Loading...
HomeMy WebLinkAboutContract 58499 FORTWORTH, 5i CONTRACT FOR THE CONSTRUCTION OF SANITARY SEWER REHABILITATION CONTRACT 94 PART 2 City Project No. 100421-2 Mattie Parker David Cooke Mayor City Manager Chris Harder, P.E. Director, Water Department William Johnson Director, Transportation and Public Works Department LIM&ASSOCIATES,INC LIM&ASSOCIATES,INC F-3232 F-3232 � Prepared for �'•`'��"`�� �s"•�E of rF >>� of rFx�so+ The City of Fort Worth 0007 •• ••:�s�4 **it Water Department ,.......................... :.....t i ..................� ..p:.Do....A N<I<E�L S�.oLIM /f UpIcL�•L.,E!/ R ................................:....� ........................CM O RE.°D•AR CE Al 82011 4 2022 1t ,�•., eNs _,. �?G 11 F` '., ENS,.•���� FS --.......•. �1 `rS/ >a\\�y'- Prepared By: 1�''0.�NA%- 07-22-2022 07-22-2022 �& ASSOCIATES, inc.1.,.I • Sle t3 d S-*.rfuri OFFROAL RECORD CITY SECRETARY FT. WORTH,TX FORT WORTH,,-;., City of Fort Worth Standard Construction Specification Documents Adopted September 2011 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 1 of 8 SECTION 00 00 00 TABLE OF CONTENTS Division 00-General Conditions Last Revised 0005 10 Mayor and Council Communication 07/01/2011 0005 15 Addenda 07/01/2011 00 11 13 Invitation to Bidders 07/19/2021 0021 13 Instructions to Bidders 11/02/2021 0035 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 0043 13 Bid Bond 09/11/2017 00 43 37 Vendor Compliance to State Law Nonresident Bidder 06/27/2011 0045 11 Bidders Pre qualifications 08/13/2011 0045 12 Pre qualification Statement 09/30/2021 0045 13 Pre qualification Application 08/13/2021 00 45 26 Contractor Compliance with Workers'Compensation Law 07/01/2011 00 45 40 Business Equity Goal 10/27/2021 00 52 43 Agreement 11/23/2021 0061 13 Performance Bond 07/01/2011 0061 14 Payment Bond 07/01/2011 0061 19 Maintenance Bond 07/01/2011 00 61 25 Certificate of Insurance 07/01/2011 00 72 00 General Conditions 08/23/2021 00 73 00 Sup lementary Conditions 03/09/2020 Division 01-General Requirements Last Revised 01 11 00 Summary of Work 12/20/2012 01 2500 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 08/13/2021 01 3233 Preconstruction Video 07/01/2011 01 3300 Submittals 12/20/2012 01 35 13 Special Project Procedures 03/11/2022 01 4523 Testing and Inspection Services 03/09/2020 01 5000 Temporary Facilities and Controls 07/01/2011 01 5526 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 Si na e 07/01/2011 01 6000 Product Requirements 03/09/2020 01 6600 Product Storage and Handling Requirements 07/01/2011 01 7000 Mobilization and Remobilization 11/22/2016 01 71 23 Construction Staking and Survey 02/14/2018 01 7423 Cleaning 07/01/2011 01 77 19 Closeout Requirements 03/22/2021 01 7823 Operation and Maintenance Data 12/20/201.2 CITY OF FORT WORTH SANITARY SEWER REHABILITATION,CONTRACT 94—PART 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100421-2 Revised June 10,2022 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 8 01 7839 Project Record Documents 07/01/2011 Technical Specifications which have been modified by the Engineer specifically for this Project; hard copies are included in the Project's Contract Documents Division 02- Existing Conditions None. Division 03—Concrete None. Division 26—Electrical None. Division 31- Earthwork None. Division 32- Exterior Improvements None. Division 33- Utilities None. Division 34- Transportation 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 httt)s://apps.fortworthtexas.2ov/Pro*ectResources/ Division 02- Existing Conditions Last Revised 0241 13 Selective Site Demolition 03/1 1/2022 0241 14 Utility Removal/Abandonment 12/20/2012 0241 15 Paving Removal 02/02/2016 Division 03- Concrete 03 30 00 Cast-In-Place Concrete 03/11/2022 0334 13 Controlled Low Strength Material CLSM 12/20/2012 0334 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 1 Comm en Work Results f Rioc4fi,.,,i 03/11/2022 CITY OF FORT WORTH SANITARY SEWER REHABILITATION,CONTRACT 94—PART 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100421-2 Revised June 10,2022 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 8 26-83 49 Demolition for Eleetfieal Sy4ems 12/20/2012 260533 Raceways and Bems for gleetr-ieal Systems 12/20/2012 26 � 07/01/2011 2 -05-59 G,.,,,.,,...,ioations Al,r„t+: 51,,.A GOHEIH4 02/26/2016 Division 31- Earthwork 31 00 00 Site Clearing 03/22/2021 31 23 16 Unclassified Excavation 01/28/2013 34-23-B Beffew 01/28/2013 3-1--24 80 �um.en ts 01/28/2013 31 2500 Erosion and Sediment Control 04/29/2021 31 36 00 Gabions 12/20/2012 34-37 00 Ripw 12/20/2012 Division 32- Exterior Improvements 3201 17 Permanent Asphalt Paving Repair 12/20/2012 3201 18 Temporary Asphalt Paving Repair 12/20/2012 3201 29 Concrete Paving Repair 12/20/2012 32 11 23 Flexible Base Courses 12/20/2012 324 -29 Lime e TFeatea Base Gouses 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 12/20/2012 12/20/2012 32 13 13 Concrete Paving 06/10/2022 32 1320 Concrete Sidewalks, Driveways and Barrier Free Rams 12/09/2021 32 13 73 Concrete Paving Joint Sealants 12/20/2012 32 14 =0 Briek Unit Paying 12/20/2012 32 16 13 Concrete Curb and Gutters and Valley Gutters 06/10/2022 324q-23 Pavement MaFkiags 06/10/2022 321725 Gufb AddFess Painting 11/04/2013 3231 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 32-324 06/05/2018 3291 19 Topsoil Placement and Finishing of Roadway Right-of-ways 03/11/2022 3292 13 Sodding 05/13/2021 3292 14 Non-Native Seeding 05/13/2021 32 93 43 Trees and Shrubs 12/20/2012 Division 33-Utilities 3301 30 Sewer and Manhole Testing 9/07/2018 33 01 31 Closed Circuit Television(CCTV) Inspection—Sanitary Sewer 03/11/2022 3301 3z 03/11/2022 34--03-4-9 Bypass Pumping of Existing Sewer Syste 12/20/2012 33-0440 joint Banding and gleetrieal isolation 12/20/2012 334)444 r,,..Fesian Gentrel Test Station 12/20/2012 zz 12/20/2012 CITY OF FORT WORTH SANITARY SEWER REHABILITATION,CONTRACT 94—PART 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 10042I-2 Revised June 10,2022 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 4 of 8 43-94-30 Tempefary Water Serviees 07/01/2011 33-9449. 02/06/2013 33 04 50 Cleaning of Pipes 03/11/2022 3305 10 Utility Trench Excavation,Embedment, and Backfill 04/02/2021 33--0- 43 12/20/2012 3305 13 Frame, Cover and Grade Rings .. 12/09/2021 3305 14 Adjusting Manholes, Inlets,Valve Boxes, and Other Structures to 03/11/2022 Grade 33-0-5-1-6 ce;; ret Alapt,..v.u4s 12/20/2012 3305 17 Concrete Collars 03/11/2022 33-05-20 Auger Bering 12/20/2012 3349 Tunnel WneF Plate 12/20/2012 33 05 22 Steel Casing Pie 12/20/2012 12/20/2012 33 05 24 Installation of Carrier Pipe in Casing or Tunnel Liner Plate 06/19/2013 33 05 26 Utility Markers/Locators 12/20/2012 33 05 30 Location of Existing Utilities 12/20/2012 33 11 05 Bolts,Nuts,and Gaskets 12/20/2012 33 11 10 Ductile Iron Pie 12/20/2012 33 11 11 Ductile Iron Fittings 09/20/2017 33 11 12 Polyvinyl Chloride PVC Pressure Pie 11/16/2018 33-14-43 12/20/2012 33 11 14 13afied Steel Pipe and 1244ings 12/20/2012 33-124-0 WateF Se...,iees 1 inrsh to 2 :p a, 02/14/2017 12/20/2012 33-4-2� Resilient Seated Gate V ye 05/06/2015 04/23/2019 3�4225 Genneetion te Existing Wa4ef Mains 02/06/2013 3344 38 12/20/2012 33 12 49 01/03/2014 334Q-58 Wa4er Saffiple Stations 12/20/2012 344269 06/19/2013 344142 12/20/2012 33-3-1 12/20/2012 33-114-6 04/23/2019 3331 20 Polyvinyl Chloride PVC Gravity Sanitary Sewer Pie 06/19/2013 Deyyfiy ( ef:.( )Closedr-ef7le 11fayi C ty .,.,itaf..,Sewer- '2�-2T1-� lilCl PNIC P12/20/2012 Ripe 3-3-3 i 22 12/20/2012 33 34-�3 12/20/2012 33-34-59 04/26/2013 34-34-W 12/20/2012 3339 10 Cast-in-Place Concrete Manholes 12/20/2012 33 39 20 Precast Concrete Manholes 12/20/2012 33-39-30 12/20/2012 33-394.8 12/20/2012 33 39 60 Liners for Sanitary Sewer Structures 04/29/2021 33-41-38 07/01/2011 CITY OF FORT WORTH SANITARY SEWER REHABILITATION,CONTRACT 94—PART 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100421-2 Revised June 10,2022 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 5 of 8 3 -4444 12/20/2012 34 414-2 11/13/2015 33 41 13 Polypropylene Pipe for Storm DFain 06/10/2022 33-46-90 subdfa4ktge 12/20/2012 33A6 001 elet ed Stor„, Dfai s 07/01/2011 93-46--W T'feneh D ains 07/01/2011 33--494-9 Cast in Plaeo M.,Meles and 1.,ne fien Be 12/20/2012 33-49,28 03/11/2022 344440 07/01/2011 Division 34-Transportation 34444-9 Trafk Signak 03/11/2022 '^ "� 1T ' T Attaehtnent A Contrenef Cabinet 12/18/2015 '^'^ ^ oz 02/2012 2" ^��; 01/2012 34-4444 Tefflpefafy Tra. te Signals 11/22/2013 34-44 -3 Renieving Tfaffie 03/11/2022 34-44,20 Roadway 111urnific4ion AssewJgies 12/20/2012 34^ 06/15/2015 3441,1042 06/15/2015 �^ "� '�� 06/15/2015 3444-38 Aluminum Signs 11/12/2013 �^�0 02/26/2016 3471 13 Traffic Control 03/22/2021 Appendix GC-4.01 Availability of Lands C 4 04 1 r.aor r .a ❑ :t:t:os dC1.06 Hazar-.ous Environmental Condition at C:tv GC-6.06.D Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates GC-6.09 Permits and Utilities GC-6.24 Nondiscrimination GR-01 60 00 Product Requirements END OF SECTION CITY OF FORT WORTH SANITARY SEWER REHABILITATION,CONTRACT 94—PART 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100421-2 Revised June 10,2022 City of Fort Worth, Texas Mayor and Council Communication DATE: Tuesday, September 27, REFERENCE NO.: **M&C 22-0736 2022 LOG NAME: 60SSRC94P2-RDBURNS SUBJECT: (CD 8 and CD 9) Authorize Execution of a Contract with R&D Burns Brothers, Inc., in the Amount of$2,070,384.00 for the Sanitary Sewer Rehabilitation, Contract 94 Project and Adopt Appropriation Ordinance to Effect a Portion of Water's Contribution to the Fiscal Years 2022- 2026 Capital Improvement Program RECOMMENDATION: It is recommended that the City Council: 1. Authorize execution of a contract with R&D Burns Brothers, Inc., in the amotmt of $2,070,384.00 for the Sanitary Sewer Rehabilitation, Contract 94 project; and 2. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the Water and Sewer Capital Projects Fund in the amount of $2,416,033.00,transferred from available funds within the Water and Sewer Fund, for the purpose of funding the Sanitary Sewer Rehabilitation, Contract 94 project (City Project No. 100421) to effect a portion of Water's contribution to the Fiscal Years 2022-2026 Capital Improvement Program. DISCUSSION: This Mayor and Council Communication(M&C) is to authorize a construction contract with R&D Burns Brothers, Inc. for the replacement of the deteriorated sanitary sewer mains located in the following streets, alleys, and easements: Scope Fs treet From To of Work Las Brisas 80 feet East of Las Brisas Street Street/Alamosa Street [230 feet West Sewer intersection 200 feet East of I.H. Easement 35/Malta Avenue F47Ofeet North Sewer Intersection 400 feet East of E Fogg Easement Street/McClure Street [700 feet North Sewer Intersection 400 feet East of E Fogg Fogg St Street/McClure Street 100 feet East Sewer Intersection 400 feet East of McClure Easement Street/E Fogg Street 710 feet North Sewer Intersection 1,200 feet Southwest of 900 Southwesterly, then Easement Seminary Drive/Carter 1,750 feet Southerly, then Sewer Park Drive Intersection 550 feet Southwesterly The project was advertised for bids on July 28, 2022, and August 4, 2022, in the Fort Worth Star-Telegram. On August 25, 2022,the following bids were received: Bidder Amount Time of Completion R& D Burns Brothers, Inc. $2,070,384.00 320 Calendar Days Woody Contractors, Inc. $2,969,901.00 F Jackson Construction, Ltd. $3,118,810.00 1 In addition to the contract amount, $242,130.00 is necessary for project management, inspection and material testing and $103,519.00 is provided for project contingencies. This project is part of the Water Department's Sanitary Sewer Overflow Initiative Program. This project will have no impact on the Water Department's operating budgets when completed. It is the practice of the Water Department to appropriate its CIP plan throughout the fiscal year, instead of within the annual budget ordinance, as projects commence, additional funding needs are identified, and to comply with bond covenants. The actions in the M&C will amend the City of Fort Worth's Fiscal Year 2022-2026 Capital Improvement Program as follows: 60SSRC94P2-RDBURNS Capital Budget Revised Project FY2022 CIP Change Fund Name Appropriations Authority (Increase/ FY2022 Name ( Decrease) Budget 56002 - 100421 ( —^ W&S Capital Rehab $0.00 MC $2,416,033.00`$2,416,033.00 Projects 94 Fund Funding is budgeted in the Transfer to Water/Sewer account of the Sewer operating budget for the purpose of funding the SS Rehab 94 project within the Water& Sewer Capital Projects Fund. Appropriations for the Sanitary Sewer Rehabilitation, Contract 94 project are as depicted below: Fund Existing Additional Project FAppropriations Appropriations Total* W&S Capital Projects-Fund $3,454,939.00 $2,416,033.00 $5,870,972.00 56002 Sewer Capital Fund - Legacy $441,800.00 $0.00 $441,800.00 59607 Water Capital Fund - Legacy $72,200.00 $0.00 $72,200.00 59601 Project Total F $3,968,939.00 $2,416,033.00 $6,384,972.00 *Numbers rounded for presentation purposes. Business Equity: R&D Burns Brothers, Inc., is in compliance with the City's Business Equity Ordinance by committing to 17 percent Business Equity participation on this project. The City's Business Equity goal on this project is 16 percent. The project is located in COUNCIL DISTRICTS 8 and 9. FISCAL INFORMATION/CERTIFICATION: The Director of Finance certifies that funds are available in the Water & Sewer Fund and upon approval of the above recommendations and adoption of the attached appropriation ordinance, funds will be available in the W&S Capital Projects Fund for the SS Rehab 94 project to support the approval of the above recommendations and execution of the contract.Prior to any expenditure being incurred,the Water Department has the responsibility of verifying the availability of funds. FUND IDENTIFIERS (FIDs): TO Fund Dep art ment Account Project ProgramActivity BudYeaget (Referei ld 2) Amount FROM Fund Dep art ment Account Project ProgramActivity Budget (Reference 2) Amount CER.TIF ICATIONS: Submitted for City Manager's Office by: Dana Burghdoff (8018) Originating Department Head: Chris Harder (5020) Additional Information Contact: Brenda Oropeza (8271) ATTACHMENTS 1. 60SSRC94P2-RD BURNS.docx (CFW Internal) 2. 60SSRC94P2-RDBURNS 1295.12df (CFW Internal) 3. 60SSRC94P2-RDBURNS Compliance Memo.pdf (CFW Internal) 4. 60SSRC94P2-RDBURNS FID Table WCF 09.01.22.xlsx (CFW Internal) 5. 60SSRC94P2-RDBURNS SAM.pdf (CFW Internal) 6. M& C Map(1).pdf (Public) 7. M& C May(2)Revised.pdf (Public) 8. ORD APP60SSRC94P2-ROBURNS_56002 A022(r2).pdf (Public) 9. PBS CPN 100421.pdf (CFW Internal) - r- o a c � U P a 3vvacX "o 0 0 0 O O O O o 0 0 O O O o 0 0 0 0 0 0 0 W O O O C Vl O N O M M 'eh O M [- O 69 Vl 69 O 69 69 N N N N 6R 6A 69 69 64 69 N N O� N N 0� 0� ON ON ON a\ O O ON ON ON 0� 0� a\ Ol ON a\ N N ON ON ON ON ON a\ O) a\ a\ • W W W W W w W tn O O O O O O O O O O O O O O O O O O N N N N N N N N N N N et et et et et et et et et et O O O O O O O O O O O O O O O O O O O O O O O O N OCD CD CD O O to Vl 0 0 0 0 0 V l V l Vl to _ 'ch 'ch Vl ellO1 O1 O1 01 [- [- I M M M �l V'1 Vl Vl - to V'1 d O O O O O O O O O O O O W M M N M M M M M M M M M H 'ch Itt O 'ch Ca O O ON O O O O O O O O O O O O O O O O O O O O O w t- t- IC r• r- r- rA O o 0 0 0 0 0 0 0 0 0 0 9z N N N N N N N N N N N a O O O O O O O O CD O O O O O O O O O O O O O O O N IC IC Ic IC IC IC �o IC IC IC py l(l Vl to Vl Vl wl Vl Vl Vl Vl Vl Vl R 01 U C4 N N N N b CITY OF FORT WORTH, TEXAS WATER DEPARTMENT ADDENDUM NO. 1 To the Specifications and Contract Documents For SANITARY SEWER REHABILITATION CONTRACT 94, PART 2 City Project No. 100421-2 Bid Opening Date: August 25, 2022 Addendum No. 1 Issued: August 19, 2022 This addendum forms part of the Specifications and Contract Documents for the above referenced Project and modifies the original Specifications and Contract Documents. Bidder shall acknowledge receipt of this addendum in the space provided below and acknowledge receipt on the outer envelope in your bid. Failure to acknowledge receipt of this addendum could subject the bidder to disqualification. The specifications and contract documents for Sanitary Sewer Rehabilitation Contract 94, Part 2 are hereby revised by Addendum No. 1 as follows: I. Construction plans are revised as follows: 1. Construction Plans Sheets 7, 9, 13 through 18, and 20 revised and consist of one or more of the following: 1) L-4851 Easement East of IH-35 Changed casing length. 2) L-4350/L-4351 Easement East of McClure Street 9 Revised casing material. 3) M-195A Easement West of Carter Park Drive, Sheets 13 Through 18, and 20 Moved sanitary sewer main. See Revised set of plans for revisions mentioned above. II. The Specifications are amended as follows: 1. Specifications and Contract Documents Manual—Revised the time to complete the Work for final acceptance to 320 calendar days,including the following updated sections: 00 4100 Bid Form 00 52 43 Agreement This Addendum No. 1,forms part of the Specifications & Contract Documents for the above referenced project and modifies the original Project Manual & Contract Documents of the same. Acknowledge your receipt of Addendum No.1 by completing the requested information at the following A-1 ADDENDUM 1 SANITARY SEWER REHABILITATION CONTRACT NO.94 PART 2 City Project No. 10042 i-2 . e locations: (1) In the space provided in Section 00 41 00, Bid Form, Page 3 of 3 (2) Indicate in upper case letters on the outside of your sealed bid envelope: "RECEIVED&ACKNOWLEDGE ADDENDUM NO. 1" Include a signed copy of Addendum No. 1 in the sealed bid envelope at the time of bid submittal. Failure to acknowledge receipt of Addendum No. 1 below could cause the subject bidder to be considered "NONRESPONSIVE", resulting in disqualification. RECEIPT,A6ffWLEDGED WATER DEPARTMENT s Tony Sholola, P.E. n6 Assistant Director Company:l � YJ �� ��`���s" Water Department. aw gw S�hf AW ........... GUILLERMO R..DARCE / f 9647� � to ss� .NAL- . 08-19-2022 A-1 ADDENDUM 1 SANITARY SEWER REHABILITATION CONTRACT NO.94 PART 2 City Project No. 100421-2 00 11 t3 INVITATION TO BIDDERS Page I of 3 SECTION 00 11 13 INVITATION TO BIDDERS RECEIPT OF BIDS Sealed bids for the construction of Sanitary Sewer Rehabilitation, Contract 94—Part 2 ,City Project No. 100421-2 ('Project") will be received by the City of Fort Worth Purchasing Office until 1:30 P.M. CST, Thursday, August 25, 2022 as further described below: City of Fort Worth Purchasing Division 200 Texas Street Fort Worth, Texas 76102 Bids will be accepted by: US Mail, Courier, FedEx or hand delivery at the address above; Bids will be opened publicly and read aloud at 2:00 PM CST in the City Council Chambers. In lieu of delivering completed Business Equity (M/WBE) forms for the project to the Purchasing Office, bidders shall email the completed Business Equity forms to the City Project Manager no later than 2:00 p.m. on the third City business day after the bid opening date, exclusive of the bid opening date. GENERAL DESCRIPTION OF WORK The major work will consist of the(approximate) following: 2178 LF of 8" Sanitary Sewer PVC Pipe by Open Cut 645 LF of 8" DIP Sewer Pipe 1465 LF of 10" Sanitary Sewer PVC Pipe by Open Cut 569 LF of 10" DIP Sewer Pipe 20 Std. 4' Manholes 5 Drop 4' Manholes PREQUALIFICATION Certain improvements included in this project must be performed by a contractor or designated subcontractor who is pre-qualified by the City at the time of bid opening. The procedures for qualification and pre-qualification are outlined in the Section 3 of 00 21 13—INSTRUCTIONS TO BIDDERS. DOCUMENT EXAMINATION AND PROCUREMENTS The Bidding and Contract Documents may be examined or obtained on-line by visiting the City of Fort Worth's Purchasing Division website at htip://www.fortworthtexas.pov/purchasing/and clicking on the link to the advertised project folders on the City's electronic document management and collaboration system site. The Contract Documents may be downloaded, viewed,and printed by interested contractors and/or suppliers. Plans: https://docs.b360.autodesk.com/shares/347913d9-e48c-4d9b-aeb0- 6dcfc4d65f8a CITY OF FORT WORII I SANI FARY SEWER REHABILITATION.CONTRACT 94—PART 2 SI ANDARD CONS I RUCTION SPLCIFICATION DOCUMEN fS City Project No 100421-2 Revised 7/19/2021 00 11 13 INVffATION TO BIDDERS Page 2 of 3 Addendum: https://docs.b360.autodesk.com/shares/bfcba66d-5cl9-4076-adOd- 3086d627234e Copies of the Bidding and Contract Documents may be purchased from Lim & Associates, Inc. 1112 N. Zang Boulevard, Suite 200, Dallas,Texas 75203, Phone 214-942-1888 The cost of Bidding and Contract Documents is: Set of Bidding and Contract Documents with full size drawings: $80.00 Set of Bidding and Contract Documents with half size(if available) drawings: $50.00 EXPRESSION OF INTERSEST To ensure potential bidders are kept up to date of any new information pertinent to this project, all interested parties are requested to email Expressions of Interest in this procurement to the City Project Manager and the Design Engineer. The email should include the company's name, contact person and that individual's email address and phone number. All Addenda will be distributed directly to those who have expressed an interest in the procurement and will also be posted in the City of Fort Worth's purchasing website at http://fortworthtexas.gov/purchasing/ PREBID CONFERENCE—In person A prebid conference will be held as discussed in Section 00 21 13 - INSTRUCTIONS TO BIDDERS at the following date, and time: 31 1 W 10" Street, Fort Worth DATE: 08/17/2022 TIME: 9 AM If a prebid conference is held,the presentation and any questions and answers provided at the prebid conference will be issued as an Addendum to the call for bids. If a prebid conference is not being held, prospective bidders can e-mail questions or comments in accordance with Section 6 of the Instructions to Bidders referenced above to the project manager(s) at the e-mail addresses listed below. Emailed questions will suffice as "questions in writing." If necessary, Addenda will be issued pursuant to the Instructions to Bidders. CITY'S RIGHT TO ACCEPT OR REJECT BIDS City reserves the right to waive irregularities and to accept or reject any or all bids. AWARD City will award a contract to the Bidder presenting the lowest price, qualifications and competencies considered. INQUIRIES All inquiries relative to this procurement should be addressed to the following: Attn: Suby Varughese, P.E., City of Fort Worth Water Department Email: suby.varugheser&fort worthtexas.gov. Phone: (817)392-7803 AND/OR CITY OF FORT WORTH SANITARY SEWER RI111ABILI I'MION,CONTRACT 94—PART 2 STANDARDCONSTRUCI ION SPF.CFICAI ION D000NILNIS City Project No 100421-2 Revised 7/19/2021 0011 13 INVITATION TO BIDDERS Page 3 of 3 Attn: Guillermo Darce, P,E., Lim&Associates, Inc. Email: gdarce@limtexas.com Phone: (214)942-1888 ADVERTISEMENT DATES July 28,2022 August 4,2022 END OF SECTION CITY OF FORT WORTH SANITARY SEWER REHABILITATION,CONTRACT 94—PART 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100421-2 Revised 7/19/2021 I I 0021 13 INSTRUCTIONS 10 BIDDERS Page I of 10 SECTION 00 21 13 INSTRUCTIONS TO BIDDERS 1. Defined Terms 1.L Capitalized terms used in these INSTRUCTIONS TO BIDDERS are defined in Section 00 72 00 -GENERAL CONDITIONS. 1.2.Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the meanings indicated below which are applicable to both the singular and plural thereof. 1.2.1. Bidder: Any person, firm,partnership,company, association, or corporation acting directly through a duly authorized representative, submitting a bid for performing the work contemplated under the Contract Documents. 1.2.2. Nonresident Bidder: Any person, firm, partnership, company,association, or corporation acting directly through a duly authorized representative,submitting a bid for performing the work contemplated under the Contract Documents whose principal place of business is not in the State of Texas. 1.2.3. Successful Bidder: The lowest responsible and responsive Bidder to whom City (on the basis of City's evaluation as hereinafter provided) makes an award. 2. Copies of Bidding Documents 2.L Neither City nor Engineer shall assume any responsibility for errors or misinterpretations resulting from the Bidders use of incomplete sets of Bidding Documents. 2.2.City and Engineer in making copies of Bidding Documents available do so only for the purpose of obtaining Bids for the Work and do not authorize or confer a license or grant for any other use. 3. Prequalification of Bidders (Prime Contractors and Subcontractors) 3.1.Bidders or their designated subcontractors are required to be prequalified for the work types requiring prequalification as per Sections 00 45 11 BIDDERS PREQUALIFICATIONS and 00 45 12 PREQUALIFICATION STATEMENT. Firms seeking pre-qualification, must submit the documentation identified in Section 00 45 11 on Section 00 45 13 PREQUALIFICATION APPLICATION at least seven (7) calendar days prior to Bid opening for review and, if qualified, acceptance. The subcontractors listed by a Bidder on 00 45 12 must be prequalified for the appropriate work types. Subcontractors must follow the same timelines as Bidders for obtaining prequalification review. Bidders or Subcontractors who are not prequalified at the time bids are opened and reviewed may cause the bid to be rejected. Prequalification requirement work types and documentation are available by accessing all required files through the City's website at: https:Hgpps.fortworthtexas. og v/ProjectResources/ 3.1.1. Paving—Requirements document located at: CITY OF FORT WORTII SANITARY SEWER RFIIABILITAFION,CONTRACT 94—PART 2 STANDARD CONSTRUCTION SPE:CIFICAFION DOCUMENTS City Project No 100421-2 Reviscd/Updated November 2.2021 0021 13 INSTRUCTIONS TO BIDDERS Page 2 of 10 https://apps.fortworthtexas. og v/ProiectResources/ResourcesP/02%20- %20Construction%2ODocuments/Contractor%2OPrequalificati on/TPW%2OPaving %20Contractor%2OPregualifiication%2OProgram/PREQUALIFICATION%20REO UIREMENTS%20FOR%2OPA V ING%2000NTRACTORS.pdf 3.1.2. Roadway and Pedestrian Lighting—Requirements document located at: https://apes.fortworthtexas.gov/ProjectResources/ResourcesP/02%20- %20Construction%2ODocuments/Contractor%2OPrequalification/TPW%2ORoadwa y%20and%2OPedestrian%2OLidtina%2OPrequalification%2OPropram/STREET% 20LIGHT%2OPREQUAL%20REQMNTS.1df 3.1.3. Water and Sanitary Sewer—Requirements document located at: https://apps.fortworthtexas. ov/ProiectResources/ResourcesP/02%20- %20Construction%2ODocuments/Contractor%2OPregualification/Water%2Oand%2 OSanitga%2OSewer%2OContractor%2OPrequalification%2OProgram/WSS%20pre dual%20requirements.pdf 3.2.Each Bidder, unless currently prequalified, must submit to City at least seven (7) calendar days prior to Bid opening,the documentation identified in Section 00 45 11, BIDDERS PREQUALIFICATIONS. 3.2.1.Submission of and/or questions related to prequalification should be addressed to the City contact as provided in Paragraph 6.1. 3.3.The City reserves the right to require any pre-qualified contractor who is the apparent low bidder for a project to submit such additional information as the City, in its sole discretion may require, including but not limited to manpower and equipment records, information about key personnel to be assigned to the project, and construction schedule to assist the City in evaluating and assessing the ability of the apparent low bidder to deliver a quality product and successfully complete projects for the amount bid within the stipulated time frame. Based upon the City's assessment of the submitted information, a recommendation regarding the award of a contract will be made to the City Council. Failure to submit the additional information, if requested, may be grounds for rejecting the apparent low bidder as non-responsive. Affected contractors will be notified in writing of a recommendation to the City Council. 3.4.In addition to prequalification, additional requirements for qualification may be required within various sections of the Contract Documents. 4. Examination of Bidding and Contract Documents,Other Related Data,and Site 4.1.Before submitting a Bid, each Bidder: CI I OF FORT WORHi SANITARY SEWER RMABILffAIION_CONIRACi 94—PART 2 STANDARD CONSTRUCTION SPHCIFICAIION DOCUMENT S City Project No 100421-2 Revised/Updated November 12021 0021 13 INSTRUCTIONS TO BIDDERS Page 3 of 10 4.1.1. Shall examine and carefully study the Contract Documents and other related data identified in the Bidding Documents (including "technical data" referred to in Paragraph 4.2.below).No information given by City or any representative of the City other than that contained in the Contract Documents and officially promulgated addenda thereto, shall be binding upon the City. 4.1.2. Should visit the site to become familiar with and satisfy Bidder as to the general, local and site conditions that may affect cost, progress, performance or furnishing of the Work. 4.1.3. Shall consider federal, state and local Laws and Regulations that may affect cost, progress, performance or furnishing of the Work. 4.1.4. Shall study all: (i) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities)that have been identified in the Contract Documents as containing reliable "technical data" and(ii) reports and drawings of Hazardous Environmental Conditions, if any, at the Site that have been identified in the Contract Documents as containing reliable "technical data." 4.1.5. Is advised that the Contract Documents on file with the City shall constitute all of the information which the City will furnish. All additional information and data which the City will supply after promulgation of the formal Contract Documents shall be issued in the form of written addenda and shall become part of the Contract Documents just as though such addenda were actually written into the original Contract Documents. No information given by the City other than that contained in the Contract Documents and officially promulgated addenda thereto, shall be binding upon the City. 4.1.6. Should perform independent research, investigations,tests, borings, and such other means as may be necessary to gain a complete knowledge of the conditions which will be encountered during the construction of the project. For projects with restricted access, upon request, City may provide each Bidder access to the site to conduct such examinations, investigations, explorations,tests and studies as each Bidder deems necessary for submission of a Bid. Bidder must fill all holes and clean up and restore the site to its former conditions upon completion of such explorations, investigations,tests and studies. 4.1.7. Shall determine the difficulties of the Work and all attending circumstances affecting the cost of doing the Work,time required for its completion, and obtain all information required to make a proposal. Bidders shall rely exclusively and solely upon their own estimates, investigation, research, tests, explorations, and other data which are necessary for full and complete information upon which the proposal is to be based. It is understood that the submission of a proposal or bid is prima-facie evidence that the Bidder has made the investigations, examinations and tests herein required. C1fY OF FORD WORTH SANFI ARY SFWFR REHABILITATION,CONTRACT 94—PART 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No 100421-2 Revised/Updated November 2.2021 0021 13 INSTRUCTIONS TO BIDDERS Page 4 of 10 4.1.8. Shall promptly notify City of all conflicts, errors, ambiguities or discrepancies in or between the Contract Documents and such other related documents. The Contractor shall not take advantage of any gross error or omission in the Contract Documents, and the City shall be permitted to make such corrections or interpretations as may be deemed necessary for fulfillment of the intent of the Contract Documents. 4.2. Reference is made to Section 00 73 00—Supplementary Conditions for identification of: 4.2.1. those reports of explorations and tests of subsurface conditions at or contiguous to the site which have been utilized by City in preparation of the Contract Documents. The logs of Soil Borings, if any, on the plans are for general information only. Neither the City nor the Engineer guarantee that the data shown is representative of conditions which actually exist. 4.2.2. those drawings of physical conditions in or relating to existing surface and subsurface structures (except Underground Facilities) which are at or contiguous to the site that have been utilized by City in preparation of the Contract Documents. 4.2.3. copies of such reports and drawings will be made available by City to any Bidder on request. Those reports and drawings may not be part of the Contract Documents, but the "technical data" contained therein upon which Bidder is entitled to rely as provided in Paragraph 4.02. of the General Conditions has been identified and established in Paragraph SC 4.02 of the Supplementary Conditions. Bidder is responsible for any interpretation or conclusion drawn from any "technical data" or any other data, interpretations, opinions or information. 4.2.4.Standard insurance requirements,coverages and limits. 4.3.The submission of a Bid will constitute an incontrovertible representation by Bidder: (i) that Bidder has complied with every requirement of this Paragraph 4, (ii)that without exception the Bid is premised upon performing and fumishing the Work required by the Contract Documents and applying the specific means, methods,techniques, sequences or procedures of construction(if any) that may be shown or indicated or expressly required by the Contract Documents, (iii)that Bidder has given City written notice of all conflicts, errors, ambiguities and discrepancies in the Contract Documents and the written resolutions thereof by City are acceptable to Bidder, and when said conflicts, etc., have not been resolved through the interpretations by City as described in Paragraph 6., and(iv)that the Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing the Work. 4.4.The provisions of this Paragraph 4, inclusive, do not apply to Asbestos, Polychlorinated biphenyls(PCBs), Petroleum, Hazardous Waste or Radioactive Material covered by Paragraph 4.06. of the General Conditions, unless specifically identified in the Contract Documents. 5. Availability of Lands for Work, Etc. CITY OF FORT WORI*[I SANITARY SEWER R1.1IABILITA IION,CONTRACT 94—PART 2 STANDARD CONSTRUCTION SPFCIFICAI ION DOCUMLNIS Citr_ Project No. 100421-2 Revised/Updatcd November 2,2021 0021 13 INSTRUCTIONS-10 13IDDERS Page 5 of 10 5.1.The lands upon which the Work is to be performed, rights-of-way and easements for access thereto and other lands designated for use by Contractor in performing the Work are identified in the Contract Documents. All additional lands and access thereto required for temporary construction facilities, construction equipment or storage of materials and equipment to be incorporated in the Work are to be obtained and paid for by Contractor. Easements for permanent structures or permanent changes in existing facilities are to be obtained and paid for by City unless otherwise provided in the Contract Documents. 5.2.Outstanding right-of-way, easements, and/or permits to be acquired by the City are listed in Paragraph SC 4.01 of the Supplementary Conditions. In the event the necessary right- of-way, easements,and/or permits are not obtained, the City reserves the right to cancel the award of contract at any time before the Bidder begins any construction work on the project. 5.3. The Bidder shall be prepared to commence construction without all executed right-of- way,easements, and/or permits,and shall submit a schedule to the City of how construction will proceed in the other areas of the project that do not require permits and/or easements. 6. Interpretations and Addenda 6.1.All questions about the meaning or intent of the Bidding Documents are to be directed to City in writing on or before 2 p.m., the Monday prior to the Bid opening. Questions received after this day may not be responded to. Interpretations or clarifications considered necessary by City in response to such questions will be issued by Addenda delivered to all parties recorded by City as having received the Bidding Documents. Only questions answered by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. Address questions to: City of Fort Worth 200 Texas Street Fort Worth, TX 76102 Attn: Suby Varughese, P.E., City of Fort Worth Water Department Fax: (817) 392-2585 Email: suby.varughese@fortworthtexas.gov. Phone: (817)392-7803 6.2.Addenda may also be issued to modify the Bidding Documents as deemed advisable by City. 6.3.Addenda or clarifications may be posted via the City's electronic document management and collaboration system at https://docs.b360.autodesk.com/shares/bfcba66d- 5d 9-4076-adOd-3086d627234e CITY OF FORT WORTH SANITARY SFWFR REHABILITATION,CONTRACT 94—PART 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMLNT-S City Project No 100421-2 Revised/Updated November 2,2021 0021 13 INSTRI%CIIONS 10 BIDDERS Page 6 of 10 6.4.A prebid conference may be held at the time and place indicated in the Advertisement or INVITATION TO BIDDERS. Representatives of City will be present to discuss the Project. Bidders are encouraged to attend and participate in the conference. City will transmit to all prospective Bidders of record such Addenda as City considers necessary in response to questions arising at the conference. Oral statements may not be relied upon and will not be binding or legally effective. 7. Bid Security 7.1.Each Bid must be accompanied by a Bid Bond made payable to City in an amount of five (5) percent of Bidder's maximum Bid price, on the form attached or equivalent, issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. 7.2.The Bid Bonds provided by a Bidder will be retained until the conditions of the Notice of Award have been satisfied. If the Successful Bidder fails to execute and return the Contract Documents within 14 days after the Notice of Award conveying same, City may consider Bidder to be in default, rescind the Notice of Award and act on the Bid Bond. Such action shall be City's exclusive remedy in the event Bidder is deemed to have defaulted. 8. Contract Times The number of days within which, or the dates by which, Milestones are to be achieved in accordance with the General Requirements and the Work is to be completed and ready for Final Acceptance is set forth in the Agreement or incorporated therein by reference to the attached Bid Form. 9. Liquidated Damages Provisions for liquidated damages are set forth in the Agreement. 10. Substitute and "Or-Equal" Items The Contract, if awarded,will be on the basis of materials and equipment described in the Bidding Documents without consideration of possible substitute or"or-equal" items. Whenever it is indicated or specified in the Bidding Documents that a"substitute" or"or- equal" item of material or equipment may be furnished or used by Contractor if acceptable to City, application for such acceptance will not be considered by City until after the Effective Date of the Agreement. The procedure for submission of any such application by Contractor and consideration by City is set forth in Paragraphs 6.05A., 6.05B. and 6.05C. of the General Conditions and is supplemented in Section 01 25 00 of the General Requirements. 11. Subcontractors, Suppliers and Others 11.1. In accordance with the City's Business Equity Ordinance No.25165-10-2021 the City has goals for the participation of minority business and/or women business enterprises in City contracts $100,000 or greater. See Section 00 45 40 for the M/WBE Project Goals and additional requirements. Failure to comply shall render the Bidder as non-responsive. Business Equity Ordinance No.25165-10-2021, as amended(replacing Ordinance No. 24534-1 1-2020), codified at: https:Hcodelibrary.amlegal.com/codes/ftworth/latest/ftworth tx/0-0-0-22593 CITY OF FORT WORII I SANITARY SFWFR RFI1ABILITATION.CONTRACT 94—PART 2 STANDARD CONS FRUCI-ION SPI:CIFICAIION DOCI;MHN IS City Project No 100421-2 Revised/Updated November 2.2021 0021 13 INSTRUCTIONS TO BIDDERS Page 7 of 10 11.2. No Contractor shall be required to employ any Subcontractor, Supplier, other person or organization against whom Contractor or City has reasonable objection. 12. Bid Form 12.1. The Bid Form is included with the Bidding Documents; additional copies may be obtained from the City. 12.2. All blanks on the Bid Form must be completed and the Bid Form signed in ink. Erasures or alterations shall be initialed in ink by the person signing the Bid Form. A Bid price shall be indicated for each Bid item, alternative, and unit price item listed therein. In the case of optional alternatives, the words "No Bid," "No Change," or "Not Applicable" may be entered. Bidder shall state the prices for which the Bidder proposes to do the work contemplated or furnish materials required. All entries shall be legible. 12.3. Bids by corporations shall be executed in the corporate name by the president or a vice-president or other corporate officer accompanied by evidence of authority to sign. The corporate seal shall be affixed. The corporate address and state of incorporation shall be shown below the signature. 12.4. Bids by partnerships shall be executed in the partnership name and signed by a partner, whose title must appear under the signature accompanied by evidence of authority to sign. The official address of the partnership shall be shown below the signature. 12.5. Bids by limited liability companies shall be executed in the name of the firm by a member and accompanied by evidence of authority to sign. The state of formation of the firm and the official address of the firm shall be shown. 12.6. Bids by individuals shall show the Bidder's name and official address. 12.7. Bids by joint ventures shall be executed by each joint venture in the manner indicated on the Bid Form. The official address of the joint venture shall be shown. 12.8. All names shall be typed or printed in ink below the signature. 12.9. The Bid shall contain an acknowledgement of receipt of all Addenda,the numbers of which shall be filled in on the Bid Form. 12.10. Postal and e-mail addresses and telephone number for communications regarding the Bid shall be shown. 12.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of Texas shall be provided in accordance with Section 00 43 37—Vendor Compliance to State Law Non Resident Bidder. CI fY OF FORT WORTH SANITARY SEWFR REHABILITATION.CONTRACT 94—PART 2 STANDARD CONSTRUCTION SPECIFICA I ION DOCUMENTS City Project No 100421-2 Revised/Updated November 2.2021 0021 13 INS TRUCI IONS'FO BIDDERS Page 8 of 10 13. Submission of Bids Bids shall be submitted on the prescribed Bid Form, provided with the Bidding Documents, at the time and place indicated in the Advertisement or INVITATION TO BIDDERS, addressed to Purchasing Manager of the City, and shall be enclosed in an opaque sealed envelope, marked with the City Project Number, Project title,the name and address of Bidder, and accompanied by the Bid security and other required documents. If the Bid is sent through the mail or other delivery system,the sealed envelope shall be enclosed in a separate envelope with the notation "BID ENCLOSED" on the face of it. 14. Withdrawal of Bids 14.1. Bids addressed to the Purchasing Manager and filed with the Purchasing Office may be withdrawn prior to the time set for bid opening. A request for withdrawal must be made in writing and delivered to the Purchasing Office to receive a time stamp prior to the opening of Bids. A timely withdrawn bid will be returned to the Bidder or, if the request is within one hour of bid opening, will not be read aloud and will thereafter be returned unopened. 14.2. In the event any Bid for which a withdrawal request has been timely filed has been inadvertently opened, said Bid and any record thereof will subsequently be marked "Withdrawn"and will be given no further consideration for the award of contract. 15. Opening of Bids Bids will be opened and read aloud publicly. An abstract of the amounts of the base Bids and major alternates(if any) will be made available to Bidders after the opening of Bids. 16. Bids to Remain Subject to Acceptance All Bids will remain subject to acceptance for a minimum of 90 days or the time period specified for Notice of Award and execution and delivery of a complete Agreement by Successful Bidder. City may, at City's sole discretion, release any Bid and nullify the Bid security prior to that date. 17. Evaluation of Bids and Award of Contract 17.1. City reserves the right to reject any or all Bids, including without limitation the rights to reject any or all nonconforming, nonresponsive, unbalanced or conditional Bids and to reject the Bid of any Bidder if City believes that it would not be in the best interest of the Project to make an award to that Bidder. City reserves the right to waive informalities not involving price, contract time or changes in the Work and award a contract to such Bidder. Discrepancies between the multiplication of units of Work and unit prices will be resolved in favor of the unit prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. Discrepancies between words and figures will be resolved in favor of the words. CI FY OF PORT WORlI I SANI FARY SMHR RLI IABILFFA IION.CONTRACT 94—PAR F 2 STANDARD C'ONS'IRUCIION SPF.CIFICAIION DOCUMF.NFS City Project No 100421-2 Revised/Updated November 2,2021 0021 13 INSTRUCTIONS TO BIDDERS Page 9 of 10 17.1.1. Any or all bids will be rejected if City has reason to believe that collusion exists among the Bidders, Bidder is an interested party to any litigation against City, City or Bidder may have a claim against the other or be engaged in litigation, Bidder is in arrears on any existing contract or has defaulted on a previous contract, Bidder has performed a prior contract in an unsatisfactory manner, or Bidder has uncompleted work which in the judgment of the City will prevent or hinder the prompt completion of additional work if awarded. 17.2. In addition to Bidder's relevant prequalification requirements, City may consider the qualifications and experience of Subcontractors, Suppliers, and other persons and organizations proposed for those portions of the Work where the identity of such Subcontractors, Suppliers, and other persons and organizations must be submitted as provided in the Contract Documents or upon the request of the City. City also may consider the operating costs,maintenance requirements, performance data and guarantees of major items of materials and equipment proposed for incorporation in the Work when such data is required to be submitted prior to the Notice of Award. 17.3. City may conduct such investigations as City deems necessary to assist in the evaluation of any Bid and to establish the responsibility, qualifications,and financial ability of Bidders, proposed Subcontractors, Suppliers and other persons and organizations to perform and furnish the Work in accordance with the Contract Documents to City's satisfaction within the prescribed time. 17.4. Contractor shall perform with his own organization, work of a value not less than 35%of the value embraced on the Contract, unless otherwise approved by the City. 17.5. If the Contract is to be awarded, it will be awarded to lowest responsible and responsive Bidder whose evaluation by City indicates that the award will be in the best interests of the City. 17.6. Pursuant to Texas Government Code Chapter 2252.001,the City will not award contract to a Nonresident Bidder unless the Nonresident Bidder's bid is lower than the lowest bid submitted by a responsible Texas Bidder by the same amount that a Texas resident bidder would be required to underbid a Nonresident Bidder to obtain a comparable contract in the state in which the nonresident's principal place of business is located. 17.7. A contract is not awarded until formal City Council authorization. If the Contract is to be awarded, City will award the Contract within 90 days after the day of the Bid opening unless extended in writing. No other act of City or others will constitute acceptance of a Bid. Upon the contract award, a Notice of Award will be issued by the City. 17.7.1.The contractor is required to fill out and sign the Certificate of Interested Parties Form 1295 and the form must be submitted to the Project Manager before the contract will be presented to the City Council. The form can be obtained at httas://www.ethics.state.tx.us/data/forms/1295/1295.pdf 17.8. Failure or refusal to comply with the requirements may result in rejection of Bid. 18. Signing of Agreement CITY OF FORT WORI11 SANITARY SEWER RIiIIABILITA I ION_CONTRACT 94—PART 2 STANDARD CONSTRUCTION SPLCIFICATION DOCUMENTS City Project No. 100421-2 RevisedJUpdated November 2,2021 00 21 13 INS"rRUCTIONS 10 BIDDERS Page 10 of 10 18.1. When City issues a Notice of Award to the Successful Bidder, it will be accompanied by the required number of unsigned counterparts of the Project Manual. Within 14 days thereafter, Contractor shall sign and deliver the required number of counterparts of the Project Manual to City with the required Bonds,Certificates of Insurance, and all other required documentation. 18.2. City shall thereafter deliver one fully signed counterpart to Contractor. END OF SECTION CI I OF FORT WORTH SANITARY SFWLR REHABILITATION_CONTRACT 94—PARK 2 STANDARD CONSTRUCTION SPFCFICATION DOCUMENTS City Project No 100421-2 Revised/Updated November 2.2021 00 35 13 CONFLICT OF INTEREST STATEMENT Page 1 of 1 SECTION 00 35 13 CONFLICT OF INTEREST STATEMENT Each bidder, offeror or respondent to a City of Fort Worth procurement is required to complete a Conflict of Interest Questionnaire or certify that one is current and on file with the City Secretary's Office pursuant to state law. If a member of the Fort Worth City Council, any one or more of the City Manager or Assistant City Managers, or an agent of the City who exercise discretion in the planning, recommending, selecting or contracting with a bidder, offeror or respondent is affiliated with your company, then a Local Government Officer Conflicts Disclosure Statement (CIS) may be required. You are urged to consult with counsel regarding the applicability of these forms and Local Government Code Chapter 176 to your company. The referenced forms may be downloaded from the links provided below. Form CIQ (Conflict of Interest Questionnaire) state.tx.us) https://www.ethics.state.tx.us/data/forms/conflict/CIS.pdf CIQ Form does not apply ❑ CIQ Form is on file with City Secretary ❑ CIQ Form is being provided to the City Secretary ❑ CIS Form does not apply ❑ CIS Form is on File with City Secretary ❑ CIS Form is being provided to the City Secretary BIDDER: II &I-V R & D Burns Brothers, Inc By: raKALU PO BOX 786 Signature: Burleson, Texas 76097 Title: President END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 24,2020 00 41 00 Bid Proposal Workbook 0041 00 BID FORM Page 1 of 3 SECTION 00 41 00 BID FORM TO: The Purchasing Manager c/o:The Purchasing Division 200 Texas Street City of Fort Worth, Texas 76102 FOR: SANITARY SEWER REHABILITATION, CONTRACT 94—PART 2 City Project No.: 100421-2 Units/Sections: 1. Enter Into Agreement The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City in the form included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER Acknowledgements and Certification 2.1. In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and INSTRUCTIONS TO BIDDERS, including without limitation those dealing with the disposition of Bid Bond. 2.2. Bidder is aware of all costs to provide the required insurance, will do so pending contract award, and will provide a valid insurance certificate meeting all requirements within 14 days of notification of award. 2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group, association, organization, or corporation. 2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid. 2.5. Bidder has not solicited or induced any individual or entity to refrain from bidding. 2.6. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract. For the purposes of this Paragraph: a. "corrupt practice" means the offering, giving, receiving, or soliciting of any thing of value likely to influence the action of a public official in the bidding process. b. "fraudulent practice" means an intentional misrepresentation of facts made (a)to influence the bidding process to the detriment of City(b)to establish Bid prices at artificial non-competitive levels, or(c)to deprive City of the benefits of free and open competition. c. "collusive practice" means a scheme or arrangement between two or more Bidders,with or without the knowledge of City, a purpose of which is to establish Bid prices at artificial, non-competitive levels. CITY OF FORT WORTH SANITARY SEWER REHABILITATION,CONTRACT 94—PART 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100421-2 Revised 9/30/2021 0041 00 BID FORM Page 2 of 3 d. "coercive practice" means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the bidding process or affect the execution of the Contract. 3. Prequalification The Bidder acknowledges that the following work types must be performed only by prequalified contractors and subcontractors: a. Sanitary Sewer Improvements 10 inches and smaller b. CCTV inspection 10" and smaller c. Epoxy MH liner(Warren Environ mental or Chesterton) d. e. f. 9• h. 4. Time of Completion 4.1. The Work will be complete for Final Acceptance within 210 days after the date when the the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 4.2. Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work{and/or achievement of Milestones}within the times specified in the Agreement. 5. Attached to this Bid The following documents are attached to and made a part of this Bid: a. This Bid Form, Section 00 41 00 b. Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. c. Proposal Form, Section 00 42 43 d. Vendor Compliance to State Law Non Resident Bidder, Section 00 43 37 e. MWBE Forms (optional at time of bid) f. Prequalification Statement, Section 00 45 12 g. Conflict of Interest Affidavit, Section 00 35 13 *If necessary, CIQ or CIS forms are to be provided directly to City Secretary h. Any additional documents that may be required by Section 12 of the Instructions to Bidders CITY OF FORT WORTH SANITARY SEWER REHABILITATION,CONTRACT 94—PART 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100421-2 Revised 9/30/2021 0041 00 BID FORM Page 3 of 3 6. Total Bid Amount 6.1. Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. In the space provided below, please enter the total bid amount for this project. Only this figure will be read publicly by the City at the bid opening. 6.2. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is subject to verification and/or modification by multiplying the unit bid prices for each pay item by the respective estimated quantities shown in this proposal and then totaling all of the extended amounts. 6.3. Evaluation of Alternate Bid Items <use this if applicable, otherwise delete> Total Base Bid <use this if applicable, otherwise delete $0.00 Alternate Bid <use this if applicable, otherwise delete> $0.00 Deductive Alternate<use this if applicable, otherwise $0.00 Additive Alternate <use this if applicable, otherwise $0.00 14S Total Bid $ J 0-7 0 � ��L 7. Bid Submittal This Bid is submitted on by the entity named below. Respectfully s mitted, Receipt is acknowledged of the Initial following Addenda: By: Addendum No. 1: (Signature) Addendum No. 2: Addendum No. 3: Donald Burns Addendum No. 4: (Printed Name) Title: President Company: R&D Burns Brothers, Inc. Corporate Seal: Address: PO BOX 786 Burleson, Texas 76097 State of Incorporation: Texas Email: rdburnsbros@sbcglobal.net Phone: 817-447-0292 END OF SECTION CITY OF FORT WORTH SANITARY SEWER REHABILITATION,CONTRACT 94—PART 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100421-2 Revised 9/30/2021 00 42 43 BID PROPOSAL Page 1 of 2 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item Specification Section Unit of Bid Description Unit Price Bid Value No. No. Measure Quantity 1 3331.4115 8" Sewer Pipe PVC SDR-26,Acceptable Backfill 333120 LF 2178 $129.00 $280,962.00 2 3331.4119 8"DIP Sewer Pipe with Protecto 401 Coating 33 11 10 LF 645 $174.00 $112,230.00 3 3331.4201 10"Sewer Pipe PVC SDR-26,Acceptable Backfill 33 31 20 LF 1465 $139.00 $203,635.00 4 3331.420510"DIP Sewer Pipe with Protecto 401 Coating 33 11 10 LF 569 $194.00 $110,386.00 5 3305.1002 16"Steel Casing by Open Cut 33 05 10 LF 200 $250.00 $50,000.00 3339.0001 Epoxy Manhole Liner(Warren Environmental or 33 39 60 VF 172 6 Chesterton) $425.00 $73,100.00 7 3339.1001 4'Manhole 33 39 20,33 39 20 EA 20 $7,000.00 $140,000.00 8 3339.1002 Drop 4'Manhole 33 39 20,33 39 20 EA 5 $8,500.00 $42,500.00 9 3339.1003 4'Extra Depth Manhole 33 39 20,33 39 20 VF 118 $300.00 $35,400.00 10 3331.3102 4"Sewer Service with 2-way Cleanouts 3331 50 EA 22 $2,000.00 $44,000.00 11 3331.3105 4"PVC Private Service Relocation 33 31 50 LF 500 $65.00 $32,500.00 12 0171.0101 Construction Staking 01 7123 LS 1 $12,500.00 $12,500.00 13 0171.0102 Red Line As-Built Survey 017123 LS 1 $6,500.00 $6,500.00 14 0241.2001 Abandon Existing Sewer Line with Flowable Fill 02 41 14 CY 120 $380.00 $45,600.00 15 0241.210512"Sewer Abandonment Plug 02 41 14 EA 2 $500.00 $1,000.00 16 0241.2201 Remove 4'Sewer Manhole 02 41 14 EA 15 $750.00 $11,250.00 17 0241.5001 Abandon Manhole 02 41 14 EA 3 $750.00 $2,250.00 18 3110.0102 6"-12"Tree Removal 31 10 00 EA 8 $750.00 $6,000.00 19 3110.0103 12"-18"Tree Removal 31 10 00 EA 6 $1,000.00 $6,000.00 20 3110.010418"-24"Tree Removal 311000 EA 1 $1,500.00 $1,500.00 21 3110.0105 24"and larger Tree Removal 31 10 00 EA 1 $2,000.00 $2,000.00 22 3125.0101 SWPPP>=1 acre 31 25 00 LS 1 $15,000.00 $15,000.00 23 3136.0104 Twisted Gabion Mattresses 313600 CY 154 $1,300.00 $200,200.00 24 3201.0113 6'Wide Asphalt Pvmt Repair,Residential 32 01 17 LF 160 $155.00 $24,800.00 25 3201.0302 3"Extra Width Asphalt Pavement Repair 32 01 17 SY 10 $50.00 $500.00 26 3201.0614 Conc Pvmt Repair,Residential 32 01 29 SY 226 $200.00 $45,200.00 27 3213.0102 7"Concrete Pavement 32 13 13 SY 222 $190.00 $42,180.00 28 3213,0401 6"Concrete Driveway 32 13 20 SF 80 $25.00 $2,000.00 29 3216.0101 6"Conc Curb and Gutter 32 16 13 LF 180 $90.00 $16,200.00 30 3231.0121 4'Chain Link Fence,Aluminium 32 31 13 LF 30 $60.00 _$1,800.00 31 3231.0122 5'Chain Link Fence,Aluminium 32 31 13 LF 180 $70.00 $12,600.00 32 3231.0123 6'Chain Link Fence,Aluminium 32 31 13 LF 10 $100.00 $1,000.00 33 3231.0124 8'Chain Link Fence,Aluminium 32 31 13 LF 100 $120.00 $12,000.00 34 3231.0131 4'Wrought Iron Fence 32 31 13 LF 100 $100.00 $10,000.00 35 3231.0213 5'Wire Mesh Fence,Metal Posts 32 31 26 LF 50 $75.00 $3,750.00 36 3231.0412 6'Fences,Wood 32 31 29 LF 50 $85.00 $4,250.00 37 3291.0100 Topsoil 32 91 19 CY 60 $100.00 $6,000.00 38 3292.0100 Block Sod Placement 329213 SY 250 $30.00 $7,500.00 39 3292.0400 Seeding,Hydromulch 32 92 13 SY 7000 $6.00 $42,000.00 40 3301.0001 Pre-CCTV Inspection 330131 LF 3357 $6.00 $20,142.00 41 3301.0002 Post-CCTV Inspection 33 01 31 LF 4857 $6.00 $29,142.00 42 3301.0101 Manhole Vacuum Testing 33 01 30 EA 24 $300.00 $7,200.00 43 3305.0103 Exploratory Excavation of Existing Utilities 33 05 30 EA 9 $1,500.00 $13,500.00 44 3305.0109 Trench Safety 3305 10 LF 4857 $1.00 $4,857.00 45 3305.0112 Concrete Collar 33 05 17 EA 24 $1,000.00 $24,000.00 46 3305.0110 Utility Markers 33 05 26 LS 1 $2,500.00 $2,500.00 47 3305.0202 Imported Embedment/Backfill,CSS 33 05 10 CY 350 $125.00 $43,750.00 48 3305.0203 Imported Embedment/Backfill,CLSM 33 05 10 CY 500 $230.00 $115,000.00 49 3305.0207 Imported Embedment/Backfill,Select Fill 33 05 10 CY 200 $80.00 $16,000.00 CITY OF FORT WORTH SANITARY SEWER REHABILITATION,CONTRACT 94-PART2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100421-2 Revised 9/30/2021 00 42 43 BID PROPOSAL Page 2 of 2 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item Specification Section Unit of Bid Description Unit Price Bid Value No. No. Measure Quantity 50 3471.0001 Traffic Control 347113 M0 4 $3,500.06 $14,000.00 51 9999.0001 Sewer Construction Allowance 00 00 00 LS 1 $80,000.00 $80,000.00 52 Tree Mitigation IS 1 $10,000.00 $10,000.00 53 Tree Protection EA 80 1 $300.00 $24.000.00 TOTAL $2,070,384.00 CITY OF FORT WORTH SANITARY SEWER REHABIIATATION,CONTRACT 94—PART2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100421.2 Revised 9/302021 MERCHANT BONDING COMPANYT. MERCHANTS BONDING COMPANY(MUTUAL) P.O. BOX 14498, DES MOINES, IOWA S0306-3498 PHONE: (800) 678-8171 FAX: (S1S) 243-38S4 BID BOND PUBLIC WORK Bond No. Bid Bond KNOW ALL PERSONS BY THESE PRESENTS: That R&D Burns Brothers,Inc. (hereinafter called the Principal) as Principal, and the Merchants Bonding Company(Mutual) (hereinafter called Surety), as Surety, are held and firmly bound to City of Fort Worth 200 Texas Street,Fort Worth,TX 76102 (hereinafter called the Obligee) in the full and just sum of( 5%G.A.B. ) Five Percent of the Greatest Amount Bid Dollars good and lawful money of the United States of America, to the payment of which sum of money well and truly to be made, the Principal and Surety bind themselves, their heirs, executors, administrators, successors and assigns,jointly and severally, firmly by these presents. Signed and dated this 25th day of August 2022 THE CONDITION OF THIS OBLIGATION IS SUCH, that, if the Obligee shall make any award to the Principal for Sanitary Sewer Rehabilitation-Contract 94,Part 2 according to the terms of the proposal or bid made by the Principal therefore, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award, and shall give bond for the faithful performance thereof with the Merchants Bonding Comnany(Mutual) , as Surety, or with other Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure to do so, pay to the Obligee the damages which the Obligee may suffer by reason of such failure, not exceeding the penalty of this bond, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect. IN TESTIMONY WHEREOF, the Principal and Surety have caused these presents to be duly signed and sealed. Witness: D Bums Brothers,Inc. nncipal By Attest: M hants Bonding Co any(Mutual) By Payto anchard,Attorney-in-Fact CON 0333(2/15) MERCHANT BONDING COMPANY. POWER OF ATTORNEY Know All Persons By These Presents,that MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING,INC., both being corporations of the State of Iowa(herein collectively called the"Companies")do hereby make,constitute and appoint,individually, Allison C Lueck;Bryan Simpson;Cadda E Eary;Donna French;Donna Martinez;Gwendolyn Johnston;H E Wilkins;James R Reid;Jessica Turner; Julie Lindsey;Kay Blair;Lindsay Senior Gingras;Marie Reyna;Markham Paukune;Minnie Ortiz;Payton Blanchard;Ralph E French;Sandra Fuller; Shane Smith;Shawn Blacklock;Sherri Collins;Tina LaValley;William Blanchard;William Mitchell Jennings their true and lawful Attorney(s)-in-Fact, to sign its name as surety(ies) and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. This Power-of-Attorney is granted and is signed and sealed by facsimile under and by authority of the following By-Laws adopted by the Board of Directors of Merchants Bonding Company (Mutual) on April 23, 2011 and amended August 14, 2015 and adopted by the Board of Directors of Merchants National Bonding,Inc.,on October 16,2015. "The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys-in-Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings,recognizances,contracts of indemnity and other writings obligatory in the nature thereof." "The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company,and such signature and seal when so used shall have the same force and effect as though manually fixed." In connection with obligations in favor of the Florida Department of Transportation only,it is agreed that the power and aut hority hereby given to the Attorney-in-Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only,it is agreed that the power and authority hereby given to the Attorney-in-Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner- Department of Highways of the Commonwealth of Kentucky at least thirty(30)days prior to the modification or revocation. In Witness Whereof,the Companies have caused this instrument to be signed and sealed this 16th day of December 2021 •'•SON••'• .•--••. K R 0 : O FIPO q • MERCHANTS BONDING COMPANY(MUTUAL.) :l`y VO PO 4�''•'l. ••�;VO 9'�J•yam; MERCHANT NATIONAL BONDING,INC. 2003 ;�4) :y; 1933 :'c: By ',••� •.......••�'••. ••d��.. ..•\1�� President STATE OF IOWA ••. 1 .•• ••. COUNTY OF DALLAS ss. •���'��"�� •• On this 16th day of December 2021 before me appeared Larry Taylor, to me personally known,who being by me duly sworn did say that he is President of MERCHANTS BONDING COMPANY(MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing instrument are the Corporate Seals of the Companies;and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. A�VSk►A4 s POLLY MASON 0 > Commission Number 750576 °°°° My Commission Expires � P January 07,2023 Notary Public (Expiration of notary's commission does not invalidate this instrument) I,William Warner,Jr.,Secretary of MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING,INC.,do hereby certify that the above and foregoing is a true and correct copy of the POWER-OF-ATTORNEY executed by said Companies,which is still in full force and effect and has not been amended or revoked. In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this 25th day of August 2022 ;hy;�oapoRq�.oZ. ;•�.VO Aa+;;.�� _ 'a 1933 C• Secretary v. 2003 POA 0018 (1/20) MERCHANT�S� BONDING COMPANY, MERCHANTS BONDING COMPANY(MUTUAL) P.O. BOX 14498, DES MOINES, IOWA 50306-3498 PHONE: (800) 678-8171 FAX: (515) 243-3854 IMPORTANT NOTICE To obtain information or make a complaint: You may contact your insurance agent at the telephone number provided by your insurance agent. You may call Merchants Bonding Company(Mutual) toll-free telephone number for information or to make a complaint at: 1-800-678-8171 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 at: P. O. Box 149104 Austin, TX 78714-9104 Fax: (512)490-1007 Web: www.tdi.texas.gov E-mail: ConsumerProtection@tdi.texas.gov PREMIUM AND CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the agent first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. SUP 0032 TX(2/15) 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 nonresident's 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. BIDDER: JBy: Donald Burns (Signature) Title: President Date: 8/25/2022 END OF SECTION CITY OF FORT WORTH SANITARY SEWER REHABILITATION,CONTRACT 94—PART 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100421-2 Revised 9/30/2021 0045 11 -I BIDDERS PREQUALIFICATIONS Page I of3 1 SECTION 00 45 11 2 BIDDERS PREQUALIFICATIONS 3 4 1. Summary. A Bidder or their designated subcontractors are required to be prequalified or 5 have applied for prequalification by the City for the work types requiring prequalification 6 prior to submitting bids. To be considered for award of contract the Bidder must submit 7 Section 00 45 12, PREQUALIFICATION STATEMENT for the work type(s) listed with 8 their Bid.Any contractor or subcontractor who is not prequalified for the work type(s) Listed 9 must submit Section 00 45 13, PREQUALIFICATION APPLICATION in accordance with 10 the requirements below. The information must be submitted seven (7)days prior to the 1 1 date of the opening of bids.Subcontractors must follow the same timelines as contractors 12 for obtaining prequalification review. Bidders or Subcontractors who are notprequalified at 13 the time bids are opened and reviewed may cause the bid to be rejected. 14 15 16 The prequalification process will establish a bid limit based on a technical evaluation and 17 financial analysis of the contractor. For example,a contractor wishing to submit bidson 18 projects to be opened on the 7th of April must file the information by the 31 st day of March 19 in order to eligible to work on these projects. In order to facilitate the approval of aBidder's 20 Prequalification Application,the following must accompany the submission. 21 a. A complete set of audited or reviewed financial statements. 22 (1) Classified Balance Sheet 23 (2) Income Statement 24 (3) Statement of Cash Flows 25 (4) Statement of Retained Earnings 26 (5) Notes to the Financial Statements, if any 27 b. A certified copy of the firm's organizational documents(Corporate Charter,Articles 28 of Incorporation, Articles of Organization,Certificate of Formation, LLC 29 Regulations, and Certificate of Limited Partnership Agreement). 30 c. A completed Bidder Prequalification Application. 31 (1) The firm's Texas Taxpayer Identification Number as issued by the Texas 32 Comptroller of Public Accounts. To obtain a Texas Taxpayer Identification 33 number visit the Texas Comptroller of Public Accounts online at the 34 following web address www.window.state.tx.us/taxpermit/and fill out the 35 application to apply for your Texas tax ID. 36 (2) The firm's e-mail address and fax number. 37 (3) The firm's DUNS number as issued by Dun& Bradstreet. This number 38 is used by the City for required reporting on Federal Aid projects. The DUNS 39 number may be obtained at www.dnb.com. 40 d. Resumes reflecting the construction experience of the principles of the firm for firms 41 submitting their initial prequalification.These resumes should include the sizeand 42 scope of the work performed. 43 e. Other information as requested by the City. 44 45 2. Prequalification Requirements 46 a. Financial Statements. Financial statement submission must be provided in 47 accordance with the following: 48 (1) The City requires that the original Financial Statement or a certified copy 49 be submitted for consideration. CITY OF FORT WORT H SANITARY SEWER RHIABILFFATION,CONTRACT 94—PART 2 S FANDARD CONS IRUCFION SPICIFICA FION DOCUMENTS City Project No 100421-2 Revised August 13.2021 � 0045 it -2 BIDDERS PRF.QUALIFICATIONS Pagel of3 l (2) To be satisfactory,the financial statements must be audited or reviewed 2 by an independent,certified public accounting firm registered and in 3 good standing in any state. Current Texas statues also require that 4 accounting firms performing audits or reviews on business entities within 5 the State of Texas be properly licensed or registered with the Texas State 6 Board of Public Accountancy. 7 (3) The accounting firm should state in the audit report or review whether 8 the contractor is an individual,corporation, or limited liability company. 9 (4) Financial Statements must be presented in U.S. dollars at the current rate 10 of exchange of the Balance Sheet date. 11 (5) The City will not recognize any certified public accountant as 12 independent who is not, in fact, independent. 13 (6) The accountant's opinion on the financial statements of the contracting 14 company should state that the audit or review has been conducted in 15 accordance with auditing standards generally accepted in the United 16 States of America.This must be stated in the accounting firm's opinion. 17 It should: (1) express an unqualified opinion,or(2) express a qualified 18 opinion on the statements taken as a whole. 19 (7) The City reserves the right to require a new statement at anytime. 20 (8) The financial statement must be prepared as of the last day of any month, 21 not more than one year old and must be on file with the City 16 months 22 thereafter, in accordance with Paragraph 1. 23 (9) The City will determine a contractor's bidding capacity for the purposes 24 of awarding contracts. Bidding capacity is determined by multiplying the 25 positive net working capital (working capital =current assets—current 26 liabilities)by a factor of 10. Only those statements reflecting a positive 27 net working capital position will be considered satisfactory for 28 prequalification purposes. 29 (10) In the case that a bidding date falls within the time a new financial 30 statement is being prepared,the previous statement shall be updated with 31 proper verification. 32 b. Bidder Prequalificalion Applicalion. A Bidder Prequalification Application mustbe 33 submitted along with audited or reviewed financial statements by firms wishing to be 34 eligible to bid on all classes of construction and maintenance projects.Incomplete 35 Applications will be rejected. 36 (1) In those schedules where there is nothing to report, the notation of 37 "None" or"N/A"should be inserted. 38 (2) A minimum of five(5) references of related work must be provided. 39 (3) Submission of an equipment schedule which indicates equipment under 40 the control of the Contractor and which is related to the type of work for 41 which the Contactor is seeking prequalification. The schedule must 42 include the manufacturer, model and general common description of 43 each piece of equipment.Abbreviations or means of describing 44 equipment other than provided above will not be accepted. 45 46 3. Eligibility for Award of Contract 47 a. The City shall be the sole judge as to a contractor's prequalification. 48 b. The City may reject, suspend, or modify any prequalification for failure by the 49 contractor to demonstrate acceptable financial ability or performance. 50 c. The City will issue a letter as to the status of the prequalification approval. CITY OF FORT WORT I I SANITARY SEWER REI I ABILI I AI-ION,CON"IRACf 94—PART 2 STANDARD CONS'IRUCTION SPFCIFICA I ION DOCUMIIN S Rex iced August 13,2021 City Project No 100421-2 0045II -3 BIDDERS PREQUALIFICATIONS Page 3 of 3 1 d. If a contractor has a valid prequalification letter,the contractor will be eligible to 2 perform the prequalified work types until the expiration date stated in the letter. 