PM
Addendum No. 1: Issued 7/28/25
The Contract Documents, Specifications, and Plans for the subject project are hereby amended
as follows:
SPECIFICATIONS 8� CONTRACT DOCUMENTS:
No changes are made to the specifications or plans.
BIDDER QUESTIONS AND ANSWERS:
PRE-BID CONFERENCE
Question 1: RACI spacers are currently qualified for use in the City of Fort Worth for sanitary
sewers up to 12" diameter. This project has 20" and 42" casing pipes called out. Can RACI
spacers be used?
Answer: RACI spacers are an approved product on sanitary sewer pipes up to 12" in diameter.
They can be used for the 10" and 12" carrier pipes, but a separate approved product (listed on
the CFW standard product list) will need to be used for the 24" & 30" carrier pipe.
Question 2: Is there an engineer's estimate for the probable construction cost.
Answer: An engineer's estimate of $9.3 million dollars for construction cost was included with
the Plan Holders List Template available on BONFIRE. This is only an estimate provided by the
engineer for informational purposes.
Question 3: Where is the Cathodic Protection in this project?
Answer: There is no Cathodic Protection in this project. The contractor will be required to use
the standard city details included in the plans.
BONFIRE VENDOR DISCUSSION
Question 4: Car� you post the pre-bid attendee list from the 7/18 pre-bid meeting?
Answer: A list of attendees is shown below.
PAGE 1
Name
James Mullins
Aaron Stockton
Shawn Garcia
Debbie Brown
Doug Gibson
M i ke Kotzot
Tony Turner
Ram Tiwari
Coquis Castillo
Danny
McCutchen
Charmaigne
Tepfer
Chris Tlanda
Husam Katoue
Company
Burgess & Niple
Acadia Services
Azuria-Underground
Solutions
Canary Construction
Telephone Email Address
817-897-5588 James.mullins@burgessniple.com
817-823-2875 aaron a�acadiatx.com
817-320-6582 sgarcia@azuria.com
469-464-3823
Canary Construction 469-464-3823
BCAC Underground 682-381-6322
SYB Construction �
City of Fort Worth
Project Manager
City of Fort Worth
Business
Jackson
Construction, Ltd
Mountain Cascade
of Texas
817-572-3303
817-783-3094
debbie@canaryconstruction.com
doug@canaryconstruction.com
� mkotzot@bcaunderground.com
� estimating@sybconstruction.com
� Ram.tiwar@fortworthtexas.gov
Coquis.Castillo
@_fortworthtexas.gov
office@jacksontx.net
charmaigne@
mountaincascade.com
Chris.tlanda@contechES.com
husam a�pwp-co.com
Question 5: Is Armorock an alternate for the manholes calling for corrosion protection?
Answer: No alternates are allowed and products must be on the City of Fort Worth Standard
Product List.
Question 6: Please consider including FRP (Fiber Reinforced Polymer) pipe as an approved
alternate material for gravity sewer applications across all specified diameters. FRP offers a more
rigid pipe than PVC due to glass fiber reinforcement, while providing equivalent corrosion
resistance in wastewater environments. Compared to ductile iron, FRP performs significantly better
in terms of long-term corrosion resistance with zero risk of corrosion due to the sewer environment
or aggressive soils.
FRP gravity sewer pipe—manufactured in accordance with ASTM D3262 or AWWA C950—utilizes
gasket-sealed, push-fit joints that allow for fast and reliable installation, minimizing downtime and
trench work. Its lightweight construction reduces equipment needs and enhances safety on site.
Additionally, FRP systems offer long service life with minimal maintenance, making them a
technically sound and cost-effective alternative for this application.
Answer: No alternates are allowed and products must be on the City of Fort Worth Standard
Product List.
Question 7: "Important Events" Section of this Projects Bonfire Notification notes that the Pre-Bid
Meeting was Mandatory. Please confirm. If so, will a Pre-Bid Sign-In Sheet be provided.
Answer: The Pre-bid meeting is not mandatory to bid the project. It is only mandatory that the
pre-bid meeting be held as outlined in the specifications. A Pre-bid meeting sign in sheet has
been provided above.
Question 8: When will the final addendum be issued?
Answer: This is expected to be the final and only addendum.
PAG E 2
Question 9: If a contractor wanted to hand tunnei the trenchless crossing, could they use 48"
Bituminous coated Steel Tunnel Liner Plate as an approved alternate to epoxy coated casing
piP�?
Answer: No alternates are allowed and products must be on the City of Fort Worth Standard
Product List.
This Addendum, forms part of the Contract Documents referenced above and modifies the
ariginal .Contract Documents and Plans. Bidder shall acknowledge receipt of this
addendum in the space provided below, on the last paqe of the Bid Form and acknowledge
receipt on the outer envelope of your bid.
A signed copy of this Addendum should be included in the sealed bid envelope at the time
of bid submittal. Failure to acknowledge the receipt of this Addendum could cause the
subject bidder to be considered "NONRESPONSIVE," resulting in disqualification.
RECIEPT ACKNOWLEDGEMENT:
By: t3e.�.,o Cf+rc.�'tr'
Company� /EC�avi� �,vr�GS �c.0
ISSUED BY:
Burgess & Niple, Inc.
/� _ � [/J/s
By: (�1��'' /��&! .l /!nJ
Jame�;l�lullms, P.E�.
Project Manager
Address: 35/ W. Sa►.�hj�«�. d?��d • ACCEPTED BY CITY:
City: �a���� State: �. Ram Tiwari
Ram Tiwari, P.E.
Project Manager
PAG E 3
00 11 13
INVITATION TO BIDDERS
Page 1 of 3
SECTION 00 11 13
1NVITATION TO BIDDERS
RECEIPT OF BIDS
Electronic bids for the construction of OFFSITE SANITARY SEWER TO SERVE THE
MORNINGSTAR NORTH DEVELOPMENT ("Project") will be received by the City of
Fort Worth via the Procurement Portal
https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities, under the
respective Project until 2:00 P.M. CST, Thursday, JULY 31sT
Bids will then be opened publicly and read aloud beginning at 2:00 PM CST in the new City
Hall CH_MZ10_12.
Your submissions must be uploaded, finalized and submitted priar to the Project's posted due
date. The City strongly recommends allowing sufficient time to complete this process (ideally a
week prior to the deadline) to begin the uploading process and to finalize your submission.
Uploading large documents may take time, depending on the size of the file(s) and your Internet
connection speed. The Bonfire portal can be accessed using Microsoft Edge, Google Chrome, or
Mozilla Firefox. Javascript must be enabled. Browser cookies must be enabled.
Electronic submission is subject to electronic interface latency, which can result in transmission
delays. All bidders or proposers assume the risk of late transmission/ submission. The City shall
not be held liable if an interested bidder or proposer is unable to submit a complete bid/response
befare the published deadline due to transmission delays ar any other technical issues or
obstructions. The City strongly recommends allowing sufficient time to complete the submission
process (ideally a week before the deadline) to begin the uploading process and to finalize your
submission to give adequate time in the event an issue arises.
All submissions must be submitted electronically prior to the close date and time under the
respective Project via the Procurement Portal:
https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities
Failure to submit all completed required information listed in the respective Solicitation will be
grounds for rejection of a bid as non-responsive. No late bids/proposals shall be accepted. Bids
delivered in any other manner than using the Bonfire Platform (Procurement Portal) will not be
accepted or considered.
If, upon being opened, a submission is unreadable to the degree that material conformance to the
requirements of the procurement specifications cannot be ascertained, such submission will be
rejected without liability to the City, unless such bidder provides clear and convincing evidence
(a) of the content of the submission as originally submitted and (b) that the unreadable condition
of the Electronic Bid was caused solely by error or malfunction of the Bonfire Platform
(Procurement Portal). Failure to scan a clear or readable copy of a bid into the system does not
constitute and shall not be considered an error or malfunction of the Bonfire Platform
(Procurement Portal). Bidders are encouraged to fully review each page of every document within
their submission prior to submitting to ensure all documents are clear, legible, and complete.
SUPPORT
For technical questions, visit Bonfire's help forum at https://vendorsupport.gobonfire.com/hc/en-
us
CITY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJ. NUM. 105677
Revised 2/08/24
00 11 13
INVITATION TO BIDDERS
Page 2 of 3
Contact the Bonfire support team at Support@GoBonfire.com or by calling 1-800-354-8010.
To get started with Bonfire, watch this five-minute training video:
Vendor Registration and Submission [VIDEO] — Bonfire Vendor Support (gobonfire.com)
GENERAL DESCRIPTION OF WORK
The major work will consist of the (approximate) following: 2685 LF 8" Sewer Pipe; 284 LF 10"
Sewer Pipe; 1688 LF 12" Sewer Pipe; 4371 LF 21" PVC ASTM F1803 Sewer Pipe; 5591 LF 24"
PVC ASTM F1803 Sewer Pipe; 568 LF 24" DIP Sewer, 4085 LF 27" PVC ASTM F1803 Sewer
Pipe; 186 LF 30" DIP Sewer; 27 Four Foot Manholes; 32 Five Foot Manholes, and Cathodic
Protection.
PREQUALIFICATION
Certain improvements included in this project must be performed by a contractor or designated
subcontractor who is pre-qualiiied by the City at the time of bid opening. The procedures for
qualification and pre-qualification are outlined in the Section 3 of 00 21 13 — INSTRUCTIONS
TO BIDDERS.
DOCUMENT EXAMINATION AND PROCUREMENTS
The Bidding and Contract Documents may be examined or obtained via the Procurement Portal
https://fortworthtexas.bonfirehub.com/portal/?tab=onenOnportunities, under the respective
Project. Contract Documents may be downloaded, viewed, and printed by interested contractors
and/or suppliers.
EXPRESSION OF INTEREST
To ensure potential bidders are kept up to date of any new information pertinent to this project, all
interested parties should indicate their intent to bid in the Procurement Portal by selecting "yes"
under the Intent to Bid section. All Addenda will be posted in the Procurement Portal
https://fortworthtexas.bon�rehub.com/portal/?tab=openOpportunities, under the respective
Proj ect.
PREBID CONFERENCE — In-person and Web Conference
A prebid conference will be held as discussed in Section 00 21 13 - INSTRUCTIONS TO
BIDDERS at the following date, and time, as well as simultaneously via a web conferencing
application:
DATE: FRIDAY JULY 18TH, 2025
TIME: 10:00 AM
Invitations with links to the web conferencing application will be distributed directly to those who
have submitted an Expression of Interest.
If a prebid conference is held, the presentation and any questions and answers provided at the
prebid conference will be issued as an Addendum to the call for bids. If a prebid conference is not
being held, prospective bidders should direct all questions about the meaning and intent of the
Bidding Documents electronically through the Vendors discussions section under the respective
Project via the Procurement Portal. If necessary, Addenda will be issued pursuant to the
Instructions to Bidders.
CITY'S RIGHT TO ACCEPT OR REJECT BIDS
City reserves the right to waive irregularities and to accept or reject any or all bids.
CITY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJ. NUM. 105677
Revised 2/08/24
00 11 13
INVITATION TO BIDDERS
Page 3 of 3
ADVERTISEMENT DATES
July 9, 2025
July 16, 2025
July 23, 2025
END OF SECTION
CITY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJ. NUM. 105677
Revised 2/08/24
00 21 13
INSTRUCTIONS TO BIDDERS
Page 1 of 10
SECTION 00 21 13
1NSTRUCTIONS TO BIDDERS
1. De�ned Terms
1.1. Capitalized terms used in these INSTRUCTIONS TO BIDDERS are deiined in Section
00 72 00 - GENERAL CONDITIONS.
1.2. Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the
meanings indicated below which are applicable to both the singular and plural thereof.
1.2.1. Bidder: Any person, firm, partnership, company, association, or corporation acting
directly through a duly authorized representative, submitting a bid for performing
the work contemplated under the Contract Documents.
1.2.2. Nonresident Bidder: Any person, firm, partnership, company, association, or
corporation acting directly through a duly authorized representative, submitting a
bid for performing the work contemplated under the Contract Documents whose
principal place of business is not in the State of Texas.
1.2.3. Successful Bidder: The lowest responsible and responsive Bidder to whom City
(on the basis of City's evaluation as hereinafter provided) makes an award.
2. Copies of Bidding Documents
2.1. Neither City nor Engineer shall assume any responsibility for errors or
misinterpretations resulting from the Bidders use of incomplete sets of Bidding
Documents.
2.2. City and Engineer in making electronic Bidding Documents available do so only for the
purpose of obtaining Bids for the Work and do not authorize or confer a license or grant
for any other use.
3. Prequalification of Bidders (Prime Contractors and Subcontractors)
3.1. Bidders or their designated subcontractors are required to be prequalified for the work
types requiring prequalification as per Sections 00 45 ll BIDDERS
PREQUALIFICATIONS and 00 45 12 PREQUALIFICATION STATEMENT. Firms
seeking pre-qualification, must submit the documentation identified in Section 00 45 ll
on Section 00 45 13 PREQUALIFICATION APPLICATION at least seven (7)
calendar days prior to Bid opening for review and, if qualified, acceptance. The
subcontractors listed by a Bidder on 00 45 12 must be prequalified for the appropriate
work types. Subcontractors must follow the same timelines as Bidders for obtaining
prequalification review. Bidders or Subcontractors who are not prequalified at the time
bids are opened and reviewed may cause the bid to be rejected.
Prequalification requirement work types and documentation are available by accessing all
required files through the City's website at:
https://apps.fortworthtexas.�ov/ProiectResources/
CITY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJ. NUM. 105677
Revised/Updated 1/17/24
00 21 13
INSTRUCTIONS TO BIDDERS
Page 2 of 10
3.1.1. Paving — Requirements document located at:
https: //apps. fortworthtexas. �ov/Prol ectResources/ResourcesP/02%20-
%20Construction%20Documents/Contractor%20Prequaliiication/TPW%20Pavin�
%20Contractor%20Prequalification%20Pro�ram/PREOUALIFICATION%20REQ
UIREMENTS%20FOR°/a20PAVING%2000NTRACTORS .pdf
3.1.2. Roadway and Pedestrian Lighting — Requirements document located at:
https: //apps. fortworthtexas. �ov/Proi ectResources/ResourcesP/02%20-
%20Construction%20Documents/Contractor%20Prequalification/TP W%20Roadwa
v%20and%20Pedestrian%20Li�htin�%20PreQualification%20Pro�ram/STREET%
20LIGHT%20PREQUAL%20REQMNTS.pdf
3.1.3. Water and Sanitary Sewer — Requirements document located at:
https://anns.fortworthtexas. �ov/Proi ectResources/ResourcesP/02%20-
%20Construction%20Documents/Contractor%20Prequalification/Water%20and%2
OSanitarv%20Sewer%20Contractor%20Prequalification%20Pro�ram/WS S%20pre
aual%20reauirements.ndf
3.2. Each Bidder, unless currently prequalified, must submit to City at least seven (7)
calendar days prior to Bid opening, the documentation identified in Section 00 45 11,
BIDDERS PREQUALIFICATIONS.
3.2. L Submission of and/or questions related to prequalification should be addressed to
the City contact as provided in Paragraph 6.1.
3.3. The City reserves the right to require any pre-qualified contractor who is the apparent
low bidder for a project to submit such additional information as the City, in its sole
discretion may require, including but not limited to manpower and equipment records,
information about key personnel to be assigned to the project, and construction schedule
to assist the City in evaluating and assessing the ability of the apparent low bidder to
deliver a quality product and successfully complete projects for the amount bid within
the stipulated time frame. Based upon the City's assessment of the submitted
information, a recommendation regarding the award of a contract will be made to the
City Council. Failure to submit the additional information, if requested, may be grounds
for rejecting the apparent low bidder as non-responsive. Affected contractors will be
notified in writing of a recommendation to the City Council.
3.4. In addition to prequalification, additional requirements for qualification may be required
within various sections of the Contract Documents.
4. Examination of Bidding and Contract Documents, Other Related Data, and Site
4.1. Before submitting a Bid, each Bidder:
CITY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJ. NUM. 105677
Revised/Updated 1/17/24
00 21 13
INSTRUCTIONS TO BIDDERS
Page 3 of 10
4.1.1. Shall examine and carefully study the Contract Documents and other related data
identified in the Bidding Documents (including "technical data" referred to in
Paragraph 4.2. below). No information given by City or any representative of the
City other than that contained in the Contract Documents and officially
promulgated addenda thereto, shall be binding upon the City.
4.1.2. Should visit the site to become familiar with and satisfy Bidder as to the general,
local and site conditions that may affect cost, progress, performance or furnishing
of the Work.
4.1.3. Shall consider federal, state and local Laws and Regulations that may affect cost,
progress, performance or furnishing of the Work.
a��,.,� r;�., a ��, rr;�io ��r „�.i.o r:.,:i n:,.t,�� n,. � i otin �Q
1.1.1.Io a ��, in ��or�ce��z�r���=��-e�a
c � na �nnna n a rr:�io no a �� i.,�;,.��
.t�at. �5�, '13 U.E. �28(��e �.���TEea€-e� ����
�'��:�'S1,'�'lt ���.3p^��le� c„i,�;�io n n��;,.o „�.i.o co,..-o.,,..., n.,,-� �i
����:�l�m��t;,.� ;� �oao,-.,ii.. ., :��oa � ,.���,� ��a:���,��t a€
T�1`1:U�7�T'��tlJis lJ1lo� �11�,`C1:�17t t✓�u�� n,.� �o,-o�.., r„�;�;o� .,ii �.:aao.-� .i.,,. :.. .:i�
�
.,��.-,...,�;, oi.. „-� th�t in an, r�,-.,,.� or�o,-oa ;��� pu�u�nt .,. .i,:� .,a.,o.�:�on,or�
� ,
�t� th� iil��itati„r .,ra . ,;ii �„� �.o a:�,..-:..,:�.,.oa ., ��� ,.� ��,o ,� ra� ,.�
��, ��1��; �: i�t�i�l „ �:ao.-.,�;,,� „�.,.. .,.-a
4.1.5. Shall study a1L• (i) reports of explorations and tests of subsurface conditions at or
contiguous to the Site and all drawings of physical conditions relating to existing
surface or subsurface structures at the Site (except Underground Facilities) that
have been identified in the Contract Documents as containing reliable "technical
data" and (ii) reports and drawings of Hazardous Environmental Conditions, if any,
at the Site that have been identified in the Contract Documents as containing
reliable "technical data."
4.1.6. Is advised that the Contract Documents on file with the City shall constitute all of
the information which the City will furnish. All additional information and data
which the City will supply after promulgation of the formal Contract Documents
shall be issued in the form of written addenda and sha11 become part of the Contract
Documents just as though such addenda were actually written into the original
Contract Documents. No information given by the City other than that contained in
the Contract Documents and officially promulgated addenda thereto, shall be
binding upon the City.
4.1.7. Should perform independent research, investigations, tests, borings, and such other
means as may be necessary to gain a complete knowledge of the conditions which
will be encountered during the construction of the project. For projects with
restricted access, upon request, City may provide each Bidder access to the site to
conduct such examinations, investigations, explorations, tests and studies as each
Bidder deems necessary for submission of a Bid. Bidder must fill all holes and
clean up and restore the site to its former conditions upon completion of such
explorations, investigations, tests and studies.
CITY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJ. NUM. 105677
Revised/Updated 1/17/24
00 21 13
INSTRUCTIONS TO BIDDERS
Page 4 of 10
4.1.8. Shall determine the difficulties of the Wark and all attending circumstances
affecting the cost of doing the Wark, time required for its completion, and obtain all
information required to make a proposal. Bidders shall rely exclusively and solely
upon their own estimates, investigation, research, tests, explorations, and other data
which are necessary for full and complete information upon which the proposal is
to be based. It is understood that the submission of a proposal or bid is prima-facie
evidence that the Bidder has made the investigations, examinations and tests herein
required.
4.1.9. Shall promptly notify City of all conflicts, errors, ambiguities or discrepancies in or
between the Contract Documents and such other related documents. The Contractor
shall not take advantage of any gross error or omission in the Contract Documents,
and the City shall be permitted to make such corrections or interpretations as may
be deemed necessary for fulfillment of the intent of the Contract Documents.
4110. Indicate their intent to bid by selecting "yes" in the Procurement Portal
under the Intent to Bid section. You must indicate your intent to bid to be able
to submit a bid to the City.
4.2. Reference is made to Section 00 73 00 — Supplementary Conditions for identification
oi
4.2.1. those reports of explorations and tests of subsurface conditions at or contiguous to
the site which have been utilized by City in preparation of the Contract Documents.
The logs of Soil Borings, if any, on the plans are for general information only.
Neither the City nor the Engineer guarantee that the data shown is representative of
conditions which actually exist.
4.2.2. those drawings of physical conditions in or relating to existing surface and
subsurface structures (except Underground Facilities) which are at or contiguous to
the site that have been utilized by City in preparation of the Contract Documents.
4.2.3. copies of such reports and drawings will be made available by City to any Bidder
on request. Those reports and drawings may not be part of the Contract
Documents, but the "technical data" contained therein upon which Bidder is entitled
to rely as provided in Paragraph 4.02. of the General Conditions has been identified
and established in Paragraph SC 4.02 of the Supplementary Conditions. Bidder is
responsible for any interpretation or conclusion drawn from any "technical data" or
any other data, interpretations, opinions or information.
4.2.4. Standard insurance requirements, coverages and limits.
CITY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJ. NUM. 105677
Revised/Updated 1/17/24
00 21 13
INSTRUCTIONS TO BIDDERS
Page 5 of 10
4.3. The submission of a Bid will constitute an incontrovertible representation by Bidder: (i)
that Bidder has complied with every requirement of this Paragraph 4, (ii) that without
exception the Bid is premised upon performing and furnishing the Work required by the
Contract Documents and applying the specific means, methods, techniques, sequences or
procedures of construction (if any) that may be shown or indicated or expressly required
by the Contract Documents, (iii) that Bidder has given City written notice of all
conflicts, errors, ambiguities and discrepancies in the Contract Documents and the
written resolutions thereof by City are acceptable to Bidder, and when said conflicts,
etc., have not been resolved through the interpretations by City as described in
Paragraph 6., and (iv) that the Contract Documents are generally sufficient to indicate
and convey understanding of all terms and conditions for performing and furnishing the
Work.
4.4. The provisions of this Paragraph 4, inclusive, do not apply to Asbestos, Polychlorinated
biphenyls (PCBs), Petroleum, Hazardous Waste or Radioactive Material covered by
Paragraph 4.06. of the General Conditions, unless specifically identified in the Contract
Documents.
5. Availability of Lands for Work, Etc.
5.1. The lands upon which the Work is to be performed, rights-of-way and easements for
access thereto and other lands designated for use by Contractor in performing the Work
are identified in the Contract Documents. All additionallands and access thereto
required for temporary construction facilities, construction equipment or storage of
materials and equipment to be incorporated in the Work are to be obtained and paid for
by Contractor. Easements for permanent structures or permanent changes in existing
facilities are to be obtained and paid for by City unless otherwise provided in the
Contract Documents.
5.2. Outstanding right-of-way, easements, and/or permits to be acquired by the City are listed
in Paragraph SC 4.01 of the Supplementary Conditions. In the event the necessary right-
of-way, easements, and/or permits are not obtained, the City reserves the right to cancel
the award of contract at any time before the Bidder begins any construction work on the
proj ect.
5.3. The Bidder shall be prepared to commence construction without all executed right-of-
way, easements, and/or permits, and shall submit a schedule to the City of how
construction will proceed in the other areas of the project that do not require permits
and/or easements.
6. Interpretations and Addenda
CITY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJ. NUM. 105677
Revised/Updated 1/17/24
00 21 13
INSTRUCTIONS TO BIDDERS
Page 6 of 10
6.1. All questions about the meaning or intent of the Bidding Documents are to be directed to
City electrically through the Vendor Discussions section under the respective Project via
the Procurement Portal
https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities on orbefore 2
p.m., the Monday prior to the Bid opening. Questions received after this day may not be
responded to. Interpretations or clarifications considered necessary by City in response
to such questions will be issued by Addenda. Only questions answered by formal
written Addenda will be binding. Oral and other interpretations or clarifications will be
without legal effect.
6.2. Addenda may also be issued to modify the Bidding Documents as deemed advisable by
City.
6.3. Addenda or clarifications shall be posted under the respective Project via the
Procurement Portal
https: //fortworthtexas.bonfirehub. com/portal/?tab—openOpportunities
6.4. A prebid conference may be held at the time and place indicated in the Advertisement
or INVITATION TO BIDDERS. Representatives of City will be present to discuss the
Proj ect. Bidders are encouraged to attend and participate in the conference. City will
transmit to all prospective Bidders of record such Addenda as City considers necessary
in response to questions arising at the conference. Oral statements may not be relied
upon and will not be binding or legally effective.
7. Bid Security
7.1. Each Bid must be accompanied by a Bid Bond made payable to City in an amount of
five (5) percent of Bidder's maximum Bid price, on the form attached or equivalent
issued by a surety meeting the requirements of Paragraph 5.01 of the General
Conditions.
7.2. The Bid Bonds provided by a Bidder will be retained until the conditions of the Notice
of Award have been satisfied. If the Successful Bidder fails to execute and return the
Contract Documents within 14 days after the Notice of Award conveying same, City
may consider Bidder to be in default, rescind the Notice of Award and act on the Bid
Bond. Such action shall be City's exclusive remedy in the event Bidder is deemed to
have defaulted.
8. Contract Times
The number of days within which, or the dates by which, Milestones are to be achieved in
accordance with the General Requirements and the Work is to be completed and ready for
Final Acceptance is set forth in the Agreement or incorporated therein by reference to the
attached Bid Form.
9. Liquidated Damages
Provisions for liquidated damages are set forth in the Agreement.
CITY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJ. NUM. 105677
Revised/Updated 1/17/24
00 21 13
INSTRUCTIONS TO BIDDERS
Page 7 of 10
10. Substitute and "Or-Equal" Items
The Contract, if awarded, will be on the basis of materials and equipment described in the
Bidding Documents without consideration of possible substitute or "or-equal" items.
Whenever it is indicated or specified in the Bidding Documents that a"substitute" or "or-
equal" item of material or equipment may be furnished or used by Contractor if acceptable to
City, application for such acceptance will not be considered by City until after the Effective
Date of the Agreement. The procedure for submission of any such application by Contractor
and consideration by City is set forth in Paragraphs 6.OSA., 6.OSB. and 6.OSC. of the General
Conditions and is supplemented in Section O1 25 00 of the General Requirements.
11. Subcontractors, Suppliers and Others
11.1. In accordance with the City's Business Equity Ordinance No.25165-10-2021 the City
has goals for the participation of minority business and/or women business
enterprises in City contracts $100,000 or greater. See Section 00 45 40 for the
M/WBE Project Goals and additional requirements. Failure to comply shall render
the Bidder as non-responsive.
Business Equity Ordinance No.25165-10-2021, as amended (replacing Ordinance
No. 24534-ll-2020), codified at:
https://codelibrarv.amle�al.com/codes/ftworth/latest/ftworth tx/0-0-0-22593
11.2. No Contractor shall be required to employ any Subcontractor, Supplier, other person
or organization against whom Contractor or City has reasonable objection.
12. Bid Form
12.1. The Bid Form is included with the Bidding Documents.
12.2. All blanks on the Bid Form must be completed and the Bid Form signed
electronically or signed in ink and scan. A Bid price shall be indicated for each Bid
item, alternative, and unit price item listed therein. In the case of optional
alternatives, the words "No Bid," "No Change," or "Not Applicable" may be entered.
Bidder shall state the prices for which the Bidder proposes to do the work
contemplated or furnish materials required.
12.3. Bids by corporations shall be executed in the corporate name by the president or a
vice-president or other corporate officer accompanied by evidence of authority to
sign. The corporate seal shall be affixed. The corporate address and state of
incorporation shall be shown below the signature.
12.4. Bids by partnerships shall be executed in the partnership name and signed by a
partner, whose title must appear under the signature accompanied by evidence of
authoriry to sign. The official address of the partnership shall be shown below the
signature.
12.5. Bids by limited liability companies shall be executed in the name of the firm by a
member and accompanied by evidence of authority to sign. The state of formation of
the firm and the official address of the firm shall be shown.
12.6. Bids by individuals shall show the Bidder's name and official address.
CITY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJ. NUM. 105677
Revised/Updated 1/17/24
00 21 13
INSTRUCTIONS TO BIDDERS
Page 8 of 10
12.7.
12.8.
12.9.
Bids by joint ventures shall be executed by each joint venture in the manner indicated
on the Bid Form. The ofiicial address of the joint venture shall be shown.
All names shall be typed or printed in ink below the signature.
The Bid shall contain an acknowledgement of receipt of all Addenda, the numbers of
which shall be filled in on the Bid Form.
12.10. Postal and e-mail addresses and telephone number for communications regarding the
Bid shall be shown.
12.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of
Texas shall be provided in accordance with Section 00 43 37 — Vendor Compliance
to State Law Non Resident Bidder.
13. Submission of Bids
Bids shall be submitted electronically in the Procurement Portal on the prescribed Bid Form,
provided with the Bidding Documents, prior to the time indicated in the Advertisement or
INVITATION TO BIDDERS.
14. Withdrawal of Bids
14.1. Bids submitted electronically may be withdrawn prior to the time set for bid opening
via the Procurement Portal
https: //fortworthtexas.bonfirehub. com/nortal/?tab=openOpportunities.
15. Opening of Bids
Bids will be opened and read aloud publicly. An abstract of the amounts of the base Bids and
major alternates (if any) will be made available to Bidders after the opening of Bids.
16. Bids to Remain Subject to Acceptance
All Bids will remain subject to acceptance for a minimum of 90 days or the time period
specified for Notice of Award and execution and delivery of a complete Agreement by
Successful Bidder. City may, at City's sole discretion, release any Bid and nullify the Bid
security prior to that date.
17. Evaluation of Bids and Award of Contract
17.1. City reserves the right to reject any or all Bids, including without limitation the rights
to reject any or all nonconforming, nonresponsive, unbalanced or conditional Bids
and to reject the Bid of any Bidder if City believes that it would not be in the best
interest of the Project to make an award to that Bidder. City reserves the right to
waive informalities not involving price, contract time or changes in the Work and
award a contract to such Bidder. Discrepancies between the multiplication of units of
Work and unit prices will be resolved in favor of the unit prices. Discrepancies
between the indicated sum of any column of figures and the correct sum thereof will
be resolved in favor of the correct sum. Discrepancies between words and figures
will be resolved in favor of the words.
CITY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJ. NUM. 105677
Revised/Updated 1/17/24
00 21 13
INSTRUCTIONS TO BIDDERS
Page 9 of 10
17.1.1. Any or all bids will be rejected if City has reason to believe that collusion exists
among the Bidders, Bidder is an interested party to any litigation against City,
City or Bidder may have a claim against the other or be engaged in litigation,
Bidder is in arrears on any existing contract or has defaulted on a previous
contract, Bidder has performed a prior contract in an unsatisfactory manner, or
Bidder has uncompleted work which in the judgment of the City will prevent or
hinder the prompt completion of additional work if awarded.
17.2. In addition to Bidder's relevant prequalification requirements, City may consider the
qualifications and experience of Subcontractors, Suppliers, and other persons and
organizations proposed for those portions of the Work where the identity of such
Subcontractors, Suppliers, and other persons and organizations must be submitted as
provided in the Contract Documents or upon the request of the City. City also may
consider the operating costs, maintenance requirements, performance data and
guarantees of major items of materials and equipment proposed for incorporation in
the Work when such data is required to be submitted prior to the Notice of Award.
17.3. City may conduct such investigations as City deems necessary to assist in the
evaluation of any Bid and to establish the responsibility, qualifications, and financial
ability of Bidders, proposed Subcontractors, Suppliers and other persons and
organizations to perform and furnish the Work in accordance with the Contract
Documents to City's satisfaction within the prescribed time.
17.4. Contractor shall perform with his own organization, work of a value not less than
35% of the value embraced on the Contract, unless otherwise approved by the City.
17.5. If the Contract is to be awarded, it will be awarded to lowest responsible and
responsive Bidder whose evaluation by City indicates that the award will be in the
best interests of the City.
17.6. Pursuant to Texas Government Code Chapter 2252.001, the City will not award
contract to a Nonresident Bidder unless the Nonresident Bidder's bid is lower than
the lowest bid submitted by a responsible Texas Bidder by the same amount that a
Texas resident bidder would be required to underbid a Nonresident Bidder to obtain a
comparable contract in the state in which the nonresident's principal place of
business is located.
17.7. A contract is not awarded until formal City Council authorization. If the Contract is
to be awarded, City will award the Contract within 90 days after the day of the Bid
opening unless extended in writing. No other act of City or others will constitute
acceptance of a Bid. Upon the contract award, a Notice of Award will be issued by
the City.
17.7.1. The contractor is required to fill out and sign the Certificate of Interested
Parties Form 1295 and the form must be submitted to the Project Manager
before the contract will be presented to the City Council. The form can be
obtained at https://www.ethics.state.tx.us/data/forms/1295/1295.pdf
17.8. Failure or refusal to comply with the requirements may result in rejection of Bid.
CITY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJ. NUM. 105677
Revised/Updated 1/17/24
00 21 13
INSTRUCTIONS TO BIDDERS
Page 10 of 10
18. Signing of Agreement
18.1. When City issues a Notice of Award to the Successful Bidder, it will be accompanied
by the required number of unsigned counterparts of the Project Manual. Within 14
days thereafter, Contractor shall sign and deliver the required number of counterparts
of the Proj ect Manual to City with the required Bonds, Certificates of Insurance, and
all other required documentation.
18.2. City shall thereafter deliver one fully signed counterpart to Contractor.
END OF SECTION
CITY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJ. NUM. 105677
Revised/Updated 1/17/24
003513
CONFLICT OF INTEREST STATEMENT
Page 1 of 1
SECTION 00 35 13
CONFLICT OF INTEREST STATEMENT
Each bidder, offeror or respondent to a City of Fort Worth procurement is required to complete a
Conflict of Interest Questionnaire or certify that one is current and on file with the City Secretary's
Office pursuant to state law.
If a member of the Fort Worth City Council, any one or more of the City Manager or Assistant
City Managers, or an agent of the City who exercise discretion in the planning, recommending,
selecting or contracting with a bidder, offeror or respondent is affiliated with your company, then
a Local Government Officer Conflicts Disclosure Statement (CIS) may be required.
You are urged to consult with counsel regarding the applicability of these forms and Local
Government Code Chapter 176 to your company.
The referenced forms may be downloaded from the links provided below.
Form CIQ (Conflict of Interest Questionnairel (state.tx.us)
httas://www.ethics.state.tx. us/data/form s/confl ict/C I S. pdf
�
❑
❑
❑
❑
❑
BIDDER:
CIQ Form does not apply
CIQ Form is on file with City Secretary
CIQ Form is being provided to the City Secretary
CIS Form does not apply
CIS Form is on File with City Secretary
CIS Form is being provided to the City Secretary
By: Bano �*t�rr
Signature:
Title: ��� ���'
END OF SECTION
CITY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJ. NUM. 105677
Revised February 24, 2020
00 41 00
BID FORM
Page 1 of 3
SECTION 00 41 00
BID FORM
TO: The Purchasing Manager
c/o: The Purchasing Division
200 Texas Street
City of Fort Worth, Texas 76102
FOR: Offiste Sanitary Sewer to serve the Morningstar North Development
City Project No.: 105677
Units/Sections: Unit 1 Sanitary Sewer Improvements
1. Enter Into Agreement
The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City in the form
included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents
for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions
of the Contract Documents.
2. BIDDER Acknowledgements and Certification
2.1. In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and
INSTRUCTIONS TO BIDDERS, including without limitation those dealing with the disposition of Bid Bond.
2.2. Bidder is aware of all costs to provide the required insurance, will do so pending contract award, and will
provide a valid insurance certificate meeting all requirements within 14 days of notification of award.
2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed
individual or entity and is not submitted in conformity with any collusive agreement or rules of any group,
association, organization, or corporation.
2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid.
2.5. Bidder has not solicited or induced any individual or entity to refrain from bidding.
2.6. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract.
For the purposes of this Paragraph:
a. "corrupt practice" means the offering, giving, receiving, or soliciting of any thing of value likely to
influence the action of a public official in the bidding process.
b. "fraudulent practice" means an intentional misrepresentation of facts made (a) to influence the
bidding process to the detriment of City (b) to establish Bid prices at artificial non-competitive
levels, or (c) to deprive City of the benefits of free and open competition.
c. "collusive practice" means a scheme or arrangement between two or more Bidders, with or without
the knowledge of City, a purpose of which is to establish Bid prices at artificial, non-competitive
levels.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS MORNINGSTAR NORTH OFFSITE SEWER
Revised 9/30/2021 CITY PROJ. NUM. 105677
00 41 00
BID FORM
Page 2 of 3
d. "coercive practice" means harming or threatening to harm, directly or indirectly, persons or their
property to influence their participation in the bidding process or affect the execution of the
Contract.
3. Prequalification
The Bidder acknowledges that the following work types must be performed only by prequalified contractors and
subcontractors:
a. Augur Boring - Greater than 24-inch diameter casing and greater
b. CCTV, 42-inches and smaller
c. Sewer Interceptors, Development, 42-inches and smaller
d. -
e. -
f. -
g. -
h. -
4. Time of Completion
4.1. The Work will be complete for Final Acceptance within 195 days after the date when the
the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions.
4.2. Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete
the Work {and/or achievement of Milestones} within the times specified in the Agreement.
5. Attached to this Bid
The following documents are attached to and made a part of this Bid:
a. This Bid Form, Section 00 41 00
b. Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of Paragraph
5.01 of the General Conditions.
c. Proposal Form, Section 00 42 43
d. Vendor Compliance to State Law Non Resident Bidder, Section 00 43 37
e. MWBE Forms (optional at time of bid)
f. Prequalification Statement, Section 00 45 12
g. Conflict of Interest Affidavit, Section 00 35 13
*If necessary, CIQ or CIS forms are to be provided directly to City Secretary
h. Any additional documents that may be required by Section 12 of the Instructions to Bidders
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS MORNINGSTAR NORTH OFFSITE SEWER
Revised 9/30/2021 CITY PROJ. NUM. 105677
00 41 00
BID FORM
Page 3 of 3
6. Total Bid Amount
6.1. Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. In the
space provided below, please enter the total bid amount for this project. Only this figure will be read publicly
by the City at the bid opening.
6.2. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is
subject to verification and/or modification by multiplying the unit bid prices for each pay item by the respective
estimated quantities shown in this proposal and then totaling all of the extended amounts.
6.3.
Total Bid
7. Bid Submittal
This Bid is submitted on
Respectfull � d,
By: ,�
� (Signature)
�'�����, sZ�. ao
�,Iy 31, ao�
aMU Cq'f'C£Tt
(Printed Name)
Title: Pre4�oeM'
Company: �GAO►A �%'��� u'G
Address: 3'J'r� jn�', 5ou�h�ql�t ��`�'��
sa„�,4� �x. �bo92�
State of Incorporation: '�x.
Email: L7rc�6�QE��a'�X.�/►1
Phone: $' � �.. 5p�, �QL�
END OF SECTION
$o.00
by the entity named below.
Receipt is acknowledged of the
following Addenda:
Addendum No. 1:
Addendum No. 2:
Addendum No. 3:
Addendum No. 4:
Corporate Seal:
Initial
�
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS MORNINGSTAR NORTH OFFSITE SEWER
Revised 9/30/2021 CITY PROJ. NUM. 105677
00 42 43
BID PROPOSAL
Page 7 of 7
SECTION 00 42 43
PROPOSALFORM
UNIT PRICE BID
Project Item Information
Unit 1- Sanitary Sewer Improvement�
Bidlist Item
No. Description
1 0171A101 ConstructionStaking
2 0171.0102 As-Built Survey
3 0241.0500 Remove Fence
4 3291.0100 Topsoil
5 3292.0200 Seeding, Broadcast
6 3471.0001 Traffic Control
7 3125.0101 SWPPP > 1 acre
8 3331.4115 8" Sewer Pipe
9 3331.4201 10" Sewer Pipe
10 3331.4205 10" DIP Sewer
11 3331.4208 12" Sewer Pipe
12 3331.4212 12" DIP Sewer
13 3331.4314 21" PVC ASTM F1803 Sewer Pipe
14 3331.4321 24" DIP Sewer
15 3331.4327 24" PVC ASTM F1803 Sewer Pipe
16 3331.4328 24" PVC ASTM F1803 Sewer Pipe, CSS Backfill
17 3331.4336 27" PVC ASTM F1803 Sewer Pipe
18 3331.4337 27" PVC ASTM F1803 Sewer Pipe, CSS Backfill
19 3331.4405 30" DIP Sewer
20 3305.1103 20" Casing By Other Than Open Cut
21 3305.1107 42" Casing By Other Than Open Cut
22 3305.1108 48" Casing By Other Than Open Cut
23 3301.0002 Post-CCTV Inspection
24 3339.1001 4' Manhole
25 9999.0001 4' Manhole with Vent
26 3339.1101 S Manhole
27 9999.0002 S Manhole with Vent
28 3339.1102 5' Drop Manhole
29 3110A102 6"-12" Tree Removal
30 3110.0103 12"-18" Tree Removal
31 3110A104 18"-24" Tree Removal
32 3110.0105 24" and Larger Tree Removal
33 9999.0003 Wager USA 2050 - 200 Series- Inflow Preventer
34 9999.0004 Wager USA 2050 - 450 Series- Inflow Preventer
35 3305.011 2 Concrete Collar for Manhole
36 3305A113 Trench Water Stops
37 3339.1003 4' Extra Depth Manhole
38 3339.1103 5' Extra Depth Manhole
39 3339.0001 Epoxy Manhole Liner
40 3301.0101 Manhole Vacuum Testing
41 3231.0221 Barbed Wire Fence, Wood Posts
42 3305All0 Utility Markers
43 3305.0109 Trench Safety
Specification
Section No.
O1 71 23
017123
02 41 13
32 91 19
32 92 13
34 71 13
31 25 00
333120
33 31 20
33 11 10
33 31 20
33 11 10
33 31 21
33 11 10
33 31 21
33 31 21
33 31 21
33 31 21
33 11 10
33 OS 22
33 OS 22
33 OS 22
33 O1 31
33 39 20
99 99 00
33 39 20
99 99 00
33 39 20
31 10 00
31 10 00
31 10 00
31 10 00
99 99 00
99 99 00
33 OS 17
33 OS 15
33 39 20
33 39 20
33 39 60
33 O1 30
32 31 26
33 OS 26
33 OS 10
Unit of
Measure
LS
LS
LF
CY
SY
MO
LS
LF
LF
LF
LF
LF
LF
LF
LF
LF
LF
LF
LF
LF
LF
LF
LF
EA
EA
EA
EA
EA
EA
EA
EA
EA
EA
EA
EA
EA
VF
VF
VF
EA
LF
LS
LF
Bidder's Application
Bidder's Proposal
Bid
Quantity
1
1
320
5490
49406
12
1
2685
110
174
1498
190
4371
568
5571
20
4065
20
186
365
568
186
19458
25
2
21
10
1
243
23
4
3
5
5
59
2
254
424
1026
59
320
5
18340
Unit Price
$140, 000.00
$13,000.00
$8.00
$15.00
$4.00
$5,500.00
$62,000.00
$102.00
$145.00
$187.00
$138.00
$212.00
$217.00
$373.00
$222.00
$267.00
$332.00
$310.00
$510.00
$795.00
$1,565.00
$1,815.00
$6.00
$7,400.00
$17,000.00
$11,000.00
$22,000.00
$25,000.00
$900.00
$2,220.00
$2,720.00
$3,580.00
$51,000.00
$60,000.00
$600.00
$2,300.00
$430.00
$610.00
$565.00
$325.00
$18.00
$100.00
$3.00
Bid Value
$140, 000.00 �
$13,000.00 �
$2,560.00 �
$82,350.00 �
$197,624.00 �
$66,000.00 �
$62,000.00 �
$273, 870.00 �
$15,950.00 �
$32,538.00 �
$206, 724.00 �
$40,280.00 �
$948, 507.00 �
$211,864.00�
$1,236,762.00 �
$5,340.00 �
$1,349,580.00 �
$6,200.00 �
$94,860.00 �
$290,175.00 �
$888, 920.00 �
$337, 590.00 �
$116, 748.00 �
$185, 000.00 �
$34,000.00 �
$231,000.00�
$220, 000.00 �
$25,000.00 �
$218, 700.00 �
$51,060.00 �
$10,880.00 �
$10,740.00 �
$255, 000.00 �
$300, 000.00 �
$35,400.00 �
$4,600.00 �
$109,220.00 �
$258,640.00 �
$579,690.00 �
$19,175.00 �
$5,760.00 �
$500.00 �
$55,020.00 �
�
Total Bid� $9,228,827.00 �
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised 9/30/2021
END OF SECTION
MORNINGSTAR NORTH OFFSITE SEWER
CITY PROJ. NUM. 105677
00 43 73
BID BOND
Page 1 of 2
SECTION 00 43 13
BID BOND
KNOW ALL BY TkESE PRESENTS:
That we, Acadia Services, LLC , known as
"Bidder" herein and �'CCI Insurance Comnanv a corporate surety
duly authorized to do business in the State of Texas, known as "Surety" herein, are held and firmly bound unto the City
of Fort Worth, a municipal corporation created pursuant io the laws of Texas, known as "Gity' herein, in the penal sum
of five percent (5%) of Bidder's maximum bid price, in lawful money of the United States, to be paid in Fort Worth,
Tarrant County, Texas for the payment of which sum weli and truly to be made, we bind ourselves, our heirs, executors,
administrators, successors and assigns, jointly and severally, firmly by these presents.
WHEREAS, the Principal has submitted a bid or proposal to perform Work for the following project
designated as Bid #105677 Qffiste Sanitary Sewer to serve the Morningstar North Development
NOW, THEREFORE, the condition of this obligation is such that if the City shall award
the Contract for the foregoing project to the Principal, and the Principal shall satisfy all requirements and conditions
required for the execution of the Contract and shall enter into the Contract in writing with the City in accordance with the
terms of such same, then this obligation shali be and become null and void. ff, however, fhe Principal fai(s to execute
such Contract in accordance with the terms of same or fails to satisfy all requirements and conditions required for the
execution of the Contract, this bond shall become the property of the City, without recourse of the Principal and/or
Surety, not to exceed the penalty hereof, and shall be used to compensate City for the difference between Principal's
fotal bid amount and the next selected bidder's total bid amount.
PROVIDED FURTHER, that if any legal action be fled on this Bond, venue shall lie in Tarrant County,
Texas or the United States District Court for the Northern District of Texas, Fort Worth Division.
IN WITNEBS WHEREOF, the Principal and the Surety have SIGNED and SEALED this instrument by
duly authorized agents and officers on this the 3] st day of �U�� , 2025.
ATTEST: /f,� /%
�•--• %�
Witness as to Pn(�cipal
a_--a-�
PRINClPAL:
Acadia Services, LLC
BY: �--'� =��
Sigliature
�RAD �tLE� � Pr'�:frflEillT�
Name and Title
CITY OF FORT WOR7H MORNINGSTAR NORTH OFFSI7E SEWER
STANDARp CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJ. NUM. 105677
Revised 9l30/2021
00 4313
BID BOND
Page 2 of 2
� q �q�, �.'
Witnes s to SGrety It�i,iitlyn Tarango
Attach Power �f Attorney (Surety) for Attorney-in-Fact
Address:
SURETY:
BY:
351 W. Southlake Blvd
Southlake_ TX 76092
FCCI Insurance Companv
�.�� ✓,l`�P/Y
Siynature
;4�pAN': C�`�:
? ',."i�q,�^:��
y1�T 1 �%
Sx'+C].{J { i
''; `.. t93� .:� r
��:: r ,.+"`
BaiLee Islas, Attorney-in-Fact
Name and Title
Address: 6300 Universit� Purk���,i�
Sarasota. FL 34240-8424
Telephone Number: (254) 749-0597
*Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by laws
showing that this person has authority to sign such obligation. If Surety's physical address is different from
its mailing address, both must be provided. The date of the bond shail not be prior to the date the Contract is
awarded.
Ei�D OF SECTION
CITY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWER
STAN�ARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJ. NUM. 105677
Revised 9/30l2021
�-'°'�
FCG I` r�s�lz,`� ,
t,ROI P
Know all men by these presents: That the FCCI Insurance Company, a Corporation organized and existing under
the laws of the State of Florida (the "Corporation") does make, constitute and appoint;
Allen Bale; Chris Brower; Dana Mickey; Dane Bubela; Daniel Cokenour; Ericka Hamman; Nikki Adams; Greg Wilkerson; Jason Nobles;
Jennifer Upton; Margery Hall; Parker Hamilton; Samantha Kato; Eyvoune Cantu; BaiLee Islas; Raul Barberena, Jr.
Each, its true and lawful Attorney-In-Fact, to make, execute, seal and deliver, for and on its behalf as surety, and
as its act and deed in all bonds and undertakings provided that no bond or undertaking or contract of suretyship
executed under this authority shall exceed the sum of (not to exceed $30,000,000.00): $30,000,000.00
This Power of Attorney is made and executed by authority of a Resolution adopted by the Board of Directors. That
resolution also authorized any further action by the officers of the Company necessary to efFect such transaction.
The signatures below and the seal of the Corporation may be affiixed by facsimile, and any such facsimile
signatures or facsimile seal shall be binding upon the Corporation when so affixed and in the future with regard to any
bond, undertaking or contract of surety to which it is attached.
In witness whereof, the FCCI Insurance Company has caused these presents to be signed by its duly authorized
officers and its corporate Seal to be hereunto affixed, this 23rd day of July , 2020 .
Attest: C��/'``u�- oCJ. �-l/Q.�.�JL_ __- :`�;a°�pA,�� r°y4.' ��.� 1�~-
Christina D. Welch, President :LL: S�A� '';'�`. Christopher Shoucair,
FCCI Insurance Company , r„ EVP, CFO, Treasurer, Secretary
'�<oRtioP.:' ;' FCCI Insurance Company
State of Florida ""'
County of Sarasota
GENERAL POWER OF ATTORNEY
Before me this day personally appeared Christina D. Welch, who is personally known to me and who executed
the foregoing document for the purposes expressed therein.
My commission expires: 2/27/2027
�,".:•:'�. aeoors�ww
• • comml.+IoniHF+s266a6
�aM1dd° O�Ywf�bn�e7Z7.9ffi7
�--.
'�._�i�•� �, �;
Notary Public
State of Florida
Counry of Sarasota
Before me this day personally appeared Christopher Shoucair, who is personally known to me and who executed
the foregoing document for the purposes expressed therein.
�'.'•.'.:'.�. �cc�rsNow
My commission expires: 2/27/2027 .�. ����
�ijaM1d�' E�Fed+wY27.4027
CERTIFICATE
�, �� � s�;,
Notary Public
I, the undersigned Secretary of FCCI Insurance Company, a Florida Corporation, DO HEREBY CERTIFY that the
foregoing Power of Attorney remains in full force and has not been revoked; and furthermore that the February 27, 2020
Resolution of the Board of Directors, referenced in said Power of Attorney, is now in force.
�'':�����E'' Dated this 31 st day of July , 2025
f T ��'�'' �/�.�.� �t7�-^
�9� Christopher Shoucair, EVP, CFO, Treasurer, Secretary
,,; .. FCCI Insurance Company
1-IONA-3592-NA-04, 712021
IMPORTANT NOTlCE
To obtain information or make a complaint:
You may call FGCI Insurance Group's (FCCI)* toll-free telephone number for information or to make a complaint
at 1-800-226-3224.
You may also write to FCCI Insurance Group Compiiance Department e-mail at StateComplaints(a�fcci-Qroup.com.
For Claims, you may write to FCCI Insurance Group Claim Department e-mail at newclaimCcr�fcci-qroup.com.
You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or
complaints at 1-800-252-3439.
You may write the Texas Department of Insurance:
PO Box 149104
Austin TX 78714-9104
Fax: 1-512-490-1007
Web: http://www.tdi.texas,aov
E-mail: ConsumerProtections a(�,tdi.texas.qov
PREMIUM OR CLAIM DISPUTES
Should you have a dispute concerning your premium or about a claim you should contact FCCI first. If the
dispute is not resolved, you may contact the Texas Department of Insurance.
ATTACH THIS NOTICE TO YOUR BOND
This notice is for information only and does not become a part or condition of the attached documents.
*The FCCI Insurance Group includes the following insurance carriers: Briefield Insurance Company, FCCI Advantage
Insurance Company, FCCI Commercial Insurance Company, FCCI Insurance Company, Monroe Guaranty Insurance
Company, and National Trust Insurance Company.
1-BD-TX-21690-NTP-07 15 Page 1 of 1
Copyright 2015 FCCI Insurance Group.
00 43 37
VENDOR COMPLIANCE TO STATE LAW
Page 1 of 1
SECTION 00 43 37
VENDOR COMPLIANCE TO STATE LAW NON RESIDENT BIDDER
Texas Government Code Chapter 2252 was adopted for the award of contracts to nonresident bidders. This law
provides that, in order to be awarded a contract as low bidder, nonresident bidders (out-of-state contractors
whose corporate offices or principal place of business are outside the State of Texas) bid projects for construction,
improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the
same amount that a Texas resident bidder would be required to underbid a nonresident bidder in order to obtain a
comparable contract in the State which the nonresidenYs principal place of business is located.
The appropriate blanks in Section A must be filled out by all nonresident bidders in order for your bid to meet
specifications. The failure of nonresident bidders to do so will automatically disqualify that bidder. Resident bidders
must check the box in Section B.
A. Nonresident bidders in the State of , our principal place of business,
are required to be percent lower than resident bidders by State Law. A copy of the
statute is attached.
Nonresident bidders in the State of , our principal place of business,
are not required to underbid resident bidders.
�
BIDDER:
The principal place of busines o our company or our parent company or majority owner is
in the State of Texas.
By: g�LA9 (;��'�-�i 'j
(Signature)
Title: �C'ej�p��J�
Date: I ' � 1 ' �p�.J
ENU ON SEC'f[ON
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS MORININGSTAR NORTH OFFSITE SEWER
Revised 9/30/2021 CITY PROJ. NUM. 105677
004511-1
BIDDERS PREQUALIFICATIONS
Page 1 of 4
1 SECTION 00 45 11
2 BIDDERS PREQUALIFICATIONS
4 1. Summary. A Bidder or their designated subcontractors are required to be prequalified or
5 have applied for prequalification by the City for the work types requiring prequalification
6 prior to submitting bids. To be considered for award of contract the Bidder must submit
7 Section 00 45 12, PREQUALIFICATION STATEMENT for the wark type(s) listed with their
8 Bid. Any contractor or subcontractor who is not prequalified for the work type(s) listed must
9 submit Section 00 45 13, PREQUALIFICATION APPLICATION in accordance with the
10 requirements below. The information must be submitted seven (7) days prior to the date
11 of the opening of bids. Subcontractors must follow the same timelines as contractors for
12 obtaining prequalification review. Bidders or Subcontractors who are not prequalified at the
13 time bids are opened and reviewed may cause the bid to be rejected.
14
15
16 The prequalification process will establish a bid limit based on a technical evaluation and
17 financial analysis of the contractor. For example, a contractor wishing to submit bids on
18 proj ects to be opened on the 7th of April must file the information by the 31 st day of March
19 in order to eligible to work on these projects. In order to facilitate the approval of a Bidder's
20 Prequalification Application, the following must accompany the submission.
21 a. A complete set of audited or reviewed financial statements.
22 (1) Classified Balance Sheet
23 (2) Income Statement
24 (3) Statement of Cash Flows
25 (4) Statement of Retained Earnings
26 (5) Notes to the Financial Statements, if any
27 b. A certified copy of the firm's organizational documents (Corporate Charter, Articles
28 of Incorporation, Articles of Organization, Certificate of Formation, LLC
29 Regulations, and Certificate of Limited Partnership Agreement).
30 c. A completed Bidder Prequalification Application.
31 (1) The firm's Texas Taxpayer ldentification Number as issued by the Texas
32 Comptroller of Public Accounts. To obtain a Texas Taxpayer
33 Identification number visit the Texas Comptroller of Public Accounts
34 online at the following web address www.window.state.tx.us/taxpermit/
35
36
37
38
39
40
41
42
43
44
45
46
47
and fill out the application to apply for your Texas tax ID.
(2) The firm's e-mail address and fax number.
�
e.
(3) The firm's DiTNS number as issued by Dun & Bradstreet. This number
is used by the City for required reporting on Federal Aid projects. The
DLTNS number may be obtained at www.dnb.com.
Resumes reflecting the construction experience of the principles of the firm for firms
submitting their initial prequalification. These resumes should include the size and
scope of the work performed.
Other information as requested by the City.
2. Prequalification Requirements
a. Financial Statements. Financial statement submission must be provided in
accordance with the following:
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised August 13, 2021
MORNINGSTAR NORTH OFFSITE SEWER
CITY PROJ. NUM. 105677
00 45 11 - 2
BIDDERS PREQUALIFICATIONS
Page 2 of 4
48
49
50
51
52
53
54
55
56
57
58
59
60
61
62
63
64
65
66
67
68
69
70
71
72
73
74
75
76
77
78
79
80
81
82
83
84
85
86
87
88
89
90
91
92
93
94
�
(1) The City requires that the original Financial Statement or a certified copy
be submitted for consideration.
(2) To be satisfactory, the financial statements must be audited or reviewed
by an independent, certified public accounting firm registered and in
good standing in any state. Current Texas statues also require that
accounting firms performing audits or reviews on business entities within
the State of Texas be properly licensed or registered with the Texas State
Board of Public Accountancy.
(3) The accounting firm should state in the audit report or review whether
the contractor is an individual, corporation, or limited liability company.
(4) Financial Statements must be presented in U.S. dollars at the current rate
of exchange of the Balance Sheet date.
(5) The City will not recognize any certified public accountant as
independent who is not, in fact, independent.
(6) The accountant's opinion on the financial statements of the contracting
company should state that the audit or review has been conducted in
accordance with auditing standards generally accepted in the United
States of America. This must be stated in the accounting firm's opinion.
It should: (1) express an unqualified opinion, or (2) express a qualified
opinion on the statements taken as a whole.
(7) The City reserves the right to require a new statement at any time.
(8) The financial statement must be prepared as of the last day of any month,
not more than one year old and must be on file with the City 16 months
thereafter, in accordance with Paragraph 1.
(9) The City will determine a contractor's bidding capacity for the purposes
of awarding contracts. Bidding capacity is determined by multiplying the
positive net working capital (working capital= current assets — current
liabilities) by a factor of 10. Only those statements reflecting a positive
net working capital position will be considered satisfactory for
prequalification purposes.
(10) In the case that a bidding date falls within the time a new financial
statement is being prepared, the previous statement shall be updated with
proper verification.
Bidder Prequalification Application. A Bidder Prequalification Application must be
submitted along with audited or reviewed financial statements by firms wishing to be
eligible to bid on all classes of construction and maintenance projects. Incomplete
Applications will be rejected.
(1) In those schedules where there is nothing to report, the notation of
"None" or "N/A" should be inserted.
(2) A minimum of five (5) references of related work must be provided.
(3) Submission of an equipment schedule which indicates equipment under
the control of the Contractor and which is related to the type of work for
which the Contactor is seeking prequalification. The schedule must
include the manufacturer, model and general common description of each
piece of equipment. Abbreviations or means of describing equipment
other than provided above will not be accepted.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUM NTS
Revised August 13, 2021
M RNINGSTAR NORTH OFFSITE SEWER
CITY PROJ. NUM 105677
00 45 11 - 3
BIDDERS PREQUALIFICATIONS
Page 3 of 4
95 3. Eligibility for Award of Contract
96 a. The City shall be the sole judge as to a contractor's prequalification.
97 b. The City may reject, suspend, or modify any prequalification for failure by the
98 contractor to demonstrate acceptable financial ability or performance.
99 c. The City will issue a letter as to the status of the prequalification approval.
CITY OF FORT WORTH M RNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUM NTS CITY PROJ. NUM 105677
Revised August 13, 2021
00 45 11 - 4
BIDDERS PREQUALIFICATIONS
Page 4 of 4
1 d. If a contractor has a valid prequaliiication letter, the contractor will be eligible to 2 perform the
prequalified work types until the expiration date stated in the letter.
3
8 END OF SECTION
CITY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJ. NUM. 105677
Revised August 13, 2021
00 45 12 - 1
PR�QUALIFICATION STATEMENT
Page 1 of 1
1
2
3
4
5
(
7
8
9
10
11
12
13
14
15
16
17
��
19
20
21
22
23
24
25
26
27
SECTION 00 45 12
PREQUALIFICATION STATEMENT
Each Bidder for a City procurement is required to complete the i��foi-mation below by
identifying the prequalified contractois ancl/or subcontractors whom they intend to utilize for the
major work type(s) listed.
Major Work
Type
Augur Boring -
Greater than 24-
incl� diameter
casing and
greater
CCTV, 42-
inchcsand
smaller
Sewer
Interceptors,
Development,
42-inches and
smaller
Contractor/Subcontractor Company Name
C;aC�e �l
� i
�
�CFtfliA Jr��iCc°�5 11,�-
Prcqualification
Expiration Date
4/30/26
"ll ����
��, �. a�, aoa.�
The undersigned l�ereby certifies that the contractois and/or subcontractors described in
the table above are cun-ently prec��ialified for tlie work types listed.
BiDDER:
/�tDiA �vicP_,5 L[�.
Company
�5J W. ���, f�, �I�I •
Address
���i,,,l�c.�- I� �l(pC�2
City/State/Zip
By: ���n C��T-�
(Please Print)
Signature: ��
,
Title: T���I��/v'�
(Please Print)
o�r�: � - 31- ���5
ENU OF SECTION
crr�� or Eo�t�r ���olt�rn
STANUAKD CONSI7ZUC7�ION SPLCIFICA"IION DOCUMB\7�S
Rc��iscd Scptcmbcr 30, 2021
nio�z���c�s�r��z Nolz�ru or-r�srre s��a�Lx
C['1'Y PROJ. NUNI. 1O5G77
F�RT ��RTHo
Date of Balance Sheet
Name under which you wish to qualify
Post Office Box
Street Address (required)
( 1
Telephone
SECTION 00 45 13
PREQUALIFICATION APPLICATION
Mark only one:
Individual
Limited Partnership
General Partnership
Corporation
Limited Liability Company
City
State
Zip Code
City
State
Email
( 1
Fax
Texas Taxpayer ldentification No.
Federal Employers Identification No.
DUNS No. (if applicable)
Zip Code
Email/mail this questionnaire along with financial statements to the appropriate group below. A separate
submittal is required for water/sewer, paving, and lighting:
Wark Category— Water Dept - Water/sewer Work Category — TPW Paving Work Category — TPW Ped/Rdwy Lighting
john.kasavich@FortWorthTexas.gov TPW Prequalification@fortworthtexas.gov clint.hoover@forlworthtexas.gov
Fort Worth Water Department Engineering and City of Fort Worth Transportation and Public City of Fort Worth TPW Transportation
Fiscal Services Division 200 Texas St. Fort Works Dept. 3741 SW Loop 820, Fort Worth, Management Attn: Clint Hoover, P.E. 5001
Worth, TX 76102 TX 76133 Attn: Alicia Garcia James Ave. Fort Worth, TX 76115
*Financial Statements must be mailed. Mark the envelope: `Bidder Prequalification Application"
00 45 13 - 2
BIDDER PREQUALIFICATION APPLICATION
Page 2 of8
BUSINESS CLASSIFICATION
The following should be completed in order that we may properly classify your firm:
(Check the block(s) which are applicable — Block 3 is to be left blank if Block 1 and/or Block 2 is
checked)
� Has fewer than 100 employees
and/or
� Has less than $6,000,000.00 in annual gross receipts
OR
� Does not meet the criteria for being designated a small business as provided in Section
2006.001 of the Texas Government Code.
The classification of your firm as a small or large business is not a factor in determining eligibility to
become prequalified.
Select major work categories for which you would like to be prequalified (City may deem you are not
qualified for selected category or may approve you at a lesser size/length and maximum size may
not be listed specifically under a major work category):
MAJOR WORK CATEGORIES
Water Department
� Augur Boring - 24-inch diameter casing and less
Augur Boring - Greater than 24-inch diameter casing and greater
Tunneling — 36-Inches — 60 —inches, and 350 LF or less
Tunneling - 36-Inches — 60 —inches, and greater than 350 LF
Tunneling — 66" and greater, 350 LF and greater
Tunneling — 66" and greater, 350 LF or Less
Cathodic Protection
Water Distribution, Development, 8-inch diameter and smaller
Water Distribution, Urban and Renewal, 8-inch diameter and smaller
Water Distribution, Development, 12-inch diameter and smaller
Water Distribution, Urban and Renewal, 12-inch diameter and smaller
Water Transmission, Development, 24-inches and smaller
Water Transmission, Urban/Renewal, 24-inches and smaller
Water Transmission, Development, 42-inches and smaller
Water Transmission, Urban/Renewal, 42-inches and smaller
Water Transmission, Development, All Sizes
Water Transmission, Urban/Renewal, All Sizes
Sewer Bypass Pumping, 18-inches and smaller
Sewer Bypass Pumping, 18-inches — 36-inches
Sewer Bypass Pumping 42-inches and larger
CCTV, 8-inches and smaller
CCTV, 12-inches and smaller
CCTV, 18-inches and smaller
CCTV, 24-inches and smaller
CITY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJ. NUM. 105677
Revised August 13, 2021
00 45 13 - 3
BIDDER PREQUALIFICATION APPLICATION
Page 3 of8
MAJOR WORK CATEGORIES, CONTINUED
� CCTV, 42-inches and smaller
CCTV, 48-inches and smaller
Sewer CIPP, 12-inches and smaller
Sewer CIPP, 24-inches and smaller
Sewer CIPP, 42-inches and smaller
Sewer CIPP, All Sizes
Sewer Collection System, Development, 8-inches and smaller
Sewer Collection System, Urban/Renewal, 8-inches and smaller
Sewer Collection System, Development, 12-inches and smaller
Sewer Collection System, Urban/Renewal, 12-inches and smaller
Sewer Interceptors, Development, 24-inches and smaller
Sewer Interceptors, Urban/Renewal, 24-inches and smaller
Sewer Interceptors, Development, 42-inches and smaller
Sewer Interceptors, Urban/Renewal, 42-inches and smaller
Sewer Interceptors, Development, 48-inches and smaller
Sewer Interceptors, Urban/Renewal, 48-inches and smaller
Sewer Pipe Enlargement 12-inches and smaller
Sewer Pipe Enlargement 24-inches and smaller
Sewer Pipe Enlargement, All Sizes
Sewer Cleaning , 24-inches and smaller
Sewer Cleaning , 42-inches and smaller
Sewer Cleaning , All Sizes
Sewer Cleaning, 8-inches and smaller
Sewer Cleaning, 12-inches and smaller
Sewer Siphons 12-inches or less
Sewer Siphons 24-inches or less
Sewer Siphons 42-inches or less
Sewer Siphons All Sizes
Transportation Public Works
Asphalt Paving Construction/Reconstruction (LESS THAN 15,000 square yards)
Asphalt Paving Construction/Reconstruction (15,000 square yards and GREATER)
Asphalt Paving Heavy Maintenance (UNDER $1,000,000)
Asphalt Paving Heavy Maintenance ($1,000,000 and OVER)
Concrete Paving Construction/Reconstruction (LESS THAN 15,000 square yards)*
Concrete Paving Construction/Reconstruction (15,000 square yards and GREATER)*
Roadway and Pedestrian Lighting
NOTE *There is not a prequalification requirement for installation of concrete sidewalk, curb &
gutter, driveways, and panel replacement, only on concrete street / ROW paving
CITY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJ. NUM. 105677
Revised August 13, 2021
00 45 13 - 4
BIDDER PREQUALIFICATION APPLICATION
Page 4 of8
1. List equipment you do not own but which is available by renting
I DESCRIPTION OF EQUIPMENT NAME AND DETAILED ADDRESS OF OWNER
2. How many years has your organization been in business as a general contractor under your present
name?
List previous business names:
3. How many years of experience in construction work has your organization
had:
(a) As a General Contractor: (b) As a Sub-Contractor:
4. * What proj ects has your organization completed in Texas and elsewhere?
CLASS LOCATION NAME AND DETAILED
CONTRACT OF DATE CITY-COUNTY- ADDRESS OF OFFICIAL TO
AMOUNT WORK COMPLETED STATE WHOM YOU REFER
*If requalifying only show work performed since last statement.
5. Have you ever failed to complete any work awarded to you?
If so, where and why?
6. Has any officer or owner of your organization ever been an officer of another organization that failed to
complete a contract?
If so, state the name of the individual, other organization and reason.
7. Has any officer or owner of your organization ever failed to complete a contract executed in his/her
name?
If so, state the name of the individual, name of owner and reason.
CITY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJ. NUM. 105677
Revised August 13, 2021
00 45 13 - 5
BIDDER PREQUALIFICATION APPLICATION
Page 5 of8
8. In what other lines of business are you financially interested?
9. Have you ever performed any work for the City?
If so, when and to whom do you refer?
10. State names and detailed addresses of all producers from whom you have purchased principal
materials during the last three years.
NAME OF FIRM OR COMPANY
DETAILED ADDRESS
ll. Give the names of any affiliates or relatives currently debarred by the City. Indicate your relationship
to this person or firm.
12. What is the construction experience of the principal individuals in your organization?
PRESENT MAGNITUDE
POSITION OR YEARS OF AND TYPE OF IN WHAT
NAME OFFICE EXPERIENCE WORK CAPACITY
13. If any owner, officer, director, or stockholder of your firm is an employee of the City, or shares the
same household with a City employee, please list the name of the Ciry employee and the relationship. In
addition, list any City employee who is the spouse, child, or parent of an owner, officer, stockholder, or
director who does not live in the same household but who receives care and assistance from that person as
a direct result of a documented medical condition. This includes foster children or those related by
adoption or marriage.
