HomeMy WebLinkAbout064365-PM1 - Construction-Related - Contract - FG Aledo Development, LLC, on Behalf of Morningstar MUD and Acadia Services, LLCPROJECT MANUAL
FOR
THE CONSTRUCTION OF
WATER IMPROVEMENTS
TO SERVE THE
MORNINGSTAR NORTH DEVELOPMENT
IPRC Record No. IPRC25-0005
City Project No. 105640
FID No. 30114-0200431-105640-E07685
Mattie Parker Jesus “Jay” Chapa
Mayor City Manager
Christopher P. Harder, P.E.
Director, Water Department
Water Improvements to Serve Morningstar North Development
The City of Fort Worth
2025
Burgess & Niple
9900 Hillwood Parkway, Suite 130,
Fort Worth, TX 76177
(817) 306-1444
TBPELS Firm Registration # F-10834
November 2025December
CSC No. 64365-PM1
Adopted September 2011
City of Fort Worth
Table of Contents
00 00 00
TABLE OF CONTENTS
Page 1 of 5
CITY OF FORT WORTH MORNINGSTAR OFFSITE WATER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJ. NUM. 105640
Revised March 7, 2025
SECTION 00 00 00
TABLE OF CONTENTS
Division 00 - General Conditions Last Revised
00 05 10 Mayor and Council Communication 07/01/2011
00 05 15 Addenda 07/01/2011
00 11 13 Invitation to Bidders 02/08/2024
00 21 13 Instructions to Bidders 01/17/2024
00 35 13 Conflict of Interest Statement 02/24/2020
00 41 00 Bid Form 09/30/2021
00 42 43 Proposal Form Unit Price 01/20/2012
00 43 13 Bid Bond 09/11/2017
00 43 37 Vendor Compliance to State Law Nonresident Bidder 06/27/2011
00 45 11 Bidders Prequalifications 08/13/2011
00 45 12 Prequalification Statement 09/30/2021
00 45 13 Prequalification Application 08/13/2021
00 45 26 Contractor Compliance with Workers' Compensation Law 07/01/2011
00 45 40 Business Equity Goal 03/07/2025
00 52 43 Agreement 12/08/2023
00 61 13 Performance Bond 12/08/2023
00 61 14 Payment Bond 12/08/2023
00 61 19 Maintenance Bond 12/08/2023
00 61 25 Certificate of Insurance 07/01/2011
00 72 00 General Conditions 03/08/2024
00 73 00 Supplementary Conditions 03/08/2024
00 73 10 Standard City Conditions for DAP 01/10/2013
Division 01 - General Requirements Last Revised
01 11 00 Summary of Work 12/20/2012
01 25 00 Substitution Procedures 07/01/2011
01 31 19 Preconstruction Meeting 08/17/2012
01 31 20 Project Meetings 07/01/2011
01 32 16 Construction Schedule 10/06/2023
01 32 33 Preconstruction Video 07/01/2011
01 33 00 Submittals 12/20/2012
01 35 13 Special Project Procedures 03/11/2022
01 45 23 Testing and Inspection Services 03/09/2020
01 50 00 Temporary Facilities and Controls 07/01/2011
01 55 26 Street Use Permit and Modifications to Traffic Control 03/22/2021
01 57 13 Storm Water Pollution Prevention Plan 07/01/2011
01 58 13 Temporary Project Signage 07/01/2011
01 60 00 Product Requirements 03/09/2020
01 66 00 Product Storage and Handling Requirements 07/01/2011
01 70 00 Mobilization and Remobilization 11/22/2016
01 71 23 Construction Staking and Survey 02/14/2018
01 74 23 Cleaning 07/01/2011
01 77 19 Closeout Requirements 03/22/2021
01 78 23 Operation and Maintenance Data 12/20/2012
01 78 39 Project Record Documents 07/01/2011
00 00 00
TABLE OF CONTENTS
Page 2 of 5
CITY OF FORT WORTH MORNINGSTAR OFFSITE WATER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJ. NUM. 105640
Revised March 7, 2025
Technical Specifications which have been modified by the Engineer specifically for this
Project; hard copies are included in the Project’s Contract Documents
NONE
Technical Specifications listed below are included for this Project by reference and can be
viewed/downloaded from the City’s website at:
http://fortworthtexas.gov/tpw/contractors/
or
https://apps.fortworthtexas.gov/ProjectResources/
Division 02 - Existing Conditions Last Revised
02 41 13 Selective Site Demolition 03/11/2022
02 41 14 Utility Removal/Abandonment 12/20/2012
02 41 15 Paving Removal 02/02/2016
Division 03 - Concrete
03 30 00 Cast-In-Place Concrete 03/07/2025
03 34 13 Controlled Low Strength Material (CLSM) 03/07/2025
03 34 16 Concrete Base Material for Trench Repair 12/20/2012
03 80 00 Modifications to Existing Concrete Structures 12/20/2012
Division 26 - Electrical
26 05 00 Common Work Results for Electrical 03/11/2022
26 05 10 Demolition for Electrical Systems 12/20/2012
26 05 33 Raceways and Boxes for Electrical Systems 12/20/2012
26 05 43 Underground Ducts and Raceways for Electrical Systems 07/01/2011
26 05 50 Communications Multi-Duct Conduit 02/26/2016
Division 31 - Earthwork
31 00 00 Site Clearing 03/22/2021
31 23 16 Unclassified Excavation 01/28/2013
31 23 23 Borrow 01/28/2013
31 24 00 Embankments 01/28/2013
31 25 00 Erosion and Sediment Control 04/29/2021
31 36 00 Gabions 12/20/2012
31 37 00 Riprap 12/20/2012
Division 32 - Exterior Improvements
32 01 17 Permanent Asphalt Paving Repair 12/20/2012
32 01 18 Temporary Asphalt Paving Repair 12/20/2012
32 01 29 Concrete Paving Repair 12/20/2012
32 11 23 Flexible Base Courses 12/20/2012
32 11 29 Lime Treated Base Courses 12/20/2012
32 11 33 Cement Treated Base Courses 06/10/2022
32 11 37 Liquid Treated Soil Stabilizer 08/21/2015
32 12 16 Asphalt Paving 6/07/2024
32 12 73 Asphalt Paving Crack Sealants 12/20/2012
00 00 00
TABLE OF CONTENTS
Page 3 of 5
CITY OF FORT WORTH MORNINGSTAR OFFSITE WATER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJ. NUM. 105640
Revised March 7, 2025
32 13 13 Concrete Paving 06/10/2022
32 13 20 Concrete Sidewalks, Driveways and Barrier Free Ramps 12/09/2022
32 13 73 Concrete Paving Joint Sealants 12/20/2012
32 14 16 Brick Unit Paving 12/20/2012
32 16 13 Concrete Curb and Gutters and Valley Gutters 12/09/2022
32 17 23 Pavement Markings 06/10/2022
32 17 25 Curb Address Painting 11/04/2013
32 31 13 Chain Fences and Gates 12/20/2012
32 31 26 Wire Fences and Gates 12/20/2012
32 31 29 Wood Fences and Gates 12/20/2012
32 32 13 Cast-in-Place Concrete Retaining Walls 06/05/2018
32 91 19 Topsoil Placement and Finishing of Roadway Right-of-ways 03/11/2022
32 92 13 Sodding 05/13/2021
32 92 14 Non-Native Seeding 05/13/2021
32 92 15 Native Grass and Wildflower Seeding 10/06/2023
32 93 43 Trees and Shrubs 12/20/2012
Division 33 - Utilities
33 01 30 Sewer and Manhole Testing 09/07/2018
33 01 31 Closed Circuit Television (CCTV) Inspection – Sanitary Sewer 03/11/2022
33 01 32 Closed Circuit Television (CCTV) Inspection – Storm Drain 12/08/2023
33 03 10 Bypass Pumping of Existing Sewer Systems 12/20/2012
33 04 10 Joint Bonding and Electrical Isolation 12/20/2012
33 04 11 Corrosion Control Test Stations 12/20/2012
33 04 12 Magnesium Anode Cathodic Protection System 12/20/2012
33 04 30 Temporary Water Services 07/01/2011
33 04 40 Cleaning and Acceptance Testing of Water Mains 02/06/2013
33 04 50 Cleaning of Pipes 03/11/2022
33 05 10 Utility Trench Excavation, Embedment, and Backfill 12/13/2024
33 05 12 Water Line Lowering 12/20/2012
33 05 13 Frame, Cover and Grade Rings 09/09/2022
33 05 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to
Grade 03/11/2022
33 05 16 Concrete Water Vaults 12/20/2012
33 05 17 Concrete Collars 03/11/2022
33 05 20 Auger Boring 12/20/2012
33 05 21 Tunnel Liner Plate 12/20/2012
33 05 22 Steel Casing Pipe 12/20/2012
33 05 23 Hand Tunneling 12/20/2012
33 05 24 Installation of Carrier Pipe in Casing or Tunnel Liner Plate 12/09/2022
33 05 26 Utility Markers/Locators 12/20/2012
33 05 30 Location of Existing Utilities 12/20/2012
33 11 05 Bolts, Nuts, and Gaskets 12/20/2012
33 11 10 Ductile Iron Pipe 12/09/2022
33 11 11 Ductile Iron Fittings 09/20/2017
33 11 12 Polyvinyl Chloride (PVC) Pressure Pipe 09/09/2022
33 11 13 Concrete Pressure Pipe, Bar-Wrapped, Steel Cylinder Type 03/07/2025
33 11 14 Buried Steel Pipe and Fittings 12/20/2012
33 12 10 Water Services 1-inch to 2-inch 02/14/2017
33 12 11 Large Water Meters 12/20/2012
00 00 00
TABLE OF CONTENTS
Page 4 of 5
CITY OF FORT WORTH MORNINGSTAR OFFSITE WATER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJ. NUM. 105640
Revised March 7, 2025
33 12 20 Resilient Seated Gate Valve 05/06/2015
33 12 21 AWWA Rubber-Seated Butterfly Valves 04/23/2019
33 12 25 Connection to Existing Water Mains 02/06/2013
33 12 30 Combination Air Valve Assemblies for Potable Water Systems 12/20/2012
33 12 40 Fire Hydrants 01/03/2014
33 12 50 Water Sample Stations 12/20/2012
33 12 60 Standard Blow-off Valve Assembly 06/19/2013
33 31 12 Cured in Place Pipe (CIPP) 12/20/2012
33 31 13 Fiberglass Reinforced Pipe for Gravity Sanitary Sewers 12/20/2012
33 31 15 High Density Polyethylene (HDPE) Pipe for Sanitary Sewer 04/23/2019
33 31 20 Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe 09/09/2022
33 31 21 Polyvinyl Chloride (PVC) Closed Profile Gravity Sanitary Sewer
Pipe 12/20/2012
33 31 22 Sanitary Sewer Slip Lining 12/20/2012
33 31 23 Sanitary Sewer Pipe Enlargement 12/20/2012
33 31 50 Sanitary Sewer Service Connections and Service Line 04/26/2013
33 31 70 Combination Air Valve for Sanitary Sewer Force Mains 12/20/2012
33 39 10 Cast-in-Place Concrete Manholes 12/13/2024
33 39 20 Precast Concrete Manholes 12/13/2024
33 39 30 Fiberglass Manholes 12/13/2024
33 39 40 Wastewater Access Chamber (WAC) 12/20/2012
33 39 60 Liners for Sanitary Sewer Structures 04/29/2021
33 41 10 Reinforced Concrete Storm Sewer Pipe/Culverts 07/01/2011
33 41 11 High Density Polyethylene (HDPE) Pipe for Storm Drain 12/20/2012
33 41 12 Reinforced Polyethylene (SRPE) Pipe 11/13/2015
33 41 13 Polypropylene Pipe for Storm Drain 06/10/2022
33 46 00 Subdrainage 12/20/2012
33 46 01 Slotted Storm Drains 07/01/2011
33 46 02 Trench Drains 07/01/2011
33 49 10 Cast-in-Place Manholes and Junction Boxes 12/13/2024
33 49 20 Curb and Drop Inlets 03/11/2022
33 49 40 Storm Drainage Headwalls and Wingwalls 07/01/2011
Division 34 - Transportation
34 41 10 Traffic Signals 03/11/2022
34 41 10.01 Attachment A – Controller Cabinet 12/18/2015
34 41 10.02 Attachment B – Controller Specification 02/2012
34 41 10.03 Attachment C – Software Specification 01/2012
34 41 11 Temporary Traffic Signals 11/22/2013
34 41 13 Removing Traffic Signals 03/11/2022
34 41 20 Roadway Illumination Assemblies 12/20/2012
34 41 20.01 Arterial LED Roadway Luminaires 06/15/2015
34 41 20.02 Freeway LED Roadway Luminaires 06/15/2015
34 41 20.03 Residential LED Roadway Luminaires 06/15/2015
34 41 30 Aluminum Signs 11/12/2013
34 41 50 Single-Mode Fiber Optic Cable 02/26/2016
34 71 13 Traffic Control 03/22/2021
00 00 00
TABLE OF CONTENTS
Page 5 of 5
CITY OF FORT WORTH MORNINGSTAR OFFSITE WATER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJ. NUM. 105640
Revised March 7, 2025
Appendix
GC-4.01 Availability of Lands
GC-4.02 Subsurface and Physical Conditions
GC-4.04 Underground Facilities
GC-6.07 Wage Rates
GC-6.09 Permits and Utilities
GC-6.24 Nondiscrimination
GR-01 60 00 Product Requirements
END OF SECTION
�n�
LACKLANDENGINEERING
MORNINGSTAR OFFSITE - WATER IMPROVEMENTS
ADDENDUM NO. 1
This addendum revises the bid due date for Morningstar Offsite — Water Improvements
public bid. Bids are now due:
Friday, September 26, 2025 at 1:30 PM
Please acknowledge receipt of this addendum by signing below and include this with your
bid.
�
J
Received By
Firm No. F-22775 � 3045 Lackland Road, Fort Worth, TX 76116 � Phone (817) 731-7595 � Fax (817) 377-3951
00 11 13
INVITATION TO BIDDERS
Page 1 of 2
CITY OF FORT WORTH MORNINGSTAR OFFSITE WATER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJ. NUM. 105640
Revised March 20, 2020
SECTION 00 11 13
INVITATION TO BIDDERS
DEVELOPER AWARDED CONTRACTS
FOR PUBLICLY BID PROJECTS ONLY
RECEIPT OF BIDS
All Morningstar Offsite Water bids must be received electronically via Procore on or before
Tuesday, September 9th, 2025, at 2:00pm to be considered by the MUD. Any bids coming after
that date and time, unless the MUD extends the date and time for all bidders, will be rejected.
Mailed or delivered hard copies will not be accepted. The MUD will accept bids for the
completion of the entire project, and the MUD has the right to award this project to a single
bidder.
Bids will be opened publicly and read aloud at 2:00 P.M. CST, Tuesday, September 9th, 2025, in
the Conference Room located on the second floor 3045 Lackland Road, Fort Worth, TX 76116.
A link will also be provided to prospective bidders via Procore to watch the bid opening online.
GENERAL DESCRIPTION OF WORK
The major work will consist of the (approximate) following: The improvements generally to be
made include furnishing all labor, materials, equipment, and performing all work necessary to
construct all Water improvements shown in the Morningstar Offsite Water construction plans.
PREQUALIFICATION
The improvements included in this project must be performed by a contractor who is pre-
qualified by the City at the time of bid opening. The procedures for qualification and pre-
qualification are outlined in the Section 00 21 13 – INSTRUCTIONS TO BIDDERS.
DOCUMENT EXAMINATION AND PROCUREMENTS
The Bidding and Contract Documents may be examined or obtained at no cost starting on June
14, 2025, by calling or emailing Jon Kroehler, P.E. (817.229.4911 or
jkroehler@lacklandholdings.com) who will provide a link to access the documents through
Procore.
Each Procore bid must be accompanied by a PDF file containing a certified cashier’s check, from
a responsible bank in the State of Texas, or a bid bond, issued by a surety legally authorized to do
business in the State of Texas, equal to 5% of the total bid amount. Make the cashier’s check,
certified check, or bid bond payable to Morningstar Municipal Utility District. No hard copies
will be provided.
PREBID CONFERENCE
A prebid conference may be held as described in Section 00 21 13 - INSTRUCTIONS TO
BIDDERS at the following location, date, and time:
DATE: 9/2/2025
TIME: 2:00pm
PLACE: 3045 Lackland Road
Fort Worth, Texas 76116
LOCATION: 2nd Floor Conference Room
00 11 13
INVITATION TO BIDDERS
Page 2 of 2
CITY OF FORT WORTH MORNINGSTAR OFFSITE WATER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJ. NUM. 105640
Revised March 20, 2020
DEVELOPER/CITY'S RIGHT TO ACCEPT OR REJECT BIDS
Developer and MUD reserves the right to waive irregularities and to accept or reject bids.
INQUIRIES
All inquiries relative to this procurement should be addressed to the following:
Attn: Jon Kroehler, P.E., Lackland Engineering
Email: jkroehler@lacklandholdings.com
Phone: 817.229.4911
PLAN HOLDERS
To ensure you are kept up to date of any new information pertinent to this project such as when
an addenda is issued, check your email for new Procore notifications. All updates will be
available via Procore.
ADVERTISEMENT DATES
August 22, 2025
August 29, 2025
END OF SECTION
0o a i o0
DAP BID FORiVI FOR PUBLICLY BID PRO.lECTS ONLY
Page 1 of 3
SECTION 00 41 00
DAP BID FORM FOR PUBLICLY BID PROJECTS ONLY
TO: F.G. Aledo Development, LLC on behalf of the Morningstar MUD
3045 Lackland Road
Fort Worth, TX 76116
FOR: Morningstar North Offsite Water Improvements
City Project No.: 105640
1. Enter Into Agreement
The undersigned Bidder proposes
and agrees, if this Bid is accepted, to enter into an Agreement with Developer 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 Certiiication
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 a11 requirements in the
construction contract.
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 groLip, association, organization, or corporation.
2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false ar
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 anything 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 Developer (b) to establish Bid prices at
artificial non-competitive levels, or (c) to deprive Developer of the benefits of free and
open competition.
CITY OF FORT WORTH
STANDARD CONSTRUCTION BID FORM — DEVELOPER AWARDED PROJECTS 00 41 00 Bid Form — DAP.docx
Form Revised April 2, 2014
a. Water Transmission, Development, 24-inches and smaller
b. Augur Boring - Greater than 24-inch diameter casing and greater
c. Cathodic Protection
00 41 00
U:AP BID fO1L�1 POIt PGBI.ICLY RID P20JGC"CS OSLY
Page 3 o C 3
TOTAL BID
� $4,768,250.00
7. Bid Submittal
This Bid is submitted on September 26°i, 2025, by the entity named belotiv
Respectfully submitted,
By:.� _ -�
(Signature)
Dustin Whitman
(Printed Name)
Title: CEO
Company: Acaciia Services, LLC
Address: 351 W Southlake BLVD
Southlake, 7'X 76092
State of Incorporation: Texas
Email: D�istin@acadiatx.com
Phone: 817-500-9048
Receipt is acknowledged of the
follo�ving Addenda:
Addendum No. 1
� Addendum No. 2
� Addend�nn No. 3
� Addendwn No. 4
GND OF SECTION
Initial
�
CITY OF FORT WORTH
STANDARD CONSTRUCTION BID FORM —DEVELOPER AWARDED PROJECTS 0041 00 Bid Farm — DAP.docx
Form Revised April 2, 2014
ou az aa
nm rRoros,u,
r��� i or i
SECTION 00 42 43
PROPOSALFORM
111�1�i�:7C�3 = �
Unit 1 - Water Improvemeots
Bidlist Item
No.
1
2
3
4
5
6
7
8
9
10
11
12
13
14
l5
16
17
13
19
zo
21
22
23
24
25
26
27
28
29
30
3l
32
Project Item Information
Description
0241.0500 Remove Fence
3231A211 Bazbed Wire Feoce, Metal Posts
3231.0212 Smooth Wire Fence, Metal Posts
3291.0100 Topsoil
3292.0200 Seeding, Bmadcast
3125.0101 SWPPP >_ 1 acre
3312.3002 6" Gate Valve
3311.0441 12" Water Pipe PVC C90� Water Pipe
�33I23005 12" Gate Valve
�3311.0561 16" PVC C905 Water Pipe
�33123006 16" Gate Valve w/ Vault
331 L0661 24" PVC C905 Water Pipe
�3311.0654 24" DIP Water (Reshained 7oints)
� 33052007 24" Water Carrier Pipe
�3305.1107 42" Casing By Other Than Open Cut
0241.1118 4-12" Pressure Plug
0241.1106 16" Pressure Plug
0241.1109 24" Pressure Plu�
�33123008 24" Gate Valve w/ Vault
�3312.6002 6" Blow Off Vah�e
�3312.6003 8" Blow Off Valve
�3312.1002 2" Combination Air Valve Assembly for Water
3312.1004 4" Combination Air Valve Assembty for Water
3311.0001 Ductile Iron Watec Fittings w/ Restraint
3312.0001 Fue Hydtant
�33I 1.0141 6" �Vater Pipe
� 3312.0117 Connection to Existing 4"-12" Water Main
�3312.0109 Connection to Existiog 30" Water Main
� 3305.0109 Trench Safe .ty
�3305A110 Utilityblarkers
3304.0002 Cathodic Protection
3317.0104 Medium Stone Riprap, dry
Bidder's Application
Aiddc�s Proposal
Specification Unit of
Seclion No. Measure
02 41 13
32 31 26
32 31 26
�32 91 19
32 91 19
32 92 13
�33 12 20
�99 99 O1
99 99 02
33 11 12
�33 12 20
33 I I 12
33 I1 12
�33 OS 24
�33 ]220
�0241 14
�02 41 14
�024L 14
33 04 12
33 12 20
33 OS 14
�32 12 60
�33 12 60
�33 12 30
I33 12 30
�33 I I 11
�33 1225
I33 12 40
+33 1 I 12
�33 OS 26
�33 04 12
�31 37 00
LF
LF
LF
CY
SY
LS
EA
LF
EA
LF
EA
LF
LF
LF
LF
EA
EA
EA
EA
EA
EA
EA
EA
TON
EA
LF
EA
EA
LF
LS
LS
SY
Bid
Quanlity
3,725
1,825
1,899
1,120
23,800
1
6
3,284
6
1,823
3
20
6,284
198
198
1
1
t
8
1
3
2
2
I5.0
6
I14
1
I
11,440
21
1
50
Uni[ Price Bid Value
��'� ��; C t's
I r D /il� L'io
(�f R t �►
L �, G, 7_L d
��lO «�t�
Q �� e.o `'� poo
�� �� /O� �'?O
/i0 �/9Zr G�
I � �! �i 3 t� � �s
i �d� ��� y� s
� ,; � or�o (O� youv
�� S� ZTZ f O Y'ZO
�3fo (, t� ,7�.e
�. �io 3cG ir"
l� IIw _.���/e•_
i s, •,o s, ..e
��� I�O qi rred .
ya�ee� Gol o� �oo
I Zy�,.d sy�. �a
�Z1�•e0 �%e��
, y z� ..e
� 3� ee• G 2.eo
' /i���c. /45�� ••..
� GO�` 4 (��Ho
i
� 3, b.o 3, �es
I� e� r�I 21�� o�d
/ ff� �1µm
�� !�� 2 i .�
/�a� �b �
Sub-Total U�t 1 -
Total Bid � �. �/ �f ' � �
�Ot-`-y
l�his 13id is submitted b�� the entitt� named belo���:
131llll1?R: Acadia Services, LLC
351 W Southlake Blvd
Southlake, TX 76092
Contract Timc in Days: 180
BY: �
7Kr-T� ��C�.��..a..�_
't7"I1,1�;:G�d -
U:�"I'I�:: 09/26/2025
Contractur a�,=recs to cumplete ���ORK tor 1� 1\_�L ,�CCI�:P"1���\Cl�: ���ithin 180 «�orking dacs after the date �chen the
CO\1�R_�CI� cnnuuences to run as pro��ided in the General Cunditions.
l:\ll OF SI?C'I'10\
ciTv or r•oaT w�oxrH
STANIDA[iD CONSTRI.'CTIOV SP[CIPI�ATIOY DOC[MEVTS
Rzviszd 9/30/2U21 00 42 47 Bid Propnsal Naha<Lsx
00 43 7 3
BID BOND
Page 1 0( 2
SECTION 00 43 13
BID BQND
KNOW ALL BY THESE PRESENTS:
That we, Acadia Sen•ices. LLC , known as
"Bidder" herein and FCCI Insurance Comnanv a corporate surety
duly authorized to do business in the State of Texas, known as "5urety" herein, are held and firmly bound unto the City
of Fort Worth, a municipal corporation created pursuant to the laws of Texas, known as "City' herein, in the penal sum
of five percent (5%} of Bidder's maximum bid price, in lawful money of the United States, to be paid in FoR Worth,
Tarrant County, Texas for the payment of which sum well and truly to be made, we bind ourselves, our heirs,
executors, administrators, successors and assigns, joint(y and severally, firmly by these presents.
WHEREAS, the Principal has submitted a bid or proposal to perform Work for the following project
designated as WA7ER IMPROVEMENTS TO SERVE MORNINGSTAR 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 Confract in writing with the City in accordance with
the terms of such same, then this obligation shall be and become nul! and void. If, however, the Principal fails to
execute such Contract in accordance with the terms of same or fails to satisfy all requirements and conditions required
for the execution of the Contract, this bond shall become the property of the City, without recourse of the Principal
and/or Surety, not to exceed the penalty hereof, and shall be used to compensate Ciry for the difference between
Principa!'s total bid amount and the next selected bidder's total bid amount.
PROVtDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in Tarrant County,
Texas or the United States District Court for the Northern District of Texas, Fort Worth Division.
IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED this instrument by
duly authorized agents and officers on this the �6th day of Sentember , 2025.
ATTEST: �
.... •
Witness as to Principal
CITY OF FORT WORTH
STANDARD CONSTRUCTtON SPECIFICATlON DOCUMENTS
Revised 9I30/2021
PRWCIPAL:
Acadia Services, LLC
r��
BY:
Signature
��c � �u �i� �
Name and Title
MORNINGSTAR OfFSITE WATER
CI7Y PROJ. NUM. 105fi40
00 4313
BIO BOND
Page 2 of 2
Oa�lr�OQ�-
Witne a to 5urety�"f Kaitlyn Tarango
Attach Power of Attorney (Surety) for Attorney-in-Fact
Address:
SURETY:
BY;
351 W Southlake Blvd
Southlake. TX 76092
FCC;T Tnsurance Comnany
�,�
Signature
� f.�.
--t, .
� :t
i SEai t
iss4 _ f
.'^, F f
���.o
� •�.:.:.. ..
$aiLee Islas, Attornev-in-Fact
Name and TiUe
Address: 6300 University Parkway
5nr:�sc,t.i. Fi. 34240-8�24
Tetephone Number: (800) 226-3224
*Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by laws
showing that this person has authority to sign such obligation. If Surety's physical address is difFerent from
its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract
is awarded.
END OF SECTION
CITY OF FORT WORTH MORNINGSTAR OFFSITE WATER
STANDARD CONSTRUC710N SPECIFICATION �OCUMENTS CITY PROJ, NUM. 165640
Revised 9l30/2021
��
FCCI��.�� z:�<<
C;ROUP
GENERAL POWER OF ATTORNEY
Know al1 men by these presents: That the FCCI Insurance Company, a Corporation organized and existing under
the laws of the State af 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 shafl exceed the sum of (not to exceed $30,000,000.00): $30,000,000.00
This Pawer af Attomey is made and executed by autharity of a Resolution adopted by the Board of Directors. That
resolution also authorized any further action by the �fficers of the Company necessary to effect such transaction.
The signatures below and the seal of the Carporation 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�/�-_--
Christina D. Welch, President
FCCI Insurance Company
State of Florida
County of Sarasata
i�j,,\pn4F' ��'�c.f�.`'
�4� SEAL �_
�.<<OR1�A,.
f 1 ;�,�_
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
�'"..�';�. a�ccrs�ow
•+� • �WonrE9+�l6
'tWndd' 8�iwi�6iw+y2?'.�f
c_�
� � ati, �,:;
Notary Public
Befare me this day personally appeared Christopher 5houcair, who is personally known to me and who executed
the foregoing dacument for the purposes expressed therein.
My commission expires: 2/27/2027 ;�'""''�`; �Y�
r��w+u�a
��Ra*p E�uF.anwr?Tam
CERTIFICATE
�; �' �ti-, �
�, - c�,.,
Notary Public
I, the undersigned Secretary of FCCI Insurance Company, a Florida Corporatian, 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 Directars, referenced in said Power of Attorney, is now in force.
• Dated this 26th day of September
: ". '-:1
� s� �' ��J=�-
�` Christopher Shoucair, EVP, CFO, Treasurer.
` :,",,;°�� ' FCCI Insurance Company
, 2025
Secretary
1-IONA-3592-NA-O4, 7/2021
IIUIP4RTANT NOTICE
To obtain information or make a complaint:
You may call FCCI Insurance Group's (FCCI)` toil-free telephone number for information or to make a complaint
at1-800-226-3224.
You may also write to FCCI Insurance Group Compliance Department e-mail at StateComplaintsCa�fcci-arou�.com.
For Claims, you may write to FCCI Insurance Group Claim Department e-mail at newclaim(a�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.qov
E-mail: ConsumerProtections a�tdi.texas.aov
PREMIUM OR CLAIM DfSPUTES
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: Brie�eld 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.
B. The principal place of business of our company or our parent company or majority owner is
in the State of Texas.,F}�
BIDDER:
/� �a .��. �Lr' �/.;�. �� � L �.
By:
f i.� ,� �c � C�. !�
(Signature)
Title: r��y��'V`
Date: q 2 y 2 r
END OF SECTION
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revised 9/30/2021
MORNINGSTAR OFFSITE WATER
CITY PROJ. NUM. 105640
004512-1
PREQUALIFICATION STATEMENT
Page 1 of 1
1
2
3
4
5
6
7
8
9
10
11
12
13
14
is
16
17
is
19
20
ai
22
23
24
25
26
27
SECTION 00 4512
PREQUALIFICATION STATEMENT
Each Bidder far a City procurement is required to complete the information below by
identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the
major work type(s) listed.
Major Work Prequalification
Type Contractor/Subcontractor Company Name Expiration Date
Water
Transmission,
Development, �� a�rl ,� ✓�/�' 43 � L � L �{� Zo �='�Y �t
24-inches and
smaller
Augur Boring —
Greater than 24-
inch diameter �� r� �'�' � �"° �' �`' "�r j � `' < <�� �b/ Z !�
casing and
greater
Cathodic � o y.� os � v. C',,.ri�.,, ��/( �c 30 ��c y N� p
Protection
The undersigned hereby certifies that the contractors and/or subcontractors described in
the table above are currently prequalified for the work types listed.
BIDDER:
�!w ✓l •' � �L/ v.�` U} Z Z
, C By:
Company `
3 �� �/' Sv��� !�� I?1,,� Signature
Address
S�J ✓ i` G ��O''' i �� �� f7 � Z Title:
City/State/Zip �
Date:
�� �� �
(Please Print)
C � .- �
� � J ,� .�— �
(Please Print)
�a�y, � za24
END OF SECTION
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCL/MENTS
Revised September 30, 2021
MORNINGSTAR OFFSITE WATER
CITY PROJ. NUM. 105640
FORTWORTHo
August 01, 2025
Mr. Brad Catlett
ACADIA SERVICES, LLC
351 W Southlake Blvd
Southlake, TX 76092
PREQUALIFICATION TO BID CITY OF FORT WORTH WATER DEPARTMENT PROJECTS
Dear Mr. Catlett:
Thank you for your submittal of information and data toward prequalification to perform our work.
We are pieased to advise that your prequalification has been finalized. A bid limit $29,505,420.00
has been established for your organization based on the financial data submitted.
Your firm is prequalified to perform the fol{owing work:
-- Wastewater Mains (54" and under) for New Development using Open Cut construction methods
-- Water Mains 36" and under for New Development using Open Cut construction methods
-- Facility work in Lift Stations
The prequalification and bid limit established above will remain current through 4/30/2026
This date was established to be sixteen (16) months from the date of the most recent financial statement
received, unless rescinded for cause.
Should you desire prequalification in the future beyond the aforementioned, submittal of updated financials, work
experience, and equipment list will be necessary for this department to establish a new bid limit. Please be
advised that the plans and documents for the work to be performed must be submitted to and approved by the
City of Fort Worth Water Department.
We appreciate your interest in our work and should you have some question in this or other matters within our
purview, please do not hesitate to contact Mr. John Kasavich at (817)392-8480 or Norma Sauceda at (817)392-
6055.
Yours very truly,
�--
�b�.� �o � �!
�
f�,� Chris Harder, P.E.
Water Director
Foxt Worth
�
an-ame�cacm
�����°�
1964 • 1993 • 20ll
MAIL TO: John Kasavich, P.E.
Fort Worth Water Department
Engineering & Regulatory Services
200 Texas Street
Fort Worth, TX 76102
WATER DEPARTMENT
CAP]"1'AI. llL-1.1�'ERl'
T� ��- Crr�� c��� I�ur,r ��'�nrrr� * 100 Port 1��orth Trail * F�>�i�r A��oirrii, T��:�.�s 76102
817-392-8362 *F:» �17-39?-8195
� Printed on recycled paper
00 45 26 - 1
CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW
Page 1 of 1
1
2
3
4
5
6
7
8
9
10
��
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
SECTION 00 45 26
CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW
Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certiiies that it
provides worker's compensation insurance coverage for all of its employees employed on City
Project No. 105640. Contractor further certifes that, pursuant to Texas Labor Code, Section
406.096(b), as amended, it will provide to City its subcontractor's certificates of compliance with
worker's compensation coverage.
CONTRACTOR:
� � ,` /."t ..I L/' V �'�s.�j i
,,.�
Company
3.5�/ c,/ �0.�4 !� !�
L !,� By:
��� .� Cg� ff
(Please Print)
� .�
Address
Sd � �.� %,C 7G O �'/
City/State/Zip
THE STATE OF TEXAS
COUNTY OF TARRANT
/���� Signature
Title
0
�
�°�� f -.� �
(Please Print)
BEFORE ME, the undersigned authority, on this day personally appeared
%��• �( r�7�'� , irnown to me to be the person whose name is
subscribed to the foregoing instrument, and acknowledged to me that he/she executed the same as
the act and deed of ��,� j���� � �_ � L� for the purposes and
consideration therein expressed and in the capacity therein stated.
1
GIVEN LINDER MY HAND AND SEAL OF OFFICE this Z 3�� day of
,S�.ef-C,�••1vc-„� , 20Z5
� �
Notary Public in and for the State of Texas
38 END OF SECTION _
�� Guillermo Barr__ o���
,�y� y My Commfss(on Expires =
39 �`( �oisi2oz�
Notary ID134594465
CITY OF FORT WORTH MORNINGSTAR OFFSITE WATER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CiTY PROJ. NIJM. 105640
Revised July l, 2011
12/5/2025
working
005243-2
Developer Awazded Project Agreement
Page 2 of4
39 Article 4. CONTRACT PRICE
40 Developer agrees to pay Contractor for performance of the Work in accordance with the Contract
41 Documents an amount in current funds of r��,r �; f(. d.. S�v w. (�.C—�f Dollars
42 ($ �i� 74 fl. 2)'v l. 5; ,�-f� ��S 4� TI►d..t.•l Tw� tlr+��✓l.iC %/' FFi
43 Article 5. CONTRACT DOCUMENTS
44 5.1 CONTENTS:
45
46
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
A. The Contract Documents which comprise the entire agreement between Developer and
Contractor concerning the Work consist of the following:
1. This Agreement.
2. Attachments to this Agreement:
a. Bid Form (As provided by Developer)
1) Proposal Form (DAP Version)
2) Prequalification Statement
3) State and Federal documents (project specific)
b. Insurance ACORD Form(s)
c. Payment Bond (DAP Version)
d. Performance Bond (DAP Version)
e. Maintenance Bond (DAP Version)
f. Power of Attorney for the Bonds
g. Warker's Compensation Affidavit
h. MBE and/or SBE Commitment Form (If required)
3. Standard City General Conditions of the Construction Contract for Developer
Awarded Projects.
4. Supplementary Conditions.
5. Specifications speciiically made a part of the Contract Documents by attachment
or, if not attached, as incorporated by reference and described 'm the Table of
Contents of the Project's Contract Documents.
6. Drawings.
7. Addenda.
8. Documentation submitted by Contractor prior to Notice of Award.
9. The following which may be delivered or issued after the Effective Date of the
Agreement and, if issued, become an incorporated part of the Contract Documents:
a. Notice to Proceed.
b. Change Orders.
c. Letter of Final Acceptance.
CITY OF FORT WORTH MORNINGSTAR OFFSITE WATER
STANDARD CONSTRUCTION SPECIFICATION DOCLTMENTS CITYPROJ. NUM. 105640
Revised June 16, 2016
005243-3
Developer Awarded Project Agreement
Page 3 of4
76 Article 6. INDEMNIFICATION
77
78
79
80
81
82
83
84
85
86
87
88
89
90
91
92
93
94
95
96
97
6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own
egpense, 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 indemnifcation provision is specificallv intended to onerate
and be effective even if it is alleged or proven that all or some of the damages bein�
sought were caused, in whole or in part, bv any act, omission or negligence of the citv.
This indemnity provision is intended to include, without limitation, indemnity for
costs, expenses and legal fees incurred by the city in defending against such claims and
causes of actions.
6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense,
the city, its officers, servants and employees, from and against any and all loss, damage
or destruction of property of the city, arising out of, or alleged to arise out of, the work
and services to be performed by the contractor, its officers, agents, employees,
subcontractors, licensees or invitees under this contract. This indemnification
provision is specificallv intended to oAerate and be effective even if it is alleged or
proven that all or some of the dama�es bein� sought were caused, in whole or in nart,
bv anv act, omission or negli�ence of the citv.
Article 7. MISCELLANEOUS
98 7.1 Terms.
99 Terms used in this Agreement are defined in Article 1 of the Standard City Conditions of
100 the Construction Contract far Developer Awarded Projects.
101 7.2 Assignment of Contract.
102 This Agreement, including all of the Contract Documents may not be assigned by the
103 Contractor without the advanced express written consent of the Developer.
104 7.3 Successors and Assigns.
105 Developer and Contractor each binds itself, its partners, successors, assigns and legal
106 representatives to the other party hereto, in respect to all covenants, agreements and
107 obligations contained in the Contract Documents.
108 7.4 Severability.
109 Any provision or part of the Contract Documents held to be unconstitutional, void or
110 unenfarceable by a court of competent jurisdiction shall be deemed stricken, and all
111 remaining provisions shall continue to be valid and binding upon DEVELOPER and
112 CONTRACTOR.
113 7.5 Governing Law and Venue.
114 This Agreement, including all of the Contract Documents is performable in the State of
115 Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the
116 Northern District of Texas, Fort Worth Division.
CITY OF FORT WORTH MORNINGSTAR OFFSITE WATER
STANDARD CONSTRUCTION SPECIFICATION DOCLTMENTS CITYPROJ. NUM. 105640
Revised June 16, 2016
� OOo43-4
Developer Awazc�,! Project Agjeement
Pa� 4 of 4
�1%
lI8
119
120
121
122
123
124
125
126
7.6 Authoriry to S�n. '
Contractor shall attach evidence of authority to sign Agreement, if o�er than duly
authorized sig.-iatory of the Contractor, i
IN WTTNESS Wf�EtEOF, Developer and Contractor have executed this Agreem.ent in mu tiple
counterparts.
T'his Agreement is effective as of the last date signed by the Parties {"Effective Da�").
Contractor: FG Aledo Development, LLC, By: : TFW Inv�stments,
/ Inc. By: Kim Gill, President, On Be�,�lf of Morningstar
AC�c �•' � % L� v�'c,LJ , �—�.G Ranch MUD No. 2
, � �
By: - �y:
(Sigr ature) (Signature}
�f,�� �� � Kim Gill �
,I
(Printed Name) (Printed Name) �
Titie: /��'z5�`�'� Title: President
CompanyName: Ac„C•� S..s���4��G.cL FG Aledo Development, LLC, By: h' FW Inv�stments,
Inc., On Behalf of Morningstar Ran:� MUD �'o. 2
Address: Address; '
3 g' � � io..4� ���G �(�,.{ 3045 Lackland Road
CitylState/Zip: S•� l �'7�L CitylStatelZip: Fort Worth, TX 7611 t,
l2rS�2vx6
�, ���yl 12/5/2025
Date Date ;
127 '
i
�
I
CTI'Y OF FORT WORTEI
STANDARD CONSTRUCTIO V SPECIFICATION DOCUMENTS
Revised June16,2d16
MORN�'�S7'AR OF��SITE WATER
�ITYPROJ. ?VUM. 105640
5th December 25
5th December
25
5th December 25
December 25
5th
5th December 25
1
2
3
4
5
6
7
8
9
10
11
12
13
14
l5
00G1 19-2
MAINTENANCE BOND
Page 2 of 3
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 borne by the Privcipal and the
Surety under this Maintenance bond; and
PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in
Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort
Worth Division; and
PROVIDED FURTHER, that this obligation shall be continuous in nature and successive
recoveries may be had hereon far successive breaches.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIF'IC:ATION DOCUMENTS
Revised December 8, 2023
MORNINGSTAR OFFSITE WATER
CITY PROJ. NUM. 105(i40
1
5th December
25
5th December 2025
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
at1-800-226-3224.
You may also write to FCCI Insurance Group Compliance Department e-mail at StateComplaints(a�fcci-qroup.com.
For Claims, you may write to FCCI Insurance Group Claim Department e-mail at newclaim(c�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.qov
E-mail: ConsumerProtections(a�tdi.texas.pov
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.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
STANDARD GENERAL CONDITIONS
OF THE CONSTRUCTION CONTRACT
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
STANDAR D GENERAL CONDITIONS OF THE
CONSTRUCTION CONTRACT
TABLE OF CONTENTS
Page
Article 1 – Definitions and Terminology .......................................................................................................... 1
1.01 Defined Ter ms............................................................................................................................... 1
1.02 Terminology .................................................................................................................................. 6
Article 2 – Preliminar y Matters ......................................................................................................................... 7
2.01 Copies of Document s .................................................................................................................... 7
2.02 Commencement of Contract Time; Notice to Proceed ................................................................ 7
2.03 Starting the Work .......................................................................................................................... 8
2.04 Befor e Starting Constructio n ........................................................................................................ 8
2.05 Preconstructio n Conference .......................................................................................................... 8
2.06 Public Meeting .............................................................................................................................. 8
2.07 Initia l Acceptance of Schedules.................................................................................................... 8
Article 3 – Contract Documents: Intent , Amending, Reuse ............................................................................ 8
3.01 Intent.............................................................................................................................................. 8
3.02 Reference Standards...................................................................................................................... 9
3.03 Reporting and Resolving Discrepancies....................................................................................... 9
3.04 Amending and Supplementing Contract Document s ................................................................. 10
3.05 Reuse of Document s ................................................................................................................... 10
3.06 Electronic Dat a............................................................................................................................ 11
Article 4 – Availabilit y o f Lands; Subsurface and Physica l Conditions; Hazardous Environmental
Conditions ; Reference Point s........................................................................................................... 11
4.01 Availabilit y of Lands .................................................................................................................. 11
4.02 Subsurface and Physica l Conditions .......................................................................................... 12
4.03 Differing Subsurface or Physica l Conditions ............................................................................. 12
4.04 Underground Facilitie s ............................................................................................................... 13
4.05 Reference Point s ......................................................................................................................... 14
4.06 Hazardous Environ menta l Conditio n at Sit e .............................................................................. 14
Article 5 – Bond s and Insurance ..................................................................................................................... 16
5.01 Licensed Suretie s and Insurer s ................................................................................................... 16
5.02 Perfor mance, Payment , and Maintenance Bond s....................................................................... 16
5.03 Certificates of Insurance ............................................................................................................. 16
5.04 Contractor’s Insurance ................................................................................................................ 18
5.05 Acceptance of Bond s and Insurance; Optio n to Replace ........................................................... 19
Article 6 – Contractor’s Responsibilitie s ........................................................................................................ 19
6.01 Supervisio n and Superintendence............................................................................................... 19
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
6.02 Labor; Working Hours ................................................................................................................ 20
6.03 Services, Materials, and Equipment ........................................................................................... 20
6.04 Project Schedule.......................................................................................................................... 21
6.05 Substitut es and “Or-Equals” ....................................................................................................... 21
6.06 Concerning Subcontractors, Suppliers, and Others.................................................................... 24
6.07 Wage Rates.................................................................................................................................. 25
6.08 Patent Fees and Royaltie s ........................................................................................................... 26
6.09 Per mit s and Utilitie s .................................................................................................................... 27
6.10 Laws and Regulations ................................................................................................................. 27
6.11 Taxes ........................................................................................................................................... 28
6.12 Use of Sit e and Othe r Areas ....................................................................................................... 28
6.13 Recor d Docu ment s ...................................................................................................................... 29
6.14 Safet y and Protectio n .................................................................................................................. 29
6.15 Safet y Representative.................................................................................................................. 30
6.16 Hazard Co mmunicatio n Programs ............................................................................................. 30
6.17 Emergencies and/o r Rectificatio n............................................................................................... 30
6.18 Submittals .................................................................................................................................... 31
6.19 Continuing the Work................................................................................................................... 32
6.20 Contractor’s General Warrant y and Guarantee .......................................................................... 32
6.21 Indemnificatio n ......................................................................................................................... 33
6.22 Delegation of Professional Design Services .............................................................................. 34
6.23 Right to Audit.............................................................................................................................. 34
6.24 Nondiscriminatio n....................................................................................................................... 35
Article 7 – Other Work at the Sit e................................................................................................................... 35
7.01 Related Work at Sit e ................................................................................................................... 35
7.02 Coordination................................................................................................................................ 36
Article 8 – City’s Responsibilities................................................................................................................... 36
8.01 Co mmunications to Contractor ................................................................................................... 36
8.02 Furnis h Dat a ................................................................................................................................ 36
8.03 Pay Whe n Due ............................................................................................................................ 36
8.04 Lands and Ease ments; Report s and Test s................................................................................... 36
8.05 Change Order s............................................................................................................................. 36
8.06 Inspections, Tests, and Approvals .............................................................................................. 36
8.07 Limitations on Cit y’s Responsibilitie s ....................................................................................... 37
8.08 Undisclose d Hazardous Environ mental Conditio n .................................................................... 37
8.09 Co mplianc e wit h Safet y Program............................................................................................... 37
Article 9 – City’s Observatio n Statu s During Constructio n ........................................................................... 37
9.01 City’s Projec t Manager ……...................................................................................................... 37
9.02 Visit s to Sit e ................................................................................................................................ 37
9.03 Authorized Variations in Work .................................................................................................. 38
9.04 Rejecting Defective Work .......................................................................................................... 38
9.05 Determinations fo r Work Perfor med .......................................................................................... 38
9.06 Decisions on Require ment s of Contract Document s and Acceptabilit y of Work ..................... 38
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
Article 10 – Changes in the Work; Claims; Extr a Work ................................................................................ 38
10.01 Authorize d Changes in the Work ............................................................................................... 38
10.02 Unauthorized Changes in the Work ........................................................................................... 39
10.03 Executio n of Change Order s....................................................................................................... 39
10.04 Extr a Work .................................................................................................................................. 39
10.05 Notificatio n to Suret y.................................................................................................................. 39
10.06 Contract Claims Process ............................................................................................................. 40
Article 11 – Cost of the Work; Allowances; Unit Price Work; Plans Quantit y Measurement...................... 41
11.01 Cost of the Work ......................................................................................................................... 41
11.02 Allowances .................................................................................................................................. 43
11.03 Unit Pric e Work .......................................................................................................................... 44
11.04 Plans Quantit y Measurement ...................................................................................................... 45
Article 12 – Change of Contract Price ; Change of Contract Time................................................................. 46
12.01 Change of Contract Pric e ............................................................................................................ 46
12.02 Change of Contract Time............................................................................................................ 47
12.03 Delays .......................................................................................................................................... 47
Article 13 – Test s and Inspections; Correction, Removal or Acceptance of Defective Work ...................... 48
13.01 Notice of Defects ........................................................................................................................ 48
13.02 Access to Work ........................................................................................................................... 48
13.03 Test s and Inspections .................................................................................................................. 48
13.04 Uncovering Work........................................................................................................................ 49
13.05 Cit y May Stop the Work ............................................................................................................. 49
13.06 Correctio n or Removal of Defective Work ................................................................................ 50
13.07 Correctio n Perio d ........................................................................................................................ 50
13.08 Acceptance of Defective Work................................................................................................... 51
13.09 Cit y Ma y Correct Defective Work ............................................................................................. 51
Article 14 – Payment s to Contractor and Co mpletio n .................................................................................... 52
14.01 Schedule of Values...................................................................................................................... 52
14.02 Progress Payment s ...................................................................................................................... 52
14.03 Contractor’s Warrant y of Title ................................................................................................... 54
14.04 Partia l Utilizatio n ........................................................................................................................ 55
14.05 Fina l Inspectio n ........................................................................................................................... 55
14.06 Final Acceptance......................................................................................................................... 55
14.07 Final Payment.............................................................................................................................. 56
14.08 Final Co mpletio n Delayed and Partia l Retainage Release ........................................................ 56
14.09 Waiver of Clai ms ........................................................................................................................ 57
Article 15 – Suspension of Work and Terminatio n ........................................................................................ 57
15.01 Cit y May Suspend Work............................................................................................................. 57
15.02 Cit y Ma y Terminat e fo r Cause ................................................................................................... 58
15.03 Cit y Ma y Terminat e Fo r Convenience ....................................................................................... 60
Article 16 – Disput e Resolutio n ...................................................................................................................... 61
16.01 Method s and Procedures ............................................................................................................. 61
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
Article 17 – Miscellaneous .............................................................................................................................. 62
17.01 Giving Notic e .............................................................................................................................. 62
17.02 Co mputation of Times ................................................................................................................ 62
17.03 Cumulative Re medie s ................................................................................................................. 62
17.04 Surviva l o f Obligations ............................................................................................................... 63
17.05 Headings ...................................................................................................................................... 63
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 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 Docu ments, the terms listed belo w
have the meanings indicated whic h are applicable to bot h the singular and plural thereof, and
words denoting gender shall include the masculine, fe minine and neuter. Said terms are generally
capitalized or written in italics, but no t always. When used in a context consistent with the
definitio n of a listed-defined term, the term shall have a meaning as defined belo w whether
capitalized or italicized or otherwise. In additio n to terms specifically defined, terms wit h initial
capital letters in the Contract Document s include references to identified articles and paragraphs,
and the titles of other document s or forms.
1. Addenda—Written or graphic instrument s issued prior to the opening of Bids whic h clarify,
correct, or change the Bidding Requirement s or the proposed Contract Documents.
2. Agreement—The written instrument whic h is evidence of the agreement between Cit y and
Contracto r covering the Work.
3. Application for Payment—The for m acceptable to Cit y which is to be used by Contractor
during the course of the Work in requesting progress or fina l payment s and whic h is to be
acco mpanied by such supporting documentation as is required by the Contract Docu ments.
4. Asbestos—An y material that contains more than one percent asbesto s and is friable or is
releasing asbestos fiber s into the air above current actio n levels established by the United States
Occupational Safety and Health Ad ministration.
5. Award – Authorizatio n by the Cit y Council fo r the Cit y to enter int o an Agreement.
6. Bid—The offer or proposal of a Bidder submitted on the prescribed for m setting fort h the
prices fo r the Work to be perfor med.
7. Bidder—The individual or entit y who submit s a Bid directly to City.
8. Bidding Documents—The Bidding Requirement s and the proposed Contract Documents
(including all Addenda).
9. Bidding Requirements—The advertisement or Invitatio n to Bid, Instructions to Bidders, Bid
security of acceptable for m, if any, and the Bid Form wit h any supplements.
10. Business Day – A business day is defined as a day that the Cit y conduct s normal business,
generally Monday throug h Friday, except fo r federal or stat e holidays observed by the City.
11. Calendar Day – A day consisting of 24 hours measured fro m midnight to the next midnight.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 2 of 63
12. Change Order—A document , which is prepared and approved by the City, whic h is signed
by Contractor and Cit y and authorizes an addition, deletion, or revisio n in the Work or an
adjust ment in the Contract Pric e or the Cont ract Time, issued on or after the Effective Date
of the Agreement.
13. City— The Cit y of For t Worth, Texas, a ho me-rule municipal corporation, authorized and
chartered under the Texas Stat e Statutes, acting by it s governing body through it s City
Manager, his designee, or agent s authorized under his behalf, each of whic h is required by
Charter to perform specific duties wit h responsibilit y fo r fina l enforcement of the contracts
involving the Cit y of Fort Wort h is by Charter vested in the Cit y Manager and is the entity
wit h who m Contracto r has entere d int o the Agree ment and for who m the Work is to be
perfor med.
14. City Attorney – The officially appointed Cit y Attorney of the Cit y of Fort Worth, Texas, or
his duly authorized representative.
15. City Council - The duly elected and qualified governing body of the Cit y of Fort Worth,
Texas.
16. City Manager – The officiall y appointed and authorized Cit y Manager of the Cit y of Fort
Worth, Texas, or his duly authorized representative.
17. Contract Claim—A demand or assertion by Cit y or Contractor seeking an adjustment of
Contract Price or Contract Time, or both, or other relie f wit h respect to the terms of the
Contract. A demand fo r money or services by a thir d part y is not a Contract Claim.
18. Contract—The entir e and integrated written document between the Cit y and Contractor
concerning the Work. The Contract contains the Agreement and all Contract Document s and
supersedes prio r negotiations, representations, or agreements, whether writte n or oral.
19. Contract Documents—Those items so designated in the Agreement . All ite ms listed in the
Agreement are Contract Documents. Approved Submittals, other Contractor submittals, and
the report s and drawings of subsurface and physica l conditions ar e no t Contract Docu ments.
20. Contract Price —The moneys payable by Cit y to Contractor fo r co mpletio n of the Work in
accordance wit h the Contract Docu ment s as state d in the Agreement (subjec t to the provisions
of Paragrap h 11.03 in the case of Unit Pric e Work).
21. Contract Time—The number of days or the dates stated in the Agreement to: (i) achieve
Milestones, if any and (ii) co mplet e the Work so that it is ready fo r Fina l Acceptance.
22. Contractor—The individual or entit y wit h whom Cit y has entere d int o the Agreement.
23. Cost of the Work—See Paragraph 11.01 of these General Conditions fo r definition.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 3 of 63
24. Damage Claims – A demand fo r money or services arising fro m the Project or Sit e fro m a
thir d party, Cit y or Contractor exclusive of a Contrac t Claim.
25. Day or day – A day, unless otherwis e defined, shall mean a Calendar Day.
26. Director of Aviation – The officiall y appointed Director of the Aviatio n Department of the
Cit y of Fort Worth, Texas, or his duly appointed representative, assistant, or agents.
27. Directo r of Parks and Communit y Services – The officiall y appointed Director of the Parks
and Co mmunit y Service s Depart ment of the Cit y of Fort Worth, Texas, or his duly appointed
representative, assistant , or agents.
28. Directo r of Planning and Developmen t – The officially appointed Director of the Planning
and Development Depart ment of the Cit y of Fort Worth, Texas, or his duly appointed
representative, assistant , or agents.
29. Director of Transportation Public Works – The officially appointed Director of the
Transportation Public Works Depart ment of the Cit y of Fort Worth, Texas, or his duly
appointed representative, assistant , or agents.
30. Director of Water Department – The officiall y appointed Directo r of the Water Depart ment
of the Cit y of Fort Worth, Texas, or his duly appointed representative, assistant, or agents.
31. Drawings—That part of the Contract Docu ment s prepared or approved by Engineer which
graphically shows the scope, extent , and character of the Work to be perfor med by Contractor .
Submittals are no t Drawing s as so defined.
32. Effective Dat e of the Agreement—The dat e indicate d in the Agreement on whic h it beco mes
effective, but if no such dat e is indicated, it means the dat e on whic h the Agreement is signed
and delivered by the las t of the two partie s to sig n and deliver.
33. Engineer—The licensed professional engineer or engineering fir m registered in the State of
Texas performing professional services fo r the City.
34. Extra Work – Additiona l work made necessary by changes or alterations of the Contract
Document s or of quantities or for other reasons for whic h no prices are provided in the Contract
Documents. Extr a work shall be part of the Work.
35. Field Order — A written order issued by Cit y whic h 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 give n by the Cit y to the Contractor that the Work
specified in the Contract Docu ment s has been co mpleted to the satisfactio n of the City.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 4 of 63
37. Final Inspection – Inspectio n carried out by the Cit y to verify that the Contractor has
co mpleted the Work, and each and every part or appurtenance thereof, fully, entirely, and in
conformance wit h the Contract Documents.
38. General Requirements—Sections of Division 1 of the Contract Documents.
39. Hazardous Environmental Condition—The presence at the Sit e of Asbestos, PCBs,
Petroleum, Hazardous Waste, Radioactive Material, or other materials in such quantities or
circumstances that may present a substantia l danger to persons or property exposed thereto.
40. Hazardous Waste—Hazardous wast e is define d as any solid wast e listed as hazardous or
possesses one or more hazardous characteristics as defined in the federal waste regulations,
as amended fro m 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 court s having
jurisdiction.
42. Liens—Charges, securit y interests, or encumbrances upo n Project funds, real property, or
personal property.
43. Major Item – An Item of work included in the Cont ract Document s that has a total cost equal
to or greater than 5% of the origina l Contract Price or $25,000 whichever is less.
44. Milestone—A principa l event specified in the Contract Document s relating to an inter mediate
Contract Time prior to Fina l Acceptance of the Work.
45. Notice of Award —The written notice by Cit y to the Successful Bidder stating that upon
timely co mpliance by the Successful Bidder wit h the conditions precedent listed therein, City
will sig n and deliver the Agreement.
46. Notice to Proceed—A written notice give n by Cit y to Contractor fixing the date on whic h the
Contract Time will commence to run and on whic h Contractor shall start to perform the Work
specified in Contract Documents.
47. PCBs—Polychlorinated biphenyls.
48. Petroleum—Petroleum, including crude oil or any fractio n thereo f whic h is liquid at standard
conditions of temperature and pressure (60 degrees Fahrenheit and 14.7 pounds per square
inch absolute), such as oil, petroleum, fue l oil, oil sludge, oil refuse, gasoline, kerosene, and
oil mixed wit h other non-Hazardous Waste and crude oils.
49. Plans – See definitio n of Drawings.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 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 duratio n of the activities comprising
the Contractor’s pla n to acco mplis h the Work within the Contract Time.
51. Project —The Work to be performed under the Contract Docu ments.
52. Project Manager—The authorize d representative of the Cit y who will be assigned to the
Site.
53. Publi c Meetin g – An announced meeting conducted by the Cit y to facilitat e public
participatio n and to assist the public in gaining an infor med vie w of the Project.
54. Radioactive Material —Source, special nuclear, or byproduct materia l as defined by the
Ato mic Energy Act of 1954 (42 USC Sectio n 2011 et seq.) as amended fro m time to time.
55. Regular Working Hours – Hours beginning at 7:00 a.m. and ending at 6:00 p.m., Monday
thr u Frida y (excluding lega l holidays).
56. Samples—Physica l example s of materials , equip ment , or work manship that are
representative of so me portio n of the Work and whic h establis h the standards by whic h such
portio n of the Work will be judged.
57. Schedul e of Submittals—A schedule, prepared and maintained by Contractor, of required
submittals and the time requirement s to support scheduled perfor mance of related constructio n
activities.
58. Schedul e of Values—A schedule, prepared and maintained by Contractor, allocating portions
of the Contract Pric e to variou s portions of the Work and used as the basis fo r reviewing
Contractor’s Applications fo r Payment.
59. Site—Lands or areas indicate d in the Contract Docu ment s as being furnished by Cit y upon
whic h the Work is to be performed, including rights -of-way, per mits , and easement s for access
thereto , and suc h other land s furnished by Cit y whic h are designated fo r the use of Contractor.
60. Specifications—That part of the Contract Document s consisting of written requirement s for
materials, equipment , systems, standards and workmanship as applied to the Work, and certain
administrative requirement s and procedural matters applicable thereto. Specifications may be
specifically made a part of the Contract Document s by attachment or, if no t attached, may be
incorporated by reference as indicated in the Table of Content s (Divisio n 00 00 00) o f each
Project.