3 4 5 6 7 8 END OF SECTION 9 CITY OF FORT WORTH SANH ARY SEWER REHABILITATION,CONTRACT 94—PAR1 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 13.2021 City Project No 100421 00 45 12 PREQUALIFICATION STATEMENT Page 1 of 1 SECTION 00 45 12 PREQUALIFICATION STATEMENT Each Bidder for 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 Type Contractor/Subcontractor Company Name Prequalification Expiration Date Sanitary Sewer Improvements R& D Burns Brothers, Inc 4/30/202.3 10 inches and smaller CCTV inspection 10"and smaller ACE Pipe Cleaning Inc 2/28/2023 Epoxy MH finer(Warren ACE Pipe Cleaning Inc 2/28/2023 Environ mental or Chesterton) 0 0 0 0 0 The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: R&D Burns Brothers, Inc. B : Donald Burns PO BOX 786 Burleson, Texas 76097 (Signature) 0 Title: President Date: U END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 09/30/2021 00 41 00 Bid Proposal Workbook FORT WORTH SECTION 00 45 13 PREQUALIFICATION APPLICATION Date of Balance Sheet Mark only one: Individual Limited Partnership Name under which you wish to qualify General Partnership Corporation Limited Liability Company Post Office Box City State Zip Code Street Address (required) City State Zip Code Telephone Fax Email Texas Taxpayer Identification No. Federal Employers Identification No. DUNS No. (if applicable) Email/mail this questionnaire along with financial statements to the appropriate group below. A separate submittal is required for water/sewer, paving, and lighting: Work Category—Water Dept-Water/sewer Work Category—TPW Paving Work Category—TPW Ped/Rdwy Lighting john.kasavicha,FortWorthTexas.jov Alicia.Garciaa fortworthtexas.gov clint.hoovernfortworthtexas.?ovv Fort Worth Water Department Engineering and City of Fort Worth Transportation and Public City of Fort Worth TPW Transportation Fiscal Services Division 200 Texas St. Fort Works Dept. 8851 Camp Bowie West Blvd, Fort Management Attn:Clint Hoover,P.E.5001 Worth,TX 76102 Worth.Texas 76116 Attn: Alicia Garcia .lames Ave. Fort Worth.TX 76115 *Financial Statements must be mailed. Mark the envelope: "Bidder Prequalification Application" 0045 13-2 BIDDER PREQUALIFICAIION APPLICATION Page 2 of 8 BUSINESS CLASSIFICATION The following should be completed in order that we may properly classify your firm: (Check the block(s) which are applicable—Block 3 is to be left blank if Block 1 and/or Block 2 is checked) Has fewer than 100 employees and/or Has less than $6,000,000.00 in annual gross receipts OR Does not meet the criteria for being designated a small business as provided in Section 2006.001 of the Texas Government Code. The classification of your firm as a small or large business is not a factor in determining eligibility to become prequalified. Select major work categories for which you would like to be prequalified(City may deem you are not qualified for selected category or may approve you at a lesser size/length and maximum size may not be listed specifically under a major work category): MAJOR WORK CATEGORIES Water Department Augur Boring- 24-inch diameter casing and less Augur Boring- Greater than 24-inch diameter casing and greater Tunneling—36-Inches—60—inches,and 350 LF or less Tunneling- 36-Inches—60—inches, and greater than 350 LF Tunneling—66"and greater, 350 LF and greater Tunneling—66"and greater, 350 LF or Less Cathodic Protection Water Distribution, Development, 8-inch diameter and smaller Water Distribution, Urban and Renewal, 8-inch diameter and smaller Water Distribution, Development, 12-inch diameter and smaller Water Distribution, Urban and Renewal, 12-inch diameter and smaller Water Transmission, Development, 24-inches and smaller Water Transmission, Urban/Renewal, 24-inches and smaller Water Transmission, Development, 42-inches and smaller Water Transmission, Urban/Renewal, 42-inches and smaller Water Transmission, Development, All Sizes Water Transmission, Urban/Renewal, All Sizes Sewer Bypass Pumping, 18-inches and smaller Sewer Bypass Pumping, 18-inches—36-inches Sewer Bypass Pumping 42-inches and larger CCTV, 8-inches and smaller CCTV, 12-inches and smaller CCTV, 18-inches and smaller CCTV, 24-inches and smaller C1 FY OF FORT WORT 11 SANI I ARY SEWER RF:I IABILI I A IION_CON]RACT 94—PART 2 S'I ANDARD CONSTRUCTION SPECIFICATION DOCt;MEN I S City Project No 100421-2 Rev iscd August 13,2021 0045 13-3 BIDDER PRFQUALIFICATION APPLICATION Page 3 of 8 MAJOR WORK CATEGORIES, CONTINUED CCTV,42-inches and smaller CCTV,48-inches and smaller Sewer CIPP, 12-inches and smaller Sewer CIPP, 24-inches and smaller Sewer CIPP, 42-inches and smaller Sewer CIPP, All Sizes Sewer Collection System, Development, 8-inches and smaller Sewer Collection System, Urban/Renewal, 8-inches and smaller Sewer Collection System, Development, 12-inches and smaller Sewer Collection System, Urban/Renewal, 12-inches and smaller Sewer Interceptors, Development, 24-inches and smaller Sewer Interceptors, Urban/Renewal,24-inches and smaller Sewer Interceptors, Development, 42-inches and smaller Sewer Interceptors, Urban/Renewal,42-inches and smaller Sewer Interceptors, Development, 48-inches and smaller Sewer Interceptors, Urban/Renewal,48-inches and smaller Sewer Pipe Enlargement 12-inches and smaller Sewer Pipe Enlargement 24-inches and smaller Sewer Pipe Enlargement, All Sizes Sewer Cleaning, 24-inches and smaller Sewer Cleaning, 42-inches and smaller Sewer Cleaning, All Sizes Sewer Cleaning, 8-inches and smaller Sewer Cleaning, 12-inches and smaller Sewer Siphons 12-inches or less Sewer Siphons 24-inches or less Sewer Siphons 42-inches or less Sewer Siphons All Sizes Transportation Public Works Asphalt Paving Construction/Reconstruction (LESS THAN 15,000 square yards) Asphalt Paving Construction/Reconstruction(15,000 square yards and GREATER) Asphalt Paving Heavy Maintenance(UNDER$1,000,000) Asphalt Paving Heavy Maintenance($1,000,000 and OVER) Concrete Paving Construction/Reconstruction (LESS THAN 15,000 square yards)* Concrete Paving Construction/Reconstruction (15,000 square yards and GREATER)* Roadway and Pedestrian Lighting NOTE *There is not a prequalification requirement for installation of concrete sidewalk, curb& gutter, driveways, and panel replacement, only concrete paving CITY OF FORT WORT 11 SANI"FARY SEWER RI;HABILFFATION,CONTRACT 94—PART 2 SI ANDARD CONSTRUCTION SPECIFICATION DOCUMENT'S City Project No.100421-2 Revised August 13.2021 004513-4 L31DDF:R PRLQUALIFICA'FION APPLICAI-ION Page 4 of 8 1. List equipment you do not own but which is available by renting DESCRIPTION OF EQUIPMENT NAME AND DETAILED ADDRESS OF OWNER 2. How many years has your organization been in business as a general contractor under your present name? List previous business names: 3. How many years of experience in construction work has your organization had: (a) As aGeneral Contractor: (b) As a Sub-Contractor: 4. *What projects has your organization completed in Texas and elsewhere? CLASS LOCATION NAME AND DETAILED CONTRACT OF DATE CITY-COUNTY- ADDRESS OF OFFICIAL TO AMOUNT WORK COMPLETED STATE WHOM YOU REFER If requalifying only show work performed since last statement. 5.Have you ever failed to complete any work awarded to you? If so, where and why? 6.Has any officer or owner of your organization ever been an officer of another organization that failed to complete a contract? If so, state the name of the individual, other organization and reason. 7.Has any officer or owner of your organization ever failed to complete a contract executed in his/her name? If so, state the name of the individual, name of owner and reason. CITY OF FOR F WORT I I SANITARY SL.W I.R RGI 1 ABILI I ATION.CONTRACT 94—PART 2 STANDARD CONSTRUCTION SPLCIFICAIION DOCUMIXI'S City Project No. 100421-2 Revised August 13.2021 0045 13-5 BIDDER PREQUALIF[CATION APPLICATION Page 5 of 8 8. In what other lines of business are you financially interested? 9. Have you ever performed any work for the City? If so, when and to whom do you refer? 10. State names and detailed addresses of all producers from whom you have purchased principal materials during the last three years. NAME OF FIRM OR COMPANY DETAILED ADDRESS 11. Give the names of any affiliates or relatives currently debarred by the City. Indicate your relationship to this person or firm. 12. What is the construction experience of the principal individuals in your organization? PRESENT MAGNITUDE POSITION OR YEARS OF AND TYPE OF IN WHAT NAME OFFICE EXPERIENCE WORK CAPACITY 13. If any owner, officer,director,or stockholder of your firm is an employee of the City,or shares the same household with a City employee, please list the name of the City employee and the relationship. In addition,list any City employee who is the spouse, child,or parent of an owner, officer, stockholder, or director who does not live in the same household but who receives care and assistance from that person as a direct result of a documented medical condition. This includes foster children or those related by adoption or marriage. CITY OF FORT WORTH SANITARY SEWER RFHABILITATION,CONTRACT 94—PART 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100421-2 Revised August 13.2021 004> 13-6 BIDDER PRI:Qt:AL1l:ICAI-ION APPLICATION Page 6 of 8 CORPORATION BLOCK PARTNERSHIP BLOCK If a corporation: If a partnership: Date of Incorporation State of Organization Charter/File No. Date of organization President Is partnership general, limited, or registered limited liability partnership? Vice Presidents File No. (if Limited Partnership) General Partners/Officers Secretary Limited Partners(if applicable) Treasurer LIMITED LIABILITY COMPANY BLOCK If a corporation: State of Incorporation Date of organization File No. Individuals authorized to sign for Partnership Officers or Managers(with titles, if any) Except for limited partners,the individuals listed in the blocks above are presumed to have full signature authority for your firm unless otherwise advised. Should you wish to grant signature authority for additional individuals, please attach a certified copy of the corporate resolution, corporate minutes, partnership agreement, power of attorney or other legal documentation which grants this authority. CITY OF:FORT WORT it SANITARY SEWER REI IABILII AIION.CONTRAC"I 94—PART 2 STANDARD CONSTRUCTION SPECIFICATION DOC"v11iN"I S City Protect No 100421-2 Revised August 13.2021 0045 13-7 BIDDER PREQUALIPICAT[ON APPLICATION Page 7 of 8 14. Equipment $ TOTAL Similar types of equipment may be lumped together. If your firm has more than 30 types of equipment, you may show these 30 types and show the remainder as "various". The City, by allowing you to show only 30 types of equipment, reserves the right to request a complete,detailed list of all your equipment. The equipment list is a representation of equipment under the control of the firm and which is related to the type of work for which the firm is seeking qualification. In the description include, the manufacturer, model,and general common description of each. BALANCESHEET ITEM QUANTITY ITEM DESCRIPTION VALUE 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 Various- TOTAL CITY OT E ORT WORT H SANITARY SEWER REHABILITATION.CONTRACT 94—PART 2 STANDARD CONSTRUCTION SPF.CIFIC:AIION DOCUMENTS City Project No 100421-2 Revised August 13,2021 0045 13-8 BIDDER PREQUALIFICAIION APPLICAI-ION Page 8 of 8 BIDDER PREQUALIFICATION AFFIDAVIT STATE OF COUNTY OF The undersigned hereby declares that the foregoing is a true statement of the financial condition of the entity herein first named, as of the date herein first given; that this statement is for the express purpose of inducing the party to whom it is submitted to award the submitter a contract; and that the accountant who prepared the balance sheet accompanying this report as well as any depository, vendor or any other agency herein named is hereby authorized to supply each party with any information, while this statement is in force, necessary to verify said statement. being duly sworn, deposes and says that he/she is the of , the entity described in and which executed the foregoing statement that he/she is familiar with the books of the said entity showing its financial condition; that the foregoing financial statement taken from the books of the said entity as of the date thereof and that the answers to the questions of the foregoing Bidder Prequalification Application are correct and true as of the date of thisaffidavit. Firm Name: Signature: Sworn to before me this day of Notary Public Notary Public must not be an officer, director,or stockholder or relative thereof. CITY OF FORD WORT II SANITARY SI.WIR REIIABILI I AIION.CONTRAC 1'94—PART 2 STANDARD CONS RUC ION SPECIFICA IION DOCUMLLNTS Cite Project No. 100421-2 Revised August 13.2021 00 4S 26- 1 CONTRACTOR COMPLIANCE WI'FI1 WORKER'S COMPENSATION LAW Page I of I I SECTION 00 45 26 2 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW 3 Pursuant to Texas Labor Code Section 406.096(a),as amended, Contractor certifies that it 4 provides worker's compensation insurance coverage for all of its employees employed on City 5 Project No. 100421. Contractor further certifies that, pursuant to Texas Labor Code, Section 6 406.096(b), as amended, it will provide to City its subcontractor's certificates of compliance with 7 worker's compensation coverage. 8 9 CONTRACTOR: 10 -� / —7-- I 1 °F .J l�!�n S -�L'T�� 1/1 c By: C, 12 Company (Please Print) 13 - �., �, 14 �(� -? Signature: 15 Address 16 f 17 y l 4�.)v� � ' � Title: 18 City/State/Zip (Please Print) 19 20 21 THE STATE OF TEXAS § 22 23 COUNTY OF TARRANT § 24 25 BEFORE ME, the,undersigned authority, on this day personally appeared 26 f known to me to be the person whose name is 27 subscribed to the fore ng instrument, and acknowledged to me that he/she executed the same as 28 the act and deed of 17j ucn.S c for the purposes and 29 consideration therein expressed and in the capacity therein stated. 30 31 GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of 32 20L�-- 33 34 35 36 Notary Public in and for the State of Texas 37 38 END OF SECTION 39 1*pY p6a KAREN BURNS LANE Notary ID#125125363 My commission Expires November 22, 2024 CITY OF FOR'1 WOR II I SANITARY SEWER REEIA131LI'I ATION.CONTRACT 94—PART 2 SI ANDARD CONSTRUCTION SPFCIFFCAIION DOCUMENTS Cit_r Project No 100421-2 Revised July 1.2011 0045 40- I Business Equity Goal Page I oF2 I SECTION 00 45 40 2 Business Equity Goal 3 APPLICATION OF POLICY 4 If the total dollar value of the contract is S 100,000 or more,then a Business Equity goal is applicable. 5 A Business Equity Firm refers to certified Minority-, and/or Women-, owned Business Enterprises 6 (M/WBEs). 7 8 POLICY STATEMENT 9 It is the policy of the City of Fort Worth to ensure the full and equitable participation of Business Equity 10 Firms when applicable, in the procurement of all goods and services. All requirements and regulations I 1 stated in the City's Business Equity Ordinance No.25165-10-2021, (replacing Ordinance No. 24534-11- 12 2020(codified at: httpss:HcodelibrM.amlegal.com/codes/ftworth/latest/ftworth tx/0-0-0-22593)apply to 13 this bid. 14 15 BUSINESS EQUITY PROJECT GOAL 16 The City's Business Equity goal on this project is 16% of the total bid value of the contract (Base bid 17 applies to Parks and Community Services). 18 19 _ME T HODS TO COMPLY WITH THE GOAL 20 On City contracts where a Business Equity Goal is applied, offerors are required to comply with the City's 21 Business Equity Ordinance by meeting or exceeding the above stated goal or otherwise comply with the 22 ordinance through one of the following methods: 1. Commercially useful services performed by a 23 Business Equity prime contractor, 2. Business Equity subcontracting participation, 3. Combination 24 of Business Equity prime services and Business Equity subcontracting participation, 4. Business 25 Equity Joint Venture/Mentor-Protege participation, 5. Good Faith Effort documentation, or 6. 26 Prime contractor Waiver documentation. 27 28 SUBMITTAL OF REQUIRED DOCUMENTATION 29 Applicable documents (listed below) must be received by the Purchasing Division, OR the offeror shall 30 EMAIL the Business Equity documentation to the assigned City of Fort Worth Project Manager or 31 Department Designee. Documents are to be received no later than 2:00 p.m., on the third City 32 business day after the bid opening date,exclusive of the bid opening date. 33 34 The Offeror must submit one or more of the following documents: 35 1. Utilization Form and Letter(s) of Intent, if the goal is met or exceeded; 36 2. Good Faith Effort Form and Utilization Form, including supporting documentation, if 37 participation is less than stated goal, or no Business Equity participation is accomplished; 38 3. Prime Contractor Waiver Form, including supporting documentation, if the Offeror will perform 39 all subcontracting/supplier opportunities; or 40 4. Joint Venture/Mentor-Protege Form, if goal is met or exceeded with a Joint Venture or Mentor- 41 Protege participation. 42 43 These forms can be found at: 44 Business Equity l_Jtilization Form and Letter of Intent 45 https:Hgpps.fortworthtexas. og v�jectResources/ResourcesP/60%20- 46 %20MWBE/NEW%20Business%20Equity%200rdinance/Business%20Equity%20Utilization%20Form. 47 pddf 48 CITY OF PORT WOR1 H SANITARY SFWI R REIIABILI'FATION_CON"FRACI 94—PART 2 STANDARD CONSTRUC11ON SPI.CIFICA FION DOCUMENTS City Project No 100421-2 Revised October 27,2021 0045 40-2 Business Equity Goal Page 2 of 2 I Letter of intent 2 https://apps.fortworthtexas. oovv/ProjectResources/ResourcesP/60 - MWBE/NEW Business Equity 3 Ordinance/Letter of Intent-2021.pdf 4 5 Business Equity Good Faith Effort Form 6 https:Hgpps.fortworthtexas. oy//ProjectResources/ResourcesP/60%20- 7 %20MWBE/NEW%20Business%20Equity%200rdinanceBusiness%20Equity%20Good%20Faith%20Ef 8 fort%20Form.pdf 9 10 Business Equity Prime Contractor Waiver Form I I https://a pps.fortworthtexas. o,� v/ProjectResources/ResourcesP/60%20- 12 %20MWBE/NEW%20Business%20Equity%200rdinanceBusiness%20Equity%20Prime%20Contractor 13 %20Waiver.pdf 14 15 Business Equity Joint Venture Form 16 https://apps.fortworthtexas.aov/ProiectResources/ResourcesP/60%20- 17 %20MWBE/NEW%20Business%20Equity%200rdinance/Business%20Equity%20Joint%20Venture.pdf 18 19 20 FAILURE TO ACHIEVE THE GOAL OR OTHERWISE COMPLY WITH THE ORDINANCE WILL 21 RESULT IN THE BIDDER/OFFEROR BEING DECLARED NON-RESPONSIVE AND THE BID 22 REJECTED. 23 24 25 FAILURE TO SUBMIT THE REQUIRED BUSINESS EQUTY DOCUMENTATION OR OTHERWISE 26 COMPLY WITH THE ORDINANCE WILL RESULT IN THE BID BEING DECLARED NON- 27 RESPONSIVE,THE BID REJECTED AND MAY SUBJECT THE BIDDER/OFFEROR TO SANCTIONS 28 AS DESCRIBED IN SEC.20-373 OF THE ORDINANCE. 29 30 For Questions, Please Contact The Business Equity Division of the Department of Diversity and 31 Inclusion at(817)392-2674. 32 END OF SECTION 33 CI Y OF FORT WORTH SAMI ARY SEWER R1.1IAH11.I I A PION_CONTRACT 94—PART 2 STANDARD CONS]RUCfION SPFCIIICAIION DOCtiM1(N IS City Project No 100421-2 Revised October 27.2021 00 52 43-1 Agreement Page 1 of 6 SECTION 00 52 43 AGREEMENT THIS AGREEMENT, authorized on September 27±' 2022 , is made by and between the City of Fort Worth, a Texas home rule municipality, acting by and through its duly authorized City Manager, ("City"), and R&D Burns Brothers, Inc. authorized to do business in Texas, acting by and through its duly authorized representative, ("Contractor"). City and Contractor may jointly be referred to as Parties. City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows: Article 1.WORK Contractor shall complete all Work as specified or indicated in the Contract Documents for the Project identified herein. Article 2.PROJECT The project for which the Work under the Contract Documents may be the whole or only a part is generally described as follows: Sanitary Sewer Rehabilitation,Contract 94 City Project No. 100421-2 Article 3. CONTRACT PRICE City agrees to pay Contractor for performance of the Work in accordance with the Contract Documents an amount,in current funds, of Two Million, Seventy Thousand,Three Hundred Eighty Four and Owl00 Dollars ($2,070,384.001. Contract price may be adjusted by change orders duly authorized by the Parties. Article 4. CONTRACT TIME 4.1 Final Acceptance. The Work shall be complete for Final Acceptance within 320 days after the date when the Contract Time commences to run, as provided in Paragraph 2.02 of the General Conditions, plus any extension thereof allowed in accordance with Article 12 of the General Conditions. 4.2 Liquidated Damages Contractor recognizes that time is of the essence for completion of Milestones, if any, and to achieve Final Acceptance of the Work and City and the public will suffer from loss of use if the Work is not completed within the time(s) specified in Paragraph 4.1 above. The Contractor also recognizes the delays, expense and difficulties involved in proving in a legal proceeding, the actual loss suffered by the City if the Work is not completed on time. Accordingly, instead of requiring any such proof, Contractor agrees that as liquidated damages for delay (but not as a penalty), Contractor shall pay City Six Hundred Fifty Dollars ($ 650.00) for each day that expires after the time specified in Paragraph 4.1 for Final Acceptance until the City issues the Final Letter of Acceptance. CITY OF FORT WORTH SANITARY SEWER REHABILITATION,CONTRACT 94-PART 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 100421-2 Revised 11/23/2021 005243-2 Agreement Page 2 of 6 Article 5. CONTRACT DOCUMENTS 5.1 CONTENTS: A. The Contract Documents which comprise the entire agreement between City arid Contractor concerning the Work consist of the following: 1. This Agreement. 2. Attachments to this Agreement: a. Bid Form 1) Proposal Form 2) Vendor Compliance to State Law Non-Resident Bidder 3) Prequalification Statement 4) State and Federal documents (project specific) b. Current Prevailing Wage Rate Table c. Insurance ACORD Form(s) d. Payment Bond e. Performance Bond f. Maintenance Bond g. Power of Attorney for the Bonds h. Worker's Compensation Affidavit i. MBE and/or SBE Utilization Form 3. General Conditions. 4. Supplementary Conditions. 5. Specifications specifically made a part of the Contract Documents by attachment or, if not attached, as incorporated by reference and described in the Table of Contents of the Project's Contract Documents. 6. Drawings. 7. Addenda. 8. Documentation submitted by Contractor prior to Notice of Award. 9. The following which may be delivered or issued after the Effective Date of the Agreement and, if issued,become an incorporated part of the Contract Documents: a. Notice to Proceed. b. Field Orders. c. Change Orders. d. Letter of Final Acceptance. Article 6. INDEMNIFICATION 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the city, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the contractor, its officers, agents, employees, subcontractors, licenses or invitees under this contract. This indemnification provision is 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. CITY OF FORT WORTH SANITARY SEWER REHABILITATION,CONTRACT 94-PART 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 100421-2 Revised 11/23/2021 005243-3 Agreement Page 3 of 6 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the city,its officers,servants and employees,from and against any and all loss,damage or destruction of property of the city,arising out of,or alleged to arise out of,the work and services to be performed by the contractor, its officers, agents, employees, subcontractors, licensees or invitees under this contract. This indemnification 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. Article 7. MISCELLANEOUS 7.1 Terms. Terms used in this Agreement which are defined in Article 1 of the General Conditions wii 11 have the meanings indicated in the General Conditions. 7.2 Assignment of Contract. This Agreement, including all of the Contract Documents may not be assigned by the Contractor without the advanced express written consent of the City. 7.3 Successors and Assigns. City and Contractor each binds itself, its partners, successors, assigns and legal representatives to the other party hereto, in respect to all covenants, agreements and obligations contained in the Contract Documents. 7.4 Severability/Non-Waiver of Claims. Any provision or part of the Contract Documents held to be unconstitutional, void or unenforceable by a court of competent jurisdiction shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon City and Contractor. The failure of City or Contractor to insist upon the performance of any term or provision of this Agreement or to exercise any right granted herein shall not constitute a waiver of City's or Contractor's respective right to insist upon appropriate performance or to assert any such right on any future occasion. 7.5 Governing Law and Venue. This Agreement, including all of the Contract Documents is performable in the State of Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the Northern District of Texas,Fort Worth Division. 7.6 Authority to Sign. Contractor shall attach evidence of authority to sign Agreement if signed by someone other than the duly authorized signatory of the Contractor. 7.7 Non-appropriation of Funds. In the event no funds or insufficient funds are appropriated by City in any fiscal period for any payments due hereunder, City will notify Vendor of such occurrence and this Agreement shall terminate on the last day of the fiscal period for which appropriations were received without penalty or expense to City of any kind whatsoever, except as to the portions of the payments herein agreed upon for which funds have been appropriated. CITY OF FORT WORTH SANITARY SEWER REHABII ITATION,CONTRACT 94-PART 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.100421-2 Revised 11/23/2021 005243-4 Agreement Page 4 of 6 7.8 Prohibition On Contracts With Companies Boycotting Israel. Contractor, unless a sole proprietor, acknowledges that in accordance with Chapter 2271 of the Texas Government Code, if Contractor has 10 or more full time-employees and the contract value is$100,000 or more,the City is prohibited from entering into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and(2)will not boycott Israel during the term of the contract. The terms "boycott Israel" and "company" shall have the meanings ascribed to those terms in Section 808.001 of the Texas Government Code. By signing this contract, Contractor certifies that Contractor's signature provides written verification to the City that if Chapter 2271, Texas Government Code applies, Contractor: (1) does not boycott Israel; and(2)will not boycott Israel during the term of the contract. 7.9 Prohibition on Boycotting Energy Companies. Contractor acknowledges that in accordance with Chapter 2274 of the Texas Government Code-(as added by Acts 2021, 87th Leg., R.S., S.B. 13, § 2), the City is prohibited from entering into a contract for goods or services that has a value of$100,000 or more, which will be paid wholly or partly from public funds of the City, with a company (with 10 or more full-time employees) unless the contract contains a written verification from tb2 company that it: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of the contract. The terms "boycott energy company" and "company" have the meaning ascribed to those terms by Chapter 2274 of the Texas Government Code (as added by Acts 2021, 87th Leg., R.S., S.B. 13, § 2). To the extent that Chapter 2274 of the Government Code is applicable to this Agreement, by signing this Agreement, Contractor certifies that Contractor's signature provides written verification to the City that Contractor: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of this Agreement. 7.10 Prohibition on Discrimination Against Firearm and Ammunition Industries. Contractor acknowledges that except as otherwise provided by Chapter 2274 of the Texas Government Code (as added by Acts 2021, 87th Leg., R.S., S.B. 19, § 1), the City is prohibited from entering into a contract for goods or services that has a value of$100,000 or more which will be paid wholly or partly from public funds of the City, with a company (with 10 or more full-time employees) unless the contract contains a written verification from the company that it: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate during the term of the contract against a firearm entity or firearm tra& association. The terms "discriminate," "firearm entity" and "firearm trade association" have the meaning ascribed to those terms by Chapter 2274 of the Texas Government Code (as added by Acts 2021, 87th Leg., R.S., S.B. 19, § 1). To the extent that Chapter 2274 of the Government Code is applicable to this Agreement, by signing this Agreement, Contractor certifies that Contractor's signature provides written verification to the City that Contractor: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate against a firearm entity or firearm trade association during the term of this Agreement. CITY OF FORT WORTH SANITARY SEWER REHABILITATION,CONTRACT 94-PART 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.100421-2 Revised 11/23/2021 005243-4 Agreement Page 5 of 7.11 Immigration Nationality Act. Contractor shall verify the identity and employment eligibility of its employees who perform work under this Agreement, including completing the Employment Eligibility Verification Form(I-9). Upon request by City,Contractor shall provide City with copies of all I-9 forms and supporting eligibility documentation for each employee who performs work under this Agreement. Contractor shall adhere to all Federal and State laws as well as establish appropriate procedures and controls so that no services will be performed by any Contractor employee who is not legally eligible to perform such services. CONTRACTOR SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS Or THIS PARAGRAPH BY CONTRACTOR, CONTRACTOR'S EMPLOYEES, SUBCONTRACTORS, AGENTS, OR LICENSEES. City, upon written notice to Contractor, shall have the right to immediately terminate this Agreement for violations of this provision by Contractor. 7.12 No Third-Party Beneficiaries. This Agreement gives no rights or benefits to anyone other than the City and the Contractor and there are no third-party beneficiaries. 7.13 No Cause of Action Against Engineer. Contractor,its subcontractors and equipment and materials suppliers on the PROJECT or their sureties, shall maintain no direct action against the Engineer, its officers, employees, and subcontractors, for any claim arising out of, in connection with, or resulting from the engineering services performed. Only the City will be the beneficiary of any undertaking by the Engineer. The presence or duties of the Engineer's personnel at a construction site, whether as on-site representatives or otherwise, do not make the Engineer or its personnel in any way responsible for those duties that belong to the City and/or the City's construction contractors or other entities, and do not relieve the construction contractors or any other entity of their obligations, duties, and responsibilities, including, but not limited to, all construction methods, means, techniques, sequences, and procedures necessary for coordinating and completing all portions of the construction work in accordance with the Contract Documents and any health or safety precautions required by such construction work. The Engineer and its personnel have no authority to exercise any control over any construction contractor or other entity or their employees in connection with their work or any health or safety precautions. CITY OF FORT WORTH SANITARY SEWER REHABILITATION,CONTRACT 94-PART 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 100421-2 Revised 11/232021 00 52 43-6 Ag:eerne l Pagc 6 of 6 IN WITNESS WHEREOF, City and Contractor have each executed this Agreement to be effective as of the date subscribed by the City's designated Assistant City Manager("Effective Date"). Contractor: City of Fort Worth By: Z�ar�8�r�.o�LL o...e.vddeMcxrwu, x7�Ix3 Signature Mim Burghdoff Assistant City Manager Nov 11,2022 Prin Naha) 1p n Date Title Attest: Address J e e oodall,City Secretary i City/Statemp (Seal) j o- Zf, z,Z, M&C: 22-0736 Date Date: September 271h.2022 } , + Form 1295 No. 2022-928668 ........ Contract Compliance Manager: By signing,I acknowledge that I am the person responsible for the monitoring and administration of this contract,including ensuring all performance and reporting requirements. ZZ—' Brenda Or Project Manager Approved as to Form and Legality: �.. uxuxxruc.. Douglas W.Black Sr.Assistant City Attorney "OFMCIAL RECORD CITY.SECRETARY APPROVAL RECOMMENDED: FORTH,TX Christopher Harder,F.E. Director Water Department CITY OF FORT WORTH SANITARY SEWER REHABILITATION,CONTRACT 9 MART 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.100421-2 Rcybed 11/23/2021 Bond No. TXC616068 00 61 13- l PERFORMANCE BOND Page I of 2 1 SECTION 00 6113 2 PERFORMANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 8 That we, R&D Burns Brothers, Inc. , known as 9 "Principal"herein and Merchants Bonding Company(Mutual) ,a corporate 10 surety(sureties,if more than one)duly authorized to do business in the State of Texas, known as 11 "Surety"herein(whether one or more),are held and firmly bound unto the City of Fort Worth,a 12 municipal corporation created pursuant to the laws of Texas,known as"City"herein,in the penal 13 SUM Of, Two Million Seventy Thousand Three Hundred Eighty Four and No/too Dollars 14 ($ 2,070,384.00 ),lawful money of the United States,to be paid in Fort Worth, 15 Tarrant County,Texas for the payment of which sum well and truly to be made,we bind 16 ourselves, our heirs, executors,administrators,successors and assigns,jointly and severally, 17 firmly by these presents. 18 WHEREAS,the Principal has entered into a certain written contract with the City 19 awarded the 27th day of September ,20 22 ,which Contract is hereby referred to and 20 made a part hereof for all purposes as if fully set forth herein,to furnish all materials,equipment 21 labor and other accessories defined by law,in the prosecution of the Work, including any Change 22 Orders, as provided for in said Contract designated as Sanitary Sewer Rehabilitation Contract 94 23 —Part 2,City Project No. 100421. 24 NOW,THEREFORE,the condition of this obligation is such that if the said Principal 25 shall faithfully perform it obligations under the Contract and shall in all respects duly and 26 faithfully perform the Work,including Change Orders,under the Contract,according to the plans, 27 specifications, and contract documents therein referred to,and as well during any period of 28 extension of the Contract that may be granted on the part of the City,then this obligation shall be 29 and become null and void,otherwise to remain in full force and effect. 30 PROVIDED FURTHER,that if any legal action be filed on this Bond,venue shall lie in 31 Tarrant County,Texas or the United States District Court for the Northern District of Texas,Fort 32 Worth Division. CITY OF FORT WORTH SANITARY SEWER REHABILITATION,CONTRACT 94—PART 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100421-2 Revised July 1,2011 0061 13-2 PERFORMANCE BOND Page 2 of 2 i This bond is made and executed in compliance with the provisions of Chapter 2253 of the 2 Texas Government Code, as amended,and all liabilities on this bond shall be determined in 3 accordance with the provisions of said statue. 4 IN WITNESS WHEREOF,the Principal and the Surety have SIGNED and SEALED 5 this instrument by duly authorized agents and officers on this the 11th day of October 6 ,20_22_. 7 PRINCIPAL: 8 R&D Burns Brothers, Inc. 9 10 11 BY: ' 12 Signa ure 13 ATTEST: 14 , 16 (Principal)Secretary Name and Title 17 18 Address: P.O. Box 786 19 Burleson,TX 76097 20 21 22 Witness as to Principal 23 SURETY: 24 _Merchants Bonding Company(Mutual) 25 26 27 BY: 28 1Sid ature 29 30 Payton Blanchard,Attorney-in-Fact 31 Name and Title 32 33 Address: P.O. Box 14498 34 Des Moines, IA 50306 35 36 - - 37 Wit:4 as to Surety,Jessica Turner Telephone Number: 515-243-8171 38 39 40 41 *Note: If signed by an officer of the Surety Company,there must be on file a certified extract 42 fr9m the by-laws showing that this person has authority to sign such obligation. If 43 Surety's physical address is different from its mailing address, both must be provided. 44 The date of the bond shall not be prior to the date the Contract is awarded. 45 CITY OF FORT WORTH SANITARY SEWER REHABILITATION,CONTRACT 94—PART 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No,100421-2 Revised July 1,2011 MERCHANT BONDING COMPANY. POWER OF ATTORNEY Know All Persons By These Presents,that MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING, INC., both being corporations of the State of Iowa(herein collectively called the"Companies")do hereby make,constitute and appoint,individually, Allison C Lueck;Bryan Simpson;Cadda E Eary;Donna French;Donna Martinez;Gwendolyn Johnston;H E Wilkins;James R Reid;Jessica Turner: Julie Lindsey;Kay Blair;Lindsay Senior Gingras;Marie Reyna;Markham Paukune;Minnie Ortiz;Payton Blanchard;Ralph E French;Sandra Fuller: Shane Smith;Shawn Blacklock;Sherri Collins;Tina LaValley;William Blanchard;William Mitchell Jennings their true and lawful Attomey(s)-in-Fact, to sign its name as surety(ies) and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Calnpanies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. This Power-of-Attorney is granted and is signed and sealed by facsimile under and by authority of the following By-Laws adopted by the Board of Directors of Merchants Bonding Company (Mutual) on April 23, 2011 and amended August 14, 2015 and adopted by the Board of Directors of Merchants National Bonding,Inc.,on October 16,2015. 'The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys-in-Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings,recognizances,contracts of indemnity and other writings obligatory in the nature thereof." 'The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obloations of the Company,and such signature and seal when so used shall have the same force and effect as though manually fixed." In connection with obligations in favor of the Florida Department of Transportation only,it is agreed that the power and aut hority hereby given to the Attomey-in-Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only,it is agreed that the power and authority hereby given to the Attorney-in-Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner- Department of Highways of the Commonwealth of Kentucky at least thirty(30)days prior to the modification or revocation. In Witness Whereof,the Companies have caused this instrument to be signed and sealed this 16th day of December 2021 •*110ly .••--•. why 40� R'4l. 0p,.V�P0 . y MERCHANTS BONDING COMPANY(MUTUAL) 'l V �,.y�° MERCHANTS NATIONAL BONDING,INC. 2003 1933 By 7e ••.� ' ......•.�'.• '. /y" President STATE OF IOWA At . '•.••�•..• COUNTY OF DALLAS ss. On this 16th day of December 2021 before me appeared Larry Taylor, to me personally known, who being by me duly sworn did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing instrument are the Corporate Seals of the Companies;and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. ,`p•RIA4 3+ POLLY MASON o Commission Number 750576 My Commission Expires P January 07,2023 Notary Pu61ic (Expiration of notary's commission does not invalidate this instrument) I,William Warner,Jr.,Secretary of MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING,INC.,do hereby certify that the above and foregoing is a true and correct copy of the POWER-OF-ATTORNEY executed by said Companies,which is still in full force and effect and has not been amended or revoked. In Witness Whereof,I have hereunto set my hand and affixed the seal of the Companies on this 11th day of October 2022 ••.••P'110Nq� °• N6 Spy. 2003 v? a• 1933 .'c: Secretary .tip. POA 0018 (1/20) ""' Bond No. TXC616068 0061 14-1 PAYMENTBOND Page 1 of2 1 SECTION 00 6114 2 PAYMENT BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we, R&D Burns Brothers, Inc. known as 8 "Principal" herein, and Merchants Bonding Company (Mutual) a 9 corporate surety (sureties), duly authorized to do business in the State of Texas, known as 10 "Surety" herein (whether one or snore), are held and firmly bound unto the City of Fort Worth, a 11 municipal corporation created pursuant to the laws of the State of Texas,known as"City" herein, 12 in the penal SUM Of Two Million Seventy Thousand Three Hundred Eighty Four and No(100 Dollars 13 ($ 2,070,384.00 ), lawful money of the United States, to be paid in Fort Worth, 14 Tarrant County, Texas, for the payment of which sum well and truly be made,we bind ourselves, 15 our heirs, executors, administrators, successors and assigns,jointly and severally, firmly by these 16 presents: 17 WHEREAS,Principal has entered into a certain written Contract with City, awarded the 18 27th day of September ,20 22 ,which Contract is hereby referred to and 19 made a part hereof for all purposes as if fully set forth herein,to furnish all materials,equipment, 20 labor and other accessories as defined by law,in the prosecution of the Work as provided for in 21 said Contract and designated as Sanitary Sewer Rehabilitation Contract 94—Part 2,City Project 22 No. 100421. 23 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if 24 Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in 25 Chapter 2253 of the Texas Government Code,as amended)in the prosecution of the Work under 26 the Contract, then this obligation shall be and become null and void; otherwise to remain in full 27 force and effect. 28 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 29 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 30 accordance with the provisions of said statute. 31 CITY OF FORT WORTH SANITARY SEWER REHABILITATION,CONTRACT 94—PART 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100421-2 Revised July 1,2011 0061 14-2 PAYMENTBOND Page 2 of 2 1 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED 2 this instrument by duly authorized agents and officers on this the 11th day of 3 October 52022 4 PRINCIPAL: R&D Burns Brother, Inc. ATTEST: BY: Signature j) V.- C-0 B LL0X5 V'fj I G , (Principal)Secretary Name and Title Address: P.O. Box 786 Burleson,TX 76097 Witness as to Principal SURETY: Merchants Bonding Company(Mutual) ATTEST: BY• � - - Signat Payton Blanchard,Attorney-in-Fact ty) Sec kta y,William Blanchard Name and Title Address: P.O. Box 14498 Des Moines, IA 50306 Witne as to Surety,Jessica Turner Telephone Number: 515-243-8171 5 6 Note: If signed by an officer of the Surety, there must be on file a certified extract from the 7 bylaws showing that this person has authority to sign such obligation. If Surety's physical 8 address is different from its mailing address, both must be provided. 9 t0 The date of the bond shall not be prior to the date the Contract is awarded. t t END OF SECTION _12 CITY OF FORT WORTH SANITARY SEWER REHABILITATION,CONTRACT 94—PART 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100421-2 Revised July I,2011 MERCHANT BONDING COMPANY. POWER OF ATTORNEY Know All Persons By These Presents,that MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING,INC., both being corporations of the State of Iowa(herein collectively called the"Companies")do hereby make,constitute and appoint,individually, Allison C Lueck;Bryan Simpson;Cadda E Eary;Donna French;Donna Martinez;Gwendolyn Johnston;H E Wilkins;James R Reid;Jessica Turner; Julie Lindsey;Kay Blair;Lindsay Senior Gingras;Marie Reyna;Markham Paukune;Minnie Ortiz;Payton Blanchard;Ralph E French;Sandra Fuller; Shane Smith;Shawn Blacklock;Sherri Collins;Tina LaValley;William Blanchard;William Mitchell Jennings their true and lawful Attorney(s)-in-Fact, to sign its name as surety(ies) and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. This Power-of-Attomey is granted and is signed and sealed by facsimile under and by authority of the following By-Laws adopted by the Board of Directors of Merchants Bonding Company (Mutual) on April 23, 2011 and amended August 14, 2015 and adopted by the Board of Directors of Merchants National Bonding,Inc.,on October 16,2015. "The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attomeys-in-Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings,recognizances,contracts of indemnity and other writings obligatory in the nature thereof." "The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company,and such signature and seal when so used shall have the same force and effect as though manually fixed." In connection with obligations in favor of the Florida Department of Transportation only,it is agreed that the power and aut hority hereby given to the Attorney-in-Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only,it is agreed that the power and authority hereby given to the Attomey-in-Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner- Department of Highways of the Commonwealth of Kentucky at least thirty(30)days prior to the modification or revocation. In Witness Whereof,the Companies have caused this instrument to be signed and sealed this 16th day of December 2021 a. ........ LPOP O• 0. q.00,9 '. o MERCHANTS BONDING COMPANY(MUTUAL) '��•y�• MERCHANTS NATIONAL BONDING,INC. _v:a,•V�. •... ....-;;1:1;•.; ;ayj6. 1933 :2003 zi By 774 • 4► •4 \de President STATE OF IOWA ••., * .•• •0000 ••.• COUNTY OF DALLAS ss. On this 16th day of December 2021 , before me appeared Larry Taylor, to me personally known, who being by me duly sworn did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing instrument are the Corporate Seals of the Companies;and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. µlA(� POLLY MASON o Commission Number 750576 Z °00° My Commission Expires ,O,,P January 07,2023 Notary Public (Expiration of notary's commission does not invalidate this instrument) I,William Warner,Jr.,Secretary of MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING,INC.,coo hereby certify that the above and foregoing is a true and correct copy of the POWER-OF-ATTORNEY executed by said Companies,which is still in full force and effect and has not been amended or revoked. In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this 11th day of October 2022 •••••P110iVqt••.•� r•D��G C�1, •• s v': 2003 1933 c; Secretary POA 0018 (1/20) """"••••• •••••••• Bond No. TXC616086 0061 19-1 MAINTENANCE BOND Page 1 of 3 1 SECTION 00 6119 2 MAINTENANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 8 That we R&D Burns Brothers, Inc. ,known as 9 "Principal"herein and Merchants Bonding Company(Mutual) ,a corporate surety 10 (sureties,if more than one)duly authorized to do business in the State of Texas,known as 11 "Surety"herein(whether one or more),are held and firmly bound unto the City of Fort Worth, a 12 municipal corporation created pursuant to the laws of the State of Texas,known as"City"herein, 13 in the sum of Two Million Seventy Thousand Three Hundred Eighty Four and No/100 Dollars 14 ($ 2,070,384.00 ),lawful money of the United States, to be paid in Fort Worth, 15 Tarrant County,Texas,for payment of which sum well and truly be made unto the City and its 16 successors,we bind ourselves,our heirs,executors, administrators,successors and assigns,jointly 17 and severally,firmly by these presents. 18 19 WHEREAS,the Principal has entered into a certain written contract with the City awarded 20 the 27th day of September ,20 22 ,which Contract is hereby 21 referred to and a made part hereof for all purposes as if fully set forth herein,to furnish all 22 materials,equipment labor and other accessories as defined by law,in the prosecution of the 23 Work,including any Work resulting from a duly authorized Change Order(collectively herein, 24 the"Work")as provided for in said contract and designated as SANITARY SEWER 25 REHABILITATION, CONTRACT 94—PART 2, City Project No. 100421-2; and 26 27 WHEREAS,Principal binds itself to use such materials and to so construct the Work in 28 accordance with the plans,specifications and Contract Documents that the Work is and will 29 remain free from defects in materials or workmanship for and during the period of two(2)years 30 after the date of Final Acceptance of the Work by the City("Maintenance Period");and 31 32 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part 33 upon receiving notice from the City of the need therefor at any time within the Maintenance 34 Period. CITY OF FORT WORTH SANITARY SEWER REHABILITATION,CONTRACT 94—PART 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100421-2 Reyised July I,2011 0061 19-2 MAINTENANCE BOND Page 2 of 3 1 2 NOW THEREFORE,the condition of this obligation is such that if Principal shall 3 remedy any defective Work,for which timely notice was provided by City,to a completion 4 satisfactory to the City,then this obligation shall become null and void;otherwise to remain in 5 full force and effect. 6 7 PROVIDED,HOWEVER, if Principal shall fail so to repair or reconstruct any timely 8 noticed defective Work,it is agreed that the City may cause any and all such defective Work to 9 be repaired and/or reconstructed with all associated costs thereof being borne by the Principal and 10 the Surety under this Maintenance bond; and it 12 If PROVIDED FURTHER,that if any legal action be filed on this Bond,venue shall lie in 13 Tarrant County,Texas or the United States District Court for the Northern District of Texas, Fort t4 Worth Division;and 15 16 PROVIDED FURTHER,that this obligation shall be continuous in nature and 17 successive recoveries may be had hereon for successive breaches. 18 19 20 CITY OF FORT WORTH SANITARY SEWER REHABILITATION,CONTRACT 94—PART 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100421-2 Revised July I,2011 0061 19-3 MAINTENANCE BOND Page 3 of 3 1 IN WITNESS WHEREOF,the Principal and the Surety have each SIGNED and SEALED this 2 instrument by duly authorized agents and officers on this the 11th day of October 3 20 22 4 5 PRINCIPAL: 6 R&D Burns Brothers, Inc. 7 8 9 BY: 10 Signature 11 ATTEST:12 13 ;8�� C.l� �l(fr Sfz� 14 (Principal)Secretary Name and Title 15 16 Address: P.O. Box 786 17 Burleson, TX 76097 18 19 20 Witness as to Principal 21 SURETY: 22 Merchants Bonding Company(Mutual) 23 24 001, 25 BY: 26 -SignairF 27 17 28 Payton Blanchard,Attorney-in-Fact 29 ATTES Name and Title 30 31 Address: P_O.Box 14498 32 ( )Secre ary,&ilVm Bia-Vara Des Moines, IA 50306 33 34 35 Witn as to Surety,Jessica Turner Telephone Number: 515-243-8171 36 37 *Note: If signed by an officer of the Surety Company,there must be on file a certified extract 38 from the by-laws showing that this person has authority to sign such obligation. If 39 Surety's physical address is different from its mailing address, both must be provided. 40 The date of the bond shall not be prior to the date the Contract is awarded. 41 CITY OF FORT WORTH SANITARY SEWER REHABILITATION,CONTRACT 94—PART 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100421-2 Revised July 1,2011 MERCHANT BONDING COMPANY,. POWER OF ATTORNEY Know All Persons By These Presents,that MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING, INC., both being corporations of the State of Iowa(herein collectively called the"Companies")do hereby make,constitute and appoint,individually, Allison C Lueck;Bryan Simpson;Cadda E Eary;Donna French;Donna Martinez;Gwendolyn Johnston;H E Wilkins;James R Reid;Jessica Turner; Julie Lindsey;Kay Blair;Lindsay Senior Gingras;Marie Reyna;Markham Paukune;Minnie Ortiz;Payton Blanchard;Ralph E French;Sandra Fuller; Shane Smith;Shawn Blacklock;Sherri Collins;Tina LaValley;William Blanchard;William Mitchell Jennings their true and lawful Attorney(s)-in-Fact, to sign its name as surety(ies) and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. This Power-of-Attorney is granted and is signed and sealed by facsimile under and by authority of the following By-Laws adopted by the Board of Directors of Merchants Bonding Company (Mutual) on April 23, 2011 and amended August 14, 2015 and adopted by the Board of Directors of Merchants National Bonding,Inc.,on October 16,2015. "The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys4n-Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Cordpany thereto, bonds and undertakings,recognizances,contracts of indemnity and other writings obligatory in the nature thereof." 'The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company,and such signature and seal when so used shall have the same force and effect as though manually fixed" In connection with obligations in favor of the Florida Department of Transportation only,it is agreed that the power and aut hority hereby given to the Attomey4n-Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only,it is agreed that the power and authority hereby given to the Attomey-in-Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner- Department of Highways of the Commonwealth of Kentucky at least thirty(30)days prior to the modification or revocation. In Witness Whereof,the Companies have caused this instrument to be signed and sealed this 16th day of December 2021 ION ''•. .••• •�•. :�•�P........... •PO •`e•y :• MERCHANTS BONDING COMPANY(MUTUAL) . Rq�.:oy: QlP094 �y„c; MERCHANTS NATIONAL BONDING,INC. Q = -0- v 2003 ;�� :y 1933 'G; By '.�.� •........•:��•.• %. ..•..• '�1a•• President STATE OFIOWA ••.,,�� ���..•` '•.��••�.• COUNTY OF DALLAS ss. On this 16th day of December 2021 , before me appeared Larry Taylor,to me personally known,who being by me duly sworn did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL)and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing instrument are the Corporate Seals of the Companies;and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. ,�p•RIA<<p POLLY MASON o Commission Number 750576 z °Do° My Commission Expires l P January 07,2023 Notary Public (Expiration of notary's commission does not invalidate this instrument) 1,William Warner,Jr.,Secretary of MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING,INC.,do hereby certify that the above and foregoing is a true and correct copy of the POWER-OF-ATTORNEY executed by said Companies,which is still in full force and effect and has not been amended or revoked. In Witness Whereof,I have hereunto set my hand and affixed the seal of the Companies on this 11th day of October 2022 1933 Secretary v. 2003 POA0018 (1/20) """ •�•Iw+°°• MERCHANTS BONDING COMPANY, MERCHANTS BONDING COMPANY(MUTUAL) P.O. BOX 14498, DES MOINES, IOWA 50306-3498 PHONE: (800) 678-8171 FAX: (515) 243-3854 IMPORTANT NOTICE To obtain information or make a complaint: You may contact your insurance agent at the telephone number provided by your insurance agent. You may call Merchants Bonding Company(Mutual) toll-free telephone number for information or to make a complaint at: 1-800-678-8171 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 at: P. O. Box 149104 Austin, TX 78714-9104 Fax: (512) 490-1007 Web: www.tdi.texas.gov E-mail: ConsumerProtection@tdi.texas.gov PREMIUM AND CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the agent first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. SUP 0032 TX(2/15) 0061 25- 1 CERTIFICATE OF INSURANCE Page I of 1 1 SECTION 00 6125 2 CERTIFICATE OF INSURANCE 3 4 5 6 [Assembler: For Contract Document execution, remove this page and replace with standard 7 ACORD Certificate of Insurance form.] 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 END OF SECTION CI I OF I-OR I WOKFl1 SANITARY SEWER REI IABILITATION_CONTRACT 94—PART 2 STANDARD CONSTRUCTION SPFCIFICAIION DOCUMENTS City Project No 100421-2 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT CITY OF FORT WORTI l SAM FARY SEWER REHABILITA IION_CON]RAC 94—PART 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100421-2 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT TABLE OF CONTENTS Page Article I — Definitions and Terminology....................................................................................................................... I 1.01 Defined Terms ........................................................................................................................... 1 1.02 Terminology.................................................................................................................................................6 Article2 — Preliminary Matters......................................................................................................................7 2.01 Copies of Documents..................................................................................................................... 7 2.02 Commencement of Contract Time; Noticeto Proceed............................................................ 7 2.03 Starting the Work........................................................................................................................... 8 2.04 Before Starting Construction...............................................................................................................8 2.05 Preconstruction Conference.......................................................................................................8 2.06 Public Meeting......................................................................................................................................8 2.07 Initial 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 Documents.................................................................. 10 3.05 Reuse of Documents..................................................................................................................... 10 3.06 Electronic Data ........................................................................................................................I I Article 4—Availability of Lands; Subsurface and Physical Conditions; Hazardous Environmental Conditions; Reference Points................................................................................................................. 11 4.01 Availability of Lands.................................................................................................................... 11 4.02 Subsurface and Physical Conditions.......................................................................................................... 12 4.03 Differing Subsurface or Physical Conditions........................................................................................... 12 4.04 Underground Facilities.............................................................................................................................13 4.05 Reference Points.................................................................................................................................14 4.06 Hazardous Environmental Condition at Site........................................................................................14 Article 5 — Bonds and Insurance.................................................................................................................. 16 5.01 Licensed Sureties and Insurers.................................................................................................16 5.02 Performance,Payment,and Maintenance Bonds............................................................................16 5.03 Certificates of Insurance.......................................................................................................... 16 5.04 Contractor's Insurance.............................................................................................................18 5.05 Acceptance of Bonds and Insurance; Optionto Replace ..........................................................19 Article 6—Contractor's Responsibilities..................................................................................................................... 19 6.01 Supervision and Superintendence.................................................................................................... 19 CI FY OF FORT WOR FII SANITARY SF.WI:R R1.11A131Lf[A]ION.CON IRACC 94—PAR 1-2 STANDARD CONS IRUC'IION SPI:CIFICAIION DOCUMI--N IS CaN Project No 100421-2 6.02 Labor; Working Hours.................................................................................................................20 6.03 Services, Materials, and Equipment.....................................................................................................20 6.04 Project Schedule .................................................................................................................................21 6.05 Substitutes and "Or-Equals"..............................................................................................................21 6.06 Concerning Subcontractors, Suppliers, and Others...................................................................24 6.07 Wage Rates..............................................................................................................................25 6.08 Patent Fees and Royalties........................................................................................................................26 6.09 Permits and Utilities.......................................................................................................................................27 6.10 Laws and Regulations ..............................................................................................................................27 6.11 Taxes .......................................................................................................................................28 6.12 Use of Site and Other Areas.................................................................................................28 6.13 Record Documents.......................................................................................................................29 6.14 Safety and Protection ...................................................................................................................29 6.15 Safety Representative...................................................................................................................30 6.16 Hazard Communication Programs ...........................................................................................30 6.17 Emergencies and/or Rectification......................................................................................................30 6.18 Submittals...................................................................................................................................................31 6.19 Continuing the Work....................................................................................................................32 620 Contractor's General Warrantyand Guarantee........................................................................32 621 Indemnification........................................................................................................................................33 622 Delegation of Professional Design Services................................................................................34 623 Right to Audit............................................................................................................................................34 624 Nondiscrimination.....................................................................................................................................35 Article7-Other Work at the Site................................................................................................................................35 7.01 Related Work at Site................................................................................................................................35 7.02 Coordination...............................................................................................................................................36 Article8-City's Responsibilities.................................................................................................................................36 8.01 Communications to Contractor....................................................................................................36 8.02 Furnish Data............................................................................................................................36 8.03 Pay When Due...............................................................................................................................36 8.04 Lands and Easements; Reportsand Tests................................................................................ 36 8.05 Change Orders.........................................................................................................................36 8.06 Inspections, Tests, and Approvals.....................................................................................................36 8.07 Limitations on City's Responsibilities...................................................................................................37 8.08 Undisclosed Hazardous Environmental Condition.................................................................................37 8.09 Compliance with Safety Program ............................................................................................37 Article 9-City's Observation Status During Construction.................................................................................37 9.01 City's Project Manager...........................................................................................................37 9.02 Visits to Site...............................................................................................................................................37 9.03 Authorized Variations in Work....................................................................................................38 9.04 Rejecting Defective Work ...........................................................................................................38 9.05 Determinations for Work Performed........................................................................................38 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work.......................38 CFI Y OF FORT WOK"1-11 SANITARY SEWER REFIABILITA I ION-CON"FRACT 94-PART 2 STANDARD CONS IRUC1ION SPECIFICATION DOCUMLN FS City Project No. 100421-2 Article 10-Changes in the Work; Claims;Extra Work..................................................................................38 10.01 Authorized Changes in the Work .................................................................................................38 10.02 Unauthorized Changes in the Work..............................................................................................39 10.03 Execution of Change Orders....................................................................................................39 10.04 Extra Work....................................................................................................................................39 10.05 Notification to Surety ..............................................................................................................39 10.06 Contract Claims Process..........................................................................................................40 Article I I -Cost of the Work; Allowances, Unit Price Work; Plans Quantity Measurement..................... 41 11.01 Cost of the Work...........................................................................................................................41 11.02 Allowances..........................................................................................................................................43 11.03 Unit Price Work............................................................................................................................44 11.04 Plans Quantity Measurement...................................................................................................45 Article 12-Change of Contract Price; Change of Contract Time............................................................................46 12.01 Change of Contract Price.........................................................................................................46 12.02 Change of Contract Time..............................................................................................................................47 12.03 Delays............................................................................................................................................47 Article 13-Tests and Inspections; Correction, Removal or Acceptance of Defective Work .......................48 13.01 Notice of Defects.....................................................................................................................48 13.02 Access to Work.............................................................................................................................48 13.03 Tests and Inspections.........................................................................................................................48 13.04 Uncovering Work..........................................................................................................................49 13.05 City May Stop the Work...............................................................................................................49 13.06 Correction or Removal of Defective Work.................................................................................50 13.07 Correction Period ....................................................................................................................50 13.08 Acceptance of Defective Work....................................................................................................51 13.09 City May Correct Defective Work...............................................................................................51 Article 14-Payments to Contractor and Completion...............................................................................................52 14.01 Schedule of Values........................................................................................................................52 14.02 Progress Payments...................................................................................................................52 14.03 Contractor's Warranty of Title....................................................................................................................54 14.04 Partial Utilization.............................................................................................................................................55 14.05 Final Inspection ..................................................................................................................................55 14.06 Final Acceptance.....................................................................................................................55 14.07 Final Payment..........................................................................................................................56 14.08 Final Completion Delayed and Partial Retainage Release .......................................................56 14.09 Waiver of Claims......................................................................................................................................57 Article 15- Suspension of Work and Termination...................................................................................................57 15.01 City May Suspend Work...............................................................................................................57 15.02 City May Terminate for Cause.................................................................................................58 15.03 City May Terminate For Convenience.............................................................................................60 Article16- Dispute Resolution....................................................................................................................................61 16.01 Methods and Procedures..........................................................................................................61 CITY OF I OR I WORTH SANI TARY SFW TR RIF IABILTFAI-ION.CONTRACT 94-PART 2 STANDARD CONS IRI;CIION SPIVIFICAIION DOCUMFNIS City Project No. 100421-2 Article17 —Miscellaneous............................................................................................................................................62 17.01 Giving Notice .....................................................................................................................................62 17.02 Computation of Times.............................................................................................................................62 17.03 Cumulative Remedies ...................................................................................................................62 17.04 Survival of Obligations............................................................................................................................63 17.05 Headings..............................................................................................................................................63 CITY OF FORT WORII I SANITARY SEWER REIIABILTTA IION,CONTRAC"r 94—PAR F 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100421-2 007200-1 GENERAL CONDITIONS Page ] of63 ARTICLE l -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 initia I capital letters in the Contract Documents include references to identified articles and paragraphs, and the titles of other documents or forms. A. Addenda Written or graphic instruments issued prior to the opening of Bids which clarify, correct, or change the Bidding Requirements or the proposed Contract Documents. B. Agreement -The written instrument which is evidence of the agreement between City and Contractor covering the Work. C. Application for Payment—The form acceptable to City which is to be used by Contractor during the course of the Work in requesting progress or final payments and which is to be accompanied by such supporting documentation as is required by the Contract Documents. D. 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. E. Award-Authorization by the City Council for the City to enter into an Agreement. F. Bid-- The offer or proposal of a Bidder submitted on the prescribed form setting forth the prices for the Work to be performed. G. Bidder-The individual or entity who submits a Bid directly to City. H. Bidding Documents The Bidding Requirements and the proposed Contract Documents (including all Addenda). I. Bidding Requirements -The advertisement or Invitation to Bid, Instructions to Bidders, Bid security of acceptable form, if any, and the Bid Form with any supplements. J. 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. K. Calendar Day,-A day consisting of 24 hours measured from midnight to the nextmidnight. CITY OF FOR"I WORTI I SIANDARDCONSIRUCIION SPEC IFICAPION DOCI'MI;NI'S Revision 8/23/2021 007200-1 GENERALCONDITIONS Page 2 of63 L. Change Order--A document, which is prepared and approved by the City, which is signed by Contractor and City and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. M. City— The City of Fort Worth, Texas, a home-rule municipal corporation, authorized and chartered under the Texas State Statutes, acting by its governing body through its City Manager, his designee, or agents authorized under his behalf, each of which is required by Charter to perform specific duties with responsibility for final enforcement of the contracts involving the City of Fort Worth is by Charter vested in the City Manager and is the entity with whom Contractor has entered into the Agreement and for whom the Work is to be performed. N. City Attorney— The officially appointed City Attorney of the City of Fort Worth, Texas, or his duly authorized representative. O. City Council - The duly elected and qualified governing body of the City of Fort Worth, Texas. P. City Manager — The officially appointed and authorized City Manager of the City of Fort Worth, Texas, or his duly authorized representative. Q. Contract Claim- -A demand or assertion by City or Contractor seeking an adjustment of Contract Price or Contract Time, or both, or other relief with respect to the terms of the Contract. A demand for money or services by a third party is not a Contract Claim. R. Contract The entire and integrated written document between the City and Contractor concerning the Work. The Contract contains the Agreement and all Contract Documents and supersedes prior negotiations, representations, or agreements, whether written or oral. S. Contract Documents—Those items so designated in the Agreement. All items listed in the Agreement are Contract Documents. Approved Submittals, other Contractor submittals, and the reports and drawings of subsurface and physical conditions are not Contract Documents. T. Contract Price--The moneys payable by City to Contractor for completion of the Work in accordance with the Contract Documents as stated in the Agreement (subject to the provisions of Paragraph 11.03 in the case of Unit Price Work). U. Contract Time--The number of days or the dates stated in the Agreement to: (i) achieve Milestones, if any and (ii)complete the Work so that it is ready for Final Acceptance. V. Contractor—The individual or entity with whom City has entered into the Agreement. W. Cost of'the Work—See Paragraph 11.01 of these General Conditions for definition. C IT Y OF FORT WORTH S I ANDARDCONS I RUC I ION SPP.CIFICA I ION DOCUMENTS Revision.8/23/2021 00 72 00-1 GENERALCONDITIONS Page 3 of63 X. Damage Claims — A demand for money or services arising from the Project or Site from a third party, City or Contractor exclusive of a Contract Claim. Y. Day or day—A day. unless otherwise defined, shall mean a Calendar Day. Z. Director of Aviation — The officially appointed Director of the Aviation Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. AA. Director of'Parks and Community Services — The officially appointed Director of the Parks and Community Services Department of the City of Fort Worth, Texas, or his duly appointe d representative, assistant, or agents. BB.Director of'Planning and Development — The officially appointed Director of the Planning and Development Department of the City of Fort Worth, Texas, or his duly appointe d representative, assistant, or agents. CC.Director of Transportation Public Work s — The officially appointed Director of the Transportation Public Works Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, oragents. DD.Director of Water Department — The officially appointed Director of the Water Department of the City of Fort Worth,Texas, or his duly appointed representative, assistant, oragents. EE. 