Loading...
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