61. Subcontractor—An individual or entit y having a direct contract wit h Contractor or wit h any
other Subcontractor fo r the perfor mance of a part of the Work at the Site.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 6 of 63
62. Submittals—All drawings, diagrams, illustrations, schedules, and other data or information
whic h are specifically prepared or assembled by or for Contractor and submitted by Contracto r
to illustrat e so me portio n 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 who m City
makes an Award.
65. Superintendent – The representative of the Contractor who is available at all times and able
to receive instructions fro m the Cit y and to act for the Contractor.
66. Supplementary Conditions—That part of the Contract Document s whic h amends or
supplement s these General Conditions.
67. Supplier—A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a
direct contract wit h Contractor or wit h any Subcontractor to furnish materials or equipment
to be incorporated in the Work by Contracto r or Subcontractor.
68. Underground Facilities—All underground pipelines, conduits, ducts, cables, wires,
manholes, vaults, tanks, tunnels, or other such facilitie s or attachments, and any encasements
containing such facilities , including but not limit ed to, thos e that convey electricity, gases,
steam, liquid petroleu m products, telephone or othe r co mmunications , cable television,
water, wastewater, stor m water, other liquid s or chemicals , or traffic or othe r contro l syste ms.
69 Uni t Pric e Work —See Paragrap h 11.03 of these General Conditions fo r definition.
70. Weekend Workin g Hours – Hours beginning at 9:00 a.m. and ending at 5:00 p.m., Saturday,
Sunday or lega l holiday, as approved in advance by the City.
71. Work—The entir e constructio n or the variou s separately identifiable part s thereo f required to
be provided under the Contract Docu ments. Work includes and is the result of performing or
providing all labor, services, and docu mentation necessary to produce such construction
including any Change Order or Field Order, and furnishing, installing, and incorporating all
materials and equipment int o such construction, all as required by the Contract Docu ments.
72. Working Day – A working day is defined as a day, not including Saturdays, Sundays, or legal
holidays authorized by the Cit y fo r contract purposes, in whic h weather or other conditions
not under the contro l of the Contractor will per mit the performance of the principa l unit of
wor k underway fo r a continuous perio d of not les s than 7 hour s 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 no t defined but , when used in
the Bidding Requirement s or Contract Docu ments, have the indicate d meaning.
B. Intent of Certain Terms or Adjectives:
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 7 of 63
1. The Contract Document s include the terms “a s allowed,” “as approved,” “as ordered,” “as
directed” or ter ms 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 actio n or determinatio n of Cit y 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 co mpliance wit h the informatio n in the
Contract Document s and wit h the design concept of the Project as a functioning whole as
shown or indicated in the Contract Document s (unless there is a specific statement indicating
otherwise).
C. Defective:
1. The word “defective,” when modifying the word “Work,” refers to Work that is
unsatis factory, faulty, or deficient in that it:
a. does no t confor m to the Contract Documents; or
b. does no t meet the requirement s 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 combinatio n 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, unles s specifically limited in the
context used.
E. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known
technical or constructio n industry or trade meaning are used in the Contract Document s in
accordance wit h such recognized meaning.
ARTICLE 2 – PRELIMINARY MATTERS
2.01 Copies of Documents
Cit y 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 upo n request at the cost of reproduction.
2.02 Commencement of Contract Time; Notic e to Proceed
The Contract Time will co mmence to run on the day indicated in the Notic e to Proceed. A Notic e to
Proceed may be give n no earlier than 14 days afte r the Effective Dat e of the Agreement , unless agreed
to by both parties in writing.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 8 of 63
2.03 Starting the Work
Contractor shall start to perform the Work on the dat e when the Contract Time commences to run.
No Work shall be done at the Sit e prio r to the dat e on whic h the Contract Time co mmences to run.
2.04 Before Starting Construction
Baseline Schedules: Submit in accordance wit h the Contract Documents, and prio r to starting the
Work.
2.05 Preconstruction Conference
Before any Work at the Sit e is started, the Contractor shall attend a Preconstructio n Conference as
specified in the Contract Docu ments.
2.06 Public Meeting
Contracto r may not mobilize any equipment , materials or resources to the Sit e prio r to the Public
Meeting if scheduled by the City.
2.07 Initial Acceptance of Schedules
No progress payment shall be made to Contractor until acceptable schedules are submitted to Cit y in
accordance wit h the Schedule Specification as provided in the Contract Documents.
ARTICLE 3 – CONTRACT DOCUMENTS: INTENT, AMENDING, REUSE
3.01 Intent
A. The Contract Document s are co mple mentary; what is required by one is as binding as if required
by all.
B. It is the intent of the Contract Document s to describe a functionally co mplet e project (or part
thereof) to be constructed in accordance wit h the Contract Documents. Any labor, documentation,
services, materials, or equip ment that reasonably may be inferred fro m the Contract Document s
or fro m prevailing custo m or trade usage as being required to produce the indicated result will be
provided whether or no t specifically called for, at no additiona l cost to City.
C. Clarifications and interpretations of the Contract Document s shall be issued by City.
D. The Specifications may var y in for m, for mat and style. Some Specification sections may be writte n
in varying degrees of streamlined or declarative style and so me sections may be relatively
narrative by co mparison. Omissio n of such words and phrases as “the Contractor shall,” “in
conformit y 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 part s of a sectio n or articles within a part depending on the for mat of the
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 9 of 63
section. The Contractor shall not take advantage of any variatio n of for m, for mat or style in
making Contract Claims.
E. The cross referencing of specificatio n sect ions under the subparagraph heading “Related
Section s includ e but ar e no t necessarily limite d to:” and elsewhere within each Specification
sectio n 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 coordinat e the entir e Work under the
Contract Docu ment s and provid e a co mplet e Projec t whether or no t the cross referencing is
provided in each sectio n or whether or no t the cross referencing is complete.
3.02 Reference Standards
A. Standards, Specifications, Codes, Laws, and Regulations
1. Reference to standards, specifications, manuals, or codes of any technical society, organization,
or association, or to Laws or Regulations, whether such reference be specific or by implication,
shall mean the standard, specification, manual, code, or Laws or Regulations in effect at the
time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids),
except as may be otherwise specifically stated in the Contract Documents.
2. No provisio n of any such standard, specification, manual, or code, or any instruction of a
Supplier, shall be effective to change the duties or responsibilitie s of City, Contractor, or any
of their subcontractors, consultants, agents , or employees, fro m thos e set fort h in the Contract
Docu ments. No suc h provisio n or instructio n shall be effective to assign to City, or any of its
officers, directors, members, partners, employees, agents, consultants, or subcontractors, any
dut y or authorit y to supervise or direc t the performance of the Work or any dut y or authority
to undertake responsibilit y inconsistent wit h the provisions of the Contract Docu ments.
3.03 Reporting and Resolving Discrepancies
A. Reporting Discrepancies:
1. Contractor’s Review of Contract Documents Before Starting Work : Befor e undertaking each
part of the Work, Contractor shall carefully study and compare the Contract Document s and
check and verify pertinent figures therein agains t all applicable field measurement s and
conditions . Contracto r shall pro mptly report in writing to Cit y any conflict , error, ambiguity,
or discrepancy whic h Contractor discovers, or has actual knowledge of, and shall obtain a
written interpretation or clarificatio n from Cit y be fore proceeding wit h any Work affected
thereby.
2. Contractor’s Review of Contract Documents During Performance of Work: If, during the
perfor mance of the Work, Contractor discovers any conflict , error, ambiguity, or discrepancy
within the Contract Documents, or between the Contract Document s and (a) any applicable
Law or Regulatio n , (b) any standard, specification, manual, or code, or (c) any instructio n of
any Supplier, then Contractor shall promptly report it to Cit y in writing. Contracto r shall not
proceed wit h the Work affected thereby (except in an emergency as required by Paragraph
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 10 of 63
6.17.A) until an amend ment or supplement to the Contract Document s has been issued by
one of the methods indicated in Paragraph 3.04.
3. Contractor shall no t be liable to Cit y for failure to report any conflict, error, ambiguity, or
discrepancy in the Contract Document s unles s 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 Document s shall take precedence in resolving any conflict, error, ambiguity, or
discrepancy between the provisions of the Contract Document s and the provisions of any
standard, specification, manual, or the instruct ion of any Supplier (whet her or not specifically
incorporated by reference in the Contract Documents).
2. In case of discrepancies, figured dimensions shall govern over scaled dimensions, Plans shall
govern over Specifications, Supplementary Conditions shall govern over General Conditions
and Specifications, and quantities shown on the Plans shall govern over those shown in the
proposal.
3.04 Amending and Supplementing Contract Documents
A. The Contract Docu ment s may be amended to provide fo r additions, deletions, and revisions in
the Work or to modify the ter ms and conditions thereo f by a Change Order.
B. The requirement s of the Contract Docu ment s may be supplemented, and mino r variations and
deviations in the Work not involving a change in Contract Pric e or Contract Time, may be
authorized, by one or more of the following ways:
1. A Field Order;
2. City’s revie w of a Submitta l (subjec t to the provisions of Paragrap h 6.18.C); or
3. City’s writte n interpretatio n or clarification.
3.05 Reuse of Documents
A. Contracto r and any Subcontracto r or Supplier shall not:
1. have or acquire any title to or ownership right s in any of the Drawings , Specifications , or
othe r docu ment s (o r copies of any thereof) prepared by or bearing the seal of Engineer,
including electronic media editions ; or
2. reuse any such Drawings, Specifications, other documents, or copies thereo f on extensions of
the Project or any other project without written consent of Cit y and specific written verification
or adaptatio n by Engineer.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 11 of 63
B. The prohibitions of this Paragraph 3.05 will survive final payment , or terminatio n of the
Contract . Nothing herein shall preclude Contractor fro m retaining copies of the Contract
Docu ment s fo r recor d purposes.
3.06 Electronic Data
A. Unles s otherwis e stated in the Supplementar y Conditions, the dat a furnished by Cit y or Engineer
to Contractor, or by Contractor to Cit y or Engineer , that may be relied upon are limited to the
printe d copie s included in the Contract Document s (also known as hard copies) and other
Specifications referenced and locate d on the City’s on-line electronic document management and
collaboratio n system site. File s in electronic media for mat of text , data, graphics, or other typ es
are furnished only fo r the convenience of the receiving party. Any conclusio n or infor matio n
obtained or derived fro m such electronic files will be at the user’s sole risk. If there is a discrepanc y
between the electronic files and the hard copies, the hard copies govern.
B. When transferring document s in electronic media for mat, the transferring part y makes no
representations as to long term co mpatibility, usability, or readabilit y o f document s resulting fro m
the use of softwar e application packages, operating systems, or co mputer hardware differing fro m
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. Cit y shall furnish the Site. Cit y shall notify Contractor of any encumbrances or restrictions no t of
general application but specifically related to use of the Sit e wit h which Contracto r must co mply
in per forming the Work. Cit y will obtain in a timely manner and pay for easement s for permanent
structures or permanent changes in existing facilities.
1. The Cit y has obtained or anticipates acquisit io n of and/o r access to right -of-way, and/or
easements. Any outstanding right -of-way and/o r ease ment s are anticipated to be acquired in
accordance wit h the schedule set fort h in the Supplementary Conditions. The Project Schedule
submitte d by the Contractor in accordance wit h the Contract Docu ment s must consider an y
outstanding right -of-way, and/or easements.
2. The Cit y has or anticipates removing and/or relocating utilities, and obstructions to the Site.
An y outstanding remova l or relocatio n of utilities or obstructions is anticipated in accordance
wit h the schedule set fort h in the Supplementary Conditions . The Projec t Schedule submitted
by the Contractor in accordance wit h the Cont ract Docu ment s must conside r any outstanding
utilitie s or obstructions to be removed, adjusted, and/o r relocated by others.
B. Upo n reasonable writte n request, Cit y shall furnish Contractor wit h a current state ment of record
lega l title and lega l descriptio n of the land s upo n whic h the Work is to be perfor med.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 12 of 63
C. Contractor shall provide fo r all additiona l lands and access thereto that may be required for
constructio n facilities or storage of materials and equip ment.
4.02 Subsurface and Physical Conditions
A. Report s and Drawings: The Supplementary Conditions identify:
1. thos e reports known to Cit y of explorations and test s of subsurface conditions at or
contiguous to the Site; and
2. those drawings known to Cit y of physical conditions relating to existing surface or
subsurface structures at the Sit e (except Underground Facilities).
B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the
accuracy of the “technica l data” contained in such report s and drawings, but such reports and
drawings are no t Contract Documents. Such “technica l data” is identified in the Supplementary
Conditions. Contractor may no t make any Contract Claim against City, or any o f their officers,
directors, members, partners, employees, agents, consultants, or subcontractors wit h respect to:
1. the co mpleteness of such reports and drawings fo r Contractor’s purposes, including, but not
limite d to, any aspect s of the means, methods, techniques, sequences, and procedures of
constructio n to be employed by Contractor, and safety precautions and programs incident
thereto ; or
2. other data, interpretations, opinions, and informatio n contained in such reports or shown or
indicated in such drawings; or
3. any Contractor interpretatio n of or conclusio n drawn fro m any “technical data” or any such
other data, interpretations, opinions, or infor mation.
4.03 Differing Subsurface or Physical Conditions
A. Notice: If Contractor believes that any subsurface or physical conditio n that is uncovered or
revealed either:
1. is of such a nature as to establish that any “technica l data” on whic h 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. differ s materially fro m that shown or indicated in the Contract Documents; or
4. is of an unusual nature, and differ s materially fro m conditions ordinarily encountered and
generally recognized as inherent in work of the character provided fo r in the Contract
Docu ments;
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 13 of 63
then Contractor shall, promptly after beco ming aware thereo f and befor e further disturbing the
subsurface or physical conditions or perfor ming any Work in connectio n therewit h (except in an
emergency as required by Paragraph 6.17.A), notif y Cit y in writing about such condition.
B. Possibl e Price and Time Adjustments
Contracto r shall no t be entitle d to any adjust ment in the Contract Pric e or Contract Time if:
1. Contractor knew of the existence of such conditions at the time Contractor made a final
co mmit ment to Cit y wit h respect to Contract Pric e and Contract Time by the submissio n of a
Bid or beco ming bound under a negotiated contract ; or
2. the existence of such conditio n could reasonably have been discovered or revealed as a result
of the exa minatio n of the Contract Docu ment s or the Site ; or
3. Contracto r faile d to give the writte n notic e as required by Paragraph 4.03.A.
4.04 Underground Facilities
A. Shown or Indicated: The infor matio n and data shown or indicated in the Contract Documents
wit h respect to existing Underground Facilitie s at or contiguous to the Sit e is based on informatio n
and dat a furnished t o Cit y or Engineer by the owner s of such Underground Facilities,
including City, or by others. Unles s it is otherwis e expressly provided in the Supple mentar y
Conditions:
1. Cit y and Engineer shall no t be responsible fo r the accuracy or co mpleteness of any such
infor matio n or dat a provided by others; and
2. the cost of all of the following will be included in the Contract Price, and Contractor shall
have full responsibilit y for:
a. reviewing and checking all such infor matio n and data;
b. locating all Underground Facilitie s shown or indicated in the Contract Documents;
c. coordination and adjust ment of the Work wit h the owner s of such Underground
Facilities, including City, during construction; and
d. the safet y and protection of all such Underground Facilities and repairing any damage
thereto resulting fro m the Work.
B. Not Shown or Indicated:
1. If an Underground Facilit y whic h conflicts wit h the Work is uncovered or revealed at or
contiguous to the Sit e whic h was not shown or indicated, or no t shown or indicated with
reasonable accuracy in the Contract Documents, Contractor shall, promptly after beco ming
aware thereo f and befor e further disturbing conditions affected thereby or perfor ming any
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 14 of 63
Work in connectio n therewith (except in an emergency as required by Paragraph 6.17.A),
identif y the owner of such Underground Facilit y and give notice to that owner and to City.
Cit y will revie w the discovered Underground Facilit y and deter mine the extent , if any, to
whic h a change may be required in the Contract Document s to reflect and document the
consequences of the existence or locatio n of the Underground Facility. Contractor shall be
responsible fo r the safet y and protection of such discovere d Underground Facility.
2. If Cit y concludes that a change in the Contract Docu ment s is required, a Change Order ma y
be issued to reflect and docu ment such consequences.
3. Verificatio n of existing utilities , structures, and servic e lines shall includ e notificatio n of all
utilit y co mpanies a minimum of 48 hour s in advance of constructio n including exploratory
excavatio n if necessary.
4.05 Reference Points
A. Cit y shall provide engineering surveys to est ablish reference point s fo r construction, whic h in
City’s judgment ar e necessary to enable Contractor to proceed wit h the Work. Cit y will provide
constructio n stake s or other custo mary metho d of marking to establish line and grades for roadway
and utilit y construction, centerlines and benchmarks fo r bridgework. Contractor shall protect and
preserve the established reference point s and property monu ments, and shall make no changes or
relocations. Contractor shall report to Cit y whenever any reference point or property monu ment is
lost or destroyed or requires relocatio n because of necessary changes in grades or locations. The
Cit y shall be responsible fo r the replacement or relocation of reference point s or propert y
monu ment s no t carelessly or willfully destroyed by the Contractor. The Contractor shall notify
Cit y in advance and wit h sufficient time to avoid delays.
B. Whenever, in the opinion of the City, any refer ence point or monu ment has been carelessly or
willfully destroyed, disturbed, or removed by the Contractor or any of his employees, the full cost
for replacing such point s plus 25% will be charged against the Contractor, and the full a mount will
be deducted fro m payment due the Contractor.
4.06 Hazardous Environmental Condition at Site
A. Reports and Drawings: The Supplementary Conditions ide ntify those report s and drawings known
to Cit y relating to Hazardous Environment al 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 “technica l data” containe d in such report s and drawings, but suc h reports and
drawing s are no t Contract Docu ments. Such “technica l data” is identified in the Supplementary
Conditions . Contractor may no t make any Contract Claim against City, or any o f their officers,
directors, members, partners, employees, agents, consultants, or subcontractor s wit h respect to:
1. the co mpleteness of such report s and drawings fo r Contractor’s purposes, including , but not
limite d to, any aspect s of the means, methods, techniques, sequences and procedures of
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 15 of 63
constructio n to be employed by Contractor and safety precautions and programs incident
thereto ; or
2. othe r data, interpretations, opinions and informatio n contained in such report s or shown or
indicated in such drawings; or
3. any Contractor interpretatio n of or conclusio n draw n fro m any “technical data” or any such
othe r data, interpretations, opinions or infor mation.
C. Contractor shall no t be responsible fo r any Hazardous Environmental Conditio n uncovered or
revealed at the Sit e whic h was no t shown or indicated in Drawings or Specifications or identified
in the Contract Docu ment s to be withi n the scop e of the Work. Contractor shall be responsible fo r
a Hazardous Environmental Conditio n created wit h any materials brought to the Sit e by
Contractor, Subcontractors, Suppliers, or anyone else fo r who m Contractor is responsible.
D. If Contractor encounters a Hazardous Environmental Conditio n or if Contractor or anyone for
who m Contractor is responsible creates a Hazardous Environmental Condition, Contractor shall
immediately: (i) secure or otherwise isolat e such condition; (ii) sto p all Work in connectio n with
such conditio n and in any area affected thereby (except in an emergency as required by Paragraph
6.17.A); and (iii) notify Cit y (and pro mptly thereafter confir m such notice in writing). Cit y may
consider the necessity to retain a qualified expert to evaluate such conditio n or take corrective
action, if any.
E. Contractor shall not be required to resume Work in connectio n wit h such conditio n or in any
affected area until after Cit y has obtained any required per mit s related theret o and delivered written
notic e to Contractor: (i) specifying that such conditio n and any affected area is or has been
rendered suitable fo r the resumptio n of Work; or (ii) specifying any special conditions under whic h
such Work may be resumed.
F. If after receipt of such written notice Contractor does no t agree to resume such Work based on a
reasonable belief it is unsafe, or does not agree to resu me such Work under such special conditions,
then Cit y may order the portio n of the Work that is in the area affected by such conditio n to be
deleted fro m the Work. Cit y may have such deleted portio n of the Work performed by City’s own
forces or others.
G. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold
harmless City, from and against all claims, costs, losses, and damages (including but not limited
to all fees and charges of engineers, architects, attorneys, and other professional s and all court
or arbitration or other disput e resolution costs) arising out of or relating to a Hazardous
Environmental Condition created by Contractor or by anyone for who m Contractor is responsible.
Nothing in this Paragraph 4.06.G shall obligate Contractor to indemnif y any individual or entity
fro m 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 no t apply to a Hazardous Environmental
Conditio n uncovered or revealed at the Site.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 16 of 63
ARTICLE 5 – BONDS AND INSURANCE
5.01 Licensed Sureties and Insurers
All bonds and insurance required by the Contract Document s to be purchased and maintained by
Contractor shall be obtained fro m suret y or insur ance co mpanies that are duly licensed or authorized
in the State of Texas to issue bonds or insurance policie s fo r the limit s and coverages so required.
Such suret y and insurance co mpanies shall also meet such additional requirement s and qualifications
as may be provided in the Supplementary Conditions.
5.02 Performance, Payment, and Maintenance Bonds
A. Contractor shall furnish performance and payment bonds, in accordance wit h Texas Government
Code Chapter 2253 or successor statute, each in an amount equal to the Contract Price as
security fo r the faithfu l 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 Cit y 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 dat e of Final
Acceptance by the City.
C. All bonds shall be in the for m prescribed by the Contract Document s except as provided otherwise
by Laws or Regulations, and shall be executed by such sureties as are named in the list of
“Co mpanies Holding Certificates of Authorit y as Acceptable Sureties on Federal Bonds and as
Acceptable Reinsuring Co mpanies” as published in Circular 570 (amended) by the Financial
Management Service, Suret y Bond Branch, U.S. Depart ment of the Treasury. All bonds signed by
an agent or attorney-in-fact must be accompanied by a sealed and dated power of attorney whic h
shall sho w that it is effective on the dat e the agent or attorney-in-fact signed each bond.
D. If the suret y on any bond furnished by Contractor is declared bankrupt or beco mes insolvent or it s
right to do business is ter minated in the State of Texas or it ceases to meet the requirement s of
Paragraph 5.02.C, Contractor shall promptly notify Cit y and shall, within 30 days after the event
giving ris e to such notification, provide another bond and surety, bot h of whic h shall co mply wit h
the requirement s of Paragraphs 5.01 and 5.02.C.
5.03 Certificates of Insurance
Contractor shall deliver to City, wit h copies to each additional insured and loss payee identified in the
Supplementary Conditions, certificates of insurance (other evidence of insurance requested by Cit y or
any other additiona l insured) in at least the minimum amount as specified in the Supplementary
Conditions whic h 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 liabilit y policies.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 17 of 63
2. The Contractor’s general liabilit y insurance shall include a, “per project ” or “per location”,
endorsement , whic h shall be identified in the certificat e 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 complet e in it s entirety, and sho w co mplet e insurance carrier names as listed in the current
A.M. Best Property & Casualty Guide
4. The insurer s for all policie s must be licensed and/o r approved to do business in the Stat e of
Texas. Except for workers’ co mpensation, all insurers must have a minimum rating of A-:
VII in the current A. M. Best Key Rating Guide or have reasonably equivalent financial
strengt h and solvency to the satisfactio n of Risk Management . If the rating is belo w that
required, written approval of Cit y is required.
5. All applicable policies shall include a Waiver of Subrogation (Right s of Recovery) in favor
of the City. In addition, the Contractor agrees to waive all right s of subrogation against the
Engineer (if applicable), and each additional insured identified in the Supplementary
Conditions
6. Failur e of the Cit y to demand such certificates or other evidence of full compliance wit h the
insurance requirement s or failur e of the Cit y to identify a deficienc y fro m evidence that is
provided shall not be construed as a waiver of Contractor’s obligatio n to maintain such lines
of insurance coverage.
7. If insurance policie s are no t written for specified coverage limits, an Umbrella or Excess
Liabilit y insurance for any differences is required. Excess Liabilit y shall follo w 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 dat e shall be coincident with
or prio r to the dat e of the effective dat e of the agreement and the certificate of insurance shall
stat e that the coverage is claims-made and the retroactive date. The insurance coverage shall
be maintained fo r the duratio n of the Contract and fo r three (3) years following Final
Acceptance provided under the Contract Documents or for the warrant y period, whichever is
longer . An annual certificate of insurance submitted to the Cit y shall evidence such
insurance coverage.
9. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the
required line s of coverage, nor decrease the limit s 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 deter mined to be unacceptable or the Cit y desire s additiona l insurance coverage,
and the Cit y desire s the contractor/engineer to obtai n such coverage, the contract price shal l
be adjusted by the cost of the premiu m fo r suc h additiona l coverage plu s 10%.
10. An y self-insure d retention (SIR), in excess of $25,000.00, affecting required insurance
coverag e shall be approved by the Cit y in regards to asset valu e and stockholders' equity. In
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 18 of 63
lieu of traditiona l insurance, alternative coverage maintained through insurance pools or risk
retentio n groups, must also be approved by City.
11. An y deductible in excess of $5,000.00, for any polic y that does not provide coverage on a
first -dolla r basis , must be acceptable to and approved by the City.
12. City, at it s sole discretion, reserves the right to revie w the insurance requirement s and to
make reasonable adjust ment s to insurance coverage’s and their limit s when deemed necessary
and prudent by the Cit y based upo n changes in statutory law, court decisio n or the claims
history of the industry as well as o f the contracting party to the City. The Cit y shall be required
to provide prio r notice of 90 days, and the insurance adjustment s shall be incorporated int o the
Work by Change Order.
13. Cit y shall be entitled, upo n writte n request and without expense, to receive copies of policies
and endorsement s thereto and may make any reasonable requests fo r deletio n or revisio n or
modifications of particular polic y terms, conditions, limitations, or exclusions necessary to
conform the polic y and endorsement s to the requirement s of the Contract. Deletions, revisions,
or modifications shall no t be requ ired where polic y provisions are established by law or
regulations binding upo n either part y or the underwriter on any such policies.
14. Cit y shall not be responsible fo r the direct payment of insurance premiu m cost s for
Contractor’s insurance.
5.04 Contractor’s Insurance
A. Workers Compensation and Employers’ Liability. Contractor shall purchase and maintain such
insurance coverage wit h limit s consistent wit h statutory benefit s outlined in the Texas Workers’
Compensation Act (Texas Labor Code, Ch. 406, as amended), and minimum limit s for E mployers’
Liabilit y as is appropriate for the Work being performed and as will provide protection fro m claims
set fort h belo w whic h 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 perfor med by
Contractor, any Subcontractor or Supplier, or by anyone directly o r indirectly employed by any o f
them to perfor m any o f the Work, or by anyone fo r whose acts any of them may be liable:
1. claims under workers’ co mpensation, disabilit y benefits, and other similar employee benefit
acts;
2. claims fo r damages because of bodily injury, occupationa l sickness or disease, or deat h of
Contractor’s employees.
B. Commercial General Liability. Coverag e shall includ e but no t be limite d to covering liability
(bodil y injur y or propert y damage) arising fro m: premises/operations, independent contractors,
products/complete d operations, persona l injury, and liabilit y under an insure d 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 wit h respect to any other
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 19 of 63
insurance or self-insurance programs afforded to the City. The Co mmercia l General Liability
policy, shall have no exclusions by endorse ment s that would alter of nullify premises/operations,
products/complete d operations, contractual, per sona l injury, or advertising injury, whic h are
nor mally contained wit h the policy, unless the Cit y approves such exclusions in writing.
Fo r constructio n project s that present a substa ntia l co mplete d operatio n exposure, the Cit y ma y
requir e the contracto r to maintain co mplete d operations coverage fo r a minimum of no les s than
thre e (3) years following the co mpletio n of the project (if identified in the Supplementary
Conditions).
C. Automobile Liability. A co mmercial business auto polic y shall provide coverage on “any auto”,
defined as auto s owned, hired and non-owned and provide indemnit y fo r claims fo r damages
because bodily injur y or deat h of any perso n and or propert y 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 employe d by any of the m to perfor m any of the Work, or by anyone
fo r whos e act s any of them may be liable.
D. Railroad Protective Liability. If any of the work or any warranty work is within the limit s of
railroad right -of-way, the Contractor shall co mply wit h the requirement s identified in the
Supplementary Conditions.
E. Notification of Policy Cancellation: Contractor shall immediately notify Cit y upo n cancellation
or other loss of insurance coverage. Contractor shall stop work until replacement insurance has
been procured. There shall be no time credit fo r days not worked pursuant to this section.
5.05 Acceptance of Bonds and Insurance; Option to Replace
If Cit y has any objectio n to the coverage afforded by or other provisions of the bonds or insurance
required to be purchased and maintained by the Contractor in accordance wit h Article 5 on the basis
of non-conformance wit h the Contract Documents, the Cit y shall so notify the Contracto r in writing
within 10 Business Days after receipt of the certificates (or other evidence requested). Contractor shall
provide to the Cit y such additional infor matio n in respect of insurance provided as the Cit y may
reasonably request. If Contractor does no t purchase or maintain all of the bond s and insurance required
by the Contract Documents, the Cit y 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 co mpetently and efficiently, devoting
such attentio n thereto and applying such skills and expertise as may be necessary to perform the
Work in accordance wit h the Contract Documents. Contracto r shall be solely responsible fo r the
means, methods, techniques, sequences, and procedures of construction.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 20 of 63
B. At all times during the progress of the Work, Contractor shall assig n a co mpetent, English-
speaking, Superintendent who shall no t be replaced without written notice to City. The
Superintendent will be Contractor’s representative at the Sit e and shall have authorit y to act on
behalf of Contractor. All communicatio n given to or received fro m the Superintendent shall be
binding on Contractor.
C. Contracto r shall notify the Cit y 24 hours prio r to moving areas during the sequence of construction.
6.02 Labor; Working Hours
A. Contractor shall provide competent , suitably qualified personnel to perform constructio n as
required by the Contract Documents. Contractor shall at all times maintain good discipline and
order at the Site.
B. Except as otherwise required fo r the safet y or protectio n of persons or the Work or property at
the Sit e or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work
at the Sit e shall be performed during Regular Working Hours. Contractor will not permit the
perfor mance of Work beyon d Regular Working Hours or for Weekend Working Hours without
City’s written consent (which will no t be unreasonably withheld). Written request (by letter or
electronic communication) to perform Work:
1. for beyond Regular Working Hours request must be made by noo n at least two (2) Business
Days prior
2. fo r Weekend Working Hour s request must be made by noo n of the preceding Thursday
3. for legal holidays request must be made by noo n two Business Days prio r to the legal
holiday.
6.03 Services, Materials, and Equipment
A. Unles s otherwise specified in the Contract Docu ments, Contractor shall provide and assume full
responsibilit y fo r all services, materials, equipment , labor, transportation, constructio n equipment
and machinery, tools , appliances, fuel, power, light , heat , telephone, water, sanitar y facilities,
temporary facilities , and all other facilitie s and incidentals necessary for the performance,
Contracto r required testing , start -up, and co mpletio n of the Work.
B. All materials and equipment incorporated int o the Work shall be as specified or, if not specified,
shall be of good qualit y and new, except as other wis e provided in the Contract Docu ments. 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 report s of
required tests) as to the source, kind , and qualit y of materials and equipment.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 21 of 63
C. All materials and equipment to be incorporated into the Work shall be stored, applied, installed,
connected, erected, protected, used, cleaned, and conditioned in accordance wit h instructions of
the applicable Supplier, except as otherwise may be provided in the Contract Documents.
D. All ite ms of standar d equipment to be incorporated int o the Work shall be the latest model at the
time of bid , unless otherwis e specified.
6.04 Project Schedule
A. Contractor shall adhere to the Project Schedule established in accordance wit h Paragrap h 2.07
and the General Requirement s as it may be adjuste d fro m time to time as provided below.
1. Contractor shall submit to Cit y fo r acceptance (to the extent indicate d in Paragrap h 2.07 and
the General Requirements) proposed adjust ment s in the Projec t Schedule that will not result
in changing the Contract Time. Such adjust ment s will co mply wit h any provisions of the
General Requirement s applicable thereto.
2. Contractor shall submit to Cit y a monthly Project Schedule wit h a monthly progress payment
fo r the duratio n of the Contract in accordance wit h the schedule specification 01 32 16.
3. Proposed adjustment s in the Project Schedule that will change the Contract Time shall be
submitte d in accordance wit h the requirement s of Article 12. Adjust ment s in Contract Time
may only be made by a Change Order.
6.05 Substitutes and “Or-Equals”
A. Whenever an ite m of materia l or equipment is specified or describe d in the Contract Docu ments
by using the na me of a proprietary ite m or the na me of a particula r Supplier, the specificatio n or
descriptio n is intended to establish the typ e, function, appearance, and qualit y required. Unless the
specificatio n or descriptio n contain s or is followe d by words reading that no like , equivalent, o r
“or-equal” ite m or no substitution is permitted, other ite ms of materia l or equip ment of other
Suppliers may be submitted to Cit y fo r revie w under the circumstances described below.
1. “Or-Equal” Items: If in City’s sole discretio n an item of materia l or equip ment 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 Cit y as an “or-equal” item, in which
case revie w and approval of the proposed item may, in City’s sole discretion, be accomplishe d
without co mpliance wit h so me or all of the requirement s fo r approval of proposed substitut e
ite ms. For the purposes of this Paragraph 6.05.A.1, a proposed item of materia l or equipment
will be considered functionally equal to an item so named if:
a. the Cit y determines that:
1) it is at least equal in materials of construction, quality, durability, appearance,
strength, and design characteristics;
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 22 of 63
2) it will reliably perform at least equally well the functio n and achieve the results
imposed by the design concept of the co mpleted Project as a functioning whole; and
3) it has a proven record of performance and availabilit y of responsive service; and
b. Contractor certifies that, if approved and incorporated int o the Work:
1) there will be no increase in cost to the Cit y or increase in Contract Time; and
2) it will conform substantially to the detailed requirement s of the item named in the
Contract Documents.
2. Substitute Items:
a. If in City’s sole discretio n an item of materia l or equipment proposed by Contractor does
not qualify as an “or-equal” ite m under Paragraph 6.05.A.1, it may be submitted as a
proposed substitut e ite m.
b. Contractor shall submit sufficient informatio n as provided belo w to allo w Cit y to determine
if the item of materia l or equipment proposed is essentially equivalent to that named and
an acceptable substitut e therefor . Requests fo r review of proposed substitute items of
materia l or equipment will not be accepted by Cit y fro m anyone other than Contractor.
c. Contractor shall make written application to Cit y fo r review of a proposed substitute item
of material or equip ment that Contractor seeks to furnis h or use. The application shall
co mply wit h Sectio n 01 25 00 and:
1) shall certify that the proposed substitut e item will:
a) perfor m adequately the functions and achieve the result s 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 whic h the use of the proposed substitut e item will prejudice
Contractor’s achievement of final co mpletio n on time;
b) whether use of the proposed substitut e item in the Work will require a change in
any o f the Contract Document s (or in the provisions of any other direct contract
wit h Cit y fo r other work on the Project) to adapt the design to the proposed
substitut e item;
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 23 of 63
c) whether incorporatio n or use of the proposed substitut e item in connectio n with
the Work is subject to payment of any license fee or royalty; and
3) will identify:
a) all variations of the proposed substitut e item from that specified;
b) available engineering, sales, maintenance, repair, and replacement services; and
4) shall contain an itemized estimate of all costs or credit s that will result directly or
indirectly from use of such substitut e item, including cost s of redesign and Damage
Clai ms of other contractors affected by any resulting change.
B. Substitute Construction Methods or Procedures: If a specific means, method, technique, sequence,
or procedure of constructio n is expressly required by the Contract Documents, Contractor may
furnish or utilize a substitut e means, method, technique, sequence, or procedure of constructio n
approved by City. Contractor shall submit sufficient informatio n to allo w 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 Cit y for review in the same
manner as those provided in Paragraph 6.05.A.2.
C. City’s Evaluation: Cit y will be allowed a reasonable time within whic h to evaluate each
proposal or submittal made pursuant to Paragraphs 6.05.A and 6.05.B. Cit y may require Contractor
to furnis h additional dat a about the proposed substitute. Cit y will be the sole judge of acceptability.
No “or-equal” or substitut e will be ordered, installed or utilized until City’s review is co mplete,
whic h will be evidenced by a Change Order in the case of a substitute and an accepted Submitta l
fo r an “or-equal.” Cit y will advise Contractor in writing of it s determination.
D. Special Guarantee: Cit y may require Contractor to furnis h at Contractor’s expense a special
performance guarantee, warranty, or other suret y wit h respect to any substitute. Contractor shall
indemnif y and hold harmless City and anyone directly or indirectly employed by them from and
against any and all claims, damages, losses and expenses (including attorneys fees) arising out of
the use of substituted materials or equipment.
E. City’s Cost Reimbursement: Cit y will record City’s cost s in evaluating a substitute proposed or
submitted by Contractor pursuant to Paragraphs 6.05.A.2 and 6.05.B. Whether or no t City
approves a substitute so proposed or submitted by Contractor, Contractor may be required to
reimburse Cit y fo r evaluating each such proposed substitute. Contractor may also be required to
reimburse Cit y fo r the charges fo r making changes in the Contract Docu ment s (or in the provisions
of any other direct contract wit h City) resulting from the acceptance of each proposed substitute.
F. Contractor’s Expense: Contractor shall provid e all dat a in support of any proposed substitut e or
“or-equal” at Contractor’s expense.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 24 of 63
G. City Substitute Reimbursement: Cost s (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 wit h 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. Contracto r shall no t emplo y any Subcontractor, Supplier, or other individual or entity, whether
initiall y or as a replacement , against who m Cit y may have reasonable objection. Contractor shall
not be required to emplo y any Subcontractor, Supplier, or other individual or entit y to furnish or
perfor m any of the Work against who m Contracto r has reasonable objectio n (excluding those
acceptable to Cit y as indicated in Paragraph 6.06.C).
C. The Cit y may from time to time require the use of certain Subcontractors, Suppliers, or other
individuals or entities on the project , and will provide such requirement s in the Supplementary
Conditions.
D. Minority and Women Business Enterprise Compliance: It is Cit y polic y to ensure the full and
equitable participatio n by Minorit y and Women Business Enterprises (MWBE) in the procurement
of goods and services on a contractual basis. If the Contract Document s provide for MWBE goal,
Contractor is required to co mply wit h the intent of the City’s MWBE Business Enterprise
Ordinance (as amended) by the following:
1. Contractor shall, upo n request by City, provide co mplet e and accurate infor matio n regarding
actual work performed by MWBE on the Contract and payment therefor.
2. Contractor will no t make additions, deletions, or substitutions of accepted MWBE without
written consent of the City. Any unjustified chang e or deletio n shall be a materia l breach of
Contract and may result in debarment in accordance wit h the procedures outlined in the
Ordinance.
3. Contractor shall, upo n request by City, allo w an audit and/o r examinatio n of any books, records,
or file s in the possession of the Contractor that will substantiat e the actual work performed by
MWBE. Materia l misrepresentation of any nature will be grounds for ter minatio n of the
Contract in accordance wit h Paragraph 15.02.A. Any such misrepresentation may be grounds
fo r disqualification of Contractor to bid on future contracts wit h the Cit y fo r a perio d of
not less than three years.
E. Contractor shall be fully responsible to Cit y for all acts and omissions of the Subcontractors,
Suppliers, and othe r individual s or entitie s performing or furnishing any of the Work just as
Contractor is responsible fo r Contractor’s own act s and omissions. Nothing in the Contract
Documents:
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 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 Cit y and any such Subcontractor, Supplier or other
individual or entity; nor
2. shall creat e any obligatio n on the part of Cit y to pay or to see to the payment of any moneys
due any such Subcontractor, Supplier, or other individual or entit y except as may otherwise be
required by Laws and Regulations.
F. Contracto r shall be solely responsible fo r 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 wit h Contractor.
G. All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any
of the Work shall communicate wit h Cit y throug h Contractor.
H. All Work performed for Contracto r by a Subcontractor or Supplier will be pursuant to an
appropriat e agreement between Contractor and t he Subcontractor or Supplier whic h specifically
binds the Subcontracto r or Supplier to the applicable terms and conditions of the Contract
Docu ment s fo r the benefit of City.
6.07 Wage Rates
A. Duty to pay Prevailing Wage Rates. The Contracto r shall co mply wit h all requirement s of
Chapter 2258, Texas Government Code (as amended), including the payment of no t less than the
rates deter mined by the Cit y Council of the Cit y of Fort Worth to be the prevailing wage rates in
accordance wit h Chapter 2258. Such prevailing wage rates ar e include d in these Contract
Docu ments.
B. Penalt y for Violation. A Contracto r or any Subcontracto r who does no t pay the prevailing wage
shall, upon demand made by the City, pay to t he Cit y $60 fo r each worker employed fo r each
calendar day or part of the day that the worker is paid les s than the prevailing wage rates stipulate d
in these contract docu ments. This penalt y shall be retaine d by the Cit y 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 infor mation,
including a co mplaint by a worker , concerning an alleged violatio n of 2258.023, Texas
Government Code, by a Contractor or Subcontractor, the Cit y shall make an initial
determination, befor e the 31st day after the dat e the Cit y receives the infor mation, as to whether
goo d cause exist s to believe that the violatio n occurred. The Cit y shall notify in writing the
Contractor or Subcontractor and any affected worker of it s initia l determination. Upo n the City’s
determinatio n that there is good cause to believe the Contractor or Subcontractor has violated
Chapter 2258, the Cit y shall retain the full amounts claimed by the claimant or claimant s as the
difference between wages paid and wages due under the prevailing wage rates, such amounts bein g
subtracted fro m successive progress payment s pending a final determinatio n of the violation.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 26 of 63
D. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violatio n of Sectio n
2258.023, Texas Government Code, including a penalt y owed to the Cit y or an affected worker,
shall be submitted to binding arbitration in accordance wit h the Texas General Arbitratio n Act
(Article 224 et seq., Revised Statutes) if the Cont ractor or Subcontractor and any affected worker
does no t resolve the issue by agreement befor e the 15t h day after the dat e the Cit y makes it s initia l
determinatio n pursuant to Paragraph C above. If the persons required to arbitrate under this
sectio n do not agree on an arbitrator befor e the 11th day after the dat e that arbitratio n is required,
a district court shall appoint an arbitrator on the petitio n of any of the persons. The Cit y is no t a
party in the arbitr ation. The decisio n and award of the arbitrator is fina l and binding on all partie s
and may be enforced in any court of co mpetent jurisdiction.
E. Records to be Maintained. The Contractor and each Subcontractor shall, fo r a perio d of three (3)
years following the date of acceptance of the work, maintain records that sho w (i) the name and
occupation of each worker employed by the Contractor in the constructio n of the Work provided
for in this Contract ; and (ii) the actual per die m wages paid to each worker. The records shall be
open at all reasonable hours fo r inspectio n 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 it s subcontract s and/or shall
otherwise require all of it s Subcontractors to co mply wit h Paragraphs A through G above.
6.08 Patent Fees and Royalties
A. Contractor shall pay all license fees and royalties and assume all cost s incident to the use in the
perfor mance of the Work or the incorporatio n in the Work of any invention, design, process,
product, or device whic h is the subject of patent right s or copyrights held by others. If a particular
invention, design, process, product, or device is specified in the Contract Documents fo r use in the
perfor mance of the Work and if, to the actual knowledge of City, it s use is subject to patent right s
or copyrights calling fo r the payment of any license fee or royalt y to others, the existence of such
right s shall be disclosed by Cit y in the Contract Documents. Failur e of the City t o disclose such
infor matio n does no t relieve the Contractor fro m it s obligations to pay fo r 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, from and against all claims, costs, losses, and damages (including but not limited
to all fees and charges of engineers, architects, attorneys, and other professional s and al l court
or arbitration or other disput e resolution costs) arisin g out of or relating to any infringement of
patent right s or copyright s incident to the use in the performance of the Wor k or resulting from
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 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 fo r all construction
permit s and licenses except those provided fo r in the Supplementary Conditions or Contract
Documents. Cit y shall assist Contractor, when necessary, in obtaining such permit s and licenses.
Contractor shall pay all governmental charges and inspectio n fees necessary fo r the prosecution o f
the Work whic h are applicable at the time of opening of Bids, or, if there are no Bids, on the
Effective Dat e of the Agreement , except fo r permit s provided by the Cit y as specified in 6.09.B.
Cit y shall pay all charges of utilit y owners fo r connections fo r providing permanent service to the
Work.
B. City obtained permits and licenses. Cit y will obtain and pay for all permit s and licenses as provided
fo r in the Supplementary Conditions or Contract Documents. It will be the Contractor’s
responsibilit y to carry out the provisions of the permit . If the Contractor initiates changes to the
Contract and the Cit y approves the changes, the Contractor is responsible fo r obtaining clearances
and coordinating wit h the appropriate regulatory agency. The Cit y will not reimburse the
Contractor for any cost associated wit h these requirement s of any Cit y acquired permit . The
following are permit s the Cit y will obtain if required:
1. Texas Depart ment of Transportation Permits
2. U.S. Army Corps of Engineers Permits
3. Texas Co mmissio n on Environmental Qualit y Permits
4. Railroad Co mpany Permits
C. Outstanding permits and licenses. The Cit y anticipates acquisitio n of and/o r access to permits
and licenses. An y outstanding permit s and license s are anticipated to be acquired in accordance
wit h the schedule set fort h in the Supplement ary Conditions . The Project Schedule submitte d by
the Contractor in accordance wit h the Contr act Docu ment s must conside r any outstanding permit s
and licenses.
6.10 Laws and Regulations
A. Contracto r shall give all notices required by and shall comply wit h all Laws and Regulations
applicable to the performance of the Work. Except where otherwise expressly required by
applicable Laws and Regulations, the Cit y shall not be responsible fo r monitoring Contractor’s
co mpliance wit h any Laws or Regulations.
B. If Contractor performs any Work knowing or having reason to kno w that it is contrar y to Laws or
Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not limited
to all fees and charges of engineers, architects, attorneys, and other professionals and all
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 28 of 63
court or arbitratio n or other dispute resolutio n costs) arising out of or relating to such Work.
However , it shall not be Contractor’s responsibilit y to make certain that the Specifications and
Drawings are in accordance wit h Laws and Regulat ions, but this shall no t relieve Contractor of
Contractor’s obligations under Paragrap h 3.02.
C. Changes in Laws or Regulations no t 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 organizatio n whic h qualifie s fo r exemptio n pursuant to
Texas Tax Code, Subchapter H, Section s 151.301-335 (as amended), the Contractor may purchase,
rent or lease all materials , supplie s and equipment used or consu med in the performance of thi s
contract by issuing to his supplier an exe mptio n certificat e in lie u of the tax, said exe mptio n
certificat e to co mply wit h Stat e Co mptroller’s Ruling .007. An y such exe mption certificat e issued
to the Contractor in lie u of the tax shall be subject to and shall co mply wit h the provisio n of Stat e
Co mptroller’s Ruling .011, and any other applicable ruling s pertaining to the Texas Tax Code,
Subchapter H.
B. Texas Tax permit s and infor matio n may be obtained fro m:
https://comptroller.texas.gov/taxes/permit/
6.12 Use of Site and Other Areas
A. Limitation on Use of Site and Other Areas:
1. Contractor shall confine construction equipment, the storage of materials and equipment , and
the operations of workers to the Sit e and other areas per mitted by Laws and Regulations, and
shall no t unreasonably encu mber the Sit e and other areas wit h constructio n equipment or other
materials or equip ment . Contractor shall assu me full responsibilit y fo r any damage to any suc h
land or area, or to the owner or occupant thereof, or of any adjacent land or areas resulting
fro m 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 fo r proper execution of the Work, the Cit y may require the Contractor to finis h the
sectio n on whic h operations are in progress before work is co mmenced on any additional
area of the Site.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 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 indemnify and hold harmless City, from and
against all claims, costs, losses, and damages arising out of or relating to any claim or action,
legal or equitable, brought by any such owner or occupant against City.
B. Removal of Debris During Performance of the Work: During the progress of the Work
Contractor shall keep the Sit e and other areas free fro m accumulations of wast e materials, rubbish,
and other debris. Removal and disposal of such wast e materials, rubbish, and other debris shall
conform to applicable Laws and Regulations.
C. Site Maintenance Cleaning: 24 hour s after written notice is given to the Contractor that the
clean-up on the jo b sit e is proceeding in a manner unsatisfactory to the City, if the Contractor fails
to correct the unsatisfactory procedure, the Cit y may take such direct actio n as the City dee ms
appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice
(by letter or electronic communication), and the cost s of such direct action, plus 25 % of such
costs, shall be deducted fro m the monies due or to beco me due to the Contractor.
D. Final Site Cleaning: Prio r to Fina l Acceptance of the Work Contractor shall clea n the Sit e and
the Work and make it ready for utilizatio n by Cit y or adjacent property owner. At the co mpletion
of the Work Contractor shall remove fro m the Sit e all tools , appliances, constructio n equipment
and machinery, and surplus materials and shall restore to original conditio n or better all property
disturbed by the Work.
E. Loading Structures: Contracto r shall not loa d no r per mit any part of any structur e to be loaded
in any manner that will endanger the structure, no r shall Contracto r subjec t any part of the Work
or adjacent propert y to stresses or pressures that will endanger it.
6.13 Record Documents
A. Contractor shall maintain in a safe plac e at the Sit e or in a plac e designated by the Contractor and
approved by the City, one (1) record cop y of all Drawings , Specifications, Addenda, Change
Orders, Field Orders, and written interpretations and clarifications in good order and annotated to
sho w changes made during construction. These recor d document s together wit h all approved
Sample s and a counterpart of all accepted Submittals will be available t o Cit y fo r reference. Upo n
co mpletio n of the Work, these recor d documents, any operatio n and maintenance manuals, and
Submittals will be delivered to Cit y prio r to Fina l Inspection. Contractor shall include accurate
locations fo r buried and imbedded items.
6.14 Safety and Protection
A. Contractor shall be solely responsible fo r initiating, maintaining and supervising all safety
precautions and programs in connectio n wit h the Work. Such responsibilit y does no t relieve
Subcontractors of their responsibilit y fo r the safety of persons or property in the performance of
their work, no r for co mpliance wit h applicable safet y Laws and Regulations. Contractor shall
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 30 of 63
take all necessary precautions fo r the safety of, and shall provide the necessary protection to
prevent damage, injur y or loss to:
1. all persons on the Sit e or who may be affected by the Work;
2. all the Work and materials and equip ment to be incorporated therein, whether in storage on
or off the Site; and
3. other property at the Sit e 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. Contracto r shall comply wit h all applicable Laws and Regulations relating to the safety of
persons or property, or to the protectio n of persons or property fro m 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 utilit y owners when
prosecution of the Work may affect them, and shall cooperate wit h them in the protection,
removal, relocation, and replacement of their property.
C. Contractor shall comply wit h the applicable requirement s of City’s safety programs, if any.
D. Contractor shall infor m Cit y of the specific requ irement s of Contractor’s safet y program, if any,
wit h whic h City’s employees and representatives must co mply 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 entit y directly or indirectly employed by any of them to perform any of the Work, or
anyone fo r whose act s any of them may be liable, shall be remedied by Contractor.
F. Contractor’s duties and responsibilitie s fo r safet y and fo r protectio n of the Work shall continue
until such time as all the Work is completed and Cit y has accepted the Work.
6.15 Safety Representative
Contractor shall infor m Cit y in writing of Contractor’s designated safet y representative at the Site.
6.16 Hazard Communication Programs
Contractor shall be responsible fo r coordinating any exchange of material safet y data sheet s or other
hazard co mmunication infor matio n required to be made available to or exchanged between or among
employers in accordance wit h Laws or Regulations.
6.17 Emergencies and/or Rectification
A. In emergencies affecting the safet y or protection of persons or the Work or property at the Sit e or
adjacent thereto, Contractor is obligated to act to prevent threatened damage, injury, or loss.
Contractor shall give Cit y prompt written notice if Contractor believes that any significant
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 31 of 63
changes in the Work or variations fro m the Contract Docu ment s have been caused thereby or are
required as a result thereo f. If Cit y determines that a change in the Contract Document s is required
because of the actio n 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 fro m the Cit y to rectify any discrepancies,
omissions, or correctio n necessary to confor m wit h the requirement s of the Contract Documents,
the Cit y shall give the Contractor written notice that such work or changes are to be performed.
The written notice shall direct attention to the discrepant conditio n and request the Contractor to
take remedia l actio n to correct the condition. In the event the Contractor does not take positive
steps to fulfill this writte n request, or does no t sho w jus t cause fo r not taking the proper action,
within 24 hours, the Cit y may take such remedia l actio n wit h Cit y forces or by contract. The City
shall deduct an amount equal to the entir e cost s for such remedia l action, plus 25%, fro m any
fund s due or beco me due the Contractor on the Project.
6.18 Submittals
A. Contractor shall submit required Submittals to Cit y for review and acceptance in accordance
wit h the accepted Schedule of Submittals (as required by Paragrap h 2.07). Each sub mitta l will be
identified as Cit y may require.
1. Submit nu mber of copie s specified in the General Requirements.
2. Dat a shown on the Submittals will be co mplet e wit h respect to quantities , dimensions, specifie d
perfor mance and desig n criteria , materials , and simila r dat a to sho w Cit y the services,
materials , and equipment Contracto r proposes to provid e and to enable Cit y to revie w the
infor matio n fo r the li mite d purposes required by Paragraph 6.18.C.
3. Submittals submitte d as herein provided by Contractor and reviewed by Cit y for
conformance wit h the desig n concept shall be executed in conformit y wit h the Contract
Docu ment s unles s otherwis e required by City.
4. When Submittals are submitted for the purpose of showing the installatio n in greater detail,
their review shall not excuse Contractor fro m requirement s shown on the Drawings and
Specifications.
5. For -Infor mation-Only submittals upo n whic h the Cit y is not expected to conduct revie w or
take responsive actio n may be so identifie d in the Contract Docu ments.
6. Submit required nu mber of Sample s specified in the Specifications.
7. Clearly identif y each Sample as to material, Supplier , pertinent dat a such as catalo g nu mbers,
the use fo r whic h intended and othe r dat a as Cit y may require to enable Cit y to revie w the
submitta l fo r the limite d purposes required by Paragraph 6.18.C.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 32 of 63
B. Where a Submittal is required by the Contract Document s or the Schedule of Submittals, any
related Work perfor med prio r to City’s revie w and acceptance of the pertinent submitta l will be
at the sole expense and responsibilit y of Contractor.
C. City’s Review:
1. Cit y will provid e timely revie w of required Submittals in accordance wit h the Schedule of
Submittals acceptable to City. City’s revie w and acceptance will be only to deter mine if the
ite ms covered by the submittals will, after inst allatio n or incorporatio n in the Work, conform
to the in formatio n give n in the Contract Document s and be co mpatible wit h the design concept
of the co mplete d Project as a functioning whole as indicated by the Contract Docu ments.
2. City’s revie w and acceptance will no t extend to means, methods, techniques, sequences, or
procedures of constructio n (except wher e a particula r means, method, technique, sequence,
or procedur e of constructio n is specifically and expressly called fo r by the Contract
Docu ments) or to safet y precautions or programs incident thereto . The revie w and acceptance
of a separat e ite m as such will not indicat e approval of the assembly in whic h the item
functions.
3. City’s review and acceptance shall not relieve Contractor fro m responsibilit y fo r any
variatio n fro m the requirement s of the Contract Docu ment s unles s Contractor has co mplied
wit h the requirement s of Sectio n 01 33 00 and Cit y has give n written acceptance of each
such variatio n by specific written notatio n thereo f incorporated in or accompanying the
Submittal. City’s review and acceptance shall no t relieve Contracto r fro m responsibilit y for
co mplying wit h the require ment s of the Contract Documents.
6.19 Continuing the Work
Except as otherwise provided, Contractor shall carry on the Work and adhere to the Project Schedule
during all disputes or disagreement s wit h City. No Work shall be delayed or postponed pending
resolutio n of any disputes or disagreements, except as Cit y and Contractor may otherwise agree in
writing.
6.20 Contractor’s General Warranty and Guarantee
A. Contractor warrant s and guarantees to Cit y that all Work will be in accordance wit h the Contract
Document s and will no t be defective. Cit y and it s officers, directors, members, partners,
employees, agents, consultants, and subcontractors shall be entitled to rely on representation of
Contractor’s warrant y and guarantee.
B. Contractor’s warrant y and guarantee hereunder excludes defects or damage caused by:
1. abuse, modification, or improper maintenance or operatio n by persons other than Contractor,
Subcontractors, Suppliers, or any other individua l or entit y for who m Contracto r is
responsible ; or
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 33 of 63
2. nor mal wear and tear under normal usage.
C. Contractor’s obligatio n to perform and complet e the Work in accordance wit h the Contract
Document s shall be absolute. None of the following will constitute an acceptance of Work that is
not in accordance wit h the Contract Document s or a release of Contractor’s obligatio n to perform
the Work in accordance wit h the Contract Documents:
1. observations by City;
2. reco mmendatio n or payment by Cit y of any progress or fina l payment;
3. the issuance of a certificate of Final Acceptance by Cit y 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 correctio n of defective Work by City.
D. The Contractor shall remed y any defect s or da mages in the Work and pay fo r any damage to
othe r wor k or propert y resulting therefro m whic h shall appear withi n a perio d of two (2) years
fro m the dat e of Fina l Acceptance of the Work unles s a longer perio d is specified and shall furnis h
a good and sufficient maintenance bond, complying wit h the requirement s of Article
5.02.B. The Cit y will give notic e of observed defects wit h reasonable pro mptness.
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, fro m 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 suc h claim s 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
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 34 of 63
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.
6.22 Delegation of Professional Design Services
A. Contracto r will no t be required to provide professiona l design services unless such services are
specifically required by the Contract Document s fo r a portio n of the Work or unless such services
are required to carr y out Contractor’s responsibilities fo r constructio n means, methods, techniques,
sequences and procedures.
B. If professiona l desig n services or certifications by a desig n professiona l related to systems,
materials or equip ment are specifically required of Contractor by the Contract Documents, City
will specify all performance and desig n criteria that such services must satis fy. 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 pro fessional. Submittals related to the Work designed or certified by
such pro fessional, if prepared by others, shall bear such pro fessional’s written approval when
submitted to City.
C. Cit y shall be entitled to rely upon the adequacy, accuracy and completeness of the services,
certifications or approvals performed by such design professionals, provided Cit y has specified
to Contractor performance and desig n criteria that suc h 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 wit h performance and
desig n criteria give n and the desig n concept expressed in the Contract Documents. City’s review
and acceptance of Submittals (except desig n calculations and design drawings) will be only for
the purpose stated in Paragraph 6.18.C.
6.23 Right to Audit
A. The Contractor agrees that the Cit y shall, until the expiratio n 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 Cit y 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 audit s in co mpliance wit h the provisions of this Paragraph. The Cit y shall
give Contractor reasonable advance notice of intended audits.
B. Contractor further agrees to include in all it s subcontract s hereunder a provisio n to the effect that
the subcontractor agrees that the Cit y shall, until the expiratio n 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 Cit y shall have access during Regular Working Hours to all
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 35 of 63
Subcontractor facilities, and shall be provided adequate and appropriat e work space in order to
conduct audit s in co mpliance wit h the provisions of this Paragraph. The Cit y shall give
Subcontracto r reasonable advance notic e of intended audits.
C. Contractor and Subcontractor agree to photocopy such document s as may be requested by the City.
The Cit y 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 perfor med.
6.24 Nondiscrimination
A. The Cit y is responsible fo r operating Public Transportation Programs and imple menting transit -
related projects, whic h are funded in part wit h Federal financial assistance awarded by the U.S.
Depart ment of Transportatio n and the Federal Transit Ad ministration (FTA), without
discriminating against any perso n in the United States on the basis of race, color , or national origin.
B. Title VI , Civi l Right s Act of 1964 as amended: Contractor shall comply wit h the requirement s of
the Act and the Regulations as further defined in the Supplementary Conditions fo r any project
receiving Federal assistance.