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. FF. Effective Date of the Agreement—The date indicated in the Agreement on which it becomes effective, but if no such date is indicated, it means the date on which the Agreement is signed and delivered by the last of the two parties to sign and deliver. GG.Engineer—The licensed professional engineer or engineering firm registered in the State of Texas performing professional services for theCity. HH.Extra Work — Additional work made necessary by changes or alterations of the Contract Documents or of quantities or for other reasons for which no prices are provided in the Contract Documents. Extra work shall be part of the Work. ll. Field Order — A written order issued by City which requires changes in the Work but whic h 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. JJ. Final Acceptance — The written notice given by the City to the Contractor that the Work specified in the Contract Documents has been completed to the satisfaction of the City. CI I Y OF FORT WOR I I I STANDARDCONSIRI CTION SPIsCIFICA I[ON DOffNIFNIS Revision 8/23/2021 007200-1 GENERALCONDITIONS Page 4 of 63 KK.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. LL. General Requirements Sections of Division I of the Contract Documents. MM. Hazardous Environmental Condition—The presence at the Site of Asbestos, PCBs, Petroleum, Hazardous Waste, Radioactive Material, or other materials in such quantities or circumstances that may present a substantial danger to persons or property exposed thereto. NN.Hazardous Waste--Hazardous waste is defined as any solid waste listed as hazardous or possesses one or more hazardous characteristics as defined in the federal waste regulations, as amended from time to time. OO.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. PP. Liens—Charges, security interests, or encumbrances upon Project funds, real property, or personal property. QQ.Major Item-An Item of work included in the Contract Documents that has a total cost equal to or greater than 5%of the original Contract Price or S25,000 whichever is less. RR.Milestone—A principal event specified in the Contract Documents relating to an intermediate Contract Time prior to Final Acceptance of the Work. SS. Notice of Arvard—The written notice by City to the Successful Bidder stating that upon timely compliance by the Successful Bidder with the conditions precedent listed therein, City will sign and deliver the Agreement. TT. Notice to Proceed--A written notice given by City to Contractor fixing the date on which the Contract Time will commence to run and on which Contractor shall start to perform the Work specified in Contract Documents. UU.PC'Bs—Polychlorinated biphenyls. W.Petroleum—Petroleum, including crude oil or any fraction thereof which is liquid at standard conditions of temperature and pressure (60 degrees Fahrenheit and 14.7 pounds per square inch absolute), such as oil, petroleum, fuel oil, oil sludge, oil refuse, gasoline, kerosene, and oil mixed with other non-Hazardous Waste and crude oils. WW. Plans- See definition of Drawings. C'fI Y OF FOR(WORfIf STANDARDCONSTRUCI-ION SITCIF ICATION DOCUMHN I'S Revision 8/23/2021 007200-1 GENERALCONDITIONS Page 5 of63 XX.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. YY.Project The Work to be performed under the Contract Documents. ZZ. Project Manager--The authorized representative of the City who will be assigned to the Site. AAA. Public Meeting An announced meeting conducted by the City to facilitate public participation and to assist the public in gaining an informed view of the Project. BBB. Radioactive Material—Source, special nuclear, or byproduct material as defined by the Atomic Energy Act of 1954(42 USC Section 2011 et seq.) as amended from time to time. CCC. Regular Work ing Hours— Hours beginning at 7:00 a.m. and ending at 6:00 p.m., Monda y thru Friday(excluding legal holidays). DDD. 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. EEE. 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. FFF. Schedule of' Values—A schedule, prepared and maintained by Contractor, allocating portions of the Contract Price to various portions of the Work and used as the basis for reviewing Contractor's Applications for Payment. GGG. Site -Lands or areas indicated in the Contract Documents as being furnished by City upon which the Work is to be performed, including rights-of-way, permits, and easements for access thereto, and such other lands furnished by City which are designated for the use of Contractor. HHH. 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. Ill. Subcontractor An individual or entity having a direct contract with Contractor or with any other Subcontractor for the performance of part of the Work at the Site. CIT Y Of FORT WORTI I STANDARDCONSIRUC f10N SPLCII ICA 110N DOCUMI:NI S Revision 8/23/2021 007200-1 GENERALCONDITIONS Page 6 of63 JJJ. 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. KKK. 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. LLL. Successful Bidder--The Bidder submitting the lowest and most responsive Bid to whom City makes an Award. MMM. Superintendent— The representative of the Contractor who is available at all times and able to receive instructions from the City and to act for the Contractor. NNN. Supplementary Conditions—That part of the Contract Documents which amends or supplements these General Conditions. 000. 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. PPP. Underground Facilities—All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities, including but not limited to, those that convey electricity., gases, steam, liquid petroleum products, telephone or other communications, cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or other control systems. 69 Unit Price Work—See Paragraph 11.03 of these General Conditions for definition. 70. Weekend Work ing Hours— Hours beginning at 9:00 a.m. and ending at 5:00 p.m., Saturday, Sunday or legal holiday,as approved in advance by the City. 71. Work --The entire construction or the various separately identifiable parts thereof required to be provided under the Contract Documents. Work includes and is the result of performing or providing all labor, services, and documentation necessary to produce such construction including any Change Order or Field Order, and furnishing, installing, and incorporating all materials and equipment into such construction, all as required by the Contract Documents. 72. Work ing Day— A working day is defined as a day, not including Saturdays, Sundays, or lega I 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 1.02.13 through E are not defined but, when used in the Bidding Requirements or Contract Documents, have the indicated meaning. B. Intent of Certain Terms or Adjectives: Cl f Y OF FORT WORI'I I STANDARDCONSI RCCI ION SPI:CII:ICATION DOCtIMF.N'FS Revision:8/23/2021 00 72 00-1 GENERALCONDITIONS Page 7 o1 63 1. The Contract Documents include the terms "as allowed," "as approved," "as ordered," "as directed" or terms of like effect or import to authorize an exercise of judgment by City. In addition, the adjectives "reasonable," "suitable," "acceptable," "proper," "satisfactory," or adjectives of like effect or import are used to describe an action or determination of City as to the Work. It is intended that such exercise of professional judgment, action, or determination will be solely to evaluate, in general, the Work for compliance with the information in the Contract Documents and with the design concept of the Project as a functioning whole as shown or indicated in the Contract Documents (unless there is a specific statement indicating otherwise). C Defective: 1. The word "defective," when modifying the word "Work," refers to Work that is unsatisfactory, faulty,or deficient in that it: a. does not conform to the Contract Documents;or b. does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in the Contract Documents;or c. has been damaged prior to City's written acceptance. D. Furnish, Install, Perform,Provide: I. The word "Fumish" or the word ",Install" or the word "Perform" or the word "Provide" or the word "Supply," or any combination or similar directive or usage thereof, shall mean furnishing and incorporating in the Work including all necessary labor, materials, equipment, and everything necessary to perform the Work indicated, unless specifically limited in the context used. E. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. ARTICLE 2 —PRELIMINARY MATTERS 2.01 Copies of Documents City shall furnish to Contractor one (I) original executed copy and one (I) electronic copy of the Contract Documents, and four (4) additional copies of the Drawings. Additional copies will be furnished upon request at the cost of reproduction. 2.02 Commencement of Contract Time: Notice to Proceed The Contract Time will commence to run on the day, indicated in the Notice to Proceed. A Notice to Proceed may be given no earlier than 14 days after the Effective Date of the Agreement, unless agreed to by both parties in writing. CI F Y OF FOR I WORTH STANDARDCONSIRUCIION SPIi CIF ICAIION DOCUN41AIS Revision_9/23/2021 00 72 00-1 GENERAL CONDIT ION S Page 8 of63 2.03 Starling the Work Contractor shall start to perform the Work on the date when the Contract Time commences to run. No Work shall be done at the Site prior to the date on which the Contract Time commences to nin. 2.04 Before SlartingConstruction Baseline Schedules: Submit in accordance with the Contract Documents, and prior to starting the Work. 2.05 Preconstruclion Conference Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as specified in the Contract Documents. 2.06 Public Meeting Contractor may not mobilize any equipment, materials or resources to the Site prior to Contractor attending the Public Meeting as scheduled by the City. 2.07 Initial Aeceplance of Schedules No progress payment shall be made to Contractor until acceptable schedules are submitted to City in accordance with the Schedule Specification as provided in the Contract Documents. ARTICLE 3—CONTRACT DOCUMENTS: INTENT, AMENDING, REUSE 3.01 Intent A. The Contract Documents are complementary; what is required by one is as binding as if required by all. B. It is the intent of the Contract Documents to describe a functionally complete project (or part thereof)to be constructed in accordance with the Contract Documents.Any labor, documentation, services, materials, or equipment that reasonably may be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the indicated result will be provided whether or not specifically called for, at no additional cost to City. C. Clarifications and interpretations of the Contract Documents shall be issued by City. D. The Specifications may vary in form, format and style. Some Specification sections may be written in varying degrees of streamlined or declarative style and some sections may be relative ly narrative by comparison. Omission of such words and phrases as `-the Contractor shall," "in conformity with," "as shown," or "as specified" are intentional in streamlined sections. Omitted words and phrases shall be supplied by inference. Similar types of provisions may appear in various parts of a section or articles within a part depending on the format of the CIT Y OF FOR I WORI'H SI'ANDARDCONSTRUCTIoN SPL;CIFICA I'ION DOCIfMENFS Revision.8/23/202 1 007200-1 GENERAL CONDITIONS Pagc 9 or63 section. The Contractor shall not take advantage of any variation of form, format or style in making Contract Claims. E. The cross referencing of specification sections under the subparagraph heading "Related Sections include but are not necessarily limited to:" and elsewhere within each Specification section is provided as an aid and convenience to the Contractor. The Contractor shall not rely on the cross referencing provided and shall be responsible to coordinate the entire Work under the Contract Documents and provide a complete Project whether or not the cross referencing is provided in each section or whether or not the cross referencing is complete. 3.02 Reference Standards A. Standards, Specifications,Codes, Laws, and Regulations 1. Reference to standards, specifications, manuals, or codes of any technical society, organization, or association, or to Laws or Regulations, whether such reference be specific or by implication, shall mean the standard, specification, manual, code, or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 2. No provision of any such standard, specification, manual, or code, or any instruction of a Supplier, shall be effective to change the duties or responsibilities of City, Contractor, or any of their subcontractors, consultants, agents, or employees, from those set forth in the Contract Documents. No such provision or instruction shall be effective to assign to City, or any of its officers, directors, members, partners, employees, agents, consultants, or subcontractors, any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents. 3.03 Reporting and Resolving Discrepancies A. Reporting Discrepancies: I. Contractor's Review of Contract Documents Before Starling Work: Before undertaking each part of the Work, Contractor shall carefully study and compare the Contract Documents and check and verify pertinent figures therein against all applicable field measurements and conditions. Contractor shall promptly report in writing to City any conflict, error, ambiguity, or discrepancy which Contractor discovers, or has actual knowledge of, and shall obtain a written interpretation or clarification from City before proceeding with any Work affected thereby. 2. Contractor's Revieic of'Contract Documents During Performance of' Work : If, during the performance of the Work, Contractor discovers any conflict, error. ambiguity, or discrepancy within the Contract Documents, or between the Contract Documents and (a) any applicable Law or Regulation , (b) any standard, specification, manual, or code, or (c) any instruction of any Supplier, then Contractor shall promptly report it to City in writing. Contractor shall not proceed with the Work affected thereby (except in an emergency as required by Paragraph CITY OF FORD WORTI I STANDARDCONS IRUC I[ON SPI:CII ICA IION DOCUMLN I S Revision.9/23/2021 007200-1 GENERALCONDITIONS Page 10 or63 6.17.A) until an amendment or supplement to the Contract Documents has been issued by one of the methods indicated in Paragraph 3.04. 3. Contractor shall not be liable to City for failure to report any conflict, error, ambiguity, or discrepancy in the Contract Documents unless Contractor had actual knowledge thereof. B, Resolving Discrepancies: I. Except as may be otherwise specifically stated in the Contract Documents, the provisions of the Contract Documents shall take precedence in resolving any conflict, error, ambiguity, or discrepancy between the provisions of the Contract Documents and the provisions of any standard, specification, manual, or the instruction of any Supplier (whether or not specifically incorporated by reference in the Contract Documents). 2. In case of discrepancies, figured dimensions shall govern over scaled dimensions, Plans shall govern over Specifications, Supplementary Conditions shall govern over General Conditions and Specifications, and quantities shown on the Plans shall govern over those shown in the proposal. 3.04 Amending and Supplementing Contract Documents A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the Work or to modify the terms and conditions thereof by a Change Order. B. The requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work not involving a change in Contract Price or Contract Time, may be authorized, by one or more of the following ways: 1. A Field Order; 2. City's review of a Submittal(subject to the provisions of Paragraph 6.18.C);or 3. City's written interpretation or clarification. 3.05 Reuse of Documents A. Contractor and any Subcontractor or Supplier shall not: 1. have or acquire any title to or ownership rights in any of the Drawings, Specifications, or other documents (or copies of any thereof) prepared by or bearing the seal of Engineer, including electronic media editions; or 2. reuse any such Drawings, Specifications, other documents, or copies thereof on extensions of the Project or any other project without written consent of City and specific written verification or adaptation by Engineer. CITY OF FOR I WOR I fI SIANDARDCONSTRUCHON SPECIFICATION DOCUMENTS Revision 8/23/2021 00 72 00-1 GENERAL CONDIT ION S Page l I of63 B. The prohibitions of this Paragraph 3.05 will survive final payment.. or termination of the Contract. Nothing herein shall preclude Contractor from retaining copies of the Contract Documents for record purposes. 3.06 Electronic Datcr A. Unless otherwise stated in the Supplementary Conditions, the data furnished by City or Engineer to Contractor, or by Contractor to City or Engineer, that may be relied upon are limited to the printed copies included in the Contract Documents (also known as hard copies) and other Specifications referenced and located on the City's on-line electronic document management and collaboration system site. Files in electronic media format of text, data, graphics, or other types are furnished only for the convenience of the receiving party. Any conclusion or information obtained or derived from such electronic files will be at the user's sole risk. If there is a discrepancy between the electronic files and the hard copies,the hard copies govern. B. When transferring documents in electronic media format, the transferring party makes no representations as to long term compatibility, usability, or readability of documents resulting from the use of software application packages, operating systems, or computer hardware differing from those used by the data's creator. ARTICLE 4—AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS; REFERENCE POINTS 4.01 Availability of Lanus A. City shall furnish the Site. City shall notify Contractor of any encumbrances or restrictions not of general application but specifically related to use of the Site with which Contractor must comply in performing the Work. City will obtain in a timely manner and pay for easements for permanent structures or permanent changes in existing facilities. I. The City has obtained or anticipates acquisition of and/or access to right-of-way, and/or easements. Any outstanding right-of-way and/or easements are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding right-of-way, and/or easements. 2 The City has or anticipates removing and/or relocating utilities, and obstructions to the Site. Any outstanding removal or relocation of utilities or obstructions is anticipated in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding utilities or obstructions to be removed, adjusted, and/or relocated by others. B. Upon reasonable written request, City shall furnish Contractor with a current statement of record legal title and legal description of the lands upon which the Work is to be performed. CIF Y OF FORT WORTI I SIANDARDCONS"FRICTION SPF.CIFICAIION DOCIMFNIS Revision 8/23/2021 007200-1 GENERALCONDITIONS Page 12 of 63 C. Contractor shall provide for all additional lands and access thereto that may be required for construction facilities or storage of materials and equipment. 4.02 Subsurface and PhysicalConditions A. Reports and Drawings: The Supplementary Conditions identify: 1. those reports known to City of explorations and tests of subsurface conditions at or contiguous to the Site; and 2 those drawings known to City of physical conditions relating to existing surface or subsurface structures at the Site(except Underground Facilities). B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementa ry Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors, members, partners, employees,agents, consultants, or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor, and safety precautions and programs incident thereto; or 2 other data, interpretations, opinions, and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions,or information. 4.03 Differing Subsurface or Physical Conditions A. Notice: If Contractor believes that any subsurface or physical condition that is uncovered or revealed either: 1. is of such a nature as to establish that any "technical data" on which Contractor is entitled to rely as provided in Paragraph 4.02 is materially inaccurate; or 2. is of such a nature as to require a change in the Contract Documents; or 3. differs materially from that shown or indicated in the Contract Documents;or 4. is of an unusual nature, and differs materially from conditions ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Documents; CI I Y OF I OR F WOR 111 S I ANDARDCONS MIT V ION SPF:CII ICA IION DOCUMFN I S Revision 8/23/2021 007200-1 GENERAL CONDITIONS Page 13 of63 then Contractor shall, promptly after becoming aware thereof and before further disturbing the subsurface or physical conditions or performing any Work in connection therewith (except in an emergency as required by Paragraph 6.17.A), notify City in writing about such condition. B. Possible Price anti Time Adjustments Contractor shall not be entitled to any adjustment in the Contract Price or Contract Time if: 1. Contractor knew of the existence of such conditions at the time Contractor made a fina I commitment to City with respect to Contract Price and Contract Time by the submission of a Bid or becoming bound under a negotiated contract; or 2 the existence of such condition could reasonably have been discovered or revealed as a result of the examination of the Contract Documents or the Site, or 3. Contractor failed to give the written notice as required by Paragraph 4.03.A. 4.04 Underground Facilities A Shown or Indicated: The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the Site is based on information and data furnished to City or Engineer by the owners of such Underground Facilities, including City, or by others. Unless it is otherwise expressly provided in the Supplementary Conditions: 1. City and Engineer shall not be responsible for the accuracy or completeness of any such information or data provided by others.and 2 the cost of all of the following will be included in the Contract Price, and Contractor shall have full responsibility for: a reviewing and checking all such information and data; b. locating all Underground Facilities shown or indicated in the Contract Documents; c. coordination and adjustment of the Work with the owners of such Underground Facilities, including City,during construction; and d. the safety and protection of all such Underground Facilities and repairing any damage thereto resulting from the Work. B. Not Shown orindicated: 1. If an Underground Facility which conflicts with the Work is uncovered or revealed at or contiguous to the Site which was not shown or indicated, or not shown or indicated with reasonable accuracy in the Contract Documents, Contractor shall, promptly after becoming aware thereof and before further disturbing conditions affected thereby or performing any CH Y OF FORD WOR I-11 SIANDARDCONSI RUC TION SPLCIFICAIION DOCl:MFNIS Revision 8/231202) 00 72 00-1 GENERALCONDITIONS Page 14 oF63 Work in connection therewith (except in an emergency as required by Paragraph 6.1 TA), identify the owner of such Underground Facility and give notice to that owner and to City. City will review the discovered Underground Facility and determine the extent, if any, to which a change may be required in the Contract Documents to reflect and document the consequences of the existence or location of the Underground Facility. Contractor shall be responsible for the safety and protection of such discovered Underground Facility. 2 If City concludes that a change in the Contract Documents is required, a Change Order may be issued to reflect and document such consequences. 3. Verification of existing utilities, structures, and service lines shall include notification of all utility companies a minimum of 48 hours in advance of construction including exploratory excavation if necessary. 4.0.5 Reference Points A. City shall provide engineering surveys to establish reference points for construction, which in City's judgment are necessary to enable Contractor to proceed with the Work. City will provide construction stakes or other customary method of marking to establish line and grades for roadway and utility construction, centerlines and benchmarks for bridgework. Contractor shall protect and preserve the established reference points and property monuments, and shall make no changes or relocations. Contractor shall report to City whenever any reference point or property monument is lost or destroyed or requires relocation because of necessary changes in grades or locations. The City shall be responsible for the replacement or relocation of reference points or property monuments not carelessly or willfully destroyed by the Contractor. The Contractor shall notify City in advance and with sufficient time to avoid delays. B. Whenever, in the opinion of the City, any reference point or monument has been carelessly or willfully destroyed, disturbed, or removed by the Contractor or any of his employees, the full cost for replacing such points plus 25%will be charged against the Contractor, and the full amount will be deducted from payment due the Contractor. 4.06 Hazardous Environmental Condition at Site A. Reports and Drawings: The Supplementary Conditions identify those reports and drawings known to City relating to Hazardous Environmental Conditions that have been identified at the Site. B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementa ry Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors, members, partners, employees, agents, consultants, or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods,techniques, sequences and procedures of CI I Y OF FORT WORM-I STANDARDCONSTRUC11ON SPECIFICATION DOCUMENTS Revision_8/23/2021 007200-1 GENERAL CONDIT ION S Page 15 of63 construction to be employed by Contractor and safety precautions and programs incident thereto; or 2 other data, interpretations, opinions and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data"or any such other data, interpretations, opinions or information. C. Contractor shall not be responsible for any Hazardous Environmental Condition uncovered or revealed at the Site which was not shown or indicated in Drawings or Specifications or identifie d in the Contract Documents to be within the scope of the Work. Contractor shall be responsible for a Hazardous Environmental Condition created with any materials brought to the Site by Contractor, Subcontractors, Suppliers,or anyone else for whom Contractor is responsible. D. If Contractor encounters a Hazardous Environmental Condition or if Contractor or anyone for whom Contractor is responsible creates a Hazardous Environmental Condition, Contractor shall immediately: (i) secure or otherwise isolate such condition, (ii) stop all Work in connection with such condition and in any area affected thereby(except in an emergency as required by Paragraph 6.17.A); and (iii) notify City (and promptly thereafter confirm such notice in writing). City may consider the necessity to retain a qualified expert to evaluate such condition or take corrective action, if any. E. Contractor shall not be required to resume Work in connection with such condition or in any affected area until after City has obtained any required permits related thereto and delivered written notice to Contractor: (i) specifying that such condition and any affected area is or has been rendered suitable for the resumption of Work, or(ii) specifying any special conditions under whic h such Work may be resumed. F. If after receipt of such written notice Contractor does not agree to resume such Work based on a reasonable belief it is unsafe,or does not agree to resume such Work under such special conditions, then City may order the portion of the Work that is in the area affected by such condition to be deleted from the Work. City may have such deleted portion of the Work performed by City's own forces or others. G. To the idlest 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 a Hazardous Environmental Condition created by Contractoror by anyoneforwhom Contractor is responsible. Nothing in this Paragraph 4.06.G shall obligate Contractor to indemnify any individual or entity from and against the consequences of that individual's or entity's own negligence. H. The provisions of Paragraphs 4.02, 4.03, and 4.04 do not apply to a Hazardous Environmental Condition uncovered or revealed at the Site. Cff Y OF FOR f WOR 111 SIANDARDCONSTRUCIION SPECIFICATION DOCUMF:NFS Revision:8/23/2021 00 72 00-1 GENERAL CCNDIT ION S Page 16 of63 ARTICLE 5— BONDS AND INSURANCE i 5.01 Licensed Sureties and Insurers All bonds and insurance required by the Contract Documents to be purchased and maintained by Contractor shall be obtained from surety or insurance companies that are duly licensed or authorize d in the State of Texas to issue bonds or insurance policies for the limits and coverages so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided in the Supplementary Conditions. 502 Performance, Payment, and Maintenance Bonds A. Contractor shall furnish performance and payment bonds, in accordance with Texas Government Code Chapter 2253 or successor statute, each in an amount equal to the Contract Price as security for the faithful performance and payment of all of Contractor's obligations under the Contract Documents. B. Contractor shall furnish maintenance bonds in an amount equal to the Contract Price as security to protect the City against any defects in any portion of the Work described in the Contract Documents. Maintenance bonds shall remain in effect for two (2) years after the date of Final Acceptance by the City. C. All bonds shall be in the form prescribed by the Contract Documents except as provided otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financia I Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed by an agent or attorney-in-fact must be accompanied by a sealed and dated power of attorney which shall show that it is effective on the date the agent or attorney-in-fact signed each bond. D. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in the State of Texas or it ceases to meet the requirements of Paragraph 5.02.C, Contractor shall promptly notify City and shall, within 30 days after the event giving rise to such notification, provide another bond and surety, both of which shall comply with the requirements of Paragraphs 5.01 and 5.02.C. 503 Certificates oflnsurance Contractor shall deliver to City, with copies to each additional insured and loss payee identified in the Supplementary Conditions, certificates of insurance (other evidence of insurance requested by City or any other additional insured) in at least the minimum amount as specified in the Supplementary Conditions which Contractor is required to purchase and maintain. 1. The certificate of insurance shall document the City,and all identified entities named in the Supplementary Conditions as "Additional Insured"on all liability policies. Cl F Y OF FOR F wOR I'll SIANDARDCONSTRUCI'ION SPECIFICATION DOCUMENTS Revision_8/23/2021 007200-1 GENERAL CONDITIONS Page 17 oC63 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 insure d, be complete in its entirety, and show complete insurance carrier names as listed in thecurrent 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 financia I strength and solvency to the satisfaction of Risk Management. If the rating is below that required, written approval of City, is required. 5. All applicable policies shall include a Waiver of Subrogation (Rights of Recovery) in favor of the City. In addition, the Contractor agrees to waive all rights of subrogation against the Engineer (if applicable), and each additional insured identified in the Supplementary Conditions 6. Failure of the City to demand such certificates or other evidence of full compliance with the insurance requirements or failure of the City to identify a deficiency from evidence that is provided shall not be construed as a waiver of Contractor's obligation to maintain such line s of insurance coverage. 7. If insurance policies are not written for specified coverage limits, an Umbrella or Excess Liability insurance for any differences is required. Excess Liability shall follow form of the primary coverage. 8. Unless otherwise stated, all required insurance shall be written on the "occurrence basis". If coverage is underwritten on a claims-made basis, the retroactive date shall be coincident with or prior to the date of the effective date of the agreement and the certificate of insurance shall state that the coverage is claims-made and the retroactive date. The insurance coverage shall be maintained for the duration of the Contract and for three (3) years following Fina I Acceptance provided under the Contract Documents or for the warranty period, whichever is longer. An annual certificate of insurance submitted to the City shall evidence such insurance coverage. 9. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the required lines of coverage, nor decrease the limits of said coverage unless such endorsements are approved in writing by the City. In the event a Contract has been bid or executed and the exclusions are determined to be unacceptable or the City desires additional insurance coverage, and the City desires the contractor/engineer to obtain such coverage, the contract price shall be adjusted by the cost of the premium for such additional coverage plus 10%. 10. Any self-insured retention (SIR), in excess of $25,000.00, affecting required insurance coverage shall be approved by the City in regards to asset value and stockholders'equity. In CIF Y 01:FOR f IIII I SIANDARDCONSI RUC"PION SPECII ICA I ION DOCUWN IS Revision 8/23/2021 00 72 00-1 GENERAL CONDITIONS Page 18 of63 lieu of traditional insurance, alternative coverage maintained through insurance pools or risk retention groups, must also be approved by City. It. Any deductible in excess of$5,000.00. for any policy that does not provide coverage on a first- dollar basis, must be acceptable to and approved by the City. 12. City, at its sole discretion, reserves the right to review the insurance requirements and to make reasonable adjustments to insurance coverage's and their limits when deemed necessary and prudent by the City based upon changes in statutory law, court decision or the claims history of the industry as well as of the contracting party to the City. The City shall be required to provide prior notice of 90 days, and the insurance adjustments shall be incorporated into the Work by Change Order. 13. City shall be entitled, upon written request and without expense, to receive copies of policie s and endorsements thereto and may make any reasonable requests for deletion or revision or modifications of particular policy terms, conditions, limitations, or exclusions necessary to conform the policy and endorsements to the requirements of the Contract. Deletions, revisions, or modifications shall not be required where policy provisions are established by law or regulations binding upon either party or the underwriter on any such policies. 14. City shall not be responsible for the direct payment of insurance premium costs for Contractor's insurance. 5.04 Contractors Insurance A. Work ers Compensation and Employers' Liability. Contractor shall purchase and maintain such insurance coverage with limits consistent with statutory benefits outlined in the Texas Workers' Compensation Act (Texas Labor Code, Ch. 406, as amended), and minimum limits for Employers' Liability as is appropriate for the Work being performed and as will provide protection from claims set forth below which may arise out of or result from Contractor's performance of the Work and Contractor's other obligations under the Contract Documents, whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable: 1. claims under workers' compensation, disability benefits, and other similar employee benefit acts; 2. claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor's employees. B. Commercial General Liability. Coverage shall include but not be limited to covering liability (bodily injury or property damage) arising from: premises/operations, independent contractors, products/completed operations, personal injury, and liability under an insured contract. Insurance shall be provided on an occurrence basis, and as comprehensive as the current Insurance Services Office (ISO) policy.This insurance shall apply as primary insurance with respect to any other CI Y OF FORT WOR 1-11 STANDARDCONS'I RUCTION SPECIFICATION DOCUMVN FS Revision:8/23/2021 007200-1 GENERALCONDITIONS Page 19 of63 insurance or self-insurance programs afforded to the City. The Commercial General Liability policy, shall have no exclusions by endorsements that would alter of nullify premises/operations, products/completed operations, contractual, personal injury, or advertising injury, which are normally contained with the policy, unless the City approves such exclusions in writing. For construction projects that present a substantial completed operation exposure, the City may require the contractor to maintain completed operations coverage for a minimum of no less than three (3) years following the completion of the project (if identified in the Supplementa ry Conditions). 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. D. Railroad Protective Liability. If any of the work or any warranty work is within the limits of railroad right-of-way, the Contractor shall comply with the requirements identified in the Supplementary Conditions. E. Notification of Policy Cancellation: Contractor shall immediately notify City upon cancellation or other loss of insurance coverage. Contractor shall stop work until replacement insurance has been procured. There shall be no time credit for days not worked pursuant to this section. 5.05 Acceptance of Bonds and Insitrance; Option to Replace If City has any objection to the coverage afforded by or other provisions of the bonds or insurance required to be purchased and maintained by the Contractor in accordance with Article 5 on the basis of non-conformance with the Contract Documents, the City shall so notify the Contractor in writing within 10 Business Days after receipt of the certificates(or other evidence requested).Contractor shall provide to the City such additional information in respect of insurance provided as the City may reasonably request. If Contractor does not purchase or maintain all of the bonds and insurance required by the Contract Documents, the City shall notify the Contractor in writing of such failure prior to the start of the Work, or of such failure to maintain prior to any change in the required coverage. ARTICLE 6—CONTRACTOR'S RESPONSIBILITIES 6.01 Supervision and Superintendence A. Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means, methods,techniques, sequences, and procedures of construction. C1T Y OF FORD wOR 1-11 S'IANDARDCONSTRUCTION SPEC IFICA110N DOCI MEN 1S Revision 8/23/2021 007200-1 GENERAL CONDIT 10 N S Page 20 of63 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 onContractor. C. Contractor shall notify the City 24 hours prior to moving areas during the sequence of construction. 6.02 Labor; Working Hours A. Contractor shall provide competent, suitably qualified personnel to perform construction as required by the Contract Documents. Contractor shall at all times maintain good discipline and order at the Site. B. Except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work at the Site shall be performed during Regular Working Hours. Contractor will not permit the performance of Work beyond Regular Working Hours or for Weekend Working Hours without City's written consent (which will not be unreasonably withheld). Written request (by letter or electronic communication)to perform Work: 1. for beyond Regular Working Hours request must be made by noon at least two (2) Business Days prior 2. for Weekend Working Hours request must be made by noon of the preceding Thursday 3. for legal holidays request must be made by noon two Business Days prior to the legal holiday. 6.03 Services, Materials, and Equipment A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full responsibility for all services, materials, equipment, labor, transportation, construction equipme nt and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilitie s, 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. CIFY01;FOR T WORIII SIANDARDCONSIRIJC'IION SPECIFICATION DOCUMENTS Revision 8/23/2021 00 72 00-1 GENERAL CONDIT ION S Page 21 of63 C. All materials and equipment to be incorporated into the Work shall be stored, applied, installe d, connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of the applicable Supplier,except as otherwise may be provided in the Contract Documents. D. All items of standard equipment to be incorporated into the Work shall be the latest model at the time of bid,unless otherwise specified. 6.04 Project Schedule A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.07 and the General Requirements as it may be adjusted from time to time as provided below. 1. Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.07 and the General Requirements) proposed adjustments in the Project Schedule that will not result in changing the Contract Time. Such adjustments will comply with any provisions of the General Requirements applicable thereto. 2. Contractor shall submit to City a monthly Project Schedule with a monthly progress payment for the duration of the Contract in accordance with the schedule specification 01 32 16. 3. Proposed adjustments in the Project Schedule that will change the Contract Time shall be submitted in accordance with the requirements of Article 12. Adjustments in Contract Time may only be made by a Change Order. 6.05 Substitutes and"Or-Equals" A. Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function, appearance, and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent, or"or- equal" item or no substitution is permitted, other items of material or equipment of other Suppliers may be submitted to City for review under the circumstances described below. 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 accomplishe d without compliance with some or all of the requirements for approval of proposed substitute items. For the purposes of this Paragraph 6.05.A.1, a proposed item of material or equipment will be considered functionally equal to an item so named if: a. the City determinesthat: 1) it is at least equal in materials of construction, quality, durability, appearance, strength, and design characteristics: CITY Of F'ORI WORI'lI S IANDARDCONS FRUCTION SPEC IF(CATION DOCIMVN I S Revision.8/23/2021 007200-1 GENERALCONDITIONS Page 22 of63 2) it will reliably perform at least equally well the function and achieve the results imposed by the design concept of the completed Project as a functioning whole; and 3) it has a proven record of performance and availability of responsive service;and b. Contractor certifies that, if approved and incorporated into the Work: 1) there will be no increase in cost to the City or increase in Contract Time; and 2) it will conform substantially to the detailed requirements of the item named in the Contract Documents. 2. Substitute Items: a. If in City's sole discretion an item of material or equipment proposed by Contractor does not qualify as an "or-equal" item under Paragraph 6.05.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: a) perform adequately the functions and achieve the results called for by the general design; b) be similar in substance to that specified, c) be suited to the same use as that specified;and 2) will state: a) the extent, if any, to which the use of the proposed substitute item will prejudice Contractor's achievement of final completion on time; b) whether use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with City for other work on the Project) to adapt the design to the propose d substitute item, CIF Y OF FOR F WORTH STANDARDCONSFRUCPION SPFCIFICA LION DOCUMENTS Revision 8/23/2021 00 72 00-1 GENERALCONDITIONS Page 23 of63 c) whether incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty; and 3) will identify: a) all variations of the proposed substitute item from that specified; b) available engineering, sales, maintenance, repair, and replacement services;and 4) shall contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and Damage Claims of other contractors affected by any resulting change. B. Substitute 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 6.05.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 6.05.A and 6.05.13. 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 Submia 1 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 6.05.A.2 and 6.05.13. Whether or not City approves a substitute so proposed or submitted by Contractor, Contractor may be required to reimburse City for evaluating each such proposed substitute. Contractor may also be required to reimburse City for the charges for making changes in the Contract Documents (or in the provisions of any other direct contract with City) resulting from the acceptance of each proposed substitute. F. Contractor's Expense: Contractor shall provide all data in support of any proposed substitute or "or-equal"at Contractor's expense. CIT Y OF FORD WORTI I S"IANDARDCONS1RUCTION SPECIF ICA110N DOCl:Ml-NIS Revision_8/23/2021 00 72 00-1 GENERALCONDITIONS Page 24 of63 G. City Substitute Reimbursement:Costs(savings or charges)attributable to acceptance of a substitute shall be incorporated to the Contract by Change Order. H. Time Extensions: No additional time will be granted for substitutions. 606 Concerning Subcontractors, Suppliers, and Others A. Contractor shall perform with his own organization, work of a value not less than 35% of the value embraced on the Contract, unless otherwise approved by the City. B. Contractor shall not employ any Subcontractor, Supplier, or other individual or entity, whether initially or as a replacement, against whom City may have reasonable objection. Contractor shall not be required to employ any Subcontractor, Supplier, or other individual or entity to furnish or perform any of the Work against whom Contractor has reasonable objection (excluding those acceptable to City as indicated in Paragraph 6.06.C). C. The City may from time to time require the use of certain Subcontractors, Suppliers, or other individua Is or entities on the project, and will provide such requirements in the Supplementa ry Conditions. D. Minority Business Enterprise Compliance: It is City policy to ensure the full and equitable participation by Minority Business Enterprises (MBE) in the procurement of goods and services on a contractual basis. If the Contract Documents provide for a MBE goal, Contractor is required to comply with the intent of the City's MBE Ordinance (as amended) by the following: 1. Contractor shall, upon request by City, provide complete and accurate information regarding actual work performed by a MBE on the Contract and payment therefor. 2. Contractor will not make additions, deletions, or substitutions of accepted MBE 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 MBE. Material misrepresentation of any nature will be grounds for termination of the Contract in accordance with Paragraph 15.02.A. Any such misrepresentation may be grounds for disqualification of Contractor to bid on future contracts with the City for a period of not less than three years. E. Contractor shall be fully responsible to City for all acts and omissions of the Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work just as Contractor is responsible for Contractor's own acts and omissions. Nothing in the Contract Documents: CI I Y OP FORT WORM I S FANDARDCONS I RUC I ION SPECIFICATION DOCUMLNIS Revision 8/23/2021 00 72 00-1 GENERALCONDITIONS Page 25 of63 1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity any contractual relationship between City and any such Subcontractor. Supplier or other individual or entity; nor 2. shall create any obligation on the part of City to pay or to see to the payment of any moneys due any such Subcontractor, Supplier, or other individual or entity except as may otherwise be required by Laws and Regulations. F. Contractor shall be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers, and other individua Is or entities performing or furnishing any of the Work under a direct or indirect contract with Contractor. G. All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any of the Work shall communicate with City through Contractor. It All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an appropriate agreement between Contractor and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of the Contract Documents for the benefit of City. 6.07 Wage Rates A. Duty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of Chapter 2258, Texas Government Code (as amended), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these Contract Documents. B. Penalty,for Violation. A Contractor or any Subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City S60 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 initia 1 determination, before the 31 st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the Contractor or Subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the Contractor or Subcontractor has violate d 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. Cl f Y OF PORT WOR'111 STANDARDCONSI RUC I-ION SPICIPICAI[ON DOCUMLNIS Revision 3/23/2021 007200-1 GENERAL CONDIT ION S Page 26 of63 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 initia I determination pursuant to Paragraph C above. If the persons required to arbitrate under this section do not agree on an arbitrator before the 1 Ith day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. E. Records to be Maintained. The Contractor and each Subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the Contractor in the construction of the Work provide d 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. I-I. Subcontractor Compliance. The Contractor shall include in its subcontracts and/or shall otherwise require all of its Subcontractors to comply with Paragraphs A through G above. 6.08 Patent Fees and Royalties A. Contractor shall pay all license fees and royalties and assume all costs incident to the use in the performance of the Work or the incorporation in the Work of any invention, design, process, product, or device which is the subject of patent rights or copyrights held by others. If a particula r invention, design, process, product, or device is specified in the Contract Documents for use in the performance of the Work and if, to the actual knowledge of City, its use is subject to patent rights or copyrights calling for the payment of any license fee or royalty to others, the existence of such rights shall be disclosed by City in the Contract Documents. Failure of the City to disclose such information does not relieve the Contractor from its obligations to pay for the use of said fees or royalties to others. R 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 resuhingfrom CIT Y OF FORT WORTII SI ANDARDCONSTRUC IION SPECII-ICA I ION DOCUMENTS Revisions 8/23/2021 007200-1 GENERAL CONDITIONS Page 27 of63 the incorporation in the Work of any invention, design, process, product, or device not specified in the Contract Documents. 6.09 Permits and Utilities A. Contractor obtained permits and licenses. Contractor shall obtain and pay for all construction permits and licenses except those provided for in the Supplementary Conditions or Contract Documents. City shall assist Contractor, when necessary, in obtaining such permits and licenses. Contractor shall pay all governmental charges and inspection fees necessary for the prosecution of the Work which are applicable at the time of opening of Bids, or, if there are no Bids, on the Effective Date of the Agreement, except for permits provided by the City as specified in 6.09.13. City shall pay all charges of utility owners for connections for providing permanent service to the Work. B. C'ily,oblainedpermils and licenses. City will obtain and pay for all permits and licenses as provided for in the Supplementary Conditions or Contract Documents. It will be the Contractor's responsibility to carry out the provisions of the permit. If the Contractor initiates changes to the Contract and the City approves the changes, the Contractor is responsible for obtaining clearances and coordinating with the appropriate regulatory agency. The City will not reimburse the Contractor for any cost associated with these requirements of any City acquired permit. The following are permits the City will obtain if required: 1. Texas Department of Transportation Permits 2. U.S. Army Corps of Engineers Permits 3. Texas Commission on Environmental Quality Permits 4. Railroad Company Permits C. Outstanding permits and licenses. The City anticipates acquisition of and/or access to permits and licenses. Any outstanding permits and licenses are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding permits and licenses. 6.10 Laws and Regulations A Contractor shall give all notices required by and shall comply with all Laws and Regulations applicable to the performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, the City shall not be responsible for monitoring Contractor's compliance with any Laws or Regulations. B. If Contractor performs any Work knowing or having reason to know that it is contrary to Laws or Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all CIF Y OI FORT wOR I I I STANDARDCONSIRLIC110N SPEC IFICA 110N DOCI�'VII:NIS Revision 8/23/2021 007200-1 GENERALCONDITIONS Page 28 of 63 court or arbitration or other dispute resolution costs) arising out of or relating to such Work. However, it shall not be Contractor's responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of Contractor's obligations under Paragraph 3.02. C. Changes in Laws or Regulations not known at the time of opening of Bids having an effect on the cost or time of performance of the Work may be the subject of an adjustment in Contract Price or Contract Time. 6.11 Taxes A. On a contract awarded by the City, an organization which qualifies for exemption pursuant to Texas Tax Code, Subchapter H, Sections 151.301-335 (as amended),the Contractor may purchase, rent or lease all materials, supplies and equipment used or consumed in the performance of this contract by issuing to his supplier an exemption certificate in lieu of the tax, said exemption certificate to comply with State Comptroller's Ruling .007. Any such exemption certificate issued to the Contractor in lieu of the tax shall be subject to and shall comply with the provision of State Comptroller's Ruling .011, and any other applicable rulings pertaining to the Texas Tax Code, Subchapter H. B. Texas Tax permits and information may be obtained from: 1. Comptroller of Public Accounts Sales Tax Division Capitol Station Austin, TX 78711;or 2. http://www.window.state.tx.us/taxinfo/taxfortns/93-forms.html 6.12 Use of Site ondOther Areas A Limitation on Use of'Site and Other Areas: 1. Contractor shall confine construction equipment, the storage of materials and equipment, and the operations of workers to the Site and other areas permitted by Laws and Regulations, and shall not unreasonably encumber the Site and other areas with construction equipment or other materials or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas resulting from the performance of the Work. 2. At any time when, in the judgment of the City, the Contractor has obstructed or closed or is carrying on operations in a portion of a street, right-of-way, or easement greater than is necessary for proper execution of the Work, the City may require the Contractor to finish the section on which operations are in progress before work is commenced on any additiona I area of the Site. CI I Y OF PORT WOR FI I SFANDARDCONSI RUC TION SPIVIFICA I[ON DOCUMENTS Revision.8/23/2021 00 72 00-1 GENERALCONDITIONS Pagc 29 of63 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 till claims, costs, losses, and damages arising out of'or relating to any claim or action, legal or equitable, brought by any such owner or occupant against City. B. Removal of' Debris During Performance of' the Work: During the progress of the Work Contractor shall keep the Site and other areas free from accumulations of waste materials, rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other debris shall conform to applicable Laws and Regulations. C. Site Maintenance Cleaning: 24 hours after written notice is given to the Contractor that the clean- up on the job site is proceeding in a manner unsatisfactory to the City, if the Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as the City deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice (by letter or electronic communication), and the costs of such direct action, plus 25 % of such costs, shall be deducted from the monies due or to become due to the Contractor. D. Final Site Cleaning: Prior to Final Acceptance of the Work Contractor shall clean the Site and the Work and make it ready for utilization by City or adjacent property owner. At the completion of the Work Contractor shall remove from the Site all tools, appliances, construction equipme nt 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. 6.13 Record Documents A Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor and approved by the City, one (1) record copy of all Drawings, Specifications, Addenda, Change Orders, Field Orders, and written interpretations and clarifications in good order and annotated to show changes made during construction. These record documents together with all approved Samples and a counterpart of all accepted Submittals will be available to City, for reference. Upon completion of the Work, these record documents, any operation and maintenance manuals, and Submittals will be delivered to City prior to Final Inspection. Contractor shall include accurate locations for buried and imbedded items. 6.14 Safety,and Protection A Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Such responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations.Contractor shall CI'I Y OF I OR F WORII I STANDARDCONSFRUC I[ON SPLCIFICA I[ON DOCUMEN FS Revision 8/23/2021 00 72 00-1 GENERALCONDITIONS Paige 30 oC63 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 ofCity'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. L All damage, injury, or loss to any property referred to in Paragraph 6.14.A.2 or 6.14.A.3 caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor. Supplier, or any other individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, shall be remedied by Contractor. F. Contractor's duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and City has accepted the Work. 6.15 Safety Representative Contractor shall inform City in writing of Contractor's designated safety representative at the Site. 6.16 Hazard Communication Programs Contractor shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers in accordance with Laws or Regulations. 6.17 Emergencies and/or Rectification A In emergencies affecting the safety or protection of persons or the Work or property at the Site or adjacent thereto, Contractor is obligated to act to prevent threatened damage, injury, or loss. Contractor shall give City prompt written notice if Contractor believes that any significant CI I Y OF FORT WOR H I STANDARDCONSIRUC110N SPECIFICATION DOCUMENTS Revision 9/23/2021 00 72 00-1 GENERALCONDITIONS Page 31 of63 changes in the Work or variations from the Contract Documents have been caused thereby or are required as a result thereof. If City determines that a change in the Contract Documents is required because of the action taken by Contractor in response to such an emergency, a Change Order may be issued. B. Should the Contractor fail to respond to a request from the City to rectify any discrepancies, omissions, or correction necessary to conform with the requirements of the Contract Documents, the City shall give the Contractor written notice that such work or changes are to be performed. The written notice shall direct attention to the discrepant condition and request the Contractor to take remedial action to correct the condition. In the event the Contractor does not take positive steps to fulfill this written request, or does not show just cause for not taking the proper action, within 24 hours, the City may take such remedial action with City forces or by contract. The City shall deduct an amount equal to the entire costs for such remedial action, plus 25%, from any funds due or become due the Contractor on the Project. 6.18 Submittals A Contractor shall submit required Submittals to City for review and acceptance in accordance with the accepted Schedule of Submittals (as required by Paragraph 2.07). Each submittal will be identified as City may require. 1. Submit number of copies specified in the General Requirements. 2. Data shown on the Submittals will be complete with respect to quantities, dimensions, specific d performance and design criteria, materials, and similar data to show City the services, materials, and equipment Contractor proposes to provide and to enable City to review the information for the limited purposes required by Paragraph 6.18.C. 3. Submittals submitted as herein provided by Contractor and reviewed by City for conformance with the design concept shall be executed in conformity with the Contract Documents unless otherwise required by City. 4. When Submittals are submitted for the purpose of showing the installation in greater detail, their review shall not excuse Contractor from requirements shown on the Drawings and Specifications. 5. For-Information-Only submittals upon which the City is not expected to conduct review or take responsive action may be so identified in the Contract Documents. 6. Submit required number of Samples specified in the Specifications. 7. Clearly identify each Sample as to material, Supplier, pertinent data such as catalog numbers, the use for which intended and other data as City may require to enable City to review the submittal for the limited purposes required by Paragraph 6.18.C. CH Y OF FORT WORT I I SI ANDARDCONSTRUCTION SPECH-IC PION DOCI'MFN I S Revision 9/23/2021 007200-1 GENERAL CONDIT ION S Page 32 of63 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. 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. 6.19 Continuing the Work Except as otherwise provided, Contractor shall carry on the Work and adhere to the Project Schedule during all disputes or disagreements with City. No Work shall be delayed or postponed pending resolution of any disputes or disagreements, except as City and Contractor may otherwise agree in writing. 6.20 Contractors 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 C1 F Y OF PORE WOR I I I SFANDARDCONS I RUC I ION SPI!CH ICA I ION DOCUMEN FS Revision 8/23/2021 007200-1 GENERALCONDITIONS Page 33 of63 2. normal wear and tear under normal usage. C. Contractor's obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance of Work that is not in accordance with the Contract Documents or a release of Contractor's obligation to perform the Work in accordance with the Contract Documents: 1. observations by City; 2. recommendation or payment by City of any progress or final payment; 3. the issuance of a certificate of Final Acceptance by City or any payment related thereto by City; 4. use or occupancy of the Work or any part thereof by City; 5. any review and acceptance of a Submittal by City; 6. any inspection,test, or approval by others;or 7. any correction of defective Work by City. D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two (2) years from the date of Final Acceptance of the Work unless a longer period is specified and shall furnish a good and sufficient maintenance bond,complying with the requirements of Article 5.02.13. The City will give notice of observed defects with reasonable promptness. 6.21 Indemnification A Contractor covenants and agre es to inde mnify, hold harmle ss and de fe nd, at its own expense,the City, its office rs,servants and a mploye es,from and against any and all claims arising out of, or alle ged to arise out of, the work and se rvices to be pe rforme d by the Contractor, its office rs, age nts, a mployees, subcontractors, lice nses or invite es unde r 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 inde mnity provision is inte nde d to include,without limitation, inde mnity for costs,expenses and le gal fees incurred by the City in defending against such claims and causes of actions. R Contractor covenants and agrees to indemnify and hold harmless,at its own expense,the City, its office rs,servants and a mployees,from and against any and all loss,damage or destruction of prope rty of the City, arising out of, or alle ged to arise out of,the work and se rvices to be performed by the Contractor, its officers, agents, employees,subcontractors, licensees or invite es unde r this Contract. THIS INDEMNIFICATION PROVISION IS CI I Y OF FORT WORTH SIANDARDCONSI RUC PION SPICII ICAPION DOCUMLNIS Revision 9/23/2021 00 72 00-1 GENERALCONDITIONS Page 34 of63 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. Contractor will not be required to provide professional design services unless such services are specifically required by the Contract Documents for a portion of the Work or unless such services are required to carry out Contractor's responsibilities for construction means, methods, techniques, sequences and procedures. B. If professional design services or certifications by a design professional related to systems, materials or equipment are specifically required of Contractor by the Contract Documents, City will specify all performance and design criteria that such services must satisfy. Contractor shall cause such services or certifications to be provided by a properly licensed professional, whose signature and seal shall appear on all drawings, calculations, specifications, certifications, and Submittals prepared by such professional. Submittals related to the Work designed or certified by such professional, if prepared by others, shall bear such professional's written approval when submitted to city. C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the services, certifications or approvals performed by such design professionals, provided City has specified to Contractor performance and design criteria that such services must satisfy. D. Pursuant to this Paragraph 6.22, City's review and acceptance of design calculations and design drawings will be only for the limited purpose of checking for conformance with performance and design criteria given and the design concept expressed in the Contract Documents. City's review and acceptance of Submittals (except design calculations and design drawings) will be only for the purpose stated in Paragraph 6.18.C. 6.23 Right to Audit A. The Contractor agrees that the City shall, until the expiration of three (3) years after fina 1 payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of the Contractor involving transactions relating to this Contract. Contractor agrees that the City shall have access during Regular Working Hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Contractor reasonable advance notice of intended audits. B. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of such Subcontractor, involving transactions to the subcontract, and further, that City shall have access during Regular Working Hours to all CIF Y OF PORT WOR 11I S I ANDARDCONS I RUCTION SPFCII,ICATION DOC UMENI S Revision 8/23/2021 00 72 00-1 GENERAL CONDITIONS Page 35 of63 Subcontractor facilities, and shall be provided adequate and appropriate workspace in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Subcontractor reasonable advance notice of intended audits. C. Contractor and Subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Contractor for the cost of the copies as follows at the rate published in the Texas Administrative Code in effect as of the time copying isperformed. 6.21 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 V1, Civil Rights Act of]964 as amended: Contractor shall comply with the requirements of the Act and the Regulations as further defined in the Supplementary Conditions for any project receiving Federal assistance. ARTICLE 7—OTHER WORK AT THE SITE 7.01 Related Work at Site A. City may perform other work related to the Project at the Site with City's employees, or other City contractors,or through other direct contracts therefor, or have other work performed by utility owners. If such other work is not noted in the Contract Documents, then written notice thereof will be given to Contractor prior to starting any such other work;and B. Contractor shall afford each other contractor who is a party to such a direct contract, each utility owner, and City, if City is performing other work with City's employees or other City contractors, proper and safe access to the Site, provide a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work, and properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be required to properly connect or otherwise make its several parts come together and properly integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating, or otherwise altering such work; provided, however, that Contractor may cut or alter others' work with the written consent of City and the others whose work will be affected. C. If the proper execution or results of any part of Contractor's Work depends upon work performed by others under this Article 7, Contractor shall inspect such other work and promptly report to City in writing any delays, defects, or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of Contractor's Work. Contractor's failure to so report will constitute an acceptance of such other work as fit and proper for integration with Contractor's Work except for latent defects in the work provided by others. CI I Y OF FORT WORM I S I ANDARDCONSIRFIC IION SPF{CIFICAIION DOCU'v1F.N FS Revision 8/23/2021 00 72 00-1 GENERALCONDITIONS Page 36 of63 7.02 Coordination A. If City intends to contract with others for the performance of other work on the Project at the Site, the following will be set forth in Supplementary Conditions: 1. the individual or entity who will have authority and responsibility for coordination of the activities among the various contractors will be identified; 2. the specific matters to be covered by such authority and responsibility will be itemized;and 3. the extent of such authority and responsibilities will be provided. B. Unless otherwise provided in the Supplementary Conditions,City shall have authority for such coordination. ARTICLE 8—CITY'S RESPONSIBILITIES 8.01 Communications to Contractor Except as otherwise provided in the Supplementary Conditions, City shall issue all communications to Contractor. 8.02 Furnish Data City shall timely furnish the data required under the Contract Documents. 8.03 Pay When Due City shall make payments to Contractor in accordance with Article 14. 8.04 Lands and Easements; Reports and Tests City's duties with respect to providing lands and easements and providing engineering surveys to establish reference points are set forth in Paragraphs 4.01 and 4.05. Paragraph 4.02 refers to City's identifying and making available to Contractor copies of reports of explorations and tests of subsurface conditions and drawings of physical conditions relating to existing surface or subsurface structures at or contiguous to the Site that have been utilized by City in preparing the Contract Documents. 8.05 Change Orders City shall execute Change Orders in accordance with Paragraph 10.03. 8.06 Inspections, Tests, and Approvals City's responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph 13.03. CI'1 Y OF FORT WORTH SIANDARDCONSTRUCTION SPFCIFICAFION DOCUMENTS Revision 8/23/2021 00 72 00-1 GENERAL CONDITIONS Page 37 of63 8.07 Limitations on City'sResponsibilities A. The City shall not supervise, direct, or have control or authority over, nor be responsible for, Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. City will not be responsible for Contractor's failure to perform the Work in accordance with the Contract Documents. B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 6.14. 8.08 Undisclosed Hazardous Environmental Condition City's responsibility with respect to an undisclosed Hazardous Environmental Condition is set forth in Paragraph 4.06. 8.09 Compliance with Safety Program While at the Site, City's employees and representatives shall comply with the specific applicable requirements of Contractor's safety programs of which City has been informed pursuant to Paragraph 6.14. ARTICLE 9—CITV'S OBSERVATION STATUS DURING CONSTRUCTION 9.01 City's Project Manager City will provide one or more Project Manager(s) during the construction period. The duties and responsibilities and the limitations of authority of City's Project Manager during construction are set forth in the Contract Documents. The City's Project Manager for this Contract is identified in the Supplementary Conditions. 9.02 Visits to Site A. City's Project Manager will make visits to the Site at intervals appropriate to the various stages of construction as City deems necessary in order to observe the progress that has been made and the quality of the various aspects of Contractor's executed Work. Based on information obtained during such visits and observations, City's Project Manager will determine, in general, if the Work is proceeding in accordance with the Contract Documents. City's Project Manager will not be required to make exhaustive or continuous inspections on the Site to check the quality or quantity of the Work. City's Project Manager's efforts will be directed toward providing City a greater degree of confidence that the completed Work will conform generally to the Contract Documents. B. City's Project Manager's visits and observations are subject to all the limitations on authority and responsibility in the Contract Documents including those set forth in Paragraph 8.07. CITY OF FORT WOR II I SIANDARDCONSI RUC IION SPECIF ICA 1-10 N DOCUNIFNTS Revision.8/23/2021 00 72 00-1 GENERAL CONDIT ION S Page 38 of63 9.03 Authorized variations in Work City's Project Manager may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time and are compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These may be accomplished by a Field Order and will be binding on City and also on Contractor, who shall perform the Work involved promptly. 9.04 Rejecting Defective Work City will have authority to reject Work which City's Project Manager believes to be defective, or will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. City will have authority to conduct special inspection or testing of the Work as provided in Article 13,whether or not the Work is fabricated, installed,or completed. 9.05 Determinations for WorkPerformed Contractor will determine the actual quantities and classifications of Work performed. City's Project Manager will review, with Contractor the preliminary,determinations on such matters before rendering a written recommendation. City's written decision will be final (except as modified to reflect changed factual conditions or more accurate data). 