CITY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJ. NUM. 105677
Revised August 13, 2021
00 45 13 - 6
BIDDER PREQUALIFICATION APPLICATION
Page 6 of8
CORPORATION BLOCK
If a corporation:
Date of Incorporation
Charter/File No.
President
PARTNERSHIP BLOCK
If a partnership:
State of Organization
Date of organization
Is partnership general, limited, or registered limited
liability partnership?
Vice Presidents
Secretary
Treasurer
LIMITED LIABILITY COMPANY BLOCK
If a corporation:
State of Incorporation
Date of organization
File No.
Officers or Managers (with titles, if any)
File No. (if Limited
Partnership)
General Partners/Officers
Limited Partners (if applicable)
Individuals authorized to sign for Partnership
Eaccept for limited partners, the individuals listed in the blocks above are presumed to have full
signature authority for your firm unless otherwise advised. Should you wish to grant signature
authority for additional individuals, please attach a certified copy of the corporate resolution,
corporate minutes, partnership agreement, power of attorney or other legal documentation which
grants this authority.
CITY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJ. NUM. 105677
Revised August 13, 2021
00 45 13 - 7
BIDDER PREQUALIFICATION APPLICATION
Page 7 of8
14. Equipment
�
TOTAL
Similar types of equipment may be lumped together. If your firm has more than 30 types of equipment,
you may show these 30 types and show the remainder as "various". The City, by allowing you to show
only 30 types of equipment, reserves the right to request a complete, detailed list of all your equipment.
The equipment list is a representation of equipment under the control of the iirm and which is related to
the type of work for which the firm is seeking qualification. In the description include, the manufacturer,
model, and general common description of each.
ITEM QUANTITY
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
ITEM DESCRIPTION
BALANCESHEET
VALUE
Various-
TOTAL
CITY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJ. NUM. 105677
Revised August 13, 2021
00 45 13 - 8
BIDDER PREQUALIFICATION APPLICATION
Page 8 of8
BIDDER PREQUALIFICATION AFFIDAVIT
STATE OF
COUNTY OF
The undersigned hereby declares that the foregoing is a true statement of the financial condition of the
entity herein first named, as of the date herein first given; that this statement is for the express purpose of
inducing the party to whom it is submitted to award the submitter a contract; and that the accountant who
prepared the balance sheet accompanying this report as well as any depository, vendor or any other
agency herein named is hereby authorized to supply each party with any information, while this statement
is in force, necessary to verify said statement.
, being duly sworn, deposes and says that
he/she is the of , the entity
described in and which executed the foregoing statement that he/she is familiar with the books of the said
entity showing its financial condition; that the foregoing financial statement taken from the books of the
said entity as of the date thereof and that the answers to the questions of the foregoing Bidder
Prequalification Application are correct and true as of the date of this affidavit.
Firm Name:
Signature:
Sworn to before me this
day of
Notary Public
Notary Public must not be an officer, director, or stockholder or relative thereof.
CITY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJ. NUM. 105677
Revised August 13, 2021
004526-1
CON"I'RAC"1'OR COMPI,IANCI; WI'I'I I WOIZICEiR'S COMPENSA"I'ION LAW
Pagc 1 oC 1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
»
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
SECTION 00 45 26
CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW
Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it
provides worker's compensation insurance coverage far all of its employees employed on City
Project No. 105677. Contractor fiirther certifies that, pl►rsuant to Texas Labor Code, Section
406.096(b), as amended, it will provide to City its subcontractor's certificates of compliance witl�
�vorker's compensation coverage.
CONTRACTOR:
��QiA c��i C.�I �,��
Company
��J ) I� . Sou.�,l mce. � 1 �c�.
Address
50� IR���l�9�
City/State/Zip
THE STATE OF TEXAS
COUNTY OF TARRANT
:
Signature:
T�tle
0
�
�Pa.����a�
(Please Print)
BEFORE ME, the undersigned authority, oi� this day perso�lally appeared
i�jY2'.lC� �a�i�.�-�- , kno�vn to me to be the pecson whose naine is
subscribed to the foregoing instru�nent, and acknowledged to n�e that he/she executed the same as
tl�e act and deed of �( �j�C� ( Gl So ��/I (D. �� t—� for the purposes and
considei•ation therein expressed and in the capacity therein stated.
GIVEN UNDER MY HAND AND SEAL OF OFFICE this �\ day of
c �1_��L� , 20L5
,Y. ..�-.�,.:c..�>..�.�- � -
,��/��_RYM�� Josie Sanchez Q �
{ % �` My Commission Expires ��
�`;;'�� �� � ,is��2oz� N ry P�iblic �� i1d for tl�e Sta of Texas
��� �`�^>f � ��� Notary ID134385976 �
<`� s�j.
.,>•�: �::���•������--�-
END OF SECTION
CI'I�Y UP PUR'I' IVOR'I�11
S"I�nNI)t1RU CONS'I�RUC"I�ION SPI:CII�1Cl�'I�ION DOCUNII�:N"I�S
Rcviscd July I, 201 1
�RaD �Tc.E��
lease P int)
MORNINGS'fAR NOIt'I�II OI�I�SI'fl? SI?WI:IZ
C(�fY PROJ. NUM. 105677
00 45 40 - 1
Business Equity Goal
Page 1 of 2
1 SECTION 00 45 40
2 Business Equity Goal
4 APPLICATION OF POLICY
5 If the total dollar value of the contract is $100,000 or more, then a Business Equity goal is applicable.
6 A Business Equity Firm refers to certified Minority-, and/or Women-, owned Business Enterprises
7 (M/WBEs).
8
9 POLICY STATEMENT
10 It is the policy of the City of Fort Worth to ensure the full and equitable participation of Business Equity
11 Firms when applicable, in the procurement of all goods and services. All requirements and regulations
12 stated in the City's Business Equity Ordinance No.25165-10-2021, (replacing Ordinance No. 24534-11-
13 2020 (codified at: https://codelibrarv.amle�al.com/codes/ftworth/latest/ftworth tx/0-0-0-22593) apply to
14 this bid.
15
16 BUSINESS EOUITY PROJECT GOAL
17 The City's Business Equity goal on this project is 6.78% of the total bid value of the contract (Base bid
18 applies to Parks and Community SeYvices).
19
20 METHODS TO COMPLY WITH THE GOAL
21 On City contracts where a Business Equity Goal is applied, offerors are required to comply with the City's
22 Business Equity Ordinance by meeting or exceeding the above stated goal or otherwise comply with the
23 ordinance through one of the following methods: 1. Commercially useful services performed by a
24 Business Equity prime contractor, 2. Business Equity subcontracting participation, 3. Combination
25 of Business Equity prime services and Business Equity subcontracting participation, 4. Business
26 Equity Joint Venture/Mentor-Protege participation, 5. Good Faith Effort documentation, or 6. Prime
27 contractor Waiver documentation.
28
29 SUBMITTAL OF REQUIRED DOCUMENTATION
30 Applicable documents (listed below) must be submitted electronically with the other required bidding
31 documents at the time of the bid under the respective Project via the Procurement Portal:
32 https://fortworthtexas.bonfirehub.com/portal/?tab—openOpportunities
33 OR received no later than 2:00 p.m., on the third City business day after the bid opening date,
34 exclusive of the bid opening date with the respective Project via the Procurement Portal by
35 responding to the message sent within Bon£re to all the bidders. It is highly encouraged that bidders
36 submit required documentation at the time of bid submission.
37
38 The Offeror must submit one or more of the following documents:
39 1. Utilization Form and Letter(s) of Intent, if the goal is met or exceeded;
40 2. Letter of Intent, for all M/WBE Subcontractors;
41 3. Good Faith Effort Form and Utilization Form, including supporting documentation, if
42 participation is less than stated goal, or no Business Equity participation is accomplished;
43 4. Prime Contractor Waiver Form, including supporting documentation, if the Offeror will perform
44 all subcontracting/supplier opportunities; or
45 5. Joint Venture/Mentor-Protege Form, if goal is met or exceeded with a Joint Venture or Mentor-
46 Protege participation.
47
48 These forms can be accessed at:
CITY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJ. NUM. 105677
Revised June 7, 2024
00 45 40 - 2
Business Equity Goal
Page 2 of 2
1 Business Equity Utilization Form and Letter of Intent
2 https://apps.fortworthtexas.�ov/ProiectResources/ResourcesP/60 - MWBE/Business Equitv Utilization
3 Form DVIN 2022 220324.pdf
4
5 Letter of Intent
6 https://apps.fortworthtexas.�ov/ProiectResources/ResourcesP/60 - MWBE/Letter of Intent DVIN
7 2021.pdf
8
9 Business Equity Good Faith Effort Form
10 https://anns.fortworthtexas.�ov/ProiectResources/ResourcesP/60 - MWBE/Good Faith Effort
11 Form DVIN 2022.pdf
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
Business Equity Prime Contractar Waiver Form
https://anns.fortworthtexas.�ov/ProiectResources/ResourcesP/60 - MWBE/MWBE Prime Contractor
Waiver-220313.pdf
Business Equity Joint Venture Form
httns://apps.fortworthtexas.�ov/ProiectResources/ResourcesP/60 - MWBE/MWBE Joint
Venture 220225.pdf
FAILURE TO ACHIEVE THE GOAL OR OTHERWISE COMPLY WITH THE ORDINANCE WILL
RESULT IN THE BIDDER/OFFEROR BEING DECLARED NON-RESPONSIVE AND THE BID
REJECTED.
FAILURE TO SUBMIT THE REOUIRED BUSINESS EOUITY DOCUMENTATION OR OTHERWISE
COMPLY WITH THE ORDINANCE WILL RESULT IN THE BID BEING DECLARED NON-
RESPONSIVE, THE BID REJECTED AND MAY SUBJECT THE BIDDER/OFFEROR TO SANCTIONS
AS DESCRIBED IN SEC. 20-373 OF THE ORDINANCE.
For Questions, Please Contact the Business Equity Division of the Access and Opportunity Services
Department at (81'� 392-2674.
END OF SECTION
CITY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJ. NUM. 105677
Revised June 7, 2024
005243-1
Deve[oper Awarded Project Agreement
Page 1 of4
SECTION 00 52 43
AG EEMEN%T
TI�IS AGREEIVIENT, authorized on za- �, is made by and between the Developer,
(FG Aledo Development, LLC on behalf o the Morningstar MUD), authorized to do business in
Texas ("Developer"), and Acadia Services LLC, authorized to do business in Texas, acting by and
through its duly authorized representative, ("Contractor"). Developer and Contractor rnay jointly
be referred to as I=arties.
Developer and Caitractor, in consideration of the mutual covenants hereinafter set forth, agree as
follows:
Article 1. WORI�
Contractor shall complete all Work as specified or indicated in the Contract Documents for the
Project identified herein.
Article 2. PROJL�CT
The project for wl ich the Work under the Contract Documents may be the whole or only a part is
generally describe�i as follows:
OFFSITE SANIT�RY SEWER TO SERVE THE MORNINGSTAR NORTH DF,VELOPMENT
CITY PROJECT # 105677 (Momin�star North Offsite Sewerl
Article 3. CONT�ACT PRICE
Developer agrees to pay Contractor for performance of the Work in accordance with the Contract
Documents an amc�unt, in current fiinds, of Nine Million Two Hundred Twentv Ei�ht Thousand
Ei�ht Hundred Tw�ntv Seven and 0/100 Dollars ($9,228,827.001. Contract price may be adjusted
by change orders �zly authorized by the Parties.
Article 4. CON'�12ACT TIME
4.1 Final Accept►�nce.
The Work st�all be complete for Final Acceptance within 195 working days after the date
when the Contract Time commences to run; as provided in Paragraph 2.02 of the General
Conditions, � lus any extension thereof allowed in accordance with Article 12 of the General
Conditions.
4.2 Liquidated Damages
Contractor recognizes that tirrae is af�the esse�zce for completion of Milestones, if any, and
to achieve Final Acceptance of the Work and Developer and the public will suffer from
loss of use �the Work is not completed within the time(s) specified in Paragraph 4.1 above.
The Contractor also recognizes the delays, expense and difficulties involved in proving in
a legal proaeeding, the actual loss suffered by the Developer if the Work is not completed
on time. t�ccordingly, instead of requiring any such proof, Contractor agrees that as
liquidated �amages for delay (but not as a penalty), Contractor shall pay Developer Five-
Thousand Dollars (�5.000.00) for each day that expires after the time specified in
Paragrapb �.1 for Final Acceptance until the City of Fart Worth ("City") issues the Final
Letter of A ;ceptance.
CITY OF FORT WORTH MORNINGSTARNORTA OFFSITE SEWER
STANDARD CONSTRUQION SPECIFICATION DOCUMENTS CITY PROJ. NUM. 105677
Revised March 3, 2024
00 52 43 - 2
Developer Awarded Project Agreement
Page 2 of 4
Article 5. CON:i RA,CT DOCUMENT5
5.1 CONTEN�'S:
A.The Cor.tract Documents which comprise the entire agreement between Developer and
Contract�r concerning the Work consist of the following:
1. Th�s Agreement.
2. At�chments to this Agreement:
a. Bid Form
1) Proposal Form
2) Vendor Compliance to State Law Non-Resident Bidder
3) Prequalification Statement
n��.,�o ..a ��,a� .,, a„ .,*� �„ ,.t r ;�:��
b. Current Prevailing Wage Rate Table
a Insurance Certification Form (ACORD or equivalent)
d. Payment Bond
e. Performance Bond
£ Maintenance Bond
g. Power of Attorney for the Bonds
h. Worker's Compensation Affidavit
i. MBE and/or SBE UtiLization Forn�
3. Ge�ieral Conditions.
4. Su�pleinentaiy Conditions.
5. Spe.cifications specifically made a part of the Contract Documents by attachment or,
if n�t attached, as incorporated by reference and described in the Table of Contents
of the Project's Contract Documents.
6. Drcwings.
7. Adlenda.
8. Do�umentation submitted by Contractor priar to Notice of Award.
9. The following which may be delivered or issued after the Effective Date of the
Agteement and, if issued, become an incorparated part of the Contract Documents:
a. 'Jotice to Proceed.
b. :�ield Ordets.
c. Lhange Orders.
d. Letter of Final Acceptance.
Article 6. INDEMNIFICATION
6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own
expense, the city, its officers, servants and employees, from and against any and all
claims aris�g out of, or alleged to arise out of, the work and services to be performed
by the contiractor, its afficers, agents, employees, subcontractars, licenses or invitees
under this �.ontract. This indemnification arovision is sneci6callv intended to operate
and be effective even if it is alleged or proven that all or some of the dama�es bein�
sou�ht wer�; caused, in whole or in nart. bv anv act, omission or negligence of the cit�.
This indem nity provision is intended to include, without limitation, indemnity for costs,
expenses and legal fees incurred by the city in defending against such claims and causes
of actions.
CITY OF FORT �VORT d MORNI�IGSTAR NORTH UFFSITE SEWER
STANDARD CONSTRUCTION SPEC[F[CATION DOCUMENTS CITY PROJ. NU�I. 105677
Rcvised March 3, 2024
OQ 52 43 - 3
lleveloper Awarded Project Agreement
Page 3 of 4
6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense,
the city, its officers, servants and employees, from and against any and all loss, damage
or destruction of property of the city, arising out of, or alleged to arise out of, the work
and services to be performed by the contractor, its afficers, agents, employees,
subcontractors, licensees or invitees under this contract. This indemnification Urovision
is snecificallv intended to operate and be effective even if it is alle�ed or proven that all
or some of the damates bein� sought were caused, in whole or in nart. bv anv act,
omission or �e�ligence of the city.
Article 7. MISCELLANEOUS
7.1 Terms.
Terms used � this Agreement which are defined in Article 1 of the General Conditions will
have the me�.nings indicated in the General Conditions.
7.2 Assignment hf Contract.
This Agreenient, including all of the Contract Documents may not be assigned by the
Contractor v�ithout the advanced express written consent of the Developer.
7.3 Successors ai d Assigns.
Developer a d Contractor each binds itself, its partners, successors, assigns and legal
representativ�,s to the other party hereto, in respect to all covenants, agreements and
obligations a>ntained in the Contract Documents.
7.4 Severability/f�on-Waiver of Claims.
Any provisicn or part of the Contract Documents held to be unconstitutional, void or
unenforceabl�, by a court of competent jurisdiction shall be deemed stricken, and all
remaining pr.visions sha11 continue to be valid and binding upon Developer and Contractor.
The failure of Developer or Contractor to insist upon the performance of any term or
provision of this Agreemeirt or to exercise any right granted herein shall not constitute a
waiver of De�eloper's ar Contractor's respective right to insist upon appropriate performance
or to assert ar�y such right on any future occasion.
7.5 Governing Law and Venue.
This Agreem�nt, including all of the Contract Docuinents is performable in the State of
Texas. Venuf: shall be Tarrant County, Texas, or the United States District Court foz the
Northern District of Texas, Fort Worth Division.
7.6 Authority to .�ign.
Contractor sh�ll attach evidence of authority to sign Agreement if signed by soineone other
than the duly authorized signatory of the Contractor.
7.7 Non-appropri �tion nf Funds.
In the event uo funds or insufficient funds are appropriated by City in any fiscal period for
any payments due hereunder, City will notify Vendor of such occurrence and this Agreement
shall termina�, on the last day of the fiscal period for which appropriations were received
withoL�t penaly or expense to City of any kind whatsoever, except as to the portions of the
payments her.ii� agreed upon for which funds have been appropriated.
CITY OF FORT WORTfT MORNINGSTAR NORTH OFFSITE SEWER
STAIQDAILD CONSTRUCI'ION SPECIFICATION DOCUMENTS CITY PROJ. NUM, 105677
Revised March 3, 2024
DO 52 �&3 - 4
Is`ev��aper t�ward�ti �'eoy�cY Ageeemezat
�age 4 of 4
II� VVITNESS V!�IF'REt7F', 3�e�v�loper and �csrttra�tar ha re �ach �xec�te� this �greemea�t to be
ef%cti�e as c�f t1.e last date sigreed b� ihe Parties �"Ef�`eete�� �at�99}o
Contractor: Ac,�di� �ervlces �.LC
ay . c%d.�._-
{��
S�gnatu��e
Brad Catl�it
(Prirated Nazne)
�eveioper: �.CY. Aledo Developm�nt, Li,C on
behalf of the Afiarrci�z�star 10�IUI)
�y:
,_
sig�ature .f
T�.ixn Gili , �l�- ��f
(Pr�nt�d I�Tame) �
President
Title
r • y �
• ♦ ,
�'49.7��ic`t}G�� �'� i ��.}��
City/5�a��/�ip
10/21/25
L'�te
�r�sid��e
__ - �s_.n�-�:�,���-�--__ _.
'Ciile
. I � `a
� � �� .
�'Q��.� ���1`�.�n i'� %�� ��
�lt�+����$@��fl�i
� 10/21/25 ��.��.�,:�,..=—��..�s���___,��
L7�te .
�ITY CJI� I'ORT Ll'L7iti.'I i`�(7T2NiNC`sSTAIt 1v012TH t3P'ESITE SEWER
ST'AMDATtI3 Ca�+IST'R'��TtOR �Pf3GIFTCATI�Ai C7C)�LryiENT� Cti'Y k'RC?J. NUM. 105677
Revised Priarch 3, 2t�24
00 61 13 - 1
PERFORMANCE BOND
Page 1 of 2
1
2
3
4
5
6
7
THE STATE OF TEXAS
COUNTY OF TARRANT
That we, Acadia
SECTION 00 61 13 Bond No. 4411010
PERFORMANCE BOND
§
§ KNOW ALL BY THESE PRESENTS:
§
Services LLC, known as "Principal" herein and
g FCCI Insurance Company , a corporate surety(sureties, if more than
9 one) duly authorized to do business in the State of Texas, known as "Surety" herein (whether one
10 or more), are held and �rmly bound unto the City of Fort Worth, a municipal corporation created
11 pursuant to the laws of Texas, known as "City" herein, in the penal sum of, Nine Million Two
12 Hundred Twenry Eight Thousand Eight Hundred Twenry Seven and 0/ 100 Dollars ($9,228,827.00),
13 lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas for the payment
14 of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators,
15 successors and assigns, jointly and severally, firmly by these presents.
16 WHEREAS, the Principal has entered into a certain written contract with the City awarded
17 the 21 st day of October , 2025, which Contract is hereby referred to and made a part hereof for
18 all purposes as if fully set forth herein, to furnish all materials, equipment labor and other
19 accessories defined by law, in the prosecution of the Work, including any Change Orders, as
20 provided for in said Contract designated as OFFSITE SANITARY SEWER TO SERVE THE
21 MORNINGSTAR NORTH DEVELOPMENT, CITY PROJECT # 105677.
22 NOW, THEREFORE, the condition of this obligation is such that if the said Principal
23 shall faithfully perforn� it obligations under the Contract and shall in all respects duly and faithfully
24 perform the Work, including Change Orders, under the Contract, according to the plans,
25 specifications, and contract documents therein referred to, and as well during any period of
26 extension of the Contract that may be granted on the part of the City, then this obligation shall be
27 and become null and void, otherwise to remain in full force and effect.
28 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in
29 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort
30 Worth Division.
CITY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJ. NUM. 105677
Revised December 8, 2023
006113-2
PERFORMANCE BOND
Page 2 of 2
This bond is made and executed in compliance with the provisions of Chapter 2253 of the
�a
3
Texas Government Code, as amended, and all liabilities on this bond shall be detennined in
accordance with the provisions of said statue.
4 1N WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED this
5 instrument by duly authorized agents and officers on this the 21 st day of October
6 . 20 25
7
8
9
10
11
12
13 ATTEST:
14
15
16 (Principal) Secretary
17"
18
19
2U
21 �
22 Witness as to Principal
23
24
25
26
27
28
29
30
31
32
33
34
35
3 6 �-�Is'
37 Wit ss a o Su�f`y - Kaitlyn Tarango
38
39
PRINCIPAL:
Acadia Services LLC
BY:
ignature
Brad Catlett, President
Name and Title
Address: 351 W. Southlake Blvd.
Southlake, TX 76092
SURETY:
FCCI Insurance Company
B :
' nahi -
Jennifer Upton, Attorney-in-Fact
Name and Title
Address: 6300 University Parkuvay
Sarasota, FL 34240-t348^�
Telephone Nu�nber: �215) 640-? 0�0
Email Address: jmorphew@fcci-g;c,up.rom
•''���`' \� �; i',� ir'� ,I ,'>: y :.
���:i� �f..,.':
. �� :
- S�AI,
-�. 1494 ,
-f ��;<<i;,:
40 *Note: If signed by an officer of the Surety Co�npany, there must be on file a certified extract
41 fi-om the by-laws showing tllat this person llas authority to sign such obligation. If
42 Surety's pliysical address is different fi•om its mailing address, both �nust be provided.
43 The date of the bond shall not be prior to the date the Contract is awarded.
44
CITY OF FORT WORTH MORN[NGSTAR NORTH OFFS[TE SEWER
STANDARD CONSTRUCTION SPECIf ICATION DOCUMENTS C[TY PROJ. NUM. 105677
Revised Decemher 8, 2023
00 61 14 - 1
PAYMENTBOND
Page 1 of 2
1
2
3
4
5
6
THE STATE OF TEXAS
COUNTY OF TARRANT
SECTION 00 61 14 Bond No. 4411010
PAYMENT BOND
§
§ KNOW ALL BY THESE PRESENTS:
§
7 That we, Acadia Services LLC, known as "Principal" herein, and
g FCCI insurance Company , a corporate surety
9 (sureties), duly authorized to do business in the State of Texas, known as "Surety" herein (whether
10 one or more), are held and firmly bound unto the City of Fort Worth, a municipal corporation
11 created pursuant to the laws of the State of Texas, known as "City" herein, in the penal sum of Nine
12 Million Two Hundred Twenty EiQht Thousand Eight Hundred Twenty Seven and 0/100 Dollars
13 ($9,228,827.00), lawful money of the United States, to be paid in Fort Worth, Tarrant County,
14 Texas, for the payment of which sum well and truly be made, we bind ourselves, our heirs,
15 executors, administrators, successors and assigns, jointly and severally, firmly by these presents:
16 WHEREAS, Principal has entered into a certain written Contract with City, awarded the
17 21st day of October, 2025, which Contract is hereby referred to and made a part hereof for all
18 purposes as if fully set forth herein, to furnish all materials, equipment, labor and other accessories
19 as defined by law, in the prosecution of the Work as provided for in said Contract and designated
20 as OFFSITE SANITARY SEWER TO SERVE THE MORNINGSTAR
21 NORTH DEVELOPMENT, CITY PROJECT # 105677.
22 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if
23 Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in
24 Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under
25 the Contract, then this obligation shall be and become null and void; otherwise to remain in full
26 force and effect.
27 This bond is made and executed in compliance with the provisions of Chapter 2253 of the
28 Texas Government Code, as amended, and all liabilities on this bond shall be determined in
29 accordance with the provisions of said statute.
30
CITY OF FORT WORTH MORNINGSTAR NORTH OFFS[TE SEWER
STANDARD CONSTRUCTION SPECIF[CATION DOCUMENTS CITY PROJ. NUM. 105677
Revised December 8, 2023
0061 14-2
PAYMENT BOND
Page 2 of 2
1 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED
2 this instrument by duly authorized agents and otticers on this the 21 st day of
3 October , 2p 25 .
�
ATTEST:
(Principal) Secretary
1.,� ----
o�
Witness as to Principal
ATTEST:
N/A
(Surety) Secretary
PRINCIPAL:
Acadia Services LLC
BY:
Signature
Brad Catlett, President
Name and Title
Address: 351 W. Southlake Blvd.
— South_lake, TX 76092
SURETY:
FCCI Insurance Company
/
� �
ign re
Jenni pton, Attorney-in-Fact
Name and Title
��
Witn ss a to Su�tj�- Kaitlyn Tarango
5
6
7
8
9
10
m
12
AddreSs: 6300 University Parkwa�r
Sarasota, FL 34240-8484
,.•,��,«�:���'f �;-•.
•'�� ' . ��[i� n J�;i.. �e�';
: � c �.
i�:� �� �.
iF.AI,
:s., �
1994
'� ri�iiu�
Telephone Number: (215) 640-1000
Email Address: jmorphew@fcci-group.com
Note: If signed by an ofticer of the Surety, there must be on file a certified extract from the bylaws
showing that this person has authority to sign such obligation. If Surety's physical address is
different from its mailing address, both must be provided.
The date of the bond shall not be prior to the date the Contract is awarded.
END UF SECTION
C9TY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWCR
STANDARD CONSTRUCTION SPGC[I'ICATION UOCUMENTS CITY PROJ. NUM. I OS677
Revised December 8, 2023
OOb119-1
MAINTENANCE BOND
Page 1 of 3
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
THE STATE OF TEXAS
COUNTY OF TARRANT
SECTION 00 61 19
MAINTENANCE BOND Bond No. 4411010
§
§ KNOW ALL BY THESE PRESENTS:
§
That we Acadia Services LLC, knawn as "Principal" herein and
FCCI Insurance Company , a corporate surety (sureties, if more than
one) duly authorized to do business in the State of Texas, known as "Surety" herein (whether one
or more), are held and firmly bound unto the City of Fart Worth, a municipal corporation created
pursuant to the laws af the State of Texas, known as "City" herein, in the sum of Nine Millian Two
Hundred Twenty Eight Thousand Ei�ht Hundred Twenry Seven and 0/100 Dollars ($9,228,827.00),
lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for payment
of which sum well and truly be made unto the City and its successors, we bind ourselves, our heirs,
executors, administrators, successors and assigns, jointly and severally, firmly by these presents.
17 WHEREAS, the Principal has entered into a certain written contract with the City awarded
18 the 21 st day of Octaber , 2025, which Contract is hereby referred to and a made part hereof for
19 all purposes as if fully set forth herein, to furnish all materials, equipment labor and
20 other accessories as defined by law, in the prosecution af the Work, including any Work resulting
21 from a duly authorized Change Order (collectively herein, the "Work"} as provided for in said
22 contract and designated as OFFSITE SANITARY SEWER TO SERVE THE
23 MORNINGSTAR NORTH DEVELOPMENT, CITY PROJECT # 105677, and
24
25 WHEREAS, Principal binds itself to use such materials and to so construct the Work in
26 accardance with the plans, specifications and Contract Documents that the Work is and will remain
27 free from defects in materials or workmanship for and during the period af two (2) years after the
28 date of Final Acceptance of the Work by the City �"Maintenance Period"}; and
29
30
31
32
WHEREAS, Principal binds itself to repair or recanstruct the Work in whole or in part upon
receiving notice from the City of the need therefor at any time within the Maintenance Period.
CITY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCT[ON SPEC[F[CATION DOCUMENTS CITY PROJ. NUM. 105677
Revised December 8, 2023
0061 19-3
MAINTENANCE BOND
Page 3 of 3
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
2%
20
29
30
31
32
33
34
35
36
37
38
39
40
41
42
IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this
instrument by duly authorized agents and officers on this the 21 st day of
October , 2025 .
PRINCIPAL:
Acadia Services LLC
BY: �
Signature
ATTEST:
(Principal) Secretary
Brad Catlett, President
Name and Title
�
Witn�ss as to Principal
' ,..., o��-� �'
Witnes as t uretylRaitlyn Tarango
Address
351 W. Southlake Blvd.
Southlake, TX 76092
SURETY:
FCCI Insurance Company
. _
B . / `� ' .
e /
Jennifer Upton, Attorney-in-Fact
Name and Title
Address: 6300 University Parkway
Sarasota, FL 34240-3484
Telephone Number: �215) 640-1000
Email Address: jmorphew@fcci-group.com
,.� vµE.ru �f"�'•..
'`: "i%Gr, . o, "''•
'' ` . �n�t ''i'..'i4 •;.
i �j ;' O 6• �.
: U:
" Srj1 A�,�
i 994 .:
� c q u i.�� �.,,•••a
*Note: If signed by an officer of the Surety Company, there must be on file a certified extract
from the by-laws showing that tl�is person has authority to sign such obligation. If
Surety's physical address is different fi•om its mailing address, both must be provided.
The date of the bond shall not be prior to the date the Contract is awarded.
C►TY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCTION SPGCIFICATION DOCUMENTS C[TY PROJ. NUM. 105677
Revised December 8, 2023
d061 i9-2
MAINTENANC� BOND
Page 2 of 3
1
2
3
4
5
6
7
8
9
10
ll
12
13
14
15
16
17
18
19
NOW THEREFORE, the condition of this obligation is such that if Principal shall remedy
any defective Work, for which timely notice was provided by City, to a completion satisfactory to
the City, then this obligation shall become null and vaid; otherwise to remain in full force and
effect.
PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely
noticed defective Work, it is agreed that the City may cause any and all such defective Work to be
repaired and/or reconstructed with all associated costs thereof being bome by the Principal and the
5urety under this Ivlaintenance bond; and
PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall 1ie in
Tarrant County, Tcxas or the United States District Court for the Northern District of Tcxas, Fort
Warth Division; and
PROVIDED FURTHER, that this obligation shall be continuous in nature and successive
recoveries may be had hereon for successive breaches.
CITY OF FORT W`ORTH MORNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCTION SPECIFICA'I"[ON GOCUMENTS CITY PROJ. NUM. 105677
Aevised Decamber 8, 2023
IMPORTANT NOTICE
To obtain information or make a complaint:
You may call FCCI Insurance Group's (FCCI)'` toll-free telephone number for information or to make a complaint
at 1-800-226-3224.
You may also write to FCCI Insurance Group Compliance Department e-mail at StateComplaints c(�,fcci-qroup.com.
For Claims, you may write to FCCI Insurance Group Claim Department e-mail at newclaim(a�fcci-qrouq.com.
You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or
complaints at 1-800-252-3439.
You may write the Texas Department of Insurance:
PO Box 149104
Austin TX 78714-9104
Fax; 1-512-490-1007
Web: http://www.tdi.texas.qov
E-mail: ConsumerProtections(a�tdi.texas.qov
PREMIUM OR CLAIM DISPUTES
Should you have a dispute concerning your premium or about a claim you should contact FCCI first. If the
dispute is not resolved, you may contact the Texas Department of Insurance.
ATTACH THIS NOTICE TO YOUR BOND
This notice is for information only and does not become a part or condition of the attached documents.
*The FCCI Insurance Group includes the following insurance carriers: Brierfield Insurance Company, FCCI Advantage
Insurance Company, FCCI Commercial Insurance Company, FCCI Insurance Company, Monroe Guaranty Insurance
Company, and National Trust Insurance Company.
1-BD-TX-21690-NTP-07 15 Page 1 of 1
Copyright 2015 FCCI Insurance Group.
/ i
FCC I�,�s�.�zA��:,:
cisc,ur�
GENERAL POWER OF ATTORNEY
Know all men by these presents: That the FCCI Insurance Company, a Corporation organized and existing under
the laws of the State of Florida (the "Corporation") does make, constitute and appoint:
Allen Bale; Chris Brower; dana Mickey; dane Bubela; daniel Cokenour; Ericka Hamman; Nikki Adams; Greg Wilkerson; Jason Nobles;
Jennifer Upton; Margery Hall; Parker Hamilton; Samantha Kato; Eyvoune Cantu; BaiLee Islas; Raul Barberena, Jr.
Each, its true and lawful Attorney-In-Fact, to make, execute, seal and deliver, for and on its behalf as surety, and
as its act and deed in all bonds and undertakings provided that no bond or undertaking or contract of suretyship
executed under this authority shall exceed the sum of (not to exceed $30,000,000.00): $30,000,000.00
This Power of Attorney is made and executed by authority of a Resolution adopted by the Board of Directors. That
resolution also authorized any further action by the officers of the Company necessary to effect such transaction.
The signatures below and the seal of the Corporation may be affixed by facsimile, and any such facsimile
signatures or facsimile seal shall be binding upon the Corporation when so affixed and in the future with regard to any
bond, undertaking or contract of surety to which it is attached.
In witness whereof, the FCCI Insurance Company has caused these presents to be signed by its duly authorized
officers and its corporate Seal to be hereunto affixed, this 23rd day of July , 2020 .
Attest: l` ��� �����_ C G/��c%�--
Christina d. Welch, President
FCCI Insurance Company
State of Florida
County of Sarasota
:', JNAhl� •F C. �'•.
U'
� � . ,�t,t�c.�;�,�rF.:�tc'�'-
4= SC;1L ���_
� ,,,�, . -
s
: � 04�0�' ,•
.�
1
l.a.�—
Christopher Shoucair,
EVP, CFO, Treasurer, Secretary
FCCI Insurance Company
Before me this day personally appeared Christina D. Welch, who is personally known to me and who executed
the foregoing document for the purposes expressed therein.
My commission expires: 2/27/2027
State of Florida
County of Sarasota
� ��y�t. PEGGY 9110W
+ � • cAninruloM Ht192eb�s
�jaM1,�'� F.�YesF�bruerYT►.�021
�---.
\_ � c� �rn c1.:;
Notary Public
Before me this day personally appeared Christopher Shoucair, who is personally known to me and who executed
the foregoing document for the purposes expressed therein.
My commission expires: 2/27/2027 ���; ��� �
'�,�,� ���►.�
CERTIFICATE
�. _ � � ,._
�_ - �.a � m �
Notary Public
I, the undersigned Secretary of FCCI Insurance Company, a Florida Corporation, DO HEREBY CERTIFY that the
foregoing Power of Attorney remains in full force and has not been revoked; and furthermore that the February 27, 2020
Resolution of the Board of Directors, referenced in said Power of Attorney, is now in force.
�';;�i�� ���, '�•- Dated this 21 St day of October , 2025
',: :`;`�(,I+` �. ,.
- SEAL �(�jJU..T—
�
19�4 •' ' Christopher Shoucair, EVP, CFp, "1'reasurer, S�cretary
`',;;'?;�'`� FCCI Insurance Company
1-IONA-3592-NA-04, 7/2021
STANDARD GENERAL CONDITIONS
OF THE CONSTRUCTION CONTRACT
CITY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CiTY PROJ. NUM. 105677
Revision:3/08/2024
STANDARD GENERAL CONDITIONS OF THE
CONSTRUCTION CONTRACT
TABLE OF CONTENTS
Article 1- Definitions and Terminology ...........................
1.01 Defined Terms ................................................
1.02 Terminology ...................................................
Article 2 - Preliminary Matters ........................................................
2.01 Copies of Documents ...................................................
2.02 Commencement of Contract Time; Notice to Proceed
2.03 Starting the Work .........................................................
2.04 Before Starting Construction .......................................
2.05 Preconstruction Conference .........................................
2.06 Public Meeting .............................................................
2.07 Initial Acceptance of Schedules ...................................,
Article 3- Contract Documents: Intent, Amending, Reuse .........
3 .O 1 Intent ...........................................................................
3.02 Reference Standards ...................................................
3.03 Reporting and Resolving Discrepancies ....................
3.04 Amending and Supplementing Contract Documents
3.05 Reuse of Documents ..................................................
3.06 Electronic Data ...........................................................
Article 4- Availability of Lands; Subsurface and Physical Conditions; Hazardous Environmental
Conditions; Reference Points .........................................................................................................
4.01 Availability of Lands .................................................................................................................
4.02 Subsurface and Physical Conditions .........................................................................................
4.03 Differing Subsurface or Physical Conditions ............................................................................
4.04 Underground Facilities ..............................................................................................................
4.05 Reference Points ........................................................................................................................
4.06 Hazardous Environmental Condition at Site .............................................................................
Article 5- Bonds and Insurance ..........................................................
5.01 Licensed Sureties and Insurers ........................................
5.02 Performance, Payment, and Maintenance Bonds............
5.03 Certificates of Insurance ..................................................
5.04 Contractor's Insurance .....................................................
5.05 Acceptance of Bonds and Insurance; Option to Replace
Article 6 - Contractor's Responsibilities .........
6.01 Supervision and Superintendence
Page
......................................1
......................................1
...................................... 6
............ 7
............ 7
............ 7
............ 8
............ 8
............ 8
............ 8
............ 8
.... 8
.... 8
.... 9
.... 9
..10
..10
..11
..11
.11
.12
.12
.13
.14
.14
.16
.16
.16
.16
.18
.19
19
19
CITY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CiTY PROJ. NUM. 105677
Revision:3/08/2024
6.02
6.03
6.04
6.05
6.06
6.07
6.08
6.09
6.10
6.11
6.12
6.13
6.14
6.15
6.16
6.17
6.18
6.19
6.20
6.21
6.22
6.23
6.24
Labor; Working Hours .............................................
Services, Materials, and Equipment ........................
Project Schedule .......................................................
Substitutes and "Or-Equals" ....................................
Concerning Subcontractors, Suppliers, and Others.
WageRates ...............................................................
Patent Fees and Royalties ........................................
Permits and Utilities .................................................
Laws and Regulations ..............................................
Taxes........................................................................
Use of Site and Other Areas ....................................
Record Documents ...................................................
Safety and Protection ...............................................
Safety Representative ...............................................
Hazard Communication Programs ..........................
Emergencies and/or Rectification ............................
Submittals.................................................................
Continuing the Work ................................................
Contractor's General Warranty and Guarantee.......
Indemnification .......................................................,
Delegation of Professional Design Services ...........
Rightto Audit ...........................................................
Nondiscrimination ....................................................
Article 7- Other Work at the Site......
7.01 Related Work at Site ......
7.02 Coordination ...................
Article 8 - City's Responsibilities ..............................................
8.01 Communications to Contractor ..............................,
8.02 Furnish Data ...........................................................
8.03 Pay When Due .......................................................
8.04 Lands and Easements; Reports and Tests ...............
8.05 Change Orders ........................................................
8.06 Inspections, Tests, and Approvals .........................,
8.07 Limitations on City's Responsibilities ...................
8.08 Undisclosed Hazardous Environmental Condition
8.09 Compliance with Safety Program ..........................,
.........................
.........................
.........................
.........................
.........................
.........................
.........................
Article 9- City's Observation Status During Construction ......................................................
9.01 City's Project Manager .......................................................................................
9.02 Visits to Site ..........................................................................................................
9.03 Authorized Variations in Work ............................................................................,
9.04 Rejecting Defective Work ....................................................................................
9.05 Determinations for Work Performed .....................................................................
9.06 Decisions on Requirements of Contract Documents and Acceptability of Work
.......... 20
.......... 20
.......... 21
.......... 21
.......... 24
.......... 25
.......... 26
.......... 27
.......... 27
.......... 28
.......... 28
.......... 29
.......... 29
.......... 30
.......... 30
.......... 30
.......... 31
.......... 32
.......... 32
........ 33
.......... 34
.......... 34
.......... 35
35
35
36
.......... 36
.......... 3 6
.......... 3 6
.......... 36
.......... 3 6
.......... 3 6
.......... 3 6
.......... 37
.......... 37
.......... 37
.......... 37
.......... 37
.......... 37
.......... 3 8
.......... 3 8
.......... 3 8
.......... 3 8
CITY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CiTY PROJ. NUM. 105677
Revision: 3/08/2024
Article 10 - Changes in the Work; Claims; Extra Work
10.01 Authorized Changes in the Work ..............,
10.02 Unauthorized Changes in the Work ..........,
10.03 Execution of Change Orders ......................
10.04 Extra Work .................................................
10.05 Notification to Surety .................................
10.06 Contract Claims Process ............................
Article 11 - Cost of the Work; Allowances; Unit Price Work; Plans Quantity Measurement..,
11.01 Cost ofthe Work .....................................................................................................
11.02 Allowances ..............................................................................................................
11.03 Unit Price Work ......................................................................................................
11.04 Plans Quantity Measurement ..................................................................................
Article 12 - Change of Contract Price; Change of Contract Time
12.01 Change of Contract Price ...........................................
12.02 Change of Contract Time ...........................................
12.03 Delays ........................................................................
Article 13 - Tests and Inspections; Correction, Removal or Acceptance of Defective Work
13.01 Notice of Defects .................................................................................................
13.02 Access to Work ....................................................................................................
13.03 Tests and Inspections ...........................................................................................
13.04 Uncovering Work .................................................................................................
13.05 City May Stop the Work ......................................................................................
13.06 Correction or Removal of Defective Work .........................................................
13.07 Correction Period .................................................................................................
13.08 Acceptance of Defective Work ............................................................................
13.09 City May Correct Defective Work ......................................................................
Article 14 - Payments to Contractor and Completion ...........................
14.01 Schedule of Values .............................................................
14.02 Progress Payments .............................................................
14.03 Contractor's Warranty of Title ..........................................
14.04 Partial Utilization ...............................................................
14.05 FinalInspection ..................................................................
14.06 Final Acceptance ................................................................
14.07 Final Payment .....................................................................
14.08 Final Completion Delayed and Partial Retainage Release
14.09 Waiver of Claims ...............................................................
Article 15 - Suspension of Work and Termination .
15.01 City May Suspend Work .....................
15.02 City May Terminate for Cause ...........,
15.03 City May Terminate For Convenience
Article 16 - Dispute Resolution .........
16.01 Methods and Procedures
........ 3 8
........ 3 8
........ 39
........ 3 9
........ 3 9
........ 39
........ 40
... 41
....41
.... 43
.... 44
...45
.... 46
.... 46
.... 47
.... 47
48
.48
.48
.48
.49
.49
.50
.50
.51
.51
... 52
... 52
... 52
... 54
... 55
... 55
... 55
... 56
... 56
... 57
57
57
58
60
.61
.61
CITY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CiTY PROJ. NUM. 105677
Revision:3/08/2024
Article 17 — Miscellaneous
17.01 Giving Notice
17.02 Computation of Times .
17.03 Cumulative Remedies ..
17.04 Survival of Obligations
17.05 Headings ......................
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
... 62
... 62
... 62
... 62
... 63
... 63
MORNINGSTAR NORTH OFFSITE SEWER
CiTY PROJ. NUM. 105677
00 �2 00 -1
GENERAL CONDITIONS
Page 1 of 63
ARTICLE 1— DEFINITIONS AND TERMINOLOGY
1.01 Defined Terms
A. Wherever used in these General Conditions or in other Contract Documents, the terms listed below
have the meanings indicated which are applicable to both the singular and plural thereof, and
words denoting gender shall include the masculine, feminine and neuter. Said terms are generally
capitalized or written in italics, but not always. When used in a conteXt consistent with the
definition of a listed-defined term, the term shall have a meaning as defined below whether
capitalized or italicized or otherwise. In addition to terms specifically defined, terms with initial
capital letters in the Contract Documents include references to identified articles and paragraphs,
and the titles of other documents or forms.
1. Addenda—Written or graphic instruments issued prior to the opening of Bids which clarify,
correct, or change the Bidding Requirements or the proposed Contract Documents.
2. Agreement—The written instrument which is evidence of the agreement between City and
Contractor covering the Work.
3. Application for Payment—The form acceptable to City which is to be used by Contractor
during the course of the Work in requesting progress or final payments and which is to be
accompanied by such supporting documentation as is required by the Contract Documents.
4. Asbestos—Any material that contains more than one percent asbestos and is friable or is
releasing asbestos fibers into the air above current action levels established by the United States
Occupational Safety and Health Administration.
5. Award — Authorization by the City Council for the City to enter into an Agreement.
6. Bid—The offer or proposal of a Bidder submitted on the prescribed form setting forth the
prices for the Work to be performed.
7. Bidder The individual or entity who submits a Bid directly to City.
8. Bidding Documents—The Bidding Requirements and the proposed Contract Documents
(including all Addenda).
9. Bidding Requirements—The advertisement or Invitation to Bid, Instructions to Bidders, Bid
security of acceptable form, if any, and the Bid Form with any supplements.
10. Business Day — A business day is defined as a day that the City conducts normal business,
generally Monday through Friday, except for federal or state holidays observed by the City.
11. Calendar Day — A day consisting of 24 hours measured from midnight to the next midnight.
CITY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CiTY PROJ. NUM. 105677
Revision: 3/08/2024
00 �2 00 -1
GENERAL CONDITIONS
Page 2 of 63
12. Change Order A document, which is prepared and approved by the City, which is signed
by Contractor and City and authorizes an addition, deletion, or revision in the Work or an
adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date
of the Agreement.
13. City— The City of Fort Worth, Texas, a home-rule municipal corporation, authorized and
chartered under the Texas State Statutes, acting by its governing body through its City
Manager, his designee, or agents authorized under his behalf, each of which is required by
Charter to perform specific duties with responsibility for final enforcement of the contracts
involving the City of Fort Worth is by Charter vested in the City Manager and is the entity
with whom Contractor has entered into the Agreement and for whom the Work is to be
performed.
14. City Attorney — The officially appointed City Attorney of the City of Fort Worth, TeXas, or
his duly authorized representative.
15. City Council - The duly elected and qualified governing body of the City of Fort Worth,
Texas.
16. City Manager — The officially appointed and authorized City Manager of the City of Fort
Worth, Texas, or his duly authorized representative.
17. Contract Claim—A demand or assertion by City or Contractor seeking an adjustment of
Contract Price or Contract Time, or both, or other relief with respect to the terms of the
Contract. A demand for money or services by a third party is not a Contract Claim.
18. Contract—The entire and integrated written document between the City and Contractor
concerning the Work. The Contract contains the Agreement and all Contract Documents and
supersedes prior negotiations, representations, or agreements, whether written or oral.
19. Contract Documents—Those items so designated in the Agreement. All items listed in the
Agreement are Contract Documents. Approved Submittals, other Contractor submittals, and
the reports and drawings of subsurface and physical conditions are not Contract Documents.
20. Contract Price—The moneys payable by City to Contractor for completion of the Work in
accordance with the Contract Documents as stated in the Agreement (subject to the provisions
of Paragraph 11.03 in the case of Unit Price Work).
21. Contract Time—The number of days or the dates stated in the Agreement to: (i) achieve
Milestones, if any and (ii) complete the Work so that it is ready for Final Acceptance.
22. Contractor The individual or entity with whom City has entered into the Agreement.
23. Cost of the Work—See Paragraph 11.01 of these General Conditions for definition.
CITY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CiTY PROJ. NUM. 105677
Revision: 3/08/2024
00 �2 00 -1
GENERAL CONDITIONS
Page 3 of 63
24. Damage Claims — A demand for money or services arising from the Project or Site from a
third party, City or Contractor exclusive of a Contract Claim.
25. Day or day — A day, unless otherwise defined, shall mean a Calendar Day.
26. Director of Aviation — The officially appointed Director of the Aviation Department of the
City of Fort Worth, TeXas, or his duly appointed representative, assistant, or agents.
27. Director of Parks and Community Services — The officially appointed Director of the Parks
and Community Services Department of the City of Fort Worth, Texas, or his duly appointed
representative, assistant, or agents.
28. Director of Planning and Development — The officially appointed Director of the Planning
and Development Department of the City of Fort Worth, Texas, or his duly appointed
representative, assistant, or agents.
29. Director of Ti^ansportation Public Works — The officially appointed Director of the
Transportation Public Works Department of the City of Fort Worth, Texas, or his duly
appointed representative, assistant, or agents.
30. Director of Water Department — The officially appointed Director of the Water Department
of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents.
31. Drawings—That part of the Contract Documents prepared or approved by Engineer which
graphically shows the scope, extent, and character of the Work to be performed by Contractor.
Submittals are not Drawings as so defined.
32. Effective Date of the Agreement—The date indicated in the Agreement on which it becomes
effective, but if no such date is indicated, it means the date on which the Agreement is signed
and delivered by the last of the two parties to sign and deliver.
33. Engineer The licensed professional engineer or engineering firm registered in the State of
Texas performing professional services for the City.
34. Extra Work — Additional work made necessary by changes or alterations of the Contract
Documents or of quantities or for other reasons for which no prices are provided in the Contract
Documents. Extra work shall be part of the Work.
35. Field Order — A written order issued by City which requires changes in the Work but which
does not involve a change in the Contract Price, Contract Time, or the intent of the Engineer.
Field Orders are paid from Field Order Allowances incorporated into the Contract by funded
work type at the time of award.
36. Final Acceptance — The written notice given by the City to the Contractor that the Work
specified in the Contract Documents has been completed to the satisfaction of the City.
CITY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CiTY PROJ. NUM. 105677
Revision: 3/08/2024
00 �2 00 -1
GENERAL CONDITIONS
Page 4 of 63
37. Final Inspection — Inspection carried out by the City to verify that the Contractor has
completed the Work, and each and every part or appurtenance thereof, fully, entirely, and in
conformance with the Contract Documents.
3 8. General Requirements—Sections of Division 1 of the Contract Documents.
39. Hazardous Environmental Condition—The presence at the Site of Asbestos, PCBs,
Petroleum, Hazardous Waste, Radioactive Material, or other materials in such quantities or
circumstances that may present a substantial danger to persons or property exposed thereto.
40. Hazardous Waste—Hazardous waste is defined as any solid waste listed as hazardous or
possesses one or more hazardous characteristics as defined in the federal waste regulations,
as amended from time to time.
41. Laws and Regulations—Any and all applicable laws, rules, regulations, ordinances, codes,
and orders of any and all governmental bodies, agencies, authorities, and courts having
jurisdiction.
42. Liens—Charges, security interests, or encumbrances upon Project funds, real property, or
personal property.
43. Major Item — An Item of work included in the Contract Documents that has a total cost equal
to or greater than 5% of the original Contract Price or $25,000 whichever is less.
44. Milestone—A principal event specified in the Contract Documents relating to an intermediate
Contract Time prior to Final Acceptance of the Work.
45. Notice of Award—The written notice by City to the Successful Bidder stating that upon
timely compliance by the Successful Bidder with the conditions precedent listed therein, City
will sign and deliver the Agreement.
46. Notice to Proceed—A written notice given by City to Contractor fixing the date on which the
Contract Time will commence to run and on which Contractor shall start to perform the Work
specified in Contract Documents.
47. PCBs—Polychlorinated biphenyls.
48. Petroleum—Petroleum, including crude oil or any fraction thereof which is liquid at standard
conditions of temperature and pressure (60 degrees Fahrenheit and 14.7 pounds per square
inch absolute), such as oil, petroleum, fuel oil, oil sludge, oil refuse, gasoline, kerosene, and
oil mixed with other non-Hazardous Waste and crude oils.
49. Plans — See definition of Drawings.
CITY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CiTY PROJ. NUM. 105677
Revision: 3/08/2024
00 �2 00 -1
GENERAL CONDITIONS
Page 5 of 63
50. Project Schedule A schedule, prepared and maintained by Contractor, in accordance with
the General Requirements, describing the sequence and duration of the activities comprising
the Contractor's plan to accomplish the Work within the Contract Time.
51. Project—The Work to be performed under the Contract Documents.
52. Project Manager The authorized representative of the City who will be assigned to the
Site.
53. Public Meeting — An announced meeting conducted by the City to facilitate public
participation and to assist the public in gaining an informed view of the Project.
54. Radioactive Material—Source, special nuclear, or byproduct material as defined by the
Atomic Energy Act of 1954 (42 USC Section 2011 et seq.) as amended from time to time.
55. Regular Working Hours — Hours beginning at 7:00 a.m. and ending at 6:00 p.m., Monday
thru Friday (eXcluding legal holidays).
56. Samples—Physical examples of materials, equipment, or workmanship that are
representative of some portion of the Work and which establish the standards by which such
portion of the Work will be judged.
57. Schedule of Submittals A schedule, prepared and maintained by Contractor, of required
submittals and the time requirements to support scheduled performance of related construction
activities.
58. Schedule of Values—A schedule, prepared and maintained by Contractor, allocating portions
of the Contract Price to various portions of the Work and used as the basis for reviewing
Contractor's Applications for Payment.
59. Site—Lands or areas indicated in the Contract Documents as being furnished by City upon
which the Work is to be performed, including rights-of-way, permits, and easements for access
thereto, and such other lands furnished by City which are designated for the use of Contractor.
60. Specifications—That part of the Contract Documents consisting of written requirements for
materials, equipment, systems, standards and workmanship as applied to the Work, and certain
administrative requirements and procedural matters applicable thereto. Specifications may be
specifically made a part of the Contract Documents by attachment or, if not attached, may be
incorporated by reference as indicated in the Table of Contents (Division 00 00 00) of each
Project.
61. Subcontractor An individual or entity having a direct contract with Contractor or with any
other Subcontractor for the performance of a part of the Work at the Site.
CITY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CiTY PROJ. NUM. 105677
Revision: 3/08/2024
00 �2 00 -1
GENERAL CONDITIONS
Page 6 of 63
62. Submittals—All drawings, diagrams, illustrations, schedules, and other data or information
which are specifically prepared or assembled by or for Contractor and submitted by Contractor
to illustrate some portion of the Work.
63. Substantial Completion — The stage in the progress of the Project when the Work is
sufficiently complete in accordance with the Contract Documents for Final Inspection.
64. Successful Bidder The Bidder submitting the lowest and most responsive Bid to whom City
makes an Award.
65. Superintendent — The representative of the Contractor who is available at all times and able
to receive instructions from the City and to act for the Contractor.
66. Supplementary Conditions—That part of the Contract Documents which amends or
supplements these General Conditions.
67. Supplier A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a
direct contract with Contractor or with any Subcontractor to furnish materials or equipment
to be incorporated in the Work by Contractor or Subcontractor.
68. Underground Facilities—All underground pipelines, conduits, ducts, cables, wires,
manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements
containing such facilities, including but not limited to, those that convey electricity, gases,
steam, liquid petroleum products, telephone or other communications, cable television,
water, wastewater, storm water, other liquids or chemicals, or traffic or other control systems.
69 Unit Price Work—See Paragraph 11.03 of these General Conditions for definition.
70. Weekend Working Hours — Hours beginning at 9:00 a.m. and ending at 5:00 p.m., Saturday,
Sunday or legal holiday, as approved in advance by the City.
71. Work—The entire construction or the various separately identifiable parts thereof required to
be provided under the Contract Documents. Work includes and is the result of performing or
providing all labor, services, and documentation necessary to produce such construction
including any Change Order or Field Order, and furnishing, installing, and incorporating all
materials and equipment into such construction, all as required by the Contract Documents.
72. Working Day — A working day is defined as a day, not including Saturdays, Sundays, or legal
holidays authorized by the City for contract purposes, in which weather or other conditions
not under the control of the Contractor will permit the performance of the principal unit of
work underway for a continuous period of not less than 7 hours between 7 a.m. and 6 p.m.
1.02 Terminology
A. The words and terms discussed in Paragraph 1.02.B through E are not defined but, when used in
the Bidding Requirements or Contract Documents, have the indicated meaning.
B. Intent of Certain Terms or Adjectives:
CITY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CiTY PROJ. NUM. 105677
Revision: 3/08/2024
00 �2 00 -1
GENERAL CONDITIONS
Page 7 of 63
L The Contract Documents include the terms "as allowed," "as approved," "as ordered," "as
directed" or terms of like effect or import to authorize an exercise of judgment by City. In
addition, the adjectives "reasonable," "suitable," "acceptable," "proper," "satisfactory," or
adjectives of like effect or import are used to describe an action or determination of City as to
the Work. It is intended that such exercise of professional judgment, action, or determination
will be solely to evaluate, in general, the Work for compliance with the information in the
Contract Documents and with the design concept of the Project as a functioning whole as
shown or indicated in the Contract Documents (unless there is a specific statement indicating
otherwise).
C. Defective:
1. The word "defective," when modifying the word "Work," refers to Work that is
unsatisfactory, faulty, or deficient in that it:
a. does not conform to the Contract Documents; or
b. does not meet the requirements of any applicable inspection, reference standard, test, or
approval referred to in the Contract Documents; or
c. has been damaged prior to City's written acceptance.
D. Furnish, Install, Perform, Provide:
1. The word "Furnish" or the word "Install" or the word "Perform" or the word "Provide" or
the word "Supply," or any combination or similar directive or usage thereof, shall mean
furnishing and incorporating in the Work including all necessary labor, materials, equipment,
and everything necessary to perform the Work indicated, unless specifically limited in the
context used.
E. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known
technical or construction industry or trade meaning are used in the Contract Documents in
accordance with such recognized meaning.
ARTICLE 2 — PRELIMINARY MATTERS
2.01
2.02
Copies of Documents
City shall furnish to Contractor one (1) original eXecuted copy and one (1) electronic copy of the
Contract Documents, and four (4) additional copies of the Drawings. Additional copies will be
furnished upon request at the cost of reproduction.
Commencement of Contract Time; Notice to Proceed
The Contract Time will commence to run on the day indicated in the Notice to Proceed. A Notice to
Proceed may be given no earlier than 14 days after the Effective Date of the Agreement, unless agreed
to by both parties in writing.
CITY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CiTY PROJ. NUM. 105677
Revision: 3/08/2024
00 �2 00 -1
GENERAL CONDITIONS
Page 8 of 63
2.03
2.04
2.05
2.06
2.07
Starting the Work
Contractor shall start to perform the Work on the date when the Contract Time commences to run.
No Work shall be done at the Site prior to the date on which the Contract Time commences to run.
Before Starting Const�^uction
Baseline Schedules: Submit in accordance with the Contract Documents, and prior to starting the
Work.
Preconst�^uction Conference
Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as
specified in the Contract Documents.
Public Meeting
Contractor may not mobilize any equipment, materials or resources to the Site prior to the Public
Meeting if scheduled by the City.
Initial Acceptance of Schedules
No progress payment shall be made to Contractor until acceptable schedules are submitted to City in
accordance with the Schedule Specification as provided in the Contract Documents.
ARTICLE 3— CONTRACT DOCUMENTS: INTENT, AMENDING, REUSE
3.01 Intent
A. The Contract Documents are complementary; what is required by one is as binding as if required
by all.
B. It is the intent of the Contract Documents to describe a functionally complete project (or part
thereo fl to be constructed in accordance with the Contract Documents. Any labor, documentation,
services, materials, or equipment that reasonably may be inferred from the Contract Documents
or from prevailing custom or trade usage as being required to produce the indicated result will be
provided whether or not specifically called for, at no additional cost to City.
C. Clarifications and interpretations of the Contract Documents shall be issued by City.
D. The Specifications may vary in form, format and style. Some Specification sections may be written
in varying degrees of streamlined or declarative style and some sections may be relatively
narrative by comparison. Omission of such words and phrases as "the Contractor shall," "in
conformity with," "as shown," or "as specified" are intentional in streamlined sections.
Omitted words and phrases shall be supplied by inference. Similar types of provisions may appear
in various parts of a section or articles within a part depending on the format of the
CITY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CiTY PROJ. NUM. 105677
Revision: 3/08/2024
00 �2 00 -1
GENERAL CONDITIONS
Page 9 of 63
3.02
3.03
section. The Contractor shall not take advantage of any variation of form, format or style in
making Contract Claims.
E. The cross referencing of specification sections under the subparagraph heading "Related
Sections include but are not necessarily limited to:" and elsewhere within each Specification
section is provided as an aid and convenience to the Contractor. The Contractor shall not rely on
the cross referencing provided and shall be responsible to coordinate the entire Work under the
Contract Documents and provide a complete Project whether or not the cross referencing is
provided in each section or whether or not the cross referencing is complete.
Reference Standards
A. Standards, Specifications, Codes, Laws, and Regulations
1. Reference to standards, specifications, manuals, or codes of any technical society, organization,
or association, or to Laws or Regulations, whether such reference be specific or by implication,
shall mean the standard, specification, manual, code, or Laws or Regulations in effect at the
time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids),
except as may be otherwise specifically stated in the Contract Documents.
2. No provision of any such standard, specification, manual, or code, or any instruction of a
Supplier, shall be effective to change the duties or responsibilities of City, Contractor, or any
of their subcontractors, consultants, agents, or employees, from those set forth in the Contract
Documents. No such provision or instruction shall be effective to assign to City, or any of its
officers, directors, members, partners, employees, agents, consultants, or subcontractors, any
duty or authority to supervise or direct the performance of the Work or any duty or authority
to undertake responsibility inconsistent with the provisions of the Contract Documents.
Reporting and Resolving Discrepancies
A. Reporting Discrepancies:
1. Contractor's Review of Contract Documents Before Starting Work: Before undertaking each
part of the Work, Contractor shall carefully study and compare the Contract Documents and
check and verify pertinent figures therein against all applicable field measurements and
conditions. Contractor shall promptly report in writing to City any conflict, error, ambiguity,
or discrepancy which Contractor discovers, or has actual knowledge of, and shall obtain a
written interpretation or clarification from City before proceeding with any Work affected
thereby.
2. Contractor's Review of Contract Documents During Performance of Work: If, during the
performance of the Work, Contractor discovers any conflict, error, ambiguity, or discrepancy
within the Contract Documents, or between the Contract Documents and (a) any applicable
Law or Regulation ,(b) any standard, specification, manual, or code, or (c) any instruction of
any Supplier, then Contractor shall promptly report it to City in writing. Contractor shall not
proceed with the Work affected thereby (except in an emergency as required by Paragraph
CITY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CiTY PROJ. NUM. 105677
Revision: 3/08/2024
00 �2 00 -1
GENERAL CONDITIONS
Page 10 of 63
6.17.A) until an amendment or supplement to the Contract Documents has been issued by
one of the methods indicated in Paragraph 3.04.
3.04
3.05
3. Contractor shall not be liable to City for failure to report any conflict, error, ambiguity, or
discrepancy in the Contract Documents unless Contractor had actual knowledge thereof.
B. Resolving Discrepancies:
1. Except as may be otherwise specifically stated in the Contract Documents, the provisions of
the Contract Documents shall take precedence in resolving any conflict, error, ambiguity, or
discrepancy between the provisions of the Contract Documents and the provisions of any
standard, specification, manual, or the instruction of any Supplier (whether or not specifically
incorporated by reference in the Contract Documents).
2. In case of discrepancies, figured dimensions shall govern over scaled dimensions, Plans shall
govern over Specifications, Supplementary Conditions shall govern over General Conditions
and Specifications, and quantities shown on the Plans shall govern over those shown in the
proposal.
Amending and Supplementing Contract Documents
A. The Contract Documents may be amended to provide for additions, deletions, and revisions in
the Work or to modify the terms and conditions thereof by a Change Order.
B. The requirements of the Contract Documents may be supplemented, and minor variations and
deviations in the Work not involving a change in Contract Price or Contract Time, may be
authorized, by one or more of the following ways:
1. A Field Order;
2. City's review of a Submittal (subject to the provisions of Paragraph 6.18.C); or
3. City's written interpretation or clarification.
Reuse of Documents
A. Contractor and any Subcontractor or Supplier shall not:
1. have or acquire any title to or ownership rights in any of the Drawings, Specifications, or
other documents (or copies of any thereo fl prepared by or bearing the seal of Engineer,
including electronic media editions; or
2. reuse any such Drawings, Specifications, other documents, or copies thereof on extensions of
the Project or any other project without written consent of City and specific written verification
or adaptation by Engineer.
CITY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CiTY PROJ. NUM. 105677
Revision: 3/08/2024
00 �2 00 -1
GENERAL CONDITIONS
Page 11 of 63
B. The prohibitions of this Paragraph 3.05 will survive final payment, or termination of the
Contract. Nothing herein shall preclude Contractor from retaining copies of the Contract
Documents for record purposes.
3.06 Electronic Data
A. Unless otherwise stated in the Supplementary Conditions, the data furnished by City or Engineer
to Contractor, or by Contractor to City or Engineer, that may be relied upon are limited to the
printed copies included in the Contract Documents (also known as hard copies) and other
Specifications referenced and located on the City's on-line electronic document management and
collaboration system site. Files in electronic media format of teXt, data, graphics, or other types
are furnished only for the convenience of the receiving party. Any conclusion or information
obtained or derived from such electronic files will be at the user's sole risk. Ifthere is a discrepancy
between the electronic files and the hard copies, the hard copies govern.
B. When transferring documents in electronic media format, the transferring party makes no
representations as to long term compatibility, usability, or readability of documents resulting from
the use of software application packages, operating systems, or computer hardware differing from
those used by the data's creator.
ARTICLE 4— AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS;
HAZARDOUS ENVIRONMENTAL CONDITIONS; REFERENCE POINTS
4.01 Availability of Lands
A. City shall furnish the Site. City shall notify Contractor of any encumbrances or restrictions not of
general application but specifically related to use of the Site with which Contractor must comply
in performing the Work. City will obtain in a timely manner and pay for easements for permanent
structures or permanent changes in existing facilities.
The City has obtained or anticipates acquisition of and/or access to right-of-way, and/or
easements. Any outstanding right-of-way and/or easements are anticipated to be acquired in
accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule
submitted by the Contractor in accordance with the Contract Documents must consider any
outstanding right-of-way, and/or easements.
2. The City has or anticipates removing and/or relocating utilities, and obstructions to the Site.
Any outstanding removal or relocation of utilities or obstructions is anticipated in accordance
with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted
by the Contractor in accordance with the Contract Documents must consider any outstanding
utilities or obstructions to be removed, adjusted, and/or relocated by others.
B. Upon reasonable written request, City shall furnish Contractor with a current statement of record
legal title and legal description of the lands upon which the Work is to be performed.
CITY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CiTY PROJ. NUM. 105677
Revision: 3/08/2024
00 �2 00 -1
GENERAL CONDITIONS
Page 12 of 63
4.02
4.03
C. Contractor shall provide for all additional lands and access thereto that may be required for
construction facilities or storage of materials and equipment.
Subsurface and Physical Conditions
A. Reports and Drawings: The Supplementary Conditions identify:
1. those reports known to City of explorations and tests of subsurface conditions at or
contiguous to the Site; and
2. those drawings known to City of physical conditions relating to existing surface or
subsurface structures at the Site (except Underground Facilities).
B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the
accuracy of the "technical data" contained in such reports and drawings, but such reports and
drawings are not Contract Documents. Such "technical data" is identified in the Supplementary
Conditions. Contractor may not make any Contract Claim against City, or any of their officers,
directors, members, partners, employees, agents, consultants, or subcontractors with respect to:
1. the completeness of such reports and drawings for Contractor's purposes, including, but not
limited to, any aspects of the means, methods, techniques, sequences, and procedures of
construction to be employed by Contractor, and safety precautions and programs incident
thereto;or
2. other data, interpretations, opinions, and information contained in such reports or shown or
indicated in such drawings; or
3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such
other data, interpretations, opinions, or information.
Differing Subsurface or Physical Conditions
A. Notice: If Contractor believes that any subsurface or physical condition that is uncovered or
revealed either:
1. is of such a nature as to establish that any "technical data" on which Contractor is entitled to
rely as provided in Paragraph 4.02 is materially inaccurate; or
2. is of such a nature as to require a change in the Contract Documents; or
3. differs materially from that shown or indicated in the Contract Documents; or
4. is of an unusual nature, and differs materially from conditions ordinarily encountered and
generally recognized as inherent in work of the character provided for in the Contract
Documents;
CITY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CiTY PROJ. NUM. 105677
Revision: 3/08/2024
00 �2 00 -1
GENERAL CONDITIONS
Page 13 of 63
then Contractor shall, promptly after becoming aware thereof and before further disturbing the
subsurface or physical conditions or performing any Work in connection therewith (except in an
emergency as required by Paragraph 6.17.A), notify City in writing about such condition.
B. Possible Price and Time Adjustments
Contractor shall not be entitled to any adjustment in the Contract Price or Contract Time if:
1. Contractor knew of the existence of such conditions at the time Contractor made a final
commitment to City with respect to Contract Price and Contract Time by the submission of a
Bid or becoming bound under a negotiated contract; or
2. the existence of such condition could reasonably have been discovered or revealed as a result
of the examination of the Contract Documents or the Site; or
3. Contractor failed to give the written notice as required by Paragraph 4.03.A.
4.04 Underground Facilities
A. Shown or Indicated: The information and data shown or indicated in the Contract Documents
with respect to existing Underground Facilities at or contiguous to the Site is based on information
and data furnished to City or Engineer by the owners of such Underground Facilities,
including City, or by others. Unless it is otherwise expressly provided in the Supplementary
Conditions:
1. City and Engineer shall not be responsible for the accuracy or completeness of any such
information or data provided by others; and
2. the cost of all of the following will be included in the Contract Price, and Contractor shall
have full responsibility for:
a. reviewing and checking all such information and data;
b. locating all Underground Facilities shown or indicated in the Contract Documents;
c. coordination and adjustment of the Work with the owners of such Underground
Facilities, including City, during construction; and
d. the safety and protection of all such Underground Facilities and repairing any damage
thereto resulting from the Work.