ARTICLE 7 – OTHER WORK AT THE SITE
7.01 Related Work at Site
A. Cit y may perfor m other work related to the Project at the Sit e wit h City’s employees, or other
Cit y contractors, or through other direct cont ract s therefor, or have other work performed by utilit y
owners. If such other work is not noted in the Contract Documents, then written notice thereo f
will be given to Contractor prio r to starting any such other work; and
B. Contractor shall affor d each other contractor who is a party to such a direct contract, each utility
owner, and City, if Cit y is performing other work wit h City’s employees or other City contractors,
proper and safe access to the Site, provide a reasonable opportunity fo r the introduction and storage
of materials and equip ment and the execution of such other work, and properly coordinate the
Work wit h theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be
required to properly connect or otherwise make it s several parts co me together and properly
integrat e wit h such other work. Contractor shall not endanger any work of other s by cutting,
excavating, or otherwise altering such work; provided, however , that Contractor may cut or alter
others' work wit h the written consent of Cit y and the others whose work will be affected.
C. If the proper execution or result s of any part of Contractor’s Work depends upo n work performed
by others under this Article 7, Contractor shall inspect such other work and pro mptly report to
Cit y in writing any delays, defects, or deficienc ies in such other work that render it unavailable
or unsuitable fo r the proper execution and result s of Contractor’s Work. Contractor’s failur e to so
report will constitut e an acceptance of such other work as fit and proper for integratio n with
Contractor’s Work except for latent defects in the work provided by others.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 36 of 63
7.02 Coordination
A. If Cit y intends to contract wit h others for the perfor mance of other work on the Project at the
Site, the following will be set fort h in Supplementary Conditions:
1. the individual or entit y who will have autho rit y and responsibilit y fo r coordination of the
activitie s among the variou s contractors will be identified;
2. the specific matter s to be covered by such authorit y and responsibilit y will be ite mized; and
3. the extent of such authorit y and responsibilitie s will be provided.
B. Unless otherwise provided in the Supplementary Conditions, Cit y shall have authority fo r such
coordination.
ARTICLE 8 – CITY’S RESPONSIBILITIES
8.01 Communications to Contractor
Except as otherwise provided in the Supplementary Conditions, Cit y shall issue all communications
to Contractor.
8.02 Furnish Data
Cit y shall timely furnish the dat a required under the Contract Documents.
8.03 Pay When Due
Cit y shall make payment s to Contractor in accordance wit h Article 14.
8.04 Lands and Easements; Reports and Tests
City’s duties wit h respect to providing lands and easement s and providing engineering surveys to
establish reference point s are set fort h 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 subsurfac e
conditions and drawings of physical conditions relating to existing surface or subsurface structures at
or contiguous to the Sit e that have been utilized by Cit y in preparing the Contract Documents.
8.05 Change Orders
Cit y shall execute Change Orders in accordance wit h Paragraph 10.03.
8.06 Inspections, Tests, and Approvals
City’s responsibilit y wit h respect to certain inspections, tests, and approvals is set fort h in Paragraph
13.03.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 37 of 63
8.07 Limitations on City’s Responsibilities
A. The Cit y shall no t supervise, direct , or have contro l or authorit y over, no r be responsible for,
Contractor’s means, methods, techniques, sequences, or procedures of construction, or the safety
precautions and programs incident thereto, or fo r any failur e of Contractor to co mply wit h Laws
and Regulations applicable to the performance of the Work. Cit y will no t be responsible for
Contractor’s failur e to perfor m the Work in accordance wit h the Contract Documents.
B. Cit y will notify the Contracto r of applicable safet y plans pursuant to Paragraph 6.14.
8.08 Undisclosed Hazardous Environmental Condition
City’s responsibilit y wit h respect to an undisclosed Hazardous Environmental Conditio n is set forth
in Paragraph 4.06.
8.09 Compliance wit h Safety Program
While at the Site, City’s employees and representatives shall comply wit h the specific applicable
requirement s of Contractor’s safety programs of which Cit y has been informed pursuant to
Paragraph 6.14.
ARTICLE 9 – CITY’S OBSERVATION STATUS DURING CONSTRUCTION
9.01 City’s Project Manager
Cit y will provide one or more Project Manager(s) during the constructio n period. The duties and
responsibilities and the limitations of authorit y 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 visit s to the Sit e at intervals appropriate to the various stages
of constructio n as Cit y deems necessary in order to observe the progress that has been made and
the quality of the various aspect s of Contractor’s executed Work. Based on informatio n
obtained during such visit s and observations, City’s Project Manager will determine, in general, if
the Work is proceeding in accordance wit h the Contract Documents. City’s Project Manager will
not be required to make exhaustive or continuous inspections o n the Sit e to check the quality or
quantity of the Work. City’s Project Manager’s efforts will be directed toward providing Cit y a
greater degree of confidence that the co mpleted Work will conform generally to the Contract
Documents.
B. City’s Project Manager’s visit s and observations are subject to all the limitations on authorit y and
responsibilit y in the Contract Document s including those set fort h in Paragraph
8.07.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 38 of 63
9.03 Authorized Variations in Work
City’s Project Manager may authorize mino r variations in the Work fro m the requirement s of the
Contract Docu ment s whic h do no t involve an adjust ment in the Contract Price or the Contract Time
and are co mpatible wit h the design concept of the co mpleted Project as a functioning whole as
indicated by the Contract Docu ments. These may be accomplished by a Field Order and will be
binding on Cit y and als o on Contractor, who shall perfor m the Work involved promptly.
9.04 Rejectin g Defective Work
Cit y will have authority to reject Work whic h Cit y’s Project Manager believes to be defective, or will
not produce a co mplete d Project that conforms t o the Contract Document s or that will prejudice the
integrit y of the design concept of the co mpleted Project as a functioning whole as indicated by the
Contract Documents. Cit y will have authorit y to conduct special inspection or testing of the Work as
provided in Article 13, whether or no t the Work is fabricated, installed, or co mpleted.
9.05 Determinations for Work Performed
Contractor will determine the actual quantities and classifications of Work performed. City’s Project
Manager will review wit h Contractor the preliminary determinations on such matters before rendering
a written reco mmendation. City’s written decisio n will be final (except as modified to reflect changed
factual conditions or more accurat e data).
9.06 Decisions on Requirements of Contract Documents and Acceptability of Work
A. Cit y will be the initia l interpreter of the requirement s of the Contract Document s and judge of the
acceptabilit y of the Work thereunder.
B. Cit y will render a written decisio n on any issue referred.
C. City’s written decisio n 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, Cit y may, at any time or from
time to time, order Extr a Work. Upo n notice of such Extr a Work, Contractor shall promptly
proceed wit h the Work involved whic h will be perfor med under the applicable conditions of the
Contract Docu ment s (except as otherwise specifically provided). Extr a Work shall be
memorialized by a Change Order whic h may or may no t precede an order of Extr a work.
B. Fo r mino r changes of Work no t requiring changes to Contract Time or Contract Price, a Field
Order may be issued by the City.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 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 wit h respect to any work perfor med that is not required by the Contract Document s 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. Cit y and Contractor shall execute appropriat e Change Orders covering:
1. changes in the Work whic h are: (i) ordered by Cit y 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 fo r Work actually performed.
10.04 Extra Work
A. Should a difference arise as to what does or does not constitute Extr a Work, or as to the payment
thereof, and the Cit y insist s upo n it s performance, the Contractor shall proceed wit h the work after
making written request fo r written orders and shall keep accurat e account of the actual reasonable
cost thereof. Contract Claims regarding Extr a Work shall be made pursuant to Paragraph 10.06.
B. The Contractor shall furnish the Cit y such installatio n records of all deviations fro m the original
Contract Document s as may be necessary to enable the Cit y to prepare for permanent record a
corrected set of plans showing the actual installation.
C. The co mpensation agreed upo n for Extr a Work whether or no t initiated by a Change Order shall
be a full, complet e and final payment for all cost s Contractor incurs as a result or relating to the
change or Extr a Work, whether said cost s are known, unknown, foreseen or unforeseen at that
time, including without limitation, any cost s for delay, extended overhead, ripple or impact cost,
or any other effect on changed or unchanged work as a result of the change or Extr a Work.
10.05 Notification to Surety
If the provisions of any bond require notice to be given to a suret y of any change affecting the general
scope of the Work or the provisions of the Contract Document s (including, but not limited to,
Contract Price or Contract Time), the giving of any such notice will be Contractor’s responsibility.
The amount of each applicable bond will be adjusted by the Contractor to reflect the effect of any
such change.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 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 Cit y fo r decis ion. A decisio n by Cit y shall be required as a conditio n
precedent to any exercise by Contractor of any right s 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 Cit y no later than 15 days after the start of the event giving rise thereto. The
responsibilit y to substantiate a Contract Claim shall rest wit h the party making the Contract
Clai m.
2. Notice of the amount or extent of the Contract Clai m, wit h supporting dat a shall be delivered
to the Cit y on or befor e 45 days fro m the start of the event giving rise thereto (unless the City
allows additiona l time fo r Contractor to submit additiona l or more accurat e data in support of
such Contract Claim).
3. A Contract Claim fo r an adjustment in Contract Price shall be prepared in accordance with
the provisions of Paragraph 12.01.
4. A Contract Claim fo r an adjustment in Contract Time shall be prepared in accordance with
the provisions of Paragraph 12.02.
5. Each Contract Claim shall be acco mpanied by Contractor’s written statement that the
adjust ment claimed is the entir e adjust ment to whic h the Contractor believes it is entitled as a
result of said event.
6. The Cit y shall submit any response to the Contracto r within 30 days afte r receipt of the
clai mant’s las t submittal (unles s Contract allow s additiona l time).
C. City’s Actio n: Cit y will revie w each Contract Clai m and, within 30 days after receipt of the last
submitta l 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 Cit y is unable to resolve the Contract Claim if, in the City’s
sole discretion, it would be inappropriate for the Cit y to do so. Fo r purposes of further
resolutio n of the Contract Claim, such notice shall be deemed a denial.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 41 of 63
D. City’s written actio n under Paragraph 10.06.C will be final and binding, unless Cit y or
Contractor invoke the dispute resolutio n procedure set fort h in Article 16 within 30 days of such
actio n or denial.
E. No Contract Claim for an adjustment in Contract Price or Contract Time will be valid if not
submitted in accordance wit h 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 o f all costs, except those excluded in
Paragraph 11.01.B, necessarily incurred and paid by Contractor in the proper performance of the
Work. When the value o f any Work covered by a Change Order, the costs to be reimbursed to
Contractor will be only those additiona l or incre mental cost s required because of the change in the
Work. Such cost s shall not include any of the cost s itemized in Paragraph 11.01.B, and shall
include but no t be limited to the following items:
1. Payroll cost s fo r employees in the direct emplo y of Contractor in the performance of the
Work under schedules of jo b classifications agreed upo n by Cit y and Contractor. Such
employees shall include, without limitation, superintendents, foremen, and other personnel
employed full time on the Work. Payroll cost s fo r employees not employed full time on the
Work shall be apportioned on the basis of their time spent on the Work. Payroll cost s shall
include;
a. salaries wit h a 55% markup, or
b. salaries and wages plus the cost of fringe benefits, whic h shall include socia l security
contributions, unemployment , excise, and payroll taxes, workers’ co mpensation, health
and retirement benefits, bonuses, sick leave, vacation and holida y pay applicable thereto.
The expenses of perfor ming Work outside of Regular Working Hours, Weekend
Working Hours, or lega l 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 constructio n equip ment and machinery, and the part s thereo f whether rented
fro m Contractor or other s in accordance wit h renta l agreement s approved by City, and the
cost s of transportation, loading, unloading, assembly, dis mantling, and removal thereof. All
such cost s shall be in accordance wit h the terms of said rental agreements. The rental of any
such equipment , machinery, or part s shall cease when the use thereo f is no longe r necessary
fo r the Work.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 42 of 63
4. Payment s made by Contractor to Subcontractors fo r Work perfor med by Subcontractors. If
required by City, Contractor shall obtain competitive bid s from subcontractors acceptable to
Cit y and Contractor and shall deliver such bids to City, who will then determine, whic h 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 Contract or’s Cost of the Work and fee as provided in
this Paragraph 11.01.
5. Cost s of special consultant s (including but not limited to engineers, architects, testing
laboratories, surveyors, attorneys, and accountants) employed fo r services specifically related
to the Work.
6. Supplemental cost s including the following:
a. The proportio n of necessary transportation, travel, and subsistence expenses of
Contractor’s employees incurred in discharge of dutie s connected wit h the Work.
b. Cost, including transportation and maintenance, of all materials, supplies, equip ment,
machinery, appliances, office, and temporary facilities at the Site, and hand tools not
owned by the workers, whic h are consumed in the perfor mance of the Work, and cost, less
market value, of such ite ms used but no t consu med which remain the property of
Contractor.
c. Sales, consumer, use, and other similar taxes related to the Work, and fo r which
Contractor is liable not covered under Paragraph 6.11, as imposed by Laws and
Regulations.
d. Deposit s lost fo r causes other than negligence of Contractor, any Subcontractor, or
anyone directly or indirectly employed by any of the m or for whose act s any of them may
be liable, and royalt y payment s and fees fo r permit s and licenses.
e. Losses and damages (and related expenses) caused by damage to the Work, not
co mpensated by insurance or otherwise, sustained by Contractor in connectio n wit h the
perfor mance o f the Work, provided such losses and damages have resulted fro m causes
othe r tha n the negligence of Contractor, any Subcontractor, or anyone directly or indirectl y
employed by any o f them or for whose act s any of them may be liable. Such losses shall
include settle ment s made wit h 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. Mino r expenses such as telegrams, long distance telephone calls, telephone and
co mmunicatio n services at the Site , express and courier services, and similar pett y cash
ite ms in connectio n wit h the Work.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 43 of 63
h. The cost s of premiu ms fo r all bonds and insurance Contractor is required by the Contract
Docu ment s to purchase and maintain.
B. Costs Excluded: The term Cost of the Work shall no t include any of the following items:
1. Payrol l cost s and other co mpensation of Cont ractor’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
Sit e or in Contractor’s principa l or branch office for general administration of the Work and
not specifically included in the agreed upo n schedule of jo b classifications referred to in
Paragrap h 11.01.A.1 or specifically covered by Paragrap h 11.01.A.4, all of whic h are to be
considere d administrative cost s covered by the Contractor’s fee.
2. Expenses of Contractor’s principa l and branch office s other than Contractor’s offic e at the
Site.
3. Any part of Contractor’s capital expenses, including interest on Contractor’s capital
employed fo r the Work and charges against Contractor fo r delinquent payments.
4. Cost s due to the negligence of Contractor, any Subcontractor, or anyone directly or indirectly
employed by any of them or fo r whose act s any of them may be liable , including but not
limite d to, the correctio n of defective Work, disposal of materials or equipment wrongly
supplied, and making good any damage to property.
5. Othe r overhead or general expense cost s of any kind.
C. Contractor’s Fee: When all the Work is performed on the basis of cost-plus, Contractor’s fee
shall be deter mined as set fort h 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 fort h in Paragraph 12.01.C.
D. Documentation: Whenever the Cost of the Work for any purpose is to be determined pursuant to
Paragraphs 11.01.A and 11.01.B, Contractor will establish and maintain records thereo f in
accordance wit h generally accepted accounting practices and submit in a for m acceptable to City
an ite mize d cost breakdown together wit h 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 Document s and shall cause the Work so covered to be
performed for such sums and by such persons or entitie s as may be acceptable to City.
B. Pre-bi d Allowances:
1. Contracto r agrees that:
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 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 cost s fo r unloading and handling on the Site, labor , installation, overhead,
profit , and other expenses conte mplate d fo r t he pre-bid allowances have been included in
the allowances, and no demand fo r additiona l payment on account of any of the
foregoing will be valid.
C. Contingency Allowance: Contractor agrees that a contingenc y allowance, if any, is fo r the sole us e
of City.
D. Prio r to fina l payment , an appropriat e Change Order will be issued to reflect actual amount s due
Contracto r on account of Work covered by allowances, and the Contract Pric e shall be
correspondingly adjusted.
11.03 Uni t Price Work
A. Wher e the Contract Docu ment s provide that all or part of the Work is to be Unit Pric e Work,
initiall y the Contract Pric e will be deemed to includ e fo r all Unit Pric e Work an amount equal to
the sum of the unit pric e fo r each separately identifie d ite m of Unit Pric e Work times the estimated
quantit y of each ite m as indicate d in the Agreement.
B. The estimated quantities of ite ms of Unit Pric e Work are not guaranteed and are solely for the
purpose of co mpariso n of Bids and determining an initia l Contract Price. Determinations of the
actual quantitie s and classifications of Unit Price Work performed by Contractor will be made by
Cit y subject to the provisions of Paragraph 9.05.
C. Each unit price will be deemed to include an amount considered by Contractor to be adequat e to
cover Contractor’s overhead and profit for each separately identified item. Work described in the
Contract Documents, or reasonably inferred as required fo r a functionally co mplet e installation,
but no t 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. Cit y may make an adjust ment in the Contract Price in accordance wit h Paragraph 12.01 if:
1. the quantit y of any ite m 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 adjust ment wit h respect to any other item of Work.
E. Increased or Decreased Quantities: The Cit y reserves the right to order Extr a Work in
accordance wit h Paragraph 10.01.
1. If the changes in quantities or the alterations do no t significantly change the character of
work under the Contract Documents, the altered work will be paid fo r at the Contract unit
price.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 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.
3. If no unit prices exist , this will be considered Extr a Work and the Contract will be amended
by a Change Order in accordance wit h Article 12.
4. A significant change in the character of work occurs when:
a. the character of work for any Item as altered differ s materially in kind or nature fro m that
in the Contract or
b. a Majo r Item of work varies by more than 25% fro m the origina l Contract quantity.
5. When the quantity of work to be done under any Majo r Item of the Contract is more than
125% of the original quantity stated in the Contract , then either part y to the Contract may
request an adjust ment to the unit price on the portio n of the work that is above 125%.
6. When the quantit y of work to be done under any Majo r Item of the Contract is less than 75%
of the original quantity stated in the Contract , then either part y to the Contract may request
an adjustment to the unit price.
11.04 Plans Quantity Measurement
A. Plans quantities may or may no t represent the exact quantit y of work per formed or material moved,
handled, or placed during the execution of the Contract . The estimated bid quantities are
designated as fina l payment quantities, unless revise d by the governing Sectio n 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” fo r specific Items) fro m the total
estimated quantit y for an individual Item originally shown in the Contract Documents, an
adjustment may be made to the quantit y of authorized work done for payment purposes. The part y
to the Contract requesting the adjustment will provide field measurement s and calculations
showing the final quantity for whic h payment will be made. Payment for revised quantit y will be
made at the unit price bid fo r that Item, except as provided fo r in Article 10.
C. When quantities are revised by a change in desig n approved by the City, by Change Order, or to
correct an error, or to correct an erro r on t he 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 quantit y multiplie d by the unit price bid for an individual Item is les s than
$250 and the Item is not originally a plan s quantity Item, then the Item may be paid as a plans
quantit y Item if the Cit y and Contractor agree in writing to fix the fina l quantit y as a plans quantity.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 46 of 63
E. Fo r callout work or non-sit e specific Contracts, the plans quantity measurement requirement s are
not applicable.
ARTICLE 12 – CHANGE OF CONTRACT PRICE; CHANG E 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 deter mined 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 no t covered by unit prices contained in the Contract Documents,
by a mutually agreed lu mp sum or unit price (which may include an allowance fo r overhead
and profit no t necessarily in accordance wit h Paragraph 12.01.C.2), and shall include the cost
of any secondary impacts that are foreseeable at the time of pricing the cost of Extr a Work;
or
3. where the Work involved is not covered by unit prices contained in the Contract Docu ments
and agreement to a lu mp su m or unit price is no t reached under Paragraph 12.01.B.2, on the
basis of the Cost of the Work (deter mined as provided in Paragraph 11.01) plus a Contractor’s
fee fo r overhead and profit (determined as provided in Paragraph 12.01.C).
C. Contractor’s Fee: The Contractor’s additiona l fe e fo r overhead and profit shall be determined as
follows:
1. a mutually acceptable fixed fee; or
2. if a fixed fee is no t agreed upon, then a fee based on the following percentages of the various
portions of the Cost of the Work:
a. fo r costs incurred under Paragraphs 11.01.A.1, 11.01.A.2. and 11.01.A.3, the
Contractor’s additional fee shall be 15 percent except for:
1) rental fees fo r Contractor’s own equip ment using standard rental rates;
2) bond s and insurance;
b. for cost s incurred under Paragraph 11.01.A.4 and 11.01.A.5, the Contractor’s fee shall be
five percent (5%);
1) where one or more tier s of subcontract s are on the basis of Cost of the Work plus a
fee and no fixed fee is agreed upon, the intent of Paragraphs 12.01.C.2.a and
12.01.C.2.b is that the Subcontractor who actually performs the Work, at whatever
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 47 of 63
tier, will be paid a fee of 15 percent of the cost s incurred by such Subcontractor under
Paragraphs 11.01.A.1 and 11.01.A.2 and that any higher tier Subcontractor and
Contractor will each be paid a fee of five percent (5%) of the amount paid to the next
lower tier Subcontractor, however in no case shall the cumulative total of fees paid be
in excess of 25%;
c. no fee shall be payable on the basis of cost s ite mized under Paragraphs 11.01.A.6, and
11.01.B;
d. the amount of credit to be allowed by Contractor to Cit y fo r any change whic h result s in
a net decrease in cost will be the amount of the actua l net decrease in cost plu s a deduction
in Contractor’s fe e 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 extensio n of the Contract Time will be allowed for Extr a Work or for claimed dela y unless the
Extr a Work contemplated or claimed dela y is shown to be on the critical path of the Project
Schedule or Contractor can sho w by Critica l Pat h Metho d analysis ho w the Extr a Work or claimed
dela y adversely affects the critical path.
12.03 Delays
A. Where Contractor is reasonably delayed in the perfor mance or co mplet ion of any part of the
Work within the Contract Time due to dela y beyon d the contro l of Contractor, the Contract Time
may be extended in an amount equal to the time lost due to such dela y if a Contract Claim is made
therefor. Delays beyond the contro l of Cont ractor shall include, but no t be limited to, acts or
neglect by City, act s or neglect of utilit y owners or other contractors performing other work as
contemplated by Article 7, fires, floods, epidemics, abnormal weather conditions, or act s of God.
Such an adjustment shall be Contractor’s sole and exclusive remedy fo r the delays described in
this Paragraph.
B. If Contractor is delayed, Cit y shall no t be liable to Contractor for any claims, costs, losses, or
damages (including but no t li mited to all fees and charges of engineers, architects, attorneys, and
othe r professionals and all court or arbitratio n or other dispute resolutio n costs) sustained by
Contractor on or in connectio n wit h any other project or anticipated project.
C. Contractor shall no t be entitled to an adjustment in Contract Price or Contract Time for delays
within the contro l of Contractor. Delays attributable to and within the contro l of a Subcontractor
or Supplier shall be deemed to be delays within the contro l of Contractor.
D. The Contractor shall receive no co mpensation for delays or hindrances to the Work, except when
direct and unavoidable extra cost to the Contractor is caused by the failur e of the Cit y to provide
infor matio n or material, if any, whic h is to be furnished by the City.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 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 whic h Cit y 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 wit h jurisdictional interests will
have access to the Sit e and the Work at reasonable times fo r their observation, inspection, and testing.
Contractor shall provide them proper and safe conditions fo r such access and advise them of
Contractor’s safet y procedures and programs so that they may comply therewit h as applicable.
13.03 Tests and Inspections
A. Contractor shall give Cit y timely notice of readiness of the Work for all required inspections,
tests, or approvals and shall cooperate wit h inspectio n and testing personnel to facilitate required
inspections or tests.
B. If Contract Documents, Laws or Regulations of any public body having jurisdictio n require any
of the Work (o r part thereof) to be inspected, tested, or approved, Contractor shall assume full
responsibilit y fo r arranging and obtaining such independent inspections , tests, retest s or approvals,
pay all cost s in connectio n therewith, and furnis h Cit y the required certificates of inspectio n or
approval; excepting, however, those fees specifically identified in the Supplementary Conditions
or any Texas Department of Licensure and Regulatio n (TDLR) inspections , whic h shall be paid as
describe d in the Supplementar y Conditions.
C. Contracto r shall be responsible fo r arranging and obtaining and shall pay all cost s in connection
wit h any inspections, tests, re-tests, or approvals required fo r City’s acceptance of materials or
equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment
submitted for approval prio r to Contractor’s purchase thereo f for incorporatio n in the Work.
Such inspections , tests, re-tests, or approvals shall be performed by organizations acceptable to
City.
D. Cit y may arrange fo r the services of an independent testing laborator y (“Testing Lab”) to
perfor m any inspections or test s (“Testing”) fo r any part of the Work, as determined solely by
City.
1. Cit y will coordinate such Testing to the extent possible, wit h Contractor;
2. Should any Testing under this Sectio n 13.03 D result in a “fail”, “did not pass” or other
similar negative result , the Contracto r shall be responsible fo r paying fo r any and all retests.
Contractor’s cancellation without cause of Cit y initiated Testing shall be deemed a negative
result and requir e a retest.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 49 of 63
3. Any amount s owed fo r any retest under this Sectio n 13.03 D shall be paid directly to the
Testing Lab by Contractor. Cit y will forwar d all invoices fo r retest s to Contractor.
4. If Contractor fails to pay the Testing Lab, Cit y will not issue Fina l Payment until the Testing
Lab is paid.
E. If any Work (or the wor k 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 fo r 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 Sectio n 13.03 D.
13.04 Uncovering Work
A. If any Work is covered contrary to the Contract Document s or specific instructions by the City, it
must, if requested by City, be uncovered for City’s observatio n and replaced at Contractor’s
expense.
B. If Cit y consider s it necessary or advisable that covered Work be observed by Cit y or inspected or
tested by others, Contractor, at City’s request, shall uncover, expose, or otherwise make available
fo r observation, inspection, or testing as Cit y may require, that portio n of the Work in question,
furnishing all necessary labor, material, and equipment.
1. 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 resolutio n costs) arising out o f
or relating to such uncovering, exposure, observation, inspection, and testing, and of
satisfactory replacement or reconstructio n (including but not limited to all cost s of repair or
replacement of work of others); or Cit y shall be entitled to accept defective Work in accordance
wit h Paragraph 13.08 in whic h case Contractor shall still be responsible fo r all costs associated
wit h exposing, observing, and testing the defective Work.
2. If the uncovered Work is not found to be defective, Contracto r 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 Contracto r fails to supply sufficient skilled workers or suitable materials
or equip ment , or fails to per form the Work in such a way that the co mpleted Work will conform to
the Contract Documents, Cit y may order Contractor to stop the Work, or any portio n thereo f, until the
cause fo r such order has been eliminated; however, this right of Cit y to stop the Work shall not give
rise to any dut y on the part of Cit y to exercise this right for the benefit of Contractor, any
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 50 of 63
Subcontractor, any Supplier, any other individual or entity, or any suret y for, or employee or agent of
any of them.
13.06 Correction or Remova l of Defective Work
A. Pro mptly afte r receipt of written notice , Contractor shall correct all defective Work pursuant to
an acceptable schedule, whether or no t fabricat ed, installed , or co mpleted, or, if the Work has been
rejected by City, remove it fro m the Projec t and replace it wit h Work that is no t defective.
Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not
limite d to all fee s and charges of engineers, architects, attorneys, and other professionals and all
court or arbitratio n or other dispute resolutio n costs) arising out of or relating to such correction
or removal (including but no t limited to all cost s of repair or replacement of work of others).
Failur e to requir e 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 actio n that would void or otherwise impair City’s special warranty and
guarantee, if any, on said Work.
13.07 Correction Period
A. I f within two (2) years afte r t he dat e of Fina l Acceptance (or such longer perio d 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 Cit y or permitted by Laws and Regulations as contemplated in
Paragraph 6.10.A is found to be defective, Contractor shall promptly, without cost to Cit y and in
accordance wit h 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 fro m the Project and replace it
wit h Work that is not defective, and
4. satisfactorily correct or repair or remove and replac e any damage to othe r Work, to the work
of other s or othe r land or areas resulting therefro m.
B. If Contractor does not pro mptly co mply wit h the ter ms of City’s writte n instructions, or in an
emergency wher e dela y would cause seriou s ris k of los s or damage, Cit y 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 no t limite d to all fee s and charges of engineers,
architects, attorneys , and othe r professionals and all court or other disput e resolutio n costs) arisin g
out of or relating to such correctio n or repair or such remova l and replacement (including but no t
limite d to all cost s of repair or replacement of wor k of others) will be paid by Contractor.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 51 of 63
C. In special circumstances where a particular ite m of equipment is placed in continuous service
befor e Fina l Acceptance of all the Work, the correctio n perio d fo r that item may start to run from
an earlier dat e if so provided in the Contract Docu ments.
D. Wher e defective Work (and damage to other Work resulting therefro m) has been corrected or
removed and replaced under this Paragraph 13.07, the correctio n perio d hereunder wit h respect
to such Work may be required to be extended fo r an additiona l perio d of one yea r afte r the end of
the initia l correctio n period. Cit y shall provid e 30 days written notic e to Contractor should such
additiona l warrant y coverage be required. Contractor may disput e this requirement by filing a
Contract Claim, pursuant to Paragraph 10.06.
E. Contractor’s obligations under this Paragraph 13.07 are in additio n to any other obligatio n 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 limitatio n or repose.
13.08 Acceptance of Defective Work
If, instead of requiring correction or removal and replacement of defective Work, Cit y prefers to
accept it , Cit y may do so . Contractor shall pay all clai ms, 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 resolutio n costs) attributable to City’s evaluatio n of and determinatio n to accept
such defective Work and for the diminished value of the Work to the extent no t otherwise paid by
Contractor. If any such acceptance occurs prio r to Fina l Acceptance, a Change Order will be issued
incorporating the necessary revisions in the Contract Document s wit h respect to the Work, and Cit y
shall be entitled to an appropriat e decrease in the Contract Price, reflecting the diminished value o f
Work so accepted.
13.09 City May Correct Defective Work
A. If Contracto r fails within a reasonable time after written notice from Cit y to correct defective
Work, or to remove and replace rejected Work as required by Cit y in accordance wit h Paragraph
13.06.A, or if Contractor fails to perform the Work in accordance wit h the Contract Documents,
or if Contracto r fails to co mply wit h any other provisio n of the Contract Documents, Cit y may,
after seven (7) days writte n notic e to Contractor, correct , or remedy any such deficiency.
B. In exercising the right s and remedies under this Paragraph 13.09, Cit y shall proceed
expeditiously. In connectio n wit h such cor rective or remedia l action, Cit y may exclude Contractor
fro m all or part of the Site, take possession of all or part of the Work and suspend Contractor’s
services related thereto, and incorporat e in the Work all materials and equipment incorporated in
the Work, stored at the Sit e or for whic h Cit y has paid Contractor but whic h are stored elsewhere.
Contractor shall allo w City, City’s representatives, agents, consultants, employees, and City’s
other contractors, access to the Sit e to enable Cit y to exercise the rights and remedies under this
Paragraph.
C. All claims, costs, losses, and damages (including but not limited to all fees and charges of
engineers, architects, attorneys, and other professionals and all court or other dispute resolution
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 52 of 63
costs) incurred or sustained by Cit y in exercising the right s 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 Document s wit h respect to the Work; and Cit y shall be entitled
to an appropriat e decrease in the Contract Price.
D. Contractor shall not be allowed an extensio n of the Contract Time because of any dela y in the
perfor mance of the Work attributable to the exercise of City’s right s and remedie s under this
Paragrap h 13.09.
ARTICLE 14 – PAYMENTS TO CONTRACTO R AND COMPLETION
14.01 Schedule of Values
The Schedule of Value s fo r lu mp su m contract s established as provided in Paragraph 2.07 will serve
as the basis for progress payment s and will be inc orporated int o a form of Applicatio n for Payment
acceptable to City. Progress payment s on account of Unit Pric e Work will be based on the number of
unit s co mpleted.
14.02 Progress Payments
A. Applications for Payments:
1. Contractor is responsible fo r providing all informatio n as required to beco me a vendo r of the
City.
2. At least 20 days befor e the date established in the General Requirement s fo r each progress
payment , Contractor shall submit to Cit y for review an Applicatio n for Payment filled out and
signe d by Contractor covering the Work co mpleted as of the dat e of the Applicatio n and
acco mpanied by such supporting documentation as is required by the Contract Docu ments.
3. If payment is requeste d on the basis of materials and equipment no t incorporated in the Work
but delivered and suitably stored at the Sit e or at another locatio n agreed to in writing, the
Application fo r Payment shall also be acco mpanied by a bill of sale, invoice, or other
documentation warranting that Cit y has received the materials and equip ment free and clear o f
all Liens and evidence that the materia ls and equipment are covered by appropriate insurance
or other arrangement s to protect Cit y’s interest therein, all of whic h must be satisfactory to
City.
4. Beginning wit h the second Applicatio n fo r Payment, each Applicatio n shall include an affidavit
of Contracto r stat ing that previous progress payment s received on account of the Work have
been applied on account to discharge Contractor’s legitimate obligations associated wit h prio r
Applications fo r Payment.
5. The amount of retainage wit h respect to progress payment s will be as described in
subsection C. unless otherwise stipulated in the Contract Documents.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 53 of 63
B. Review of Applications:
1. Cit y will, after receipt of each Application fo r Payment , eithe r indicate in writing a
reco mmendatio n of payment or retur n the Applicatio n 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 Applicatio n for Payment will be based on
City’s observations of the executed Work, and on City’s revie w of the Applicatio n for Payment
and the acco mpanying dat a and schedules, that to the best of City’s knowledge:
a. the Work has progressed to the point indicated;
b. the qualit y of the Work is generally in accordance wit h the Contract Document s (subject
to an evaluatio n of the Work as a funct ioning whole prio r to or upo n Fina l Acceptance, the
result s of any subsequent test s called fo r in the Contract Docu ments, a final deter minatio n
of quantitie s and classificat ions fo r Work performed under Paragrap h 9.05, and any other
qualifications stated in the reco mmendation).
3. Processing any such payment will no t thereby be deemed to have represented that:
a. inspections made to check the quality or the quantit y 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 Cit y
in the Contract Documents; or
b. there may not be other matters or issues bet ween the parties that might entitle Contractor
to be paid additionall y by Cit y or entitle Cit y to withhold payment to Contractor; or
c. Contractor has co mplied wit h Laws and Regulations applicable to Contractor’s performance
of the Work.
4. Cit y may refuse to process the whole or any part of any payment because of subsequently
discovered evidence or the result s of subsequent inspections or tests, and revise or revoke
any such payment previously made, to such ext ent as may be necessary to protect Cit y from
loss because:
a. the Work is defective or co mpleted Work has been damaged by the Contracto r 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. Cit y has been required to correct defective Work or co mplet e Work in accordance with
Paragraph 13.09; or
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 54 of 63
e. Cit y has actual knowledge of the occurrence of any of the events enumerated in
Paragraph 15.02.A.
C. Retainage:
1. Fo r contract s less than $400,000 at the time of execution, retainage shall be ten percent
(10%).
2. Fo r contract s greater than $400,000 at the time of execution, retainage shall be five percent
(5%).
D. Liquidated Damages. Fo r each calendar day that any work shall remain unco mpleted after the
time specified in the Contract Docu ments, the sum per day specified in the Agreement will be
assessed against the monie s due the Contractor, no t as a penalty, but as damages suffered by the
City.
E. Payment : Contractor will be paid pursuant to the requirement s of this Article 14 and payment
will beco me due in accordance wit h the Contract Docu ments.
F. Reduction in Payment:
1. Cit y may refuse to make payment of the amount requested because:
a. Liens have been filed in connectio n wit h the Work, except where Contractor has delivered
a specific bond satisfactory to Cit y to secure the satisfaction and discharge of such Liens;
b. ther e are other ite ms entitling Cit y to a set -off against the amount reco mmended; or
c. Cit y 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 Cit y refuse s to make payment of the amount requested, Cit y will give Contracto r written
notic e stating the reasons fo r such actio n and pay Contractor any amount remaining after
deduction of the amount so withheld . Cit y shall pay Contractor the amount so withheld, or any
adjustment thereto agreed to by Cit y and Contractor, when Contractor remedie s the reasons
fo r such action.
14.03 Contractor’s Warranty of Title
Contractor warrant s and guarantees that title to all Work, materials, and equipment covered by any
Applicatio n for Payment , whether incorporated in the Project or not , will pass to Cit y no later than the
time of payment free and clear of all Liens.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 55 of 63
14.04 Partial Utilization
A. Prio r to Final Acceptance of all the Work, Cit y may use or occupy any part of the Work whic h
has specifically been identified in the Contract Docu ments, or which City determines constitutes
a separately functioning and usable part of the Work that can be used for it s intended purpose
without significant interference wit h Contractor’s performance of the remainder of the Work. Cit y
at any time may notify Contractor in writing to permit Cit y to use or occupy any such part of the
Work whic h Cit y determines to be ready fo r its intended use, subject to the following conditions:
1. Contractor at any time may notify Cit y in writing that Contractor consider s any such part of
the Work ready fo r it s intended use.
2. Within a reasonable time after notificatio n as enu merated in Paragraph 14.05.A.1, Cit y and
Contractor shall make an inspection of that part of the Work to determine it s status of
co mpletion. If Cit y does no t consider that part of the Work to be substantially complete, City
will notify Contractor in writing giving the reasons therefor.
3. Partia l Utilizatio n will no t constitut e Final Acceptance by City.
14.05 Final Inspection
A. Upo n written notice fro m Contractor that the entir e Work is Substantially Complet e in
accordance wit h the Contract Documents:
1. Within 10 days, Cit y will schedule a Final Inspectio n wit h Contractor.
2. Cit y will notify Contractor in writing of all particulars in whic h this inspectio n reveals that
the Work is inco mplet e or defective (“Punch List Items”). Contractor shall immediately take
such measures as are necessary to co mplet e such Work or remedy such deficiencies.
B. No time charge will be made against the Contractor between said dat e of notification to the City
of Substantial Completion and the dat e of Fina l Inspection.
1. Should the Cit y determine that the Work is not read y fo r Final Inspection, Cit y will notify the
Contracto r 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
Upo n co mpletio n by Contractor to City’s satisfaction, of any additiona l Work identified in the Final
Inspection , Cit y will issue to Contracto r a letter of Fina l Acceptance.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 56 of 63
14.07 Final Payment
A. Application for Payment:
1. Upo n Fina l Acceptance, and in the opinion of City, Contractor may make an application for
final payment following the procedure fo r progress payment s in accordance wit h the
Contract Documents.
2. The final Applicatio n fo r Payment shall be accompanied (except as previously delivered) by:
a. all documentation called fo r 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 fina l payment;
c. a lis t of all pending or released Damage Clai ms against Cit y that Contractor believes are
unsettled ; and
d. affidavit s of payment s for employees, subcontractors, and suppliers; and co mplet e
and legally effective releases or waivers (satisfactory to City) of all Lie n right s aris ing
out of or Liens filed in connectio n wit h the Work .
B. Payment Becomes Due:
1. Afte r City’s acceptance of the Applicatio n fo r Payment and accompanying documentation,
requested by Contractor, les s previous payment s made and any sum Cit y is entitled,
including but not limite d to liquidate d damages, will beco me due and payable.
2. After all Damage Claims have been resolved:
a. directly by the Contractor or;
b. Contractor provides evidence that the Damage Clai m has been reported to Contractor’s
insurance provider fo r resolution.
3. The making of the final payment by the Cit y shall not relieve the Contracto r of any
guarantees or other requirement s of the Cont ract Document s whic h specifically continue
thereafter.
14.08 Final Completion Delayed and Partia l Retainage Release
A. If fina l co mpletio n of the Work is significantly delayed, and if Cit y so confir ms, Cit y may, upon
receipt of Contractor’s fina l Applicatio n fo r Payment , and without terminating the Contract, make
payment of the balance due fo r that port ion of the Work fully completed and accepted. If the
remaining balance to be held by Cit y for Work not fully completed or corrected is les s 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 suret y to the payment of the balance due fo r that
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 57 of 63
portio n of the Work fully completed and accepted shall be submitted by Contractor to Cit y with
the Applicatio n fo r suc h payment . Such payment shall be made under the ter ms and conditions
governing fina l payment , except that it shall not constitute a waive r of Contract Claims.
B. Partial Retainage Release. Fo r a Contract that provides fo r a separat e vegetative establishment
and maintenance, and test and performance period s following the co mpletio n of all other
constructio n in the Contract Docu ment s fo r all Work locations , the Cit y may release a portio n of
the amount retained provided that all other wor k is co mpleted as determined by the City. Before
the release, all submittals and final quantities must be co mpleted and accepted for all other work.
An amount sufficient to ensur e Contract co mplianc e will be retained.
14.09 Waiver of Claims
The acceptance of fina l payment will constitut e a re lease of the Cit y fro m all claims or liabilities
under the Contract fo r anything done or furnished or relating to the work under the Contract
Docu ment s or any act or neglect of Cit y related to or connected wit h the Contract.
ARTICLE 15 – SUSPENSION OF WORK AND TERMINATION
15.01 City May Suspend Work
A. At any time and without cause, Cit y may suspend the Work or any portio n thereo f by written
notic e to Contractor and whic h may fix the dat e on whic h Work will be resumed. Contractor shall
resume the Work on the dat e so fixed. During temporary suspension of the Work covered by these
Contract Documents, fo r any reason, the Cit y will make no extr a payment for stand-by time o f
constructio n equipment and/or constructio n crews.
B. Should the Contracto r no t be able to co mplet e a portio n of the Project due to causes beyond the
contro l of and without the fault or negligence of the Contractor, and should it be determined by
mutual consent of the Contractor and Cit y that a solutio n to allo w constructio n to proceed is not
available within a reasonable perio d 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 fo r an indefinit e period, the Contractor shall
store all materials in such a manner that they will not obstruct or impede the public unnecessarily
no r beco me damaged in any way, and he shall take every precaution to prevent damage or
deterioratio n of the work performed; he shall provide suitable drainage about the work, and erect
temporary structures where necessary.
D. Contractor may be reimbursed fo r the cost of moving his equipment off the jo b and returning the
necessary equipment to the jo b when it is determined by the Cit y that constructio n may be
resumed. Such reimbursement shall be based on actual cost to the Contractor of moving the
equipment and no pro fit will be allowed. Reimbursement may not be allowed if the equipment is
moved to another constructio n project for the City.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 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 event s by way of example, but no t of limitation,
may justif y ter minatio n fo r cause:
1. Contractor’s persistent failur e to perform the Work in accordance wit h the Contract Document s
(including, but no t limited to, failure to supply sufficient skilled workers or suitable materials
or equipment , failur e to adhere to the Project Schedule established under Paragraph 2.07 as
adjusted fro m time to time pursuant to Paragraph 6.04, or failur e to adhere to the City’s
Business Diversity Enterprise Ordinance #20020-12-2011established under Paragraph
6.06.D);
2. Contractor’s disregard of Laws or Regulations of any public body having jurisdiction;
3. Contractor’s repeated disregard of the authorit y of City; or
4. Contractor’s violatio n in any substantial way of any provisions of the Contract Documents;
or
5. Contractor’s failur e to pro mptly make good any defect in materials or work manship, or
defects of any nature, the correctio n of whic h has been directed in writing by the City; or
6. Substantial indicatio n that the Contracto r has made an unauthorized assignment of the
Contract or any funds due therefro m fo r 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 co mmences lega l action in a court of co mpetent jurisdictio n against the City.
B. If one or more of the event s identified in Paragraph 15.02A. occur, Cit y will provide written notice
to Contractor and Suret y to arrange a conference wit h Contractor and Suret y to address
Contractor's failur e to perfor m the Work. Conference shall be held not later than 15 days, after
receipt of notice.
1. If the City, the Contractor, and the Suret y do no t agree to allo w the Contractor to proceed to
perform the constructio n Contract , the Cit y may, to the extent permitted by Laws and
Regulations , declare a Contractor default and formally ter minat e the Contractor 's right to
co mplet e the Contract . Contractor default shall no t be declared earlier than 20 days after the
Contracto r and Suret y have received notic e of conference to address Contractor's failur e to
perfor m the Work.
2. If Contractor's services are terminated, Suret y shall be obligated to take over and perform the
Work. If Suret y does no t co mmence performance thereo f within 15 consecutive calendar days
after dat e of an additional written notice demanding Surety's performance of its
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 59 of 63
obligations, then City, without process or actio n at law, may take over any portio n of the
Work and co mplet e it as described below.
a. If Cit y completes the Work, Cit y may exclude Contractor and Suret y fro m the sit e and
take possession of the Work, and all materials and equipment incorporated int o the Work
stored at the Sit e or for whic h Cit y has paid Contractor or Suret y but whic h are stored
elsewhere, and finis h the Work as Cit y may deem expedient.
3. Whether Cit y or Suret y completes the Work, Contractor shall no t 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 Cit y arising out of or resulting from
co mpleting the Work, such excess will be paid t o Contractor. If such clai ms, costs, losses and
damages exceed such unpaid balance, Contracto r shall pay the difference to City. Such claims,
costs, losses and damages incurr ed by Cit y will be incorporated in a Change Order, provided
that when exercising any right s or remedies under this Paragraph, Cit y shall not be required to
obtain the lowest price fo r the Work performed.
4. Neithe r City, no r any of it s respective consult ants, agents, officers, directors or employees
shall be in any way liable or accountable to Contractor or Suret y fo r the metho d by which the
co mpletio n of the said Work, or any portion thereof, may be accomplished or fo r the price paid
therefor.
5. City, notwithstanding the metho d used in completing the Contract , shall not forfeit the right
to recover damages fro m Contractor or Suret y for Contractor's failure to timely co mplet e the
entir e Contract . Contractor shall no t be entitled to any claim on account of the metho d used
by Cit y in completing the Contract.
6. Maintenance of the Work shall continue to be Contractor's and Surety's responsibilities as
provided fo r in the bond requirement s of the Contract Document s or any special guarantees
provided fo r under the Contract Document s 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 terminat e to correct it s failur e to perform
and proceeds diligently to cur e such failur e within no more than 30 days of receipt of said notice.
D. Wher e Contractor’s service s have bee n so ter minated by City, the terminatio n will not affect any
right s or remedie s of Cit y against Contractor t hen existing or whic h may thereafter accrue. Any
retentio n or payment of moneys due Contractor by Cit y will not release Contractor from liability.
E. If and to the extent that Contractor has provided a perfor mance bond under the provisions of
Paragrap h 5.02, the terminatio n procedures of that bond shall not supersed e the provisions of this
Article.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 60 of 63
15.03 City May Terminate For Convenience
A. Cit y may, without cause and without prejudice to any other right or remedy of City, terminat e the
Contract. Any terminatio n shall be effected by mailing a notice of the terminatio n to the Contractor
specifying the extent to whic h performance of Work under the contract is terminated, and the dat e
upo n whic h such terminatio n beco mes effective. Receipt of the notice shall be deemed
conclusively presumed and established when the letter is placed in the United States Postal Servic e
Mail by the City. Further, it shall be deemed conclusively presumed and established that such
ter minatio n is made wit h just cause as therein stated; and no proo f in any claim, demand or suit
shall be required of the Cit y 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 wor k under the Contract on the date and to the extent specified in the notice of ter mination;
2. plac e no further orders or subcontract s fo r materials, services or facilities except as may be
necessary fo r co mpletio n of such portio n of the Work under the Contract as is no t ter minated;
3. ter minat e all order s and subcontract s to the extent that the y relat e to the per formance of the
Work ter minated by notic e of ter mination;
4. transfe r title to the Cit y and deliver in the manner , at the times, and to the extent , if any,
directe d by the City:
a. the fabricated or unfabricated parts, Work in progress, co mplete d Work, supplies and
othe r materia l produced as a part of, or acquire d in connectio n wit h the performance of,
the Work terminated by the notic e of the ter mination; and
b. the co mpleted, or partially completed plans, drawings, infor matio n and other property
which, if the Contract had been co mpleted, would have been required to be furnished to
the City.
5. co mplet e performance of such Work as shall no t have been terminated by the notice of
ter mination; and
6. take such actio n as may be necessary, or as the Cit y may direct , for the protectio n and
preservation of the property related to it s contract whic h is in the possession of the
Contractor and in whic h the owner has or may acquire the rest.
C. At a time not later than 30 days after the terminatio n dat e specified in the notice of termination,
the Contractor may submit to the Cit y a list , certifie d as to quantit y and quality, of any or all ite ms
of terminatio n inventory not previously disposed of, exclusive of items the dispositio n of whic h
has been directed or authorized by City.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 61 of 63
D. Not later than 15 days thereafter, the Cit y shall accept title to such items provided, that the list
submitted shall be subject to verificatio n by the Cit y upo n removal of the items or, if the ite ms are
stored, within 45 days fro m the dat e of submissio n of the list , and any necessary adjust ments to
correct the list as submitted, shall be made prior to final settle ment.
E. Not later than 60 days after the notice of termination, the Contractor shall submit his termination
claim to the Cit y in the form and wit h the certification prescribed by the City. Unles s an extensio n
is made in writing within such 60 day perio d 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 fo r (without duplicatio n of any items):
1. co mpleted and acceptable Work executed in accordance wit h the Contract Document s prior
to the effective dat e of termination, including fair and reasonable sums fo r overhead and profit on
such Work;
2. expenses sustained prio r to the effective date of terminatio n in performing services and
furnishing labor , materials , or equip ment as required by the Contract Docu ment s in connection
wit h unco mpleted Work, plus fair and reasonable sums fo r overhead and profit on such expenses;
and
3. reasonable expenses directly attributable to termination.
G. In the event of the failur e of the Contracto r and Cit y to agree upo n the whole amount to be paid
to the Contractor by reason of the terminatio n of the Work, the Cit y shall determine, on the basis
of infor matio n available to it , the amount , if any, due to the Contractor by reason of the ter minatio n
and shall pay to the Contractor the amount s determined. Contractor shall not be paid on account
of loss of anticipated profit s or revenue or other econo mic loss arising out of or resulting fro m
such termination.
ARTICLE 16 – DISPUTE RESOLUTION
16.01 Methods and Procedures
A. Either Cit y or Contractor may request mediation of any Contract Claim submitted for a decision
under Paragraph 10.06 befor e such decisio n becomes final and binding. The request for mediatio n
shall be submitted to the other part y to the Contract . Timely submissio n of the request shall stay
the effect of Paragraph 10.06.E.
B. Cit y and Contracto r shall participat e in the mediatio n process in good faith. The process shall be
co mmenced within 60 days of filing of the request.
C. If the Contract Claim is no t resolve d by mediation, City’s action under Paragraph 10.06.C or a
denia l pursuant to Paragraphs 10.06.C.3 or 10.06.D shall beco me fina l and binding 30 days after
ter minatio n of the mediatio n unless, within that time period, Cit y or Contractor:
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 62 of 63
1. elects in writing to invoke any other dispute resolutio n process provided for in the
Supplementar y Conditions ; or
2. agrees wit h the other part y to sub mit the Contract Claim to another dispute resolution
process; or
3. give s writte n notic e to the other part y of the intent to submit the Contract Claim to a court of
co mpetent jurisdiction.
ARTICLE 17 – MISCELLANEOUS
17.01 Giving Notice
A. Whenever any provisio n of the Contract Document s requires the giving of written notice, it will
be deemed to have been validly give n if:
1. delivered in perso n to the individual or to a member of the fir m or to an officer of the
corporatio n fo r who m it is intended; or
2. delivered at or sent by registered or certified mail, postag e prepaid, to the las t business
address known to the give r of the notice.
B. Business address changes must be pro mptly made in writing to the other party.
C. Whenever the Contract Document s specifies giving notice by electronic means such electronic
notice shall be deemed sufficient upo n confir matio n of receipt by the receiving party.
17.02 Computation of Times
When any perio d of time is referred to in the Contract Document s by days, it will be computed to
exclud e the firs t and includ e the las t day of suc h period. If the las t day of any such perio d falls on a
Saturday or Sunday or on a day made a lega l holida y the next Working Day shall beco me the last da y
of the period.
17.03 Cumulative Remedies
The dutie s and obligations imposed by these General Conditions and the right s and remedies available
hereunder to the partie s heret o ar e in additio n to, and are no t to be construed in any way as a limitatio n
of, any right s and remedie s available to any or all of them whic h are otherwise imposed or available
by Laws or Regulations, by specia l 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 Document s in connectio n wit h each particular duty, obligation, right , and remedy to whic h
they apply.
CITY OF FORT WORTH
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS
Revision: 3/08/2024
00 72 00 - 1
GENERAL CONDITIONS
Page 63 of 63
17.04 Survival of Obligations
All representations, inde mnifications, warranties, and guarantees made in, required by, or give n in
accordance wit h the Contract Docu ments, as well as all continuing obligations indicated in the
Contract Docu ments, will survive fina l payment , co mpletion, and acceptance of the Work or
ter minatio n or co mpletio n of the Contract or terminatio n of the services of Contractor.
17.05 Headings
Article and paragraph headings are inserted fo r convenience only and do not constitute part s of these
General Conditions.
00 73 00
SUPPLEMENTARY CONDITIONS
Page 1 of 7
CITY OF FORT WORTH MORNINGSTAR OFFSITE WATER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJ. NUM. 105640
Revised March 8, 2024
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
modified 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 Specifications.
SC-4.01A
Easement limits shown on the Drawing are approximate and were provided to establish a basis for bidding.
Upon receiving the final easements descriptions, Contractor shall compare them to the lines shown on the
Contract Drawings.
SC-4.01A.1., “Availability of Lands”
The following is a list of known outstanding right-of-way, and/or easements to be acquired, if any as of
February 5, 2025:
Outstanding Right-Of-Way, and/or Easements to Be Acquired
PARCEL
NUMBER
OWNER TARGET DATE
OF POSSESSION
NONE
The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, and
do not bind the City.
If Contractor considers the final easements provided to differ materially from the representations on the
Contract Drawings, Contractor shall within five (5) Business Days and before proceeding with the Work,
notify City in writing associated with the differing easement line locations.
SC-4.01A.2, “Availability of Lands”
00 73 00
SUPPLEMENTARY CONDITIONS
Page 2 of 7
CITY OF FORT WORTH MORNINGSTAR OFFSITE WATER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJ. NUM. 105640
Revised March 8, 2024
Utilities or obstructions to be removed, adjusted, and/or relocated
The following is list of utilities and/or obstructions that have not been removed, adjusted, and/or relocated
as of February 5, 2025:
EXPECTED
OWNER
UTILITY AND LOCATION TARGET DATE OF
ADJUSTMENT
NONE
The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed,
and do not bind the City.
SC-4.02A., “Subsurface and Physical Conditions”
The following are reports of explorations and tests of subsurface conditions at the site of the Work:
EWI REPORT NAME BY EWI, DATED
The following are drawings of physical conditions in or relating to existing surface and subsurface
structures (except Underground Facilities) which are at or contiguous to the site of the Work:
NONE
SC-4.06A., “Hazardous Environmental Conditions at Site”
The following are reports and drawings of existing hazardous environmental conditions known to the City:
NONE
SC-5.03A., “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)
(4) Other: None
SC-5.04A., “Contractor’s Insurance”
The limits of liability for the insurance required by Paragraph GC-5.04 shall provide the following
coverages for not less than the following amounts or greater where required by laws and regulations:
5.04A. Workers' Compensation, under Paragraph GC-5.04A.
Statutory limits
Employer's liability
$100,000 each accident/occurrence
$100,000 Disease - each employee
$500,000 Disease - policy limit
SC-5.04B., “Contractor’s Insurance”
00 73 00
SUPPLEMENTARY CONDITIONS
Page 3 of 7
CITY OF FORT WORTH MORNINGSTAR OFFSITE WATER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJ. NUM. 105640
Revised March 8, 2024
5.04B. Commercial General Liability, under Paragraph GC-5.04B. Contractor's Liability Insurance
under Paragraph GC-5.04B., 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
SC-5.04D., “Contractor’s Insurance”
The Contractor’s construction activities will require its employees, agents, subcontractors, equipment, and
material deliveries to cross railroad properties and tracks
None
The Contractor shall conduct its operations on railroad properties in such a manner as not to interfere with,
hinder, or obstruct the railroad company in any manner whatsoever in the use or operation of its/their trains
or other property. Such operations on railroad properties may require that Contractor to execute a “Right of
Entry 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.
The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions shall provide
coverage for not less than the following amounts, issued by companies satisfactory to the City and to the
Railroad Company for a term that continues for so long as the Contractor’s operations and work cross,
occupy, or touch railroad property:
(1) General Aggregate: None
(2) Each Occurrence: None
Required for this Contract X Not required for this Contract
With respect to the above outlined insurance requirements, the following shall govern:
00 73 00
SUPPLEMENTARY CONDITIONS
Page 4 of 7
CITY OF FORT WORTH MORNINGSTAR OFFSITE WATER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJ. NUM. 105640
Revised March 8, 2024
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 operating on the same right-of-way or where several
railroad companies are involved and operated on their own separate rights-of-way, the Contractor
may be required to provide separate insurance policies in the name of each railroad company.
3. If, in addition to a grade separation or an at-grade crossing, other 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.
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 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.
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:
https://apps.fortworthtexas.gov/ProjectResources/
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:
None
00 73 00
SUPPLEMENTARY CONDITIONS
Page 5 of 7
CITY OF FORT WORTH MORNINGSTAR OFFSITE WATER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJ. NUM. 105640
Revised March 8, 2024
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: <If
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 February 5,
2025
Outstanding Permits and/or Licenses to Be Acquired
OWNER PERMIT OR LICENSE AND LOCATION TARGET DATE
OF POSSESSION
NONE
SC-6.24B., “Title VI, Civil Rights Act of 1964 as amended”
During the performance of this Contract, the Contractor, for itself, its assignees and successors in interest
(hereinafter referred to as the "Contractor") agrees as follows:
1. Compliance with Regulations: The Contractor shall comply with the Regulation relative to
nondiscrimination in Federally-assisted programs of the Department of Transportation (hereinafter,
“DOT”) Title 49, Code of Federal Regulations, Part 21, as they may be amended from time to time,
(hereinafter referred to as the Regulations), which are herein incorporated by reference and made a part
of this contract.
2. Nondiscrimination: The Contractor, with regard to the work performed by it during the contract, shall
not discriminate on the grounds of race, color, or national origin, in the selection and retention of
subcontractors, including procurements of materials and leases of equipment. The Contractor shall not
participate either directly or indirectly in the discrimination prohibited by 49 CFR, section 21.5 of the
Regulations, including employment practices when the contract covers a program set forth in
Appendix B of the Regulations.
3. Solicitations for Subcontractors, Including Procurements of Materials and Equipment: In all
solicitations either by competitive bidding or negotiation made by the contractor for work to be
performed under a subcontract, including procurements of materials or leases of equipment, each
potential subcontactor or supplier shall be notified by the Contractor of the Contractor's obligations
under this contract and the Regulations relative to nondiscrimination on the grounds of race, color, or
national origin.
4. Information and Reports: The Contractor shall provide all information and reports required by the
Regulations or directives issued pursuant thereto, and shall permit access to its books, records,
accounts, other sources of information and its facilities as may be determined by City or the Texas
Department of Transportation to be pertinent to ascertain compliance with such Regulations, orders
and instructions. Where any information required of a contractor is in the exclusive possession of
another who fails or refuses to furnish this information the contractor shall so certify to the City, or the
Texas Department of Transportation, as appropriate, and shall set forth what efforts it has made to
obtain the information.
5. Sanctions for Noncompliance: In the event of the Contractor's noncompliance with the
nondiscrimination provisions of this Contract, City shall impose such contract sanctions as it or the
Texas Department of Transportation may determine to be appropriate, including, but not limited to:
00 73 00
SUPPLEMENTARY CONDITIONS
Page 6 of 7
CITY OF FORT WORTH MORNINGSTAR OFFSITE WATER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJ. NUM. 105640
Revised March 8, 2024
a. withholding of payments to the Contractor under the Contract until the Contractor
complies, and/or
b. cancellation, termination or suspension of the Contract, in whole or in part.
6. Incorporation of Provisions: The Contractor shall include the provisions of paragraphs (1) through
(6) in every subcontract, including procurements of materials and leases of equipment, unless exempt
by the Regulations, or directives issued pursuant thereto. The Contractor shall take such action with
respect to any subcontract or procurement as City or the Texas Department of Transportation may
direct as a means of enforcing such provisions including sanctions for non-compliance: Provided,
however, that, in the event a contractor becomes involved in, or is threatened with, litigation with a
subcontractor or supplier as a result of such direction, the contractor may request City to enter into
such litigation to protect the interests of City, and, in addition, the contractor may request the United
States to enter into such litigation to protect the interests of the United States.