9.06 Decisions on Requirements of Contract Documents and Acceptability of'Work A. City will be the initial interpreter of the requirements of the Contract Documents and judge of the acceptability of the Work thereunder. B. City will render a written decision on any issue referred. C. City's written decision on the issue referred will be final and binding on the Contractor, subject to the provisions of Paragraph 10.06. ARTICLE 10—CHANGES IN THE WORK; CLAIMS; EXTRA WORK 10.01 Authorized Changes in the Work A Without invalidating the Contract and without notice to any surety, City may, at any time or from time to time, order Extra Work. Upon notice of such Extra Work, Contractor shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). Extra Work shall be memorialized by a Change Order which may or may not precede an order of Extra work. B. For minor changes of Work not requiring changes to Contract Time or Contract Price, a Field Order may be issued by the City. CII Y 01:FORT WORlI1 S I ANDARDCONSIRIJC'[ION SPEC IF ICAIION DOCUMGN I S Revision 8/23/2021 00 72 00-1 GENERALCONDITIONS Page 39 of63 10.02 Unauthorized Changes in the Work Contractor shall not be entitled to an increase in the Contract Price or an extension of the Contract Time with respect to any work performed that is not required by the Contract Documents as amended, modified, or supplemented as provided in Paragraph 3.04, except in the case of an emergency as provided in Paragraph 6.17. 10.03 Execution of ChangeOrders A. City and Contractor shall execute appropriate Change Orders covering: I. changes in the Work which are: (i)ordered by City pursuant to Paragraph 10.01.A, (ii)required because of acceptance of defective Work under Paragraph 13.08 or City's correction of defective Work under Paragraph 13.09, or(iii)agreed to by the parties; 2 changes in the Contract Price or Contract Time which are agreed to by the parties, including any undisputed sum or amount of time for Work actually performed. 10.04 Extra Work A. Should a difference arise as to what does or does not constitute Extra Work, or as to the payment thereof, and the City insists upon its performance, the Contractor shall proceed with the work after making written request for written orders and shall keep accurate account of the actual reasonable cost thereof. Contract Claims regarding Extra Work shall be made pursuant to Paragraph 10.06. B. The Contractor shall furnish the City such installation records of all deviations from the origina 1 Contract Documents as may be necessary to enable the City to prepare for permanent record a corrected set of plans showing the actual installation. C. The compensation agreed upon for Extra Work whether or not initiated by a Change Order shall be a full,complete and final payment for all costs Contractor incurs as a result or relating to the change or Extra Work, whether said costs are known, unknown, foreseen or unforeseen at that time, including without limitation, any costs for delay, extended overhead, ripple or impact cost, or any other effect on changed or unchanged work as a result of the change or Extra Work. 10.05 Notification to Surety If the provisions of any bond require notice to be given to a surety of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Time), the giving of any such notice will be Contractor's responsibility. The amount of each applicable bond will be adjusted by the Contractor to reflect the effect of any such change. CI I Y OF POR F WOR FI I S I ANDARDCONS I RUC I ION SPECII,ICA IION DOCL WN I S Revision 8/23/2021 007200-1 GENERAL CONDITIONS Page 40 of63 10.06 Contract Claims Process A. City's Decision Required: All Contract Claims,except those waived pursuant to Paragraph 14.09, shall be referred to the City for decision. A decision by City shall be required as a condition precedent to any exercise by Contractor of any rights or remedies he may otherwise have under the Contract Documents or by Laws and Regulations in respect of such Contract Claims. B. Notice: 1. Written notice stating the general nature of each Contract Claim shall be delivered by the Contractor to City no later than 15 days after the start of the event giving rise thereto. The responsibility to substantiate a Contract Claim shall rest with the party making the Contract Claim. 2 Notice of the amount or extent of the Contract Claim, with supporting data shall be delivere d to the City on or before 45 days from the start of the event giving rise thereto (unless the City allows additional time for Contractor to submit additional or more accurate data in support of such Contract Claim). 3. A Contract Claim for an adjustment in Contract Price shall be prepared in accordance with the provisions of Paragraph 12.01. 4. A Contract Claim for an adjustment in Contract Time shall be prepared in accordance with the provisions of Paragraph 12.02. 5. Each Contract Claim shall be accompanied by Contractor's written statement that the adjustment claimed is the entire adjustment to which the Contractor believes it is entitled as a result of said event. fi The City shall submit any response to the Contractor within 30 days after receipt of the claimant's last submittal (unless Contract allows additional time). C. City's Action: City will review each Contract Claim and, within 30 days after receipt of the last submittal of the Contractor, if any, take one of the following actions in writing: 1. deny the Contract Claim in whole or in part; 2 approve the Contract Claim; or 3. notify the Contractor that the City is unable to resolve the Contract Claim if, in the City's sole discretion, it would be inappropriate for the City to do so. For purposes of further resolution of the Contract Claim, such notice shall be deemed a denial. CI F Y OF FORT WORTH S FANDARDCONSI RUC I ION SPHCIFICA FION DOCUMFN IS Revision 9/23/2021 00 72 00-1 GENERALCONDITIONS Page 41 ot'63 D. City's written action under Paragraph 10.06.0 will be final and binding, unless City or Contractor invoke the dispute resolution procedure set forth in Article 16 within 30 days of such action or denial. E No Contract Claim for an adjustment in Contract Price or Contract Time will be valid if not submitted in accordance with this Paragraph 10.06. ARTICLE 11 —COST OF THE WORK; ALLOWANCES; UNIT PRICE WORK; PLANS QUANTITY MEASUREMENT 11.01 Cost of the Work A. Costs Included: The term Cost of the Work means the sum of all costs, except those excluded in Paragraph 1 1.01.B, necessarily incurred and paid by Contractor in the proper performance of the Work. When the value of any Work covered by a Change Order, the costs to be reimbursed to Contractor will be only those additional or incremental costs required because of the change in the Work. Such costs shall not include any of the costs itemized in Paragraph 1 1.01.B, and shall include but not be limited to the following items: 1. Payroll costs for employees in the direct employ of Contractor in the performance of the Work under schedules of job classifications agreed upon by City and Contractor. Such employees shall include, without limitation, superintendents, foremen, and other personnel employed full time on the Work. Payroll costs for employees not employed full time on the Work shall be apportioned on the basis of their time spent on the Work. Payroll costs shall include: a. salaries with a 55%markup, or b. salaries and wages plus the cost of fringe benefits, which shall include social security contributions, unemployment, excise, and payroll taxes, workers' compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto. The expenses of performing Work outside of Regular Working Hours, Weekend Working Hours, or legal holidays, shall be included in the above to the extent authorize d by City. 2. Cost of all materials and equipment furnished and incorporated in the Work, including costs of transportation and storage thereof, and Suppliers' field services required in connection therewith. 3. Rentals of all construction equipment and machinery, and the parts thereof whether rented from Contractor or others in accordance with rental agreements approved by City, and the costs of transportation, loading, unloading, assembly, dismantling, and removal thereof. All such costs shall be in accordance with the terms of said rental agreements. The rental of any such equipment, machinery, or parts shall cease when the use thereof is no longer necessary for the Work. CI'I Y OF FORT WORII1 STANDARDCONtiTRUCTION SPIiC[I ICALION DOCI'MEN IS Revision.8/23/2021 00 72 00-1 GENERALCONDITIONS Page 42 of63 4. Payments made by Contractor to Subcontractors for Work performed by Subcontractors. If required by City. Contractor shall obtain competitive bids from subcontractors acceptable to City and Contractor and shall deliver such bids to City, who will then determine, which bids, if any, will be acceptable. If any subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work plus a fee, the Subcontractor's Cost of the Work and fee shall be determined in the same manner as Contractor's Cost of the Work and fee as provided in this Paragraph 11.01. 5. Costs of special consultants (including but not limited to engineers, architects, testing laboratories, surveyors, attorneys, and accountants) employed for services specifically related to the Work. 6. Supplemental costs including the following: a. The proportion of necessary transportation, travel, and subsistence expenses of Contractor's employees incurred in discharge of duties connected with the Work. b. Cost, including transportation and maintenance, of all materials, supplies, equipment, machinery, appliances, office, and temporary facilities at the Site, and hand tools not owned by the workers, which are consumed in the performance of the Work, and cost, less market value, of such items used but not consumed which remain the property of Contractor. c. Sales, consumer, use, and other similar taxes related to the Work, and for which Contractor is liable not covered under Paragraph 6.11, as imposed by Laws and Regulations. d. Deposits lost for causes other than negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable,and royalty payments and fees for pen-nits and licenses. e. Losses and damages (and related expenses) caused by damage to the Work, not compensated by insurance or otherwise, sustained by Contractor in connection with the performance of the Work, provided such losses and damages have resulted from causes other than the negligence of Contractor, any Subcontractor, or anyone directly or indirec tly employed by any of them or for whose acts any of them may be liable. Such losses shall include settlements made with the written consent and approval of City. No such Iosses, damages, and expenses shall be included in the Cost of the Work for the purpose of determining Contractor's fee. f. The cost of utilities,fuel, and sanitary facilities at the Site. g. Minor expenses such as telegrams, long distance telephone calls, telephone and communication services at the Site, express and courier services, and similar petty cash items in connection with the Work. Cff Y OF FORE WOR III STANDARDCONSTRUCTION SPEC IFICA LION DOCUMENTS Revision 8/23/2021 00 72 00-1 GENERALCONDITIONS Page 43 oF63 h. The costs of premiums for all bonds and insurance Contractor is required by the Contract Documents to purchase and maintain. B. Costs Excluded: The term Cost of the Work shall not include any of the following items: 1. Payroll costs and other compensation of Contractor's officers, executives, principals (of partnerships and sole proprietorships), general managers, safety managers, engineers, architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents. expediters, timekeepers, clerks, and other personnel employed by Contractor, whether at the Site or in Contractor's principal or branch office for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in Paragraph 1 1.01.A.1 or specifically covered by Paragraph 1 1.01.A.4, all of which are to be considered administrative costs covered by the Contractor's fee. 2. Expenses of Contractor's principal and branch offices other than Contractor's office at the Site. 3. Any part of Contractor's capital expenses, including interest on Contractor's capital employed for the Work and charges against Contractor for delinquent payments. 4. Costs due to the negligence of Contractor, any Subcontractor, or anyone directly or indirec tly employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of defective Work, disposal of materials or equipment wrongly supplied,and making good any damage to property. 5. Other overhead or general expense costs of any kind. C. Contractors Fee: When all the Work is performed on the basis of cost-plus. Contractor's fee shall be determined as set forth in the Agreement. When the value of any Work covered by a Change Order for an adjustment in Contract Price is determined on the basis of Cost of the Work, Contractor's fee shall be determined as set forth in Paragraph 12.01.C. D. Documentation: Whenever the Cost of the Work for any purpose is to be determined pursuant to Paragraphs 11.01.A and 11.01.13, Contractor will establish and maintain records thereof in accordance with generally accepted accounting practices and submit in a form acceptable to City an itemized cost breakdown together with supporting data. 11.02 Allowances A. Specified Alloivance: It is understood that Contractor has included in the Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be performed for such sums and by such persons or entities as may be acceptable to City. B. Pre-bid Allowances: 1. Contractor agrees that: CIF Y OF I ORI WORTII SIANDARDCONS"I RUC IION SPLCIFICA IION DOCUMLNIS Revision_8/23/2021 00 72 00-1 GENERAL CONDITIO N S Page 44 of63 a the pre-bid allowances include the cost to Contractor of materials and equipment required by the allowances to be delivered at the Site, and all applicable taxes; and b. Contractor's costs for unloading and handling on the Site, labor, installation, overhead, profit, and other expenses contemplated for the pre-bid allowances have been included in the allowances, and no demand for additional payment on account of any of the foregoing will bevalid. C. Contingency Allowance: Contractor agrees that a contingency allowance, if any, is for the sole use of City. D. Prior to final payment, an appropriate Change Order will be issued to reflect actual amounts due Contractor on account of Work covered by allowances, and the Contract Price shall be correspondingly adjusted. 11.03 Unit Price Work A. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to the sum of the unit price for each separately identified item of Unit Price Work times the estimated quantity of each item as indicated in the Agreement. B. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Price. Determinations of the actual quantities and classifications of Unit Price Work performed by Contractor will be made by City subject to the provisions of Paragraph 9.05. C. Each unit price will be deemed to include an amount considered by Contractor to be adequate to cover Contractor's overhead and profit for each separately identified item. Work described in the Contract Documents, or reasonably inferred as required for a functionally complete installation, but not identified in the listing of unit price items shall be considered incidental to unit price work listed and the cost of incidental work included as part of the unit price. D. City may make an adjustment in the Contract Price in accordance with Paragraph 12.01 if: 1. the quantity of any item of Unit Price Work performed by Contractor differs materially and significantly from the estimated quantity of such item indicated in the Agreement; and 2. there is no corresponding adjustment with respect to any other item of Work. E. Increased or Decreased Quantities: The City reserves the right to order Extra Work in accordance with Paragraph 10.01. I. If the changes in quantities or the alterations do not significantly change the character of work under the Contract Documents, the altered work will be paid for at the Contract unit price. CI I Y OF FORT WOR 111 SIANDARDCONSIRUC-1ION SPECIFICATION DOCUMENTS Revision_8/23/2021 007200-1 GENERALCONDITIONS Page 45 of63 2. If the changes in quantities or alterations significantly change the character of work, the Contract will be amended by a ChangeOrder. 3. If no unit prices exist, this will be considered Extra Work and the Contract will be amended by a Change Order in accordance with Article 12. 4. A significant change in the character of work occurs when: a the character of work for any Item as altered differs materially in kind or nature from that in the Contractor b. a Major Item of work varies by more than 25%from the original Contract quantity. 5. When the quantity of work to be done under any Major Item of the Contract is more than 125% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price on the portion of the work that is above 125%. 6. When the quantity of work to be done under any Major Item of the Contract is less than 75% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price. 11.04 Plans Quantity Measurement A. Plans quantities may or may not represent the exact quantity of work performed or material moved, handled, or placed during the execution of the Contract. The estimated bid quantities are designated as final payment quantities, unless revised by the governing Section or this Article. B. If the quantity, measured as outlined under "Price and Payment Procedures" varies by more than 25% (or as stipulated under "Price and Payment Procedures"' for specific Items) from the tota I estimated quantity for an individual Item originally shown in the Contract Documents, an adjustment may be made to the quantity of authorized work done for payment purposes. The party to the Contract requesting the adjustment will provide field measurements and calculations showing the final quantity for which payment will be made. Payment for revised quantity will be made at the unit price bid for that Item, except as provided for in Article 10. C. When quantities are revised by a change in design approved by the City, by Change Order, or to correct an error,or to correct an error on the plans, the plans quantity will be increased or decreased by the amount involved in the change, and the 25%variance will apply to the new plans quantity. D. If the total Contract quantity multiplied by the unit price bid for an individual Item is less than $250 and the Item is not originally a plans quantity Item, then the Item may be paid as a plans quantity Item if the City and Contractor agree in writing to fix the final quantity as a plans quantity. CI'I Y OF FOR- WORT I l SIANDARDCONSI RUC I[ON SPF:CIPICAIION DOCUNIFNIS Revision 8/23/2021 00 72 00-1 GENERAL CONDITIONS Page 46 of63 E. For callout work or non-site specific Contracts, the plans quantity measurement requirements are not applicable. ARTICLE 12—CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME 12.01 Change of'ContractPrice A. The Contract Price may only be changed by a Change Order. B. The value of any Work covered by a Change Order will be determined as follows: 1. where the Work involved is covered by unit prices contained in the Contract Documents, by application of such unit prices to the quantities of the items involved (subject to the provisions of Paragraph 1 1.03); or 2. where the Work involved is not covered by unit prices contained in the Contract Documents, by a mutually agreed lump sum or unit price (which may include an allowance for overhead and profit not necessarily in accordance with Paragraph 12.01.C.2), and shall include the cost of any secondary impacts that are foreseeable at the time of pricing the cost of Extra Work; or 3. where the Work involved is not covered by unit prices contained in the Contract Documents and agreement to a lump sum or unit price is not reached under Paragraph 12.01.13.2, on the basis of the Cost of the Work (determined as provided in Paragraph 11.01) plus a Contractor's fee for overhead and profit(determined as provided in Paragraph 12.01.C). C. Contractor's Fee: The Contractor's additional fee for overhead and profit shall be determined as follows: 1. a mutually acceptable fixed fee; or 2 if a fixed fee is not agreed upon, then a fee based on the following percentages of the various portions of the Cost of the Work: a for costs incurred under Paragraphs 1 1.01.A.1, 1 1.01.A.2. and 1 1.01.A.3, the Contractor's additional fee shall be 15 percent exceptfor: 1) rental fees for Contractor's own equipment using standard rental rates; 2) bonds and insurance; b. for costs incurred under Paragraph 1 1.0I.A.4 and 1 1.0I.A.5, the Contractor's fee shall be five percent (5%); 1) where one or more tiers of subcontracts are on the basis of Cost of the Work plus a fee and no fixed fee is agreed upon, the intent of Paragraphs 12.01.C.2.a and 12.01.C.2.b is that the Subcontractor who actually performs the Work, at whatever CI'f Y OI;FORT WOR 1-11 SIANDARDCONSIRUCfION SPECIFICATION DOCUMENTS Revision_8/23/2021 00 72 00-1 GENERAL CONDIT ION S Page 47 of63 tier, will be paid a fee of 15 percent of the costs 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 of25%; c. no fee shall be payable on the basis of costs itemized under Paragraphs 11.01.A.6, and 1 1.01.13; d. the amount of credit to be allowed by Contractor to City for any change which results in a net decrease in cost will be the amount of the actual net decrease in cost plus a deduction in Contractor's fee by an amount equal to five percent(5%) of such netdecrease. 12.02 Change gfContractTime A. The Contract Time may only be changed by a Change Order. B. No extension of the Contract Time will be allowed for Extra Work or for claimed delay unless the Extra Work contemplated or claimed delay is shown to be on the critical path of the Project Schedule or Contractor can show by Critical Path Method analysis how the Extra Work or claime d delay adversely affects the critical path. 1203 Delays A. Where Contractor is reasonably delayed in the performance or completion of any part of the Work within the Contract Time due to delay beyond the control of Contractor, the Contract Time may be extended in an amount equal to the time lost due to such delay if a Contract Claim is made therefor. Delays beyond the control of Contractor shall include, but not be limited to, acts or neglect by City, acts or neglect of utility owners or other contractors performing other work as contemplated by Article 7. fires, floods, epidemics, abnormal weather conditions, or acts of God. Such an adjustment shall be Contractor's sole and exclusive remedy for the delays described in this Paragraph. B. If Contractor is delayed, City shall not be liable to Contractor for any claims, costs, losses, or damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by Contractor on or in connection with any other project or anticipated project. C. Contractor shall not be entitled to an adjustment in Contract Price or Contract Tirne for delays within the control of Contractor. Delays attributable to and within the control of a Subcontractor or Supplier shall be deemed to be delays within the control of Contractor. D. The Contractor shall receive no compensation for delays or hindrances to the Work, except when direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide information or material, if any, which is to be furnished by the City. CIT Y OF FORT WORI'I I SIANDARDCONSTRI;CI'ION SPECIFICATION DOCUMLNIS Revision.8/23/2021 007200-1 GENERAL CONDITIONS Page 48 ot'63 ARTICLE 13—TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 13.01 Notice of Defects Notice of all defective Work of which City has actual knowledge will be given to Contractor. Defective Work may be rejected, corrected, or accepted as provided in this Article 13. 13.02 Access to Work City, independent testing laboratories, and governmental agencies with jurisdictiona I interests will have access to the Site and the Work at reasonable times for their observation, inspection, and testing. Contractor shall provide them proper and safe conditions for such access and advise them of Contractor's safety procedures and programs so that they may comply therewith as applicable. 13.03 Tests and Inspections A Contractor shall give City timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate require d 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 equipme nt submitted for approval prior to Contractor's purchase thereof for incorporation in the Work. Such inspections, tests, re-tests, or approvals shall be performed by organizations acceptable to City. D. City may arrange for the services of an independent testing laboratory ("Testing Lab") to perform any inspections or tests (`Testing") for any part of the Work, as detennined solely by City. 1. City will coordinate such Testing to the extent possible,with Contractor; 2 Should any Testing under this Section 13.03 D result in a "flail". "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. C1 F Y OF FORT WOR Hi SFANDARDCONSI RUC IION SPLCIFICA I ION DOCUMENTS Revision 8/23/2021 00 72 00-1 GENERALCONDITIONS Page 49 of63 3. Any amounts owed for any retest under this Section 13.03 D shall be paid directly to the Testing Lab by Contractor. City will forward all invoices for retests to Contractor. 4. If Contractor fails to pay the Testing Lab, City will not issue Final Payment until the Testing Lab is paid. E If any Work (or the work of others) that is to be inspected, tested, or approved is covered by Contractor without written concurrence of City, Contractor shall, if requested by City, uncover such Work for observation. F. Uncovering Work as provided in Paragraph 13.03.E shall be at Contractor's expense. G. Contractor shall have the right to make a Contract Claim regarding any retest or invoice issued under Section 13.03 D. 13.04 Urrcoverirrg 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. * If City considers it necessary or advisable that covered Work be observed by City or inspected or tested by others, Contractor, at City's request, shall uncover, expose, or otherwise make available for observation, inspection, or testing as City may require, that portion of the Work in question, furnishing all necessary labor,material, and equipment. I. If it is found that the uncovered Work is defective, Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such uncovering, exposure, observation, inspection, and testing, and of satisfactory replacement or reconstruction (including but not limited to all costs of repair or replacement of work of others);or City shall be entitled to accept defective Work in accordance with Paragraph 13.09 in which case Contractor shall still be responsible for all costs associated with exposing, observing,and testing the defective Work. 2. If the uncovered Work is not found to be defective, Contractor shall be allowed an increase in the Contract Price or an extension of the Contract Time,or both, directly attributable to such uncovering,exposure, observation, inspection,testing, replacement, and reconstruction. 13.05 Cily,May Slop 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 CIT Y OF FORT WORTI I S I ANDARDCONS'IRUCIION SPI CIFICA PION DOCVM1INIS Revision 9/23/2021 00 72 00-1 GENERAL CONDITIONS Page 50 ol'63 Subcontractor, any Supplier,any other individual or entity,or any surety for,or employee or agent of any of them. 13.06 Correction or Removal of'Defeclive Work A Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to an acceptable schedule, whether or not fabricated, installed,or completed, or, if the Work has been rejected by City, remove it from the Project and replace it with Work that is not defective. Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or removal (including but not limited to all costs of repair or replacement of work of others). Failure to require the removal of any defective Work shall not constitute acceptance of such Work. B. When correcting defective Work under the terms of this Paragraph 13.06 or Paragraph 13.07, Contractor shall take no action that would void or otherwise impair City's special warranty and guarantee, if any, on said Work. 13.07 Correction Period A If within two (2) years after the date of Final Acceptance (or such longer period of time as may be prescribed by the terms of any applicable special guarantee required by the Contract Documents), any Work is found to be defective, or if the repair of any damages to the land or areas made available for Contractor's use by City or permitted by Laws and Regulations as contemplated in Paragraph 6.10.A is found to be defective, Contractor shall promptly, without cost to City and in accordance with City's written instructions: 1. repair such defective land or areas; or 2. correct such defective Work;or 3. if the defective Work has been rejected by City, remove it from the Project and replace it with Work that is not defective,and 4. satisfactorily correct or repair or remove and replace any damage to other Work,to the work of others or other land or areas resulting therefrom. B. If Contractor does not promptly comply with the terms of City's written instructions, or in an emergency where delay would cause serious risk of loss or damage, City may have the defective Work corrected or repaired or may have the rejected Work removed and replaced. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such correction or repair or such removal and replacement (including but not limited to all costs of repair or replacement of work of others) will be paid by Contractor. CITY OF FORT WORTH STANDARDCONSTRUCI ION SPF.CIFICA FION DOCUMENPS Revision 8/23/2021 007200-1 GENERAL CONDIT ION S Page 51 of63 C. In special circumstances where a particular item of equipment is placed in continuous service before Final Acceptance of all the Work, the correction period for that item may start to run from an earlier date if so provided in the Contract Documents. D. Where defective Work (and damage to other Work resulting therefrom) has been corrected or removed and replaced under this Paragraph 13.07, the correction period hereunder with respect to such Work may be required to be extended for an additional period of one year after the end of the initial correction period. City shall provide 30 days written notice to Contractor should such additional warranty coverage be required. Contractor may dispute this requirement by tiling a Contract Claim,pursuant to Paragraph 10.06. E Contractor's obligations under this Paragraph 13.07 are in addition to any other obligation or warranty. The provisions of this Paragraph 13.07 shall not be construed as a substitute for, or a waiver of,the provisions of any applicable statute of limitation or repose. 13.08 Acceptance of'Defeclive Work If, instead of requiring correction or removal and replacement of defective Work, City prefers to accept it, City may do so. Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) attributable to City's evaluation of and determination to accept such defective Work and for the diminished value of the Work to the extent not otherwise paid by Contractor. If any such acceptance occurs prior to Final Acceptance, a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work, and City shall be entitled to an appropriate decrease in the Contract Price, reflecting the diminished value of Work so accepted. 13.09 Cily May Correct DgpcliveWork A If Contractor fails within a reasonable time after written notice from City to correct defective Work, or to remove and replace rejected Work as required by City in accordance with Paragraph 13.06.A, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any other provision of the Contract Documents, City may, after seven (7)days written notice to Contractor, correct, or remedy any such deficiency. BL In exercising the rights and remedies under this Paragraph 13.09, City shall proceed expeditiously. In connection with such corrective or remedial action, City may exclude Contractor from all or part of the Site, take possession of all or part of the Work and suspend Contractor's services related thereto, and incorporate in the Work all materials and equipment incorporated in the Work, stored at the Site or for which City has paid Contractor but which are stored elsewhere. Contractor shall allow City, City's representatives, agents, consultants, employees, and City's other contractors, access to the Site to enable City to exercise the rights and remedies under this Paragraph. C. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution CITY OF FORT WOR H I STANDARDCONSI'RL-CIION SPFCII ICAI ION DOCUMENI'S Revision_9/23/202 1 00 72 00-1 GENERALCONDITIO N S Page 52 of63 costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph 13.09 will be charged against Contractor, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and City shall be entitled to an appropriate decrease in the Contract Price. D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the performance of the Work attributable to the exercise of City's rights and remedies under this Paragraph 13.09. ARTICLE 14—PAYMENTS TO CONTRACTOR AND COMPLETION 14..01 Schedule ofValues The Schedule of Values for lump sum contracts established as provided in Paragraph 2.07 will serve as the basis for progress payments and will be incorporated into a form of Application for Payment acceptable to City. Progress payments on account of Unit Price Work will be based on the number of units completed. 1402 Progress Payments A. Applications for Payments: 1. Contractor is responsible for providing all information as required to become a vendor of the City. 2. At least 20 days before the date established in the General Requirements for each progress payment, Contractor shall submit to City for review an Application for Payment filled out and signed by Contractor covering the Work completed as of the date of the Application and accompanied by such supporting documentation as is required by the Contract Documents. 3. If payment is requested on the basis of materials and equipment not incorporated in the Work but delivered and suitably stored at the Site or at another location agreed to in writing, the Application for Payment shall also be accompanied by a bill of sale, invoice, or other documentation warranting that City has received the materials and equipment free and clear of all Liens and evidence that the materials and equipment are covered by appropriate insurance or other arrangements to protect City's interest therein, all of which must be satisfactory to City. 4. Beginning with the second Application for Payment, each Application shall include an affidavit of Contractor stating that previous progress payments received on account of the Work have been applied on account to discharge Contractor's legitimate obligations associated with prior Applications for Payment. 5. The amount of retainage with respect to progress payments will be as described in subsection C. unless otherwise stipulated in the Contract Documents. CI l Y OF FORT WORTH SIANDARDCONSTRUCIION SPI-;CIFICAPION DOCUMENTS Revision_8/23/2021 00 72 00-1 GENERALCONDITIONS Page 53 of63 B. Review ofApplications: 1. City will, after receipt of each Application for Payment, either indicate in writing a recommendation of payment or return the Application to Contractor indicating reasons for refusing payment. In the latter case, Contractor may make the necessary corrections and resubmit the Application. 2. City's processing of any payment requested in an Application for Payment will be based on City's observations of the executed Work, and on City's review of the Application for Payment and the accompanying data and schedules, that to the best of City's knowledge: a the Work has progressed to the point indicated; b. the quality of the Work is generally in accordance with the Contract Documents (subject to an evaluation of the Work as a functioning whole prior to or upon Final Acceptance, the results of any subsequent tests called for in the Contract Documents, a final determination of quantities and classifications for Work performed under Paragraph 9.05, and any other qualifications stated in the recommendation). 3. Processing any such payment will not thereby be deemed to have represented that: a inspections made to check the quality or the quantity of the Work as it has been performed have been exhaustive, extended to every aspect of the Work in progress, or involved detailed inspections of the Work beyond the responsibilities specifically assigned to City in the Contract Documents;or b. there may not be other matters or issues between the parties that might entitle Contractor to be paid additionally by City or entitle City to withhold payment to Contractor; or c. Contractor has complied with Laws and Regulations applicable to Contractor's performance of the Work. 4. City may refuse to process the whole or any part of any payment because of subsequently discovered evidence or the results of subsequent inspections or tests, and revise or revoke any such payment previously made, to such extent as may be necessary to protect City from loss because: a the Work is defective or completed Work has been damaged by the Contractor or subcontractors requiring correction or replacement; b. discrepancies in quantities contained in previous applications for payment: c. the Contract Price has been reducedby Change Orders; d. City has been required to correct defective Work or complete Work in accordance with Paragraph 13.09,or CI'I Y OF FORT WORf11 SFANDARDCONSIRUCIION SPI.CIFICAIION DOCOMENIS Revision 9/23/2021 007200-1 GENERAL CONDITIONS Page.54 of63 e. City has actual knowledge of the occurrence of any of the events enumerated in Paragraph 15.02.A. C Retainage: 1. For contracts less than $400,000 at the time of execution, retainage shall be ten percent (10%). 2. For contracts greater than $400,000 at the time of execution, retainage shall be five percent (5%). D. Liquidated Damages. For each calendar day that any work shall remain uncompleted after the time specified in the Contract Documents, the sum per day specified in the Agreement will be assessed against the monies due the Contractor, not as a penalty, but as damages suffered by the City. E. Payment: Contractor will be paid pursuant to the requirements of this Article 14 and payment will become due in accordance with the Contract Documents. F. Reduction in Payment: 1. City may refuse to make payment of the amount requested because: a Liens have been filed in connection with the Work, except where Contractor has delivere d a specific bond satisfactory to City to secure the satisfaction and discharge of such Liens; b. there are other items entitling City to a set-off against the amount recommended;or c. City has actual knowledge of the occurrence of any of the events enumerated in Paragraphs 14.02.B.4.a through 14.02.B.4.e or Paragraph 15.02.A. 2. If City refuses to make payment of the amount requested, City will give Contractor written notice stating the reasons for such action and pay Contractor any amount remaining after deduction of the amount so withheld. City shall pay Contractor the amount so withheld, or any adjustment thereto agreed to by City and Contractor, when Contractor remedies the reasons for such action. 1403 Contractor's Warranty of'Title Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any Application for Payment, whether incorporated in the Project or not, will pass to City no later than the time of payment free and clear of all Liens. CII Y OF FORT WORT IF SIANDARDCONSIRUCIION SPECIFICATION DOCUMEN"FS Revision 8/23/2021 007200-1 GENERAL CONDITIONS Page 55 of63 14..04 Partial Utilization A. Prior to Final Acceptance of all the Work, City,may use or occupy any part of the Work which has specifically been identified in the Contract Documents, or which City determines constitutes a separately functioning and usable part of the Work that can be used for its intended purpose without significant interference with Contractor's performance of the remainder of the Work. City at any time may notify Contractor in writing to permit City to use or occupy any such part of the Work which City determines to be ready for its intended use, subject to the following conditions: 1. Contractor at any time may notify City in writing that Contractor considers any such part of the Work ready for its intended use. 2. Within a reasonable time after notification as enumerated in Paragraph 14.05.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. 14..05 Final Inspection A. Upon written notice from Contractor that the entire Work is Subs t a ntia Ily Complete in accordance with the Contract Documents: I. Within 10 days. City will schedule a Final Inspection with Contractor. 2. City will notify Contractor in writing of all particulars in which this inspection reveals that the Work is incomplete or defective ("Punch List Items"). Contractor shall immediately take such measures as are necessary,to complete such Work or remedy such deficiencies. B. No time charge will be made against the Contractor between said date of notification to the City of Substantial Completion and the date of Final Inspection. 1. Should the City determine that the Work is not ready for Final Inspection, City will notify the Contractor in writing of the reasons and Contract Time will resume. 2. Should the City concur that Substantial Completion has been achieved with the exception of any Punch List Items, Contract Time will resume for the duration it takes for Contractor to achieve Final Acceptance. 14.06 Final Acceptance Upon completion by Contractor to City's satisfaction, of any additional Work identified in the Final Inspection, City will issue to Contractor a letter of Final Acceptance. CFF Y OF PORT WORIII STANDARDCONSIRt;C"IION SPECIFICATION DOC1:.M1INIS Revision_9/23/2021 00 72 00-1 GENERALCONDITIONS Page 56 of63 14..07 Final Payment A. Application for Payment: 1. Upon Final Acceptance, and in the opinion of City, Contractor may make an application for final payment following the procedure for progress payments in accordance with the Contract Documents. 2. The final Application for Payment shall be accompanied (except as previously delivered) by: a all documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by Paragraph 5.03; b. consent of the surety, if any, to final payment; c. a list of all pending or released Damage Claims against City that Contractor believes are unsettled; and d affidavits of payments and complete and legally effective releases or waivers (satisfactory to City) of all Lien rights arising out of or Liens filed in connection with the Work. B. Payment Becomes Due: 1. After City's acceptance of the Application for Payment and accompanying documentation, requested by Contractor, less previous payments made and any sum City is entitled, including but not limited to liquidated damages, will become due and payable. 2. After all Damage Claims have been resolved: a directly by the Contractoror; b. Contractor provides evidence that the Damage Claim has been reported to Contractor's insurance provider for resolution. 3. The making of the final payment by the City shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. 14M Final Completion Delayed and Partial Retainage Release A. If final completion of the Work is significantly delayed, and if City so confirms, City may, upon receipt of Contractor's final Application for Payment, and without terminating the Contract, make payment of the balance due for that portion of the Work fully completed and accepted. If the remaining balance to be held by City for Work not fully completed or corrected is less than the retainage stipulated in Paragraph 14.02.C, and if bonds have been furnished as required in Paragraph 5.02,the written consent of the surety to the payment of the balance due for that CITY OF FORT WORTH S'I ANDARDCONSTRuc,PION SPE.CIFICA LION DOCUMENTS Revision_8/23/2021 00 72 00-1 GENERALCONDITIONS Page 57 of63 portion of the Work fully completed and accepted shall be submitted by Contractor to City with the Application for such payment. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of Contract Claims. B. Partial RetainaRe Release. For a Contract that provides for a separate vegetative establishment and maintenance, and test and performance periods following the completion of all other construction in the Contract Documents for all Work locations, the City may release a portion of the amount retained provided that all other work is completed as determined by the City. Before the release, all submittals and final quantities must be completed and accepted for all other work. An amount sufficient to ensure Contract compliance will be retained. 14.09 Waiver of Claims The acceptance of final payment will constitute a release of the City from all claims or liabilit ies under the Contract for anything done or furnished or relating to the work under the Contract Documents or any act or neglect of City related to or connected with the Contract. ARTICLE 15—SUSPENSION OF WORK AND TERMINATION 15.01 City May Suspend Work A. At any time and without cause, City may suspend the Work or any portion thereof by written notice to Contractor and which may fix the date on which Work will be resumed. Contractor shall resume the Work on the date so fixed. During temporary suspension of the Work covered by these Contract Documents, for any reason, the City will make no extra payment for stand-by time of construction equipment and/or construction crews. B. Should the Contractor not be able to complete a portion of the Project due to causes beyond the control of and without the fault or negligence of the Contractor, and should it be determined by mutual consent of the Contractor and City that a solution to allow construction to proceed is not available within a reasonable period of time, Contractor may request an extension in Contract Time,directly attributable to any such suspension. C. If it should become necessary to suspend the Work for an indefinite period, the Contractor shall store all materials in such a manner that they will not obstruct or impede the public unnecessarily nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed: he shall provide suitable drainage about the work, and erect temporary structures where necessary. D. Contractor may be reimbursed for the cost of moving his equipment off the job and returning the necessary equipment to the job when it is determined by the City that construction may be resumed. Such reimbursement shall be based on actual cost to the Contractor of moving the equipment and no profit will be allowed. Reimbursement may not be allowed if the equipment is moved to another construction project for the City. CITY OF FOR F WOR I I STANDARDCONS 1 RUCTION SPFCII WA IION DOCUMEN FS Revision 8/23/2021 007200-1 GENERALCONDITIONS Page 58 of63 15.02 City May Terminate for Cause A The occurrence of any one or more of the following events by way of example, but not of limitation, may justify termination forcause: 1. Contractor's persistent failure to perform the Work in accordance with the Contract Documents (including, but not limited to, failure to supply sufficient skilled workers or suitable materials or equipment, failure to adhere to the Project Schedule established under Paragraph 2.07 as adjusted from time to time pursuant to Paragraph 6.04, or failure to adhere to the City's Business Diversity Enterprise Ordinance 420020-12-2011established under Paragraph 6.06.D); 2. Contractor's disregard of Laws or Regulations of any public body having jurisdiction; 3. Contractor's repeated disregard of the authority of City, or 4. Contractor's violation in any substantial way of any provisions of the Contract Documents; or 5. Contractor's failure to promptly make good any defect in materials or workmanship, or defects of any nature, the correction of which has been directed in writing by the Cih, or 6. Substantial indication that the Contractor has made an unauthorized assignment of the Contract or any funds due therefrom for the benefit of any creditor or for any other purpose; or 7. Substantial evidence that the Contractor has become insolvent or bankrupt, or otherwise financially unable to carry on the Work satisfactorily;or 8. Contractor commences legal action in a court of competent jurisdiction against the City. B. If one or more of the events identified in Paragraph 15.02A. occur, City will provide written notice to Contractor and Surety to arrange a conference with Contractor and Surety to address Contractor's failure to perform the Work. Conference shall be held not later than 15 days, after receipt of notice. 1. If the City, the Contractor, and the Surety do not agree to allow the Contractor to proceed to perform the construction Contract, the City may, to the extent permitted by Laws and Regulations, declare a Contractor default and formally terminate the Contractor's right to complete the Contract. Contractor default shall not be declared earlier than 20 days after the Contractor and Surety have received notice of conference to address Contractor's failure to perform the Work. 2. If Contractor's services are terminated, Surety shall be obligated to take over and perform the Work. If Surety does not commence performance thereof within 15 consecutive calendar days after date of an additional written notice demanding Surety's performance of its CI I Y OF FORT WORTH STANDARDCONS'IRUCIION SPF.CIFICAPION DOCUMENTS Revision 8/23/2021 007200-1 GENERALCONDITIONS Page 59 of63 obligations,then City, without process or action at law, may take over any portion of the Work and complete it as described below. a If City completes the Work, City may exclude Contractor and Surety from the site and take possession of the Work, and all materials and equipment incorporated into the Work stored at the Site or for which City has paid Contractor or Surety but which are stored elsewhere, and finish the Work as City may deem expedient. 3. Whether City or Surety completes the Work, Contractor shall not be entitled to receive any further payment until the Work is finished. If the unpaid balance of the Contract Price exceeds all claims, costs, losses and damages sustained by City arising out of or resulting from completing the Work, such excess will be paid to Contractor. If such claims, costs, losses and damages exceed such unpaid balance, Contractor shall pay the difference to City. Such claims, costs, losses and damages incurred by City will be incorporated in a Change Order, provided that when exercising any rights or remedies under this Paragraph, City shall not be required to obtain the lowest price for the Work performed. 4. Neither City, nor any of its respective consultants, agents, officers, directors or employees shall be in any way liable or accountable to Contractor or Surety for the method by which the completion of the said Work, or any portion thereof, may be accomplished or for the price paid therefor. 5. City, notwithstanding the method used in completing the Contract, shall not forfeit the right to recover damages from Contractor or Surety for Contractor's failure to timely complete the entire Contract. Contractor shall not be entitled to any claim on account of the method used by City in completing the Contract. 6. Maintenance of the Work shall continue to be Contractor's and Surety's responsibilities as provided for in the bond requirements of the Contract Documents or any special guarantees provided for under the Contract Documents or any other obligations otherwise prescribed by law. C. Notwithstanding Paragraphs 15.02.13, Contractor's services will not be terminated if Contractor begins within seven days of receipt of notice of intent to terminate to correct its failure to perform and proceeds diligently to cure such failure within no more than 30 days of receipt of said notice. D. Where Contractor's services have been so terminated by City, the termination will not affect any rights or remedies of City against Contractor then existing or which may thereafter accrue. Any retention or payment of moneys due Contractor by City will not release Contractor from liability. E. If and to the extent that Contractor has provided a performance bond under the provisions of Paragraph 5.02. the termination procedures of that bond shall not supersede the provisions of this Article. Crr Y OF FORM WORll1 STANDARDCONS'fRUC I ION SPECIFICA I ION DOCUMEN IS Revision 9/23/2021 00 72 00-1 GENERALCONDITIONS Page 60 of 63 15.03 City May Terminate For Convenience A. City may, without cause and without prejudice to any other right or remedy of City, terminate the Contract. Any termination shall be effected by mailing a notice of the termination to the Contractor specifying the extent to which performance of Work under the contract is terminated, and the date upon which such termination becomes effective. Receipt of the notice shall be deemed conclusively presumed and established when the letter is placed in the United States Postal Service Mail by the City. Further, it shall be deemed conclusively presumed and established that such termination is made with just cause as therein stated; and no proof in any claim, demand or suit shall be required of the City regarding such discretionary action. B. After receipt of a notice of termination, and except as otherwise directed by the City, the Contractor shall: 1. Stop work under the Contracton the date and to the extent specified in the notice of termination; 2 place no further orders or subcontracts for materials, services or facilities except as may be necessary for completion of such portion of the Work under the Contract as is not terminated; 3. terminate all orders and subcontracts to the extent that they relate to the performance of the Work terminated by notice of termination; 4. transfer title to the City and deliver in the manner, at the times, and to the extent, if any, directed by the City: a the fabricated or unfabricated parts, Work in progress, completed Work, supplies and other material produced as a part of, or acquired in connection with the performance of, the Work terminated by the notice of the termination; and b. the completed, or partially completed plans, drawings, information and other property which, if the Contract had been completed, would have been required to be furnished to the City. 5. complete performance of such Work as shall not have been terminated by the notice of termination; and 6. take such action as may be necessary, or as the City may direct, for the protection and preservation of the property related to its contract which is in the possession of the Contractor and in which the owner has or may acquire the rest. C. At a time not later than 30 days after the termination date specified in the notice of termination,the Contractor may submit to the City a list, certified as to quantity and quality, of any or all items of termination inventory not previously disposed of, exclusive of items the disposition of which has been directed or authorized by City. CI f Y OF FOR I WORT E STANDARDCONSTRUCTION SPECIFICATION DOCUMENFS Revision_8/23/2021 00 72 00-1 GENERAL CONDIT ION S Page 61 of 63 D. Not later than 15 days thereafter, the City shall accept title to such items provided, that the list submitted shall be subject to verification by the City upon removal of the items or, if the items are stored, within 45 days from the date of submission of the list, and any necessary adjustments to correct the list as submitted, shall be made prior to final settlement. E. Not later than 60 days after the notice of termination, the Contractor shall submit his termination claim to the City in the form and with the certification prescribed by the City. Unless an extension is made in writing within such 60 day period by the Contractor, and granted by the City, any and all such claims shall be conclusively deemed waived. F. In such case, Contractor shall be paid for(without duplication of any items): 1. completed and acceptable Work executed in accordance with the Contract Documents prior to the effective date of termination, including fair and reasonable sums for overhead and profit on such Work; 2. expenses sustained prior to the effective date of termination in performing services and furnishing labor, materials, or equipment as required by the Contract Documents in connection with uncompleted Work, plus fair and reasonable sums for overhead and profit on such expenses; and 3. reasonable expenses directly attributable to termination. G. In the event of the failure of the Contractor and City to agree upon the whole amount to be paid to the Contractor by reason of the termination of the Work, the City shall determine, on the basis of information available to it, the amount, if any, due to the Contractor by reason of the termination and shall pay to the Contractor the amounts determined. Contractor shall not be paid on account of loss of anticipated profits or revenue or other economic loss arising out of or resulting from such termination. ARTICLE 16—DISPUTE RESOLUTION 16.01 Methods and Procedures A. Either City or Contractor may request mediation of any Contract Claim submitted for a decision under Paragraph 10.06 before such decision becomes final and binding. The request for mediation shall be submitted to the other party to the Contract. Timely submission of the request shall stay the effect of Paragraph 10.06.E. B. City and Contractor shall participate in the mediation process in good faith. The process shall be commenced within 60 days of tiling of the request. C. If the Contract Claim is not resolved by mediation, City's action under Paragraph 10.06.0 or a denial pursuant to Paragraphs 10.06.C.3 or 10.06.D shall become final and binding 30 days after termination of the mediation unless, within that time period, City or Contractor: CIT Y OF FORT WORM I STANDARDCONS MUC FIO N SPFCIF ICA I ION DOCUMEN I S Revision 9/23/2021 00 72 00-1 GENERALCONDITIONS Page 62 of63 1. elects in writing to invoke any other dispute resolution process provided for in the Supplementary Conditions; or 2. agrees with the other party to submit the Contract Claim to another dispute resolution process;or 3. gives written notice to the other party of the intent to submit the Contract Claim to a court of competent jurisdiction. ARTICLE 17—MISCELLANEOUS 17.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if: 1. delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended; or 2. delivered at or sent by registered or certified mail,postage prepaid,to the last business address known to the giver of the notice. B. Business address changes must be promptly made in writing to the other party. C. Whenever the Contract Documents specifies giving notice by electronic means such electronic notice shall be deemed sufficient upon confirmation of receipt by the receiving party. 17.02 Computation of Times When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last day of the period. 17.03 Cumulative Remedies The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto are in addition to,and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. CI'I Y OF FORT WORI IF S I ANDARDCONSTRUCIION SPECIFICATION DOCUMF:N rS Revision 8/23/2021 00 72 00-1 GENERAL CONDITIONS Page 63 of63 17.04 Survival ofObligations All representations, indemnifications, warranties, and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion, and acceptance of the Work or termination or completion of the Contract or termination of the services of Contractor. 17.05 Headings Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions. CH Y OF FORT WORTH STANDARDCONSTRUC IION SPFCII ICA[ION DOCUMFN IS Revision:8/23/2021 00 73 00 SUPPLEMF.N'CARY CONDFI IONS Page I of 7 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-4.01 A 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.L,".Availability of Lands" The following is a list of known outstanding right-of-way,and/or easements to be acquired, if any as of April 27,2022 Outstanding Right-Of-Way,and/or Easements to Be Acquired PARCEL OWNER TARGET DATE NUMBER OF POSSESSION NONE The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, and do not bind the City. CITY OI:FORT WORTH SANITARY SEWER RHIABILI I ATION,CON]tRACT 94—PART 2 S FANDARD CONSTRUC IION SPECIFICA I-ION DOCUMENTS City Project No 100421 Rcvised March 9.2020 00 73 00 SUPPLEMEN I ARY CONDITIONS Page 2of7 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" 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 f-ebrirary 24, 2021 EXPECTED UTILITY AND LOCATION TARGET DATE OF OWNER 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: A None Report No. ,dated ,prepared by None a sub-consultant of None, a consultant of the City,providing additional information on None 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. (I) City (2) Consultant: Lim & Associates, Inc. (3) Other: None SC-5.04A.,"Contractor's Insurance" The limits of liability for the insurance required by Paragraph GC-5.04 shall provide the following coverages for not less than the following amounts or greater where required by taws and regulations: 5,04A. Workers'Compensation, under Paragraph GC-5.04A. Statutory limits Employer's liability CITY OF FORT WORTH SANI IARY SEWER Rill IABILI I ATION.CONTRACT 94—PART 2 STANDARD CONS IRUCIION SPECIFICATION DOCUMENTS City Project No 100421 Rcvised March 9.2020 00 7300 SUPPLF.MEN'I ARY CONDI IIONS Page 3 of 7 $100,000 each accident/occurrence $100,000 Disease-each employee $500,000 Disease-policy limit SC-5.04B.,"Contractor's Insurance" 5.04B.Commercial General Liability,under Paragraph GC-5.0413. 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 S2,000,000 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"L'"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[owned and operated by Railroad company name. If none then write "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: (I) General Aggregate: $Confirm Limits with Railroad CITY OF FORT WORTII SANITARY SEWt[R RLIIABILI I ATION,CON TRACT 94—PART 2 STANDARD CONS IRUCI'ION SPI:CIFICAIION DOCUMEN"I'S City ProjecCNo 100421 Revised March 9.2020 00 73 00 SITPEEMENTARY CONDITIONS Page 4 of 7 (2) Each Occurrence: $Confirm Limits with Railroad Required for this Contract X Not required for this Contract With respect to the above outlined insurance requirements,the following shall govern: 1. Where a single railroad company is involved, the Contractor shall provide one insurance policy in the name of the railroad company. However, if more than one grade separation or at-grade crossing is affected by the Project at entirely separate locations on the line or lines of the same railroad company, separate coverage may be required,each in the amount stated above. 2. Where more than one railroad company is 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 3 for the project. SC-6.07.,"Wage Rates" The following is the prevailing wage rate table(s)applicable to this project and is provided in the Appendixes 2013 Prevailing Wage Rates(Heavy&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/Di V00—General Conditions SC-6.09.,"Permits and Utilities" SC-6.09A.,"Contractor obtained permits and licenses" CI I OF PORK WORTH SANII ARY SF%krFR RI{IIABIl.1I A IlON.CONI RAC'l 94—PART 2 STANDARD CONS I RUCTION SPHCIFIC'A IION DOCUMENTS City Project No 100421 Revised March 9.2020 00 73 00 SUPPLLMENfARY CONDITIONS Page 5 of 7 The following are known permits and/or licenses required by the Contract to be acquired by the Contractor: 1. None SC-6.09B."City obtained permits and licenses" The following are known permits and/or licenses required by the Contract to be acquired by the City: 2. FLOODPLAIN DEVELOPMENT PERMITS: FDP-21-00011- 1001 OAK GROVE ROAD, FORT WORTH,TX 76140(M-195A) FDP-21-00012-4351 CARTER PARK DRIVE, FORT WORTH,TEXAS(M-195A) FDP-21-00013 -4351 CARTER PARK DRIVE, FORT WORTH,TEXAS(M-195A) FDP-21-00014-4065 SOUTH FREEWAY, FORT WORTH,TX 76110(L-4581) FDP-2I-00017- 1332 MERIWETHER AVENUE, FORT WORTH TEXAS(L-4350) 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 24,2021: Outstanding Permits and/or Licenses to Be Acquired OWNER PERMIT OR LICENSE AND LOCATION TARGET DATE OF POSSESSION <1f there is none then write "None"> Insert the following if Federal assistance is provided for in this Contract> SC-6.24B.,4'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: l. 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 CffY OF FORT WORIII SANITARY SEWER R1:11ABII.ITA IION,CONI RAC"I'94—PART 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Projcct No 100421 Rcvised March 9.2020 00 73 00 SUPPLt:MENTARY CONDITIONS Page 6 of 7 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: 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(I)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: None Vendor Scope of Work Coordination Authority List full Vendor Name> <List services being provided- <List "CITY"> SC-8.01,"Communications to Contractor" None SC-9.01.,"City's Project Manager" The City's Project'Manager for this Contract is Suby Varughese, P.E.,or his/her successor pursuant to written notification from the Director of Water Department. SC-13.03C.,"Tests and Inspections" None SC-16.01C.1,"Methods and Procedures" None CITY OF FORT WORTH SANITARY SEWER RI:11ABILITA IION_CONTRAC['94—PAR]'2 STANDARD CONS IRUCI[ON SPECIPICAIION DOC( MEN IS City Project No 100421 Revised March 9.2020 00 73 00 SUPPLEMENTARY CONDITIONS Page 7 of 7 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1/22/2016 F. Griffin SC-9.01., "City's Project Representative"wording changed to City's Project Manager. 3/9/2020 D.V. Magana SC-6.07, Updated the link such that files can be accessed via the City's website. CITY OF FORT WORTH SANITARY SEWER RE14ABILI I A VION,CONTRACT 94—PART 2 STANDARD CONS IRUCTION SPFCIFICA HON DOCUMENTS City Project No 100421 Revised March 9,2020 01 78 39-4 PROJECT RECORD DOCUMENTS Page 4 of 4 c. Call attention to each entry by drawing a"cloud" around the area or areas affected. d. Make changes neatly,consistently and with the proper media to assure longevity and clear reproduction. 2. Transfer of data to other 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 lok] 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 CITY OF FOR F WORTH SANFFARY SEWER R141ABILITATION_CONTRACT 94—PART 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No 100421 Revised July I,2011 01 78 39-3 PROJECT RECORD DOCUMENTS Page 3 of4 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 describethe 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 tothe 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 tothe 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. 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. Cl I OF FOR I WORTH SANITARY SI[W IA Rill IAI31LfI AIION,CONTRACT 94—PART 2 STANDARD CONS IRUCION SPECIFICATION DOCUMENTS City Project No. 100421 Revised.luly 12011 01 78 39-2 PROJF,CT RECORD DOCUMENTS Page I of4 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 l. Maintain the job set of Record Documents completely protected from deterioration and from loss and damage until completion of the Work and transfer of 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 USEDI PART 2 - PRODUCTS 2.1 OWNER-FURNISHED lots] 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 USEDI 3.2 EXAMINATION [NOT USEDI 3.3 PREPARATION [NOT USEDI 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". CITY OF FORT WORTH SANITARY SEWER REHABILITATION,CONTRACT 94—PART 2 STANDARD CONSTRUCTION SPF.CIFICAIION DOCUMENTS City Project No 100421-2 Revised July 1.2011 0t7839- t PROJECT RECORD DOCUMENTS Page 1 of 4 SECTION 01 78 39 PROJECT RECORD DOCUMENTS PART 1 -GENERAL 1.1 SUMMARY A. Section Includes: l. Work associated with the documenting the project and recording changes to project documents, including: a. Record Drawings b. Water Meter Service Reports c. Sanitary Sewer Service Reports d. Large Water Meter Reports B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 —General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Prior to submitting a request for Final Inspection, deliver Project Record Documents to City's Project Representative. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS ]NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Accuracy of Records l. "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. 2. Accuracy of records shall be such that future search for items shown in the Contract Documents may rely reasonably on information obtained from the approved Project Record Documents. CITY OE FORT WORTH SANI I ARY SEWER RL1IA1311,I IA FION,CONTRACT 94—PART 2 STANDARD CONS IRUC IION SPECIFICAI-ION DOCUMENTS Cit} Project No. 100421-2 Revised July 1,201 1 i 01 78 23 OPERATION AND MAINTENANCE DAT Page 5 of 5 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 9/31/2012 D.Johnson 1.5.A.t—title of section removed CITY OF FORT WORTH SANITARY SF.WFR RF.IIABILITA FION,CONTRACT 94—PART 2 STANDARD CONS,rRtJCFION SPECIFICA FION DOCUMEN,rs C�ty Project No. 100421 Revised December 20,2012 01 78 23-4 OPERA IION AND MAINTENANCE DAI A Page 4 of 5 i. Charts of valve tag numbers, with location and function of each valve j. List of original manufacturer's spare parts, manufacturer's current prices,and recommended quantities to be maintained in 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: 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 C FFY OF FORK WOR I II SANITARY SIAVER RH IABILI FA I ION,CONTRACT 94—PAR F 2 STANDARD CONSIRUCFION SPI{CIFIC1['ION DOCUMENTS City Project No. 100421 Revised December 20.2012 01 78 23-3 OPERATION AND MAINTENANCE DATA Page 3 of 5 5. Copy of each warranty, bond and service contract issued a. Provide information sheet for City personnel giving: 1) Proper procedures in event of failure 2) Instances which might affect validity of warranties or bonds C. Manual for Materials and Finishes 1. Submit 5 copies of complete manual in final form. 2. Content, for architectural products, applied materials and finishes: a. Manufacturer's data,giving full information on products 1) Catalog number, size,composition 2) Color and texture designations 3) Information required for reordering special manufactured products b. Instructions for care and maintenance 1) Manufacturer's recommendation 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 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 CITY OF FORD WOR"1-11 SAN[FARY SEW FR REHABILITATION,CON]TRACT 94—PART 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No 100421 Revised Dccember 20.2012 01 7823.2 OPI[RAIION AND MAINTENANCE DATA Page I of 5 d. Drawings 1) Provide reinforced punched binder tab, bind in with text 2) Reduce larger drawings and fold to size of text pages. e. Provide fly-leaf for each separate product, or each piece of operating equipment. 1) Provide typed description of product, and major component parts of equipment. 2) Provide indexed tabs. f. Cover 1) Identify each volume with typed or printed title "OPERATING AND MAINTENANCE 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 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 tent, 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. Cl I Y Ur FOR r WORTH SANITARY SI:wER REIIABILTTA FION,CONTRACT 94—PAR T 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMF:N'I S City Project No 100421-2 Revised December 20,2012 017823- I OPERATION AND MAINTENANCE DATA Page I of 5 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 I —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 % inches r 1 1 inches b. Paper 1) 40 pound minimum, white, for typed pages 2) Holes reinforced with plastic, cloth or metal c. Tent: Manufacturer's printed data, or neatly typewritten CI'Y OL FORT WORTH SANI FARY SEWER REIIABIL.ITAIION,CONTRACT 94—PAR,r 2 STANDARD CONSTRUCTION SPECIFICA'I-ION DOCUMENTS City Project,No 100421-2 Revised December 20,2012 01 77 19-3 CLOSEOUT REQUIREMENTS Page 3 of3 1 1. Coordinate with the City Project Representative to complete the following 2 additional forms: 3 a. Final Payment Request 4 b. Statement of Contract Time 5 c. Affidavit of Payment and Release of Liens 6 d. Consent of Surety to Final Payment 7 e. Pipe Report(if required) 8 f. Contractor's Evaluation of City 9 g. Performance Evaluation of Contractor 10 F. Letter of Final Acceptance 11 1. Upon review and acceptance of Notice of Project Completion and Supporting 12 Documentation, in accordance with General Conditions, City will issue Letter of 13 Final Acceptance and release the Final Payment Request for payment. 14 3.5 REPAIR/RESTORATION [NOT USED] 15 3.6 RE-INSTALLATION [NOT USED] 16 3.7 FIELD IoR] SITE QUALITY CONTROL [NOT USED] 17 3.8 SYSTEM STARTUP [NOT USED] 18 3.9 ADJUSTING [NOT USED] 19 3.10 CLEANING [NOT USED] 20 3.11 CLOSEOUT ACTIVITIES [NOT USED] 21 3.12 PROTECTION [NOT USED] 22 3.13 MAINTENANCE [NOT USED] 23 3.14 ATTACHMENTS [NOT USED] 24 END OF SECTION 25 Revision Log DATE NAME SUMMARY OF CHANGE 3/22/2021 M(h,,cn 3.4 C .Added language to clarif} and emphasize requirement to"Clearing ROW" 26 CITY OF FOR F WORTH SANFFARY SEWER RHIABILI FA FION_CONTRACT 94—PAR F 2 STANDARD CONS IRUC'IION SPECIFICATION DOCI:MFN IS City Project No 100421 Revised March 22.2021 01 77 19-2 CLOSEOUT REQUIREMENTS Page 1 oF3 1 PART 3 - EXECUTION 2 3.1 INSTALLERS[NOT USED] 3 3.2 EXAMINATION [NOT USED] 4 3.3 PREPARATION [NOT USED] 5 3.4 CLOSEOUT PROCEDURE 6 A.Prior to requesting Final Inspection,submit: 7 1. Project Record Documents in accordance with Section 01 78 39 8 2. Operation and Maintenance Data, if required, in accordance with Section 01 78 23 9 B.Prior to requesting Final Inspection, perform final cleaning in accordance with Section 10 01 7423. 11 C. Final Inspection 12 1. After final cleaning, provide notice to the City Project Representative that the Work 13 is completed. 14 a. The City will make an initial Final Inspection with the Contractor present. 15 b. Upon completion of this inspection, the City will notify the Contractor, in 16 writing within 10 business days, of any particulars in which this inspection 17 reveals that the Work is defective or incomplete. 18 2. Upon receiving written notice from the City,immediately undertake the Work 19 required to remedy deficiencies and complete the Work to the satisfaction of the 20 City. 21 3. The Right-of-way shall be cleared of all construction materials,barricades,and 22 temporary signage. 23 4. Upon completion of Work associated with the items listed in the City's written 24 notice, inform the City that the required Work has been completed. Upon receipt of 25 this notice,the City, in the presence of the Contractor, will make a subsequent Final 26 Inspection of the project. 27 5. Provide all special accessories required to place each item of equipment in full 28 operation. These special accessory items include, but are not limitedto: 29 a. Specified spareparts 30 b. Adequate oil and grease as required for the first lubrication of the equipment 31 c. Initial fill up of all chemical tanks and fuel tanks 32 d. Light bulbs 33 e. Fuses 34 f. Vault keys 35 g. Handwheels 36 h. Other expendable items as required for initial start-up and operation of all 37 equipment 38 D. Notice of Project Completion 39 1. Once the City Project Representative finds the Work subsequent to Final Inspection 40 to be satisfactory, the City will issue a Notice of Project Completion(Green Sheet). 41 E. Supporting Documentation CITY OF FORT WOR C II SANITARY SEWFR REHABILITATION,CONTRACT 941—PARF 2 STANDARD CONS IRUCION SPECIFICATION DOCUMENTS City Project Not 100421-2 Revised March 22,2021 01 77 19-1 CLOSHOU F RF,QUIREMENfS Page I of3 1 SECTION 01 77 19 2 CLOSEOUT REQUIREMENTS 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The procedure for closing out a contract 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 —General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various Items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED) 17 1.4 ADMINISTRATIVE REQUIREMENTS 18 A. Guarantees, Bonds and Affidavits 19 1. No application for final payment will be accepted until all guarantees, bonds, 20 certificates, licenses and affidavits required for Work or equipment as specified are 21 satisfactorily filed with the City. 22 B. Release of Liens or Claims 23 1. No application for final payment will be accepted until satisfactory evidence of 24 release of liens has been submitted to the City. 25 1.5 SUBMITTALS 26 A. Submit all required documentation to City's Project Representative. 27 28 1.6 INFORMATIONAL SUBMITTALS [NOT USED[ 29 30 1.7 CLOSEOUT SUBMITTALS [NOT USED[ 31 PART 2 - PRODUCTS[NOT USED[ 32 CITY OF FORM WORT 11 SANH ARY SE:WI:R REI IABILffAIION.CONTRACT 94—PART 2 S I ANDARD CONSTRUCI[ON SPFCIFICA PION DOCUMENTS CaN Project No 100421-2 Revised March 22,2021 01 7423-4 CLEANING Page 4 of 4 4. If no longer required for maintenance of erosion facilities,and upon approval by City, remove erosion control from site. 5. Clean signs, lights, signals,etc. 