B. Not Shown or Indicated:
1. If an Underground Facility which conflicts with the Work is uncovered or revealed at or
contiguous to the Site which was not shown or indicated, or not shown or indicated with
reasonable accuracy in the Contract Documents, Contractor shall, promptly after becoming
aware thereof and before further disturbing conditions affected thereby or performing any
CITY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CiTY PROJ. NUM. 105677
Revision: 3/08/2024
00 �2 00 -1
GENERAL CONDITIONS
Page 14 of 63
Work in connection therewith (except in an emergency as required by Paragraph 6.17.A),
identify the owner of such Underground Facility and give notice to that owner and to City.
City will review the discovered Underground Facility and determine the eXtent, if any, to
which a change may be required in the Contract Documents to reflect and document the
consequences of the existence or location of the Underground Facility. Contractor shall be
responsible for the safety and protection of such discovered Underground Facility.
2. If City concludes that a change in the Contract Documents is required, a Change Order may
be issued to reflect and document such consequences.
3. Verification of eXisting utilities, structures, and service lines shall include notification of all
utility companies a minimum of 48 hours in advance of construction including exploratory
excavation if necessary.
4.05 Reference Points
A. City shall provide engineering surveys to establish reference points for construction, which in
City's judgment are necessary to enable Contractor to proceed with the Work. City will provide
construction stakes or other customary method of marking to establish line and grades for roadway
and utility construction, centerlines and benchmarks for bridgework. Contractor shall protect and
preserve the established reference points and property monuments, and shall make no changes or
relocations. Contractor shall report to City whenever any reference point or property monument is
lost or destroyed or requires relocation because of necessary changes in grades or locations. The
City shall be responsible for the replacement or relocation of reference points or property
monuments not carelessly or willfully destroyed by the Contractor. The Contractor shall notify
City in advance and with sufficient time to avoid delays.
B. Whenever, in the opinion of the City, any reference point or monument has been carelessly or
willfully destroyed, disturbed, or removed by the Contractor or any of his employees, the full cost
for replacing such points plus 25% will be charged against the Contractor, and the full amount will
be deducted from payment due the Contractor.
4.06 Hazardous Environmental Condition at Site
A. Reports and Drawings: The Supplementary Conditions identify those reports and drawings known
to City relating to Hazardous Environmental Conditions that have been identified at the Site.
B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the
accuracy of the "technical data" contained in such reports and drawings, but such reports and
drawings are not Contract Documents. Such "technical data" is identified in the Supplementary
Conditions. Contractor may not make any Contract Claim against City, or any of their officers,
directors, members, partners, employees, agents, consultants, or subcontractors with respect to:
1. the completeness of such reports and drawings for Contractor's purposes, including, but not
limited to, any aspects of the means, methods, techniques, sequences and procedures of
CITY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CiTY PROJ. NUM. 105677
Revision: 3/08/2024
00 �2 00 -1
GENERAL CONDITIONS
Page 15 of 63
construction to be employed by Contractor and safety precautions and programs incident
thereto;or
2. other data, interpretations, opinions and information contained in such reports or shown or
indicated in such drawings; ar
3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such
other data, interpretations, opinions or information.
C. Contractor shall not be responsible for any Hazardous Environmental Condition uncovered or
revealed at the Site which was not shown or indicated in Drawings or Specifications or identified
in the Contract Documents to be within the scope of the Work. Contractor shall be responsible for
a Hazardous Environmental Condition created with any materials brought to the Site by
Contractor, Subcontractors, Suppliers, or anyone else for whom Contractor is responsible.
D. If Contractor encounters a Hazardous Environmental Condition or if Contractor or anyone for
whom Contractor is responsible creates a Hazardous Environmental Condition, Contractor shall
immediately: (i) secure or otherwise isolate such condition; (ii) stop all Work in connection with
such condition and in any area affected thereby (except in an emergency as required by Paragraph
6.17.A); and (iii) notify City (and promptly thereafter confirm such notice in writing). City may
consider the necessity to retain a qualified expert to evaluate such condition or take corrective
action, if any.
E. Contractor shall not be required to resume Work in connection with such condition or in any
affected area until a$er City has obtained any required permits related thereto and delivered written
notice to Contractor: (i) specifying that such condition and any affected area is or has been
rendered suitable for the resumption of Work; or (ii) specifying any special conditions under which
such Work may be resumed.
F. If after receipt of such written notice Contractor does not agree to resume such Work based on a
reasonable belief it is unsafe, or does not agree to resume such Work under such special conditions,
then City may order the portion of the Work that is in the area affected by such condition to be
deleted from the Work. City may have such deleted portion of the Work performed by City's own
forces or others.
G. To the fullest extent permitted by Laws and Regulations, Contractor shall indemn� and hold
harmless City, fi^om and against all claims, costs, losses, and damages (including but not limited
to all fees and charges of engineers, architects, attorneys, and other professionals and all court
or arbitration or other dispute resolution costs) arising out of or relating to a Hazardous
Environmental Condition created by Contractor or by anyone for whom Contractor is responsible.
Nothing in this Paragraph 4. 06. G shall obligate Contractor to indemnify any individual or entity
fi^om and against the consequences of that individual's or entity's own negligence.
H. The provisions of Paragraphs 4.02, 4.03, and 4.04 do not apply to a Hazardous Environmental
Condition uncovered or revealed at the Site.
CITY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CiTY PROJ. NUM. 105677
Revision: 3/08/2024
00 �2 00 -1
GENERAL CONDITIONS
Page 16 of 63
ARTICLE 5— BONDS AND INSURANCE
5.01 Licensed Sureties and Insurers
5.02
5.03
All bonds and insurance required by the Contract Documents to be purchased and maintained by
Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized
in the State of Texas to issue bonds or insurance policies for the limits and coverages so required.
Such surety and insurance companies shall also meet such additional requirements and qualifications
as may be provided in the Supplementary Conditions.
Performance, Payment, and Maintenance Bonds
A. Contractor shall furnish performance and payment bonds, in accordance with Texas Government
Code Chapter 2253 or successor statute, each in an amount equal to the Contract Price as
security for the faithful performance and payment of all of Contractor's obligations under the
Contract Documents.
B. Contractor shall furnish maintenance bonds in an amount equal to the Contract Price as security
to protect the City against any defects in any portion of the Work described in the Contract
Documents. Maintenance bonds shall remain in effect for two (2) years a$er the date of Final
Acceptance by the City.
C. All bonds shall be in the form prescribed by the Contract Documents except as provided otherwise
by Laws or Regulations, and shall be executed by such sureties as are named in the list of
"Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as
Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial
Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed by
an agent or attorney-in-fact must be accompanied by a sealed and dated power of attorney which
shall show that it is effective on the date the agent or attorney-in-fact signed each bond.
D. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or its
right to do business is terminated in the State of Texas or it ceases to meet the requirements of
Paragraph 5.02.C, Contractor shall promptly notify City and shall, within 30 days after the event
giving rise to such notification, provide another bond and surety, both of which shall comply with
the requirements of Paragraphs 5.01 and 5.02.C.
Certificates of Insurance
Contractor shall deliver to City, with copies to each additional insured and loss payee identified in the
Supplementary Conditions, certificates of insurance (other evidence of insurance requested by City or
any other additional insured) in at least the minimum amount as specified in the Supplementary
Conditions which Contractor is required to purchase and maintain.
1. The certificate of insurance shall document the City, and all identified entities named in the
Supplementary Conditions as "Additional Insured" on all liability policies.
CITY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CiTY PROJ. NUM. 105677
Revision: 3/08/2024
00 �2 00 -1
GENERAL CONDITIONS
Page 17 of 63
2. The Contractor's general liability insurance shall include a, "per project" or "per location",
endorsement, which shall be identified in the certificate of insurance provided to the City.
3. The certificate shall be signed by an agent authorized to bind coverage on behalf of the insured,
be complete in its entirety, and show complete insurance carrier names as listed in the current
A.M. Best Property & Casualty Guide
4. The insurers for all policies must be licensed and/or approved to do business in the State of
Texas. Except for workers' compensation, all insurers must have a minimum rating of A-:
VII in the current A. M. Best Key Rating Guide or have reasonably equivalent financial
strength and solvency to the satisfaction of Risk Management. If the rating is below that
required, written approval of City is required.
5. All applicable policies shall include a Waiver of Subrogation (Rights of Recovery) in favor
of the City. In addition, the Contractor agrees to waive all rights of subrogation against the
Engineer (if applicable), and each additional insured identified in the Supplementary
Conditions
6. Failure of the City to demand such certificates or other evidence of full compliance with the
insurance requirements or failure of the City to identify a deficiency from evidence that is
provided shall not be construed as a waiver of Contractor's obligation to maintain such lines
of insurance coverage.
7. If insurance policies are not written for specified coverage limits, an Umbrella or Excess
Liability insurance for any differences is required. Excess Liability shall follow form of the
primary coverage.
8. Unless otherwise stated, all required insurance shall be written on the "occurrence basis". If
coverage is underwritten on a claims-made basis, the retroactive date shall be coincident with
or prior to the date of the effective date of the agreement and the certificate of insurance shall
state that the coverage is claims-made and the retroactive date. The insurance coverage shall
be maintained for the duration of the Contract and for three (3) years following Final
Acceptance provided under the Contract Documents or for the warranty period, whichever is
longer. An annual certificate of insurance submitted to the City shall evidence such
insurance coverage.
9. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the
required lines of coverage, nor decrease the limits of said coverage unless such endorsements
are approved in writing by the City. In the event a Contract has been bid or executed and the
exclusions are determined to be unacceptable or the City desires additional insurance coverage,
and the City desires the contractor/engineer to obtain such coverage, the contract price shall
be adjusted by the cost of the premium for such additional coverage plus 10%.
10. Any self-insured retention (SIR), in eXcess of $25,000.00, affecting required insurance
coverage shall be approved by the City in regards to asset value and stockholders' equity. In
CITY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CiTY PROJ. NUM. 105677
Revision: 3/08/2024
00 �2 00 -1
GENERAL CONDITIONS
Page 18 of 63
lieu of traditional insurance, alternative coverage maintained through insurance pools or risk
retention groups, must also be approved by City.
11. Any deductible in excess of $5,000.00, for any policy that does not provide coverage on a
first-dollar basis, must be acceptable to and approved by the City.
12. City, at its sole discretion, reserves the right to review the insurance requirements and to
make reasonable adjustments to insurance coverage's and their limits when deemed necessary
and prudent by the City based upon changes in statutory law, court decision or the claims
history of the industry as well as of the contracting party to the City. The City shall be required
to provide prior notice of 90 days, and the insurance adjustments shall be incorporated into the
Work by Change Order.
13. City shall be entitled, upon written request and without eXpense, to receive copies of policies
and endorsements thereto and may make any reasonable requests for deletion or revision or
modifications of particular policy terms, conditions, limitations, or eXclusions necessary to
conform the policy and endorsements to the requirements of the Contract. Deletions, revisions,
or modifications shall not be required where policy provisions are established by law or
regulations binding upon either party or the underwriter on any such policies.
14. City shall not be responsible for the direct payment of insurance premium costs for
Contractor's insurance.
5.04 Contractor's Insurance
A. Workers Compensation and Employers' Liability. Contractor shall purchase and maintain such
insurance coverage with limits consistent with statutory benefits outlined in the Texas Workers'
Compensation Act (Texas Labor Code, Ch. 406, as amended), and minimum limits for Employers'
Liability as is appropriate for the Work being performed and as will provide protection from claims
set forth below which may arise out of or result from Contractor's performance of the Work and
Contractor's other obligations under the Contract Documents, whether it is to be performed by
Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of
them to perform any of the Work, or by anyone for whose acts any of them may be liable:
1. claims under workers' compensation, disability benefits, and other similar employee benefit
acts;
2. claims for damages because of bodily injury, occupational sickness or disease, or death of
Contractor's employees.
B. Commercial General Liability. Coverage shall include but not be limited to covering liability
(bodily injury or property damage) arising from: premises/operations, independent contractors,
products/completed operations, personal injury, and liability under an insured contract. Insurance
shall be provided on an occurrence basis, and as comprehensive as the current Insurance Services
Office (ISO) policy. This insurance shall apply as primary insurance with respect to any other
CITY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CiTY PROJ. NUM. 105677
Revision: 3/08/2024
00 �2 00 -1
GENERAL CONDITIONS
Page 19 of 63
insurance or self-insurance programs afforded to the City. The Commercial General Liability
policy, shall have no exclusions by endorsements that would alter of nullify premises/operations,
products/completed operations, contractual, personal injury, or advertising injury, which are
normally contained with the policy, unless the City approves such exclusions in writing.
For construction projects that present a substantial completed operation exposure, the City may
require the contractor to maintain completed operations coverage for a minimum of no less than
three (3) years following the completion of the project (if identified in the Supplementary
Conditions).
C. Automobile Liability. A commercial business auto policy shall provide coverage on "any autd',
defined as autos owned, hired and non-owned and provide indemnity for claims for damages
because bodily injury or death of any person and or property damage arising out of the work,
maintenance or use of any motor vehicle by the Contractor, any Subcontractor or Supplier, or by
anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone
for whose acts any of them may be liable.
D. Railroad Protective Liability. If any of the work or any warranty work is within the limits of
railroad right-of-way, the Contractor shall comply with the requirements identified in the
Supplementary Conditions.
E. Notification of Policy Cancellation: Contractor shall immediately notify City upon cancellation
or other loss of insurance coverage. Contractor shall stop work until replacement insurance has
been procured. There shall be no time credit for days not worked pursuant to this section.
5.05 Acceptance 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 City shall so notify the Contractor in writing
within 10 Business Days a$er receipt of the certificates (or other evidence requested). Contractor shall
provide to the City such additional information in respect of insurance provided as the City may
reasonably request. If Contractor does not purchase or maintain all of the bonds and insurance required
by the Contract Documents, the City shall notify the Contractor in writing of such failure prior to the
start of the Work, or of such failure to maintain prior to any change in the required coverage.
ARTICLE 6 — CONTRACTOR'S RESPONSIBILITIES
6.01 Supervision and Superintendence
A. Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting
such attention thereto and applying such skills and expertise as may be necessary to perform the
Work in accordance with the Contract Documents. Contractor shall be solely responsible for the
means, methods, techniques, sequences, and procedures of construction.
CITY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CiTY PROJ. NUM. 105677
Revision: 3/08/2024
00 �2 00 -1
GENERAL CONDITIONS
Page 20 of 63
6.02
6.03
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.
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.
Services, Materials, and Equipment
A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full
responsibility for all services, materials, equipment, labor, transportation, construction equipment
and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities,
temporary facilities, and all other facilities and incidentals necessary for the performance,
Contractor required testing, start-up, and completion of the Work.
B. All materials and equipment incorporated into the Work shall be as specified or, if not specified,
shall be of good quality and new, except as otherwise provided in the Contract Documents. All
special warranties and guarantees required by the Specifications shall expressly run to the benefit
of City. If required by City, Contractor shall furnish satisfactory evidence (including reports of
required tests) as to the source, kind, and quality of materials and equipment.
CITY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CiTY PROJ. NUM. 105677
Revision: 3/08/2024
00 �2 00 -1
GENERAL CONDITIONS
Page 21 of 63
6.04
C. All materials and equipment to be incorporated into the Work shall be stored, applied, installed,
connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of
the applicable Supplier, except as otherwise may be provided in the Contract Documents.
D. All items of standard equipment to be incorporated into the Work shall be the latest model at the
time of bid, unless otherwise specified.
Project Schedule
A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.07
and the General Requirements as it may be adjusted from time to time as provided below.
Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.07 and
the General Requirements) proposed adjustments in the Project Schedule that will not result
in changing the Contract Time. Such adjustments will comply with any provisions of the
General Requirements applicable thereto.
2. Contractor shall submit to City a monthly Project Schedule with a monthly progress payment
for the duration of the Contract in accordance with the schedule specification O1 32 16.
Proposed adjustments in the Project Schedule that will change the Contract Time shall be
submitted in accordance with the requirements of Article 12. Adjustments in Contract Time
may only be made by a Change Order.
6.05
Substitutes and "Or-Equals "
A. Whenever an item of material or equipment is specified or described in the Contract Documents
by using the name of a proprietary item or the name of a particular Supplier, the specification or
description is intended to establish the type, function, appearance, and quality required. Unless the
specification or description contains or is followed by words reading that no like, equivalent, or
"or-equal" item or no substitution is permitted, other items of material or equipment of other
Suppliers may be submitted to City for review under the circumstances described below.
"Or-Equal " Items: If in City's sole discretion an item of material or equipment proposed by
Contractor is functionally equal to that named and sufficiently similar so that no change in
related Work will be required, it may be considered by City as an "or-equal" item, in which
case review and approval of the proposed item may, in City's sole discretion, be accomplished
without compliance with some or all of the requirements for approval of proposed substitute
items. For the purposes of this Paragraph 6.OS.A.1, a proposed item of material or equipment
will be considered functionally equal to an item so named if:
a. the City determines that:
1) it is at least equal in materials of construction, quality, durability, appearance,
strength, and design characteristics;
CITY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CiTY PROJ. NUM. 105677
Revision: 3/08/2024
00 �2 00 -1
GENERAL CONDITIONS
Page 22 of 63
2) it will reliably perform at least equally well the function and achieve the results
imposed by the design concept of the completed Project as a functioning whole; and
3) it has a proven record of performance and availability of responsive service; and
b. Contractor certifies that, if approved and incorporated into the Work:
1) there will be no increase in cost to the City or increase in Contract Time; and
2) it will conform substantially to the detailed requirements of the item named in the
Contract Documents.
2. Substitute Items:
a. If in City's sole discretion an item of material or equipment proposed by Contractor does
not qualify as an "or-equal" item under Paragraph 6.OS.A.1, it may be submitted as a
proposed substitute item.
b. Contractor shall submit sufficient information as provided below to allow City to determine
if the item of material or equipment proposed is essentially equivalent to that named and
an acceptable substitute therefor. Requests for review of proposed substitute items of
material or equipment will not be accepted by City from anyone other than Contractor.
Contractor shall make written application to City for review of a proposed substitute item
of material or equipment that Contractor seeks to furnish or use. The application shall
comply with Section O1 25 00 and:
1) shall certify that the proposed substitute item will:
a) perform adequately the functions and achieve the results called for by the general
design;
b) be similar in substance to that specified;
c) be suited to the same use as that specified; and
2) will state:
a) the eXtent, if any, to which the use of the proposed substitute item will prejudice
Contractor's achievement of final completion on time;
b) whether use of the proposed substitute item in the Work will require a change in
any of the Contract Documents (or in the provisions of any other direct contract
with City for other work on the Project) to adapt the design to the proposed
substitute item;
CITY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CiTY PROJ. NUM. 105677
Revision: 3/08/2024
00 �2 00 -1
GENERAL CONDITIONS
Page 23 of 63
c) whether incorporation or use of the proposed substitute item in connection with
the Work is subject to payment of any license fee or royalty; and
3) will identify:
a) all variations of the proposed substitute item from that specified;
b) available engineering, sales, maintenance, repair, and replacement services; and
4) shall contain an itemized estimate of all costs or credits that will result directly or
indirectly from use of such substitute item, including costs of redesign and Damage
Claims of other contractors affected by any resulting change.
B. Substitute Const�^uction Methods or Procedures: If a specific means, method, technique, sequence,
or procedure of construction is expressly required by the Contract Documents, Contractor may
furnish or utilize a substitute means, method, technique, sequence, or procedure of construction
approved by City. Contractor shall submit sufficient information to allow City, in City's sole
discretion, to determine that the substitute proposed is equivalent to that eXpressly called for by
the Contract Documents. Contractor shall make written application to City for review in the same
manner as those provided in Paragraph 6.OS.A.2.
C. City's Evaluation: City will be allowed a reasonable time within which to evaluate each
proposal or submittal made pursuant to Paragraphs 6.OS.A and 6.OS.B. City may require Contractor
to furnish additional data about the proposed substitute. City will be the sole judge of acceptability.
No "or-equal" or substitute will be ordered, installed or utilized until City's review is complete,
which will be evidenced by a Change Order in the case of a substitute and an accepted Submittal
for an "or-equal." City will advise Contractor in writing of its determination.
D. Special Guarantee: City may require Contractor to furnish at Contractor's eXpense a special
performance guarantee, warranty, or other surety with respect to any substitute. Contractor shall
indemnify and hold harmless City and anyone directly or indirectly employed by them fi^om and
against any and all claims, damages, losses and expenses (including attorneys fees) arising out of
the use of substituted materials or equipment.
E. City's Cost Reimbursement: City will record City's costs in evaluating a substitute proposed or
submitted by Contractor pursuant to Paragraphs 6.OS.A.2 and 6.OS.B. Whether or not City
approves a substitute so proposed or submitted by Contractor, Contractor may be required to
reimburse City for evaluating each such proposed substitute. Contractor may also be required to
reimburse City for the charges for making changes in the Contract Documents (or in the provisions
of any other direct contract with City) resulting from the acceptance of each proposed substitute.
F. Contractor's Expense: Contractor shall provide all data in support of any proposed substitute or
"or-equal" at Contractor's expense.
CITY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CiTY PROJ. NUM. 105677
Revision: 3/08/2024
00 �2 00 -1
GENERAL CONDITIONS
Page 24 of 63
G. City Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a substitute
shall be incorporated to the Contract by Change Order.
H. Time Extensions: No additional time will be granted for substitutions.
6.06 Concerning Subcontractors, Suppliers, and Others
A. Contractor shall perform with his own organization, work of a value not less than 35% of the
value embraced on the Contract, unless otherwise approved by the City.
B. Contractor shall not employ any Subcontractor, Supplier, or other individual or entity, whether
initially or as a replacement, against whom City may have reasonable objection. Contractor shall
not be required to employ any Subcontractor, Supplier, or other individual or entity to furnish or
perform any of the Work against whom Contractor has reasonable objection (excluding those
acceptable to City as indicated in Paragraph 6.06.C).
C. The City may from time to time require the use of certain Subcontractors, Suppliers, or other
individuals or entities on the project, and will provide such requirements in the Supplementary
Conditions.
D. Minority and Women Business Enterprise Compliance: 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 MWBE goal,
Contractor is required to comply with the intent of the City's MWBE Business Enterprise
Ordinance (as amended) by the following:
1. Contractor shall, upon request by City, provide complete and accurate information regarding
actual work performed by 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
MWBE. Material misrepresentation of any nature will be grounds for termination of the
Contract in accordance with Paragraph 15.02.A. 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.
E. 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:
CITY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CiTY PROJ. NUM. 105677
Revision: 3/08/2024
00 �2 00 -1
GENERAL CONDITIONS
Page 25 of 63
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.
F. 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.
G. All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any
of the Work shall communicate with City through Contractor.
H. All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an
appropriate agreement between Contractor and the Subcontractor or Supplier which specifically
binds the Subcontractor or Supplier to the applicable terms and conditions of the Contract
Documents for the benefit of City.
6.07 Wage Rates
A. Duty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of
Chapter 2258, Texas Government Code (as amended), including the payment of not less than the
rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in
accordance with Chapter 2258. Such prevailing wage rates are included in these Contract
Documents.
B. Penalty for Violation. A Contractor or any Subcontractor who does not pay the prevailing wage
shall, upon demand made by the City, pay to the City $60 for each worker employed for each
calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated
in these contract documents. This penalty shall be retained by the City to offset its administrative
costs, pursuant to Texas Government Code 2258.023.
C. Complaints of Violations and City Determination of Good Cause. On receipt of information,
including a complaint by a worker, concerning an alleged violation of 2258.023, Texas
Government Code, by a Contractor or Subcontractor, the City shall make an initial
determination, before the 31 st day after the date the City receives the information, as to whether
good cause eXists to believe that the violation occurred. The City shall notify in writing the
Contractor or Subcontractor and any affected worker of its initial determination. Upon the City's
determination that there is good cause to believe the Contractor or Subcontractor has violated
Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the
difference between wages paid and wages due under the prevailing wage rates, such amounts being
subtracted from successive progress payments pending a final determination of the violation.
CITY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CiTY PROJ. NUM. 105677
Revision: 3/08/2024
00 �2 00 -1
GENERAL CONDITIONS
Page 26 of 63
D. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section
2258.023, TeXas Government Code, including a penalty owed to the City or an affected worker,
shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act
(Article 224 et seq., Revised Statutes) if the Contractor or Subcontractor and any affected worker
does not resolve the issue by agreement before the 15th day after the date the City makes its initial
determination pursuant to Paragraph C above. If the persons required to arbitrate under this
section do not agree on an arbitrator before the l lth day after the date that arbitration is required,
a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a
party in the arbitration. The decision and award of the arbitrator is final and binding on all parties
and may be enforced in any court of competent jurisdiction.
E. Records to be Maintained. The Contractor and each Subcontractor shall, for a period of three (3)
years following the date of acceptance of the work, maintain records that show (i) the name and
occupation of each worker employed by the Contractor in the construction of the Work provided
for in this Contract; and (ii) the actual per diem wages paid to each worker. The records shall be
open at all reasonable hours for inspection by the City. The provisions of Paragraph 6.23, Right
to Audit, shall pertain to this inspection.
F. Affadavit. Contractor shall submit an affidavit stating that the Contractor has complied with the
requirements of Chapter 2258, Texas Government Code related to paying prevailing wage rates on
completion of the project.
G. Posting of Wage Rates. The Contractor shall post prevailing wage rates in a conspicuous place at
all times.
H. Subcontractor Compliance. The Contractor shall include in its subcontracts and/or shall
otherwise require all of its Subcontractors to comply with Paragraphs A through G above.
6.08 Patent Fees and Royalties
A. Contractor shall pay all license fees and royalties and assume all costs incident to the use in the
performance of the Work or the incorporation in the Work of any invention, design, process,
product, or device which is the subject of patent rights or copyrights held by others. If a particular
invention, design, process, product, or device is specified in the Contract Documents for use in the
performance of the Work and if, to the actual knowledge of City, its use is subject to patent rights
or copyrights calling for the payment of any license fee or royalty to others, the existence of such
rights shall be disclosed by City in the Contract Documents. Failure of the City to disclose such
information does not relieve the Contractor from its obligations to pay for the use of said fees or
royalties to others.
B. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold
harmless City, fi^om and against all claims, costs, losses, and damages (including but not limited
to all fees and charges of engineers, architects, attorneys, and other professionals and all court
or arbitration or other dispute resolution costs) arising out of or relating to any infi^ingement of
patent rights or copyrights incident to the use in the performance of the Work or resulting fi^om
CITY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CiTY PROJ. NUM. 105677
Revision: 3/08/2024
00 �2 00 -1
GENERAL CONDITIONS
Page 27 of 63
the incorporation in the Work of any invention, design, process, product, or device not specified
in the Contract Documents.
6.09 Permits and Utilities
A. Contractor obtained permits and licenses. Contractor shall obtain and pay for all construction
permits and licenses except those provided for in the Supplementary Conditions or Contract
Documents. City shall assist Contractor, when necessary, in obtaining such permits and licenses.
Contractor shall pay all governmental charges and inspection fees necessary for the prosecution of
the Work which are applicable at the time of opening of Bids, or, if there are no Bids, on the
Effective Date of the Agreement, except for permits provided by the City as specified in 6.09.B.
City shall pay all charges of utility owners for connections for providing permanent service to the
Work.
B. City obtained permits and licenses. City will obtain and pay for all permits and licenses as provided
for in the Supplementary Conditions or Contract Documents. It will be the Contractor's
responsibility to carry out the provisions of the permit. If the Contractor initiates changes to the
Contract and the City approves the changes, the Contractor is responsible for obtaining clearances
and coordinating with the appropriate regulatory agency. The City will not reimburse the
Contractor for any cost associated with these requirements of any City acquired permit. The
following are permits the City will obtain if required:
1. Texas Department of Transportation Permits
2. U.S. Army Corps of Engineers Permits
3. Texas Commission on Environmental Quality Permits
4. Railroad Company Permits
C. Outstanding permits and licenses. The City anticipates acquisition of and/or access to permits
and licenses. Any outstanding permits and licenses are anticipated to be acquired in accordance
with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by
the Contractor in accordance with the Contract Documents must consider any outstanding permits
and licenses.
6.10 Laws and Regulations
A. Contractor shall give all notices required by and shall comply with all Laws and Regulations
applicable to the performance of the Work. Except where otherwise expressly required by
applicable Laws and Regulations, the City shall not be responsible for monitoring Contractor's
compliance with any Laws or Regulations.
B. If Contractor performs any Work knowing or having reason to know that it is contrary to Laws or
Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not limited
to all fees and charges of engineers, architects, attorneys, and other professionals and all
CITY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CiTY PROJ. NUM. 105677
Revision: 3/08/2024
00 �2 00 -1
GENERAL CONDITIONS
Page 28 of 63
court or arbitration or other dispute resolution costs) arising out of or relating to such Work.
However, it shall not be Contractor's responsibility to make certain that the Specifications and
Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of
Contractor's obligations under Paragraph 3.02.
C. Changes in Laws or Regulations not known at the time of opening of Bids having an effect on
the cost or time of performance of the Work may be the subject of an adjustment in Contract Price
or Contract Time.
6.11 Taxes
A. On a contract awarded by the City, an organization which qualifies for exemption pursuant to
Texas Tax Code, Subchapter H, Sections 151.301-335 (as amended), the Contractor may purchase,
rent or lease all materials, supplies and equipment used or consumed in the performance of this
contract by issuing to his supplier an eXemption certificate in lieu of the taX, said eXemption
certificate to comply with State Comptroller's Ruling .007. Any such eXemption certificate issued
to the Contractor in lieu of the taX shall be subject to and shall comply with the provision of State
Comptroller's Ruling .011, and any other applicable rulings pertaining to the Texas Tax Code,
Subchapter H.
B. Texas Tax permits and information may be obtained from:
https://comptroller.texas. �ov/taxes/permit/
6.12 Use of Site and Other Areas
A. Limitation on Use of Site and Other Areas:
Contractor shall confine construction equipment, the storage of materials and equipment, and
the operations of workers to the Site and other areas permitted by Laws and Regulations, and
shall not unreasonably encumber the Site and other areas with construction equipment or other
materials or equipment. Contractor shall assume full responsibility for any damage to any such
land or area, or to the owner or occupant thereof, or of any adjacent land or areas resulting
from the performance of the Work.
2. At any time when, in the judgment of the City, the Contractor has obstructed or closed or is
carrying on operations in a portion of a street, right-of-way, or easement greater than is
necessary for proper execution of the Work, the City may require the Contractor to finish the
section on which operations are in progress before work is commenced on any additional
area of the Site.
CITY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CiTY PROJ. NUM. 105677
Revision: 3/08/2024
00 �2 00 -1
GENERAL CONDITIONS
Page 29 of 63
3. Should any Damage Claim be made by any such owner or occupant because of the performance
of the Work, Contractor shall promptly attempt to resolve the Damage Claim.
4. Pursuant to Paragraph 6.21, Contractor shall indemn� and hold harmless City, fi^om and
against all claims, costs, losses, and damages arising out of or relating to any claim or action,
legal or equitable, brought by any such owner or occupant against City.
B. Removal of Debris During Performance of the Work: During the progress of the Work
Contractor shall keep the Site and other areas free from accumulations of waste materials, rubbish,
and other debris. Removal and disposal of such waste materials, rubbish, and other debris shall
conform to applicable Laws and Regulations.
C. Site Maintenance Cleaning: 24 hours after written notice is given to the Contractor that the
clean-up on the job site is proceeding in a manner unsatisfactory to the City, if the Contractor fails
to correct the unsatisfactory procedure, the City may take such direct action as the City deems
appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice
(by letter or electronic communication), and the costs of such direct action, plus 25 % of such
costs, shall be deducted from the monies due or to become due to the Contractor.
D. Final Site Cleaning: Prior to Final Acceptance of the Work Contractor shall clean the Site and
the Work and make it ready for utilization by City or adjacent property owner. At the completion
of the Work Contractor shall remove from the Site all tools, appliances, construction equipment
and machinery, and surplus materials and shall restore to original condition or better all property
disturbed by the Work.
E. Loading St�^uctures: Contractor shall not load nor permit any part of any structure to be loaded
in any manner that will endanger the structure, nor shall Contractor subject any part of the Work
or adjacent property to stresses or pressures that will endanger it.
6.13 Record Documents
A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor and
approved by the City, one (1) record copy of all Drawings, Specifications, Addenda, Change
Orders, Field Orders, and written interpretations and clarifications in good order and annotated to
show changes made during construction. These record documents together with all approved
Samples and a counterpart of all accepted Submittals will be available to City for reference. Upon
completion of the Work, these record documents, any operation and maintenance manuals, and
Submittals will be delivered to City prior to Final Inspection. Contractor shall include accurate
locations for buried and imbedded items.
6.14 Safety and Protection
A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety
precautions and programs in connection with the Work. Such responsibility does not relieve
Subcontractors of their responsibility for the safety of persons or property in the performance of
their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall
CITY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CiTY PROJ. NUM. 105677
Revision: 3/08/2024
00 �2 00 -1
GENERAL CONDITIONS
Page 30 of 63
6.15
6.16
6.17
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 offthe Site; and
3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks,
pavements, roadways, structures, utilities, and Underground Facilities not designated for
removal, relocation, or replacement in the course of construction.
B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of
persons or property, or to the protection of persons or property from damage, injury, or loss; and
shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall
notify owners of adjacent property and of Underground Facilities and other utility owners when
prosecution of the Work may affect them, and shall cooperate with them in the protection,
removal, relocation, and replacement of their property.
C. Contractor shall comply with the applicable requirements of City's safety programs, if any.
D. Contractor shall inform City of the specific requirements of Contractor's safety program, if any,
with which City's employees and representatives must comply while at the Site.
E. All damage, injury, or loss to any property referred to in Paragraph 6.14.A.2 or 6.14.A.3 caused,
directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other
individual or entity directly or indirectly employed by any of them to perform any of the Work, or
anyone for whose acts any of them may be liable, shall be remedied by Contractor.
F. Contractor's duties and responsibilities for safety and for protection of the Work shall continue
until such time as all the Work is completed and City has accepted the Work.
Safety Representative
Contractor shall inform City in writing of Contractor's designated safety representative at the Site.
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.
Emergencies and/or Rectification
A. In emergencies affecting the safety or protection of persons or the Work or property at the Site or
adjacent thereto, Contractor is obligated to act to prevent threatened damage, injury, or loss.
Contractor shall give City prompt written notice if Contractor believes that any significant
CITY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CiTY PROJ. NUM. 105677
Revision: 3/08/2024
00 �2 00 -1
GENERAL CONDITIONS
Page 31 of 63
changes in the Work or variations from the Contract Documents have been caused thereby or are
required as a result thereof. If City determines that a change in the Contract Documents is required
because of the action taken by Contractor in response to such an emergency, a Change Order may
be issued.
B. Should the Contractor fail to respond to a request from the City to rectify any discrepancies,
omissions, or correction necessary to conform with the requirements of the Contract Documents,
the City shall give the Contractor written notice that such work or changes are to be performed.
The written notice shall direct attention to the discrepant condition and request the Contractor to
take remedial action to correct the condition. In the event the Contractor does not take positive
steps to fulfill this written request, or does not show just cause for not taking the proper action,
within 24 hours, the City may take such remedial action with City forces or by contract. The City
shall deduct an amount equal to the entire costs for such remedial action, plus 25%, from any
funds due or become due the Contractor on the Project.
6.18 Submittals
A. Contractor shall submit required Submittals to City for review and acceptance in accordance
with the accepted Schedule of Submittals (as required by Paragraph 2.07). Each submittal will be
identified as City may require.
1. Submit number of copies specified in the General Requirements.
2. Data shown on the Submittals will be complete with respect to quantities, dimensions, specified
performance and design criteria, materials, and similar data to show City the services,
materials, and equipment Contractor proposes to provide and to enable City to review the
information for the limited purposes required by Paragraph 6.18.C.
3. Submittals submitted as herein provided by Contractor and reviewed by City for
conformance with the design concept shall be executed in conformity with the Contract
Documents unless otherwise required by City.
4. When Submittals are submitted for the purpose of showing the installation in greater detail,
their review shall not excuse Contractor from requirements shown on the Drawings and
Specifications.
5. For-Information-Only submittals upon which the City is not expected to conduct review or
take responsive action may be so identified in the Contract Documents.
6. Submit required number of Samples specified in the Specifications.
7. Clearly identify each Sample as to material, Supplier, pertinent data such as catalog numbers,
the use for which intended and other data as City may require to enable City to review the
submittal for the limited purposes required by Paragraph 6.18.C.
CITY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CiTY PROJ. NUM. 105677
Revision: 3/08/2024
00 �2 00 -1
GENERAL CONDITIONS
Page 32 of 63
6.19
6.20
B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any
related Work performed prior to City's review and acceptance of the pertinent submittal will be
at the sole expense and responsibility of Contractor.
C. City's Review:
1. City will provide timely review of required Submittals in accardance with the Schedule of
Submittals acceptable to City. City's review and acceptance will be only to determine if the
items covered by the submittals will, a$er installation or incorporation in the Work, conform
to the information given in the Contract Documents and be compatible with the design concept
of the completed Project as a functioning whole as indicated by the Contract Documents.
2. City's review and acceptance will not extend to means, methods, techniques, sequences, or
procedures of construction (except where a particular means, method, technique, sequence,
or procedure of construction is specifically and expressly called for by the Contract
Documents) or to safety precautions or programs incident thereto. The review and acceptance
of a separate item as such will not indicate approval of the assembly in which the item
functions.
3. City's review and acceptance shall not relieve Contractor from responsibility for any
variation from the requirements of the Contract Documents unless Contractor has complied
with the requirements of Section O1 33 00 and City has given written acceptance of each
such variation by specific written notation thereof incorporated in or accompanying the
Submittal. City's review and acceptance shall not relieve Contractor from responsibility for
complying with the requirements of the Contract Documents.
Continuing the Work
Except as otherwise provided, Contractor shall carry on the Work and adhere to the Project Schedule
during all disputes or disagreements with City. No Work shall be delayed or postponed pending
resolution of any disputes or disagreements, except as City and Contractor may otherwise agree in
writing.
Contractor's General Warranty and Guarantee
A. Contractor warrants and guarantees to City that all Work will be in accordance with the Contract
Documents and will not be defective. City and its officers, directors, members, partners,
employees, agents, consultants, and subcontractors shall be entitled to rely on representation of
Contractor's warranty and guarantee.
B. Contractor's warranty and guarantee hereunder excludes defects or damage caused by:
1. abuse, modification, or improper maintenance or operation by persons other than Contractor,
Subcontractors, Suppliers, or any other individual or entity for whom Contractor is
responsible; or
CITY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CiTY PROJ. NUM. 105677
Revision: 3/08/2024
00 �2 00 -1
GENERAL CONDITIONS
Page 33 of 63
2. normal wear and tear under normal usage.
C. Contractor's obligation to perform and complete the Work in accordance with the Contract
Documents shall be absolute. None of the following will constitute an acceptance of Work that is
not in accordance with the Contract Documents or a release of Contractor's obligation to perform
the Work in accordance with the Contract Documents:
1. observations by City;
2. recommendation or payment by City of any progress or final payment;
3. the issuance of a certificate of Final Acceptance by City or any payment related thereto by
City;
4. use or occupancy of the Work or any part thereof by City;
5. any review and acceptance of a Submittal by City;
6. any inspection, test, or approval by others; or
7. any correction of defective Work by City.
D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to
other work or property resulting therefrom which shall appear within a period of two (2) years
from the date of Final Acceptance of the Work unless a longer period is specified and shall furnish
a good and sufficient maintenance bond, complying with the requirements of Article
5.02.B. The City will give notice of observed defects with reasonable promptness.
6.21 Indemnification
A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own
expense, the City, its officers, servants and employees, from and against any and all claims
arising out of, or alleged to arise out of, the work and services to be performed by the
Contractor, its officers, agents, employees, subcontractors, licenses or invitees under this
Contract. THIS INDEMNIFICATION PR(lVi�iON i� �PFf,iFI A,,Y INT NnF,n T(l
OPERATE AND BF, F,FFF,f,Ti�lF� F��IF,N IF IT IS ALLEGED OR PROVEN THAT ALL
OR SOME OF THE DAMAGES BEINr �(li1rHT WERF 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 PR(IViSION IS
CITY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CiTY PROJ. NUM. 105677
Revision: 3/08/2024
00 �2 00 -1
GENERAL CONDITIONS
Page 34 of 63
6.22
6.23
SPECIFICALT,Y iNTFNnF,n TC) CIPERATE AND BE EFFECTiVF, F,VFN TF iT iS
ALLEGED OR PRCIVF,N THAT ALL OR SC1MF, C1F THE DAMAGES RF,iNr SC1iJrH't
WF.RF. CAi1SF,n. iN WHOLE OR iN P�$T. RY ANY Af,T. C1MjSSiC1N C)1�
�fiF,Nf,F, C1F THE CITY.
Delegation of Professional Design Services
A. Contractor will not be required to provide professional design services unless such services are
specifically required by the Contract Documents for a portion of the Work or unless such services
are required to carry out Contractor's responsibilities for construction means, methods, techniques,
sequences and procedures.
B. If professional design services or certifications by a design professional related to systems,
materials or equipment are specifically required of Contractor by the Contract Documents, City
will specify all performance and design criteria that such services must satisfy. Contractor shall
cause such services or certifications to be provided by a properly licensed professional, whose
signature and seal shall appear on all drawings, calculations, specifications, certifications, and
Submittals prepared by such professional. Submittals related to the Work designed or certified by
such professional, if prepared by others, shall bear such professional's written approval when
submitted to City.
C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the services,
certifications or approvals performed by such design professionals, provided City has specified
to Contractor performance and design criteria that such services must satisfy.
D. Pursuant to this Paragraph 6.22, City's review and acceptance of design calculations and design
drawings will be only for the limited purpose of checking for conformance with performance and
design criteria given and the design concept expressed in the Contract Documents. City's review
and acceptance of Submittals (except design calculations and design drawings) will be only for
the purpose stated in Paragraph 6.18.C.
Right to Audit
A. The Contractor agrees that the City shall, until the expiration of three (3) years a$er final
payment under this Contract, have access to and the right to examine and photocopy any directly
pertinent books, documents, papers, and records of the Contractor involving transactions relating
to this Contract. Contractor agrees that the City shall have access during Regular Working Hours
to all necessary Contractor facilities and shall be provided adequate and appropriate work space
in order to conduct audits in compliance with the provisions of this Paragraph. The City shall
give Contractor reasonable advance notice of intended audits.
B. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that
the subcontractor agrees that the City shall, until the eXpiration of three (3) years a$er final
payment under this Contract, have access to and the right to examine and photocopy any directly
pertinent books, documents, papers, and records of such Subcontractor, involving transactions to
the subcontract, and further, that City shall have access during Regular Working Hours to all
CITY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CiTY PROJ. NUM. 105677
Revision: 3/08/2024
00 �2 00 -1
GENERAL CONDITIONS
Page 35 of 63
Subcontractor facilities, and shall be provided adequate and appropriate work space in order to
conduct audits in compliance with the provisions of this Paragraph. The City shall give
Subcontractor reasonable advance notice of intended audits.
C. Contractor and Subcontractor agree to photocopy such documents as may be requested by the City.
The City agrees to reimburse Contractor for the cost of the copies as follows at the rate published
in the Texas Administrative Code in effect as of the time copying is performed.
6.24 Nondiscrimination
A. The City is responsible for operating Public Transportation Programs and implementing transit-
related projects, which are funded in part with Federal financial assistance awarded by the U.S.
Department of Transportation and the Federal Transit Administration (FTA), without
discriminating against any person in the United States on the basis of race, color, or national origin.
B. Title VI, Civil Rights Act of 1964 as amended: Contractor shall comply with the requirements of
the Act and the Regulations as further defined in the Supplementary Conditions for any project
receiving Federal assistance.
ARTICLE 7— OTHER WORK AT THE SITE
7.01 Related Work at Site
A. City may perform other work related to the Project at the Site with City's employees, or other
City contractors, or through other direct contracts therefor, or have other work performed by utility
owners. If such other work is not noted in the Contract Documents, then written notice thereof
will be given to Contractor prior to starting any such other work; and
B. Contractor shall afford each other contractor who is a party to such a direct contract, each utility
owner, and City, if City is performing other work with City's employees or other City contractors,
proper and safe access to the Site, provide a reasonable opportunity for the introduction and storage
of materials and equipment and the execution of such other work, and properly coordinate the
Work with theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be
required to properly connect or otherwise make its several parts come together and properly
integrate with such other work. Contractor shall not endanger any work of others by cutting,
excavating, or otherwise altering such work; provided, however, that Contractor may cut or alter
others' work with the written consent of City and the others whose work will be affected.
C. If the proper execution or results of any part of Contractor's Work depends upon work performed
by others under this Article 7, Contractor shall inspect such other work and promptly report to
City in writing any delays, defects, or deficiencies in such other work that render it unavailable
or unsuitable for the proper execution and results of Contractor's Work. Contractor's failure to so
report will constitute an acceptance of such other work as fit and proper for integration with
Contractor's Work except for latent defects in the work provided by others.
CITY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CiTY PROJ. NUM. 105677
Revision: 3/08/2024
00 �2 00 -1
GENERAL CONDITIONS
Page 36 of 63
7.02 Coordination
A. If City intends to contract with others for the performance of other work on the Project at the
Site, the following will be set forth in Supplementary Conditions:
1. the individual or entity who will have authority and responsibility for coordination of the
activities among the various contractors will be identified;
2. the specific matters to be covered by such authority and responsibility will be itemized; and
3. the extent of such authority and responsibilities will be provided.
B. Unless otherwise provided in the Supplementary Conditions, City shall have authority for such
coordination.
ARTICLE 8 — CITY'S RESPONSIBILITIES
8.01 Communications to Contractor
Except as otherwise provided in the Supplementary Conditions, City shall issue all communications
to Contractor.
8.02 Furnish Data
:1
; 1•�
:1
:1
City shall timely furnish the data required under the Contract Documents.
Pay When Due
City shall make payments to Contractor in accordance with Article 14.
Lands and Easements; Reports and Tests
City's duties with respect to providing lands and easements and providing engineering surveys to
establish reference points are set forth in Paragraphs 4.01 and 4.05. Paragraph 4.02 refers to City's
identifying and making available to Contractor copies of reports of explorations and tests of subsurface
conditions and drawings of physical conditions relating to existing surface or subsurface structures at
or contiguous to the Site that have been utilized by City in preparing the Contract Documents.
Change Orders
City shall execute Change Orders in accordance with Paragraph 10.03.
Inspections, Tests, and Approvals
City's responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph
13.03.
CITY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CiTY PROJ. NUM. 105677
Revision:3/08/2024
00 �2 00 -1
GENERAL CONDITIONS
Page 37 of 63
8.07 Limitations on City's Responsibilities
A. The City shall not supervise, direct, or have control or authority over, nor be responsible for,
Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety
precautions and programs incident thereto, or for any failure of Contractor to comply with Laws
and Regulations applicable to the performance of the Work. City will not be responsible for
Contractor's failure to perform the Work in accordance with the Contract Documents.
B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 6.14.
8.08 Undisclosed Hazardous Environmental Condition
City's responsibility with respect to an undisclosed Hazardous Environmental Condition is set forth
in Paragraph 4.06.
8.09 Compliance with Safety Program
While at the Site, City's employees and representatives shall comply with the specific applicable
requirements of Contractor's safety programs of which City has been informed pursuant to
Paragraph 6.14.
ARTICLE 9— CITY'S OBSERVATION STATUS DURING CONSTRUCTION
9.01 City's Project Manager
City will provide one or more Project Manager(s) during the construction period. The duties and
responsibilities and the limitations of authority of City's Project Manager during construction are set
forth in the Contract Documents. The City's Project Manager for this Contract is identified in the
Supplementary Conditions.
9.02 Visits to Site
A. City's Project Manager will make visits to the Site at intervals appropriate to the various stages
of construction as City deems necessary in order to observe the progress that has been made and
the quality of the various aspects of Contractor's executed Work. Based on information
obtained during such visits and observations, City's Project Manager will determine, in general, if
the Work is proceeding in accordance with the Contract Documents. City's Project Manager will
not be required to make exhaustive or continuous inspections on the Site to check the quality or
quantity of the Work. City's Project Manager's efforts will be directed toward providing City a
greater degree of confidence that the completed Work will conform generally to the Contract
Documents.
B. City's Project Manager's visits and observations are subject to all the limitations on authority and
responsibility in the Contract Documents including those set forth in Paragraph
8.07.
CITY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CiTY PROJ. NUM. 105677
Revision: 3/08/2024
00 �2 00 -1
GENERAL CONDITIONS
Page 38 of 63
9.03 Authorized T�ariations in Work
. �.
9.05
9.06
City's Project Manager may authorize minor variations in the Work from the requirements of the
Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time
and are compatible with the design concept of the completed Project as a functioning whole as
indicated by the Contract Documents. These may be accomplished by a Field Order and will be
binding on City and also on Contractor, who shall perform the Work involved promptly.
Rejecting Defective Work
City will have authority to reject Work which City's Project Manager 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 13, whether or not the Work is fabricated, installed, or completed.
Determinations for Work Performed
Contractor will determine the actual quantities and classifications of Work performed. City's Project
Manager will review with Contractor the preliminary determinations on such matters before rendering
a written recommendation. City's written decision will be final (eXcept as modified to reflect changed
factual conditions or more accurate data).
Decisions on Requirements of Contract Documents and Acceptability of Work
A. City will be the initial interpreter of the requirements of the Contract Documents and judge of the
acceptability of the Work thereunder.
B. City will render a written decision on any issue referred.
C. City's written decision on the issue referred will be final and binding on the Contractor, subject
to the provisions of Paragraph 10.06.
ARTICLE 10 — CHANGES IN THE WORK; CLAIMS; EXTRA WORK
10.01 Authorized Changes in the Work
A. Without invalidating the Contract and without notice to any surety, City may, at any time or from
time to time, order Extra Work. Upon notice of such Extra Work, Contractor shall promptly
proceed with the Work involved which will be performed under the applicable conditions of the
Contract Documents (except as otherwise specifically provided). Extra Work shall be
memorialized by a Change Order which may or may not precede an order of Extra work.
B. For minor changes of Work not requiring changes to Contract Time or Contract Price, a Field
Order may be issued by the City.
CITY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CiTY PROJ. NUM. 105677
Revision: 3/08/2024
00 �2 00 -1
GENERAL CONDITIONS
Page 39 of 63
10.02 Unauthorized Changes in the Work
Contractor shall not be entitled to an increase in the Contract Price or an extension of the Contract
Time with respect to any work performed that is not required by the Contract Documents as amended,
modified, or supplemented as provided in Paragraph 3.04, except in the case of an emergency as
provided in Paragraph 6.17.
10.03 Execution of Change Orders
A. City and Contractor shall execute appropriate Change Orders covering:
1. changes in the Work which are: (i) ordered by City pursuant to Paragraph 10.01.A, (ii) required
because of acceptance of defective Work under Paragraph 13.08 or City's correction of
defective Work under Paragraph 13.09, or (iii) agreed to by the parties;
2. changes in the Contract Price or Contract Time which are agreed to by the parties, including
any undisputed sum or amount of time for Work actually performed.
10.04 Extra Work
A. Should a difference arise as to what does or does not constitute Extra Work, or as to the payment
thereof, and the City insists upon its performance, the Contractor shall proceed with the work after
making written request for written orders and shall keep accurate account of the actual reasonable
cost thereof. Contract Claims regarding Extra Work shall be made pursuant to Paragraph 10.06.
B. The Contractor shall furnish the City such installation records of all deviations from the original
Contract Documents as may be necessary to enable the City to prepare for permanent record a
corrected set of plans showing the actual installation.
C. The compensation agreed upon for Extra Work whether or not initiated by a Change Order shall
be a full, complete and final payment for all costs Contractor incurs as a result or relating to the
change or Extra Work, whether said costs are known, unknown, foreseen or unforeseen at that
time, including without limitation, any costs for delay, eXtended overhead, ripple or impact cost,
or any other effect on changed or unchanged work as a result of the change or Extra Work.
10.05 Notification to Surety
If the provisions of any bond require notice to be given to a surety of any change affecting the general
scope of the Work or the provisions of the Contract Documents (including, but not limited to,
Contract Price or Contract Time), the giving of any such notice will be Contractor's responsibility.
The amount of each applicable bond will be adjusted by the Contractor to reflect the effect of any
such change.
CITY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CiTY PROJ. NUM. 105677
Revision: 3/08/2024
00 �2 00 -1
GENERAL CONDITIONS
Page 40 of 63
10.06 Contract Claims Process
A. City's Decision Required: All Contract Claims, eXcept those waived pursuant to Paragraph
14.09, shall be referred to the City for decision. A decision by City shall be required as a condition
precedent to any exercise by Contractor of any rights or remedies he may otherwise have under
the Contract Documents or by Laws and Regulations in respect of such Contract Claims.
B. Notice:
1. Written notice stating the general nature of each Contract Claim shall be delivered by the
Contractor to City no later than 15 days after the start of the event giving rise thereto. The
responsibility to substantiate a Contract Claim shall rest with the party making the Contract
Claim.
2. Notice of the amount or extent of the Contract Claim, with supporting data shall be delivered
to the City on or before 45 days from the start of the event giving rise thereto (unless the City
allows additional time for Contractor to submit additional or more accurate data in support of
such Contract Claim).
3. A Contract Claim for an adjustment in Contract Price shall be prepared in accordance with
the provisions of Paragraph 12.01.
4. A Contract Claim for an adjustment in Contract Time shall be prepared in accordance with
the provisions of Paragraph 12.02.
5. Each Contract Claim shall be accompanied by Contractor's written statement that the
adjustment claimed is the entire adjustment to which the Contractor believes it is entitled as a
result of said event.
6. The City shall submit any response to the Contractor within 30 days after receipt of the
claimant's last submittal (unless Contract allows additional time).
C. City's Action: City will review each Contract Claim and, within 30 days after receipt of the last
submittal of the Contractor, if any, take one of the following actions in writing:
1. deny the Contract Claim in whole or in part;
2. approve the Contract Claim; or
3. notify the Contractor that the City is unable to resolve the Contract Claim if, in the City's
sole discretion, it would be inappropriate for the City to do so. For purposes of further
resolution of the Contract Claim, such notice shall be deemed a denial.
CITY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CiTY PROJ. NUM. 105677
Revision: 3/08/2024
00 �2 00 -1
GENERAL CONDITIONS
Page 41 of 63
D. City's written action under Paragraph 10.06.0 will be final and binding, unless City or
Contractor invoke the dispute resolution procedure set forth in Article 16 within 30 days of such
action or denial.
E. No Contract Claim for an adjustment in Contract Price or Contract Time will be valid if not
submitted in accordance with this Paragraph 10.06.
ARTICLE 11— COST OF THE WORK; ALLOWANCES; UNIT PRICE WORK; PLANS
QUANTITY MEASUREMENT
11.01 Cost of the Work
A. Costs Included: The term Cost of the Work means the sum of all costs, except those eXcluded in
Paragraph 11.O1.B, necessarily incurred and paid by Contractor in the proper performance of the
Work. When the value of any Work covered by a Change Order, the costs to be reimbursed to
Contractor will be only those additional or incremental costs required because of the change in the
Work. Such costs shall not include any of the costs itemized in Paragraph 11.O1.B, and shall
include but not be limited to the following items:
1. Payroll costs for employees in the direct employ of Contractor in the performance of the
Work under schedules of job classifications agreed upon by City and Contractor. Such
employees shall include, without limitation, superintendents, foremen, and other personnel
employed full time on the Work. Payroll costs for employees not employed full time on the
Work shall be apportioned on the basis of their time spent on the Work. Payroll costs shall
include;
a. salaries with a 55% markup, or
b. salaries and wages plus the cost of fringe benefits, which shall include social security
contributions, unemployment, excise, and payroll taxes, workers' compensation, health
and retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto.
The expenses of performing Work outside of Regular Working Hours, Weekend
Working Hours, or legal holidays, shall be included in the above to the extent authorized
by City.
2. Cost of all materials and equipment furnished and incorporated in the Work, including costs
of transportation and storage thereof, and Suppliers' field services required in connection
therewith.
3. Rentals of all construction equipment and machinery, and the parts thereof whether rented
from Contractor or others in accordance with rental agreements approved by City, and the
costs of transportation, loading, unloading, assembly, dismantling, and removal thereof. All
such costs shall be in accordance with the terms of said rental agreements. The rental of any
such equipment, machinery, or parts shall cease when the use thereof is no longer necessary
for the Work.
CITY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CiTY PROJ. NUM. 105677
Revision: 3/08/2024
00 �2 00 -1
GENERAL CONDITIONS
Page 42 of 63
4. Payments made by Contractor to Subcontractors for Work performed by Subcontractors. If
required by City, Contractor shall obtain competitive bids from subcontractors acceptable to
City and Contractor and shall deliver such bids to City, who will then determine, which bids,
if any, will be acceptable. If any subcontract provides that the Subcontractor is to be paid on
the basis of Cost of the Work plus a fee, the Subcontractor's Cost of the Work and fee shall
be determined in the same manner as Contractor's Cost of the Work and fee as provided in
this Paragraph 11.01.
5. Costs of special consultants (including but not limited to engineers, architects, testing
laboratories, surveyors, attorneys, and accountants) employed for services specifically related
to the Work.
6. Supplemental costs including the following:
a. The proportion of necessary transportation, travel, and subsistence expenses of
Contractor's employees incurred in discharge of duties connected with the Work.
b. Cost, including transportation and maintenance, of all materials, supplies, equipment,
machinery, appliances, office, and temporary facilities at the Site, and hand tools not
owned by the workers, which are consumed in the performance of the Work, and cost, less
market value, of such items used but not consumed which remain the property of
Contractor.
c. Sales, consumer, use, and other similar taxes related to the Work, and for which
Contractor is liable not covered under Paragraph 6.11, as imposed by Laws and
Regulations.
d. Deposits lost for causes other than negligence of Contractor, any Subcontractor, or
anyone directly or indirectly employed by any of them or for whose acts any of them may
be liable, and royalty payments and fees for permits and licenses.
e. Losses and damages (and related expenses) caused by damage to the Work, not
compensated by insurance or otherwise, sustained by Contractor in connection with the
performance of the Work, provided such losses and damages have resulted from causes
other than the negligence of Contractor, any Subcontractor, or anyone directly or indirectly
employed by any of them or for whose acts any of them may be liable. Such losses shall
include settlements made with the written consent and approval of City. No such losses,
damages, and expenses shall be included in the Cost of the Work for the purpose of
determining Contractor's fee.
f. The cost of utilities, fuel, and sanitary facilities at the Site.
g. Minor expenses such as telegrams, long distance telephone calls, telephone and
communication services at the Site, express and courier services, and similar petty cash
items in connection with the Work.
CITY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CiTY PROJ. NUM. 105677
Revision: 3/08/2024
00 �2 00 -1
GENERAL CONDITIONS
Page 43 of 63
h. The costs of premiums for all bonds and insurance Contractor is required by the Contract
Documents to purchase and maintain.
B. Costs Excluded: The term Cost of the Work shall not include any of the following items:
1. Payroll costs and other compensation of Contractor's officers, eXecutives, principals (of
partnerships and sole proprietorships), general managers, safety managers, engineers,
architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents,
expediters, timekeepers, clerks, and other personnel employed by Contractor, whether at the
Site or in Contractor's principal or branch office for general administration of the Work and
not specifically included in the agreed upon schedule of job classifications referred to in
Paragraph 11.O1.A.1 or specifically covered by Paragraph 11.O1.A.4, all of which are to be
considered administrative costs covered by the Contractor's fee.
2. Expenses of Contractor's principal and branch offices other than Contractor's office at the
Site.
3. Any part of Contractor's capital expenses, including interest on Contractor's capital
employed for the Work and charges against Contractor for delinquent payments.
4. Costs due to the negligence of Contractor, any Subcontractor, or anyone directly or indirectly
employed by any of them or for whose acts any of them may be liable, including but not
limited to, the correction of defective Work, disposal of materials or equipment wrongly
supplied, and making good any damage to property.
5. Other overhead or general expense costs of any kind.
C. Contractor's Fee: When all the Work is performed on the basis of cost-plus, Contractor's fee
shall be determined as set forth in the Agreement. When the value of any Work covered by a
Change Order for an adjustment in Contract Price is determined on the basis of Cost of the
Work, Contractor's fee shall be determined as set forth in Paragraph 12.O1.C.
D. Documentation: Whenever the Cost of the Work for any purpose is to be determined pursuant to
Paragraphs 11.O1.A and 11.O1.B, Contractor will establish and maintain records thereof in
accordance with generally accepted accounting practices and submit in a form acceptable to City
an itemized cost breakdown together with supporting data.
11.02 Allowances
A. Specified Allowance: It is understood that Contractor has included in the Contract Price all
allowances so named in the Contract Documents and shall cause the Work so covered to be
performed for such sums and by such persons or entities as may be acceptable to City.
B. Pre-bid Allowances:
1. Contractor agrees that:
CITY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CiTY PROJ. NUM. 105677
Revision: 3/08/2024
00 �2 00 -1
GENERAL CONDITIONS
Page 44 of 63
a. the pre-bid allowances include the cost to Contractor of materials and equipment required
by the allowances to be delivered at the Site, and all applicable taXes; and
b. Contractor's costs for unloading and handling on the Site, labor, installation, overhead,
profit, and other expenses contemplated for the pre-bid allowances have been included in
the allowances, and no demand for additional payment on account of any of the
foregoing will be valid.
C. Contingency Allowance: Contractor agrees that a contingency allowance, if any, is for the sole use
of City.
D. Prior to final payment, an appropriate Change Order will be issued to reflect actual amounts due
Contractor on account of Work covered by allowances, and the Contract Price shall be
correspondingly adjusted.
11.03 Unit Price Work
A. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work,
initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to
the sum of the unit price for each separately identified item of Unit Price Work times the estimated
quantity of each item as indicated in the Agreement.
B. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the
purpose of comparison of Bids and determining an initial Contract Price. Determinations of the
actual quantities and classifications of Unit Price Work performed by Contractor will be made by
City subject to the provisions of Paragraph 9.05.
C. Each unit price will be deemed to include an amount considered by Contractor to be adequate to
cover Contractor's overhead and profit for each separately identified item. Work described in the
Contract Documents, or reasonably inferred as required for a functionally complete installation,
but not identified in the listing of unit price items shall be considered incidental to unit price work
listed and the cost of incidental work included as part of the unit price.
D. City may make an adjustment in the Contract Price in accordance with Paragraph 12.01 if:
1. the quantity of any item of Unit Price Work performed by Contractor differs materially and
significantly from the estimated quantity of such item indicated in the Agreement; and
2. there is no corresponding adjustment with respect to any other item of Work.
E. Increased or Decreased Quantities: The City reserves the right to order EXtra Work in
accordance with Paragraph 10.01.
1. If the changes in quantities or the alterations do not significantly change the character of
work under the Contract Documents, the altered work will be paid for at the Contract unit
price.
CITY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CiTY PROJ. NUM. 105677
Revision: 3/08/2024
00 �2 00 -1
GENERAL CONDITIONS
Page 45 of 63
2. If the changes in quantities or alterations significantly change the character of work, the
Contract will be amended by a Change Order.
If no unit prices exist, this will be considered Extra Work and the Contract will be amended
by a Change Order in accordance with Article 12.
4. A significant change in the character of work occurs when:
a. the character of work for any Item as altered differs materially in kind or nature from that
in the Contract or
b. a Major Item of work varies by more than 25% from the original Contract quantity.
5. When the quantity of work to be done under any Major Item of the Contract is more than
125% of the original quantity stated in the Contract, then either party to the Contract may
request an adjustment to the unit price on the portion of the work that is above 125%.
6. When the quantity of work to be done under any Major Item of the Contract is less than 75%
of the original quantity stated in the Contract, then either party to the Contract may request
an adjustment to the unit price.
11.04 Plans Quantity Measurement
A. Plans quantities may or may not represent the exact quantity of work performed or material moved,
handled, or placed during the execution of the Contract. The estimated bid quantities are
designated as final payment quantities, unless revised by the governing Section or this Article.
B. If the quantity measured as outlined under "Price and Payment Procedures" varies by more than
25% (or as stipulated under "Price and Payment Procedures" for specific Items) from the total
estimated quantity for an individual Item originally shown in the Contract Documents, an
adjustment may be made to the quantity of authorized work done for payment purposes. The party
to the Contract requesting the adjustment will provide field measurements and calculations
showing the final quantity for which payment will be made. Payment for revised quantity will be
made at the unit price bid for that Item, eXcept as provided for in Article 10.
C. When quantities are revised by a change in design approved by the City, by Change Order, or to
correct an error, or to correct an error on the plans, the plans quantity will be increased or decreased
by the amount involved in the change, and the 25% variance will apply to the new plans quantity.
D. If the total Contract quantity multiplied by the unit price bid for an individual Item is less than
$250 and the Item is not originally a plans quantity Item, then the Item may be paid as a plans
quantity Item if the City and Contractor agree in writing to fiX the final quantity as a plans quantity.
CITY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CiTY PROJ. NUM. 105677
Revision: 3/08/2024
00 �2 00 -1
GENERAL CONDITIONS
Page 46 of 63
E. For callout work or non-site specific Contracts, the plans quantity measurement requirements are
not applicable.
ARTICLE 12 — CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME
12.01 Change of Contract Price
A. The Contract Price may only be changed by a Change Order.
B. The value of any Work covered by a Change Order will be determined as follows:
1. where the Work involved is covered by unit prices contained in the Contract Documents, by
application of such unit prices to the quantities of the items involved (subject to the provisions
of Paragraph 11.03); or
2. where the Work involved is not covered by unit prices contained in the Contract Documents,
by a mutually agreed lump sum or unit price (which may include an allowance for overhead
and profit not necessarily in accordance with Paragraph 12.O1.C.2), and shall include the cost
of any secondary impacts that are foreseeable at the time of pricing the cost of Extra Work;
or
3. where the Work involved is not covered by unit prices contained in the Contract Documents
and agreement to a lump sum or unit price is not reached under Paragraph 12.O1.B.2, on the
basis of the Cost of the Work (determined as provided in Paragraph 11.01) plus a Contractor's
fee for overhead and profit (determined as provided in Paragraph 12.O1.C).
C. Contractor's Fee: The Contractor's additional fee for overhead and profit shall be determined as
follows:
1. a mutually acceptable fiXed fee; or
2. if a fixed fee is not agreed upon, then a fee based on the following percentages of the various
portions of the Cost of the Work:
a. for costs incurred under Paragraphs 11.O1.A.1, 11.O1.A.2. and 11.O1.A.3, the
Contractor's additional fee shall be 15 percent except for:
1) rental fees for Contractor's own equipment using standard rental rates;
2) bonds and insurance;
b. for costs incurred under Paragraph 11.O1.A.4 and 11.O1.A.5, the Contractor's fee shall be
five percent (5%);
1) where one or more tiers of subcontracts are on the basis of Cost of the Work plus a
fee and no fixed fee is agreed upon, the intent of Paragraphs 12.OLC.2.a and
12.O1.C.2.b is that the Subcontractor who actually performs the Work, at whatever
CITY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CiTY PROJ. NUM. 105677
Revision: 3/08/2024
00 �2 00 -1
GENERAL CONDITIONS
Page 47 of 63
tier, will be paid a fee of 15 percent of the costs incurred by such Subcontractor under
Paragraphs 11.O1.A.1 and 11.O1.A.2 and that any higher tier Subcontractor and
Contractor will each be paid a fee of five percent (5%) of the amount paid to the neXt
lower tier Subcontractor, however in no case shall the cumulative total of fees paid be
in excess of 25%;
no fee shall be payable on the basis of costs itemized under Paragraphs 11.O1.A.6, and
11.O1.B;
d. the amount of credit to be allowed by Contractor to City for any change which results in
a net decrease in cost will be the amount of the actual net decrease in cost plus a deduction
in Contractor's fee by an amount equal to five percent (5%) of such net decrease.
12.02 Change of Contract Time
A. The Contract Time may only be changed by a Change Order.
B. No extension of the Contract Time will be allowed for Extra Work or for claimed delay unless the
Extra Work contemplated or claimed delay is shown to be on the critical path of the Project
Schedule or Contractor can show by Critical Path Method analysis how the Extra Work or claimed
delay adversely affects the critical path.
12.03 Delays
A. Where Contractor is reasonably delayed in the performance or completion of any part of the
Work within the Contract Time due to delay beyond the control of Contractor, the Contract Time
may be extended in an amount equal to the time lost due to such delay if a Contract Claim is made
therefor. Delays beyond the control of Contractor shall include, but not be limited to, acts or
neglect by City, acts or neglect of utility owners or other contractors performing other work as
contemplated by Article 7, fires, floods, epidemics, abnormal weather conditions, or acts of God.
Such an adjustment shall be Contractor's sole and exclusive remedy for the delays described in
this Paragraph.
B. If Contractor is delayed, City shall not be liable to Contractor for any claims, costs, losses, or
damages (including but not limited to all fees and charges of engineers, architects, attorneys, and
other professionals and all court or arbitration or other dispute resolution costs) sustained by
Contractor on or in connection with any other project or anticipated project.
C. Contractor shall not be entitled to an adjustment in Contract Price or Contract Time for delays
within the control of Contractor. Delays attributable to and within the control of a Subcontractor
or Supplier shall be deemed to be delays within the control of Contractor.