Additional Title VI requirements can be found in the Appendix.
SC-7.02., “Coordination”
The individuals or entities listed below have contracts with the City for the performance of other work at
the Site:
Vendor Scope of Work Coordination Authority
None N/A N/A
SC-8.01, “Communications to Contractor”
None
SC-9.01., “City’s Project Manager”
The City’s Project Manager for this Contract is <Insert Name>, or his/her successor pursuant to written
notification from the Director of the Water Department
SC-13.03C., “Tests and Inspections”
None
SC-16.01C.1, “Methods and Procedures”
None
END OF SECTION
Revision Log
00 73 00
SUPPLEMENTARY CONDITIONS
Page 7 of 7
CITY OF FORT WORTH MORNINGSTAR OFFSITE WATER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJ. NUM. 105640
Revised March 8, 2024
DATE NAME SUMMARY OF CHANGE
1/22/2016 F. Griffin SC-9.01., “City’s Project Representative” wording changed to City’s Project
Manager.
3/9/2020 D.V. Magaña SC-6.07, Updated the link such that files can be accessed via the City’s
website.
10/06/23 Michael Owen SC-6.07, Allow affidavit regarding paying prevailing wages to be submitted on
completion of job, as opposed to with each progress report
3/08/24 Michael Owen Removed revisions related to affidavit, as those changes have been made in
General Conditions
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
STANDARD CITY CONDITIONS
OF THE CONSTRUCTION CONTRACT
FOR DEVELOPER AWARDED PROJECTS
MORNINGSTAR NORTH OFFSITE SEWER
CITY PROJ. NUM 105677
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
STANDARD CITY CONDITIONS OF THE
CONSTRUCTION CONTRACT
FOR DEVELOPER AWARDED PROJECTS
TABLE OF CONTENTS
Page
Article 1 – Definitions and Terminology .......................................................................................................... 1
1.01 Defined Terms ............................................................................................................................... 1
1.02 Terminology .................................................................................................................................. 5
Article 2 – Preliminary Matters ......................................................................................................................... 6
2.01 Before Starting Construction ........................................................................................................ 6
2.02 Preconstruction Conference .......................................................................................................... 6
2.03 Public Meeting .............................................................................................................................. 6
Article 3 – Contract Documents and Amending ............................................................................................... 6
3.01 Reference Standards ..................................................................................................................... 6
3.02 Amending and Supplementing Contract Documents .................................................................. 6
Article 4 – Bonds and Insurance ....................................................................................................................... 7
4.01 Licensed Sureties and Insurers ..................................................................................................... 7
4.02 Performance, Payment, and Maintenance Bonds ........................................................................ 7
4.03 Certificates of Insurance ............................................................................................................... 7
4.04 Contractor’s Insurance .................................................................................................................. 9
4.05 Acceptance of Bonds and Insurance; Option to Replace ........................................................... 12
Article 5 – Contractor’s Responsibilities ........................................................................................................ 12
5.01 Supervision and Superintendent ................................................................................................. 12
5.02 Labor; Working Hours ................................................................................................................ 13
5.03 Services, Materials, and Equipment ........................................................................................... 13
5.04 Project Schedule .......................................................................................................................... 14
5.05 Substitutes and “Or-Equals” ....................................................................................................... 14
5.06 Pre-Qualification of Bidders (Prime Contractors and Subcontractors) ..................................... 16
5.07 Concerning Subcontractors, Suppliers, and Others ................................................................... 16
5.08 Wage Rates.................................................................................................................................. 18
5.09 Patent Fees and Royalties ........................................................................................................... 19
5.10 Laws and Regulations ................................................................................................................. 19
5.11 Use of Site and Other Areas ....................................................................................................... 19
5.12 Record Documents ...................................................................................................................... 20
5.13 Safety and Protection .................................................................................................................. 21
5.14 Safety Representative ................................................................................................................. 21
5.15 Hazard Communication Programs ............................................................................................. 22
5.16 Submittals .................................................................................................................................... 22
5.17 Contractor’s General Warranty and Guarantee .......................................................................... 23
MORNINGSTAR NORTH OFFSITE SEWER
CITY PROJ. NUM 105677
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
5.18 Indemnification ........................................................................................................................... 24
5.19 Delegation of Professional Design Services .............................................................................. 24
5.20 Right to Audit: ............................................................................................................................ 25
5.21 Nondiscrimination....................................................................................................................... 25
Article 6 – Other Work at the Site ................................................................................................................... 26
6.01 Related Work at Site ................................................................................................................... 26
Article 7 – City’s Responsibilities................................................................................................................... 26
7.01 Inspections, Tests, and Approvals .............................................................................................. 26
7.02 Limitations on City’s Responsibilities ....................................................................................... 26
7.03 Compliance with Safety Program ............................................................................................... 27
Article 8 – City’s Observation Status During Construction ........................................................................... 27
8.01 City’s Project Representative ..................................................................................................... 27
8.02 Authorized Variations in Work .................................................................................................. 27
8.03 Rejecting Defective Work .......................................................................................................... 27
8.04 Determinations for Work Performed .......................................................................................... 28
Article 9 – Changes in the Work ..................................................................................................................... 28
9.01 Authorized Changes in the Work ............................................................................................... 28
9.02 Notification to Surety .................................................................................................................. 28
Article 10 – Change of Contract Price; Change of Contract Time ................................................................ 28
10.01 Change of Contract Price ............................................................................................................ 28
10.02 Change of Contract Time............................................................................................................ 28
10.03 Delays .......................................................................................................................................... 28
Article 11 – Tests and Inspections; Correction, Removal or Acceptance of Defective Work ...................... 29
11.01 Notice of Defects ........................................................................................................................ 29
11.02 Access to Work ........................................................................................................................... 29
11.03 Tests and Inspections .................................................................................................................. 29
11.04 Uncovering Work ....................................................................................................................... 30
11.05 City May Stop the Work ............................................................................................................. 30
11.06 Correction or Removal of Defective Work ................................................................................ 30
11.07 Correction Period ........................................................................................................................ 30
11.08 City May Correct Defective Work ............................................................................................. 31
Article 12 – Completion .................................................................................................................................. 32
12.01 Contractor’s Warranty of Title ................................................................................................... 32
12.02 Partial Utilization ........................................................................................................................ 32
12.03 Final Inspection ........................................................................................................................... 32
12.04 Final Acceptance ......................................................................................................................... 33
Article 13 – Suspension of Work .................................................................................................................... 33
13.01 City May Suspend Work ............................................................................................................ 33
Article 14 – Miscellaneous .............................................................................................................................. 34
14.01 Giving Notice .............................................................................................................................. 34
MORNINGSTAR NORTH OFFSITE SEWER
CITY PROJ. NUM 105677
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
14.02 Computation of Times ................................................................................................................ 34
14.03 Cumulative Remedies ................................................................................................................. 34
14.04 Survival of Obligations ............................................................................................................... 35
14.05 Headings ...................................................................................................................................... 35
MORNINGSTAR NORTH OFFSITE SEWER
CITY PROJ. NUM 105677
00 73 10- 1
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 1 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
ARTICLE 1 – DEFINITIONS AND TERMINOLOGY
1.01 Defined Terms
A. Wherever used in these General Conditions or in other Contract Documents, the terms listed
below have the meanings indicated which are applicable to both the singular and plural thereof,
and words denoting gender shall include the masculine, feminine and neuter. Said terms are
generally capitalized or written in italics, but not always. When used in a context consistent with
the definition of a listed-defined term, the term shall have a meaning as defined below whether
capitalized or italicized or otherwise. In addition to terms specifically defined, terms with initial
capital letters in the Contract Documents include references to identified articles and paragraphs,
and the titles of other documents or forms.
1. Agreement - The written instrument which is evidence of the agreement between Developer
and Contractor covering the Work
2. Asbestos—Any material that contains more than one percent asbestos and is friable or is
releasing asbestos fibers into the air above current action levels established by the United
States Occupational Safety and Health Administration.
3. Business Day – A business day is defined as a day that the City conducts normal business,
generally Monday through Friday, except for federal or state holidays observed by the City.
4. Buzzsaw – City’s on-line, electronic document management and collaboration system.
5. Calendar Day – A day consisting of 24 hours measured from midnight to the next midnight.
6. City— The City of Fort Worth, Texas, a Texas home-rule municipal corporation, acting by,
its governing body through its City Manager, his designee, or agents authorized pursuant to
its duly authorized charter on his behalf.
7. Community Facilities Agreement (CFA) -–A Contract between the Developer and the City
for the Construction of one or more following public facilities within the City public right-of-
way or easement: Water, Sanitary Sewer, Street, Storm Drain, Street Light, and Street Signs.
A CFA may include private facilities within the right-of-way dedicated as private right-of-
way or easement on a recorded plat.
8. Contract—The entire and integrated written document incorporating the Contract
Documents between the Developer, Contractor, and/or City concerning the Work. The
Contract supersedes prior negotiations, representations, or agreements, whether written or
oral.
9. Contract Documents—Those items that make up the contract and which must include the
Agreement, and it’s attachments such as standard construction specifications, standard City
Conditions, other general conditions of the Developer, including:
a. An Agreement
MORNINGSTAR NORTH OFFSITE SEWER
CITY PROJ. NUM 105677
00 73 10- 2
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 2 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
b. Attachments to the Agreement
i. Bid Form
ii. Vendor Compliance with State Law Non-Resident Bidder
iii. Prequalification Statement
c. Current Prevailing Wage Rates Table (if required by City)
d. Insurance Accord Form
e. Payment Bond
f. Performance Bond
g. Maintenance Bond
h. Power of Attorney for Bonds
i. Workers Compensation Affidavit
j. MWBE Commitment Form( If required by City)
k. General Conditions
l. Supplementary Conditions
m. The Standard City Conditions
n. Specifications specifically made part of the Contract Documents by attachment, if
not attached, as incorporated by reference and described in the Table of Contents of
the Project’s Contract Documents
o. Drawings
p. Documentation submitted by contractor prior to Notice of Award.
q. The following which may be delivered or issued after the effective date if the
Agreement and, if issued become an incorporated part of the Contract Documents
i. Notice to Proceed
ii. Field Orders
iii. Change Orders
iv. Letters of Final Acceptance
r. Approved Submittals, other Contractor submittals, and the reports and drawings of
subsurface and physical conditions are not Contract Documents.
10. Contractor—The individual or entity with whom Developer has entered into the Agreement.
11. Day or day – A day, unless otherwise defined, shall mean a Calendar Day.
12. Developer – An individual or entity that desires to make certain improvements within the
City of Fort Worth
13. Drawings—That part of the Contract Documents prepared or approved by Engineer which
graphically shows the scope, extent, and character of the Work to be performed by
Contractor. Submittals are not Drawings as so defined.
14. Engineer—The licensed professional engineer or engineering firm registered in the State of
Texas performing professional services for the Developer.
15. Final Acceptance – The written notice given by the City to the Developer and/or Contractor
that the Work specified in the Contract Documents has been completed to the satisfaction of
the City.
MORNINGSTAR NORTH OFFSITE SEWER
CITY PROJ. NUM 105677
00 73 10- 3
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 3 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
16. Final Inspection – Inspection carried out by the City to verify that the Contractor has
completed the Work, and each and every part or appurtenance thereof, fully, entirely, and in
conformance with the Contract Documents.
17. General Requirements—A part of the Contract Documents between the Developer and a
Contractor.
18. Laws and Regulations—Any and all applicable laws, rules, regulations, ordinances, codes,
and orders of any and all governmental bodies, agencies, authorities, and courts having
jurisdiction.
19. Liens—Charges, security interests, or encumbrances upon Project funds, real property, or
personal property.
20. Milestone—A principal event specified in the Contract Documents relating to an
intermediate Contract Time prior to Final Acceptance of the Work.
21. Non-Participating Change Order—A document, which is prepared for and reviewed by the
City, which is signed by Contractor, and Developer, and authorizes an addition, deletion, or
revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on
or after the Effective Date of the Agreement.
22. Participating Change Order—A document, which is prepared for and approved by the City,
which is signed by Contractor, Developer, and City and authorizes an addition, deletion, or
revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on
or after the Effective Date of the Agreement.
23. Plans – See definition of Drawings.
24. Project Schedule—A schedule, prepared and maintained by Contractor, in accordance with
the General Requirements, describing the sequence and duration of the activities comprising
the Contractor’s plan to accomplish the Work within the Contract Time.
25. Project—The Work to be performed under the Contract Documents.
26. Project Representative—The authorized representative of the City who will be assigned to
the Site.
27. Public Meeting – An announced meeting conducted by the Developer to facilitate public
participation and to assist the public in gaining an informed view of the Project.
28. Regular Working Hours – Hours beginning at 7:00 a.m. and ending at 6:00 p.m., Monday
thru Friday (excluding legal holidays).
29. Samples—Physical examples of materials, equipment, or workmanship that are
representative of some portion of the Work and which establish the standards by which such
portion of the Work will be judged.
MORNINGSTAR NORTH OFFSITE SEWER
CITY PROJ. NUM 105677
00 73 10- 4
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 4 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
30. Schedule of Submittals—A schedule, prepared and maintained by Contractor, of required
submittals and the time requirements to support scheduled performance of related
construction activities.
31. Site—Lands or areas indicated in the Contract Documents as being furnished by City or
Developer upon which the Work is to be performed, including rights-of-way, permits, and
easements for access thereto, and such other lands furnished by City or Developer which are
designated for the use of Contractor.
32. Specifications—That part of the Contract Documents consisting of written requirements for
materials, equipment, systems, standards and workmanship as applied to the Work, and
certain administrative requirements and procedural matters applicable thereto.
Specifications may be specifically made a part of the Contract Documents by attachment or,
if not attached, may be incorporated by reference as indicated in the Table of Contents
(Division 00 00 00) of each Project.
33. Standard City Conditions – That part of the Contract Documents setting forth requirements
of the City.
34. Subcontractor—An individual or entity having a direct contract with Contractor or with any
other Subcontractor for the performance of a part of the Work at the Site.
35. Submittals—All drawings, diagrams, illustrations, schedules, and other data or information
which are specifically prepared or assembled by or for Contractor and submitted by
Contractor to illustrate some portion of the Work.
36. Superintendent – The representative of the Contractor who is available at all times and able
to receive instructions from the City and/or Developer and to act for the Contractor.
37. Supplementary Conditions—That part of the Contract Documents which amends or
supplements the General Conditions.
38. Supplier—A manufacturer, fabricator, supplier, distributor, materialman, or vendor having
a direct contract with Contractor or with any Subcontractor to furnish materials or
equipment to be incorporated in the Work by Contractor or Subcontractor.
39. Underground Facilities—All underground pipelines, conduits, ducts, cables, wires,
manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any
encasements containing such facilities, including but not limited to, those that convey
electricity, gases, steam, liquid petroleum products, telephone or other communications,
cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or
other control systems.
40. Weekend Working Hours – Hours beginning at 9:00 a.m. and ending at 5:00 p.m., Saturday,
Sunday or legal holiday, as approved in advance by the City.
MORNINGSTAR NORTH OFFSITE SEWER
CITY PROJ. NUM 105677
00 73 10- 5
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 5 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
41. Work—The entire construction or the various separately identifiable parts thereof required
to be provided under the Contract Documents. Work includes and is the result of performing
or providing all labor, services, and documentation necessary to produce such construction
including any Participating Change Order, Non-Participating Change Order, or Field
Order, and furnishing, installing, and incorporating all materials and equipment into such
construction, all as required by the Contract Documents.
42. Working Day – A working day is defined as a day, not including Saturdays, Sundays, or
legal holidays authorized by the City for contract purposes, in which weather or other
conditions not under the control of the Contractor will permit the performance of the
principal unit of work underway for a continuous period of not less than 7 hours between 7
a.m. and 6 p.m.
1.02 Terminology
A. The words and terms discussed in Paragraph 1.02.B through D are not defined but, when used in
the Bidding Requirements or Contract Documents, have the indicated meaning.
B. Defective:
1. The word “defective,” when modifying the word “Work,” refers to Work that is
unsatisfactory, faulty, or deficient in that it:
a. does not conform to the Contract Documents; or
b. does not meet the requirements of any applicable inspection, reference standard, test, or
approval referred to in the Contract Documents; or
c. has been damaged prior to City’s written acceptance.
C. Furnish, Install, Perform, Provide:
1. The word “Furnish” or the word “Install” or the word “Perform” or the word “Provide” or
the word “Supply,” or any combination or similar directive or usage thereof, shall mean
furnishing and incorporating in the Work including all necessary labor, materials, equipment,
and everything necessary to perform the Work indicated, unless specifically limited in the
context used.
D. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known
technical or construction industry or trade meaning are used in the Contract Documents in
accordance with such recognized meaning.
MORNINGSTAR NORTH OFFSITE SEWER
CITY PROJ. NUM 105677
00 73 10- 6
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 6 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
ARTICLE 2 – PRELIMINARY MATTERS
2.01 Before Starting Construction
Baseline Schedules: Submit to City in accordance with the Contract Documents, and prior to starting
the Work. New schedules will be submitted to City when Participating Change Orders or Non-
Participating Change Orders occur.
2.02 Preconstruction Conference
Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as
specified in the Contract Documents.
2.03 Public Meeting
Contractor may not mobilize any equipment, materials or resources to the Site prior to Contractor
attending the Public Meeting as scheduled by the City.
ARTICLE 3 – CONTRACT DOCUMENTS AND AMENDING
3.01 Reference Standards
A. Standards, Specifications, Codes, Laws, and Regulations
1. Reference to standards, specifications, manuals, or codes of any technical society,
organization, or association, or to Laws or Regulations, whether such reference be specific or
by implication, shall mean the standard, specification, manual, code, or Laws or Regulations
in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there
were no Bids), except as may be otherwise specifically stated in the Contract Documents.
2. No provision or instruction shall be effective to assign to City, or any of its officers,
directors, members, partners, employees, agents, consultants, or subcontractors, any duty or
authority to supervise or direct the performance of the Work or any duty or authority to
undertake responsibility inconsistent with the provisions of the Contract Documents.
3.02 Amending and Supplementing Contract Documents
A. The Contract Documents may be amended to provide for additions, deletions, and revisions in
the Work or to modify the terms and conditions thereof by a Participating Change Order or a
Non-Participating Change Order.
B. The requirements of the Contract Documents may be supplemented, and minor variations and
deviations in the Work not involving a change in Contract Price or Contract Time, may be
authorized, by one or more of the following ways:
1. A Field Order;
MORNINGSTAR NORTH OFFSITE SEWER
CITY PROJ. NUM 105677
00 73 10- 7
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 7 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
1. City’s or Engineer’s review of a Submittal (subject to the provisions of Paragraph 5.16.C); or
2. City’s written interpretation or clarification.
ARTICLE 4 – BONDS AND INSURANCE
4.01 Licensed Sureties and Insurers
All bonds and insurance required by the Contract Documents to be purchased and maintained by
Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized
in the State of Texas to issue bonds or insurance policies for the limits and coverage so required.
Such surety and insurance companies shall also meet such additional requirements and qualifications
as may be provided Section 4.04.
4.02 Performance, Payment, and Maintenance Bonds
A. Contractor shall furnish performance and payment bonds in the name of Developer and City, in
accordance with Texas Government Code Chapter 2253 or successor statute, each in an amount
equal to the Contract Price as security for the faithful performance and payment of all of
Contractor’s obligations under the Contract Documents.
B. Contractor shall furnish maintenance bonds in the name of Developer and City in an amount
equal to the Contract Price as security to protect the City against any defects in any portion of the
Work described in the Contract Documents. Maintenance bonds shall remain in effect for two
(2) years after the date of Final Acceptance by the City.
C. All bonds shall be in the form prescribed by the Contract Documents except as provided
otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the list
of “Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and
as Acceptable Reinsuring Companies” as published in Circular 570 (amended) by the Financial
Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed
by an agent or attorney-in-fact must be accompanied by a sealed and dated power of attorney
which shall show that it is effective on the date the agent or attorney-in-fact signed each bond.
D. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or
its right to do business is terminated in the State of Texas or it ceases to meet the requirements of
Paragraph 4.02.C, Contractor shall promptly notify City and shall, within 30 days after the event
giving rise to such notification, provide another bond and surety, both of which shall comply
with the requirements of Paragraphs 4.01 and 4.02.C.
4.03 Certificates of Insurance
Contractor shall deliver to Developer and City, with copies to each additional insured and loss payee
identified in these Standard City Conditions certificates of insurance (and other evidence of
insurance requested by City or any other additional insured) which Contractor is required to
purchase and maintain.
MORNINGSTAR NORTH OFFSITE SEWER
CITY PROJ. NUM 105677
00 73 10- 8
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 8 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
1. The certificate of insurance shall document the City, an as “Additional Insured” on all
liability policies.
2. The Contractor’s general liability insurance shall include a, “per project” or “per location”,
endorsement, which shall be identified in the certificate of insurance provided to the City.
3. The certificate shall be signed by an agent authorized to bind coverage on behalf of the
insured, be complete in its entirety, and show complete insurance carrier names as listed in
the current A.M. Best Property & Casualty Guide
4. The insurers for all policies must be licensed and/or approved to do business in the State of
Texas. Except for workers’ compensation, all insurers must have a minimum rating of A-:
VII in the current A. M. Best Key Rating Guide or have reasonably equivalent financial
strength and solvency to the satisfaction of Risk Management. If the rating is below that
required, written approval of City is required.
5. All applicable policies shall include a Waiver of Subrogation (Rights of Recovery) in favor
of the City. In addition, the Contractor agrees to waive all rights of subrogation against the
Engineer (if applicable), and each additional insured identified in these Standard City
Conditions. Failure of the City to demand such certificates or other evidence of full
compliance with the insurance requirements or failure of the City to identify a deficiency
from evidence that is provided shall not be construed as a waiver of Contractor’s obligation
to maintain such lines of insurance coverage.
6. If insurance policies are not written for specified coverage limits, an Umbrella or Excess
Liability insurance for any differences is required. Excess Liability shall follow form of the
primary coverage.
7. Unless otherwise stated, all required insurance shall be written on the “occurrence basis”. If
coverage is underwritten on a claims-made basis, the retroactive date shall be coincident with
or prior to the date of the effective date of the agreement and the certificate of insurance shall
state that the coverage is claims-made and the retroactive date. The insurance coverage shall
be maintained for the duration of the Contract and for three (3) years following Final
Acceptance provided under the Contract Documents or for the warranty period, whichever is
longer. An annual certificate of insurance submitted to the City shall evidence such
insurance coverage.
8. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the
required lines of coverage, nor decrease the limits of said coverage unless such endorsements
are approved in writing by the City. In the event a Contract has been bid or executed and the
exclusions are determined to be unacceptable or the City desires additional insurance
coverage, and the City desires the contractor/engineer to obtain such coverage, the contract
price shall be adjusted by the cost of the premium for such additional coverage plus 10%.
9. Any self-insured retention (SIR), in excess of $25,000.00, affecting required insurance
coverage shall be approved by the City in regards to asset value and stockholders' equity. In
MORNINGSTAR NORTH OFFSITE SEWER
CITY PROJ. NUM 105677
00 73 10- 9
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 9 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
lieu of traditional insurance, alternative coverage maintained through insurance pools or risk
retention groups, must also be approved by City.
10. Any deductible in excess of $5,000.00, for any policy that does not provide coverage on a
first-dollar basis, must be acceptable to and approved by the City.
11. City, at its sole discretion, reserves the right to review the insurance requirements and to
make reasonable adjustments to insurance coverage’s and their limits when deemed
necessary and prudent by the City based upon changes in statutory law, court decision or the
claims history of the industry as well as of the contracting party to the City. The City shall
be required to provide prior notice of 90 days, and the insurance adjustments shall be
incorporated into the Work by Change Order.
12. City shall be entitled, upon written request and without expense, to receive copies of policies
and endorsements thereto and may make any reasonable requests for deletion or revision or
modifications of particular policy terms, conditions, limitations, or exclusions necessary to
conform the policy and endorsements to the requirements of the Contract. Deletions,
revisions, or modifications shall not be required where policy provisions are established by
law or regulations binding upon either party or the underwriter on any such policies.
13. City shall not be responsible for the direct payment of insurance premium costs for
Contractor’s insurance.
4.04 Contractor’s Insurance
A. Workers Compensation and Employers’ Liability. Contractor shall purchase and maintain such
insurance coverage with limits consistent with statutory benefits outlined in the Texas Workers’
Compensation Act (Texas Labor Code, Ch. 406, as amended), and minimum limits for
Employers’ Liability as is appropriate for the Work being performed and as will provide
protection from claims set forth below which may arise out of or result from Contractor’s
performance of the Work and Contractor’s other obligations under the Contract Documents,
whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly
or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts
any of them may be liable:
1. claims under workers’ compensation, disability benefits, and other similar employee benefit
acts;
2. claims for damages because of bodily injury, occupational sickness or disease, or death of
Contractor’s employees.
3. The limits of liability for the insurance shall provide the following coverages for not less
than the following amounts or greater where required by Laws and Regulations
a. Statutory limits
b. Employer's liability
MORNINGSTAR NORTH OFFSITE SEWER
CITY PROJ. NUM 105677
00 73 10- 10
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 10 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
1) $100,000 each accident/occurrence
2) $100,000 Disease - each employee
3) $500,000 Disease - policy limit
B. Commercial General Liability. Coverage shall include but not be limited to covering liability
(bodily injury or property damage) arising from: premises/operations, independent contractors,
products/completed operations, personal injury, and liability under an insured contract. Insurance
shall be provided on an occurrence basis, and as comprehensive as the current Insurance
Services Office (ISO) policy. This insurance shall apply as primary insurance with respect to
any other insurance or self-insurance programs afforded to the City. The Commercial General
Liability policy, shall have no exclusions by endorsements that would alter of nullify
premises/operations, products/completed operations, contractual, personal injury, or advertising
injury, which are normally contained with the policy, unless the City approves such exclusions
in writing.
1. For construction projects that present a substantial completed operation exposure, the City
may require the contractor to maintain completed operations coverage for a minimum of no
less than three (3) years following the completion of the project
2. Contractor's Liability Insurance under this Section which shall be on a per project basis
covering the Contractor with minimum limits of:
a. $1,000,000 each occurrence
b. $2,000,000 aggregate limit
3. The policy must have an endorsement (Amendment – Aggregate Limits of Insurance)
making the General Aggregate Limits apply separately to each job site.
4. The Commercial General Liability Insurance policies shall provide “X”, “C”, and “U”
coverage’s. Verification of such coverage must be shown in the Remarks Article of the
Certificate of Insurance.
C. Automobile Liability. A commercial business auto policy shall provide coverage on “any auto”,
defined as autos owned, hired and non-owned and provide indemnity for claims for damages
because bodily injury or death of any person and or property damage arising out of the work,
maintenance or use of any motor vehicle by the Contractor, any Subcontractor or Supplier, or by
anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone
for whose acts any of them may be liable.
1. Automobile Liability, Contractor’s Liability Insurance under this Section, which shall be in
an amount not less than the following amounts:
a. Automobile Liability - a commercial business policy shall provide coverage on "Any
Auto", defined as autos owned, hired and non-owned.
MORNINGSTAR NORTH OFFSITE SEWER
CITY PROJ. NUM 105677
00 73 10- 11
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 11 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
1) $1,000,000 each accident on a combined single limit basis. Split limits are
acceptable if limits are at least:
2) $250,000 Bodily Injury per person
3) $500,000 Bodily Injury per accident /
4) $100,000 Property Damage
D. Railroad Protective Liability. If any of the work or any warranty work is within the limits of
railroad right-of-way, the Contractor shall comply with the following requirements:
1. The Contractor’s construction activities will require its employees, agents, subcontractors,
equipment, and material deliveries to cross railroad properties and tracks owned and
operated by: ____________________________________________________________
Write the name of the railroad company. (If none, then write none)
2. The Contractor shall conduct its operations on railroad properties in such a manner as not to
interfere with, hinder, or obstruct the railroad company in any manner whatsoever in the use
or operation of its/their trains or other property. Such operations on railroad properties may
require that Contractor to execute a “Right of Entry Agreement” with the particular railroad
company or companies involved, and to this end the Contractor should satisfy itself as to the
requirements of each railroad company and be prepared to execute the right-of-entry (if any)
required by a railroad company. The requirements specified herein likewise relate to the
Contractor’s use of private and/or construction access roads crossing said railroad company’s
properties.
3. The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions
shall provide coverage for not less than the following amounts, issued by companies
satisfactory to the City and to the Railroad Company for a term that continues for so long as
the Contractor’s operations and work cross, occupy, or touch railroad property:
a. General Aggregate: _____________________________________
Enter limits provided by Railroad Company (If none, write none)
b. Each Occurrence: : _____________________________________
Enter limits provided by Railroad Company (If none, write none)
4. With respect to the above outlined insurance requirements, the following shall govern:
a. Where a single railroad company is involved, the Contractor shall provide one insurance
policy in the name of the railroad company. However, if more than one grade separation
or at-grade crossing is affected by the Project at entirely separate locations on the line or
lines of the same railroad company, separate coverage may be required, each in the
amount stated above.
b. Where more than one railroad company is operating on the same right-of-way or where
several railroad companies are involved and operated on their own separate rights-of-
NONE
NONE
NONE
MORNINGSTAR NORTH OFFSITE SEWER
CITY PROJ. NUM 105677
00 73 10- 12
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 12 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
way, the Contractor may be required to provide separate insurance policies in the name
of each railroad company.
c. If, in addition to a grade separation or an at-grade crossing, other work or activity is
proposed on a railroad company’s right-of-way at a location entirely separate from the
grade separation or at-grade crossing, insurance coverage for this work must be included
in the policy covering the grade separation.
d. If no grade separation is involved but other work is proposed on a railroad company’s
right-of-way, all such other work may be covered in a single policy for that railroad, even
though the work may be at two or more separate locations.
5. No work or activities on a railroad company’s property to be performed by the Contractor
shall be commenced until the Contractor has furnished the City with an original policy or
policies of the insurance for each railroad company named, as required above. All such
insurance must be approved by the City and each affected Railroad Company prior to the
Contractor’s beginning work.
6. The insurance specified above must be carried until all Work to be performed on the railroad
right-of-way has been completed and the grade crossing, if any, is no longer used by the
Contractor. In addition, insurance must be carried during all maintenance and/or repair work
performed in the railroad right-of-way. Such insurance must name the railroad company as
the insured, together with any tenant or lessee of the railroad company operating over tracks
involved in the Project.
E. Notification of Policy Cancellation: Contractor shall immediately notify City upon cancellation
or other loss of insurance coverage. Contractor shall stop work until replacement insurance has
been procured. There shall be no time credit for days not worked pursuant to this section.
4.05 Acceptance of Bonds and Insurance; Option to Replace
If City has any objection to the coverage afforded by or other provisions of the bonds or insurance
required to be purchased and maintained by the Contractor in accordance with Article 5 on the basis
of non-conformance with the Contract Documents, the Developer and City shall so notify the
Contractor in writing within 10 Business Days after receipt of the certificates (or other evidence
requested). Contractor shall provide to the City such additional information in respect of insurance
provided as the Developer or City may reasonably request. If Contractor does not purchase or
maintain all of the bonds and insurance required by the Contract Documents, the Developer or City
shall notify the Contractor in writing of such failure prior to the start of the Work, or of such failure
to maintain prior to any change in the required coverage.
ARTICLE 5 – CONTRACTOR’S RESPONSIBILITIES
5.01 Supervision and Superintendent
A. Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting
such attention thereto and applying such skills and expertise as may be necessary to perform the
MORNINGSTAR NORTH OFFSITE SEWER
CITY PROJ. NUM 105677
00 73 10- 13
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 13 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
Work in accordance with the Contract Documents. Contractor shall be solely responsible for the
means, methods, techniques, sequences, and procedures of construction.
B. At all times during the progress of the Work, Contractor shall assign a competent, English-
speaking, Superintendent who shall not be replaced without written notice to City. The
Superintendent will be Contractor’s representative at the Site and shall have authority to act on
behalf of Contractor. All communication given to or received from the Superintendent shall be
binding on Contractor.
C. Contractor shall notify the City 24 hours prior to moving areas during the sequence of
construction.
5.02 Labor; Working Hours
A. Contractor shall provide competent, suitably qualified personnel to perform construction as
required by the Contract Documents. Contractor shall at all times maintain good discipline and
order at the Site.
B. Except as otherwise required for the safety or protection of persons or the Work or property at
the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work
at the Site shall be performed during Regular Working Hours. Contractor will not permit the
performance of Work beyond Regular Working Hours or for Weekend Working Hours without
City’s written consent (which will not be unreasonably withheld). Written request (by letter or
electronic communication) to perform Work:
1. for beyond Regular Working Hours request must be made by noon at least two (2) Business
Days prior
2. for Weekend Working Hours request must be made by noon of the preceding Thursday
3. for legal holidays request must be made by noon two Business Days prior to the legal
holiday.
5.03 Services, Materials, and Equipment
A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full
responsibility for all services, materials, equipment, labor, transportation, construction
equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary
facilities, temporary facilities, and all other facilities and incidentals necessary for the
performance, Contractor required testing, start-up, and completion of the Work.
B. All materials and equipment incorporated into the Work shall be as specified or, if not specified,
shall be of good quality and new, except as otherwise provided in the Contract Documents. All
special warranties and guarantees required by the Specifications shall expressly run to the benefit
of City. If required by City, Contractor shall furnish satisfactory evidence (including reports of
required tests) as to the source, kind, and quality of materials and equipment.
MORNINGSTAR NORTH OFFSITE SEWER
CITY PROJ. NUM 105677
00 73 10- 14
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 14 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
C. All materials and equipment to be incorporated into the Work shall be stored, applied, installed,
connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of
the applicable Supplier, except as otherwise may be provided in the Contract Documents.
5.04 Project Schedule
A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.01
and the General Requirements as it may be adjusted from time to time as provided below.
1. Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.01 and
the General Requirements) proposed adjustments in the Project Schedule.
2. Proposed adjustments in the Project Schedule that will change the Contract Time shall be
submitted in accordance with the requirements of Article 9. Adjustments in Contract Time
for projects with City participation shall be made by participating change orders.
5.05 Substitutes and “Or-Equals”
A. Whenever an item of material or equipment is specified or described in the Contract Documents
by using the name of a proprietary item or the name of a particular Supplier, the specification or
description is intended to establish the type, function, appearance, and quality required. Unless
the specification or description contains or is followed by words reading that no like, equivalent,
or “or-equal” item or no substitution is permitted, other items of material or equipment of other
Suppliers may be submitted to City for review under the circumstances described below.
1. “Or-Equal” Items: If in City’s sole discretion an item of material or equipment proposed by
Contractor is functionally equal to that named and sufficiently similar so that no change in
related Work will be required, it may be considered by City as an “or-equal” item, in which
case review and approval of the proposed item may, in City’s sole discretion, be
accomplished without compliance with some or all of the requirements for approval of
proposed substitute items. For the purposes of this Paragraph 5.05.A.1, a proposed item of
material or equipment will be considered functionally equal to an item so named if:
a. City determines that:
1) it is at least equal in materials of construction, quality, durability, appearance,
strength, and design characteristics;
2) it will reliably perform at least equally well the function and achieve the results
imposed by the design concept of the completed Project as a functioning whole; and
3) it has a proven record of performance and availability of responsive service; and
b. Contractor certifies that, if approved and incorporated into the Work:
1) there will be no increase in cost to the City or increase in Contract Time; and
MORNINGSTAR NORTH OFFSITE SEWER
CITY PROJ. NUM 105677
00 73 10- 15
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 15 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
2) it will conform substantially to the detailed requirements of the item named in the
Contract Documents.
2. Substitute Items:
a. If in City’s sole discretion an item of material or equipment proposed by Contractor does
not qualify as an “or-equal” item under Paragraph 5.05.A.1, it may be submitted as a
proposed substitute item.
b. Contractor shall submit sufficient information as provided below to allow City to
determine if the item of material or equipment proposed is essentially equivalent to that
named and an acceptable substitute therefor. Requests for review of proposed substitute
items of material or equipment will not be accepted by City from anyone other than
Contractor.
c. Contractor shall make written application to City for review of a proposed substitute item
of material or equipment that Contractor seeks to furnish or use. The application shall
comply with Section 01 25 00 and:
1) shall certify that the proposed substitute item will:
i. perform adequately the functions and achieve the results called for by the general
design;
ii. be similar in substance to that specified;
iii. be suited to the same use as that specified; and
2) will state:
i. the extent, if any, to which the use of the proposed substitute item will prejudice
Contractor’s achievement of final completion on time;
ii. whether use of the proposed substitute item in the Work will require a change in
any of the Contract Documents (or in the provisions of any other direct contract
with City for other work on the Project) to adapt the design to the proposed
substitute item;
iii. whether incorporation or use of the proposed substitute item in connection with
the Work is subject to payment of any license fee or royalty; and
3) will identify:
i. all variations of the proposed substitute item from that specified;
ii. available engineering, sales, maintenance, repair, and replacement services; and
MORNINGSTAR NORTH OFFSITE SEWER
CITY PROJ. NUM 105677
00 73 10- 16
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 16 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
4) shall contain an itemized estimate of all costs or credits that will result directly or
indirectly from use of such substitute item, including costs of redesign and Damage
Claims of other contractors affected by any resulting change.
B. Substitute Construction Methods or Procedures: If a specific means, method, technique,
sequence, or procedure of construction is expressly required by the Contract Documents,
Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure
of construction approved by City. Contractor shall submit sufficient information to allow City, in
City’s sole discretion, to determine that the substitute proposed is equivalent to that expressly
called for by the Contract Documents. Contractor shall make written application to City for
review in the same manner as those provided in Paragraph 5.05.A.2.
C. City’s Evaluation: City will be allowed a reasonable time within which to evaluate each
proposal or submittal made pursuant to Paragraphs 5.05.A and 5.05.B. City may require
Contractor to furnish additional data about the proposed substitute. City will be the sole judge of
acceptability. No “or-equal” or substitute will be ordered, installed or utilized until City’s review
is complete, which will be evidenced by a Change Order in the case of a substitute and an
accepted Submittal for an “or-equal.” City will advise Contractor in writing of its determination.
D. Special Guarantee: City may require Contractor to furnish at Contractor’s expense a special
performance guarantee, warranty, or other surety with respect to any substitute. Contractor shall
indemnify and hold harmless City and anyone directly or indirectly employed by them from and
against any and all claims, damages, losses and expenses (including attorneys fees) arising out
of the use of substituted materials or equipment.
E. City’s Cost Reimbursement: City will record City’s costs in evaluating a substitute proposed or
submitted by Contractor pursuant to Paragraphs 5.05.A.2 and 5.05.B. Whether or not City
approves a substitute so proposed or submitted by Contractor, Contractor may be required to
reimburse City for evaluating each such proposed substitute. Contractor may also be required to
reimburse City for the charges for making changes in the Contract Documents.
F. Contractor’s Expense: Contractor shall provide all data in support of any proposed substitute or
“or-equal” at Contractor’s expense.
G. Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a substitute
shall be incorporated to the Contract by Participating Change Order.
5.06 Pre-Qualification of Bidders (Prime Contractors and Subcontractors)
A. The Contractor and any subcontractors are required to be prequalified for the work types
requiring pre-qualification
5.07 Concerning Subcontractors, Suppliers, and Others
A. Minority and Women Owned Business Enterprise Compliance:
MORNINGSTAR NORTH OFFSITE SEWER
CITY PROJ. NUM 105677
00 73 10- 17
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 17 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
Required for this Contract.
(Check this box if there is any City Participation)
Not Required for this Contract.
It is City policy to ensure the full and equitable participation by Minority and Women Business
Enterprises (MWBE) in the procurement of goods and services on a contractual basis. If the
Contract Documents provide for a MWBE goal, Contractor is required to comply with the intent
of the City’s MWBE Ordinance (as amended) by the following:
1. Contractor shall, upon request by City, provide complete and accurate information regarding
actual work performed by a MWBE on the Contract and payment therefor.
2. Contractor will not make additions, deletions, or substitutions of accepted MWBE without
written consent of the City. Any unjustified change or deletion shall be a material breach of
Contract and may result in debarment in accordance with the procedures outlined in the
Ordinance.
3. Contractor shall, upon request by City, allow an audit and/or examination of any books,
records, or files in the possession of the Contractor that will substantiate the actual work
performed by an MWBE. Material misrepresentation of any nature will be grounds for
termination of the Contract. Any such misrepresentation may be grounds for disqualification
of Contractor to bid on future contracts with the City for a period of not less than three years.
B. Contractor shall be fully responsible to City for all acts and omissions of the Subcontractors,
Suppliers, and other individuals or entities performing or furnishing any of the Work just as
Contractor is responsible for Contractor’s own acts and omissions. Nothing in the Contract
Documents:
1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity
any contractual relationship between City and any such Subcontractor, Supplier or other
individual or entity; nor
2. shall create any obligation on the part of City to pay or to see to the payment of any moneys
due any such Subcontractor, Supplier, or other individual or entity except as may otherwise
be required by Laws and Regulations.
C. Contractor shall be solely responsible for scheduling and coordinating the Work of
Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the
Work under a direct or indirect contract with Contractor.
D. All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing
any of the Work shall communicate with City through Contractor.
E. All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an
appropriate agreement between Contractor and the Subcontractor or Supplier which specifically
binds the Subcontractor or Supplier to the applicable terms and conditions of these Contract
X
MORNINGSTAR NORTH OFFSITE SEWER
CITY PROJ. NUM 105677
00 73 10- 18
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 18 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
Documents, Contractor shall provide City contract numbers and reference numbers to the
Subcontractors and/or Suppliers.
5.08 Wage Rates
Required for this Contract.
Not Required for this Contract.
A. Duty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of
Chapter 2258, Texas Government Code (as amended), including the payment of not less than the
rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in
accordance with Chapter 2258. Such prevailing wage rates are included in these Contract
Documents.
B. Penalty for Violation. A Contractor or any Subcontractor who does not pay the prevailing wage
shall, upon demand made by the City, pay to the City $60 for each worker employed for each
calendar day or part of the day that the worker is paid less than the prevailing wage rates
stipulated in these contract documents. This penalty shall be retained by the City to offset its
administrative costs, pursuant to Texas Government Code 2258.023.
C. Complaints of Violations and City Determination of Good Cause. On receipt of information,
including a complaint by a worker, concerning an alleged violation of 2258.023, Texas
Government Code, by a Contractor or Subcontractor, the City shall make an initial
determination, before the 31st day after the date the City receives the information, as to whether
good cause exists to believe that the violation occurred. The City shall notify in writing the
Contractor or Subcontractor and any affected worker of its initial determination. Upon the
City’s determination that there is good cause to believe the Contractor or Subcontractor has
violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or
claimants as the difference between wages paid and wages due under the prevailing wage rates,
such amounts being subtracted from successive progress payments pending a final determination
of the violation.
D. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of
Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected
worker, shall be submitted to binding arbitration in accordance with the Texas General
Arbitration Act (Article 224 et seq., Revised Statutes) if the Contractor or Subcontractor and any
affected worker does not resolve the issue by agreement before the 15th day after the date the
City makes its initial determination pursuant to Paragraph C above. If the persons required to
arbitrate under this section do not agree on an arbitrator before the 11th day after the date that
arbitration is required, a district court shall appoint an arbitrator on the petition of any of the
persons. The City is not a party in the arbitration. The decision and award of the arbitrator is
final and binding on all parties and may be enforced in any court of competent jurisdiction.
E. Records to be Maintained. The Contractor and each Subcontractor shall, for a period of three (3)
years following the date of acceptance of the work, maintain records that show (i) the name and
X
MORNINGSTAR NORTH OFFSITE SEWER
CITY PROJ. NUM 105677
00 73 10- 19
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 19 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
occupation of each worker employed by the Contractor in the construction of the Work provided
for in this Contract; and (ii) the actual per diem wages paid to each worker. The records shall be
open at all reasonable hours for inspection by the City. The provisions of Paragraph 6.23, Right
to Audit, shall pertain to this inspection.
F. Progress Payments. With each progress payment or payroll period, whichever is less, the
Contractor shall submit an affidavit stating that the Contractor has complied with the
requirements of Chapter 2258, Texas Government Code.
G. Posting of Wage Rates. The Contractor shall post prevailing wage rates in a conspicuous place at
all times.
H. Subcontractor Compliance. The Contractor shall include in its subcontracts and/or shall
otherwise require all of its Subcontractors to comply with Paragraphs A through G above.
5.09 Patent Fees and Royalties
A. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold
harmless City, from and against all claims, costs, losses, and damages (including but not limited
to all fees and charges of engineers, architects, attorneys, and other professionals and all court
or arbitration or other dispute resolution costs) arising out of or relating to any infringement of
patent rights or copyrights incident to the use in the performance of the Work or resulting from
the incorporation in the Work of any invention, design, process, product, or device not specified
in the Contract Documents.
5.10 Laws and Regulations
A. Contractor shall give all notices required by and shall comply with all Laws and Regulations
applicable to the performance of the Work. Except where otherwise expressly required by
applicable Laws and Regulations, the City shall not be responsible for monitoring Contractor’s
compliance with any Laws or Regulations.
B. If Contractor performs any Work knowing or having reason to know that it is contrary to Laws
or Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not
limited to all fees and charges of engineers, architects, attorneys, and other professionals and all
court or arbitration or other dispute resolution costs) arising out of or relating to such Work.
However, it shall not be Contractor’s responsibility to make certain that the Specifications and
Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of
Contractor’s obligations under Paragraph 3.01.
5.11 Use of Site and Other Areas
A. Limitation on Use of Site and Other Areas:
1. Contractor shall confine construction equipment, the storage of materials and equipment, and
the operations of workers to the Site and other areas permitted by Laws and Regulations, and
shall not unreasonably encumber the Site and other areas with construction equipment or
MORNINGSTAR NORTH OFFSITE SEWER
CITY PROJ. NUM 105677
00 73 10- 20
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 20 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
other materials or equipment. Contractor shall assume full responsibility for any damage to
any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas
resulting from the performance of the Work.
2. At any time when, in the judgment of the City, the Contractor has obstructed or closed or is
carrying on operations in a portion of a street, right-of-way, or easement greater than is
necessary for proper execution of the Work, the City may require the Contractor to finish the
section on which operations are in progress before work is commenced on any additional
area of the Site.
3. Should any Damage Claim be made by any such owner or occupant because of the
performance of the Work, Contractor shall promptly attempt to resolve the Damage Claim.
4. Pursuant to Paragraph 5.18, Contractor shall indemnify and hold harmless City, from and
against all claims, costs, losses, and damages arising out of or relating to any claim or
action, legal or equitable, brought by any such owner or occupant against City.
B. Removal of Debris During Performance of the Work: During the progress of the Work
Contractor shall keep the Site and other areas free from accumulations of waste materials,
rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other
debris shall conform to applicable Laws and Regulations.
C. Site Maintenance Cleaning: 24 hours after written notice is given to the Contractor that the
clean-up on the job site is proceeding in a manner unsatisfactory to the City or Developer, if the
Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as
the City deems appropriate to correct the clean-up deficiencies cited to the Contractor in the
written notice (by letter or electronic communication), and shall be entitled to recover its cost in
doing so. The City may withhold Final Acceptance until clean-up is complete and cost are
recovered.
D. Final Site Cleaning: Prior to Final Acceptance of the Work Contractor shall clean the Site and
the Work and make it ready for utilization by City or adjacent property owner. At the completion
of the Work Contractor shall remove from the Site all tools, appliances, construction equipment
and machinery, and surplus materials and shall restore to original condition or better all property
disturbed by the Work.
E. Loading Structures: Contractor shall not load nor permit any part of any structure to be loaded
in any manner that will endanger the structure, nor shall Contractor subject any part of the Work
or adjacent property to stresses or pressures that will endanger it.
5.12 Record Documents
A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor
and approved by the City, one (1) record copy of all Drawings, Specifications, Addenda, Change
Orders, Field Orders, and written interpretations and clarifications in good order and annotated
to show changes made during construction. These record documents together with all approved
MORNINGSTAR NORTH OFFSITE SEWER
CITY PROJ. NUM 105677
00 73 10- 21
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 21 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
Samples and a counterpart of all accepted Submittals will be available to City for reference.
Upon completion of the Work, these record documents, any operation and maintenance manuals,
and Submittals will be delivered to City prior to Final Inspection. Contractor shall include
accurate locations for buried and imbedded items.
5.13 Safety and Protection
A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety
precautions and programs in connection with the Work. Such responsibility does not relieve
Subcontractors of their responsibility for the safety of persons or property in the performance of
their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall
take all necessary precautions for the safety of, and shall provide the necessary protection to
prevent damage, injury or loss to:
1. all persons on the Site or who may be affected by the Work;
2. all the Work and materials and equipment to be incorporated therein, whether in storage on
or off the Site; and
3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks,
pavements, roadways, structures, utilities, and Underground Facilities not designated for
removal, relocation, or replacement in the course of construction.
B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of
persons or property, or to the protection of persons or property from damage, injury, or loss; and
shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall
notify owners of adjacent property and of Underground Facilities and other utility owners when
prosecution of the Work may affect them, and shall cooperate with them in the protection,
removal, relocation, and replacement of their property.
C. Contractor shall comply with the applicable requirements of City’s safety programs, if any.
D. Contractor shall inform City of the specific requirements of Contractor’s safety program, if any,
with which City’s employees and representatives must comply while at the Site.
E. All damage, injury, or loss to any property referred to in Paragraph 5.13.A.2 or 5.13.A.3 caused,
directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any
other individual or entity directly or indirectly employed by any of them to perform any of the
Work, or anyone for whose acts any of them may be liable, shall be remedied by Contractor.
F. Contractor’s duties and responsibilities for safety and for protection of the Work shall continue
until such time as all the Work is completed and City has accepted the Work.
5.14 Safety Representative
Contractor shall inform City in writing of Contractor’s designated safety representative at the Site.
MORNINGSTAR NORTH OFFSITE SEWER
CITY PROJ. NUM 105677
00 73 10- 22
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 22 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
5.15 Hazard Communication Programs
Contractor shall be responsible for coordinating any exchange of material safety data sheets or other
hazard communication information required to be made available to or exchanged between or
among employers in accordance with Laws or Regulations.
5.16 Submittals
A. Contractor shall submit required Submittals to City for review and acceptance. Each submittal
will be identified as required by City.
1. Submit number of copies specified in the General Requirements.
2. Data shown on the Submittals will be complete with respect to quantities, dimensions,
specified performance and design criteria, materials, and similar data to show City the
services, materials, and equipment Contractor proposes to provide and to enable City to
review the information for the limited purposes required by Paragraph 5.16.C.
3. Submittals submitted as herein provided by Contractor and reviewed by City for
conformance with the design concept shall be executed in conformity with the Contract
Documents unless otherwise required by City.
4. When Submittals are submitted for the purpose of showing the installation in greater detail,
their review shall not excuse Contractor from requirements shown on the Drawings and
Specifications.
5. For-Information-Only submittals upon which the City is not expected to conduct review or
take responsive action may be so identified in the Contract Documents.
6. Submit required number of Samples specified in the Specifications.
7. Clearly identify each Sample as to material, Supplier, pertinent data such as catalog numbers,
the use for which intended and other data as City may require to enable City to review the
submittal for the limited purposes required by Paragraph 5.16.C.
B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any
related Work performed prior to City’s review and acceptance of the pertinent submittal will be
at the sole expense and responsibility of Contractor.
C. City’s Review:
1. City will provide timely review of required Submittals in accordance with the Schedule of
Submittals acceptable to City. City’s review and acceptance will be only to determine if the
items covered by the submittals will, after installation or incorporation in the Work, conform
to the information given in the Contract Documents and be compatible with the design
concept of the completed Project as a functioning whole as indicated by the Contract
Documents.
MORNINGSTAR NORTH OFFSITE SEWER
CITY PROJ. NUM 105677
00 73 10- 23
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 23 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
2. City’s review and acceptance will not extend to means, methods, techniques, sequences, or
procedures of construction (except where a particular means, method, technique, sequence,
or procedure of construction is specifically and expressly called for by the Contract
Documents) or to safety precautions or programs incident thereto. The review and
acceptance of a separate item as such will not indicate approval of the assembly in which the
item functions.
3. City’s review and acceptance shall not relieve Contractor from responsibility for any
variation from the requirements of the Contract Documents unless Contractor has complied
with the requirements of Section 01 33 00 and City has given written acceptance of each
such variation by specific written notation thereof incorporated in or accompanying the
Submittal. City’s review and acceptance shall not relieve Contractor from responsibility for
complying with the requirements of the Contract Documents.
5.17 Contractor’s General Warranty and Guarantee
A. Contractor warrants and guarantees to City that all Work will be in accordance with the Contract
Documents and will not be defective. City and its officers, directors, members, partners,
employees, agents, consultants, and subcontractors shall be entitled to rely on representation of
Contractor’s warranty and guarantee.
B. Contractor’s warranty and guarantee hereunder excludes defects or damage caused by:
1. abuse, modification, or improper maintenance or operation by persons other than Contractor,
Subcontractors, Suppliers, or any other individual or entity for whom Contractor is
responsible; or
2. normal wear and tear under normal usage.
C. Contractor’s obligation to perform and complete the Work in accordance with the Contract
Documents shall be absolute. None of the following will constitute an acceptance of Work that is
not in accordance with the Contract Documents or a release of Contractor’s obligation to
perform the Work in accordance with the Contract Documents:
1. observations by City;
2. recommendation or payment by City or Developer of any progress or final payment;
3. the issuance of a certificate of Final Acceptance by City or any payment related thereto by
City;
4. use or occupancy of the Work or any part thereof by City;
5. any review and acceptance of a Submittal by City;
6. any inspection, test, or approval by others; or
MORNINGSTAR NORTH OFFSITE SEWER
CITY PROJ. NUM 105677
00 73 10- 24
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 24 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
7. any correction of defective Work by City.
D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to
other work or property resulting therefrom which shall appear within a period of two (2) years
from the date of Final Acceptance of the Work unless a longer period is specified and shall
furnish a good and sufficient maintenance bond, complying with the requirements of Article
4.02.B. The City will give notice of observed defects with reasonable promptness.
5.18 Indemnification
A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the
City, its officers, servants and employees, from and against any and all claims arising out of, or
alleged to arise out of, the work and services to be performed by the Contractor, its officers,
agents, employees, subcontractors, licenses or invitees under this Contract. THIS
INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE
AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME
OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN PART, BY
ANY ACT, OMISSION OR NEGLIGENCE OF THE CITY. This indemnity provision is
intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by
the City in defending against such claims and causes of actions.
B. Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the City, its
officers, servants and employees, from and against any and all loss, damage or destruction of
property of the City, arising out of, or alleged to arise out of, the work and services to be
performed by the Contractor, its officers, agents, employees, subcontractors, licensees or invitees
under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY
INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR
PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE
CAUSED, IN WHOLE OR IN PART, BY ANY ACT, OMISSION OR NEGLIGENCE OF
THE CITY.
5.19 Delegation of Professional Design Services
A. Contractor will not be required to provide professional design services unless such services are
specifically required by the Contract Documents for a portion of the Work or unless such
services are required to carry out Contractor’s responsibilities for construction means, methods,
techniques, sequences and procedures.
B. If professional design services or certifications by a design professional related to systems,
materials or equipment are specifically required of Contractor by the Contract Documents, City
will specify all performance and design criteria that such services must satisfy. Contractor shall
cause such services or certifications to be provided by a properly licensed professional, whose
signature and seal shall appear on all drawings, calculations, specifications, certifications, and
Submittals prepared by such professional. Submittals related to the Work designed or certified
by such professional, if prepared by others, shall bear such professional’s written approval when
submitted to City.
MORNINGSTAR NORTH OFFSITE SEWER
CITY PROJ. NUM 105677
00 73 10- 25
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 25 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the services,
certifications or approvals performed by such design professionals, provided City has specified
to Contractor performance and design criteria that such services must satisfy.
D. Pursuant to this Paragraph 5.19, City’s review and acceptance of design calculations and design
drawings will be only for the limited purpose of checking for conformance with performance
and design criteria given and the design concept expressed in the Contract Documents. City’s
review and acceptance of Submittals (except design calculations and design drawings) will be
only for the purpose stated in Paragraph 5.16.C.
5.20 Right to Audit:
A. The City reserves the right to audit all projects utilizing City funds
B. The Contractor agrees that the City shall, until the expiration of three (3) years after final
payment under this Contract, have access to and the right to examine and photocopy any directly
pertinent books, documents, papers, and records of the Contractor involving transactions relating
to this Contract. Contractor agrees that the City shall have access during Regular Working Hours
to all necessary Contractor facilities and shall be provided adequate and appropriate work space
in order to conduct audits in compliance with the provisions of this Paragraph. The City shall
give Contractor reasonable advance notice of intended audits.
C. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that
the subcontractor agrees that the City shall, until the expiration of three (3) years after final
payment under this Contract, have access to and the right to examine and photocopy any directly
pertinent books, documents, papers, and records of such Subcontractor, involving transactions to
the subcontract, and further, that City shall have access during Regular Working Hours to all
Subcontractor facilities, and shall be provided adequate and appropriate work space in order to
conduct audits in compliance with the provisions of this Paragraph. The City shall give
Subcontractor reasonable advance notice of intended audits.
D. Contractor and Subcontractor agree to photocopy such documents as may be requested by the
City. The City agrees to reimburse Contractor for the cost of the copies as follows at the rate
published in the Texas Administrative Code in effect as of the time copying is performed.
5.21 Nondiscrimination
A. The City is responsible for operating Public Transportation Programs and implementing transit-
related projects, which are funded in part with Federal financial assistance awarded by the U.S.
Department of Transportation and the Federal Transit Administration (FTA), without
discriminating against any person in the United States on the basis of race, color, or national
origin.
B. Title VI, Civil Rights Act of 1964 as amended: Contractor shall comply with the requirements of
the Act and the Regulations as further defined in the Supplementary Conditions for any project
receiving Federal assistance.
MORNINGSTAR NORTH OFFSITE SEWER
CITY PROJ. NUM 105677
00 73 10- 26
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 26 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
ARTICLE 6 – OTHER WORK AT THE SITE
6.01 Related Work at Site
A. City may perform other work related to the Project at the Site with City’s employees, or other
City contractors, or through other direct contracts therefor, or have other work performed by
utility owners. If such other work is not noted in the Contract Documents, then written notice
thereof will be given to Contractor prior to starting any such other work; and
B. Contractor shall afford each other contractor who is a party to such a direct contract, each utility
owner, and City, if City is performing other work with City’s employees or other City
contractors, proper and safe access to the Site, provide a reasonable opportunity for the
introduction and storage of materials and equipment and the execution of such other work, and
properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of
the Work that may be required to properly connect or otherwise make its several parts come
together and properly integrate with such other work. Contractor shall not endanger any work of
others by cutting, excavating, or otherwise altering such work; provided, however, that
Contractor may cut or alter others' work with the written consent of City and the others whose
work will be affected.
C. If the proper execution or results of any part of Contractor’s Work depends upon work
performed by others under this Article 7, Contractor shall inspect such other work and promptly
report to City in writing any delays, defects, or deficiencies in such other work that render it
unavailable or unsuitable for the proper execution and results of Contractor’s Work. Contractor’s
failure to so report will constitute an acceptance of such other work as fit and proper for
integration with Contractor’s Work except for latent defects in the work provided by others.
ARTICLE 7 – CITY’S RESPONSIBILITIES
7.01 Inspections, Tests, and Approvals
City’s responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph
11.03.
7.02 Limitations on City’s Responsibilities
A. The City shall not supervise, direct, or have control or authority over, nor be responsible for,
Contractor’s means, methods, techniques, sequences, or procedures of construction, or the safety
precautions and programs incident thereto, or for any failure of Contractor to comply with Laws
and Regulations applicable to the performance of the Work. City will not be responsible for
Contractor’s failure to perform the Work in accordance with the Contract Documents.
B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 5.13.
MORNINGSTAR NORTH OFFSITE SEWER
CITY PROJ. NUM 105677
00 73 10- 27
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 27 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
7.03 Compliance with Safety Program
While at the Site, City’s employees and representatives shall comply with the specific applicable
requirements of Contractor’s safety programs of which City has been informed pursuant to
Paragraph 5.13.