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTII SANITARY SEWER RFFIABILITAIION,CONTI RAC"f 94—PART 2 STANDARD CONSTRUCTION SPECII ICAI ION DOCUMENTS City Project No. 100421 Revised July 1,2011 OI7423-3 CLEANING Page 3 of 4 6. Handle materials in a controlled manner with as few handlings as possible. 7. Thoroughly clean, sweep, wash and polish all Work and equipment associated with this project. 8. Remove all signs of temporary construction and activities incidental to construction of required permanent Work. 9. If project is not cleaned to the satisfaction of the City, the City reserves the right to have the cleaning completed at the expense of the Contractor. 10. Do not burn on-site. B. Intermediate Cleaning during Construction 1. Keep 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 I. Remove trash and debris containers from site. a. Re-seed areas disturbed by location of trash and debris containers in accordance with Section 32 92 13. 2. Sweep roadway to remove all rocks, pieces of asphalt, concrete or any other object that may hinder or disrupt the flow of traffic along the roadway. 3. Clean anv interior areas including, but not limited to, vaults, manholes, structures, junction boxes and inlets. CITY OF FORT WORCH SANITARY SEWER RFI IABILITATION,CONTRAC"r 94—PART 2 s"rANDARD CONS I RUC I[ON S11I1CIFIC'1 I ION DOCI:MI.N I S City Project No 100421 Revised Julh 1.2011 017423-2 CLEANING Page 1 of4 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 USEDI 2.4 SOURCE QUALITY CONTROL [NOT USEDI PART 3- EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USEDI 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 USEDI 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USEDI 3.10 CLEANING A. General l. Prevent accumulation of wastes that create hazardous conditions. 2. Conduct cleaning and disposal operations to comply with laws and safety orders of governing authorities. 3. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in storm or sanitary drains or sewers. 4. Dispose of degradable debris at an approved solid waste disposal site. 5. Dispose of nondegradable debris at an approved solid waste disposal site or in an alternate manner approved by City and regulatory agencies. CI I Y OF FORT WORTH SANITARY SEWER REHABILITATION,CONTRACT 94—PART 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMEN"IS City Project No. 100421-2 Revised July 1.2011 017423- 1 CLEANING Page I of4 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. CITY OF FORT WORII I SANITARY SEWER REHA131E11"A FION.CONTRACF 94—PART 2 STANDARD CONS IRUCIION SPECIFICATION DOC( MENTS City Project No 100421-2 Revised July 1-2011 Ag !' - - — — — -— — - — - - - k � : � § | | ! ! � | � ) � .i |■ 2 ¥ | K ■ 2 % ; ` ■ 7 - - - - - ! - —— —— —— — — — - — — - - ! . ` ■ k # ® | § ' @ | § ! K § % § ) - �f2 . § , !� | ! ——-- -—————————— to IN | ■ , | ' k | q ■ ■ $ § ■ § ! . - � \ k k � , , / , O:pes usGAm£2 EaeAimpgrySec Re\Capb,vli rycpolirDiv0#m7 z 3§]1-Atta+meta Survey Stakingk»&rd sd 9 Page 26 of 26 C. Other preferred as-built deliverable Some vendors have indicated that it is easier to deliver this information in a different format. Below is an example spreadsheet that is also acceptable and can be obtained by request from the survey superintendent. 0:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 25 of 26 Obviously the.csv or.txt file cannot be signed/sealed by a surveyor in the format requested.This is just an example and all this information should be noted when delivered to the City so it is clear to what coordinate system the data is in. POINT NO. NORTHING EASTING ELEV. DESCRIPTION 1 6946257.199 2296079.165 72U9 SSMH RIM tb�Zo L 2 6946260.893 2296062.141 725.668 GV RIM /�,�_,,, 3 6946307.399 2296038.306 726.85 GV RIM Wf;. bll- 65-ic-S 4 6946220.582 2296011.025 723.358 SSMH RIM 5 6946195.23 2296015.116 722.123 GV RIM I,I J 6 6946190.528 2296022.721 722.325 FH IU + 7 7 6946136.012 2295992.115 719.448 WM RIM J 8 6946002.267 2295919.133 713.331 WM RIM -TX N C04- d L 9 6946003.056 2295933.418 713.652 CO RIM uf-je 4 2-0Z 10 6945984.677 2295880.52 711.662 SSMH RIM 11 6945986.473 2295869.892 710.046 WM RIM 12 6945895.077 2295860.962 707.72 WM RIM �p 13 6945896.591 2295862.188 708.205 WM RIM Vef- `C A L 14 6945934.286 2295841.925 709.467 WM RIM 15 6945936.727 2295830.441 710.084 CO RIM COG n�E 5 16 694S835.678 2295799.707 707.774 SSMH RIM 17 6945817.488 2295827.011 708.392 SSMH RIM 18 6945759.776 2295758.643 711.218 SSMH RIM `� �/.D• 19 6945768.563 2295778.424 710,086 GV RIM 20 6945743.318 2295788.392 710.631 GV RIM 21 6945723.219 2295754.394 712.849 GV RIM 22 6945682.21 2295744.22 716.686 WM RIM 23 6945621.902 2295669.471 723.76 WM RIM 24 6945643.407 2295736.03 719.737 CO RIM 25 6945571.059 2295655.195 727.514 SSMH RIM e A"(60AT� 26 6945539.498 2295667.803 729.123 WM RIM -M 27 6945519.834 2295619.49 732.689 WM RIM Cot- r L- P0."irS 28 6945417.879 2295580.27 740.521 WM RIM 29 6945456.557 2295643.145 736.451 CO RIM 30 6945387.356 2295597.101 740.756 GV RIM "�}�. G&JS 31 6945370.688 2295606.793 740.976 GV RIM _ 5 ;6- 32 6945383.53 2295610.559 740.408 FH 33 6945321.228 2295551.105 746.34 WM RIM 34 6945319.365 2295539.728 746.777 CO RIM 35 6945242.289 2295570,715 748.454 WM RIM 36 6945233.624 2295544.626 749.59 SSMH RIM 37 6945206.483 2295529.305 751.058 WM RIM Q L•�' 38 6945142.015 2295557.666 750.853 WM RIM 39 6945113.445 2295520.335 751.871 WM RIM 40 6945049.02 2295527.345 752.257 SSMH RIM ¢ 41 6945041.024 2295552.675 751.79 WM RIM T 42 6945038.878 2295552.147 751.88 WM RIM S�F+EY 43 694S006.397 2295518.135 752.615 WM RIM { 44 6944944.782 2295520.635 752.801 WM RIM 45 6944943.432 2295556.479 752.156 WM RIM 46 6944860.416 2295534.397 752.986 SSMH RIM /h 1�y S�IW6rv� �z/�,,Al,r 0:\Spec5-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 24 of 26 UNNq E.+n ecx 29 mr2 j 'Q smo.ra.J.r... ao 4bA.!/YIwU i ♦sAwrNa SEIYER r.�o � 1!Z SEWCE W1 CLEWOUT W LAYTON RD.W. S "' �:V) Q� co �o e, C1 MI WATFR ai.:en LINE A -L-3654 g C) EX.a, wu — d i Lc Yt l � V) LIJ /� 7� ¢ai NEWVE E7lSf. 'J SSML� f STA 1-67JO-9S LANE A• IOT 2 aw 4rN.s.+ue� I QI {� EXIST.STAOL-M- .� EXIST.STAffiML-15f REMOVE E)alSSLW GUNSTRUCT 5 IF OF CS LME ' CONST.f DIASNN MCUIDE i Lri%CcaUjfi i INI M6FffT W/CU4ROM PAOTELT= CONNECT PIS BS(ANDO CONNECT PMJr55®® TO PROP.SOR N6946&SLM E-2296f5&r CITY MAP NO.2018-380,2018-31 MAPSCO PAGE NO.74N,S,T, 7 7 7 7 7 7 6 O:\Spec 2 1.00 1\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 23 of 22 ' � f AN#Ng41Ai 413I}IPAt71ARWYXC'SKIPl3'iWlitkY11.4171N YlI1t A%3 ,A�tli94�€IYriKG RE4lYRIIX;6d .I._ I 1 IAA tlq:Ydf3@@I111Aq 3Ygtli@iA'.4n3rd It H3wHq k3^NYBdI '11:kd fG41 A%Ii9N 'lid OV11 i k17.LAI, '1�1 P 1971IAV i LkA7 CE 1111 Gil!t t �- 1 I1 i Art A q C'iIiCYI6{Ailtl 1; P- 9 Ypiilll : III l a 1+# l XI d l i J 1 4l f : l 1E IJ 3 J Yip 1 11 Af :' I i X 11. A 11 f 4 rI bral' Ifil I �rA w 1 " I fIIYI III NlkI GI19G 11 3 1 ! !i !tIJ i li N flAl14110 a 7 tON,:1 1A4t Pfilli'P LEI �A 1 I !>- ! ft 9 AI Flt HI1IAA I I I. F ArA IrY III [All )< 1MI 91N I I(T:IdYfI i�''• E a I I 11 d 1 -M 6# YISJAN- V li F G !!.II FI3 fk9 IX f;3 ! N#I i it 3 #I rJ fdpl 1 PFPpYN}l., JI: ! II 9"Afl .ifF!II 9tF i:R Hiti Y fF€i" 17H 1 IMFt.If XHJ'tU YPI XEAPJ ENI»G 1 kf{i �-HII FidI iR9Y 1J 3i9ik f rdb iYS J t77897d1'IY1 Ff!tYkPpf88All'1' ... 1 13 9 hT EF:'Hlil �d p NY J d(H 2N P 9 1 IYf9d»Jt f / h,BF Mtd.f16lhA NkI11'Y N@ d t11•AdY lgf'hlp?€+tTF siill3!tdf{y rJJ.t.'Pr'iiE nlf'idEl k.AtuY�teld rAkkY rrll➢FdfltlSYYi7rp7 1' 1T9'A':UCIiYAPN!IiHtl"A7N'Yttl'e Rlf.iJ f8?#�iEkfati€P ,Ifif#EaYlpllJ#ad'd1J fpYA1dL"gl PkdilN7. 'Y 17pIXN'171NPNAXI@dirEdNlA7pp3ddkNd Lf9.d}331 i® ''X',f6Y 3!#p"k YRFlYM3rk1Y RJd1'pNY' 33Wt:iNlBpdNIIgAAAtiIYJAR47tNAEAWA}I1 dK�A`.PI#g,i }JA gA'ClklkkTTkiAPWFlJIGRRIIiBpdEYk g9WPkNi ICIdIG1YA#tYUIXlAY0I9iiYWIAAPJ p'WLWN kY!WiSakP N 7 Nr43FCC!,�19 WN#!N AVCAII ICIt➢Ig1S941'd. Ing, lt!^Ki!w:WUd6',13[YC4tG11�i�E127839Y M31ldt8Y&k9Y3tF:gYrU G1g11I4AYPoY19Y101'dJ:7➢IiSl'. Yi3'i�PIPBYC id79IA tYlEi;". I}d{I@riitJE8F1dJN ghHI S.YPIWHdd IX@I KN i',k. 'rC; 11d Y:INdABP3FRVp d€dU,, .367MtY€Y NtFYF.f91Y{1 C!kkk,'x 6 tA4LtiA4'k7 SA1Bt #ItF'IIGBX:PBAIF I d SNIitA�},8.31 A Ul W'14 k141Y t d f -7."'. '+� 3JACfIIt XI'PkN}iA 3....I.Ir:::1 t1 T17}N('kFPkN'HAYCrPYYl tIb711Po1AldLi6YT#I WH i RWF itanlG 67Gd q17€BI gFEg4T{plasNglfAi'di!{HGIg >yYE}t{q.g !2Fsi+�XYk14 t k+4141t'tapti 1 dt0&iWIiIi;' 14t lItN'fF.NCY 9dYYJNligltlk'd i, IT!TI#X16 WW YA..Iv,1 giNL"tY AI SI Id GI N➢tkN TIC€NtPI'Ef Clip?}1Y.P.YAI61 k7Na 1982 ITfWlEiN 3 IYt:1.A'iN!i I'lX.NIN JY ill IA?SIRN tl11EYkk:F'NTI»-I1pq'AlillRktP:S M ::i1AFHNCIF 19 k9N311tlN31P!tYN ➢'Iq&»#NAC1yC[7W'SPAYfI431TlIpAt,itq'#ty,IXATftr €A4','J#LgE441A!glYYd'3'/WiP"tRm'91117Afl. b"IfEi H'PI.A@NY!NX9'HIIIBA'IWCLiB# 1 }3YIN1[5 ?iii H:8GN13.YA614k16t Kl1gti i7,,,-"P: 'tAt INtl1.EE1tViAtAgW9Jld37F::A8NGKNt Vi 1' Er79k'RdNrY?:gitl 4134MS3Wk1:»SkYY tP:lY4 �J3#FIItlFI!lYYpAAMYYNG33YA1GA#p3 +t1lNi5dlty.ti: iR Wii°:}ItIWA NVd 6Yk.NLiNiIaAXAII @I#Y( YfFCtYViAd3lAitlXWXidYPA1 Vi 'ii 6 3(i1f I,�t iAI YNit33[EYYliatifil4M1S YYil1i1S9!"Si Ybliptl Np -9'WI}II II*A1iHi'1 3iAA"n fiAN1N#AANNYp3ApX#hAN�S111[I1pi HCIY .'I89ffH tlipldAY1#i13d11Y'N311dJFl7➢➢FpAt4 t A'NI NiBNNMtN l NA9Kdilk AMIA#IIAI{JftiFlki siStfitif 1plF1'pi1JPINkAdd NlipXd!N t9IdYA Y776 il€Y4biN3p' pi!R SPWJ"RW"3 S9N3YRR EYpP77C�A7}I1AYiAtgYPe lr ln,N€Ylm'd 74k3lINXYYtiki H.►'H'BN1AA#t#ItilNGJ1Y 'gidaitt NPd Nf#dY19 11#q 91YlY kNIAN'9NCI i pHt INXAE3N6PM}kMUP'N13i31 t!X 11PBtl Yi}IX4 til !X{3 tliPi NIAFNYY ,gJ.IAGA INt1i Pid kllNY@i1NtIA'IXRI GidWM'7TIt"C311£1 A`X}I€IYP YJk yAY1J43/JAII barb pi M1Kitq';w 1UP V&3;::V7!91FIRT'7 p!YJp4likM1k )1l kY.Y:I}itll 11r Obibu,@113T1111 161!PI EACNYJNi 4E@P l9AI3:IJL ENt} YYNE 1ltlitJ*!'Fitt'N44bb A541'ff"IdA IlNAJBW 3NJpgPIV'YdY.1' • MI'"91f,3AY:131d!P!YRi'€pEep7l.I q:C!tt#da113 H&N8pt131{dNl}41 pak]IAGI I#iB IXIfd MBNH MINIM �- '♦ »hY RYi19:Ik1AlAGt@iNNN�#61 HY8+ldipY31Ni1B@it93AYFxV t'A:It NlNll it.9Y"141 N 13YN, 13k 13g1LY51}ItlN61X 71WIX'?17ib11{.iY7�A 1SiXYtdiiWSWkFt�J IWEI MW0a 4fWd`+1 V.I.,111p HY! #IJG#IXW4tt'i1NHg11Ilim.!ptklm Will"""i91t.i-H9 IIGMLUI:k7YY,AMW gC13 A6i1.278Nf4A4NFq NNV'3YYI N11111AA1Ap•pdYSMittp9ANIWiPe to".=^: NN1Y 4fgNiNNIt Ek47@IW 13t 1.%EA1ANtU9ElAAiR3gdL1§'NBl1i#G3PIYIt�Ut8IY348G#J[aEFdAe6 A!I GIMn 1Atl iP7elrlXti FJI}e IXR.3',g7}':}itA 0NHW1'vN8ppX1PTM1N Y"!}R IY i!A?FYNW Yd'7p.l YT1GYPI� }yd'tA#LP'NN . !tlA.t6YC;lgA7NRIHtl9YuiitfifAB:AA1ktPY Y(ki AJ#Iw*';:iM 1I1t•}!I73 M.IXP@kFCAdtl9.M31.A��.::YA6'I iliiilAl d»N� AHE/HYANt#i40NipWPGAtif'--;EsY}'Ct1Ary ff"A.Wn'llt k!1Y7a SAN A��IM kJl @I}'_XIA'G91AlANi3binvo3NAb3AX0 BYa99tdYau'611fAW]Y6A3 WA(f Yi1ldlNr A�'7'.IIiNkGd!Ig1q 31 I^'iC#ftAk»116N11tWILdr331k7#tkaAv#?,�i9liWKgRIHI#17N'fAPiK197X7y IIRRAiNAI.Y9i' Ri I}1aAPF All d7C{G1vHii21H2Y47A86 E,tY1pNP tl➢kC1#IfYAg411'Itd3t }RF vpitiliKS3YY It, NJNpPliAKAWgI FR`NipAp:I 1111pASdi#4tY'11iANt%Nyle rA N#€Y3t 1A gQ37381Yt6Y9q(XIla 1YW19 N1NYXC9Y9YAIpXGYGBi�iq WNflpYAllIdAAIN1'1!N#t1AfiCi3 Ae SkUptli IAWAt3dltilXl.PfTj illl lur NAAYAY:IIYAAtq�AlCdsSiBCNpl fld7l111:i1:Y1,t1Ai#I J3YMF541.lI#XAX 1:A38G#ldiHpYii WPk3Wf IAtS pN'YY7tiYNkN[IWYYNN PN1YfNri PIi@'I}itifl7ik Gi#ENAIW'+I t'xpf.RA]fd'It1Xtl71X1all'ab IH Y OUT NpAJ61NPY3#NiWAIkN"AY}"173xF I1g1KGC6G3}Iglfi tiYCtIH.P9ANWIYid1 llFltpp131R38G, xL IYM#qAN�WYIM7'q9{�R@iNltitl}iAYYIdJp»Idd3YWd9NXYitiFik Y6lid A.tApir:i:A"M1UX7TIX111d'Rtdttftlwit . ll lli NNCXGXM�INk119NtNRi!NA19A119t1 EIWBFIE#NNYd rlRlf li&7#9N�II11 XiA 9k43Y1YNk51i,1 4M gill.AWWIPNYAIt]Afi1kRRJWMktlYGCLHNt16t4V27t#H {fib&C'FAPb:,:A 18Y82k1!MT{' l g#(A . T6,bol111 Gfi IMIS A 1A IAAI19A7X' (' iG11!FHK119IgFPliiigk NREN1YN 2F IPN31H13}M:fi IAYt !#Itd I.'.iIAIIIGGG iltidgl3119 • Irk 813pAG1dY"�WG#IdPN.YCFAt;g'P NW4l INSJ3R-K;+l iitYC3 NA95.RIAtl}3iA 78i11iLaiii I t'k113, -i kAYk8t1151A1YA OIAF}I35A.IN'FGPAG iAY EINCii WN4iA!tl IiPI ld A JL r'.I RE i1GId N 1117'.4L9iF i'' ,I it FI9113NI#HIXi#IN:CCPAd pQiNkC.k":IIXrH.N ili AEG IfAC'1/EYA IR IEIG S:G!i1...J.;. IW11'XtKI:MIIiNi%IGIpY AAA11iPigJN kllt 8!h4H11 k27N 711fl'9tG871 Yllf Gl7k A W'JAN1G' IIIN4W . VIA-410I1lIg1 IA07 N 1A IR1NtNNildi�NC Id ^IkA 13:1 IG3id 19 d9tpY31k g1 k7V 6NI IAp 3 N!GH IA9}tYXtN AIYt91A1 NIXIg7AINYNumbelt1"'. ailNNpYN.NNp NN9g11tA»JT Iq N3J JIJIXXGp13N AIPYPYY91L4W3X45pIX AEIX3YXFANPtiF?tW1Yp4 1 I'm till1NN 'NIpYP,BAdkfItlNgN:FRY'9IXY@IIIRPPFf *" IAN7pikeNkW1'tiatl tC,6„- 493v, Xtdf Ste YtA t-,`A''E: I.Id#I7919YrkkN@YI.�41X7tIkPoXN.3dl'3@Iltl#141WA t'1Al8AtYt a::I: Jpa YdYl3.3YICik!Hd,Xtl AN#:�APSRP!W"N�0.1A9N79YNh1#kNN#iA!Y'#}gtA'tNppAAN}itW1'Y YXYu'h8P@Tit@"11,11101 :X'W 43 p',Il i',EkSNkbill 11Atl3 CCCCI1XAt HVdYCg11iE7pgA+WNLTJAIC 1 8»I.IW1Y#IAAJN Nt1T!XXIYI rJ91 NNI!AIXXAIAANkYippblPgd93 '�. .i1pff 11111YC`P}N 111YNi t.."g1dN 3'9Yi'tlYAP1.1111Y@'AU 1111' N NAI@PNXNliIpt JRAXpN P.:18 Aft a"a in"Ic Alf. I.tl}13 i'll I1d0 NNiNA pp83WYM4ttriiP3�35AN3dt9pn�YdNkpkiiR�Ai!AYPBIi&Fl t1'#Y:71fY1 N4JidtliilAJddpACi61MW fi11A'NMYXYpA1G11YAXdYCI7A9Mtd8fA YPAPAArXg@tip'di'PfC89dtPei pi;6:Jp gAptlAAdW6A"ItJtISFWIk lYkt!NXIPrNpWkiiNXalpd333tl@ea�61IXWApRH'Q'pCFtNil Il r d Vr&6¢:'1a1ApA3Y6/gArf!M�rFGk! 1111t'WA11g1Ydiil'8M1'A961IdNA.f3pA{HItA1Y,pAAiFHdBld qtY f '11"11 J1139%IbgPIXIfi1M,Yi#p i<1�A#,MMAAIWIq#1+9}�YGIYNAA'pFNAp 4"1'It 01fS1IdIU 11RAYl3IYI RgNgl"I ?�.•• tIN'BpAWC3n 61 JAY LYYNNWJL9fN.NJIpg9XiNIWi AI IRIYAlPARN/Pill lllglp!IWIYGtl EXN9 AAI»ANIAPd6g1 i tiN.YaNC npM,figi! iC min" htg!i"XIlNXllIdY;NAilAltlSwkgAE?g}YA711AI}1A7Pq. I:•a:@'a7N"Ap7YdX721Y 111£AlpgPik kR t1 �, 'ANIiYYYUAptitd6Ye P -. + 9N1Rwifili@BFrkp'#IS 1p 'IglfiW R f- iA714XA16YkRNtYBiX1L„Il.Wlm-4, R kiY( i idk !I; total AiAIANNININcall oItA1gWN/gF6iA1 itiToitINI I dGi#i4i➢NYt'iIKp9W Y Y:i iAY h gd���M9MP.XtlEFYIBABNYYC�111#A9&YI IEpBIAINNil IIVAl$#AliN YNL@p6A@hYpINYAAftl91A78331N1# �! IYf%NiNA INldp§# PYA @1AtipN�3973.W IXNYHAINIMIN NI t3wYA1 CI43RINIItlGYP�il7 XXC Fatial'k N'!%A'NGtA#IGeA1Po�tiANflNi NptIW#IF./&Y�d1'1814N3Y5131 g140.tA3^'lI"litio I4g1it9lotA tItllWIi1333AXY!bHiJAN tAAI3'MYBgSGYp1}N�IYtI 13}1AIAbAtP11NA3mW/gW11 k1%AYYBK9(19€ib4LFYI4I RINGGpbC9rAW:GYJIIYN IgYIgNMdXY'10yN$IAttMYYG#IWN;BdHt#iNN69R'dYNU d'XE1,9q!R'IA.S V'6kh9AStd43 L9dA4f iP'Y+'!. / � t •. W •• • STA&WO-AM D tCA RGI STA 037m-Ir9L aWD M ,TAo-am-erL wlm aD BE6d �� EXIST. IN ° srs IAUNELT M MT.9WATER F IYCF.MflIB Pig O(,1 I-AFaffE KVVE FIe4'VEFT.BEND STA DOWS-frWL 0B/S125 NISTA[L E-229 E�96iJTII9J EPP56V/,Y/D hIt!X B'MCMAR TEE �D I-CME VAVEV h FNLE!D ,p 9LF 4/dVW LEAD LOT 4 ,(4 t" / hWeffr VAYE lerW.e E' BR aiwmcw+ �# '�► � A LOT/ �' *' Q" Cp KS A04w�i11 Wfrsm � OID�IIIf D E BLK 6 D ElEIG 7E]JO e ,�it V VMW4 8 ;w . xm ram DOT. OWATER #.rcvr rnQ� +' TOY'2 V 12WATER = $ 4Ile wQ TBY M PROPOSED SAN/TARY S [fiEWOVE a$"ASE .. '4i v EWT.GATE VAVE SEE SHE STA o- -to IOT A *65WW404 at E�6L5.3WL'. STA Do=-@R 07M DRL STA 0-am-7 STA Dew-IPW SAL INSTAL 96TAIL I•@NdAY/D SIEDT FI24SVERT.BEND 1.046VERT.asw 9 IF IF WWATER PIPE N16wDSs5w N490052S657 cmwEP.T M e= IE'WATEF E J E+f BAD N,SqNIl59P19 E96 P CITY OF FORT WORTH SANITARY SEWER REHABILITATION,CONTRACT 94-PART 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100421-2 Page 21 of 22 I' Ct�lI7Wt�a�E?2©N�r[©YFIItPg.Rt�. {E!3E lklllRtF.'"Mi I LJML 71T.71r.L P3CENY#MN@ttLJl91l F[lt7Etr9I" 1*111kltu3 Niae.3.w L NNxinfY SEA tXTStIE• NiCtrelAi;t laW47 i#Mi1lJll al['!r#1 liR L Rl3fWMYCxfWrl Ljy!/ IN" r tF qy�°.�t�.u. #aWfi Yskl3# iY rc [iNRLS aAAwi;;,,,w i7 3Zf YC[1k.Y3w. ..DkNL InfnalfiYl!- 9c�Y3]il RR AYErA Fu f., rREila"^^ NIEtb[Jfa1A#ifilLfa tx YFlA Pf'Illr lfY�S A[ i StY t .C#.XAIY N!•tRllafkaANUM, 1nWrl Va. IJ ara,k` L )LYlFipfl#31r•711411faMtaA1LE IMRLIAaf A IEl fE3 »i4FiCEf•lY fAlllr 3l'Ndaa4ll'a1E1il. ritri"IPCEIt XJitlyF� Irks/JYZCa#r'M,X#tiW3kYY11"MEY`NMI Er3ElELtdff.kCi tlPxrY![19i. IW KP;Wfr lro.#Yukdr#.E31�119iY'J4,lEIiFf[RFEit[Mit4! i/IWIMft+3Efii8tClH7lrFikTElfSt l l.TY�IFdY'S't, Fitts L� a R.Y'-PEmYFT17ra lI ma.M41-5.W M II1iF IIMI"fft.*W3 1 3STPrtNME]lLTBF .aNi7'SaIRN YYrka]lSRsratl/rYJrVI llllNr ra 3k[!IG}}'i"Y'�r*' I7an"$W•tN3[16rEiFf C;RZrTrE Aigg" .rt I"Im"I llrJ^SlliNrMC[E g3ATtlf[Pt#IaaF,klNNlfM3f kil 3ar/liEJrCAZkt,JAf#CIPi lfdlral3kt3PM[r',Ftka lTf'AVI t Z'��y fiar[F[Yli[JtrrYY.�..lP t53 Ft�tTSKWAPYllrracYAM•ilik#l9l ikrrll[rYllfkirClll Yl#Cxr ABYEtMMggfl,.W.WjYAAt.1NaE itd Rr3r/E,YIlfYf[Ilar NittlrTl:IfitrCft43l MI!;iYtFlVLPfkCr•aEE 1�' S"aBR3b ts#fCt l 6�.Mf CIk9[FR.l�•}jaw IAIkVVINICAC a/IiNi/fFfYtiEliirPYAlL1FaFf k#12I3Fln.fI156Y4r Cf[li!13!#t rYrzMilrtFNt:PCi,lik'J'Y1itlNaJ! F/tV,Pa[MPEkrXIA933aflf irMEtlr REI[JifFFEF7ElE1(fdEtFrl1rrFC6k!.�6`D",Tik R ''.tlELflflEYM#iatlTlKYkWJ7rYaa'.T3YfYtE!M-lYEWtiM[111'[trYikiLlF•usX?af sFWli3ilmY[mf3 ilkFr El#ll1 M6- 3fd1 R4# RP :E@El#CPLMlaMW11C�[r,EEMtCfrJdr3YfEYCUYNtH#Teff1 r1Lfial"ll 1, 'YgrEAI.fYarllarrt.[lir!'a<A lia.#M?EY#YlF!FT*'ftCJYlL vlArCf:'YA �llPfAlEtlkrMiYtl7 E Yr 1 F['rrAYE'Fil4.fiptxT4prRF'JLIlll9fffl filt#.:.l3... k:liiiPtiA!}EYLIra'7'lTFClYrll6WY[Yl'AYATJL:t.,;;,f`1 llilPfrlPlrClllrrlE.EL•CIiE VYrIJCIALT ria¢iCPZ'r•#t lP.ilt3ftd rlT gf#HYI+Y#i'ilFMF[1MTRaa .WiIYY 4atiWM#iLN3Rltlltxw _ 11 Cxl6KtEFlfYLB13'�11J[i3 i xY#ifElaikl"Q'.�1'W'Mr%Y13tlD#WIAI „ il3^llzlArsaEa#k'ai•E!t blb'E'Itkt IMP•At Y"YklflaT3M lE/t•7 a•Prasiol R WE/An37KPL i A_a P•kAl lkTi F l'Iarkf PLAat f i#Al a1EAlY•EUp"! tlt l7WLYtIilIYArXN*VtAfatllkllr itCC IFRtPJit h.ELrAfYdd 1;a11##YF.PNYA.LpY I1LlzY'N AP}'t3Ekfir • raf YElMFE#S!Y•rifYl[APd t'airf�df:W\NA Ca[+kiA"a"^'ttL r!/kl. IeE>lf TF[fKPf fillE'll■ Lii[Yf„tfE:ll6t.Kt WC YLs.tiiPiLY Y%[tz11 t AAa1fI'ilTlllSP#P[Il�l'+StrW')+iAil�l IfI.LKf l;ZT87Eld f >•L [ktA#at;akUtH.rraETL 17[lYirl'4'11'b,RL}Ir llNAtfECENir T3ErlE.a ' � • ltl±Zi'+YTfitZFFt'1fL/F;idtl lass W;Y.I WIiCRYLa3rlJEI f1tA JT;crILRTX• rrYMXFaFt•NalT t3RitlPkMk tE.t#ab Pf lflf#av,,wl kA]CMfrtlC Fr.yXlrl7Yl3ftArYNL44xlrePlGFNiUTLrfltEkl FP1YAL1l MIFlkIMWY 1 i'Y3t24C1r1t#kril�3r4f1;W#IR•faflNmlTptICM1l MLtalllF 1 'k3aP#YYL.f1FFT�lEtrllEtE4firtl'tTIfFL'IM[NdINJil At5dlC.f[WEMJIJ N:.r#a1YNlaTN rPIRPaiP]gYlP ltla'lfltiir#M3Nik:k1 B.MW MfYI •F 7R#atlYlliaWlll3lriRCYAWErr'St'f%Ir EaMI'ik kLTMWirklw, It-I lYSlrWti Y4W3ECEbrI,LRAfAN Pi LI]CllrrNl. 1 fYFl11R1T.11911•ff##l=llFlf.f9tlC[MFa4YWSili 2..r,k�JNI PL 1' t�:"AITI.ttTfa[I�A'l iwa'RfFllrtt![LFl1ME lYt:f.kaPA R/a"III. [#..1#!f(tkYiEW 6llY3CL4ifR'[E[M1irl•TlBF'la1MM`.r ZYttL K+l r0.':ilElaYt#Rii1Fi7lMFMCREF[YEftPWBf#i3i•I.EtAF efflffllllriTC kJ�`^afriAii�JIEWr!#'k[it1ffYY',.tf#"af i iA rFX'Sf;rCl71 d'JliiJ: � l:{nkltRMtPlPrt37fRP1EAaaEi"YP YPtS![#LS1fRPTnP ftllt lllt#: l�fr!takaWfaaElirt3lIFEXRs'Ytk4rYC[EAir'ka.ilf[f NLlkEYi.Nd:ilf if3XrtlMF Tf YYAf?YaWrlEM1at M4rirlMllP"C13Y iY fl7 YS T iifMlNAa!I#NR s 3W34i#[1kkfElRliTf liWty[li 3CY lC'N[131aF rAFI ilLl itrAllFllrl 3Y, rf Ll#C76aatafEfEl.ffEfMldLlY'fi51Aft3tfliMkLFttFk1MIL YlJC�`I«:� afT Aa'tlxkAAT#ERTttlfMi I#}AYaa71W1tfLlYiz7 PNfiB'S731alI7alEiYli t13t:�f!1YrY•3aAY[IlCF.`rfYITlk['3iFEYPffF#EAi9 f3Z2iYf'"lMYYn:iiA�[3itYkY+"f[S 1Yal TFF Mr3T#f"ad 1a iRFf1d"i3.[S.7Y 3k1LL1rM#k rLYML AFYP#d Ct/TW Y1r'APt'a/LaFa1H wom"MaaA SIl ntr`R4Ta L'T ' + Hkl Ll3FM I%f YLA,aTr'ZZyaC Ih�� ,91tifX[aLyMf4EWlf#YtIrRrFFIrL MfY6T3 Ft I'ft.i Cir1ATP• ® • f 3ilYliiitPNIfYIIYBFZ[Xiri'f.IRIFALitINRMift ikk[+Et 5,.ilYtL IXt. EIIE'[ YElyfif[ CIF lf1tAX#IYAENEANf JIT iF#aLI L!YE trlY!Il CS3 ElltaaCFFfiY't[YS:kNtiS.ftWAia.krF7 Yi•&JXR.igFriAFla9fZt= �Q�, L3[.Ef?YLY•SWRlt1Zn#3AlrARYkl9lif atXr#aM14A1 t3'E•tMr lltLi, - LEAtEL>Tk�N'""Tl I- .•`^J klPllgtF71!r[3FZt1.rE T. k•4kNk'[Y PltflE[lEE/FL J,#tPlliaRl:�NL9t#fFN#Y!' NPr f#Mr'fYA► fir XklaY#tr l T%'^ Fr lAR'RL11Pkbta ` fRAFaf:kTfr4,ia f l,. t#f"Nl1MLYFRY#F ��1w1,11 '�+� AklrlaVA A '.i RE'k'ICl'Ir�1F#rkfaAaFZM.1N i$fE311aC1AN#Y !,��-. tti rrYvFlt,t lrN - aMCYETl3kf.kEfF[l l.1Y W0.. #iCr IEYhTZCr • ,t���i � tlila;R[AYIE ZI 'flR E,la#CiY E!`EFI{IJ".L 1[RkZYFFYtI irylqfit.rl l Wr mt t...k•.1[A C31r[Tr 1IX iC eFY RW.l#J 31Y1 ,. LlFlllf iYbPinF :vGJLFArrtlLdLlf l in+"}tltaC 3a 111±3i1Ex��-C, ' raCMYPNCtlll•"E T- i'r#IJEY3IEr31:12•F I YixkRF4t ` YECi3l:$YrY.krl Mn ttTL[FP EIEAWNF i9C"ilk VISEYA'LErCN 7116ilRrl4fM J ISrYlAC1YAAMLACWY4iilti kllfp i#MlIM3Y L"IL �El lTIRALilil.Lia• - C irlxl- .L �' irilYFRzC ,,.A .P a�#N t'M.{'r Nri XMlf't[WAAMl- IT AIJCPCIr IIG' " YPC7llf#9a;akY Er 14'FPL3#'.+a XfITR#I1;[PCf/v'NWNI1fYlAP' ,- :• ptlrli"[i1'.!Wl &..,.:af„1i.R[1MA1ElkM.l ltktllatRkErC Ot+[•i7GE6{ rW1�alKPE[/F, x-9MC;utz17W.rt+Flx#171tfFtFrlAk1131a � ��►' .i`, NnaTrs'fluu t'k i1W#xY l,f,a ruxWMr?ETMari'+aeYrsl :rr �� �, I[kfY"a.A. a..�7,,.:•.Y'ldlilPt k3NE'a3lil;lai974 E#SWFICAaa51 l.:.: ;ELllY3ElL3WMLY7.3CrXTdIYSkrEMCEtl,riJu37'RW�rtF3lTlilat'Ck1YA[P /� \\ CS1Ck1NlCa#M[RMIlEi C3aY/at lYltttiEkW5l alExar.W kE JNIf3.t \\ Yltrt:ralNTYWd#kF,MEf iLCLrtt PlNfrFfal alYFJl rrlB ,K .'Lei fE- T.ar \ lfrl•RlISf[SRTEI;YIIILIF6&0Yrf311.Ll.IrtrilCd'lliq 9R r'CXXI FAirt Mat,�.EFIt'T(AIWI#6l3AEEpF#b"hrE�Tr ffEiii/M TIL NrllYl rFPr'La?E �i•; - •�. N#EHZirRrllJ ti SllEPE EI PRkTAMK la ft 11 A+3Y r1#EAkf Y#'13M#rrML•C -� �♦ 6]T,W2#FFklYLi#2filktlinrkkJBEP1`rIWIt#a ri.f WR'Y k.FEY l.•aT6E. PTRiat[t{fiFYEk!EftlrL'M<rErWA3Rlt&IArYRJG+94pq pE6dW Lilt[riliWL j FESEfaiE3i?31A%L.111i:WlECFIIE1rfYttAMlr1F{bRrYlufRA1¢YtlillWf.:llC.i;E, illpllalMRM33['k.[rr#1 iPLLN9'.Y�ZYMF![ErlF4Ilt9.R.w'Kttl@F1SW]G,*M' t'alYAliJ,TFRR#tAMfETRRa#MNLW4?Ita'i=h!#lM3r AMlyri,f]]Y.M#t-Ya'E:.' r B. Example Deliverable A hand written red line by the field surveyor is acceptable in most cases.This should be a copy of the plans with the point number noted by each asset. If the asset is missing, then the surveyor should write "NOT FOUND"to notify the City. CITY OF FORT WORTH SANITARY SEWER RH IABIFITAIION,CONTRACT 94—PART 2 STANDARD CONSTRUCTION SPECIFICATION DOCI IMEN I'S City Project No 100421-2 Page 19 of 22 X. As-built Survey A. Definition and Purpose The purpose of an as-built survey is to verify the asset was installed in the proper location and grade. Furthermore, the information gathered will be used to supplement the City's GIS data and must be in the proper format when submitted.See section IV. As-built survey should include the following(additional items may be requested): Manholes Top of pipe elevations every 250 feet Horizontal and vertical points of inflection, curvature, etc. (All Fittings) Cathodic protection test stations Sampling stations Meter boxes/vaults(All sizes) Fire lines Fire hydrants Gate valves(rim and top of nut) Plugs,stub-outs, dead-end lines Air Release valves (Manhole rim and vent pipe) Blow off valves(Manhole rim and valve lid) Pressure plane valves Cleaning wyes Clean outs Casing pipe(each end) Inverts of pipes Turbo Meters CITY OF FORT WORTH SANITARY SFWFR RI:IIABILITATION,CONTRACT 94—PART 2 STANDARD CONS TRUCTION SPECIVICATION DOCUMFN VS City Project No 100421-2 Page 18 of 22 IX. Cut Sheets A. Date of field work B. Staking Method (GPS,total station) C. Project Name D. City Project Number(Example:C01234) E. Location (Address, cross streets, GPS coordinate) F. Survey company name G. Crew chief name H. A blank template can be obtained from the survey superintendent (see item I above) Standard City Cut Sheet City Project Date: Number: Project Name: ❑TOTAL Staking Method: ❑ GPS STATION ❑ OTHER LOCATION: CONSULTANT/CONTRACTOR SURVEY CREW INITIALS ALL GRADES ARE TO FLOWLINE OR TOP OF CURB UNLESS OTHERWISE NOTED. PT# STATION OFFSET DESCRIPTION PROP. STAKED _ CUT + FILL -LT/+RT GRADE ELEV. CITY OF FORT WOR'III SANITARY SI.WFR REILIBILITAI[ON,CON IRACI'94—PART 2 STANDARDCONSIRI,:CIION SPECIFICATION DOCt MIA]S Crty Project No. 100421 Page 17 of 22 r 7|b � � j �■ae 0 o— - - - - � - - � \ ¥20 01 } /� §k 0 z j © 2° kcm } \ }\§ Z $ ±G� 7 \� 3DNViSIG ».# �e _m jo _e \ � !;_■ � 0\ �\\& § _DJo _. 51 33NVi m »n m la x 0 �� �-1- )� ® °° . x � OL ° ~®� |J _ § _ 2|/ >3 w er OF FORT WORTH SANITARY SEWER REHABILITATION,CO RAc g-ART 2 STANDARD CONSTRUCTION SPECIFICA TIo DOCUMENTS c%Project No.!Od4 22 Page kez Example Curb & Gutter Stakes FRONT (SIDE FACING q) 1 o FRONT IrMnRES ENDS FR f,N T {SIDE FFAACINC t}POINT OF �f FRONT o" T.�1l6ETIi (SIDE FACING IDENTIFIES START PG SIDE (ACING �} PONT OF OLIRVATURE u BC PT y BACK IDENTIFIES OFFSET IS TOT (SIDE FACING R.C.W.) BACK Cr CURB OR F/C i/C Q FOR FACE OF CURB G PUNT # NP. III I IDENTIFIES GRADE ISIII I r �T ) TO Top OF CUFB o III I NO GRACE ON' HUB ELEVATION o + R�Dws Farlrs; o + Ill NO F .,I INC3 R JUR ? 11 f ti N LIEU OF PINK P,4INTEEI LATH TOP OF CH R B rc`..r ,• r r 1 f FLO,bLIhIE ' f, ErD- E OF F'l�',iEf'1EPJT f Example Curb & Gutter Stakes at Intersection CITY OF FORT WORTH SANITARY SEWER RE11ABI1,1 I A IION.CONIRAC'I 94—PART 2 STANDARD CONS IRUC'IION SPECIFICATION DOCUMLN IS Cit} Project No 100421-2 Page 15 of 22 VIII. Curb and Gutter Stakinp, A. Centerline Staking—Straight Line Tangents V. 1 offset stake every 50' on even stations VI. Grades are to top of curb unless otherwise shown on plans VII. Stakes at every grade break VIII. Cut sheets are required on all staking Optional:Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking—Curves III. If arc length is greater than 100', POC(Point of Curvature) offset stakes should be set at a 25' interval IV. Staking of radius points of greater than 100' may be omitted CITY OF FORT WOR IF SAMFARY SEWER REI IABIEITA'I ION,CONTRACT 94—PART 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100421-2 Page 14 of 22 Example Storm Inlet Stakes FRONT FRONT {SIDE FACING } (51DE FACING ) a � NO FLAGGING PECUIRED 4 `a IN LIEU OF PINK,: PAINTED LATH a n ! � rn 0n Frnz� 1 ' BACK :Ell BACK z (90E FACING REM) (511E FA13NC R.G.W.) r. REM) ..rr�����;++±�� IDENTIFIES 11HICH rn IDENTIFIES CH POINT BEING STAKED ND FENO OF THE YIINT M Isr. �1 9E3NG STEND OF A{EO NG H ee�� �I I p� 1 NI.FI ELEVAnoN m 'I INLET STATIUN NUB U"AMON o �' t (IF NOTED ON PLANS) t 0 I m-rinm GRADE -TIC TO TOP OF CURS T/C 7 -TI O O r'' IDENTIRES GRADE TO FLOWllNE I DISTANCES FOR INLETS STANDARD 10' — 15' RECESSED 10' — w STANDARD DOUBLE 10' — 26,67 RECESSED DOUBLE 10' 34_67 HUB WITH TACK I � BAC3.; OF INLET t-' iJ ul •, MAr.NHOLE ;1 RIM 1 + Br.CY. r'F WIIQ 6A,A.I:. nF C.LIP0 —-- FLC+hLR1E F,AC£OF INLET FnCE OF INLET FLOY'lJNE --— ELG£ OF P,:: EMENT� erg nF P V.,EMENT ED,X OF P,VvEMENT EDGE CF PP,+;EMENT Cl I Y OF FORT WOR'NH SANITARY SI;W l R RFHABILI"NATION.CON"TRACT 94—PAR"F 2 S'NANDARD CONS IRUCTION SPLCIFICANION DOCUMI..N"I-S City Project No100421-2 Page 13 of 22 VII. Storm Sewer & Inlet Staking A. Centerline Staking—Straight Line Tangents I. 1 offset stake every 200'on even stations II. Grades are to flowline of pipe unless otherwise shown on plans III. Stakes at every grade break IV. Cut sheets are required on all staking Optional:Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking—Curves I. If arc length is greater than 100', POC(Point of Curvature) offset stakes should be set at a 25' interval ll. Staking of radius points of greater than 100' may be omitted C. Storm Drain Inlets I. Staking distances should be measured from end of wing II. Standard 10' Inlet= 16.00'total length III. Recessed 10' Inlet = 20.00'total length IV. Standard double 10' inlet=26.67'total length V. Recessed double 10' inlet=30.67'total length D. Storm Drain Manholes I. 2 offset stakes per manhole for the purpose of providing alignment to the contractor II. Flowline grade should be on the lath/stake for each flowline and direction noted III. RIM grade should only be on the stake when provided in the plans CITY OF FORT WORTH SANITARY SLWE:R RF1IABILFFAIION.CONTRACT 94—PART 2 SI ANDARD CONSTRUCTION SP[C'IFICAIION DOCUMEN FS City Project No. 100421-2 Page 12 of 22 Example Sanitary SewerStakes %\$ uJ % �u - � � 6 ` \ f Aig Imo. - /. �� �� Ic / / \ C-3ilw a _ g A§§ z«E2; \ � ,« o srL 2 § �-+- C� C (m§eK Ld r7ZE \ k� k�§� / U)§via 0 y & (I < f �s m _!m § « w \ o HM 1§ Ld8 z 5& \ �< g§ � \ \ §E tL ` LLJ F § zzl (2 , 9 k , ( ["° ®ƒ a R e� 'm+ §+ _ k k §} K2 §� $§� / a 2 f f§ § §s § m « zs 0 ƒ z Z « 2 �_�e / & F §§ w $ $$ L 6 � lmz g « z G 0 \ ,I oA ( S § s—_ \En LLI ) u- � \ §)§ }K ]s k� k) $ §�� ® dU ~ !� (Lk CITY OF FORT WORTH SANITARY SEW BILEa ION,CONTRACT g-PART 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 10042Q Page 11 w22 A. Centerline Staking—Straight Line Tangents I. Inverts shall be field verified and compared against the plans before staking II. Painted green lath/stake WITH hub and tack or marker dot, no flagging required III. 1 offset stake between manholes if manholes are 400' or less apart IV. Offset stakes should be located at even distances and perpendicular to the centerline V. Grades will be per plan and the date of the plans used should be noted VI. If multiple lines are at one manhole, each line shall have a cut/fill and direction noted VII. Stakes at every grade break VIII. Cut sheets are required on all staking Optional:Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking—Curves I. If arc length is greater than 100', POC(Point of Curvature)offset stakes should be set at a 25' interval II. Staking of radius points of greater than 100' may be omitted C. Sanitary Sewer Manholes I. 2 offset stakes per manhole for the purpose of providing alignment to the contractor II. Flowline grade should be on the lath/stake for each flowline and direction noted III. RIM grade should only be on the stake when provided in the plans CITY OF FORT WORTH SANITARY SEWER REHABILITATION,CONTRACT 94—PART 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT'S City Project No 100421-2 Page 10 of 22 19N Y Zy� PZ F � d 2 N Y 'N o z? F 9 2 W z 0 7� O < 7' O/S W/L STA=2t00 C-3.62 LL L LJ ' ILLLLllILL_� d /1 W L lT V) I ~ En C7 Wwro z B�CaAU U �� 0 < 7' O/S � WIL �w STA=1+72.81 �C-3.81 W ❑_ a �• U U Q � roon EL.-101.16' m u 0 r o =o LLJ W- ' �m L7C w -0 >� Z W O C7 w ' m V o < J Q O '0 7 r L. rZ 3 N W W Z V) l a W t a- Z_ _ w W� F F �— yL j� C7 ? y Ld Z z a o ULL OAS W�L STA=0+0a F G-3.78 = O J J CI] Y Zm,W O Cl W� ?U f018 -100.0 F=a.W Y Cu Z _ LA i a awl v,, 'o =3 a w =m2 m x VI. Sanitary Sewer Staking CITY OF FORT WORTH SANITARY SEWER REHABILITATION,CONTRACT 94-PART 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 10042I-2 Page 9 of 22 A. Centerline Staking—Straight Line Tangents I. Offset lath/stakes every 200' on even stations 11. Painted blue lath/stake only, no hub is required III. Grade is to top of pipe(T/P)for 12" diameter pipes or smaller IV. Grade to flow line (F/L)for 16" and larger diameter pipes V. Grade should be 3.50' below the proposed top of curb line for 10" and smaller diameter pipes VI. Grade should be 4.00' below the proposed top of curb line for 12" and larger diameter pipes VII. Cut Sheets are required on all staking and a copy can be received from the survey superintendent Optional:Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking-Curves I. If arc length is greater than 100', POC(Point of Curvature) offset stakes should be set at a 25' interval II. Same grading guidelines as above III. Staking of radius points of greater than 100' may be omitted C. Water Meter Boxes I. 7.0' perpendicular offset is preferred to the center of the box II. Center of the meter should be 3.0' behind the proposed face of curb III. Meter should be staked a minimum of 4.5' away from the edge of a driveway IV. Grade is to top of box and should be+0.06' higher than the proposed top of curb unless shown otherwise on the plans D. Fire Hydrants I. Center of Hydrant should be 3.0' behind proposed face of curb II. Survey offset stake should be 7.0'from the center and perpendicular to the!curb line or water main III. Grade of hydrants should be+0.30 higher than the adjacent top of curb E. Water Valves&Vaults I. Offsets should be perpendicular to the proposed water main Il. RIM grades should only be provided if on plans Example Water Stakes CITY OF FORT WORI'I I SANITARY SEWER RFHABILFFA-ION,CONTRACT 94—PART 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100421-2 Page 8 of 22 Y ry Q W m Q (17 z o z Lli J ~ Q m z m W �:5 W u 0 Q 1016 EL.= 100.00' m -17 LLJ G J LE a - W o L l� CL z W rD W z z W O U (D CL o dLL- Q U J0 z 0 D _ — z ¢ w = LJLLJ Lv z D J (" Q J o 0cr_ w o L'- w m < z x z � o Q o m o m W � o CP #1 N=5000.00 E=5000.00 __-- L� V. Water Staking Standards CITY OF FORT WORTH SANITARY SEWER REHABILITATION,CONTRACT 94—PART 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.10042I-2 Page 7 of 22 File 2: C1234_As-built of Water on Main Street—Project Specific Datum.csv Example Control Stakes CITY OF FORT WORT11 SANITARY SEWER REHABILITA FION,CONTRACT 94—PART 2 STANDARD CONSTRUCTION SPFCIFICATION DOCUMENTS City Project No. 1 90421-2 Page 6 of 22 E. Preferred Grid Datum Although many plan sets can be in surface coordinates,the City's preferred grid datum is listed below. Careful consideration must be taken to verify what datum each project is in prior to beginning work. It is essential the surveyor be familiar with coordinate transformations and how a grid/surface/assumed coordinate system affect a project. Projected Coordinate System: NAD_1983_StatePlane_Texas_North_Central_FIPS_4202_Feet Projection: Lambert_Conformal—Conic Fa Ise_Easting: 1968500.00000000 False—Northing:6561666.66666667 Central Meridian: -98.50000000 Standard Parallel 1: 32.13333333 Standard Parallel 2: 33.96666667 Latitude_Of_Origin: 31.66666667 Linear Unit: Foot US Geographic Coordinate System: GCS_North_American_1983 Datum: D North American 1983 Prime Meridian: Greenwich Angular Unit: Degree Note: Regardless of what datum each particular project is in, deliverables to the City must be converted/translated into this preferred grid datum. 1 copy of the deliverable should be in the project datum (whatever it may be)and 1 copy should be in the NAD83, TX North Central 4202 zone.See Preferred File Naming Convention below F. Preferred Deliverable Format .txt csv dwg .job G. Preferred Data Format P,N,E,Z,D,N Point Number, Northing, Easting, Elevation, Description, Notes (if applicable) H. Preferred File Naming Convention This is the preferred format: City Project Number_Description_Datum.csv Example for a project that has surface coordinates which must be translated: File 1: C1234 As-built of Water on Main Street Grid NAD83 TXSP 4202.csv CITY OF FORT WOR"I'I I SANI I ARY SI.WI.R RFI IAI3ILI I AIION.CONTRACT 94—PART 2 S I ANDARD CONSIRUCIION SPLCIFICAI[ON DOCUMLN IS City Project No 100421-2 Page 5 of 22 IV. Survey Equipment, Control, and Datum Standards A. City Benchmarks All city benchmarks can be found here: http://fortworthtexas.gov/itsolutions/GIS/ Look for'Zoning Maps'. Under'Layers', expand 'Basemap Layers', and check on 'Benchmarks'. B. Conventional or Robotic Total Station Equipment I. A minimum of a 10 arc-second instrument is required. II. A copy of the latest calibration report may be requested by the City at any time. It is recommended that an instrument be calibrated by certified technician at least 1 occurrence every 6 months. C. Network/V.R.S.and static GPS Equipment I. It is critical that the surveyor verify the correct horizontal and vertical datum prior commencing work. A site calibration may be required and shall consist of at least 4 control points spaced evenly apart and in varying quadrants. Additional field checks of the horizontal and vertical accuracies shall be completed and the City may ask for a copy of the calibration report at anytime. II. Network GPS such as the Western Data Systems or SmartNet systems may be used for staking of property/R.O.W,forced-main water lines, and rough-grade only. No GPS staking for concrete,sanitary sewer,storm drain,final grade,or anything that needs vertical grading with a tolerance of 0.25' or less is allowed. D. Control Points Set I. All control points set shall be accompanied by a lath with the appropriate Northing, Easting,and Elevation (if applicable) of the point set. Control points can be set rebar, 'X' in concrete, or any other appropriate item with a stable base and of a semi-permanent nature. A rebar cap is optional, but preferred if the cap is marked 'control point' or similar wording. II. Datasheets are required for all control points set. Datasheet should include: A. Horizontal and Vertical Datum used, Example: N.A.D.83, North Central Zone 4202, NAVD 88 Elevations B. Grid or ground distance.—If ground, provide scale factor used and base point coordinate, Example:C.S.F.=0.999125, Base point=North:0,East=O C. Geoid model used, Example:GEOID12A CITY OF FORT WORTH SANITARY SFWFR REIIABILI I A I-ION,CONTRACT 94—PART 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No 100421-2 Page 4 of 22 I. Survey Department Contact Information Physical and mailing address: 8851 Camp Bowie West Boulevard Suite 300 Fort Worth,Texas 76116 Office: (817) 392-7925 Survey Superintendent,direct line: (817) 392-8971 II. Construction Colors The following colors shall be used for staking or identifying features in the field. This includes flagging, paint of laths/stakes, paint of hubs, and any identification such as pin flags if necessary. Utility Color PROPOSED EXCAVATION WHITE ALL ELECTRIC AND CONDUITS POTABLE WATER GAS OR OIL YELLOW TELEPHONE/FIBER OPTIC ORANGE SURVEY CONTROL POINTS, BENCHMARKS, PROPERTY CORNERS, RIGHT-OF-WAYS,AND PINK ALL PAVING INCLUDING CURB, SIDEWALK, BUILDING CORNERS SANITARY SEWERGREEN IRRIGATION AND RECLAIMED WATER PURPLE III. Standard Staking Supplies Item Minimum size Lath/Stake 36"tall Wooden Hub (2"x2" min. square preferred) 6"tall Pin Flags (2.5" x 3.5" preferred) 21" long Guard Stakes Not required PK or Mag nails 1" long Iron Rods (1/2"or greater diameter) 18" long Survey Marking Paint Water-based Flagging 1"wide Marking Whiskers(feathers) 6" long Tacks(for marking hubs) 3/4" long CITY OI FOR I'WORTH SANFI ARY SI:WIiR RI J IA131LJTATTON,CO TRACT 94—PART 2 STANDARD CONSTRUCTION SPFCIFICA I ION DOCUMI:N FS City Project No 100421-2 Page 3 of 22 These procedures are intended to provide a standard method for construction staking services associated with the City of Fort Worth projects.These are not to be considered all inclusive, but only as a general guideline.For projects on MOT right-of-way or through joint MOT participation, adherence to the TXDOT Survey Manual shall be followed and if a discrepancy arises, the TXDOT manual shall prevail. (http://onlinemanuals.txdot.gov/txdotmanuals/ess/ess.pdf) If you have a unique circumstance, please consult with the project manager, inspector, or survey department at 817-392-7925. Table of Contents I. City of Fort Worth Contact Information II. Construction Colors III. Standard Staking Supplies IV. Survey Equipment, Control,and Datum Standards V. Water Staking VI. Sanitary Sewer Staking VI1. Storm Staking Vill. Curb and Gutter Staking IX. Cut Sheets X. As-built Survey CITY OF FORD WORTI I SANITARY SFWF:R RFRABRIFA"PION,CONTRACT 94—PART 2 SIANDARDCONSTRUCTION SPECIFICATION DOCUMENTS City Project No 100421-2 Page 2 of 22 FORTWORTH. Section 01 71 23.01 - Attachment A Survey Staking Standards February 2017 CITY OF FORT WORM FI SANITARY SEWER REIIABILI TAIION_CONTRACT 94—PARK 2 STANDARD CONSTRUCTION SPECIFICA IION DOCUMENTS City Project No 100421-2 Page 1 of 22 01 71 23-8 CONS]RUCTION STAKING AND SURVEY! Page 7 of S DATE NAME SUMMARY OF CHANGE 8/31/2012 D.Johnson Added instruction and modi Pied measurement&payment under 1.2;added 8/31/2017 M.Owen definitions and references under 1.3.modified 1.6:added 1.7 closeout submittal requirements:modified 1.9 Quality Assurance:added PAR'I'2—PRODUCTS; Added 3.1 Installers;added 3.5 Repair/Restoration,and added 3.8 System Startup. Removed"blue text'%revised measurement and payment sections for Construction Staking and As-Built Survey;added reference to selection compliance with TGC 2/14/2018 M Owen 2254,revised action and Closeout submittal requirements,added acceptable depth measurement criteria,revised list of items requiring as-built survey'"during"and "after"construction;and revised acceptable digital survey file format CITY OF FORT WORTH SANITARY SEWER REHABILITATION.CO�.TRACT 94—PART 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Givy Project No 100421 Revised February 14,2018 01 71 23-7 CONS I Rt CIION STAKING AND SURVLY Page 7 of 8 3.2 EXAMINATION [NOT USEDI 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 USEDI 3.7 FIELD IoRI SITE QUALITY CONTROL A.It is the Contractor's responsibility to maintain all stakes and control data placed bythe 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 anytime deemed necessary. 2. Checks by City personnel or 3"party contracted surveyor are not intended to relieve the contractor of his/her responsibility for accuracy. 3.9 ADJUSTING [NOT USEDI 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USEDI 3.13 MAINTENANCE [NOT USEDI 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log CITY OF FORT WOR111 SANITARY SEWER REIIABILITA'IION,CONTRACT 94—PART 2 STANDARD CONSTRUCT ION SPECIFICA IION DOCUMLNTS City Project No 100421 Revised February Id,2018 017123-6 CONSTRUCTION STAKING AND SURVEY Page 6 of 8 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. 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. I. 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. CITY OF FORT WOR"I'H SAM FARY SEWER REHABILITATION,CONTRACT 94—PARK 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS dity Project No. 100421 Revised February Id,2018 01 71 23-5 CONSTRUCTION STAKING AND SURVEY Page 5 of 8 b. The Contractor shall provide as-built survey including the elevation and location (and provide written documentation to the City) of construction features after the construction is completed including the following: 1) Manholes a) 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: l. Recovery of relevant control points, points of curvature and points of intersection. 2. Establish temporary horizontal and vertical control elevations(benchmarks) sufficiently permanent and located in a manner to be used throughout construction. 3. The location of planned facilities, easements and improvements. a. Establishing final line and grade stakes for piers, floors,grade beams, parking areas, utilities, streets, highways, tunnels, and other construction. b. A record of revisions or corrections noted in an orderly manner for reference. c. A drawing, when required by the client, indicating the horizontal and vertical location of facilities, easements and improvements,as built. 4. Cut sheets shall be provided to the City inspector and Survey Superintendent for all construction staking projects. These cut sheets shall be on the standard city template which can be obtained from the Survey Superintendent(817-392-7925). 5. Digital survey tiles in the following formats shall be acceptable: a. AutoCAD(.dwg) b. ESRI Shapefile(.shp) CITY OF FORT WOR'111 SANITARY SEWER RE:HABILFFA FION,CONTRACT 94—PART 2 S FANDARD CONSTRUCTION SPECIFICATION DOCI'MFN I S Cary Project No 100421 Revised February 14,2018 01 71 23-4 CONSTRUCTION s"rAK[NG AND SURVEY Page 4 of 8 2) Use of Benchmarks to furnish and maintain all reference lines and grades for tunneling. 3) Use of line and grades to establish the location of the pipe. 4) Submit to the City copies of field notesused to establish all lines and grades, if requested, and allow the City to check guidance system setup prior to beginning each tunneling drive. 5) Provide access for the City, if requested, to verify the guidance system and the line and grade of the carrier pipe. 6) The Contractor remains fully responsible for the accuracy of the work and correction of it, as required. 7) Monitor line and grade continuously during construction. 8) Record deviation with respect to design line and grade once at each pipe joint and submit daily records to the City. 9) If the installation does not meet the specified tolerances(as outlined in Sections 33 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 as- built surveying. b. It is the Contractor's responsibility to coordinate the as-built survey and required measurements for items that are to be buried such that construction activities are not delayed or negatively impacted. c. For sewer mains and water mains 12"and under in diameter, it is acceptable to physically measure depth and mark the location during the progress of construction and take as-built survey after the facility has been buried. The Contractor is responsible for the quality control needed to ensure accuracy. 3. General a. The Contractor shall provide as-built survey including the elevation and location (and provide written documentation to the City) of construction features during the progress of the construction including the following: 1) 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 (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 CITY OF FORT WORTH SANH ARY SEWER RLHABILITATION,CONTRACT 94—PART 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No 100421 Revised February 14,2018 01 71 23-3 CONSTRUCTION STAKING AND SURVEY Page 3 of 8 1. Documentation verifying accuracy of field engineering work, including coordinate conversions if plans do not indicate grid or ground coordinates. 2. Submit"Cut-Sheets"conforming to the standard template provided by the City (refer to 01 71 23.16.01 —Attachment A—Survey Staking Standards). 1.7 CLOSEOUT SUBMITTALS B. As-built Redline Drawing Submittal l. 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 —AttachmentA —Survey Staking Standards) . 2. Contractor shall submit the proposed as-built and completed redline drawing submittal one(1) week prior to scheduling the project final inspection for City review and comment. Revisions, if necessary, shall be made to the as-built redline drawings and resubmitted to the City prior to scheduling the construction final inspection. 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED) 1.9 QUALITY ASSURANCE A. Construction Staking 1. Construction staking will be performed by the Contractor. 2. Coordination a. Contact City's Project Representative at least one week in advance notifying the City of when Construction Staking is scheduled. b. It is the Contractor's responsibility to coordinate staking such that construction activities are not delayed or negatively impacted. 3. General a. Contractor is responsible for preserving and maintaining stakes. If City surveyors are required to re-stake for any reason, the Contractor will be responsible for costs to perform staking. If in the opinion of the City, a sufficient number of stakes or markings have been lost, destroyed disturbed or omitted that the contracted Work cannot take place then the Contractor will be required to stake or re-stake the deficient areas. B. Construction Survey 1. Construction Survey will be performed by the Contractor. 2. Coordination a. Contractor to verify that horizontal and vertical control data established in the design survey and required for construction survey is available and in place. 3. General a. Construction survey will be performed in order to construct the work shown on the Construction Drawings and specified in the Contract Documents. b. For construction methods other than open cut,the Contractor shall perform construction survey and verify control data including, but not limited to,the following: 1) Verification that established benchmarks and control are accurate. CITY OF FORT WORM I SANITARY SI{WER REHABIUTAIION.CON]RACF 94—PART 2 SI ANDARD CONSTRUCTION SPFCIFICAIION DOCUMENT S City Project No 100421 Revised February 14,2018 01 71 23-2 CONSTRUCTION STAKING AND SURVEY' Page I of 8 2) Payment for"Construction Staking" shall be made in partial payments prorated by work completed compared to total work included in the lump sum item. c. The price bid shall include, but not be limited to the following:: 1) Field measurements and survey shots to identify location of completed facilities. 2) Documentation and submittal of as-built survey data onto contractor redline plans and digital survey files. 1.3 REFERENCES A. Definitions 1. Construction 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 l. 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 forLand 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. B. All submittals shall be received and reviewed by the City prior to delivery of work. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Field Quality Control Submittals CITY OI-FORT WORTH SANI I ARY SEWER REHABILITA IION,CONTRACT 94—PART 2 STANDARD CONSTRUCTION SPFCIFICA I ION DOCUMENTS City Project No. 100421-2 Revised February 14,2018 017123- 1 CONSTRUCTION STAKING AND SURVEY Page I of 8 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 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". CI FY OF FORT WOR H I SANI'I ARY SLWFR REHABILITATION,CONTRAC 1 94—PART 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMF.N IS City Project No 100421-2 Revised February 14,2018 017000-4. MOBILIZATION AND RLMOBILIZATION! Page 4 of 4. 1 1.9 QUALITY ASSURANCE [NOT USED] 2 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 3 1.11 FIELD [SITE] CONDITIONS [NOT USED] 4 1.12 WARRANTY [NOT USED) 5 PART 2 - PRODUCTS [NOT USED] 6 PART 3 - EXECUTION [NOT USED] 7 END OF SECTION 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 CITY OF FORT WORTH SANITARY SLWGR REHABILITATION,CONTRACT 94—PART 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100421-2 Revised November 22.2016 017000-3 MOBILIZATION AND RFNIOBILIZATION Page 3 of 4 1 2) Remobilization as described in Section I.1.A.2.a.2) 2 d. No payments will be made for standby, idle time, or lost profits associated this 3 Item. 4 3. Remobilization for suspension of Work as required by City 5 a. Measurement and Payment 6 1) This shall be submitted as a Contract Claim in accordance with Article 10 7 of Section 00 72 00. 8 2) No payments will be made for standby, idle time, or lost profits associated 9 with this Item. 10 4. Mobilizations and Demobilizations for Miscellaneous Projects II a. Measurement 12 1) Measurement for this Item shall be for each Mobilization and 13 Demobilization required by the Contract Documents 14 b. Payment 15 1) The Work performed and materials furnished in accordance with this Item 16 and measured as provided under"Measurement" will be paid for at the unit 17 price per each "Work Order Mobilization" in accordance with Contract 18 Documents. Demobilization shall be considered subsidiary to mobilization 19 and shall not be paid for separately. 20 c. The price shall include: 21 1) Mobilization as described in Section 1.I.A.3.a.1) 22 2) Demobilization as described in Section I.1.A.3.a.2) 23 d. No payments will be made for standby, idle time, or lost profits associated this 24 Item. 25 5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects 26 a. Measurement 27 1) Measurement for this Item shall be for each Mobilization and 28 Demobilization required by the Contract Documents 29 b. Payment 30 1) The Work performed and materials furnished in accordance with this Item 31 and measured as provided under"Measurement" will be paid for at the unit 32 price per each "Work Order Emergency Mobilization" in accordance with 33 Contract Documents. Demobilization shall be considered subsidiary to 34 mobilization and shall not be paid for separately. 35 c. The price shall include 36 1) Mobilization as described in Section I.l.A.4.a) 37 2) Demobilization as described in Section 1.1.A.3.a.2) 38 d. No payments will be made for standby, idle time, or lost profits associated this 39 Item. 40 1.3 REFERENCES [NOT USED) 41 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 42 1.5 SUBMITTALS [NOT USED] 43 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 44 1.7 CLOSEOUT SUBMITTALS [NOT USED] 45 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] CITY OF FORT WORfII SANITARY SEWER REIIABILITA IION.CONTRACT 94—PART 2 STANDARD CONS IRUCIION SPECIFICATION DOCUMENTS City Project No. 100421-2 Revised November 22,2016 017000-2 MOBILIZATION AND REMOBILIZATION Page 2 o1'4 1 1) Mobilization shall consist of the activities and cost on a Work Order basis 2 necessary for: 3 a) Transportation of Contractor's personnel,equipment,and operating 4 supplies to the Site for the issued Work Order. 5 b) Establishment of necessary general facilities for the Contractor's 6 operation at the Site for the issued Work Order 7 2) Demobilization shall consist of the activities and cost necessary for: 8 a) Transportation of Contractor's personnel,equipment, and operating 9 supplies from the Site including disassembly for each issued Work 10 Order 1 1 b) Site Clean-up for each issued Work Order 12 c) Removal of all buildings or other facilities assembled at the Site for 13 each Work Oder 14 b. Mobilization and Demobilization do not include activities for specific items of 15 work for which payment is provided elsewhere in the contract. 16 4. Emergency Mobilizations and Demobilization for Miscellaneous Projects 17 a. A Mobilization for Miscellaneous Projects when directed by the City and the 18 mobilization occurs within 24 hours of the issuance of the Work Order. 19 B. Deviations from this City of Fort Worth Standard Specification 20 1. None. 21 C. Related Specification Sections include, but are not necessarily limited to: 22 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 23 2. Division 1 —General Requirements 24 1.2 PRICE AND PAYMENT PROCEDURES 25 A. Measurement and Payment [Consult City Department/Division for direction on if 26 Mobilization pay item to be included or the item should be subsidiary. Include the 27 appropriate Section 1.2 A. 1.] 28 1. Mobilization and Demobilization 29 a. Measure 30 1) This Item is considered subsidiary to the various Items bid. 31 b. Payment 32 1) The work performed and materials furnished in accordance with this Item 33 are subsidiary to the various Items bid and no other compensation will be 34 allowed. 35 36 2. Remobilization for suspension of Work as specifically required in the Contract 37 Documents 38 a. Measurement 39 1) Measurement for this Item shall be per each remobilization performed. 40 b. Payment 41 1) The work performed and materials furnished in accordance with this Item 42 and measured as provided under"Measurement" will be paid for at the unit 43 price per each"Specified Remobilization" in accordance with Contract 44 Documents. 45 c. The price shall include: 46 1) Demobilization as described in Section 1.1.A.2.a.1) CITY OF FORT WORTH SANITARY SEWER REHABILITATION,CONTRACT 94—PART 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100421-2 Revised November 22,2016 01 70 00- 1 MOBILIZATION AND REMOBILIZATION Page 1 of 4 1 SECTION 01 70 00 2 MOBILIZATION AND REMOBILIZATION 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Mobilization and Demobilization 7 a. Mobilization 8 1) Transportation of Contractor's personnel, equipment, and operating supplies 9 to the Site 10 2) Establishment of necessary general facilities for the Contractor's operation 1 1 at the Site 12 3) Premiums paid for performance and payment bonds 13 4) Transportation of Contractor's personnel, equipment,and operating supplies 14 to another location within the designated Site 15 5) Relocation of necessary general facilities for the Contractor's operation 16 from 1 location to another location on the Site. 17 b. Demobilization 18 1) Transportation of Contractor's personnel, equipment,and operating supplies 19 away from the Site including disassembly 20 2) Site Clean-up 21 3) Removal of all buildings and/or other facilities assembled at the Site for this 22 Contract 23 c. Mobilization and Demobilization do not include activities for specific items of 24 work that are for which payment is provided elsewhere in the contract. 25 2. Remobilization 26 a. Remobilization for Suspension of Work specifically required in the Contract 27 Documents or as required by City includes: 28 1) Demobilization 29 a) Transportation of Contractor's personnel,equipment,and operating 30 supplies from the Site including disassembly or temporarily securing 31 equipment, supplies, and other facilities as designated by the Contract 32 Documents necessary to suspend the Work. 33 b) Site Clean-up as designated in the Contract Documents 34 2) Remobilization 35 a) Transportation of Contractor's personnel, equipment, and operating 36 supplies to the Site necessary to resume the Work. 37 b) Establishment of necessary general facilities for the Contractor's 38 operation at the Site necessary to resume the Work. 39 3) No Payments will be made for: 40 a) Mobilization and Demobilization from one location to another on the 41 Site in the normal progress of performing the Work. 42 b) Stand-by or idle time 43 c) Lost profits 44 3. Mobilizations and Demobilization for Miscellaneous Projects 45 a. Mobilization and Demobilization CITY OF I-OR I WORM I SANITARY SEWER RHIABILITATION,CONTRACT 94—PART 2 STANDARD CONS IRUCTION SPECIFICATION D(Ut MFNTS City Project No 100421-2 Revised November 22.2016 016600-4' PRODUCT STORAGE AND HANDLING REQUIREMENTS' Page 3 of 4. Revision Log DATE NAME SUMMARY OF CHANGE i 'I CITY OF FORT WORTH SANITARY SEWER REHABILITA FION,CONTRACT 94—PART 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100421 Revised July I,2011 016600-3 PRODI V I S FORAGF:AND HANDLING REQUIREMENTS Page 3 of 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] 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 USEDI END OF SECTION CITY OF FORT WORIT I SANITARY SI4W HR RHI IABILI I A IION.CONTRACT 94—PART 2 STANDARD CONS FRUCIION SPECIFICATION DOCUMI?N"I S City Project No. 100421 Revised July 1,2011 016600-2 PRODUCT STORAGE AND HANDLING REQUIREMENTS Pagel oT4 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. CITY OF FORT WORTH SANITARY SEWER REHABILITATION,CONTRACT 94—PART 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMEN"I S City Project No 100421-2 Revised July I.2011 01 66 00- 1 PRODUCT S FORAGE AND HANDLING REQUIREMENTS Page I of 4 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 I. 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. Cl I OF FORT WORII I SANITARY SEWER Rill IABII.FFA IION,CONTRACT 94—PART 2 STANDARD CONS I RUCTION SITCIFICAIION DOCUMENTS City Project No 100421-2 Revised July 1,2011 01 6000 PRODUCT REQUIREMENTS Page 2 of 2 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED) PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 10/12/12 D.Johnson Modified Location ofCitv's Standard Product List 3/9(2020 D.V.Magana Removed reference to Buzzsaw and noted that the City approved products list is accessible through the City's website. CITY OF FORT WORTH SANITARY SEWER REHABILITATION,CONTRACT 94—PART 2 STANDARD CONSTRUCTION SPECIFICA'1lON DOCUMENTS City Project No 100421-2 Revised March 9.2020 01 6000 PRODUC'1 REQUIRFMF:NTS Page 1 of 2 SECTION 0160 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 I —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:Happs.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] 1.9 QUALITY ASSURANCE [NOT USEDI CITY OF FORT WORTFI SANITARY SEWER RFi11ABILITA FION.CONTRACT 94—PART 2 STANDARD CONS I RUC I-ION SPIiCIF'ICA FION DOCUMENTS City Project No. 100421-2 Revised March 9.2020 01 58 13-3 TEMPORARY PROJECT SIGNAGE Page I of Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH SANITARY SEWER REHABILITATION,CONTRACT 94 r PAR"F 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.'100421-2 Revised July I,2011 01 58 13-2 TEMPORARY PROJFCFSIGNAGE Page 1 of 3 B. Materials 1. Sign a. Constructed of/4-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 IOR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE A. General 1. Maintenance will include painting and repairs as needed or directed by the City. 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WOR fl I SANITARY SF%k l:R RI11ABILITATION,CON"1RAC'f 94—PART 2 STANDARD CONSTRUCTION SPECIFICATION DOCI'MIXI S Citv Project No 100421-2 Revised July 1.2011 01 58 13- 1 'EHMPORARY PROJECT SIGNAGE Page I of 3 SECTION 0158 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 loRl OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES,AND MATERIALS A. Design Criteria 1. Provide free standing Project Designation Sign in accordance with City's Standard Details for project signs. CITY OF FORT WOR I IT SANITARY SEWER REHABILITATION-CONTRACT 94—PART 2 STANDARD CONSTRUCIION SPECIFICATION DOCUMENTS City Project No. 100421-2 Revised July 1,2011 015713-3 STORM WA ITR POLLUTION PREVENTION Page 3 or 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 Cl fY 01.FORT WORTH SANITARY SEWER RHIARILII'ATION,CONTRACT 94—PART 2 STANDARD CONSTRUCTION SPECIFICA HON DOCt!.MI:N I S City Project No. 100421 Revised July I.2011 01 57 13-2 STORM WATER POLLUTION PREVEN FION Page 1 of 3 B. Construction Activities resulting in: l. Less than 1 acre of disturbance a. Provide erosion and sediment control in accordance with Section 31 25 00 and Drawings. 2. 1 to less than 5 acres of disturbance a. Texas Pollutant Discharge Elimination System(TPDES)General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements i) 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) 392- 6088. 2) Provide erosion and sediment control in accordance with: a) Section 31 25 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 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,(M7) 392-6088. 1.5 SUBMITTALS A. SWPPP 1. Submit in accordance with Section 01 33 00, except as stated herein. 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 CI Y OF FORT WORTH SANITARY SEWER REHABILITATION,CONTRACT 94—PART 2 STANDARD CONSTRUC IION SPECIFICAIION DOCUMENTS City Project No 100421-2 Revised July I,2011 01 57 13- 1 ST"ORM WA IFR POLLUTION PRF:VFNTION Page I of 3 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 I. 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 l. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. Integrated Storm Management(iSWM)Technical Manual for Construction Controls 1.4 ADMINISTRATIVE REQUIREMENTS A. General 1. Contractor is responsible for resolution and payment of any tines issued associated with compliance to Stormwater Pollution Prevention Plan. CI"IY OF FOR F WOR I FT SANITARY SC-WIiR RHIABILITATION.CON"1-RACT 94—PAR"1"2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No 100421-2 Revised July 1,2011 01 55 26-3 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 3 of) 1 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS[NOT USED] I 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 USEDJ 9 PART 3 - EXECUTION [NOT USED] 10 END OF SECTION 11 Revision Log DATE NAME SUMMARY OF CHANGE 1.4 A. Added language to emphasize minimizing of lane closures and impact to traffic. 1.4 A. 1.c.Added language to allow for use of published traffic control"Fypicals*'if 3/22/2021 M Owen applicable to specific project/site. 1.4 F. I I Removed reference to Buzzsaw 1.5 Added language re�submittal of permit 12 CITY OF FOR F WORTH I SANITARY SFWFR REHABILITATION,CONTRACT 94—PART 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Prole&No 100421 Revised March 22,2021 01 55 26-2 SI RFET USF PERMI I AND MODIFICATIONS TO TRAFFICCONFROI, Page I of3 1 2) A traffic control "Typical"published by City of Fort Worth, the Texas 2 Manual Unified Traffic Control Devices(TMUTCD)or Texas Department 3 of Transportation(TxDOT) can be used as an alternative to preparing 4 project/site specific traffic control plan ifthe typical is applicable to the 5 specific project/site. 6 B.Street Use Permit 7 1. Prior to installation of Traffic Control, a City Street Use Permit isrequired. 8 a. To obtain Street Use Permit, submit Traffic Control Plans to City 9 Transportation and Public Works Department. 10 1) Allow a minimum of 5 working days for permit review. 11 2) It is the Contractor's responsibility to coordinate review of Traffic Control 12 plans for Street Use Permit, such that construction is not delayed. 13 C. Modification to Approved Traffic Control 14 1. Prior to installation traffic control: 15 a. Submit revised traffic control plans to City Department Transportation and 16 Public Works Department. 17 l) Revise Traffic Control plans in accordance with Section 34 71 13. 18 2) Allow minimum 5 working days for review of revised Traffic Control. 19 3) It is the Contractor's responsibility to coordinate review of Traffic Control 20 plans for Street Use Permit, such that construction is not delayed. 21 D. Removal of Street Sign 22 1. If it is determined that a street sign must be removed for construction, then contact 23 City Transportation and Public Works Department, Signs and Markings Divisionto 24 remove the sign. 25 E. Temporary Signage 26 1. In the case of regulatory signs, replace permanent sign with temporary sign meeting 27 requirements of the latest edition of the Texas Manual on Uniform Traffic Control 28 Devices(MUTCD). 29 2. Install temporary sign before the removalof permanent sign. 30 3. When construction is complete,to the extent that the permanent sign can be 31 reinstalled,contact the City Transportation and Public Works Department,Signs 32 and Markings Division,to reinstall the permanent sign. 33 F. Traffic Control Standards 34 1. Traffic Control Standards can be found on the City's website. 35 1.5 SUBMITTALS[NOT USED[ 36 A.Submit all required documentation to City's Project Representative. CITY OF FORT WORT 1 I SANITARY SF.W FR RF lIABIEITAIION.CON'IRAC'1 94—PAR F 2 STANDARD CONS FRUCIION SPI:CIFICA IION DOCUMENTS City Project No 100421-2 Revised March 22,2021 01 55 26- STRIA:F USE PERMIT AND MODIFICA FIONS TO TRAFFICCONTRO Pagel oF3 1 SECTION 0155 26 2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A.Section Includes: 6 1. Administrative procedures for: 7 a. Street Use Permit 8 b. Modification of approved traffic control 9 c. Removal of Street Signs 10 B.Deviations from this City of Fort Worth Standard Specification 1 1 1. None. 12 C. Related Specification Sections include,but are not necessarily limited to: 13 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 14 2. Division l —General Requirements 15 3. Section 34 71 13 —Traffic Control 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A.Measurement and Payment 18 1. Work associated with this Item is considered subsidiary to the various Items bid. 19 No separate payment will be allowed for this Item. 20 1.3 REFERENCES 21 A.Reference Standards 22 1. Reference standards cited in this specification refer to the current reference standard 23 published at the time of the latest revision date logged at the end of this 24 specification, unless a date is specifically cited. 25 2. Texas Manual on Uniform Traffic Control Devices(TMUTCD). 26 1.4 ADMINISTRATIVE REQUIREMENTS 27 A.Traffic Control 28 1. General 29 a. Contractor shall minimize lane closures and impact to vehicular/pedestrian 30 traffic. 31 b. When traffic control plans are included in the Drawings, provide Traffic 32 Control in accordance with Drawings and Section 34 71 13. 33 c. When traffic control plans are not included in the Drawings, prepare traffic 34 control plans in accordance with Section 34 71 13 and submit toCity for 35 review. 36 1) Allow minimum 10 working days for review of proposed Traffic Control. CITY OF FORT WORT II SANITARY SFWF.R RFHABii.i FAIION.CONTRACT 94—PART 2 S FANDARD CONS IRUCFION SPECIFICATION DOCUMENTS City Project No. 100421-2 Revised March 22,2021 015000-4 TEMPORARY FACILITIES AND CONTROLS Page 4 of 4 1. Remove all temporary facilities and restore area after completion of the Work,to a condition equal to or better than prior to start of Work. 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 CITY OF FORT WOR'fk1 SANITARY SEWER RI-11IABILI VAT ION,CONTRACT 94—PART 2 STANDARD CONSTRUCTION SPLCIFICATION DOCUMEN FS City Project No 100421 Revised July L 2011 015000-3 TEMPORARY FACILITIES AND CONTROLS Page 3 of 4 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 loR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED) 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES A. Temporary Facilities CITY OF FORT WORTH SANITARY SEWER REHABILITATION,CONTRACT 94—PARF 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMFN I S City Project No 100421 Revised July L 2011 015000-2 TFMPORARY FACILFIII:S ANDCONIROLS Page I of 4 d. Contractor Payment for Construction Water 1) Obtain construction water meter from City for payment as billed by City's established rates. 3. Electricity and Lighting a. Provide and pay for electric powered service as required for Work, including testing of Work. 1) Provide power for lighting, operation of equipment, or other use. b. Electric power service includes temporary power 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. D. Temporary Fencing 1. Provide and maintain for the duration or construction when required in contract documents E. Dust Control CITY OF FOR F WOR FI I SANITARY SI:W F'R REIIABILI'I ATION,CON FRAC"F 94—PART 2 STANDARD CONSTRUCTION SPECIFICATION DOCUNIL FS CaN Project No 100421-2 Revised July I.2011 01 5000-1 'TEMPORARY FACILITIES AND CONTROLS Page I of4 SECTION 0150 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: I. 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. I No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USEDI 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 orauthorities 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. c. Coordination 1) Contact City 1 week before water for construction is desired CITY OF FOR'1 WORTH SANITARY SEWER REIIABuxI-A I-ION,CONTRACT94—PART 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No 100421-2 Revised July 1,2011 01 4523 TESTING AND INSPECTION SL:RVICES Page 2 of 2 2) Upload test reports to designated project directory and notify appropriate City representatives via email of submittal posting. 3) Hard Copies a) 1 copy for all submittals submitted to the Project Representative b. Hard Copy Distribution (if required in lieu of electronic distribution) 1) Tests performed by City a) Distribute 1 hard copy to the Contractor 2) Tests performed by the Contractor a) Distribute 3 hard copies to City's Project Representative 4. Provide City's Project Representative with trip tickets for each delivered load of Concrete or Lime material including the following information: a. Name of pit b. Date of delivery c. Material delivered B. Inspection 1. Inspection or lack of inspection does not relieve the Contractor from obligation to perform work in accordance with the Contract Documents. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED) 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE 'NAME SUMMARY OF CHANGE 3/9/2020 D.V. Magana Removed reference to Buzzsaw and noted that electronic submittals be uploaded through the City's document management s}stem. CI'I'Y OF FORT WORTH SANITARY SEWER REHABILTTA FION,CONTRACT 94—PART 2 STANDARD CONSTRUCTION SPFCIFICAIION DOCt MI.NI'S City Project No 100421-2 Revised March 9,2020 01 4523 TESTING AND INSPECTION SERVICES Page 1 o172, 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 1) Confirm development of Project directory for electronic submittals to be uploaded to the City's document management system, or another external FTP site approved by the City. CITY OF FORT WORTI l SANITARY SEWER REHABILITATION,CONTRACT 94—PART 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No 100421-2 Revised March 9,2020 013513-8 SPECAI.PROJECT PROCEDURES Page 8 of 8 EXHIBIT B FORTWORTH. DOE NO.XXXX Project Nerve: NOTICE OF TEMPORARY WATER SERVICE INTERRUPTION DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR WATER SERVICE WILL BE INTERRUPTED ON BETWEEN THE HOURS OF AND IF YOU HAVE QUESTIONS ABOUT THIS SHUT-OUT,PLEASE CALL: MR. AT (CONTRACTORS SUPERINTENDENT) (TELEPHONE NUMBER) OR MR. AT (CITY INSPECTOR) (TELEPHONE NUMBER) THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE. THANK YOU, ,CONTRACTOR 3 4 CITY OF FORT WOR I I I SAN[I ARY SEWER REI IAI311.1TATION.CON IRACI 94-PART 2 STANDARD CONSTRUCTION SPECIFICAI'ION DOCUMENTS City Project No. 100421-2 Revised March It,2022 01 35 13-7 SPECIAL PROJECT PROCEDURES Page 7 of 8 1 EXHIBIT A 2 (To be printed on Contractor's Letterhead) 3 4 5 6 Date: 7 8 CPN No.: 9 Project Name: 10 Mapsco Location: 1 1 Limits of Construction: 12 13 14 15 16 17 THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT 18 WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR 19 PROPERTY. 20 21 CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE 22 OF THIS NOTICE. 23 24 IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER; 25 ISSUE, PLEASE CALL: 26 27 28 Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.> 29 30 OR 31 32 Mr. <CITY INSPECTOR> AT< TELEPHONE NO.> 33 34 AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306 35 36 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL 37 CITY OP PORT WORTH SANITARY SEWER RFIIADILITA HON,CONTRACT 94—PART 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMFNTS City Project No. 100421-2 Revised March 11,2022 01 35 13-6 SPECIAI.PROJECT PROCEDURF.S Page 6 of 8 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2- PRODUCTS [NOT USED] 10 PART 3 - EXECUTION [NOT USED] I 1 END OF SECTION 12 Revision Log DATE NAME SUMMARY OF CHANGE 1.4.13—Added requirement of compliance with Health and Safety Codc."Title 9. 8/31/2012 D.Johnson Safety.Subtitle A. Public Safety.Chapter 752. High Voltage Overhead Lines. 1.4.E—Added Contractor responsibility for obtaining a TCEQ Air Permit Removc references to Air Pollution watch Days and NCfCOG Clean construction 3/11/2022 M Owcn Specification requirements.Clarify need for Door Hangers under in addition to contractor notification of public. 13 CITY OF FORT WORTII SANITARY SEWER REIIABILITA"TION,CONTRACT 94—PART 2 STANDARDCONSTRUCIION SPECIFICA"HON DOCUMENTS City Project No 100421-2 Revised March 11,2022 i 01 35 13-� SPECIAL PROIFCT PROCF,DURFS Page 5 of 1 I. At locations in the Project where construction activities occur in areas where 2 USACE permits are required, meet all requirements set forth in each designated 3 permit. 4 J. Coordination within Railroad Permit Areas 5 I. At locations in the project where construction activities occur in areas where 6 railroad permits are required, meet all requirements set forth in each designated 7 railroad permit. This includes, but is not limited to,provisions for: 8 a. Flagmen 9 b. Inspectors 10 c. Safety training 11 d. Additional insurance 12 e. Insurance certificates 13 f. Other employees required to protect the right-of-way and property of the 14 Railroad Company from damage arising out of and/or from the construction of 15 the project. Proper utility clearance procedures shall be used in accordance 16 with the permit guidelines. 17 2. Obtain any supplemental information needed to comply with the railroad's 18 requirements. 19 3. Railroad Flagmen 20 a. Submit receipts to City for verification of working days that railroad flagmen 21 were present on Site. 22 K. Dust Control 23 1. Use acceptable measures to control dust at the Site. 24 a. If water is used to control dust, capture and properly dispose of waste water. 25 b. If wet saw cutting is performed, capture and properly dispose of slurry. 26 L. Employee Parking 27 1. Provide parking for employees at locations approved by the City. CITY OF FORT WORTH SANITARY SEWER REHABILITA PION,CONTRACE 94—PART 2 STANDARD CONSTRUC HON SPFCIFICAIION DOCUMENI�s City Project No 100421-2 Revised March 11,2022 01 35 13-4 SPECIAL.PROJECT PROCEDURES Page 4 of 8 1 1. Prior to beginning construction on any block in the project, on a block by block 2 basis, prepare and deliver a notice or flyer of the pending construction to the front 3 door of each residence or business that will be impacted by construction. The notice 4 shall be prepared as follows: 5 a. Post notice or flyer and City of Fort Worth Door Hangers, 7 days prior to 6 beginning any construction activity on each block in the project area. 7 1) Prepare flyer on the Contractor's letterhead and include the following 8 information: 9 a) Name of Project 10 b) City Project No(CPN) 11 c) Scope of Project(i.e. type of construction activity) 12 d) Actual construction duration within the block 13 e) Name of the contractor's foreman and phone number 14 t) Name of the City's inspector and phone number 15 g) City's after-hours phone number 16 2) A sample of the 'pre-construction notification' flyer is attached as Exhibit 17 A. 18 3) City of Fort Worth Door Hangers will be provided to the Contractor for 19 distribution with their notice. 20 4) Submit schedule showing the construction start and finish time for each 21 block of the project to the inspector. 22 5) Deliver flyer to the City Inspector for review prior to distribution. 23 b. No construction will be allowed to begin on any block until the flyer and door 24 hangers are delivered to all residents of the block. 