D. The Contractor shall receive no compensation for delays or hindrances to the Work, except when
direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide
information or material, if any, which is to be furnished by the City.
CITY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CiTY PROJ. NUM. 105677
Revision: 3/08/2024
00 �2 00 -1
GENERAL CONDITIONS
Page 48 of 63
ARTICLE 13 — TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF
DEFECTIVE WORK
13.01 Notice of Defects
Notice of all defective Work of which City has actual knowledge will be given to Contractor.
Defective Work may be rejected, corrected, or accepted as provided in this Article 13.
13.02 Access to Work
City, independent testing laboratories, and governmental agencies with jurisdictional interests will
have access to the Site and the Work at reasonable times for their observation, inspection, and testing.
Contractor shall provide them proper and safe conditions for such access and advise them of
Contractor's safety procedures and programs so that they may comply therewith as applicable.
13.03 Tests and Inspections
A. Contractor shall give City timely notice of readiness of the Work for all required inspections,
tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required
inspections or tests.
B. If Contract Documents, Laws or Regulations of any public body having jurisdiction require any
of the Work (or part thereo fl to be inspected, tested, or approved, Contractor shall assume full
responsibility for arranging and obtaining such independent inspections, tests, retests or approvals,
pay all costs in connection therewith, and furnish City the required certificates of inspection or
approval; eXcepting, however, those fees specifically identified in the Supplementary Conditions
or any Texas Department of Licensure and Regulation (TDLR) inspections, which shall be paid as
described in the Supplementary Conditions.
C. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection
with any inspections, tests, re-tests, or approvals required for City's acceptance of materials or
equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment
submitted for approval prior to Contractor's purchase thereof for incorporation in the Work.
Such inspections, tests, re-tests, or approvals shall be performed by organizations acceptable to
City.
D. City may arrange for the services of an independent testing laboratory ("Testing Lab") to
perform any inspections or tests ("Testing") for any part of the Work, as determined solely by
City.
1. City will coordinate such Testing to the eXtent possible, with Contractor;
2. Should any Testing under this Section 13.03 D result in a"fail", "did not pass" or other
similar negative result, the Contractor shall be responsible for paying for any and all retests.
Contractor's cancellation without cause of City initiated Testing shall be deemed a negative
result and require a retest.
CITY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CiTY PROJ. NUM. 105677
Revision: 3/08/2024
00 �2 00 -1
GENERAL CONDITIONS
Page 49 of 63
Any amounts owed for any retest under this Section 13.03 D shall be paid directly to the
Testing Lab by Contractor. City will forward all invoices for retests to Contractor.
4. If Contractor fails to pay the Testing Lab, City will not issue Final Payment until the Testing
Lab is paid.
E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by
Contractor without written concurrence of City, Contractor shall, if requested by City, uncover
such Work for observation.
F. Uncovering Work as provided in Paragraph 13.03.E shall be at Contractor's expense.
G. Contractor shall have the right to make a Contract Claim regarding any retest or invoice issued
under Section 13.03 D.
13.04 Uncovering Work
A. If any Work is covered contrary to the Contract Documents or specific instructions by the City, it
must, if requested by City, be uncovered for City's observation and replaced at Contractor's
expense.
B. If City considers it necessary or advisable that covered Work be observed by City or inspected or
tested by others, Contractor, at City's request, shall uncover, expose, or otherwise make available
for observation, inspection, or testing as City may require, that portion of the Work in question,
furnishing all necessary labor, material, and equipment.
If it is found that the uncovered Work is defective, Contractor shall pay all claims, costs,
losses, and damages (including but not limited to all fees and charges of engineers, architects,
attorneys, and other professionals and all court or other dispute resolution costs) arising out of
or relating to such uncovering, exposure, observation, inspection, and testing, and of
satisfactory replacement or reconstruction (including but not limited to all costs of repair or
replacement of work of others); or City shall be entitled to accept defective Work in accordance
with Paragraph 13.08 in which case Contractor shall still be responsible for all costs associated
with eXposing, observing, and testing the defective Work.
2. If the uncovered Work is not found to be defective, Contractor shall be allowed an increase
in the Contract Price or an extension of the Contract Time, or both, directly attributable to such
uncovering, exposure, observation, inspection, testing, replacement, and reconstruction.
13.05 City May Stop the Work
If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials
or equipment, or fails to perform the Work in such a way that the completed Work will conform to
the Contract Documents, City may order Contractor to stop the Work, or any portion thereof, until the
cause for such order has been eliminated; however, this right of City to stop the Work shall not give
rise to any duty on the part of City to exercise this right for the benefit of Contractor, any
CITY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CiTY PROJ. NUM. 105677
Revision: 3/08/2024
00 �2 00 -1
GENERAL CONDITIONS
Page 50 of 63
Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of
any of them.
13.06 Correction or Removal of Defective Work
A. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to
an acceptable schedule, whether or not fabricated, installed, or completed, or, if the Work has been
rejected by City, remove it from the Project and replace it with Work that is not defective.
Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not
limited to all fees and charges of engineers, architects, attorneys, and other professionals and all
court or arbitration or other dispute resolution costs) arising out of or relating to such correction
or removal (including but not limited to all costs of repair or replacement of work of others).
Failure to require the removal of any defective Work shall not constitute acceptance of such Work.
B. When correcting defective Work under the terms of this Paragraph 13.06 or Paragraph 13.07,
Contractor shall take no action that would void or otherwise impair City's special warranty and
guarantee, if any, on said Work.
13.07 Correction Period
A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may be
prescribed by the terms of any applicable special guarantee required by the Contract Documents),
any Work is found to be defective, or if the repair of any damages to the land or areas made
available for Contractor's use by City or permitted by Laws and Regulations as contemplated in
Paragraph 6.10.A is found to be defective, Contractor shall promptly, without cost to City and in
accordance with City's written instructions:
1. repair such defective land or areas; or
2. correct such defective Work; or
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 Contractar does not promptly comply with the terms of City's written instructions, or in an
emergency where delay would cause serious risk of loss or damage, City may have the defective
Work corrected or repaired or may have the rejected Work removed and replaced. All claims,
costs, losses, and damages (including but not limited to all fees and charges of engineers,
architects, attorneys, and other professionals and all court or other dispute resolution costs) arising
out of or relating to such correction or repair or such removal and replacement (including but not
limited to all costs of repair or replacement of work of others) will be paid by Contractor.
CITY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CiTY PROJ. NUM. 105677
Revision: 3/08/2024
00 �2 00 -1
GENERAL CONDITIONS
Page 51 of 63
C. In special circumstances where a particular item of equipment is placed in continuous service
before Final Acceptance of all the Work, the correction period for that item may start to run from
an earlier date if so provided in the Contract Documents.
D. Where defective Work (and damage to other Work resulting therefrom) has been corrected or
removed and replaced under this Paragraph 13.07, the correction period hereunder with respect
to such Work may be required to be extended for an additional period of one year after the end of
the initial correction period. City shall provide 30 days written notice to Contractor should such
additional warranty coverage be required. Contractor may dispute this requirement by filing a
Contract Claim, pursuant to Paragraph 10.06.
E. Contractor's obligations under this Paragraph 13.07 are in addition to any other obligation or
warranty. The provisions of this Paragraph 13.07 shall not be construed as a substitute for, or a
waiver of, the provisions of any applicable statute of limitation or repose.
13.08 Acceptance of Defective Work
If, instead of requiring correction or removal and replacement of defective Work, City prefers to
accept it, City may do so. Contractor shall pay all claims, costs, losses, and damages (including but
not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all
court or other dispute resolution costs) attributable to City's evaluation of and determination to accept
such defective Work and for the diminished value of the Work to the extent not otherwise paid by
Contractor. If any such acceptance occurs prior to Final Acceptance, a Change Order will be issued
incorporating the necessary revisions in the Contract Documents with respect to the Work, and City
shall be entitled to an appropriate decrease in the Contract Price, reflecting the diminished value of
Work so accepted.
13.09 City May Correct Defective Work
A. If Contractor fails within a reasonable time after written notice from City to correct defective
Work, or to remove and replace rejected Work as required by City in accordance with Paragraph
13.06.A, or if Contractor fails to perform the Work in accordance with the Contract Documents,
or if Contractor fails to comply with any other provision of the Contract Documents, City may,
a$er seven (7) days written notice to Contractor, correct, or remedy any such deficiency.
B. In exercising the rights and remedies under this Paragraph 13.09, City shall proceed
expeditiously. In connection with such corrective or remedial action, City may exclude Contractor
from all or part of the Site, take possession of all or part of the Work and suspend Contractor's
services related thereto, and incorporate in the Work all materials and equipment incorporated in
the Work, stored at the Site or for which City has paid Contractor but which are stored elsewhere.
Contractor shall allow City, City's representatives, agents, consultants, employees, and City's
other contractors, access to the Site to enable City to exercise the rights and remedies under this
Paragraph.
C. All claims, costs, losses, and damages (including but not limited to all fees and charges of
engineers, architects, attorneys, and other professionals and all court or other dispute resolution
CITY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CiTY PROJ. NUM. 105677
Revision: 3/08/2024
00 �2 00 -1
GENERAL CONDITIONS
Page 52 of 63
costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph
13.09 will be charged against Contractor, and a Change Order will be issued incorporating the
necessary revisions in the Contract Documents with respect to the Work; and City shall be entitled
to an appropriate decrease in the Contract Price.
D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the
performance of the Work attributable to the exercise of City's rights and remedies under this
Paragraph 13.09.
ARTICLE 14 — PAYMENTS TO CONTRACTOR AND COMPLETION
14.01 Schedule of T�alues
The Schedule of Values for lump sum contracts established as provided in Paragraph 2.07 will serve
as the basis for progress payments and will be incorporated into a form of Application for Payment
acceptable to City. Progress payments on account of Unit Price Work will be based on the number of
units completed.
14.02 Progress Payments
A. Applications for Payments:
1. Contractor is responsible for providing all information as required to become a vendor of the
City.
2. At least 20 days before the date established in the General Requirements for each progress
payment, Contractor shall submit to City for review an Application for Payment filled out and
signed by Contractor covering the Work completed as of the date of the Application and
accompanied by such supporting documentation as is required by the Contract Documents.
3. If payment is requested on the basis of materials and equipment not incorporated in the Work
but delivered and suitably stored at the Site or at another location agreed to in writing, the
Application for Payment shall also be accompanied by a bill of sale, invoice, or other
documentation warranting that City has received the materials and equipment free and clear of
all Liens and evidence that the materials and equipment are covered by appropriate insurance
or other arrangements to protect City's interest therein, all of which must be satisfactory to
City.
4. Beginning with the second Application for Payment, each Application shall include an affidavit
of Contractor stating that previous progress payments received on account of the Work have
been applied on account to discharge Contractor's legitimate obligations associated with prior
Applications for Payment.
5. The amount of retainage with respect to progress payments will be as described in
subsection C. unless otherwise stipulated in the Contract Documents.
CITY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CiTY PROJ. NUM. 105677
Revision: 3/08/2024
00 �2 00 -1
GENERAL CONDITIONS
Page 53 of 63
B. Review of Applications:
1. City will, after receipt of each Application for Payment, either indicate in writing a
recommendation of payment or return the Application to Contractor indicating reasons for
refusing payment. In the latter case, Contractor may make the necessary corrections and
resubmit the Application.
2. City's processing of any payment requested in an Application for Payment will be based on
City's observations of the eXecuted Work, and on City's review of the Application for Payment
and the accompanying data and schedules, that to the best of City's knowledge:
a. the Work has progressed to the point indicated;
b. the quality of the Work is generally in accordance with the Contract Documents (subject
to an evaluation of the Work as a functioning whole prior to or upon Final Acceptance, the
results of any subsequent tests called for in the Contract Documents, a final determination
of quantities and classifications for Work performed under Paragraph 9.05, and any other
qualifications stated in the recommendation).
3. Processing any such payment will not thereby be deemed to have represented that:
a. inspections made to check the quality or the quantity of the Work as it has been performed
have been exhaustive, extended to every aspect of the Work in progress, or involved
detailed inspections of the Work beyond the responsibilities specifically assigned to City
in the Contract Documents; or
b. there may not be other matters or issues between the parties that might entitle Contractor
to be paid additionally by City or entitle City to withhold payment to Contractor; or
c. Contractor has complied with Laws and Regulations applicable to Contractor's performance
of the Work.
4. City may refuse to process the whole or any part of any payment because of subsequently
discovered evidence or the results of subsequent inspections or tests, and revise or revoke
any such payment previously made, to such extent as may be necessary to protect City from
loss because:
a. the Work is defective or completed Work has been damaged by the Contractor or
subcontractors requiring correction or replacement;
b. discrepancies in quantities contained in previous applications for payment;
c. the Contract Price has been reduced by Change Orders;
d. City has been required to correct defective Work or complete Work in accordance with
Paragraph 13.09; or
CITY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CiTY PROJ. NUM. 105677
Revision: 3/08/2024
00 �2 00 -1
GENERAL CONDITIONS
Page 54 of 63
e. City has actual knowledge of the occurrence of any of the events enumerated in
Paragraph 15.02.A.
C. Retainage:
1. For contracts less than $400,000 at the time of execution, retainage shall be ten percent
(10%).
2. For contracts greater than $400,000 at the time of execution, retainage shall be five percent
(5%).
D. Liquidated Damages. For each calendar day that any work shall remain uncompleted after the
time specified in the Contract Documents, the sum per day specified in the Agreement will be
assessed against the monies due the Contractor, not as a penalty, but as damages suffered by the
City.
E. Payment: Contractor will be paid pursuant to the requirements of this Article 14 and payment
will become due in accordance with the Contract Documents.
F. Reduction in Payment:
L City may refuse to make payment of the amount requested because:
a. Liens have been filed in connection with the Work, except where Contractor has delivered
a specific bond satisfactory to City to secure the satisfaction and discharge of such Liens;
b. there are other items entitling City to a set-off against the amount recommended; or
c. City has actual knowledge of the occurrence of any of the events enumerated in
Paragraphs 14.02.B.4.a through 14.02.B.4.e or Paragraph 15.02.A.
2. If City refuses to make payment of the amount requested, City will give Contractor written
notice stating the reasons for such action and pay Contractor any amount remaining after
deduction of the amount so withheld. City shall pay Contractor the amount so withheld, or any
adjustment thereto agreed to by City and Contractor, when Contractor remedies the reasons
for such action.
14.03 Contractor's Warranty of Title
Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any
Application for Payment, whether incorporated in the Project or not, will pass to City no later than the
time of payment free and clear of all Liens.
CITY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CiTY PROJ. NUM. 105677
Revision: 3/08/2024
00 �2 00 -1
GENERAL CONDITIONS
Page 55 of 63
14.04 Partial Utilization
A. Prior to Final Acceptance of all the Work, City may use or occupy any part of the Work which
has specifically been identified in the Contract Documents, or which City determines constitutes
a separately functioning and usable part of the Work that can be used for its intended purpose
without significant interference with Contractor's performance of the remainder of the Work. City
at any time may notify Contractor in writing to permit City to use or occupy any such part of the
Work which City determines to be ready for its intended use, subject to the following conditions:
1. Contractor at any time may notify City in writing that Contractor considers any such part of
the Work ready for its intended use.
2. Within a reasonable time after notification as enumerated in Paragraph 14.OS.A.1, City and
Contractor shall make an inspection of that part of the Work to determine its status of
completion. If City does not consider that part of the Work to be substantially complete, City
will notify Contractor in writing giving the reasons therefor.
3. Partial Utilization will not constitute Final Acceptance by City.
14.05 Finallnspection
A. Upon written notice from Contractor that the entire Work is Substantially Complete in
accordance with the Contract Documents:
1. Within 10 days, City will schedule a Final Inspection with Contractor.
2. City will notify Contractor in writing of all particulars in which this inspection reveals that
the Work is incomplete or defective ("Punch List Items"). Contractor shall immediately take
such measures as are necessary to complete such Work or remedy such deficiencies.
B. No time charge will be made against the Contractor between said date of notification to the City
of Substantial Completion and the date of Final Inspection.
Should the City determine that the Work is not ready for Final Inspection, City will notify the
Contractor in writing of the reasons and Contract Time will resume.
2. Should the City concur that Substantial Completion has been achieved with the eXception of
any Punch List Items, Contract Time will resume for the duration it takes for Contractor to
achieve Final Acceptance.
14.06 Final Acceptance
Upon completion by Contractor to City's satisfaction, of any additional Work identified in the Final
Inspection, City will issue to Contractor a letter of Final Acceptance.
CITY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CiTY PROJ. NUM. 105677
Revision: 3/08/2024
00 �2 00 -1
GENERAL CONDITIONS
Page 56 of 63
14.07 Final Payment
A. Application for Payment:
1. Upon Final Acceptance, and in the opinion of City, Contractor may make an application for
final payment following the procedure for progress payments in accordance with the
Contract Documents.
2. The final Application for Payment shall be accompanied (except as previously delivered) by:
a. all documentation called for in the Contract Documents, including but not limited to the
evidence of insurance required by Paragraph 5.03;
b. consent of the surety, if any, to final payment;
c. a list of all pending or released Damage Claims against City that Contractor believes are
unsettled; and
d. affidavits of payments for employees, subcontractors, and suppliers; and complete
and legally effective releases or waivers (satisfactory to City) of all Lien rights arising
out of or Liens filed in connection with the Work .
B. Payment Becomes Due:
1. After City's acceptance of the Application for Payment and accompanying documentation,
requested by Contractor, less previous payments made and any sum City is entitled,
including but not limited to liquidated damages, will become due and payable.
2. After all Damage Claims have been resolved:
a. directly by the Contractor or;
b. Contractor provides evidence that the Damage Claim has been reported to Contractor's
insurance provider for resolution.
3. The making of the final payment by the City shall not relieve the Contractor of any
guarantees or other requirements of the Contract Documents which specifically continue
thereafter.
14.08 Final Completion Delayed and Partial Retainage Release
A. If final completion of the Work is significantly delayed, and if City so confirms, City may, upon
receipt of Contractor's final Application for Payment, and without terminating the Contract, make
payment of the balance due for that portion of the Work fully completed and accepted. If the
remaining balance to be held by City for Work not fully completed or corrected is less than the
retainage stipulated in Paragraph 14.02.C, and if bonds have been furnished as required in
Paragraph 5.02, the written consent of the surety to the payment of the balance due for that
CITY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CiTY PROJ. NUM. 105677
Revision: 3/08/2024
00 �2 00 -1
GENERAL CONDITIONS
Page 57 of 63
portion of the Work fully completed and accepted shall be submitted by Contractor to City with
the Application for such payment. Such payment shall be made under the terms and conditions
governing final payment, eXcept that it shall not constitute a waiver of Contract Claims.
B. Partial Retainage Release. For a Contract that provides for a separate vegetative establishment
and maintenance, and test and performance periods following the completion of all other
construction in the Contract Documents for all Work locations, the City may release a portion of
the amount retained provided that all other work is completed as determined by the City. Before
the release, all submittals and final quantities must be completed and accepted for all other work.
An amount sufficient to ensure Contract compliance will be retained.
14.09 Waiver of Claims
The acceptance of final payment will constitute a release of the City from all claims or liabilities
under the Contract for anything done or furnished or relating to the work under the Contract
Documents or any act or neglect of City related to or connected with the Contract.
ARTICLE 15 — SUSPENSION OF WORK AND TERMINATION
15.01 City May Suspend Work
A. At any time and without cause, City may suspend the Work or any portion thereof by written
notice to Contractor and which may fix the date on which Work will be resumed. Contractor shall
resume the Work on the date so fixed. During temporary suspension of the Work covered by these
Contract Documents, for any reason, the City will make no extra payment for stand-by time of
construction equipment and/or construction crews.
B. Should the Contractor not be able to complete a portion of the Project due to causes beyond the
control of and without the fault or negligence of the Contractor, and should it be determined by
mutual consent of the Contractor and City that a solution to allow construction to proceed is not
available within a reasonable period of time, Contractor may request an extension in Contract
Time, directly attributable to any such suspension.
C. If it should become necessary to suspend the Work for an indefinite period, the Contractor shall
store all materials in such a manner that they will not obstruct or impede the public unnecessarily
nor become damaged in any way, and he shall take every precaution to prevent damage or
deterioration of the work performed; he shall provide suitable drainage about the work, and erect
temporary structures where necessary.
D. Contractor may be reimbursed for the cost of moving his equipment off the job and returning the
necessary equipment to the job when it is determined by the City that construction may be
resumed. Such reimbursement shall be based on actual cost to the Contractor of moving the
equipment and no profit will be allowed. Reimbursement may not be allowed if the equipment is
moved to another construction project for the City.
CITY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CiTY PROJ. NUM. 105677
Revision: 3/08/2024
00 �2 00 -1
GENERAL CONDITIONS
Page 58 of 63
15.02 City May Terminate for Cause
A. The occurrence of any one or more of the following events by way of example, but not of limitation,
may justify termination for cause:
1. Contractor's persistent failure to perform the Work in accordance with the Contract Documents
(including, but not limited to, failure to supply sufficient skilled workers or suitable materials
or equipment, failure to adhere to the Project Schedule established under Paragraph 2.07 as
adjusted from time to time pursuant to Paragraph 6.04, or failure to adhere to the City's
Business Diversity Enterprise Ordinance #20020-1 2-20 1 1 established under Paragraph
6.06.D);
2. Contractor's disregard of Laws or Regulations of any public body having jurisdiction;
3. Contractor's repeated disregard of the authority of City; or
4. Contractor's violation in any substantial way of any provisions of the Contract Documents;
or
5. Contractor's failure to promptly make good any defect in materials or workmanship, or
defects of any nature, the correction of which has been directed in writing by the City; or
6. Substantial indication that the Contractor has made an unauthorized assignment of the
Contract or any funds due therefrom for the benefit of any creditor or for any other purpose;
or
7. Substantial evidence that the Contractor has become insolvent or bankrupt, or otherwise
financially unable to carry on the Work satisfactorily; or
8. Contractor commences legal action in a court of competent jurisdiction against the City.
B. If one or more of the events identified in Paragraph 15.02A. occur, City will provide written notice
to Contractor and Surety to arrange a conference with Contractor and Surety to address
Contractor's failure to perform the Work. Conference shall be held not later than 15 days, after
receipt of notice.
1. If the City, the Contractor, and the Surety do not agree to allow the Contractor to proceed to
perform the construction Contract, the City may, to the extent permitted by Laws and
Regulations, declare a Contractor default and formally terminate the Contractor's right to
complete the Contract. Contractor default shall not be declared earlier than 20 days after the
Contractor and Surety have received notice of conference to address Contractor's failure to
perform the Work.
2. If Contractor's services are terminated, Surety shall be obligated to take over and perform the
Work. If Surety does not commence performance thereof within 15 consecutive calendar days
after date of an additional written notice demanding Surety's performance of its
CITY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CiTY PROJ. NUM. 105677
Revision: 3/08/2024
00 �2 00 -1
GENERAL CONDITIONS
Page 59 of 63
obligations, then City, without process or action at law, may take over any portion of the
Work and complete it as described below.
a. If City completes the Work, City may exclude Contractor and Surety from the site and
take possession of the Work, and all materials and equipment incorporated into the Work
stored at the Site or for which City has paid Contractor or Surety but which are stored
elsewhere, and finish the Work as City may deem expedient.
Whether City or Surety completes the Work, Contractor shall not be entitled to receive any
further payment until the Work is finished. If the unpaid balance of the Contract Price exceeds
all claims, costs, losses and damages sustained by City arising out of or resulting from
completing the Work, such excess will be paid to Contractor. If such claims, costs, losses and
damages exceed such unpaid balance, Contractor shall pay the difference to City. Such claims,
costs, losses and damages incurred by City will be incorporated in a Change Order, provided
that when exercising any rights or remedies under this Paragraph, City shall not be required to
obtain the lowest price for the Work performed.
4. Neither City, nor any of its respective consultants, agents, officers, directors or employees
shall be in any way liable or accountable to Contractor or Surety for the method by which the
completion of the said Work, or any portion thereof, may be accomplished or for the price paid
therefor.
5. City, notwithstanding the method used in completing the Contract, shall not forfeit the right
to recover damages from Contractor or Surety for Contractor's failure to timely complete the
entire Contract. Contractor shall not be entitled to any claim on account of the method used
by City in completing the Contract.
6. Maintenance of the Work shall continue to be Contractor's and Surety's responsibilities as
provided for in the bond requirements of the Contract Documents or any special guarantees
provided for under the Contract Documents or any other obligations otherwise prescribed by
law.
C. Notwithstanding Paragraphs 15.02.B, Contractor's services will not be terminated if Contractor
begins within seven days of receipt of notice of intent to terminate to correct its failure to perform
and proceeds diligently to cure such failure within no more than 30 days of receipt of said notice.
D. Where Contractor's services have been so terminated by City, the termination will not affect any
rights or remedies of City against Contractor then existing or which may thereafter accrue. Any
retention or payment of moneys due Contractor by City will not release Contractor from liability.
E. If and to the extent that Contractor has provided a performance bond under the provisions of
Paragraph 5.02, the termination procedures of that bond shall not supersede the provisions of this
Article.
CITY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CiTY PROJ. NUM. 105677
Revision: 3/08/2024
00 �2 00 -1
GENERAL CONDITIONS
Page 60 of 63
15.03 City May Terminate For Convenience
A. City may, without cause and without prejudice to any other right or remedy of City, terminate the
Contract. Any termination shall be effected by mailing a notice of the termination to the Contractor
specifying the extent to which performance of Work under the contract is terminated, and the date
upon which such termination becomes effective. Receipt of the notice shall be deemed
conclusively presumed and established when the letter is placed in the United States Postal Service
Mail by the City. Further, it shall be deemed conclusively presumed and established that such
termination is made with just cause as therein stated; and no proof in any claim, demand or suit
shall be required of the City regarding such discretionary action.
B. After receipt of a notice of termination, and except as otherwise directed by the City, the
Contractor shall:
1. Stop work under the Contract on the date and to the extent specified in the notice of termination;
2. place no further orders or subcontracts for materials, services or facilities except as may be
necessary for completion of such portion of the Work under the Contract as is not terminated;
3. terminate all orders and subcontracts to the extent that they relate to the performance of the
Work terminated by notice of termination;
4. transfer title to the City and deliver in the manner, at the times, and to the eXtent, if any,
directed by the City:
a. the fabricated or unfabricated parts, Work in progress, completed Work, supplies and
other material produced as a part of, or acquired in connection with the performance of,
the Work terminated by the notice of the termination; and
b. the completed, or partially completed plans, drawings, information and other property
which, if the Contract had been completed, would have been required to be furnished to
the City.
5. complete performance of such Work as shall not have been terminated by the notice of
termination; and
6. take such action as may be necessary, or as the City may direct, for the protection and
preservation of the property related to its contract which is in the possession of the
Contractor and in which the owner has or may acquire the rest.
C. At a time not later than 30 days after the termination date specified in the notice of termination,
the Contractor may submit to the City a list, certified as to quantity and quality, of any or all items
of termination inventory not previously disposed of, exclusive of items the disposition of which
has been directed or authorized by City.
CITY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CiTY PROJ. NUM. 105677
Revision: 3/08/2024
00 �2 00 -1
GENERAL CONDITIONS
Page 61 of 63
D. Not later than 15 days thereafter, the City shall accept title to such items provided, that the list
submitted shall be subject to verification by the City upon removal of the items or, if the items are
stored, within 45 days from the date of submission of the list, and any necessary adjustments to
correct the list as submitted, shall be made prior to final settlement.
E. Not later than 60 days after the notice of termination, the Contractor shall submit his termination
claim to the City in the form and with the certification prescribed by the City. Unless an eXtension
is made in writing within such 60 day period by the Contractor, and granted by the City, any and
all such claims shall be conclusively deemed waived.
F. In such case, Contractor shall be paid for (without duplication of any items):
1. completed and acceptable Work executed in accordance with the Contract Documents prior
to the effective date of termination, including fair and reasonable sums for overhead and profit on
such Work;
2. expenses sustained prior to the effective date of termination in performing services and
furnishing labor, materials, or equipment as required by the Contract Documents in connection
with uncompleted Work, plus fair and reasonable sums for overhead and profit on such expenses;
and
3. reasonable expenses directly attributable to termination.
G. In the event of the failure of the Contractor and City to agree upon the whole amount to be paid
to the Contractor by reason of the termination of the Work, the City shall determine, on the basis
of information available to it, the amount, if any, due to the Contractor by reason of the termination
and shall pay to the Contractor the amounts determined. Contractor shall not be paid on account
of loss of anticipated profits or revenue or other economic loss arising out of or resulting from
such termination.
ARTICLE 16 — DISPUTE RESOLUTION
16.01 Methods and Procedures
A. Either City or Contractor may request mediation of any Contract Claim submitted for a decision
under Paragraph 10.06 before such decision becomes final and binding. The request for mediation
shall be submitted to the other party to the Contract. Timely submission of the request shall stay
the effect of Paragraph 10.06.E.
B. City and Contractor shall participate in the mediation process in good faith. The process shall be
commenced within 60 days of filing of the request.
C. If the Contract Claim is not resolved by mediation, City's action under Paragraph 10.06.0 or a
denial pursuant to Paragraphs 10.06.C.3 or 10.06.D shall become final and binding 30 days after
termination of the mediation unless, within that time period, City or Contractor:
CITY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CiTY PROJ. NUM. 105677
Revision: 3/08/2024
00 �2 00 -1
GENERAL CONDITIONS
Page 62 of 63
1. elects in writing to invoke any other dispute resolution process provided for in the
Supplementary Conditions; or
2. agrees with the other party to submit the Contract Claim to another dispute resolution
process; or
3. gives written notice to the other party of the intent to submit the Contract Claim to a court of
competent jurisdiction.
ARTICLE 17 — MISCELLANEOUS
17.01 Giving Notice
A. Whenever any provision of the Contract Documents requires the giving of written notice, it will
be deemed to have been validly given if:
1. delivered in person to the individual or to a member of the firm or to an officer of the
corporation for whom it is intended; or
2. delivered at or sent by registered or certified mail, postage prepaid, to the last business
address known to the giver of the notice.
B. Business address changes must be promptly made in writing to the other party.
C. Whenever the Contract Documents specifies giving notice by electronic means such electronic
notice shall be deemed sufficient upon confirmation of receipt by the receiving party.
17.02 Computation of Times
When any period of time is referred to in the Contract Documents by days, it will be computed to
exclude the first and include the last day of such period. If the last day of any such period falls on a
Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last day
of the period.
17.03 Cumulative Remedies
The duties and obligations imposed by these General Conditions and the rights and remedies available
hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation
of, any rights and remedies available to any or all of them which are otherwise imposed or available
by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract
Documents. The provisions of this Paragraph will be as effective as if repeated specifically in the
Contract Documents in connection with each particular duty, obligation, right, and remedy to which
they apply.
CITY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CiTY PROJ. NUM. 105677
Revision: 3/08/2024
00 �2 00 -1
GENERAL CONDITIONS
Page 63 of 63
17.04 Survival of Obligations
All representations, indemnifications, warranties, and guarantees made in, required by, or given in
accordance with the Contract Documents, as well as all continuing obligations indicated in the
Contract Documents, will survive final payment, completion, and acceptance of the Work or
termination or completion of the Contract or termination of the services of Contractor.
17.05 Headings
Article and paragraph headings are inserted for convenience only and do not constitute parts of these
General Conditions.
CITY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CiTY PROJ. NUM. 105677
Revision: 3/08/2024
00 73 00
SUPPLEMENTARY CONDITIONS
Page 1 of 6
SECTION 00 73 00
SUPPLEMENTARY CONDITIONS
TO
GENERAL CONDITIONS
Supplementary Conditions
These Supplementary Conditions modify and supplement Section 00 72 00 - General Conditions, and other
provisions of the Contract Documents as indicated below. All provisions of the General Conditions that are
modiiied or supplemented remain in full force and effect as so modified or supplemented. All provisions
of the General Conditions which are not so modified or supplemented remain in full force and effect.
Defined Terms
The terms used in these Supplementary Conditions which are defined in the General Conditions have the
meaning assigned to them in the General Conditions, unless specifically noted herein.
Modifications and Supplements
The following are instructions that modify or supplement specific paragraphs in the General Conditions and
other Contract Documents.
SC-3.03B.2, "Resolving Discrepancies"
Plans govern over Specificarions.
SC-4.OlA
Easement limits shown on the Drawing are approximate and were provided to establish a basis for bidding.
Upon receiving the final easements descriptions, Contractar shall compare them to the lines shown on the
Contract Drawings.
SC-4.O1A.1., "Availability of Lands"
The following is a list of known outstanding right-of-way, andlor easements to be acquired, if any as of
June 19, 2025:
Outstanding Right-Of-Way, and/or Easements to Be Acquired
PARCEL OWNER TARGET DATE
NUMBER OF POSSESSION
NONE
The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, and
do not bind the City.
If Contractor considers the final easements provided to differ materially from the representations on the
Contract Drawings, Contractar shall within five (5) Business Days and before proceeding with the Work,
notify City in writing associated with the differing easement line locations.
CITY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJ. NUM. 105677
Revised March 8, 2024
00 73 00
SUPPLEMENTARY CONDITIONS
SC-4.O1A.2, "Availability of Lands"
Utilities or obstructions to be removed, adjusted, and/or relocated
Page 2 of 6
The following is list of utilities and/or obstructions that have not been removed, adjusted, and/or relocated
as of June 19, 2025:
EXPECTED UTILITY AND LOCATION
OWNER
NONE
TARGET DATE OF
ADJUSTMENT
The Contractor understands and agrees that the dates listed above are esrimates only, are not guaranteed,
and do not bind the City.
SC-4.02A., "Subsurface and Physical Conditions"
The following are reports of explorations and tests of subsurface conditions at the site of the Wark:
Geotechnical Engineering Report Proposed Offsite Sewer Lines EWI Report No. LH257722A by
Ellerbee-Walczak, Inc (EWI), Dated May 21, 2025
The following are drawings of physical conditions in or relating to existing surface and subsurface
structures (except Underground Faciliries) which are at or contiguous to the site of the Work:
NONE
SC-4.06A., "Hazardous Environmental Conditions at Site"
The following are reports and drawings of existing hazardous environmental conditions known to the City:
NONE
SG5.03A., "Certificates of Insurance"
The entities listed below are "additional insureds as their interest may appear" including their respective
officers, directors, agents and employees.
(1) City
(2) Consultant: Burgess & Niple, Inc.
(3) Other:
SG5.04A., "Contractor's Insurance"
The limits of liability for the insurance required by Paragraph GC-5.04 shall provide the following
coverages for not less than the following amounts or greater where required by laws and regulations:
5.04A. Workers' Compensation, under Paragraph GG5.04A.
Statutory limits
Employer's liabiliry
$100,000 each accident/occurrence
$100,000 Disease - each employee
$500,000 Disease - policy limit
CITY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJ. NUM. 105677
Revised March 8, 2024
00 73 00
SUPPLEMENTARY CONDITIONS
Page 3 of 6
SG5.04B., "Contractor's Insurance"
5.04B. Commercial General Liability, under Paragraph GG5.04B. Contractor's Liability Insurance
under Paragraph GG5.04B., which shall be on a per project basis covering the Contractor with
minimum limits of:
$1,000,000 each occurrence
$2,000,000 aggregate limit
The policy must have an endorsement (Amendment — Aggregate Limits of Insurance) making the
General Aggregate Limits apply separately to each job site.
The Commercial General Liability Insurance policies shall provide "X", "C", and "U" coverage's.
Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance.
SC 5.04C., "Contractor's Insurance"
5.04C. Automobile Liability, under Paragraph GC-5.04C. Contractor's Liability Insurance under
Paragraph GC-5.04C., which shall be in an amount not less than the following amounts:
(1) Automobile Liability - a commercial business policy shall provide coverage on "Any Auto",
defined as autos owned, hired and non-owned.
$1,000,000 each accident on a combined single limit basis. Split limits are acceptable if limits are at
least:
$250,000 Bodily Injury per person /
$500,000 Bodily Injury per accident /
$100,000 Property Damage
SG5.04D., "Contractor's Insurance"
The Contractor's construction activiries will require its employees, agents, subcontractors, equipment, and
material deliveries to cross railroad properties and tracks.
None
The Contractor shall conduct its operations on railroad properties in such a manner as not to interfere with,
hinder, or obstruct the railroad company in any manner whatsoever in the use or operation of its/their trains
or other property. Such operations on railroad properties may require that Contractor to execute a"Right of
Entry Agreement" with the particular railroad company or companies involved, and to this end the
Contractar should sarisfy 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 construcrion access roads crossing said railroad company's
properties.
The Contractual Liabiliry coverage required by Paragraph 5.04D of the General Conditions shall provide
coverage for not less than the following amounts, issued by companies satisfactory to the City and to the
Railroad Company for a term that continues for so long as the Contractor's operations and work cross,
occupy, or touch railroad property:
(1) General Aggregate: None
(2) Each Occurrence: None
CITY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJ. NUM. 105677
Revised March 8, 2024
00 73 00
SUPPLEMENTARY CONDITIONS
Page 4 of 6
Required for this Contract X Not required for this Contract
With respect to the above outlined insurance requirements, the following shall govern:
1. Where a single railroad company is involved, the Contractor shall provide one insurance policy in
the name of the railroad company. However, if more than one grade separation or at-grade crossing
is affected by the Project at entirely separate locations on the line or lines of the same railroad
company, separate coverage may be required, each in the amount stated above.
2. Where more than one railroad company is operaring on the same right-of-way or where several
railroad companies are involved and operated on their own separate rights-of-way, the Contractor
may be required to provide separate insurance policies in the name of each railroad company.
3. If, in addition to a grade separarion or an at-grade crossing, other work or acrivity is proposed on a
railroad company's right-of-way at a location entirely separate from the grade separation or at-grade
crossing, insurance coverage for this work must be included in the policy covering the grade
separation.
4. If no grade 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.
No work or activities on a railroad company's property to be performed by the Contractor shall be
commenced unril 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 Ciry and
each affected Railroad Company prior to the Contractor's beginning wark.
The insurance specified above must be carried until all Work to be performed on the railroad right-of-way
has been completed and the grade crossing, if any, is no longer used by the Contractor. In 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.
SC-6.04., "Project Schedule"
Project schedule shall be tier 2 for the project.
SC-6.07 A.., "Duty to pay Prevailing Wage Rates"
The following is the prevailing wage rate table(s) applicable to this project and is provided in the
Appendixes:
Heavy and Highway Construction Projects
A copy of the table is also available by accessing the City's website at:
httns://anns.fortworthtexas.�ov/ProiectResources/
You can access the file by following the directory path:
02-Construction Documents/Specifications/Div00 — General Conditions
SC-6.09., "Permits and Utilities"
SC-6.09A., "Contractor obtained permits and licenses"
The following are known permits and/or licenses required by the Contract to be acquired by the Contractor:
CITY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJ. NUM. 105677
Revised March 8, 2024
00 73 00
SUPPLEMENTARY CONDITIONS
Page 5 of 6
NONE
SC-6.09B. "City obtained permits and licenses"
The following are known permits and/or licenses required by the Contract to be acquired by the City:
NONE
SC-6.09C. "Outstanding permits and licenses"
The following is a list of known outstanding permits and/or licenses to be acquired, if any as of June 19,
2025:
Outstanding Permits and/or Licenses to Be Acquired
OWNER PERMIT OR LICENSE AND LOCATION
NONE
SC-7.02., "Coordination"
TARGET DATE
OF POSSESSION
The individuals or entities listed below have contracts with the City for the performance of other work at
the Site:
Vendor
NONE
Scope of Work
N/A
SC-8.01, "Communications to Contractor"
NONE
Coordination Authority
N/A
SC-9.01., "City's Project Manager"
The City's Project Manager for this Contract is Ram Tiwari, PE, or his/her successor pursuant to written
notification from the Director of the Water Department.
SG13.03C., "Tests and Inspections"
NONE
SC-16.O1C.1, "Methods and Procedures"
1►[I7►1 �I
END OF SECTION
CITY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJ. NUM. 105677
Revised March 8, 2024
00 73 00
SUPPLEMENTARY CONDITIONS
Page 6 of 6
Revision Log
DATE NAME
1/22/2016 F. Griffin
3/9/2020
10/06/23
3/08/24
SUMMARY OF CHANGE
SC-9.01., "City's Project Representative" wording changed to City's Project
Manager.
D.V. Magana SC-6.07, Updated the link such that files can be accessed via the City's
website.
Michael Owen SC-6.07, Allow affidavit regarding paying prevailing wages to be submitted on
completion of job, as opposed to with each progress report
Michael Owen Removed revisions related to affidavit, as those changes have been made in
General Conditions
CITY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJ. NUM. 105677
Revised March 8, 2024
STANDARD CITY CONDITIONS
OF THE CONSTRUCTION CONTRACT
FOR DEVELOPER AWARDED PROJECTS
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS MORNINGSTAR NORTH OFFSITE SEWER
Revised: January 10, 2013 CITY PROJ. NUM 105677
STANDARD CITY CONDITIONS OF THE
CONSTRUCTION CONTRACT
FOR DEVELOPER AWARDED PROJECTS
TABLE OF CONTENTS
Page
Article 1- Definitions and Terminology .........
1.01 Defined Terms ..............................
1.02 Terminology .................................
Article 2 -Preliminary Matters ........................
2.01 Before Starting Construction.......
2.02 Preconstruction Conference.........
2.03 Public Meeting .............................
Article 3- Contract Documents and Amendmg ............................................
3.01 Reference Standards ..................................................................
3.02 Amending and Supplementing Contract Documents ...............
Article 4- Bonds and Insurance ..........................................................
4.01 Licensed Sureties and Insurers ........................................
4.02 Performance, Payment, and Maintenance Bonds ...........
4.03 Certificates of Insurance ..................................................
4.04 Contractor's Insurance .....................................................
4.05 Acceptance of Bonds and Insurance; Option to Replace
�
1
1
5
•
...................... 6
...................... 6
...................... 6
Article 5 - Contractor's Responsibilities ...........................................................................
5.01 Supervision and Superintendent ....................................................................
5.02 Labor; Working Hours ...................................................................................
5.03 Services, Materials, and Equipment ..............................................................
5.04 Project Schedule .............................................................................................
5.05 Substitutes and "Or-Equals" ..........................................................................
5.06 Pre-Qualification of Bidders (Prime Contractors and Subcontractors)........
5.07 Concerning Subcontractors, Suppliers, and Others ......................................
5.08 Wage Rates .....................................................................................................
5.09 Patent Fees and Royalties ..............................................................................
5.10 Laws and Regulations ....................................................................................
5.11 Use of Site and Other Areas ..........................................................................
5.12 Record Documents .........................................................................................
5.13 Safety and Protection .....................................................................................
5.14 Safety Representative ....................................................................................
5.15 Hazard Communication Programs ................................................................
5.16 Submittals .......................................................................................................
5.17 Contractor's General Warranty and Guarantee .............................................
.7
.7
.7
.7
.9
12
12
12
13
13
14
14
16
16
18
19
19
19
20
21
21
22
22
23
CITY OF FORT WORTH
STANDARD CITY CONDITIONS - DEVELOPER AWARDED PROJECTS MORNINGSTAR NORTH OFFSITE SEWER
Revised: January 10, 2013 CITY PROJ. NUM 105677
5.18 Indemnification ............................................
5.19 Delegation of Professional Design Services
5.20 Right to Audit : .............................................
5.21 Nondiscrimination ........................................
Article 6- Other Work at the Site
6.01 Related Work at Site
Article 7 - City's Responsibilities ...........................
7.01 Inspections, Tests, and Approvals ......
7.02 Limitations on City's Responsibilities
7.03 Compliance with Safety Program.......
Article 8- City's Observation Status During Construction
8.01 City's Project Representative ..........................
8.02 Authorized Variations in Work .......................
8.03 Rejecting Defective Work ...............................
8.04 Determinations for Work Performed ...............
Article 9- Changes in the Work ......................
9.01 Authorized Changes in the Work
9.02 Notification to Surety ...................
Article 10 - Change of Contract Price; Change of Contract Time
10.01 Change of Contract Price ...........................................
10.02 Change of Contract Time ...........................................
10.03 Delays .........................................................................
Article ll- Tests and Inspections; Correction, Removal or Acceptance of Defective Work
11.01 Notice of Defects ..................................................................................................
11.02 Access to Work .....................................................................................................
11.03 Tests and Inspections ............................................................................................
11.04 Uncovering Work .................................................................................................
11.05 City May Stop the Work .......................................................................................
11.06 Correction or Removal of Defective Work ..........................................................
11.07 Correction Period ..................................................................................................
11.08 City May Correct Defective Work .......................................................................
Article 12 - Completion ..................................
12.01 Contractor's Warranty of Title ...
12.02 Partial Utilization ........................
12.03 FinalInspection ...........................
12.04 Final Acceptance .........................
Article 13 - Suspension of Work .....................................
13.01 City May Suspend Work .............................
Article 14 - Miscellaneous ..........................................
14.01 Giving Notice ..........................................
CITY OF FORT WORTH
STANDARD CITY CONDITIONS - DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
MORNINGSTAR NORTH OFFSITE SEWER
CITY PROJ. NUM 105677
24
24
25
25
26
26
26
26
26
27
27
27
27
27
28
.
.
.
.
:
.
.
.
.
29
29
29
29
30
30
30
30
31
32
32
32
32
33
33
33
34
34
14.02 Computation of Times .
14.03 Cumulative Remedies ..
14.04 Survival of Obligations
14.05 Headings .......................
34
34
35
35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS MORNINGSTAR NORTH OFFSITE SEWER
Revised: January 10, 2013 CITY PROJ. NUM 105677
00 73 10- 1
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 1 of 35
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-r�ule municipal corporation, acting by,
its governing body through its City Manager, his designee, or agents authorized pursuant to
its duly authorized chaNter 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 �ight-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 enti�e and integrated written document incorporating the Contract
Documents between the Develope�, Contractor, and/or City concerning the Work. The
Contract supersedes p�ior negotiations, representations, or agreements, whether written or
oral.
9. Contract Documents—Those items that make up the cont�act and which must include the
Agreement, and it's attachments such as standard constr�uction specifications, standard City
Conditions, other general conditions of the Develope�, including:
a. An Agreement
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS MORNINGSTAR NORTH OFFSITE SEWER
Revised: January 10, 2013 CITY PROJ. NUM 105677
00 73 10- 2
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 2 of 35
b
c.
d.
e.
f.
g•
h.
J•
k.
1.
m.
n.
o.
p•
q•
r
Attachments to the Agreement
i. Bid Form
ii. Vendor Compliance with State Law Non-Resident Bidder
iii. Prequalification Statement
Current Prevailing Wage Rates Table (if required by City)
Insurance Accord Form
Payment Bond
Performance Bond
Maintenance Bond
Power of Attorney for Bonds
Workers Compensation Affidavit
MWBE Commitment Form( If required by City)
General Conditions
Supplementary Conditions
The Standard City Conditions
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
Drawings
Documentation submitted by contractor prior to Notice of Award.
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
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 other�wise defined, shall mean a Calenda� 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 cha�acter of the Wo�k 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 ser-vices for the Developer.
15. Final Acceptance — The written notice given by the City to the Develope� and/o� Contractor
that the Work specified in the Contract Documents has been completed to the satisfaction of
the City.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS MORNINGSTAR NORTH OFFSITE SEWER
Revised: January 10, 2013 CITY PROJ. NUM 105677
00 73 10- 3
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 3 of 35
16. Final Inspection — Inspection carried out by the City to verify that the Contractor has
completed the Work, and each and every part or appuNtenance thereof, fully, entirely, and in
conformance with the Contract Documents.
17. General Requirements A part of the Contract Documents between the Developer and a
Contracto�.
18. Laws and Regulations Any and all applicable laws, rules, regulations, ordinances, codes,
and orde�s of any and all governmental bodies, agencies, authorities, and courts having
jurisdiction.
19. Liens—Charges, security interests, or encumbrances upon Project funds, real p�operty, or
personal property.
20. Milestone A p�incipal event specified in the Contract Documents relating to an
inteNmediate Contract Time prior to Final Acceptance of the Work.
21. Non-Participating Change Orde� A document, which is p�epared 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 o� an adjustment in the Contract P�ice 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, pNepared 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 unde� 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
pa�ticipation 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 exa�nples 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.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS MORNINGSTAR NORTH OFFSITE SEWER
Revised: January 10, 2013 CITY PROJ. NUM 105677
00 73 10- 4
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 4 of 35
30. Schedule of Submittals A schedule, prepared and maintained by Cont�^acto�; of �equired
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 �ights-of-way, permits, and
easements for access thereto, and such otheN lands furnished by City or Developer which are
designated for the use of Cont�^actor.
32. Specifications—That paNt of the Contract Documents consisting of wNitten 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 Contr�act Documents by attachment or
zf not attached, may be incorporated by reference as indicated in the Table of Contents
(Division DO 00 00) of each Project.
33. Standard City Conditions — That part of the Contract Documents setting forth requiNements
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 instNuctions frorn the City and/or Developer and to act for the Contractor.
37. Supplementa�y 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 Cont�actor or Subcontractor.
39. Underground Facilities All underground pipelines, conduits, ducts, cables, wi�es,
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, othe� liquids or chemicals, or traffic or
other control systems.
40. Weekend Working Hours — Hou�s 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.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS MORNINGSTAR NORTH OFFSITE SEWER
Revised: January 10, 2013 CITY PROJ. NUM 105677
00 73 10- 5
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 5 of 35
41. Work—The entire consti^uction 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 necessa�y to produce such constr�uction
including any Participating Change ONder, Non-Participating Change Order, or Field
Order and furnishing, installing, and incorporating all mate�ials 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 cont�ol of the Cont�^actor will permit the performance of the
principal unit of work undenvay 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.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS MORNINGSTAR NORTH OFFSITE SEWER
Revised: January 10, 2013 CITY PROJ. NUM 105677
00 73 10- 6
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 6 of 35
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;
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS MORNINGSTAR NORTH OFFSITE SEWER
Revised: January 10, 2013 CITY PROJ. NUM 105677
00 73 10- 7
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 7 of 35
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 qualiiications
as may be provided Section 4.04.
4.02 Perf'ormance, 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 oflnsurance
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.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS MORNINGSTAR NORTH OFFSITE SEWER
Revised: January 10, 2013 CITY PROJ. NUM 105677
00 73 10- 8
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 8 of 35
L 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
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS MORNINGSTAR NORTH OFFSITE SEWER
Revised: January 10, 2013 CITY PROJ. NUM 105677
00 73 10- 9
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 9 of 35
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
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS MORNINGSTAR NORTH OFFSITE SEWER
Revised: January 10, 2013 CITY PROJ. NUM 105677
00 73 10- 10
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 10 of 35
1) $100,000
2) $100,000
3) $500,000
each accident/occurrence
Disease - each employee
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.
L 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 o£
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.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS MORNINGSTAR NORTH OFFSITE SEWER
Revised: January 10, 2013 CITY PROJ. NUM 105677
00 73 10- 11
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 11 of 35
1) $1, 000, 000 each accident on a combined single limit basis. Split limits are
acceptable if limits are at least:
2) $250,000
3) $500,000
4) $100,000
Bodily Injury per person
Bodily Injury per accident /
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: NONE
Writc thc namc of thc railroad company. (If nonc, thcn writc nonc)
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: NONE
Enter limits provided by Railroad Company (If none, write none)
b. Each Occurrence: : NONE
Entcr limits providcd by Railroad Company (If nonc, writc nonc)
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-
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS MORNINGSTAR NORTH OFFSITE SEWER
Revised: January 10, 2013 CITY PROJ. NUM 105677
00 73 10- 12
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 12 of 35
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 Wark 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: Contractar 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 Insu�ance; 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
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS MORNINGSTAR NORTH OFFSITE SEWER
Revised: January 10, 2013 CITY PROJ. NUM 105677
00 73 10- 13
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 13 of 35
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.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS MORNINGSTAR NORTH OFFSITE SEWER
Revised: January 10, 2013 CITY PROJ. NUM 105677
00 73 10- 14
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 14 of 35
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.
"Or-Equal " Iteins: 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 S.OS.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
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS MORNINGSTAR NORTH OFFSITE SEWER
Revised: January 10, 2013 CITY PROJ. NUM 105677
00 73 10- 15
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 15 of 35
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 S.OS.A.1, it may be submitted as a
proposed substitute item.
b. Contractor shall submit sufficient information as provided below to allow City to
determine if the item of material or equipment proposed is essentially equivalent to that
named and an acceptable substitute therefor. Requests for review of proposed substitute
items of material or equipment will not be accepted by City from anyone other than
Contractor.
c. Contractor shall make written application to City for review of a proposed substitute item
of material or equipment that Contractor seeks to furnish or use. The application shall
comply with Section O1 25 00 and:
1) shall certify that the proposed substitute item will:
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
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS MORNINGSTAR NORTH OFFSITE SEWER
Revised: January 10, 2013 CITY PROJ. NUM 105677
00 73 10- 16
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 16 of 35
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 o� 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 S.OS.A.2.
C. City's Evaluation: City will be allowed a reasonable time within which to evaluate each
proposal or submittal made pursuant to Paragraphs S.OS.A and S.OS.B. City may require
Contractor to furnish additional data about the proposed substitute. City will be the sole judge of
acceptability. No "or-equal" or substitute will be ordered, installed or utilized until City's review
is complete, which will be evidenced by a Change Order in the case of a substitute and an
accepted Submittal for an "or-equal." City will advise Contractor in writing of its determination.
D. Special Guarantee: City may require Contractor to furnish at Contractor's expense a special
performance guarantee, warranty, or other surety with respect to any substitute. Cont�actor shall
indemnify and hold ha�mless City and anyone directly or indi�ectly 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 Reimbu�sement: City will record City's costs in evaluating a substitute proposed or
submitted by Contractor pursuant to Paragraphs S.OS.A.2 and S.OS.B. Whether or not City
approves a substitute so proposed or submitted by Contractor, Contractor may be required to
reimburse City for evaluating each such proposed substitute. Contractor may also be required to
reimburse City for the charges for making changes in the Contract Documents.
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 P�e-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 Subcont�actors, Suppliers, and Others
A. Minority and Wornen Owned Business Enterprise Compliance:
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS MORNINGSTAR NORTH OFFSITE SEWER
Revised: January 10, 2013 CITY PROJ. NUM 105677
00 73 10- 17
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 17 of 35
� 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 Wark 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
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS MORNINGSTAR NORTH OFFSITE SEWER
Revised: January 10, 2013 CITY PROJ. NUM 105677
00 73 10- 18
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 18 of 35
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 31 st day after the date the City receives the information, as to whether
good cause exists to believe that the violation occurred. The City shall notify in writing the
Contractor or Subcontractor and any affected worker of its initial determination. Upon the
City's determination that there is good cause to believe the Contractor or Subcontractor has
violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or
claimants as the difference between wages paid and wages due under the prevailing wage rates,
such amounts being subtracted from successive progress payments pending a final determination
of the violation.
D. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of
Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected
worker, shall be submitted to binding arbitration in accordance with the Texas General
Arbitration Act (Article 224 et seq., Revised Statutes) if the Contractor or Subcontractor and any
affected worker does not resolve the issue by agreement before the 15th day after the date the
City makes its initial determination pursuant to Paragraph C above. If the persons required to
arbitrate under this section do not agree on an arbitrator before the l lth day after the date that
arbitration is required, a district court shall appoint an arbitrator on the petition of any of the
persons. The City is not a party in the arbitration. The decision and award of the arbitrator is
final and binding on all parties and may be enforced in any court of competent jurisdiction.
E. Records to be Maintained. The Contractor and each Subcontractor shall, for a period of three (3)
years following the date of acceptance of the worlc, maintain records that show (i) the name and
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS MORNINGSTAR NORTH OFFSITE SEWER
Revised: January 10, 2013 CITY PROJ. NUM 105677
00 73 10- 19
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 19 of 35
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, Contr�actor shall indemn� 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 oN Nelating 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. ll 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
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS MORNINGSTAR NORTH OFFSITE SEWER
Revised: January 10, 2013 CITY PROJ. NUM 105677
00 73 10- 20
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 20 of 35
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 518, Contractor shall indemn� and hold harmless City, fi�om and
against all claims, costs, losses, and damages arising out of or relating to any claim or
action, legal or equitable, brought by any such owner or occupant against City.
B. Removal of Debris During Performance of the Work: During the progress of the Work
Contractor shall keep the Site and other areas free from accumulations of waste materials,
rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other
debris shall conform to applicable Laws and Regulations.
C. Site Maintenance Cleaning.• 24 hours after written notice is given to the Contractor that the
clean-up on the job site is proceeding in a manner unsatisfactory to the City 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 sa 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 Wark 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
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS MORNINGSTAR NORTH OFFSITE SEWER
Revised: January 10, 2013 CITY PROJ. NUM 105677
00 73 10- 21
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 21 of 35
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 Wark 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.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS MORNINGSTAR NORTH OFFSITE SEWER
Revised: January 10, 2013 CITY PROJ. NUM 105677
00 73 10- 22
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 22 of 35
5.15 Hazard Communication Prog�ams
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 speciiied 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.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS MORNINGSTAR NORTH OFFSITE SEWER
Revised: January 10, 2013 CITY PROJ. NUM 105677
00 73 10- 23
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 23 of 35
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.
City's review and acceptance shall not relieve Contractor from responsibility for any
variation from the requirements of the Contract Documents unless Contractor has complied
with the requirements of Section O1 33 00 and City has given written acceptance of each
such variation by specific written notation thereof incorporated in or accompanying the
Submittal. City's review and acceptance shall not relieve Contractor from responsibility for
complying with the requirements of the Contract Documents.
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:
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;
5
�
2. recommendation or payment by City or Developer of any progress or final payment;
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;
any review and acceptance of a Submittal by City;
any inspection, test, or approval by others; or
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS MORNINGSTAR NORTH OFFSITE SEWER
Revised: January 10, 2013 CITY PROJ. NUM 105677
00 73 10- 24
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 24 of 35
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.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS MORNINGSTAR NORTH OFFSITE SEWER
Revised: January 10, 2013 CITY PROJ. NUM 105677
00 73 10- 25
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 25 of 35
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.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS MORNINGSTAR NORTH OFFSITE SEWER
Revised: January 10, 2013 CITY PROJ. NUM 105677
00 73 10- 26
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 26 of 35
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 Wark 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.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS MORNINGSTAR NORTH OFFSITE SEWER
Revised: January 10, 2013 CITY PROJ. NUM 105677
00 73 10- 27
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 27 of 35
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 PNoject 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 Tla�iations 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.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS MORNINGSTAR NORTH OFFSITE SEWER
Revised: January 10, 2013 CITY PROJ. NUM 105677
00 73 10- 28
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 28 of 35
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 mare 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 Notzfzcation 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 Cont�act 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.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS MORNINGSTAR NORTH OFFSITE SEWER
Revised: January 10, 2013 CITY PROJ. NUM 105677
00 73 10- 29
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 29 of 35
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 thereo fl 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.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS MORNINGSTAR NORTH OFFSITE SEWER
Revised: January 10, 2013 CITY PROJ. NUM 105677
00 73 10- 30
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 30 of 35
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 Wo�k
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 ar 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
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS MORNINGSTAR NORTH OFFSITE SEWER
Revised: January 10, 2013 CITY PROJ. NUM 105677
00 73 10- 31
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 31 of 35
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 S.lO.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 Contractar.
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 Co�rect Defective Wo�k
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 ll.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 Wark, stored at the Site or for which City has paid Contractor but which are
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS MORNINGSTAR NORTH OFFSITE SEWER
Revised: January 10, 2013 CITY PROJ. NUM 105677
00 73 10- 32
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 32 of 35
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 WarNanty 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.OS.A.1, City and
Contractor shall make an inspection of that part of the Wark 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 Finallnspection
A. Upon written notice from Contractor that the entire Work is complete in accordance with the
Contract Documents:
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS MORNINGSTAR NORTH OFFSITE SEWER
Revised: January 10, 2013 CITY PROJ. NUM 105677
00 73 10- 33
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 33 of 35
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 Contractar 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
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS MORNINGSTAR NORTH OFFSITE SEWER
Revised: January 10, 2013 CITY PROJ. NUM 105677
00 73 10- 34
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 34 of 35
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 ii
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.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS MORNINGSTAR NORTH OFFSITE SEWER
Revised: January 10, 2013 CITY PROJ. NUM 105677
00 73 10- 35
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 35 of 35
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.
CITY OF FORT WORTH
STANDARD CITY CONDITIONS — DEVELOPER AWARDED PROJECTS MORNINGSTAR NORTH OFFSITE SEWER
Revised: January 10, 2013 CITY PROJ. NUM 105677
oliioo-i
DAP SUMMARY OF WORK
Page 1 of 3
1
2
3 PART1- GENERAL
SECTION O1 11 00
SUMMARY OF WORK
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
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
A. Work Covered by Contract Documents
1. Work is to include furnishing all labor, materials, and equipment, and performing
all Work necessary for this construction project as detailed in the Drawings and
Specifications.
B. Subsidiary Work
1. Any and all Work specifically governed by documentary requirements for the
project, such as conditions imposed by the Drawings or Contract Documents in
which no specific item for bid has been provided for in the Proposal and the item is
not a typical unit bid item included on the standard bid item list, then the item shall
be considered as a subsidiary item of Work, the cost of which shall be included in
the price bid in the Proposal for various bid items.
C. Use of Premises
1. Coordinate uses of premises under direction of the City.
2. Assume full responsibility for protection and safekeeping of materials and
equipment stored on the Site.
3. Use and occupy only portions of the public streets and alleys, or other public places
or other rights-of-way as provided for in the ordinances of the City, as shown in the
Contract Documents, or as may be specifically authorized in writing by the City.
a. A reasonable amount of tools, materials, and equipment for construction
purposes may be stored in such space, but no more than is necessary to avoid
delay in the construction operations.
CITY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —Developer Awarded Projects CITY PROJ. NUM. 105677
Revised December 20, 2012
oliioo-2
DAP SUMMARY OF WORK
Page 2 of 3
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 Wark 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 l. 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
27
28
29
30
31
32
L
c.
Notices shall be applicable to both public and private utility companies and any
corporation, company, individual, or other, either as owners or occupants,
whose land or interest in land might be affected by the Work.
Be responsible for all damage or injury to property of any character resulting
from any act, omission, neglect, or misconduct in the manner or method or
execution of the Work, or at any time due to defective work, material, or
equipment.
33
34
35
36
37
38
39
40
41
6. Fence
a. Restore all fences encountered and removed during construction of the Project
to the original or a better than original condition.
b. Erect temporary fencing in place of the fencing removed whenever the Work is
not in progress and when the site is vacated overnight, and/or at all times to
provide site security.
c. The cost for all fence work within easements, including removal, temporary
closures and replacement, shall be subsidiary to the various items bid in the
project proposal, unless a bid item is specifically provided in the proposal.
CITY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —Developer Awarded Projects CITY PROJ. NUM. 105677
Revised December 20, 2012
011100-3
DAP SUMMARY OF WORK
Page 3 of 3
1 1.5 SUBMITTALS [NOT USED]
2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
3 1.7 CLOSEOUT SUBMITTALS [NOT USED]
4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
5 1.9 QUALITY ASSURANCE [NOT USED]
6 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
7 1.11 FIELD [SITE] CONDITIONS [NOT USED]
8 112 WARRANTY [NOT USED]
9 PART 2- PRODUCTS [NOT USED]
10 PART 3- EXECUTION [NOT USED]
11
12
13
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
CITY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS —Developer Awarded Projects CITY PROJ. NUM. 105677
Revised December 20, 2012
012500-1
SUBSTITUTION PROCEDURES
Page 1 of 5
SECTION O1 25 00
SUBSTITUTION PROCEDURES
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
L The procedure for requesting the approval of substitution of a product that is not
equivalent to a product which is specified by descriptive or performance criteria or
defined by reference to 1 or more of the following: a. Name of manufacturer
b. Name of vendor
c. Trade name
d. Catalog number
2. Substitutions are not "or-equals".
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1— General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Request for Substitution - General
1. Within 30 days after award of Contract (unless noted otherwise), the City will
consider formal requests from Contractor for substitution of products in place of
those specified.
2. Certain types of equipment and kinds of material are described in Specifications by
means of references to names of manufacturers and vendors, trade names, or catalog
numbers.
a. When this method of specifying is used, it is not intended to exclude from
consideration other products bearing other manufacturer's or vendor's names,
trade names, or catalog numbers, provided said products are "or-equals," as
determined by City.
3. Other types of equipment and kinds of material may be acceptable substitutions
under the following conditions:
CITY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITYPROJ. NUM. 105677
Revised July 1, 2011
012500-2
SUBSTITUTION PROCEDURES
Page 2 of 5
a. Or-equals are unavailable due to strike, discontinued production of products
meeting specified requirements, or other factors beyond control of Contractor;
or,
b. Contractor proposes a cost and/or time reduction incentive to the City.
1.5 SUBMITTALS
A. See Request for Substitution Form (attached)
B. Procedure for Requesting Substitution
1. Substitution shall be considered only:
a. After award of Contract
b. Under the conditions stated herein
2. Submit 3 copies of each written request for substitution, including:
a. Documentation
1) Complete data substantiating compliance ofproposed substitution with
Contract Documents
2) Data relating to changes in construction schedule, when a reduction is
proposed
3) Data relating to changes in cost
b. For products
1) Product identification
a) Manufacturer's name
b) Telephone number and representative contact name
c) Specification Section or Drawing reference of originally specified
product, including discrete name or tag number assigned to original
product in the Contract Documents
2) Manufacturer's literature clearly marked to show compliance of proposed
product with Contract Documents
3) Itemized comparison of original and proposed product addressing product
characteristics including, but not necessarily limited to: a) Size
b) Composition or materials of construction
c) Weight
d) Electrical or mechanical requirements
4) Product experience
a) Location of past projects utilizing product
b) Name and telephone number of persons associated with referenced
projects knowledgeable concerning proposed product
c) Available field data and reports associated with proposed product
5) Samples
a) Provide at request of City.
b) Samples become the property of the City.
c. For construction methods:
1) Detailed description ofproposed method
2) Illustration drawings
C. Approval or Rejection
CITY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITYPROJ. NUM. 105677
Revised July 1, 2011
012500-3
SUBSTITUTION PROCEDURES
Page 3 of 5
1. Written approval or rejection of substitution given by the City
2. City reserves the right to require proposed product to comply with color and pattern
of speciiied product if necessary to secure design intent.
3. In the event the substitution is approved, the resulting cost and/or time reduction
will be documented by Change Order in accordance with the General Conditions.
4. No additional contract time will be given for substitution.
5. Substitution will be rejected if:
a. Submittal is not through the Contractor with his stamp of approval
b. Request is not made in accordance with this Specification Section
c. In the City's opinion, acceptance will require substantial revision of the
original design
d. In the City's opinion, substitution will not perform adequately the function
consistent with the design intent
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE
A. In making request for substitution or in using an approved product, the Contractor
represents that the Contractor:
1. Has investigated proposed product, and has determined that it is adequate or
superior in all respects to that specified, and that it will perform function for which
it is intended
2. Will provide same guarantee for substitute item as for product specified
3. Will coordinate installation of accepted substitution into Work, to include building
modifications if necessary, making such changes as may be required for Work to be
complete in all respects
4. Waives all claims for additional costs related to substitution which subsequently
arise
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
111 FIELD [SITE] CONDITIONS [NOT USED]
112 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
CITY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITYPROJ. NUM. 105677
Revised July 1, 2011
012500-4
SUBSTITUTION PROCEDURES
Page 4 of 5
Revision Log
DATE NAME
SUMMARY OF CHANGE
EXHIBIT A
REQUEST FOR SUBSTITUTION FORM:
TO:
PROJECT: DATE:
We hereby submit for your consideration the following product instead of the specified item for
the above project:
SECTION PARAGRAPH SPECIFIED ITEM
Proposed Substitution:
Reason for Substitution:
Include complete information on changes to Drawings and/or Specifications which proposed
substitution will require for its proper installation.
Fill in Blanks Below:
A. Will the undersigned contractor pay for changes to the building design, including engineering
and detailing costs caused by the requested substitution?
B. What effect does substitution have on other trades?
C. Differences between proposed substitution and specified item?
D. Differences in product cost or product delivery time?
E. Manufacturer's guarantees of the proposed and specified items are:
Equal Better (explain on attachment)
The undersigned states that the function, appearance and quality are equivalent or superior to the
specified item.
CITY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITYPROJ. NUM. 105677
Revised July 1, 2011
012500-5
SUBSTITUTION PROCEDURES
Page 5 of 5
Submitted By:
Signature
as noted
Firm
Date
Telephone
For Use by City:
_Approved _ Rejected City
For Use by City
Recommended
Not recommended
Remarks
Address
:
Date
Date
Recommended
Received late
CITY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITYPROJ. NUM. 105677
Revised July 1, 2011
013119-1
PRECONSTRUCTION MEETING
Page 1 of 3
SECTION 0131 19
PRECONSTRUCTION MEETING
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
l. Provisions for the preconstruction meeting to be held prior to the start of Work to
clarify construction contract administration procedures
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1— General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Coordination
1. Attend preconstruction meeting.
2. Representatives of Contractor, subcontractors and suppliers attending meetings sha11
be qualified and authorized to act on behalf of the entity each represents.
3. Meeting administered by City may be tape recorded.
a. If recorded, tapes will be used to prepare minutes and retained by City for future
reference.
B. Preconstruction Meeting
1
2.
A preconstruction meeting will be held within 14 days after the execution of the
Agreement and before Work is started.
a. The meeting will be scheduled and administered by the City.
The Project Representative will preside at the meeting, prepare the notes of the
meeting and distribute copies of same to all participants who so request by fully
completing the attendance form to be circulated at the beginning of the meeting.