ARTICLE 8 – CITY’S OBSERVATION STATUS DURING CONSTRUCTION
8.01 City’s Project Representative
City will provide one or more Project Representative(s) during the construction period. The duties
and responsibilities and the limitations of authority of City’s representative during construction are
set forth in the Contract Documents.
A. City’s Project Representative will make visits to the Site at intervals appropriate to the various
stages of construction as City deems necessary in order to observe the progress that has been
made and the quality of the various aspects of Contractor’s executed Work. Based on
information obtained during such visits and observations, City’s Project Representative will
determine, in general, if the Work is proceeding in accordance with the Contract Documents.
City’s Project Representative will not be required to make exhaustive or continuous inspections
on the Site to check the quality or quantity of the Work. City’s Project Representative’s efforts
will be directed toward providing City a greater degree of confidence that the completed Work
will conform generally to the Contract Documents.
B. City’s Project Representative’s visits and observations are subject to all the limitations on
authority and responsibility in the Contract Documents.
8.02 Authorized Variations in Work
City’s Project Representative may authorize minor variations in the Work from the requirements of
the Contract Documents which do not involve an adjustment in the Contract Price or the Contract
Time and are compatible with the design concept of the completed Project as a functioning whole as
indicated by the Contract Documents. These may be accomplished by a Field Order and will be
binding on City Developer, and also on Contractor, who shall perform the Work involved promptly.
8.03 Rejecting Defective Work
City will have authority to reject Work which City’s Project Representative believes to be defective,
or will not produce a completed Project that conforms to the Contract Documents or that will
prejudice the integrity of the design concept of the completed Project as a functioning whole as
indicated by the Contract Documents. City will have authority to conduct special inspection or
testing of the Work as provided in Article 11, whether or not the Work is fabricated, installed, or
completed.
MORNINGSTAR NORTH OFFSITE SEWER
CITY PROJ. NUM 105677
00 73 10- 28
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 28 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
8.04 Determinations for Work Performed
Contractor will determine the actual quantities and classifications of Work performed. City’s Project
Representative will review with Contractor the preliminary determinations on such matters before
rendering a written recommendation. City’s written decision will be final (except as modified to
reflect changed factual conditions or more accurate data).
ARTICLE 9 – CHANGES IN THE WORK
9.01 Authorized Changes in the Work
A. Without invalidating the Contract and without notice to any surety, City may, at any time or
from time to time, order Extra Work. Upon notice of such Extra Work, Contractor shall
promptly proceed with the Work involved which will be performed under the applicable
conditions of the Contract Documents (except as otherwise specifically provided). Extra Work
shall be memorialized by a Participating Change Order which may or may not precede an order
of Extra work.
B. For minor changes of Work not requiring changes to Contract Time or Contract Price on a
project with City participation, a Field Order may be issued by the City.
9.02 Notification to Surety
If the provisions of any bond require notice to be given to a surety of any change affecting the
general scope of the Work or the provisions of the Contract Documents (including, but not limited
to, Contract Price or Contract Time), the giving of any such notice will be Contractor’s
responsibility. The amount of each applicable bond will be adjusted by the Contractor to reflect the
effect of any such change.
ARTICLE 10 – CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME
10.01 Change of Contract Price
A. The Contract Price may only be changed by a Participating Change Order for projects with City
participation.
10.02 Change of Contract Time
A. The Contract Time may only be changed by a Participating Change Order for projects with City
participation.
10.03 Delays
A. If Contractor is delayed, City shall not be liable to Contractor for any claims, costs, losses, or
damages (including but not limited to all fees and charges of engineers, architects, attorneys, and
other professionals and all court or arbitration or other dispute resolution costs) sustained by
Contractor on or in connection with any other project or anticipated project.
MORNINGSTAR NORTH OFFSITE SEWER
CITY PROJ. NUM 105677
00 73 10- 29
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 29 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
ARTICLE 11 – TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF
DEFECTIVE WORK
11.01 Notice of Defects
Notice of all defective Work of which City has actual knowledge will be given to Contractor.
Defective Work may be rejected, corrected, or accepted as provided in this Article 13.
11.02 Access to Work
City, independent testing laboratories, and governmental agencies with jurisdictional interests will
have access to the Site and the Work at reasonable times for their observation, inspection, and
testing. Contractor shall provide them proper and safe conditions for such access and advise them of
Contractor’s safety procedures and programs so that they may comply therewith as applicable.
11.03 Tests and Inspections
A. Contractor shall give City timely notice of readiness of the Work for all required inspections,
tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required
inspections or tests.
B. If Contract Documents, Laws or Regulations of any public body having jurisdiction require any
of the Work (or part thereof) to be inspected, tested, or approved, Contractor shall assume full
responsibility for arranging and obtaining such independent inspections, tests, retests or
approvals, pay all costs in connection therewith, and furnish City the required certificates of
inspection or approval; excepting, however, those fees specifically identified in the
Supplementary Conditions or any Texas Department of Licensure and Regulation (TDLR)
inspections, which shall be paid as described in the Supplementary Conditions.
C. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection
with any inspections, tests, re-tests, or approvals required for City’s acceptance of materials or
equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment
submitted for approval prior to Contractor’s purchase thereof for incorporation in the Work.
Such inspections, tests, re-tests, or approvals shall be performed by organizations approved by
City.
D. City may arrange for the services of an independent testing laboratory (“Testing Lab”) to
perform any inspections or tests (“Testing”) for any part of the Work, as determined solely by
City.
1. City will coordinate such Testing to the extent possible, with Contractor;
2. Should any Testing under this Section 11.03 D result in a “fail”, “did not pass” or other
similar negative result, the Contractor shall be responsible for paying for any and all retests.
Contractor’s cancellation without cause of City initiated Testing shall be deemed a negative
result and require a retest.
MORNINGSTAR NORTH OFFSITE SEWER
CITY PROJ. NUM 105677
00 73 10- 30
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 30 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
3. Any amounts owed for any retest under this Section 11.03 D shall be paid directly to the
Testing Lab by Contractor. City will forward all invoices for retests to
Developer/Contractor.
4. If Contractor fails to pay the Testing Lab, City will not issue a letter of Final Acceptance
until the Testing Lab is Paid
E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by
Contractor without written concurrence of City, Contractor shall, if requested by City, uncover
such Work for observation.
11.04 Uncovering Work
A. If any Work is covered contrary to the Contract Documents or specific instructions by the City, it
must, if requested by City, be uncovered for City’s observation and replaced at Contractor’s
expense.
11.05 City May Stop the Work
If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials
or equipment, or fails to perform the Work in such a way that the completed Work will conform to
the Contract Documents, City may order Contractor to stop the Work, or any portion thereof, until
the cause for such order has been eliminated; however, this right of City to stop the Work shall not
give rise to any duty on the part of City to exercise this right for the benefit of Contractor, any
Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent
of any of them.
11.06 Correction or Removal of Defective Work
A. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to
an acceptable schedule, whether or not fabricated, installed, or completed, or, if the Work has
been rejected by City, remove it from the Project and replace it with Work that is not defective.
Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not
limited to all fees and charges of engineers, architects, attorneys, and other professionals and all
court or arbitration or other dispute resolution costs) arising out of or relating to such correction
or removal (including but not limited to all costs of repair or replacement of work of others).
Failure to require the removal of any defective Work shall not constitute acceptance of such
Work.
B. When correcting defective Work under the terms of this Paragraph 11.06 or Paragraph 11.07,
Contractor shall take no action that would void or otherwise impair City’s special warranty and
guarantee, if any, on said Work.
11.07 Correction Period
A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may
be prescribed by the terms of any applicable special guarantee required by the Contract
MORNINGSTAR NORTH OFFSITE SEWER
CITY PROJ. NUM 105677
00 73 10- 31
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 31 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
Documents), any Work is found to be defective, or if the repair of any damages to the land or
areas made available for Contractor’s use by City or permitted by Laws and Regulations as
contemplated in Paragraph 5.10.A is found to be defective, Contractor shall promptly, without
cost to City and in accordance with City’s written instructions:
1. repair such defective land or areas; or
2. correct such defective Work; or
3. if the defective Work has been rejected by City, remove it from the Project and replace it
with Work that is not defective, and
4. satisfactorily correct or repair or remove and replace any damage to other Work, to the work
of others or other land or areas resulting therefrom.
B. If Contractor does not promptly comply with the terms of City’s written instructions, or in an
emergency where delay would cause serious risk of loss or damage, City may have the defective
Work corrected or repaired or may have the rejected Work removed and replaced. All claims,
costs, losses, and damages (including but not limited to all fees and charges of engineers,
architects, attorneys, and other professionals and all court or other dispute resolution costs)
arising out of or relating to such correction or repair or such removal and replacement (including
but not limited to all costs of repair or replacement of work of others) will be paid by Contractor.
C. Where defective Work (and damage to other Work resulting therefrom) has been corrected or
removed and replaced under this Paragraph 11.07, the correction period hereunder with respect
to such Work may be required to be extended for an additional period of one year after the end
of the initial correction period. City shall provide 30 days written notice to Contractor and
Developer should such additional warranty coverage be required. Contractor’s obligations under
this Paragraph 11.07 are in addition to any other obligation or warranty. The provisions of this
Paragraph 11.07 shall not be construed as a substitute for, or a waiver of, the provisions of any
applicable statute of limitation or repose.
11.08 City May Correct Defective Work
A. If Contractor fails within a reasonable time after written notice from City to correct defective
Work, or to remove and replace rejected Work as required by City in accordance with Paragraph
11.06.A, or if Contractor fails to perform the Work in accordance with the Contract Documents,
or if Contractor fails to comply with any other provision of the Contract Documents, City may,
after seven (7) days written notice to Contractor and the Developer, correct, or remedy any such
deficiency.
B. In exercising the rights and remedies under this Paragraph 11.09, City shall proceed
expeditiously. In connection with such corrective or remedial action, City may exclude
Contractor from all or part of the Site, take possession of all or part of the Work and suspend
Contractor’s services related thereto, and incorporate in the Work all materials and equipment
incorporated in the Work, stored at the Site or for which City has paid Contractor but which are
MORNINGSTAR NORTH OFFSITE SEWER
CITY PROJ. NUM 105677
00 73 10- 32
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 32 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
stored elsewhere. Contractor shall allow City, City’s representatives, agents, consultants,
employees, and City’s other contractors, access to the Site to enable City to exercise the rights
and remedies under this Paragraph.
C. All claims, costs, losses, and damages (including but not limited to all fees and charges of
engineers, architects, attorneys, and other professionals and all court or other dispute resolution
costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph
13.09 will be charged against Contractor, and a Change Order will be issued incorporating the
necessary revisions in the Contract Documents with respect to the Work; and City shall be
entitled to an appropriate decrease in the Contract Price.
D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the
performance of the Work attributable to the exercise of City’s rights and remedies under this
Paragraph 11.09.
ARTICLE 12 – COMPLETION
12.01 Contractor’s Warranty of Title
Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any
Application for Payment will pass to City no later than the time of Final Acceptance and shall be
free and clear of all Liens.
12.02 Partial Utilization
A. Prior to Final Acceptance of all the Work, City may use or occupy any substantially completed
part of the Work which has specifically been identified in the Contract Documents, or which
City, determines constitutes a separately functioning and usable part of the Work that can be
used by City for its intended purpose without significant interference with Contractor’s
performance of the remainder of the Work. City at any time may notify Contractor in writing to
permit City to use or occupy any such part of the Work which City determines to be ready for its
intended use, subject to the following conditions:
1. Contractor at any time may notify City in writing that Contractor considers any such part of
the Work ready for its intended use.
2. Within a reasonable time after notification as enumerated in Paragraph 14.05.A.1, City and
Contractor shall make an inspection of that part of the Work to determine its status of
completion. If City does not consider that part of the Work to be substantially complete, City
will notify Contractor in writing giving the reasons therefor.
3. Partial Utilization will not constitute Final Acceptance by City.
12.03 Final Inspection
A. Upon written notice from Contractor that the entire Work is complete in accordance with the
Contract Documents:
MORNINGSTAR NORTH OFFSITE SEWER
CITY PROJ. NUM 105677
00 73 10- 33
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 33 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
1. within 10 days, City will schedule a Final Inspection with Contractor.
2. City will notify Contractor in writing of all particulars in which this inspection reveals that
the Work is incomplete or defective. Contractor shall immediately take such measures as are
necessary to complete such Work or remedy such deficiencies.
12.04 Final Acceptance
A. Upon completion by Contractor to City’s satisfaction, of any additional Work identified in the
Final Inspection, City will issue to Contractor a letter of Final Acceptance upon the satisfaction
of the following:
1. All documentation called for in the Contract Documents, including but not limited to the
evidence of insurance required by Paragraph 5.03;
2. consent of the surety, if any, to Final Acceptance;
3. a list of all pending or released Damage Claims against City that Contractor believes are
unsettled; and
4. affidavits of payments and complete and legally effective releases or waivers (satisfactory to
City) of all Lien rights arising out of or Liens filed in connection with the Work.
5. after all Damage Claims have been resolved:
a. directly by the Contractor or;
b. Contractor provides evidence that the Damage Claim has been reported to Contractor’s
insurance provider for resolution.
6. Issuing Final Acceptance by the City shall not relieve the Contractor of any guarantees or
other requirements of the Contract Documents which specifically continue thereafter.
ARTICLE 13 – SUSPENSION OF WORK
13.01 City May Suspend Work
A. At any time and without cause, City may suspend the Work or any portion thereof by written
notice to Contractor and which may fix the date on which Work will be resumed. Contractor
shall resume the Work on the date so fixed. During temporary suspension of the Work covered
by these Contract Documents, for any reason, the City will stop contract time on City
participation projects.
B. Should the Contractor not be able to complete a portion of the Project due to causes beyond the
control of and without the fault or negligence of the Contractor, and should it be determined by
mutual consent of the Contractor and City that a solution to allow construction to proceed is not
MORNINGSTAR NORTH OFFSITE SEWER
CITY PROJ. NUM 105677
00 73 10- 34
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 34 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
available within a reasonable period of time, Contractor may request an extension in Contract
Time, directly attributable to any such suspension.
C. If it should become necessary to suspend the Work for an indefinite period, the Contractor shall
store all materials in such a manner that they will not obstruct or impede the public unnecessarily
nor become damaged in any way, and he shall take every precaution to prevent damage or
deterioration of the work performed; he shall provide suitable drainage about the work, and erect
temporary structures where necessary.
ARTICLE 14 – MISCELLANEOUS
14.01 Giving Notice
A. Whenever any provision of the Contract Documents requires the giving of written notice, it will
be deemed to have been validly given if:
1. delivered in person to the individual or to a member of the firm or to an officer of the
corporation for whom it is intended; or
2. delivered at or sent by registered or certified mail, postage prepaid, to the last business
address known to the giver of the notice.
B. Business address changes must be promptly made in writing to the other party.
C. Whenever the Contract Documents specifies giving notice by electronic means such electronic
notice shall be deemed sufficient upon confirmation of receipt by the receiving party.
14.02 Computation of Times
When any period of time is referred to in the Contract Documents by days, it will be computed to
exclude the first and include the last day of such period. If the last day of any such period falls on a
Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last
day of the period.
14.03 Cumulative Remedies
The duties and obligations imposed by these General Conditions and the rights and remedies
available hereunder to the parties hereto are in addition to, and are not to be construed in any way as
a limitation of, any rights and remedies available to any or all of them which are otherwise imposed
or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the
Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically
in the Contract Documents in connection with each particular duty, obligation, right, and remedy to
which they apply.
MORNINGSTAR NORTH OFFSITE SEWER
CITY PROJ. NUM 105677
00 73 10- 35
Standard City Conditions Of The Construction Contract For Developer Awarded Projects
Page 35 of 35
CITY OF FORT WORTH
STANDARD CITY CONDITIONS – DEVELOPER AWARDED PROJECTS
Revised: January 10, 2013
14.04 Survival of Obligations
All representations, indemnifications, warranties, and guarantees made in, required by, or given in
accordance with the Contract Documents, as well as all continuing obligations indicated in the
Contract Documents, will survive final payment, completion, and acceptance of the Work or
termination or completion of the Contract or termination of the services of Contractor.
14.05 Headings
Article and paragraph headings are inserted for convenience only and do not constitute parts of these
General Conditions.
MORNINGSTAR NORTH OFFSITE SEWER
CITY PROJ. NUM 105677
01 11 00 - 1
DAP SUMMARY OF WORK
Page 1 of 3
CITY OF FORT WORTH MORNINGSTAR OFFSITE WATER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – Developer Awarded Projects CITY PROJ. NUM. 105640
Revised December 20, 2012
SECTION 01 11 00 1
SUMMARY OF WORK 2
PART 1 - GENERAL 3
1.1 SUMMARY 4
A. Section Includes: 5
1. Summary of Work to be performed in accordance with the Contract Documents 6
B. Deviations from this City of Fort Worth Standard Specification 7
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
A. Measurement and Payment 13
1. Work associated with this Item is considered subsidiary to the various items bid. 14
No separate payment will be allowed for this Item. 15
1.3 REFERENCES [NOT USED] 16
1.4 ADMINISTRATIVE REQUIREMENTS 17
A. Work Covered by Contract Documents 18
1. Work is to include furnishing all labor, materials, and equipment, and performing 19
all Work necessary for this construction project as detailed in the Drawings and 20
Specifications. 21
B. Subsidiary Work 22
1. Any and all Work specifically governed by documentary requirements for the 23
project, such as conditions imposed by the Drawings or Contract Documents in 24
which no specific item for bid has been provided for in the Proposal and the item is 25
not a typical unit bid item included on the standard bid item list, then the item shall 26
be considered as a subsidiary item of Work, the cost of which shall be included in 27
the price bid in the Proposal for various bid items. 28
C. Use of Premises 29
1. Coordinate uses of premises under direction of the City. 30
2. Assume full responsibility for protection and safekeeping of materials and 31
equipment stored on the Site. 32
3. Use and occupy only portions of the public streets and alleys, or other public places 33
or other rights-of-way as provided for in the ordinances of the City, as shown in the 34
Contract Documents, or as may be specifically authorized in writing by the City. 35
a. A reasonable amount of tools, materials, and equipment for construction 36
purposes may be stored in such space, but no more than is necessary to avoid 37
delay in the construction operations. 38
01 11 00 - 2
DAP SUMMARY OF WORK
Page 2 of 3
CITY OF FORT WORTH MORNINGSTAR OFFSITE WATER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – Developer Awarded Projects CITY PROJ. NUM. 105640
Revised December 20, 2012
b. Excavated and waste materials shall be stored in such a way as not to interfere 1
with the use of spaces that may be designated to be left free and unobstructed 2
and so as not to inconvenience occupants of adjacent property. 3
c. If the street is occupied by railroad tracks, the Work shall be carried on in such 4
manner as not to interfere with the operation of the railroad. 5
1) All Work shall be in accordance with railroad requirements set forth in 6
Division 0 as well as the railroad permit. 7
D. Work within Easements 8
1. Do not enter upon private property for any purpose without having previously 9
obtained permission from the owner of such property. 10
2. Do not store equipment or material on private property unless and until the 11
specified approval of the property owner has been secured in writing by the 12
Contractor and a copy furnished to the City. 13
3. Unless specifically provided otherwise, clear all rights-of-way or easements of 14
obstructions which must be removed to make possible proper prosecution of the 15
Work as a part of the project construction operations. 16
4. Preserve and use every precaution to prevent damage to, all trees, shrubbery, plants, 17
lawns, fences, culverts, curbing, and all other types of structures or improvements, 18
to all water, sewer, and gas lines, to all conduits, overhead pole lines, or 19
appurtenances thereof, including the construction of temporary fences and to all 20
other public or private property adjacent to the Work. 21
5. Notify the proper representatives of the owners or occupants of the public or private 22
lands of interest in lands which might be affected by the Work. 23
a. Such notice shall be made at least 48 hours in advance of the beginning of the 24
Work. 25
b. Notices shall be applicable to both public and private utility companies and any 26
corporation, company, individual, or other, either as owners or occupants, 27
whose land or interest in land might be affected by the Work. 28
c. Be responsible for all damage or injury to property of any character resulting 29
from any act, omission, neglect, or misconduct in the manner or method or 30
execution of the Work, or at any time due to defective work, material, or 31
equipment. 32
6. Fence 33
a. Restore all fences encountered and removed during construction of the Project 34
to the original or a better than original condition. 35
b. Erect temporary fencing in place of the fencing removed whenever the Work is 36
not in progress and when the site is vacated overnight, and/or at all times to 37
provide site security. 38
c. The cost for all fence work within easements, including removal, temporary 39
closures and replacement, shall be subsidiary to the various items bid in the 40
project proposal, unless a bid item is specifically provided in the proposal. 41
01 11 00 - 3
DAP SUMMARY OF WORK
Page 3 of 3
CITY OF FORT WORTH MORNINGSTAR OFFSITE WATER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS – Developer Awarded Projects CITY PROJ. NUM. 105640
Revised December 20, 2012
1.5 SUBMITTALS [NOT USED] 1
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 2
1.7 CLOSEOUT SUBMITTALS [NOT USED] 3
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 4
1.9 QUALITY ASSURANCE [NOT USED] 5
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 6
1.11 FIELD [SITE] CONDITIONS [NOT USED] 7
1.12 WARRANTY [NOT USED] 8
PART 2 - PRODUCTS [NOT USED] 9
PART 3 - EXECUTION [NOT USED] 10
END OF SECTION 11
12
Revision Log
DATE NAME SUMMARY OF CHANGE
13
01 25 00 - 1
SUBSTITUTION PROCEDURES
Page 1 of 5
CITY OF FORT WORTH MORNINGSTAR OFFSITE WATER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJ. NUM. 105640
Revised July 1, 2011
SECTION 01 25 00
SUBSTITUTION PROCEDURES
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. 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:
01 25 00 - 2
SUBSTITUTION PROCEDURES
Page 2 of 5
CITY OF FORT WORTH MORNINGSTAR OFFSITE WATER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJ. NUM. 105640
Revised July 1, 2011
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 of proposed substitution with
Contract Documents
2) Data relating to changes in construction schedule, when a reduction is
proposed
3) Data relating to changes in cost
b. For products
1) Product identification
a) Manufacturer's name
b) Telephone number and representative contact name
c) Specification Section or Drawing reference of originally specified
product, including discrete name or tag number assigned to 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 of proposed method
2) Illustration drawings
C. Approval or Rejection
01 25 00 - 3
SUBSTITUTION PROCEDURES
Page 3 of 5
CITY OF FORT WORTH MORNINGSTAR OFFSITE WATER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJ. NUM. 105640
Revised July 1, 2011
1. Written approval or rejection of substitution given by the City
2. City reserves the right to require proposed product to comply with color and pattern
of specified product if necessary to secure design intent.
3. In the event the substitution is approved, the resulting cost and/or time reduction
will be documented by Change Order in accordance with the General Conditions.
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]
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
01 25 00 - 4
SUBSTITUTION PROCEDURES
Page 4 of 5
CITY OF FORT WORTH MORNINGSTAR OFFSITE WATER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJ. NUM. 105640
Revised July 1, 2011
Revision Log
DATE NAME SUMMARY OF CHANGE
EXHIBIT A
REQUEST FOR SUBSTITUTION FORM:
TO:
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.
PROJECT: DATE:
01 25 00 - 5
SUBSTITUTION PROCEDURES
Page 5 of 5
CITY OF FORT WORTH MORNINGSTAR OFFSITE WATER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJ. NUM. 105640
Revised July 1, 2011
Address
By
Date
Date
Telephone
For Use by City:
Approved Rejected City Date
Submitted By: For Use by City
Signature
as noted
Recommended Recommended
Firm Not recommended Received late
Remarks
01 31 19 - 1
PRECONSTRUCTION MEETING
Page 1 of 3
CITY OF FORT WORTH MORNINGSTAR OFFSITE WATER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJ. NUM. 105640
Revised August 17, 2012
SECTION 01 31 19
PRECONSTRUCTION MEETING
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. 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 shall
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. 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.
2. 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
01 31 19 - 2
PRECONSTRUCTION MEETING
Page 2 of 3
CITY OF FORT WORTH MORNINGSTAR OFFSITE WATER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJ. NUM. 105640
Revised August 17, 2012
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
4. Construction Schedule
a. Prepare baseline construction schedule in accordance with Section 01 32 16 and
provide at Preconstruction Meeting.
b. City will notify Contractor of any schedule changes upon Notice of
Preconstruction Meeting.
5. Preliminary Agenda may include:
a. Introduction of Project Personnel
b. General Description of Project
c. Status of right-of-way, utility clearances, easements or other pertinent permits
d. Contractor’s work plan and schedule
e. Contract Time
f. Notice to Proceed
g. Construction Staking
h. Progress Payments
i. Extra Work and Change Order Procedures
j. Field Orders
k. Disposal Site Letter for Waste Material
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
1.5 SUBMITTALS [NOT USED]
01 31 19 - 3
PRECONSTRUCTION MEETING
Page 3 of 3
CITY OF FORT WORTH MORNINGSTAR OFFSITE WATER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJ. NUM. 105640
Revised August 17, 2012
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
01 31 20 - 1
PROJECT MEETINGS
Page 1 of 3
CITY OF FORT WORTH MORNINGSTAR OFFSITE WATER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJ. NUM. 105640
Revised July 1, 2011
SECTION 01 31 20
PROJECT MEETINGS
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. Provisions for project meetings throughout the construction period to enable
orderly review of the progress of the Work and to provide for systematic discussion
of potential problems
B. Deviations this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 – General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. 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 meeting to be determined by the City.
3. Attendees
a. Contractor
01 31 20 - 2
PROJECT MEETINGS
Page 2 of 3
CITY OF FORT WORTH MORNINGSTAR OFFSITE WATER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJ. NUM. 105640
Revised July 1, 2011
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
l. Pending changes and substitutions
m. Review proposed changes for:
1) Effect on construction schedule and on completion date
01 31 20 - 3
PROJECT MEETINGS
Page 3 of 3
CITY OF FORT WORTH MORNINGSTAR OFFSITE WATER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJ. NUM. 105640
Revised July 1, 2011
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 SUMMARY OF CHANGE
01 32 16 - 1
CONSTRUCTION PROGRESS SCHEDULE
Page 1 of 14
CITY OF FORT WORTH MORNINGSTAR OFFSITE WATER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJ. NUM. 105640
Revised October 6, 2023
SECTION 01 32 16 1
CONSTRUCTION SCHEDULE 2
PART 1 - GENERAL 3
1.1 SUMMARY 4
A. Section Includes: 5
1. General requirements for the preparation, submittal, updating, status reporting and 6
management of the Construction Progress Schedule 7
2. Specific requirements are presented in the City of Fort Worth Schedule Guidance 8
Document 9
B. Deviations from this City of Fort Worth Standard Specification 10
1. None. 11
C. Related Specification Sections include, but are not necessarily limited to: 12
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 13
2. Division 1 – General Requirements 14
D. Purpose 15
The City of Fort Worth (City) is committed to delivering quality, cost-effective 16
infrastructure to its citizens in a timely manner. A key tool to achieve this purpose is a 17
properly structured schedule with accurate updates. This supports effective monitoring 18
of progress and is input to critical decision making by the project manager throughout 19
the life of the project. Data from the updated project schedule is utilized in status 20
reporting to various levels of the City organization and the citizenry. 21
22
This Document complements the City's Standard Agreement to guide the construction 23
contractor (Contractor) in preparing and submitting acceptable schedules for use by the 24
City in project delivery. The expectation is the performance of the work follows the 25
accepted schedule and adhere to the contractual timeline. 26
27
The Contractor will designate a qualified representative (Project Scheduler) responsible 28
for developing and updating the schedule and preparing status reporting as required by 29
the City. 30
1.2 PRICE AND PAYMENT PROCEDURES 31
A. Measurement and Payment 32
1. Work associated with this Item is considered subsidiary to the various items bid. 33
No separate payment will be allowed for this Item. 34
2. Non-compliance with this specification is grounds for City to withhold payment of 35
the Contractor’s invoices until Contractor achieves said compliance. 36
1.3 REFERENCES 37
A. Project Schedules 38
01 32 16 - 2
CONSTRUCTION PROGRESS SCHEDULE
Page 2 of 14
CITY OF FORT WORTH MORNINGSTAR OFFSITE WATER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJ. NUM. 105640
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.
9
10 1. Master Project Schedule
11 The master project schedule is a holistic representation of the scheduled activities
12 and milestones for the total project and be Critical Path Method (CPM) based. The
13 City’s Project Manager is accountable for oversight of the development and
14 maintaining a master project schedule for each project. When the City contracts for
15 the design and/or construction of the project, the master project schedule will
16 incorporate elements of the Design and Construction schedules as deemed
17 appropriate by the City’s Project Control Specialist. The assigned City Project 18
Control Specialist creates and maintains the master project schedule in P6
(City’s
19 scheduling software).
20
21 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 projects that vary widely in size, complexity and content
30 requiring different scheduling to effectively deliver each project. The City uses a
31 “tiered” approach to align the proper schedule with the criteria for each project. The
32 City's Project Manager determines the appropriate schedule tier for each project, and 33
includes that designation and the associated requirements in the Contractor’s scope of
34 work. The following is a summary of the “tiers”.
35
36 1. Tier 1: Small Size and Short Duration Project (design not required)
37 The City develops and maintains a Master Project Schedule for the project. No
38 schedule submittal is required from Contractor. City’s Project Control Specialist 39
acquires any necessary schedule status data or information through discussions
with 40 the respective party on an as-needed basis.
41
42 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.
01 32 16 - 3
CONSTRUCTION PROGRESS SCHEDULE
Page 3 of 14
CITY OF FORT WORTH MORNINGSTAR OFFSITE WATER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJ. NUM. 105640
48
49 3. Tier 3: Medium and Large Size and/or Complex Projects Regardless of Duration
01 32 16 - 4
CONSTRUCTION PROGRESS SCHEDULE
Page 4 of 14
1
2
3
4
5
6
CITY OF FORT WORTH MORNINGSTAR OFFSITE WATER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJ. NUM. 105640
Revised October 6, 2023
The City develops and maintains a Master Project Schedule for the project. The 1
Contractor develops a Baseline Schedule and maintains the schedule of their 2
respective scope of work on the project at a level of detail (generally Level 3) and in 3
alignment with the WBS structure in Section 1.4.H as agreed by the Project 4
Manager. The Contractor issues to the City, updates of their respective schedule 5
(Progress Schedule) at the end of each month throughout the life of their work on 6
the project. 7
C. Schedule Types 8
Project delivery for the City utilizes two types of schedules as noted below. The City 9
develops and maintains a Master Project Schedule as a “baseline” schedule and issue 10
monthly updates to the City Project Manager (end of each month) as a “progress” 11
schedule. The Contractor prepares and submits each schedule type to fulfill their 12
contractual requirements. 13
14
1. Baseline Schedule 15
The Contractor develops and submits to the City, an initial schedule for their scope 16
of work in alignment with this specification. Once reviewed and accepted by the 17
City, it becomes the “Baseline” schedule and is the basis against which all progress 18
is measured. The baseline schedule will be updated when there is a change or 19
addition to the scope of work impacting the duration of the work, and only after 20
receipt of a duly authorized change order issued by the City. In the event progress is 21
significantly behind schedule, the City’s Project Manager may authorize an update 22
to the baseline schedule to facilitate a more practical evaluation of progress. An 23
example of a Baseline Schedule is provided in Specification 01 32 16.1 24
Construction Project Schedule Baseline Example. 25
26
2. Progress Schedule 27
The Contractor updates their schedule at the end of each month to represent the 28
progress achieved in the work which includes any impact from authorized changes 29
in the work. The updated schedule must accurately reflect the current status of the 30
work at that point in time and is referred to as the “Progress Schedule”. The City’s 31
Project Manager and Project Control Specialist reviews and accepts each progress 32
schedule. In the event a progress schedule is deemed not acceptable, the 33
unacceptable issues are identified by the City within 5 working days and the 34
Contractor must provide an acceptable progress schedule within 5 working days 35
after receipt of non-acceptance notification. An example of a Progress Schedule is 36
provided in Specification 01 32 16.2 Construction Project Schedule Progress 37
Example. 38
D. City Standard Schedule requirements 39
01 32 16 - 5
CONSTRUCTION PROGRESS SCHEDULE
Page 5 of 14
1
2
3
4
5
6
CITY OF FORT WORTH MORNINGSTAR OFFSITE WATER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJ. NUM. 105640
Revised October 6, 2023
The following is an overview of the methodology for developing and maintaining a 40
schedule for delivery of a project. 41
1. Schedule Framework - The schedule will be based on the defined scope of work 42
and follow the (Critical Path Methodology) CPM method. The Contractor’s 43
schedule will align with the requirements of this specification and will be cost 44
loaded to reflect their plan for execution. Compliance with cost loading can be 45
provided with traditional cost loading of line items OR a projected cost per 46
month for the project when the initial schedule is submitted, updated on a 47
quarterly basis is significant change is anticipated. Overall schedule duration 48
will align with the contractual requirements for the respective scope of work and be 49
reflected in City’s Master Project Schedule. The Project Number and Name of the 50
Project is required on each schedule and must match the City’s project data. 51
52
E. Schedule File Name 53
All schedules submitted to the City for a project will have a file name that begins with 54
the City’s project number followed by the name of the project followed by baseline (if 55
a baseline schedule) or the year and month (if a progress schedule), as shown below. 56
57
• Baseline Schedule File Name 58
Format: City Project Number_Project Name_Baseline 59
Example: 101376_North Montgomery Street HMAC_Baseline 60
61
• Progress Schedule File Name 62
Format: City Project Number_Project Name_YYYY-MM 63
Example: 101376_North Montgomery Street HMAC_2018_01 64
65
• Project Schedule Progress Narrative File Name 66
Format: City Project Number_Project Name_PN_YYYY-MM 67
Example: 101376_North Montgomery Street HMAC_PN_2018_01 68
69
F. Schedule Templates 70
The Contractor will utilize the relevant sections from the City’s templates provided in 71
the City’s document management system as the basis for creating their respective 72
project schedule. Specifically, the Contractor’s schedule will align with the layout of 73
the Construction section. The templates are identified by type of project as noted 74
below. • Arterials 75
• Aviation 76
• Neighborhood Streets 77
• Sidewalks (later) 78
• Quiet Zones (later) 79
01 32 16 - 6
CONSTRUCTION PROGRESS SCHEDULE
Page 6 of 14
1
2
3
4
5
6
CITY OF FORT WORTH MORNINGSTAR OFFSITE WATER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJ. NUM. 105640
Revised October 6, 2023
• Street Lights (later) 80
• Intersection Improvements (later) 81
• Parks 82
• Storm water 83
• Street Maintenance 84
• Traffic 85
• Water 86
87
G. Schedule Calendar 88
01 32 16 - 7
CONSTRUCTION PROGRESS SCHEDULE
Page 7 of 14
CITY OF FORT WORTH MORNINGSTAR OFFSITE WATER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJ. NUM. 105640
Revised October 6, 2023
The City’s standard calendar for schedule development purposes is based on a 5-day 89
workweek and accounts for the City’s nine standard holidays (New Years, Martin 90
Luther King, Memorial, Juneteenth, Independence, Labor, Thanksgiving, day after 91
Thanksgiving, and Christmas). The Contractor will establish a schedule calendar as 92
part of the schedule development process and provide to the Project Control Specialist 93
as part of the basis for their schedule. Variations between the City’s calendar and the 94
Contractor’s calendar must be resolved prior to the City’s acceptance of their Baseline 95
project schedule. 96
97
H. WBS & Milestone Standards for Schedule Development 98
The scope of work to be accomplished by the Contractor is represented in the schedule 99
in the form of a Work Breakdown Structure (WBS). The WBS is the basis for the 100
development of the schedule activities and shall be imbedded and depicted in the 101
schedule. 102
103
The following is a summary of the standards to be followed in preparing and 104
maintaining a schedule for project delivery. 105
106
1. Contractor is required to utilize the City’s WBS structure and respective 107
project type template for “Construction” as shown in Section 1.4.H below. 108
Additional activities may be added to Levels 1 - 4 to accommodate the needs 109
of the organization executing the work. Specifically, the Contractor will add 110
activities under WBS XXXXXX.80.83 “Construction Execution” that 111
delineates the activities associated with the various components of the work. 112
113
2. Contractor is required to adhere to the City’s Standard Milestones as shown 114
in Section 1.4.I below. Contractor will include additional milestones 115
representing intermediate deliverables as required to accurately reflect their 116
scope of work. 117
118
I. Schedule Activities 119
Activities are the discrete elements of work that make up the schedule. They will be 120
organized under the umbrella of the WBS. Activity descriptions should adequately 121
describe the activity, and in some cases the extent of the activity. All activities are 122
logically tied with a predecessor and a successor. The only exception to this rule is for 123
“project start” and “project finish” milestones. 124
125
The activity duration is based on the physical amount of work to be performed for the 126
stated activity, with a maximum duration of 20 working days OR a continuous activity 127
in one location. If the work for any one activity exceeds 20 days, break that activity 128
down incrementally to achieve this duration constraint. Any exception to this requires 129
review and acceptance by the City’s Project Control Specialist. 130
131
J. Change Orders 132
When a Change Order is issued by the City, the impact is incorporated into the 133
previously accepted baseline schedule as an update, to clearly show impact to the 134
01 32 16 - 8
CONSTRUCTION PROGRESS SCHEDULE
Page 8 of 14
CITY OF FORT WORTH MORNINGSTAR OFFSITE WATER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJ. NUM. 105640
Revised October 6, 2023
project timeline. The Contractor submits this updated baseline schedule to the City for 135
review and acceptance as described in Section 1.5 below. Updated baseline schedules 136
adhere to the following: 137
138
1. Time extensions associated with approved contract modifications are limited to the 139
actual amount of time the project activities are anticipated to be delayed, unless 140
otherwise approved by the Program Manager. 141
142
2. The re-baselined schedule is submitted by the Contractor within ten workdays after 143
the date of receipt of the approved Change Order. 144
145
3. The changes in logic or durations approved by the City are used to analyze the 146
impact of the change and is included in the Change Order. The coding for a new 147
activity(s) added to the schedule for the Change Order includes the Change Order 148
number in the Activity ID. Use as many activities as needed to accurately show the 149
work of the Change Order. Revisions to the baseline schedule are not effective until 150
accepted by the City. 151
K. City’s Work Breakdown Structure 152
153
WBS Code WBS Name 154
XXXXXX Project Name XXXXXX.30 Design 155
XXXXXX.30.10 Design Contractor Agreement 156
XXXXXX.30.20 Conceptual Design (30%) 157
XXXXXX.30.30 Preliminary Design (60%) 158
XXXXXX.30.40 Final Design 159
XXXXXX.30.50 Environmental 160
XXXXXX.30.60 Permits 161
XXXXXX.30.60.10 Permits - Identification 162
XXXXXX.30.60.20 Permits - Review/Approve 163
XXXXXX.40 ROW & Easements 164
XXXXXX.40.10 ROW Negotiations 165
XXXXXX.40.20 Condemnation 166
XXXXXX.70 Utility Relocation 167
XXXXXX.70.10 Utility Relocation Co-ordination 168
XXXXXX.80 Construction 169
XXXXXX.80.81 Bid and Award 170
XXXXXX.80.83 Construction Execution 171
XXXXXX.80.85 Inspection 172
XXXXXX.80.86 Landscaping 173
XXXXXX.90 Closeout 174
XXXXXX.90.10 Construction Contract Close-out 175
XXXXXX.90.40 Design Contract Closure 176
L. City’s Standard Milestones 177
01 32 16 - 9
CONSTRUCTION PROGRESS SCHEDULE
Page 9 of 14
CITY OF FORT WORTH MORNINGSTAR OFFSITE WATER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJ. NUM. 105640
Revised October 6, 2023
The following milestone activities (i.e., important events on a project that mark critical 178
points in time) are of particular interest to the City and must be reflected in the project 179
schedule for all phases of work. 180
181
Activity ID Activity Name 182
Design 183
3020 Award Design Agreement 184
3040 Issue Notice to Proceed - Design Engineer 185
3100 Design Kick-off Meeting 186
3120 Submit Conceptual Plans to Utilities, ROW, Traffic, Parks, 187
Storm Water, Water & Sewer 188
3150 Peer Review Meeting/Design Review meeting (technical) 189
3160 Conduct Design Public Meeting #1 (required) 190
3170 Conceptual Design Complete 191
3220 Submit Preliminary Plans and Specifications to Utilities, ROW, Traffic, 192
Parks, Storm Water, Water & Sewer 193
3250 Conduct Design Public Meeting #2 (required) 194
3260 Preliminary Design Complete 195
3310 Submit Final Design to Utilities, ROW, Traffic, Parks, Storm Water, 196
Water & Sewer 197
3330 Conduct Design Public Meeting #3 (if required) 198
3360 Final Design Complete 199
ROW & Easements 200
4000 Right of Way Start 201
4230 Right of Way Complete 202
Utility Relocation 203
7000 Utilities Start 204
7120 Utilities Cleared/Complete Construction 205
Bid and Award 206
8110 Start Advertisement 207
8150 Conduct Bid Opening 208
8240 Award Construction Contract 209
Construction Execution 210
8330 Conduct Construction Public Meeting #4 Pre-Construction 211
8350 Construction Start 212
8370 Substantial Completion 213
8540 Construction Completion 214
9130 Notice of Completion/Green Sheet 215
9150 Construction Contract Closed 216
9420 Design Contract Closed 217
218
01 32 16 - 10
CONSTRUCTION PROGRESS SCHEDULE
Page 10 of 14
CITY OF FORT WORTH MORNINGSTAR OFFSITE WATER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJ. NUM. 105640
Revised October 6, 2023
1.4 SUBMITTALS 219
A. Schedule Submittal & Review 220
The City’s Project Manager is responsible for reviews and acceptance of the Contractor’s 221
schedule. The City’s Project Control Specialist is responsible for ensuring alignment of 222
the Contractor’s baseline and progress schedules with the Master Project Schedule as 223
support to the City’s Project Manager. The City reviews and accepts or rejects the 224
schedule within ten workdays of Contractor’s submittal. 225
226
01 32 16 - 11
CONSTRUCTION PROGRESS SCHEDULE
Page 11 of 14
CITY OF FORT WORTH MORNINGSTAR OFFSITE WATER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJ. NUM. 105640
Revised October 6, 2023
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 01 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 5
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 The City’s Project Control team reviews each Progress Schedule for data and
30 information that support the assessment of the update to the schedule. In the event
31 data or information is missing or incomplete, the Project Controls Specialist
32 communicates directly with the Contractor’s scheduler for providing same. The
33 Contractor re-submits the corrected Progress Schedule within 5 workdays, following
34 the submittal process noted above. The City’s Project Manager and Project Control
35 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 • Baseline Start date
41 • Baseline Finish Date
42 • % Complete
43 • Float
44 • Activity Logic (dependencies)
45 • Critical Path
01 32 16 - 12
CONSTRUCTION PROGRESS SCHEDULE
Page 12 of 14
CITY OF FORT WORTH MORNINGSTAR OFFSITE WATER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJ. NUM. 105640
Revised October 6, 2023
46 • Activities added or deleted
47 • Expected Baseline Finish date
48 • Variance to the Baseline Finish Date
49
01 32 16 - 13
CONSTRUCTION PROGRESS SCHEDULE
Page 13 of 14
CITY OF FORT WORTH MORNINGSTAR OFFSITE WATER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJ. NUM. 105640
Revised October 6, 2023
B. Monthly Construction Status Report 1
The Contractor submits a written status report (referred to as a progress narrative) at the 2
monthly progress meeting (if monthly meetings are held) or at the end of each month to 3
accompany the Progress Schedule submittal, using the standard format provided in 4
Specification 01 32 16.3 Construction Project Schedule Progress Narrative. The 5
content of the Construction Project Schedule Progress Narrative should be concise and 6
complete to include only changes, delays, and anticipated problems. 7
8
C. Submittal Process 9
• Schedules and Monthly Construction Status Reports are submitted in in the City’s 10
document management system in the location dedicated for this purpose. 11
• Once the project has been completed and Final Acceptance has been issued by the 12
City, no further progress schedules or construction status reports are required from 13
the Contractor. 14
1. 15
1.5 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 16
1.6 CLOSEOUT SUBMITTALS [NOT USED] 17
1.7 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 18
1.8 QUALITY ASSURANCE 19
A. The person preparing and revising the construction Progress Schedule shall be 20
experienced in the preparation of schedules of similar complexity. 21
B. Schedule and supporting documents addressed in this Specification shall be prepared, 22
updated and revised to accurately reflect the performance of the construction. 23
C. Contractor is responsible for the quality of all submittals in this section meeting the 24
standard of care for the construction industry for similar projects. 25
1.9 DELIVERY, STORAGE, AND HANDLING [NOT USED] 26
1.10 FIELD [SITE] CONDITIONS [NOT USED] 27
1.11 WARRANTY [NOT USED] 28
1.12 ATTACHMENTS 29
Spec 01 32 16.1 Construction Project Schedule Baseline Example 30
Spec 01 32 16.2 Construction Project Schedule Progress Example 31
Spec 01 32 16.3 Construction Project Schedule Progress Narrative 32
33
01 32 16 - 14
CONSTRUCTION PROGRESS SCHEDULE
Page 14 of 14
CITY OF FORT WORTH MORNINGSTAR OFFSITE WATER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJ. NUM. 105640
Revised October 6, 2023
1
2 PART 2 - PRODUCTS [NOT USED]
3 PART 3 - EXECUTION [NOT USED]
4 END OF SECTION
5
Revision Log
DATE NAME SUMMARY OF CHANGE
8/13/2021 Michael Owen Revised to update specification requirements and eliminate duplicate schedule
specifications.
10/06/2023 Michael Owen Added “Juneteenth” to list of City Holidays under 1.3 G. “Schedule Calendar”
6
01 32 33 - 1
PRECONSTRUCTION VIDEO
Page 1 of 2
SECTION 01 32 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 all areas in the vicinity
of and to be affected by construction.
a. Provide digital copy of video upon request by the City.
2. Retain a copy of the preconstruction video until the end of the maintenance surety
period.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
CITY OF FORT WORTH MORNINGSTAR OFFSITE WATER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJ. NUM. 105640
Revised July 1, 2011
01 32 33 - 2
PRECONSTRUCTION VIDEO
Page 2 of 2
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
01 33 00 - 1
SUBMITTALS
Page 1 of 8
CITY OF FORT WORTH MORNINGSTAR OFFSITE WATER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJ. NUM. 105640
Revised December 20, 2012
SECTION 01 33 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 will not be delayed by
processing times including, but not limited to:
a) Disapproval and resubmittal (if required)
b) Coordination with other submittals
c) Testing
d) Purchasing
e) Fabrication
f) 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.
01 33 00 - 2
SUBMITTALS
Page 2 of 8
CITY OF FORT WORTH MORNINGSTAR OFFSITE WATER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJ. NUM. 105640
Revised December 20, 2012
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 first 6 digits of the applicable Specification Section Number.
b. For the next 2 digits number use numbers 01-99 to sequentially number each
initial separate item or drawing submitted under each specific Section number.
c. Last use a letter, A-Z, indicating the resubmission of the same drawing (i.e.
A=2nd submission, B=3rd submission, C=4th submission, etc.). A typical
submittal number would be as follows:
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 ½ inches x 11 inches to 8 ½ inches x 11inches.
2. Bind shop drawings and product data sheets together.
3. Order
a. Cover Sheet
1) Description of Packet
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
01 33 00 - 3
SUBMITTALS
Page 3 of 8
CITY OF FORT WORTH MORNINGSTAR OFFSITE WATER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJ. NUM. 105640
Revised December 20, 2012
3. Contractor identification
4. The names of:
a. Contractor
b. Supplier
c. Manufacturer
5. Identification of the product, with the Specification Section number, page and
paragraph(s)
6. Field dimensions, clearly identified as such
7. Relation to adjacent or critical features of the Work or materials
8. Applicable standards, such as ASTM or Federal Specification numbers
9. Identification by highlighting of deviations from Contract Documents
10. Identification by highlighting of revisions on resubmittals
11. An 8-inch x 3-inch blank space for Contractor and City stamps 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) Availability of colors and patterns
3) Manufacturer's printed statements of compliances and applicability
4) Roughing-in diagrams and templates
5) Catalog cuts
6) Product photographs
01 33 00 - 4
SUBMITTALS
Page 4 of 8
CITY OF FORT WORTH MORNINGSTAR OFFSITE WATER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJ. NUM. 105640
Revised December 20, 2012
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
1. As specified in individual Sections, include, but are not necessarily limited to:
a. Physical examples of the Work such as:
1) Sections of manufactured or fabricated Work
2) Small cuts or containers of materials
3) Complete units of repetitively used products color/texture/pattern swatches
and range sets
4) Specimens for coordination of visual effect
5) Graphic symbols and units of Work to be used by the City for independent
inspection and testing, as applicable to the Work
I. Do not start Work requiring a shop drawing, sample or product data nor any material to
be fabricated or installed prior to the approval or qualified approval of such item.
1. Fabrication performed, materials purchased or on-site construction accomplished
which does not conform to approved shop drawings and data is at the Contractor's
risk.
2. The City will not be liable for any expense or delay due to corrections or
remedies required to accomplish conformity.
3. Complete project Work, materials, fabrication, and installations in conformance
with approved shop drawings, applicable samples, and product data. J. Submittal
Distribution
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
City representatives via email of submittal posting.
2) Hard Copies
a) 3 copies for all submittals
b) If Contractor requires more than 1 hard copy of Shop Drawings
returned, Contractor shall submit more than the number of copies listed
above.
c. Product Data
1) Upload submittal to designated project directory and notify appropriate
City representatives via email of submittal posting.
2) Hard Copies
a) 3 copies for all submittals
d. Samples
1) Distributed to the Project Representative
01 33 00 - 5
SUBMITTALS
Page 5 of 8
CITY OF FORT WORTH MORNINGSTAR OFFSITE WATER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJ. NUM. 105640
Revised December 20, 2012
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.
01 33 00 - 6
SUBMITTALS
Page 6 of 8
CITY OF FORT WORTH MORNINGSTAR OFFSITE WATER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJ. NUM. 105640
Revised December 20, 2012
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. City reserves the right to not review submittals deemed partial, at the City’s
discretion.
b. Submittals deemed by the City to be not complete will be returned to the
Contractor, and will be considered "Not Approved" until resubmitted.
01 33 00 - 7
SUBMITTALS
Page 7 of 8
CITY OF FORT WORTH MORNINGSTAR OFFSITE WATER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJ. NUM. 105640
Revised December 20, 2012
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 “RFI” followed by series number, “-xxx”, beginning with “01” and
increasing sequentially with each additional transmittal.
4. Sufficient information shall be attached to permit a written response without further
information.
5. The City will log each request and will review the request.
a. If review of the project information request indicates that a change to the
Contract Documents is required, the City will issue a Field Order or Change
Order, as appropriate.
1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL
SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8
MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE
[NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD
[SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
PART 3 - EXECUTION [NOT USED]
END OF SECTION
01 33 00 - 8
SUBMITTALS
Page 8 of 8
CITY OF FORT WORTH MORNINGSTAR OFFSITE WATER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJ. NUM. 105640
Revised December 20, 2012
Revision Log
DATE NAME SUMMARY OF CHANGE
12/20/2012 D. Johnson 1.4.K.8. Working Days modified to Calendar Days
01 35 13 - 1
SPECIAL PROJECT PROCEDURES
Page 1 of 8
CITY OF FORT WORTH MORNINGSTAR OFFSITE WATER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJ. NUM. 105640
Revised March 11, 2022
SECTION 01 35 13 1
SPECIAL PROJECT PROCEDURES 2
PART 1 - GENERAL 3
1.1 SUMMARY 4
A. Section Includes: 5
1. The procedures for special project circumstances that includes, but is not limited to: 6
a. Coordination with the Texas Department of Transportation 7
b. Work near High Voltage Lines 8
c. Confined Space Entry Program 9
d. Use of Explosives, Drop Weight, Etc. 10
e. Water Department Notification 11
f. Public Notification Prior to Beginning Construction 12
g. Coordination with United States Army Corps of Engineers 13
h. Coordination within Railroad permits areas 14
i. Dust Control 15
j. Employee Parking 16
B. Deviations from this City of Fort Worth Standard Specification 17
1. None. 18
C. Related Specification Sections include, but are not necessarily limited to: 19
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 20
2. Division 1 – General Requirements 21
3. Section 33 12 25 – Connection to Existing Water Mains 22
1.2 PRICE AND PAYMENT PROCEDURES 23
A. Measurement and Payment 24
1. Coordination within Railroad permit areas 25
a. Measurement 26
1) Measurement for this Item will be by lump sum. 27
b. Payment 28
1) The work performed and materials furnished in accordance with this Item 29
will be paid for at the lump sum price bid for Railroad Coordination. 30
c. The price bid shall include: 31
1) Mobilization 32
2) Inspection 33
3) Safety training 34
4) Additional Insurance 35
5) Insurance Certificates 36
6) Other requirements associated with general coordination with Railroad, 37
including additional employees required to protect the right-of-way and 38
property of the Railroad from damage arising out of and/or from the 39
construction of the Project. 40
2. Railroad Flagmen 41
a. Measurement 42
01 35 13 - 2
SPECIAL PROJECT PROCEDURES
Page 2 of 8
CITY OF FORT WORTH MORNINGSTAR OFFSITE WATER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJ. NUM. 105640
Revised March 11, 2022
1) Measurement for this Item will be per working day. 1
b. Payment 2
1) The work performed and materials furnished in accordance with this Item 3
will be paid for each working day that Railroad Flagmen are present at the 4
Site. 5
c. The price bid shall include: 6
1) Coordination for scheduling flagmen 7
2) Flagmen 8
3) Other requirements associated with Railroad 9
3. All other items 10
a. Work associated with these Items is considered subsidiary to the various Items 11
bid. No separate payment will be allowed for this Item. 12
1.3 REFERENCES 13
A. Reference Standards 14
1. Reference standards cited in this Specification refer to the current reference 15
standard published at the time of the latest revision date logged at the end of this 16
Specification, unless a date is specifically cited. 17
2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. 18
High Voltage Overhead Lines. 19
1.4 ADMINISTRATIVE REQUIREMENTS 20
A. Coordination with the Texas Department of Transportation 21
1. When work in the right-of-way which is under the jurisdiction of the Texas 22
Department of Transportation (TxDOT): 23
a. Notify the Texas Department of Transportation prior to commencing any work 24
therein in accordance with the provisions of the permit 25
b. All work performed in the TxDOT right-of-way shall be performed in 26
compliance with and subject to approval from the Texas Department of 27
Transportation 28
B. Work near High Voltage Lines 29
1. Regulatory Requirements 30
a. All Work near High Voltage Lines (more than 600 volts measured between 31
conductors or between a conductor and the ground) shall be in accordance with 32
Health and Safety Code, Title 9, Subtitle A, Chapter 752. 33
2. Warning sign 34
a. Provide sign of sufficient size meeting all OSHA requirements. 35
3. Equipment operating within 10 feet of high voltage lines will require the following 36
safety features 37
a. Insulating cage-type of guard about the boom or arm 38
b. Insulator links on the lift hook connections for back hoes or dippers 39
c. Equipment must meet the safety requirements as set forth by OSHA and the 40
safety requirements of the owner of the high voltage lines 41
4. Work within 6 feet of high voltage electric lines 42
a. Notification shall be given to: 43
1) The power company (example: ONCOR) 44
01 35 13 - 3
SPECIAL PROJECT PROCEDURES
Page 3 of 8
CITY OF FORT WORTH MORNINGSTAR OFFSITE WATER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJ. NUM. 105640
Revised March 11, 2022
a) Maintain an accurate log of all such calls to power company and record 1
action taken in each case. 2
b. Coordination with power company 3
1) After notification coordinate with the power company to: 4
a) Erect temporary mechanical barriers, de-energize the lines, or raise or 5
lower the lines 6
c. No personnel may work within 6 feet of a high voltage line before the above 7
requirements have been met. 8
C. Confined Space Entry Program 9
1. Provide and follow approved Confined Space Entry Program in accordance with 10
OSHA requirements. 11
2. Confined Spaces include: 12
a. Manholes 13
b. All other confined spaces in accordance with OSHA’s Permit Required for 14
Confined Spaces 15
D. TCEQ Air Permit 16
1. Obtain TCEQ Air Permit for construction activities per requirements of TCEQ. 17
E. Use of Explosives, Drop Weight, Etc. 18
1. When Contract Documents permit on the project the following will apply: 19
a. Public Notification 20
1) Submit notice to City and proof of adequate insurance coverage, 24 hours 21
prior to commencing. 22
2) Minimum 24 hour public notification in accordance with Section 01 31 13 23
F. Water Department Coordination 24
1. During the construction of this project, it will be necessary to deactivate, for a 25
period of time, existing lines. The Contractor shall be required to coordinate with 26
the Water Department to determine the best times for deactivating and activating 27
those lines. 28
2. Coordinate any event that will require connecting to or the operation of an existing 29
City water line system with the City’s representative. 30
a. Coordination shall be in accordance with Section 33 12 25. 31
b. If needed, obtain a hydrant water meter from the Water Department for use 32
during the life of named project. 33
c. In the event that a water valve on an existing live system be turned off and on 34
to accommodate the construction of the project is required, coordinate this 35
activity through the appropriate City representative. 36
1) Do not operate water line valves of existing water system. 37
a) Failure to comply will render the Contractor in violation of Texas Penal 38
Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor 39
will be prosecuted to the full extent of the law. 40
b) In addition, the Contractor will assume all liabilities and 41
responsibilities as a result of these actions. 42
G. Public Notification Prior to Beginning Construction 43
01 35 13 - 4
SPECIAL PROJECT PROCEDURES
Page 4 of 8
CITY OF FORT WORTH MORNINGSTAR OFFSITE WATER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJ. NUM. 105640
Revised March 11, 2022
1. Prior to beginning construction on any block in the project, on a block by block 1
basis, prepare and deliver a notice or flyer of the pending construction to the front 2
door of each residence or business that will be impacted by construction. The notice 3
shall be prepared as follows: 4
a. Post notice or flyer and City of Fort Worth Door Hangers, 7 days prior to 5
beginning any construction activity on each block in the project area. 6
1) Prepare flyer on the Contractor’s letterhead and include the following 7
information: 8
a) Name of Project 9
b) City Project No (CPN) 10
c) Scope of Project (i.e. type of construction activity) 11
d) Actual construction duration within the block 12
e) Name of the contractor’s foreman and phone number 13
f) Name of the City’s inspector and phone number 14
g) City’s after-hours phone number 15
2) A sample of the ‘pre-construction notification’ flyer is attached as Exhibit 16
A. 17
3) City of Fort Worth Door Hangers will be provided to the Contractor for 18
distribution with their notice. 19
4) Submit schedule showing the construction start and finish time for each 20
block of the project to the inspector. 21
5) Deliver flyer to the City Inspector for review prior to distribution. 22
b. No construction will be allowed to begin on any block until the flyer and door 23
hangers are delivered to all residents of the block. 24
H. Public Notification of Temporary Water Service Interruption during Construction 25
1. In the event it becomes necessary to temporarily shut down water service to 26
residents or businesses during construction, prepare and deliver a notice or flyer of 27
the pending interruption to the front door of each affected resident. 28
2. Prepared notice as follows: 29
a. The notification or flyer shall be posted 24 hours prior to the temporary 30
interruption. 31
b. Prepare flyer on the contractor’s letterhead and include the following 32
information: 33
1) Name of the project 34
2) City Project Number 35
3) Date of the interruption of service 36
4) Period the interruption will take place 37
5) Name of the contractor’s foreman and phone number 38
6) Name of the City’s inspector and phone number 39
c. A sample of the temporary water service interruption notification is attached as 40
Exhibit B. 41
d. Deliver a copy of the temporary interruption notification to the City inspector 42
for review prior to being distributed. 43
e. No interruption of water service can occur until the flyer has been delivered to 44
all affected residents and businesses. 45
f. Electronic versions of the sample flyers can be obtained from the Project 46
Construction Inspector. 47
I. Coordination with United States Army Corps of Engineers (USACE) 48
01 35 13 - 5
SPECIAL PROJECT PROCEDURES
Page 5 of 8
CITY OF FORT WORTH MORNINGSTAR OFFSITE WATER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJ. NUM. 105640
Revised March 11, 2022
1. At locations in the Project where construction activities occur in areas where 1
USACE permits are required, meet all requirements set forth in each designated 2
permit. 3
J. Coordination within Railroad Permit Areas 4
1. At locations in the project where construction activities occur in areas where 5
railroad permits are required, meet all requirements set forth in each designated 6
railroad permit. This includes, but is not limited to, provisions for: 7
a. Flagmen 8
b. Inspectors 9
c. Safety training 10
d. Additional insurance 11
e. Insurance certificates 12
f. Other employees required to protect the right-of-way and property of the 13
Railroad Company from damage arising out of and/or from the construction of 14
the project. Proper utility clearance procedures shall be used in accordance 15
with the permit guidelines. 16
2. Obtain any supplemental information needed to comply with the railroad’s 17
requirements. 18
3. Railroad Flagmen 19
a. Submit receipts to City for verification of working days that railroad flagmen 20
were present on Site. 21
K. Dust Control 22
1. Use acceptable measures to control dust at the Site. 23
a. If water is used to control dust, capture and properly dispose of waste water. 24
b. If wet saw cutting is performed, capture and properly dispose of slurry. 25
L. Employee Parking 26
1. Provide parking for employees at locations approved by the City. 27
01 35 13 - 6
SPECIAL PROJECT PROCEDURES
Page 6 of 8
CITY OF FORT WORTH MORNINGSTAR OFFSITE WATER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJ. NUM. 105640
Revised March 11, 2022
1.5 SUBMITTALS [NOT USED] 1
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 2
1.7 CLOSEOUT SUBMITTALS [NOT USED] 3
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 4
1.9 QUALITY ASSURANCE [NOT USED] 5
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 6
1.11 FIELD [SITE] CONDITIONS [NOT USED] 7
1.12 WARRANTY [NOT USED] 8
PART 2 - PRODUCTS [NOT USED] 9
PART 3 - EXECUTION [NOT USED] 10
END OF SECTION 11
12
Revision Log
DATE NAME SUMMARY OF CHANGE
8/31/2012 D. Johnson
1.4.B – Added requirement of compliance with Health and Safety Code, Title 9.