25 H. Public Notification of Temporary Water Service Interruption during Construction 26 1. In the event it becomes necessary to temporarily shut down water service to 27 residents or businesses during construction, prepare and deliver a notice or flyer of 28 the pending interruption to the front door of each affected resident. 29 2. Prepared notice as follows: 30 a. The notification or flyer shall be posted 24 hours prior to the temporary 31 interruption. 32 b. Prepare flyer on the contractor's letterhead and include the following 33 information: 34 1) Name of the project 35 2) City Project Number 36 3) Date of the interruption of service 37 4) Period the interruption will take place 38 5) Name of the contractor's foreman and phone number 39 6) Name of the City's inspector and phone number 40 c. A sample of the temporary water service interruption notification is attached as 41 Exhibit B. 42 d. Deliver a copy of the temporary interruption notification to the City inspector 43 for review prior to being distributed. 44 e. No interruption of water service can occur until the flyer has been delivered to 45 all affected residents and businesses. 46 f. Electronic versions of the sample flyers can be obtained from the Project 47 Construction Inspector. 48 I. Coordination with United States Army Corps of Engineers (USAGE) CITY OF FORT WORII I SANITARY SEW F.R REI IABILITAIION,CONFRACI 94—PART 2 S FANDARD CONSTRUCTION SPECIFICATION DOCUMENFS City Project No 100421-2 Re%ised March I L 2022 0135 13-3 SPECIAL PROJECT PROCLDURES Page 3 of 8 1 a) Maintain an accurate log of all such calls to power company and record 2 action taken in each case. 3 b. Coordination with power company 4 1) After notification coordinate with the power company to: 5 a) Erect temporary mechanical barriers, de-energize the lines, or raise or 6 lower the lines 7 c. No personnel may work within 6 feet of a high voltage line before the above 8 requirements have been met. 9 C. Confined Space Entry Program 10 1. Provide and follow approved Confined Space Entry Program in accordance with 11 OSHA requirements. 12 2. Confined Spaces include: 13 a. Manholes 14 b. All other confined spaces in accordance with OSHA's Permit Required for 15 Confined Spaces 16 D. TCEQ Air Permit 17 1. Obtain TCEQ Air Permit for construction activities per requirements of TCEQ. 18 E. Use of Explosives, Drop Weight, Etc. 19 1. When Contract Documents permit on the project the following will apply: 20 a. Public Notification 21 1) Submit notice to City and proof of adequate insurance coverage, 24 hours 22 prior to commencing. 23 2) Minimum 24 hour public notification in accordance with Section 01 31 13 24 F. Water Department Coordination 25 1. During the construction of this project, it will be necessary to deactivate, for a 26 period of time,existing lines. The Contractor shall be required to coordinate with 27 the Water Department to determine the best times for deactivating and activating 28 those lines. 29 2. Coordinate any event that will require connecting to or the operation of an existing 30 City water line system with the City's representative. 31 a. Coordination shall be in accordance with Section 33 12 25. 32 b. If needed, obtain a hydrant water meter from the Water Department for use 33 during the life of named project. 34 c. In the event that a water valve on an existing live system be turned off and on 35 to accommodate the construction of the project is required, coordinate this 36 activity through the appropriate City representative. 37 1) Do not operate waterline valves of existing water system. 38 a) Failure to comply will render the Contractor in violation of Texas Penal 39 Code Title 7, Chapter 28.03 (Criminal Mischief)and the Contractor 40 will be prosecuted to the full extent of the law. 41 b) In addition,the Contractor will assume all liabilities and 42 responsibilities as a result of these actions. 43 G. Public Notification Prior to Beginning Construction CITY OF FORT WORTH SANf1 ARY SEWER RF.I IABILITATION,CONTRACT 94—PART 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No 100421-2 Revised March 11,2022 01 35 13-2 SPECIAL PROJI{C'I.PROCEDURES Page 2 of 8 1 1) Measurement for this Item will be per working day. 2 b. Payment 3 1) The work performed and materials furnished in accordance with this Item 4 will be paid for each working day that Railroad Flagmen are present at the 5 Site. 6 c. The price bid shall include: 7 1) Coordination for scheduling flagmen 8 2) Flagmen 9 3) Other requirements associated with Railroad 10 3. All other items 1 I a. Work associated with these Items is considered subsidiary to the various Items 12 bid. No separate payment will be allowed for this Item. 13 1.3 REFERENCES 14 A. Reference Standards 15 1. Reference standards cited in this Specification refer to the current reference 16 standard published at the time of the latest revision date logged at the end of this 17 Specification, unless a date is specifically cited. 18 2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety,Chapter 752. 19 High Voltage Overhead Lines. 20 1.4 ADMINISTRATIVE REQUIREMENTS 21 A. Coordination with the Texas Department of Transportation 22 1. When work in the right-of-way which is under the jurisdiction of the Texas 23 Department of Transportation(TxDOT): 24 a. Notify the Texas Department of Transportation prior to commencing any work 25 therein in accordance with the provisions of the permit 26 b. All work performed in the TxDOT right-of-way shall be performed in 27 compliance with and subject to approval from the Texas Department of 28 Transportation 29 B. Work near High Voltage Lines 30 1. Regulatory Requirements 31 a. All Work near High Voltage Lines (more than 600 volts measured between 32 conductors or between a conductor and the ground) shall be in accordance with 33 Health and Safety Code, Title 9, Subtitle A, Chapter 752. 34 2. Warning sign 35 a. Provide sign of sufficient size meeting all OSHA requirements. 36 3. Equipment operating within 10 feet of high voltage lines will require the following 37 safety features 38 a. Insulating cage-type of guard about the boom or arm 39 b. Insulator links on the lift hook connections for back hoes or dippers 40 c. Equipment must meet the safety requirements as set forth by OSHA and the 41 safety requirements of the owner of the high voltage lines 42 4. Work within 6 feet of high voltage electric lines 43 a. Notification shall be given to: 44 1) The power company (example: ONCOR) CH Y OF FORT WORTH SANITARY SIiWER RIA1ABILI FATION,CONI'RACT 94—PART 2 S FANDARD CONS RUCI[ON SPECIFICAI ION DOCt1MENI S City Project No 100421-2 Revised March 11,2022 013513-1 SPECIAL PROJEC F PROCEDURES Page I of 8 I SECTION 0135 13 2 SPECIAL PROJECT PROCEDURES 3 PARTI - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The procedures for special project circumstances that includes, but is not limited to: 7 a. Coordination with the Texas Department of Transportation 8 b. Work near High Voltage Lines 9 c. Confined Space Entry Program 10 d. Use of Explosives, Drop Weight, Etc. I I e. Water Department Notification 12 f. Public Notification Prior to Beginning Construction 13 g. Coordination with United States Army Corps of Engineers 14 h. Coordination within Railroad permits areas 15 i. Dust Control 16 j. Employee Parking 17 B. Deviations from this City of Fort Worth Standard Specification 18 1. None. 19 C. Related Specification Sections include, but are not necessarily limited to: 20 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 21 2. Division 1 —General Requirements 22 3. Section 33 12 25—Connection to Existing Water Mains 23 1.2 PRICE AND PAYMENT PROCEDURES 24 A. Measurement and Payment 25 1. Coordination within Railroad permit areas 26 a. Measurement 27 1) Measurement for this Item will be by lump sum. 28 b. Payment 29 l) The work performed and materials furnished in accordance with this Item 30 will be paid for at the lump sum price bid for Railroad Coordination. 31 c. The price bid shall include: 32 1) Mobilization 33 2) Inspection 34 3) Safety training 35 4) Additional Insurance 36 5) Insurance Certificates 37 6) Other requirements associated with general coordination with Railroad, 38 including additional employees required to protect the right-of-way and 39 property of the Railroad from damage arising out of and/or from the 40 construction of the Project. 41 2. Railroad Flagmen 42 a. Measurement CITY OF FORT WORTH SANI FARY SEW I:R Rill IABILITA F1ON,CONTRACT 94—PART 2 S FANDARD CONS'IRUCfION SPECIFICA LION DOCUMENTS City Project No. 100421-2 Revised March 11,2022 013300-8 SUBMITTALS Page 8 of 8 PART 2 - PRODUCTS [NOT USED[ PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D.Johnson 1.4.h.8.Working Days modified to Calendar Days CITY OF FORT WORTH SAN[I ARY SEWER REHABILITATION,CON IRAC'I'94—PART 2 STANDARD CONSTRUCTION SPFCIFICA FION DOCUMEN VS City Project No 100421 Revised December 20.2012 01 3300-7 SUBMITTALS Page 7 o f$ 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] CI I OF FORT WORTH SANITARY SEWER REI IABILITATION,CONTRACT 94—PART 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Coy Project No 100421 Revised December 20.2012 01 33 00-6 SUBMIT'I ALS Page 6 ot8 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 I 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. 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. CI I Y OF FORT WORII I SANITARY SEWER RIA IABIIATA FION,CONI RAC '94—PARK 2 STANDARD CONSTRUCTION SPF.CIFICAIION DOCI'MI.N I S City Project No 100421 Revised December 20.2012 i 01 3300-�SUBMI"fI AL Page 5 of$ 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 l. 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 I 1) "NO EXCEPTIONS TAKEN" is assigned when there are no notations or comments on the submittal. a) When returned under this code the Contractor may release the equipment and/or material for manufacture. b. Code 2 CITY OF PORT WORII I SANITARY SEWER RF.IIABILITATION,CONTRACT 94—PART 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No 100421 Revised December 20.2012 01 3300-4 SUBMITTALS Page 4 of 8 7) Standard wiring diagrams 8) Printed performance curves and operational-range diagrams 9) Production or quality control inspection and test reports and certifications 10) Mill reports 11) Product operating and maintenance instructions and recommended spare-parts listing and printed product warranties 12) As applicable to the Work H. Samples 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 1. 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 I 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 2. Hard Copy Distribution (if required in lieu of electronic distribution) CITY OF FOR T W0R1I1 SANITARY SFWIiR RIiIIABILI I LION.CONTRACT 94—PART 2 STANDARD CONS TRUCIION SPLCIFICAIION DOCI'MFN I S City Project No 100421 Revised December 20,2012 01 33 00-3 SUM rTALS Page 3 of 8 2. The Project title and number 3. Contractor identification 4. The names of: a. Contractor b. Supplier c. Manufacturer 5. Identification of the product, with the Specification Section number, page and paragraph(s) 6. Field dimensions, clearly identified as such 7. Relation to adjacent or critical features of the Work or materials 8. Applicable standards, such as ASTM or Federal Specification numbers 9. Identification by highlighting of deviations from Contract Documents 10. Identification by highlighting of revisions on resubmittals 11. An 8-inch x 3-inch blank space for Contractor and City stamps 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 CITY OF FOR"r WORTFI SANFI ARY SEWER REHABILITATION.CONNTRACf 94—PART 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No 100421 Revised December 20,2012 01 33 00-2 SUBMITTALS Page 1 or8 d. Make submittals promptly in accordance with approved schedule, and in such sequence as to cause no delay in the Work or in the work of any other contractor. B. Submittal Numbering 1. When submitting shop drawings or samples, utilize a 9-character submittal cross- reference identification numbering system in the following manner: a. Use the first 6 digits of the applicable Specification Section Number. b. For the next 2 digits number use numbers 0 1-99 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 I. 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 l. Fold shop drawings larger than 8 '/ inches x 1 I inches to 8 '/2 inches x 1 1 inches. 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 CITY OF FORT WOR 1-fI SANI I ARY SEWER RFHABILITAIION.CONIRACI 94—PART 2 STANDARD CONS I RUC IION SPLCFICA IION DOCUNIFN I S City_ Project No 100421-2 Revised December 20.2012 013300- 1 SUBMITTALS Page 1 of 8 I SECTION 0133 00 SUBMITTALS PART 1 -GENERAL 1.1 SUMMARY A. Section Includes: 1. General methods and requirements of submissions applicable to the following Work-related submittals: a. Shop Drawings b. Product Data(including Standard Product List submittals) c. Samples d. Mock Ups B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 2. Division 1 —General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED[ 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Notify the City in writing,at the time of submittal, of any deviations in the submittals from the requirements of the Contract Documents. 2. Coordination of Submittal Times a. Prepare, prioritize and transmit each submittal sufficiently in advance of performing the related Work or other applicable activities, or within the time specified in the individual Work Sections, of the Specifications. b. Contractor is responsible such that the installation 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. CITY OF FORT WOR'IFI SANITARY SFW FR REHABILITATION_CONTRACT 94—PART 2 S FANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Projecq No 100421-2 Revised December 20,2012 01 32 33-2 PRECONS FRUCIION VIDEO Page I oft PART 3 - EXECUTION [NOT USED[ END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CI IY OF FORT WORTH SANITARY SEWER REIIABILITATION,CONTRACT-94—PART 2 STANDARD CONSTRUCI'ION SPI:CIFICA I ION DOCUMENTS City Project No 100421-2 Revised July I.2011 01 32 33- I PRF.CONS IRUCTION VIDEO Page ] of2 SECTION 0132 33 PRECONSTRUCTION VIDEO PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Administrative and procedural requirements for: a. Preconstruction Videos B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 —General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED) 1.4 ADMINISTRATIVE REQUIREMENTS A. Preconstruction Video 1. Produce a preconstruction video of the site/alignment, including all areas in the vicinity of and to be affected by construction. a. Provide digital copy of video upon request by the City. 2. Retain a copy of the preconstruction video until the end of the maintenance surety period. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED[ PART 2 - PRODUCTS [NOT USED[ CI-I Y OF FOR"C WORTH SANITARY SEWER REHABILITATION,CONTRACT 94—PART 2 STANDARD CONS'iRUC-1ION SPECIFICATION DOCUMENTS City Project No 100421-2 Revised July I.2011 01 32 16- 10 CONS I'RUCI ION PROGRESS SC III:DULF. Page 10 of 10 2 PART 2 - PRODUCTS[NOT USEDI 3 PART 3 - EXECUTION[NOT USEDI 4 END OF SECTION 5 Revision Log DATE NAME SUMMARY OF CHANGE 8/13/2021 Michael Oven Revised to update specification requirements and eliminate duplicate schedule specifications. 6 CITY OF FORT WORT I 1 SANITARY SFW HR RFI1ABILITATION,CONTRACF 94—PART 2 SI ANDARDC'ONSTRUCfION SPHCIFICAIION DOCUMENTS City PmivvtNo 1004"1-� Revised August 13.2021 01 32 16-9 CONSTRUCTION PROGRESS SCHEDULE Page 9 of 10 1 B.Monthly Construction Status Report 2 The Contractor submits a written status report(referred to as a progress narrative)at the 3 monthly progress meeting(if monthly meetings are held)or at the end of each month to 4 accompany the Progress Schedule submittal, using the standard format provided in 5 Specification 01 32 16.3 Construction Project Schedule Progress Narrative. The content 6 of the Construction Project Schedule Progress Narrative should be conciseand complete 7 to include only changes, delays,and anticipated problems. 8 9 C. Submittal Process 10 • Schedules and Monthly Construction Status Reports are submitted in in the City's 1 1 document management system in the location dedicated for this purpose. 12 • Once the project has been completed and Final Acceptance has been issued by the 13 City, no further progress schedules or construction status reports are required from 14 the Contractor. 15 1. 16 1.5 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 17 1.6 CLOSEOUT SUBMITTALS [NOT USED] 18 1.7 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 19 1.8 QUALITY ASSURANCE 20 A. The person preparing and revising the construction Progress Schedule shall be 21 experienced in the preparation of schedules of similar complexity. 22 B.Schedule and supporting documents addressed in this Specification shall be prepared, 23 updated and revised to accurately reflect the performance of the construction. 24 C. Contractor is responsible for the quality of all submittals in this section meeting the 25 standard of care for the construction industry for similarprojects. 26 1.9 DELIVERY, STORAGE,AND HANDLING [NOT USED] 27 1.10 FIELD [SITE] CONDITIONS [NOT USED] 28 1.11 WARRANTY [NOT USED] 29 1.12 ATTACHMENTS 30 Spec 01 32 16.1 Construction Project Schedule Baseline Example 31 Spec 01 32 16.2 Construction Project Schedule Progress Example 32 Spec 01 32 16.3 Construction Project Schedule Progress Narrative 33 CITY OF FORT WORTH SAN[FARY SEWER REHABILITATION,CONTRACT 94—PART 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Proievt No 1004?1-1 Revised August 13.2021 01 32 16-8 CONSTRUCTION PROGRESS SCHEDULE. Page 8 of 10 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 S 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 46 • Activities added or deleted 47 • Expected Baseline Finish date 48 • Variance to the Baseline Finish Date 49 CI I Y OI:FORD WORT I I SAN[I ARY SL:WER REI IABILITATION,CONTRACT 94—PART 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMI{NTS Cav Proiert No 1004?1-? Revised August 13,2021 0"' -7� CONSTRUCTION PROGRESS SULEOJI Page 7ofl 1 Activity ID Activity Name 2 Design 3 3020 Award Design Agreement 4 3040 Issue Notice to Proceed - Design Engineer 5 3100 Design Kick-off Meeting 6 3120 Submit Conceptual Plans to Utilities, ROW, Traffic, Parks, Storm Water, 7 Water& Sewer 8 3150 Peer Review Meeting/Design Review meeting(technical) 9 3160 Conduct Design Public Meeting#1 (required) 10 3170 Conceptual Design Complete 11 3220 Submit Preliminary Plans and Specifications to Utilities, ROW, Traffic, 12 Parks, Storm Water, Water& Sewer 13 3250 Conduct Design Public Meeting#2(required) 14 3260 Preliminary Design Complete 15 3310 Submit Final Design to Utilities, ROW, Traffic, Parks, Storm Water, 16 Water& Sewer 17 3330 Conduct Design Public Meeting#3 (if required) 18 3360 Final Design Complete 19 ROW& Easements 20 4000 Right of Way Start 21 4230 Right of Way Complete 22 Utility Relocation 23 7000 Utilities Start 24 7120 Utilities Cleared/Complete 25 Construction 26 Bid and Award 27 8110 Start Advertisement 28 8150 Conduct Bid Opening 29 8240 Award Construction Contract 30 Construction Execution 31 8330 Conduct Construction Public Meeting#4 Pre-Construction 32 8350 Construction Start 33 8370 Substantial Completion 34 8540 Construction Completion 35 9130 Notice of Completion/Green Sheet 36 9150 Construction Contract Closed 37 9420 Design Contract Closed 38 39 1.4 SUBMITTALS 40 A.Schedule Submittal &Review 41 The City's Project Manager is responsible for reviews and acceptance of the Contractor's 42 schedule. The City's Project Control Specialist is responsible for ensuring alignmentof 43 the Contractor's baseline and progress schedules with the Master Project Schedule as 44 support to the City's Project Manager. The City reviews and accepts or rejects the 45 schedule within ten workdays of Contractor's submittal. 46 CITY OF FORT WORTH SANITARY SEWER RLA IABILffATION,CONTRACT 9�—PART 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENI'S City Proiert V 1nox?1-7 Revised August 13,2021 01 32 16-6 CONS RUC ION PROGRESS SCHEDULE Page 6 of 10 1 review and acceptance as described in Section 1.5 below. Updated baseline schedules 2 adhere to the following: 3 4 1. Time extensions associated with approved contract modifications are limited to the 5 actual amount of time the project activities are anticipated to be delayed,unless 6 otherwise approved by the Program Manager. 7 8 2. The re-baselined schedule is submitted by the Contractor within ten workdays after 9 the date of receipt of the approved Change Order. 10 11 3. The changes in logic or durations approved by the City are used to analyze the impact 12 of the change and is included in the Change Order. The coding for a new activity(s) 13 added to the schedule for the Change Order includes the Change Order number in the 14 Activity ID. Use as many activities as needed to accurately show the work of the 15 Change Order. Revisions to the baseline schedule are not effective until accepted by 16 the City. 17 K. City's Work Breakdown Structure 18 19 W BS Code W BS Name 20 XXXXXX Project Name 21 XXXXXX.30 Design 22 XXXXXX.30.10 Design Contractor Agreement 23 XXXXXX.30.20 Conceptual Design(30%) 24 XXXXXX.30.30 Preliminary Design(60%) 25 XXXXXX.30.40 Final Design 26 XXXXXX.30.50 Environmental 27 XXXXXX.30.60 Permits 28 XXXXXX.30.60.10 Permits - Identification 29 XXXXXX.30.60.20 Permits - Review/Approve 30 XXXXXX.40 ROW & Easements 31 XXXXXX.40.10 ROW Negotiations 32 XXXXXX.40.20 Condemnation 33 XXXXXX.70 Utility Relocation 34 XXXXXX.70.10 Utility Relocation Co-ordination 35 XXXXXX.80 Construction 36 XXXXXX.80.81 Bid and Award 37 XXXXXX.80.83 Construction Execution 38 XXXXXX.80.85 Inspection 39 XXXXXX.80.86 Landscaping 40 XXXXXX.90 Closeout 41 XXXXXX.90.10 Construction Contract Close-out 42 XXXXXX.90.40 Design Contract Closure 43 L.City's Standard Milestones 44 The following milestone activities (i.e., important events on a project that mark critical 45 points in time) are of particular interest to the City and must be reflected in the project 46 schedule for all phases of work. 47 CITY OF FORT WOR I II SANITARY SI{WFR RFHABILII nIION,CONTRACT 94—PART 2 STANDARD CONSTRUCTION SPLCIFICA IION DOCUMFN I'S Cav Proieet No 100,111-1 Revised August 13.2021 01 32 16-5 CONSTRUCFIONPROGRLSS SCHEDULE Page 5 of 10 I The City's standard calendar for schedule development purposes is based on a 5-day 2 workweek and accounts for the City's eight standard holidays(New Years, Martin 3 Luther King,Memorial, Independence, Labor, Thanksgiving,day after Thanksgiving, 4 Christmas). The Contractor will establish a schedule calendar as part of the schedule 5 development process and provide to the Project Control Specialist as part of the basis 6 for their schedule. Variations between the City's calendar and the Contractor's 7 calendar must be resolved prior to the City's acceptance of their Baseline project 8 schedule. 9 10 H.WBS&Milestone Standards for Schedule Development 11 The scope of work to be accomplished by the Contractor is represented in the schedule 12 in the form of a Work Breakdown Structure(WBS). The WBS is the basis forthe 13 development of the schedule activities and shall be imbedded and depicted in the 14 schedule. 15 16 The following is a summary of the standards to be followed in preparing and 17 maintaining a schedule for project delivery. 18 19 1. Contractor is required to utilize the City's WBS structure and respective 20 project type template for"Construction" as shown in Section 1.4.H below. 21 Additional activities may be added to Levels 1 -4 to accommodate the needs 22 of the organization executing the work. Specifically the Contractor will add 23 activities under WBS XXXXXX.80.83 "Construction Execution"that 24 delineates the activities associated with the various components of the work. 25 26 2. Contractor is required to adhere to the City's Standard Milestones asshown 27 in Section 1.4.1 below. Contractor will include additional milestones 28 representing intermediate deliverables as required to accurately reflect their 29 scope of work. 30 31 I. Schedule Activities 32 Activities are the discrete elements of work that make up the schedule. They will be 33 organized under the umbrella of the WBS.Activity descriptions should adequately 34 describe the activity,and in some cases the extent of the activity.All activities are 35 logically tied with a predecessor and a successor. The only exception to this rule is for 36 .,project start"and"project finish"milestones. 37 38 The activity duration is based on the physical amount of work to be performed for the 39 stated activity,with a maximum duration of 20 working days OR a continuous activity 40 in one location. If the work for any one activity exceeds 20 days, break that activity 41 down incrementally to achieve this duration constraint. Any exception to thisrequires 42 review and acceptance by the City's Project Control Specialist. 43 44 J. Change Orders 45 When a Change Order is issued by the City,the impact is incorporated intothe 46 previously accepted baseline schedule as an update,to clearly show impact to the 47 project timeline.The Contractor submits this updated baseline schedule to the City for CITY OF FORT WORT H SANI FARY SF,WER RLI IABILFTATION,CON TRACT 94—PART 2 STANDARD CONSTRUCTION SPLCIFICATION DOCUMENTS City Proiect No 100411-? Revised August 13,2021 01 32 16-4 CONSTRU I[ON PROGRESS SCHEDULE Pne4of]0 1 1. Schedule Framework - The schedule will be based on the defined scope of work 2 and follow the(Critical Path Methodology)CPM method. The Contractor's 3 schedule will align with the requirements of this specification and will be cost 4 loaded to reflect their plan for execution. Compliance with cost loading can be 5 provided with traditional cost loading of line items OR a projected cost per 6 month for the project when the initial schedule is submitted,updated on a 7 quarterly basis is significant change is anticipated.Overall schedule duration 8 will align with the contractual requirements for the respective scope of work and be 9 reflected in City's Master Project Schedule. The Project Number and Name ofthe 10 Project is required on each schedule and must match the City's projectdata. 11 12 E. Schedule File Name 13 All schedules submitted to the City for a project will have a file name that begins with 14 the City's project number followed by the name of the project followed by baseline(if 15 a baseline schedule)or the year and month (if a progress schedule),as shown below. 16 17 • Baseline Schedule File Name 18 Format: City Project Number Project Name_Baseline 19 Example: 101376_North Montgomery Street HMAC_Baseline 20 21 • Progress Schedule File Name 22 Format: City Project Number Project Name_YYYY-MM 23 Example: 101376_North Montgomery Street HMAC_2018_01 24 25 • Project Schedule Progress Narrative FileName 26 Format: City Project Number_Project Name_PN_YYYY-MM 27 Example: 101376_North Montgomery Street HMAC_PN_2018_01 28 29 F. Schedule Templates 30 The Contractor will utilize the relevant sections from the City's templates provided in 31 the City's document management system as the basis for creating their respective 32 project schedule. Specifically, the Contractor's schedule will align with the layout of 33 the Construction section. The templates are identified by type of project as noted 34 below. 35 • Arterials 36 • Aviation 37 • Neighborhood Streets 38 • Sidewalks(later) 39 • Quiet Zones(later) 40 • Street Lights(later) 41 • Intersection Improvements(later) 42 • Parks 43 • Storm water 44 • Street Maintenance 45 • Traffic 46 • Water 47 48 G. Schedule Calendar CITY OF FOR f WORT 11 SANI VARY SEWER RE IABII,ITA I ION_CONTRACT 94—PARK 2 STANDARD CONSIRUCHON SPFCIFICAI ION DOCUMENTS Ci v Prowl No IM11l-� Revised August 13,2021 01 32 l6-3 CONSI RUCTION PROGRESS SCHF.DULF, Page 3 of 10 1 The City develops and maintains a Master Project Schedule for the project. The 2 Contractor develops a Baseline Schedule and maintains the schedule of their 3 respective scope of work on the project at a level of detail(generally Level 3)and in 4 alignment with the WBS structure in Section 1 A.H as agreed by the Project 5 Manager. The Contractor issues to the City,updates of their respective schedule 6 (Progress Schedule)at the end of each month throughout the life of their work on the 7 project. 8 C. Schedule Types 9 Project delivery for the City utilizes two types of schedules as noted below. The City 10 develops and maintains a Master Project Schedule as a"baseline"schedule and issue 1 I monthly updates to the City Project Manager(end of each month) as a"progress" 12 schedule. The Contractor prepares and submits each schedule type to fulfilltheir 13 contractual requirements. 14 15 1. Baseline Schedule 16 The Contractor develops and submits to the City,an initial schedule for their scope 17 of work in alignment with this specification. Once reviewed and accepted by the 18 City,it becomes the "Baseline"schedule and is the basis against which all progress 19 is measured. The baseline schedule will be updated when there is a change or 20 addition to the scope of work impacting the duration of the work, and only after 21 receipt of a duly authorized change order issued by the City. In the event progress is 22 significantly behind schedule,the City's Project Manager may authorize an update 23 to the baseline schedule to facilitate a more practical evaluation of progress. An 24 example of a Baseline Schedule is provided in Specification 01 32 16.1 25 Construction Project Schedule Baseline Example. 26 27 2. Progress Schedule 28 The Contractor updates their schedule at the end of each month to represent the 29 progress achieved in the work which includes any impact from authorized changes 30 in the work. The updated schedule must accurately reflect the current status of the 31 work at that point in time and is referred to as the "Progress Schedule".The City's 32 Project Manager and Project Control Specialist reviews and accepts each progress 33 schedule. In the event a progress schedule is deemed not acceptable,the 34 unacceptable issues are identified by the City within 5 working days and the 35 Contractor must provide an acceptable progress schedule within 5 working days 36 after receipt of non-acceptance notification.An example of a Progress Schedule is 37 provided in Specification 01 32 16.2 Construction Project Schedule Progress 38 Example. 39 D. City Standard Schedule requirements 40 The following is an overview of the methodology for developing and maintaining a 41 schedule for delivery of a project. CITY OF FORT WORT H SANITARY SEWER REHABILI I A FION,CONTRACT 94—PART 2 S I'ANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Proieet Nn 100411-� Revised August 13,2021 01 32 16-2 CONS I RUCI'ION PROGRESS SCHEDULL Page 2 of 10 1 Each project is represented by City's master project schedule that encompasses the 2 entire scope of activities envisioned by the City to properly deliver the work. When the 3 City contracts with a Contractor to perform construction of the Work,the Contractor 4 will develop and maintain a schedule for their scope of work in alignment with the 5 City's standard schedule requirements as defined herein. The data and information of 6 each such schedule will be leveraged and become integral in the 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 I 1 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 issuean 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. 48 49 3. Tier 3: Medium and Large Size and/or Complex Projects Regardless of Duration CI I OF FORT WORD 11 SANI FARY SFWFR RF.I IABILI'VA"rION,CONIRAC'r 94—PARK 2 S rANDARD CONS CRUC'ION SPFCIFICA FION DOCUMF.N"rs City Proiort No Inn471-? Revised August 13.2021 01 32 16-1 CONS IRUCFION PROGRESS SCHEDULC Page I of 10 1 SECTION 0132 16 2 CONSTRUCTION SCHEDULE 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A.Section Includes: 6 1. General requirements for the preparation, submittal,updating, status reporting and 7 management of the Construction Progress Schedule 8 2. Specific requirements are presented in the City of Fort Worth Schedule Guidance 9 Document 10 B.Deviations from this City of Fort Worth Standard Specification 1 1 1. None. 12 C. Related Specification Sections include,but are not necessarily limited to: 13 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 14 2. Division 1 —General Requirements I 15 D. Purpose 16 The City of Fort Worth (City) is committed to delivering quality, cost-effective 17 infrastructure to its citizens in a timely manner. A key tool to achieve this purpose is a 18 properly structured schedule with accurate updates. This supports effective monitoring' 19 of progress and is input to critical decision making by the project managerthroughout 20 the life of the project. Data from the updated project schedule is utilized in status 21 reporting to various levels of the City organization and the citizenry. 22 23 This Document complements the City's Standard Agreement to guide the construction 24 contractor(Contractor) in preparing and submitting acceptable schedules for use by the 25 City in project delivery.The expectation is the performance of the work follows the 26 accepted schedule and adhere to the contractual timeline. 27 28 The Contractor will designate a qualified representative(Project Scheduler) responsible 29 for developing and updating the schedule and preparing status reporting as required by 30 the City. 31 1.2 PRICE AND PAYMENT PROCEDURES 32 A.Measurement and Payment 33 1. Work associated with this Item is considered subsidiary to the various items bid. 34 No separate payment will be allowed for this Item. 35 2. Non-compliance with this specification is grounds for City to withhold payment of 36 the Contractor's invoices until Contractor achieves said compliance. 37 1.3 REFERENCES 38 A.Project Schedules CITY OF I-ORT WORTH SANITARY SFWF.R REHABILITATION,CONTRACT 94—PART 2 STANDARD CONSIRUCfION SPECIF ICAIION DOCUMIiNTS Citv Proieet No IOn471-7 Revised August 13,2021 01 31 20-3 PROJECT MEETINGS Page 3 of 3 p. Review status of Requests for Information 6. Meeting Schedule a. Progress meetings will be held periodically as determined by the Project Representative. 1) Additional meetings may be held at the request of the: a) 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 CITY OI FORT WOR H I SANITARY SI":W I".R RHIABILI I A IION.CONTRACT 94—PART 2 STANDARD CONSTRUC"PION SPECIFICATION DOCUMF.N"I'S City Project No. 100421 Rmsed July 1.2011 01 31 20-2 PROJECF MEETINGS Page 1 of 3 a. Contractor 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 I. 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 as- needed basis. Such additional meetings shall include, but not be limited to: a. Coordinating shutdowns b. Installation of piping and equipment c. Coordination between other construction projects d. Resolution of construction issues e. Equipment approval 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 I. Pending changes and substitutions m. Review proposed changes for: 1) Effect on construction schedule and on completion date 2) Effect on other contracts of the Project n. Review Record Documents o. Review monthly pay request CITY OF FORT WORTH SANITARY SEWER REHABILITATION.CONTRACI94—PART 2 STANDARD CONSTRUC FION SPECIFICATION DOCUMENTS City Prolect�No 100421-2 Revised July I,2011 01 31 20- I PROJECT MIA.FINGS Pagc 1 of 3 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 USEDI 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 CITY OF FORT WOR1-11 SANITARY SM R R6EIABII.ITAIION,CONTRACE 94—PART 2 S EANDARD CONSTRUCTION SPF.CIFICA LION DOCUMENTS Cin Projcct No. 100421-2 Revised Jul, I.2011 01 31 19-3 PRECONS"FRUCI-ION MELTING Page 3 of 3 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH SANITARY SEWER RE.IIABILITATION.CONTRACT 94—PART 2 STANDARD CONSTRUCFION SPECIFICATION DOCUMENTS City Project No 100421 Revised August 17,2012 01 31 19-2 PRF,CONSTRUCfION N1FF FING Page I of 3 e. Other City representatives f. Others as appropriate 4. Construction Schedule a. Prepare baseline construction schedule in accordance with Section Ol 32 16 and provide at Preconstruction Meeting. b. City will notify Contractor of any schedule changes upon Notice of Preconstruction Meeting. 5. Preliminary Agenda may include: a. Introduction of Project Personnel b. General Description of Project c. Status of right-of-way, utility clearances, easements or other pertinent permits d. Contractor's work plan and schedule e. Contract Time f. Notice to Proceed g. Construction Staking h. Progress Payments i. Extra Work and Change Order Procedures j. Field Orders k. Disposal Site Letter for Waste Material 1. Insurance Renewals m. Payroll Certification n. Material Certifications and Quality Control Testing o. Public Safety and Convenience p. Documentation of Pre-Construction Conditions q. Weekend Work Notification r. Legal Holidays s. Trench Safety Plans t. Confined Space Entry Standards u. Coordination with the City's representative for operations of existing water systems v. Storm Water Pollution Prevention Plan w. Coordination with other Contractors x. Early Warning System y. Contractor Evaluation z. Special Conditions applicable to the project aa. Damages Claims bb. Submittal Procedures cc. Substitution Procedures dd. Correspondence Routing ee. Record Drawings ff. Temporary construction facilities gg. M/WBE or MBE/SBE procedures hh. Final Acceptance ii. Final Payment jj. Questions or Comments CITY OF FOR F WORTH SANH ARY SMF.R RFFIABILITATION.CONTRACT 94—PART 2 S FANDARD CONS TRtiCTION SPFCIFICAIION DOCUMHN I'S City Project No. 100421-2 Revised August 17,2012 61 31 19-1 PRECONSTRUCTION MEETING Page I of 3 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 l. 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 d. Any subcontractor or supplier representatives whom the Contractor may desire to invite or the City may request CITY 01,FORT WORTII SANITARY SEWER REHABILITATION,CONTRACT 94—PART 2 S FANDARD CONSIRUCHON SPECIFICATION DOCUMENI'S City Project No 100421-2 Revised August IT 2012 � 012500-4 SUBSTI IU HON PROCEDURES Page 4 of 4 EXHIBIT A REQUEST FOR SUBSTITUTION FORM: TO: PROJECT: DATE: We hereby submit for your consideration the following product instead of the specified item for the above project: SECTION PARAGRAPH SPECIFIED ITEM Proposed Substitution: Reason for Substitution: Include complete information on changes to Drawings and/or Specifications which proposed substitution will require for its proper installation. Fill in Blanks Below: A. Will the undersigned contractor pay for changes to the building design, including engineering and detailing costs caused by the requested substitution? B. What effect does substitution have on other trades? C. Differences between proposed substitution and 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. Submitted By: For Use by City Signature Recommended Recommended as noted Firm Not recommended-Received late Address By Date Date Remarks Telephone For Use by City: Approved Rejected City Date CITY 01:FORT WOR'I II SANITARY SEWER REHABILITATION,CON IRACI 94—PART 2 STANDARD CONS IRUCTION SPI:CIFICAIION DOCUMI NIS City Project No 100421 Revised July 1,2011 01 2500-3 SUBS't I I U FION PROCF.DCRF.S Page 3 of4 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: I. Has investigated proposed product, and has determined that it is adequate or superior in all respects to that specified,and that it will perform function for which it is intended 2. Will provide same guarantee for substitute item as for product specified 3. Will coordinate installation of accepted substitution into Work, to include building modifications if necessary, making such changes as may be required for Work to be complete in all respects 4. Waives all claims for additional costs related to substitution which subsequently arise 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED) END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTI1 SANITARY SEWER REHABILITATION,CONTRACT 94—PAR F 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMF.N,rs City Project No. 100421 Revised July 1,2011 01 25 00-2 SUBSTITUTION PROCEDURES Page I of4 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 I. 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 l. 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. CII Y OF FORD WORTH SANI FARY SFW FR REHABILITATION,CON I RAC 1 94—PARF 2 STANDARD CONS"FRUCFION SPECIFICATION DOCUMENTS City Project No. 100421-2 Revised Jule L 2011 01 2500- 1 SUBSTITUTION PROCEDURES Pagel oT4 I SECTION 0125 00 SUBSTITUTION PROCEDURES I PART 1 -GENERAL 1.1 SUMMARY A. Section Includes: l. The procedure for requesting the approval of substitution of a product that is not equivalent to a product which is specified by descriptive or performance criteria or defined by reference to 1 or more of the following: a. Name of manufacturer b. Name of vendor c. Trade name d. Catalog number 2. Substitutions are not"or-equals". B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 —General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED 1.4 ADMINISTRATIVE REQUIREMENTS A. Request for Substitution-General 1. Within 30 days after award of Contract(unless noted otherwise),the City will consider formal requests from Contractor for substitution of products in place of those specified. 2. Certain types of equipment and kinds of material are described in Specifications by means of references to names of manufacturers and vendors,trade names, or catalog numbers. a. When this method of specifying is used, it is not intended to exclude from consideration other products bearing other manufacturer's or vendor's names, trade names, or catalog numbers, provided said products are "or-equals," as determined by City. 3. Other types of equipment and kinds of material may be acceptable substitutions under the following conditions: a. Or-equals are unavailable due to strike, discontinued production of products meeting specified requirements,or other factors beyond control of Contractor; or, CITY OF FORT WORTH SANITARY SEWER REHABILITATION,CONTRACT 94—PART 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100421-2 Revised July 1.2011 01 11 00-3 SUMMARY OF WORK Page 3 of 3 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3- EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE C IfY OF FORT WORTH SANITARY SEWER REI IABILI I'ATION,CONTRAC1 94—PAR'l 2 STANDARD CONS]RUCTION SPEC'IFICAIION DOCUMFN I'S City Project No 100421 Revised December 20,2012 011100-2 SUMMARY OF WORK Page I of 3 b. Excavated and waste materials shall be stored in such a way as not to interfere with the use of spaces that may be designated to be left free and unobstructed and so as not to inconvenience occupants of adjacent property. c. If the street is occupied by railroad tracks,the Work shall be carried on in such manner as not to interfere with the operation of the railroad. I) All Work shall be in accordance with railroad requirements set forth in Division 0 as well as the railroad permit. D. Work within Easements I. Do not enter upon private property for any purpose without having previously obtained permission from the owner of such property. 2. Do not store equipment or material on private property unless and until the specified approval of the property owner has been secured in writing by the Contractor and a copy furnished to the City. 3. Unless specifically provided otherwise, clear all rights-of-way or easements of obstructions which must be removed to make possible proper prosecution of the Work as a part of the project construction operations. 4. Preserve and use every precaution to prevent damage to, all trees, shrubbery, plants, lawns,fences, culverts, curbing, and all other types of structures or improvements, to all water, sewer, and gas lines,to all conduits,overhead pole lines,or appurtenances thereof, including the construction of temporary fences and to all other public or private property adjacent to the Work. 5. Notify the proper representatives of the owners or occupants of the public or private lands of interest in lands which might be affected by the Work. a. Such notice shall be made at least 48 hours in advance of the beginning of the Work. b. Notices shall be applicable to both public and private utility companies and any corporation,company, individual, or other,either as owners or occupants, whose land or interest in land might be affected by the Work. c. Be responsible for all damage or injury to property of any character resulting from any act, omission, neglect, or misconduct in the manner or method or execution of the Work, or at any time due to defective work, material, or equipment. 6. Fence a. Restore all fences encountered and removed during construction of the Project to the original or a better than original condition. b. Erect temporary fencing in place of the fencing removed whenever the Work is not in progress and when the site is vacated overnight,and/or at all times to provide site security. c. The cost for all fence work within easements, including removal,temporary closures and replacement, shall be subsidiary to the various items bid in the project proposal, unless a bid item is specifically provided in the proposal. CITY OF FORT WOR fI I SANITARY SEWER REHABILITATION,CON't R�ACT 94—PART 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City PrpJect No. 100421-2 Revised December 20,2012 01 11 00- 1 SUMMARY OF WORK Page 1 of 3 SECTION 01 1100 SUMMARY OF WORK PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Summary of Work to be performed in accordance with the Contract Documents B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related 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 INOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Work Covered by Contract Documents 1. Work is to include furnishing all labor, materials, and equipment, and performing all Work necessary for this construction project as detailed in the Drawings and Specifications. B. Subsidiary Work 1. Any and all Work specifically governed by documentary requirements for the project, such as conditions imposed by the Drawings or Contract Documents in which no specific item for bid has been provided for in the Proposal and the item is not a typical unit bid item included on the standard bid item list, then the item shall be considered as a subsidiary item of Work,the cost of which shall be included in the price bid in the Proposal for various bid items. C. Use of Premises l. Coordinate uses of premises under direction of the City. 2. Assume full responsibility for protection and safekeeping of materials and equipment stored on the Site. 3. Use and occupy only portions of the public streets and alleys, or other public places or other rights-of-way as provided for in the ordinances of the City, as shown in the Contract Documents, or as may be specifically authorized in writing by the City. a. A reasonable amount of tools, materials, and equipment for construction purposes may be stored in such space, but no more than is necessary to avoid delay in the construction operations. CF1Y 01;FORT WORTH SANITARY SEWER REHABILITATION,CONTRAC194—PAR-1 2 STANDARD CONSTRUCTION SPFCIFICA LION DOCUMFN FS City Project No 100421-2 Revised December 20,2012 APPENDIX GC-4.01 Availability of Lands Parcel 1 — 1316 Elva Warren Street- Lot 7, Block 28, 15-Foot Sanitary Sewer Easement Parcel 2— 1326 Meriwether Avenue—Lot 8, Block 2, 7.5-Foot Sanitary Sewer Easement Parcel 3 - 1332 Meriwether Avenue—Lot 9, Block 2, 7.5-Foot Sanitary Sewer Easement Parcel 4 - 1333 E. Fogg Street—Lot 20, Block 2, 7.5-Foot Sanitary Sewer Easement Parcel 5 - 1325 E. Fogg Street—Lot 20, Block 2, 7.5-Foot Sanitary Sewer Easement Park Land Conversion- Carter Park GC-4.02 Subsurface and Physical Conditions NONE GC-4.04 Underground Facilities NONE GC-4.06 Hazardous Environmental Condition at Site NONE GC-6.06.D Minority and Women Owned Business Enterprise Compliance • MWBE Special Instructions for Offerors • MWBE Business Equity Utilization Form • MWBE Prime Contractor Waiver Form • MWBE Good Faith Effort Form • MWBE Joint Venture Eligibility Form GC-6.07 Wage Rates • PREVAILING WAGE RATES (HEAVY AND HIGHWAY CONSTRUCTION PROJECTS) GC-6.09 Permits and Utilities • FLOODPLAIN DEVELOPMENT PERMITS: FDP-2 1-00011- 1001 OAK GROVE ROAD, FORT WORTH,TX 76140 (M-195A) FDP-21-00012-4351 CARTER PARK DRIVE, FORT WORTH,TEXAS(M-195A) FDP-21-00013 -4351 CARTER PARK DRIVE, FORT WORTH,TEXAS (M-195A) FDP-21-00014-4065 SOUTH FREEWAY, FORT WORTH,TX 76110 (L-4581) FDP-21-00017- 1332 MERIWETHER AVENUE, FORT WORTH TEXAS (L-4350) CITY OI-FORT WORM I SANITARY SEWER RF.HABR.ITA HON,CONTRACT 94—PART 2 S FANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100421 -2 Revised July I,2011 GC-6.24 Nondiscrimination NONE GR-01 60 00 Product Requirements • CITY OF FORT WORTH WATER DEPARTMENT'S STANDARD PRODUCT LIST CITY OF FORT WORTH SAMI'ARY SEWER RFI IARIEITATION,CONTRACT 94—PART 2 STANDARD CONSTRUCTION SPF.CIFICA"IION DOCUMFNfS City Project No. 100421-2 Revised July 1,2011 GC-4.01 Availability of Lands Parcel 1 — 1316 Elva Warren Street-Lot 7, Block 28, 15-Foot Sanitary Sewer Easement Parcel 2— 1326 Meriwether Avenue—Lot 8, Block 2, 7.5-Foot Sanitary Sewer Easement Parcel 3 - 1332 Meriwether Avenue—Lot 9, Block 2, 7.5-Foot Sanitary Sewer Easement Parcel 4 - 1333 E. Fogg Street—Lot 20, Block 2, 7.5-Foot Sanitary Sewer Easement Parcel 5 - 1325 E. Fogg Street—Lot 20, Block 2, 7.5-Foot Sanitary Sewer Easement Park Land Conversion- Carter Park CITY OF FORT WORTH SANITARY SI-WER REHABILITATION,CONTRACT 94—PART 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.100421-2 Revised July 1.2011 EXHIBIT "A" 15-FOOT SANITARY SEWER EASEMENT 1,692 SQUARE FEET (0.039 ACRES) LOUIS COHEN SURVEY,ABSTRACT NO. 290 CITY OF FORT WORTH, TARRANT COUNTY, TEXAS SANITARY SEWER REHABILITATION, CONTRACT 94 CITY PROJECT NO.: 100421 PARCEL NO. 8 BEING a 1,692 square feet (0.039-acres)tract of land located in the Louis Cohen Survey, Abstract No. 290, Tarrant County, Texas, and being out of that tract of land conveyed to the City of Fort Worth, Texas, according to the deed thereof recorded in Volume 12682, Page 2240 of the Deed Records of Tarrant County, Texas (D.R.T.C.T.) and being more particularly described by metes and bounds as follows: COMMENCING at a '/2-inch iron rod set with a yellow plastic cap stamped -LIM ASSOC"at the southwesterly corner of said City of Fort Worth tract, said point also being the most southerly corner of Lot 1, Block 1 of Celestes Addition, an addition to the City of Fort Worth, Texas, according to the plat thereof recorded in Document No. D213113148 of the Deed Records of Tarrant County, Texas (D.R.T.C.T.), said point also being in the northerly right-of-way line of Oak Grove Road (104-foot right-of-way); THENCE South 66' 26' 53" East, along the northerly right-of-way line of said Oak Grove Road, a distance of 66.17 feet to a '/z-inch iron rod set with yellow plastic cap stamped "LIM ASSOC" for the POINT OF BEGINNING of the herein described tract of land; THENCE North 060 58' 54" West, departing the northerly right-of-way line of said Oak Grove Road, a distance of 110.92 feet to a '/2-inch iron rod set with yellow plastic cap stamped `LIM ASSOC" for corner in the southerly line of a tract of land conveyed to Oncor Electric Delivery Company, LLC tract by deed recorded in Volume 2544, Page 78, D.R.T.C.T.; THENCE South 78' 14' 18" East, along the southerly line of said Oncor Electric Delivery Company tract, a distance of 15.84 feet to a %2-inch iron rod set with yellow plastic cap stamped "LIM ASSOC" for corner; THENCE South 060 58' 54" East, departing said southerly line of said Oncor Electric Delivery Company tract, a distance of 114.68 feet to a ''/z-inch iron rod set with yellow plastic cap stamped "LIM ASSOC" for corner in the northerly right-of-way line of said Oak Grove Road; THENCE North 660 26' 53" West, along the northerly right-of-way line of said Oak Grove Road, a distance of 17.41 feet to the POINT OF BEGINNING and containing 1,692 square feet or 0.039 acres of land, more or less. (E OF TF BASIS OF BEARING is the State Plane Coordinate System, y ��Sj ERFa�IN North American Datum of 1983, Texas North Central Zone 4202. :•... DANIEL S. LIM ............................. 5322 Q�F O?V.. gtiosuR PAGE I OF l ��L�✓ . Aug. 25, 2020 Juan Martinez and Jeanette Ortega CARTER PARK Inst. No. D211121688 City of Fort Worth D.R.T.C.T. Vol.12682,Pg.2240 _ D.R.T.C.T. �°/255e�v/ce E7 pRTCpG.5 LDT l,BLOCK l 0 20 40 CELESTES ADDITION DOCUMENT NO.D213113148 wOter DR.T.C.T. SCALE: 1"-40' vO/0293 p9 S ant se .. �cR.r�� 5 p cUfro—mentR DT31131 $ 78e14�18" o�O' I/O/.? e//ve�yCo.LCC ° p '' 15.84" E °Rrc 978 1/2" IRS 1/2"IRS Z N Flood Plain Easement V Document No.D213113148 cr) 4M _ D.R.T.C.T. Ut Ut OD 00 yot City of Fort Worth CARTER PARK `0,� Vol.12682,Pg.2240 m D.R.T.C.T. City of Fort Worth QT�T Zg9 e�e�r ` Vol.12682,Pg.2240 D.R.T.C.T. c0 0e N 1/2" IRS S 6 e 7 6 15-FOOT (r✓�� ��• P.O. . 6626'S3,, SANITARY SEWER EASEMENT �Al .lj, �c 1,692 SQ.FT. ` (0.039 ACRES) � Oq� P.�•B IR 1/2" IRS /'70 l�F A( 66e?s, s , LEGEND: •0 4, OHO 1j 41, 3 114, C.M. - CONTROLLING MONUMENT I.R.S. - IRON ROD SET WITH YELLOW PLASTIC CAP STAMPED "LIM ASSOC" I.R.F. - IRON ROD FOUND D.R.T.C.T. - DEED RECORDS, TARRANT COUNTY, TEXAS P.R.T.C.T. - PLAT RECORDS, TARRANT COUNTY, TEXAS SQ.FT. - SQUARE FEET '(E OF TF EXHIBIT "B" AWP.lf£D Fpy. `P,.•G�S T E R..� 15-FOO T SANITARY SEWER EASEMENT FORTWORTH ............................. 1,692 QUARE FEET DANIEL S. LIM (0.039 ACRES) 5322 OUT OF THE P: xw 1WT00"0urr all- 'rav'SrArEr `9�'0 uR O�: L ABSTRACT N0. 290 SURVEY FQ4r#VR7N rZr" MV,? CITY OF FORT WORTH & ASSOCIATES, inc. TARRANT COUNTY, TEXAS engineering & surueving consultanis SANITARY SEWER REHABILITATION Ll M TBPLS Reg. 7012:36-00 Aug. 25, 2020 1112 N Zwg Boilevard, S.jite 200 CONTRACT 94 Tel (2 Texas lb2es Tel Iz,a) 942 1 eee Fax z,a saa EXHIBIT "B" CITY PROJECT NO.: 100421-see, PAGE 1 OF 1 PARCEK NO. 8 Page 1 of 6 D220246624 91281202010:25 AM PGS 6 Fee: $39.00 Submitter: AVENU Electronically Recorded by Tarrant County Clerk in Official Public Records ,t � Mary Louise Nicholson NOTICE OF CONFIDENTIALITY RIGHTS: IF YOU ARE A NATURAL PERSON, YOU MAY REMOVE OR STRIKE ANY OR ALL OF THE FOLLOWING INFORMATION FROM THIS INSTRUMENT BEFORE IT IS FILED FOR RECORD IN THE PUBLIC RECORDS: YOUR SOCIAL SECURITY NUMBER OR YOUR DRIVER'S LICENSE NUMBER. CFW Project No. 100421 SS Rehab 94 PARCEL NO. 1 PSFE 1316 Elva Warren Street Lot-7, Block-28, Weisenberger Sunny Hill Garden Addition STATE OF TEXAS § § KNOW ALL MEN BY THESE PRESENTS COUNTY OF TARRANT § CITY OF FORT WORTH SEWER FACILITY EASEMENT i DATE; /3/9c i GRANTOR: SERGIO ALANIS i GRANTOR'S MAILING ADDRESS (including County): 1316 ELVA WARREN STREET FORT WORTH, TARRANT COUNTY, TX 76115 i GRANTEE: CITY OF FORT WORTH i GRANTEE'S MAILING ADDRESS (including County); 200 TEXAS STREET FORT WORTH, TARRANT COUNTY, TX 76102 I CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. EASEMENT PROPERTY: BEING more particularly described in the attached Exhibits "A" and "B". Grantor, for the consideration paid to Grantor and other good and valuable consideration, hereby grants, sells, and conveys to Grantee, its successors and assigns, an exclusive, SEWER FACILITY FASEME14T FORT WOF . Rev.20200227 Page 2 of 6 perpetual easement for the construction, operation, maintenance, replacement, upgrade, and repair of a Permanent Sewer Line Facility, hereafter referred to as "Facility". The Facility includes all incidental underground and aboveground attachments, equipment and appurtenances, including, but not limited to manholes, manhole vents, lateral line connections, pipelines, junction boxes in, upon, under and across a portion of the Easement Property and more fully described in Exhibits "A" and "B" attached hereto and incorporated herein for ail pertinent purposes, together with the right and privilege at any and all times to enter Easement Property, or any part thereof,for the purpose of constructing, operating, maintaining, replacing, upgrading, and repairing said Facility. In no event shall Grantor (1) use the Easement Property in any manner which interferes in any material way or is inconsistent with the rights granted hereunder, or (II) erect or permit to be erected within the Easement Property a permanent structure or building, including, but not limited to, monument sign, pole sign, billboard, brick or masonry fences or walls or other structures that require a building permit. However, Grantor shall be permitted to install and maintain a concrete, asphalt or gravel driveway, road or parking lot across the Easement Property. Grantee shall be obligated to restore the surface of the Easement Property at Grantee's sole cost and expense, including the restoration of any sidewalks, driveways, or similar surface improvements located upon or adjacent to the Easement Tract which may have been removed, relocated, altered, damaged, or destroyed as a result of the Grantee's use of the easement granted hereunder. Provided, however, that Grantee shall not be obligated to restore or replace irrigation systems or other improvements installed in violation of the provisions and intended use of this Easement. Under Chapter 21, Subchapter E of the Texas Property Code, as amended, the Grantor or the Grantor's heirs, successors, or assigns may be entitled before the 10t' anniversary of the date of this acquisition to repurchase or request certain information about the use and any actual progress made toward the use for which the Easement Property was acquired through eminent domain, and the repurchase price will be the price the Grantee pays Grantor in this acquisition. TO HAVE AND TO HOLD the above-described easement, together with all and singular the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns forever; and Grantor does hereby bind itself and its successor and assigns to warrant and forever defend all and singular the easement unto Grantee, its successor and assigns, against every person whomsoever lawfully claiming or to claim the same, or any part thereof. This document may be executed in multiple counterparts, each of which will be deemed an original, but which together will constitute one instrument.When the context requires, singular nouns and pronouns include the plural. [SIGNATURES APPEAR ON THE FOLLOWING PAGE] SEWER FACILITY EASEMENT FORT WOR'f , Rev.20200227 Page 3 of 6 GRANTOR: SERGIO ALANIS, By: ( �! ergio ! is GRANTEE: City of Fort Worth By (Signature) '` (Print Namepana Burghdoff Title Assistant City Manager APPROVED AS TO FORM AND LEGALITY By (Signature): Mcttl-;Murrgy._ (Print Name)Matt Murray Title Assistant City Attorney Ordinance No.24161-04-2020/No M&C (or M&C#) ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § i BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Sergio Alanis, individual , known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of Sergio Alanis and that he/she executed the same as the act of said individual for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of 20' . Dlgftlly signed byJoshua Martin Date'.2020Al A913:51:22-0500' Notary Public in and for the State of Texas \\``1tuu1u+1rrli,��i 0 aY Ptl'••.'L SEWER FACILITY EASEMENT ``'�� FORT WORTH. Rev.20200227 ri 1 tit l l l tttti _ - Page 4 of 6 ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Dana Burghdoff A.ssistant City Manager of the City of Fort Worth, known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of the City of Fort Worth and that he/she executed the same as the act of the City of Fort Worth for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of ' 20_ Digitally signed by.Joshua Martin .t - Delis:=0.09.25 16:0e:06-5'00' Notary Public in and for the State of Texas JOSH MARTIN Notary Public STATE OF TEXAS =I� Notary I.D. 13236838 3 My Cornet. Fxp. Feb. 20, 20211 SEWER FACILITY EASEMENT FoRTIVORTH. Rev.20200227 i Page 5 of 6 i i EXHIBIT "A" 15-FOOT SANITARY SEWER EASEMENT 4,391 SQUARE FEET (0.101 ACRES) LOT 7,BLOCK 28,WEISENBERGER SUNNY HILL GARDEN ADDITION W.R. LOVING SURVEY,ABSTRACT NO, 948 CITY OF FORT WORTH,TARRANT COUNTY, TEXAS SANITARY SEWER REHABILITATION,CONTRACT 94 CITY PROJECT NO.: 100421 BEING a 4,391 square feet (0.101-acre) tract of land located in the W. R. Loving Survey, Abstract No.948,"Tarrant County,Texas,and being a part of Lot 7,Block 28, Weisenberger Sunny Hill Garden Addition,an addition to the City of Fort Worth,Tarrant County,Texas, according to the plat thereof recorded in Volume 388-B,Page 192 of the Plat Records of Tarrant County,Texas(P.R.T.C.T.), and also being out of that tract of land conveyed to Sergio Alanis, according to the deed thereof recorded in Instrument No. D209083300 of the Deed Records of Tarrant County,Texas(D.R.T.C.T.)and being more particularly described by metes and bounds as follows: BEGINNING at a %2-inch iron rod set with yellow plastic cap stamped "LIM ASSOC" at the northeasterly corner of said Lot 7, said point also being the northwesterly cot-tier of Lot 8 of said Block 28, Weisenberger Sunny Ilill Garden Addition,said point also being in the southerly right-of- way line of Elva Warren Street(a 50-foot right-of-way); THENCE, South 01 degree 11 minutes 00 seconds East, along the common line of said Lots 7 and 8, a distance of 292.88 feet to a '12-inch iron rod set with yellow plastic cap stamped "LIM ASSOC"in the northerly right-of-way line of Meriwether Avenue(a 60-foot right-of-way) for corner; THENCE North 89 degrees 35 minutes 28 seconds West, along the southerly line of said Lot 7 and the northerly right-of-way line of said Meriwether Avenue, a distance of 15.01 feet to a 1/2-inch iron rod set with yellow plastic cap stamped"LIM ASSOC" for corner; I THENCE North 01 degree 11 minutes 00 seconds West, over and across said Lot 7, a distance of 292.56 feet to a %2-inch iron rod set with yellow plastic cap stamped "LIM ASSOC" in the southerly right-of-way line of said Elva Warren Street for corner; THENCE North 89 degrees 11 minutes 10 seconds East, along the northerly right-of-way line of said Lot 7 and the southerly right-of-way line of said Elva Warren Street, a distance of 15.00 feet to the POINT OF BEGINNING and containing 4,391 square feet or 0.101 acres of land, more or less. BASIS OF BEARING is the State Plane Coordinate System, North American Datum of 1983,Texas North Central Zone 4202. OF SIANG W. LIM ..%-................... 532: PAGE I OF 1 SURdE Page 6of6 BLOCK 23 LOT 7 LOT 8 LOT 5 WEISENBERGER SUNNY HILL GARDEN A001TI0N LOT 6 VOL 388-8,PG.192 PR.T.C.T. i ELVA WARREN STREET POINT OF i (W ROW.) BEGINNING o zD 40 N 89.11' 10" E 15.00' CA. �RF 1/2"IRS 1/2"IRS — 5,8 58.0 00' _ 0' -- 43.00' 58,00' SCALE: 1"-40' I LOT 5 LOT b LOT 7 LOT 8 LOT 9 Sergio A/anls Sergio Alonls &p � Serglo Alonls lnst.No. Inst.No. N Sergio A/onts lnst.No. D20908JJCG DW908JJOO C4 D2M83300 DR.T.C.T, DR.T.C.T. N CO Irtst3. D209083300 DR.T C.T. N OR.T.C.T. 15—FOOT 4m SANITARY SEWER EASEMENT 1:14 ss.eosae 4,391 SQ. FT. rca,r�ir LOT 4 (0.101 ACRES) w 0 BLOCK 28 j WEISENBEJESbUNNY HILL GARDEN ADDITION 388-B.PG.192 aNPR.T.C.T. Z for unify Va.398-8.Pg..N2 PR.TG,T, — ---_____---- --------- ----58.02'_ 58.02' 58.02_ 1/2"IRF 1/2"IRS C.M. 1/2"IRS N 89°35' 28" W 15.01' j AfERN MER AVENUE LEGEND. (W aaW.) C.M. - CONTROLLING MONUMENT I.R.S. - IRON ROD SET WITH YELLOW PLASTIC CAP STAMPED "LIM ASSOC" I.R.F. - 1R0N ROD FOUND D.R.T.C.T. - DEED RECORDS, TARRANT COUNTY,TEXAS P.R.T.C.T. - PLAT RECORDS,TARRANT COUNTY, TEXAS SQ.FT. - SQUARE FEET I �p,�Fail t T EXHIBIT uBri OF �P ;iS•7 F9 SANITARY � SANITARY SEWER EASEMENT "sIQNG,W.'LjM"' 4,391 SQUARE FEET ' •5322 • (0.101 ACRES) 'v crrr ar lewr mw;w �0r. S S�d<;�04 LOT 7, BLOCK 28 I aW #WIN TEXAS MV.-r u IRN WEISENBERGER SUNNY HILL rz>Rr ua4na r�.rcr�asn� 4 GARDEN ADDITION $ ASSOCIATES �, CITY OF FORT WORTH l M +�•m* TARRANT COUNTY, TEXAS Pzm ONWAK» sub moo SANITARY SEWER REHABILITATION TOL""W;M s rm Pq 00-M EXHIBIT „9" CONTRACT 94 PAGE r of 1 CITY PROJECT NO.: 100421 � _ I D221159967 06/04/2021 08:38 AM Page: 1 of 6 Fee: $39.00 Submitter: Josh Martin Electronically Recorded by Tarrant County Clerk in Official Public Records kJ MARY-GUISE NICHOLSON COUNTY CLERK NOTICE OF CONFIDENTIALITY RIGHTS: IF YOU ARE A NATURAL PERSON, YOU MAY REMOVE OR STRIKE ANY OR ALL OF THE FOLLOWING INFORMATION FROM THIS INSTRUMENT BEFORE IT IS FILED FOR RECORD IN THE PUBLIC RECORDS: YOUR SOCIAL SECURITY NUMBER OR YOUR DRIVER'S LICENSE NUMBER. CFW Project No. 100421 SS Rehab 94 PARCEL NO. 2 PSFE 1320 Meriwether Avenue Fort Worth TX, 76115 Lot-8, Block-2,Weisenberger Addition No. 4 STATE OF TEXAS § § KNOW ALL MEN BY THESE PRESENTS COUNTY OF TARRANT § CITY OF FORT WORTH SEWER FACILITY EASEMENT DATE: Qwz GRANTOR: ALEJANDRO RIVERA GRANTOR'S MAILING ADDRESS (including County): 720 Flint ST. FORT WORTH, TARRANT COUNTY, TX 76115 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 200 TEXAS STREET FORT WORTH, TARRANT COUNTY, TX 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. EASEMENT PROPERTY: BEING more particularly described in the attached Exhibits "A" and "B". Grantor, for the consideration paid to Grantor and other good and valuable consideration, hereby grants, sells, and conveys to Grantee, its successors and assigns, an exclusive, perpetual easement for the construction, operation, maintenance, replacement, upgrade, and repair of a Permanent Sewer Line Facility, hereafter referred to as "Facility". The Facility SEWER FACILITY EASEMENT FORTWORT . Rev.20200227 D221169967 Page 2 of 6 includes all incidental underground and aboveground attachments, equipment and appurtenances, including, but not limited to manholes, manhole vents, lateral line connections, pipelines, junction boxes in, upon, under and across a portion of the Easement Property and more fully described in Exhibits "A" and "B" attached hereto and incorporated herein for all pertinent purposes, together with the right and privilege at any and all times to enter Easement Property, or any part thereof,for the purpose of constructing, operating, maintaining, replacing, upgrading, and repairing said Facility. In no event shall Grantor(1) use the Easement Property in any manner which interferes in any material way or is inconsistent with the rights granted hereunder, or (II) erect or permit to be erected within the Easement Property a permanent structure or building, including, but not limited to, monument sign, pole sign, billboard, brick or masonry fences or walls or other structures that require a building permit. However, Grantor shall be permitted to install and maintain a concrete, asphalt or gravel driveway, road or parking lot across the Easement Property. Grantee shall be obligated to restore the surface of the Easement Property at Grantee's sole cost and expense, including the restoration of any sidewalks, driveways, or similar surface improvements located upon or adjacent to the Easement Tract which may have been removed, relocated, altered, damaged, or destroyed as a result of the Grantee's use of the easement granted hereunder. Provided, however, that Grantee shall not be obligated to restore or replace irrigation systems or other improvements installed in violation of the provisions and intended use of this Easement. Under Chapter 21, Subchapter E of the Texas Property Code, as amended, the Grantor or the Grantor's heirs, successors, or assigns may be entitled before the 101h anniversary of the date of this acquisition to repurchase or request certain information about the use and any actual progress made toward the use for which the Easement Property was acquired through eminent domain, and the repurchase price will be the price the Grantee pays Grantor in this acquisition. TO HAVE AND TO HOLD the above-described easement, together with all and singular the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns forever; and Grantor does hereby bind itself and its successor and assigns to warrant and forever defend all and singular the easement unto Grantee, its successor and assigns, against every person whomsoever lawfully claiming or to claim the same, or any part thereof. This document may be executed in multiple counterparts, each of which will be deemed an original, but which together will constitute one instrument. When the context requires, singular nouns and pronouns include the plural. [SIGNATURES APPEAR ON THE FOLLOWING PAGE] SEWER FACILITY EASEMENT FOR_TWOUH. Rev.20200227 Ir- D221159967 Page 3 of 6 GRANTOR: ALEJANDRO RIVERA By: A MnAro IR,ye(a Alejandro Rivera GRANTEE: City of Fort Worth By (Signature): (Print Name) Title APPROVED AS TO FORM AND LEGALITY By (Signature): _ (Print Name) Title _ ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF § BEFORE.ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Alejandro Rivera, Individual , known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of Alejandro Rivera_ and that he/she executed the same as the act of said Individual for the purposes and consideration therein expressed and in the capacity therein stated. n I GIVEN UNDER MY HAND AND SEAL OF OFFICE this d y�`� day of 209. \`���lNUHIllyrry�i ,0OcJ ....... r��{, Nota is in and for the State of Texas Ar (OFF �' `��►' __ )IIII wit"� � 9TF Of ?32360" SEWER FACILITY EASEMENT 02-20'1o0�\\\ FORT WORT . Rev.20200227 �y D221159967 Page 4 of 6 ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared , of the City of Fort Worth, known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of the City of Fort Worth and that he/she executed the same as the act of the City of Fort Worth for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of 20_ Notary Public in and for the State of Texas i I SEWER FACILITY EASEMENT FORTWORT . Rev.20200227 Ir- D221159967 Page 5 of 6 EXHIBIT "A" 7.5-FOOT SANITARY SEWER EASEMENT 1,144 SQUARE FEET (0.026 ACRES) LOT 8,BLOCK 2,WEISENBERGER ADDITION NO. 4 W.R. LOVING SURVEY,ABSTRACT NO. 948 CITY OF FORT WORTH, TARRANT COUNTY,TEXAS SANITARY SEWER REHABILITATION, CONTRACT 98 CITY PROJECT NO.: 100421 BEING a 1,144 square feet (0.026-acre) tract of land located in the W. R. Loving Survey, Abstract No. 948, Tarrant County, Texas,and being a part of Lot 8, Block 2 of Weisenberger Addition No. 4, an addition to the City of Fort Worth, Tarrant County, Texas, according to the plat thereof recorded in Volume 388-C,Page 19 of the Plat Records of Tarrant County,Texas(P.R.T.C.T.), and also being out of that tract of land conveyed to Alejandro Rivera, according to the deed thereof recorded in Instrument No. D218114301 of the Deed Records of Tarrant County, Texas (D.R.T.C.T.)and being more particularly described by metes and bounds as follows: BEGINNING at a '/2-inch iron rod found at the northeasterly corner said Lot 8, said point also being the northwesterly corner of Lot 9 of said Block 2, Weisenberger Addition No.4,said point also being on the southerly right-of-way line of Meriwether Avenue (a 60-foot right-of-way); THENCE South 00 degrees 00 minutes 11 seconds West, along the common line of said Lots 8 and 9, a distance of 152.47 feet to a '/2-inch iron rod found at the common corner of Lots 8, 9, 20 and 21 of said Block 2, Weisenberger Addition No. 4; THENCE North 89 degrees 50 minutes 41 seconds West, along the common line of said Lots 8 and 21, a distance of 7.50 feet to a '/2-inch iron rod set with yellow plastic cap stamped "LIM ASSOC" for corner; THENCE North 00 degrees 00 minutes 11 seconds East, over and across said Lot 8, a distance of 152.51 feet to a %2-inch iron rod set with yellow plastic cap stamped"LIM ASSOC" on the southerly right-of-way line of said Meriwether Avenue for corner; THENCE South 89 degrees 35 minutes 28 seconds East, along the northerly line of said Lot 8 and the southerly right-of-way line of said Meriwether Avenue, a distance of 7.50 feet to the POINT OF BEGINNING and containing 1,144 square feet or 0.026 acres of land, more or less. BASIS OF BEARING is the State Plane Coordinate System, North American Datum of 1983, Texas North Central Zone 4202. �E OF TF A --`6% TE�. LIM ......................:.... DANIEL S. ;.t...5322 P PAGE 1 OF 1 D221159967 Page 6 of 6 i MERI WETHER AVENUE (60'R.O.W.) POINT OF S 890 35' 28" E 7.50' BEGINNING 1/2" IRF 1/2' IRF C.M. _ __ 1/2"IRS C.M' 50.00' S0.00' 42 50- I 50.00' 50.00 I I LOT 6 LOT 7 � 6 I LOT 9 LOT 10 Alejandro Rlvero Alejandro Rivera 0 20 40 Inst.No.D218114301 I Inst.No.D08114301 DR.T.C.T. I DR.T.C.T. I 7.5-1700T i SCALE: V-40' SANITARY SEWER EASEMENT 1,144 SQ. FT. Lq I. SSEasarrbvd (0.026 ACRES) 04 I VOmlarl7nel 1n I Dw.Na DV520M30 r' I DR.TG.T. I W I ACV �KAQDIT'PON N0.4 I � BLOCK 2 WEISENBERG VOL388-C PG.19 o i 3 WEISENBERGER AOW10N NO.4 o I - VOL388-C.PG.19 PR.T.C.T. I PR.TL:T. o to Z io I O 1r t1Wry EM4 O Vol.30-C,Pg.19 N PRT.C.T. ----- --- ------- -- ---------- ------- — ——— 1/2"IR I 50.00' __— 50.00'---- 50.00' — 50.00' —50.00' ——— — ---------- — ————————————— N 89°50' 41" W 7.50' I LOT is I 1/2" IRF C.M. 12'Ecswwt LOT 22 LOT 0LOT 20 ror Pudln WWI. I Ernestlna Lopez Vol.38g-a Pµ 19 BLOCPreclous I Inst,No.D215035111 PRTET. BLOCK 2 WEISENBERGER KAgAfrAN NQ 4 Real Estate ; DR.T.C.T. WEISENBERGER ADDITION NO.4 VOL 388-C.PG.19 Holdings,LLc r- SS.Easmw1 VOL 388-C.PG.19 PRT.C.T. Inst.No. I ec"wNner PR.T.C.T. D.R.T.C.T. Doc.Na 01520W29 DR.TGT. LEGEND: C.M. - CONTROLLING MONUMENT I,R.S. - IRON ROD SET WITH YELLOW PLASTIC CAP STAMPED "LIM ASSOC" I.R.F. - IRON ROD FOUND D.R.T.C.T. - DEED RECORDS.TARRANT COUNTY, TEXAS P.R.T.C.T. - PLAT RECORDS,TARRANT COUNTY, TEXAS SQ.FT. - SQUARE FEET �AWV ref �� `O F RF 9 EXHIBIT #B y:'t * Fo•N ORT WORTH 7.5-FOOT DANIELS. LIM SANITARY SEWER EASEMENT 5322 044 SQUARE FEET a' (0.026 ACRES) cirr aO W Srrr �1''O........s s�° LOT 8, BLOCK 2 ,cbo rrivrcw sr�r �{. . �y AoRr#w/w rrxts'mm SUi� WEISENBERGER ADDITION N0. 