3. Attendance shall include:
a. Project Representative
b. Contractor's project manager
c. Contractor's superintendent
CITY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITYPROJ. NUM. 105677
Revised August 17, 2012
013119-2
PRECONSTRUCTION MEETING
Page 2 of 3
4
5
1.5
d. Any subcontractor or supplier representatives whom the Contractor may desire
to invite or the City may request
e. Other City representatives
f. Others as appropriate
Construction Schedule
a. Prepare baseline construction schedule in accordance with Section O1 32 16 and
provide at Preconstruction Meeting.
b. City will notify Contractor of any schedule changes upon Notice of
Preconstruction Meeting.
Preliminary Agenda may include:
a. Introduction of Project Personnel
b. General Description of Project
c. Status of right-of-way, utility clearances, easements or other pertinent permits
d. Contractor's work plan and schedule
e. Contract Time
f. Notice to Proceed
g. Construction Staking
h. Progress Payments
i. Extra Work and Change Order Procedures
j. Field Orders
k. Disposal Site Letter for Waste Material
L Insurance Renewals
m. Payroll Certification
n. Material Certifications and Quality Control Testing
o. Public Safety and Convenience
p. Documentation of Pre-Construction Conditions
q. Weekend Work Notification
r. Legal Holidays
s. Trench Safety Plans
t. Confined Space Entry Standards
u. Coordination with the City's representative for operations of existing water
systems
v. Storm Water Pollution Prevention Plan
w. Coordination with other Contractors
x. Early Warning System
y. Contractor Evaluation
z. Special Conditions applicable to the project
aa. Damages Claims bb. Submittal Procedures cc. Substitution Procedures dd.
Correspondence Routing ee. Record Drawings ff. Temporary construction
facilities gg. M/WBE or MBE/SBE procedures
hh. Final Acceptance ii.
Final Payment jj. Questions
or Comments
SUBMITTALS [NOT USED]
CITY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITYPROJ. NUM. 105677
Revised August 17, 2012
013119-3
PRECONSTRUCTION MEETING
Page 3 of 3
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1J CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
110 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
112 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised August 17, 2012
SUMMARY OF CHANGE
MORNINGSTAR NORTH OFFSITE SEWER
CITY PROJ. NUM. 105677
013120-1
PROJECT MEETINGS
Page 1 of 3
SECTION O1 31 20
PROJECT MEETINGS
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
l. Provisions for project meetings throughout the construction period to enable
orderly review of the progress of the Work and to provide for systematic discussion
of potential problems
B. Deviations this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1— General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Coordination
1. Schedule, attend and administer as specified, periodic progress meetings, and
specially called meetings throughout progress of the Work.
2. Representatives of Contractor, subcontractors and suppliers attending meetings
shall be qualified and authorized to act on behalf of the entity each represents.
3. Meetings administered by City may be tape recorded.
a. If recorded, tapes will be used to prepare minutes and retained by City for
future reference.
4. Meetings, in addition to those specified in this Section, may be held when requested
by the City, Engineer or Contractor.
B. Pre-Construction Neighborhood Meeting
1. After the execution of the Agreement, but before construction is allowed to begin,
attend 1 Public Meeting with affected residents to:
a. Present projected schedule, including construction start date
b. Answer any construction related questions
2. Meeting Location
a. Location of ineeting to be determined by the City.
3. Attendees
a. Contractor
CITY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITYPROJ. NUM. 105677
Revised July 1, 2011
013120-2
PROJECT MEETINGS
Page 2 of 3
b. Project Representative
c. Other City representatives
4. Meeting Schedule
a. In general, the neighborhood meeting will occur within the 2 weeks following
the pre-construction conference.
b. In no case will construction be allowed to begin until this meeting is held.
C. Progress Meetings
1. Formal project coordination meetings will be held periodically. Meetings will be
scheduled and administered by Project Representative.
2. Additional progress meetings to discuss specific topics will be conducted on an
asneeded basis. Such additional meetings shall include, but not be limited to: a.
Coordinating shutdowns
b. Installation of piping and equipment
c. Coordination between other construction projects
d. Resolution of construction issues
e. Equipment approval
3. The Project Representative will preside at progress meetings, prepare the notes of
the meeting and distribute copies of the same to all participants who so request by
fully completing the attendance form to be circulated at the beginning of each
meeting.
4. Attendance shall include:
a. Contractor's project manager
b. Contractor's superintendent
c. Any subcontractor or supplier representatives whom the Contractor may desire
to invite or the City may request
d. Engineer's representatives
e. City's representatives
f. Others, as requested by the Project Representative
5. Preliminary Agenda may include:
a. Review of Work progress since previous meeting
b. Field observations, problems, conflicts
c. Items which impede construction schedule
d. Review of off-site fabrication, delivery schedules
e. Review of construction interfacing and sequencing requirements with other
construction contracts
f. Corrective measures and procedures to regain projected schedule
g. Revisions to construction schedule
h. Progress, schedule, during succeeding Work period
i. Coordination of schedules
j. Review submittal schedules
k. Maintenance of quality standards
1. Pending changes and substitutions
m. Review proposed changes for:
1) Effect on construction schedule and on completion date
CITY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITYPROJ. NUM. 105677
Revised July 1, 2011
013120-3
PROJECT MEETINGS
Page 3 of 3
2) Effect on other contracts of the Project
n. Review Record Documents
o. Review monthly pay request
p. Review status of Requests for Information
6. Meeting Schedule
a. Progress meetings will be held periodically as determined by the Project
Representative.
1) Additional meetings may be held at the request of the:
a) City
b) Engineer
c) Contractor
7. Meeting Location
a. The City will establish a meeting location.
1) To the extent practicable, meetings will be held at the Site.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION �NOT USED]
END OF SECTION
Revision Log
DATE NAME
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised July 1, 2011
SUMMARY OF CHANGE
MORNINGSTAR NORTH OFFSITE SEWER
CITY PROJ. NUM. 105677
013216-1
CONSTRUCTIONPROGRESSSCHEDULE
Page 1 of 13
2
3 PART 1 - GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
6
7
8
9
10
11
SECTION 0132 16
CONSTRUCTION SCHEDULE
1. General requirements for the preparation, submittal, updating, status reporting and
management of the Construction Progress Schedule
2. Specific requirements are presented in the City of Fort Worth Schedule Guidance
Document
B. Deviations from this City of Fort Worth Standard Specification
1. None.
12 C. Related Specification Sections include, but are not necessarily limited to:
13 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract
14 2. Division 1— General Requirements
15
16
17
18
19
20
21
22
D. Purpose
The City of Fort Worth (City) is committed to delivering quality, cost-effective
infrastructure to its citizens in a timely manner. A key tool to achieve this purpose is a
properly structured schedule with accurate updates. This supports effective monitoring
of progress and is input to critical decision making by the project manager throughout
the life of the project. Data from the updated project schedule is utilized in status
reporting to various levels of the City organization and the citizenry.
23 This Document complements the City's Standard Agreement to guide the construction
24 contractor (Contractor) in preparing and submitting acceptable schedules for use by the
25 City in project delivery. The expectation is the performance of the work follows the
26 accepted schedule and adhere to the contractual timeline.
27
28 The Contractor will designate a qualified representative (Project Scheduler) responsible
29 for developing and updating the schedule and preparing status reporting as required by
30 the City.
31 1.2 PRICE AND PAYMENT PROCEDURES
32 A. Measurement and Payment
33 1. Work associated with this Item is considered subsidiary to the various items bid.
34 No separate payment will be allowed for this Item.
35 2. Non-compliance with this specification is grounds for City to withhold payment of
36 the Contractor's invoices until Contractor achieves said compliance.
37 1.3 REFERENCES
38 A. Project Schedules
CITY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITYPROJ. NUM. 105677
Revised October 6, 2023
013216-2
CONSTRUCTIONPROGRESSSCHEDULE
Page 2 of 13
Each project is represented by City's master project schedule that encompasses the
entire scope of activities envisioned by the City to properly deliver the work. When the City contracts
with a Contractor to perform construction of the Work, the Contractor will develop and maintain a
schedule for their scope of work in alignment with the City's standard schedule requirements as
defined herein. The data and information of each such schedule will be leveraged and become integral
in the master project 7 schedule as deemed appropriate by the City's Project Control Specialist and
approved 8 by the City's Project Manager.
10
Master Project Schedule
11 The master project schedule is a holistic representation of the scheduled activities
12 and milestones for the total project and be Critical Path Method (CPM) based. The
13 City's Project Manager is accountable for oversight of the development and
14 maintaining a master project schedule for each project. When the City contracts for
15 the design and/or construction of the project, the master project schedule will
16 incorporate elements of the Design and Construction schedules as deemed
17 appropriate by the City's Project Control Specialist. The assigned City Project 18
Control Specialist creates and maintains the master project schedule in P6
19
20
21
(City's
scheduling software).
2. Construction Schedule
22 The Contractor is responsible for developing and maintaining a schedule for the
23 scope of the Contractor's contractual requirements. The Contractor will issue an
24 initial schedule for review and acceptance by the City's Project Control Specialist
25 and the City's Project Manager as a baseline schedule for Contractor's scope of
26 work. Contractor will issue current, accurate updates of their schedule (Progress 27 Schedule)
to the City at the end of each month throughout the life of their work. 28 B. Schedule Tiers
29 The City has a portfolio of proj ects that vary widely in size, complexity and content
30 requiring different scheduling to effectively deliver each project. The City uses a
31 "tiered" approach to align the proper schedule with the criteria for each project. The
32 City's Project Manager determines the appropriate schedule tier for each project, and 33
includes that designation and the associated requirements in the Contractor's scope of
34 work. The following is a summary of the "tiers".
35
36 1. Tier 1: Small Size and Short Duration Project (design not required)
37 The City develops and maintains a Master Project Schedule for the project. No
38 schedule submittal is required from Contractor. City's Project Control Specialist 39
acquires any necessary schedule status data or information through discussions
with 40 the respective parry on an as-needed basis.
41
42 2. Tier 2: Small Size and Short to Medium Duration Project
43 The City develops and maintains a Master Project Schedule for the project. The
44 Contractor identifies "start" and "finish" milestone dates on key elements of their 45
work as agreed with the City's Project Manager at the kickoff of their work
effort.
46 The Contractor issues to the City, updates to the "start" and "finish" dates for such 47
milestones at the end of each month throughout the life of their work on the project.
CITY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITYPROJ. NUM. 105677
Revised October 6, 2023
013216-3
CONSTRUCTIONPROGRESSSCHEDULE
Page 3 of 13
48
49 3. Tier 3: Medium and Large Size and/or Complex Projects Regardless of Duration
CITY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITYPROJ. NUM. 105677
Revised October 6, 2023
013216-4
CONSTRUCTIONPROGRESSSCHEDULE
Page 4 of 13
1 The City develops and maintains a Master Project Schedule for the project. The
2 Contractor develops a Baseline Schedule and maintains the schedule of their
3 respective scope of work on the project at a level of detail (generally Leve13) and in
4 alignment with the WBS structure in Section 1.4.H as agreed by the Project
5 Manager. The Contractor issues to the City, updates of their respective schedule
6 (Progress Schedule) at the end of each month throughout the life of their work on
7 the project.
8 C. Schedule Types
9 Project delivery for the City utilizes two types of schedules as noted below. The City
10 develops and maintains a Master Project Schedule as a"baseline" schedule and issue
11 monthly updates to the City Project Manager (end of each month) as a"progress"
12 schedule. The Contractor prepares and submits each schedule type to fulfill their
13 contractual requirements.
14
15 1. Baseline Schedule
16 The Contractor develops and submits to the City, an initial schedule for their scope
17 of work in alignment with this specification. Once reviewed and accepted by the
18 City, it becomes the `Baseline" schedule and is the basis against which all progress
19 is measured. The baseline schedule will be updated when there is a change or
20 addition to the scope of work impacting the duration of the work, and only after
21 receipt of a duly authorized change order issued by the City. In the event progress is
22 significantly behind schedule, the City's Project Manager may authorize an update
23 to the baseline schedule to facilitate a more practical evaluation of progress. An
24 example of a Baseline Schedule is provided in Specification O1 32 16.1
25 Construction Project Schedule Baseline Example.
26
27 2. Progress Schedule
28 The Contractor updates their schedule at the end of each month to represent the
29 progress achieved in the work which includes any impact from authorized changes
30 in the work. The updated schedule must accurately reflect the current status of the
31 work at that point in time and is referred to as the "Progress Schedule". The City's
32 Project Manager and Project Control Specialist reviews and accepts each progress
33 schedule. In the event a progress schedule is deemed not acceptable, the
34 unacceptable issues are identified by the City within 5 working days and the
35 Contractor must provide an acceptable progress schedule within 5 working days
36 after receipt of non-acceptance notification. An example of a Progress Schedule is
37 provided in Specification O1 32 16.2 Construction Project Schedule Progress
38 Example.
39 D. City Standard Schedule requirements
40 The following is an overview of the methodology for developing and maintaining a
41 schedule for delivery of a project.
42 1. Schedule Framework - The schedule will be based on the defined scope of work
43 and follow the (Critical Path Methodology) CPM method. The Contractor's
44 schedule will align with the requirements of this specification and will be cost
45 loaded to reflect their plan for execution. Compliance with cost loading can be
46 provided with traditional cost loading of line items OR a projected cost per
CITY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITYPROJ. NUM. 105677
Revised October 6, 2023
013216-5
CONSTRUCTIONPROGRESSSCHEDULE
Page 5 of 13
47
48
49
50
51
52
53
54
55
56
57
58
59
60
61
62
63
64
65
66
67
68
69
70
71
72
73
74
75
76
77
78
79
80
81
82
83
84
85
86
87
month for the project when the initial schedule is submitted, updated on a
quarterly basis is significant change is anticipated. Overall schedule duration
will align with the contractual requirements for the respective scope of wark and be
reflected in City's Master Project Schedule. The Project Number and Name of the
Project is required on each schedule and must match the City's project data.
E. Schedule File Name
All schedules submitted to the City for aproject will have a file name that begins with
the City's project number followed by the name of the project followed by baseline (if
a baseline schedule) or the year and month (if a progress schedule), as shown below.
• Baseline Schedule File Name
Format: City Project Number Project Name_Baseline
Example: 101376_North Montgomery Street HMAC_Baseline
• Progress Schedule File Name
Format: City Project Number Project Name_YYYY-MM
Example: 101376_North Montgomery Street HMAC_2018_O1
• Project Schedule Progress Narrative File Name
Format: City Project Number Project Name_PN_YYYY-MM
Example: 101376_North Montgomery Street HMAC_PN_2018_O1
F. Schedule Templates
The Contractor will utilize the relevant sections from the City's templates provided in
the City's document management system as the basis for creating their respective
proj ect schedule. Specifically, the Contractor's schedule will align with the layout of
the Construction section. The templates are identified by type of project as noted
below. • Arterials
• Aviation
• Neighborhood Streets
• Sidewalks (later)
• Quiet Zones (later)
• Street Lights (later)
• Intersection Improvements (later)
• Parks
• Storm water
• Street Maintenance
• Traffic
• Water
88 G. Schedule Calendar
CITY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITYPROJ. NUM. 105677
Revised October 6, 2023
013216-6
CONSTRUCTIONPROGRESSSCHEDULE
Page 6 of 13
89
90
91
92
93
94
95
96
97
98
99
100
101
102
103
104
105
106
107
108
109
110
111
112
113
114
115
116
117
118
119
120
121
122
123
124
125
126
127
128
129
130
131
The City's standard calendar for schedule development purposes is based on a 5-day
workweek and accounts for the City's nine standard holidays (New Years, Martin
Luther King, Memorial, Juneteenth, Independence, Labor, Thanksgiving, day after
Thanksgiving, and Christmas). The Contractor will establish a schedule calendar as
part of the schedule development process and provide to the Project Control Specialist
as part of the basis for their schedule. Variations between the City's calendar and the
Contractor's calendar must be resolved prior to the City's acceptance of their Baseline
proj ect schedule.
H. WBS & Milestone Standards for Schedule Development
The scope of work to be accomplished by the Contractor is represented in the schedule
in the form of a Work Breakdown Structure (WBS). The WBS is the basis for the
development of the schedule activities and shall be imbedded and depicted in the
schedule.
The following is a suimnary of the standards to be followed in preparing and
maintaining a schedule for project delivery.
1. Contractor is required to utilize the City's WBS structure and respective
project type template for "Construction" as shown in Section 1.4.H below.
Additional activities may be added to Levels 1- 4 to accommodate the needs
of the organization executing the work. Specifically, the Contractor will add
activities under WBS XXXXXX.80.83 "Construction Execution" that
delineates the activities associated with the various components of the work.
2. Contractor is required to adhere to the City's Standard Milestones as shown
in Section L4.I below. Contractor will include additional milestones
representing intermediate deliverables as required to accurately reflect their
scope of work.
I. Schedule Activities
Activities are the discrete elements of work that make up the schedule. They will be
organized under the umbrella of the WBS. Activity descriptions should adequately
describe the activity, and in some cases the extent of the activity. All activities are
logically tied with a predecessor and a successor. The only exception to this rule is for
"project start" and "project finish" milestones.
The activity duration is based on the physical amount of wark to be performed for the
stated activity, with a maximum duration of 20 working days OR a continuous activity
in one location. If the work for any one activity exceeds 20 days, break that activity
down incrementally to achieve this duration constraint. Any exception to this requires
review and acceptance by the City's Project Control Specialist.
132 J. Change Orders
133 When a Change Order is issued by the City, the impact is incorporated into the
134 previously accepted baseline schedule as an update, to clearly show impact to the
CITY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITYPROJ. NUM. 105677
Revised October 6, 2023
013216-7
CONSTRUCTIONPROGRESSSCHEDULE
Page 7 of 13
135
136
137
138
139
140
141
142
143
144
145
146
147
148
149
150
151
152
153
154
155
156
157
158
159
160
161
162
163
164
165
166
167
168
169
170
171
172
173
174
175
176
project timeline. The Contractor submits this updated baseline schedule to the City for
review and acceptance as described in Section 1.5 below. Updated baseline schedules
adhere to the following:
1. Time extensions associated with approved contract modifications are limited to the
actual amount of time the project activities are anticipated to be delayed, unless
otherwise approved by the Program Manager.
2. The re-baselined schedule is submitted by the Contractor within ten workdays after
the date of receipt of the approved Change Order.
3. The changes in logic or durations approved by the City are used to analyze the
impact of the change and is included in the Change Order. The coding for a new
activity(s) added to the schedule for the Change Order includes the Change Order
number in the Activity ID. Use as many activities as needed to accurately show the
work of the Change Order. Revisions to the baseline schedule are not effective until
accepted by the City.
K. City's Work Breakdown Structure
WBS Code WBS Name
�; �x:XXX Project Name �; �x:XXX.30 Design
XXXXXX.30.10 Design Contractor Agreement
XXXXXX.30.20 Conceptual Design (30%)
XXXXXX.30.30 Preliminary Design (60%)
XXXXXX.30.40 Final Design
XXXXXX.30.50 Environmental
XXXXXX.30.60 Permits
XXXXXX.30.60.10 Permits - Identification
XXXXXX.30.60.20 Permits - Review/Approve
XXXXXX.40 ROW & Easements
XXXXXX.40.10 ROW Negotiations
XXXXXX.40.20 Condemnation
XXXXXX.70 Utility Relocation
XXXXXX.70.10 Utiliry Relocation Co-ardination
XXXXXX.80 Construction
XXXXXX.80.81 Bid and Award
XXXXXX.80.83 Construction Execution
XXXXXX.80.85 Inspection
XXXXXX.80.86 Landscaping
XXXXXX.90 Closeout
XXXXXX.90.10 Construction Contract Close-out
XXXXXX.90.40 Design Contract Closure
177 L. City's Standard Milestones
CITY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITYPROJ. NUM. 105677
Revised October 6, 2023
013216-8
CONSTRUCTIONPROGRESSSCHEDULE
Page 8 of 13
178
179
180
181
182
183
184
185
186
187
188
189
190
191
192
193
194
195
196
197
198
199
200
201
202
203
204
205
206
207
208
209
210
2ll
212
213
214
215
216
217
218
The following milestone activities (i.e., important events on a project that mark critical
points in time) are of particular interest to the City and must be reflected in the project
schedule for all phases of work.
Activitv ID Activitv Name
Design
3020 Award Design Agreement
3040 Issue Notice to Proceed - Design Engineer
3100 Design Kick-off Meeting
3120 Submit Conceptual Plans to Utilities, ROW, Traffic, Parks,
Storm Water, Water & Sewer
3150 Peer Review Meeting/Design Review meeting (technical)
3160 Conduct Design Public Meeting #1 (required)
3170 Conceptual Design Complete
3220 Submit Preliminary Plans and Specifications to Utilities, ROW, Traffic,
Parks, Storm Water, Water & Sewer
3250 Conduct Design Public Meeting #2 (required)
3260 Preliminary Design Complete
3310 Submit Final Design to Utilities, ROW, Traff'ic, Parks, Storm Water,
Water & Sewer
3330 Conduct Design Public Meeting #3 (if required)
3360 Final Design Complete
ROW & Easements
4000 Right of Way Start
4230 Right of Way Complete
Utility Relocation
7000 Utilities Start
7120 Utilities Cleared/Complete Construction
Bid and Award
8110 Start Advertisement
8150 Conduct Bid Opening
8240 Award Construction Contract
Construction Execution
8330 Conduct Construction Public Meeting #4 Pre-Construction
8350 Construction Start
8370 Substantial Completion
8540 Construction Completion
9130 Notice of Completion/Green Sheet
9150 Construction Contract Closed
9420 Design Contract Closed
CITY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITYPROJ. NUM. 105677
Revised October 6, 2023
013216-9
CONSTRUCTIONPROGRESSSCHEDULE
Page 9 of 13
219 1.4 SUBMITTALS
220 A. Schedule Submittal & Review
221 The City's Project Manager is responsible for reviews and acceptance of the Contractor's
222 schedule. The City's Project Control Specialist is responsible for ensuring alignment of
223 the Contractor's baseline and progress schedules with the Master Project Schedule as
224 support to the City's Project Manager. The City reviews and accepts or rejects the
225 schedule within ten workdays of Contractor's submittal.
226
CITY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITYPROJ. NUM. 105677
Revised October 6, 2023
O1 32 16 - 10
CONSTRUCTIONPROGRESSSCHEDULE
Page 10 of 13
1 1. Schedule Format
2 The Contractor will submit each schedule in two electronic forms, one in native file
3 format (.xer, .xml, .mpx) and the second in a pdf format, in the City's document
4 management system in the location dedicated for this purpose and identified by the
5 Project Manager. In the event the Contractor does not use Primavera P6 or MS
6 Project for scheduling purposes, the schedule information must be submitted in .xls or
7 .xlsx format in compliance with the sample layout (See Specification O1 32 16.1 8
Construction Project Schedule Baseline Example), including activity
predecessors, 9 successors and total float.
10
11 2. Initial & Baseline Schedule
12 The Contractor will develop their schedule for their scope of work and submit their
13 initial schedule in electronic form (in the file formats noted above), in the City's 14
document management system in the location dedicated for this purpose at
least S
15 working days prior to Pre Construction Meeting.
16
17 The City's Project Manager and Project Control Specialist review this initial schedule
18 to determine alignment with the City's Master Project Schedule, including format &
19 WBS structure. Following the City's review, feedback is provided to the Contractor
20 for their use in finalizing their initial schedule and issuing (within five
workdays) their 21 Baseline Schedule for final review and acceptance by the City.
22
23 3. Progress Schedule
24 The Contractor will update and issue their project schedule (Progress Schedule) by the
25 last day of each month throughout the life of their work on the project. The Progress
26 Schedule is submitted in electronic form as noted above, in the City's
document 27 management system in the location dedicated for this purpose.
28
29
30
31
32
33
34
35
The City's Project Control team reviews each Progress Schedule for data and
information that support the assessment of the update to the schedule. In the event
data or information is missing or incomplete, the Project Controls Specialist
communicates directly with the Contractor's scheduler for providing same. The
Contractor re-submits the corrected Progress Schedule within 5 workdays, following
the submittal process noted above. The City's Project Manager and Project Control
Specialist review the Contractor's progress schedule for acceptance and to monitor 36
performance and progress.
37
38 The following list of items are required to ensure proper status information is 39
contained in the Progress Schedule.
40
41
42
43
44
45
• Baseline Start date
• Baseline Finish Date
• % Complete
• Float
• Activiry Logic (dependencies)
• Critical Path
CITY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITYPROJ. NUM. 105677
Revised October 6, 2023
01 32 16-11
CONSTRUCTIONPROGRESSSCHEDULE
Page 11 of 13
46 • Activities added or deleted
47 • Expected Baseline Finish date
48 • Variance to the Baseline Finish Date
49
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised October 6, 2023
MORNINGSTAR NORTH OFFSITE SEWER
CITY PROJ. NUM. 105677
01 32 16-12
CONSTRUCTIONPROGRESSSCHEDULE
Page 12 of 13
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
B. Monthly Construction Status Report
The Contractor submits a written status report (referred to as a progress narrative) at the
monthly progress meeting (if monthly meetings are held) or at the end of each month to
accompany the Progress Schedule submittal, using the standard format provided in
Specification O1 32 16.3 Construction Project Schedule Progress Narrative. The
content of the Construction Project Schedule Progress Narrative should be concise and
complete to include only changes, delays, and anticipated problems.
C. Submittal Process
• Schedules and Monthly Construction Status Reports are submitted in in the City's
document management system in the location dedicated for this purpose.
• Once the project has been completed and Final Acceptance has been issued by the
City, no further progress schedules or construction status reports are required from
the Contractor.
1.
1.5 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.6 CLOSEOUT SUBMITTALS [NOT USED]
1.7 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.8 QUALITY ASSURANCE
A. The person preparing and revising the construction Progress Schedule shall be
experienced in the preparation of schedules of similar complexity.
B. Schedule and supporting documents addressed in this Specification shall be prepared,
updated and revised to accurately reflect the performance of the construction.
C. Contractor is responsible for the quality of a11 submittals in this section meeting the
standard of care for the construction industry for similar projects.
1.9 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.10 FIELD [SITE] CONDITIONS [NOT USED]
28 1.11 WARRANTY [NOT USED]
29 112 ATTACHMENTS
30 Spec O1 32 16.1 Construction Project Schedule Baseline Example
31 Spec O1 32 16.2 Construction Project Schedule Progress Example
32 Spec O1 32 16.3 Construction Project Schedule Progress Narrative
33
CITY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITYPROJ. NUM. 105677
Revised October 6, 2023
01 32 16 - 13
CONSTRUCTIONPROGRESSSCHEDULE
Page 13 of 13
2 PART 2- PRODUCTS [NOT USED]
3 PART 3- EXECUTION [NOT USED]
4 END OF SECTION
Revision Log
i.�v��.r:�ui�
8/13/2021
10/06/2023
SUMMARY OF CHANGE
Revised to update specification requirements and eliminate duplicate schedule
MichaelOwen specifications.
Michael Owen Added "Juneteenth" to list of City Holidays under 1.3 G. "Schedule Calendar"
CITY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITYPROJ. NUM. 105677
Revised October 6, 2023
013233-1
PRECONSTRUCTION VIDEO
Page 1 of 2
SECTION 0132 33
PRECONSTRUCTION VIDEO
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. Administrative and procedural requirements for:
a. Preconstruction Videos
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1— General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Preconstruction Video
1. Produce a preconstruction video of the site/alignment, including a11 areas in the vicinity
of and to be affected by construction.
a. Provide digital copy of video upon request by the City.
2. Retain a copy of the preconstruction video until the end of the maintenance surety
period.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
CITY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITYPROJ. NUM. 105677
Revised July 1, 2011
O1 32 33 - 2
PRECONSTRUCTION VIDEO
Page 2 of 2
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
u�v��.r:�ui�
SUMMARY OF CHANGE
CITY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITYPROJ. NUM. 105677
Revised July 1, 2011
013300-1
SUBMITTALS
Page 1 of 8
SECTION 0133 00
SUBMITTALS
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. General methods and requirements of submissions applicable to the following
Work-related submittals: a. Shop Drawings
b. Product Data (including Standard Product List submittals)
c. Samples
d. Mock Ups
B. Deviations from this City of Fort Worth Standard Specification 1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1— General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS
A. Coordination
1. Notify the City in writing, at the time of submittal, of any deviations in the
submittals from the requirements of the Contract Documents.
2. Coordination of Submittal Times
a. Prepare, prioritize and transmit each submittal sufficiently in advance of
performing the related Work or other applicable activities, or within the time
specified in the individual Work Sections, of the Specifications.
b. Contractor is responsible such that the installation wi11 not be delayed by
processing times including, but not limited to:
a) Disapproval and resubmittal (if required)
b) Coordination with other submittals
c) Testing
d) Purchasing
e) Fabrication
� Delivery
g) Similar sequenced activities
c. No extension of time will be authorized because of the Contractor's failure to
transmit submittals sufficiently in advance of the Work.
d. Make submittals promptly in accordance with approved schedule, and in such
sequence as to cause no delay in the Work or in the work of any other
contractor.
CITY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJ. NUM. 105677
Revised December 20, 2012
013300-2
SUBMITTALS
Page 2 of 8
B. Submittal Numbering
1. When submitting shop drawings or samples, utilize a 9-character submittal
crossreference identification numbering system in the following manner:
a. Use the iirst 6 digits of the applicable Specification Section Number.
b. For the next 2 digits number use numbers 01-99 to sequentially number each
initial separate item or drawing submitted under each specific Section number.
c. Last use a letter, A-Z, indicating the resubmission of the same drawing (i.e.
A=2nd submission, B=3rd submission, C=4th submission, etc.). A typical
submittal number would be as follows:
03 30 00-08-B
1) 03 30 00 is the Specification Section for Concrete
2) 08 is the eighth initial submittal under this Specification Section
3) B is the third submission (second resubmission) of that particular shop
drawing
C. Contractor Certification
1. Review shop drawings, product data and samples, including those by
subcontractors, prior to submission to determine and verify the following: a.
Field measurements
b. Field construction criteria
c. Catalog numbers and similar data
d. Conformance with the Contract Documents
2. Provide each shop drawing, sample and product data submitted by the Contractor
with a Certification Statement affixed including: a. The Contractor's Company
name
b. Signature of submittal reviewer
c. Certification Statement
1) `By this submittal, I hereby represent that I have determined and verified
field measurements, field construction criteria, materials, dimensions,
catalog numbers and similar data and I have checked and coordinated each
item with other applicable approved shop drawings."
D. Submittal Format
1. Fold shop drawings larger than 8'/z inches x 11 inches to 8'/z inches x ll inches.
2. Bind shop drawings and product data sheets together.
3. Order
a. Cover Sheet
1) Description ofPacket
2) Contractor Certification
b. List of items / Table of Contents
c. Product Data /Shop Drawings/Samples /Calculations E.
Submittal Content
1. The date of submission and the dates of any previous submissions
2. The Project title and number
CITY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJ. NUM. 105677
Revised December 20, 2012
013300-3
SUBMITTALS
Page 3 of 8
3. Contractor identification
4. The names oi
a. Contractor
b. Supplier
c. Manufacturer
5. Identification of the product, with the Specification Section number, page and
paragraph(s)
6. Field dimensions, clearly identified as such
7. Relation to adjacent or critical features of the Work or materials
8. Applicable standards, such as ASTM or Federal Specification numbers
9. Identification by highlighting of deviations from Contract Documents
10. Identification by highlighting of revisions on resubmittals
11. An 8-inch x 3-inch blank space for Contractor and City stamps F. Shop Drawings
1. As specified in individual Work Sections includes, but is not necessarily limited to:
a. Custom-prepared data such as fabrication and erection/installation (working)
drawings
b. Scheduled information
c. Setting diagrams
d. Actual shopwork manufacturing instructions
e. Custom templates
f. Special wiring diagrams
g. Coordination drawings
h. Individual system or equipment inspection and test reports including:
1) Performance curves and certifications
i. As applicable to the Work
2. Details
a. Relation of the various parts to the main members and lines of the structure
b. Where correct fabrication of the Work depends upon field measurements
1) Provide such measurements and note on the drawings prior to submitting
for approval.
G. Product Data
1. For submittals of product data for products included on the City's Standard Product
List, clearly identify each item selected for use on the Project.
2. For submittals of product data for products not included on the City's Standard
Product List, submittal data may include, but is not necessarily limited to:
a. Standard prepared data for manufactured products (sometimes referred to as
catalog data)
1) Such as the manufacturer's product specification and installation
instructions
2) Availabiliry of colors and patterns
3) Manufacturer's printed statements of compliances and applicability
4) Roughing-in diagrams and templates
5) Catalog cuts
6) Product photographs
CITY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJ. NUM. 105677
Revised December 20, 2012
013300-4
SUBMITTALS
Page 4 of 8
7) Standard wiring diagrams
8) Printed performance curves and operational-range diagrams
9) Production or quality control inspection and test reports and certifications
10) Mill reports
11) Product operating and maintenance instructions and
recommended spare-parts listing and printed product
warranties
12) As applicable to the Work H. Samples
As specified in individual Sections, include, but are not necessarily limited to:
a. Physical examples of the Work such as:
1) Sections of manufactured or fabricated Work
2) Small cuts or containers of materials
3) Complete units of repetitively used products color/texture/pattern swatches
and range sets
4) Specimens for coordination of visual effect
5) Graphic symbols and units of Work to be used by the City for independent
inspection and testing, as applicable to the Wark
I. Do not start Work requiring a shop drawing, sample or product data nor any material to
be fabricated or installed prior to the approval or qualified approval of such item.
1. Fabrication performed, materials purchased or on-site construction accomplished
which does not conform to approved shop drawings and data is at the Contractor's
risk.
2. The City will not be liable for any expense or delay due to corrections or
remedies required to accomplish conformity.
3. Complete project Work, materials, fabrication, and installations in conformance
with approved shop drawings, applicable samples, and product data. J. Submittal
Distribution
1. Electronic Distribution
a. Confirm development of Project directory for electronic submittals to be
uploaded to City's Buzzsaw site, or another external FTP site approved by the
City.
b. Shop Drawings
1) Upload submittal to designated project directory and notify appropriate
Ciry representatives via email of submittal posting.
2) Hard Copies
a) 3 copies for all submittals
b) If Contractor requires more than 1 hard copy of Shop Drawings
returned, Contractor shall submit more than the number of copies listed
above.
c. Product Data
1) Upload submittal to designated project directory and notify appropriate
Ciry representatives via email of submittal posting.
2) Hard Copies
a) 3 copies for all submittals
d. Samples
1) Distributed to the Project Representative
CITY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJ. NUM. 105677
Revised December 20, 2012
013300-5
SUBMITTALS
Page 5 of 8
2. Hard Copy Distribution (if required in lieu of electronic distribution)
a. Shop Drawings
1) Distributed to the City
2) Copies
a) 8 copies for mechanical submittals
b) 7 copies for all other submittals
c) If Contractor requires more than 3 copies of Shop Drawings returned,
Contractor shall submit more than the number of copies listed above.
b. Product Data
1) Distributed to the City
2) Copies
a) 4 copies
c. Samples
1) Distributed to the Project Representative
2) Copies
a) Submit the number stated in the respective Specification Sections.
3. Distribute reproductions of approved shop drawings and copies of approved
product data and samples, where required, to the job site file and elsewhere as
directed by the City.
a. Provide number of copies as directed by the City but not exceeding the number
previously specified. K. Submittal Review
1. The review of shop drawings, data and samples will be for general conformance with
the design concept and Contract Documents. This is not to be construed as: a.
Permitting any departure from the Contract requirements
b. Relieving the Contractor of responsibility for any errors, including details,
dimensions, and materials
c. Approving departures from details furnished by the City, except as otherwise
provided herein
2. The review and approval of shop drawings, samples or product data by the City does
not relieve the Contractor from his/her responsibility with regard to the fulfillment
of the terms of the Contract.
a. All risks of error and omission are assumed by the Contractor, and the City will
have no responsibility therefore.
3. The Contractor remains responsible for details and accuracy, for coordinating the
Work with all other associated work and trades, for selecting fabrication processes,
for techniques of assembly and for performing Work in a safe manner.
4. If the shop drawings, data or samples as submitted describe variations and show a
departure from the Contract requirements which City finds to be in the interest of
the City and to be so minor as not to involve a change in Contract Price or time for
performance, the City may return the reviewed drawings without noting an
exception.
5. Submittals will be returned to the Contractor under 1 of the following codes:
a. Code 1
1) "NO EXCEPTIONS TAKEN" is assigned when there are no notations or
comments on the submittal.
CITY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJ. NUM. 105677
Revised December 20, 2012
013300-6
SUBMITTALS
Page 6 of 8
a) When returned under this code the Contractor may release the
equipment and/or material for manufacture.
b. Code 2
1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of
the notations and comments IS NOT required by the Contractor.
a) The Contractor may release the equipment or material for manufacture;
however, all notations and comments must be incorporated into the
final product.
c. Code 3
1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is
assigned when notations and comments are extensive enough to require a
resubmittal of the package.
a) The Contractor may release the equipment or material for manufacture;
however, all notations and comments must be incorporated into the
final product.
b) This resubmittal is to address all comments, omissions and non-
conforming items that were noted.
c) Resubmittal is to be received by the City within 15 Calendar Days of
the date of the City's transmittal requiring the resubmittal.
d. Code 4
1) "NOT APPROVED" is assigned when the submittal does not meet the intent
of the Contract Documents.
a) The Contractor must resubmit the entire package revised to bring the
submittal into conformance.
b) It may be necessary to resubmit using a different manufacturer/vendor
to meet the Contract Documents.
6. Resubmittals
a. Handled in the same manner as first submittals
1) Corrections other than requested by the City
2) Marked with revision triangle or other similar method
a) At Contractor's risk if not marked
b. Submittals for each item will be reviewed no more than twice at the City's
expense.
1) All subsequent reviews will be performed at times convenient to the City
and at the Contractor's expense, based on the City's or City
Representative's then prevailing rates.
2) Provide Contractor reimbursement to the City within 30 Calendar Days for
all such fees invoiced by the City.
c. The need for more than 1 resubmission or any other delay in obtaining City's
review of submittals, will not entitle the Contractor to an extension of Contract
Time.
7. Partial Submittals
a. Ciry reserves the right to not review submittals deemed partial, at the City's
discretion.
b. Submittals deemed by the City to be not complete will be returned to the
Contractor, and will be considered "Not Approved" until resubmitted.
CITY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJ. NUM. 105677
Revised December 20, 2012
013300-7
SUBMITTALS
Page 7 of 8
c. The City may at its option provide a list or mark the submittal directing the
Contractor to the areas that are incomplete.
8. If the Contractor considers any correction indicated on the shop drawings to
constitute a change to the Contract Documents, then written notice must be
provided thereof to the City at least 7 Calendar Days prior to release for
manufacture.
9. When the shop drawings have been completed to the satisfaction of the City, the
Contractor may carry out the construction in accordance therewith and no further
changes therein except upon written instructions from the City.
10. Each submittal, appropriately coded, will be returned within 30 Calendar Days
following receipt of submittal by the City. L. Mock ups
1. Mock Up units as specified in individual Sections, include, but are not necessarily
limited to, complete units of the standard of acceptance for that type of Work to be used on
the Project. Remove at the completion of the Work or when directed. M. Qualifications
1. If specifically required in other Sections of these Specifications, submit a P.E.
Certification for each item required.
N. Request for Information (RFI)
1. Contractor Request for additional information
a. Clarification or interpretation of the contract documents
b. When the Contractor believes there is a conflict between Contract Documents
c. When the Contractor believes there is a conflict between the Drawings and
Specifications
1) Identify the conflict and request clarification
2. Use the Request for Information (RFI) form provided by the City.
3. Numbering of RFI
a. Prefix with "RFP' followed by series number, "-xxx", beginning with "O1" and
increasing sequentially with each additional transmittal.
4. Sufficient information shall be attached to permit a written response without further
information.
The City will log each request and wi11 review the request.
a. If review of the project information request indicates that a change to the
Contract Documents is required, the City will issue a Field Order or Change
Order, as appropriate.
1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL
SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8
MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE
[NOT USED] 110 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD
[SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
CITY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJ. NUM. 105677
Revised December 20, 2012
013300-8
SUBMITTALS
Page 8 of 8
DATE NAME
12/20/2012 D.Johnson
Revision Log
SUMMARY OF CHANGE
1.4.K.8. Working Days modified to Calendar Days
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised December 20, 2012
MORNINGSTAR NORTH OFFSITE SEWER
CITY PROJ. NUM. 105677
013513-1
SPECIAL PROJECT PROCEDURES
Page 1 of 8
1
2
3 PART1- GENERAL
4 1.1 SUMMARY
SECTION 0135 13
SPECIAL PROJECT PROCEDURES
5 A. Section Includes:
6 1. The procedures for special project circumstances that includes, but is not limited to:
7 a. Coordination with the Texas Department of Transportation
8 b. Work near High Voltage Lines
9 c. Confined Space Entry Program
10 d. Use of Explosives, Drop Weight, Etc.
11 e. Water Department Notification
12 f. Public Notification Prior to Beginning Construction
13 g. Coordination with United States Army Corps of Engineers
14 h. Coordination within Railroad permits areas
15 i. Dust Control
16 j. Employee Parking
17 B. Deviations from this City of Fort Worth Standard Specification
18 1. None.
19 C. Related Specification Sections include, but are not necessarily limited to:
20 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract
21 2. Division 1— General Requirements
22 3. Section 33 12 25 — Connection to Existing Water Mains
23 1.2 PRICE AND PAYMENT PROCEDURES
24 A. Measurement and Payment
25 1. Coordination within Railroad permit areas
26 a. Measurement
27 1) Measurement for this Item will be by lump sum.
28 b. Payment
29 1) The work performed and materials furnished in accordance with this Item
30 will be paid for at the lump sum price bid for Railroad Coordination.
31 c. The price bid shall include:
32 1) Mobilization
33 2) Inspection
34 3) Safety training
35 4) AdditionalInsurance
36 5) Insurance Certificates
37 6) Other requirements associated with general coordination with Railroad,
38 including additional employees required to protect the right-of-way and
39 property of the Railroad from damage arising out of and/or from the
40 construction of the Project.
41 2. Railroad Flagmen
42 a. Measurement
CITY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJ. NUM. 105677
Revised March 11, 2022
O1 35 13 - 2
SPECIAL PROJECT PROCEDURES
Page 2 of 8
1 1) Measurement for this Item will be per working day.
2 b. Payment
3 1) The work performed and materials furnished in accordance with this Item
4 will be paid for each working day that Railroad Flagmen are present at the
5 Site.
6 c. The price bid shall include:
7 1) Coordination for scheduling flagmen
8 2) Flagmen
9 3) Other requirements associated with Railroad
10 3. All other items
11 a. Work associated with these Items is considered subsidiary to the various Items
12 bid. No separate payment will be allowed for this Item.
13 1.3 REFERENCES
14 A. Reference Standards
15
16
17
18
19
1
2.
Reference standards cited in this Specification refer to the current reference
standard published at the time of the latest revision date logged at the end of this
Specification, unless a date is specifically cited.
Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752.
High Voltage Overhead Lines.
20 1.4 ADMINISTRATIVE REQUIREMENTS
21 A. Coordination with the Texas Department of Transportation
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
1. When work in the right-of-way which is under the jurisdiction of the Texas
Department of Transportation (TxDOT):
a. Notify the Texas Department of Transportation prior to commencing any work
therein in accordance with the provisions of the permit
b. All work performed in the TxDOT right-of-way shall be performed in
compliance with and subject to approval from the Texas Department of
Transportation
B. Work near High Voltage Lines
1. Regulatory Requirements
a. All Work near High Voltage Lines (more than 600 volts measured between
conductors or between a conductor and the ground) shall be in accordance with
Health and Safety Code, Title 9, Subtitle A, Chapter 752.
2. Warning sign
a. Provide sign of sufficient size meeting all OSHA requirements.
3. Equipment operating within 10 feet of high voltage lines will require the following
safery features
a. Insulating cage-type of guard about the boom or arm
b. Insulator links on the lift hook connections for back hoes or dippers
c. Equipment must meet the safety requirements as set forth by OSHA and the
safery requirements of the owner of the high voltage lines
4. Work within 6 feet of high voltage electric lines
a. Notification shall be given to:
1) The power company (example: ONCOR)
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised March 11, 2022
MORNINGSTAR NORTH OFFSITE SEWER
CITY PROJ. NUM. 105677
O1 35 13 - 3
SPECIAL PROJECT PROCEDURES
Page 3 of 8
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
L�"
c.
a) Maintain an accurate log of all such calls to power company and record
action taken in each case.
Coordination with power company
1) After notiiication coordinate with the power company to:
a) Erect temporary mechanical barriers, de-energize the lines, or raise or
lower the lines
No personnel may work within 6 feet of a high voltage line before the above
requirements have been met.
C. Confined Space Entry Program
1. Provide and follow approved Confined Space Entry Program in accordance with
OSHA requirements.
2. Confined Spaces include:
a. Manholes
b. All other confined spaces in accordance with OSHA's Permit Required for
Confined Spaces
D. Use of Explosives, Drop Weight, Etc.
1. When Contract Documents permit on the project the following will apply:
a. Public Notification
1) Submit notice to City and proof of adequate insurance coverage, 24 hours
prior to commencing.
2) Minimum 24 hour public notification in accordance with Section O1 31 13
E. Water Department Coordination
1. During the construction of this project, it will be necessary to deactivate, for a
period of time, existing lines. The Contractor shall be required to coordinate with
the Water Department to determine the best times for deactivating and activating
those lines.
2. Coordinate any event that will require connecting to or the operation of an existing
City water line system with the City's representative.
a. Coordination shall be in accordance with Section 33 12 25.
b. If needed, obtain a hydrant water meter from the Water Department for use
during the life of named project.
c. In the event that a water valve on an existing live system be turned off and on
to accommodate the construction of the project is required, coordinate this
activity through the appropriate City representative.
1) Do not operate water line valves of existing water system.
a) Failure to comply will render the Contractor in violation of Texas Penal
Code Title 7, Chapter 28.03 (Criminal Mischie� and the Contractar
will be prosecuted to the full extent of the law.
b) In addition, the Contractor will assume all liabilities and
responsibilities as a result of these actions.
F. Public Notification Prior to Beginning Construction
1. Prior to beginning construction on any block in the project, on a block by block
basis, prepare and deliver a notice or flyer of the pending construction to the front
door of each residence or business that will be impacted by construction. The notice
shall be prepared as follows:
a. Post notice or flyer and City of Fort Worth Door Hangers, 7 days prior to
beginning any construction activity on each block in the project area.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised March 11, 2022
MORNINGSTAR NORTH OFFSITE SEWER
CITY PROJ. NUM. 105677
O1 35 13 - 4
SPECIAL PROJECT PROCEDURES
Page 4 of 8
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
1) Prepare flyer on the Contractor's letterhead and include the following
information:
a) Name of Project
b) City Proj ect No (CPN)
c) Scope of Project (i.e. type of construction activity)
d) Actual construction duration within the block
e) Name of the contractor's foreman and phone number
� Name of the City's inspector and phone number
g) City's after-hours phone number
2) A sample of the `pre-construction notiiication' flyer is attached as Exhibit
A.
3) City of Fort Worth Door Hangers will be provided to the Contractor for
distribution with their notice.
4) Submit schedule showing the construction start and finish time for each
block of the project to the inspector.
5) Deliver flyer to the City Inspector for review prior to distribution.
b. No construction will be allowed to begin on any block until the flyer and door
hangers are delivered to all residents of the block.
G. Public Notification of Temporary Water Service Interruption during Construction
1. In the event it becomes necessary to temporarily shut down water service to
residents or businesses during construction, prepare and deliver a notice or flyer of
the pending interruption to the front door of each affected resident.
2. Prepared notice as follows:
a. The notification or flyer shall be posted 24 hours prior to the temporary
interruption.
b. Prepare flyer on the contractor's letterhead and include the following
information:
1) Name of the project
2) City Project Number
3) Date of the interruption of service
4) Period the interruption will take place
5) Name of the contractor's foreman and phone number
6) Name of the City's inspector and phone number
c. A sample of the temporary water service interruption notification is attached as
Exhibit B.
d. Deliver a copy of the temporary interruption notification to the City inspector
for review prior to being distributed.
e. No interruption of water service can occur until the flyer has been delivered to
all affected residents and businesses.
f. Electronic versions of the sample flyers can be obtained from the Project
Construction Inspector.
H. Coordination with United States Army Corps of Engineers (USACE)
1. At locations in the Project where construction activities occur in areas where
USACE permits are required, meet all requirements set forth in each designated
permit.
46 I. Coordination within Railroad Permit Areas
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised March 11, 2022
MORNINGSTAR NORTH OFFSITE SEWER
CITY PROJ. NUM. 105677
013513-5
SPECIAL PROJECT PROCEDURES
Page 5 of 8
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
1
2.
3
At locations in the project where construction activities occur in areas where
railroad permits are required, meet all requirements set forth in each designated
railroad permit. This includes, but is not limited to, provisions for:
a. Flagmen
b. Inspectors
c. Safety training
d. Additional insurance
e. Insurance certiiicates
f. Other employees required to protect the right-of-way and property of the
Railroad Company from damage arising out of and/or from the construction of
the project. Proper utility clearance procedures shall be used in accordance
with the permit guidelines.
Obtain any supplemental information needed to comply with the railroad's
requirements.
Railroad Flagmen
a. Submit receipts to City for verification of working days that railroad flagmen
were present on Site.
18 J. Dust Control
19 1. Use acceptable measures to control dust at the Site.
20 a. If water is used to control dust, capture and properly dispose of waste water.
21 b. If wet saw cutting is performed, capture and properly dispose of slurry.
22 K. Employee Parking
23 1. Provide parking for employees at locations approved by the City.
24 1.5 SUBMITTALS [NOT USED]
25 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
26 1.7 CLOSEOUT SUBMITTALS [NOT USED]
27 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
28 1.9 QUALITY ASSURANCE [NOT USED]
29 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
30
31
32
33
34
35
1.11 FIELD [SITE] CONDITIONS [NOT USED]
112 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
CITY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJ. NUM. 105677
Revised March 11, 2022
013513-6
SPECIAL PROJECT PROCEDURES
Page 6 of 8
DATE NAME
8/31/2012 D. Johnson
3/11/2022 M Owen
SUMMARY OF CHANGE
1.4.B — Added requirement of compliance with Health and Safety Code, Title 9.
Safety, Subtitle A. Public Safety, Chapter 752. High Voltage Overhead Lines.
1.4.E — Added Contractor responsibility far obtaining a TCEQ Air Permit
Remove references to Air Pollution watch Days and NCTCOG Clean construcrion
Specificarion requirements. Clarify need for poor Hangers under in addition to
contractor notificarion of public.
CITY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJ. NUM. 105677
Revised March 11, 2022
O1 35 13 - 7
SPECIAL PROJECT PROCEDURES
Page 7 of 8
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
Date:
CPN No.:
Project Name:
Mapsco Location:
Limits of Construction:
EXHIBIT A
(To be printed on Contractor's Letterhead)
I
THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT
WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR
PROPERTY.
CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE
OF THIS NOTICE.
IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER
ISSUE, PLEASE CALL:
Mr. <CONTRACTOR°S SUPERINTENDENT> AT <TELEPHONE NO.>
OR
Mr. <CITY INSPECTOR> AT < TELEPHONE NO.>
AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306
PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised March 11, 2022
MORNINGSTAR NORTH OFFSITE SEWER
CITY PROJ. NUM. 105677
013513-8
SPECIAL PROJECT PROCEDURES
Page 8 of 8
EXHIBIT B
���� ������
CITY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJ. NUM. 105677
Revised March 11, 2022
O1 45 23
TESTING AND INSPECTION SERVICES
Page 1 of 2
SECTION O1 45 23
TESTING AND INSPECTION SERVICES
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
l. Testing and inspection services procedures and coordination
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1— General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various Items bid. No
separate payment will be allowed for this Item.
a. Contractor is responsible for performing, coordinating, and payment of all
Quality Control testing.
b. City is responsible for performing and payment for first set of Quality
Assurance testing.
1) If the first Quality Assurance test performed by the City fails, the Contractor
is responsible for payment of subsequent Quality Assurance testing until a
passing test occurs.
a) Final acceptance will not be issued by City until all required payments
for testing by Contractor have been paid in full.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Testing
1. Complete testing in accordance with the Contract Documents.
2. Coordination
a. When testing is required to be performed by the City, notify City, sufficiently in
advance, when testing is needed.
b. When testing is required to be completed by the Contractor, notify City,
sufficiently in advance, that testing will be performed.
3. Distribution of Testing Reports
a. Electronic Distribution
CITY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITYPROJ. NUM. 105677
Revised March 9, 2020
O1 45 23
TESTING AND INSPECTION SERVICES
Page 2 of 2
1) Confirm development of Project directory for electronic submittals to be
uploaded to the City's document management system, or another external
FTP site approved by the City.
2) Upload test reports to designated project directory and notify appropriate
City representatives via email of submittal posting.
3) Hard Copies
a) 1 copy for all submittals submitted to the Project Representative
b. Hard Copy Distribution (if required in lieu of electronic distribution)
1) Tests performed by City
a) Distribute 1 hard copy to the Contractor
2) Tests performed by the Contractor
a) Distribute 3 hard copies to City's Project Representative
4. Provide City's Project Representative with trip tickets for each delivered load of
Concrete or Lime material including the following information: a. Name of pit
b. Date of delivery
c. Material delivered
B. Inspection
1. Inspection or lack of inspection does not relieve the Contractor from obligation to
perform work in accordance with the Contract Documents.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME
3/9/2020 D.V. Magana
SUMMARY OF CHANGE
Removed reference to Buzzsaw and noted that electronic submittals be uploaded
through the City's document management system.
CITY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITYPROJ. NUM. 105677
Revised March 9, 2020
015000-1
TEMPORARY FACILITIES AND CONTROLS
Page 1 of 4
SECTION O1 50 00
TEMPORARY FACILITIES AND CONTROLS
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
l. Provide temporary facilities and controls needed for the Work including, but not
necessarily limited to:
a. Temporary utilities
b. Sanitary facilities
c. Storage Sheds and Buildings
d. Dust control
e. Temporary fencing of the construction site
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1— General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various Items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Temporary Utilities
1. Obtaining Temporary Service
a. Make arrangements with utility service companies for temporary services.
b. Abide by rules and regulations of utility service companies or authorities
having jurisdiction.
c. Be responsible for utility service costs until Work is approved for Final
Acceptance.
1) Included are fuel, power, light, heat and other utility services necessary for
execution, completion, testing and initial operation of Work.
2. Water
a. Contractor to provide water required for and in connection with Work to be
performed and for specified tests of piping, equipment, devices or other use as
required for the completion of the Work.
b. Provide and maintain adequate supply of potable water for domestic
consumption by Contractor personnel and City's Project Representatives.
CITY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITYPROJ. NUM. 105677
Revised July 1, 2011
015000-2
TEMPORARY FACILITIES AND CONTROLS
Page 2 of 4
c. Coordination
1) Contact City 1 week before water for construction is desired
d. Contractor Payment for Construction Water
1) Obtain construction water meter from City for payment as billed by City's
established rates.
3. Electricity and Lighting
a. Provide and pay for electric powered service as required for Work, including
testing of Work.
1) Provide power for lighting, operation of equipment, or other use.
b. Electric power service includes temporary power service or generator to
maintain operations during scheduled shutdown.
4. Telephone
a. Provide emergency telephone service at Site for use by Contractor personnel
and others performing work or furnishing services at Site.
5. Temporary Heat and Ventilation
a. Provide temporary heat as necessary for protection or completion of Work.
b. Provide temporary heat and ventilation to assure safe working conditions.
B. Sanitary Facilities
1. Provide and maintain sanitary facilities for persons on Site.
a. Comply with regulations of State and local departments of health.
2. Enforce use of sanitary facilities by construction personnel at job site.
a. Enclose and anchor sanitary facilities.
b. No discharge will be allowed from these facilities.
c. Collect and store sewage and waste so as not to cause nuisance or health
problem.
d. Haul sewage and waste off-site at no less than weekly intervals and properly
dispose in accordance with applicable regulation.
3. Locate facilities near Work Site and keep clean and maintained throughout Project.
4. Remove facilities at completion of Project
C. Storage Sheds and Buildings
1. Provide adequately ventilated, watertight, weatherproof storage facilities with floor
above ground level for materials and equipment susceptible to weather damage.
2. Storage of materials not susceptible to weather damage may be on blocks off
ground.
3. Store materials in a neat and orderly manner.
a. Place materials and equipment to permit easy access for identification, inspection
and inventory.
4. Equip building with lockable doors and lighting, and provide electrical service for
equipment space heaters and heating or ventilation as necessary to provide storage
environments acceptable to specified manufacturers.
5. Fill and grade site for temporary structures to provide drainage away from
temporary and existing buildings.
6. Remove building from site prior to Final Acceptance.
CITY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITYPROJ. NUM. 105677
Revised July 1, 2011
015000-3
TEMPORARY FACILITIES AND CONTROLS
Page 3 of 4
D. Temporary Fencing
1. Provide and maintain for the duration or construction when required in contract
documents
E. Dust Control
1. Contractor is responsible for maintaining dust control through the duration of the
proj ect.
a. Contractor remains on-call at all times
b. Must respond in a timely manner
F. Temporary Protection of Construction
1. Contractor or subcontractors are responsible for protecting Work from damage due to
weather.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE� CONDITIONS �NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
31 INSTALLERS [NOT USED]
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 INSTALLATION
A. Temporary Facilities
1. Maintain all temporary facilities for duration of construction activities as needed.
3.5 [REPAIR] / [RESTORATION]
3.6 RE-INSTALLATION
3.7 FIELD foa] SITE QUALITY CONTROL [NOT USED]
3.8 SYSTEM STARTUP [NOT USED]
CITY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITYPROJ. NUM. 105677
Revised July 1, 2011
015000-4
TEMPORARY FACILITIES AND CONTROLS
Page 4 of 4
3.9 ADJUSTING [NOT USED]
3.10 CLEANING [NOT USED]
3.11 CLOSEOUT ACTIVITIES
A. Temporary Facilities
1. Remove all temporary facilities and restore area after completion of the Work, to a
condition equal to or better than prior to start of Work.
3.12 PROTECTION [NOT USED]
3.13 MAINTENANCE [NOT USED]
314 ATTACHMENTS [NOT USED]
END OF SECTION
Revision Log
DATE NAME
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised July 1, 2011
SUMMARY OF CHANGE
MORNINGSTAR NORTH OFFSITE SEWER
CITY PROJ. NUM. 105677
015526-1
STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL
Page 1 of 3
1
2
SECTION O1 55 26
STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL
3 PART 1- GENERAL 1.1 SUMMARY
4 A. Section Includes:
5 1. Administrative procedures for:
6 a. Street Use Permit
7 b. Modification of approved traffic control
8 c. Removal of Street Signs
9 B. Deviations from this City of Fort Worth Standard Specification 1. None.
10 C. Related Specification Sections include, but are not necessarily limited to:
ll 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract
12 2. Division 1— General Requirements
13 3. Section 34 71 13 — Traffic Control
14 1.2 PRICE AND PAYMENT PROCEDURES
15 A. Measurement and Payment
16 1. Work associated with this Item is considered subsidiary to the various Items bid. No
17 separate payment will be allowed for this Item.
18 1.3 REFERENCES
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
A. Reference Standards
1. Reference standards cited in this specification refer to the current reference standard
published at the time of the latest revision date logged at the end of this specification,
unless a date is specifically cited.
2. Texas Manual on Uniform Traffic Control Devices (TMUTCD).
1.4 ADMINISTRATIVE REQUIREMENTS
A. Traffic Control
1. General
a. Contractor shall minimize lane closures and impact to vehicular/pedestrian
traffic.
b. When traffic control plans are included in the Drawings, provide Traffic Control
in accordance with Drawings and Section 34 71 13.
c. When traffic control plans are not included in the Drawings, prepare traffic
control plans in accordance with Section 34 71 13 and submit to City for review.
1) Allow minimum 10 working days for review of proposed Traffic
Control.
2) A traffic control "Typical" published by City of Fort Worth, the Texas
Manual Unified Traffic Control Devices (TMUTCD) or Texas
Department of Transportation (TxDOT) can be used as an alternative to
CITY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITYPROJ. NUM. 105677
Revised March 22, 2021
015526-2
STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL
Page 2 of 3
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
54
preparing project/site specific traffic control plan if the typical is
applicable to the speciiic project/site.
B. Street Use Permit
Prior to installation of Traffic Control, a City Street Use Permit is required.
a. To obtain Street Use Permit, submit Traffic Control Plans to City Transportation
and Public Works Department.
1) Allow a minimum of 5 working days for permit review.
2) It is the Contractor's responsibility to coordinate review of Traffic Control
plans for Street Use Permit, such that construction is not delayed.
C. Modification to Approved Traffic Control
1. Prior to installation traffic control:
a. Submit revised traffic control plans to City Department Transportation and Public
Works Department.
1) Revise Traffic Control plans in accordance with Section 34 71 13.
2) Allow minimum 5 working days for review of revised Traffic Control.
3) It is the Contractor's responsibility to coordinate review of Traffic Control
plans for Street Use Permit, such that construction is not delayed.
55 D. Removal of Street Sign
56 1. If it is determined that a street sign must be removed for construction, then contact City
57 Transportation and Public Works Department, Signs and Markings Division to remove the
58 sign. E. Temporary Signage
59 1. In the case of regulatory signs, replace permanent sign with temporary sign meeting
60 requirements of the latest edition of the Texas Manual on Uniform Traffic Control
61 Devices (MUTCD).
62 2. Install temporary sign before the removal of permanent sign.
63 3. When construction is complete, to the extent that the permanent sign can be
64 reinstalled, contact the City Transportation and Public Works Department, Signs and
65 Markings Division, to reinstall the permanent sign. F. Traffic Control Standards
66 1. Traffic Control Standards can be found on the City's website.
67 1.5 SUBMITTALS [NOT USED]
68 A. Submit all required documentation to City's Project Representative.
69 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7
70 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS
71 [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND
72 HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12
73 WARRANTY [NOT USED]
74 PART 2- PRODUCTS [NOT USED]
CITY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITYPROJ. NUM. 105677
Revised March 22, 2021
015526-3
STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL
Page 3 of 3
75
76
77
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
78
DATE NAME
3/22/2021 M Owen
SUMMARY OF CHANGE
1.4 A. Added language to emphasize minimizing of lane closures and impact to
traffic.
1.4 A. 1. c. Added language to allow for use of published traffic control "Typicals" if
applicable to specific project/site.
1.4 F. 1) Removed reference to Buzzsaw
LS Added language re: submittal of permit
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised March 22, 2021
MORNINGSTAR NORTH OFFSITE SEWER
CITY PROJ. NUM. 105677
015713-1
STORM WATER POLLUTION PREVENTION
Page 1 of 3
SECTION O1 57 13
STORM WATER POLLUTION PREVENTION
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
l. Procedures for Storm Water Pollution Prevention Plans
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0— Bidding Requirements, Contract Forms and Conditions of the
Contract
2. Division 1— General Requirements
3. Section 31 25 00 — Erosion and Sediment Control
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Construction Activities resulting in less than 1 acre of disturbance
a. Work associated with this Item is considered subsidiary to the various Items
bid. No separate payment will be allowed for this Item.
2. Construction Activities resulting in greater than 1 acre of disturbance
a. Measurement and Payment shall be in accordance with Section 31 25 00.
1.3 REFERENCES
A. Abbreviations and Acronyms
1. Notice of Intent: NOI
2. Notice of Termination: NOT
3. Storm Water Pollution Prevention P1an: SWPPP
4. Texas Commission on Environmental Quality: TCEQ
5. Notice of Change: NOC
A. Reference Standards
1. Reference standards cited in this Specification refer to the current reference
standard published at the time of the latest revision date logged at the end of this
Specification, unless a date is specifically cited.
2. Integrated Storm Management (iSWM) Technical Manual for Construction
Controls
1.4 ADMINISTRATIVE REQUIREMENTS
A. General
CITY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITYPROJ. NUM. 105677
Revised July 1, 2011
015713-2
STORM WATER POLLUTION PREVENTION
Page 2 of 3
1. Contractor is responsible for resolution and payment of any fines issued associated
with compliance to Stormwater Pollution Prevention Plan.
B. Construction Activities resulting in:
1. Less than 1 acre of disturbance
a. Provide erosion and sediment control in accordance with Section 31 25 00 and
Drawings.
2. 1 to less than 5 acres of disturbance
a. Texas Pollutant Discharge Elimination System (TPDES) General Construction
Permit is required
b. Complete SWPPP in accordance with TCEQ requirements
1) TCEQ Small Construction Site Notice Required under general pertnit
TXR150000
a) Sign and post at job site
b) Prior to Preconstruction Meeting, send 1 copy to City Department of
Transportation and Public Works, Environmental Division, (817)
3926088.
2) Provide erosion and sediment control in accordance with:
a) Section 31 25 00
b) The Drawings
c) TXR150000 General Permit
d) SWPPP
e) TCEQ requirements
3. 5 acres or more of Disturbance
a. Texas Pollutant Discharge Elimination System (TPDES) General Construction
Permit is required
b. Complete SWPPP in accordance with TCEQ requirements
1) Prepare a TCEQ NOI form and submit to TCEQ along with required fee
a) Sign and post at job site
b) Send copy to City Department of Transportation and Public Works,
Environmental Division, (817) 392-6088.
2) TCEQ Notice of Change required if making changes or updates to NOI 3)
Provide erosion and sediment control in accordance with:
a) Section 31 25 00
b) The Drawings
c) TXR150000 General Permit
d) S WPPP
e) TCEQ requirements
4) Once the project has been completed and all the closeout requirements of
TCEQ have been met a TCEQ Notice of Termination can be submitted.
a) Send copy to City Department of Transportation and Public Works,
Environmental Division, (817) 392-6088.
1.5 SUBMITTALS
I:� . " 'r
1. Submit in accordance with Section O1 33 00, except as stated herein.
CITY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITYPROJ. NUM. 105677
Revised July 1, 2011
015713-3
STORM WATER POLLUTION PREVENTION
Page 3 of 3
a. Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the City
as follows:
1) 1 copy to the City Project Manager
a) City Project Manager will forward to the City Department of
Transportation and Public Works, Environmental Division for review
B. Modified SWPPP
1. If the SWPPP is revised during construction, resubmit modified SWPPP to the City
in accordance with Section O1 33 00.
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised July 1, 2011
SUMMARY OF CHANGE
MORNINGSTAR NORTH OFFSITE SEWER
CITY PROJ. NUM. 105677
015813-1
TEMPORARY PROJECT SIGNAGE
Page 1 of 3
SECTION O1 58 13
TEMPORARY PROJECT SIGNAGE
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
l. Temporary Project Signage Requirements
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1— General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various Items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
111 FIELD [SITE] CONDITIONS [NOT USED]
112 WARRANTY [NOT USED]
PART 2 - PRODUCTS
2.1 OWNER-FURNISHED fox] OWNER-SUPPLIEDPRODUCTS [NOT USED]
2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS
A. Design Criteria
CITY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITYPROJ. NUM. 105677
Revised July 1, 2011
015813-2
TEMPORARY PROJECT SIGNAGE
Page 2 of 3
1. Provide free standing Project Designation Sign in accordance with City's Standard
Details for project signs.
B. Materials
1. Sign
a. Constructed of 3/a-inch fir plywood, grade A-C (exterior) or better
2.3 ACCESSORIES [NOT USED]
2.4 SOURCE QUALITY CONTROL [NOT USED]
PART 3 - EXECUTION
31 INSTALLERS [NOT USED]
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 INSTALLATION
A. General
1. Provide vertical installation at extents ofproject.
2. Relocate sign as needed, upon request of the City.
B. Mounting options
a. Skids
b. Posts
c. Barricade
3.5 REPAIR / RESTORATION [NOT USED]
3.6 RE-INSTALLATION [NOT USED]
3.7 FIELD [�R] SITE QUALITY CONTROL [NOT USED]
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.10 CLEANING [NOT USED]
3.11 CLOSEOUT ACTIVITIES [NOT USED]
3.12 PROTECTION [NOT USED]
3.13 MAINTENANCE
A. General
1. Maintenance will include painting and repairs as needed or directed by the City.
CITY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCU NTS CITYPROJ. NU 105677
Revised July 1, 2011
015813-3
TEMPORARY PROJECT SIGNAGE
Page 3 of 3
3.14 ATTACHMENTS [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
CITY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITYPROJ. NUM. 105677
Revised July 1, 2011
oi bo 00
PRODUCT REQUIREMENTS
Page 1 of 2
SECTION O1 60 00
PRODUCT REQUIREMENTS
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. References for Product Requirements and City Standard Products List
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1— General Requirements
1.2 PRICE AND PAYMENT PROCEDURES [NOT USED]
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. A list of City approved products for use is available through the City's website at:
https://apps.fortworthtexas.gov/ProjectResources/ and following the directory path;
02 - Construction Documents/Standard Products List
B. Only products specifically included on City's Standard Product List in these Contract
Documents shall be allowed for use on the Project.
1. Any subsequently approved products will only be allowed for use upon specific
approval by the City.
C. Any specific product requirements in the Contract Documents supersede similar
products included on the City's Standard Product List.
1. The City reserves the right to not a11ow products to be used for certain projects even
though the product is listed on the City's Standard Product List.
D. Although a specific product is included on City's Standard Product List, not all
products from that manufacturer are approved for use, including but not limited to, that
manufacturer's standard product.
E. See Section O1 33 00 for submittal requirements of Product Data included on Ciry's
Standard Product List.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
CITY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITYPROJ. NUM. 105677
Revised March 9, 2020
O1 60 00
PRODUCT REQUIREMENTS
Page 2 of 2
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME
10/12/12 D.Johnson
3/9/2020 D.V. Magana
SUMMARY OF CHANGE
Modified Location of City's Standard Product List
Removed reference to Buzzsaw and noted that the Ciry approved products list is
accessible tln-ough the City's website.