Safety, Subtitle A. Public Safety, Chapter 752. High Voltage Overhead Lines.
1.4.E – Added Contractor responsibility for obtaining a TCEQ Air Permit
3/11/2022 M Owen
Remove references to Air Pollution watch Days and NCTCOG Clean construction
Specification requirements. Clarify need for Door Hangers under in addition to
contractor notification of public.
13
01 35 13 - 7
SPECIAL PROJECT PROCEDURES
Page 7 of 8
CITY OF FORT WORTH MORNINGSTAR OFFSITE WATER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJ. NUM. 105640
Revised March 11, 2022
EXHIBIT A 1
(To be printed on Contractor’s Letterhead) 2
3
4
5
Date: 6
7
CPN No.: 8
Project Name: 9
Mapsco Location: 10
Limits of Construction: 11
12
13
14 15
16
THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT 17
WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR 18
PROPERTY. 19
20
CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE 21
OF THIS NOTICE. 22
23
IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER 24
ISSUE, PLEASE CALL: 25
26
27
Mr. <CONTRACTOR’S SUPERINTENDENT> AT <TELEPHONE NO.> 28
29
OR 30
31
Mr. <CITY INSPECTOR> AT < TELEPHONE NO.> 32
33
AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306 34
35
PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL 36
37
01 35 13 - 8
SPECIAL PROJECT PROCEDURES
Page 8 of 8
CITY OF FORT WORTH MORNINGSTAR OFFSITE WATER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJ. NUM. 105640
Revised March 11, 2022
EXHIBIT B 1
2
3
4
01 45 23
TESTING AND INSPECTION SERVICES
Page 1 of 2
SECTION 01 45 23
TESTING AND INSPECTION SERVICES
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. Testing and inspection services procedures and coordination
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related 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 OFFSITE WATER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJ. NUM. 105640
Revised March 9, 2020
01 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 SUMMARY OF CHANGE
3/9/2020 D.V. Magaña Removed reference to Buzzsaw and noted that electronic submittals be uploaded
through the City’s document management system.
CITY OF FORT WORTH MORNINGSTAR OFFSITE WATER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJ. NUM. 105640
Revised March 9, 2020
01 50 00 - 1
TEMPORARY FACILITIES AND CONTROLS
Page 1 of 4
CITY OF FORT WORTH MORNINGSTAR OFFSITE WATER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJ. NUM. 105640
Revised July 1, 2011
SECTION 01 50 00
TEMPORARY FACILITIES AND CONTROLS
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. 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.
01 50 00 - 2
TEMPORARY FACILITIES AND CONTROLS
Page 2 of 4
CITY OF FORT WORTH MORNINGSTAR OFFSITE WATER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJ. NUM. 105640
Revised July 1, 2011
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.
01 50 00 - 3
TEMPORARY FACILITIES AND CONTROLS
Page 3 of 4
CITY OF FORT WORTH MORNINGSTAR OFFSITE WATER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJ. NUM. 105640
Revised July 1, 2011
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
project.
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]
3.1 INSTALLERS [NOT USED]
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 INSTALLATION
A. Temporary Facilities
1. Maintain all temporary facilities for duration of construction activities as needed.
3.5 [REPAIR] / [RESTORATION]
3.6 RE-INSTALLATION
3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED]
3.8 SYSTEM STARTUP [NOT USED]
01 50 00 - 4
TEMPORARY FACILITIES AND CONTROLS
Page 4 of 4
CITY OF FORT WORTH MORNINGSTAR OFFSITE WATER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJ. NUM. 105640
Revised July 1, 2011
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]
3.14 ATTACHMENTS [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
01 55 26 - 1
STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL
Page 1 of 3
CITY OF FORT WORTH MORNINGSTAR OFFSITE WATER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJ. NUM. 105640
Revised March 22, 2021
SECTION 01 55 26 1
STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL 2
PART 1 - GENERAL 1.1 SUMMARY 3
A. Section Includes: 4
1. Administrative procedures for: 5
a. Street Use Permit 6
b. Modification of approved traffic control 7
c. Removal of Street Signs 8
B. Deviations from this City of Fort Worth Standard Specification 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
3. Section 34 71 13 – Traffic Control 13
1.2 PRICE AND PAYMENT PROCEDURES 14
A. Measurement and Payment 15
1. Work associated with this Item is considered subsidiary to the various Items bid. No 16
separate payment will be allowed for this Item. 17
1.3 REFERENCES 18
A. Reference Standards 19
1. Reference standards cited in this specification refer to the current reference standard 20
published at the time of the latest revision date logged at the end of this specification, 21
unless a date is specifically cited. 22
2. Texas Manual on Uniform Traffic Control Devices (TMUTCD). 23
1.4 ADMINISTRATIVE REQUIREMENTS 24
A. Traffic Control 25
1. General 26
a. Contractor shall minimize lane closures and impact to vehicular/pedestrian 27
traffic. 28
b. When traffic control plans are included in the Drawings, provide Traffic Control 29
in accordance with Drawings and Section 34 71 13. 30
c. When traffic control plans are not included in the Drawings, prepare traffic 31
control plans in accordance with Section 34 71 13 and submit to City for review. 32
1) Allow minimum 10 working days for review of proposed Traffic 33
Control. 34
2) A traffic control “Typical” published by City of Fort Worth, the Texas 35
Manual Unified Traffic Control Devices (TMUTCD) or Texas 36
Department of Transportation (TxDOT) can be used as an alternative to 37
01 55 26 - 2
STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL
Page 2 of 3
CITY OF FORT WORTH MORNINGSTAR OFFSITE WATER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJ. NUM. 105640
Revised March 22, 2021
preparing project/site specific traffic control plan if the typical is 38
applicable to the specific project/site. 39
B. Street Use Permit 40
1. Prior to installation of Traffic Control, a City Street Use Permit is required. 41
a. To obtain Street Use Permit, submit Traffic Control Plans to City Transportation 42
and Public Works Department. 43
1) Allow a minimum of 5 working days for permit review. 44
2) It is the Contractor’s responsibility to coordinate review of Traffic Control 45
plans for Street Use Permit, such that construction is not delayed. 46
C. Modification to Approved Traffic Control 47
1. Prior to installation traffic control: 48
a. Submit revised traffic control plans to City Department Transportation and Public 49
Works Department. 50
1) Revise Traffic Control plans in accordance with Section 34 71 13. 51
2) Allow minimum 5 working days for review of revised Traffic Control. 52
3) It is the Contractor’s responsibility to coordinate review of Traffic Control 53
plans for Street Use Permit, such that construction is not delayed. 54
D. Removal of Street Sign 55
1. If it is determined that a street sign must be removed for construction, then contact City 56
Transportation and Public Works Department, Signs and Markings Division to remove the 57
sign. E. Temporary Signage 58
1. In the case of regulatory signs, replace permanent sign with temporary sign meeting 59
requirements of the latest edition of the Texas Manual on Uniform Traffic Control 60
Devices (MUTCD). 61
2. Install temporary sign before the removal of permanent sign. 62
3. When construction is complete, to the extent that the permanent sign can be 63
reinstalled, contact the City Transportation and Public Works Department, Signs and 64
Markings Division, to reinstall the permanent sign. F. Traffic Control Standards 65
1. Traffic Control Standards can be found on the City’s website. 66
1.5 SUBMITTALS [NOT USED] 67
A. Submit all required documentation to City’s Project Representative. 68
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 69
CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS 70
[NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND 71
HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 72
WARRANTY [NOT USED] 73
PART 2 - PRODUCTS [NOT USED] 74
01 55 26 - 3
STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL
Page 3 of 3
CITY OF FORT WORTH MORNINGSTAR OFFSITE WATER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJ. NUM. 105640
Revised March 22, 2021
PART 3 - EXECUTION [NOT USED] 75
END OF SECTION 76
77
Revision Log
DATE NAME SUMMARY OF CHANGE
3/22/2021 M Owen 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
1.5 Added language re: submittal of permit
78
01 57 13 - 1
STORM WATER POLLUTION PREVENTION
Page 1 of 3
CITY OF FORT WORTH MORNINGSTAR OFFSITE WATER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJ. NUM. 105640
Revised July 1, 2011
SECTION 01 57 13
STORM WATER POLLUTION PREVENTION
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. Procedures for Storm Water Pollution Prevention Plans
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 – Bidding Requirements, Contract 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 Plan: SWPPP
4. Texas Commission on Environmental Quality: TCEQ
5. Notice of Change: NOC
A. Reference Standards
1. Reference standards cited in this Specification refer to the current reference
standard published at the time of the latest revision date logged at the end of this
Specification, unless a date is specifically cited.
2. Integrated Storm Management (iSWM) Technical Manual for Construction
Controls
1.4 ADMINISTRATIVE REQUIREMENTS
A. General
01 57 13 - 2
STORM WATER POLLUTION PREVENTION
Page 2 of 3
CITY OF FORT WORTH MORNINGSTAR OFFSITE WATER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJ. NUM. 105640
Revised July 1, 2011
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 permit
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) SWPPP
e) TCEQ requirements
4) Once the project has been completed and all the closeout requirements of
TCEQ have been met a TCEQ Notice of Termination can be submitted.
a) Send copy to City Department of Transportation and Public Works,
Environmental Division, (817) 392-6088.
1.5 SUBMITTALS
A. SWPPP
1. Submit in accordance with Section 01 33 00, except as stated herein.
01 57 13 - 3
STORM WATER POLLUTION PREVENTION
Page 3 of 3
CITY OF FORT WORTH MORNINGSTAR OFFSITE WATER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJ. NUM. 105640
Revised July 1, 2011
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 01 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 SUMMARY OF CHANGE
01 58 13 - 1
TEMPORARY PROJECT SIGNAGE
Page 1 of 3
CITY OF FORT WORTH MORNINGSTAR OFFSITE WATER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJ. NUM. 105640
Revised July 1, 2011
SECTION 01 58 13
TEMPORARY PROJECT SIGNAGE
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. Temporary Project Signage Requirements
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 – General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various Items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE [NOT USED]
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED]
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS
2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED]
2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS
A. Design Criteria
01 58 13 - 2
TEMPORARY PROJECT SIGNAGE
Page 2 of 3
CITY OF FORT WORTH MORNINGSTAR OFFSITE WATER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJ. NUM. 105640
Revised July 1, 2011
1. Provide free standing Project Designation Sign in accordance with City’s Standard
Details for project signs.
B. Materials
1. Sign
a. Constructed of ¾-inch fir plywood, grade A-C (exterior) or better
2.3 ACCESSORIES [NOT USED]
2.4 SOURCE QUALITY CONTROL [NOT USED]
PART 3 - EXECUTION
3.1 INSTALLERS [NOT USED]
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 INSTALLATION
A. General
1. Provide vertical installation at extents of project.
2. Relocate sign as needed, upon request of the City.
B. Mounting options
a. Skids
b. Posts
c. Barricade
3.5 REPAIR / RESTORATION [NOT USED]
3.6 RE-INSTALLATION [NOT USED]
3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED]
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.10 CLEANING [NOT USED]
3.11 CLOSEOUT ACTIVITIES [NOT USED]
3.12 PROTECTION [NOT USED]
3.13 MAINTENANCE
A. General
1. Maintenance will include painting and repairs as needed or directed by the City.
01 58 13 - 3
TEMPORARY PROJECT SIGNAGE
Page 3 of 3
CITY OF FORT WORTH MORNINGSTAR OFFSITE WATER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJ. NUM. 105640
Revised July 1, 2011
3.14 ATTACHMENTS [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
01 60 00
PRODUCT REQUIREMENTS
Page 1 of 2
SECTION 01 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 allow products to be used for certain projects even
though the product is listed on the City’s Standard Product List.
D. Although a specific product is included on City’s Standard Product List, not all
products from that manufacturer are approved for use, including but not limited to, that
manufacturer’s standard product.
E. See Section 01 33 00 for submittal requirements of Product Data included on City’s
Standard Product List.
1.5 SUBMITTALS [NOT USED]
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
CITY OF FORT WORTH MORNINGSTAR OFFSITE WATER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJ. NUM. 105640
Revised March 9, 2020
01 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 SUMMARY OF CHANGE
10/12/12 D. Johnson Modified Location of City’s Standard Product List
3/9/2020 D.V. Magaña Removed reference to Buzzsaw and noted that the City approved products list is
accessible through the City’s website.
CITY OF FORT WORTH MORNINGSTAR OFFSITE WATER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJ. NUM. 105640
Revised March 9, 2020
01 66 00 - 1
PRODUCT STORAGE AND HANDLING REQUIREMENTS
Page 1 of 4
CITY OF FORT WORTH MORNINGSTAR OFFSITE WATER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJ. NUM. 105640
Revised July 1, 2011
SECTION 01 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]
1.10 DELIVERY AND HANDLING
A. Delivery Requirements
1. Schedule delivery of products or equipment as required to allow timely installation
and to avoid prolonged storage.
2. Provide appropriate personnel and equipment to receive deliveries.
3. Delivery trucks will not be permitted to wait extended periods of time on the Site
for personnel or equipment to receive the delivery.
01 66 00 - 2
PRODUCT STORAGE AND HANDLING REQUIREMENTS
Page 2 of 4
CITY OF FORT WORTH MORNINGSTAR OFFSITE WATER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJ. NUM. 105640
Revised July 1, 2011
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
Project Representative.
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS [NOT USED]
01 66 00 - 3
PRODUCT STORAGE AND HANDLING REQUIREMENTS
Page 3 of 4
CITY OF FORT WORTH MORNINGSTAR OFFSITE WATER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJ. NUM. 105640
Revised July 1, 2011
PART 3 - EXECUTION
3.1 INSTALLERS [NOT USED]
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 ERECTION [NOT USED]
3.5 REPAIR / RESTORATION [NOT USED]
3.6 RE-INSTALLATION [NOT USED]
3.7 FIELD [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. Reject all products or equipment that are damaged, used or in any other way
unsatisfactory for use on the project.
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.10 CLEANING [NOT USED]
3.11 CLOSEOUT ACTIVITIES [NOT USED]
3.12 PROTECTION
A. Protect all products or equipment in accordance with manufacturer's written directions.
B. Store products or equipment in location to avoid physical damage to items while in
storage.
C. Protect equipment from exposure to elements and keep thoroughly dry if required by
the manufacturer.
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
01 66 00 - 4
PRODUCT STORAGE AND HANDLING REQUIREMENTS
Page 4 of 4
CITY OF FORT WORTH MORNINGSTAR OFFSITE WATER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJ. NUM. 105640
Revised July 1, 2011
01 70 00 - 1
MOBILIZATION AND REMOBILIZATION
Page 1 of 4
CITY OF FORT WORTH MORNINGSTAR OFFSITE WATER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJ. NUM. 105640
Revised November 22, 2016
SECTION 01 70 00 1
MOBILIZATION AND REMOBILIZATION 2
PART 1 - GENERAL 3
1.1 SUMMARY 4
A. Section Includes: 5
1. Mobilization and Demobilization 6
a. Mobilization 7
1) Transportation of Contractor’s personnel, equipment, and operating supplies 8
to the Site 9
2) Establishment of necessary general facilities for the Contractor’s operation 10
at the Site 11
3) Premiums paid for performance and payment bonds 12
4) Transportation of Contractor’s personnel, equipment, and operating supplies 13
to another location within the designated Site 14
5) Relocation of necessary general facilities for the Contractor’s operation 15
from 1 location to another location on the Site. 16
b. Demobilization 17
1) Transportation of Contractor’s personnel, equipment, and operating supplies 18
away from the Site including disassembly 19
2) Site Clean-up 20
3) Removal of all buildings and/or other facilities assembled at the Site for this 21
Contract 22
c. Mobilization and Demobilization do not include activities for specific items of 23
work that are for which payment is provided elsewhere in the contract. 24
2. Remobilization 25
a. Remobilization for Suspension of Work specifically required in the Contract 26
Documents or as required by City includes: 27
1) Demobilization 28
a) Transportation of Contractor’s personnel, equipment, and operating 29
supplies from the Site including disassembly or temporarily securing 30
equipment, supplies, and other facilities as designated by the Contract 31
Documents necessary to suspend the Work. 32
b) Site Clean-up as designated in the Contract Documents 33
2) Remobilization 34
a) Transportation of Contractor’s personnel, equipment, and operating 35
supplies to the Site necessary to resume the Work. 36
b) Establishment of necessary general facilities for the Contractor’s 37
operation at the Site necessary to resume the Work. 38
3) No Payments will be made for: 39
a) Mobilization and Demobilization from one location to another on the 40
Site in the normal progress of performing the Work. 41
b) Stand-by or idle time 42
c) Lost profits 43
3. Mobilizations and Demobilization for Miscellaneous Projects 44
a. Mobilization and Demobilization 45
01 70 00 - 2
MOBILIZATION AND REMOBILIZATION
Page 2 of 4
CITY OF FORT WORTH MORNINGSTAR OFFSITE WATER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJ. NUM. 105640
Revised November 22, 2016
1) Mobilization shall consist of the activities and cost on a Work Order basis 1
necessary for: 2
a) Transportation of Contractor’s personnel, equipment, and operating 3
supplies to the Site for the issued Work Order. 4
b) Establishment of necessary general facilities for the Contractor’s 5
operation at the Site for the issued Work Order 6
2) Demobilization shall consist of the activities and cost necessary for: 7
a) Transportation of Contractor’s personnel, equipment, and operating 8
supplies from the Site including disassembly for each issued Work 9
Order 10
b) Site Clean-up for each issued Work Order 11
c) Removal of all buildings or other facilities assembled at the Site for 12
each Work Oder 13
b. Mobilization and Demobilization do not include activities for specific items of 14
work for which payment is provided elsewhere in the contract. 15
4. Emergency Mobilizations and Demobilization for Miscellaneous Projects 16
a. A Mobilization for Miscellaneous Projects when directed by the City and the 17
mobilization occurs within 24 hours of the issuance of the Work Order. 18
B. Deviations from this City of Fort Worth Standard Specification 19
1. None. 20
C. Related Specification Sections include, but are not necessarily limited to: 21
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 22
2. Division 1 – General Requirements 23
1.2 PRICE AND PAYMENT PROCEDURES 24
A. Measurement and Payment 25
1. Mobilization and Demobilization 26
a. Measure 27
1) This item for Water improvements is considered subsidiary to the various 28
Items bid. 29
b. Payment 30
1) The work performed and materials furnished in accordance with this Item 31
for Water/Sewer improvements are subsidiary to the various Items bid and no 32
other compensation will be allowed. 33
2. Remobilization for suspension of Work as specifically required in the Contract 34
Documents 35
a. Measurement 36
1) Measurement for this Item shall be per each remobilization performed. 37
b. Payment 38
1) The work performed and materials furnished in accordance with this Item 39
and measured as provided under “Measurement” will be paid for at the unit 40
price per each “Specified Remobilization” in accordance with Contract 41
Documents. 42
c. The price shall include: 43
1) Demobilization as described in Section 1.1.A.2.a.1) 44
2) Remobilization as described in Section 1.1.A.2.a.2) 45
01 70 00 - 3
MOBILIZATION AND REMOBILIZATION
Page 3 of 4
CITY OF FORT WORTH MORNINGSTAR OFFSITE WATER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJ. NUM. 105640
Revised November 22, 2016
d. No payments will be made for standby, idle time, or lost profits associated this 1
Item. 2
3. Remobilization for suspension of Work as required by City 3
a. Measurement and Payment 4
1) This shall be submitted as a Contract Claim in accordance with Article 10 5
of Section 00 72 00. 6
2) No payments will be made for standby, idle time, or lost profits associated 7
with this Item. 8
4. Mobilizations and Demobilizations for Miscellaneous Projects 9
a. Measurement 10
1) Measurement for this Item shall be for each Mobilization and 11
Demobilization required by the Contract Documents 12
b. Payment 13
1) The Work performed and materials furnished in accordance with this Item 14
and measured as provided under “Measurement” will be paid for at the unit 15
price per each “Work Order Mobilization” in accordance with Contract 16
Documents. Demobilization shall be considered subsidiary to mobilization 17
and shall not be paid for separately. 18
c. The price shall include: 19
1) Mobilization as described in Section 1.1.A.3.a.1) 20
2) Demobilization as described in Section 1.1.A.3.a.2) 21
d. No payments will be made for standby, idle time, or lost profits associated this 22
Item. 23
5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects 24
a. Measurement 25
1) Measurement for this Item shall be for each Mobilization and 26
Demobilization required by the Contract Documents 27
b. Payment 28
1) The Work performed and materials furnished in accordance with this Item 29
and measured as provided under “Measurement” will be paid for at the unit 30
price per each “Work Order Emergency Mobilization” in accordance with 31
Contract Documents. Demobilization shall be considered subsidiary to 32
mobilization and shall not be paid for separately. 33
c. The price shall include 34
1) Mobilization as described in Section 1.1.A.4.a) 35
2) Demobilization as described in Section 1.1.A.3.a.2) 36
d. No payments will be made for standby, idle time, or lost profits associated this 37
Item. 38
1.3 REFERENCES [NOT USED] 39
1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 40
1.5 SUBMITTALS [NOT USED] 41
1.6 INFORMATIONAL SUBMITTALS [NOT USED] 42
1.7 CLOSEOUT SUBMITTALS [NOT USED] 43
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 44
01 70 00 - 4
MOBILIZATION AND REMOBILIZATION
Page 4 of 4
CITY OF FORT WORTH MORNINGSTAR OFFSITE WATER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJ. NUM. 105640
Revised November 22, 2016
1.9 QUALITY ASSURANCE [NOT USED] 1
1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 2
1.11 FIELD [SITE] CONDITIONS [NOT USED] 3
1.12 WARRANTY [NOT USED] 4
PART 2 - PRODUCTS [NOT USED] 5
PART 3 - EXECUTION [NOT USED] 6
END OF SECTION 7
8
Revision Log
DATE NAME SUMMARY OF CHANGE
11/22/16 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.
9
01 71 23 - 1
CONSTRUCTION STAKING AND SURVEY
Page 1 of 8
CITY OF FORT WORTH MORNINGSTAR OFFSITE WATER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJ. NUM. 105640
Revised February 14, 2018
SECTION 01 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 work completed compared to total work included in the lump
sum item.
c. The price bid shall include, but not be limited to the following: 1) Verification
of control data provided by City.
2) Placement, maintenance and replacement of required stakes and markings
in the field.
3) Preparation and submittal of construction staking documentation in the
form of “cut sheets” using the City’s standard template.
2. Construction Survey
a. Measurement
1) This Item is considered subsidiary to the various Items bid.
b. Payment
1) The work performed and the materials furnished in accordance with this
Item are subsidiary to the various Items bid and no other compensation will
be allowed.
3. As-Built Survey
a. Measurement
1) Measurement for this Item shall be by lump sum.
b. Payment
01 71 23 - 2
CONSTRUCTION STAKING AND SURVEY
Page 2 of 8
CITY OF FORT WORTH MORNINGSTAR OFFSITE WATER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJ. NUM. 105640
Revised February 14, 2018
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::
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 Survey - 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 Survey –The measurements made after the construction of the
improvement features are complete to provide position coordinates for the features
of a project.
3. Construction Staking – 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. Survey “Field Checks” – Measurements made after construction staking is
completed and before construction work begins to ensure that structures marked on
the ground are accurately located per Project Drawings.
B. Technical References
1. City of Fort Worth – Construction Staking Standards (available on City’s Buzzsaw
website) – 01 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 01 33 00.
01 71 23 - 3
CONSTRUCTION STAKING AND SURVEY
Page 3 of 8
CITY OF FORT WORTH MORNINGSTAR OFFSITE WATER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJ. NUM. 105640
Revised February 14, 2018
B. All submittals shall be received and reviewed by the City prior to delivery of work.
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS
A. Field Quality Control Submittals
1. Documentation verifying accuracy of field engineering work, including coordinate
conversions if plans do not indicate grid or ground coordinates.
2. Submit “Cut-Sheets” conforming to the standard template provided by the City
(refer to 01 71 23.16.01 – Attachment A – Survey Staking Standards).
1.7 CLOSEOUT SUBMITTALS
B. As-built Redline Drawing Submittal
1. Submit As-Built Survey Redline Drawings documenting the locations/elevations of
constructed improvements signed and sealed by Registered Professional Land
Surveyor (RPLS) responsible for the work (refer to 01 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
01 71 23 - 4
CONSTRUCTION STAKING AND SURVEY
Page 4 of 8
CITY OF FORT WORTH MORNINGSTAR OFFSITE WATER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJ. NUM. 105640
Revised February 14, 2018
a. Construction survey will be performed in order to construct the work shown on
the Construction Drawings and specified in the Contract Documents.
b. For construction methods other than open cut, the Contractor shall perform
construction survey and verify control data including, but not limited to, the
following:
1) Verification that established benchmarks and control are accurate.
2) Use of Benchmarks to furnish and maintain all reference lines and grades
for tunneling.
3) Use of line and grades to establish the location of the pipe.
4) Submit to the City copies of field notesused to establish all lines and
grades, if requested, and allow the City to check guidance system setup
prior to beginning each tunneling drive.
5) Provide access for the City, if requested, to verify the guidance system and
the line and grade of the carrier pipe.
6) The Contractor remains fully responsible for the accuracy of the work and
correction of it, as required.
7) Monitor line and grade continuously during construction.
8) Record deviation with respect to design line and grade once at each pipe
joint and submit daily records to the City.
9) If the installation does not meet the specified tolerances (as outlined in
Sections 33 05 23 and/or 33 05 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 250 linear feet, including
(2) Horizontal and vertical points of inflection, curvature,
etc.
(3) Fire line tee
01 71 23 - 5
CONSTRUCTION STAKING AND SURVEY
Page 5 of 8
CITY OF FORT WORTH MORNINGSTAR OFFSITE WATER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJ. NUM. 105640
Revised February 14, 2018
(4) Plugs, stub-outs, dead-end lines
(5) Casing pipe (each end) and all buried fittings
2) Sanitary Sewer
a) Top of pipe elevations and coordinates for force mains and siphon
sanitary sewer lines (non-gravity facilities) at the following locations:
(1) Minimum every 250 linear feet and any buried fittings
(2) Horizontal and vertical points of inflection, curvature,
etc.
3) Stormwater – Not Applicable
b. The Contractor shall provide as-built survey including the elevation and
location (and provide written documentation to the City) of construction
features after the construction is completed including the following:
1) Manholes
a) Rim and flowline elevations and coordinates for each manhole
2) Water Lines
a) Cathodic protection test stations
b) Sampling stations
c) Meter boxes/vaults (All sizes)
d) Fire hydrants
e) Valves (gate, butterfly, etc.)
f) Air Release valves (Manhole rim and vent pipe)
g) Blow off valves (Manhole rim and valve lid)
h) Pressure plane valves
i) Underground Vaults
(1) Rim and flowline elevations and 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.
01 71 23 - 6
CONSTRUCTION STAKING AND SURVEY
Page 6 of 8
CITY OF FORT WORTH MORNINGSTAR OFFSITE WATER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJ. NUM. 105640
Revised February 14, 2018
3. The location of planned facilities, easements and improvements.
a. Establishing final line and grade stakes for piers, floors, grade beams, parking
areas, utilities, streets, highways, tunnels, and other construction.
b. A record of revisions or corrections noted in an orderly manner for reference.
c. A drawing, when required by the client, indicating the horizontal and vertical
location of facilities, easements and improvements, as built.
4. Cut sheets shall be provided to the City inspector and Survey Superintendent for all
construction staking projects. These cut sheets shall be on the standard city template
which can be obtained from the Survey Superintendent (817-392-7925).
5. Digital survey files in the following formats shall be acceptable:
a. AutoCAD (.dwg)
b. ESRI Shapefile (.shp)
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:
1. The staked location of any improvement or facility should be as accurate as practical
and necessary. The degree of precision required is dependent on many factors all of
which must remain judgmental. The tolerances listed hereafter are based on
generalities and, under certain circumstances, shall yield to specific requirements.
The surveyor shall assess any situation by review of the overall plans and through
consultation with responsible parties as to the need for specific tolerances.
a. Earthwork: Grades for earthwork or rough cut should not exceed 0.1 ft. vertical
tolerance. Horizontal alignment for earthwork and rough cut should not exceed
1.0 ft. tolerance.
b. Horizontal alignment on a structure shall be within .0.1ft tolerance.
c. Paving or concrete for streets, curbs, gutters, parking areas, drives, alleys and
walkways shall be located within the confines of the site boundaries and,
occasionally, along a boundary or any other restrictive line. Away from any
restrictive line, these facilities should be staked with an accuracy producing no
more than 0.05ft. tolerance from their specified locations.
d. Underground and overhead utilities, such as sewers, gas, water, telephone and
electric lines, shall be located horizontally within their prescribed areas or
easements. Within assigned areas, these utilities should be staked with an
accuracy producing no more than 0.1 ft tolerance from a specified location.
e. The accuracy required for the vertical location of utilities varies widely. Many
underground utilities require only a minimum cover and a tolerance of 0.1 ft.
should be maintained. Underground and overhead utilities on planned profile,
but not depending on gravity flow for performance, should not exceed 0.1 ft.
tolerance.
01 71 23 - 7
CONSTRUCTION STAKING AND SURVEY
Page 7 of 8
CITY OF FORT WORTH MORNINGSTAR OFFSITE WATER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJ. NUM. 105640
Revised February 14, 2018
B. Surveying instruments shall be kept in close adjustment according to manufacturer’s
specifications or in compliance to standards. The City reserves the right to request a
calibration report at any time and recommends regular maintenance schedule be
performed by a certified technician every 6 months.
1. Field measurements of angles and distances shall be done in such fashion as to
satisfy the closures and tolerances expressed in Part 3.1.A.
2. 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 or more of the control
monuments/points set by the City, the monuments shall be adequately referenced for
expedient restoration.
1. Notify City if any control data needs to be restored or replaced due to damage caused
during construction operations.
a. Contractor shall perform replacements and/or restorations.
b. The City may require at any time a survey “Field Check” of any monument or
benchmarks that are set be verified by the City surveyors before further
associated work can move forward.
3.6 RE-INSTALLATION [NOT USED]
3.7 FIELD [OR] 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.
01 71 23 - 8
CONSTRUCTION STAKING AND SURVEY
Page 8 of 8
CITY OF FORT WORTH MORNINGSTAR OFFSITE WATER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJ. NUM. 105640
Revised February 14, 2018
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 SUMMARY OF CHANGE
8/31/2012 D. Johnson
8/31/2017 M. Owen
Added instruction and modified measurement & payment under 1.2; added
definitions and references under 1.3; modified 1.6; added 1.7 closeout submittal
requirements; modified 1.9 Quality Assurance; added PART 2 – PRODUCTS ;
Added 3.1 Installers; added 3.5 Repair/Restoration; and added 3.8 System Startup.
2/14/2018 M Owen
Removed “blue text”; revised measurement and payment sections for Construction
Staking and As-Built Survey; added reference to selection compliance with TGC
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
01 74 23 - 1
CLEANING
Page 1 of 4
CITY OF FORT WORTH MORNINGSTAR OFFSITE WATER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJ. NUM. 105640
Revised July 1, 2011
SECTION 01 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.
01 74 23 - 2
CLEANING
Page 2 of 4
CITY OF FORT WORTH MORNINGSTAR OFFSITE WATER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJ. NUM. 105640
Revised July 1, 2011
1.11 FIELD [SITE] CONDITIONS [NOT USED]
1.12 WARRANTY [NOT USED]
PART 2 - PRODUCTS
2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED]
2.2 MATERIALS
A. Cleaning Agents
1. Compatible with surface being cleaned
2. New and uncontaminated
3. For manufactured surfaces
a. Material recommended by manufacturer
2.3 ACCESSORIES [NOT USED]
2.4 SOURCE QUALITY CONTROL [NOT USED]
PART 3 - EXECUTION
3.1 INSTALLERS [NOT USED]
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
3.4 APPLICATION [NOT USED]
3.5 REPAIR / RESTORATION [NOT USED]
3.6 RE-INSTALLATION [NOT USED]
3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED]
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
3.10 CLEANING
A. General
1. Prevent accumulation of wastes that create hazardous conditions.
2. Conduct cleaning and disposal operations to comply with laws and safety orders of
governing authorities.
3. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in
storm or sanitary drains or sewers.
4. Dispose of degradable debris at an approved solid waste disposal site.
01 74 23 - 3
CLEANING
Page 3 of 4
CITY OF FORT WORTH MORNINGSTAR OFFSITE WATER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJ. NUM. 105640
Revised July 1, 2011
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 Work.
9. If project is not cleaned to the satisfaction of the City, the City reserves the right to
have the cleaning completed at the expense of the Contractor.
10. Do not burn on-site.
B. Intermediate Cleaning during Construction
1. Keep Work areas clean so as not to hinder health, safety or convenience of
personnel in existing facility operations.
2. At maximum weekly intervals, dispose of waste materials, debris and rubbish.
3. Confine construction debris daily in strategically located container(s):
a. Cover to prevent blowing by wind
b. 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 all loose or unsecured items, which
may become airborne or transported by flowing water during the storm.
C. Interior Final Cleaning
1. Remove grease, mastic, adhesives, dust, dirt, stains, fingerprints, labels and other
foreign materials from sight-exposed surfaces.
2. Wipe all lighting fixture reflectors, lenses, lamps and trims clean.
3. Wash and shine glazing and mirrors.
4. Polish glossy surfaces to a clear shine.
5. Ventilating systems
a. Clean permanent filters and replace disposable filters if units were operated
during construction.
b. Clean ducts, blowers and coils if units were operated without filters during
construction.
6. Replace all burned out lamps.
7. Broom clean process area floors.
8. 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.
01 74 23 - 4
CLEANING
Page 4 of 4
CITY OF FORT WORTH MORNINGSTAR OFFSITE WATER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJ. NUM. 105640
Revised July 1, 2011
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]
3.12 PROTECTION [NOT USED]
3.13 MAINTENANCE [NOT USED]
3.14 ATTACHMENTS [NOT USED]
END OF SECTION
Revision Log
DATE NAME SUMMARY OF CHANGE
01 77 19 - 1
CLOSEOUT REQUIREMENTS
Page 1 of 3
CITY OF FORT WORTH MORNINGSTAR OFFSITE WATER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJ. NUM. 105640 Revised March 22, 2021
SECTION 01 77 19 1
CLOSEOUT REQUIREMENTS 2
PART 1 - GENERAL 3
1.1 SUMMARY 4
A. Section Includes: 5
1. The procedure for closing out a contract 6
B. Deviations from this City of Fort Worth Standard Specification 1. None. 7
C. Related Specification Sections include, but are not necessarily limited to: 8
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 9
2. Division 1 – General Requirements 10
1.2 PRICE AND PAYMENT PROCEDURES 11
A. Measurement and Payment 12
1. Work associated with this Item is considered subsidiary to the various Items bid. 13
No separate payment will be allowed for this Item. 14
1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS 15
A. Guarantees, Bonds and Affidavits 16
1. No application for final payment will be accepted until all guarantees, bonds, 17
certificates, licenses and affidavits required for Work or equipment as specified are 18
satisfactorily filed with the City. B. Release of Liens or Claims 19
1. No application for final payment will be accepted until satisfactory evidence of 20
release of liens has been submitted to the City. 21
1.5 SUBMITTALS 22
A. Submit all required documentation to City’s Project Representative. 23
24
1.6 INFORMATIONAL SUBMITTALS [NOT USED] 25
26
1.7 CLOSEOUT SUBMITTALS [NOT USED] 27
PART 2 - PRODUCTS [NOT USED] 28
29
01 77 19 - 2
CLOSEOUT REQUIREMENTS
Page 2 of 3
CITY OF FORT WORTH MORNINGSTAR OFFSITE WATER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJ. NUM. 105640 Revised March 22, 2021
PART 3 - EXECUTION 30
3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION 31
[NOT USED] 3.4 CLOSEOUT PROCEDURE 32
A. Prior to requesting Final Inspection, submit: 33
1. Project Record Documents in accordance with Section 01 78 39 34
2. Operation and Maintenance Data, if required, in accordance with Section 01 78 23 35
B. Prior to requesting Final Inspection, perform final cleaning in accordance with Section 36
01 74 23. 37
C. Final Inspection 38
1. After final cleaning, provide notice to the City Project Representative that the Work 39
is completed. 40
a. The City will make an initial Final Inspection with the Contractor present. 41
b. Upon completion of this inspection, the City will notify the Contractor, in 42
writing within 10 business days, of any particulars in which this inspection 43
reveals that the Work is defective or incomplete. 44
2. Upon receiving written notice from the City, immediately undertake the Work 45
required to remedy deficiencies and complete the Work to the satisfaction of the 46
City. 47
3. The Right-of-way shall be cleared of all construction materials, barricades, and 48
temporary signage. 49
4. Upon completion of Work associated with the items listed in the City's written 50
notice, inform the City that the required Work has been completed. Upon receipt of 51
this notice, the City, in the presence of the Contractor, will make a subsequent Final 52
Inspection of the project. 53
5. Provide all special accessories required to place each item of equipment in full 54
operation. These special accessory items include, but are not limited to: a. 55
Specified spare parts 56
b. Adequate oil and grease as required for the first lubrication of the equipment 57
c. Initial fill up of all chemical tanks and fuel tanks 58
d. Light bulbs 59
e. Fuses 60
f. Vault keys 61
g. Handwheels 62
h. Other expendable items as required for initial start-up and operation of all 63
equipment 64
D. Notice of Project Completion 65
1. Once the City Project Representative finds the Work subsequent to Final Inspection 66
to be satisfactory, the City will issue a Notice of Project Completion (Green Sheet). 67
E. Supporting Documentation 68
1. Coordinate with the City Project Representative to complete the following additional 69
forms: 70
01 77 19 - 3
CLOSEOUT REQUIREMENTS
Page 3 of 3
CITY OF FORT WORTH MORNINGSTAR OFFSITE WATER STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJ. NUM. 105640 Revised March 22, 2021
a. Final Payment Request 71
b. Statement of Contract Time 72
c. Affidavit of Payment and Release of Liens 73
d. Consent of Surety to Final Payment 74
e. Pipe Report (if required) 75
f. Contractor’s Evaluation of City 76
g. Performance Evaluation of Contractor F. Letter of Final Acceptance 77
1. Upon review and acceptance of Notice of Project Completion and Supporting 78
Documentation, in accordance with General Conditions, City will issue Letter of 79
Final Acceptance and release the Final Payment Request for payment. 80
3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 81
FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT 82
USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT 83
ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE 84
[NOT USED] 3.14 ATTACHMENTS [NOT USED] 85
END OF SECTION 86
87
Revision Log
DATE NAME SUMMARY OF CHANGE
3/22/2021 M Owen 3.4 C. Added language to clarify and emphasize requirement to “Clearing ROW”
26 88
01 78 23 - 1
OPERATION AND MAINTENANCE DATA
Page 1 of 5
CITY OF FORT WORTH MORNINGSTAR OFFSITE WATER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJ. NUM. 105640
Revised December 20, 2012
SECTION 01 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 01 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 ½ inches x 11 inches
b. Paper
1) 40 pound minimum, white, for typed pages
2) Holes reinforced with plastic, cloth or metal
01 78 23 - 2
OPERATION AND MAINTENANCE DATA
Page 2 of 5
CITY OF FORT WORTH MORNINGSTAR OFFSITE WATER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJ. NUM. 105640
Revised December 20, 2012
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 Project
b) Identity of separate structure as applicable
c) Identity of general subject matter covered in the manual
3. Binders
a. Commercial quality 3-ring binders with durable and cleanable plastic covers
b. When multiple binders are used, correlate the data into related consistent
groupings.
4. If available, provide an electronic form of the O&M Manual.
B. Manual Content
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 or part installed
2) Clearly identify data applicable to installation
3) Delete references to inapplicable information
3. Drawings
a. Supplement product data with drawings as necessary to clearly illustrate:
1) Relations of component parts of equipment and systems
2) Control and flow diagrams
01 78 23 - 3
OPERATION AND MAINTENANCE DATA
Page 3 of 5
CITY OF FORT WORTH MORNINGSTAR OFFSITE WATER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJ. NUM. 105640
Revised December 20, 2012
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.
5. Copy of each warranty, bond and service contract issued a.
Provide information sheet for City personnel giving:
1) Proper procedures in event of failure
2) Instances which might affect validity of warranties or bonds
C. Manual for Materials and Finishes
1. Submit 5 copies of complete manual in final form.
2. Content, for architectural products, applied materials and finishes:
a. Manufacturer's data, giving full information on products
1) Catalog number, size, composition
2) Color and texture designations
3) Information required for reordering special manufactured products
b. Instructions for care and maintenance
1) Manufacturer's recommendation 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
3. 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
01 78 23 - 4
OPERATION AND MAINTENANCE DATA
Page 4 of 5
CITY OF FORT WORTH MORNINGSTAR OFFSITE WATER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJ. NUM. 105640
Revised December 20, 2012
4) Alignment, adjusting and checking
d. Servicing and lubrication schedule
1) List of lubricants required
e. Manufacturer's printed operating and maintenance instructions
f. Description of sequence of operation by control manufacturer
1) Predicted life of parts subject to wear
2) Items recommended to be stocked as spare parts
g. As installed control diagrams by controls manufacturer
h. Each contractor's coordination drawings
1) As installed color coded piping diagrams
i. Charts of valve tag numbers, with location and function of each valve
j. List of original manufacturer's spare parts, manufacturer's current prices, and
recommended quantities to be maintained in storage
k. Other data as required under pertinent Sections of Specifications
3. Content, for each electric and electronic system, as appropriate:
a. Description of system and component parts
1) Function, normal operating characteristics, and limiting conditions
2) Performance curves, engineering data and tests
3) Complete nomenclature and commercial number of replaceable parts
b. Circuit directories of panelboards
1) Electrical service
2) Controls
3) Communications
c. As installed color coded wiring diagrams
d. Operating procedures
1) Routine and normal operating instructions
2) Sequences required
3) Special operating instructions
e. Maintenance procedures
1) Routine operations
2) Guide to "trouble shooting"
3) Disassembly, repair and reassembly
4) Adjustment and checking
f. Manufacturer's printed operating and maintenance instructions
g. List of original manufacturer's spare parts, manufacturer's current prices, and
recommended quantities to be maintained in storage
h. Other data as required under pertinent Sections of Specifications
4. Prepare and include additional data when the need for such data becomes apparent
during instruction of City's personnel.
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE
A. Provide operation and maintenance data by personnel with the following criteria:
01 78 23 - 5
OPERATION AND MAINTENANCE DATA
Page 5 of 5
CITY OF FORT WORTH MORNINGSTAR OFFSITE WATER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJ. NUM. 105640
Revised December 20, 2012
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 SUMMARY OF CHANGE
8/31/2012 D. Johnson 1.5.A.1 – title of section removed
01 78 39 - 1
PROJECT RECORD DOCUMENTS
Page 1 of 5
CITY OF FORT WORTH MORNINGSTAR OFFSITE WATER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJ. NUM. 105640
Revised July 1, 2011
SECTION 01 78 39
PROJECT RECORD DOCUMENTS
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. Work associated with the documenting the project and recording changes to project
documents, including: a. Record Drawings
b. Water Meter Service Reports
c. Sanitary Sewer Service Reports
d. Large Water Meter Reports
B. Deviations from this City of Fort Worth Standard Specification
1. None.
C. Related Specification Sections include, but are not necessarily limited to:
1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract
2. Division 1 – General Requirements
1.2 PRICE AND PAYMENT PROCEDURES
A. Measurement and Payment
1. Work associated with this Item is considered subsidiary to the various Items bid.
No separate payment will be allowed for this Item.
1.3 REFERENCES [NOT USED]
1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED]
1.5 SUBMITTALS
A. Prior to submitting a request for Final Inspection, deliver Project Record Documents to
City’s Project Representative.
1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED]
1.7 CLOSEOUT SUBMITTALS [NOT USED]
1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED]
1.9 QUALITY ASSURANCE
A. Accuracy of Records
1. Thoroughly coordinate changes within the Record Documents, making adequate
and proper entries on each page of Specifications and each sheet of Drawings and
other Documents where such entry is required to show the change properly.
01 78 39 - 2
PROJECT RECORD DOCUMENTS
Page 2 of 5
CITY OF FORT WORTH MORNINGSTAR OFFSITE WATER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJ. NUM. 105640
Revised July 1, 2011
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 Work, both concealed and
visible, to enable future modification of the Work to proceed without lengthy and
expensive site measurement, investigation and examination.
1.10 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 City 1 complete set of all Final Record Drawings in the Contract.
2.3 ACCESSORIES [NOT USED]
2.4 SOURCE QUALITY CONTROL [NOT USED]
PART 3 - EXECUTION
3.1 INSTALLERS [NOT USED]
3.2 EXAMINATION [NOT USED]
3.3 PREPARATION [NOT USED]
01 78 39 - 3
PROJECT RECORD DOCUMENTS
Page 3 of 5
CITY OF FORT WORTH MORNINGSTAR OFFSITE WATER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJ. NUM. 105640
Revised July 1, 2011
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.
3. Coordination with Construction Survey
a. At a minimum, in accordance with the intervals set forth in Section 01 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.
5. 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
City'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 City may waive the requirements for conversion of schematic layouts
where, in the City's judgment, conversion serves no useful purpose. However,
do not rely upon waivers being issued except as specifically issued in writing
by the City.
01 78 39 - 4
PROJECT RECORD DOCUMENTS
Page 4 of 5
CITY OF FORT WORTH MORNINGSTAR OFFSITE WATER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJ. NUM. 105640
Revised July 1, 2011
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 Documents
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.
b. If any such Document is not so approved by the City, secure a new copy of that
Document from the City at the City's usual charge for reproduction and
handling, and carefully transfer the change data to the new copy to the approval
of the City.
3.5 REPAIR / RESTORATION [NOT USED]
3.6 RE-INSTALLATION [NOT USED]
3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED]
3.8 SYSTEM STARTUP [NOT USED]
3.9 ADJUSTING [NOT USED]
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 SUMMARY OF CHANGE
01 78 39 - 5
PROJECT RECORD DOCUMENTS
Page 5 of 5
CITY OF FORT WORTH MORNINGSTAR OFFSITE WATER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJ. NUM. 105640
Revised July 1, 2011
CITY OF FORT WORTH MORNINGSTAR OFFSITE WATER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJ. NUM. 105640
Revised July 1, 2011
APPENDIX
GC-4.01 Availability of Lands
GC-4.02 Subsurface and Physical Conditions
GC-4.04 Underground Facilities
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, 2011
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, 2011
Place Holder EASEMENTS
CITY OF FORT WORTH MORNINGSTAR NORTH OFFISTE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJ. NUM. 105677
Revised July 1, 2011
GC-4.02 Subsurface and Physical Conditions
THIS PAGE LEFT INTENTIONALLY BLANK
GEDTECHNICAL ENGiNEERING REPaRT
PROPDSED O�fSITE WATER LINE
WALSH RANCH ORIVE
ALEO�,TEXAS
Prepared fvr:
VLMC, INC.
Fart Warth, Texas
EWI Report No. LH25712�B
May 2Q25
E I lerbee- W a I�za k. I n c.
GEOTECHNIG4L Ef��IEVEERING &
C��VSTRUCTIDN MATERIALS TESTING SERVICES
May 21, 2�25
VLNlC, �n�.
3045 Lackland Rd.
Forf UVprth, Texas 761 � fi
Re: Geotechnical Engineering Repar#
Propased nffsite Water Line
Walsh Ranch
Aledo, Texas
EWI Repart No. LH�577228
Ellerbee-Wai�zak, Inc. (EWI} has cvmpleted the Geotechnical Engineering Rep�rt for th� above
referenced project. The results are presented in the aftached report.
Please dv not hesitate to Ganiac� us if you ha�e any questians regarding the in�ormatior€ in ihis
report nr if we can �e af any additEanal assistanc�.
It has be�n a pleasure prvviding geo#echnical services fc�r this praject.
5inc�rely,
Ellerbee-Walczak, Inc.
igPE �irm No. F-4S'! 0
T. i vvren�e, Jr., P.E.
Geotechnical Manager
���r�E °F� r�-���°a
—��. � �,� f
� •��� t
.�
+ :�
{ �..... .....� ..� •�
�. N. LAWR�S�6C�, .1R:
� -a'� 92893 •��
• �a
��g��••.C�GET�S�� •����'
�� �S�j�NA� ���.
�'
� ��
d . Afmar� , E
Graduaie E�gin r
45a1 8roacfway A�e. • PA, Box 148D9 • Haltom City. Tex�s 76117
❑ffice 87.7-759-9999 • Fax 817-759-1888
TABLE D� CDEVTENTS
Page
1.D SITE & PR�JECT lNFDRMATIDN ...................................................................................... �
2.a SCOPE �F SERVICES ........................................................ ............... '[
3.D F�ELD DPERATIDNS .......................................................................................................... �
4.D LAB�RATORY TESTING ................................................................................................... 2
5.0 SITE SUgSIJRFAC� CC3NDITI�NS ....................................................................................2
S.Q GROUNDWATER ............................................................................................................... 3
7.0 ANALY5IS 8� REC�MMENDAT�UNS .................................................................................. 3
7.1 Excavatians .........................•-�-�- -............................................................................ 3
7.2 Util�ties ..................................................................................................................... 3
S.� LIMITATi�NS ......................................................................................................................4
APPENOIX
Figure
P�an of Barings ........................................................................................................................... 1
B�ring l�ags ........................................................................................................................ 2 --11
5ailClassificativn Chart ........................:.................................................................................. 12
GEDTECHNICAL ENGINEERING REP�RT
PROP�5E0 ❑FF51TE WATER LINE
WALSH RANCH DRIVE
ALE[]�, TE]CAS
1.fl SITE 8� PR�JECT lNF�RMATIDN
The propvsed water lir�e wil] be located off af Walsh Drive, west �f Fart W�rth, i� Parker County,
Texas. The site consists af svme open fields, farested areas, a creek and a cauple pands.
Prv�osed cor�s#ructi4n co�sis#s af a� 2' deep water fine.
2.D 5C�PE OF SERVICES
The purpvse vf our geo#echnical services �ar this site were to:
■ E�aluate the subsurface conditiQns enc�untered in the borings.
■ Evaluate the perti�ent engineering praperties of #he recover�d samples.
• Provide recommendations far earthwarlc and si#e �rading.
3.� FIELO ❑PERATlQN5
The subsurface conditions of the sit� were evaluated by performing 1 Q aut of the 11 plann�d
barings �Borings 19 through 25 and 27 #hrougl� 29}, which were drikled fram March 26 through April
15 of 2a25 along t�e future water line rights-vf-way aGrvss both properties, at lvcativns indicated
by the client, ac�essible to truck-mounted drilling equipment. goring 26 was �at drilled due ta
accessibility issues. The approxima#e baring lacatians are provided �n the Plan af 6arings �Figure
1} En the A�pendix. The results af the field expforation program are presented ❑n the Boring Logs
{FFgures 2 through 11} in the App�ndix. A 5aii Classificatian Chart con#aining the k�ys #a sym�als
and the descriptfon of terms used an the boring lag ars presented an �igure 12.
A truck-maunt�d drilling rig with cvr�tinuaus flight augers was used t❑ advan�e the barings. Sails
were sampled using steel tubes. The samples were extruded in the fie�d, Iogged, sealed, and
packag�d ta preserve their in-situ rnQis#ure cantent and reduc� disturlaance dtaring #rans�a��#a#ion
tv the laboraiary. The load carrying capacity of the limestvne encauntered vn the �vrings was
evaluatec! in the field by performance of t�e Texas Department af Transportation's (Tx��T) Cone
Penetration Test. ❑rilling and sampling were perfarmed in general accardan�� with applicable
ASTN! and Tx�aT pracedures.
I_7__�__<J -1- LH� 57722 B
�.� LA6�RATDRY TE5TING
The Boring Lvgs were reviewed �y a geatechnical engineer wha assigned sQil sampies for testing.
Tests were performed in the labora#ory by technicians workEng under the directian of the enginesr.
Testing was performed in general accor�ance with applicable ASTM procedures.
Liquid and P�astic Limit tests {ASTM D 4318] were perFormed on samples af the cohesive sails.
These tests were used in �onjun�tion with maisture cantent iests �ASTAII ❑��15) for classificatior�
and estimating their �olume change patential. Percent passing the No. �OQ Sieue tests were
performed an selected samples af svil ta determine the percentage finer than fl.fl75 mm to aid in
classifi�ation. Hand penetrameter and un�onfined campressian #ests were perFormed on the sails
#o evaluat� consistency and strength.
The results af the la�oratary tests are presen#ed on fhe Baring Lags ir� the Appendix.
5.8 51TE 5L1B5L1RFACE CONOITIdNS
The conditians en�auntered at each baring lacativn are depicted on ihe Borir�g Lo�s in the
Appendix. Des�riptions of each stratum with �ts approximated depth and thickness are provided.
The depths reported Qn the logs refer to the depth fram the existing ground surface at the time the
bnrings we�-e per#ormecf. A�rief descripti�n af the stratigraphy indicated by the borings are
presented �elaw.
Srawn, dark brown and tan c[ays and silty clays, some with limestone fragrrtentslseams, were
�ncauntered at the surface af 6vrings 19 th�ough �5 and �7 tF�rvugh 29; and extended tv depths
of a�out �, 4, 4, 4, 14, 4, 4, 4, � ar�d 2 feet ��low existfng grad�s, respectively. The cfayslsilty �lays
had Liquid Limits �LL's} ranging from 37 tv E4 percent, Plas#icity Indi�es (PI's} vf 2� ta 4Q, �lassified
as CL and CH accarding to the lJnified 5oi� Classifi�ation 5ystem {USCS} and were gen�rally hard
in consis#ency.
Tan limestone, some wi#h clay seams, was next encountered �n 'I9 #hraugh 25 and �7 through �9.
The tan limestone extended to depths af a�vut 12, 1 Z, 11, 1�, 13, 13, 12 and 7 feet belaw existing
grades in Barings 2a, 21, 22, 24, 25, 27, �S and 2�, respec#iveiy; and to termination depihs of 20
feet in Borings 19 and 23.
Gray lim�st�ne was next encountered in Borings 2D, 21, 22, �4, 25, �7, 28 and 29; and �xtended
ta terminatian depths of 20 feet below existing grades.
The sails encountered in the �arings at this site are consid�r�d to be maderately active �CL �lays}
to highiy a�tive (CH clays} wi#h respec# to moisture-induced valume changes. T�e soils
encauntered in the barings have shrink and swell potential with seasonal maisture changes within
the a�tive zane. The acfive zane is limited ta the top af limestane (in areas with shallaw rack}.
I� � I I -2- LH257722B
fi.D GR�UNDWATER
The borings were advar�Ged using dry aug�r-drilling techniques. 'This prvicess al�ows relativeiy
accuraf� short-#erm ❑bssrvatians af grnundwater while drilling. 5eepage was nvt observed while
drifling in BQrir�gs 19 through 25 ar�d 27 t�rough 29. These barings wer� ❑�served to remain dry
at the completian af dril�i�g.
Groundwater levels will s�asonally fluctuate due to �ariati�ns in the amount af pre�ipitatian,
evaporatian and surface water runoff. Seepage can occur abo�e and within the limest�ne
particularly during wet seasanallannual cycles. In addition, grnundwat�r canditians may c€�ange
due ta landscape irrigation and tree root demand.
7.0 ANALY515 8� RECDMMENDATl�NS
7.1 Ex�a�ations
Excauatian will en�aunter about 2 to 14 feet af native sails abave tanlgray limeston�. The
overburden svils and fract�ared rvck �an generally be excavated with traditianal methods including
the use of large backF�oes with rvck ��ckets, �ulldvzer with rippers, tracfc ❑r whee� laaders and
scra�ers. Excavatian intv harder limestone will require rock excavation methods including the use
of breaker hoes and large dozers with single taoth ripp�rs, i.ine drilling can b� used tv cantral
o�erbr�ak at the [imits of the excavatian.
The soiis should be siaped a�d bra�ed in the interest of safety. Applica�le �SHA standards shauld
be fnllawed. Temparary canstruction slapes af two hvrizon#al ta one ve�kicaf �2H:1V} ar flatter are
recammended. Comp�tent limestane is capable of standing on near vertical slvpes during
construction. Ternporary canstructivn slapes shallower ihan ❑ne horixvntal to one �ertical �1 H:1 V}
for the overburden sails are recammended.
7.� ut�ut���
Limestane shauld �e anticipated during utility exca�aiions. Care should he iaken that utiiity cuts
arE not left vpen fo� extended periads, ar�� that the cuts are praperly backfilled. Backfilling should
�e accvmplish�d witt� properly compacted ar�-site soils, rather than granular materials. A positive
cut-aff at #he building fine is recammended to help pre�ent water from migrating ir� #he utility tren�h
f�ackfilE.
Backfill materials should be pfac�d in laose !if#s, less than 9 inches thick, and unifarmly cam�acted
to a minimum density vf 95 per�ent. Mois#ure content during placement af cahesive backfill should
hs within -1 to +3 percentage pain#s of the optimum mois#ure content {or ta City af Fork War#h
specifications} as measured in test method ASTM D 598. �ensity testir�g should �e perFarmed
alo�g th� utility line at maximum of 30Q iinear feet intervals �or #o City vf Fort Worth specificatians}.
� ► -3- LH2577�28
Normal seitlements af deeper backfills in utility excavatians shvufd �e ar�ticipated, ever� if the fills
are prvperfy compa�ted. A filter fabric di�ider to redu�e soil transpvrt should h� car�sidered
b�tween the fill s�ils and any gap graded pipe embedment mat�rials, partic�alarly heneath
pavement systems.
8.a L1MlTATIQNS
The prafessivnal services performed for the �reparatian of this g�atechnical repart were
accamplished in ac�ordance with �urrent and lacally accept�d geate��ni�al engineering principles
and practices. Th� recommendati�r�s pres�nted in #his �Eport are based upnn the data obtained
fram the barings at t�e indicated locations andlar from o#her information discussed in this report.
The subsur#ace �andEtions a�curring between f�orings and acrass the site, or due ta
seasonallannual climatic cycfes may �ary from those encoun#ered in the bor�ngs. Th� nature of
these variations may not �ecame evid�nt unti! during ar after constructivn. Sho�ald subsurtace
canditians uarying significantly fram those described herein �e encauntere�, EW[ shauld �e
immediately natified to evaluate the ef�ects on #hese re�ammendatians and so supplemental
recornmenda�i�ns can be pravided.