4 & ASSOCIATES, inc. CITY OF FORT WORTH engineering&eunnyiag masattanis TARRANT COUNTY, TEXAS TBPIS Reg.101Z" SANITARY SEWER REHABILITATION 1112 N. Zang Boulevard, Suite 200 Dallas,Texas 75203 EXHIBIT "B" CONTRACT 94 Tel. (214)sat-teas • Fax (214) 942--9887 PAGE 1 OF 1 CITY PROJECT NO.: 100421 -- I D221250017 08/27/2021 04:03 PM Page: 1 of 6 Fee: $39.00 Submitter: Josh Martin Electronically Recorded by Tarrant County Clerk in Official Public Records fo"&,4� NJ M.ARY LOUISE NICHOLSON COUNTY CLERK NOTICE OF CONFIDENTIALITY RIGHTS: IF YOU ARE A NATURAL PERSON, YOU MAY REMOVE OR STRIKE ANY OR ALL OF THE FOLLOWING INFORMATION FROM THIS INSTRUMENT BEFORE IT IS FILED FOR RECORD IN THE PUBLIC RECORDS: YOUR SOCIAL SECURITY NUMBER OR YOUR DRIVER'S LICENSE NUMBER. CFW Project No. 100421 SS Rehab 94 PARCEL NO. 3 PSFE 1332 Meriwether Avenue Fort Worth TX 76115 WEISENBERGER ADDITION #4 Block 2 Lot 9 STATE OF TEXAS § § KNOW ALL MEN BY THESE PRESENTS COUNTY OF TARRANT § CITY OF FORT WORTH SEWER FACILITY EASEMENT DATE: Ez2m GRANTOR: ALEJANDRO RIVERA GRANTOR'S MAILING ADDRESS (including County): 720 Flint ST. FORT WORTH, TARRANT COUNTY, TX 76115 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 200 TEXAS STREET FORT WORTH, TARRANT COUNTY, TX 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. EASEMENT PROPERTY: BEING more particularly described in the attached Exhibits "A" and "B". Grantor, for the consideration paid to Grantor and other good and valuable consideration, hereby grants, sells, and conveys to Grantee, its successors and assigns, an exclusive, perpetual easement for the construction, operation, maintenance, replacement, upgrade, and repair of a Permanent Sewer Line Facility, hereafter referred to as "Facility". The Facility includes all incidental underground and aboveground attachments, equipment and SEWER FACILITY EASEMENT FORTWORTH. Rev 20200227 *11 ! D221250017 Page 2 of 6 appurtenances, including, but not limited to manholes, manhole vents, lateral line connections, pipelines, junction boxes in, upon, under and across a portion of the Easement Property and more fully described in Exhibits "A" and "B" attached hereto and incorporated herein for all pertinent purposes, together with the right and privilege at any and all times to enter Easement Property, or any part thereof,for the purpose of constructing, operating, maintaining, replacing, upgrading, and repairing said Facility. In no event shall Grantor(1) use the Easement Property in any manner which interferes in any material way or is inconsistent with the rights granted hereunder, or (II) erect or permit to be erected within the Easement Property a permanent structure or building, including, but not limited to, monument sign, pole sign, billboard, brick or masonry fences or walls or other structures that require a building permit. However, Grantor shall be permitted to install and maintain a concrete, asphalt or gravel driveway, road or parking lot across the Easement Property. Grantee shall be obligated to restore the surface of the Easement Property at Grantee's sole cost and expense, including the restoration of any sidewalks, driveways, or similar surface improvements located upon or adjacent to the Easement Tract which may have been removed, relocated, altered, damaged, or destroyed as a result of the Grantee's use of the easement granted hereunder. Provided, however, that Grantee shall not be obligated to restore or replace irrigation systems or other improvements installed in violation of the provisions and intended use of this Easement. Under Chapter 21, Subchapter E of the Texas Property Code, as amended, the Grantor or the Grantor's heirs, successors, or assigns may be entitled before the 1o'h anniversary of the date of this acquisition to repurchase or request certain information about the use and any actual progress made toward the use for which the Easement Property was acquired through eminent domain, and the repurchase price will be the price the Grantee pays Grantor in this acquisition. TO HAVE AND TO HOLD the above-described easement, together with all and singular the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns forever; and Grantor does hereby bind itself and its successor and assigns to warrant and forever defend all and singular the easement unto Grantee, its successor and assigns, against every person whomsoever lawfully claiming or to claim the same, or any part thereof. This document may be executed in multiple counterparts, each of which will be deemed an original, but which together will constitute one instrument. When the context requires, singular nouns and pronouns include the plural. [SIGNATURES APPEAR ON THE FOLLOWING PAGE] SEWER FACILITY EASEMENT FORT WORT . Rev 20200227 D221250017 Page 3 of 6 GRANTOR: ALEJANDRO RIVERA By: Af?. �ctnon Roue,u Alejandro Rivera GRANTEE: City of Fort Worth Zama auljdOZz By (Signature): „F _ (Print Name) Dana Burghdoff Title Assistant City Manager APPROVED AS TO FORM AND LEGALITY . A/ff'/,,,. . l/", " By (Signature): (Print Name) Matt Murray Title Assistant City A1:torney Ordinance No.24161-04-2020/No M&C ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Alejandro Rivera, Individual , known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of Alejandro Rivera and that he/she executed the same as the act of said Individual for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this aN day of M 2021 . Not ublic in and for the State of Texas f Oft SEWER FACILITY FASEMENI FORTWORT . Rev 20200227 D221250017 Page 4 of 6 ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Steve Cooke Property Management Director of the City of Fort Worth, known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of the City of Fort Worth and that he/she executed the same as the act of the City of Fort Worth for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this 27Lh day of May 2021 . Digitally signed by Joshua Martin JOSH MARTIN Notary Public in and for the State of Texas _ Notary PUbllc ► •} STATE OF TEXAS 9 Notary I.D. 13236838 3 My Comm Exp.Feb 20 2024 SEWER FACILITY EASEMENT FORT` WORD. Rev 2020022.7 D221250017 Page 5 of 6 EXHIBIT "A" 7.5-FOOT SANITARY SEWER EASEMENT 1,144 SQUARE FEET (0.026 ACRES) LOT 9, BLOCK 2, WEISENBERGER ADDITION NO. 4 W.R. LOVING SURVEY, ABSTRACT NO. 948 CITY OF FORT WORTH, TARRANT COUNTY, TEXAS SANITARY SEWER REHABILITATION, CONTRACT 98 CITY PROJECT NO.: 100421 BEING a 1,143 square feet (0.026-acre) tract of land located in the W. R. Loving Survey, Abstract No. 948, Tarrant County, Texas, and being a part of Lot 9, Block 2 of Weisenberger Addition No. 4, an addition to the City of Fort Worth, Tarrant County, Texas, according to the plat thereof recorded in Volume 388-C, Page 19 of the Plat Records of Tarrant County, Texas (P.R.T.C.T.), and being out of that tract of land conveyed to Alejandro Rivera, according to the deed thereof recorded in Instrument No. D2181 14301 of the Deed Records of Tarrant County, Texas (D.R.T.C.T.) and being more particularly described by metes and hounds as follows: BEGINNING at a '/-inch iron rod found at the northwesterly corner said Lot 9, said point also being the northeasterly corner of Lot 8 of said Block 2, Weisenberger Addition No. 4, and also being on the southerly right-of-way line of Meriwether Avenue (a 60-foot right-of-way); THENCE South 89 degrees 35 minutes 28 seconds East, along the northerly line of said Lot 9 and the southerly right-of-wav line of said Meriwether Avenue, a distance of 7.50 feet to a '/-inch iron rod set with yellow plastic cap stamped "LIM ASSOC" for corner; THENCE South 00 degrees 00 minutes I I seconds West, over and across said Lot 9, a distance of 152.44 feet to a `,/-inch iron rod set with yellow plastic cap stamped "LIM ASSOC" on the southerly line of said Lot 9 for corner, said point also being on the northerly line of Lot 20, of said Block 2, Weisenberger Addition No. 4; THENCE North 89 degrees 50 minutes 41 seconds West, along the common line of said Lots 9 and 20, a distance of 7.50 feet to a /,-inch iron rod found at common corner of Lots 8, 9, 20 and 21 of said Block 2, Weisenberger Addition No. 4; THENCE North 00 degrees 00 minutes 1 1 seconds East, along the common line of said Lots 8 and 9, a distance of 152.47 feet to the POINT OF BEGINNING and containing 1,143 square feet or 0.026 acres of land, more or less. BASIS OF BEARING is the State Plane Coordinate System, North American Datum of 1983, Texas North Central Zone 4202. �E•�1• .......................... .:.... DANIEL S. LIM .............................. 5322 7�•FEsSIQ.•'Q PAGE I OF l D221250017 Page 6 of 6 MERI WETHER AVENUE (60'R.O.W.) POINT OF BEGINNING S 89.35'28" E 7.50' 1/2" IRF 1/2"IRF C.M. C.M. __ _ 1/2"IRS 50.00'—— —50.00' —— 50.00' 42.50' 50.—' LOT 6 LOT 7 LOT 8 LOT 9 LOT l0 Alejandro Rivera Y Alejandro Rivera 0 20 40 Inst.No.D2I8I14301 Inst.No.D218II430I DR.T.C.T. DR.T.C.T. 7.5—FOOT SS.Easwwrf SCALE: V-40' SANITARY SEWER EASEMENT Dx.Na 0152069830 1,143 SQ. FT. DR.TGT. (0.026 ACRES) � N in C4 Ln BLOCK 2 �`' Ir- BLOCK Z 3 WEISENBERGER ION NO.4 WEISENBERGER ADOIT/0 N0.4 VOL 388-C.PG.19 - VOL 388-0,PG.19 P.R.T.GT. o PR.T.0 . o 0 0 1Z UMMy Esml. O • Vd.38ec.Pq.19 O PR.T.C.T. Z N 1/2" IRF C.N. ------------------------------- --- —————— -- ---------- ------------- 1/2" IRS 11 1 50.00' 50.00' 50.00' S0.00' 50.00' 50.00' -- ----- ------------- N 89.50' 4 V W 7.50' i LOT 19 Iz Easwwt LOT 22 LOT 2/ LOT 20 for Put/re un ft1w I Ernestlna Lopez Vol.388c.Pq.19 Preclous 1 Inst.No.D215 0 3 5 111 PR.TG.T. BLOCK Z Real Estate i BLOCK Z WEISENBERGER ADDITION NO.4 Holdings.LLC ' DR.rc.T. WEISENBERGER ADDITION N0.4 VOL 388-C.PG.19 Inst.No D2I7087462 �'—S.S.Easement VOL 388-C.PG.19 PR.T.C.T. DR.T c.T. I wereerNnW PR.T.C.T. Do-No.D152069629 OR.T.C.T. LEGEND: C.M. - CONTROLLING MONUMENT I.R.S. - IRON ROD SET WITH YELLOW PLASTIC CAP STAMPED "LIM ASSOC" I.R.F. - IRON ROD FOUND D.R.T.C.T. - DEED RECORDS,TARRANT COUNTY,TEXAS P.R.T.C.T. - PLAT RECORDS,TARRANT COUNTY. TEXAS SQ. FT. - SQUARE FEET OF AWPA,Mr rAP• EXHIBIT "B" FORT WORTH ..........................:.... 7.5-FOOT DANIEL S. LIM SANITARY SEWER EASEMENT '••° 5322 1,143 SQUARE FEET r'�'Oavr' �rra"+s f r �Ira?m ��� �Q LOT 96BLOCK 2 WEISENBERGER ADDITION NO. 4 & ASSOCIATES, ine. CITY OF FORT WORTH engineering& sumAying consultants TARRANT COUNTY, TEXAS Ll M ;12 N�'e«�ev�Suite 200 SANITARY SEWER REHABILITATION Dallas, Texas 75203 Tel EXHIBIT "B" CONTRACT 94 el `14, 94`-1� . Fax ,4: 942 9881 PAGE 1 OF 1 CITY PROJECT NO.: 100421 D221045958 02/24/2021 09:50 AM Page: 1 of 6 Fee: $39.00 Submitter: Josh Martin Electronically Recorded by Tarrant County Clerk in Official Public Records 1MAA RR,Y LL`o'uISF NICHOLSON COUNTY CLERK NOTICE OF CONFIDENTIALITY RIGHTS: IF YOU ARE A NATURAL PERSON, YOU MAY REMOVE OR STRIKE ANY OR ALL OF THE FOLLOWING INFORMATION FROM THIS INSTRUMENT BEFORE IT IS FILED FOR RECORD IN THE PUBLIC RECORDS: YOUR SOCIAL SECURITY NUMBER OR YOUR DRIVER'S LICENSE NUMBER. CFW Project No. 100421 SS Rehab 94 PARCEL NO. 4 PSFE 1333 East Fogg St Fort Worth TX, 76115 WEISENBERGER ADDITION #4 Block 2 Lot 20 STATE OF TEXAS § § KNOW ALL MEN BY THESE PRESENTS COUNTY OF TARRANT § CITY OF FORT WORTH SEWER FACILITY EASEMENT DATE: 12-Zo 2020 GRANTOR: ERNESTINA LOPEZ GRANTOR'S MAILING ADDRESS (including County): 1333 EAST FOGG ST. FORT WORTH, TARRANT COUNTY, TX 76115 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 200 TEXAS STREET FORT WORTH, TARRANT COUNTY, TX 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. EASEMENT PROPERTY: BEING more particularly described in the attached Exhibits "A" and "B". Grantor, for the consideration paid to Grantor and other good and valuable consideration, hereby grants, sells, and conveys to Grantee, its successors and assigns, an exclusive, perpetual easement for the construction, operation, maintenance, replacement, upgrade, and repair of a Permanent Sewer Line Facility, hereafter referred to as "Facility". The Facility includes all incidental underground and aboveground attachments, equipment and SEWER FACILITY EASEMENT FORT WORTH. Rev.20200227v D221045958 Page 2 of 6 i i appurtenances, including, but not limited to manholes, manhole vents, lateral line connections, pipelines, junction boxes in, upon, under and across a portion of the Easement Property and more fully described in Exhibits "A" and "B" attached hereto and incorporated herein for all pertinent purposes, together with the right and privilege at any and all times to enter Easement Property, or any part thereof,for the purpose of constructing, operating, maintaining, replacing, upgrading, and repairing said Facility. In no event shall Grantor (1) use the Easement Property in any manner which interferes in any material way or is inconsistent with the rights granted hereunder, or (II) erect or permit to be erected within the Easement Property a permanent structure or building, including, but not limited to, monument sign, pole sign, billboard, brick or masonry fences or walls or other structures that require a building permit. However, Grantor shall be permitted to install and maintain a concrete, asphalt or gravel driveway, road or parking lot across the Easement Property. Grantee shall be obligated to restore the surface of the Easement Property at Grantee's sole cost and expense, including the restoration of any sidewalks, driveways, or similar surface improvements located upon or adjacent to the Easement Tract which may have been removed, relocated, altered, damaged, or destroyed as a result of the Grantee's use of the easement granted hereunder. Provided, however, that Grantee shall not be obligated to restore or replace irrigation systems or other improvements installed in violation of the provisions and intended use of this Easement. Under Chapter 21, Subchapter E of the Texas Property Code, as amended, the Grantor or the Grantor's heirs, successors, or assigns may be entitled before the 101h anniversary of the date of this acquisition to repurchase or request certain information about the use and any actual progress made toward the use for which the Easement Property was acquired through eminent domain, and the repurchase price will be the price the Grantee pays Grantor in this acquisition. i TO HAVE AND TO HOLD the above-described easement, together with all and singular the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns forever; and Grantor does hereby bind itself and its successor and assigns to warrant and forever defend all and singular the easement unto Grantee, its j successor and assigns, against every person whomsoever lawfully claiming or to claim the same, or any part thereof. This document may be executed in multiple counterparts, each of which will be deemed an original, but which together will constitute one instrument. When the context requires, singular nouns and pronouns include the plural. [SIGNATURES APPEAR ON THE FOLLOWING PAGE] I SEWER FACILITY EASEMENT FORT WOTFj. Rev.20200227 I D221045958 Page 3 of 6 GRANTOR: ERNESTINA LOPEZ By: Ernestina Lopez GRANTEE: City of Fort Worth By (Signature): 4,-- _ .-1_ _',r (Print Namepteve Cooke Title Property ManagementlDirector APPROVED AS TO FORM AND LEGALITY By (Signature): __._ (Print Name)Matt Murray , Title Assistant City Attorney Ordinance No.24161-04-2020/No M&C (or M&C#) ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF L it rfA.ft § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Ernestina Lopez, Individual , known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of Ernestina Lopez and that he/she executed the same as the act of said Individual for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE i day of nerihv 20, 0. ublic in and for the State of Texas pTFoft0e' SEWER FACILITY EASEMENT FORTWORT�F Rev.20200227 D221045958 Page 4 of 6 I� ACKNOWLEDGEMENT i STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Steve Cooke Property Management Director of the City of Fort Worth, known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of the City of Fort Worth and that he/she executed the same as the act of the City of Fort Worth for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this 29th day of January 12021 . Digitally signed " by Joshua Martin <PRYP�a JOSH MARTIN ?��� Notary Public Notary Public in and for the State of Texas •( �+ STATE OF TEXAS "9T��+P Notary I.D. 13236838-3 eoFS My Comm.Exp.Feb.20,2024 i I i it i SEWER FACILITY EASEMENT FORTWORTIJ. Rev.20200227 D221045958 Page 5 of 6 EXHIBIT "A" 7.5-FOOT SANITARY SEWER EASEMENT 1,143 SQUARE FEET (0.026 ACRES) LOT 20,BLOCK 2, WEISENBERGER ADDITION NO. 4 W.R. LOVING SURVEY,ABSTRACT NO. 948 CITY OF FORT WORTH, TARRANT COUNTY,TEXAS SANITARY SEWER REHABILITATION, CONTRACT 94 CITY PROJECT NO.: 100421 BEING a 1,143 square feet (0.026-acre) tract of land located in the W. R. Loving Survey, Abstract No. 948. Tarrant County, Texas. and being a part of Lot 20. Block 2 of Weisenberger Addition No. 4,an addition to the City of Fort Worth, Tarrant County,Texas,according to the plat thereof recorded in Volume 388-C,Page 19 of the Plat Records of Tarrant County, Texas(P.R.T.C.T.), and also being out of that tract of land conveyed to Ernestina Lopez, according to the deed thereof recorded in Instrument No. D2150351 l l of the Deed Records of Tarrant County, Texas (D.R.T.C.T.) and being more particularly described by metes and bounds as follows: BEGINNING at a 1/2-inch iron rod found at the southwesterly corner said Lot 20,said point also being on the southeasterly corner of Lot 21 of said Block 2, Weisenber Addition No. 4, and said point also being on the northerly right-of-way line of Fogg Street(a 50-foot right-of-way); THENCE North 00 degrees 00 minutes I 1 seconds East, along the common line of said Lots 20 and 21, a distance of 152.47 feet to a'/-inch iron rod found at the common corner of Lots 8, 9, 20 and 21 of said Block 2, Weisenberger Addition No. 4; THENCE South 89 degrees 50 minutes 41 seconds East, along the common line of said Lots 9 and 20, a distance of 7.50 feet to a `,/cinch iron rod set with yellow plastic cap stamped "LIM ASSOC" for corner, THENCE South 00 degrees 00 minutes 1 I seconds West. over and across said Lot 20. a distance of 152.44 feet to a '/2-inch iron rod set with yellow plastic cap stamped"LIM ASSOC" on the northerly right-of-way line of said Fogg Street for corner; THENCE South 89 degrees 54 minutes 07 seconds West, along the southerly line of said Lot 20 and northerly right-of-way line of said Fogg Street,a distance of 7.50 feet to the POINT OF BEGINNING and containing 1,143 square feet or 0.026 acres of land. more or less. BASIS OF BEARING is the State Plane Coordinate System, North American Datum of 1983. Texas North Central Zone 4202. GFT6 �Fq�oy� .. .. 5IANG.W..LIM .... g 5322 P~' PAGE 1 OF 1 D221045958 Page 6 of 6 BLXK 2 LOT 9 WE/SENBERGER ADDITION NO.4 LOT 8 Dron!Clo Lr,na VOL 388-C,PG.19 Inst.No.D216128024 lclo LOT 6 rust.No.o21 P.R.T.C.T. Dlo.D21 Luna6J28C2a D.R.T.C.T. LOT l0 LOT 7 SS.Ecserwnl D.R.T.C.T. SS. Doc.No. 015 206 98 3 0 i2'Ullllly Esmr. 1/2" IRF DR.TLT. Vol.388L,Pq.19 C.M. —————— PR.T6.T. S 89°50' 1" E 7.50' ---------- ---- ---- ------- 50.00' S0.00 50.00' S0.00 50.00 — ---------- ----------- ----- ----- ----- 1/2" IRS L ----------- 0 20 40 7.5—FOOT l2'Ecsemenf f for Publlc UNlltles SANITARY SEWER EASEMENT Vol. 388-'.Pg.i9 1,143 SQ. FT. S.S.nrerl. n' P.R.T.C.T. SCALE: 1"-40' � lCenrerllne) (0.026 ACRES) Doc.No.0152oe9829 D.R.TL.T. LOT 21 LOT 22 Preclous LOT 20 Real Es1cte Holdings,LLC LOT 19 1nst.N0.D2J7087482_ � ErnesNna Lopez D.R.T.C.T, 1' Inst.No.D2150J5111 c j 104 D.R.T.C.T. 1 W 1) 1 03 BLOCK 2 BLACK 2 WE/SENBERGER ADDITION N0.4 0 o WE/SENBERGER ADDITION NO.4 VOL 388-C,PG.19 0 ` a VOL 388-C,PG.19 P.R.T.C.T. o o P.R.T.C.T. z N 1/2" IRF C.M. 1/2" IRS 1/2" IRF 1/2" IRF 50.00' 50.00' _ 50.00' 42.50' c.M. 50.00' C.M. 50.00' 1/2" IRF —— —_ 1/2" IRF C.M. C.M. S 89"54' 07" W 7.50' POINT OF BEGINNING FOGG STREET (W IRO.W.) LEGEND: .SE- OF T C.M. - CONTROLLING MONUMENT £iTi'•,y I.R.S. - IRON ROD SET WITH YELLOW PLASTIC CAP STAMPED "LIM ASSOC" "°............... ..•:... I.R.F. - IRON ROD FOUND SIANG W. L+(� D.R.T.C.T. - DEED RECORDS,TARRANT COUNTY, TEXAS o .................. P.R.T.C.T. - PLAT RECORDS,TARRANT COUNTY, TEXAS 90 53Z2�,P;' SQ.FT. - SQUARE FEET P14DP4PE0 Fa?' U Fq EXHIBIT "B" 7.5-FOOT SANITARY SEWER EASEMENT 1,143 SQUARE FEET arr Or Fa4r woRTH (0.026 ACRES) XW 0? AS�r r N LOT 20, BLOCK 2 WEISENBERGER ADDITION NO. 4 $ ASSOCIATES, inc, CITY OF FORT WORTH •ter&+—Wins TARRANT COUNTY, TEXAS Ll M � xnwm z$'.ro` &me 2w SANITARY SEWER REHABILITATION TTel. � , Fm(014)942 , EXHIBIT "B" CONTRACT 94 PAGE 1OF 1 CITY PROJECT NO.: 100421 Page 1 of 6 D220246579 91281202010:02 AM PGS 6 Fee: $39.00 Submitter: AVENU Electronically Recorded by Tarrant County Clerk in Official Public Records Mary Louise Nicholson i NOTICE OF CONFIDENTIALITY RIGHTS: IF YOU ARE A NATURAL PERSON, YOU MAY REMOVE OR STRIKE ANY OR ALL OF THE FOLLOWING INFORMATION FROM THIS INSTRUMENT BEFORE IT IS FILED FOR RECORD IN THE PUBLIC RECORDS: YOUR j SOCIAL SECURITY NUMBER OR YOUR DRIVER'S LICENSE NUMBER. CFW Project No. 100421 SS Rehab 94 PARCEL NO. 5 PSFE 1325 E Fogg St Fort Worth TX, 76115 WEISENBERGER ADDITION #4 Block 2 Lot 21 STATE OF TEXAS § § KNOW ALL MEN BY THESE PRESENTS COUNTY OF TARRANT § CITY OF FORT WORTH SEWER FACILITY EASEMENT DATE: VII a) tr GRANTOR: PRECIOUS REAL ESTATE HOLDINGS LLC GRANTORS MAILING ADDRESS (including County): I, 1915 LEGENDARY REEF WAY ST PAUL, COLLIN COUNTY, TX 75098 i GRANTEE: CITY OF FORT WORTH i GRANTEE'S MAILING ADDRESS (including County): 200 TEXAS STREET FORT WORTH, TARRANT COUNTY, TX 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. EASEMENT PROPERTY: BEING more particularly described in the attached Exhibits "A" and "B" Grantor, for the consideration paid to Grantor and other good and valuable consideration, hereby grants, sells, and conveys to Grantee, its successors and assigns, an exclusive, perpetual easement for the construction, operation, maintenance, replacement, upgrade, and repair of a Permanent Sewer Line Facility, hereafter referred to as "Facility". The Facility SEWER FACILITY EASEMENT l FO RT�YURT . Rev.20200227 i Page 2 of 6 includes all incidental underground and aboveground attachments, equipment and appurtenances, including, but not limited to manholes, manhole vents, lateral line connections, pipelines, junction boxes in, upon, under and across a portion of the Easement Property and more fully described in Exhibits "A" and "B" attached hereto and incorporated herein for all pertinent purposes, together with the right and privilege at any and all times to enter Easement Property, or any part thereof, for the purpose of constructing, operating, maintaining, replacing, upgrading, and repairing said Facility. In no event shall Grantor (1) use the Easement Property in any manner which interferes in any material way or is inconsistent with the rights granted hereunder, or (II) erect or permit to be erected within the Easement Property a permanent structure or building, including, but not limited to, monument sign, pole sign, billboard, brick or masonry fences or walls or other structures that require a building permit. However, Grantor shall be permitted to install and maintain a concrete, asphalt or gravel driveway, road or parking lot across the Easement Property. Grantee shall be obligated to restore the surface of the Easement Property at Grantee's sole cost and expense, including the restoration of any sidewalks, driveways, or similar surface improvements located upon or adjacent to the Easement Tract which may have been removed, relocated, altered, damaged, or destroyed as a result of the Grantee's use of the easement granted hereunder. Provided, however, that Grantee shall not be obligated to restore or replace irrigation systems or other improvements installed in violation of the provisions and intended use of this Easement. Under Chapter 21, Subchapter E of the Texas Property Code, as amended, the Grantor or the Grantor's heirs, successors, or assigns may be entitled before the 10Ih anniversary of the date of this acquisition to repurchase or request certain information about the use and any actual progress made toward the use for which the Easement Property was acquired through eminent domain, and the repurchase price will be the price the Grantee pays Grantor in this acquisition. TO HAVE AND TO HOLD the above-described easement, together with all and singular the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns forever; and Grantor does hereby bind itself and its successor and assigns to warrant and forever defend all and singular the easement unto Grantee, its successor and assigns, against every person whomsoever lawfully claiming or to claim the same, or any part thereof. This document may be executed in multiple counterparts, each of which will be deemed an original, but which together will constitute one instrument, When the context requires, singular nouns and pronouns include the plural. [SIGNATURES APPEAR ON THE FOLLOWING PAGE] SEWER FACILITY EASEMENT FO TWO T . Rev.20200227 � Page 3 of 6 GRANTOR: PRECIOUS REAL ESTATE HOLDINGS LLC A Texas Limited Liability Company By: Marinus Ng Mana in ctor GRANTEE: City ort WVorth By (Signature) (Print Name) Steve Cooke,iA ypertyiWnagemeat Dimftr APPROVED AS TO FORM AND LEGALITY By (Signature):A13LtM r :o20 .C-cc-1 r (Print Name) Matt Murray Title Assistant City Attorney Ordinance No.24161-04-2020/No M&C(or M&C#) ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF Tarrant § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Marinus Ngu, Managing Director of Precious Real Estate Holdings. LLC, known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of Marinus Ngu and that he/she executed Me same as the act of said Entity for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of 20_ Digitally signed by Joshua Martin �aFVP 6 JOSH MARTIN Date: 2020.08.04 14:24:59 -05'00' Nota* ATE OF TEXAS Notary y Public STATE Nota Public in and for the State of Texas• 'FoFP Notary I.D. 13236838-3 M Comm.Exp.Feb.20,2024 SEWER FACILRY EASEMENT FORT WORD. Rev 20200227 141 Page 4 of 6 ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared Steve Cooke, Property Management Director of the City of Fort Worth, known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of the City of Fort Worth and that he/she executed the same as the act of the City of Fort Worth for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE,this r day of ►w , 20 24. + Notary blic in and for the State of Texas ``►puH►►►►uve,, ``, aA sac,ti�•,,, j '�� } it { { I �I I it Page 5 of 6 EXHIBIT "A" 7.5-FOOT SANITARY SEWER EASEMENT 1,144 SQUARE FEET (0.026 ACRES) LOT 2t, BLOCK 2, WEISL'NBERGER ADDITION NO. 4 W.R. LOVING SURVEY,ABSTRACT NO. 948 CITY OF FORT WORTH, TARRANT COUNTY,TEXAS SANITARY SEWER REHABILITATION, CONTRACT 94 CITY PROJECT NO.: 100421 BEING a 1,144 square feet (0.026-acre) tract of land located in the W. R. Loving Survey, Abstract No. 948, Tarrant County, Texas, and being a part of Lot 21, Block 2 of Weisenberger Addition No. 4,an addition to the City of Fort Worth,Tarrant County,Texas,according to the plat thereof recorded in Volume 388-C, Page 19 of the Plat Records of Tarrant County,Texas(P.R,T.C.T.), and also being out of that tract of land conveyed to Precious Real Estate Holdings, LLC,according to the deed thereof recorded in Instrument No. D217087482 of the Deed Records of Tarrant County, Texas(D.R.T.C.T.) and being rnore particularly described by metes and bounds as follows: BEGINNING at a %z-inch iron rod found at the southeasterly corner said Lot 21, said point also being the southwesterly corner of Lot 20 of said Block 2, Weisenberger Addition No. 4, said point also being on the northerly right-of-way line of Fogg Street(a 50-foot right-of-way); THENCE South 89 degrees 54 minutes 07 seconds West, along the southerly line of said Lot 21 and the northerly right-of-way line of said Fogg Street, a distance of 7.50 feet to a 1/'2-inch iron rod set with yellow plastic cap stamped"LIM ASSOC" for corner; THENCE North 00 degrees 00 minutes l I seconds East, over and across said Lot 21, a distance of 152.51 feet to a ''/2-inch iron rod set with yellow plastic cap stamped"LIM ASSOC" on the common line of Lots 8 and 21 of said Block 2, Weisenberger Addition No. 4 for corner; THENCE South 89 degrees 50 minutes 41 seconds East, along the common line of said Lots 8 and 21, a distance of 7.50 feet to a /cinch iron rod found at the common corner of Lots 8, 9, 20 and 21 of said Block 2, Weisenberger Addition No. 4; THENCE South 00 degrees 00 minutes 11 second West, along the common line of said Lots 20 and 21, a distance of 152.47 feet to the POINT OF BEGINNING and containing 1,144 square feet or 0.026 acres of land, more or less. I BASIS OF BEARING is the State Plane Coordinate System, North American Datum of 1983,Texas North Central Zone 4202. tO�FR SIANG W.. ...; LIM �........... ,.. PAGE 1 OF I I Page 6 of 6 BLOCK 2 WEISE11BERGER ADDff/OiV NO.4 I LOT 9 VOL 388-G,PG.19 Lor 8 I Dlonlcic Luna PRIL.T. lnsl.No.D216128024 Dlonlclo Lino i DR.TC.T. 1DT to LOT 6 LOT 7 lost.Ho.D216126024 OR.TC.T. I 55.£asarord I Lcaaerttxl rr u"xry£sar. I aw-Na IX5206983a vow. 388C.Po.0 I OR.rt.T. PR.r,L:T. I S 89.50' 41' E 7.50' - ---------- -------- -- 50.00' 50.00' 50,001 1/2"IRs I 50.00' 50.00, — ---------- ---------------- --- ------- — ----------- I 0 20 40 7.5-FOOT 11/2'IRF 12,Edsertew C.M. rar Pubrwclllw"Ilas SANITARY SEWER EASEMENT vol.388C,Pp,l9 1,944 SQ. FT. ;�SS.E05C 9 PA•TC.T. SCALE: 1"-40' ' °�'"°arm(0.026 ACRES) I OR.TL.T. I I I LOl 22 LOT 21 LOT 20 LOT 19 I Preclous Ln I ^ Ernesllna Lopez Real Estate c j 'd 1nst.No.021503-50 HoldlrVs,LLC u I� DR.TG.T. 1 ,No.D217067482 1 ul OR,TC.T. W I 13 BLOCK 2 WEISENBERGER KA0LVr10N NO.4 I o WEISENBERGER ADDITION NO.4 VOL 388-C,PG.19 C) I V0L 388-lC,PG.19 PR.T.C.T. Z o PR.T C.T. I ' I y 1/2"IRS I 1/2"IRF 1/2"IRF 1/2"IRF 50.00' 50,00' 42.50' I 50.00' C.M. 50.00' c•M, 50.00' 1/2"IRF r— —— 112_IRF r r r rC Cr y C.M. C.M. / OGG STREET S 89.54'07" w 7,50-- ; ; POINT OF BEGINNING Raw. OF LEGEND; C.M. - CONTROLLING MONUMENT I.R.S. - IRON ROD SET WITH YELLOW PLASTIC "'iA�1G,W. L(M CAP STAMPED "LIM ASSOC" "—. ..............•••••• I.R.F. - IRON ROD FOUND '•, p 5322�?�;' D.R.T.C.T. - DEED RECORDS,TARRANT COUNTY,TEXAS 9 •.��gg�0,.•�� P.R T. TUEEEEDS, TARRANT COUNTY,TEXAS SQ. PLAT tiQ SU AWPAWV fZW EXHIBIT "B„ ORT WO 7.5-FOOT SANITARY SEWER EASEMENT 044 SQUARE FEET arrr or rwr#wm (0.026 ACRES) xm 77AVatkavrav snawr L O T 21, BLOCK 2 fzwr r►a47M rExAr XV.? WEISENBERGER ADDITION NO. 4 & ASSOCIATM inc. CITY OF FORT WORTH Ll TARRANT COUNTY, TEXAS M Tmdf7°' 00 �� SANITAR EWER REHABILITATION "a K z m sa�«a,a�.aoo D�T�eb Set �,,�,,, EXHIBIT "B" CONTRACT 94 PAGE 1 OF 1 CITY PROJECT NO.., 100421 jj ELVA WARREN STREET CONC.MON.FND. 1/2" RF (W R.O.W.) C.M. C.M. LOT 12 58.00' 5 .0 80' 58.00, 58.00, 29.00' 29.00' o o ILOCK 29 LOT 48 = 00 1 WEISENBERGER SUNNY HILL GARDEN AWFION Alfonso Rodriguez 0 VOL 388-B,PG.192 Inst.No. Q P.R.TL.T. D201310802 Q o o D.R.T.C.T. o 0 0 0 O o 0 0 0 0 0 2 o 0 0 ui l� t 0 r�i r�i t 0 o0 00 cc ii 00 00 00 W O N N N 0 30 60 LOT 4A Z C LOT / LOT 2 LOT 3 Alfonso Rodriguez LOT 5A LOT 58 .�. Luis Bretado Luls Bretado Inst.No. SCALE: 1"'60' Q3_ �L. Vol.12406,Pg.1282 Vol.12406,Pg.1282 Luls Prieto D202367242 W D.R.T.C.T. D.R.T.C.T. lest. No. D.R.T.C.T. LOT 6 LOT 7 W J O D210013414 0 p Esteban Encinas o /solos Vazquez 7 D.R.Tf.T. & Marla Encinas Vol.1I857,Pg.199 P.O.C. 16235, Vol.D.R.T.C.T. D.R.T.C.T. H D.R.T.C.T. 3 58.00' 58.00' __ 58.00' _ 58.00' 29.00' 29.00' _ 58.00' _ 58.00' L1 01 —P.O.B. MERRIWEATHER IRS L3 , IRS AVENUE IRS (60'R.O.W.) ^ .IRS L5 J 15—FOOT City Of Fort worth SANITARY SEWER EASEMENT "rroct l' LOT /4 1 [7A 5,101 SQ. FT. Vol.2386.Pg.421 (0.117 ACRES) D.R.T.C.T. o CARTER PARK Qcli . A� 4 W LINE TABLE ca v� L1 N 89°11'28" E 25.83' tu to L2 S 00°08 38 E 28.31' Qll` L3 N 89°17' 26" E 340.02' L4 S 000 42'34" E 15.00' LEGEND* L5 S 89°17' 26" W 340.16 C.M. - CONTROLLING MONUMENT L6 N 000 08'38" W 15.00' I.R.S. - IRON ROD SET WITH YELLOW PLASTIC L7 S 00°08' 38" E 28.27' CAP STAMPED "LIM ASSOC" I.R.F. - IRON ROD FOUND D.R.T.C.T. - DEED RECORDS,TARRANT COUNTY,TEXAS P.R.T.C.T. - PLAT RECORDS,TARRANT COUNTY, TEXAS SQ. FT. - SQUARE FEET EXHIBIT "B" PAFRWm Fa4% P�E`O ETF+ 15-FOOT FORTWORT y:� a's SANITARY SEWER EASEMENT 5,101 SQUARE FEET DANIEL S. LIM (0.117 ACRES) ......................:... OUT OF THE' arrr ar Fcwr#rwril '4 5322 oll%"rov snewr p6F orP' W/LLIAM R. LOVING SURVEY Xw 7hlP r` rAS- Sua ABSTRACT NO. 948 &.ASm §p CIATES nc. CITY OF FORT WORTH e� ee nnngeunmying aonsu TARRANT COUNTY, TEXAS TBPELS Engineering Farm F-32 SANITARY SEWER REHABILITATION TBPELS Surveying Firm 10123s-00 June 14, 2021 1112 N Zang Boulevard, Suite 200 CONTRACT 94 Dallas, Texas 75203 Tel. (214) 942-1888 - Fax (214) 942-9881 EXHIBIT "B" CITY PROJECT NO.: 100421 PAGE 10F 1 PARCEL NO. 7 EXHIBIT "A" 15-FOOT SANITARY SEWER EASEMENT 5,101 SQUARE FEET (0.117 ACRES) WILLIAM R. LOVING SURVEY, ABSTRACT NO. 948 CITY OF FORT WORTH, TARRANT COUNTY, TEXAS SANITARY SEWER REHABILITATION, CONTRACT 94 CITY PROJECT NO.: 100421 PARCEL NO. 7 BEING a 5,101 square feet (0.1 17-acres) tract of land located in the William R. Loving Survey, Abstract No. 948, Tarrant County, Texas, and being out of that tract of land conveyed to the City of Fort Worth, Texas, according to the deed thereof recorded in Volume 2386, Page 421 of the Deed Records of Tarrant County, Texas (D.R.T.C.T.) and being more particularly described by metes and bounds as follows: COMMENCING at the point of intersection of the easterly right-of-way line of Joe Frazier Road (50-foot right-of-way) with the northerly right-of-way line of Merriweather Avenue (60-foot right- of-way),said point also being the southwesterly corner of Lot 1, Block 29 of the Weisenberger Sunny Hill Garden Addition, an addition to the City of Fort Worth, Texas, according to the plat thereof recorded in Volume 388-B, Page 192 of the Plat Records of Tarrant County, Texas; THENCE North 89°1 1' 28" East, departing the easterly right-of-way line of said Joe Frazier Road, and along the northerly right-of-way line of said Merriweather Avenue, same being the southerly line of said Lot 1, a distance of 25.83 feet to the northeasterly corner of said Merriweather Avenue, also being the northwesterly corner of said City of Fort Worth tract; THENCE South 00°08'38" East,along the easterly line of said Merriweather Avenue and the westerly line of said City of Fort Worth tract, a distance of 28.31 feet to a '/z-inch iron rod set with yellow plastic cap stamped "LIM ASSOC" for the POINT OF BEGINNING of the herein described tract of land; THENCE North 89017' 26" East, departing the easterly line of said Merriweather Avenue and the westerly line of said City of Fort Worth tract, over and across said City of Fort Worth tract, a distance of 340.02 feet to a %-inch iron rod set with yellow plastic cap stamped "LIM ASSOC" for corner; THENCE South 00042' 34" East, continuing over and across said City of Fort Worth tract, a distance of 15.00 feet to a %-inch iron rod set with yellow plastic cap stamped "LIM ASSOC" for corner; THENCE South 89'1 T 26" West, continuing over and across said City of Fort Worth tract, a distance of 340.16 feet to a ''/2-inch iron rod set with yellow plastic cap stamped "LIM ASSOC" in the easterly line of said Merriweather Avenue and the westerly line of said City of Fort Worth tract for corner; THENCE North 00008'38" West, along the easterly line of said Merriweather OF I-,, Avenue and the westerly line of said City of Fort Worth tract, a distance of A. 15.00 feet to the POINT OF BEGINNING and containing 5,101 square feet ••••.• ..................•.•••• or 0.1 17 acres of land, more or less. DANIEL S. LIM 5322 BASIS OF BEARING is the State Plane Coordinate System, �9�o SUR North American Datum of 1983, Texas North Central Zone 4202. PAGE I OF I June 14, 2021 got i4 car IAj /5 Lo ak Lo ��Qb.� N ~a:Ll � WNW �00 � C i co 00 h O J 0 50 100 ��n 1/2" IRF G\ �J C.M. 6 1/2" IRF SCALE: 1"-100' el�p Q� �0• C.M. /2" IRF C.M. 1/2" IRF ,•[j � GV°.� �1*e G� C.M. J-�\ti�.l,�. o,, S.0\34 f� ' 0. �0 1 h Sit e 36, �0 1/2" IRF 22 J� + 5 2��5�Q C.M. V° ,/ /2" IRF G i C.M. �� �• 1/2" IRS CUT "X" SET .2-01� A 1/2" IRF ej e 145 5 C.M. �9�Q� ? /2" IRF 1/2" IRS 5 fi956 5 A" ° C.M. rL CG q l' . . 2 -' 2C.M' IRF o�.� CARTER PARK o 90��► >>g , h �� <1 1�1 Cliy Of Fort Worth „Tract 2' Cb �� v �N e�� Vol.2386.Pg.421 D.R.T.C.T. C.M.1/2' IRF M. \ s� o�N o h� 15-FOOT C C7 SANITARY SEWER EASEMENT 1/2" IRF O� /2" IRF 49,388 SQ. FT. C.M. ��K' C.M. (1.134 ACRES) LEGEND: MATCH LINE - SEE PAGE 4 C.M. - CONTROLLING MONUMENT I.R.S. - IRON ROD SET WITH YELLOW PLASTIC CAP STAMPED " I.R.F. - IRON ROD FOUNDIM ASSOC" EXHIBIT ##B" D.R.T.C.T. - DEED RECORDS, TARRANT COUNTY, TEXAS 15-FOOT SQ. FT. - SQUARE FEET P.R.T.C.T. ES, TARRANT COUNTY, TEXAS SANITARY SEWER EASEMENT 49,388 SQUARE FEET AMRARED Fa4 �p,� Os'T F RF4. (1.134 ACRES) FORT WORTH .................................y'� °'�' OUT OF THE' LOUTS COHEN SURVEY DANIEL S. LIM ABSTRACT NO. 290 'q 532;Y­ AND THE arr or raPr#rwr# -y 0 E s s l o�P'- L OUIS WETMORE SURVEY MIX r1ky0ee"rav srt�r '�'o'sVa ABSTRACT N0. 1649 FaQr wavnK Mr"7sx�t CITY OF FORT WORTH & ASSOCIATES, inc. TARRANT COUNTY, TEXAS l M 1112engineering & surue ing consultants SANITARY SEWER REHABILITATION TBPN3 Zang Boulevard Suite 200 Aug. 25, 2020 CONTRACT 94 Dallas -eras 75203 EXHIBIT "B" CITY PROJECT NO.: 100421 Ted. (21 4) 942-166e a Fax '214) 942-98e1 PAGE 5 OF 5 PARCEL NO. 6 MATCH LINE - SEE PAGE 5 1/2" IRF 2 or C.M. /� L r0 / V ' C.M. IRF 461 a���V 0 eg' �► o � �o O 1 � Pt�P�0. Von �jP lh / �`' ��✓ �0 `� 0 50 100 y�G� N0 i c1 c�0 �M. IRF ° �� �� �� CARTER PARK SCALE: 1"-100' 1/2" IRF Q' �� Gj C.M. Joy 0� City 01' Fort Worth "Tract 2" Vol.2386,Pg.421 11 `� D.R.T.C.T. /2" IRS 15-FOOT SANITARY SEWER EASEMENT n \ L' 49,388 SQ. FT. o m � .`� ,'� (1.134 ACRES) 5� o VA m Ah. do QU\ rn 'Ell s \ MATCH LINE - SEE PAGE 3 LEGEND: C.M. - CONTROLLING MONUMENT I.R.S. - IRON ROD SET WITH YELLOW PLASTIC EXHIBIT ��B�� CAP STAMPED "LIM ASSOC" I.R.F. - IRON ROD FOUND 15—FOOT D.R.T.C.T. - DEED RECORDS, TARRANT COUNTY, TEXAS SANITARY SEWER EASEMENT P.R.T.C.T. - PLAT RECORDS, TARRANT COUNTY, TEXAS 49,388 SQUARE FEET SQ. FT. - SQUARE FEET AWPAMW FQP. (L 134 ACRES) OUT OF THE FORT WORTH LOUIS COHEN SURVEY ABSTRACT NO. 290 AND THE aTY arFCWT NCWrf/ LOUIS WETMORE SURVEY 6wr'h' Tz"m T ABSTRACT NO. 1649 CITY OF FORT WORTH & ASSOCIATES,a inc. TARRANT COUNTY, TEXAS engineering Ll M TBPLS Reg. 107236-00 SANITARY SEWER REHABILITATION 7179 N, Za-g Bailevard, S.,ile 200 CONTRACT 94 Dallas Texas rs203 EXHIBIT "B" CITY PROJECT NO.: 100421 el. tzta 9421888 Fax iz a; saa-seat PAGE 4 OF 5 PARCEL NO. 6 MATCH LINE - SEE PAGE 4 41dpp C) 0, \C:) 6 0 50 100 � SCALE: 1"-100' �ti�,tiy�5 P9 c^ 15-FOOT _` SANITARY SEWER EASEMENT \ ����� �A �,\ 0 49,388 SQ. FT. a (1.134 ACRES) 00 0 N� CARTER PARK m Clry Cr Fort worth 'Tract 2" IR \ Vol.2386,Pg.421 C.M.C.M � yy Esmt 5 , D.R.T.C.T. 10'3 to t45 P 9 O ? ����1 2 1/2" IRS 1/2" IRS W N � o � N (o APPROXIMATE ABSTRACT LINE _ �' APPROXIMATE ABSTRACT LINE -------------------- ---- ----�--- -- 00� : v, --------------------- o ov- g S CONes T Np. �"� °' 0'-0 LO�A�Q R� LOT F0� N N_ 1 LEGEND: MATCH LINE - SEE PAGE 2 C.M. - CONTROLLING MONUMENT I.R.S. - IRON ROD SET WITH YELLOW PLASTIC EXHIBIT "B'� CAP STAMPED "LIM ASSOC" I.R.F. - IRON ROD FOUND 15-FOOT D.R.T.C.T. - DEED RECORDS, TARRANT COUNTY, TEXAS SANITARY SEWER EASEMENT SQ. FT.P.R.T.C.T. - SQUAREEFEEDS, TARRANT COUNTY, TEXAS 49,388 SQUARE FEET PRfPAfM Fa?. (1.134 ACRES) OUT OF THE' FORT WORTH L OUIS COHEN SURVEY ABSTRACT NO. 290 AND THE Orr ar ravr#VW/W L OUIS WETMORE SURVEY ' 6wr� TaV,-" T ABSTRACT NO. 1649 CITY OF FORT WORTH m & ASSOCIATES, inc. TARRANT COUNTY, TEXAS engineering & surveynng consultants SANITARY SEWER REHABILITATION 7'BPLS Reg. 101236-00 L12 N. Zang BOJlevwd, S,xe 200 CONTRACT 94 l. ( texas 15203 Tel. z al 942 1888 . Fax Iz a EXHIBIT 11B" CITY PROJECT NO.: 100421 saz-seal PAGE 3 OF 5 PARCEL NO. 6 MATCH LINE - SEE PAGE 3 o ES 52 A � 15'vt1\itYS pg. vo\. IB� S <0 1/2" IRF fi w— 0 \ RR e(e C.M. `��r o• RpS RIGNAo, R O'W.) Ln o C7 0 50 100 rn 1/2" IRF W C.M. e SCALE: V-100' 00 A CARTER PARK 1,A0 � O city Of Fort worth rn "Tract 2" D p(v E 1/2"M IRF G�� v _ N Vol.2386.Pg.421 EA D.R.T.C.T. G� oRDW) rn I 1/2' IRF C.M. 15-FOOT cP�,: cP ` SANITARY SEWER EASEMENT 49,388 SQ. FT. (1.134 ACRES) � J W r ` 1 CO W N D MATCH LINE - SEE PAGE 1 LEGEND: C.M. - CONTROLLING MONUMENT I.R.S. - IRON ROD SET WITH YELLOW PLASTIC EXHIBIT "B" CAP STAMPED "LIM ASSOC" I.R.F. - IRON ROD FOUND 15-FOOT D.R.T.C.T. - DEED RECORDS, TARRANT COUNTY, TEXAS SANITARY SEWER EASEMENT SQ. FT.P.R.T.C.T. - SQUAREEFEEDS, TARRANT COUNTY, TEXAS 49,388 SQUARE FEET HPEP.4RM FaV' (1.134 ACRES) OUT OF THE FORT WORTH LOUIS COHEN SURVEY ABSTRACT NO. 290 AND THE arr or Fafr#VwrY LOUIS WETMORE SURVEY )VW jae�ill TEXAS 7WAaV 6,n T avr ABSTRACT NO. 1649 CITY OF FORT WORTH & ASSOCIATES, inc. TARRANT COUNTY, TEXAS engineering & surveying consultantsLl M TBPLS Reg. 1072:36-00 SANITARY SEWER REHABILITATION 1112 N. Zaig Bojlevard Site 200 CONTRACT 94 Dallas, sz°3 T EXHIBIT OOB" CITY PROJECT NO.: 100421 Tel. z,4)a; 942 svz 1sas Fax \ziv; sae-see, PAGE 2 OF 5 PARCEL NO. 6 MATCH LINE - SEE PAGE 2 N LOT 33 6 W 1/2" IRF C.M. AlP l ,1 0 )Ne1 LOT 34 1 m 1/2" IRF n / C.M. W /Q �, O O d) AN 1/2" IRS N /1/2" IRF V` Cj ' - h M. 0 ���9 �y �, vz^ IRS 0 50 100 -510 0 1. �� V � Q SCALE: 1"-100' 0- '(p- /2" IRF CX .M. � 15 -FOOT� NQ X-')o 1oI N SANITARY SEWER EASEMENT • �' ems, ti 49,388 SQ. FT. IRF °h �°i (1.134 ACRES) 110, C.M. A0 Vol Q 1/2" IRF J�$ C.M. IP G P.O.B. � o 1/2" IRS �o�`_Q(V� CARTER PARK Cf 1/2" IRS , oV\7 f�� Clfy OTraci 2f Fort Worth Q 7 O. y ♦ V Vo1.2386,Pg.421 ` �►40 0�O�I� �je D.R.T.C.T. J LEGEND, C.M. - CONTROLLING MONUMENT I.R.S. - IRON ROD SET WITH YELLOW PLASTIC EXHIBIT "B" CAP STAMPED "LIM ASSOC" I.R.F. - IRON ROD FOUND 15-FOOT D.R.T.C.T. - DEED RECORDS, TARRANT COUNTY, TEXAS SANITARY SEWER EASEMENT SQ.FT.P.R.T.C.T. - SQUAREEFEEDS, TARRANT COUNTY, TEXAS 49,388 SQUARE FEET (1.134 ACRES) OUT OF THE' FORT WORTH LOUIS COHEN SURVEY ABSTRACT NO. 290 AND THE 07Y ar Fa4T#rlwr// LOUIS WETMORE SURVEY 6W7-#MH ErAis r ABSTRACT NO. 1649 CITY OF FORT WORTH & ASSOCIATES,consultants inc. TARRANT COUNTY, TEXAS engineering TBPLS Reg. 102236�00 SANITARY SEWER REHABILITATION 1117 N. Zaig Bo.ilevard S.iite zoo CONTRACT 94 °allw Texas /b203 EXHIBIT "B" CITY PROJECT NO.: 100421 Tel, (214) 942 1888 • Fax (214) 947-9881 PAGE 10F 5 PARCEL NO. 6 THENCE North 690 25' 20" East, continuing over and across said City of Fort Worth tract, a distance of 58.97 feet to a cut-V set for corner; THENCE South 200 34'40" East, continuing over and across said City of Fort Worth tract, a distance of 15.00 feet to a cut"V set for corner; THENCE South 690 25'20" West, continuing over and across said City of Fort Worth tract, a distance of 56.53 feet to a '/2-inch iron rod set with yellow plastic cap stamped "LIM ASSOC" for corner; THENCE South 500 58'40" West, continuing over and across said City of Fort Worth tract, a distance of937.17 feet to a %2-inch iron rod set with yellow plastic cap stamped "LIM ASSOC" for corner; THENCE South 190 47' 16" East, continuing over and across said City of Fort Worth tract, a distance of 769.01 feet to a ''/2-inch iron rod set with yellow plastic cap stamped "LIM ASSOC" for corner; THENCE South 130 16' 56" East, continuing over and across said City of Fort Worth tract, a distance of 1,016.92 feet to a %2-inch iron rod set with yellow plastic cap stamped "LIM ASSOC" for corner; THENCE South 50' 52' 34" West, continuing over and across said City of Fort Worth tract, a distance of 510.24 feet to a '/2-inch iron rod set with yellow plastic cap stamped "LIM ASSOC" in the northeasterly right-of-way line of said Union Pacific Railroad for corner; THENCE North 370 38' 16" West, along the northeasterly right-of-way line of said Union Pacific Railroad, a distance of 15.01 feet to the POINT OF BEGINNING and containing 49,388 square feet or 1.134 acres of land, more or less. BASIS OF BEARING is the State Plane Coordinate System, North American Datum of 1983, Texas North Central Zone 4202. %o ERl+7 ............................... DANIEL S. LIM ° 5322 SUR % Aug. 25, 2020 PAGE 2OF2 EXHIBIT "A" 15-FOOT SANITARY SEWER EASEMENT 49,388 SQUARE FEET (1.134 ACRES) LOUIS COHEN SURVEY,ABSTRACT NO. 290 AND LOUIS WETMORE SURVEY,ABSTRACT NO. 1649 CITY OF FORT WORTH, TARRANT COUNTY, TEXAS SANITARY SEWER REHABILITATION, CONTRACT 94 CITY PROJECT NO.: 100421 PARCEL NO. 6 BEING a 49,388 square feet (I.I34-acres) tract of land located in the Louis Cohen Survey, Abstract No. 290 and the Louis Wetmore Survey, Abstract No. 1649, Tarrant County, Texas, and being out of that tract of land conveyed to the City of Fort Worth, Texas, according to the deed thereof recorded in Volume 2386, Page 421 of the Deed Records of Tarrant County, Texas (D.R.T.C.T.) and being more particularly described by metes and bounds as follows: BEGINNING at a '/2-inch iron rod set with a yellow plastic cap stamped "LIM ASSOC" at the most southerly corner of Block 1 of Oakridge Terrace, an addition to the City of Fort Worth, Texas, according to the plat thereof recorded in Volume 388-39, Page 7, Volume 388-45, Page 52, Volume 388-24, Page 55, of the Plat Records of Tarrant County, Texas (P.R.T.C.T.), said point also being in the northeasterly right-of-way line of Union Pacific Railroad Company (180-foot right-of-way), and also being a westerly corner of said City of Fort Worth tract; THENCE North 500 52' 34" East, departing the northeasterly right-of-way line of said Union Pacific Railroad, and along the common line of said Oakridge Terrace Addition and said City of Fort Worth tract, a distance of 500.45 feet to a %2-inch iron rod set with yellow plastic cap stamped "LIM ASSOC" for corner; THENCE North 130 16' 56" West, continuing along said common line of said Oakridge Terrace Addition and City of Fort Worth tract, a distance of 1,006.67 feet to a '/2-inch iron rod set with yellow plastic cap stamped "LIM ASSOC" for corner; THENCE North 190 47' 16" West, continuing along said common line of said Oakridge Terrace Addition and City of Fort Worth tract, a distance of 778.81 feet to a ''/z-inch iron rod set with yellow plastic cap stamped "LIM ASSOC" for corner; THENCE North 500 58'40" East,departing said common line of Oakridge Terrace Addition and City of Fort Worth tract, over and across said City of Fort Worth tract, a distance of 950.26 feet to a ''/z- inch iron rod set with yellow plastic cap stamped "LIM ASSOC" for corner; PAGE 1 OF 2 are not limited to, scaring of the trunk into the cambial layer greater than 2" but less than 1/3 of the trunk circumference or breaking of limbs more than 2" in diameter but less than 1/3 trunk caliper. Moderate damage shall also include compaction of soil,grading or filling in 20%of the CRZ on one of four sides but outside the 50%radius of the CRZ,or disposing of paint or concrete within 50% radius of the CRZ,. Moderate damages shall be calculated at a rate of%z the assessed value of the tree per each instance of damage. 1.8. Severe damage or removal of trees is subject to a penalty of$200 per diameter inch of trees removed or damaged for trees less than 30" DBH and $400 per diameter inch of trees 30" DBH or greater. Severe damage or removal shall include, but is not limited to, scaring of the trunk to the cambial layer greater than 1/3 the trunk circumference,uprooting or causing a tree to lean,or damage to a scaffolding branch or branch greater than 1/3 of trunk caliper. Severe damage shall also include compaction of soil, grading or filling more than 20% of the CRZ, or within 50% radius of the CRZ or on more than one of 4 sides. Cutting 1/3 of the buttress roots within 3 times the distance of the DBH of the trunk,or cutting 4 roots 4" or greater in diameter within 4' of the trunk shall also be considered severe damage. 1.9. Branches shall be measured at the point of attachment or at the lateral to which the branch would be pruned back to according to ANSI standards. Trees caliper shall be measured according to accepted industry standards. 'Frees greater than 6"in caliper shall be measured using DBH. Trees that must be removed due to damage caused by Company shall be removed by the Parks and Recreation Department's Forestry Section Tree Removal Contractor at Company's expense. 1.10 All damages shall be paid to the City Tree Fund. Failure to replace or pay for damaged trees shall result in a breach of contract and Company will be automatically assessed damages. Damages as described herein shall be deducted from payments otherwise due to Company. 1.11 Remediation costs assessed hereunder constitute contractual damages intended to compensate the City,as property owner,and have no bearing on whether or to what extent any fines may be due under the Urban Forestry Ordinance of the Fort Worth Zoning Ordinance. Temporary License Agreement—Carter Park 23 ot'23 June 17,2020 Exhibit F Tree Protection DAMAGE TO CITY TREES NO PRUNING OF ANY CITY TREE SHALL BE PERMITTED, UNLESS SPECIFIED OTHERWISE IN THESE SPECIFICATIONS. Severe damage to trees will result in replacement or compensation of trees by the COMPANY. Failure to replace damaged trees shall be considered a breach of contract and COMPANY shall be assessed for damages. Slight or moderate damage to trees will result in assessment of damages. ASSESSMENT OF DAMAGES TO TREES 1.1. Company will check trees in the Licensed Premises before contract work begins, any damage will be noted and reported to the Director or his designee. 1.2. The Director, or his designee, may conduct random checks of the trees during the License Period. 1.3. A check of all trees may, be made at the end of the License Period. The City Forester, Director or his designee,and Company will attend the inspection. 1.4. Damages shall be documented by memo to the City Forester with copy to contract file and the Company. 1.5. Company may have the option of replacement or payment for severely damaged trees at a location to be designated by the Parks and Recreation Department. Replacement shall be made on caliper inch per caliper inch basis with a minimum size of replacement tree of 2" in caliper for trees damaged or removed less than 30"diameter at breast height(DBH)and 2" per inch on trees 30" DBH or greater. Company shall be responsible for any planting, watering, mulching and maintenance of replacement trees for a period of not less than 2 years. Company shall compensate the City at a rate of$200 per caliper inch for any tree that does not survive the 2 year establishment period. 1.6. Slight Damage shall be defined as damage, in the opinion of the City Forester that may heal. Examples include, but are not limited to, scaring of the trunk into the cambial layer '/2" to 2" in width but less than 1/3 trunk circumference or breaking of limbs less than 2" in diameter or limbs less than 1/3 trunk caliper, whichever is less. Slight damage shall also include removal or lying down of protective tree fencing prior to the end of construction.. storing equipment or supplies within the critical root zone (CRZ), or disposing of paint or concrete within the CRZ but not closer to the trunk than 50% radius of the CRZ. Slight: damage to trees shall be assessed at a rate of$100.00 for each instance. For each day that tree fencing is not properly placed, equipment or supplies are stored within CRZ, or fill is stored within the CRZ, shall be considered one instance. 1.7. Moderate damage shall be defined as damage, in the opinion of the City Forester, that contributes to the poor health and reduced longevity of the tree, and examples include, but Temporary License Agreement—Carter Park 22 of 23 June 17,2020 OZOZ`Ll Xmf UPlZ diaueJ—Juawaa�asuaal1 i o�ma1 ..l ww l tool �x Oft T w :5 Vs .... ...... ....... ...:.........::..:..:..... ,5 T �O 0. OZOZ`Ll—f £Z 3o OZ and im-J-lu*mod--!,I A—odmol C O O E-� cii cz ti. Z u V L i C C / = = u ~ t L q " = [-F ' ego w d = O F=F �� J w W O = a O O to � Q eLi � � � 4 oo!pajoid aaj jL g 1!q!gx3 1.04 underwriters and Certificates. The insurers for all policies must be licensed and 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,prior written approval of the City's Risk Management Division is required. Within ten(10)business days following execution of this License. Company shall ensure that City is furnished with certificates of insurance signed by the respective companies as proof that the types and amounts of insurance coverage required herein have been obtained. in addition, Company shall, on demand, provide the City with evidence that it has maintained such coverage in full force and effect. 1.05 Deductibles. Deductible or self-insured retention limits on any line of coverage required herein shall not exceed$25,000.00 in the annual aggregate unless the limit per occurrence or per line of coverage, or aggregate is otherwise approved by the City. 1.06 No Limitation of Liabilitri. The insurance requirements set forth in this section and any recovery by the City of any sum by reason of any insurance policy required under this License shall in no way be construed or affected to limit or in any way affect Company's liability, to the City or other persons as provided by this Agreement or law. 1.07 Umbrella or Excess Liability. 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. 1.08 Additional Insured. The City, its officers, employees and volunteers shall be named as an Additional insured on the Automobile and Commercial General Liability policies. 1.09 Waiver of Subrogation. The insurance shall include a waiver of rights of recovery (subrogation) in favor of the City of Fort Worth. 1.10 Copies of Policies and Endorsements. City shall be entitled, upon 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 in order to comply with the requirements of this Agreement except where policy provisions are established by law or regulations binding upon either of party or the underwriter on any such policies. 1.11 Certificate of Insurance. Company shall submit to the City a certificate of insurance evidencing all required insurance coverage and any applicable endorsements. Temporarry License Agreement—Carter Park 19 of23 June 17,2020 Exhibit D Insurance 1.01 Duty to Acquire and Maintain. Company shall ensure that a policy or policies of insurance are procured and maintained at all times, in full force and effect, to provide coverage of the types and amounts specified herein, naming the City as an additional insured as set forth herein, and covering all public risks related to the use,occupancy,condition,maintenance,existence,or location of the Licensed Premises. The insurance required hereunder may be met by a combination of self-insurance and primary and excess policies. 1.02 Types and Amounts of Coverage Required a. Commercial General Liability: (1) $1.000,000.00 per occurrence, $2,000,000.00 aggregate, including coverage for the following: (i)Premises Liability;(ii)independent contractors;(iii)products/completed operations; (iv) personal injury; (v) contractual liability; (vi) explosion, collapse, and underground property damage b. Property Damage Liability: (1) $1,000,000.00 per occurrence C. Umbrella Policy (1) $5,000,000.00 d. Environmental Impairment Liability(EIL)and Pollution Liability (1) $2,000,000 per occurrence (2) $5,000,000 aggregate e. Automobile Liability: (1) $1,000,000.00 Each accident on a combined single-limit basis f. Worker's Compensation: (1) As required by law g. Employer's Liability_ (1) $1,000,000.00 per accident 1.03 Revisions to Required Coverage. At the reasonable recommendation of the City's Risk Manager, the City may at any time revise insurance coverage requirements and limits required by this License. Company agrees that within ten (10) days of receipt of written notice from the City, all such revisions requested by the City will be implemented. The policy or policies of insurance shall be endorsed to provide that no material changes in coverage, including, but not limited to,cancellation,termination, non-renewal, or amendment, shall be made without thirty(30)days' prior written notice to the City. Temporary License Agreement—Curter Park 18 of 23 June 17,2020 RESTORATION-SOD Page 3of3 B. Installation 1. Plant sod specified after the area has been inspected and accepted by City for planting. 2. Till 2"of subgrade and place 3" of topsoil on areas to receive sod or as directed by City. 3. Sod to be laid parallel to the contours in areas as specified. Sod to be laid perpendicular to slopes greater than 3:1. 4. Use care to retain native soil on the roots of the sod during the process of excavating,hauling and planting. 5. Keep sod material moist from the time it is dug until planted. 6. Fill in slumped areas due to watering to keep sod moist. 7. Place sod so that the entire area designated for sodding is covered with no gaps or overlapping material. S. Fill voids left in the solid sodding with additional sod and tamp. 9. Roll and tamp sod so that sod is in complete contact with topsoil at a uniform slope. By pedestrian mechanical process(no motorized vehicles equipment) 10.Peg sod with wooden pegs(or wire staple)driven through the sod block to the firm earth in areas that may slide due to the height or slope of the surface or nature of the soil. C. Watering and Finishing 1. Thoroughly water sod immediately after placed and tamped and rolled. 2. Generally,as recommended by the vendor. Water source shall be clean and free of industrial waste or other substances harmful to the germination of the seed or growth of the vegetation. END OF SECTION Temporary License Agreement—Carter Park 17 of 23 June 17,2020 RESTORATION-SOD Page 2of3 g. Sod must not be harvested or planted when its moisture condition is so excessively wet or dry that its survival will be affected. h. If sod is stacked it shall be kept moist and shall be stacked roots to roots and grass to grass. i. Acceptable growing beds 1) Bermuda grasses and zoysia grasses:sand or sandy loam soils j. Broken or tom sod or sod with uneven ends shall be rejected. k. Temporary Erosion Control Seed 1) Consist of the sowing of cool season plant sod. 2. Topsoil: See Section 32 91 19. 3. "later:clean and free of industrial wastes or other substances harmful to the germination of the seed or to the growth of the vegetation. 2.2 ACCESSORIES a. Sod pins 1) Metal 2) Wood pegs. PART 3- EXECUTION 3.1 EXAMINATION A.Sod shall be inspected by City upon delivery. B.Contractor must coordinate inspection 72 hours prior to cutting of sod and delivery 3.3 PREPARATION A.Surface Preparation:clear surface of all material including: 1. Scarify subgrade to a depth of 2-inches before depositing the required topsoil.For simple row repair only scarify to 1-inch. 2. Stumps,stones,and other objects larger than one inch. 3. Roots,brush,wire,stakes,etc. 4. Any objects that may interfere with planting sod or maintenance. B.Cl card ng 1. Soil shall be further prepared by the removal of debris,building materials,rubbish, weeds, and rock 1-inch and greater. C.Fine Grading: 1. After tillage and clearing, all areas to be planted shall be leveled,fine graded,and a weighted spike and harrow or float drag. The required shall be the elimination of ruts,depressions,humps, and objectionable soil clods.This shall be the final soil preparation step to be completed prior to inspection before planting. 2. Areas near trees: Do not till inside dripline of trees or over exposed roots 3.4 INSTALLATION A. Block Sodding 1. General a. Do not lay sod when ground is frozen. b. Over-seeding with annual rye is acceptable from November 1 until February 1. Temporary License Agreement—Carter Park 16 of 23 June 17,2020 Exhibit C Restoration Standards SECTION 32 92 13.2 SODDING PART1 - GENERAL 1.1 SUMMARY A.Section Includes: 1. Furnishing and installing grass sod. B.Related Standard City Specification Sections include,but are not necessarily limited to: 1. Section 32 91 19 Topsoil 2. Section 32 84 23-Irrigation 1.6 L\'FORMATIONAL SUBMITTALS A.Certificates and Samples 1. Certificates and specifications of sod,fertilizer,compost,soil amendments or other materials as requested by the City. 1.10 DELIVERY,STORAGE,AND HANDLING A.Block Sod 1. Protect from exposure to wind,sun and freezing. 2. Keep stacked sod moist consistently throughout stack. 3. Sod upon delivery shall be inspected by City provision of certificate from vender to be provided to City indicating sod free of all weeds. 4. Harvesting and planting operations shall be coordinated with not more than forty- eight hours elapsing between harvesting and placement,rolling and tamping,and watering of sod 1.11 FIELD [SITE]CONDITIONS A.Grading of site and installation of topsoil must be approved by City prior to application of sod PART 2- PRODUCTS 2.1 MATERIALS AND EQUIPMENT A.Materials 1. Block Sod a. Sod Varieties 1) (::ynodon dactvlon`TIF419' or Cynodon dactvlon `TIFWAY' 2) OR an approved Zoysia grass b. Sod must contain stolons,leaf blades,rhizomes and roots. c. Sod shall be alive,healthy and free of insects,disease,stones,undesirable foreign materials and weeds and grasses deleterious to its growth or which might affect its subsistence or hardiness when transplanted. d. Minimum sod thickness: 1"inch minimum. e. Maximum grass height:2 inches f. Sod shall have been produced on growing beds of clay or clay loam topsoil. Temporary License Agreement—Carter Park 15 of 23 June 17,2020 LLd-ILt-LLL] WNW DIM N • » saa a zsa 5aa j CARTER PARK Ll l S OF M d ` SU V Y AREA . e M t w' � z Temporary License Agreement—Carter Park 14 of 23 June 17.2020 Exhibit B Use of Licensed Premises ELVA WARREN STREET 1 1 BLOC 29 1 L9T 4B i HAS Eft Warm Shed W12M 0 Soo/a r-6a I LOT I COT 2 LOT J MOM It Radrlp-7 I Fr,W^TX 796 a 30' 61Y ' l4Q7 ENO WarrW 57rM k0O EXV Warroa SrraN (M S J•Wrga Aar- Br' Oda 00 LAO Breteda W.aldwo 1 Ft.Worts TX 76'l9 Fr.Wo74 TX 76119 Fr.%Wlh TX 76119 ' LOT 4A LOT 5A LOT 511 LOT 6 LOT 7 1 140 Erna Wane+SMM HI2 Era Worms Srrw MW EW Warren Sired laww VMW m t MOM M r4drIp" Ellabm 6 Yale Erdnn Fr.WdM TX 7619 Ft.Warlq TX 76r9 Fl.Wblh TX 7619 b --- - ,� Ex.12 SS I� (V-195-A) RR EAT R --- ------- - ---- -- - .. '----- TRACT 9801 N ABSI-RACT 948 Q a 1401 E S&W—y a," UMTS OF SURVEY AREA w�r;a Mg CARTER PARK Temporary License Agreement—Carter Park 13 of 23 June 17,2020 Seminary Drivr = _ r i • F � � L --_— Limits of licensed Meriwether Avenue 11 11 11 1 11 11 Limits of licensed premises 11 11 it 11 11 � 1 r� 11 tl Seminary Drive Google I 1 I 1 I Elva Warren street Me'hwether Avenue jo Limits of licensed .. prem ige1 - • ♦ ■ 1 1• ! Zp r 5er roar Drip Limits of licensed �• prem ises - Jiy y * J 1 , By executing this Agreement, Company agrees to and accepts the terms, conditions and provision contained herein. CITY OF FORT WORTH: LIM&ASSOCIATES,INC.: By:D+we CrtM�u Mltl lD']ICDn U I J By: David Creek* Name: Daniel Lim Assistant Director Title:Authorized Agent Park and Recreation Department Date: Jun 22,2020 Date: Jun 19,2020 * David Creek has been delegated the proper authority to execute this document on behalf of the City pursuant to an Interoffice Memorandum from the City Manager dated May 6,2019. APPROVED AS TO FORM AND LEGALITY: sy1 rr-h'se_a.� Mak Mwnylhn 33.1L)L 10'SO�y Matt Murray Assistant City Attorney No M&C required. Ordinance No. 24161-04-2020 ATTESTED BY: k City Secretary Contract Compliance Manager: By signing I acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting requirements. By: a„um,uoo a :.amps 3a cD* Name: Christina Moon Title: Park Planner Temporary License Agreement—Carter Park 9 of 23 June I7,2020 employee of the City.Company shall have the exclusive control and the exclusive right to control all details and day-to-day operations and activities relative to operation of the Company and installation of the sanitary sewer service line and any associated infrastructure and shall be solely responsible for the acts and omissions of its officers. agents, servants, employees, contractors, subcontractors, licensees. and invitees. Company acknowledges that the doctrine of respondent superior shall not apply as between the City and Company,its officers,agents,servants,employees, contractors, subcontractors, licenses, and invitees. Nothing contained in this Permit shall be construed as the creation of a partnership or joint enterprise between the City and Company. 22. Choice of Law; Venue. This Agreement shall be governed by and construed in accordance with the laws of the State of Texas. If any action,whether real or asserted,at law or in equity,arises on the basis of any provision of this Agreement, venue for such action shall lie in state courts located in Tarrant County, Texas or the United States District Court for the Northern District of Texas - Fort Worth Division. 23. Binding Effect. The tenns and provisions of this Agreement shall inure to the benefit of and be binding upon City and Company and their respective successors and assigns and shall be covenants running with the land. 24. Entire Agreement. This Agreement contains all of the agreements between the parties respecting the subject matter hereof, and no prior representations or statements, verbal or written, have been. made modifying, adding to,or changing the terms of this instrument. 25. No Waiver of Immunity. Nothing herein shall be deemed to limit or waive the sovereign or governmental immunity of City or Company. 26. Assi ng ment. This Agreement, in whole or in part, is not assignable by either party, without the express written consent of the other party. Any attempt to assign this Agreement without the required consent is void and without force and effect. [SIGNATURES ON FOLLOWING PAGE) Temporary License Agreement—Carter Park 8 of 23 June 17.2020 19. Notice. All notices required or permitted under this Agreement shall be conclusively determined to have been delivered when (i) hand-delivered to the other party, its agent, employee, servant, or representative, or (ii) received by the other party by reliable overnight courier or United States Mail,postage prepaid, return receipt requested,at the address stated below or to such other address as one party may from time to time notify the other in writing. To THE CITY: To COMPANY: Richard Zavala Lim & Associates, Inc. Director Attn: Daniel Lim Park and Recreation Department 1 1 12 N. Zang Boulevard City of Fort Worth Dallas, Texas 75203 4200 South Freeway, Suite 2200 Fort Worth, Texas 76115 With a copy to: Department of Law City of Fort Worth Attn: City Attorney 200 Texas Street Fort Worth, Texas 76102 20. Force Majeure. If either part) is unable, either in whole or part,to fulfill its obligations under this Agreement due to acts of God; strikes, lockouts, or other industrial disturbances; acts of public enemies; wars; blockades; insurrections; riots; epidemics; pandemics; public health crises; earthquakes: fires; floods; restraints or prohibitions by any court, board,department, commission, or agency of the United States or of any state;declaration of a state of disaster or of emergency by the federal, state, county, or City government in accordance with applicable law; issuance of an Imminent Threat Alert or Elevated Threat Alert by the United States Department of Homeland Security or any equivalent alert system that may be instituted by any agency of the United States; anv arrests and restraints;civil disturbances;or explosions;or some other reason beyond the party's reasonable control(collectively, `Force Majeure Event"),the obligations so affected by such Force Majeure Event will be suspended only during the continuance of such event. If a Force Majeure F,vent occurs,the City may, in its sole discretion, close or postpone the opening of its community, centers, parks, or other City-owned and operated properties and facilities in the interest of public safety and operate them as the City sees fit. 2). Independent Contractor. It is expressly understood and agreed that Company shall operate as independent entity in each and every respect hereunder and not as an agent, representative, or Temporary License Agreement—Carter Park 7 of 23 June 17,2020 REPRESENTATIVES, AND EMPLOYEES FROM AND AGAINST ANY AND ALL CLAIMS, LAWSUITS, ACTIONS, COSTS AND EXPENSES OF ANY KIND, INCLUDING, BUT NOT LIMITED TO, THOSE FOR PROPERTY DAMAGE OR LOSS, AND PERSONAL INJURY, INCLUDING,BUT NOT LIMITED TO,DEATH,THAT MAY RELATE TO,ARISE OUT OF OR BE OCCASIONED BY(i)COMPANY'S USE OF THE LICENSED PREMISES AND THE PARK,(ii) COMPANY'S BREACH OF ANY OF THE TERMS OR PROVISIONS OF THIS AGREEMENT, OR (iii) ANY ACT OR OMISSION OF COMPANY OR ITS OFFICERS, AGENTS, REPRESENTATIVES, EMPLOYEES, CONTRACTORS, AND SUBCONTRACTORS, RELATED TO THIS AGREEMENT OR THE PERFORMANCE OR NONPERFORMANCE OF THIS AGREEMENT, WHETHER OR NOT CAUSED IN PART BY THE NEGLIGENCE OF THE OFFICERS AGENTS REPRESENTATIVES OR EMPLOYEES OF THE CITY. 15. Limitation on Use. There shall be no equipment on the Licensed Premises within seventy-two(72) hours of a rain event. The Company shall obtain the written approval of the Director of all heavy equipment that will be used in the Licensed Premises and Company shall not use any heavy equipment in the Licensed Premises that has not been approved by the Director. 16. Compliance with Laws. Company shall, at its own cost and expense, comply with all applicable laws, including, but not limited to,existing zoning ordinances,governmental rules and regulations enacted or promulgated by any governmental authority and shall promptly execute and fulfill all orders and requirements imposed by such governmental entities for the correction. prevention and abatement of nuisances in or upon or connected with said premises because of Company's use thereof. 17. Insurance. Company shall carry insurance as set out in Exhibit D, which is attached hereto and incorporated herein for all purposes. 18. Prohibition Against Liens. Company shall not do any act or make any contract that may be purported to create or be the foundation of any lien on or any interest in the Licensed Premises or the Park. Any such act,contract,or lien attempted to be created shall be void.Should any purported lien on the Licensed Premises be created or filed, the Company shall,at its sole expense, liquidate: and discharge same within ten(10) business days after notice from the City to do so. Temporary License Agreement—Carter Park 6 of 23 June 17.2020 sewer lines,storm drains and lines,and gas lines)within the Licensed Premises,which best efforts shall include, but not be limited to, conducting a dig test. b. If Company encounters any utility infrastructure (including, but not limited to, electric lines, waterlines. sewer lines, storm drains and lines, or gas lines)in the course of or in connection with Company's use of the Licensed Premises, the Company covenants and agrees to cease construction operations and install protective measures over or around such utilities in compliance with specifications approved by the City's Water Department or by the Director. Following installation of the protective measures,Company shall contact the Director to arrange for inspection and approval by appropriate City personnel. 13. Protection of the Environment. a. Company hereby represents and warrants that it shall not knowingly, nor permit any third party to, use. handle, or store any Hazardous Materials on, under, over, or about Park or the Licensed Premises in violation of any applicable laws. Company shall not handle or store any Hazardous Materials on the Licensed Premises or the Park, except that the Company may, in compliance with applicable environmental laws and the terms of this paragraph, use and store Hazardous Materials in such amounts and types that are commonly used in connection with the uses permitted herein, provided, however, that Company specifically agrees to remove any and all such Hazardous Materials on or before the final day of the License Period. Company shall not introduce, use,generate, store,accept,or dispose of on,under,or about,transport across,or permit to exist on the Licensed Premises or the Park any "treatment, storage or disposal facility" or "underground storage tank." as those terms are defined under applicable environmental laws. For purposes of this Permit,"Hazardous Materials"shall mean potentially dangerous hazardous wastes, toxic substances, or related materials, including, but not limited to, pollutants; asbestos: polychlorinated biphenyl (PCB); petroleum or other fuels (including crude oil or any fraction or derivative thereof); underground storage tanks, and substances considered hazardous, toxic, or the equivalent pursuant to applicable laws. Any Hazardous Materials used by the Company on the Licensed Premises shall be posted on site and a list shall be given to City. b. Company shall take commercially reasonable steps to avoid creating or aggravating any condition at the Park or the Licensed Premises that could present a threat to human health or to the environment. 14. INDEMNIFICATION. COMPANY AGREES TO AND DOES HEREBY DEFEND, INDEMNIFY AND HOLD HARMLESS THE CITY, AND ITS OFFICERS, AGENTS, Temporarn License Agreement—Camel Park 5 of 23 June 17.2020 10. Restoration of the Park. Company agrees that Company will shall repair and restore: (1) the Licensed Premises; and (2)any City property Company damages, to the same condition or better condition than the Licensed Premises or City property was in immediately prior to the execution of this Agreement as determined by the Director. All such restoration must be conducted in accordance with the standards set forth in Exhibit C, which is attached hereto and incorporated herein for all purposes. If Company fails to complete all repairs and restoration to the Licensed Premises and any other City property prior to the expiration of the Agreement, City may, in its discretion, perform all such repairs and restoration on behalf of the Company. In this event, Company will reimburse the City for the costs of such repairs and restoration, and such reimbursement will be due immediately upon written request of the City. 11. Minimizing Impact to Vegetation. a. Company shall not cut or remove any trees on the Licensed Premises unless otherwise specifically permitted by the City.To minimize damage during construction,Company shall install chain link fencing on the outside drip line of trees and other vegetation specifically identified by the Director at the above-referenced pre-construction meeting and as outlined in accordance with Exhibit E,which is attached hereto and incorporated herein for all purposes.Company shall notify the Director once the tree and vegetation protection measures have been installed and allow the Director an opportunity to inspect the work before construction begins.The City shall have at least two(2)business days following the date on which notice is received to conduct its inspection.The Company may begin construction after the second(2nd)business day following the date on which it provided notice to the City unless the City contacts the Company and identifies specific issues that render the tree and vegetation protection measures unacceptable. b. Company shall ensure that tree protection fencing remains in place throughout the License Period or any extended License Period. If any tree within the Park is damaged in connection with Company's operations, Company agrees to undertake remediation efforts, including paying of remediation costs,in accordance with Exhibit F,which is attached hereto and incorporated herein for all purposes. Any fencing shall remain in place until such time as the Licensed Premises are: restored pursuant to the terms of this Agreement. 12. Minimizing Impact to Utilities. a. Prior to conducting any work on the Licensed Premise,Company shall use its best efforts to locate and physically mark all utilities (including, but not limited to, electric lines, waterlines, Temporary License Agreement—Carter Park 4 of 23 June 17,2020 or other permit holders. In the event of any dispute as to the priority of use of the Licensed Premises, the first priority shall be to the public generally, the second priority to the City in the performance of its various functions.and thereafter,as between licensees and other permit holders. as determined by the City in the exercise of its powers. 8. Liability. Company covenants and agrees to release City, its officers, agents, representatives, servants,and employees,from and against any and all claims or suits for property damage,personal injury, or any other type of loss or adverse consequence related in any way to the existence of this Agreement or the use and occupancy of the Licensed Premises and the Park. Furthermore, City shall not be liable to Company for any damage or theft of Company's equipment, facilities,or other contents. 9. Public Safety. a. Company shall be solely responsible for initiating, maintaining,and supervising all safety precautions and programs in connection with Company's use of the Licensed Premises and the Park. b. At the request of City, Company shall: (i) install and maintain construction orange mesh fencing around the entire border of the Licensed Premises; and (ii)erect a controlled-access entry in the perimeter construction fencing in the form of chain link,as approved by the Director to ensure that unauthorized personnel cannot enter the Licensed Premises. Following installation of the fencing and controlled-access entrance, Company shall contact the Director to inspect for proper installation. The controlled-access entry fencing shall be kept secure when not in use. At no time shall any fenced area be left open unless staffed by security personnel. C. In addition, Company shall provide construction and maintenance signs and sufficient barricades at work sites to protect the public. The use of traffic control devices shall be consistent with the standards and provisions of Part VI of the Texas Manual on Uniform Traffic Control Devices.Company shall utilize appropriate warning lights at all construction and maintenance sites where one or more traffic lanes are closed or obstructed during nighttime conditions. Company shall also take all necessary precautions and shall provide all necessary protection to prevent damage, injury,or loss to(a)all persons accessing portions of the Licensed Premises on which any construction is being performed by or on behalf of the Company;(b)all work performed on or from the Licensed Premises and all materials and equipment to be incorporated therein that are under the care, custody, or control of the Company, or the Company's employees, agents, contractors, or subcontractors, regardless of whether such material and equipment is stored on or off the Licensed Premises, and(c)other property on or adjacent to the Licensed Premises. Temporan Lie ense Agreement—Carter Park 3 of 23 June 17,2020 4. Use of the Licensed Premises. a. Company may use the Licensed Premises for access and equipment space necessary for survey of park, as shown on the attached Exhibit B, which is attached hereto and incorporated herein for all purposes. The Licensed Premises shall be used for no other purposes. b. The Company shall not washout equipment and or concrete, fill up equipment with gas or other oils and hydraulics as to create potential spill hazards within the Park. A violation of this provision will allow the City to immediately terminate the Agreement. 