CITY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITYPROJ. NUM. 105677
Revised March 9, 2020
016600-1
PRODUCT STORAGE AND HANDLING REQUIREMENTS
Page 1 of 4
SECTION O1 66 00
PRODUCT STORAGE AND HANDLING REQUIREMENTS
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. Scheduling of product delivery
2. Packaging of products for delivery
3. Protection of products against damage from:
a. Handling
b. Exposure to elements or harsh environments
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1— General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various Items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
110 DELIVERY AND HANDLING
A. Delivery Requirements
1. Schedule delivery of products or equipment as required to allow timely installation
and to avoid prolonged storage.
2. Provide appropriate personnel and equipment to receive deliveries.
3. Delivery trucks will not be permitted to wait extended periods of time on the Site
for personnel or equipment to receive the delivery.
CITY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITYPROJ. NUM. 105677
Revised July 1, 2011
016600-2
PRODUCT STORAGE AND HANDLING REQUIREMENTS
Page 2 of 4
4. Deliver products or equipment in manufacturer's original unbroken cartons or other
containers designed and constructed to protect the contents from physical or
environmental damage.
5. Clearly and fully mark and identify as to manufacturer, item and installation
location.
6. Provide manufacturer's instructions for storage and handling.
B. Handling Requirements
1. Handle products or equipment in accordance with these Contract Documents and
manufacturer's recommendations and instructions.
C. Storage Requirements
1. Store materials in accordance with manufacturer's recommendations and
requirements of these Specifications.
2. Make necessary provisions for safe storage of materials and equipment.
a. Place loose soil materials and materials to be incorporated into Work to prevent
damage to any part of Work or existing facilities and to maintain free access at
all times to all parts of Work and to utility service company installations in
vicinity of Work.
3. Keep materials and equipment neatly and compactly stored in locations that will
cause minimum inconvenience to other contractors, public travel, adjoining owners,
tenants and occupants.
a. Arrange storage to provide easy access for inspection.
4. Restrict storage to areas available on construction site for storage of material and
equipment as shown on Drawings, or approved by City's Project Representative.
5. Provide off-site storage and protection when on-site storage is not adequate.
a. Provide addresses of and access to off-site storage locations for inspection by
City's Project Representative.
6. Do not use lawns, grass plots or other private property for storage purposes without
written permission of owner or other person in possession or control of premises.
7. Store in manufacturers' unopened containers.
8. Neatly, safely and compactly stack materials delivered and stored along line of
Work to avoid inconvenience and damage to property owners and general public
and maintain at least 3 feet from fire hydrant.
9. Keep public and private driveways and street crossings open.
10. Repair or replace damaged lawns, sidewalks, streets or other improvements to
satisfaction of City's Project Representative.
a. Total length which materials may be distributed along route of construction at
one time is 1,000 linear feet, unless otherwise approved in writing by City's
Proj ect Representative.
111 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
CITY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITYPROJ. NUM. 105677
Revised July 1, 2011
016600-3
PRODUCT STORAGE AND HANDLING REQUIREMENTS
Page 3 of 4
PART 3 - EXECUTION
31 INSTALLERS [NOT USED]
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 ERECTION [NOT USED]
3.5 REPAIR / RESTORATION [NOT USED]
3.6 RE-INSTALLATION [NOT USED]
3.7 FIELD [oR] SITE QUALITY CONTROL
A. Tests and Inspections
1. Inspect all products or equipment delivered to the site prior to unloading.
B. Non-Conforming Work
1. Rej ect all products or equipment that are damaged, used or in any other way
unsatisfactory for use on the project.
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.10 CLEANING [NOT USED]
3.11 CLOSEOUT ACTIVITIES [NOT USED]
3.12 PROTECTION
A. Protect all products or equipment in accordance with manufacturer's written directions.
B. Store products or equipment in location to avoid physical damage to items while in
storage.
C. Protect equipment from exposure to elements and keep thoroughly dry if required by
the manufacturer.
313 MAINTENANCE [NOT USED]
314 ATTACHMENTS [NOT USED]
END OF SECTION
Revision Log
DATE NAME
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised July 1, 2011
SUMMARY OF CHANGE
MORNINGSTAR NORTH OFFSITE SEWER
CITY PROJ. NUM. 105677
016600-4
PRODUCT STORAGE AND HANDLING REQUIREMENTS
Page 4 of 4
CITY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITYPROJ. NUM. 105677
Revised July 1, 2011
oi�000-i
MOBILIZATION AND REMOBILIZATION
Page 1 of 4
2
SECTION O1 70 00
MOBILIZATION AND REMOBILIZATION
3 PART1- GENERAL
4 1.1 SUMMARY
5 A. Section Includes:
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
L Mobilization and Demobilization
a. Mobilization
1) Transportation of Contractor's personnel, equipment, and operating supplies
to the Site
2) Establishment of necessary general facilities for the Contractor's operation
at the Site
3) Premiums paid for performance and payment bonds
4) Transportation of Contractor's personnel, equipment, and operating supplies
to another location within the designated Site
5) Relocation of necessary general facilities for the Contractor's operation
from 1 location to another location on the Site.
b. Demobilization
1) Transportation of Contractor's personnel, equipment, and operating supplies
away from the Site including disassembly
2) Site Clean-up
3) Removal of all buildings and/or other facilities assembled at the Site for this
Contract
c. Mobilization and Demobilization do not include activities for specific items of
wark that are for which payment is provided elsewhere in the contract.
2. Remobilization
a. Remobilization for Suspension of Work specifically required in the Contract
Documents or as required by City includes:
1) Demobilization
a) Transportation of Contractor's personnel, equipment, and operating
supplies from the Site including disassembly or temporarily securing
equipment, supplies, and other facilities as designated by the Contract
Documents necessary to suspend the Work.
b) Site Clean-up as designated in the Contract Documents
2) Remobilization
a) Transportation of Contractor's personnel, equipment, and operating
supplies to the Site necessary to resume the Work.
b) Establishment of necessary general facilities for the Contractor's
operation at the Site necessary to resume the Work.
3) No Payments will be made for:
a) Mobilization and Demobilization from one location to another on the
Site in the normal progress of performing the Work.
b) Stand-by or idle time
c) Lost profits
3. Mobilizations and Demobilization for Miscellaneous Projects
a. Mobilization and Demobilization
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised November 22, 2016
MORNINGSTAR NORTH OFFSITE SEWER
CITY PROJ. NUM. 105677
oi�000-z
MOBILIZATION AND REMOBILIZATION
Page 2 of 4
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
1) Mobilization shall consist of the activities and cost on a Work Order basis
necessary for:
a) Transportation of Contractor's personnel, equipment, and operating
supplies to the Site for the issued Work Order.
b) Establishment of necessary general facilities for the Contractor's
operation at the Site for the issued Work Order
2) Demobilization shall consist of the activities and cost necessary for:
a) Transportation of Contractor's personnel, equipment, and operating
supplies from the Site including disassembly for each issued Work
Order
b) Site Clean-up for each issued Wark Order
c) Removal of all buildings ar other facilities assembled at the Site for
each Work Oder
b. Mobilization and Demobilization do not include activities for specific items of
work for which payment is provided elsewhere in the contract.
4. Emergency Mobilizations and Demobilization for Miscellaneous Projects
a. A Mobilization for Miscellaneous Projects when directed by the City and the
mobilization occurs within 24 hours of the issuance of the Work Order.
B. Deviations from this City of Fort Worth Standard Specification
1. None.
21 C. Related Specification Sections include, but are not necessarily limited to:
22 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract
23 2. Division 1— General Requirements
24 1.2 PRICE AND PAYMENT PROCEDURES
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
A. Measurement and Payment
1. Mobilization and Demobilization
a. Measure
1) This Item is considered subsidiary to the various Items bid.
b. Payment
1) The work performed and materials furnished in accordance with this Item
are subsidiary to the various Items bid and no other compensation will be
allowed.
2. Remobilization for suspension of Work as specifically required in the Contract
Documents
a. Measurement
1) Measurement for this Item shall be per each remobilization performed.
b. Payment
1) The work performed and materials furnished in accordance with this Item
and measured as provided under "Measurement" will be paid for at the unit
price per each "Specified Remobilization" in accordance with Contract
Documents.
c. The price shall include:
1) Demobilization as described in Section 1.1.A.2.a.1)
2) Remobilization as described in Section 1.1.A.2.a.2)
d. No payments will be made for standby, idle time, or lost profits associated this
Item.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised November 22, 2016
MORNINGSTAR NORTH OFFSITE SEWER
CITY PROJ. NUM. 105677
017000-3
MOBILIZATION AND REMOBILIZATION
Page 3 of 4
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
3. Remobilization for suspension of Work as required by City
a. Measurement and Payment
1) This shall be submitted as a Contract Claim in accordance with Article 10
of Section 00 72 00.
2) No payments will be made for standby, idle time, or lost profits associated
with this Item.
4. Mobilizations and Demobilizations for Miscellaneous Projects
a. Measurement
1) Measurement for this Item shall be for each Mobilization and
Demobilization required by the Contract Documents
b. Payment
1) The Wark performed and materials furnished in accordance with this Item
and measured as provided under "Measurement" will be paid for at the unit
price per each "Work Order Mobilization" in accordance with Contract
Documents. Demobilization shall be considered subsidiary to mobilization
and shall not be paid for separately.
c. The price shall include:
1) Mobilization as described in Section 1.1.A.3.a.1)
2) Demobilization as described in Section 1.1.A.3.a.2)
d. No payments will be made for standby, idle time, or lost profits associated this
Item.
5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects
a. Measurement
1) Measurement for this Item shall be for each Mobilization and
Demobilization required by the Contract Documents
b. Payment
1) The Work performed and materials furnished in accordance with this Item
and measured as provided under "Measurement" will be paid for at the unit
price per each "Work Order Emergency Mobilization" in accordance with
Contract Documents. Demobilization shall be considered subsidiary to
mobilization and shall not be paid for separately.
c. The price shall include
1) Mobilization as described in Section 1.1.A.4.a)
2) Demobilization as described in Section 1.1.A3.a.2)
d. No payments will be made for standby, idle time, or lost profits associated this
Item.
37 1.3 REFERENCES [NOT USED]
38 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
39 1.5 SUBMITTALS [NOT USED]
40 1.6 INFORMATIONAL SUBMITTALS [NOT USED]
41 1.7 CLOSEOUT SUBMITTALS [NOT USED]
42 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
43 1.9 QUALITY ASSURANCE [NOT USED]
44 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
CITY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJ. NUM. 105677
Revised November 22, 2016
01 70 00 - 4
MOBILIZATION AND REMOBILIZATION
Page 4 of 4
1 1.11 FIELD [SITE] CONDITIONS [NOT USED]
2 1.12 WARRANTY [NOT USED]
3 PART 2- PRODUCTS [NOT USED]
4 PART 3- EXECUTION [NOT USED]
5
6
DATE
l l/22/l6
7
END OF SECTION
Revision Log
NAME SUMMARY OF CHANGE
Michael Owen 1.2 Price and Payment Procedures - Revised specification, including blue text, to
make specification flexible for either subsidiary or paid bid item for Mobilization.
CITY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJ. NUM. 105677
Revised November 22, 2016
017123-1
CONSTRUCTION STAKING AND SURVEY
Page 1 of 8
SECTION O1 71 23
CONSTRUCTION STAKING AND SURVEY
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. Requirements for construction staking and construction survey
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0— Bidding Requirements, Contract Forms and Conditions of the
Contract
2. Division 1— General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Construction Staking
a. Measurement
1) Measurement for this Item shall be by lump sum.
b. Payment
1) The work performed and the materials furnished in accordance with this
Item shall be paid for at the lump sum price bid for "Construction Staking".
2) Payment for "Construction Staking" shall be made in partial payments
prorated by wark completed compared to total work included in the lump
sum item.
c. The price bid shall include, but not be limited to the following: 1) Verification
of control data provided by City.
2) Placement, maintenance and replacement of required stakes and markings
in the field.
3) Preparation and submittal of construction staking documentation in the
form of "cut sheets" using the City's standard template.
2. As-Built Survey
a. Measurement
1) Measurement for this Item shall be by lump sum.
b. Payment
1) The work performed and the materials furnished in accordance with this
Item shall be paid for at the lump sum price bid for "As-Built Survey".
2) Payment for "Construction Staking" shall be made in partial payments
prorated by work completed compared to total work included in the lump
sum item.
c. The price bid shall include, but not be limited to the following::
CITY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJ. NUM. 105677
Revised February 14, 2018
017123-2
CONSTRUCTION STAKING AND SURVEY
Page 2 of 8
1) Field measurements and survey shots to identify location of completed
facilities.
2) Documentation and submittal of as-built survey data onto contractor redline
plans and digital survey files.
1.3 REFERENCES
A. Definitions
1. Construction Survev - The survey measurements made prior to or while
construction is in progress to control elevation, horizontal position, dimensions and
configuration of structures/improvements included in the Project Drawings.
2. As-built Survev —The measurements made after the construction of the
improvement features are complete to provide position coordinates for the features
of a project.
3. Construction Stakin� — The placement of stakes and markings to provide offsets and
elevations to cut and fill in order to locate on the ground the designed
structures/improvements included in the Project Drawings. Construction staking
shall include staking easements and/or right of way if indicated on the plans.
4. Survev "Field Checks" — Measurements made after construction staking is
completed and before construction work begins to ensure that structures marked on
the ground are accurately located per Proj ect Drawings.
B. Technical References
1. City of Fort Worth — Construction Staking Standards (available on City's Buzzsaw
website) — O 1 71 23.16.01 _ Attachment A_Survey Staking Standards
2. City of Fort Worth - Standard Survey Data Collector Library (fxl) files (available on
City's Buzzsaw website).
3. Texas Department of Transportation (TxDOT) Survey Manual, latest revision
4. Texas Society of Professional Land Surveyors (TSPS), Manual of Practice for Land
Surveying in the State of Texas, Category 5
1.4 ADMINISTRATIVE REQUIREMENTS
A. The Contractor's selection of a surveyor must comply with Texas Government
Code 2254 (qualifications based selection) for this project.
1.5 SUBMITTALS
A. Submittals, if required, shall be in accordance with Section O1 33 00.
B. All submittals shall be received and reviewed by the Ciry prior to delivery of work.
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS
A. Field Quality Control Submittals
1. Documentation verifying accuracy of field engineering work, including coordinate
conversions if plans do not indicate grid or ground coordinates.
CITY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJ. NUM. 105677
Revised February 14, 2018
017123-3
CONSTRUCTION STAKING AND SURVEY
Page 3 of 8
2. Submit "Cut-Sheets" conforming to the standard template provided by the City
(refer to O 1 71 2316.01 — Attachment A— Survey Staking Standards).
1.7 CLOSEOUT SUBMITTALS
B. As-built Redline Drawing Submittal
1. Submit As-Built Survey Redline Drawings documenting the locations/elevations of
constructed improvements signed and sealed by Registered Professional Land
Surveyor (RPLS) responsible for the work (refer to O1 71 23.16.01 — Attachment A
— Survey Staking Standards) .
2. Contractor shall submit the proposed as-built and completed redline drawing
submittal one (1) week prior to scheduling the project final inspection for City
review and comment. Revisions, if necessary, shall be made to the as-built redline
drawings and resubmitted to the City prior to scheduling the construction final
inspection.
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE
A. Construction Staking
1. Construction staking will be performed by the Contractor.
2. Coordination
a. Contact City's Project Representative at least one week in advance notifying
the City of when Construction Staking is scheduled.
b. It is the Contractor's responsibility to coordinate staking such that construction
activities are not delayed or negatively impacted.
3. General
a. Contractor is responsible for preserving and maintaining stakes. If City
surveyors are required to re-stake for any reason, the Contractor will be
responsible for costs to perform staking. If in the opinion of the City, a
sufficient number of stakes or markings have been lost, destroyed disturbed or
omitted that the contracted Work cannot take place then the Contractor will be
required to stake or re-stake the deficient areas.
B. Construction Survey
1. Construction Survey will be performed by the Contractor.
2. Coordination
a. Contractor to verify that horizontal and vertical control data established in the
design survey and required for construction survey is available and in place.
3. General
a. Construction survey will be performed in order to construct the wark shown on
the Construction Drawings and speciiied in the Contract Documents.
b. For construction methods other than open cut, the Contractor shall perform
construction survey and verify control data including, but not limited to, the
following:
1) Verification that established benchmarks and control are accurate.
CITY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJ. NUM. 105677
Revised February 14, 2018
017123-4
CONSTRUCTION STAKING AND SURVEY
Page 4 of 8
2) Use of Benchmarks to furnish and maintain all reference lines and grades
for tunneling.
3) Use of line and grades to establish the location of the pipe.
4) Submit to the City copies of field notesused to establish all lines and
grades, if requested, and allow the City to check guidance system setup
prior to beginning each tunneling drive.
5) Provide access for the City, if requested, to verify the guidance system and
the line and grade of the carrier pipe.
6) The Contractor remains fully responsible for the accuracy of the wark and
correction of it, as required.
7) Monitor line and grade continuously during construction.
8) Record deviation with respect to design line and grade once at each pipe
joint and submit daily records to the City.
9) If the installation does not meet the speciiied tolerances (as outlined in
Sections 33 OS 23 and/or 33 OS 24), immediately notify the City and correct
the installation in accordance with the Contract Documents.
C. As-Built Survey
1. Required As-Built Survey will be performed by the Contractor.
2. Coordination
a. Contractor is to coordinate with City to confirm which features require asbuilt
surveying.
b. It is the Contractor's responsibility to coordinate the as-built survey and
required measurements for items that are to be buried such that construction
activities are not delayed or negatively impacted.
c. For sewer mains and water mains 12" and under in diameter, it is acceptable to
physically measure depth and mark the location during the progress of
construction and take as-built survey after the facility has been buried. The
Contractor is responsible for the quality control needed to ensure accuracy.
3. General
a. The Contractor shall provide as-built survey including the elevation and
location (and provide written documentation to the City) of construction
features during the progress of the construction including the following:
1) Water Lines
a) Top of pipe elevations and coordinates for waterlines at the following
locations:
(1) Minimum every 2501inear feet, including
(2) Horizontal and vertical points of inflection, curvature,
etc.
(3) Fire line tee
(4) Plugs, stub-outs, dead-end lines
(5) Casing pipe (each end) and all buried fittings
2) Sanitary Sewer
a) Top of pipe elevations and coordinates for force mains and siphon
sanitary sewer lines (non-graviry facilities) at the following locations:
(1) Minimum every 2501inear feet and any buried fittings
CITY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJ. NUM. 105677
Revised February 14, 2018
017123-5
CONSTRUCTION STAKING AND SURVEY
Page 5 of 8
(2) Horizontal and vertical points of inflection, curvature,
etc.
3) Stormwater — Not Applicable
b. The Contractor shall provide as-built survey including the elevation and
location (and provide written documentation to the City) of construction
features after the construction is completed including the following:
1) Manholes
a) Rim and flowline elevations and coordinates for each manhole
2) Water Lines
a)
b)
c)
d)
e)
fl
g)
h)
i)
Cathodic protection test stations
Sampling stations
Meter boxes/vaults (All sizes)
Fire hydrants
Valves (gate, butterfly, etc.)
Air Release valves (Manhole rim and vent pipe)
Blow off valves (Manhole rim and valve lid)
Pressure plane valves
Underground Vaults
(1) Rim and flowline elevations and coordinates for each
Underground Vault.
3) Sanitary Sewer
a) Cleanouts
(1) Rim and flowline elevations and coordinates for each
b) Manholes and Junction Structures
(1) Rim and flowline elevations and coordinates for each
manhole and junction structure.
4) Stormwater — Not Applicable
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY
PART 2 - PRODUCTS
A. A construction survey will produce, but will not be limited to:
1. Recovery of relevant control points, points of curvature and points of intersection.
2. Establish temporary horizontal and vertical control elevations (benchmarks)
sufficiently permanent and located in a manner to be used throughout construction.
3. The location of planned facilities, easements and improvements.
a. Establishing final line and grade stakes for piers, floors, grade beams, parking
areas, utilities, streets, highways, tunnels, and other construction.
b. A record of revisions or corrections noted in an orderly manner for reference.
c. A drawing, when required by the client, indicating the horizontal and vertical
location of facilities, easements and improvements, as built.
CITY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJ. NUM. 105677
Revised February 14, 2018
017123-6
CONSTRUCTION STAKING AND SURVEY
Page 6 of 8
4. Cut sheets shall be provided to the City inspector and Survey Superintendent for all
construction staking projects. These cut sheets sha11 be on the standard city template
which can be obtained from the Survey Superintendent (817-392-7925).
5. Digital survey files in the following formats shall be acceptable:
a. AutoCAD (.dwg)
b. ESRI Shapefile (.shp)
c. CSV file (.csv), formatted with X and Y coordinates in separate columns (use
standard templates, if available)
6. Survey files shall include vertical and horizontal data tied to original project control
and benchmarks, and shall include feature descriptions
PART 3 - EXECUTION
3.1 INSTALLERS
A. Tolerances:
The staked location of any improvement or facility should be as accurate as practical
and necessary. The degree of precision required is dependent on many factors all of
which must remain judgmental. The tolerances listed hereafter are based on
generalities and, under certain circumstances, shall yield to specific requirements.
The surveyor shall assess any situation by review of the overall plans and through
consultation with responsible parties as to the need for specific tolerances.
a. Earthwork: Grades for earthwork ar rough cut should not exceed 0.1 ft. vertica]
tolerance. Horizontal alignment for earthwork and rough cut should not exceed
1.0 ft. tolerance.
b.
c.
�
Horizontal alignment on a structure shall be within .O.lft tolerance.
Paving ar concrete for streets, curbs, gutters, parking areas, drives, alleys and
walkways shall be located within the confines of the site boundaries and,
occasionally, along a boundary or any other restrictive line. Away from any
restrictive line, these facilities should be staked with an accuracy producing no
more than O.OSft. tolerance from their specified locations.
Underground and overhead utilities, such as sewers, gas, water, telephone and
electric lines, shall be located horizontally within their prescribed areas or
easements. Within assigned areas, these utilities should be staked with an
accuracy producing no more than 0.1 ft tolerance from a specified location.
e. The accuracy required for the vertical location of utilities varies widely. Many
underground utilities require only a minimum cover and a tolerance of 0.1 ft.
should be maintained. Underground and overhead utilities on planned profile,
but not depending on gravity flow for performance, should not exceed 0.1 ft.
tolerance.
B. Surveying instruments shall be kept in close adjustment according to manufacturer's
specifications or in compliance to standards. The City reserves the right to request a
calibration report at any time and recommends regular maintenance schedule be
performed by a certified technician every 6 months.
CITY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJ. NUM. 105677
Revised February 14, 2018
017123-7
CONSTRUCTION STAKING AND SURVEY
Page 7 of 8
1. Field measurements of angles and distances shall be done in such fashion as to
satisfy the closures and tolerances expressed in Part 3.1.A.
2. Vertical locations shall be established from a pre-established benchmark and
checked by closing to a different bench mark on the same datum.
3. Construction survey field work shall correspond to the client's plans. Irregularities
or conflicts found shall be reported promptly to the City.
4. Revisions, corrections and other pertinent data shall be logged for future reference.
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 APPLICATION
3.5 REPAIR / RESTORATION
A. If the Contractor's work damages or destroys one ar more of the control
monuments/points set by the City, the monuments shall be adequately referenced for
expedient restoration.
Notify City if any control data needs to be restored or replaced due to damage caused
during construction operations.
a. Contractor shall perform replacements and/or restorations.
b. The City may require at any time a survey "Field Check" of any monument or
benchmarks that are set be verified by the City surveyors before further
associated work can move forward.
3.6 RE-INSTALLATION [NOT USED]
3.7 FIELD [oa] SITE QUALITY CONTROL
A. It is the Contractor's responsibility to maintain all stakes and control data placed by the
City in accordance with this Specification. This includes easements and right of way, if
noted on the plans.
B. Do not change or relocate stakes or control data without approval from the City.
3.8 SYSTEM STARTUP
A. Survey Checks
1. The City reserves the right to perform a Survey Check at any time deemed
necessary.
2. Checks by City personnel or 3rd party contracted surveyor are not intended to
relieve the contractor of his/her responsibility for accuracy.
3.9 ADJUSTING [NOT USED]
3.10 CLEANING [NOT USED]
3.11 CLOSEOUT ACTIVITIES [NOT USED]
CITY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJ. NUM. 105677
Revised February 14, 2018
017123-8
CONSTRUCTION STAKING AND SURVEY
Page 8 of 8
3.12 PROTECTION [NOT USED]
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
END OF SECTION
Revision Log
DATE NAME
8/31/2012 D. Johnson
SUMMARY OF CHANGE
Added instruction and modified measurement & payment under 1.2; added
definitions and references under 1.3; modified 1.6; added 1.7 closeout submittal
8/31/2017 M. Owen requirements; modi6ed 1.9 Quality Assurance; added PART 2— PRODUCTS ;
Added 3.1 Installers; added 3.5 Repair/Restoration; and added 3.8 System Startup.
Removed "blue texY'; revised measurement and payment sections far Construction
Staking and As-Built Survey; added reference to selection compliance with TGC
2/14/2018 M Owen 2254; revised action and Closeout submittal requirements; added acceptable depth
measurement criteria; revised list of items requiring as-built survey "during" and
"after" construction; and revised acceptable digital survey file format
CITY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJ. NUM. 105677
Revised February 14, 2018
017423-1
CLEANING
Page 1 of 4
SECTION O1 74 23
CLEANING
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. Intermediate and final cleaning for Work not including special cleaning of closed
systems specified elsewhere
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1— General Requirements
3. Section 32 92 13 — Hydro-Mulching, Seeding and Sodding
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various Items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Scheduling
1. Schedule cleaning operations so that dust and other contaminants disturbed by
cleaning process will not fall on newly painted surfaces.
2. Schedule final cleaning upon completion of Work and immediately prior to final
inspection.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 STORAGE, AND HANDLING
A. Storage and Handling Requirements
1. Store cleaning products and cleaning wastes in containers specifically designed for
those materials.
CITY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCU NTS CITYPROJ. NU 105677
Revised July 1, 2011
O1 74 23 - 2
CLEANING
Page 2 of 4
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS
2.1 OWNER-FURNISHED [ox] OWNER-SUPPLIEDPRODUCTS [NOT USED]
2.2 MATERIALS
A. Cleaning Agents
1. Compatible with surface being cleaned
2. New and uncontaminated
3. For manufactured surfaces
a. Material recommended by manufacturer
2.3 ACCESSORIES [NOT USED]
2.4 SOURCE QUALITY CONTROL [NOT USED]
PART 3 - EXECUTION
31 INSTALLERS [NOT USED]
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 APPLICATION [NOT USED]
3.5 REPAIR / RESTORATION [NOT USED]
3.6 RE-INSTALLATION [NOT USED]
3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED]
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
310 CLEANING
A. General
1. Prevent accumulation of wastes that create hazardous conditions.
2. Conduct cleaning and disposal operations to comply with laws and safety orders of
governing authorities.
3. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in
storm or sanitary drains or sewers.
4. Dispose of degradable debris at an approved solid waste disposal site.
CITY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCU NTS CITYPROJ. NU 105677
Revised July 1, 2011
O1 74 23 - 3
CLEANING
Page 3 of 4
5. Dispose of nondegradable debris at an approved solid waste disposal site or in an
alternate manner approved by City and regulatory agencies.
6. Handle materials in a controlled manner with as few handlings as possible.
7. Thoroughly clean, sweep, wash and polish all Work and equipment associated with
this project.
8. Remove all signs of temporary construction and activities incidental to construction
of required permanent Wark.
9. If proj ect is not cleaned to the satisfaction of the City, the City reserves the right to
have the cleaning completed at the expense of the Contractor.
10. Do not burn on-site.
B. Intermediate Cleaning during Construction
1. Keep Work areas clean so as not to hinder health, safety or convenience of
personnel in existing facility operations.
2. At maximum weekly intervals, dispose of waste materials, debris and rubbish.
3. Confine construction debris daily in strategically located container(s):
a. Cover to prevent blowing by wind
b. Store debris away from construction or operational activities
c. Haul from site at a minimum of once per week
4. Vacuum clean interior areas when ready to receive finish painting.
a. Continue vacuum cleaning on an as-needed basis, until Final Acceptance.
5. Prior to storm events, thoroughly clean site of allloose or unsecured items, which
may become airborne or transported by flowing water during the storm.
C. Interior Final Cleaning
1. Remove grease, mastic, adhesives, dust, dirt, stains, fingerprints, labels and other
foreign materials from sight-exposed surfaces.
2. Wipe all lighting fixture reflectors, lenses,lamps and trims clean.
3. Wash and shine glazing and mirrors.
4. Polish glossy surfaces to a clear shine.
5. Ventilating systems
a. Clean permanent filters and replace disposable filters if units were operated
during construction.
b. Clean ducts, blowers and coils if units were operated without filters during
construction.
6. Replace all burned out lamps.
7. Broom clean process area floors.
8. Mop office and control room floors.
D. Exterior (Site or Right of Way) Final Cleaning
1. Remove trash and debris containers from site.
a. Re-seed areas disturbed by location of trash and debris containers in accordance
with Section 32 92 13.
CITY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCU NTS CITYPROJ. NU 105677
Revised July 1, 2011
O1 74 23 - 4
CLEANING
Page 4 of 4
2. Sweep roadway to remove all rocks, pieces of asphalt, concrete or any other object
that may hinder or disrupt the flow of traffic along the roadway.
3. Clean any interior areas including, but not limited to, vaults, manholes, structures,
junction boxes and inlets.
4. If no longer required for maintenance of erosion facilities, and upon approval by
City, remove erosion control from site.
5. Clean signs, lights, signals, etc.
3.11 CLOSEOUT ACTIVITIES [NOT USED]
312 PROTECTION [NOT USED]
3.13 MAINTENANCE [NOT USED]
314 ATTACHMENTS [NOT USED]
END OF SECTION
Revision Log
1�7:�1�►/:\ul�!
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCU NTS
Revised July 1, 2011
SUMMARY OF CHANGE
MORNINGSTAR NORTH OFFSITE SEWER
CITY PROJ. NU 105677
ol �� i9 - i
CLOSEOUT REQUIREMENTS
Page 1 of 3
1
2
3
�
SECTION O1 77 19
CLOSEOUT REQUIREMENTS
PART 1 - GENERAL
1.1 SUMMARY
5 A. Section Includes:
6 L The procedure for closing out a contract
7 B. Deviations from this City of Fort Worth Standard Specification 1. None.
8 C. Related Specification Sections include, but are not necessarily limited to:
9 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract
10 2. Division 1— General Requirements
11 1.2 PRICE AND PAYMENT PROCEDURES
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various Items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS
A. Guarantees, Bonds and Affidavits
1. No application for final payment will be accepted until all guarantees, bonds,
certificates, licenses and affidavits required for Work or equipment as specified are
satisfactorily filed with the City. B. Release of Liens or Claims
1. No application for fmal payment will be accepted until satisfactory evidence of
release of liens has been submitted to the City.
1.5 SUBMITTALS
A. Submit all required documentation to City's Project Representative.
1.6 INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
PART 2 - PRODUCTS [NOT USED]
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised March 22, 2021
MORNINGSTAR NORTH OFFSITE SEWER
CITY PROJ. NUM. 105677
ol �� i9-2
CLOSEOUT REQUIREMENTS
Page 2 of 3
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
54
55
56
57
58
59
60
61
62
63
64
PART 3 - EXECUTION
31 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION
[NOT USED] 3.4 CLOSEOUT PROCEDURE
A. Prior to requesting Final Inspection, submit:
1. Project Record Documents in accordance with Section O1 78 39
2. Operation and Maintenance Data, if required, in accordance with Section O1 78 23
B. Prior to requesting Final Inspection, perform final cleaning in accordance with Section
O1 74 23.
C. FinalInspection
1. After final cleaning, provide notice to the City Project Representative that the Work
is completed.
a. The City will make an initial Final Inspection with the Contractor present.
b. Upon completion of this inspection, the City will notify the Contractor, in
writing within 10 business days, of any particulars in which this inspection
reveals that the Work is defective or incomplete.
2. Upon receiving written notice from the City, immediately undertake the Work
required to remedy deficiencies and complete the Work to the satisfaction of the
City.
3. The Right-of-way shall be cleared of all construction materials, barricades, and
temporary signage.
4. Upon completion of Work associated with the items listed in the City's written
notice, inform the City that the required Work has been completed. Upon receipt of
this notice, the City, in the presence of the Contractor, will make a subsequent Final
Inspection of the project.
5. Provide all special accessories required to place each item of equipment in full
operation. These special accessory items include, but are not limited to: a.
Specified spare parts
b. Adequate oil and grease as required for the first lubrication of the equipment
c. Initial fill up of all chemical tanks and fuel tanks
d. Light bulbs
e. Fuses
f. Vault keys
g. Handwheels
h. Other expendable items as required for initial start-up and operation of all
equipment
65 D. Notice of Project Completion
66 1. Once the City Project Representative finds the Work subsequent to Final Inspection
67 to be satisfactory, the City will issue a Notice of Project Completion (Green Sheet).
68 E. Supporting Documentation
69 1. Coordinate with the City Project Representative to complete the following additional
70 forms:
CITY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITYPROJ. NUM. 105677
Revised March 22, 2021
017719-3
CLOSEOUT REQUIREMENTS
Page 3 of 3
71
72
73
74
75
76
77
78
79
80
81
82
83
84
85
86
87
a. Final Payment Request
b. Statement of Contract Time
c. Affidavit of Payment and Release of Liens
d. Consent of Surety to Final Payment
e. Pipe Report (if required)
f. Contractor's Evaluation of City
g. Performance Evaluation of Contractor F. Letter of Final Acceptance
1. Upon review and acceptance of Notice of Proj ect Completion and Supporting
Documentation, in accordance with General Conditions, City will issue Letter of
Final Acceptance and release the Final Payment Request for payment.
3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7
FIELD [oR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT
USED] 39 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 311 CLOSEOUT
ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 313 MAINTENANCE
[NOT USED] 314 ATTACHMENTS [NOT USED]
END OF SECTION
Revision Log
DATE NAME
3/22/2021 M Owcn
88 26
SUMMARY OF CHANGE
3.4 C. Added language to clarify and cmphasize rcquiremcnt to "Clcaring ROW"
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised March 22, 2021
MORNINGSTAR NORTH OFFSITE SEWER
CITY PROJ. NUM. 105677
017823-1
OPERATION AND MAINTENANCE DATA
Page 1 of 5
SECTION O1 78 23
OPERATION AND MAINTENANCE DATA
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. Product data and related information appropriate for City's maintenance and
operation of products furnished under Contract
2. Such products may include, but are not limited to:
a. Traffic Controllers
b. Irrigation Controllers (to be operated by the City)
c. Butterfly Valves
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1— General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various Items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS
A. Schedule
1. Submit manuals in final form to the City within 30 calendar days of product
shipment to the project site.
1.5 SUBMITTALS
A. Submittals shall be in accordance with Section O1 33 00 . All submittals shall be
approved by the City prior to delivery.
1.6 INFORMATIONAL SUBMITTALS
A. Submittal Form
1. Prepare data in form of an instructional manual for use by City personnel.
2. Format
a. Size: 8'/z inches x 11 inches
b. Paper
1) 40 pound minimum, white, for typed pages
2) Holes reinforced with plastic, cloth or metal
CITY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCU NTS CITY PROJ. NU 105677
Revised December 20, 2012
01 78 23 - 2
OPERATION AND MAINTENANCE DATA
Page 2 of 5
��
C�
c. Text: Manufacturer's printed data, or neatly typewritten
d. Drawings
1) Provide reinforced punched binder tab, bind in with text 2) Reduce larger
drawings and fold to size of text pages.
f. Provide fly-leaf for each separate product, or each piece of operating
equipment.
1) Provide typed description of product, and major component parts of
equipment.
2) Provide indexed tabs.
g. Cover
1) Identify each volume with typed or printed title "OPERATING AND
MAINTENANCE INSTRUCTIONS".
2) List:
a) Title of Proj ect
b) Identity of separate structure as applicable
c) Identity of general subject matter covered in the manual
Binders
a. Commercial quality 3-ring binders with durable and cleanable plastic covers
b. When multiple binders are used, correlate the data into related consistent
groupings.
If available, provide an electronic form of the O&M Manual.
B. Manual Content
1. Neatly typewritten table of contents for each volume, arranged in systematic order
a. Contractor, name of responsible principal, address and telephone number
b. A list of each product required to be included, indexed to content of the volume
c. List, with each product:
1) The name, address and telephone number of the subcontractor or installer
2) A list of each product required to be included, indexed to content of the
volume
3) Identify area of responsibility of each
4) Local source of supply for parts and replacement
d. Identify each product by product name and other identifying symbols as set forth
in Contract Documents.
2. Product Data
a. Include only those sheets which are pertinent to the specific product.
b. Annotate each sheet to:
1) Clearly identify specific product orpart installed
2) Clearly identify data applicable to installation
3) Delete references to inapplicable information
3. Drawings
a. Supplement product data with drawings as necessary to clearly illustrate:
1) Relations of component parts of equipment and systems
2) Control and flow diagrams
CITY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCU NTS CITY PROJ. NU 105677
Revised December 20, 2012
01 78 23 - 3
OPERATION AND MAINTENANCE DATA
Page 3 of 5
b. Coordinate drawings with information in Project Record Documents to assure
correct illustration of completed installation.
c. Do not use Project Record Drawings as maintenance drawings.
4. Written text, as required to supplement product data for the particular installation:
a. Organize in consistent format under separate headings for different procedures.
b. Provide logical sequence of instructions of each procedure.
Copy of each warranty, bond and service contract issued a.
Provide information sheet for City personnel giving:
1) Proper procedures in event of failure
2) Instances which might affect validity of warranties or bonds
C. Manual for Materials and Finishes
1. Submit 5 copies of complete manual in final form.
2. Content, for architectural products, applied materials and finishes:
a. Manufacturer's data, giving full information on products
1) Catalog number, size, composition
2) Color and texture designations
3) Information required for reordering special manufactured products
b. Instructions for care and maintenance
1) Manufacturer's recommendation for types of cleaning agents and methods
2) Cautions against cleaning agents and methods which are detrimental to
product
3) Recommended schedule for cleaning and maintenance
Content, for moisture protection and weather exposure products:
a. Manufacturer's data, giving full information on products
1) Applicable standards
2) Chemical composition
3) Details of installation
b. Instructions for inspection, maintenance and repair
D. Manual for Equipment and Systems
1. Submit 5 copies of complete manual in final form.
2. Content, for each unit of equipment and system, as appropriate:
a. Description of unit and component parts
1) Function, normal operating characteristics and limiting conditions
2) Performance curves, engineering data and tests
3) Complete nomenclature and commercial number of replaceable parts
b. Operating procedures
1) Start-up, break-in, routine and normal operating instructions
2) Regulation, control, stopping, shut-down and emergency instructions
3) Summer and winter operating instructions
4) Special operating instructions
c. Maintenance procedures
1) Routine operations
2) Guide to "trouble shooting"
3) Disassembly, repair and reassembly
CITY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCU NTS CITY PROJ. NU 105677
Revised December 20, 2012
01 78 23 - 4
OPERATION AND MAINTENANCE DATA
Page 4 of 5
e.
f.
g�
h.
4) Alignment, adjusting and checking
d. Servicing and lubrication schedule
1) List of lubricants required
Manufacturer's printed operating and maintenance instructions
Description of sequence of operation by control manufacturer
1) Predicted life of parts subject to wear
2) Items recommended to be stocked as spare parts
As installed control diagrams by controls manufacturer
Each contractor's coordination drawings
1) As installed color coded piping diagrams
i. Charts of valve tag numbers, with location and function of each valve
j. List of original manufacturer's spare parts, manufacturer's current prices, and
recommended quantities to be maintained in storage
k. Other data as required under pertinent Sections of Specifications
Content, for each electric and electronic system, as appropriate:
a. Description of system and component parts
1) Function, normal operating characteristics, and limiting conditions
2) Performance curves, engineering data and tests
3) Complete nomenclature and commercial number of replaceable parts
f.
g•
h
b. Circuit directories of panelboards
1) Electrical service
2) Controls
3) Communications
c. As installed color coded wiring diagrams
d. Operating procedures
1) Routine and normal operating instructions
2) Sequencesrequired
3) Special operating instructions
e. Maintenance procedures
1) Routine operations
2) Guide to "trouble shooting"
3) Disassembly, repair and reassembly
4) Adjustment and checking
Manufacturer's printed operating and maintenance instructions
List of original manufacturer's spare parts, manufacturer's current prices, and
recommended quantities to be maintained in storage
Other data as required under pertinent Sections of Specifications
4. Prepare and include additional data when the need for such data becomes apparent
during instruction of City's personnel.
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE
A. Provide operation and maintenance data by personnel with the following criteria:
CITY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJ. NUM. 105677
Revised December 20, 2012
01 78 23 - 5
OPERATION AND MAINTENANCE DATA
Page 5 of 5
1. Trained and experienced in maintenance and operation of described products
2. Skilled as technical writer to the extent required to communicate essential data
3. Skilled as draftsman competent to prepare required drawings
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME
8/31/2012 D. Johnson
SUMMARY OF CHANGE
1.S.A.1 — title of secrion removed
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCU NTS
Revised December 20, 2012
MORNINGSTAR NORTH OFFSITE SEWER
CITY PROJ. NU 105677
017839-1
PROJECT RECORD DOCUMENTS
Page 1 of 5
SECTION O1 78 39
PROJECT RECORD DOCUMENTS
PART 1 - GENERAL
11 SUMMARY
A. Section Includes:
L Work associated with the documenting the project and recording changes to project
documents, including: a. Record Drawings
b. Water Meter Service Reports
c. Sanitary Sewer Service Reports
d. Large Water Meter Reports
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1— General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various Items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
1.5 SUBMITTALS
A. Prior to submitting a request for Final Inspection, deliver Project Record Documents to
City's Project Representative.
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE
A. Accuracy of Records
1. Thoroughly coordinate changes within the Record Documents, making adequate
and proper entries on each page of Specifications and each sheet of Drawings and
other pocuments where such entry is required to show the change properly.
CITY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITYPROJ. NUM. 105677
Revised July 1, 2011
017839-2
PROJECT RECORD DOCUMENTS
Page 2 of 5
2. Accuracy of records shall be such that future search for items shown in the Contract
Documents may rely reasonably on information obtained from the approved Project
Record Documents.
3. To facilitate accuracy of records, make entries within 24 hours after receipt of
information that the change has occurred.
4. Provide factual information regarding all aspects of the Wark, both concealed and
visible, to enable future modification of the Work to proceed without lengthy and
expensive site measurement, investigation and examination.
110 STORAGE AND HANDLING
A. Storage and Handling Requirements
1. Maintain the job set of Record Documents completely protected from deterioration
and from loss and damage until completion of the Work and transfer of all recorded
data to the final Project Record Documents.
2. In the event of loss of recorded data, use means necessary to again secure the data
to the City's approval.
a. In such case, provide replacements to the standards originally required by the
Contract Documents.
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS
2.1 OWNER-FURNISHED [oR] OWNER-SUPPLIED PRODUCTS [NOT USED]
2.2 RECORD DOCUMENTS
A. Job set
1. Promptly following receipt of the Notice to Proceed, secure from the City, at no
charge to the Contractor, 1 complete set of all Documents comprising the Contract.
B. Final Record Documents
1. At a time nearing the completion of the Work and prior to Final Inspection, provide
the Ciry 1 complete set of all Final Record Drawings in the Contract.
2.3 ACCESSORIES [NOT USED]
2.4 SOURCE QUALITY CONTROL [NOT USED]
PART 3 - EXECUTION
3.1 INSTALLERS [NOT USED]
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
CITY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITYPROJ. NUM. 105677
Revised July 1, 2011
017839-3
PROJECT RECORD DOCUMENTS
Page 3 of 5
3.4 MAINTENANCE DOCUMENTS
A. Maintenance of Job Set
1. Immediately upon receipt of the job set, identify each of the Documents with the
title, "RECORD DOCUMENTS - JOB SET".
2. Preservation
a. Considering the Contract completion time, the probable number of occasions
upon which the job set must be taken out for new entries and for examination,
and the conditions under which these activities will be performed, devise a
suitable method for protecting the job set.
b. Do not use the job set for any purpose except entry of new data and for review
by the City, until start of transfer of data to final Project Record Documents.
c. Maintain the job set at the site of work.
Coordination with Construction Survey
a. At a minimum, in accordance with the intervals set forth in Section O1 71 23,
clearly mark any deviations from Contract Documents associated with
installation of the infrastructure.
4. Making entries on Drawings
a. Record any deviations from Contract Documents.
b. Use an erasable colored pencil (not ink or indelible pencil), clearly describe the
change by graphic line and note as required.
c. Date all entries.
d. Call attention to the entry by a"cloud" drawn around the area or areas affected.
e. In the event of overlapping changes, use different colors for the overlapping
changes.
Conversion of schematic layouts
a. In some cases on the Drawings, arrangements of conduits, circuits, piping,
ducts, and similar items, are shown schematically and are not intended to
portray precise physical layout.
1) Final physical arrangement is determined by the Contractor, subject to the
City's approval.
2) However, design of future modifications of the facility may require
accurate information as to the final physical layout of items which are
shown only schematically on the Drawings.
b. Show on the job set of Record Drawings, by dimension accurate to within 1
inch, the centerline of each run of items.
1) Final physical arrangement is determined by the Contractor, subject to the
Ciry's approval.
2) Show, by symbol or note, the vertical location of the Item ("under slab", "in
ceiling plenum", "exposed", and the like).
3) Make all identification sufficiently descriptive that it may be related
reliably to the Specifications.
c. The Ciry may waive the requirements for conversion of schematic layouts
where, in the City's judgment, conversion serves no useful purpose. However,
do not rely upon waivers being issued except as specifically issued in writing
by the Ciry.
CITY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITYPROJ. NUM. 105677
Revised July 1, 2011
017839-4
PROJECT RECORD DOCUMENTS
Page 4 of 5
B. Final Project Record Documents
1. Transfer of data to Drawings
a. Carefully transfer change data shown on the job set of Record Drawings to the
corresponding final documents, coordinating the changes as required.
b. Clearly indicate at each affected detail and other Drawing a full description of
changes made during construction, and the actual location of items.
c. Call attention to each entry by drawing a"cloud" around the area or areas
affected.
d. Make changes neatly, consistently and with the proper media to assure
longevity and clear reproduction.
2. Transfer of data to other pocuments
a.
�
If the Documents, other than Drawings, have been kept clean during progress of
the Work, and if entries thereon have been orderly to the approval of the City,
the job set of those Documents, other than Drawings, will be accepted as final
Record Documents.
If any such Document is not so approved by the City, secure a new copy of that
Document from the City at the City's usual charge for reproduction and
handling, and carefully transfer the change data to the new copy to the approval
of the City.
3.5 REPAIR / RESTORATION [NOT USED]
3.6 RE-INSTALLATION [NOT USED]
3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED]
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.10 CLEANING [NOT USED]
3.11 CLOSEOUT ACTIVITIES [NOT USED]
3.12 PROTECTION [NOT USED]
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
END OF SECTION
Revision Log
DATE NAME
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised July 1, 2011
SUMMARY OF CHANGE
MORNINGSTAR NORTH OFFSITE SEWER
CITY PROJ. NUM. 105677
017839-5
PROJECT RECORD DOCUMENTS
Page 5 of 5
CITY OF FORT WORTH MORNINGSTAR NORTH OFFSITE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITYPROJ. NUM. 105677
Revised July 1, 2011
99 99 00 - 1
NON-STANDARD BID ITEMS
Page 1 of 1
SECTION 99 99 00
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
NON-STANDARD BID ITEMS
9999.0001 4' Manhole with Vent
Bid item shall include the installation of a 4' Manhole conforming to specification section 33 39
20 with the addition of a manhole vent as detailed in the plans.
9999.0002 5' Manhole with Vent
Bid item shall include the installation of a 5' Manhole conforming to specification section 33 39
20 with the addition of a manhole vent as detailed in the plans.
9999.0003 Wager USA 2050 -200 Series — Inflow Preventer
Bid item shall include the installation of a Wager USA 2050 -200-IP Odor Control System
manufactured by Wager Company as detailed in specification section 99 99 03. This includes the
inflow preventer. Bid item shall be installed at manholes as speciiied on the plans.
9999.0004 Wager USA 2050 -450 Series — Inflow Preventer
Bid item shall include the installation of a Wager USA 2050 -450-IP Odor Control System
manufactured by Wager Company as detailed in specification section 99 99 04. This includes the
inflow preventer. Bid item shall be installed at manholes as specified on the plans.
END OF SECTION
MORNINGSTAR NORTH OFFSITE SEWER
CITY PROJ. NUM. 105677
�� � � � ��� � � � �
�J�J �JJ �
ODOR CONTROL SYSTEIV�S
�
C O M P A N Y
�
�
�.
��
The 2050-200-IP is a combined odor control vent valve,
with the additional feature of Wager's highly effective
vertical vent check valve. This system is designed
specifically in areas where lift stations or gravity lines
are subject to flooding.
The 2050-200-IP is constructed from aluminum, and is
epoxy coated grass green so that it fits nicely into the
surrounding environment. It has 4 louvered vents to
allow for maximum air flow of deodorized air. H2S gas
is directed thru four canisters containing 50 Ibs (23kg,
1.5 cu.ft) of odor controlling media. The media is an
engineered product, designed to chemically absorb the
H2S gas and change it to a non-toxic compound. Our
custom Power-4 permanganate is also included as a
polisher. A mist eliminator pad is incorporated into the
unit to prevent exiting moisture from damaging the
media bed.
During a flood event, our disc style float located just
outside of the media chamber will rise to a buna seat,
preventing water and debris from entering the inside of
the system and destroying the media.
R'
as.i^
/
. ..
2050-200-IP MEDIA CAPACITY 4
Est. 200 LBS. (91kg) CANISTER
4 1
INTAKE MIST
VALVES PADS
2 EST CFM.
VENT CHECK 250-300
VALVES
WAG� R
C O M P A N Y
www.wagerusa.com
336.9696909
LWager@wagerusa.com
Mpowers@wagerusa.com
D
C
�
B
A
4
i
J7.0
A
�
A
- ��.00
3
4 I 3
—�
17.17
� z i
SCALE 0.12 : 1
T
1
D
C
�
B
DRQWN
shardy 8/13/2021 ROBERT H. WAGER CO., INC.
CHECKED
TITLE
QA A
MFG z050-200 FAPC, IWS, IN FLOW PREVENTER
APPROVED
SIZE DWG NO REV
� 2050-200-IP
SCALE 0.12 : lI ISHEET 1 OF 1
2 I 1
14
�
�--
A. This specification defines the requirements for a Wager 2050-200-IP Vent Scrubber 2050FAPC-IWS-200-IP manufactured by
Wager Company in Rural Hall, NC.
B. The 2050FAPC-IWS-200-IP consists of dry-scrubbing media contained in a fabricated aluminum plate housing, powder
coated, grass green with a 4" or 6" inlet.
C. The 2050FAPC-IWS-200-IP shall contain 200 Ibs of dry-scrubbing media that is engineered for the removal of H2S gas. The
media is contained in a corrugated plastic container that is 11" x 11" in size.
D. The airflow shall be designed for passive applications. The configuration shall be arranged so that the contaminated air shall
flow from the bottom flange and be forced upward through the media bed and discharged through ventilated openings.
E. The vent check intake contains 316ss,'/4 x'/4 mesh screen, a disc style float, buna seat, 316 guide rod.
F. The 2050FAPC-IWS-200-IP contains FOUR air admittance valves. They intake directly into the lines without any restrictions
from the unit's media bed. This assures continued airflow during pumping sequences needed with air release valves, and with a
vacuum sewer system where outside fresh air is required for system operation.
G. All components of the 2050FAPC-IWS-200-IP shall include:
1. A fabricated aluminum plate body, powder coated grass green
2. 200 Ibs of odor controlling media engineered in pellet form
3. 4" or 6" flanged connection — Optional metric flange
4. Tamper proof lockable hook and security latches
5. Disposable media corrugated plastic insert
6. (2) Polyethylene disc style float
H. Vent Scrubber Material
1. Fabricated Aluminum plate
2. Corrugated plastic canister measuring 11 '/2" x 11 '/z "
3. Latches in 316SS
4. Hooks in 316SS
5. 200 Ibs of odor controlling media for removal of H2S gas and topped with a layer of POWER-4 Permanganate.
6. 4" or 6" Flanged Connection with 7.5" ( 191 mm ) bolt circle — Optional metric flange
7. Plastic vent scrubbers that contain activated alumina media or carbon will not be accepted.
8. Media must be Non-Hazardous before and after it is spent.
Media Specification
1. Moisture Content: 35% Max
2. Crush Strength: 35%-70% Max
3. Abrasion: 4.5% Max
4. Pellet Diameter: 1/16" —'/4" (1.5mm-6.5mm)
J. Wager media only will be accepted due to the high level of capacity. No equals will be accepted. Carbon will not �e accepted.
/
K. Only UL certified media will be accepted in Wager's vent scrubber.
L. If other media's are used in this unit, it must be designed to be 25% larger with a minimum of 25%
additional media. ��
M. The general contractor is responsible for all design cost changes, engineer review time, � � R
and testing verification. C O M P A N Y
N. Analytical Services:
1. Samples of the media may be analyzed in order to predict the life of the system media at Wager's
expense.
www.wagerusa.com
336.9696909
LWager@wagerusa.com
Mpowers@wagerusa.com
�
�--
O. Built in Water Separator / mist eliminator
1. The body of the water separator is constructed from 50-52 H32 aluminum plate and is epoxy
coated for protection from harsh environments.
2. The overall measurements of the unit are 26.25" x 31.25" x 35"
3. 10" flanged threaded aluminum connection provided for attaching to the 2050-1350
4. A Kerick Valve Assembly with float allows for excess accumulated water to be expelled.
5. An inlet stem provides an exit for accumulated moisture from the air release valve.
6. A Nitrile gasket allows for a tight fit of the aluminum plate cover.
P. Mist Eliminators
1. Highest collection efficiency of ANY mesh-type media: 99+% @ 1�m.
2. Composite pads of various mesh styles allow for optimization of efficiency, pressure drop, and pluggage resistance.
3. Able to handle the widest range of gas velocities and contaminant levels.
4. High void spaces (94-97%) and the largest fiber diameters contribute to the highest resistance to fouling.
5. Lower pressure drops than traditional knitted mesh.
6. Custom fabrication to conform to any Wager 2050 series.
7. The media is cleanable & reusable for extended service life in the harshest environments.
8. Wide range of materials of construction available, including polypropylene, PVDF, ETFE and PFA, to meet
any level of temperature and corrosion requirements.
�
WAG� R
C O M P A N Y
www.wagerusa.com
336.9696909
LWager@wagerusa.com
Mpowers@wagerusa.com
TION GUI
1. Remove media canisters. Ensure all of the original
plastic wrap is removed from canisters. Media is in
pellet form and should move freely to allow air to
vent through. Check media pellets to ensure they are
NOT wet.
►
�>
�' �, � .`ji,�-� �.� � . -�::.-:
�. r. x��,�'.. ... -_-`'�?..
•r � :
,,► 1�� ,,� i<. -4: + c v:�l�e
� .1 � �, �r�`.�F+„1'`•?67,{. ;":.. .
��F� ` - �'-
� , � -.Y+�t`y .' ,-i;."_: +�:_
�� _ �S." . � ' �. � �, 'a�a VS.
w� . � � �:�� � :
Y � �. ; : � ��.�-
. ,�',;,:::F:: ;��,
,�+�, � ° , � < .� .a �,�, ti� ,, : . .�..
_, � a,�, y D �
4�3 y.�..�% i�� . �' .F .. � t.'�1H � �q �'
�'�r E ' 'k, r.y �'�� �,y'i
�r.��.�'iu `a ����. . � . R.. _ 1 � �. %�-a�'••. L \_`
3. Place unit in desire location. Bolt flange to
vent stack.
�:�
2. Reinstall media canisters ensuring they are
flush with the valve's inner chamber.
4. Secure the lid with the four lockable latches
�
WAG� R
C O M P A N Y
* 2050-450 PICTURED. MODEL 2050-200-IP FOLLOWS THE SAME STEPS. `"`"`"�`"agerusa.com
336.9696909
LWager@wagerusa.com
Mpowers@wagerusa.com
_ � -.. - -
�. ��. ...�. . ''� ,_��;
• Pour a concrete pad with bolts in place for slated feet on the unit.
• If preferred, a level crush stone pad may be used in lieu of concrete.
• Set the 200-IP on pad or stone, and bolt it down.
• Remove media from the unit.
• If the 200-IP is being used in conjunction with an ARV, get a complete blowout
of the ARV so that there is no big slug of air through the media bed.
• Unwrap the media canisters and place in the unit.
• Reinstall the 200-IP cover, and lock down.
�
WAG� R
C O M P A N Y
www.wagerusa.com
336.9696909
LWager@wagerusa.com
Mpowers@wagerusa.com
AAU-200-SET-IP
AAU-200-LID-IP
VRV-2050
OCU-2050-50
233-GASKET-3
SV- LATCH
2500 ACFM
AAU-50-7-G
WS-DRAIN-ASSY
FLT-7.5P-D
1500-6-G
1500-6-GR
2050-200-IP BODY
2050-200-IP COVER
2050 VACUUM RELIEF VALVE
50 LB. CARTRIDGE ODOR CONTROL MEDIA
GASKET, 3.0 "I.D.x 3.5" O.D.
UNDER CENTER DRAW LATCH
MIST ELIMINATOR PAD
2050 DOOR GASKET
WATER SEPARATOR VALVE
7.5" FLOAT POLY DISC
GASKET 6" 1500 SERIES
GUIDE ROD, 6" 1500 SERIES
/
WAG� R
C O M P A N Y
www.wagerusa.com
336.9696909
LWager@wagerusa.com
Mpowers@wagerusa.com
1. Unlatch and remove lid from unit. Visually
inspect the media canisters and air intake valves.
—, _
`� �
� M
`
�, . � . ,.. —
a!
3. Unbolt water separator access plates.
Inspect bolts, washers, and gasket. Remove
water separator pads.
:
�
5. With the water separator pad out,
inspect float drain assembly. Remove any
debris and ensure drain is clean.
2. Inspect the media. Make sure it is
dry. Shake or stir media pellets inside
canisters every 3-6 months for maximum
media life.
�
�..
�
° �
4. Wash water separator pad with hose.
�. "�' '�"-- . """ � �
.,.
�
��
6. Reinstall water separator pads, gaskets, and
water separator pad plates back onto the unit.
Secure the lid with the four lockable latches
2050-450 PICTURED. MODEL 2050-200-IP FOLLOW THE SAME STEPS.
�
WAG� R
C O M P A N Y
:,,:..
+, .�; �
� J,/d
i �
( Example of Side flange procedure.)
J �J
' ! .
. ' � _ .� , �f � ��,c;,� .
• �. ,.,�
, �,
E ;:� ' ` s� �,� +�
��.. I .f Y��y�'�I � � 1.
.f , . � ��'#.
( Example of bottom flange procedure.)
1. Place Odor Logger in the bottom chamber of the unit, below the media baskets.
-= -- - ` -� �� ,
� � � _=_-_ ��
1 ...�_-_ - �_� �
' �.
;:
- T�.
�.-p
�� ..
�
�
2. Place Odor Logger on top of inedia baskets, or place tube through the vent louvers.
�
WAG� R
C O M P A N Y
www.wagerusa.com
336.9696909
LWager@wagerusa.com
Mpowers@wagerusa.com
�
... „�-�
Operating Instructions
a. Ensure that packaging pouch is intact.
.,,
`� ��
Replace Filter
b. Open packaging pouch by tearing off the top part from one of side notches
c. Remove indicator sticker from the packaging pouch.
d. Peel off the protective liner to expose the bottom adhesive (Figure 1).
• E
�
OverExposed
e. Hold the sticker from the edges, as shown in Figure 2, and place it on center clean area of the
filter's outlet with the reading area (glossy surface) of the sticker facing up.
f. Press firmly to attach sticker to the filter's outlet (Figure 3).
g. Replace filter when the reading area of the indicator changes color to brown or black.
*Caution: Do not touch bottom adhesive or the exposure area.
Adhesive
Exposure area
rea
WAG� R
C O M P A N Y
www.wagerusa.com
336.9696909
LWager@wagerusa.com
Mpowers@wagerusa.com
Figure 2
Figure 1
F
T O A C T I V A T E Y O U R W A R R A N T Y
• Download the APP on your smartphone or tablet (ios or android) SLATE PAGES
( The Slate Pages LLC)
• Open the APP.
• Create your profile.
• Scan the QR Code on the Wager unit.
UNDER ACTIVATE WARRANTY:
• Tap Activation Date and enter it.
• Tap Contact information and enter it.
• Tap Installation Instructions and review.
• Capture GPS location.
• Capture installation photo (optional)..
• Tap Save (Upper Right Corner).
�
WAG� R
C O M P A N Y
www.wagerusa.com
336.9696909
LWager@wagerusa.com
Mpowers@wagerusa.com
�'� �' � �' � � I � �' � r
�J�J ��J �
ODOR CONTROL SYSTEMS
�
C O M P A N Y
�
�
�.
��
The 2050-450-IP is a combined odor control vent valve,
with the additional feature of Wager's highly effective
vertical vent check valve. This system is designed
specifically in areas where lift stations or gravity lines
are subject to flooding.
The 2050-450-IP is constructed from aluminum, and is
epoxy coated grass green so that it fits nicely into the
surrounding environment. It has 4 louvered vents to
allow for maximum air flow of deodorized air. H2S gas
is directed thru eight canisters containing 50 Ibs (23kg,
1.5 cu.ft) of odor controlling media. The media is an
engineered product, designed to chemically absorb the
H2S gas and change it to a non-toxic compound. Our
custom Power-4 permanganate is also included as a
polisher. A mist eliminator pad is incorporated into the
unit to prevent exiting moisture from damaging the
media bed.
During a flood event, our disc style float located just
outside of the media chamber will rise to a buna seat,
preventing water and debris from entering the inside of
the system and destroying the media.
/
- �� _
MEDIA CAPACITY 9 $ 1 Z EST CFM.
2050-450-IP Est. 450 LBS. (204kg) CANISTER INTAKE MIST VENT CHECK 650-700
VALVES PADS VALVES
WAG� R
C O M P A N Y
www.wagerusa.com
336.9696909
LWager@wagerusa.com
Mpowers@wagerusa.com
1
❑
C
�
a
R
a
4
i
a3,07
A
�
A
34 69
3
3
�
T
2
J2.%i
SECTIDN A-A
SCALE .1
1
p
C
�
a
orwtivh
shardy 8�19/2019 RQBER7 H. WAGER CO., INC.
CFIECNE�
TITL£
4A A
i.�Fc t05D-45fl FAPC� IWS� IN FLdW PREVEIVTER
APpRpVEp
S1ZE I PWG 7J� kEV
� 2fl5fl-�5�-TP
srALE , f � �SNEET 7 aF 1
2 I 1
�--
A. This specification defines the requirements for a Wager 2050-450-IP Vent Scrubber 2050FAPC-IWS-450-IP manufactured by
Wager Company in Rural Hall, NC.
B. The 2050FAPC-IWS-450-IP consists of dry-scrubbing media contained in a fabricated aluminum plate housing, powder
coated, grass green with a 4", 6" or 8" inlet.
C. The 2050FAPC-IWS-450-IP shall contain 450 Ibs of dry-scrubbing media that is engineered for the removal of H2S gas. The
media is contained in a corrugated plastic container that is 11" x 11" in size.
D. The airflow shall be designed for passive applications. The configuration shall be arranged so that the contaminated air shall
flow from the bottom flange and be forced upward through the media bed and discharged through ventilated openings.
E. The vent check intake contains 316ss,'/4 x'/4 mesh screen, a disc style float, buna seat, 316 guide rod.
F. The 2050FAPC-IWS-450-IP contains EIGHT air admittance valves. They intake directly into the lines without any restrictions
from the unit's media bed. This assures continued airflow during pumping sequences needed with air release valves, and with a
vacuum sewer system where outside fresh air is required for system operation.
G. All components of the 2050FAPC-IWS-450-IP shall include:
1. A fabricated aluminum plate body, powder coated grass green
2. 450 Ibs of odor controlling media engineered in pellet form
3. 4", 6" or 8" flanged connection — Optional metric flange
4. Tamper proof lockable hook and security latches
5. Disposable media corrugated plastic insert
6. (2) Polyethylene disc style float
H. Vent Scrubber Material
1. Fabricated Aluminum plate
2. Corrugated plastic canister measuring 11 '/2" x 11 '/z "
3. Latches in 316SS
4. Hooks in 316SS
5. 450 Ibs of odor controlling media for removal of H2S gas and topped with a layer of POWER-4 Permanganate.
6. 4", 6", or 8" Flanged Connection with 7.5" ( 191 mm ) bolt circle — Optional metric flange
7. Plastic vent scrubbers that contain activated alumina media or carbon will not be accepted.
8. Media must be Non-Hazardous before and after it is spent.
Media Specification
1. Moisture Content: 35% Max
2. Crush Strength: 35%-70% Max
3. Abrasion: 4.5% Max
4. Pellet Diameter: 1/16" —'/4" (1.5mm-6.5mm)
J. Wager media only will be accepted due to the high level of capacity. No equals will be accepted. Carbon will not be accepted.
K. Only UL certified media will be accepted in Wager's vent scrubber. /
L. If other media's are used in this unit, it must be designed to be 25% larger with a minimum of 25%
additional media.
M. The general contractor is responsible for all design cost changes, engineer review time, WAG � R
and testing verification. C O M P A N Y
N. Analytical Services:
www.wagerusa.com
1. Samples of the media may be analyzed in order to predict the life of the system media at Wager's 336.9696909
expellse. LWager@wagerusa.com
Mpowers@wagerusa.com
— �-� _�—
�
O. Built in Water Separator / mist eliminator
1. The body of the water separator is constructed from 50-52 H32 aluminum plate and is epoxy
coated for protection from harsh environments.
2. The overall measurements of the unit are 26.25" x 31.25" x 35"
3. 10" flanged threaded aluminum connection provided for attaching to the 2050-1350
4. A Kerick Valve Assembly with float allows for excess accumulated water to be expelled.
5. An inlet stem provides an exit for accumulated moisture from the air release valve.
6. A Nitrile gasket allows for a tight fit of the aluminum plate cover.
P. Mist Eliminators
1. Highest collection efficiency of ANY mesh-type media: 99+% @ 1�m.
2. Composite pads of various mesh styles allow for optimization of efficiency, pressure drop, and pluggage resistance.
3. Able to handle the widest range of gas velocities and contaminant levels.
4. High void spaces (94-97%) and the largest fiber diameters contribute to the highest resistance to fouling.
5. Lower pressure drops than traditional knitted mesh.
6. Custom fabrication to conform to any Wager 2050 series.
7. The media is cleanable & reusable for extended service life in the harshest environments.
8. Wide range of materials of construction available, including polypropylene, PVDF, ETFE and PFA, to meet
any level of temperature and corrosion requirements.
�
WAG� R
C O M P A N Y
www.wagerusa.com
336.9696909
LWager@wagerusa.com
Mpowers@wagerusa.com
�•-•—•- �
1. Remove media canisters. Ensure all of the original
plastic wrap is removed from canisters. Media is in
pellet form and should move freely to allow air to
vent through. Check media pellets to ensure they are
NOT wet.
►
�>
�' �, � .`ji,�-� �.� � . -�::.-:
�. r. x��,�'.. ... -_-`'�?..
•r � :
,,► 1�� ,,� i<. -4: + c v:�l�e
� .1 � �, �r�`.�F+„1'`•?67,{. ;":.. .
��F� ` - �'-
� , � -.Y+�t`y .' ,-i;."_: +�:_
�� _ �S." . � ' �. � �, 'a�a VS.
w� . � � �:�� � :
Y � �. ; : � ��.�-
. ,�',;,:::F:: ;��,
,�+�, � ° , � < .� .a �,�, ti� ,, : . .�..
_, � a,�, y D �
4�3 y.�..�% i�� . �' .F .. � t.'�1H � �q �'
�'�r E ' 'k, r.y �'�� �,y'i
�r.��.�'iu `a ����. . � . R.. _ 1 � �. %�-a�'••. L \_`
3. Place unit in desire location. Bolt flange to
vent stack.
�c, - �.
2. Reinstall media canisters ensuring they are
flush with the valve's inner chamber.
4. Secure the lid with the four lockable latches
�
WAG� R
C O M P A N Y
* 2050-450 PICTURED. MODEL 2050-450-IP FOLLOWS THE SAME STEPS. `"`"`"�`"agerusa.com
336.9696909
LWager@wagerusa.com
Mpowers@wagerusa.com
_ � -.. - -
�. ��. ...�, . 't ,_��
• Pour a concrete pad with bolts in place for slated feet on the unit.
• If preferred, a level crush stone pad may be used in lieu of concrete.
• Set the 450-IP on pad or stone, and bolt it down.
• Remove media from the unit.
• If the 450-IP is being used in conjunction with an ARV, get a complete blowout
of the ARV so that there is no big slug of air through the media bed.
• Unwrap the media canisters and place in the unit.
• Reinstall the 450-IP cover, and lock down.
�
WAG� R
C O M P A N Y
www.wagerusa.com
336.9696909
LWager@wagerusa.com
Mpowers@wagerusa.com
AAU-450-SET-IP
AAU450-LID-IP
VRV-2050
OCU-2050-50
233-GASKET-3
SV- LATCH
2500 ACFM
AAU-50-7-G
WS-DRAIN-ASSY
FLT-7.5P-D
1500-6-G
1500-6-GR
2050-450-IP BODY
2050-450-IP COVER
2050 VACUUM RELIEF VALVE
50 LB. CARTRIDGE ODOR CONTROL MEDIA
GASKET, 3.0 "I.D.x 3.5" O.D.