The recammenda#ians pro�ided in this repar# were prepared fvr the exclusE�e use af our client. No
warranti�s, express�d ar imp�ied, are intended ar rr�ade. T�e informa#ivn ar�d recammendations
�rauided in this report are applicabie anly for the design �f the types vf structure(s) descrihed in
the 5ite & Proiect Informatian sec#ion of this report and should not be used far any ather structures,
lacations �r for any other purpvses. W� sh�uld nat be held responsible far the can�lusians,
apinions ar recommendations made �y Qthers �ased upon the infar�natian submitted in this report.
lf char��es fa the design andlar 1�cation af this p�oject as autlir�ed in this report are planne�, the
recommendatians pro�ided in this repart shall nvi be considered valid unless EWI re�iews these
changes and either verifies ar amends this r�port in writing. Constru�tivn issues such as site safety
supp�rt of excavatians and dewaterir�g prvicedur�s are the resp�nsibility af ot#�ers.
The scope of servi�es for #his repor� daes not ir�clude any envirvnmental ar bialagi�al assessments
eit�er specificalfy or implied. ff the owner is concerned ahout the potential rr�ald, fungi, bacteria,
identification of contaminants ar hazardous materiaEs and canditians, �tc., addi#iar�al studies s�ould
be under#aicen.
EWI's capabiiiti�s include a full range af constr�ctivr� material testing and o�servation services. A
qualified #esiing �irm should b� retained tQ provide testing and vhs�rvation �uring excavativn,
grading, foundation and canstru�#tan phases of ihis project.
We will retain th� samples recovered frvm the 6arings on this project for a periad of 34 days
subse��a�nt to the submiital date printed ❑n fhis repart. After the 3�-day period, #he samples will
be discarded unless atherwise natified by the owner in writing.
�� -4- LFf257722B
. p'�"" .
.-.... ��- '
- - ., , - . . .r - • . , . _
,�� ; . . ',�,}r� ' " - .. ,
'�;r:�e:�' :'��x .g,.� , , . `
. ��k,�. , �� f;�''' * ..''kr� � r'�.1 . ' . '
'-..L". r:r-r,: -
. .. . :�- � � . . -
• � -�i��4- . . :.- :';y�a.�: i c- . . . . . . . � .
� r:�.? ' g_Z
. ,r • . �21„ °!� !;.:^ .... .., �
.�� g.g� :•, .`. , . 5 � . .
. � �°�'��� �• � ... • • F' c�; � .. � • .
c�� � . . . • 4r - , `� ,�, B-6 . ' � • .:�a! � ' � ,� .. .. _ � -
: . - � .e- �i': . � 4,�y+',>,�'^ , �F.: . w,Vi • � .
r,F,
�. • - ' • - . . ��':,-' .�:m'yx . ��3 � •
'. �"Y � . ���.'..���s4
_ . ' {-. • ye' • � •
_ " ' � - _ . ... :.. ... _ {�!.''.. . , . '�.i%: " . .y . ' .
- ; - ,.f , �.. ,' : �:� .. !r:'..;�?'� :s •'"•, . _ .
. . - ' r. , � .'-„�, _ "R7�'S.'„3.9_�� y
. . . • - .'�,s',`�;; � .
. - =-,,'" _ `F_, a_iu . �
': .r �
. _ - - , _ • .•ti_� : ��;.. B;as
• .. _ . ... --. 6-71
. ' � _ ' : . �g..23� . � � ._yf `� '. t + ��• �9-26�^ � .
- 1•� .. . ' '�Kr'' �'-� �sr'Lr+ �
� • ",�� 'L ' , .• �',�:P� , ^�'B-ii•'
e '• � , ' I� • V���- � •,8-27 , . - �
, .�.
. � . • - '-. � �-8-20 �� _.. 6�2� ..... .- 8.2a: 6-2r, B-25. . . , s � _�: . � . . , -
�a- ;,�,� � .- -�. -4��- '�'"• • ,..
- � !r ~ r- - � I ...--µ . � _ ._ ..._- ...... ...,. .... . . ` • - .c--'•- � .
�l ' "' '' ^ ' E3 �3: • -•'�.
_ �t' Na ` '' - "� ..,'�r ' 9 - W -i ' :n � -^�'.' � . ���N- �
`" ��i' _ �- -',�-.:. _,��': ... .: ... .'� ' �. • .^�+.' .
,_ : , - ��'�. • '�'-•;*••_-_-i•�,,.}'` ' . . . � . - '• -
. ' x.- _ _ �h r � H #3 .� y a-g.�- . .
- . � - - - _ - - `�,..• ?'�':. . . - � B-iR. • i.: .
-- - - -.- • - - ~:•_'.F's-.• , .
. . N .e�- r.� ~ � �� � �� _ � !r�'� . � . , � 'tV'.:`' • �:.r�; _ Y .
_ � _ . • . . �; 1 �° .,
. `__ - . ^O .- :,,:, - - _ ._ ?. _ �ay' _ t. • - . ' 2� '~ • . ,, .� 8-16, � . .
� � . � � ^�v. � _ _ .. . •:��`•' � i , . � -� ,
-� O. : __. . . s." 's` `~,rt.� :ti: •.."��.:{ � r..� __ ..
. d, _ . ` .:y3`- . , • .- . ' • . . '
. a ' ' ' . � " ; _ i . - . � , ' _ . r.��; �� :�.ti• - . . •13, iS ' . .
. . � -f • •J� _' ' -f'�Y- • ~ �.. e_ .. - _ _ . • _ " ' � - � � , � �'...N Y :i _ .
-�r a �� -• . ' Teu''_. - .=_'_"-•^ _- ���` ,�,� '� r. ` ' ' . _ ?'i� ... .
. .� .. _ - __i_.,, .:�:.:e' __ . -._ --' - �"�a�.. :� .. _ . `� ���. ' ', � .. . . - . , :�. ' .
� fiCO t2P+�FL•�� � �+ •_._..._. _.T•• `A Y-: --_' _ - ' J, ��,,,r , "��' n •��y�r 1
. �I .i _"..'_ �-.. ' .. r'��y .._ _ _- • . _ .,�'�' . . ... . . _ .
�-� r � _ _ � .�.. . �� _.. � 1r•
� r.r �.,; r' p' � -17
I _ - - _.- - x � _.. � . .. - - " . . ' - ' - -• � . .. _ '
A?PRDXlMATE SC.41.F �-"r �� � U' � .��p "" � � , p �r . �.1 �.
� . -' - _ �5�... - r'Q aFe�.�'r4tsx""'��i����+,�� - I � ~��� � s ��}'.: 4 � � . " ki.., . .
�E���vo: - _... , ".y __ _ Y , _ ... _ .�.. � .� ; �
• „ r;,,-.. ,'• . �-. - T'- s_�a .
� BOflTkg �..PC�fD13 ,-•__r�._ i: • v..�.� , . . . . ' ' .�. . .. . �,� � .- .. ' � � 1` , '
• � _ . �� � . i..,, r
Not Drilled due to A�ness Iss�es �••
Proposed Sevuer Line {18' Bonng Depth} . .. : . - ^ �� = '; - �-.._. -_-- - '�` =�r' ""3^���.- _�,.� .� ~' • ^'e
- _ !�P:!. �.��.:�n .T~ ;i,• ' ..� i�y�• 1 . ^(-, 'i
_, � �. Praposed Water Line t12` BOf3i1g �@�7th] aLP WEATFFERFGRfI RQAD_r — . �=r�- -- a � . • - -, • :�. .
- - � •. • .. : ^.' .;� n: �
•�� �- .',r •�'J'�.::'�'•'�''� - ..�. _�. ��� :;,;�a..� �••��....df:�f.•,• . -. - �•`
- -. Proposed Sewer Line �25' 8oring �epth] . - � - :r:;' . ,� . , r ' � :r TM r �
. . -- ,. _ !y� j � - • ��a .^ S�URCE:•G60GLE EARTI�, 2�R5: II�IAGERY OnYE: 2i28.�2025��
w�... ui� -- -i.�ri Y r'sf- ,r r- i`riSn��.- '
��� PLAN �F B�RINGS
�ffsite 5ewer & Water Lines
E�lerhee Walczak, Inc. Walsh Ranch
�WI Praject Na. LH257722 Aleda, Texas
Ellerhee-Wal�zak, Inc.
4501 Broadway A�enue
Naltom City, Texas 76117
7elephone: 81 i-759-9999
Fax: 817-75�-1888
CLI��iT VLMC.In�.
PRO.IECT NUMBEFi LH25TT2ZB
[7ATE START�l7 4115125 CQMPLETED 4J15125
DRILLIN� METHQD Corrtinuous Fliqht Auuer
NQ7ES Water Line
MATEFZ3AL aESCRIP�ION
�idW�i Cla]I
B�RENG NIJMBER B-'19
PAGE 1 OF 3
PRDJECT NAME Praposed Offffsite Sewer & Wafer Lines
PR�JECf E.00ATIDN Walsh Ranch. Aledo. 7'X
GROUNE] ELEVATIQN NIA
GRQ[JNO WAT�R LEIIELS:
A7 71ME OF DRlLLING pry
AT END flF i]EiI�LIIVG ory
AFTER aRiE.LlNG ---
� AT"�RB�RG �
� q �
} m Y , � w � _ _IMlrS �
� �lL LL C F �� � �
W a°� �i H� p� �� Q^
� N N�a=i�, w � a rI3 �_ U� Vo
�� m ��0. 3� � �a �� �� �� w
a z
z'ra�[1� o. iT
5T P=4.�+
S7 P= Q.S+ 19 5'[ 29 36
Tan sifty clay
- with limestone fragments
7an limestone
s t � = a.5+
' TH❑ T=�.���i�aa
AlJ
i'HC] T = 1.25"11 pQ
AU
THD T = 1.0"11 �0
AU
TFiD T = 1.25"Ii 0fl
Bottom of hale at 2D feet.
FIGURE 2
C]
�� ��
nV �a
�
0
Ellerbee-Wal�zak, InC.
4501 Broadway Avenue
Haltom City, Texas 76117
Te[ephone: 817-759-9999
�ax: 817-759-1888
C�IE�VT VLMC. �nc.
PR�.1�CT NIJMBER LHZ57T�2B
DATE 5TARTEO 312fi�25
�OMPLETED 3128l25
DRILLING METH�D Corrtinuaus Fiiqht Auaer
NOTE5 Water Line
2 �
z�
❑.
w� �4
❑ �
0
MATERIAL �ESCRIPTIQI�
�ar�C brown cEay
BQRING NUMBER B-�8
Pac� � a� �
PRn.IECT NAME Proqas�d +�ffsite Sewer & Water Lines
PROJ�C7 LQCAT�ON Walsh Ran�h. Afedo. 'Tx
GRpUN[] ELEVATIbN N1A
GRQLJIYD WATER f.EVELS:
AT TEME OF DRiLLINCs �ry
AT ENC] O� []RILLING Dry
A�R o�i�un�� ,..
�' AT"�RBERG �
� m . � � IMI7:' u�i
OLL � C �^ �~ I_^ �
--� N y�= y� � R (�/1 L!J � H F- H L} w � v
� o� �� aa � Dz (�'�� �� Na u�
� m ��� �� o �a �,-� �� �� z
z�n:�r�a a �
5T P = A.25
ST P= 4.5+ 27 6A 24 40
7an fimes#on�
T�I l� T= 2. 5"13 Oq
Al!
THp T = 0.75"f100
G�ay lir�estone
- wsth shaie layers
AU
�'HD T = 7.p"1'f �0
AU
TH� 7 w 1.25"116p
6ottam af hole at 20 feet.
FIGURE 3
Eller�ee-Wal�zak, Inc.
4501 Broadway A�enue
Haltom City, Texas 7611i
Telephon�: 8'I 7-759-9999
Fax: 817-�59-1888
GLI�NT VLMC, inc.
PRD.iECT NUMBER LM2577228
aATE STARTED 3126125 CQMPLETED 31�6125
DRiLLIN� METFkQC1 CorrEinuous Fliqht Aucser
NQ7E5 Wat�r L9ne
U
2
� � � O MATERIAL aESCRIPTIdN
❑ �
0
Tan & brown clay
_ �
- �Tan silty clay
��
_ YJ/
�211 �I171@StOn@
� - with �lay seams
14
15
!
E
`
II` � �
� _ _
� 2�
Gray �im�stone
B�ttom of hole at 2D f�et.
BDRlNG NUNfBER B-2'l
RAG� i ❑F 1
PROJECT NAME Proqossd DFFsite Sewer � Water Lines
PRDJECT �DCATIQN Walsh Ranch. Aleda. TJC
�r�nu�o E��ATian� ruA
��vuNo wAr�� �.�vE�s:
AT TIMB dF bRILLING Dry
AT ENa OF pRILLING Dry
AFTER ORILLIHG --
N ATERBERG �
� � � � o !l11EITC �
C u' LL � � --• � ~ } �
� � U �-�
� 3�� �' aa } � p� �� �� �� a�
I u��i m=' ��� � �� �� gJ �� �
� z'ras��� a i.�.
5T �=4.5+ 1p 62
5T P = 4.5+
T�� T = �a.o�r� ao
ALi
THD T= 1.25"r�oa
AU
TH� 7 = 0.5"1100
AU
THf] T = 0.25"11 Dp
FiGUR� a
Ellerbee-Walczak, Inc.
45Q7 �roaduway A�enue
Haltam Cify, Texas 7fi11 i
Teiephane: 817'-759-9999
Fax: $� 7-759-1888
CLfENT VL.MC.Inc.
k�RQJEGT NUMBER LH�577�28
DATE STARiEp 3128125 COMPLETED 312fi125
aRILLIIdG M�THnD Continuous Fliaht Auaer
NQTES Water Li ne
U
2
�� �O
aY ��
C7
0
MAl'ERIAL []ESCRIPTIaN
T�II & �71'pWfl 511ty Cla]I
B�RlNG NLJMBER 8-22
PAGE 1 pF 1
PRD.JECT NAME Propased QfFs9te Sewer & Water Lines
PRD.JECi LOCAT[�N Walsh Ranch, Aieda. Tx
GR�UN[� ELEVATIOH NIA
GRflUNa WA'f�R LEVEf_,S:
AT TIME OF C1RILLING �ry
AT EPIi! ap l7RlLLING �ry
AFTEFt L�RILLING --
'� ATTERB�RG F'
� m , � �y,� o LfMITS _ �
oLL � � �'� �� � �
a �yinU] � N � � Ce. UJ� �H F"'H %'�w �o
� o����.rs_ �„ D� p� N`� �jd m
[¢!J �q��0i p �O �� g--i �� Z
m_��.. �
��iiixr�� a u.
ST P=4.5+ 8
ST P = 4.5+
Tan lim�stone
' THQ r = s.���i�aa
AlJ
THQ T= �.5"19D�
�ray limestone
- with shale searr�s
AU
THO T = 1.0"1100
AU
TNp 1"=0.25"1700
Bottom of hole at 20 feet.
FIGL�RE 5
Eller�ee-Walc�ak, Inc.
45fl 1 Broadway A�enue
Halto�n City, Texas 76� 17
Telephone: 817-759-9959
Fax: 817-i59-1888
CLIENT V1.NEC.Inc.
PRO.lECT lVi1MBER LH25772ZB
�ATE STARTE� 3�25125 COMPLETE❑ 3126125
DRILLING METFiQp CCrrtinuous Fliqht Auper
N�TES Water Line
MATERIAL dESCRIP710[V
Qark brown clay
B�RING NUMBER B-23
PAGE 1 pF 9
�R�.IECT Id1�ME Proposed �fFsite Sewer & Water Lines
PFiO.IECT LQCATI�N Walsh Ranch. Aiedo. TX
GRfliII�Q ELEVA7I�N NIA
GROLlN� WAiER LEVELS:
AT TtNiE QF []RiLLiMG Ory
AT EN� pF DRILLING Qry
AF�R ORILLING -�
�' ATT�RBERG �
� m � lil v �LlMITf �
�` o � �` � � .-� j �"' � �
JJ ����y`m ��' �w p~ r~ Ul�i] QV`--�-
N N �
� Q .0 = � ad } Q Z � � � � � � �
N ����;a � �� JJ a� �� z
ara�ur� a ii
ST P = 4.5+
5i F = 4.25
5T P= 4.5� 2fl 45 22 23
Tan silty clay
- with �alcareous fragments
5T P = 4.5+
5T P = 4.0 14
Tan fimestor�e
AU
' TH❑ T = 3.5"liQ6
Au
TH� T = Q.5'Y100
Battom of hale at 2Q feei.
FkGURE 6
U
a � a [9
u� -- � D
� ,n
6 �
Efler�ee-Walczak, In�.
45�1 Broadway A�enu�
Haltom City, Texas 76117
Telephon�� 817-759-9999
F'ax: 817-759-1888
CLI�N7 VLMC.Inc.
F'RD.IECT NkJMBER LFi25772?,�
aATE STARTE� 4J9125 C[]M��ET�O 419125
ORlLUNG ME7MDa Cvntinuous Flidht Auaer
N�TES Water Line
� U
Z �y
�� d
a� ��
C7
fl
MAT�RIAL DESCRIPiI�N
Browt� clay
- with €imesto�se fragments
B�RING NUMBER B-24
PAC,E 1 oF �
PRDJECT HAME Proqosed pffsite Sewer � Water L[n�ss
PRD.IECT LOCATiaN Walsh Ranch. Aleda, iX
Gi�flL1Nd ELEVA71pH N!A
GR�UHQ WATER LEVELS;
A7 7fME OF CIRILLIHG Ory
AT EN� OF ORILLING pry
A�7ER DRILLIHC+ --
y ATTER6ERG �
a �° iu o LIMlT� �
� Q � �- � � � � � Z
a ���� ai �� �F �� �Y- V W po
� �r���-�- � O� �� � Na uy
� �, �F� �� o �o �� �� g? z
z r Ei: � r� � a. u.
1 5T P = �.�5
ST P= 4.5t 13 43 22 21
Tan limestan�
' THI7 T = 3.Q"It40
Alf
iH� T = 1.5"I1�Q
Gray limestone
AU
TH� T = 3 .0"Ii 0�
II�
� _��ry
8attom of hole at 2fl feet.
AU
THO T = 0.75'Y10fl
Fi�u�E r
Eller�ee-Walczak, f�c.
4541 Sr�adway Avenue
Haitvm City, Texas 75117
Telephone: 8 �'T-759-9999
�ax: 817-759-� 888
CLIENT VLMC.Ir�c.
P�O.lECT NUMBER LM2577228
DATE 3TART�D 4J9125
COMPL�7EQ 419125
DRILLING METHOp Corrtinuous Flipftt Ausrer
NQiE5 Water Line
U
a� aC9
d� ��
C7
Q
f� Brawn clay
MATERIAL []ESCRIPTIQIV
Brown c[ay
- with limestane seams
Tar� limesfone
B�RINC NUNIBER B-25
i PAGE 9 aF 1
PRO,lEC7 NA@NE Pranaseci OfFsite Sewer 8� Water Lines
PR�JECT LOCATIQN Walsh Ranch. Aledo. T7{
GROUNo ELEVATIQIV NIA
GRDU�Ip WATER LEV�LS:
AT TIME dF bRILLENG pry
AT EMD �F pRILLING Dry
AFTER I]RILLIAIG ---
� � 3 AT�EF2BERG �
I � m ' � � W � �MITS W
a ii �� �,., � F- � Z
ut ��v'... y� ��i H� C]�, �F„ F}� O�
� �.�cUna �� �� �g UFi� �� ��.
Q �c°aY� � GQ �,J �J �� uk
u] ~..aq ❑ U d �J"� �
2�a[�Cf� � 1i
ST P= 1.75 34 61 23 38
ST P = 4.5+
T�t❑ 7 = 3.5�°r�ao
AU
' THD T = 2.a"1100
Gray limestone
AU
TFip T = 1.25"I� 0�
AU
TH� T = q.75"�� o0
Battom of hole at 2a feet,
Fi�u�� a
Ellerbee-Walcza�C, Inc.
4501 Broadway A�en�e
Haltam City, Texas T�� 17
Teleph one: 817-759-�999
Fax: $17-759-1$$8
CLIENT VLMC.Inc.
PROJECT AEIJMS�R LH257722B
�ATE S7ARTE�] 4l15l25
CQMPL.�TED 411512�
DFt1LL9AiG M��'H00 Cantinuous FliahtAuaer
PfOTES Water Line
U
d� ��
u.� -�' � �
4 �
�❑
MATERlAL DESCRIPTIpAE
Dar�C hrown clay
Tan limestone
BQRING NUMBER B-�7
PAG� 9 QF 1
F'ROJECf l�EAME Rroqosed OfFsite 5ewer $� Water Lines
PROJECT LOCATIC]iV Wa4sh Ranch. Aledo, iX
Gi�Ol1ND �LEVATf�hl NIA
GRQU�VD WATE� LEVELS:
AT TIME �F DRILLII�G Qry
AT EMO OF �FtILLING pry
AFTER aRILLI1dG ---
N AT-ERBERG �
� -�° , � � � _IMITS �
a ii � _ � � ]� ~
= y �j � � N V � �.L {�i W � � � F' V x a
Q �mn�a� �`� � �� �� F� U�.
o � � � — g [+] N
� m ��� 7� n �� �J a� g� �
ZF-0.CCC3CC � LL
ST P W 4.5+ 15
5� F' � 4.5+
' 7H❑ 7=2.i25'Y90d
AlJ
TH❑ T = 1.0"l100
Gray limestone
A�1
TH❑ �' = a.75"l100
AU
THD T=p,5"I1Qp
Sottam of hole at 2fl feet.
Fi�uRe s
Ellerbee-Walczak, Inc.
45�1 8roadway A�enue
Haltom City, Texas 761 � 7
Te Eephone: 817-759-9999
Fax: 817-759-1888
CLIENT VLM�, inc.
PRQJECT NIJMBER LH2577228
DATE57ARTED 4115l25 C�MPLE7ED 4175125
DRILLING METFEDD Carriinuous Ffipht Auper
N�TES Water Line
MA"I'ERIAL DESCRlPTIpN
6rown �lay
- with limestone fragments
BflRING IdUM6ER B-�8
PAGE 1 QF 1
PR�.IECT NAME Pronnsed Offsite Sewer $� Water L.ines
PRfl.IECT L�CAi'IDN Walsh Ranch, Aledo. 7](
GRflUN� ELEIIWTiiQN N1A
GROU�[� WAT�R LE11�L5:
AT TfNEE QF DRILLiNG i3N
AT EHII DF �RILLING �ry
AFr��z oRi�.��r�� �-
� �y A�"ERBERG �
, � � � _IM1T� �
�i +' a �
H
J N�N 71�i 61 �� N� p� �'~ Uii� �p
�¢ m�omYo � �Q �� �� �� w
uS f-� �[7 ❑ U a g— z
�F0.LYClCC Cl. ILL
ST P = 4.5+
ST P � 4.5+
ST P= 4, 5+ 9 38 17 2'E
Tan limestone
THd T = 4.875"!9 �fl
AU
' THD T = 1.5"l10Q
Gray limestone
AU
tTH❑ T= 0.75"I1�6
AU
�THE7 i=0.5'Y700
Baitom of hale at ZQ feet.
FIGURE 1�
U
a� a�
�v �p
C7
fl
�Ilerbee-Walczak, Inc.
45Q1 Braadway Av�r�u�
Haltom City, Texas 7611 T
'Telepharte: 817-759-9939
Fax: 817-759-1$$8
CLIENT VLMC.Inc.
PfiO.iEC7 NUMB�R LH2577228
I]ATE STARTED 41'f5125 CaMPLETED 4115125
�RILLlNG METHOD Cor�tinuous Fliqht Aucser
NQ7E5 Water Line
T V
�
d � 0' Q
Q v � J
LJ
0
1�
15 "T
20
MATERIAL QESCRIPTION
��'QWiI Clay
Tan fimestone
Gray limestone
Bvttorrt of hnle at 2Q feet.
BORING NUMBER B-29
PAG� 1 OF 1
PRO,lEC7 NAPI�E Pr000sed DfFsite Sewer & Water Lines
PR�JEC7 L�CATiON Walsh Ftanch. Aledo. Tx
GRQUNI7 ELEVATfOPI N1A
GROUND WATER L�VELS;
A7 7iN[E OF DRIL.LII�G []ry
A7 END OF Di31LLING pry
AF7ER oRILLING �
� 3 AT"ERBERG �
� m � w o IMIT� w
F aii � � �.-, �� � Z
� N�`= �� � � fl, rnl�- �M tir r1� d'
� as � i �.0. ], �Z ['�� �a� (~/�� f1]
¢ m ��Q � �p�' p �� �1 �....7.� e�? �
115 3
a�:ac�Oia a Ei
S7 P= 4.5+ 12 37 47 20 75
THf3 T = 9 .5"I10fl
AU
TH�7 'f =1.a"11 p0
AU
TH� T= 1.25"l1�4
�u
TFf ❑ T = 0.5"1'f fl{}
ALJ
�THD T=0.25"11�fl
FlGURE 77
S�IL CLAS5IFICATIDN CHART
CDARSE
GRAINE❑
soi�.s
MpRE THAN 50°/0
OF MATERIAI. IS
LARG�R THAN
Na. 2D0 SIEV�
SiZE
AIIAJDR 0lVISi�NS SYIVIBOLS
GRAVEL
An�o
GRAVELLY
so��s
MORE THAiV 5Q°/a
flF CDARSE
FRACTlON
RETAINE[] pN Nfl.
4 SIEVE
SAN D
allo
sANor
sa��s
MORE THAN 5Q°/o
OF COARSE
FRACTfON
PASSING ON NO.
4 SiEVE
GRAPH LETTER
� � - � w
C�.�An� �,� �'i GtiIV
GRAVELS �� � �� i
�� � �C�
{LITTLE aR ND FINES} o p�� p� (�P
�� � 9� �
GRAV�LS WITH �O � ��[ ��
FINES �p tl� �
a
(A?PI��CIABL� GC
AMOlJN70F FIA1E5}
� �
CL�AN SANDS 5�jjv
�;•;•e :•�
{LITfLE 4R AtQ �IfJES} ::. 5P
SANDS W1TH S�
FINES
�•','..'• •.'.•'•
� 5C
�.
{APPR�CIABLE : �
AIU!(}1J4VT aF FINES]
I�IL
FINE
GRAINED
SDlLS
MaRE THAN 5Q°/o
�F MATEF2fAL iS
SMALL�R THAN
ND. 2n0 SIEVE
51ZE
�
SILTS LE[�UI� LIMiT
P'�� LESS THA1V 50 � CL
��AYS �
= =� DL
SiLTS
AND
CLAYS
L1QUI0 LIMiT �
GREATEft 7'HAH 5Q CH
.aLLIIU, ��: Jl �
.���� oH
;r�"'",j"i,��C, ;l�
HIGHLY ORGRNIC S�iLS �' '`�` `j1' '�+' '
�+ f. .ti +, .+ f. ,ti +,
N!H
PT
TYPICAL
DESCRIPTIDNS
w���-��,o�o ��,w�E�s, �wqv�� -
SAN[] MIXTURES, LIITLE �R iV0
FINES
Pfl�RLY-GRAI7EQ GRAVELS,
GRAVEL - SAND lNIxTURES, LiTTl,E
�R �ID FINES
SILTY GRAVELS, GRAVEL - SAND -
51LT MIXT�JRES
CLAYEY GRAVELS, GRAVEL - SAND -
CLAY MIxTlJf2E5
WElL-GRAQEp SANDS, GRAVELLY
5ANQ5, LlTTLE DR NQ FIN�S
P�flRLY-GRADED SAIVaS,
GRAVELLY SANQ, LITTLE aR NO
FINES
SIL7Y SAI��S, SIhA3� - SILT
MIx7URE5
CLAYEY SAN�S, SANIJ - CLAY
MIXTURES
I�fO�tGF11VIC S1LTS AND VERY FlNE
SANDS, ROCK FLaUR, StLTY OR
CLAYEY FINE SAN�S DR CLAY�Y
SILTS WITH SLIGHT �LASTICI7Y
ItJORGAP�IC CLAYS QF L�W T�
III��DIiJM PLASTICITY, GRAVELLY
CLAYS, SANl7Y C#AYS, SILiY
CIAYS, LEAId CLAYS
DRGANIC SILTS ANo QRGANIC
SILTY CLAYS QF LOW PiASTICtTY
INpRGAI�IC SfLTS, MICACEpUS aR
DIATOMAC��US FlNE SAiVD OR
SIL.TY SaILS
I�I�RGANIC GLAYS �F HIGH
PLASTICITY
DRGANIC CLAYS OF ME�IUM TD
HIGii PiASTiCITY, �RGANIC SILTS
PEAT, HUMLfS, 5WAlIAP 5aIL5 WI7H
HIGH QRGANiC CONTENTS
N07E: ❑LJAL SYMBaLS AR� USE[� Ta IAIDICATE BORDERLIN� SaIL CL/aSSIFICATIOHS
Flgure �z
CITY OF FORT WORTH MORNINGSTAR OFFSITE WATER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJ. NUM. 105640
Revised July 1, 2011
GC-4.04 Underground Facilities
THIS PAGE LEFT INTENTIONALLY BLANK
Prepared for:
F G Aledo Development, LLC
Dean Davis
817.771.8087
F G Aledo – Waterline Corrosivity Report 340305502 1 | Page
Form # 7.5.1.103 Revised 2/7/2017
Rev. Date Editor Status Checked By Approved By
0 05/017/25 S. Cheves Issued to Client M. Rodriguez M. Rodriguez
1 05/23/25 M. Rodriguez Updated Recommendations to approved client
material S. Cheves M. Rodriguez
Morningstar West Point Blvd Evaluation
2025 Soil Resistivity Report
CORRPRO PROJECT NO.: 340305502
Houston Office
6650 Roxburgh Dr. | Houston, TX
713.460.6000 | www.Corrpro.com
Insert photo from project or CP Photo Library. See
STD-008 for requirements.
Prepared for:
F G Aledo Development, LLC
Dean Davis
817.771.8087
F G Aledo – Waterline Corrosivity Report 340305502 2 | Page
Form # 7.5.1.103 Revised 2/7/2017
QUALITY ASSURANCE FORM
Customer Name: F G Aledo
Project Name: Morningstar West Point Blvd. Evaluation 24-
inch Ductile Iron Pipe
Type of Document: Corrosion Control Needs
Assessment
Project Scope of Work:
• Perform pre-design field evaluation and laboratory analysis of soil samples to determine corrosion control
measures to be incorporated into the ductile iron pipe project. Utilize Design Decision Model (DDM) to help
formulate corrosion control recommendations
Referenced Standards for Compliance
• NACE SP0169 – Control of External Corrosion on Underground or Submerged Metallic Piping Systems
Compliance / Criteria Achieved? Current Sources Operational? IR Consideration Available in AIM?
N/A N/A N/A N/A
Assumptions Included in Analysis:
N/A
Corrpro Project Team Name Title Qualifications Date
Field Tech Lead Scott Cheves Corrosion Technologist AMPP/NACE #4551 04/03/25
Report Author Scott Cheves Corrosion Technologist AMPP/NACE #4551 04/24/25
Report Peer Review Marlane Rodriguez Engineering Manager AMPP/NACE #18242 05/06/25
Summary of Conclusions:
• The five (5) samples provided by Corrpro ranged between 11.5 to 31 in the “Likelihood” scale.
• The five (5) samples provided by Corrpro scored 11 to 23 in the “Consequence” scale.
• Based on the corrosive soils, AWWA C105 standard 8 mil LLDPE is recommended for the entire length of the
proposed pipeline (6,200 feet).
Review Completed By:
Name Marlane Rodriguez
Title Engineering Manager II
Qualifications AMPP/NACE #18242
Date May 17, 2025
Prepared for:
F G Aledo Development, LLC
Dean Davis
817.771.8087
F G Aledo – Waterline Corrosivity Report 340305502 3 | Page
Form # 7.5.1.103 Revised 2/7/2017
EXECUTIVE SUMMARY
Corrpro Companies was contracted by F G Aledo to provide a corrosion control needs assessment and corrosion control
design (as required) for the 24” diameter Ductile Iron Water Pipeline in the City of Fort Worth, Texas. Soil resistivity
measurements were taken at a total of 6 locations on the Walsh property and 5 locations on the Brown property along
the waterline ROW at 2.5, 5, 7.5, 10, 15-foot pin spacings using the Wenner 4 pin method. Soil samples were obtained
from 3 locations on the Walsh property and 2 locations on the Brown property using a mechanical auger sampling soil at
a depth of 6 feet.
The Design Decision Model (DDM®) was used as a tool to help formulate recommendations for corrosion control on the
proposed ductile iron pipe. These include:
• Install pipe with AWWA C105 standard 8 mil LLDPE per approved vendor list
Additional recommendations are made for monitoring and maintenance:
• Bonded joints
• A monitoring test station at rechain 0+10
• A foreign pipeline monitoring test station at rechain 29+00
• An isolation joint monitoring test station at 62+20.25
Corrpro Team and contact information:
Bob Little – Reginal Engineering Manager 770-761-5403 (BLittle@azuria.com)
Marlane Rodriguez – Engineering Manager II 713-204-5178 (MRodriguez@azuria.com)
Dustin Bergey – Technical Services Supervisor 713-460-6000 (DBergey@azuria.com)
Malak Alazzawi – Project Manager 832-206-9131 (MAlazzawi@azuria.com)
Scott Cheves – Corrosion Technologist 832-844-9517 (SCheves@azuria.com)
Prepared for:
F G Aledo Development, LLC
Dean Davis
817.771.8087
F G Aledo – Waterline Corrosivity Report 340305502 4 | Page
Form # 7.5.1.103 Revised 2/7/2017
TABLE OF CONTENTS
QUALITY ASSURANCE FORM ........................................................................................................................... 2
1.0 ...... INTRODUCTION ................................................................................................................................................ 5
2.0 ...... DESCRIPTION OF STRUCTURES .......................................................................................................................... 5
3.0 ...... DISCUSSION ...................................................................................................................................................... 6
4.0 ...... DATA AND FINDINGS ........................................................................................................................................ 7
5.0 ...... CONCLUSIONS................................................................................................................................................... 8
6.0 ...... RECOMMENDATIONS........................................................................................................................................ 8
APPENDICES
APPENDIX A: DDM RISK MATRIX
APPENDIX B: SOIL RESISTIVITY DATA
APPENDIX C: SOIL SAMPLE LAB ANALYSIS DATA
APPENDIX D: V-BIO ENHANCED POLYETHYLENE ENCASEMENT FOR DUCTILE IRON PIPE
LIST OF TABLES
Table 1 – Waterline Information ............................................................................................................................................. 6
Table 2 – Soil Sampling LocationsWaterline Information .......................................................................................................... 6
Table 3 – Soil Corrosivity ........................................................................................................................................................... 8
TABLE OF FIGURES
Figure 1 – Soil Resistivity and Soil Sample Locations .............................................................................................................. 5
Prepared for:
F G Aledo Development, LLC
Dean Davis
817.771.8087
F G Aledo – Waterline Corrosivity Report 340305502 5 | Page
Form # 7.5.1.103 Revised 2/7/2017
1.0 INTRODUCTION
Corrpro was contracted by F G Aledo to determine external corrosion control requirements for the planned 6,200-foot
long 24-inch diameter ductile iron water main at Morning Star Development off of Old Weatherford Road in Aledo, TX.
This report presents conclusions and recommendations regarding soil corrosivity impacts along the pipeline route. The
soil corrosivity assessment is based on five (5) soil samples collected and analyzed by Corrpro. The laboratory corrosivity
test data is found in Appendix C.
Corrpro’s corrosion control needs assessment has included the use of the Design Decision Model (DDM®) process. The
DDM® is a risk-based design engineering tool that considers the likelihood of corrosion and the consequences of a failure
in determining optimum corrosion protection requirements for ductile iron pipelines. A risk-based design approach allows
for cost-effective application of the appropriate corrosion control treatment(s), as necessary.
Corrpro Corrosion Technologist Scott Cheves was on site measuring soil resistivity and gathering soil samples on March
12, and April 3, 2025.
FIGURE 1 – SOIL RESISTIVITY AND SOIL SAMPLE LOCATIONS
2.0 DESCRIPTION OF STRUCTURES
The F G Aledo waterline project is 6,200 feet of 24-inch Ductile Iron Pipe.
Table 1: Waterline Information
Pipe Size Length Depth
DIP 24” 6,200 Linear Feet 6-10 Feet
Prepared for:
F G Aledo Development, LLC
Dean Davis
817.771.8087
F G Aledo – Waterline Corrosivity Report 340305502 6 | Page
Form # 7.5.1.103 Revised 2/7/2017
3.0 DISCUSSION
Corrpro’s corrosion control design analysis included the use of the risk-based Design Decision Model (DDM®) to evaluate
soil corrosivity and the consequences of an external corrosion failure. This data is then analyzed to develop specific
corrosion control recommendations for the pipeline.
Five (5) soil samples were taken by Corrpro for analysis, three (3) on the Walsh Ranch and two (2) on the Brown Ranch.
TABLE 2 – SOIL SAMPLING LOCATIONS
Soil Resistivity
Rechain Stations
Soil Sample
Rechain Stations
2+44 2+44
7+50 12+59
12+59 25+00
17+41 38+12
25+00 58+27
28+34
35+03
38+12
42+25
55+51
58+27
Appendix A of this report is the DDM® risk matrix, showing the consequences of failure plotted against the likelihood of
corrosion. Minimum corrosion control recommendations for ductile iron pipe, as shown by the color code on the bottom
of that matrix, are determined from the intersection of the consequence and likelihood “point counts”. The greater the
consequence and/or likelihood point counts (50 point scale), the more conservative the recommendation. The corrosion
control methods range from relying on the inherent corrosion resistance properties of the protective annealing oxide and
asphalt coating included in the standard manufacture of ductile iron pipe, to the use of V-Bio® Enhanced Polyethylene
Encasement, and/or the installation of a cathodic protection system.
Appendix A also shows the results of the DDM®-based analysis for this water pipeline. The upper graph plots the likelihood
of a corrosion failure along the pipeline route, based on the factors included in the DDM®. The middle graph plots the
consequence of failure. The bottom graph melds the likelihood of corrosion data (upper graph) with the consequence of
failure data (middle graph) and shows the recommended corrosion control strategy for ductile iron pipe based on the
output of the DDM® analysis. These recommendations are derived solely from the DDM analysis which addresses soil
corrosivity only.
Prepared for:
F G Aledo Development, LLC
Dean Davis
817.771.8087
F G Aledo – Waterline Corrosivity Report 340305502 7 | Page
Form # 7.5.1.103 Revised 2/7/2017
4.0 DATA AND FINDINGS
Corrpro collected site specific soil resistivity measurements at a total of 11 locations along the F G Aledo ROW at 2.5, 5,
7.5, 10, and 15-foot pin spacings. Soil samples were obtained at 5 locations. The focus for analysis will be on the proposed
depth of the waterline from 6-10 feet.
Soil resistance was measured utilizing the Wenner 4 pin method at each location with pin spacing of 2.5, 5.0, 7.5, 10, and
15 feet. The pin spacing represents the depth the project pipeline will be installed by the information gathered. The values
recorded at this phase represent the average resistance from grade to target depth. Resistivity in
ohm-cm is then calculated using the following formula:
ρ = 191.5 x S x R
Where:
191.5 – Constant used when pin spacing is measured in feet
S – Spacing (ft)
R – Resistance recorded from meter
ρ – Calculated Resistance
The resistivity of the soil at the specific depth is then calculated using Barnes layer method.
RL’ = (RL-1RL) / (RL-1 - RL) x 191.5 x S
Where:
RL’ – Layer resistance at desired depth
RL – Average resistance from surface to desired depth
RL-1 – Average resistance from surface to previous depth
S – Distance between the two depths
Site specific soil resistivity measurements associated with the F G Aledo waterline presented within this document indicate
resistivity values averaging 4,944 ohms-cm at the 5-foot depth and 3,865 ohms/cm at the 10-foot depth.
Table 3, extracted from ASTM Corrosion Tests & Standards, Chapter 32, illustrates the degree of corrosivity associated
when compared to soil resistivity ranges.
Table 3 – Soil Corrosivity
Soil Resistivity (ohm-cm) Corrosivity of Soil
<500 Very Severe
500 - 2,000 Severe
2,000 - 5,000 High
5,000 - 10,000 Moderate
10,000 – 25,000 Medium
25,000 – 50,000 Light
> 50,000 Low
Prepared for:
F G Aledo Development, LLC
Dean Davis
817.771.8087
F G Aledo – Waterline Corrosivity Report 340305502 8 | Page
Form # 7.5.1.103 Revised 2/7/2017
Soil resistivity evaluated along the waterline ROW is classified as having a High degree of Corrosivity. Soil resistivity
information gathered from 11 locations is shown in greater detail within Appendix B.
Soil Sample analysis:
• Clay composition, which is typically a characteristic of high corrosivity.
• The electrical conductivity values were converted to resistivity values for comparison against the saturated
resistivity values obtained from the soil box measurements. The converted conductivity values ranged from 1,000
ohm-cm to 27,000 ohm-cm, with an average of 10,900 ohm-cm. The saturated resistivity values ranged from 1,050
to 7,200 ohm-cm, with an average of 3,150 ohm-cm. Indicating a High to Medium level of soil corrosivity.
• Moisture in the soil has a direct bearing on its ability to conduct electrical corrosion currents. Moist soil diffuses
corrosion products and keeps anodic sites active. Moisture content of greater than 15-20% is indicative of
corrosive soil. Moisture content in the 5 samples was found to range from 11.1% to 21%, with an average of 14.8%.
• The soil pH for the 5 samples averages 6.71 which is slightly acidic. Acidic soils are more conducive to galvanic
corrosion of ferrous materials than alkaline soils.
• Chlorides from the 5 samples are less than 29ppm for the 5 samples. This is below the level that would be
considered significant for possible pitting corrosion. Concentrations of chlorides above 50ppm are significant.
• Sulfates for the 5 samples are below 50ppm and what is considered relevant from a corrosion perspective.
ROW evaluation:
• 2 crossing foreign pipelines were identified at rechain 29+00.
5.0 CONCLUSIONS
The soil along the pipeline route is corrosive to ductile iron piping.
• Soil resistivity measured ranged from Medium to High corrosivity.
• Moisture content of soil indicates it is corrosive soil.
• pH indicates slightly acidic soils, considered corrosive.
• Chloride ion content in the soil was found to in amounts not indicative of corrosion.
• Sulfates identified in the soil was found in amounts not indicative of corrosion.
6.0 RECOMMENDATIONS
Per the output of the DDM®, the subject proposed pipe is recommended to be installed with AWWA C105 8 mil LLDPE
polywrap, per the owner’s specification and approved vendor list.
Corrpro also recommends the following:
• Install a monitoring test station and permanent copper/copper-sulfate reference cell at pipe depth at the
beginning of the line, rechain 0+10, per the 60% drawing submittal.
Prepared for:
F G Aledo Development, LLC
Dean Davis
817.771.8087
F G Aledo – Waterline Corrosivity Report 340305502 9 | Page
Form # 7.5.1.103 Revised 2/7/2017
• Install a foreign crossing test station and permanent copper/copper-sulfate reference cell at pipe depth at rechain
29+00. Monitoring for cathodic interference is considered good practice in the corrosion industry.
• Install an isolation kit test station and permanent copper/copper-sulfate reference cell at pipe depth at rechain
62+20.25 per the 60% drawing submittal. Leads should be attached to each side of the isolation joint. This allows
for monitoring the effectiveness of below grade isolation kit effectiveness.
• Consider joint bonding of the waterline joints utilizing 2 x #4 HMWPE cables, attached to each side of the pipeline
joint, below the polyethylene encasement. Joint bonding is a minor expense that can facilitate the addition of
cathodic protection in the future should it ever be required.
Detail drawings for the above 2 recommendations can be provided upon authorization of the remaining scope item under
signed proposal SO-00173073.
Prepared for:
F G Aledo Development, LLC
Dean Davis
817.771.8087
F G Aledo – Waterline Corrosivity Report 340305502 10 | Page
Form # 7.5.1.103 Revised 2/7/2017
APPENDIX A: DDM RISK MATRIX
DDM MINIMUM CORROSION CONTROL RECOMMENDATIONSLIKELIHOODOF CORROSIONCONSEQUENCEOF CORROSION1
Recommendations
5
V-Bio® Enhanced
Polyethylene Encasement
with Metallized Zinc Coating,
or
V-Bio® Enhanced
Polyethylene Encasement
with Cathodic Protection
4
V-Bio® Enhanced
Polyethylene Encasement
with Metallized Zinc Coating,
or
V-Bio® Enhanced
Polyethylene Encasement
with Life Extension Cathodic
Protection
As manufactured with shop
coat
2 V-Bio® Enhanced
Polyethylene Encasement
3
V-Bio® Enhanced
Polyethylene Encasement,
or
V-Bio® Enhanced
polyethylene Encasement with
Joint Bonds
5
10
15
20
25
30
35
40
45
50
5
10
15
20
25
30
35
40
45
50
5 101520253035404550
5 101520253035404550
C
O
N
S
E
Q
U
E
N
C
E
L I K E L I H O O D
DDM® 2D-Matrix
0
10
20
30
40
50
60
2+44 8+02 13+61 19+19 24+77 30+36 35+94 41+52 47+10 52+69 58+27
POINTSSTATION NO.
0
10
20
30
40
50
POINTS1
2
3
4
5
SCORE
REDOX POTENTIAL [mV]LIKELIHOOD FACTORS RESISTIVITY [Ωcm]CHLORIDE ION CONCENTRATION[ppm]MOISTURE CONTENT [%]pH-200
-100
0
100
200
300
400
500
600
6
6
6
6
7
7
7
7
0
5
10
15
20
25
0
5
10
15
20
25
30
10
100
1K
10K
2+44 8+02 13+61 19+19 24+77 30+36 35+94 41+52 47+10 52+69 58+27
STATION NO.
DDM (used)
Prepared for:
F G Aledo Development, LLC
Dean Davis
817.771.8087
F G Aledo – Waterline Corrosivity Report 340305502 11 | Page
Form # 7.5.1.103 Revised 2/7/2017
APPENDIX B: SOIL RESISTIVITY DATA
CLIENT: F G Aledo Development, LLC JOB NO.:
LOCATION: Walsh Ranch and Brown Ranch
INSTRUMENT USED: M C Miller Scott Cheves DATE: 3/3/2025 - 4/3/25
4-PIN SOIL RESISTIVITY DATA BARNES PROCEDURE FOR SOIL RESISTIVITY BY LAYERS
Location Pin Spacing Measured
Resistance Multiplier Calculated
Resistivity
Station
Number Latitude Longitude Conductivit
y (MHOS)
Conductivity
Change
Resistance
Change
Layer Thickness
Factor
Layer
Resistivity
Soil Layer Range
From Surface (FT)
2.5 1.70 10 8139 0.059 0.059 17.000 478.8 8,139 0 TO 2.5
5.0 6.00 1 5745 0.167 0.108 9.273 478.8 4,439 2.5 TO 5
7.5 2.90 1 4165 0.345 0.178 5.613 478.8 2,687 5 TO 7.5
10.0 1.80 1 3447 0.556 0.211 4.745 478.8 2,272 7.5 TO 10
15.0 1.30 1 3734 0.769 0.214 4.680 957.5 4,481 10 TO 15
2.50 2.10 1 1005 0.476 0.476 2.100 478.8 1,005 0 TO 2.5
5.00 1.40 1 1341 0.714 0.238 4.200 478.8 2,011 2.5 TO 5
7.50 1.20 1 1724 0.833 0.119 8.400 478.8 4,022 5 TO 7.5
10.00 1.10 1 2107 0.909 0.076 13.200 478.8 6,320 7.5 TO 10
15.00 0.80 1 2298 1.250 0.341 2.933 957.5 2,809 10 TO 15
2.50 7.20 1 3447 0.139 0.139 7.2 478.8 3447.0 0 TO 2.5
5.00 5.00 1 4788 0.200 0.061 16.4 478.8 7834.1 2.5 TO 5
7.50 4.80 1 6894 0.208 0.008 120.0 478.8 57450.0 5 TO 7.5
10.00 3.50 1 6703 0.286 0.077 12.9 478.8 6186.9 7.5 TO 10
15.00 2.50 1 7181 0.400 0.114 8.8 957.5 8378.1 10 TO 15
2.50 4.20 1 2011 0.238 0.238 4.200 478.8 2,011 0 TO 2.5
5.00 3.30 1 3160 0.303 0.065 15.400 478.8 7,373 2.5 TO 5
7.50 2.60 1 3734 0.385 0.082 12.257 478.8 5,868 5 TO 7.5
10.00 2.20 1 4213 0.455 0.070 14.300 478.8 6,846 7.5 TO 10
15.00 0.40 1 1149 2.500 2.045 0.489 957.5 468 10 TO 15
2.50 2.10 1 1005 0.476 0.476 2.100 478.8 1,005 0 TO 2.5
5.00 1.40 1 1341 0.714 0.238 4.200 478.8 2,011 2.5 TO 5
7.50 1.00 1 1436 1.000 0.286 3.500 478.8 1,676 5 TO 7.5
10.00 0.80 1 1532 1.250 0.250 4.000 478.8 1,915 7.5 TO 10
15.00 0.40 1 1149 2.500 1.250 0.800 957.5 766 10 TO 15
2.50 2.90 1 1388 0.345 0.345 2.900 478.8 1,388 0 TO 2.5
5.00 2.10 1 2011 0.476 0.131 7.613 478.8 3,644 2.5 TO 5
7.50 1.60 1 2298 0.625 0.149 6.720 478.8 3,217 5 TO 7.5
10.00 1.40 1 2681 0.714 0.089 11.200 478.8 5,362 7.5 TO 10
15.00 1.00 1 2873 1.000 0.286 3.500 957.5 3,351 10 TO 15
2.50 5.50 1 2633 0.182 0.182 5.500 478.8 2,633 0 TO 2.5
5.00 2.30 1 2202 0.435 0.253 3.953 478.8 1,893 2.5 TO 5
7.50 1.60 1 2298 0.625 0.190 5.257 478.8 2,517 5 TO 7.5
10.00 1.20 1 2298 0.833 0.208 4.800 478.8 2,298 7.5 TO 10
15.00 1.00 1 2873 1.000 0.167 6.000 957.5 5,745 10 TO 15
2.50 2.10 1 1005 0.476 0.476 2.100 478.8 1,005 0 TO 2.5
5.00 2.00 1 1915 0.500 0.024 42.000 478.8 20,108 2.5 TO 5
7.50 1.30 1 1867 0.769 0.269 3.714 478.8 1,778 5 TO 7.5
10.00 1.20 1 2298 0.833 0.064 15.600 478.8 7,468 7.5 TO 10
15.00 1.00 1 2873 1.000 0.167 6.000 957.5 5,745 10 TO 15
2.50 2.80 10 13405 0.036 0.036 28.000 478.8 13,405 0 TO 2.5
5.00 7.80 1 7469 0.128 0.092 10.812 478.8 5,176 2.5 TO 5
7.50 3.50 1 5027 0.286 0.158 6.349 478.8 3,040 5 TO 7.5
10.00 2.50 1 4788 0.400 0.114 8.750 478.8 4,189 7.5 TO 10
15.00 0.60 1 1724 1.667 1.267 0.789 957.5 756 10 TO 15
2.50 3.80 10 18193 0.026 0.026 38.000 478.8 18,193 0 TO 2.5
5.00 2.30 10 22023 0.043 0.017 58.267 478.8 27,895 2.5 TO 5
7.50 9.20 1 13214 0.109 0.065 15.333 478.8 7,341 5 TO 7.5
10.00 5.20 1 9958 0.192 0.084 11.960 478.8 5,726 7.5 TO 10
15.00 4.00 1 11490 0.250 0.058 17.333 957.5 16,597 10 TO 15
2.50 2.60 1 1245 0.385 0.385 2.600 478.8 1,245 0 TO 2.5
5.00 2.50 1 2394 0.400 0.015 65.000 478.8 31,119 2.5 TO 5
7.50 2.30 1 3303 0.435 0.035 28.750 478.8 13,764 5 TO 7.5
10.00 1.30 1 2490 0.769 0.334 2.990 478.8 1,431 7.5 TO 10
15.00 1.10 1 3160 0.909 0.140 7.150 957.5 6,846 10 TO 15
Brown
Ranch 8 38+12 32.75855 -97.56863
Brown
Ranch 11 58+27 32.76187 -97.56399
Brown
Ranch 9 42+25 32.75892 -97.56749
Brown
Ranch 10 55+51 32.76172 -97.56489
Walsh
Ranch 6 28+34 32.75822 -97.57161
Brown
Ranch 7 35+03 32.75843 -97.5696
Walsh
Ranch 2 7+50 32.75749 -97.57834
Walsh
Ranch 5 25+00 32.75799 -97.57269
Walsh
Ranch 4 17+41 32.75743 -97.57512
Walsh
Ranch 3 12+59 32.75746 -97.57666
Walsh
Ranch 1 32.75748 -97.579972+44
SOIL RESISTIVITY MEASUREMENT INFORMATION
340305502
DATA BY:
Prepared for:
F G Aledo Development, LLC
Dean Davis
817.771.8087
F G Aledo – Waterline Corrosivity Report 340305502 12 | Page
Form # 7.5.1.103 Revised 2/7/2017
APPENDIX C: SOIL SAMPLE LAB ANALYSIS DATA
SAMPLE SAMPLE MOISTURE pH CHLORIDE SRB SULFATE CONDUCTIVITY RESISTIVITY RESISTIVITY Redox Potential SAMPLE
ID DESCRIPTION %ppm Presence ppm µmhos/cm ohm-cm As Rec'd ohm-cm Saturated mV TYPE
2025-42 2 + 44 11.10 6.62 <29 No <50 329.0 27,000 7,200 N/A Light Brown/Tan, Sandy
Clay Soil. Rock
2025-43 12+ 59 11.66 6.80 <29 No <50 198.0 15,000 3,200 N/A
Light Brown/Tan, Sandy
Clay Soil, Rock and some
organics
2025-44 25 + 00 21.11 7.19 <29 Trace <50 321.0 1,400 1,050 N/A
Dark Brown, some white
spots, Dense Clay, some
organics
The Conductivity is for the saturated soil extract in a slurry and it is measured using conductivity probe.
The Resistivity is for the soil and it is measured using soil box and resistivity meter.
The Sulfate and Chloride is for the saturated soil extract in a slurry (soil:water 1:4).
JOB #: 340305502 DATE OUT: 3/28/2025
QA--0016 LABORATORY ELECTROLYTE ANALYSIS
CLIENT: F G Aledo ENGINEER: S Cheves
PROJECT: 2025 Soil Lab Analysis TECHNICIAN: JG
OFFICE: 34040 DATE RECEIVED: 3/24/2025
SAMPLE SAMPLE MOISTURE pH CHLORIDE SRB SULFATE CONDUCTIVITY RESISTIVITY RESISTIVITY Redox Potential SAMPLE
ID DESCRIPTION %ppm Presence ppm µmhos/cm ohm-cm As Rec'd ohm-cm Saturated mV TYPE
2025-66 38 + 12 16.33 6.56 <29 Trace <50 385.2 3,100 1,450 N/A Dark Brown/Black, Loamy
Clay
2025-67 58 + 27 13.83 6.42 <29 Negative <50 300.6 8,000 2,850 N/A Brown, Loamy Soil, some
organics
The Conductivity is for the saturated soil extract in a slurry and it is measured using conductivity probe.
The Resistivity is for the soil and it is measured using soil box and resistivity meter.
The Sulfate and Chloride is for the saturated soil extract in a slurry (soil:water 1:4).
JOB #: 340305502 DATE OUT:4/10/2025
QA--0016 LABORATORY ELECTROLYTE ANALYSIS
CLIENT: F G Aledo ENGINEER: S Cheves
PROJECT: 2025 Soil Analysis TECHNICIAN: JG
OFFICE: 34030 DATE RECEIVED: 4/8/2025
Prepared for:
F G Aledo Development, LLC
Dean Davis
817.771.8087
F G Aledo – Waterline Corrosivity Report 340305502 13 | Page
Form # 7.5.1.103 Revised 2/7/2017
APPENDIX D: POLYETHYLENE ENCASEMENT FOR DUCTILE IRON PIPE
POLYETHYLENE ENCASEMENT
STANDARD SPECIFICATION FOR DUCTILE IRON PIPE
POLYETHYLENE ENCASEMENT
PART 1 GENERAL
1.01 SECTION INCLUDES
A. Polyethylene encasement that may be part of the corrosion protection system as indicated in Summary of Work.
B. Specifications for materials and installation of polyethylene encasement for pipe, valves, fittings, and other
appurtenances in ductile or cast iron systems.
1.02 MEASUREMENT AND PAYMENT
A. Unit Prices. No separate payment will be made for polyethylene encasement. Include cost of polyethylene
encasement in unit price for pipes and fittings to be encased.
B. Stipulated Price (Lump Sum). If the Contract is a Stipulated Price Contract, payment for work in this Section is
included in the total Stipulated Price.
1.03 REFERENCES
A. ASTM D 149 – Standard Test Method for Dielectric Breakdown Voltage and Dielectric Strength of Solid Electrical
Insulating Materials at Commercial Power Frequencies.
B. ASTM D 882 – Standard Test Method for Tensile Properties of Thin Plastic Sheeting.
C. ASTM D 1709 – Standard Test Methods for Impact Resistance of Plastic Film by the Free-Falling Dart Method.
D. ASTM D 1922 – Standard Test Method for Propagation Tear Resistance of Plastic Film and Thin Sheeting by
Pendulum Method.
E. ASTM D 4976 – Standard Specification for Polyethylene Plastics Molding and Extrusion Materials.
F. ANSI/AWWA C600 – Standard for Installation of Ductile-Iron Water Mains and Their Appurtenances.
G. ANSI/AWWA C105/A21.5 - Polyethylene Encasement for Ductile-Iron Pipe Systems.
Prepared for:
F G Aledo Development, LLC
Dean Davis
817.771.8087
F G Aledo – Waterline Corrosivity Report 340305502 14 | Page
Form # 7.5.1.103 Revised 2/7/2017
1.04 SUBMITTALS
POLYETHYLENE ENCASEMENT
STANDARD SPECIFICATION FOR DUCTILE IRON PIPE
A. Product Data: Submit product data for proposed film, and tape or plastic tie straps for approval. All film to be used
in accordance with this standard specification shall be manufactured from virgin polyethylene, shall not be
recycled and shall be purchased new for the project, clean, sound and without defects.
B. Samples: Submit samples of polyethylene tube and/or sheet for approval. Provide one sample of tube for each
pipe diameter and one sample of each sheet material to be used. Samples shall be a minimum of 40 square feet
of standard production material.
C. Quality Assurance Plan: Submit quality assurance plans for film manufacturing and field application.
a. Film Manufacturing: The manufacturer of polyethylene film for corrosion protection encasement of ductile iron
pipe shall have a verifiable quality control system to assure that film is produced from only virgin polyethylene and
that it complies with all requirements of this specification. Documentation of Quality Control procedures and test
results shall be submitted and shall be made available for inspection for at least one year. A current ISO certificate
may be used in lieu of other quality control documentation.
b. Field Application: The contractor shall develop, and submit for approval, a comprehensive Quality Assurance Plan
for installation of polyethylene encasement. Address all aspects of material and pipe handling, bedding, preparation
of pipe surface, film installation and anchoring, service taps and backfill. Include written procedures to be used by
installers.
A. Manufacturer’s Certification: Submit polyethylene film manufacturer's certification of compliance with this
Section The polyethylene film manufacturer shall provide a notarized statement from an officer of the company
that the film meets the inspection and all applicable material specifications of this specification. The
manufacturer’s statement of compliance must be verifiable. Statements from distributors or contractors shall not
be accepted in lieu of a statement from the original manufacturer of the polyethylene film.
B. Installer Qualifications: Polyethylene encasement shall only be installed by qualified persons who have been
trained in the proper procedures described in Part 3 of these specifications.
C. Qualified Persons: Qualified persons shall be those that have had training and experience in the installation of
polyethylene encasement for corrosion protection of ductile iron pipe. Such persons may be qualified by the
Ductile Iron Pipe Research Association, ductile iron pipe manufacturers or engineering/inspection firms who offer
training courses in the proper method(s) of installation. Proof of qualifications shall be submitted with the shop
drawings and shall be provided to project inspectors upon request.
Prepared for:
F G Aledo Development, LLC
Dean Davis
817.771.8087
F G Aledo – Waterline Corrosivity Report 340305502 15 | Page
Form # 7.5.1.103 Revised 2/7/2017
PRODUCTS POLYETHYLENE ENCASEMENT
STANDARD SPECIFICATION FOR DUCTILE IRON PIPE
2.01 MATERIALS
A. Polyethylene Film: Tubular or sheet form without tears, breaks or defects, conforming to the following
requirements.
1. High-Density, Cross-Laminated, Polyethylene: High–density, cross-laminated polyethylene film manufactured
from virgin polyethylene material conforming to the following:
a. Raw Material. Raw materials to meet the requirements of ASTM D 4976:
1. Group: 2 (Linear)
2. High-density: 0.940 to 0.960 g/cm3
3. Volume Resistivity: 1015 ohm-cm minimum
b. Physical Properties: Physical properties of finished film to be as follows:
1. Tensile Strength: 6,300 psi. minimum in machine and transverse direction (ASTM D 882)
2. Elongation: 100 percent minimum in machine and transverse direction (ASTM D 882) as measured
using rubber lined grips.
3. Dielectric Strength: 800 volts/mil thickness minimum (ASTM D 149)
4. Impact Resistance: 800 grams minimum (ASTM D 1709 Method B)
5. Propagation Tear Resistance: 250 grams force minimum in machine and transverse direction (ASTM
D1922)
c. Thickness: High-density, cross-laminated polyethylene film shall have a minimum thickness of 0.004 in.
(4 mils).
d. Color: Supply white polyethylene film with a minimum 2 percent hindered-amine ultraviolet inhibitor.
Prepared for:
F G Aledo Development, LLC
Dean Davis
817.771.8087
F G Aledo – Waterline Corrosivity Report 340305502 16 | Page
Form # 7.5.1.103 Revised 2/7/2017
2. Linear Low-Density, Polyethylene: Linear low-density polyethylene film manufactured from virgin polyethylene
material conforming to the following:
a. Raw Material. Raw materials to meet the requirements of ASTM D 4976:
1. Group: 2 (Linear)
2. Density: 0.910 to 0.935 g/cm3
3. Volume Resistivity: 1015 ohm-cm minimum
b. Physical Properties: Physical properties of finished film to be as follows:
1. Tensile Strength: 3,600 psi. minimum in machine and transverse direction (ASTM D 882)
2. Elongation: 800 percent minimum in machine and transverse direction (ASTM D 882) as measured using
rubber lined grips.
3. Dielectric Strength: 800 volts/mil thickness minimum (ASTM D 149)
4. Impact Resistance: 600 grams minimum (ASTM D 1709 Method B)
5. Propagation Tear Resistance: 2,550 grams force minimum in machine and transverse direction
(ASTM D1922)
c. Thickness: Linear low-density polyethylene film shall have a minimum thickness of 0.008 in. (8 mils).
d. Color: Polyethylene film shall be supplied in its natural color, colors including white, black or weather resistant
black containing not less than 2 percent carbon black with a particle diameter of 50 nm or less. A minimum 2
percent of a hindered-amine ultraviolet inhibitor is required for all films other than the weather-resistant black
film with carbon black. Where colors other than natural, white, or black are specified for purposes of
identification, they shall comply with the raw material and physical property requirements of this specification,
shall not be manufactured with pigments containing controlled substances, and shall not degrade under
ultraviolet exposure during storage and while on the project site.
e. Polyethylene Tube and Sheet Size: For push-on joint pipe, polyethylene tube and sheet sizes to conform to the
following:
Prepared for:
F G Aledo Development, LLC
Dean Davis
817.771.8087
F G Aledo – Waterline Corrosivity Report 340305502 17 | Page
Form # 7.5.1.103 Revised 2/7/2017
POLYETHYLENE ENCASEMENT
STANDARD SPECIFICATION FOR DUCTILE IRON PIPE
3. Large Bell Circumferences: Where bell ends of the pipe are larger than the tube or sheet sizes listed
above, use sufficiently large tubes or sheets to cover the joints
4. Marking: The polyethylene film shall be clearly marked every two feet with the following information:
a. Manufacturer's name or trademark
b. Year of manufacture
c. ANSI/AWWA C105/A21.5
d. Minimum film thickness and material type (HDCLPE or LLDPE)
e. Applicable range of nominal pipe diameter size(s)
f. Warning – Corrosion Protection – Repair Any Damage
Letters and numerals used for marking items "a" through "e" shall not be less than 1 inch in height
and item "f" shall not be less than 1 1/2 inches in height.
B. Polyethylene Tape: Provide 1 ½-inch wide, plastic-backed, adhesive tape for fitting and anchoring the
encasement. Acceptable tapes are Fulton No. 355, Polyken No. 900, Scotchwrap No. 50, or other approved
Nominal Pipe Diameter Minimum Polyethylene Width – Inches
Inches Flat Tube Sheet
3 14 28
4 14 28
6 16 32
8 20 40
10 24 48
12 27 54
14 30 60
16 34 68
18 37 74
20 41 82
24 54 108
30 67 134
36 81 162
42 81 162
48 95 190
54 108 216
60 108 216
64 121 242
Prepared for:
F G Aledo Development, LLC
Dean Davis
817.771.8087
F G Aledo – Waterline Corrosivity Report 340305502 18 | Page
Form # 7.5.1.103 Revised 2/7/2017
tape. Fulton Tie Strips are an approved alternative to tape. For patching or repairing the polyethylene film, use
only polyethylene tape.
PART 3 EXECUTION
3.01 PREPARATION
A. Remove lumps of clay, mud, and cinders from pipe surface prior to installation of polyethylene encasement.
Prevent soil or embedment material from becoming trapped between pipe and polyethylene.
B. Fabric slings and padded forks shall be used for transport of wrapped pipe. Chains or cables shall not be used.
Do not damage the polyethylene encasement.
C. For installations below water table or in areas subject to tidal actions tube form polyethylene encasement
shall be used. Completely seal both ends of the polyethylene tube with adhesive tape at joint overlap.
Circumferentially wrap with tape or plastic tie straps every two feet along the barrel.
3.02 INSTALLATION
A. Tubular Type (Method A):
1. Cut polyethylene tube to a length approximately 2 feet longer than pipe section. Slip tube around pipe,
centering tube to provide 1-foot overlap on each adjacent pipe section. Bunch accordion-fashion lengthwise
until it clears pipe ends.
2. Make shallow bell hole at joints to facilitate installation of polyethylene tube completely around pipe. Lower
pipe into trench and make up pipe joint with preceding section of pipe. Methods other than bell holes shall
be allowed, provided the polyethylene tube completely encases the pipe joints, including a minimum overlap
of 1-foot.
3. After assembling pipe joint, make overlap of polyethylene tube. Pull bunched polyethylene from preceding
length of pipe, slip it over end of adjoining length of pipe, and secure in place. Then slip end of polyethylene
from adjoining pipe section over end of first wrap until it overlaps joint at end of preceding length of pipe.
Secure overlap in place.
4. For each pipe length, take up slack width at top of pipe to make a snug, but not tight, fit along barrel of
pipe, securing fold with tape at quarter points. Avoid a tight fit to prevent stretching the polyethylene where
it bridges irregular surfaces, such as bell and spigot joints, restrained and bolted joints, and fittings; and to
prevent damage to film during backfilling. The length of tape to secure wrap shall be no less than 1-foot.
5. Repair cuts, tears, punctures, or other damage to polyethylene. Proceed with installation of next section of
pipe in same manner.
Prepared for:
F G Aledo Development, LLC
Dean Davis
817.771.8087
F G Aledo – Waterline Corrosivity Report 340305502 19 | Page
Form # 7.5.1.103 Revised 2/7/2017
B. Tubular Type (Method B):
1. Cut polyethylene tube to a length approximately 1 foot shorter than pipe section. Slip tube around pipe,
centering it to provide 6 inches of bare pipe at each end. Take up slack width at top of pipe to make a snug,
but not tight, fit along barrel of pipe, securing fold at quarter points; secure ends.
2. Make shallow bell hole at joints to facilitate installation of polyethylene tube completely around pipe. Lower
pipe into trench and make up pipe joint with preceding section of pipe. Methods other than bell holes shall
be allowed, provided the polyethylene tube completely encases the pipe joints, including a minimum overlap
of 1-foot.
3. Take up slack width at top of pipe to make a snug, but not tight, fit along barrel of pipe, securing fold with
tape at quarter points. Avoid a tight fit to prevent stretching the polyethylene where it bridges irregular
surfaces, such as bell and spigot joints, restrained and bolted joints, and fittings; and to prevent damage to
film during backfilling. The length of tape to secure wrap shall be no less than 1-foot.
4. Before making up joint, slip 4-foot length of polyethylene tube over end of preceding pipe section, bunching
in accordion-fashion lengthwise. After completing joint, pull 4-foot length of polyethylene over joint,
overlapping polyethylene previously placed on each adjacent section of pipe by at least 1 foot; make each end
snug and secure.
5. Repair cuts, tears, punctures, or other damage to polyethylene. Proceed with installation of next section of
pipe in same manner.
C. Sheet Type (Method C) – Applicable to Valves, Tees, Elbows and Other Fittings Only:
1. Cut polyethylene sheet to a length approximately 2 feet longer than pipe section. Center length to provide 1-
foot overlap on each adjacent pipe section, bunching sheet until it clears pipe ends. Wrap polyethylene around
pipe so that sheet circumferentially overlaps top quadrant of pipe. Secure cut edge of polyethylene sheet at
intervals of approximately 3 feet.
2. Lower wrapped pipe into trench and make up pipe joint with preceding section of pipe. Make shallow bell
hole at joints to facilitate installation of polyethylene. After completing joint, make overlap and secure ends.
3. Repair cuts, tears, punctures, or other damage to polyethylene. Proceed with installation of next section of
pipe in same manner.
D. Installation in Directional Drilled Bore:
1. Use two layers of polyethylene encasement.
2. Install each layer of encasement as described in 3.02A. Tubular Type (Method A) with the exception that the
polyethylene encasement overlap must face away from the pull direction to avoid the under film accumulation of
drilling mud and other foreign matter.
3. Attach pulling head to spigot end of the leading pipe length.
Prepared for:
F G Aledo Development, LLC
Dean Davis
817.771.8087
F G Aledo – Waterline Corrosivity Report 340305502 20 | Page
Form # 7.5.1.103 Revised 2/7/2017
4. Securely anchor the polyethylene tube to the end of the barrel of the leading pipe length by continuously taping the
leading two feet of the barrel with overlapping tape wrap. Anchor the first wraps of tape directly on to the barrel of
the pipe and extend the continuous taping on to the polyethylene encasement. For the remainder of the leading
pipe length, overlap circumferential wraps of tape every one foot.
5. The drilling fluid and cuttings shall not enter under the polyethylene tube during the pull back or other operations.
At assembled joints, the polyethylene overlap shall always have the forward pipe’s polyethylene tube overlap the
next following pipe’s tube. The polyethylene on both sides of the joint shall be secured with circumferential wraps
of tape or plastic tie straps.
6. Continue process by wrapping tape on each side of successive joints and every two feet along barrel.
E. Pipe-shaped Appurtenances: Cover bends, reducers, offsets, and other pipe-shaped appurtenances with polyethylene
in same manner as pipe.
F. Odd-shaped Appurtenances: When it is not practical to wrap valves, tees, crosses, and other odd-shaped pieces in tube,
wrap with flat sheet or split length of polyethylene tube by passing sheet around appurtenance and encasing it. Make
seams by bringing edges together, folding over twice, and taping down. Tape polyethylene securely in place at valve stem
and other penetrations.
G. Openings in Encasement: Create openings for branches, saddles, service taps, blowoffs, air valves, and similar
appurtenances by making an X-shaped cut in polyethylene and temporarily folding back film. After appurtenance is
installed, tape slack securely to appurtenance and repair cut, as well as other damaged area in polyethylene, with tape.
H. Hydrant Drain Relief: For hydrant relief holes and similar orifices, apply 3 wraps of tape completely around the
polyethylene encased pipe, then, with a utility knife, cut a hole in the tape and polyethylene that is 1-inch larger in
diameter than the orifice/opening.
I. Direct Service Taps: For direct service taps, apply 3 wraps of tape completely around the polyethylene encased pipe to
cover the area where the tapping machine and chain will be mounted. After the tapping machine is mounted, install the
corporation stop directly through the tape and polyethylene. After the direct tap is completed, the entire circumferential
area shall be closely inspected and repaired as needed.
J. Service Connections: Wrap service lines of copper and other dissimilar metals with polyethylene or suitable dielectric
tape for a minimum clear distance of 3 feet away from the cast or ductile iron pipe. Surface preparation and method of
application shall follow tape manufacturer’s written instructions.
K. Junctions between Wrapped and Unwrapped Pipe: Where polyethylene-wrapped pipe joins an adjacent pipe that is not
wrapped, extend polyethylene wrap to cover adjacent pipe for at least 3 feet. Secure end with circumferential turns of
tape.
L. Installation of Pipe through Casings: Polyethylene encasement shall be used for pipe through casings. Use a single layer
of polyethylene film. Casing spacers (insulated type) and casing end seals shall be installed. Do not damage the
polyethylene film where these devices are attached to the pipe, over the encasement.
3.03 REPAIRS
Prepared for:
F G Aledo Development, LLC
Dean Davis
817.771.8087
F G Aledo – Waterline Corrosivity Report 340305502 21 | Page
Form # 7.5.1.103 Revised 2/7/2017
Repair any cuts, tears, punctures, or damage to polyethylene with adhesive tape or with short length of polyethylene
sheet or cut open tube, wrapped around pipe to cover damaged area, and secured in place.
3.04 BACKFILL
Prevent damage to the polyethylene wrap when placing backfll. Assure backfill material is free from cinders, refuse,
boulders, rocks, stones, or other material that could damage the polyethylene. Follow AWWA C600 for backfilling.
3.05 QUALITY ASSURANCE
A. Freedom from Defects: All polyethylene film shall be clean, sound and free from defects.
B. Inspection: All parts of this Section are subject to inspection by the owner or its designated representative.
C. Non-Compliance: The Contractor will correct any deficiencies in materials or installation at his expense, including
excavating the pipe subsequent to backfilling and re-installing the polyethylene wrap.
CITY OF FORT WORTH MORNINGSTAR NORTH OFFISTE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJ. NUM. 105677
Revised July 1, 2011
GC-6.07 Wage Rates
THIS PAGE LEFT INTENTIONALLY BLANK
CLASSIFICATION DESCRIPTION Wage Rate
Asphalt Distributor Operator 15.32$
Asphalt Paving Machine Operator 13.99$
Asphalt Raker 12.69$
Broom or Sweeper Operator 11.74$
Concrete Finisher, Paving and Structures 14.12$
Concrete Pavement Finishing Machine Operator 16.05$
Concrete Saw Operator 14.48$
Crane Operator, Hydraulic 80 tons or less 18.12$
Crane Operator, Lattice Boom 80 Tons or Less 17.27$
Crane Operator, Lattice Boom Over 80 Tons 20.52$
Crawler Tractor Operator 14.07$
Electrician 19.80$
Excavator Operator, 50,000 pounds or less 17.19$
Excavator Operator, Over 50,000 pounds 16.99$
Flagger 10.06$
Form Builder/Setter, Structures 13.84$
Form Setter, Paving & Curb 13.16$
Foundation Drill Operator, Crawler Mounted 17.99$
Foundation Drill Operator, Truck Mounted 21.07$
Front End Loader Operator, 3 CY or Less 13.69$
Front End Loader Operator, Over 3 CY 14.72$
Laborer, Common 10.72$
Laborer, Utility 12.32$
Loader/Backhoe Operator 15.18$
Mechanic 17.68$
Milling Machine Operator 14.32$
Motor Grader Operator, Fine Grade 17.19$
Motor Grader Operator, Rough 16.02$
Off Road Hauler 12.25$
Pavement Marking Machine Operator 13.63$
Pipelayer 13.24$
Reclaimer/Pulverizer Operator 11.01$
Reinforcing Steel Worker 16.18$
Roller Operator, Asphalt 13.08$
Roller Operator, Other 11.51$
Scraper Operator 12.96$
Servicer 14.58$
Small Slipform Machine Operator 15.96$
Spreader Box Operator 14.73$
Truck Driver Lowboy‐Float 16.24$
Truck Driver Transit‐Mix 14.14$
Truck Driver, Single Axle 12.31$
Truck Driver, Single or Tandem Axle Dump Truck 12.62$
Truck Driver, Tandem Axle Tractor with Semi Trailer 12.86$
Welder 14.84$
Work Zone Barricade Servicer 11.68$
2013 PREVAILING WAGE RATES
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.
(Heavy and Highway Construction Projects)
Page 1 of 1
CITY OF FORT WORTH MORNINGSTAR NORTH OFFISTE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJ. NUM. 105677
Revised July 1, 2011
GC-6.09 Permits and Utilities
THIS PAGE LEFT INTENTIONALLY BLANK
APPLICATION FOR
FLOODPLAIN DEVELOPMENT PERMIT
PLEASE TYPE
Date Permit No.
Name of Owner or Applicant Telephone No. Office Use Only
Approved Approved
With
Denied**Conditions*
Address of Owner Nearest Stream
Location of Permit Area (Address or Legal Description)Date In: Date Out:
Processed By:
Approved By:
PURPOSE OF REQUEST: Excavation Filling Dredging or Mining Utility Construction
Building Permit Grading Paving Drilling Operations Other _______________
BRIEF DESCRIPTION OF PROPOSAL (Attach separate sheet if needed)
COMPLETE APPLICABLE QUESTIONS:
1. Total drainage area of watercourse acres. 2. Regulatory flood elev. 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.)
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:Yes No
Info. Not
Available
1. Reduce capacity of channels/floodways/watercourse in floodplain area?
2. Measurably increase flood flows/heights/damage on off-site properties?
3. Individually or combined with other existing or anticipated development expose adjacent
properties to adverse flood effects?
4. 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?
01/24/2025 FDP-25-00015
James Mullins (Engineer/Burgess & Niple
817-897-5588
Kim Gill (Owner/FG Aledo Development, LLC)
3045 Lackland Rd, Fort Worth, 76116 Mary's Creek
William M. Brown Family; Ranching Operations, L.P.; Vol. 1802, Pg. 557, D.R.P.C.T.
Walsh Ranches; Limited Partnership; Vol. 237, Pg. 562 & Vol. 1699, Pg. 1765, D.R.P.C.T. +
02/12/25
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.
✔
02/03/25
DLS
✔
6952 No BFE ✔
✔✔
✔
✔
✔FDP required for final Plan approval
✔
✔
✔
✔
✔
✔
Daniel L. Shultz
Sr. Engineering Tech / CFM
X
AE Varies Varies Multiple (See Below)
FEMA Firm Panels: 48367C0325E, 48367C0313F, 48367C0314F
x SITE TO BE RETURNED TO ORIGINAL GRADE UPON COMPLETION OF PROJECT
x ALL EXCESS SPOILS WILL BE REMOVED FROM THE FLOODPLAIN
��� �ailey Ran�h Road
Aleda, 7x 76008
Aleda * Axle * Granbury
January 2D, 2025
Burgess & Niple, Inc.
Attention: James Mullins
99C1� Hillwood Parkway, 5taite 13�
Fort Wprth, T7{ 75177
�'G°°��
��r�
.
I
Re: Lette� af na o6jertian — Morningstcrr North �ffsite Utilities
Mr. Mullins,
Phone: $17.444,32�1
tcectexas.com
Keller * Seymour
O�► hehalf of Tri-County El�ctric Cvaperati�e, Inc. {TCECj, ! would like t❑ inform yau that our re�iew of your request t❑
oc�upy an existing utiEity easement with new water and sewer erossings as showr� on the attaci�ed Exhihit A has shown
no conflict to t�e present. As such, TCEC of€ers this letter of no objeetion f�r your use as needed to com�lete your
project. Please ensure that all minimal distances are maintained and that the proper actions are taken to protect the
existing infrastructure on tF�e property. Please nate that no existing infrastructure wiEi 6e relocated as part of this
request. Should any eoncern 3�e raised r�garding the use of this letter, please reach out tQ us far assistance.
5incerely,
8rennan Sebastian
5enior L7irectQr Qf Business De�eloprnent
$17-752-8235
bse ba sti a n@t�ectexas.corn
1
James Mullins
From:Charles Vaughan <CharlesVaughan@bkvcorp.com>
Sent:Thursday, March 6, 2025 3:22 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: Charlesvaughan@BKVCorp.com
Cell:817-584-5371
Address:
4800 Blue Mound Rd
Fort Worth TX 76106
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
Charles,
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.
2
Attached are the exhibits for the Morningstar North
1200 17th Street Ste. 2100
Denver, Colorado 80202
bkvcorp.com
3rd Party Line Crossing
Watch job:
GPS:
Date:
Ticket#
Line Owner: Line Size:
BKV Point of Contact: Phone Number:
Contractor:
Contractor Point of contact: Phone Number:
It is agreed that you, the contractor representative, will do the following 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
Line Type:
Crossing:
Name of Line:
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 Crossings: BKV will allow all foreign operator of steel and metallic pipeline to cross under
BKV at a minimum of 10 ft. separation
Crossing Angles: 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.
CITY OF FORT WORTH MORNINGSTAR NORTH OFFISTE SEWER
STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJ. NUM. 105677
Revised July 1, 2011
GR-01 60 00 Product Requirements
THIS PAGE LEFT INTENTIONALLY BLANK
Approval Spec No. Classsification Manufacturer Model No. National Spec Size
Water & Sewer - Manholes & Bases/Components 33-39-10 (Rev 2/3/16)
07/23/97 33 05 13 Urethane Hydrophilic Waterstop Asahi Kogyo K.K. Adeka Ultra-Seal P-201 ASTM D2240/D412/D792
04/26/00 33 05 13 Offset Joint for 4' Diam. MH Hanson Concrete Products Drawing No. 35-0048-001
04/26/00 33 05 13 Profile Gasket for 4' Diam. MH. Press-Seal Gasket Corp. 250-4G Gasket ASTM C-443/C-361 SS MH
1/26/99 33 05 13 HDPE Manhole Adjustment Rings Ladtech, Inc HDPE Adjustment Ring Traffic and Non-traffic area
5/13/05 33 05 13 Manhole External Wrap Canusa - CPS WrapidSeal Manhole Encapsulation System
Water & Sewer - Manholes & Bases/Fiberglass 33-39-13 (1/8/13)
1/26/99 33 39 13 Fiberglass Manhole Fluid Containment, Inc. Flowtite ASTM 3753 Non-traffic area
08/30/06 33 39 13 Fiberglass Manhole L.F. Manufacturing Non-traffic area
Water & Sewer - Manholes & Bases/Frames & Covers/Rectangular 33-05-13 (Rev 2/3/16)
* 33 05 13 Manhole Frames and Covers Western Iron Works, Bass & Hays Foundry 1001 24"x40" WD
Water & Sewer - Manholes & Bases/Frames & Covers/Standard (Round) 33-05-13 (Rev 2/3/16)
* 33 05 13 Manhole Frames and Covers Western Iron Works, Bass & Hays Foundry 30024 24" Dia.
* 33 05 13 Manhole Frames and Covers McKinley Iron Works Inc. A 24 AM 24" Dia.
08/24/18 33 05 13 Manhole Frames and Covers Neenah Foundry R-1272 ASTM A48 & AASHTO M306 24" Dia.
08/24/18 33 05 13 Manhole Frames and Covers Neenah Foundry NF 1274 ASTM A48 & AASHTO M306 30" Dia.
33 05 13 Manhole Frames and Covers Sigma Corporation MH-144N
33 05 13 Manhole Frames and Covers Sigma Corporation MH-143N
33 05 13 Manhole Frames and Covers Pont-A-Mousson GTS-STD 24" dia.
33 05 13 Manhole Frames and Covers Neenah Casting 24" dia.
10/31/06 33 05 13 Manhole Frames and Covers (Hinged) Powerseal Hinged Ductile Iron Manhole ASTM A536 24" Dia.
7/25/03 33 05 13 Manhole Frames and Covers Saint-Gobain Pipelines (Pamrex/rexus) RE32-R8FS 30" Dia.
01/31/06 33 05 13 30" Dia. MH Ring and Cover East Jordan Iron Works V1432-2 and V1483 Designs AASHTO M306-04 30" Dia.
11/02/10 33 05 13 30" Dia. MH Ring and Cover Sigma Corporation MH1651FWN & MH16502 30" Dia
07/19/11 33 05 13 30" Dia. MH Ring and Cover Star Pipe Products MH32FTWSS-DC 30" Dia
08/10/11 33 05 13 30" Dia. MH Ring and Cover Accucast 220700 Heavy Duty with Gasket Ring 30" Dia
10/14/13 33 05 13 30" Dia. MH Ring and Cover (Hinged & Lockable) East Jordan Iron Works
30" ERGO XL Assembly
with Cam Lock/MPIC/T-Gasket ASSHTO M105 & ASTM A536 30" Dia
06/01/17 34 05 13 30" Dia. MH Ring and Cover (Lockable) CI SIP Industries 2280 (32") ASTM A 48 30" Dia.
12/05/23 34 05 13 30" Dia. MH Ring and Cover (Hinged & Lockable) CI SIP Industries 4267WT - Hinged (32") ASTM A 48 30" Dia.
09/16/19 33 05 13 30" Dia. MH Ring and Cover Composite Access Products, L.P.
CAP-ONE-30-FTW, Composite, w/ Lock
w/o Hing 30" Dia.
10/07/21 34 05 13 30" Dia. MH Ring and Cover Trumbull Manufacturing 32"(30") Frame and Cover 30" Dia.
Water & Sewer - Manholes & Bases/Frames & Covers/Water Tight & Pressure Tight 33-05-13 (Rev 2/3/16)
* 33 05 13 Manhole Frames and Covers Pont-A-Mousson Pamtight 24" Dia.
* 33 05 13 Manhole Frames and Covers Neenah Casting 24" Dia.
* 33 05 13 Manhole Frames and Covers Western Iron Works,Bass & Hays Foundry 300-24P 24" Dia.
* 33 05 13 Manhole Frames and Covers McKinley Iron Works Inc. WPA24AM 24" Dia.
03/08/00 33 05 13 Manhole Frames and Covers Accucast RC-2100 ASTM A 48 24" Dia.
04/20/01 33 05 13 Manhole Frames and Covers (SIP)Serampore Industries Private Ltd. 300-24-23.75 Ring and Cover ASTM A 48 24" Dia.
Water & Sewer - Manholes & Bases/Precast Concrete (Rev 1/8/13)
* 33 39 10 Manhole, Precast Concrete Hydro Conduit Corp SPL Item #49 ASTM C 478 48"
* 33 39 10 Manhole, Precast Concrete Wall Concrete Pipe Co. Inc. ASTM C-443 48"
09/23/96 33 39 10 Manhole, Precast Concrete Concrete Product Inc. 48" I.D. Manhole w/ 32" Cone ASTM C 478 48" w/32" cone
12/05/23 33 39 10 Manhole, Precast Concrete The Turner Company 72" I.D. Manhole w/ 32" Cone ASTM C 478 72"
05/08/18 33 39 10 Manhole, Precast Concrete The Turner Company 48", 60" I.D. Manhole w/ 32" Cone ASTM C 478 48", 60"
09/03/24 33 39 10 Manhole, Precast Concrete Oldcastle Precast Inc.
Manhole, 32" Opening and Flat top, (No
Transition Cones) ASTM C 478 48" to 84" I.D.
06/09/10 33 39 10 Manhole, Precast (Reinforced Polymer)Concrete US Composite Pipe Reinforced Polymer Concrete ASTM C-76 48" to 72"
09/06/19 33 39 20 Manhole, Precast Concrete Forterra Pipe and Precast 60" & 72" I.D. Manhole w/32" Cone ASTM C-76 60" & 72"
10/07/21 32 39 20 Manhole, Precast Concrete Forterra Pipe and Precast 48" I.D. Manhole w/32" Cone ASTM C-77 48"
10/07/21 33 39 20 Manhole, Precast (Reinforced Polymer) Concrete Armorock 48" & 60" I.D. Manhole w/32" Cone 48" & 60"
10/07/21 33 39 20 Manhole, Precast (Hybrid) Polymer & PVC Geneva Pipe and Precast (Predl Systems) 48" & 60" I.D. Manhole w/32" Cone 48" & 60" Non Traffic Areas
03/07/23 33 39 20 Manhole, Precast Concrete AmeriTex Pipe and Products, LLC 48" & 60" I.D. Manhole w/32" Cone
ASTM C-478; ASTM C-923;
ASTM C-443
03/07/23 33 39 20 Manhole, Precast (Reinforced Polymer) Concrete P3 Polymers, RockHardscp 48" & 60" I.D. Manhole w/32" Cone
04/28/07 Manhole, Precast (Reinforced Polymer) Concrete Amitech USA Meyer Polycrete Pipe
Sewer -(WAC) Wastewater Access Chamber 33 39 40
12/29/23 33 39 20 Wastewater Access Chamber Quickstream Solutions, Inc. Type 8 Maintenace Shaft (Poopit)
For use when Std. MH cannot be
installed due to depth
Water & Sewer - Manholes & Bases/Rehab Systems/Cementitious
* E1-14 Manhole Rehab Systems Quadex
04/23/01 E1-14 Manhole Rehab Systems Standard Cement Materials, Inc. Reliner MSP
E1-14 Manhole Rehab Systems AP/M Permaform
4/20/01 E1-14 Manhole Rehab System Strong Company Strong Seal MS2A Rehab System
5/12/03 E1-14 Manhole Rehab System (Liner) Triplex Lining System MH repair product to stop infiltration ASTM D5813
08/30/06 General Concrete Repair FlexKrete Technologies Vinyl Polyester Repair Product Misc. Use
CITY OF FORT WORTH
WATER DEPARTMENT
STANDARD PRODUCT LIST Updated: 6-18-25
* From Original Standard Products List 1
Approval Spec No. Classsification Manufacturer Model No. National Spec Size
CITY OF FORT WORTH
WATER DEPARTMENT
STANDARD PRODUCT LIST Updated: 6-18-25
Water & Sewer - Manholes & Bases/Rehab Systems/NonCementitious
05/20/96 E1-14 Manhole Rehab Systems Sprayroq, Spray Wall Polyurethane Coating ASTM D639/D790
12/14/01 Coating for Corrosion protection(Exterior) ERTECH Series 20230 and 2100 (Asphatic Emulsion)
For Exterior Coating of Concrete
Structures Only
01/31/06 Coatings for Corrosion Protection Chesterton Arc 791, S1HB, S1, S2 Acid Resistance Test Sewer Applications
8/28/2006 Coatings for Corrosion Protection Warren Environmental S-301 and M-301 Sewer Applications
03/19/18
33 05 16, 33 39 10,
33 39 20 Coating for Corrosion protection(Exterior) Sherwin Williams
RR&C Dampproofing Non-Fibered Spray
Grade (Asphatic Emulsion)
For Exterior Coating of Concrete
Structures Only
Water & Sewer - Manhole Inserts - Field Operations Use Only (Rev 2/3/16)
* 33 05 13 Manhole Insert Knutson Enterprises Made to Order - Plastic ASTM D 1248 For 24" dia.
* 33 05 13 Manhole Insert South Western Packaging Made to Order - Plastic ASTM D 1248 For 24" dia.
* 33 05 13 Manhole Insert Noflow-Inflow Made to Order - Plastic ASTM D 1248 For 24" dia.
09/23/96 33 05 13 Manhole Insert Southwestern Packing & Seals, Inc. LifeSaver - Stainless Steel For 24" dia.
09/23/96 33 05 13 Manhole Insert Southwestern Packing & Seals, Inc. TetherLok - Stainless Steel For 24" dia
Water & Sewer - Pipe Casing Spacers 33-05-24 (07/01/13)
11/04/02 Steel Band Casing Spacers Advanced Products and Systems, Inc. Carbon Steel Spacers, Model SI
02/02/93 Stainless Steel Casing Spacer Advanced Products and Systems, Inc. Stainless Steel Spacer, Model SSI
04/22/87 Casing Spacers Cascade Waterworks Manufacturing Casing Spacers
09/14/10 Stainless Steel Casing Spacer Pipeline Seal and Insulator Stainless Steel Casing Spacer Up to 48"
09/14/10 Coated Steel Casin Spacers Pipeline Seal and Insulator Coated Steel Casing Spacers Up to 48"
05/10/11 Stainless Steel Casing Spacer Powerseal 4810 Powerchock Up to 48"
03/19/18 Casing Spacers BWM SS-12 Casing Spacer(Stainless Steel)
03/19/18 Casing Spacers BWM
FB-12 Casing Spacer (Coated Carbon Steel)
for Non_pressure Pipe and Grouted Casing
03/29/22 33 05 13 Casing Spacers CCI Pipeline Systems CSC12, CSS12
09/03/24 33 05 13 Casing Spacers Raci (Completely HDPE)
Per Manufacturers Requirements (Sewer
Applications Only)8" - 12" (Sewer Only)
Water & Sewer - Pipes/Ductile Iron 33-11-10(1/8/13)
* 33 11 10 Ductile Iron Pipe Griffin Pipe Products, Co. Super Bell-Tite Ductile Iron Pressure Pipe, AWWA C150, C151 3" thru 24"
08/24/18 33 11 10 Ductile Iron Pipe American Ductile Iron Pipe Co. American Fastite Pipe (Bell Spigot) AWWA C150, C151 4" thru 30"
08/24/18 33 11 10 Ductile Iron Pipe American Ductile Iron Pipe Co. American Flex Ring (Restrained Joint) AWWA C150, C151 4" thru 30"
* 33 11 10 Ductile Iron Pipe U.S. Pipe and Foundry Co. AWWA C150, C151
* 33 11 10 Ductile Iron Pipe McWane Cast Iron Pipe Co. AWWA C150, C151
Water & Sewer - Utility Line Marker (08/24/2018)
Sewer - Coatings/Epoxy 33-39-60 (01/08/13)
02/25/02 Epoxy Lining System Sauereisen, Inc SewerGard 210RS LA County #210-1.33
12/14/01 Epoxy Lining System Ertech Technical Coatings Ertech 2030 and 2100 Series
04/14/05 Interior Ductile Iron Pipe Coating Induron Protecto 401 ASTM B-117 Ductile Iron Pipe Only
01/31/06 Coatings for Corrosion Protection Chesterton Arc 791, S1HB, S1, S2 Acid Resistance Test Sewer Applications
8/28/2006 Coatings for Corrosion Protection Warren Environmental S-301 and M-301 Sewer Applications
Sewer - Coatings/Polyurethane
Sewer - Combination Air Valves
05/25/18 33-31-70 Air Release Valve A.R.I. USA, Inc. D025LTP02(Composite Body) 2"
Sewer - Pipes/Concrete
* E1-04 Conc. Pipe, Reinforced Wall Concrete Pipe Co. Inc. ASTM C 76
* E1-04 Conc. Pipe, Reinforced Hydro Conduit Corporation Class III T&G, SPL Item #77 ASTM C 76
* E1-04 Conc. Pipe, Reinforced Hanson Concrete Products SPL Item #95-Manhole, #98- Pipe ASTM C 76
* E1-04 Conc. Pipe, Reinforced Concrete Pipe & Products Co. Inc. ASTM C 76
Sewer - Pipe Enlargment System (Method)33-31-23 (01/18/13)
PIM System PIM Corporation Polyethylene PIM Corp., Piscata Way, N.J. Approved Previously
McConnell Systems McLat Construction Polyethylene Houston, Texas Approved Previously
TRS Systems Trenchless Replacement System Polyethylene Calgary, Canada Approved Previously
Sewer - Pipe/Fiberglass Reinforced/ 33-31-13(1/8/13)
7/21/97 33 31 13 Cent. Cast Fiberglass (FRP) Hobas Pipe USA, Inc. Hobas Pipe (Non-Pressure) ASTM D3262/D3754
03/22/10 33 31 13 Fiberglass Pipe (FRP) Ameron Bondstrand RPMP Pipe ASTM D3262/D3754
04/09/21 33 31 13 Glass-Fiber Reinforced Polymer Pipe (FRP) Thompson Pipe Group Thompson Pipe (Flowtite) ASTM D3262/D3754
03/07/23 33 31 13 Fiberglass Pipe (FRP) Future Pipe Industries Fiberstrong FRP
ASTM D3262, ASTM D3681,
ASTM D4161, AWWA M45
09/03/24 33 31 13 Fiberglass Pipe (FRP) Superlit Boru Sanayi A.S. Superlit FRP
ASTM D3262, ASTM D3517,
ASTM 3754, AWWA C950
* From Original Standard Products List 2
Approval Spec No. Classsification Manufacturer Model No. National Spec Size
CITY OF FORT WORTH
WATER DEPARTMENT
STANDARD PRODUCT LIST Updated: 6-18-25
Sewer - Pipe/Polymer Pipe
4/14/05 Polymer Modified Concrete Pipe Amitech USA Meyer Polycrete Pipe ASTM C33, A276, F477 8" to 102", Class V
06/09/10 E1-9 Reinforced Polymer Concrete Pipe US Composite Pipe Reinforced Polymer Concrete Pipe ASTM C-76
Sewer - Pipes/HDPE 33-31-23(1/8/13)
* High-density polyethylene pipe Phillips Driscopipe, Inc. Opticore Ductile Polyethylene Pipe ASTM D 1248 8"
* High-density polyethylene pipe Plexco Inc. ASTM D 1248 8"
* High-density polyethylene pipe Polly Pipe, Inc. ASTM D 1248 8"
High-density polyethylene pipe CSR Hydro Conduit/Pipeline Systems McConnell Pipe Enlargement ASTM D 1248
Sewer - Pipes/PVC (Pressure Sewer) 33-11-12 (4/1/13)
12/02/11 33-11-12 DR-14 PVC Pressure Pipe Pipelife Jetstream PVC Pressure Pipe AWWA C900 4" thru 12"
10/22/14 33-11-12 DR-14 PVC Pressure Pipe Royal Building Products Royal Seal PVC Pressure Pipe AWWA C900 4" thru 12"
Sewer - Pipes/PVC* 33-31-20 (7/1/13)
* 33-31-20 PVC Sewer Pipe J-M Manufacturing Co., Inc. (JM Eagle) SDR-26 (PS115) ASTM D 3034 4" - 15"
12/23/97* 33-31-20 PVC Sewer Pipe Diamond Plastics Corporation SDR-26 (PS115)
ASTM D 3034 4" thru 15"
* 33-31-20 PVC Sewer Pipe Lamson Vylon Pipe SDR-26 (PS115)
ASTM D 3034 4" thru 15"
12/05/23 33-31-20 PVC Sewer Pipe Vinyltech PVC Pipe SDR-26 (PS115) ASTM D3034 4" thru 15"
12/05/23 33-31-20 PVC Sewer Pipe Vinyltech PVC Pipe Gravity Sewer PS 115 ASTM F 679 18"
* 33-31-20 PVC Sewer Pipe J-M Manufacturing Co, Inc. (JM Eagle) PS 115 ASTM F 679 18" - 28"
05/06/05 33-31-20 PVC Solid Wall Pipe Diamond Plastics Corporation PS 115 ASTM F-679 18" to 48"
04/27/06 33-31-20 PVC Sewer Fittings Harco SDR-26 (PS 115) Gasket Fittings ASTM D-3034, D-1784, etc 4" - 15"
*33-31-20 PVC Sewer Fittings Plastic Trends, Inc.(Westlake)Gasketed PVC Sewer Main Fittings ASTM D 3034
3/19/2018 33 31 20 PVC Sewer Pipe Pipelife Jet Stream SDR 26 (PS 115) ASTM F679 18"- 24"
3/19/2018 33 31 20 PVC Sewer Pipe Pipelife Jet Stream SDR 26 ASTM D3034 4"- 15"
3/29/2019 33 31 20
Gasketed Fittings (PVC)GPK Products, Inc. SDR 26 ASTM D3034 4"- 15"
10/21/2020 33 31 20 PVC Sewer Pipe NAPCO(Westlake) SDR 26 ASTM D3034 4" - 15"
10/22/2020 33 31 20 PVC Sewer Pipe Sanderson Pipe Corp. SDR 26 ASTM D3034 4"- 15"
10/21/2020 33 31 20 PVC Sewer Pipe NAPCO(Westlake) SDR 26 PS 115 ASTM F-679 18"- 36"
* From Original Standard Products List 3
Approval Spec No. Classsification Manufacturer Model No. National Spec Size
CITY OF FORT WORTH
WATER DEPARTMENT
STANDARD PRODUCT LIST Updated: 6-18-25
Water - Appurtenances 33-12-10 (07/01/13)
09/03/24 33-12-10 Double Strap Saddle Ford Meter Box Co., Inc. 202B 1"-2" SVC, up to 16" Pipe
01/18/18 33-12-10 Double Strap Saddle Romac 202NS Nylon Coated AWWA C800 1"-2" SVC, up to 24" Pipe
08/28/02 Double Strap Saddle Smith Blair #317 Nylon Coated Double Strap Saddle
07/23/12 33-12-10 Double Strap Service Saddle Mueller Company DR2S Double (SS) Strap DI Saddle AWWA C800 1"-2" SVC, up to 24" Pipe
03/07/23 33-12-10 Double Strap Service Saddle Powerseal 3450AS, Incl. Corp. Stop, Dbl Strap, Stainless NSF ANSI 372 1"-2" SVC, up to 24" Pipe
10/27/87 Curb Stops-Ball Meter Valves McDonald 6100M,6100MT & 610MT 3/4" and 1"
10/27/87 Curb Stops-Ball Meter Valves McDonald 4603B, 4604B, 6100M, 6100TM and 6101M 1½" and 2"
5/25/2018 33-12-10 Curb Stops-Ball Meter Valves Ford Meter Box Co., Inc.
FB600-7NL, FB1600-7-NL, FV23-777-W-NL,
L22-77NL AWWA C800 2"
5/25/2018 33-12-10 Curb Stops-Ball Meter Valves Ford Meter Box Co., Inc.
FB600-6-NL, FB1600-6-NL, FV23-666-W-
NL, L22-66NL AWWA C800 1-1/2"
5/25/2018 33-12-10 Curb Stops-Ball Meter Valves Ford Meter Box Co., Inc.
FB600-4-NL, FB1600-4-NL, B11-444-WR-
NL, B22444-WR-NL, L28-44NL AWWA C800 1"
5/25/2018 33-12-10 Curb Stops-Ball Meter Valves Mueller Co., Ltd.
B-25000N, B-24277N-3, B-20200N-3, H-
15000N, , H-1552N, H142276N
AWWA C800, ANSF 61,
ANSI/NSF 372 2"
5/25/2018 33-12-10 Curb Stops-Ball Meter Valves Mueller Co., Ltd.
B-25000N, B-20200N-3, B-24277N-3,H-
15000N, H-14276N, H-15525N
AWWA C800, ANSF 61,
ANSI/NSF 372 1-1/2"
5/25/2018 33-12-10 Curb Stops-Ball Meter Valves Mueller Co., Ltd.
B-25000N, B-20200N-3,H-15000N, H-
15530N
AWWA C800, ANSF 61,
ANSI/NSF 372 1"
01/26/00 Coated Tapping Saddle with Double SS Straps JCM Industries, Inc. #406 Double Band SS Saddle 1"-2" Taps on up to 12"
0/5/21/12 33-12-25 Tapping Sleeve (Coated Steel) JCM Industries, Inc. 412 Tapping Sleeve ESS AWWA C-223 Up to 30" w/12" Out
03/29/22 33-12-25 Tapping Sleeve (Coated or Stainless Steel) JCM Industries, Inc. 415 Tapping Sleeve AWWA C-223 Concrete Pipe Only
05/10/11 Tapping Sleeve (Stainless Steel) Powerseal 3490AS (Flange) & 3490MJ 4"-8" and 16"
02/29/12 33-12-25 Tapping Sleeve (Coated Steel) Romac FTS 420 AWWA C-223 U p to 42" w/24" Out
02/29/12 33-12-25 Tapping Sleeve (Stainless Steel) Romac SST Stainless Steel AWWA C-223 Up to 24" w/12" Out
02/29/12 33-12-25 Tapping Sleeve (Stainless Steel) Romac SST III Stainless Steel AWWA C-223 Up to 30" w/12" Out
05/10/11 Joint Repair Clamp Powerseal 3232 Bell Joint Repair Clamp 4" to 30"
Plastic Meter Box w/Composite Lid DFW Plastics Inc. DFW37C-12-1EPAF FTW
Plastic Meter Box w/Composite Lid DFW Plastics Inc. DFW39C-12-1EPAF FTW
08/30/06 Plastic Meter Box w/Composite Lid DFW Plastics Inc. DFW65C-14-1EPAF FTW Class "A"
Concrete Meter Box Bass & Hays CMB37-B12 1118 LID-9
Concrete Meter Box Bass & Hays CMB-18-Dual 1416 LID-9
Concrete Meter Box Bass & Hays CMB65-B65 1527 LID-9
Water - Bolts, Nuts, and Gaskets 33-11-05 (01/08/13)
None
Water - Combination Air Release 33-31-70 (01/08/13)
* E1-11 Combination Air Release Valve GA Industries, Inc. Empire Air and Vacuum Valve, Model 935 ASTM A 126 Class B, ASTM A 1" & 2"
* E1-11 Combination Air Release Valve Multiplex Manufacturing Co.
Crispin Air and Vacuum Valves, Model No. 1/2", 1" & 2"
* E1-11 Combination Air Release Valve Valve and Primer Corp. APCO #143C, #145C and #147C 1", 2" & 3"
Water - Dry Barrel Fire Hydrants 33-12-40 (01/15/14)
10/01/87 E-1-12 Dry Barrel Fire Hydrant American-Darling Valve Drawing Nos. 90-18608, 94-18560 AWWA C-502
03/31/88 E-1-12 Dry Barrel Fire Hydrant American Darling Valve Shop Drawing No. 94-18791 AWWA C-502
09/30/87 E-1-12 Dry Barrel Fire Hydrant Clow Corporation Shop Drawing No. D-19895 AWWA C-502
01/12/93 E-1-12 Dry Barrel Fire Hydrant American AVK Company Model 2700 AWWA C-502
08/24/88 E-1-12 Dry Barrel Fire Hydrant Clow Corporation Drawings D20435, D20436, B20506 AWWA C-502
E-1-12 Dry Barrel Fire Hydrant ITT Kennedy Valve Shop Drawing No. D-80783FW AWWA C-502
09/24/87 E-1-12 Dry Barrel Fire Hydrant M&H Valve Company Shop Drawing No. 13476 AWWA C-502
10/14/87 E-1-12 Dry Barrel Fire Hydrant Mueller Company
Shop Drawings No. 6461
A-423 Centurion AWWA C-502
01/15/88 E1-12 Dry Barrel Fire Hydrant Mueller Company
Shop Drawing FH-12
A-423 Super Centurion 200 AWWA C-502
10/09/87 E-1-12 Dry Barrel Fire Hydrant U.S. Pipe & Foundry Shop Drawing No. 960250 AWWA C-502
09/16/87 E-1-12 Dry Barrel Fire Hydrant American Flow Control (AFC) Waterous Pacer WB67 AWWA C-502
08/12/16 33-12-40 Dry Barrel Fire Hydrant EJ (East Jordan Iron Works) WaterMaster 5CD250
Water - Meters
02/05/93 E101-5 Detector Check Meter Ames Company Model 1000 Detector Check Valve AWWA C550 4" - 10"
08/05/04 Magnetic Drive Vertical Turbine Hersey Magnetic Drive Vertical AWWA C701, Class 1 3/4" - 6"
* From Original Standard Products List 4
Approval Spec No. Classsification Manufacturer Model No. National Spec Size
CITY OF FORT WORTH
WATER DEPARTMENT
STANDARD PRODUCT LIST Updated: 6-18-25
Water - Pipes/PVC (Pressure Water) 33-31-70 (01/08/13)
12/05/23 33-11-12 PVC Pressure Pipe Vinyltech PVC Pipe DR14
AWWA C900, AWWA C605,
ASTM D1784 4"-16"
12/05/23 33-11-12 PVC Pressure Pipe Vinyltech PVC Pipe DR18
AWWA C900, AWWA C605,
ASTM D1784 16"-18"
09/03/24 33-11-12 PVC Pressure Pipe Northern Pipe Products DR14
AWWA C900, AWWA C605,
ASTM D1784 4"-16"
09/03/24 33-11-12 PVC Pressure Pipe Northern Pipe Products DR18
AWWA C900, AWWA C605,
ASTM D1784 16"-18"
3/19/2018 33 11 12 PVC Pressure Pipe Pipelife Jet Stream DR14 AWWA C900 4"-12"
3/19/2018 33 11 12 PVC Pressure Pipe Pipelife Jet Stream DR18 AWWA C900 16"-24"
5/25/2018 33 11 12 PVC Pressure Pipe Diamond Plastics Corporation DR 14 AWWA C900 4"-12"
5/25/2018 33 11 12 PVC Pressure Pipe Diamond Plastics Corporation DR 18 AWWA C900 16"-24"
12/6/2018 33 11 12 PVC Pressure Pipe J-M Manufacturing Co., Inc d/b/a JM Eagle DR 14
AWWA C900-16
UL 1285
ANSI/NSF 61
FM 1612
4"-28"
12/6/2018 33 11 12 PVC Pressure Pipe J-M Manufacturing Co., Inc d/b/a JM Eagle DR 18
AWWA C900-16
UL 1285
ANSI/NSF 61
FM 1612
16"-24"
9/6/2019 33 11 12 PVC Pressure Pipe Underground Solutions Inc. DR14 Fusible PVC AWWA C900 4" - 8"
9/6/2019 33 11 12 PVC Pressure Pipe NAPCO(Westlake) DR18 AWWA C900 16" - 24"
9/6/2019 33 11 12 PVC Pressure Pipe NAPCO(Westlake) DR14 AWWA C900 4"- 12"
9/6/2019 33 11 12 PVC Pressure Pipe Sanderson Pipe Corp. DR14 AWWA C900 4"- 12"
Water - Pipes/Valves & Fittings/Ductile Iron Fittings 33-11-11 (01/08/13)
07/23/92 E1-07 Ductile Iron Fittings Star Pipe Products, Inc. Mechanical Joint Fittings AWWA C153 & C110
* E1-07 Ductile Iron Fittings Griffin Pipe Products, Co. Mechanical Joint Fittings AWWA C 110
* E1-07 Ductile Iron Fittings McWane/Tyler Pipe/ Union Utilities Division
Mechanical Joint Fittings, SSB Class 350 AWWA C 153, C 110, C 111
08/11/98 E1-07 Ductile Iron Fittings Sigma, Co.
Mechanical Joint Fittings, SSB Class 351 AWWA C 153, C 110, C 112
02/26/14 E1-07 MJ Fittings Accucast
Class 350 C-153 MJ Fittings AWWA C153 4"-12"
05/14/98 E1-07 Ductile Iron Joint Restraints Ford Meter Box Co./Uni-Flange
Uni-Flange Series 1400 AWWA C111/C153 4" to 36"
05/14/98 E1-24 PVC Joint Restraints Ford Meter Box Co./Uni-Flange
Uni-Flange Series 1500 Circle-Lock AWWA C111/C153 4" to 24"
11/09/04 E1-07 Ductile Iron Joint Restraints One Bolt, Inc.
One Bolt Restrained Joint Fitting AWWA C111/C116/C153 4" to 12"
02/29/12 33-11-11 Ductile Iron Pipe Mechanical Joint Restraint EBAA Iron, Inc.
Megalug Series 1100 (for DI Pipe)AWWA C111/C116/C153 4" to 42"
02/29/12 33-11-11 PVC Pipe Mechanical Joint Restraint EBAA Iron, Inc.
Megalug Series 2000 (for PVC Pipe)AWWA C111/C116/C153 4" to 24"
08/05/04 E1-07 Mechanical Joint Retainer Glands(PVC) Sigma, Co.
Sigma One-Lok SLC4 - SLC10 AWWA C111/C153 4" to 10"
03/06/19 33-11-11 Mechanical Joint Retainer Glands(PVC) Sigma, Co.
Sigma One-Lok SLCS4 - SLCS12 AWWA C111/C153 4" to 12"
08/05/04 E1-07 Mechanical Joint Retainer Glands(PVC) Sigma, Co.
Sigma One-Lok SLCE AWWA C111/C153 12" to 24"
08/10/98 E1-07 MJ Fittings(DIP) Sigma, Co.
Sigma One-Lok SLDE AWWA C153 4" - 24"
10/12/10 E1-24 Interior Restrained Joint System S & B Techncial Products
Bulldog System ( Diamond Lok 21 & JM ASTM F-1624 4" to 12"
04/07/69 Interior Restrained Joint System Hultec Hydrogrip-R
ASTM D395, D412, D471, D573,
D883, D1149, D1229, D1349,
D1414, D1415, D1566, F913
4'-12"
08/16/06 E1-07 Mechanical Joint Fittings SIP Industries(Serampore)
Mechanical Joint Fittings AWWA C153 4" to 24"
11/07/16 33-11-11 Mechanical Joint Retainer Glands Star Pipe Products, Inc.
PVC Stargrip Series 4000 ASTM A536 AWWA C111
11/07/16 33-11-11 Mechanical Joint Retainer Glands Star Pipe Products, Inc.
DIP Stargrip Series 3000 ASTM A536 AWWA C111
03/19/18 33-11-11 Mechanical Joint Retainer Glands SIP Industries(Serampore)
EZ Grip Joint Restraint (EZD) Black For DIP
ASTM A536 AWWA C111 3"-48"
03/19/18 33-11-11 Mechanical Joint Retainer Glands SIP Industries(Serampore)
EZ Grip Joint Restraint (EZD) Red for C900
DR14 PVC Pipe ASTM A536 AWWA C111 4"-12"
03/19/18 33-11-11 Mechanical Joint Retainer Glands SIP Industries(Serampore)
EZ Grip Joint Restraint (EZD) Red for C900
DR18 PVC Pipe ASTM A536 AWWA C111 16"-24"
* From Original Standard Products List 5
Approval Spec No. Classsification Manufacturer Model No. National Spec Size
CITY OF FORT WORTH
WATER DEPARTMENT
STANDARD PRODUCT LIST Updated: 6-18-25
Water - Pipes/Valves & Fittings/Resilient Seated Gate Valve* 33-12-20 (05/13/15)
Resilient Wedged Gate Valve w/no Gears American Flow Control Series 2500 Drawing # 94-20247 16"
12/13/02 Resilient Wedge Gate Valve American Flow Control Series 2530 and Series 2536 AWWA C515 30" and 36"
08/31/99 Resilient Wedge Gate Valve American Flow Control Series 2520 & 2524 (SD 94-20255) AWWA C515 20" and 24"
05/18/99 Resilient Wedge Gate Valve American Flow Control Series 2516 (SD 94-20247) AWWA C515 16"
10/24/00 E1-26 Resilient Wedge Gate Valve American Flow Control Series 2500 (Ductile Iron) AWWA C515 4" to 12"
08/05/04 Resilient Wedge Gate Valve American Flow Control 42" and 48" AFC 2500 AWWA C515 42" and 48"
05/23/91 E1-26 Resilient Wedge Gate Valve American AVK Company American AVK Resilient Seaded GV AWWA C509 4" to 12"
01/24/02 E1-26 Resilient Wedge Gate Valve American AVK Company 20" and smaller
* E1-26 Resilient Seated Gate Valve Kennedy 4" - 12"
* E1-26 Resilient Seated Gate Valve M&H 4" - 12"
* E1-26 Resilient Seated Gate Valve Mueller Co.4" - 12"
11/08/99 Resilient Wedge Gate Valve Mueller Co. Series A2361 (SD 6647) AWWA C515 16"
01/23/03 Resilient Wedge Gate Valve Mueller Co. Series A2360 for 18"-24" (SD 6709) AWWA C515 24" and smaller
05/13/05 Resilient Wedge Gate Valve Mueller Co. Mueller 30" & 36", C-515 AWWA C515 30" and 36"
01/31/06 Resilient Wedge Gate Valve Mueller Co. Mueller 42" & 48", C-515 AWWA C515 42" and 48"
01/28/88 E1-26 Resilient Wedge Gate Valve Clow Valve Co. AWWA C509 4" - 12"
10/04/94 Resilient Wedge Gate Valve Clow Valve Co. 16" RS GV (SD D-20995) AWWA C515 16"
11/08/99 E1-26 Resilient Wedge Gate Valve Clow Valve Co. Clow RW Valve (SD D-21652) AWWA C515 24" and smaller
11/29/04 Resilient Wedge Gate Valve Clow Valve Co. Clow 30" & 36" C-515 AWWA C515 30" and 36" (Note 3)
11/30/12 Resilient Wedge Gate Valve Clow Valve Co. Clow Valve Model 2638 AWWA C515 24" to 48" (Note 3)
05/08/91 E1-26 Resilient Seated Gate Valve Stockham Valves & Fittings AWWA C 509, ANSI 420 - stem, 4" - 12"
* E1-26 Resilient Seated Gate Valve U.S. Pipe and Foundry Co.Metroseal 250, requirements SPL #74 3" to 16"
10/26/16 33-12-20 Resilient Seated Gate Valve EJ (East Jordan Iron Works)EJ FlowMaster Gate Valve & Boxes
08/24/18 Matco Gate Valve Matco-Norca 225 MR AWWA/ANSI C115/An21.15 4" to 16"
Water - Pipes/Valves & Fittings/Rubber Seated Butterfly Valve 33-12-21 (07/10/14)
* E1-30 Rubber Seated Butterfly Valve Henry Pratt Co. AWWA C-504 24"
* E1-30 Rubber Seated Butterfly Valve Mueller Co. AWWA C-504 24"and smaller
1/11/99 E1-30 Rubber Seated Butterfly Valve Dezurik Valves Co. AWWA C-504 24" and larger
06/12/03 E1-30 Valmatic American Butterfly Valve Valmatic Valve and Manufacturing Corp. Valmatic American Butterfly Valve. AWWA C-504 Up to 84" diameter
04/06/07 E1-30 Rubber Seated Butterfly Valve M&H Valve M&H Style 4500 & 1450 AWWA C-504 24" to 48"
03/19/18 33 12 21 Rubber Seated Butterfly Valve G. A. Industries (Golden Anderson) AWWA C504 Butterfly Valve AWWA C-504 30"-54"
09/03/24 33 12 21 Rubber Seated Butterfly Valve American AVK Company AWWA C504 Butterfly Valve Class 250B AWWA C-504 24" - 48"
Water - Polyethylene Encasement 33-11-10 (01/08/13)
05/12/05 E1-13 Polyethylene Encasment Flexsol Packaging Fulton Enterprises AWWA C105 8 mil LLD
05/12/05 E1-13 Polyethylene Encasment Mountain States Plastics (MSP) and AEP Ind. Standard Hardware AWWA C105 8 mil LLD
05/12/05 E1-13 Polyethylene Encasment AEP Industries Bullstrong by Cowtown Bolt & Gasket AWWA C105 8 mil LLD
09/06/19 33-11-11 Polyethylene Encasment Northtown Products Inc. PE Encasement for DIP AWWA C105 8 mil LLD
Water - Sampling Station
03/07/23 33 12 50 Water Sampling Station Kupferle Foundry Company Eclipse, Number 88 , 12-inch Depth of Bury As shown in spec. 33 12 50
09/02/24 33 12 50 Water Sampling Station Mueller Water Products, Inc.Model BSS01-36-MUDG2-CSD-NL, Freeze
Proof, Hasp for Locking Access Hatch
This product removed
Water - Automatic Flusher
10/21/20 Automated Flushing System Mueller Hydroguard
HG6-A-IN-2-BRN-LPRR(Portable)
HG2-A-IN--2-PVC-018-LPLG(Permanent)
04/09/21 Automated Flushing System Kupferle Foundry Company Eclipse #9800wc
04/09/21 Automated Flushing System Kupferle Foundry Company
Eclipse #9700 (Portable)
Yellow Highlight indicates recent changes
The Fort Worth Water Department’s Standard Products List has been developed to minimize the submittal review of products which meet the Fort Worth Water Department’s Standard Specifications during utility construction projects. When Technical
Specifications for specific products, are included as part of the Construction Contract Documents, the requirements of the Technical Specification will override the Fort Worth Water Department’s Standard Specifications and the Fort Worth Water Department’s
Standard Products List and approval of the specific products will be based on the requirements of the Technical Specification whether or not the specific product meets the Fort Worth Water Department’s Standard Specifications or is on the Fort Worth Water
* From Original Standard Products List 6