UNDER CENTER DRAW LATCH
MIST ELIMINATOR PAD
2050 DOOR GASKET
WATER SEPARATOR VALVE
7.5" FLOAT POLY DISC
GASKET 6" 1500 SERIES
GUIDE ROD, 6" 1500 SERIES
/
WAG� R
C O M P A N Y
www.wagerusa.com
336.9696909
LWager@wagerusa.com
Mpowers@wagerusa.com
1. Unlatch and remove lid from unit. Visually
inspect the media canisters and air intake valves.
_- —
`� y
i �
`
�, . � . �..r '-
�
3. Unbolt water separator access plates.
Inspect bolts, washers, and gasket. Remove
water separator pads.
:
�
5. With the water separator pad out,
inspect float drain assembly. Remove any
debris and ensure drain is clean.
2. Inspect the media. Make sure it is
dry. Shake or stir media pellets inside
canisters every 3-6 months for maximum
media life.
�
�y
�
` �
0
4. Wash water separator pad with hose.
�. "�' '�"-- . """ � �
.,.
�
��
6. Reinstall water separator pads, gaskets, and
water separator pad plates back onto the unit.
Secure the lid with the four lockable latches
�
WAG� R
C O M P A N Y
i.'/��
r /�
( Example of Side flange procedure.)
J �J
' ! .
. ' � _ .� , �f � ��,c;,� .
• �. ,.,�
, �,
E ;:� ' ` s� �,� +�
��.. I .f Y��y�'�I � � 1.
.f , . � ��'#.
( Example of bottom flange procedure.)
1. Place Odor Logger in the bottom chamber of the unit, below the media baskets.
-= -- - ` -� �� ,
� � � _=_-_ ��
_: �_-_ - �_� �
' �.
;:
- T�.
�.-p
�� ..
�
�
2. Place Odor Logger on top of inedia baskets, or place tube through the vent louvers.
�
WAG� R
C O M P A N Y
www.wagerusa.com
336.9696909
LWager@wagerusa.com
Mpowers@wagerusa.com
Wager warranties our full line of Odor Control Valves for a period of twelve (12) months from the date of purchase of our
products. This warranty covers the repair or replacement of any faulty manufacture of equipment produced by Wager. No
allowance will be granted for repairs or alterations made by the Buyer.
The (1) year warranty does not cover Wager's engineered media. The media is meant to be replaced over time after scrub-
bing odorous gases from various sewer applications. Replacement of Wager's media with unauthorized material will affect the
Limited Warranty of our products.
�
WAG� R
C O M P A N Y
www.wagerusa.com
336.9696909
LWager@wagerusa.com
Mpowers@wagerusa.com
APPENDIX
GC-4A 1 Availability of Lands
GC-4A2 Subsurface and Physical Conditions
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 NONE
GR-01 60 00 Product Requirements
CITY OF FORT WORTH MORNINGSTAR NORTH OFFISTE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJ. NUM. 105677
Revised July 1, 20ll
GC-4.01 Availability of Lands
THIS PAGE LEFT INTENTIONALLY BLANK
CITY OF FORT WORTH MORNINGSTAR NORTH OFFISTE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJ. NUM. 105677
Revised July 1, 20ll
GC-4.02 Subsurface and Physical Conditions
THIS PAGE LEFT INTENTIONALLY BLANK
CITY OF FORT WORTH MORNINGSTAR NORTH OFFISTE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJ. NUM. 105677
Revised July 1, 20ll
GEOTECHNICAL ENGINEERING REPORT
PROPOSED OFFSITE SEWER LINES
WALSH RANCH DRIVE
ALEDO,TEXAS
Prepared for:
VLMC, INC.
Fort Worth, Texas
EWI Report No. LH257722A
May 2025
� Ellerbee-Walczak, Inc.
GEOTECHNICALENGINEERING &
�' CONSTRUCTION MATERIALS TESTING SERVICES
May 21, 2025
VLMC, Inc.
3045 Lackland Rd.
Fort Worth, Texas 76116
Re: Geotechnical Engineering Report
Proposed Offsite Sewer Lines
Walsh Ranch
A{edo, Texas
EWI Report No. LH257722A
Ellerbee-Walczak, Inc. (EWI) has completed the Geotechnical Engineering Report for the above
referenced project. The results are presented in the attached report.
Please do not hesitate to contact us if you have any questions regarding the information in this
report or if we can be of any additional assistance.
It has been a pleasure providing geotechnical services for this project.
Sincerely,
Ellerbee-Wafczak, Inc.
TBPE Firm No. F-4610
����
T. eil L rence, Jr., P.E.
Geotechnicaf Manager
� ��;�� OF T�X�� �'1
; �.••' �� •, . 1�
. :'
* :� . .. � ��/
......... ...
...
. ......... ... .
. [�. LAVVRENC...,. �R.',
...., ......................... ,
, -o•_ 92�93 .�t�,
t ��'��. ,�
�� ��FSceCEN���.' f�'o�'�
aa �.U�1P�Y����
�Q�'�3'�yc4,�o.�+"'�'T�� " w.
r
�
ar o . Alm
Graduate EngirS
4501 Broadway Ave. • P.O. Box 14809 • Haltom City, Texas 76117
Office 817-759-9999 � Fax 817-759-1888
TABLE OF CONTENTS
Page
1.0 SITE & PROJECT INFORMATION ...................................................................................... 1
2.0 SCOPE OF SERVICES ....................................................................................................... 1
3.0 FIELD OPERATIONS .......................................................................................................... 1
4.0 LABORATORY TESTING ................................................................................................... 1
5.0 SITE SUBSURFACE CONDITIONS .................................................................................... 2
6.0 GROUNDWATER ............................................................................................................... 2
7.0 ANALYSIS & RECOMMENDATIONS .................................................................................. 3
7.1 Excavations ............................................................................................................. 3
7.2 Utilities .....................................................................................................................3
8.0 LIMITATIONS ......................................................................................................................4
APPENDIX
Figure
Planof Borings ........................................................................................................................... 1
BoringLogs ........................................................................................................................ 2 — 19
Soil Classification Chart ........................................................................................................... 20
GEOTECHNICAL ENGINEERING REPORT
PROPOSED OFFSITE SEWER LINES
WALSH RANCH DRIVE
ALEDO,TEXAS
1.0 SITE & PROJECT INFORMATION
The proposed sewer lines will be located off of Walsh Drive, west of Fort Worth, in Parker County,
Texas. The site consists of some open fields, forested areas, a creek and a couple ponds.
Proposed construction consists of an 18' deep sewer line and a 25' deep sewer line.
2.0 SCOPE OF SERVICES
The purpose of our geotechnical services for this site were to:
Evaluate the subsurface conditions encountered in the borings.
Evaluate the pertinent engineering properties of the recovered samples.
Provide recommendations for earthwork and site grading.
3.0 FIELD OPERATIONS
The subsurface conditions of the site were evaluated by performing 18 borings (Borings 1 through
18), which were drilled from March 26 through April 15 of 2025 along the future sewer lines rights-
of-way across both properties, at locations indicated by the client, accessible to truck-mounted
drilling equipment. The approximate boring locations are provided on the Plan of Borings (Figure
1) in the Appendix. The results of the field exploration program are presented on the Boring Logs
(Figures 2 through 19) in the Appendix. A Soil Classification Chart containing the keys to symbols
and the description of terms used on the boring log are presented on Figure 20.
A truck-mounted drilling rig with continuous flight augers was used to advance the borings. Soils
were sampled using steel tubes and during the performance of Standard Penetration Tests (SPT).
The samples were extruded in the field, logged, sealed, and packaged to preserve their in-situ
moisture content and reduce disturbance during transportation to the laboratory. The load carrying
capacity of the limestone encountered on the borings was evaluated in the field by performance of
the Texas Department of Transportation's (TxDOT) Cone Penetration Test. Drilling and sampling
were performed in general accordance with applicable ASTM and TxDOT procedures.
4.0 LABORATORY TESTING
The Boring Logs were reviewed by a geotechnical engineer who assigned soil samples for testing.
Tests were performed in the laboratory by technicians working under the direction of the engineer.
Testing was performed in general accordance with applicable ASTM procedures.
I r � -1- LH257722A
Liquid and Plastic Limit tests (ASTM D 4318) were performed on samples of the cohesive soils.
These tests were used in conjunction with moisture content tests (ASTM D 2216) for classification
and estimating their volume change potential. Percent passing the No. 200 Sieve tests were
perFormed on selected samples of soil to determine the percentage finer than 0.075 mm to aid in
classification. Hand penetrometer and unconfined compression tests were performed on the soils
to evaluate consistency and strength.
The results of the laboratory tests are presented on the Boring Logs in the Appendix.
5.0 SITE SUBSURFACE CONDITIONS
The conditions encountered at each boring location are depicted on the Boring Logs in the
Appendix. Descriptions of each stratum with its approximated depth and thickness are provided.
The depths reported on the logs refer to the depth from the existing ground surFace at the time the
borings were performed. A brief description of the stratigraphy indicated by the borings are
presented below.
Brown, dark brown and tan clays and silty clays, some with limestone fragments, gravel and
calcareous particles, were encountered at the surface of Borings 1 through 18 and extended to
depths of about 4, 4, 16, 12, 14, 4, 6, 2, 15, 12, 17, 17, 13, 13, 13, 13, 10 and 10 feet below existing
grades, respectively. The clays/silty clays had Liquid Limits (LL's) ranging from 31 to 64 percent,
Plasticity Indices (PI's) of 15 to 40, classified as CL and CH according to the Unified Soil
Classification System (USCS) and were generally hard in consistency.
Tan limestone, some with clay seams and layers, was next encountered in Borings 1 through 8,
13, 15, 17 and 18. The tan limestone extended to depths of about 13, 17, 18, 13, 15, 12, 17, 7, 17,
14 and 13 feet below existing grades in Borings 1, 2, 3, 4, 5, 6, 7, 8, 15, 17 and 18, respectively;
and to a termination depth of 20 feet in Boring 13.
Gray limestone, some with shale seams, was next encountered in Borings 1 through 12 and 14
through 18; and extended to termination depths of 20 feet below existing grades.
The soils encountered in the borings at this site are considered to be moderately active (CL clays)
to highly active (CH clays) with respect to moisture-induced volume changes. The soils
encountered in the borings have shrink and swell potential with seasonal moisture changes within
the active zone. The active zone is limited to the top of limestone (in areas with shallow rock).
6.0 GROUNDWATER
The borings were advanced using dry auger-drilling techniques. This process allows relatively
accurate short-term observations of groundwater while drilling. Seepage was not observed while
drilling in Borings 1, 2, 4, 6, 7, 8, 10, 12, 14, 15, 16, 17 and 18. These borings were observed to
remain dry at the completion of drilling.
► I -2- LH257722A
Seepage was observed while drilling in Borings 3, 5, 9, 11 and 13 at about 14, 12, 15, 14 and 13
feet. Water levels of 9, 15, 10, 18 and 18 feet below existing grades were measured at the
completion of drilling in these borings, respectively.
Groundwater levels will seasonally fluctuate due to variations in the amount of precipitation,
evaporation and surface water runoff. Seepage can occur above and within the limestone
particularly during wet seasonal/annual cycles. In addition, groundwater conditions may change
due to landscape irrigation and tree root demand.
7.0 ANALYSIS & RECOMMENDATIONS
7.1 Excavations
Excavation will encounter about 2 to 14 feet of native soils above tan/gray limestone. The
overburden soils and fractured rock can generally be excavated with traditional methods including
the use of large backhoes with rock buckets, bulldozer with rippers, track or wheel loaders and
scrapers. Excavation into harder limestone will require rock excavation methods including the use
of breaker hoes and large dozers with single tooth rippers. Line drilling can be used to control
overbreak at the limits of the excavation.
The soils should be sloped and braced in the interest of safety. Applicable OSHA standards should
be followed. Temporary construction slopes of two horizontal to one vertical (2H:1� or flatter are
recommended. Competent limestone is capable of standing on near vertical slopes during
construction. Temporary construction slopes shallower than one horizontal to one vertical (1 H:1V)
for the overburden soils are recommended.
7.2 Utilities
Limestone should be anticipated during utility excavations. Care should be taken that utility cuts
are not left open for extended periods, and that the cuts are properly backfilled. Backfilling should
be accomplished with properly compacted on-site soils, rather than granular materials. A positive
cut-off at the building line is recommended to help prevent water from migrating in the utility trench
backfill.
Backfill materials should be placed in loose lifts, less than 9 inches thick, and uniformly compacted
to a minimum density of 95 percent. Moisture content during placement of cohesive backfill should
be within -1 to +3 percentage points of the optimum moisture content (or to City of Fort Worth
specifications) as measured in test method ASTM D 698. Density testing should be performed
along the utility line at maximum of 300 linear feet intervals (or to City of Fort Worth specifications).
Normal settlements of deeper backfills in utility excavations should be anticipated, even if the fills
are properly compacted. A filter fabric divider to reduce soil transport should be considered
between the fill soils and any gap graded pipe embedment materials, particularly under pavement
systems.
�, � a a -3- LH257722A
8.0 LIMITATIONS
The professional services performed for the preparation of this geotechnical report were
accomplished in accordance with current and locally accepted geotechnical engineering principles
and practices. The recommendations presented in this report are based upon the data obtained
from the borings at the indicated locations and/or from other information discussed in this report.
The subsurface conditions occurring between borings and across the site, or due to
seasonal/annual climatic cycles may vary from those encountered in the borings. The nature of
these variations may not become evident until during or after construction. Should subsurface
conditions varying significantly from those described herein be encountered, EWI should be
immediately notified to evaluate the effects on these recommendations and so supplemental
recommendations can be provided.
The recommendations provided in this report were prepared for the exclusive use of our client. No
warranties, expressed or implied, are intended or made. The information and recommendations
provided in this report are applicable only for the design of the types of structure(s) described in
the Site & Proiect Information section of this report and should not be used for any other structures,
locations or for any other purposes. We should not be held responsible for the conclusions,
opinions or recommendations made by others based upon the information submitted in this report.
If changes to the design and/or location of this project as outlined in this report are planned, the
recommendations provided in this report shall not be considered valid unless EWI reviews these
changes and either verifies or amends this report in writing. Construction issues such as site safety
support of excavations and dewatering procedures are the responsibility of others.
The scope of services for this report does not include any environmental or biological assessments
either specifically or implied. If the owner is concerned about the potential mold, fungi, bacteria,
identification of contaminants or hazardous materials and conditions, etc., additional studies should
be undertaken.
EWI's capabilities include a full range of construction material testing and observation services. A
qualified testing firm should be retained to provide testing and observation during excavation,
grading, foundation and construction phases of this project.
We will retain the samples recovered from the borings on this project for a period of 30 days
subsequent to the submittal date printed on this report. After the 30-day period, the samples will
be discarded unless otherwise notified by the owner in writing.
I � � -4- LH257722A
. - `�,�+';
t
, � , �
�r;
. .. . . . . .-_. `., .
r . � � <..- � � `
.. ,.� _, ,�. -
�� ,_ , ���:�� �c
, . � �.
� �,l ���
� .
'. � � � .
'��� � . ��2
.,Y ,a�� � F�.� ! . � ' �� ,
+ �,
• � ��� � � �� ' �
��• �' �; :,
, � », F, .
�-,` � �•_ . �� .
- . R�,.+ �� - �.a,-i, °k�ia ` . .
� '� .c�' � '��„✓ � . � � � ' � . ". .
. . ' � �' �-: �,:� . .
.�'. a �y } �"�a' .
. 6' "'°f�' `
�" � �F B-°�PS . J�t.:
� ` x �' J .., is. �' ' �. �'. � ^ - B-2$ � � -
N;, �'
� ., �B-23�� . �-�:.. . . �8-91 �Be28
�.,�rn�ai..'"
� .
�.. , x r ���
��� ,
� � � �.�_2�
.. . .
� �
� ` � . _h�-20 ... . .��.29 . �g.22 .,. . ��-^�. �� �?�, . . , .: j„ .. � _+
.. �„y �, ,.�:,.w:, � �;•� , .
� � � .-�_ , . _ .
: . . ^ -r .:.. , . ..... .. . . ... . . ., . ,. . . .. 3 .
-r � � ..... . .' � . .
4a �,
, ,p�b��� F -
� rr
�r.:-'� . r? � . _ F7. ;.., �.
, . � e ¢ �: -s+.! - ' � i � b. Lj , ° � � �' J., . � � ry'$h. �t . .
' 9B'�9 � a�'� � . .
. - . ��B•�� . ��i • �
_ '`�s' _ k ` V .�� � h M.
_ . ., ' , ' . . 3.. . a
Np .. ' p. �. . „ .. ., . . � *� � � �, r
a _ ~ � ' '� , '.'� .�* A �,s, ,�� ,�
_ . .. a
. . : . ;. "+; ,� �
_ � . �"' ,
� + ,� .
�, :. ..._ . " . : u _ A '�* , - ^ »
,r , h . _. • - +r
. _ _
,:
� . ; �.�.
s , .., .
� , .. . ,,... � . . . .
. . ... , , �'*
W � � � "N'x � . > � ��16-` _ .
...._ . - .,- �
� ` . , '." . . . - . . . t ' .x � � . � _
.�•, .. ,a� . ,... .. , ., •.,,� .,r �y,;
. _
...:,.. - . . .,.. .. .. . .
. . . � .. .. ' -
� _ .
.
a � �d�
j_ :..t�....e.. ... ... , -_'?.
. ...� - : . �.
LL . f(f -.... ...._ _ .r�.8i ` • ''�"'�« '` .' .. . . , ..
p 600 1200 FEET
�—i � — I
APPROXIMATE SCALE I
LEGEND:
� � �_ 4
�'. � � � ,. ^' .` _
, �
_ . Q .. ., � � ..
._ o .
. „ _ _.,... . ... �, .. .,+"., � „..... . . . , , ,,. ..
. .. . y : . _ ,. � s .;�, � �, .'� _ ' E , t�
. - �
... .. .. . � .. . ,.. • . . -
' ; � ...., . . . .-,. � .
v� y� �B 1%
. .= B�I.G{.91itE IAV.ENUE�. .� — � -`'� � :i-. a+a � � �,�, � � . _ +. : � � ..
. _..... _ _ . -- �� ,
r r
y �,,, ..; . , ' .+�
. • y ,�,
,.._ . . ,,
.,.
�.. -- , . , . '
� - . '+..,,,.,,rs,��, . .. ,.. ,. � . , 6-1& .
�
Boring Location _- _,- ,.��' , . ,, � . . '�' � � �. `
. + � � . .. .. ......., �^.: F.., � ' ., !'"�""4�•,M. .
r Not Drilled due to Access Issues - �--. ;,.. " „ f,,,:..-�'
,: . .
Proposed Sewer Line (18' Boring Depth) , ` � � ;T x ,� ;r `^ - �,��'i`� � : `j4 { �. ,;•
�� � Proposed Water Line (12' BOflllg DBpth) � � � OLD WEATHERFORD ROAD,_ x- �i E � 4. ¢ . _
� *TM
� �.� .p ,.., . � ._. ,g Depth) ,. — ,-^_ � . - 4 r � j y '',°
- �r•. 4.z
� �� ^ � A t-• n,� �� �.„,�i SOURCE GOOGLE EARTH, 20 5 IMAGERY��DA'r � q*��"�1`
� 4
��....�.�� �.��....� � ...�� . �� ...., ', . " - � _.� r. - .rd •.s ;, . � r . . E. 2/28/2025
. �,
. .��.. �..� � ' . .. ,� ,� ,... �x. : � . - ��. .. �, �� ,.
ra ose ewer ine 25 orm. .
���� PLAN OF BORINGS
Offsite Sewer & Water Lines
Ellerbee Walczak, Inc. Walsh Ranch
EWI Project No. LH257722 Aledo, Texas
Ellerbee-Walczak, Inc.
4501 Broadway Avenue
Haltom City, Texas 76117
Telephone: 817-759-9999
Fax: 817-759-1888
CLIENT VLMC.Inc.
PROJECT Nl1M8ER LH257722A
DATE STARTED 4i9i25 COMPLETED 4i9125
DRILLING METHOD Continuous Fiiaht Auper
NOTES Sewer Line
U
a � a C9
W `'' � �
� �
0
_ �
/
/
- -�
%
%
_ J
i
i
i
5
10 ,
- �
N
N
� _ �
0
� 15 .
�
�
z
�
a - -•
�
¢
N
N _ _
r
r
N
N
S
J
� _ '
Z
�
�
J
� - -
U
x
m
= 2Q
�
W
r
0
w
c�
MATERIAL DESCRIPTION
Brown clay
- with limestone fragments
Tan limestone
Gray limestone
Bottom of hole at 20 feet.
BORING NUMBER B-1
PAGE 1 OF 1
PROJECT NAME Proposed Offsite Sewer & Water Lines
PROJECT LOCATION Walsh Ranch. Aledo, TX
GROUND ELEVATION NIA
GROUND WATER LEVELS:
A7 TIME OF DRILLING Dry
AT END OF DRILLING Dry
AFTER DRILLING ---
3 AT-ERBERG Z
a o � W o _IMlTS W
� m .-; LL �, � ? `-' - � H
J ,�'��a� y U Z Q N�ZjJ �H ��.- ()W �o
d `�ai�nc�ina �v ~ _� �� F'� cn
� m��a �� Q �� �J aJ JZ Z
zF-a�C�� a �
ST P= 4.5+ 17 41 19 22 92
ST P = 4.5+
� THD T = 1.5"/100
AU
THD T = Q.75"l100
AU
THD T = Q.75"/100
AU
THD T = 0.5"/100
FIGURE 2
Ellerbee-Walczak, Inc.
4501 Broadway Avenue
Haltom City, Texas 76117
Telephone: 817-759-9999
Fax: 817-759-1888
CLIENT VLMC.Inc.
PROJECT NUMBER LH257722A
DATE STARTED 4/9/25 COMPLETED 4/9/25
DRILLING METHOD Continuous Fliaht Auaer
NOTES Sewer Line
U
a� ac�
Q.� �O
�
0
MATERIAL DESCRIPTION
Brown clay
- with limestone fragments
Tan limestone
- with clay seams
BORING NUMBER B- 2
PAGE 1 OF 1
PROJECT NAME Proposed Offsite Sewer & Water Lines
PROJECT LOCATION Walsh Ranch, Aledo. TX
GROUND ELEVATION N/A
GROUND WATER LEVELS:
AT TIME OF DRILLING Dry
AT END OF DRILLING Dry
AFTER DRILLING ---
N AT-�ERBERG �'
} m . . � w o _IMIT.`- w
H o ti LL� � � f- � Z
a �o� � �a ��- �w �i= F'H c�w �o
3���na } oz �� g� �o cn
� —�° �Fa 3a o �o JJ aJ g? Z
zH��c�� a �
ST P = 2.5
ST P= 4.5+ 19 37 18 19
, THD T = 5.5"/100
AU
THD T = 4.25"/100
AU
THD T = 2.75"/100
Gray limestone
AU
THD T = 1.0"/100
Bottom of hole at 20 feet.
FIGURE 3
Ellerbee-Walczak, Inc.
4501 Broadway Avenue
Haltom City, Texas 76117
Telephone: 817-759-9999
Fax: 817-759-1888
CLIENT VLMC, Inc.
PROJECT NUMBER LH257722A
DATE STARTED 4/9/25 COMPLETED 4/9/25
DRILLING METHOD Continuous Fliaht Auqer
NOTES Sewer Line
MATERIAL DESCRIPTION
Brown clay
BORING NUMBER B- 3
PAGE 1 OF 1
PROJECT NAME Proposed Offsite Sewer & Water Lines
PROJECT LOCATION Walsh Ranch, Aledo, TX
GROUND ELEVATION N/A
GROUND WATER LEVELS:
� AT TIME OF DRILLING 14.0 ft
1 AT END OF DRILLING 9.0 ft
AFTER DRILLING ---
`� AT�ERBERG �
� m , � w o _IMIT�' W
H oti LL � � �H } Z
� N O� N N N ��� W �~ ~~ U w O�
� o�o�Ya } oZ �� g� Nz W
Q m��a ..o � �O � a z
c� � C� 0 V d li
zHa�C��
' ST Qu = 7.9 105 21
ST P = 4.5+
ST P= 4.5+ 17 41 18 23
ST P = 4.0
Brown clay
- with limestone fragments
Tan silty clay
ST P= 4.5+ 18 41 19 22 90
ST P=1.5
Tan limestone
Gray limestone
Bottom of hole at 20 feet.
AU
THD T = 1.5"/100
FIGURE 4
U
a � a c7
�� �o
�
0
Ellerbee-Walczak, Inc.
4501 Broadway Avenue
Haltom City, Texas 76117
Telephone: 817-759-9999
Fax: 817-759-1888
CLIENT VLMC.Inc.
PROJECT NUMBER LH257722A
DATE STARTED 3/26/25 COMPLETED 3/26/25
DRILLING METHOD Continuous Fliqht Auaer
NOTES Sewer Line
MATERIAL DESCRIPTION
Brown clay
- with gravel & calcareous particles
BORING NUMBER B- 4
PAGE 1 OF 1
PROJECT NAME Proposed Offsite Sewer & Water Lines
PROJECT LOCATION Walsh Ranch, Aledo, TX
GROUND ELEVATION N/A
GROUND WATER LEVELS:
AT TIME OF DRILLING Dry
AT END OF DRILLING Dry
AFTER DRILLING ---
a mN AT-"ERBERG �-
� W o _IMITS w
F- O LL LL� H ��- % Z
� N O� N N d �� � H �~ ~~ U W O�
� m ��a �a o�O a� g� g? Z
zHa�c�� a LL
ST P = 4.5+
ST P = 4.5+
ST P = 4.5+
ST P= 4.5+ 22 52 21 31
ST P = 4.5+
Tan limestone
Gray limestone
- with shale seams
AU
THD T = 4.0"/100
AU
THD T = 2.0"/100
Bottom of hole at 20 feet.
FIGURE 5
U
a� a�
Q,� �O
c�
0
Ellerbee-Walczak, Inc.
4501 Broadway Avenue
Haltom City, Texas 76117
Telephone: 817-759-9999
Fax: 817-759-1888
CLIENT VLMC, Inc.
PROJECT NUMBER LH257722A
DATE STARTED 3/26/25 COMPLETED 3/26/25
DRILLING METHOD Continuous Flipht Auqer
NOTES Sewer Line
MATERIAL DESCRIPTION
Dark brown clay
BORING NUMBER B- 5
PAGE 1 OF 1
PROJECT NAME Proposed OfFsite Sewer & Water Lines
PROJECT LOCATION Walsh Ranch. Aledo. TX
GROUND ELEVATION N/A
GROUND WATER LEVELS:
� AT TIME OF DRILLING 12.0 ft
1 AT END OF DRILLING 15.0 ft
AFTER DRILLING ---
" AT"ERBERG �
a m � w o _IMIT� w
Ho ti �- � � H >- ~
� �� ~� �z c� � z
J y N� � y� � Q. U% W �~ ��- V �J,J O o�
a 3z c � �-a } OZ �� �� �� (�
Q 0� O N Y � a' cC O J J g J � Z W
� m-�a �� o v a g- z
zra�ci� a u-
ST P= 4.5+ 24 64 24 40
Tan & brown silty clay
- with limestone fragments & calcareous particles
at 4 ft.
ST P = 4.5+
ST P = 4.5+
ST P = 4.5+
Tan limestone
Gray limestone
- with shale seams
ST P = 4.5+
AU
, THD T = 3.5"/100
AU
THD T = 0.75"/100
Bottom of hole at 20 feet.
14 42 15 27
FIGURE 6
= U
a� ac�
Q� �O
�
0
Ellerbee-Walczak, Inc.
4501 Broadway Avenue
Haltom City, Texas 76117
Telephone: 817-759-9999
Fax: 817-759-1888
CLIENT VLMC, Inc.
PROJECT NUMBER LH257722A
DATE STARTED 4/9/25 COMPLETED 4!9/25
DRILLING METHOD Continuous Fliqht Auqer
NOTES Sewer Line
U
� � a �
W� ��
� �
0
MATERIAL DESCRIPTION
Brown clay
- with limestone fragments
Tan limestone
BORING NUMBER B- 6
PAGE 1 OF 1
PROJECT NAME Proposed Offsite Sewer & Water Lines
PROJECT LOCATION Walsh Ranch. Aledo. TX
GROUND ELEVATION N/A
GROUND WATER LEVELS:
AT TIME OF DRILLING Dry
AT END OF DRILLING Dry
AFTER DRILLING ---
w 3 ,� AT"ERBERG �—
� m � w e _IMITS w
H O LL LL� F" � � f- � Z
J No��aN �� �W �~ F'~ UW �o
g o���o-a � OZ �� Q� H-� cn
Q C�NY� � �O �J �J QZ W
ln °�-Hd �(J � U d � Z
z���c�� a �
ST P = 4.5+
ST P= 4.5+ 8 41 21 20
1 THD T = 5.0"/100
AU
1 THD T = 3.0"/100
Gray limestone
AU
� THD T = 1.5"/100
AU
THD T = 0.5"/100
Bottom of hole at 20 feet.
FIGURE 7
Ellerbee-Walczak, Inc.
4501 Broadway Avenue
Haltom City, Texas 76117
Telephone: 817-759-9999
Fax: 817-759-1888
CLIENT VLMC, Inc.
PROJECT NUMBER LH257722A
DATE STARTED 4/9/25 COMPLETED 4/9/25
DRILLING METHOD Continuous Fliqht Auaer
NOTES Sewer Line
U
a� ac9
Q� �O
C�
0
- J
_ �
5
10
� - -
15
�
'� _ �
;
; - -
; _ _
� 20
MATERIAL DESCRIPTION
Brown clay
Brown clay
- with limestone fragments
Tan limestone
- with clay seams
Tan limestone
Gray limestone
Bottom of hole at 20 feet.
BORING NUMBER B- 7
PAGE 1 OF 1
PROJECT NAME Proposed Offsite Sewer 8� Water Lines
PROJECT LOCATION Walsh Ranch. Aledo. TX
GROUND ELEVATION N/A
GROUND WATER LEVELS:
AT TIME OF DRILLING Dry
AT END OF DRILLING DN
AFTER DRILLING ---
'� AT-ERBERG �
} m . � � w o _IMIT� W
~ �� aa�i ~� �Z U H Z
J y N� � N� � Q (n W �~ � I- U �J,J O o�
� ot �� ad �. OZ �� Q� �� cn
� m��a �� o �o �� aJ g? Z
z�a�c�� a �
1 ST Qu = 3.0 95 26
ST P = 4.5+
ST P= 4.5+ 19 52 20 32
THD T = 6.0"/100
AU
THD T = 7.5"/100
AU
THD T = 2.75"/100
AU
THD T = 1.75"/100
FIGURE 8
Ellerbee-Walczak, Inc.
4501 Broadway Avenue
Haltom City, Texas 76117
Telephone: 817-759-9999
Fax: 817-759-1888
CLIENT VLMC.Inc.
PROJECT NUMBER LH257722A
DATE STARTED 4/9/25 COMPLETED 4/9/25
DRILLING METHOD Continuous Fliqht Auqer
NOTES Sewer Line
U
a� a�
Q.. �O
�
Q
10
15 —1—I
20
MATERIAL DESCRIPTION
Brown clay
Tan limestone
- with clay layers
Gray limestone
Bottom of hole at 20 feet.
BORING NUMBER B- 8
PAGE 1 OF 1
PROJECT NAME Proposed Offsite Sewer & Water Lines
PROJECT LOCATION Walsh Ranch, Aledo. TX
GROUND ELEVATION N/A
GROUND WATER LEVELS:
AT TIME OF DRILLING Dry
AT END OF DRILLING Dry
AFTER DRILLING ---
a my AT"ERBERG �"
W o JMIT,: w
I}-� o ii LL c � � H } Z
d ��v,o� � a� � Q- �w �H �N UW �`
3� �� na �. Oz �� �� F=o c�
�/! m�~a 3iJ� � �O JJ a J J Z Z
z�a�c�� a �
ST P=4.5+ 16 31 16 15
SS N = 50/3.75"
� AU
THD T = 7.0"/100
AU
THD T = 1.5"/100
AU
THD T = 1.25"/100
AU
I
� THD T = 0.75"/100
FIGURE 9
Ellerbee-Walczak, Inc.
4501 Broadway Avenue
Haltom City, Texas 76117
Telephone: 817-759-9999
Fax: 817-759-1888
CLIENT VLMC, Inc.
PROJECT NUMBER LH257722A
DATE STARTED 4/9/25 COMPLETED 4/9/25
DRILLING METHOD Continuous Fliqht Auqer
NOTES Sewer Line
MATERIAL DESCRIPTION
Brown clay
- with limestone fragments
BORING NUMBER B- 9
PAGE 1 OF 1
PROJECT NAME Proposed Offsite Sewer & Water Lines
PROJECT LOCATION Walsh Ranch, Aledo, TX
GROUND ELEVATION N/A
GROUND WATER LEVELS:
� AT TIME OF DRILLING 15.0 ft
1 AT END OF DRILLING 10.0 ft
AFTER DRILLING ---
W 3 � AT"ERBERG Z
a m � w o _IMIT� w
� � �- � c H j 1- � Z
J ino(� y S� � Q' fn� �~ �~ V W O`"'
a 3 c�i o a�Ya � �Z �� �� Nz w
v�Qi —m° �~a 3pC1 0 �O � a J_ Z
zFa�C1� �- LL
' ST P = 4.5+
ST P= 4.5+ 18 52 22 30
ST P = 4.5+
Tan silty clay
- with limestone fragments
ST P= 4.5+ 11 45 17 28
ST P = 4.5+
Gray clay
Gray limestone
- with shale seams
Gray limestone
Bottom of hole at 20 feet.
ST P = 4.5+
AU
� THD T = 1.5"/100
FIGURE 10
U
a� a�
Q,� �O
�
0
Ellerbee-Walczak, Inc.
4501 Broadway Avenue
Haltom City, Texas 76117
Telephone: 817-759-9999
Fax: 817-759-1888
CLIENT VLMC, Inc.
PROJECT NUMBER LH257722A
DATE STARTED 4/9/25 COMPLETED 4/9/25
DRILLING METHOD Continuous Fliaht Auaer
NOTES Sewer Line
MATERIAL DESCRIPTION
Brown clay
BORING NUMBER B-10
PAGE 1 OF 1
PROJECT NAME Proposed Offsite Sewer � Water Lines
PROJECT LOCATION Walsh Ranch, Aledo, TX
GROUND ELEVATION N/A
GROUND WATER LEVELS:
AT TIME OF DRILLING Dry
AT END OF DRILLING Dry
AFTER DRILLING ---
'� AT�ERBERG �
a m � w o _IMIT: W
F- O li u- c � � F- >' Z
J N O� N N N � Q N� �~ ~~ U W O�
� o� �� aa � Oz �� NQ� �o c�
� m �Fa ��p�' Q �O �-� a-� g? Z
z�a�cl� a LL
� ST P = 4.0
ST P = 3.5
ST Qu = 4.0 113 18 74
Tan silty clay
- with limestone fragments
ST P = 4.5+
ST P = 4.5+
20
Gray limestone
- with shale seams
Bottom of hole at 20 feet.
AU
THD T = 2.0"/100
AU
THD T = 1.25"/100
FIGURE 11
U
~^ a�
0 � � O
�
0
Ellerbee-Walczak, Inc.
4501 Broadway Avenue
Haltom City, Texas 76117
Telephone: 817-759-9999
Fax: 817-759-1888
CLIENT VLMC, Inc.
PROJECT NUMBER LH257722A
DATE STARTED 4/15/25 COMPLETED 4/15/25
DRILLING METHOD Continuous Fiiqht Auqer
NOTES Sewer Line
MATERIAL DESCRIPTION
Dark brown clay
BORING NUMBER B-11
PAGE 1 OF 1
PROJECT NAME Proposed Offsite Sewer & Water Lines
PROJECT LOCATION Walsh Ranch, Aledo, TX
GROUND ELEVATION N/A
GROUND WATER LEVELS:
� AT TIME OF DRILLING 14.0 ft
1 AT END OF DRILLING 18.0 ft
AFTER DRILLING ---
d m" AT"ERBERG �
W o _IMITS W
H O LL LL� � � F- r Z
� a- a� � z c� �
� yN�n�Ny �Q. uiw �~ HL V�u �o�
� o.cc��-a � OZ (='J� Q� tp� u)
� m�Fa �� Q �O JJ aJ �? Z
z�a�c�� a �
' ST P=4.5+
ST P= 4.5+ 23 56 23 33
Brown clay
ST P = 4.5+
ST P = 4.5+
ST P= 4.5+ 16 52 21 31
Tan silty clay
- with gravel
ST P = 4.25
Gray limestone
AU
THD T = 1.125"l100
Bottom of hole at 20 feet.
FIGURE 12
U
~^ a�
Q� �O
�
0
Ellerbee-Walczak, Inc.
4501 Broadway Avenue
Haltom City, Texas 76117
Telephone: 817-759-9999
Fax: 817-759-1888
CLIENT VLMC.Inc.
PROJECT NUMBER LH257722A
DATE STARTED 4/15/25 COMPLETED 4/15/25
DRILLING METHOD Continuous Fliqht Auqer
NOTES Sewer Line
MATERIAL DESCRIPTION
Dark brown clay
BORING NUMBER B-12
PAGE 1 OF 1
PROJECT NAME Proposed Offsite Sewer & Water Lines
PROJECT LOCATION Walsh Ranch. Aledo. TX
GROUND ELEVATION N/A
GROUND WATER LEVELS:
AT TIME OF DRILLING Dry
AT END OF DRILLING Dry
AFTER DRILLING ---
`� AT-ERBERG �
� m . � W o _IMITG w
H ou. LL c � �H } Z
a �'�wc�iaa �� �~ �� N� �p Oo
� oc�ia�Y.. r �� �'J ¢J NZ W
Q m ��a ..o � �
v� � c� o v a a �
z�a�c��
ST Qu = 17.7 107 11
ST P = 4.5+
ST P = 4.5+
Brown clay
SS N= 20 9 42 18 24 61
SS N=18
Tan silty clay
ST P = 4.5+
Gray limestone
- with shale seams
AU
THD T = 2.0"/100
Bottom of hole at 20 feet.
FIGURE 13
U
a� a�
Q� �O
�
0
Ellerbee-Walczak, Inc.
4501 Broadway Avenue
Haltom City, Texas 76117
Telephone: 817-759-9999
Fax: 817-759-1888
CLIENT VLMC, Inc.
PROJECT NUMBER LH257722A
DATE STARTED 4/15/25 COMPLETED 4/75/25
DRILLING METHOD Continuous Fliqht Auaer
NOTES Sewer Line
MATERIAL DESCRIPTION
Dark brown clay
BORING NUMBER B-13
PAGE 1 OF 1
PROJECT NAME Proposed Offsite Sewer & Water Lines
PROJECT LOCATION Walsh Ranch, Aledo, TX
GROUND ELEVATION N/A
GROUND WATER LEVELS:
� AT TIME OF DRILLING 13.0 ft
Z AT END OF DRILLING 18.0 ft
AFTER DRILLING ---
W 3 AT"ERBERG Z
a m � W o _IMIT� w
I- O LL LL C � � I- } Z
J N O� N N N � Q� W �~ ~~ U W O�
H �—
� o��ina �, oz �� g� �o cn
� m �F� �a o �o �� aJ g? Z
z�a�c�� a LL
ST P= 4.5+ 27 63 25 38
ST P = 4.5+
ST P = 4.5+
Brown clay
ST P= 4.5+ 11 44 18 26
ST P = 4.5+
Tan limestone
AU
THD T = 1.0"/100
AU
THD T = D.75"/100
Bottom of hole at 20 feet.
FIGURE 14
U
a� ac9
w� �O
o �
0
Ellerbee-Walczak, Inc.
4501 Broadway Avenue
Haltom City, Texas 76117
Telephone: 817-759-9999
Fax: 817-759-1888
CLIENT VLMC, Inc.
PROJECT NUMBER LH257722A
DATE STARTED 4/15/25 COMPLETED 4/15125
DRILLING METHOD Continuous Fliqht Auqer
NOTES Sewer Line
MATERIAL DESCRIPTION
Dark brown clay
BORING NUMBER B-14
PAGE 1 OF 1
PROJECT NAME Proposed Offsite Sewer & Water Lines
PROJECT LOCATION Walsh Ranch. Aledo, TX
GROUND ELEVATION N/A
GROUND WATER LEVELS:
AT TIME OF DRILLING Dry
AT END OF DRILLING Dry
AFTER DRILLING ---
" AT"ERBERG �
a -3° � W o _IMITf• w
m .
�- oLL LL� H� �� � Z
J N y� � N N � Q�" (n W =~ �~ V W O�
� ot��nd r Oz �y� �� �� cn
N m �Fa �� o �o JJ a� g? Z
z�a�c1� a �
ST P = 4.5+
ST P = 4.5+
Brown clay
ST P= 4.5+ 14 41 16 25
ST P = 4.5+
ST P = 4.5+
Gray limestone
� AU
1 THD T = a.875"/100
AU
� THD T = 0.75"/100
Bottom of hole at 20 feet.
FIGURE 15
U
o~.� dC�
Q,,. �O
c�
0
Ellerbee-Walczak, Inc.
4501 Broadway Avenue
Haltom City, Texas 76117
Telephone: 817-759-9999
Fax: 817-759-1888
CLIENT VLMC, Inc.
PROJECT NUMBER LH257722A
DATE STARTED 4/9/25 COMPLETED 4/9/25
DRILLING METHOD Continuous Fliqht Auqer
NOTES Sewer Line
U
~^ a�
w� ��
� �
0
\ Brown clay
- -\
- -\
\
_ \
�
- -\
5 \
MATERIAL DESCRIPTION
Brown clay
- with limestone fragments
BORING NUMBER B-15
PAGE 1 OF 1
PROJECT NAME Proposed Offsite Sewer & Water Lines
PROJECT LOCATION Walsh Ranch, Aledo. TX
GROUND ELEVATION N/A
GROUND WATER LEVELS:
AT TIME OF DRILLING Dry
AT END OF DRILLING Dry
AFTER DRILLING ---
W 3 AT-ERBERG Z
a � � W o _IMITc w
m .
H o� �' � �� jH � Z
J � � a C y` z Q N W �� �� U x Q o
a 3�y°�'Qa �" pZ �� �� �o cn
� m ��oa �� � �o �� a� �? Z
zFa�C�� a �
ST P= 4.5+ 23 51 21 30
ST P = 4.5+
ST P= 4.5+ 16 46 18 28
ST P = 4.5+
ST P = 4.5+
Tan limestone
Gray limestone
AU
THD T = 1.0"/100
AU
THD T = 0.75"/100
Bottom of hole at 20 feet.
FIGURE 16
Ellerbee-Walczak, Inc.
4501 Broadway Avenue
Haltom City, Texas 76117
Telephon e: 817-759-9999
Fax: 817-759-1888
CLIENT VLMC, Inc.
PROJECT NUMBER LH257722A
DATE STARTED 4/9/25 COMPLETED 4/9/25
DRILLING METHOD Continuous Fliaht Auqer
NOTES Sewer Line
MATERIAL DESCRIPTION
Brown clay
BORING NUMBER B-16
PAGE 1 OF 1
PROJECT NAME Proposed Offsite Sewer 8� Water Lines
PROJECT LOCATION Walsh Ranch, Aledo. TX
GROUND ELEVATION N/A
GROUND WATER LEVELS:
AT TIME OF DRILLING Dry
AT END OF DRILLING Dry
AFTER DRILLING ---
`� AT-ERBERG �-'
} m . • � w o _IMITG W
H oii LL � � �H �' Z
W �� s� N � z Q�w �� v� c~—ix ��
a N�NNNN �... �� �- �- w ��
^� �L C a.V. =a } OZ (�J� Q� �0
� m��a �Q� Q �� JJ aJ �Z Z
z�a�c�� a �.T.
1 ST P = 4.5+
ST P= 4.5+ 13 41 19 22
Brown clay
- with limestone fragments
Tan clay
- with limestone fragments
ST P = 4.5+
ST P = 4.5+
ST P= 4.5+ 15 55 20 35
Gray limestone
AU
THD T = 1.5"/100
AU
THD T = D.75"/100
Bottom of hole at 20 feet.
FIGURE 17
U
a� a�
Q� �O
�
0
Ellerbee-Walczak, Inc.
4501 Broadway Avenue
Haltom City, Texas 76117
Telephone: 817-759-9999
Fax: 817-759-1888
CLIENT VLMC, Inc.
PROJECT NUMBER LH257722A
DATE STARTED 4/9/25 COMPLETED 4/9/25
DRILLING METHOD Continuous Fliaht Auqer
NOTES Sewer Line
MATERIAL DESCRIPTION
Brown clay
BORING NUMBER B-17
PAGE 1 OF 1
PROJECT NAME Proposed Offsite Sewer & Water Lines
PROJECT LOCATION Walsh Ranch, Aledo. TX
GROUND ELEVATION N/A
GROUND WATER LEVELS:
AT TIME OF DRILLING Dry
AT END OF DRILLING Dry
AFTER DRILLING ---
�' AT"ERBERG �
a m � W o _IMITS w
H o�i � c I- �~ �' Z
J N o� N N � = Q � H �~ ~~ U W O�
g oL C�.e-a } OZ �J� �� �o v%
uQi °° �~°.�-. �°� o �� JJ aJ gZ Z
z�a:�cl� a �
1 ST P = 4.5+
ST P = 4.5+ 14
ST P = 4.5+
Brown clay
- with limestone fragments
ST P = 4.5+
ST P = 4.5+
20
Tan limestone
Gray limestone
Bottom of hole at 20 feet.
AU
� THD T = 1.25"/100
AU
THD T = 1.0"/100
FIGURE 18
U
a� a�
Q ,., � O
�
0
Ellerbee-Walczak, Inc.
4501 Broadway Avenue
Haltom City, Texas 76117
Telephone: 817-759-9999
Fax: 817-759-1888
CLIENT VLMC.Inc.
PROJECT NUMBER LH257722A
DATE STARTED 4/9/25 COMPLETED 4/9/25
DRILLING METHOD Continuous Fliqht Auaer
NOTES Sewer Line
MATERIAL DESCRIPTION
Brown clay
- with limestone fragments
BORING NUMBER B-18
PAGE 1 OF 1
PROJECT NAME Proposed Offsite Sewer & Water Lines
PROJECT LOCATION Walsh Ranch. Aledo. TX
GROUND ELEVATION N/A
GROUND WATER LEVELS:
AT TIME OF DRILLING Dry
AT END OF DRILLING Dry
AFTER DRILLING ---
W '� � AT-ERBERG Z
a m � W o _IMIT� w
H o ii �� F.-. �� } Z
w ��6�N� zQ I-W �� V� Ux Oo
�- w� N c�i na �`� pZ �� �� I-p ��
� m�aa�� o �o �� Q� gz w
� a z
z�a�c�� a u-
ST P= 3.75 25 43 19 24
ST P = 4.0
ST P = 4.0
ST P = 4.5+ 15
ST P = 4.5+
Tan limestone
Gray limestone
AU
THD T = 1.75"/100
AU
THD T = 1.0"/100
Bottom of hole at 20 feet.
FIGURE 19
= U
a � a c7
Q� �O
c�
0
SOIL CLASSIFICATION CHART
COARSE
GRAINED
SOILS
MORE THAN 50%
OF MATERIAL iS
LARGER THAN
NO. 200 SIEVE
S1ZE
MAJOR DIVISIONS SYMBOLS
GRAVEL
AN D
GRAVELLY
SOILS
MORE THAN 50%
OF COARSE
FRACTION
RETAINED ON NO.
4 SIEVE
SAND
AND
SANDY
SOILS
MORE THAN 50%
pF COARSE
FRACTION
PASSING ON NO.
4 SIEVE
GRAPH LETTER
,� `.�
CLEAN ���� ��' GW
GRAVELS ?��.�
0
(LITTLE OR NO FINES) o�p0o p� GP
��� oO v
GRAVELS WITH ? � °°��C
FINES � �D GM
O
�
(APPRECIABLE GC
AMOUNT OF FINES)
� . S
CLEAN SANDS SW
�'
(LITTLE OR NO FINES) �; SP
SANDS WITH SM
FINES
!..•.•. ,.... ..
r �: ; ::�. �::��:.�.
'� � � � � �� sc
�:
(APPRECIABLE ..�,,'�
AMOUNT OF FINES� ,
�
FINE
GRAINED
SOILS
�. .
SILTS LIQUID LIMIT j
CLAYS LESS THAN 50 / CL
=- = OL
MORE THAN 50%
OF MATERIAL IS MH
SMALLER THAN
NO. 200 SIEVE
sizE SILTS j
LIQUID LIMIT
CLAYDS GREATER THAN 50 CH
OH
',(`/,�",ll�M�
HIGHLY ORGANIC SOILS �� �� �� �, �� �� �� ' PT
�� i. .� 4 s �. �� �.
NOTE: DUAL SYMBOLS ARE USED TO INDICATE BORDERLINE SOIL CLASSIFICATIONS
TYPICAL
DESCRIPTIONS
WELL-GRADED GRAVELS, GRAVEL -
SAND MIXTURES, LITTLE OR NO
FINES
POORLY-GRADED GRAVELS,
GRAVEL - SAND MIXTURES, LITTLE
OR NO FINES
SILTY GRAVELS, GRAVEL - SAND -
SILT MIXTURES
CLAYEY GRAVELS, GRAVEL - SAND -
CLAY MIXTURES
WELL-GRADED SANDS, GRAVELLY
SANDS, LITTLE OR NO FINES
POORLY-GRADED SANDS,
GRAVELLY SAND, LITTLE OR NO
FINES
SILTY SANDS, SAND - SILT
MIXTURES
CLAYEY SANDS, SAND - CLAY
MIXTURES
INORGANIC SILTS AND VERY FINE
SANDS, ROCK FLOUR, SILTY OR
CLAYEY FINE SANDS Oft CLAYEY
SILTS WITH SLIGHT PLASTICITY
INORGANIC CLAYS OF LOW TO
MEDIUM PLASTICITY, GRAVELLY
C�P,YS, SANDY CLAYS, SILTY
CLAYS, LEAN CLAYS
ORGANIC SILTS AND ORGANIC
SILTY CLAYS OF LOW PLASTICITY
INORGANIC SILTS, MICACEOUS OR
DIATOMACEOUS FINE SAND OR
SILTY SOILS
INORGANIC CLAYS OF HIGH
PLASTICITY
ORGANIC CLAYS OF MEDIUM TO
HIGH PLASTICITY, ORGANIC SILTS
PEAT, HUMUS, SWAMP SOILS WITH
HIGH ORGANIC CON7ENTS
Figure 20
GC-6.06.D Minority and Women Owned Business
Enterprise Compliance
THIS PAGE LEFT INTENTIONALLY BLANK
CITY OF FORT WORTH MORNINGSTAR NORTH OFFISTE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJ. NUM. 105677
Revised July 1, 20ll
!" ,i'
.m, ,,�
����,�„
�
�e,
�usiness Equity Division
LETTER OF INTENT
A. Business Equity Sub-Contractor/Consultant Infarmation:
A certified Business Equitv firm is owned bv a Minoritv or Woman Business Enterprise (M1WBE)
PROJECT# IL`?S(o'7�l BIO#
(If Applicable Please Check One)
Amendment ❑ Change Order ❑
[Pursuant to the City of Fort Worth's Business Equity Ortlinance, cerlified Business Equity firms participating under the Ordinance must be
certified prior to recommentlation of award in ortler to be counted towards the Business Equity contract goal. Certifying agencies
acceptable by the City: North Central Texas Reyional Certi(ic;ation Ayency (NCTRCA), Dallas/Fort Worth Minority Supplier
Development Council, Inc. (DFW MSDC), Women's Business Council - Southwest (WBCS), or the Texas Department of
Transportation (TXDOT). Note: For �ederally-Funtletl projects the firm must be certified as a Disativantaged Business Enterprise (DBE) by the
NCTRCA and/or TXDOT only.] All Fields are Required - Do not leave blank.
1. Name of Project: �br�►�+��'S�A2 N�r�1 C����S�'iE �'�t��(�,
2. Name of OfferorlPrime Contractor: �,QDr�.`�zor,rv>, �t-E.
3. Name of Business Equity Firm: ���� ��� ���f+��s��u✓`+����P�
Address: Ga7�} �1��. �r R�c}��aro N���S�� .7�d'Ff�Firm Contact NamelPhone: ��'�vC� '����a 1���'.J�.�"�=�'„t��
4. The undersigned is prepared to perform the following described work and/or supply the malerial lisied in connection with the above project
(where applicable specify "supply" or "install" or both):
NAICS Code: y�,�?�,� .�{z�7Zp. y23q�� C�u��d�� In the amount of $� 6lv��"715 °p
, ,
Lo�� t�oN y�('
(Owner( uth r' ed Agen Pr' t am�
;
(Sign re of ner Au io zed Agent of Certified Business Equity Firm)
iy}��,�,r�'B1dr,�A.a�;I�..�i. t'bc✓I
(Email Address�— �
�C_�S Antvi ��,�t�,�'iaN J``�u���.�___
(Name of Certified Business EqUtiy Firm)
�l�t�aa�.�
(Date)
��u - 5�7--03�
(Phone Number)
B. Affidavit of Offeror/Prime
I HEREBY DECLARE AND AFFIRM that __�LA`L7 [ i�r�"f,
(OwnerlAuthorized Agent)
am the tluly authorizetl representative of
��,�D,A �✓ic,+�.�J LL,�- and khat I have personally reviewed the material and facts
(Name of OfferorlPrime)
set forlh in this Letter oP Intent. To the best of my knowledge, information antl belief, the facts in this form are true, antl no
material facts have been omitted.
Pursuant to the City of Fort Worth's Business Equity Ordinance, any person/entity that makes a false or fraudulent statement
in connection with participation of a certified firm in any City of Fort Worth contract may be referred for debarmenl
procedures under the City of Fort Worih's Business Equity Ortlinance.
I do solemnly swear or affirm that the signatures contained herein and the information provided by the Offeror/Prirne are true and
correct, antl that I am authorized on behalf of the Offeror/Prime to make the affidavit.
��.q � L.��'r f'�li 1� � R J��✓iC,CS L.C..C,
(Owned Authorized Agent T e or Print Name (Name of OfferorlPrime)
�1-'�..�" -"- gl3��Jt�s./
(Signature df OwnedAuthorized Ayent) (Date)
__��s�,��f2 C Art icl�X . G 0/}i
(Ernail Addre
$►iry�O�-�O�
(Phone Number)
llcpm�tmenL of Di��ersity �ud tn�lusion Ef'fec�i��c 01%U L%2021
13usiness 1:<luity 1�ivision kc��ised. ti-&"21
Lm:iil: DZ'lt� Ei}3C)ffice;a;li�i�t�vorQit���s.gov
Ph:$17-39�-2(i74
City of Fort Worth
FORT WORTH Business Equity Utilization Form
Disadvantaqed Business Enterprise Utilization Form (Applicable if Federallv-Fundedl
PRIME/OFFEROR/OWNER
COMPANY NAME: ACadla SerVICeS LLC
PROJECT NAME: Offslfe SeWer t� �+erVe MOrr11C1gStar
�7
PROJEGT NUMBER: BID DATE: City's Business Equity Goal:
105677 7/31 /2025 I� (Check if addressing DBE Goal)
Check all applicable boxes to describe ❑ Not Certified �MBE
Prime/Offeror/Owner's Classification:
Certifying Agency: � NCTRCA �D/FW MSDC �TX DOT
Ethnicity: ❑African American
� Hispanic � Caucasian
�WBE
❑ WSCS
❑ Asian
ATTACHMENT1A
Page 1 of 4
IOfferor's Business Equity (or DBE)
6.78 % Commitment: 7.21 %
❑ DBE ❑ HUB ❑VOSB
❑ Other:
❑ Native American Gender: ❑Male
� Section 3
❑Female � Non-Binary
Definitions: Business Equity Firm: Certified MBE Minority Business Enterprise or WBE Women Business Enterprise DBE: Disadvantaged Business Enterprise
HUB: Historica(ly Under Utilized Business VOSB: Veteran Owned Small Business Section 3: Certified Housing Urban Development Vendors
ALL BUSINESS EQUITY FIRMS MUST BE CERTIFIED BEFORE CONTRACT AWARD
Failure to complete this form, in its entirety, and received by the Purchasing Division no later than 2:00 p.m. on the third City business day after bid opening, exclusive of bid opening date,
will result in the bid being considered non-responsive to bid specifications. Exception: CFA, ICA, and CDBG projects, documents will be submitted to the City Project Manaqer if publicly
bid or to fhe Deveioper if privately bid.
The undersigned Prime/Offeror agrees to enter into a formal agreement with the Business Equity firm(s) listed in this utilization schedule, conditioned upon execution of a contract with the
City of Fort Worth (Exception: Developer proiects). The intentional and/or knowing misrepresentation of facts is grounds for considerafion of disqualification and will result in the bid being
considered non-responsive to bid specifications.
Business Equity firms listed toward meeting the project goal must be located in the City's marketplace at the time of bid or the business has a Significant Business Presence in the
Marketplace. The marketplace is the Citv of Fort Worth includinq portions of Denton, Parker. Wise, and all of Tarrant, Dallas, and Johnson counties.
Certified means those Business Equity Firms, located within the Marketplace, that have been determined to be a bona-fide minority or women business enterprise by the
North Central Texas Regional Certification Agency (NCTRCA), Dallas/Fort Worth Minority Supplier Development Council (D/FW MSDC) and Women's Business Council-Southwest
(WBCS}.
If hauling services are utilized, the Prime/Offeror will be given credit as long as the Business Equity firm listed owns and operates at least one fully licensed and operational truck to be
used on the contract. The Business Equity firms may lease trucks from anofher Business Equity firm, including Business Equity owner-operated, and receive full Business Equity
credit. The Business Equity firm may lease trucks from non-Business Equity firms, including owner-operated, but will only receive credit for the fees and commissions earned by the
Business Equity as outlined in the lease agreement.
Federally-funded Projects (ONLY), Counting DBE Participation: If materials or supplies are obtained from a DBE manufacturer, count 100 percent of the cost of the materials or
supplies towards the goal. If the materials or supplies are purchased from a DBE reqular dealer, count 60 percent of the cost of the materials and supplies toward the DBE goal. When
materiafs or supplies are purchased from a DBE neither a manufacturer nor a reqular dealer, count the entire amount of fees or commissions charged for assistance in the
proc�rement of the materials and supplies or fees or transportation charges for the delivery of the materials or supplies delivered to the job sife. In all cases, the Prime/Offeror is
responsible to identify the amounts to be used toward the committed DBE goal. Note: For DBE Goals, 60% of the services count towards the goal.
Effective 01/01/2021
Updated 03/24/2022
FORT WORTH ATTACPaye 2 of 4
Business E,�u�'ty Utiljzation Form
Please note that only certified Business Equity firms will be counted to meet the Business Equity goal. Prime%Offerors are required to identify ALL subcontractors/suppliers,
regardless of status; i.e., Business Equity firms and non-Business Equity firms. Prime/Offerors must identify by tier level all subcontractors/suppliers. Tier: means the level of
subcontracting below the Prime/Offeror i.e. a direct payment from the Prime/Offeror to a subcontractor is considered 1st tier, a payment by a subcontractor to its supplier is considered
2nd tier. Business Equity firms are to be listed before non-Business Equity firms. The Prime/Offeror is responsible to provide proof of payment of all tiered sub-contractors/suppliers
identified as a Business Equity firm and counting those dollars towards meeting the contract committed goal.
Certified Business Equity Prime/Offeror Contractors counting their self-performance towards meeting the contract goal, must be certified within those NAICS commodity codes with a
�ertifying agency acceptable by the City of Fort Worth. Certified Business Equity Prime/Offeror counting self-performing services towards the goal, the service(s) to be performed
should be listed first on the Utilization form.
Check this box�if certified Prime Contractor services will be counting towards the R��.��nP�� F�uity contracting goal. Please list services first below.
Please list certified Business EqNitv firm namP� �� �ist�� on their certification, in,cl�r�lnq DBA names.
NAMES AND ADDRESSES OF TYPE OF SERVICESISUPPLIES Specify Tier
CONTRACTORS/SUPPLIERS PROVIDED NAICS Re uired Certification Agency Gender and Ethnicity:
� p � Name1stTier
R��rs�nP�� Name:
Address:
Phone:
Email:
Contact Person:
Business Name:
Address:
Phone:
Email:
Contact Person:
����inPss Name:
Address:
Phone:
Email:
Contact Person:
Type of Service/Supplies:
n1AICS Code:
$ AMOUNT:
Type of Service/Supplies:
NAICS Code:
$ nnn�i i�rr•�
Type of Service/Supplies:
S Code:
10UNT:
� Certified By:
���D/FW MSDC
�NCTRCA
�TXDOT �WBCS
❑Other:
Certified By:
�DFW MSDC
� ]NCTRCA
]TXDOT ��NgCS
]Other:
Certified By:
�DFW MSDC
]NCTRCA
]TXDOT �WBCS
�Other:
� Male � Female � Non-Binary
�African American � Hispanic
�Asian
�Caucasian � Native
American
� Male � Female � Non-Binary
� African American
� Asian
� Caucasian
� Hispanic
� Native
American
� Male � Female � Non-Binary
� African American
� Asian
� Caucasian
� Hispanic
� Native
A,.,Pr���.,
Effective 01/01/2021
Updated 03/24l2022
FORT WORTH
Business Equity Utilization Form
Please include multiple copies of this page if needed to list all contractors and suppliers.
NAMES AND ADDRESSES OF TYPE OF SERVICES/SUPPLIES
CONTRACTORS/SUPPLIERS PROVIDED (NAICS Required)
Business Name: Black Anvil Construction Type ot service/supp(ies:
Services Supply House Material - lift
"���r�s� 6750 Blvd 26, Richland Hills, TX station
Phone: 76180
Email: 313-538-4800 NA�cs code: 444190
Imoncur@metrobolmi.com
Contact Person: Lori Moncur � Amoun,r: 665,715.00
Business Name:
Address:
Phone:
Email:
Contact Person:
R���,�nP.S� Name:
Address:
Phone:
Email:
Contact Person:
Business Name:
Address:
Phone:
Email:
Contact Person:
Type of Service/Supplies:
NAICS Code:
$ AMOUNT:
ATTACHMENT1A
P�e3of4
Specify Tier Certification Agency Gender and Ethnicity:
Name 1st Tier
_ - -- - — - - -- -- --
1 st Tier Certified By: � Male �✓ Female � Non-Binary
�D/FW MSDC
�African American � Hispanic
�✓ NCTRCA
�TXDOT �WBCS �Asian
�Other: �✓ Caucasian �Native
American
1 st Tier Certified By: � Male �Female � Non-Binary
�DFW MSDC
�NCTRCA ❑African American �Hispanic
�TXDOT �Wg�g �Asian
�Other: � Caucasian � Native
American
Type of Service/Supplies: Certified By:
�Male �Female �Non-Binary
�DFW MSDC
NCTRCA ❑African American �Hispanic
NAICS Code: I� TXDOT �WBCS ❑Asian
COther: �Caucasian �Native
$ AMOUNT: , American
Type of Service/Supplies: I Certified By: � Male �Female �Non-Binary
�DFW MSDC
�NCTRCA ❑African American �Hispanic
VAICS Code: �TXDOT �WBCS ❑Asian
�Other: �Caucasian �Native
$ AMOUNT: American
Effective 01/01/2021
Updated 03/24/2022
�,�
p,TTPGPage�q o A
d� y 1�N� booksvrecords a d�apP - le tra�tvby an aut«��' of ' e�t ""` �-
By a�"`in� a�tua hcab eriod tim
regarding of any �oyees an �h�s con �or a p
exa�"nation ers,us ne S EaUit � fia� S shall be Debarred tle�t
rin��Pals, °ff`� d Ca
the B Sen ater�a gra
p e�ormed bY ts m s�gnature
p noWing�y'�'�srep printied erent�
d Title ��f diff
ed S�g►'ature
p,uthoriz
PCesident
TAcaaia Serv�ces ��'G
e lvd _
ComPa"Y SQuthlaKe B
35� �V .
Address 76�g2
S�Uthlake TX �auity o;vision
e gUsiness
C�tY�gtatelZ�p GO �n�lusion -
men� of Diversity fio worfhtexas,9°v
pepa�t Dv1N ���{��ce@
E�'a�� � 392-267
4
Ph'. $17-
Contact Name an
5d�_gpA�8
$17 Number
Ph�ne tX �pm
brad@
a�adia
Email P�d 5 ess
41202 E� dated 0312��2p22
81 up
pate
FORTW4RTH
city of Fort wortn
Business Equity (M/WBE) Specifications
ATTACHMENT 1B
Page 1 of 1
Prime Contractor Waiver Form
OFFEROR COMPANY NAME:
PROJECT NAME:
City's MBE Project Goal:
%
Check applicable block to describe Prime
i�M/WBE � NON-MWBE
BID DATE
Offeror's MBE Project Commitment:
%
PROJECT NUMBER
If both answers to this form are YES, do not complete ATTACHMENT 1C (Good Faith Effort Form). All questions on
this form must be completed and a detailed explanation provided, if applicable. If the answer to either question is
NO, then you must complete ATTACHMENT 1 C. This form is only applicable if �th answers are yes.
Failure to complete this form in its entirety and be received by the Purchasinq Division no later than 2:00
p.m., on the second City business dav after bid openinq, exclusive of the bid opening date, will result in
the bid being considered non-responsive to bid specifications.
Will you perform this entire contract without subcontractors?
If yes, please provide a detailed explanation that proves based on the size and scope of this
project, this is your normal business practice and provide an operational profile of your business.
Will you perform this entire contract without suppliers?
If yes, please provide a detailed explanation that proves based on the size and scope of this
project, this is your normal business practice and provide an inventory profile of your business
� YES
� NO
� YES
NO
The Offeror further agrees to provide, directly to the City upon request, complete and accurate information
regarding actual work performed by all subcontractors, including certified M/WBE(s) on this contract, the payment
thereof and any proposed changes to the original M/WBE(s) arrangements submitted with this bid. The Offeror
also agrees to allow an audit and/or examination of any books, records and files held by their company that will
substantiate the actual work performed by the M/WBEs on this contract, by an authorized officer or
employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for
terminating the contract or debarment from City work for a period of not less than three (3) years and for
initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this
ordinance creates a material breach of contract and may result in a determination of an irresponsible Offeror
and barred from participatinq in City work for a period of time not less than one (1) year.
Authorized Signature
Title
Company Name
Address
City/State/Zip
Printed Signature
Contact Name (if different)
Phone Number Fax Number
Email Address
Date
Business Equity Division Rev. 3/13/2022
Email: DVIN BEOffice@fortworthtexas.gov Phone:
(817)392-2674
F�RT WQRTH�� Clt�/ Of FOI"t WOI"tIl ATTACHMENT 1C
Business Equity Division Page 1 of 4
Good Faith Effort Form
PRIME/OFFEROR
COMPANY NAME:
PROJECT NAME:
Business Equity Goal: Offeror's Business Equity Goal Commitment
% %
Check applicable box to describe
Prime/Offeror's Certification
�❑ Business Equity �❑ Non-Business
� Firm � Equity Firm
BID DATE
PROJECT NUMBER
�If the Offeror did not meet or exceed the Business Equity Goal for this project, the Prime/Offeror must complete �
this form.
If the Prime/Offeror's method of compliance with the Business Equity Goal is based
upon demonstration of a"Good Faith Effort", the Prime/Offeror will have the burden of
correctly and accurately preparing and submitting the documentation required by the
City. Compliance with each item, 1 thru 10 below, shall satisfy the Good Faith Effort
requirement absent proof of fraud, intentional and/or knowing misrepresentation of the facts
or intentional discrimination by the Prime/Offeror.
Failure to complete this form, in its entirety with supporting documentation, and received by the
Purchasing Division no later than 2:00 p.m. on the third City business day after bid opening, exclusive
of bid opening date, will result in the bid being considered non-responsive to bid specifications.
Exception: CFA, ICA, and CDBG projects, documents will be submitted to the City Project Manager if
publicly bid or to the Developer if privately bid.
1.) Please list each and every subcontracting and/or supplier opportunity for the completion of this
project, regardless of whether it is to be provided by a Business Equity firm or non-Business
Equity firm. (DO NOT LIST NAMES OF FIRMS). On all projects, the Prime/Offeror must list each
subcontracting and or supplier opportunity regardless of tier.
(Use additional sheets, if necessary)
List of Subcontracting Opportunities List of Supplier Opportunities
Effective 03/15/2022
ATTACHMENT 1C
Page 2 of 4
2.) Obtain a current (not more than two (2) months old from the bid open date) list of Business Equity
subcontractors and/or suppliers from the City's Business Equity Division.
� Yes
� No
Date of Listing
3.) Did you solicit bids from Business Equity firms, within the subcontracting and/or supplier areas
previously listed, at least ten calendar days prior to bid opening by telephone, exclusive of the day the
bids are opened?
� Yes (If yes, attach list to include name of Business Equity firm, ep rson contacted, phone number and date and time of contact.)
� No
4.) Did you solicit bids from Business Equity firms, within the subcontracting and/or supplier areas
previously listed, at least ten calendar days prior to bid opening by fax, exclusive of the day the bids are
opened?
� Yes (If yes, attach list to include name of Business Equity firm, fax number and date and time of contact. In addition, if the fax is
returned as undeliverable, then that "undeliverable confirmation" received must be printed directly from the facsimile for
proper documentation. Failure to submit confirmation and/or "undeliverable confirmation" documentation may render the
� NO GFE non-responsive.)
5.) Did you solicit bids from Business Equity firms, within the subcontracting and/or supplier areas
previously listed, at least ten calendar days prior to bid opening by email, exclusive of the day the bids are
opened?
� Yes (If yes, attach email confirmation to include name of Business Equity firm, date and time. In addition, if an
email is returned as undeliverable, then that "undeliverable message" receipt must be printed directly from the
email system for proper documentation. Failure to submit confirmation and/or "undeliverable message"
� NO documentation may render the GFE non-responsive.)
NOTE: The three methods identified above are acceptable for soliciting bids, and each selected
method must be applied to the applicable contract. The Prime/Offeror must document that either at
least two attempts were made using two of the three methods or that at least one successful contact was
made using one of the three methods in order to deemed responsive to the Good Faith Effort requirement.
NOTE: The Prime/Offeror must contact the entire Business Equity list specific to each
subcontracting and supplier opportunity to be in compliance with questions 3 thru 5.
6.) Did you provide plans and specifications to potential Business Equity firms?
� Yes
� No
7.) Did you provide the information regarding the location of plans and specifications in order to assist
the Business Equity firms?
� Yes
� No
Effective 03/15/2022
ATTACHMENT1C
Page 3 of 4
8.) Did you prepare a quotation for the Business Equity firms to bid on goods/services specific to their
skill set?
❑ Yes (If yes, attach all copies of quotations.)
❑ No
9.) Was the contact information on any of the listings not valid?
❑ Yes �If yes, attach the information that was not valid in order for the Business Equity Division to address
the corrections needed.)
� No
10.) Submit documentation if Business Equity firms quotes were rejected. The documentation submitted
should be in the firms forms of an affidavit, include a detailed explanation of why the Business Equity firms
was rejected and any supporting documentation the Prime/Offeror wishes to be considered by the City. In the
event of a bona fide dispute concerning quotes, the Prime/Offeror will provide for confidential in-camera
access to an inspection of any relevant documentation by City personnel.
(P/ease use additional sheets, if necessary, and attach.)
Company Name Telephone
ADDITIONAL INFORMATION:
Contact Person Scope of Work Reason for Rejection
Please provide additional information you feel will further explain your good and honest efforts to obtain
Business Equity firm participation on this project.
The Prime/Offeror further agrees to provide, directly to the City upon request,
complete and accurate information regarding actual work performed on this contract,
the payment thereof and any proposed changes to the original arrangements submitted
with this bid. The Prime/Offeror also agrees to allow an audit and/or examination of any
books, records and files held by their company that will substantiate the actual work
performed on this contract, by an authorized officer or employee of the City.
A Prime/Offeror who intentionally and/or knowingly misrepresents material facts shall be
Debarred for a period of time of not less than three (3) years.
Effective 03/15/2022
ATTACHMENT 1C
Page 4 of 4
The undersigned certifies that the information provided and the Business Equity firms
listed was/were contacted in good faith. It is understood that any Business Equity firms
listed in Attachment 1 C will be contacted and the reasons for not using them will be
verified by the City's Business Equity Division.
Authorized Signature
Title
Company Name
Address
City/State/Zip
Printed Signature
Contact Name and Title (if different)
Phone Number
Email Address
Date
Business Equity Division
Email: DVIN BEOffice@fortworthtexas.gov
Phone: (817) 392-2674
Effective 03/15/2022
F������T��
Name of City project:
1. Joint venture information:
Joint Venture Name:
Joint Venture Address:
(If applicable)
Telephone:
Cellular:
CITY OF FORT WORTH
M/WBE Joint Venture Eli�ibility Form
All questions rrcust be answered; use "N/A" if not applicable.
A joint venture form must be completed on each project
RFP/Bid/Purchasing Number:
Facsimile: I E-mail address:
Identify the firms that comprise the joint venture:
Joint Venture
Page 1 of 3
P/ease attach extra sheets if additional space is required to provide detailed explanations of work to be performed by each firm comprising the
joint venture
M/WBE firm � Non-M/WBE firm
name: name:
Business Address: Business Address:
City, State, Zip:
Telephone Facsimile G-mail
Cellular
Certification Status:
Name of Certifying Agency:
2. Scope of work performed by the Joint Venture:
� Describe the scope of work of the M/WBE:
City, State, Zip:
Telephone
Cellular
Facsimile
E-mail address
Describe the scope of work of the non-M/WBE:
Rev. 2/13/19
Joint Venture
Page 2 of 3
3. What is the percentage of M/WBE participation on this joint venture that you wish to be counted toward
meeting the project goal?
4. Attach a copy of the joint venture agreement.
5. List COmpOnents Of Ownership Of j0int ventuPe: (Do not complete if this information is described in joint venture
agreement)
Profit and loss sharing:
Capital contributions, including
cquipment:
Other applicable ownership interests:
6. Identify by name, race, sex and firm those individuals (with titles) who are responsible for the day-to-day
management and decision making of the joint venture:
Financial decisions
(to include Account Payable and Receivable):
Management decisions:
a. Estimating
b. Marketing and Sales
c. Hiring and Firing of management
personnel
d. Purchasing of major equipment
and/or supplies
Supervision of field operations
The City's Business Equity Division will review your joint venture submission and will have final
approval of the M/WBE percentage applied toward the goal for the project listed on this form.
NOTE:
From and after the date of project award, if any of the participants, the individually defined scopes of work or
the dollar amounts/percentages change from the originally approved information, then the participants must
inform the City's Business Equity Division immediately for approval. Any unjustified change or
deletion shall be a material breach of contract and may result in debarment in accord with the procedures
outlined in the City's Business Equity Ordinance 25165-10-2021 .
Rev. 2/13/19
Joint Venture
Paqe 3 of 3
AFFIDAVIT
The undersigned affirms that the foregoing statements are true and correct and include all material information
necessary to identify and explain the terms and operation of the joint venture. Furthermore, the undersigned shall
agree to provide to the joint venture the stated scope of work, decision-making responsibilities and payments
herein.
The City also reserves the right to request any additional information deemed necessary to determine if the joint
venture is eligible. Failure to cooperate and/or provide requested information within the time specified is grounds
for termination of the eligibility process.
The undersigned agree to permit audits, interviews with owners and examination of the books, records and files
of the joint venture by any authorized representatives of the City of Fort Worth. Failure to comply with this
provision shall result in the termination of any contract, which may be awarded under the provisions of this joint
venture's eligibility and may initiate action under Federal, State and/or Local laws/ordinances concerning false
statements or willful misrepresentation of facts.
Name of MBE firm Name of non-MBE firm
Printed Name of Owner
Signature of Owner
Printed Name of Owner
Signature of Owner
Title
Date
State of
On this
day of
Printed Name of Owner
Signature of Owner
Printed Naine of Owner
Signature of Owner
Title
Date
Notarization
County of
, 20 , before me appeared
and
to me personally known and who, being duly sworn, did execute the foregoing affidavit and did state that they were
properly authorized to execute this affidavit and did so as their free act and deed.
Notary Public
Print Name
Notary Public
Signature
Commission Expires
Office of Business Diversity
Email: mwbeoffice@fortworthtexas.gov
Phone: (817) 392-2674
(seal)
Rev. 2/13/19
GC-6.07 Wage Rates
THIS PAGE LEFT INTENTIONALLY BLANK
CITY OF FORT WORTH MORNINGSTAR NORTH OFFISTE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJ. NUM. 105677
Revised July 1, 20ll
2013 PREVAILING WAGE RATES
(Heavy and Highway Construction Projects)
CLASSIFICATION DESCRIPTION
Asphalt Distributor Operator
Asphalt Paving Machine Operator
Asphalt Raker
Broom or Sweeper Operator
Concrete Finisher, Paving and Structures
Concrete Pavement Finishing Machine Operator
Concrete Saw Operator
Crane Operator, Hydraulic 80 tons or less
Crane Operator, Lattice Boom 80 Tons or Less
Crane Operator, Lattice Boom Over 80 Tons
Crawler Tractor Operator
Electrician
Excavator Operator, 50,000 pounds or less
Excavator Operator, Over 50,000 pounds
Flagger
Form Builder/Setter, Structures
Form Setter, Paving & Curb
Foundation Drill Operator, Crawler Mounted
Foundation Drill Operator, Truck Mounted
Front End Loader Operator, 3 CY or Less
Front End Loader Operator, Over 3 CY
Laborer, Common
Laborer, Utility
Loader/Backhoe Operator
Mechanic
Milling Machine Operator
Motor Grader Operator, Fine Grade
Motor Grader Operator, Rough
Off Road Hauler
Pavement Marking Machine Operator
Pipelayer
Reclaimer/Pulverizer Operator
Reinforcing Steel Worker
Roller Operator, Asphalt
Roller Operator, Other
Scraper Operator
Servicer
Small Slipform Machine Operator
Spreader Box Operator
Truck Driver Lowboy-Float
Truck Driver Transit-Mix
Truck Driver, Single Axle
Truck Driver, Single or Tandem Axle Dump Truck
Truck Driver, Tandem Axle Tractor with Semi Trailer
Welder
Work Zone Barricade Servicer
Wage Rate
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
15.32
13.99
12.69
11.74
14.12
16.05
14.48
18.12
17.27
20.52
14.07
19.80
17.19
16.99
10.06
13.84
13.16
17.99
21.07
13.69
14.72
10.72
12.32
15.18
17.68
14.32
17.19
16.02
12.25
13.63
13.24
11.01
16.18
13.08
11.51
12.96
14.58
15.96
14.73
16.24
14.14
12.31
12.62
12.86
14.84
11.68
The Davis-Bacon Act prevailing wage rates shown for Heavy and Highway construction projects were determined by
the United States Department of Labor and current as of September 2013. The titles and descriptions for the
classifications listed are detailed in the AGC of Texas' Standard Job Classifications and Descriptions for Highway,
Heavy, Utilities, and Industrial Construction in Texas.
Page 1 of 1
GC-6.09 Permits and Utilities
THIS PAGE LEFT INTENTIONALLY BLANK
CITY OF FORT WORTH MORNINGSTAR NORTH OFFISTE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJ. NUM. 105677
Revised July 1, 20ll
APPLICATION FOR PLEASE TYPE
FLOODPLAIN DEVELOPMENT PERMIT Date 01/24/2025 PermitNo. FDP-Z�J-OOO�y�
��
Name of Owner or Applicant James Mullins (Engineer/Burgess & Niple Telephone No. g17-897-5588 Office Use Only
0
� Approved ❑✓ Approved
address of owner Kim Gill (Owner/FG Aledo Development, LLC) Nearest Stream With
3045 Lackland Rd, Fort Worth, 76116 Mary's Creek � Conditions*
Denied"
Location of Permit Area (Address or Legal Description) Date In: 02/03/25 Date Out: 02/12/25
William M. Brown Family; Ranching Operations, L.P.; Vol. 1802, Pg. 557, D.R.P.C.T. Processed By: DLS
Walsh Ranches; Limited Partnership; Vol. 237, Pg. 562 & Vol. 1699, Pg. 1765, D.R.P.C.T. + �Q,,;eeL, S�uetZ
Approved By:
^ � - ^ � �A
J!`, LK�/K�/`/K� / �!:/L/ G/ /•/
PURPOSE OF REQUEST:
❑ Building Permit
❑ Excavation
❑ Grading
❑Filling
❑ Paving
❑Dredging or Mining
❑Drilling Operations
✓❑Utility Construction
❑ Other
BRIEF DESCRIPTION OF PROPOSAL (Attach separate sheet if needed)
Constructing Sanitary Sewer and Water Improvements along and near Mary's Creek to serve the Morningstar North
Development. City of Fort Worth is reviewing plans and taking ownership of lines upon completion. Sanitary Sewer CPN
105677, Water CPN 105640. No grading work will be done with utility installation, grades will be restored to existing condition.
All channels/waterways will be bored and surface will not be disturbed. Approved Flood Study DS-22-0268 is on file.
COMPLETE APPLICABLE QUESTIONS:
1. Total drainage area of watercourse 6952 acres. 2. Regulatory flood elev. NO BFE � Not available.
3. Has site previously flooded? ❑✓ Yes ❑ No 4. Is site subject to flooding? ❑✓ Yes � No
5. Is safe access available during times of flood? ❑✓ Yes ❑ No ❑ Unknown
6. Is the proposal within the designated floodway? ❑✓ Yes ❑ No ❑Unknown
7. Have all necessary prior approval permits been obtained from federal, state or local governmental agencies?❑ None Required
❑Yes ❑✓ No (If no, explain; if yes, provide copies of approval letters or permits.) FDP required for final Plan approval
ATTACH THE FOLLOWING IF APPLICABLE:
1. Two (2) sets scale drawings showing location, dimensions, elevations of existing and proposed topographic alterations, existing and proposed structures,
location relative to floodplain area.
2. Extent to which watercourse or natural drainage will be altered or relocated.
3. Supporting hydraulic calculations, reports, etc., used as a basis for proposed improvements.
4. Lowest floor elevation (including basement) of all proposed structures.
5. Elevation to which any non-residential structure shall be flood proofed.
6. Certification by registered professional engineer or architect that flood proofing criteria are met as set forth in Section 7-347, Sub-Section b, Ordinance No.
11998.
DURING THE OCCURRENCE OF A 100-YEAR FREQUENCY FLOOD WILL THE
PROPOSAL:
1. Reduce capacity of channels/floodways/watercourse in floodplain area?
2. Measurably increase flood flows/heights/damage on off-site properties?
3
4
Individually or combined with other existing or anticipated development expose adjacent
properties to adverse flood effects?
Increase velocities/volumes of flood waters sufficiently to create significant erosion of
floodplain soils on subject property or adjacent property upstream/downstream?
5. Encroach on floodway causing increase in flood levels?
6. Provide compensatory storage for any measurable loss of flood storage capacity?
Yes
❑
❑
❑
❑
❑
❑
Info. Not
No Available
❑✓ ❑
✓❑ ❑
❑✓ ❑
❑✓ ❑
❑✓ ❑
❑✓ ❑
FLOODPLAIN DEVELOPMENT PERMIT
The City of Fort Worth's Floodplain Permit Program is authorized by Section 7-318 of City Ordinance No. 11998, adopted June 13,
1995. This permit is required for all development taking place within the area of the 100-year floodplain (special flood hazard areas)
as shown on the current Flood Insurance Rate Maps and Flood Boundary-Floodway Maps, published by the Federal Emergency
Management Agency (FEMA). These maps are available for public inspection in the Engineering Department, Municipal Building,
1000 Throckmorton Street.
Failure to obtain a Floodplain Development Permit or violating other provisions of City Ordinance No. 11998 or the conditions
described within the permit constitutes a misdemeanor and upon conviction, a person, firm, or corporation could be fined up to one
thousand dollars ($1,000) a day for each day that the violation occurs.
I understand that the conditions which may be stated for permit approval or the provisions of City Ordinance No. 11998 may be
superseded by other provisions of City code or policies.
I further understand that this Floodplain Development Permit does nat constitute final approval until all development requirements
placed on the property have been met. These requirements include, but are not limited to, City construction plan approval, platting and
community facilities agreements_ This proposal shall be subject to any change in floodplain development policy at the actual time of
develapment.
Application is hereby made for a permit to authorize the activities described herein. I hereby certify that I am familiar with the
information contained on this application and to the best of my knowledge such information is true and accurate. I further certify that I
possess the authoriry to undertake the proposed activity. I understand that if my application is denied, I have sixty (60) days from the
date of such denial to appeal the adverse action to the City Plan Commission.
�, ..� � /` // � /l .�., i
/�� -
Signature of Applicant or Authorized Agent
OFFICE USE ONLY
FLOODPLAIN AREA DEFINED BY: %�❑ FEMA ❑ COE ❑ FLOOD STUDIES ❑ HIGH WATER MARKS ❑ OTHER
FEMA INS. ZONE AE I FEMA MAP NO. Multiple (See Below) I FLOOD ELEV. Varies GROUND ELEv Varies
FLOOD PI..AIN S7UDY
PLATE NO. FLOOD ELEV.
CONDITIONS FOR APPROVAL* OR REASONS FOR DENIAL**
FEMA Firm Panels: 48367C0325E, 48367C0313F, 48367C0314F
• SITE TO BE RETURNED TO ORIGINAL GRADE UPON COMPLETION OF PROJECT
• ALL EXCESS SPOILS WILL BE REMOVED FROM THE FLOODPLAIN
THIS PERMIT SHALL EXPIRE TWO YEARS FROM THE DATE OUT ON PAGE 1 ABOVE
200 Bailey Ranch Road
Aledo, TX 76008
Aledo ,t Azie ,t Granbury
January 20, 2025
Burgess & Niple, Inc.
Attention: James Mullins
9900 Hiliwood Parkway, Suite 130
Fort Worth, TX 76177
�'c0�ti�►
i� �► 1.0
.
�
Re: Letrer of no objection — Morningstar North Offsite Utilities
Mr. Mullins,
Phone: 817.444.3201
tcectexas.com
Keller ,t Seymour
On behalf of Tri-County Electric Cooperative, Inc. (TCEC), I would like to inform you that our review of your request to
occupy an existing utility easement with new water and sewer crossings as shown on the attached Exhibit A has shown
no conflict to be present. As such, TCEC offers this letter of no objection for your use as needed to complete your
project. Please ensure that all minimal distances are maintained and that the proper actions are taken to protect the
existing infrastructure on the property. Please note that no existing infrastructure will be relocated as part of this
request. Should any concern be raised regarding the use of this letter, please reach out to us for assistance.
Sincerely,
�
Brennan Sebastian
Senior Director of Business Development
817-752-8235
bsebastian@tcectexas.com
James Mullins
From: Charles Vaughan <CharlesVaughan@bkvcorp.com>
Sent: Thursday, March 6, 2025 322 PM
To: James Mullins; David Powell; David Knight
Cc: Randy Darville; ddavis@lacklandholdings.com; fleet@lacklandholdings.com; Joseph
Reue; Kim Gill
Subject: RE: Morningstar North sewer crossing of BKV
Attachments: MSN SEWER BKV EXHIBIT.pdf; MSN WATER BKV EXHIBIT.pdf; BKV Line Crossing
Agreement Form.pdf
James
BKV has reviewed the attached profile of the waterline and has no objection to the crossing and separation BKV
has also reviewed the attached profile of the sewer line crossing and has no objection to the crossing.
BKV would however like to have the lines electronically located when the rock shelf is exposed to try and have a
more accurate depth of each line.
Also, you will need to contact Randy Darville 24hrs before any construction begins. Randy's contact # 817 228
6912.
If you have any questions, please let me know I have attached a copy of the contract agreement sheet that will
need to be signed before construction begins.
Thanks
Charles Vaughan
PIPELINE INTEGRITY SUPERVISOR
Email: Charlesvau�hanC�BKVCorp.com
Cel1:817-584-5371
Address:
4800 Blue Mound Rd
Fort Worth TX 76106
:.� ��cv
From: James Mullins <james.mullins@burgessniple.com>
Sent: Wednesday, March 5, 2025 2:07 PM
To: Charles Vaughan <CharlesVaughan@bkvcorp.com>
Cc: Randy Darville <RandyDarville@bkvcorp.com>; ddavis@lacklandholdings.com; fleet@lacklandholdings.com; Joseph
Reue <joseph.reue@burgessniple.com>; Kim Gill <kgill@sableholdings.com>
Subject: RE: Morningstar North sewer crossing of BKV
Caution: This email originated from outside the organization. Do not click links or open attachments
unless you can confirm the sender and know the content is safe. If you suspect this email may be
malicious, please forward to abuse bkvcorp.com.
Charles,
Attached are the exhibits for the Morningstar North Offsite Water and Sewer Crossings of the BKV lines. Please
take a look and let us know if there are any issues. We are aiming to submit back to the city on Monday, 3/10/25,
so if you can get us a LONO before that it would be greatly appreciated. Thank you.
Jimmy
From: James Mullins
Sent: Tuesday, March 4, 2025 11:12 AM
To: Charles Vaughan <CharlesVau�han@bkvcorp.com>
Ct: Randy Darville <RandvDarville�bkvcorp.com>; ddavis(�lacklandholdin�s.com: fleet@lad<landholdin�s.com; Joseph
Reue <ioseph.reue(�bur�essniple.com>
Subject: Morningstar North sewer crossing of BKV
Charles,
Randy met with Dean Davis from Lackland Engineering in the field to pothole the BKV line at the proposed MSN 24"
sanitary sewer crossing location. It is my understanding that we hit rock at an excavation depth of 12', and the gas
line is significantly lower than that. Additional potholes further away from the creek (75' north) eventually found
the gas line at a depth of 14' as it was coming up. Per Randy's field evaluation, raising our proposed line to be
installed on top of the rock (12' depth) would not conflict with the existing gas line. We'd like to discuss this with
you and see if this approach would be acceptable to you. Is there anytime this weekyou can meet us with on
Team orthrough a phone call?
James Mullins, PE
Project Manager
Burgess & Niple, Inc.
817.566.9460 x6108
cell 817.897.5588
9900 Hillwood Pkwy., Suite 130
Fort Worth, TX 76177
burgessniple.com
Note:
These electronic documents are provided by Burgess & Niple (B&N) as a convenience to our clients.
It is our professional opinion that this electronic information provides information current as of the date of its release. Any use of this information is at the sole risk
and liability of the user. The user is responsible for updating information to reflect any changes in the information following the preparation date of this transmittal.
The delivery of this information in electronic format is for the benefit of the owner for whom the services have been performed. Nothing in the transfer should be
construed to prov��^ �ny right to third par'��s to rely on the information provided, or that the use of this information implies the �^view and approval of Burgee� R�
Niple.
CONFIDENTIALITY NOTICE -- This email is intended only for the person(s) named in the message header.
Unless otherwise indicated, it contains information that is confidential, privileged and/or exempt from
disclosure under applicable law. If you have received this message in error, please notify the sender of
the error and delete the message. Thank you.
..�BKV
1200 17th Street Ste. 2100
Denver, Colorado 80202
bkvcorp.com
3rd Party Line Crossing
Date: Line Type: Watch job:
Ticket# Crossing: GPS:
Line Owner: Name of Line: Line Size:
BKV Point of Contact:
Phone Number:
Contractor:
Contractor Point of contact: Phone Number:
It is asreed that vou, the contractor representative, will do the followin� as prescribed:
• After state One Call Laws have been completed, contractors must notify BKV 24 hours prior to any
excavation.
• Contractor will not excavate within 15 feet of a BKV Line without a BKV representative on site. All BKV
policies and procedures are to be completed first.
• All third-party encroachments on a BKV Line must request written approval from Land and Legal Dept.
When both parties agree on encroachment. BKV Line must be hand dug or hydro-vac to expose Line
before mechanical excavation starts.
• At a minimum BKV requires Contractor to follow BKV's Utility and Construction Requirements. See
attached.
• Contractor will not leave BKV Lines exposed for more than 24 hours. Exceptions are to be coordinated in
writing with BKV.
• Any changes in the plan agreed to with BKV, must be coordinated with the BKV contact above.
• The Contractor shall be liable for any and all damages to BKV Line or other facilities caused by the
operations of the Contractor, and the Contractor agrees to protect, defend, indemnify and hold harmless
BKV and its affiliates from any such damage.
By signing below, you, the Contractor representative, agree to the above terms. Any Questions on above info
please contact: Charles Vaughan 817 584 5371
Contractor Representative's Name:
Contractor Representative's Signature:
Date:
BKV Representative's Name:
BKV Representative's Signature:
Date:
Notes and plans on reverse side of this document
..�BKV
1200 17th Street Ste. 2100
Denver, Colorado 80202
bkvcorp.com
Utility and Construction Requirements
At a minimum, BKV Midstream LLC requires the following:
• Storm Drains: BKV will allow crossing under BKV Line at minimum 5 ft. separation.
• Sewer Line: BKV will allow crossing above BKV at a minimum of 5 ft. separation, and it has to be in a
casing of our choice, through the width of our easement.
• Open Drainage/Water Swells Etc.: BKV will allow for crossing above Line in open cut with gabion rock
. basket as long as BKV maintains 5 ft. cover between rock and Line
� Electric/Phone/Cable/Opt: BKV will allow all crossings in PVC casing and 5 ft. separation
' Water Line: BKV will allow all crossings with minimum 5 ft. separation
• Streets/Sidewalks/Parking Lots: BKV will allow all crossings with minimum 10 ft. separation
• Fence Post/ Light Poles/ Street Lights/Bridge Peers: BKV will allow drilling to be done after BKV Line
is potholed and spotted with a minimum 5 ft. separation
• House/trees/Swimming pools/Barns: BKV will not allow any of the listed items to be placed in
ROW/Easement
• Other Pipeline Crossin�s: BKV will allow all foreign operator of steel and metallic pipeline to cross under
BKV at a minimum of 10 ft. separation
• Crossin� An�les: All crossings will be at angles between 45 and 90 degrees
BKV will not be held liable for any repairs to streets/storm drains/ gabions/waterlines/sewer lines, etc., if repairs
or maintenance is needed to be done to BKV Line in the future.
Please be advised, these are minimum guidelines and are subject to change at any time. Additionally, each specific
circumstance differs and as an organization, we analyze the provisions and risks associated on a case-by-case basis.
This list is intended to be a starting point or at the most, a rough outline to assist in planning and as an outline for
future discussions with BKV. Please consult with a BKV representative for specifics.
GR-01 60 00 Product Requirements
THIS PAGE LEFT INTENTIONALLY BLANK
CITY OF FORT WORTH MORNINGSTAR NORTH OFFISTE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJ. NUM. 105677
Revised July 1, 20ll
FORT WORTH�
CITY OF FORT WORTH
WATER DEPARTMENT
STANDARD PRODUCT LIST
IApprovall Spec No. IClasssification I Manufacturer I Model No.
�
� Water & Sewer - Manholes & Bases/Comuonents 3339-10 Bev 2/3/161
I 07/23/97 33 OS 13 Urcthanc Hydrophilic Watcrstop A+ahi KoRyo KK Adcka Ultra-Scal P-201
I 04/26/00 33 OS 13 OfTsct loint for 4' Diam. MH Hanson Concrcic Products DrawinR No. 35-004R-001
I 04/26/00 330513 ProfilcGaskctfr4'Dia�n.MH. Press-ScalGaskctCom� 2��-4GGaskct
I I/26/99 330513 HDPEManholcAdiushncntRinRs Ladtcch,Inc HDPEAdiushncntRinR
I 5/13/OS 330513 ManholcExtcrnalWan Canusa-CPS Wan��ScalManholcEncapwlationSysicm
�
� Water & Sewer - Manholes & Bases/Fiber2lass 3339-13 (1/8/131
I I/26/99 33 39 13 Fibcrgla» Manholc Fluid Containmcnt, Inc.
I OR/30/06 33 39 13 FbcrRlas� Manholc LF. ManufacturinR
�
� Water & Sewer - Manholes & Bases/Frames & Covers/Rectanaular 33-OS-13 (Rev 2/3/161
I* 33 OS 13 IManholc Framcs and Covcry I Wcstcm Iron Workv, Bavv & Hays Foundry �
�
� Water & Sewer - Manholes & Bases/Frames & Covers/Standard (Roundl 33-OS-13 Bev 2/3/161
I* 33 OS 13 Manholc Framcs and Covcn Wcsicrz� Iron Works, Bass & Hays Foundry
I* 33 OS 13 Manholc Framcs and Covcn McKinlcy Iron Works Inc.
I OR/24/IS 33 OS 13 Manholc Framcs and Covcn Nccnah Foundry
I OR/24/IS 33 OS 13 Manholc Framcs and Covcn Nccnah Foundry
I33 OS 13 Manholc Framcs and Covcn SiRma Comoration
I33 OS 13 Manholc Framcs and Covcn SiRma Comoration
I33 OS 13 Manholc Framcs and Covcn Pont-A-Mouvvon
I33 OS 13 Manholc Framcs and Covcn Nccnah CastinK
Flowtitc
f�➢L
Updated: 6-18-25
National Spec I Size
ASTM D2240/D472/D792
ASTM C-043/C-361 SS MH
TaHic and Non-traHic arra
ASTM 3753 Non-h-aHic arra
Non-h-aflic arra
24"x40" WD
30024
A 24 AM
R-1272 ASTM A4R & AASHTO M306
NF 1274 ASTM A4R & AASHTO M306
MH-144N
MH-143N
GTS-STD
I10/31/06 33 OS 13 Manholc Framcs end Covcn (Hin„cd) Powcrscal Hinqcd Ductilc Irun Manholc
I 7/25/03 33 OS 13 Manholc Framcs and Covcn Saint-Gobain Pipclinc� (Pammx/rcxus) RE32-RSFS
I 01/31/06 33 OS 13 30" Dia. MH RinK and Covcr East Jordan Iron Works V I432-2 and V I483 Dc�iRns
I 11/02/10 33 OS 13 30" Dia. MH Rin� and Covcr SiRma Comoation MHI651 FWN & MHI6502
I 07/19/I I 33 OS 13 30" Dia. MH Rin� and Covcr Star Pinc Product� MH32FTWSS-0C
I OS/10/I I 33 OS 13 30" Dia. MH Rin� and Covcr Accucast 220700 Hcavy Duty with Gaskct RinR
10/14/13
06/01/17
12/OS/23
03/OS/00
04/20/01
09/23/96
12/05/23
OS/OS/IS
09/03/24
06/Q9/10
Q9/06/19
10/07/21
10/07/21
10/07/21
30" ERGO XL Asscmbly
33 OS 13 30" Dia. MH RinK and Covcr (HinKcd & Lockablc) East Iordan Iron Work� with Cam Lock/MPIC/T-Gaskct
34 OS 13 30" Dia. MH Rin� and Covcr (Lockablc) CI SIP Indusiric� 22R0 (32")
34 OS 13 30" Dia. MH Rin� and Covcr (Hin�cd & Lockablc) CI SIP Indusiric� 4267WT - Hinq d(32")
CAI'-ONE-30-FTW, Composite, w/ Lack
33 OS 13 30" Dia. MH RinRand Cover Comoosi�e Access Produc�s, LP. w/o Hin¢
34 OS 13 30" Dia. MH Rine and Cover Trumbull Manufacnnn¢ 32"(30") Fizme and Cover
Water & Sewer - Manholes & Bases/Frames & Covers/Water Ti�ht & Pressure Tieht 33-OS-13 Bev 2/3/16)
33 05 13 Manhole Frames and Covers PonaA-Mousson Pamn¢h[
33 05 13 Manhole Fimmes and Covers Neenah Casnn¢
33 05 13 Manhole Fimmes and Covers Wes�ern Iron Works,Bass & Hays Foundiy 300-24P
33 OS 13 Manhole Fimmes and Covers McKinley liron Works Inc. W PA24AM
33 05 13 Manhole Fiames and Covers Ace�casr RG2100
33 05 13 Manhole Fiames and Covers (SIP)Seramoore Indusnies Prrvate Ltd. 300-24-23]5 Rine and Cover
Water & Sewer - Manholes & Bases/Precast Concrete ( iev 1/8/13)
33 39 10 Manhole, Precast Conaete Hydro Condurc Coiv SPL Item #49
33 39 10 Manhole, Precast Conaete Wall Conaete Pioe Co. Ine.
33 39 10 Manhole, Precast Concrete Conerere Piroduct Inc. 48" I.D. Manhole w/ 32" Cone
333910 Manhole,PrecaecConcrece TheTurnerComoany 72"LD.Manholew/32"Cone
33 39 10 Manhole, Precae[ Concre[e The Turner Comnany a8", 60" I.D. Manhole w/ 32" Cone
Mannole, SL" Vpei�ii�g ana Yla� top, (No
33 39 10 Manhole, Precast Concrete OldcasHe Piecas[ Ine. Transinon Cones)
33 39 10 Manhole, Precast (Remfoir.ed Polymer)Conerete US Comoosite Pioe Reinforced Pol�ner Conerete
33 39 20 Manhole, Precast Concrete Forcerim Pioe and Piecast 60" & 72" I.D. Manhole w/32" Cone
32 39 20 Manhole, Precae[ Conaete Fonerim Pioe and Piecast 48" I.D. Manhole w/32" Cone
33 39 20 Manhole, Precast (Remforced Polymer) Concrere Armorock 48" & 60" I.D. Manhole w/32" Cone
33 39 20 Manhole, Precaec (Hvbrid) Polymer & PVC Geneva Pine and Precaer (Predl Sysrems) 48" & 60" I.D. Manhole w/32" Cone
03/07/23 33 39 20 Manhulq Prccast Cuncrctc AmcnTcx Pinc and Products, LLC 4R" & 60" I.D. Manholc w/32" Conc
03/07/23 33 39 20 Manhulq Prccast (Rcinfurcnl Pulymcr) Cuncrctc P3 Polyincn, RockHardscp 4R" & 60" I.D. Manholc w/32" Conc
04/2R/07 Manholc, Prccast (Rcinforcal Polyincr) Concrdc Amita;h USA Mcycr Polycrdc Pipc
Sewer -(WACI Wastewater Access Chamber 33 39 40
12/29/23 33 39 20 I Was[ewa[er Access Chamber I Q�ickstream Solunons, Ine. Tyoe 8 Main[enace Shaft (P000��)
Water & Sewer - Manholes & Bases/Rehab Svstems/Cementitious
* EI-14 ManholeRehabSystems Quadex
04/23/01 EI-14 Manhole Rehab Systems Standard Cemen� Matenals, Inc. Reliner MSP
EI-14 Manhole Rehab Systems AI'/M Pern�aforn�
4/20/01 EI-14 Manhole Rehab System S�roneComoany Snron¢ Seal MS2A Rehab System
5/12/U3 EI-14 Manhole Rehab System (Liner) Tnolex Linin¢ Sye[em MH reoeirorod�ct ro stoU mfil�ranon
08/30/06 Geneiml Conerete Reoeir FlexKrete Technolo¢ies Vinyl Palyesrer ReU��r �rad�ct
ASTM A536
AASHTO M306-04
ASSHTO MI05 & ASTM A53G
ASTM A 4R
ASTM A 4R
ASTM A 48
ASTM A 48
ASTM C 478
ASTM C-443
ASTM C 478
ASTM C 478
ASTM C 47&
ASTM C 478
ASTM G76
ASTM C-7fi
ASTM G77
ASTM C-07R; ASTM C-923;
ASTM C-043
ASTM D5813
24" Dia.
24" Dia.
24" Dia.
30" Dia.
24" dia.
24" dia.
24" Dia.
30" Dia.
30" Dia.
30" Dia
30" Dia
30" Die
30" Dia �
30" Die. I
30" Dia. I
30" Dia. I
30" Dia. �
�
�
za o�a. I
24" Dia. I
24" Dia. I
24" Dia. �
24" Dia. �
24" Dia. �
�
�
as� �
48" �
48" w/32" wne �
72" �
48", fi0" �
48" ro 84" 1. D. I
48" ro 72" �
60" & 72" �
4fr" �
48" & fi0" �
48" & 6U" Non Tratfic Areas �
I
�
�
�
�
For use when Std. MH cannot be I
installed d�e to deo�h
�
�
�
�
�
�
�
Misc. Use I
�
* From Original5tandard Products List 1
FORT WORTH�
CITY OF FORT WORTH
WATER DEPARTMENT
STANDARD PRODUCT LIST
IApproval Spec No. IClasssification I Manufacturer
� Water & Sewer - Manholes & Bases/Rehab SvstemsINonCementitioos
� 05/20/96 EI-14 Manhole Rehab Systems Sorayroq,
I 72/14/01 Coatin�forCo�rosiooprotcction(Extc�or) HRTECH
� al/3l/a6 Coar��st�CoRos�ooP�o��ro� Cha�crto�
IR/2R/2006 CoatinKsf rCo�rosion Protation Warrcn Environmcntel
I
I33 OS I C, 33 39 10.
03/19/1R 333920 CoatinKforCo�rosooprotat�on(Extc�or) ShcnvioWilliems
�
� Water & Sewer - Manhole Inserts - Field Ouerations Use Onlv (Rev 2/3/161
I* 33 OS 13 Manholc Inscrt Knutson Entcmnscs
I* 33 OS 13 Manholc Inscrt South Wcstcm Packa�inR
I * 33 OS 13 Manholc Inscrt Noilow-Inflow
I 09/23/96 33 OS 13 Manholc Inscrt Southwcvtcm Packing & Sral�, Inc.
I 09/23/96 33 OS 13 Manholc Inscrt Southwcvtcm Packing & Scal+, Inc.
�
� Water & Sewer - Pioe Casine Suacers 33-OS-24 (07/Ol/131
� i voaioz s��i ea�a cas��� s�au� na�a�ua e��a��e� a�a sy�c�ms, i��.
IO2/02/93 Stainlcs� Stccl Casing Spactt Advanccd Products and Systcros, Inc.
I04/22/R7 Casing Spaccrs Cascadc Watcnvork� Manufacturing
I 09/14/10 Stainlc» Stccl Casing Spaccr Pipdinc Sral and Insularor
I 09/14/10 Coatal Stccl Ca�in Spaccrs Pipdinc Sral and Insularor
I OS/10/I I Stainlc» Stccl Ca�ing Spaccr Powcncal
03/19/IS Casing Spaceis BWM
03/19/IS CasingSpacers BWM
� 03/29/22 33 OS 13 Casing Spaceis CCI Pipeline Systems
I09/03/24 33 05 13 Casing Spacers Raci (Completely HDPE)
08/2A/18
OR24/1 R
02/25/02
12/14/01
04/ 14/OS
01 /31 /06
8/28/2006
�
I �izii9�
� 03/22/10
� 04/09/21
� 03/07/23
09/03/24
�
Water & Sewer - Piues/Ducfile Iron 33-ll-10(1/8/13)
33 I I 10 Ductilc Iron Pipc GrifTn Pipc Products, Co.
33 I I 10 Ductile Iron Pipe Amencan Duc�ile Iron Pipe Co.
33 I7 70 Ductilc Iron Pipc Amcricen Ductilc Iron Pipc Co.
33 I I 10 Ductilc Iron Pipc U.S. Pipcand Foundry Co.
331110 DuctilclronPipc McWencCast[ronPipcCo.
Water & Sewer - Utilitv Line Marker (08/24/20181
�
Sewer - Coatim �s/Enoxv 33-39-60 l01/08/131
eooxv ��nmz sys�em sauereisen, �nc
Eooxv ��nm¢ Sys�em Enech Technical Coann¢s
Inrenor D�ctile Iron PiUe Coatin¢ Induron
Coann¢s forCoiTosion Protecnon Chesterron
Coatin¢s for Corrosion Protection Warien Environmental
Sewer - Coatines/Polvurethane
�
Sewer - Combination Air Valves
33-31-70 Air Release Valve A.R.1. USA, Inc.
Sewer - Piues/Concrete
EI-04 Conc. Pine, Remfoiced Wall Concrere Pioe Co. Ine.
EI-04 Canc. Pioe, Remfair.ed Hydro Condun Caivaim[ian
EI-04 Conc. Pioe, Remforced Hanson Conae�e Prod�c[s
EI-04 Canc.Pioe,Remfaiced CanaetePioe&Prad�ctsCo.lne.
Sewer - Pine Enlar�ment Svstem lMethodl33-31-23 (Ol/18/13)
rim system rim Coroorano�
Me('onnell Systems McLat Consnucnon
TRS Systems Trenchless Reolacement System
Sewer - Piue/Fiber�lass Reinforced/ 33-31-13(1/8/131
33 31 13 Cent. Casr FiberRlass (FRP) Hobas Pioe USA, Inc.
33 31 13 Fiberelass Pioe (FRP) Ameron
33 31 13 Glass-Fiber Reinforced Polvmer Pine (FRP) Thomoson Pine Grouo
33 31 13 Fiberglass Pipe (FRI') F�ture Pipe Ind�striee
33 31 13 Fiberglass Pipe (FRI') Supeiiit Boru Sanayi A.S.
Model No.
Sorav wall eolyureH�ane Coann¢
Scncs 20230 and 2100 (Asnhatic E�nulsion)
Arc 791, S 1 HB, S l, S2
5-301 and M-301
RR&C Da�npprooting Noo-Fibcrcd Spay
Gradc (Asphatic Emul�ion)
Madc to Ordcr- Plastic
Madc to Ordcr- Plastic
Madc to Ordcr- Plastic
LitcSavcr- Stainlcss Stccl
TcthcrLok - Stainlcss Siccl
ca�n�� sr��i s�au�, M�a�i si
Stainlcss Stccl Spaccr, Modd SSI
Casing Spaccrs
Stainlcss Stccl Casing Spdcer
Coatal Stccl Casing Spdccn
4R10 Powcrchock
SS-12 Casing Spacei{Stainless S�eel)
F�12 Caving Spaccr (Coatcd Carbon Stccl)
for Nonsrcvwrc Pipc and Groutcd Caving
CSC 12, CSS 12
PcrManufactumnRcquircmcnh (Scwcr
Applications OnIY)
Super Bcll-Titc Ductilc Irun Pressurc Pipc,
American Fastite I'ipe (Bell Spigot)
Amcricen Flcx Ring (Rcstrainal Ioint)
SewerGard210RS
Ertech 2030 and 2100 Series
Protecro 401
Arc791,SIHB,SI,S2
S-301 and M-301
National Spec
ASTM D639/D790
Acid Rcsistancc Tcst
ASTM D 1248
ASTM D 1248
ASTM D 1248
AWWACISO,CI51
AWWACI50,C151
AWWACISO,C751
AWWA CI50, CI51
AWWA CI50, CI51
LA Caunry#210-1.33
ASTM B-I 17
Acid Resistance Test
Updated: 6-18-25
Size I
I
�
Sm,ceures Only �
Sc�y��nnni��ae�o�ti �
Scwcr Ann�,�ti�n, I
I
For Extcnor Coating ofConcrctc �
Sm,ceurc, Only
�
�
For 24" dia. I
For 24" dia. I
For 24" die. I
For 24" dia. I
For24"dia l
�
�
�
�
�
Upto4R" I
Up to 48" I
Up to 4S" I
8" - 12" (Sewer Only)
3" th�u 24"
4^ thru 30"
4" thru 30"
D�cnle Iron Pioe Only
Sewer Aoohca[ians
Sewer AOVlicatians
D025LTP02(Camoasite Bady) I I 2"
ASTM C76
Class 111 TdcG, SI'L I�em #77 ASTM C 76
��-,� ASTM C 76
ASTM C76
Palyethylene
Palyethylene
Palye�hylene
I'IM Coro., �iscata Way, NJ. Aooroved Previously
Housron, Texas Aooro�'ed I're�'iously
Cal¢arv, Canada Aooroved Previously
Hobas �ioe Mon-Pieee�ie)
Bondsmm�d RPMP Pioe
Thamnsan Pioe (Flow[i[e)
Fiberstrong FRP
Superlrt FRP
ASTM D3262/D3754
ASTM D3262/D3754
ASTM D3262/D3754
ASTM D32G2, ASTM D3681,
ASTM D41GI, AWWA M45
ASTM D32G2, ASTM D3517,
ASTM 3754, A W WA C950
* From Original5tandard Products List 2
FORT WORTH�
IApproval Spec No. IClasssification
� Sewer - Piue/Pa�vmer Piue
� 4/14/u5 Poly�nerModiftedConcre�ePioe
� 06/09/10 EI-9 RemfarcedPalymerCanaetePioe
�
� Sewer - Pines/HDPE 33-31-23(1/8/131,
I * r+�Qn-ae�s�tynaivernvie�,en�oe
� * Hi¢h-densiryoalverhyleneo�oe
� * Hi¢h-densnyoalverhyleneo�oe
� Hi¢h-densiry oolyethylene o�oe
�
� Sewer - Piues/PVC (Pressure Sewerl 33-11-12 (4/1/13�
I 12/02/II 33-II-12 DR-14PVCPressurePipe
I 10/22/14 33-II-12 DR-14PVCPressurePipe
�
� Sewer - Pines/PVC* 33-31-20 (7/1/131,
� * 3331-2U PVCSewerPine
� 12/23/97* 3331-20 PVCSewerPine
� ' 3331-2U PVCSewerPine
� 12/05/23 3331-2U PVCSewerPine
� 12/05/23 3331-20 PVCSewerPioe
� * 3331-2U PVCSewerP�i e
� 05/06/05 3331-20 PVC Solid Wail Pipe
� �4�����6 3331-20 PVC Sewer Fittings
� � 3331-20 PVC Sewer Fimngs
� 3/19/2018 33 31 20 PVC Sewer Pine
� 3/19/2018 33 31 20 PVC Sewer P�e
� 3/29/2019 33 31 20 Gasketed Fittings (PVC)
� 10/21/2020 333120 PVCSewerPine
� 10/22/2020 33 31 20 PVC Sewer Pine
� 10/21/2020 333120 PVCSewerPine
�
�
CITY OF FORT WORTH
WATER DEPARTMENT
STANDARD PRODUCT LIST
Manufacturer
Ami[ech USA
US Camoasite Pioe
Phillios Dnsconioe, Inc.
Plexco Inc.
Polly Pioe, Inc.
CSR Hvdro Condurc/Pioehne Sysrems
�ipclife Jetsneam
Rayal Building Praducts
Model No.
Meyer Polycre[e �ioe
Remfaiced PalvmerCancrere Pine
Oo���re Ducnle Polyethylene Pioe
McConnell Pioe Enlarzement
PVC Pressure Pipe
Royal Seal PVC Piessuie Pipe
J-M Manuf9o[�nn¢ Co., Inc. (JM 2a¢le)
Diamond Plasncs Coi�oimtion
Lamson Vylon �ioe
Vinylcech PVC Pine
vinvl�ech PVC Pioe
J-M ManuFncturii�,v�Co, Inc. (JM Ea¢le)
Diamond Plasncs Corporation
Harco
PlasncTrends, Ina(WesHake)
Pinelife Jet Stream
Pinelit'e Jet Stream
GPK Piroducts, Inc.
NAPCO(Westlake)
Sanderson Pine Coro.
NAPCO(WesTlake)
SDR-26 (PS I I S )
3DR-26 (P31 I S)
SDR-26 (PSI I S)
SDR-26 (PS I I S )
Gravity Sewer PS I 15
PS I15
PS I I S
SDR-26 (PS I IS) GaskeT Fimn¢s
Gasketed PVC Sewer Main FittinQs
SDR 26 (PS I I 5)
SDR 26
SDR 26
SDR 26
SDR 26
BDRZ6 PB I IS
Updated: 6-18-25
National Spec Size
ASTM C33, A276, F477 8" [0 102", Claaa V
ASTM G76
ASTM D 1248 8"
ASTM D 12A8 8"
ASTM D 12A8 8"
ASTM D 1248
AW WA C900
AW WA C900
ASTM D 3034
ASTM D 3034
ASTM D 3034
ASTM D3034
ASTM F 679
ASTM F 679
ASTM F-679
ASTM D-3034, D-1784, etc
ASTM D 3034
ASTM F679
ASTM D3034
ASTM D3034
ASTM D3034
ASTM D3034
ASTM F-679
4^thiv 12"
4^thiv 12"
4" - I 5"
4" thru 15"
4" thru 15"
4^ thru I S
IS"
18" - 28„
I 8" to 48'
4. _ �S,
I S"- 24'
4"- I S"
4"- I S"
4" - I S"
4"- I S"
18"-36'
* From Original5tandard Products List
FORT WORTH�
IApproval Spec No. IClasssification
� Water - Aooarxnances 33-12-10 f07/Ol/131
� 09/03/24 33-12-10 Double Scran Saddle
� 01/IS/IS 33-12-10 Double Stran Saddle
� OS/28/02 Double Strao Saddle
� 07/23/12 33-12-10 Double Stran Sernce Saddle
03/07/23 33-12-10 Duublc Strap Sc�vicc Saddlc
I 70/27/R7 Curb Stons-Ball Mcicr Valvc�
10/27/87 �rb Stoos-Ball Merer Valves
� 5/25/2018 33-12-10 Curb Stoos-Ball Meter Valves
I5/25/201 R 33-12-10 Curb Stons-Ball Mcicr Valvcs
I5/25/201 R 33-12-10 Curb Stons-Ball Mcicr Valvcs
� 5/25/2018 33-12-10 Curb Stoos-Ball Merer Valves
I5/25/201 R }3-12-10 Curb Stons-Ball Mcicr Valvc�
I5/25/201 R }3-12-10 Curb Stons-Ball Mcicr Valvc�
�
I 01/26/00 Coatnl Tanq�nR Saddlc with Doublc SS Snapv
I 0/5/21/12 33-12-25 Tapn�ngSlccvc(CoatcdStml)
I 03/29/22 33-12-25 Tapn�n� Slccvc (Coatcd or Stainlcss Stccl)
I OS/10/II Tapn�ngSlccvc(StainlcssStccl)
I 02/29/12 33-12-25 Tapn�ng Slccvc (Coatcd Stccl)
I 02/29/12 33-12-25 Tapn�ngSlccvc(StainlcssStccl)
I 02/29/12 33-12-25 Tapn�ngSlccvc(StainlcssStccl)
I OS/I0/II JuintRcnairCla�np
IPla�tic Mctcr Box w/Compo+itc Lid
IPla�tic Mctcr Box w/Compo+itc Lid
I OS/30/06 Plavtic Mctcr Box w/Cumpovitc Lid
IConcrnc Mncr Box
IConcrnc Mncr Box
IConcrdc Mdcr Box
�
� Water - Bolts. Nuts. and Gaskets 33-11-OS (Ol/08/131
� None �
70/01/R7
03/31/RR
09/30/R7
01/12/93
OR/24/RR
09/24/R7
10/14/87
01/75/RR
70/09/R7
09/76/R7
OR/12/16
02/OS/93
OR/OS/04
Water - Combination Air Release 33-31-70 (Ol/08/131
EI-II CombinationAirRcicascValvc
EI-I I Combination Air Rcicasc Valvc
CI-II CombinationAirRcicascValvc
Water - Dry Barrel Fire Hvdrants 33-12-40 (Ol/15/14)
&I-12 Dry Barrd Firc Hydant
&I-12 Dry Barrd Firc Hydant
&I-12 Dry Barrd Firc Hydant
E-7-12 Dry Barrcl Firc Hydrant
&I-12 Dry Barrd Firc Hydant
&I-12 Dry Barrd Firc Hydant
&I-12 Dry Barrd Firc Hydant
EI-12 DiyBarielFireHydimnt
EI-12 Dry Barrd Firc Hydant
&I-12 Dry Barrd Firc Hydant
&I-12 Dry Barrd Firc Hydant
33-12-00 Dry Barrd Firc Hydant
W ater - Meters
EI01-5 DctcctorChcckMncr
Maenc[ic Dnvc Vcaical Turbinc
CITY OF FORT WORTH
WATER DEPARTMENT
STANDARD PRODUCT LIST
Manufacturer
Ford Meter Box Co., Inc.
Romac
Smith Blair
Mueller Comnany
Pow�ncal
McDonald
McDanald
Ford Meter Bax Ca., Inc.
Ford Mcicr Box Co., Inc.
Ford Mcicr Box Co., Inc.
M�ellerCa., Ltd.
Mucllcr Co., Ltd.
Mucllcr Co., Ltd.
Model No.
202B
202NS NVlon Coated
#317 Nylon Coated Double Strao Saddle
DR2S Double (SS) Stran DI Saddle
3450AS, Incl. Com� Stun, Dbl Stran, Stainlcss
6100M,6100MT & 610MT
4F03B, 4604B, 6100M. 6100TM and 6101 M
FB600-7NL, FB1600-7-NL, FV23-777-W-NL,
L22-77NL
FB600-(.NL, FBI600-C.NL, FV23-666-W-
NL, L22-66NL
FB600�NL, FBI600�NL, BI I-044-WR-
NL, B22444WR-NL, L2R-04NL
B-25000N, B-24277N-3, B-2020UN-3, H-
ISOOON„ H-1552N, H142276N
�25000N, �20200N-3, B-24277N-3,H-
I SOOON, H-14276N, H-15525N
�25000N, B-20200N-3,H-ISOOON, H-
15530N
1CM Induvhics, Inc.
1CM Induvhics,Inc.
1CM Indu�hics, Inc.
Pow�ncal
Ro�ne�
Ro�ne�
Ro�ne�
Pou�ncal
DFW Pla�tic� Inc.
DFW Pla�tic� Inc.
DFW Plavticv Inc.
Bass & Hays
Bass & Hays
Bass & Hays
d406 Doublc Band SS Soddlc
412 Tanq�nR Slmvc ESS
415 Tanq�nR Slccvc
3490AS (FlanRc) &3490MJ
FTS 420
SST Stainlcvv Stccl
SST III Stainlcss Stccl
3232 Bcll Juint Rcneir Cla�np
DFW37G12-IEPAF FTW
DFW39G12-IEPAF FTW
DF WGSC-I4-I EPAF FT W
CMB37-B I2 I I I R LID-9
CMB-I S-Dual 1416 LID-9
CMB65-B65 1527 LID-9
Updated: 6-18-25
National Spec Size
4W WA C800
AW WA ( 800
NSF ANSI 372
AW WA C800
AW WA CR00
AW WA CR00
AW WA C800, ANSF 61,
ANSI/NSF 372
AWWA CR00, ANSF 61,
ANSIMSF 372
AWWA CR00, ANSF 61,
ANSI/NSF 372
I"-2" SVC, uo �a I6" Pioe
I"-2" SVC, uo �a 24" Pioe
I"-2" SVC, uo �a 24" Pioe
�"-2" SVC, un eo 2a" Pfnc
3/4" and I"
I %" and 2"
2"
� _ � ,z,�
I"
Z"
I-1 2„
I"
I"-2" Tap� on up to 12"
AWWAC-223 Unto30"w/12"Out
AWWAC-223 ConcrdcPipcOnly
4"-8" and 16"
A W WA C-223 U n tu 42" w/24" Out
AWWAC-223 Untu24"w/12"Out
AWWAC-223 Untu30"w/12"Out
4" to 30"
Class "A„
GA Indu�hics, Inc E�npirc Air and Vacumn Valvc, Modcl 935 ASTM A 126 Class B, ASTM A
Multiplcx ManufactunnK Co. Crivpin Airand Vacuum Valvcs, Modcl No.
ValvcandPnmcrCom. APCO#143C,#145C'and#147C
Amcrican-DarlinK Valvc
Amcncan DarlinK Valvc
Cim� Como�a��o�
Amcrican AVK Comnany
Cim� Como�a��o�
ITT Krnnaly Valvc
MBcFI Valvc Co�nnany
M�eller Comoany
Mucllcr Company
U.S. P�nc & Fo��d�y
Amcric�n Plow C'ontrol (AF"C)
EJ (8ast lordan Iron Wo�k�)
Amcs Company
Hc�scy
DrawinR No�. 90.1 R60R, 94-1 R560
Shon Dawin� No. 94-1 R791
Shon DrawinR No. 0.19R95
Modd 2700
Drawin�s D20435, D20436, B20506
Shon Dawin�No. D-R07R3FW
Shon Drawinq No. 13476
Shap Drawings No.6461
A-423 Cennnon
Shop Drawing FH-12
A-023 Suncr Crntunon 200
Shop DrawinR No. 960250
Watcrous Paccr WB67
WatcrMasicr SCD250
Modcl 1000 DctcctorChcck Valvc
Ma�nctic Drivc Vcrtical
��� &z��
I/2" I"&2"
�� z�&3"
AWWA C-�02
AWWA C-�02
AWWA C-�02
A W WA C-502
AWWA C-�02
AWWA C-�02
AWWA C-�02
A W W A G502
AWWA C-�02
AWWA C-�02
A W WA C-502
AW WA C550
AWWA C701, Cla» I
4" - 10"
3/4" _ 6"
* From Original5tandard Products List 4
CITY OF FORT WORTH
FORT WORTH� WATER DEPARTMENT
STANDARD PRODUCT LIST
IApprovall Spec No. IClasssification I Manufacturer I Model No. I National Spec
� Water - Piues/PVC fPressure Waterl 33-31-70 (Ol/08/131
IAW WA C900, AW WA C6U5,
12/OS/23 33-I I-12 PVC Pressure Pioe Vinyltech PVC Pioe DRI4 ASTM D1784
IAW WA C900, AW WA C6U5,
12/OS/23 33-II-12 I'VCPressurePioe Vinyl�echl'VCI'ioe DRIS ASTMD1784
IAW WA C900, AW WA C6U5,
09/03/24 33-II-12 I'VCPressurePioe Northernl'ioePiroducrs DRI4 ASTMD1784
IAW WA C900, AW WA C6U5,
09/03/24 33-II-12 PVCI'ressurePioe Northernl'ioePiroduc�s DRIS ASTMD1784
� 3/19/2018 331112 PVCPressurePioe PinelifeJetSneam DRI4 AWWAC900
� 3/19/2018 331112 PVCPressurePioe PinelifeJetSneam DRIS AWWAC900
� 5/25/2018 33 I I 12 PVC Pressure Pioe Diamond Plasncs Coi�oimtion DR 14 AW WA C900
5/25/201R 33 I I 12 PVC Pressurc Pinc Diamond Plastics Comoration DR IR AWWA C900
AW WA C900-16
72/6/201 R 33 I I 12 PVC Pressurc Pipc 7-M Manufactunng Co., Inc d/b/a JM Eaglc DR 14 UL 1285
ANSI/NSF 61
FM 1612
AW WA C900-16
72/6/201 R 33 I I 12 PVC Prc�wrc Pipc 7-M Manufactunng Co., Inc d/b/a 7M Eaglc DR I S UL 1285
ANSI/NSF 61
FM 1612
I 9/6/2019 33 I I 12 PVC Pressure Pipe Underground Solutians Inc. DRI4 Fusible PVC AW WA C9U0
I 9/6/2019 331112 PVCPrcvvurcPipc NAPCO�Wcstlakc) DRIR AWWAC900
I 9/6/2019 331112 PVCPressurePipe NAPCO(Westlake) DRI4 AWWAC9U0
I 9/6/2019 331112 PVCPressurePipe SandersonPipeCorp. DRI4 AWWAC9U0
�
� Water - Pioes/Valves & Fittinas/Ductile Iron Fittinas 33-11-ll (Ol/OS/13)
I 07/23/92 E1-07 DuctilclronFittings StarPipcProduda,Inc. McchanicelluintFitting� AWWACI53&CI10
I * EI-07 DucilclronFittin�s GriffinPincProducts,Co. McchanicalloiniFittinRn AWWACI70
I * EI-07 Ducilc Iron FittinKs McWenGTylcr Pinc/ [Jnion [Jtiliticn Division Mcchanical Joint Fittings, SSB Class }50 pWµ�p C 153, C I 10, C I I I
I OR/I I/9R El-07 Ducilc Iron FittinKs SiKma, Co. Mcchanical Joint Fittiny,rs, SSB Class 357 pWµ�p C 153, C I 10, C I 12
I 02/26/14 EI-07 Ml Fittin�� Accucast Clann 350 C-753 Ml Fittings pW�yp CI53
I OS/14/9R El-07 DuctilclronJointRcshaints FordMctcrBoxCo./Uni-Flan�c Uni-FlangcScrics1400 pW�ypClll/CI53
I OS/14/98 E1-24 PVCJointRc�hainh FordMctcrBoxCo.Nni-FlanKc Uni-FlangcScricsl500Circlo-Lock pW�ypClll/CI53
I 71/09/04 E1-07 Ducilc Iron Joint Rcsh-aints Onc Bolt, Inc. Onc Bolt Rcsirainal Joini Fitting pµ�Wp Cl l l/CI 16/CI53
I 02/29/12 33-I I-I I Ductilc Iron Pipc Mcchaniral Ioint Rcsiraint BBAA Iron, Inc. Mcgalug Scncs I 100 (f r DI Pipc) p�yWp CI I I/CI 16/CI53
I 02/29/12 33-1 I-1 I PVC Pipc Mcchanical loint Rcsiraint EBAA Iron, Inc. Mcgalug Scncs 2000 (f r PVC Pipc) p�yWp CI I I/CI 16/CI53
I OS/OS/04 El-07 McchanicalJointRcteincrGlands(PVC) SiRma,Co. SigmaOno-LokSLC4-SLC10 pWµ�pClll/CI53
I 03/06/19 33-II-II McchanicalJointRctaincrGlands(PVC) Si�ma,Co. Sig�naOno-LokSLCS4-SLCSI2 pWµ�pClll/CI53
I OS/OS/04 E1-07 McchanicalJointRcteincrGlands(PVC) SiKma,Co. SigmaOno-LokSLCE pWWpClll/CI53
I OS/10/98 L1-07 Ml FittinK�(DIP) SiKma, Co. Sigma Ono-Lok SLDE pWWp CI53
10/12/10 [7-24 Intcnor Rctitraincd Joint Svstcm S& 6 Tcchncial Produas 6ulldu5 Sy�tcm ( Diamond Lok 21 & 1M pSTM F-1624
ASTM D395, D412, D471, D573.
04/07/69 Intenor ResnzineAJaint System H�Itec Hydragrip-R D883, D1149, D1229, D1349,
D 1414, D 1415, D 1566, F913
OS/16/06 E1-07 Mc�chnnicelJuinlPiuinKs SIPIndu�lncs(Scramporc) Mc�chanicalJuinlPiuinKs pWWpC153
I 11/07/16 33-11-II McchanicalJointRctaincrGlands StarPipcProducis,Inc. PVCStargnpScncs4000 pSTMA536AWWACIII
I 11/07/16 33-11-I I Mcchanical Joint Rctaincr Glands Star Pipc Producis, Inc. DIP S[argrip Scrics 3000 pSTM A536 AWWA CI I I
EZ Grip Joint Rcsh-aint (EZD) Bleck For DIP
03/19/IS 33-11-11 Mcchanic.�IJointRctaincrGlaods SIPIodu�hics(Scramporc) ASTMA536AWWACIII
I 03/19/IS 33-II-II MechanicalJointRetainerGlands SII'Ind�sn'ies(Seizmpoie) EZGnploiniResiraint(EZD)RMfrC900 pSTMA536AWWACIII
DRI4 PVC Pipc
I 03/19/IS 33-II-II MechanicalJointRetainerGlands SII'Ind�sn'ies(Seizmpoie) EZGriplointResiraint(EZD)RedfrC900 qSTMA536AWWACIII
DRIR PVC Pipc
I
�
Updated: 6-18-25
Size �
4"-16'
16"-IS"
4"-16'
16"-I8'
4"-12'
16"-24"
4"-12"
16"-24"
4"-28"
IG"-24"
4� _ $.
I 6" - 24„
4"- 12"
4"- 12"
4"-12"
4" to 36"
4" to 24"
4" to 12"
4" to 42"
4" to 24"
4" to 10"
4" to 12"
12" to 24"
4"-24„
4" to 12"
4' 12„
4" to 24"
3"-48"
4"-12'
16"-24'
* From Original5tandard Products List 5
FORT WORTH�
CITY OF FORT WORTH
WATER DEPARTMENT
STANDARD PRODUCT LIST
IApproval Spec No. IClasssification I Manufacturer
� Water - Pioes/�alves & Fittines/Resilient Seated Gate �alve* 33-12-20 (OS/13/151
IResilient WedQed Gate Valvew/no Gears Amencan Flow Control
� 12/13/02 ResilienrWed¢eGareValve AmericanFlowControl
� 08/31/99 RuilientWedQeGareValve AmencanFlowControl
� 05/18/99 RuilientWedQeGateValve AmencanFlowControl
� 10/24/UO EI-26 ResilientWedeeGateValve AmericanFlowControl
� 08/05/04 RuilientWedQeGateValve AmencanFlowConnol
I OS/23/91 EI-26 ResilientWedReGateValve AmencanAVKComoany
I 01/24/02 EI-26 ResilientWedReGateValve AmencanAVKComoany
I* EI-26 ResilientSeatedGateValve Kennedy
I * EI-26 ResilientSeatedGateValve M&H
I* EI-26 ResilientSeatedGateValve MuellerCo.
I II/08/99 ResilientWedQeGareValve MuellerCo.
� OU23/03 ResilienrWed¢eGareValve MuellerCo.
� OS/13/05 ResilientWedQeGateValve MuellerCo.
� 01/31/06 ResilientWedQeGateValve MuellerCo.
� 01/28/88 EI-26 ResilienrWed¢eGareValve ClowValveCo.
� 10/04/94 RuilientWedQeGareValve ClowValveCo.
� II/08/99 EI-26 RuiliwtWeAaeGareValve ClowValveCo.
� II/29/04 ResihentWed¢eGareValve ClowValveCo.
71/30/12 Rcsilirnt Wn�vFCiatc Valvc Clow Valvc Co.
I 05/OR/91 E7-26 Rcsilicnt Scatal Gatc Volvc Srockhain Valvcv & Fittings
I * EI-26 Rcsilicnt Scatcd Getc Valvc U.S. Pinc end Foun�ry Co.
� 10/26/16 33-12-20 ResilienrSeatedGareValve EJ(EastJordanlronWorks)
� ����� $ Matco Gate Valve Matco-Noica
I
� Water - Piues/Valves & Fittines/Rubber Seated Buttert7y Valve 33-12-21 f07/10/141
� * E I 30 R�bber Seated B�tteiflv Valve Henry Pratt Co.
� * E 130 R�bber Seated B�tterflv Valve Mueller Co.
� I/II/99 EI-30 RubberSeatedB�tterflvValve DemrikValvesCo.
� 06/12/03 EI-30 ValmancAmerican B�tterflv Valve valmanc Valve and ManufacmrinQ Coro.
� 04/06/07 EI-30 R�bber Seated B�tterflv Valve M&H Valve
� 03/19/IS 33 12 21 Rubber Seated B�tterflv Valve G. A. Industries (Golden Anderson)
� 09/03/2a 33 1221 Rubber Sea[ed ButterFlv Valve American AVK Comnanv
�
� Water - Polvethvlene Encasement 33-11-10 f01/08/131
Model No.
Series 2500 Drawin¢ ti 94-20247
Series 253U and Senes 2536
Senes 2520 & 2524 (SD 94-20255)
Series 2516 (SD 94-20247)
Series 2500 (Ducnle Iron)
42" and 48" AFC 2500
American AVK Resilient Seaded GV
Seriea A2361 (SD 6647)
0eriea A2460 P� 18"-?A" (0D 6709)
Maeller 30" &36"�C-515
M�el ler 42" & 48", C-515
16' RS GV (SD D-20995)
Clow RW Valve (SD D-21652)
Clow 30" & 36" C-515
Clow Valvc Modd 2638
MevoEeal 250, reqwremems SPLN74
E] FlowMesmr Getc Velvc & Boxcs
225 MR
Valmatic Amencan Butterfly Valve.
M&H Sryle 4500 Xc 1450
AW WA C5U4 Butterfly Valve
AW WA C504 B�tterfly Valve Clase 250B
� 05/12/05 EI-13 PolyethvleneEncasment Flexsol Packa¢ine Fulron Enteivnses
� OS/12105 EI-13 Polyethylene Encasment Moun�ain States Plastics (MSP) and AEI' Ind. Standard Hardwaie
� 05/12/05 EI-13 Polye[hvleneEncasmen[ AEPlnd�sn�es BullstronRbvCowrownBol[&Gaske[
� 09/06/19 33-II-II PolyethvleneEncasment NoiYhtownPiroducislnc. I'EEncasementforDlP
�
� Watcr - Samuline Station
03/07/23 331250 WaterSamlin5rntion KupfcrlcFoundrCompnn- H.clipsc,�um6cr88,12-inch�JcprhofR�r
NWN�F24 33-FbSB ' .��-�.eo.,�.,s-.��� ,-w..o,-.m-�..�z�
IWater - Automatic Flusher
IHG6-A-IN-2-BRN-LI'RR(Poixable)
10/21/20 Au�oma�edFlushin¢System M�ellerHydroR�ard HG2-A-IN--2-PVC-018-LPLG(I'ermanent)
I 04/09/21 AutomatalFlushingSysicm KupfcrlcFoundryCompany Eclipsc�9R00wc
I 04/09/21 Auto�natal Flushing Sysicm Kupfcrlc Foundry Company Eclip�c #9700 (Ponablc)
�
Updated: 6-18-25
National Spec Size
A W W A C515
AW WA C515
AW WA C515
AW WA C515
AW WA C515
A W W A C509
AW WA C515
AW WA C515
AWWAC515
AWWAC515
AWWAC509
AW WA C515
AWWAC515
AWWAC515
AWWA C515
A W WA C 509, ANSI 420 - st�m,
AW WA/ANSI CI I S/An21.15
A W WA C-504
A W W A G504
A W W A G504
AW WA G504
A W W A G504
A W W A G504
AWW'A C-iO4
AWWACIUS
AWWACI05
AWWACIUS
AWWACI05
This product removed
Ib"
30" and 36"
20" and 2A"
16"
4"rol2"
42" and 48"
4" ro 12"
2U" and smaller
4" - 12"
4" - 12"
4" - 12„
16"
24" and smaller
30" and 36"
42" and 48"
4" - 12"
16"
24" and smaller
30" and 36" (Note 3)
24" tu 4R" (Notc 3)
4" - 12„
3" to 16"
4" to 16'
24„
24"and smaller
24" and lar¢er
Un co 84" diameter
24" to 48'
3U"-54"
24" - 48"
& mil LLD
& mil LLD
8 mil LLD
8 mil LLD
As showm in sncc 33 12 50
The Fon Wor[h Water Depar[menPs Standard Products List has been developed to minimizethe wbmi[[al ieview ofpiroducts which mee[ the For[ Wonh Wa[er DepanmenPs S[andard Specitica[ions duringutiliry cons[ruc[ion prqec[s. When Technical
Specifications for specific piroduc�s, aie included as paiYofH�e Cons�rucnon Conn-�ct Doc�menr, the requirements ofthe Technical Specificanon will overnde the Fort Worth Warer Depar[ment's Standard Specificanons and the Fort Worth Water DeparnnenYs
Standard Piroducts Listand approval ofthe specific products will be based on therequirements ofthe Technical Specification whether or notthe specificprod�ct meets the Fort WoiYh Water Deparm�ent's Standard Specifications or is on the Fort Worth Water
Ycllow Highlight indicatcs rcccnt changcti
* From Original5tandard Products List 6