5. Termination. The City may terminate this Agreement, without cause. upon five (5) days written notice to the Company or immediately upon any breach of this Agreement by the Company. 6. Acceptance of Licensed Premises. Company takes all portions of the Licensed Premises and all appurtenances in "'AS IS" condition without any express or implied warranty on the part of the City.Company accepts the Licensed Premises in their present condition,finds them suitable for the purposes intended, and further acknowledges that Company is thoroughly familiar with such condition by reason of personal inspection and does not rely on any representations by the City as to the condition of the Licensed Premises or their suitability for the purposes intended. Company accepts the Licensed Premises subject to any and all previously recorded easements that may have been granted on,along,over,under,or across said property,and releases the City from any and all damages, claims for damages, loss, or liabilities that may be caused to invitees, licensees, contractors. or trespassers by reason of the exercise of such rights or privileges granted in said easements. Company's taking possession of the Licensed Premises shall be conclusive evidence that: (a)the Licensed Premises are suitable for the purposes and uses for which same are licensed; and (b) the Company waive- any and all defects in and to the Licensed Premises and all the appurtenances thereto. 7. Use not Exclusive. This Agreement and all rights granted to Company herein are strictly non-. exclusive. The City reserves the right to enter into and grant other and future licenses, leases, and other authorizations for use of the Licensed Premises to other persons and entities as the City deems appropriate in accordance with applicable law; provided, however, that in granting subsequent authorization for use, the City will not allow a use that will unreasonably interfere with the Company's use of the Licensed Premises as provided herein. This Agreement does not establish any priorit) for the use of the Licensed Premises by Company or by any present or future licensees Temporary License Agreement—Carter Park 2 of23 June 17,2020 CSC No. 54054 TEMPORARY LICENSE AGREEMENT This Temporary License Agreement ("Agreement") is entered into by and between the City of Fort Worth,Texas,a home-rule municipal corporation of the State of Texas("City"),and Lim&Associates, Inc., a Texas corporation("Company"). WHEREAS,the City owns a certain piece of property known as Carter Park,located at 4351 Carter Park Drive, Fort Worth,TX 76115 (the"Park"); and WHEREAS, the Company desires to gain access over and through the Park to conduct a survey necessary for a City of Fort Worth Transportation&Public Works Department sewer improvement project; and WHEREAS,the City has reviewed the Company's plans and agrees to grant the Company access over and through the Park in accordance with the terms and conditions of this Agreement. NOW, THEREFORE, in consideration of the covenants and agreement contained herein, City and Company agree as follows: 1. License Granted. In accordance with the terms and conditions of this Agreement, City hereby grants to the Company a non-exclusive license to use a portion of the Park as more accurately depicted in in Exhibit A (the "Licensed Premises*), which is attached hereto and incorporated herein for all purposes. 2. Term. The term of this Agreement shall be for 30 consecutive days ("License Period"), commencing upon execution of this Agreement by City ("Commencement Date")and expiring at 11:59 P.M.on the 30th day following the Commencement Date 3. License Fee. City and Company expressly agree and stipulate that this Agreement is based on valuable consideration and an exchange of promises that will be independently beneficial to both parties. Both parties agree as a condition precedent to executing this Agreement that the consideration is valuable and sufficient and that neither party shall be able to assert otherwise in the event of litigation. Nothing herein shall constitute an obligation of City funds. City shall not owe any amount of money for any reason whatsoever to the Company for services rendered in connection with this Agreement. City shall not be liable nor owe any payment, fee, cost, penalty, or money for any other reason whatsoever to Company. Temporary License Agreement—Carte;Park I of 23 June 17,2020 74 -4t ri 4 pp .e de PROPOSED . r ;� 1 5-FOOT !. �I SANITARY SEWER 2R EASEMENT j�; % 1,692 SQ. FT, Otto. (0.039 ACRES) ' TRUCK PARKING _ I 5 f lob �5 1• it r i r + PAW 4 � CONVERSION I } EXHIBIT 3 } _t — ~ ' - . . LLI _ � I. , ALE E.W­ . - . _ n � - � ' � . ! .� ■ . ¥ Of For■■orm vd.23ft Pg. / DR U.TNO . .��. � \� ■ ■ � : � - r f 4 - . . RK CONVERSION EXHIBIT 2 � - %� . � - r i ,err tip) ` . �, � , r _ - ••- r !► '+. � .4471PA NI r CONSTRUCTION SIGN PROPOSED 15-FOOT - SANITARY SEWER EASEMENT 49,388 SQ. FT. (1.134 ACRES) TRUCK PARKING T _ � i 1 � 46 # F . dp do �`� , y. i 7 40 IV • +.+ 4 �' 4, • PARK 4 I CONVERSION • , EXHIBIT 1 ..,. ItIoLl w � F F QUESTIONS CONCERNING PROPOSED PROJECT 1. Provide information addressing alternate locations considered. a) Indicate all alternative locations considered on an aerial. 2. Do you propose to use any of the park roads or park property? V yes no a) If park roads or park property is going to be used, provide an account of the duration, frequency and specify types of vehicles to be used. Project duration is 12 months. Daily construction activity in park during contractor's working hours. Standard construction vehicles and equipment will be used. b) If truck parking is needed please indicate intended location of parking area(s). See aerial exhibits. c) If the park is to be used for access, indicate the type of signage needed and indicate the approximate locations for signage. See aerial exhibits. d) Is there a potential for park users and commercial company vehicles to co- share roads or entrances/exits? yes no If roads are proposed to be closed during construction explain? 3. Will the surface of the park be used by the Company for storage of debris, equipment,dirt stock piles, and access for pumping of water or any other reasons as a function of the proposed operations? yes no a) If yes, explain reasons for needing areas and provide methodology of ensuring preservation, security,environmental protection measures and restoration of those areas. Park surface are is needed for replacement and relocation of existing sanitary sewer mains in Carter Park including pavement repair and grading. Orange mesh perimeter construction fence will be installed prior to construction start. One tree will be impacted on the park property. Erosion control plan and Storm Water Pollution Protection Plan to be implemented by contractor during construction.PARD seeding specifications will be included in the bid package. Construction sequence notes and PARD notes will be included in the plans. PARK CONVERSION APPLICATION Park Conversion Officially Submitted ❑ Gas Pipeline Easement Date: 0 Utility Easement Accepted by: ❑ Other APPLICANT: PRINL<tARY CONTACT INFORMATION: Nance: Suby Varughese. P.E. Contact Name: Same as applicant _ Company: City of Fort Worth. Water Dept. C'ompauc: Corporate Officer: _ Address: _-- Address: 311 Vb I Oth Street Cite: City: Fort Worth State: Zip: State: Texas zip:— 76102 Phone: Phone: 817-392-7803 Fal: Fax: PROJECT INFORMATION: ENGINEERSURVETOR: Project Nance: San. Sew.Rehab-Contract 94 Part 2 C ompany:NuI,e: Lim & Associates, Inc. Section iifapplicable): Address: 1 1 12 N. Zang Boulevard Project address: -- Tax Map and Parcel#: C'ity: Dallas Stare TX Zip 75203 -- Total#of acres of project: Pltone: 214-942-1888 Fax: 2 14-942-9881 _— Cturent zonin_: Print Name: Guillermo Dar eP.E. Location of Site: Various locations Sisnanu'e: E-Nlail: �*rce limtexas.com CURRENT OWNER(S) INFOR`IATION: (Provide attaelmieut if utttltiple owners) Name: Street Address: City: State: Zip: DETAILED DESCRIPTION OF PROJECT Sanitary Sewer Rehabilitation Contract 94 —Improvements include replacement or relocation-of existing sanita►y sewer mains . Project#: 100421 PARK CONVERSION APPLICATION CHECKLIST CLEARLY INDICATE ALL INFORMATION THAT APPLIES TO THIS PROJECT: CHECK BOX IF CONDITION SATISFIED U Park Conversion Application Response to Questions Concerning Proposed Project Aerial of Property Affected Letter of Request for Conversion Letter of Permission to survey and survey permission agreement signed. Survey exhibit 8.5 x 11 (PDF) of alignment for Park Board signed and sealed Legal Description, Copy of Deed, Copy of Plat/Abstract REVIEW FEE * Advertising and postage charged based on Star-Telegram and Notification Letters for Neighborhood Associations Note: A completed application must be submitted by 5:00 on the first working day of every month and no later than the first Monday of the month. If the application is received after filling deadline or submitted incomplete it will be returned. The Parks and Community Services Advisory Board meets on the 4'Wednesday of every month. & ASSOCIATES, inc. engineering & surveying consultants Crvu Engineering I M TBPE Firm F-3232 •TBPLS Firm 10123600 Municipal Engineering 1112 N Zang Boulevard Suite 200,Dallas.Texas 75203-1310 Site Development ow Tel (214)942-1888 • Fax(214)942-9881 • E-mail LimAssoc@aol com Land Surveying June 14, 2021 TBPE Firm F-3232 TBPLS Firm Reg. 101236-00 Ms. Christina Moon City of Fort Worth Parks and Community Service Department 4200 South Freeway, Suite 2200 Fort Worth, Texas 76115 RE: Park Land Conversion Request for Carter Park Dear Ms. Moon The Fort Worth Water Department is requesting a Park Land Conversion for the purpose of obtaining a 15-foot wide sanitary sewer easement at West side of Carter Park Drive, a 15-foot wide sanitary sewer easement at East side of Joe Frazier Road and Merriweather Avenue intersection, a 15-foot wide sanitary sewer easement at Northeast side of Oak Grove Road and Sycamore Creek crossing, This area is owned by the City of Fort Worth and has been designated as Carter Park. The Fort Worth Water Department is currently designing sanitary sewer main replacement and/or relocation of existing sanitary sewer mains and will require a 15-foot wide sanitary sewer easement to accommodate the installation of 8-inch to 15-inch sanitary sewer mains. Improvements include pavement replacement in Carter Park Drive and Oak Grove Road. See attached enclosure Parcel No. 6,7 and 8 for proposed 15-foot wide sanitary sewer easement, also shown on the enclosed exhibit "Park Conversion Exhibit". Sincerely, Lim & Associates, Inc. Guillermo Darce, P.E. Enclosures: Park Conversion Exhibits Parcel 6,7, and 8 (15-foot Sanitary Sewer Easements) cc: Suby Varughese, P.E. —CFW Water Department MAYOR AND COUNCIL COMMUNICATION Carter Park � �"'���� �' ter- � r � ���r z �. � �'• �{ � FY � IF r � + + J i "� .� _�.�'• tea. � 04IN * { A Project Location 7/15/22,4:16 PM M&C Review In accordance with State law, public notice of the hearing was advertised in the Fort Worth Star- Telegram on March 22, March 29, and April 5, 2022. An exhibit map was available for public review on the Park & Recreation Department website. Signage was posted at the site noting the conversion and providing instructions for directing comments to the Department. An email announcing the proposed conversion will be sent to the Brentmoor NA, Glencrest Civic League NA, Glen Eden NA, Glen Park NA, Morningside NA, Neighborhoods of East Fort Worth, Oakridge Terrace NA, Stop 6/Poly Oversight, Southeast Fort Worth Inc., and United Communities Association of South Fort Worth on or before March 14, 2022 and posted on the City Web page. The sign will remain posted through the public hearing process. Carter Park - located at 4351 Carter Park Drive, located west of Campus Drive, south of Riverside Drive, east of 1-35, north of 1-20 in COUNCIL DISTRICT 8. FISCAL INFORMATION/CERTIFICATION: The Director of Finance certifies that funds are available in the current capital budget, as appropriated, in the W&S Capital Projects Fund for the SS REHAB 94 project to support the approval of the above recommendations, funds will be deposited into the Tree Mitigation Fund for the removal of the trees. The Park & Recreation Department(and Financial Management Services) is responsible for the collection and deposit of funds transferred from the Water Department. TO I Fund : Department Account Project ( Program Activity Budget Reference# Amount ID ! Y1v ID i Year (Chartfield 2) i FROM _ Fund Departments Account Project Program Activity i Budget I Reference# Amount ID 1 ID Year , (Chartfield 2) I Submitted for City Manager's Office by_ Valerie Washington (6192) Originating Department Head: Richard Zavala (5704) Additional Information Contact: David Creek (5744) ATTACHMENTS 80CARTER PARK SEWER MAINTENANCE AREA FOR LINE M-195A funds availability.docx (CM Internal) Copy of 80Carter Park Sewer Maintenance Area for Line M-195A Updated FID.xlsx (CFW Internal) MC Carter Park Project Location.pdf (Public) MC Carter Park Project Overview- north end.pdf (Public) MC Carter Park Project Overview-south end.pdf (Public) MC Carter Park Project Overview-western edge.pdf (Public) apps.cfwnet.org/council_packettmc_review.asp?ID=29846&councildate=4/12/2022 2/2 7/15/22,4:16 PM M&C Review Offmal site of the L-. CITY COUNCIL AGENDA FCAT�T11 Create New From This M&C DATE: 4/12/2022 REFERENCE M&C 22- LOG 80CARTER PARK SEWER NO.: 0292 NAME: MAINTENANCE AREA FOR LINE M-195A CODE: L TYPE: NOW PUBLIC YES CONSENT HEARING: SUBJECT: (CD 8) Conduct Public Hearing and Authorize the Use of a Portion of Carter Park Located at 4351 Carter Park Drive for a Sanitary Sewer Maintenance Area of 1.29 Acres for the Installation of a Sanitary Sewer Line (PUBLIC HEARING - a. Report of City Staff: Richard Zavala; b. Citizen Presentations; c. Council Action: Close Public Hearing and Act on M&C) RECOMMENDATION: It is recommended that the City Council: 1. Conduct a public hearing under the guidelines set forth by the Texas Parks and Wildlife Code, Chapter 26, Protection of Public Parks and Recreational Lands; 2. Find that no feasible or prudent alternative exists for the use of Carter Park for the installation of permanent sanitary sewer line M-195A maintenance area; 3. Find that the proposed permanent sanitary sewer line M-195A maintenance area includes all reasonable planning to minimize harm to the parkland, including that all infrastructure and equipment will be constructed in Carter Park as specified on the attached exhibits and as noted in the discussion below; and 4. Close the public hearing and authorize the use of approximately 1.29 acres of dedicated parkland at Carter Park for the proposed permanent sanitary sewer line M-195A maintenance area and approximately 1.561 acres of temporary construction access and workspace. DISCUSSION: The purpose of this Mayor and Council Communication (M&C) is to authorize the use of a portion of parkland at Carter Park for a permanent sanitary sewer maintenance area for the installation of a sanitary sewer line with associated infrastructure improvements. The Park & Recreation Department has been approached by the City of Fort Worth Water Department (Water Department) requesting the use of approximately 1.29 acres of parkland within Carter Park for a permanent sanitary sewer maintenance area. The maintenance area is necessary to reconstruct an existing sanitary sewer line (M-195A) to meet current City design criteria. The proposed maintenance area is located along the north and south end of the park, and along the western edge of the park south of Seminary Drive. The proposed sewer line is approximately 3,400 linear feet of 8"to 15" sanitary sewer line and will be installed at a depth of 7 to 15-feet. A maintenance area, 15-feet wide, will be centered on pipe location with total area of approximately 1.29 acres. The proposed temporary construction access and workspace equates to approximately 68,000 square feet or 1.561 acres. The temporary construction access and workspace in the park will be restored to previous condition or better upon completion. The City Forester has reviewed the plans and has assessed a fee of $10,000.00 for the removal of four trees. The existing trees in proximity to the proposed construction will be protected with fencing. On October 27, 2021, the Park & Recreation Advisory Board endorsed Staffs recommendation to the City Council to authorize the use of a portion of Carter Park for a permanent sanitary sewer maintenance area. apps.cfwnet.org/council_packet/mc_review.asp?ID=29B46&councildate=4/12/2022 1/2 GC-4.02 Subsurface and Physical Conditions THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORM 1 SANITARY SEWER RI-IIABILITAIION,CONTRACT 94—PART 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100421 -2 Revised July 1,2011 GC-4.04 Underground Facilities THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORD WORTH SAN[FARY SEWER REHABILITATION,CONTRACT 94—PART 2 STANDARD CONSTRUCTION SPE,CIFICA"LION DOCUMENTS City Project No. 100421-2 Revised July 1.2011 GC-4.06 Hazardous Environmental Condition at Site THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTII SANITARY SF WER REHABILITATION.CONTRACT 94—PART 2 STANDARD CONSTRUCTION SPECIFICA FION DOCU1v1FN I S City Project No 100421-2 Revised July I,2011 GC-6.06.1) Minority and Women Owned Business Enterprise Compliance • MBWE Special Instructions for Offerors • MWBE Business Equity Utilization Form • MWBE Prime Contractor Waiver Form • MWBE Good Faith Effort Form • MWBE Joint Venture Eligibility Form CITY OF PORT WORTH SANITARY SFWFR REHABILITATION,CONTRACT 94—PART 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No 100421 -2 Revised July 1,2011 FORT WORTH; City of Fort Worth Business Equity Division INSTRUCTIONS TO BIDDERS ABOUT THE BUSINESS EQUITY GOAL Bid number: Business Equity Goal: 16 % It is the policy of the City of Fort Worth to ensure the full and equitable utilization of Business Equity Firms when appropriate, in the procurement of all goods and services. When a Business Equity Goal is established for a bid, it means that the City of Fort Worth believes that there are Business Equity Firms available that can provide goods or services requested by the bid. The Business Equity Goal for Bid number is 16 %. This means that the City believes that there are available Business Equity Firms that can provide goods or services required by this bid and therefore, 16 % of the Bidder's awarded amount must be spent with a Business Equity Firm. All requirements and regulations stated in the City's current Business Equity Ordinance #25165-10-2021 apply to this bid. Definitions are at the end of this document. Because a Business Equity Goal has been established for this bid, in order for your bid to be considered, a Bidder must satisfy one (1) of the conditions below. A. Commit to Meet or Exceed the Business Equity Goal Hire Business Equity Firm(s) to provide goods or services and spend at least the goal amount with the Business Equity Firm(s). Step 1: Obtain a listing of Business Equity Firms by completing the "Request for Listing of Certified Firms Form" located at the City of Fort Worth's Business Equity Division website. Step 2: Request bids from Business Equity Firms to provide goods or services at least 10 calendar days before bid opening. Step 3: Submit the following two (2) forms: a. Utilization Plan b. Letter(s) of Intent B. Prove a Good Faith Effort Show attempt to hire Business Equity Firms to meet or exceed the goal, but was unsuccessful. This can occur in two (2)ways: 1) Bidder proposes a smaller Goal Step 1: Obtain a listing of Business Equity Firms by completing the "Request for Listing of Certified Firms Form" located at the City of Fort Worth's Business Equity Division website. Step 2: Request bids from Business Equity Firms to provide goods or services at least 10 calendar days before bid opening. Step 3: Submit the following three (3) forms: a. Utilization Plan b. Letter(s) of Intent c. Good Faith Effort 2) Bidder proposes a 0% Goal Step 1: Obtain a listing of Business Equity Firms by completing the "Request for Listing of Certified Firms Form" located at the City of Fort Worth's Business Equity Division website. Step 2: Request bids from Business Equity Firms to provide goods or services at least 10 calendar days before bid opening. Step 3: If unsuccessful, submit Good Faith Effort Form. Please see Ordinance 620-370 (g) page for requirements of an acceptable Good Faith Effort. C. Prove that the Bidder Can Perform the Service and Provide all Materials on the Project as the Prime Contractor Bidder must show that the Bidder is providing all of the goods and services through their own company and that there are no goods or services provided by a third party or an affiliate. Bidder will not purchase any supplies or inventory from a third party. Step 1: Must submit Prime Contract Waiver Form D. Create a Joint Venture with a Business Equity Firm At least one or both of the firms must be a Business Equity Firm Step 1: Must submit Joint Venture Form DEADLINE TO SUBMIT REQUIRED DOCUMENTS AND FORMS Bidders must submit sealed bids to be opened at the date, time, and place stated in the solicitation for the public opening of bids. Faxed copies will not be accepted. FREQUENTLY ASKED QUESTIONS 1. If I am Business Equity Firm, can I count my performance of the bid? Answer. A Business Equity Prime Contractor can count its self-performance towards meeting the Business Equity Goal for the assigned North American Industry Classification System (NAICS) commodity codes on its Minority Business Enterprise (MBE) or Women Business Enterprise (WBE) certification. 2. What if I am a Business Equity Firm, but I am unable to self perform all work or provide all of the goods under the bid, can I count my performance under the Bid? Answer. If the Business Equity Prime cannot self-perform all of the work, it will be accountable for subcontracting with certified firms to meet the overall goal. Business Equity Firms that qualify under the "Significant Business Presence" definition may count in the Program upon approval of DVIN-BE. 3. This bid does not have a set amount that the City will purchase from the Awarded Bidder, how do I complete the form? Answers: a. For a low bid procurement, the lowest bidder shall submit a Utilization Plan no later than 2:00 PM on the third business day after bids are opened detailing all Subcontractors the Contractor intends to utilize in its performance of a Contract. Contractors that are Business Equity Firms may count their self-performed services towards meeting a Business Equity Goal. b. Fora Best Value procurement, all bidders who wish to be considered for evaluation scoring shall submit a Utilization Plan by 2:00 PM on the third business day after the bids are opened detailing all Subcontractors the Contractor intends to utilize in its performance of a Contract. Contractors that are Business Equity Firms may count their self-performed services towards meeting a Business Equity Goal. c. Non-compliance. If the lowest bidder for a low bid procurement or any bidder for a Best Value procurement does not timely submit its Utilization Plan with the required documents, that bidder will be deemed Non-Responsive. For a low bid procurement, the City will notify the next lowest bidder who shall then submit a Utilization Plan with required documents no later than 2:00 PM on the third business day after the bidder receives notification. This process will be followed until a bidder submitting the required documents is selected. DEFINITIONS Business Equity Firm means an Independent Firm that is a Certified minority- and/or women-owned business enterprise (M/WBE) with a Significant Business Presence in the City's Marketplace. Business Equity Goal means a calculation prepared by the DVIN-BE that includes all the following factors: the detailed cost estimate of the work to be performed, or goods purchased; the 6-county Marketplace; the availability of Business Equity Firms and non-Business Equity Firms in the Marketplace determined ona Contract-by-Contract basis; and the subcontracting/supplier opportunities of each project. Certified means those firms identified by the North American Industry Classification System (NAICS) that have been determined to be a bona fide MBE or WBE by the North Central Texas Regional Certification Agency (NCTRCA), the Dallas/Fort Worth Minority Supplier Development Council (DFW /MSDC), Women's Business Council-SW (WBCS), Texas Department of Transportation (TxDOT) or another certifying agency that the DVIN-BE may deem appropriate and accepted by the City of Fort Worth. DVIN-BE means the City's Department of Diversity and Inclusion — Business Equity Division Good Faith Efforts means the actions undertaken by a Contractor and approved by DVIN-BE as described inthe Business Equity Ordinance �20-370 (g). Joint Venture means a business entity formed by two or more independent Persons for the purpose of pursuing a common objective, such as a prime contract. The resulting business entity has additional resources and capacity, enhancing its ability to compete for larger awards. A joint venture is generally characterized by shared ownership, shared returns and risks, and shared governance. In a joint venture, the prime managing partner holds 51 % or more interest in the business. Partner(s) hold less than 51 % interest but in most cases, not less than 20%. Marketplace means the geographic area as defined by the City's most current Disparity Study (i.e., Tarrant, Dallas, Denton, Johnson, Parker and Wise counties). Responsive means that a Person is compliant with the requirements of the Business Equity Ordinance. Significant Business Presence means a Person (1) which has its principal place of business located inside the Marketplace; (2) which has its principal place of business located outside the Marketplace but has been verified to be in existence for a minimum of 24 months and from which at least 20% of the business's workforce is based in the Marketplace; or (3) which has cumulative business receipts greater than $1,000,000 for work done in the Marketplace since January 1, 2013. Utilization Plan means the list of Business Equity Firms that a Contractor commits will be utilized to meet the Business Equity Goal for a specific project, the scopes of the work and the dollar values or the percentages of the work to be performed. VIOLATIONS AND SANCTIONS 1. Failure to comply with the City's Business Equity Ordinance will result in the bid being considered "Non-Responsive." 2. Failure to submit the required Business Equity forms and documentation will result in the bid being considered non-responsive and a "written warning" letter that may impact the Offeror's evaluation scoring on future City bid opportunities for up to 12 months, refer to Ordinance �20-373 on VIOLATIONS AND SANCTIONS for continued offenses or failures to comply. If you have any questions, contact Department of Diversity& Inclusion, Business Equity Division Email: DVIN_BE@fortworthtexas.gov I Phone: 817-392-2674 Q v m a) a) Q .L.-. .LO.. -0 L a) N O w L LLI =U C u) LL w-a m u) O C)a cn a)� � c � m cO (n C Q N ( 2 Na w N 0 (l.L = a) a) a) C c a) m O p O M Q m Z N O c0i w d N p N c m c ac a a) aam)m ) O C)Cl) °❑ 0 0 c UO c )n N .N ° > o m a E co (n a) o m w Qm Li 0 p X X 0 � c c 'O U U c0i u) m F— W ❑ ❑ a m Y m w m N a) c m .= Q N @ N mU o C � c aci c m o �°p N N Q O > > � ) 0- 0 rn c m � m � o N a) m O = a) Qa c a _0 c m E E a -O U m 'y �: m o 0 N 0 a) m L m Z, 7 C Un 'a -O (0 L-. U C I n d ❑ O LL N O W _O L d -0 u:3 L C 0 -0 = Q a (o C N aL+ V m Q O = N y O ° O O N '� y O ❑ p Qu m U ° m U mm m -a m D o .= c O C) N C O C EEO m w O Qu c Q mom � C cm � Un oU :3 , Em3 d C N H e E m o -r 0 0 O U d w (Dis m o m N w > o U Li U m O n Q ai 3 0 a) w _0 a) — N ° o ff e .N w rn 'O 'O � LL Lj a) 0 (n O o = C C C ~ C C U) O C m a) �, t5 o a) O yr N 0 O C m C a V) U L Lim CO ❑ N 0 O w 7 N U L L U -0 C O C w ° N v u r E a) 2 V U o - o m f0 ca .N = (0 o c ° LL Q c 7 W -ol-o � )n o m m o N m .3 E 0 c m C Z m in a) rn N E -_ - U c w c o .- v) w a`) > w Q-' � ° - c 3 0)m m a) E a d t O Q 0 m L m 0 o a o �, � o � 0 c: -0 D 2 m aa J.+ 0 O Z C a) U- L o c CM -r- `m -o E _0 � -a m m (n O LL U O U W c aw _ c0 0a) 0 0 � o o •1V m e> m o C7 y n) m ° aoi Ln c m Qo a) u) o S Z O C p E m L) a) -_ > E a) c ° m w OR W �:, o o al m a) O (/) Q O m m LL C) � c a) m w c m o p LL �, N C9 p m m y H N m T.0 Y a) m .a Q 3 m U a) m o 10— E Lu 0 •� j 3 c m (n O cr a) )n W rU Q� E N (nw rn � '0 mwm W _y W d ❑ ❑ n c W ° Q (n �i yY r .w c m _ � 0 N LL (n a U 'y C O N Ln 7 CO U a) N m c 7 (n C a > LL U (/� d m C co ~ N .N LOa- w2 COm aQ 7 0 a) C C .y 0 o Y w C N (a 0 .ZO m .0 0 a) L 'L-' a) E `° m Z V m m N E .N a) a) C_ -a C U �O fn .L.-. ;� (n 0 m •N N Q m t U N c > X L 3 0 a� m e >, m m `o m 3 y N U ❑ p u) fA 0w L c 0 '6 mr � mw m C m X m � c m ui 3 0 ° 0 o f cr is o a) w U [o 3 N o c o m e m LL (n o w E d o)m LL L cn )n cn m p c }cu 9 E m (nn o ° m o c c m m U d N a) 0) C: E c w :. c E r U a) w N m 0 m E r Q c m m m O m m E w U � m LLJ > W > O (0 aci rn 3 m e 0 d N U Z m O > o 12 -°) m L m U m E a. U) t m w LL _ W a) mL or m ? = E ° W y }, w -a LLJ m 2 } Z U (n ° ~ o 3 U) (n a) pm a rn 3 p v J H au cn c N a) c E U E O W a) o Q d ❑ ❑ U rn D O a cL... o N m ° a) L71 vJ m rp a) a) LL E m _- a) c p C C c m m a) _ 'o ° m Q w 0) +• O m `0 umi _ u 0 N J T ° m o LL c O 'er N m y m (� 0 m GOi A Q pp J o o °- ami _- w o L� mmi au)) o m E .� wu Q c a m o a) E U C u) > a) V m a 0 CLLI d. u) UN U N N > -00 `m N r a) C E a' J E °' `� w N _ al w '- (n c W K Z E W _� (n o p o .� a) E .� Z r m o U O c m 0 0 c_ -0 CO Z a m N ❑ c a) O E $ � D O �° m N = N a) w a) y ` a N m a) - 0 .) m LLJc - c - a) w a W LLl m u 3 u Q 7 � m E x 0 u) m u) w a) u) o 4 u m = a o a) u) E ._ x � Q O ❑ L) m � o LiL (U yX (n � cm � � msm � Z Z Z N Q o Q N -`U0 16 - w a>> � � c w L c H ac3 0 in y_ mp a- - LL > L A O C E w o C ° o ~ m m c m y ° o O Z ~ U _ �, O rn ° c m �) C 07 ai ° f° a) a) 3 c Q U W (V Lao ._. = U ._ y Nr -O w U Em )n � a) w O o a) 7 O V d •2 w o N o 'mac Li uNi a io U (n o ~_ N m U)) I N N O � � O s d 0 = 0 `) ° a) >0 N .N r r m m -° o uc-i °f a a) :3 a fir' a U a a U a U w m = O L -- 0 m a) o L um) a) 3 y a m o u) LL 7i H U U m U Z - O U m LL (On E d my Q y w F N N N F- O U C m U C m U C N O Z 04 O C C U C C U C C U W O m �p a) .0 m m a) •` m m a) p v m y c a -0 a G1 C CL a) C CL W, C O N Q a y ° H z 2 z Q z 2 z Q z m Z 0 LA Q = c00 t ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ < o .� u y am E � H w m am m w� a � c m c m m m m o E � E u o N � y8 8 •z 'z m � 0 � 0 a) 0 c H I m ai d m LL w d LL ° 8 L' Qt " ❑ Q m E] Q E] Q m N � � d zw N O c ° c IAc to U O to m c N m m y m m N m JI f\A 0 � Q Q U Q Q f) Q Q U _ N ❑ ❑ ❑ ❑ ❑ ❑❑❑ ❑ ❑❑❑ 0 -0 -6 c w d U y t _ N c N m % 3 '2 m V) V) U) v_ 8mm 0) 3° C" m m m O ° y a r m c � ❑ v M, c u Q U U U 16 a ° Z 0 .. �. m 0- > m a y 0 c A m U F- m g U H m (Q,} I- y v E c u w y 0 Of p ix 0 ix Op a' L •+m--• O E H w U X L w ri U X .L-• w LL U Xt• m T� m 2 y fu r ff] Z U 0 z H 0 a Z H O fflln 0 01:11:11:1 0 E:]Ell:]E:l tia w c C y � c m _ N Q d m _O O � y m pcp y y m ++ E fd c p l6 8 tm C . N ._ 7 a 0 a) .0 'tA N E .N m� w 3 m c o. m ++ oo0 c8 t fAz w p CO � o E `y C w -p +-' ° y 00 0 W ci J m � LL E m m � 3 .2 Cr W yNmac cr or r m m ami U> > 4E o � m , Vv ? a a m v c a> Q 3 d d ui iT u > Z p E c w a: L N U)oLJ v u ° Lu M N fS N C O 5 N O Z N O Z u) O Z W 0 c a) W 6 7 o w 0 p U w U w fJ N m ; O O O v .y w N m o o. u) U) O 10 O N3 v to 4) sa d d U a d U 00 � .Nrn w v H ~ ~ Z w H Z w H z w c c Co f0 G d Lya _M c E Ov :3 3umim U) 8o r E rn € (2O 1 m E ti ° w O m c C a) a) OL s •`+ ,,o c mLL oc E mom ' o o U w Liu) W Wy ° U w F fA 0 w o E uNi rn G -c OUr- L. wJ o m y o d W 0) a Nc0y € pw c y LU i .om E u, ' E � N = c 'emu) N w a € a d o a) d y Q 0 ; r� r °'• m > w w:5 wU) CL m Z1 . i ° 3 c W �+ co O y.N N m m �►. W Gt C Gt C Gt C to :3' � ,, x � Z E E E 0 0 w O cE m y d Z v Z 0 Z a> Z fL> 1✓C y N O tm.Ln M ++ a a a O N M m m Co m t W y H a+ fA fA �+ fA C y 01� +' y to V I fA to f.) a1 fA V � p .Q ',rm- tc C v •y C C ate+ C � C r C C r 0 Bch yr 'o t rE o rE o rE o wm a 2 8N� U 8 U) v IL m 4 aw U m Q aw v m Q aw v cc N N Q v m C N .V m C O '2 m C O 'V m C .9 N C) O c a .? N c a '� N c CL N C a � N C v z fh O y (ll O y (ll E O H (ll E O y l0 E w y Z = Z Q Z 2 Z Q Z = Z Q Z 2 Z Q 00 v a r ❑ ❑ ❑ ❑ ❑ El ❑ ❑ El ❑ ❑ El >_ " Q w a) m m W a m c �o c m c m c w :D Q E U U N U a) U N L LL N NLLN LL N C ❑ Q ❑ Q ��pp ❑ Q ❑ Q U C � (C�pp V U m 7 U N 7 V N 7 N U m a a 0 a a 0 2 a a o 2 a a ❑ ❑❑❑ ❑ ❑ ❑❑ ❑ ❑ ❑❑ ❑ ❑❑[J u m m m m c U U > LiU U >% CO U coU coUR m 2 U m m F- m O a of 0 a pW Om m C N m X LL U LL X :" U Q Z O Z O ;E ❑ Z F- t ❑ Z XF- _=O ` U ❑❑❑I—a> 1❑❑❑ U ❑❑C Ld N L" " E ar y am ++ - to z � a — a 3 N 'O L m n. W N j W V a a a a C •N u W ? m LL O 5 U) o z U) o z U) o z U) o z U) w0 4- U � o U � o U o U IL u) O y O <n O U) O ~ a C.) Q � a Q � Q Q T a 4 •O F— Z en F— Z w Z en F— Z w d - d d) C d) C1 m a H LL t o U) U)w p w J U)a ) W� a ow � aU) O a o � x, = a a 3 W ai c ai c ai c ai c ? ZQ Z 0 Z y Z m Z m u �, a U) a w a U) a C U) U) LA ++ LA LA r+ U) LA r. F•+ G7 LA V Gl U) V Gl LA C) y LA V (O L - cc q - C a+ L 6. C cc U) O LA O C U) 'o O n 'o O mdU d mL mdC U w w L) Q I. w w d Q '7 O fn N N v U o N rn o o O 0ca C Y U a_ v O_ m m C p O o coF m .3 E co 3 o p � x c (� U 70 N M C a) C 6 E a) a) wE —a) OM C.) 2Zo � fn m 0 ffl Fa a) m 0 C a) p -0 o .0 C m M 3 - E Y) N O N a) -0a) a) C ` O a) `) O (n .^ ._. C — Q N = 10 •- L 00O 'E3m yu' o c U N E CL c > -0 o n M O O 6 N N U Q `i a� Q m O a) O a) EA ER ER d4 0 a) o a) 3 c U ^ c = c O .� o U a) �v E cn � � � � � M o m a) m m N O U' W = _ "= a) O o� �v E �- Z '0 LL m N F- o F=- (n c a) C in Z a O Q a L = 0) � 6 0 o � M a Q U) N 3 m • ca c Q 0 c c o �N.+ O U di a) V� a w o Mo) a) O , W U a O OOUcn OOO a cu o a W O c (n V � ,C c m N m O_ 0 O O Q v) a cn E -- a) O a F L O C m p U N -p - W Q O �O ,O N OmL Q N O U r O N n m C: (nE no NLo GNi o v ° (_ o Q a) E c N o C ;� a m J a o) c Q i� c m 'N a) a n � a) a) c -0Emm � m o Q -0V o a) - O >.o U C m = U W N = O U C O = W -0 � V m U - a) O a (n O L o o cn f°o c N 0 r W lL a) -o CO O c a) m T 0 40 •� a O = V a E -a a) L mE Ca QC =— Qfn ma Nc7) mc V M (nm mmm o 0s - a) N -p cn a LL '= w cO c a E O � ~c M ` M > > E v� rn E _ q aU' M d O Z a) uimU m Z :3 m EU0 � a o 0 No O O E � � E o o E � C) YC cn �•CQ) O a a U O 7 O O O Q = N U O N Y �o a) U O o 0 E E E 3 m m v� M o 0 o i N E c a cn ? o 0) 9 E U > O v p p p O � a Eo m 0 c o �'� co Z N � mN fB (B (B u Ca — U 0) '�cl, N -0 >` Gl >� d Z�N A/ U a) C_ f0 U p� fV C fn m � Fc- F- F D) C c x CL c o o m `' E o n O C 3 Q) m m cE0 C O +_ C) C ' co r m F o0 w F=- co) C m ax) Cl Q.Y Q H U Q U o w a ATTACHMENT 1B FORT WORTH Page 1 of 1 City of Fort Worth Business Equity (M/WBE) Specifications Prime Contractor Waiver Form OFFEROR COMPANY NAME: Check applicable block to describe Prime PROJECT NAME: IMNVBE NON-MWBE SANITARY SEWER REHABILITATION, CONTRACT 94 - PART 2 BID DATE City's MBE Project Goal: Offeror's MBE Project Commitment: PROJECT NUMBER 16 Rio Rio 100421-2 If both answers to this form are YES, do not complete ATTACHMENT 1C (Good Faith Effort Form). All questions on this form must be completed and a detailed explanation provided, if applicable. If the answer to either question is NO, then you must complete ATTACHMENT 1 C. This form is only applicable if both answers are yes. Failure to complete this form in its entirety and be received by the Purchasing Division no later than 2:00 p.m., on the second City business day after bid opening, exclusive of the bid opening date,will result in the bid being considered non-responsive to bid specifications. Will you perform this entire contract without subcontractors? YES If yes, please provide a detailed explanation that proves based on the size and scope of this NO project, this is your normal business practice and provide an operational profile of your business. -- Will you perform this entire contract without suppliers? YES If yes, please provide a detailed explanation that proves based on the size and scope of this project, this is your normal business practice and provide an inventory profile of your business. NO The Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including certified M/WBE(s) on this contract, the payment thereof and any proposed changes to the original M/WBE(s) arrangements submitted with this bid. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed by the M/WBEs on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance creates a material breach of contract and may result in a determination of an irresponsible Offeror and barred from participating in City work for a period of time not less than one (1) year. Authorized Signature Printed Signature Title Contact Name(if different) Company Name Phone Number Fax Number Address Email Address City/State/Zip Date Business Equity Division Rev.3/13/2022 Email: DVIN_BEOffice@fortworthtexas.gov Phone: (817)392-2674 FORT WORTH;; City of Fort Worth ATTACHMENT 1C Business Equity Division Page 1 of 4 Good Faith Effort Form PRIME/OFFEROR Check applicable box to describe COMPANY NAME: Prime/Offerors Certification Business Equity Irl Non-Business PROJECT NAME: Firm LJ Equity Firm SANITARY SEWER REHABILITATION, CONTRACT 94 - PART 2 BID DATE Business Equity Goal: Offeror's Business Equity Goal Commitment: PROJECT NUMBER 16 pia Rio 100421-2 If the Offeror did not meet or exceed the Business Equity Goal for this project, the Prime/Offeror must complete this form. If the Prime/Offeror's method of compliance with the Business Equity Goal is based upon demonstration of a "Good Faith Effort", the Prime/Offeror will have the burden of correctly and accurately preparing and submitting the documentation required by the City. Compliance with each item, 1 thru 10 below, shall satisfy the Good Faith Effort requirement absent proof of fraud, intentional and/or knowing misrepresentation of the facts or intentional discrimination by the Prime/Offeror. Failure to complete this form, in its entirety with supporting documentation, and received by the Purchasing Division no later than 2:00 p.m. on the third City business day after bid opening, exclusive of bid opening date, will result in the bid being considered non-responsive to bid specifications. Exception: CFA, ICA, and CDBG projects, documents will be submitted to the City Project Manager if publicly bid or to the Developer if privately bid. 1.) Please list each and every subcontracting and/or supplier opportunity for the completion of this project, regardless of whether it is to be provided by a Business Equity firm or non-Business Equity firm. (DO NOT LIST NAMES OF FIRMS). On all projects, the Prime/Offeror must list each subcontracting and or supplier opportunity regardless of tier. (Use additional sheets, if necessary) List of Subcontracting Opportunities List of Supplier Opportunities Effective 03/15/2022 ATTACHMENT 1C Page 2 of 4 2.) Obtain a current(not more than two (2)months old from the bid open date) list of Business Equity subcontractors and/or suppliers from the City's Business Equity Division. ❑ Yes Date of Listing ❑ No 3.) Did you solicit bids from Business Equity firms,within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by telephone, exclusive of the day the bids are opened? Yes (If yes,attach list to include name of Business Equity firm, person contacted, phone number and date and time of contact.) ❑ No 4.) Did you solicit bids from Business Equity firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by fax, exclusive of the day the bids are opened? ❑ Yes (If yes,attach list to include name of Business Equity firm,fax number and date and time of contact. In addition,if the fax is returned as undeliverable,then that"undeliverable confirmation"received must be printed directly from the facsimile for proper documentation. Failure to submit confirmation and/or"undeliverable confirmation"documentation may render the NO GFE non-responsive.) 5.) Did you solicit bids from Business Equity firms,within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by email, exclusive of the day the bids are opened? ❑Yes (If yes,attach email confirmation to include name of Business Equity firm,date and time. In addition,if an email is returned as undeliverable,then that"undeliverable message"receipt must be printed directly from the NO email system for proper documentation. Failure to submit confirmation and/or"undeliverable message" documentation may render the GFE non-responsive.) NOTE: The three methods identified above are acceptable for soliciting bids, and each selected method must be applied to the applicable contract. The Prime/Offeror must document that either at least two attempts were made using two of the three methods or that at least one successful contact was made using one of the three methods in order to deemed responsive to the Good Faith Effort requirement. NOTE: The Prime/Offeror must contact the entire Business Equity list specific to each subcontracting and supplier opportunity to be in compliance with questions 3 thru 5. 6.) Did you provide plans and specifications to potential Business Equity firms? El Yes El No 7.) Did you provide the information regarding the location of plans and specifications in order to assist the Business Equity firms? Yes No Effective 03/15/2022 ATTACHMENT IC Page 3 of 4 8.) Did you prepare a quotation for the Business Equity firms to bid on goods/services specific to their skill set? ❑ Yes (If yes,attach all copies of quotations.) ❑ No 9.) Was the contact information on any of the listings not valid? ❑ Yes (If yes,attach the information that was not valid in order for the Business Equity Division to address the corrections needed.) ❑ No 10.) Submit documentation if Business Equity firms quotes were rejected. The documentation submitted should be in the firms forms of an affidavit, include a detailed explanation of why the Business Equity firms was rejected and any supporting documentation the Prime/Offeror wishes to be considered by the City. In the event of a bona fide dispute concerning quotes, the Prime/Offeror will provide for confidential in-camera access to an inspection of any relevant documentation by City personnel. (please use additional sheets, if necessary,and attach.) Company Name Telephone Contact Person Scope of Work Reason for Rejection ADDITIONAL INFORMATION: Please provide additional information you feel will further explain your good and honest efforts to obtain Business Equity firm participation on this project. The Prime/Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed on this contract, the payment thereof and any proposed changes to the original arrangements submitted with this bid. The Prime/Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed on this contract, by an authorized officer or employee of the City. A Prime/Offeror who intentionally and/or knowingly misrepresents material facts shall be Debarred for a period of time of not less than three (3) years. Effective 03H W2022 ATTACHMENT 1C Page 4 of 4 The undersigned certifies that the information provided and the Business Equity firms listed was/were contacted in good faith. It is understood that any Business Equity firms listed in Attachment 1C will be contacted and the reasons for not using them will be verified by the City's Business Equity Division. Authorized Signature Printed Signature Title Contact Name and Title(if different) Company Name Phone Number Address Email Address City/State/Zip Date Business Equity Division Email: DVIN_BEOffice@fortworthtexas.gov Phone: (817) 392-2674 Effective 03/15/2022 FO RT CVO RT H 0 Joint Venture Page 1 of 3 CITY OF FORT WORTH M/WBE Joint Venture Eligibility Form All questions must be answered;use"N/A"if not applicable. Name of City project: SANITARY SEWER REHABILITATION,CONTRACT 94—PART 2 A joint venture form must be completed on each project RFP/Bid/Purchasing Number: City Project No.100421-2 1.Joint venture information: Joint Venture Name: Joint Venture Address: (If applicable) Telephone: Facsimile: E-mail address: Cellular: Identify the firms that comprise the joint venture: Please attach extra sheets if additional space is required to provide detailed explanations of work to be performed by each firm comprising the joint venture M/WBE firm Non-M/WBE firm name: name: Business Address: Business Address: City,State,Zip: City,State,Zip: Telephone Facsimile E-mail Telephone Facsimile Cellular Cellular Certification Status: E-mail address Name of Certifying Agency: 2. Scope of work performed by the Joint Venture: Describe the scope of work of the M/WBE: Describe the scope of work of the non-M/WBE: Rev.2/13/19 Joint Venture Page 2 of 3 3. What is the percentage of M/WBE participation on this joint venture that you wish to be counted toward meeting the project goal? 4. Attach a copy of the joint venture agreement. 5. List components of ownership of joint venture: (Do not complete if this information is described in joint venture agreement) Profit and loss sharing: Capital contributions, including equipment: Other applicable ownership interests: 6. Identify by name, race,sex and firm those individuals(with titles)who are responsible for the day-to-day management and decision making of the joint venture: Financial decisions (to include Account Payable and Receivable)- Management decisions: a. Estimating ------------------------------------------------------------ b. Marketing and Sales --------------- ------------------ c. Hiring and Firing of management personnel ---------------------------------------------------------- d. Purchasing of major equipment and/or supplies Supervision of field operations The City's Business Equity Division will review your joint venture submission and will have final approval of the M/WBE percentage applied toward the goal for the project listed on this form. NOTE: From and after the date of project award, if any of the participants, the individually defined scopes of work or the dollar amounts/percentages change from the originally approved information, then the participants must inform the City's Business Equity Division immediately for approval. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the City's Business Equity Ordinance 25165-10-2021 . Rev.2/13/19 Joint Venture Page 3 of 3 AFFIDAVIT The undersigned affirms that the foregoing statements are true and correct and include all material information necessary to identify and explain the terms and operation of the joint venture. Furthermore, the undersigned shall agree to provide to the joint venture the stated scope of work, decision-making responsibilities and payments herein. The City also reserves the right to request any additional information deemed necessary to determine if the joint venture is eligible. Failure to cooperate and/or provide requested information within the time specified is grounds for termination of the eligibility process. The undersigned agree to permit audits, interviews with owners and examination of the books, records and files of the joint venture by any authorized representatives of the City of Fort Worth. Failure to comply with this provision shall result in the termination of any contract, which may be awarded under the provisions of this joint venture's eligibility and may initiate action under Federal, State and/or Local laws/ordinances concerning false statements or willful misrepresentation of facts. --------------------------------------------- ------------------------------------------------ Name of MBL firm Name of non-MBF firm Printed Name of Owner Printed Name of Owner Signature of Owner Signature of Owner Printed Name ofOwner Printed Name of Owner r Signature of Owner Signature of Owner Title Title Date Date Notarization State of County of _ On this day of 20 before me appeared and to me personally known and who, being duty sworn,did execute the foregoing affidavit and did state that they were properly authorized to execute this affidavit and did so as their free act and deed. Notary Public Print Name Notary Public Signature Commission Expires (sea[) Office of Business Diversity Email: mwbeoffice@fortworthtexas.gov Phone: (817)392-2674 Rev.2/13/19 GC-6.07 Wage Rates • 2013 PREVAILING WAGE RATES (HEAVY AND HIGHWAY CONSTRUCTION PROJECTS) CITY OF FORT WORTI I SANITARY SEWER REHABILITATION,CONTRACT 94—PART 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100421-2 Revised July 1.2011 2013 PREVAILING WAGE RATES (Heavy and Highway Construction Projects) 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 The Davis-Bacon Act prevailing wage rates shown for Heavy and Highway construction projects were determined by the United States Department of Labor and current as of September 2013. The titles and descriptions for the classifications listed are detailed in the AGC of Texas'Standard Job Classifications and Descriptions for Highway, Heavy,Utilities,and Industrial Construction in Texas. Page 1 of 1 GC-6.09 Permits and Utilities • FLOODPLAIN DEVELOPMENT PERMITS: FDP-2 1-00011- 1001 OAK GROVE ROAD, FORT WORTH,TX 76140(M-195A) FDP-21-00012-4351 CARTER PARK DRIVE, FORT WORTH,TEXAS (M-195A) FDP-21-00013 -4351 CARTER PARK DRIVE, FORT WORTH, TEXAS (M-195A) FDP-21-00014 -4065 SOUTH FREEWAY, FORT WORTH,TX 76110 (L-4581) FDP-21-00017- 1332 MERIWETHER AVENUE, FORT WORTH TEXAS (L-4350) CFI Y OF FORT WORTH SANITARY SFWFR REHABILITATION,CON FRACT 94—PART 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No 100421 -2 Revised Jule 1,2011 APPLICATION FOR PLEASE TYPE FLOODPLAIN DEVELOPMENT PERMIT Date Permit No. FDP-21-00011 Name of Owner or Applicant FORT WORTH WATER DEPARTMENT Telephone No. 214-942-1888 Office Use Only ❑Approved LJ Approved Address of Owner 311 1 Oth STREET, FORT WORTH, TX 76102 Nearest Stream With SYCAMORE CREEK ❑Denied" Conditions* Location of Permit Area(Address or Legal Description) Date In: 1/14/21 Date Out: 1121121 1001 OAK GROVE ROAD, FORT WORTH, TX 76140 Processed By: Ben Thompson 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) UNDERGROUND SANITARY SEWER PIPES WILL BE REPLACED ACROSS THE SYCAMORE CREEK. THE SURFACE AND INTEGRITY OF FLOW OF THE CREEK WILL BE RESTORED BACK TO EXISTING CONDITIONS. THE INTEGRITY OF CROSS SECTION, FLOW AREA, SURFACE MATERIAL WILL NOT BE ALTERED. 20TMP-111188 COMPLETE APPLICABLE QUESTIONS: 1. Total drainage area of watercourse 12569.6 acres. 2. Regulatory flood elev. 623.0 ❑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? 2 Yes ❑No ❑Unknown 7. Have all necessary prior approval permits been obtained from federal,state or local governmental agencies?z 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 Info. Not PROPOSAL: Yes No Available 1. Reduce capacity of channels/floodwa s/watercourse in flood lain area? ❑ ❑✓ ❑ 2. Measurably increase flood flows/heights/damage on off-site ro erties? ❑ ✓❑ ❑ 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 ❑ ❑✓ ❑ flood lain 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? ❑ I ❑ FLOODPLAIN DEVELOPMENT PERMIT The City of Fort Worth's Floodplain Permit Program is authorized by Section 7-318 of City Ordinance No. 11998, adopted June 13, 1995. This permit is required for all development taking place within the area of the 100-year floodplain(special flood hazard areas) as shown on the current Flood Insurance Rate Maps and Flood Boundary-Floodway Maps, published by the Federal Emergency Management Agency(FEMA). These maps are available for public inspection in the Engineering Department, Municipal Building, 1000 Throckmorton Street. Failure to obtain a Floodplain Development Permit or violating other provisions of City Ordinance No. 11998 or the conditions described within the permit constitutes a misdemeanor and upon conviction, a person, firm, or corporation could be fined up to one thousand dollars ($1,000) a day for each day that the violation occurs. I understand that the conditions which may be stated for permit approval or the provisions of City Ordinance No. 11998 may be superseded by other provisions of City code or policies. I further understand that this Floodplain Development Permit does not constitute final approval until all development requirements placed on the property have been met. These requirements include, but are not limited to, City construction plan approval,platting and community facilities agreements. This proposal shall be subject to any change in floodplain development policy at the actual time of development. Application is hereby made for a permit to authorize the activities described herein. I hereby certify that I am familiar with the information contained on this application and to the best of my knowledge such information is true and accurate. I further certify that I possess the authority to undertake the proposed activity. I understand that if my application is denied, I have sixty(60)days from the date of such denial to appeal the adverse action to the City Plan Commission. Signature of Applicant or Authorized Agent OFFICE USE ONLY FLOODPLAIN AREA DEFINED BY: ❑X FEMA ❑COE ❑ FLOOD STUDIES [:]HIGH WATERMARKS [:]OTHER FEMA INS. ZONE AE FEMA MAP NO. 48439CO31 5L FLOOD ELEV. 623 GROUND ELEV. FLOOD PLAIN STUDY PLATE NO. FLOOD ELEV. CONDITIONS FOR APPROVAL'OR REASONS FOR DENIAL" * Trenches shall be returned to existing grade and spoils shall be removed from the regulatory floodplain THIS PERMIT SHALL EXPIRE TWO YEARS FROM THE DATE OUT ON PAGE 1 ABOVE APPLICATION FOR PLEASE TYPE FLOODPLAIN DEVELOPMENT PERMIT Date Permit No. FDP-21-00012 Name of Owner or Applicant FORT WORTH WATER DEPARTMENT Telephone No. 214-942-1888 Office Use Only ❑Approved u Approved Address of Owner 311 10th STREET, FORT WORTH, TX 76102 Nearest Stream With SYCAMORE CREEK ❑Denied•' Conditions' Location of Permit Area(Address or Legal Description) Date In:1/14/21 Date Out:1/21/21 4351 CARTER PARK DRIVE, FORT WORTH, TEXAS Processed By: Ben Thompson 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) UNDERGROUND SANITARY SEWER PIPES WILL BE REPLACED ACROSS THE SYCAMORE CREEK. THE SURFACE AND INTEGRITY OF FLOW OF THE CREEK WILL BE RESTORED BACK TO EXISTING CONDITIONS.THE INTEGRITY OF CROSS SECTION, FLOW AREA, SURFACE MATERIAL WILL NOT BE ALTERED. 20TMP-111220 COMPLETE APPLICABLE QUESTIONS: 608.5-610 1. Total drainage area of watercourse 12569.6 acres. 2. Regulatory flood elev. 589.9 ❑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 Info. Not PROPOSAL: Yes No Available 1. Reduce capacity of channels/floodwa s/watercourse in flood lain area? ❑ ❑✓ ❑ 2. Measurably increase flood flows/hei hts/dams a on off-site properties? ❑ z ❑ 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 ❑ ❑ ❑ flood lain soils on subject property or adjacent property upstream/downstream? r� 5. Encroach on floodwa causingincrease in flood levels? ElIr I ❑ 6. Provide compensatory storage for any measurable loss of flood storage capacity? ❑ I Z I ❑ FLOODPLAIN DEVELOPMENT PERMIT The City of Fort Worth's Floodplain Permit Program is authorized by Section 7-318 of City Ordinance No. 11998, adopted June 13, 1995. This permit is required for all development taking place within the area of the 100-year floodplain(special flood hazard areas) as shown on the current Flood Insurance Rate Maps and Flood Boundary-Floodway Maps, published by the Federal Emergency Management Agency(FEMA). These maps are available for public inspection in the Engineering Department, Municipal Building, 1000 Throckmorton Street. Failure to obtain a Floodplain Development Permit or violating other provisions of City Ordinance No. 11998 or the conditions described within the permit constitutes a misdemeanor and upon conviction, a person,firm, or corporation could be fined up to one thousand dollars($1,000) a day for each day that the violation occurs. I understand that the conditions which may be stated for permit approval or the provisions of City Ordinance No. 11998 may be superseded by other provisions of City code or policies. I further understand that this Floodplain Development Permit does not constitute final approval until all development requirements placed on the property have been met. These requirements include,but are not limited to,City construction plan approval,platting and community facilities agreements. This proposal shall be subject to any change in floodplain development policy at the actual time of development. Application is hereby made for a permit to authorize the activities described herein. I hereby certify that I am familiar with the information contained on this application and to the best of my knowledge such information is true and accurate. I further certify that I possess the authority to undertake the proposed activity. I understand that if my application is denied, I have sixty(60)days from the date of such denial to appeal the adverse action to the City Plan Commission. Signature of Applicant or Authorized Agent OFFICE USE ONLY FLOODPLAIN AREA DEFINED BY: Q FEMA ❑COE ❑ FLOOD STUDIES [:]HIGH WATERMARKS ❑OTHER FEMA INS. ZONE AE FEMA MAP NO. 48439CO 2OL FLOOD ELEV. 608.5-610 ft GROUND ELEV. FLOOD PLAIN STUDY PLATE NO. FLOOD ELEV. CONDITIONS FOR APPROVAL*OR REASONS FOR DENIAL** *Trenches shall be returned to existing grade and spoils shall be removed from the regulatory floodplain THIS PERMIT SHALL EXPIRE TWO YEARS FROM THE DATE OUT ON PAGE 1 ABOVE APPLICATION FOR PLEASE TYPE FLOODPLAIN DEVELOPMENT PERMIT Date Permit No. FDP-21-00013 Name of Owner or Applicant FORT WORTH WATER DEPARTMENT Telephone No. 214-942_1888 Office use Only ❑Approved Lh.l Approved Address of Owner 311 1 Oth STREET, FORT WORTH, TX 76102 Nearest Stream With SYCAMORE CREEK ❑Denied" Conditions' Location of Permit Area(Address or Legal Description) Date In: 1/14/21 Date Out. 1122121 4351 CARTER PARK DRIVE, FORT WORTH, TEXAS M-195A at Seminary Drive Processed By: Ben Thompson 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) UNDERGROUND SANITARY SEWER PIPES WILL BE REPLACED ACROSS THE SYCAMORE CREEK. THE SURFACE AND INTEGRITY OF FLOW OF THE CREEK WILL BE RESTORED BACK TO EXISTING CONDITIONS. THE INTEGRITY OF CROSS SECTION, FLOW AREA, SURFACE MATERIAL WILL NOT BE ALTERED. 20TMP-111220 COMPLETE APPLICABLE QUESTIONS: 1. Total drainage area of watercourse 12569.6 acres. 2. Regulatory flood elev. 589.0 ❑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 Z 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?z 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 Info. Not PROPOSAL: Yes r�N��o Available 1. Reduce capacity of channels/floodwa s/watercourse in flood fain area? ❑ Lr J ❑ 2. Measurab!y increase flood flows/hei hts/dams a on off-site properties? ❑ IQ ❑ 3. Individually or combined with other existing or anticipated development expose adjacent f'� Elproperties to adverse flood effects? El21 4. Increase velocities/volumes of flood waters sufficiently to create significant erosion of ❑ F71U ❑ flood lain soils on subject property or adjacent property upstream/downstream? r 5. Encroach on floodway causing increase in flood levels? ElR1 U1 El6. Provide compensatory storage for an measurable loss of flood storage capacity? El !r 1 ❑ FLOODPLAIN DEVELOPMENT PERMIT The City of Fort Worth's Floodplain Permit Program is authorized by Section 7-318 of City Ordinance No. 11998, adopted June 13, 1995. This permit is required for all development taking place within the area of the 100-year floodplain(special flood hazard areas) as shown on the current Flood Insurance Rate Maps and Flood Boundary-Floodway Maps, published by the Federal Emergency Management Agency(FEMA). These maps are available for public inspection in the Engineering Department, Municipal Building, 1000 Throckmorton Street. Failure to obtain a Floodplain Development Permit or violating other provisions of City Ordinance No. 11998 or the conditions described within the permit constitutes a misdemeanor and upon conviction, a person, firm, or corporation could be fined up to one thousand dollars($1,000) a day for each day that the violation occurs. I understand that the conditions which may be stated for permit approval or the provisions of City Ordinance No. 11998 may be superseded by other provisions of City code or policies. I further understand that this Floodplain Development Permit does not constitute final approval until all development requirements placed on the property have been met. These requirements include,but are not limited to,City construction plan approval,platting and community facilities agreements. This proposal shall be subject to any change in floodplain development policy at the actual time of development. Application is hereby made for a permit to authorize the activities described herein. I hereby certify that I am familiar with the information contained on this application and to the best of my knowledge such information is true and accurate. I further certify that I possess the authority to undertake the proposed activity. I understand that if my application is denied, I have sixty(60)days from the date of such denial to appeal the adverse action to the City Plan Commission. Signature of Applicant or Authorized Agent OFFICE USE ONLY FLOODPLAIN AREA DEFINED BY: 0 FEMA ❑COE ❑ FLOOD STUDIES ❑HIGH WATER MARKS ❑OTHER FEMA INS.ZONE AE FEMA MAP NO. 4843 CO310L FLOOD ELEV. 589 GROUND ELEV. FLOOD PLAIN STUDY PLATE NO. FLOOD ELEV. CONDITIONS FOR APPROVAL'OR REASONS FOR DENIAL" *Trenches shall be returned to existing grade and spoils shall be removed from the regulatory floodplain THIS PERMIT SHALL EXPIRE TWO YEARS FROM THE DATE OUT ON PAGE 1 ABOVE APPLICATION FOR PLEASE TYPE FLOODPLAIN DEVELOPMENT PERMIT Date Permit No. FDP-21-00014 Name of Owner or Applicant FORT WORTH WATER DEPARTMENT Telephone No. 214-942-1888 Office Use Only ❑Approved ❑Approved Address of Owner 311 1 Oth STREET, FORT WORTH, TX 76102 Nearest Stream With STREAM SC-5 ❑Denied" Conditions" Location of Permit Area(Address or Legal Description) Date in: 1/14/21 Date Out: 1/22/21 4065 SOUTH FREEWAY, FORT WORTH, TX 76110 Processed By: Ben Thompson 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) UNDERGROUND SANITARY SEWER PIPES WILL BE REPLACED ACROSS THE STREAM SC-5. THE SURFACE AND INTEGRITY OF FLOW OF THE CREEK WILL BE RESTORED BACK TO EXISTING CONDITIONS. THE INTEGRITY OF CROSS SECTION, FLOW AREA, SURFACE MATERIAL WILL NOT BE ALTERED. 20TMP-110855 COMPLETE APPLICABLE QUESTIONS: 1. Total drainage area of watercourse 1230 acres. 2. Regulatory flood elev. 630.5 ❑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 Z 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?z 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 Info, Not PROPOSAL: Yes No Available 1. Reduce capacity of channels/floodwa s/watercourse in flood lain 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 ❑ ❑ ❑ flood lain soils on subject property or adjacent property upstream/downstream? 5. Encroach on floodway causing increase in flood levels? ❑ z ❑ 6. Provide compensatory storage for any measurable loss of flood storage capacity? ❑ 1�1 ❑ FLOODPLAIN DEVELOPMENT PERMIT The City of Fort Worth's Floodplain Permit Program is authorized by Section 7-318 of City Ordinance No. 11998, adopted June 13, 1995. This permit is required for all development taking place within the area of the 100-year floodplain(special flood hazard areas) as shown on the current Flood Insurance Rate Maps and Flood Boundary-F loodway Maps, published by the Federal Emergency Management Agency(FEMA). These maps are available for public inspection in the Engineering Department, Municipal Building, 1000 Throckmorton Street. Failure to obtain a Floodplain Development Permit or violating other provisions of City Ordinance No. 11998 or the conditions described within the permit constitutes a misdemeanor and upon conviction, a person, firm, or corporation could be fined up to one thousand dollars ($1,000) a day for each day that the violation occurs. I understand that the conditions which may be stated for permit approval or the provisions of City Ordinance No. 11998 may be superseded by other provisions of City code or policies. I further understand that this Floodplain Development Permit does not constitute final approval until all development requirements placed on the property have been met. These requirements include,but are not limited to,City construction plan approval,platting and community facilities agreements. This proposal shall be subject to any change in floodplain development policy at the actual time of development. Application is hereby made for a permit to authorize the activities described herein. I hereby certify that I am familiar with the information contained on this application and to the best of my knowledge such information is true and accurate. I further certify that I possess the authority to undertake the proposed activity. I understand that if my application is denied, I have sixty(60)days from the date of such denial to appeal the adverse action to the City Plan Commission. Signature of Applicant or Authorized Agent OFFICE USE ONLY FLOODPLAIN AREA DEFINED BY: EIFEMA ❑COE ❑ FLOOD STUDIES ❑HIGH WATERMARKS ❑OTHER FEMA INS. ZONE AE FEMA MAP NO. 48439CO305L FLOOD ELEV. 630.5 GROUND ELEV. FLOOD PLAIN STUDY PLATE NO. FLOOD ELEV. CONDITIONS FOR APPROVAL'OR REASONS FOR DENIAL" *Trenches shall be returned to existing grade and spoils shall be removed from the regulatory floodpalin THIS PERMIT SHALL EXPIRE TWO YEARS FROM THE DATE OUT ON PAGE 1 ABOVE APPLICATION FOR PLEASE TYPE FLOODPLAIN DEVELOPMENT PERMIT Date Permit No. FDP-21-00017 Name of Owner or Applicant FORT WORTH WATER DEPARTMENT Telephone No. 214-942-1888 Office Use Only ❑Approved []J Approved Address of Owner 311 1 Oth STREET, FORT WORTH, TX 76102 Nearest Stream with SYCAMORE CREEK ❑Denied" Conditions' Location of Permit Area(Address or Legal Description) Date In: 1114121 Date Out: 1/22/21 1332 MERIWETHER AVENUE, FORT WORTH TEXAS Processed By: Ben Thompson 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) UNDERGROUND SANITARY SEWER PIPES WILL BE REPLACED ACROSS THE SYCAMORE CREEK. THE SURFACE AND INTEGRITY OF FLOW OF THE CREEK WILL BE RESTORED BACK TO EXISTING CONDITIONS. THE INTEGRITY OF CROSS SECTION, FLOW AREA, SURFACE MATERIAL WILL NOT BE ALTERED. COMPLETE APPLICABLE QUESTIONS: 1. Total drainage area of watercourse 14208 acres. 2. Regulatory flood elev. 589.0 ❑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 Info. Not PROPOSAL: Yes No Available 1. Reduce capacity of channels/floodwa s/watercourse in flood lain area? ❑ 21 ❑ 2. Measurably increase flood flows/heights/damage on off-site properties? ❑ Z ❑ 3. Individually or combined with other existing or anticipated development expose adjacent El ❑ ❑ properties to adverse flood effects? 4. Increase velocities/volumes of flood waters sufficiently to create significant erosion of ❑ Z ❑ flood lain soils on subject property or adjacent property upstream/downstream? 5. Encroach on floodway causing increase in flood levels? ❑ z ❑ 6. Provide compensatory storage for any measurable loss of flood storage capacity? ❑ 0 ❑ FLOODPLAIN DEVELOPMENT PERMIT The City of Fort Worth's Flood plain Permit Program is authorized by Section 7-318 of City Ordinance No. 11998, adopted June 13, 1995. This permit is required for all development taking place within the area of the 100-year floodplain(special flood hazard areas) as shown on the current Flood Insurance Rate Maps and Flood Boundary-Floodway Maps, published by the Federal Emergency Management Agency(FEMA). These maps are available for public inspection in the Engineering Department, Municipal Building, 1000 Throckmorton Street. Failure to obtain a Floodplain Development Permit or violating other provisions of City Ordinance No. 11998 or the conditions described within the permit constitutes a misdemeanor and upon conviction, a person,firm, or corporation could be fined up to one thousand dollars ($1,000) a day for each day that the violation occurs. I understand that the conditions which may be stated for permit approval or the provisions of City Ordinance No. 11998 may be superseded by other provisions of City code or policies. I further understand that this Floodplain Development Permit does not constitute final approval until all development requirements placed on the property have been met. These requirements include,but are not limited to,City construction plan approval,platting and community facilities agreements. This proposal shall be subject to any change in floodplain development policy at the actual time of development. Application is hereby made for a permit to authorize the activities described herein. I hereby certify that I am familiar with the information contained on this application and to the best of my knowledge such information is true and accurate. I further certify that I possess the authority to undertake the proposed activity. I understand that if my application is denied, I have sixty(60)days from the date of such denial to appeal the adverse action to the City Plan Commission. Signature of Applicant or Authorized Agent OFFICE USE ONLY FLOODPLAIN AREA DEFINED BY. 2 FEMA ❑COE ❑ FLOOD STUDIES [:]HIGH WATERMARKS []OTHER FEMA INS. ZONE AE FEMA MAP NO. 48439CO130L FLOOD ELEV. 589 ft GROUND ELEV. FLOOD PLAIN STUDY PLATE NO, FLOOD ELEV. CONDITIONS FOR APPROVAL*OR REASONS FOR DENIAL** * Trenches shall be returned to existing grade and spoils shall be removed from the regulatory floodplain THIS PERMIT SHALL EXPIRE TWO YEARS FROM THE DATE OUT ON PAGE 1 ABOVE GC-6.24 Nondiscrimination THIS PAGE LEFT INTENTIONALLY BLANK C ITY OF FOR r WOR rH SANi rARY SEWER REI IABIEITATION,CON TRAC"l'U4—PAR,r 2 S rANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 100421-2 Revised July I,2011 GR-01 60 00 Product Requirements • CITY OF FORT WORTH WATER DEPARTMENT'S STANDARD PRODUCT LIST CITY OF FOR"F WORTH SANITARY SEWER RI-MABILITATION,CONTRACT 94—PART 2 S FANDARD CONSTRUCTION SPECIFICATION DOCUMF.N"I'S City Project No. 100421-2 Revised July 1,2011 CITY OF FORT WORTH WORTH 1'1'O(ZTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated:03/29/2022 Note:All water or sewer nine larger than 15 inch diameter all be a troved for use bv the Water De artment on a oroject s ecific basis.Si2ecial bedding mav be re uired for some nines. lApproval SpecNo. t Water&Sewer-N1anh les&B•ses/Corn orients 33-39-10 Rev 2!3/16 _ 67/23/97 33-13 Urethane I I d,o Mlle WA1—,un Asahl Kngy,K K Adcka Ultra-Seal P-201 ASTM D2240/D412/D792 04/16/00 33 05 13 Offset Jant far 4'Iham MI Manson Concrete 1'r d-Is Drawrn No 35-0048-001 04/26/00 33 05 13 Prolile Gasket for 1'Iham WI Pr.-Scat Gasket Corp 250-40 Gasket AS FM C-443/C-361 SS MI I 126/99 33(15 13 1f)Pl':Manhole Adjustment RIn s I.adtech.Inc I0)PE Ad—.—R-g Trallic:Ind Nun-vafiic area 5/11/05 33 0513 Manhole 1:ctana1 W,.p Canusa-CI'S Wra IdSeal Manhulc Enca s.IIII n S stem 1/26/99 1 13 39 13 Fiber lass Manhole FlInd Crntammcnl,Inc Ftovn,te ASTM 1753 ion-valfic area ON/30/O6 1 33 39 13 hbcT lass Manhulc 1 1,F Manufadurm Nan--Tc area 33 OS I3 Manhole F-ramce and Cows Western Iron Wnrks,Ras.,&Its s Fomdn 1001 24"r40"WD 33 05 13 Manhulc Frames and Coven Western Iron Works.Hass&Its s Fuun 311024 24"Du 3105 13 Manhole Frame,and C—r, NkK,nl Iron Work:Inc A 24 AM 24"DIa ON/24/19 33 0513 Manhulc Framcs and Coven Neenah Fnun R-1272 AS'rrN A4N&.MSTITD M30n 24"DIa 09/2A/1R 33 Os 13 Manhole Frames and Covert Neenah Faun R-165-TAf(Ihncd) ASTM A49&AASIfrO M106 24"D. 08/24/18 33 0511 Manhulc Framcs and Cnvcrs Nccnah Foundr NF 1274 ASTM MA&AASUPO M306 10"Iha (1824/IS 33 05 13 Manhole Frames and Corers Neenah Fowdr) R-1743-I.M II IinAcdj AS I:M A48&AASI F o M306 30"du. 33 05 13 Manhulc Framcs and Coven S,ma Cur — MI I-14AN 33 05 13 Manhcic Framcs and Cn—.s Si ma Cor or MCI-143N 130511 Manhole Frames and Covers Punt-A-Mnus GTS-Sir) 24"d,a 33115 13 Manhulc Frames and Covers Neenah Cason 24"dIa M/31K16 33115 13 Manholc Frames and Coscrs II hn cd) Puwcncal Ihn cd Duadc Iron Manhole AS IM A536 24"DIa 7/2S/03 33 95 13 Manhalc Framcs and Coves Samt-Croham PI hoes fl'amrex/rc<ua RI'32-RNFS 30"D. 01/31/06 33 05 13 30"rha NIT R,.g and Cmer Fast Jordan Iron Wnrks VI 432.2 and V 1483 Dcsin AASIrfOM3u6-04 30'D'. II/02/10 330513 10"a.M1I Rln and Cmcr Sima Cor radon N411165I FW'N&MI1165022 30"DIa 07/19/11 33 n5 t3 30"I1a Ml4 Rln and Co1c1 Sur PieProda"a M1132FI'WSS-DC 30"Iha (18/10/11 3305 13 30"DI..W I RI. and Cnscr Accucast 22070011—Mty with Gaskct RI, 30"I),a 30"F.RCK)XL Assembly I O/14/13 33115 13 30"Iha W I P—g and Cover Ilhn ed&T—kabica Fast Jordan Iron Works wnh C'am I—Mtl'ICfr-Gaskct ASSR 10 M105&ASTM A536 30"131a 06/01/17 1405 13 30"DIa MII R,,g and Cover(I hn ed&I oekable)CI SIP Industries 2280(32") ASTM A 48 10"Iha CAP-ONE-30-Vr W,Catnpmiu,w/Lack 09/16/19 3i 05 13 30"DIa MII RIng and Cmcr Comp..,—Acccas Products,1•P w/o Ihn 10'Din 10/07/21 34 05 13 30"DIa Mf f R,.A and Cnvcr 'rrumhull Manufactunn 32"30" Framc and C—, 10'DIa. 3305 13 Manhole Frames and Covers Pont-A-Moueson P—ht 24"DIa 33 05 13 Manhole Frames and Cuvcrs N<enah Caro 24"DIa 33 OS 13 Manhalc Framcs and Cuvcrs W'cacrn Iron W'urks,Bass&1Ia s I'owdry 300-24P 24'DIa 3305 13 Manhalc Framcs and Cmer.s McKmlcv Iron Works Inc WPA24A.M 24"Dta 03/08/00 330 13 Manhalc Framcs and Cuvcrs A-- RC-210n AS"I'M A 48 24"Iha (14120/01 33 05 13 Manhalc Framcs and Coven (SIP)Scram re Industncs Private Ltd 3001 24-23 75 Rn, and Cover AS I'M A 4N 24"DIa 33 39 10 Manhalc,Precast Concrete 1I dro Condmt Co' SPL Itcm 949 AS rM C 478 41" 33 39 10 Manhole N—q Concrctc Watt Concrctc PIN Cu Inc ASTM C-443 48" 09/23/96 33 39 10 Manhole Precast Concrctc Concrctc ISM—fnc 38'1 D Manhole w/32"Cbne ASTM C 478 48'w/32"mne 05/OR11R 33 39 10 Manhalc,Prccast Concrctc The Turner Comp— 489,60"1 D Manhalc w/32"Cnnc ASTM C 478 4R".60" 10/27/06 33 39 10 Manholc,Precast Concrete Oldustle I—.d Inc 48"1 D A4aahale w/24"Conc ASTM C 478 IS'I),—w 24"R,n 06/09/10 33 39 10 Manholc,Precast Reinforced Nhnncr)Concrcte IIS Com sac PIP, Reinforced MY—Concrctc ASTM C-76 48"10 72" (19/06119 33 39 2O Manhole Precast Concrctc Fonerra PIpc and Precast 60'&72"11)Manholc u/32"Conc ASTM C-76 60"&72" I010721 32 39 20 Manhole P—st Cnncretc I urtara PI N and P-- 4N"1 D Manholc w/32"Conc ASIM C-77 48" 10/0721 33 i9 20 Manhulc.Precast Rnforced Pol mer oncrc Ctc Arm urock 48'&60"I D Manholc w/32"C— 48"&60' I0/0721 33 39 2U Manhole[Recast Devlx,d)1'ol mer&PVC Predl Svsteme 4N"&60"1 D Manhole ui3^_"C.- 4R"&60'Non Traffic Areas E W 4 Manhnlc Rchah System, under 04/23/01 111-14 Manhnlc Rehab S y.,tems Standard Ccmcnt Malcnals.Inc Rcllncr MSP F.144 Manho}c Rehab S. APMI I'elmatbrm 4/20/01 F.I-14 Manhole RchabSstcros Soon Com anA Sun- Seal MS2A Rehab Sv.stem 5/12/03 1i1-14 Manhole Rehabs stem l.lner Pol-vi Ics'rcchnulo Ic MI[re ai roduct to sto mfl4a0on AS'M D5913 08/30/06 Gensaal Concrete Re I FlexKrete I echno)o n Vm 4 1'olvester Re au P,oduct �L:c Use 05/20/96 Iii-14 Manhnlc Rehab System, S ra ro, S av Wail Pohurnhanc C—In AS"tM r)639/1)790 F I-14 Manhulc Rchab Sy,,,—, Sun Coast Fr:Exw-Cu U gafConaere 12/14/01 Cnahn Cnr G.rroslon nnecuon F.stenor FRTFCI I Series 20230 and It(A- a0c I-WInna) Snuctures Orel 01/11/06 Coana s for Caroslnn Prnn"_n Chcstcrton Arc 791,SIIR3,51,S2 A.d Rcslstance Test Scorer A i—ams 9/2N2006 Coann sfa Cna-1—Plrncctlon War-1m.—mcntal S-301 and M-301 SIn—.An h-u— U8/30�16 Coaun s far Corrosion Protttnon Cuadcl SLS-ifl Suhds F: s Scorer A ll—'—' 73 115 16,37 39 10. RR&C Dampprunling Ncm-FiMrcd Spray For 13ztenor['.crating of Concrctc 03/19/IN 33 39, 0 1C.ang for Como..... rnlechon firtennr) Sherwin W'dhams Grade IA,phan,Emulsmn) Struetwcs Onl •From original Standard Products List 1 CITY OF FORT WORTH FORT WORTHar WATER DEPARTMENT STANDARD PRODUCT LIST Updated:O3/29/2022 Note:All water or sewer pipe lager than 15 inch diameter shall be a roved for use b the Water Department on a project specific basis.Special beddin ma be re uired far some i es. 33 05 11 Manhole Insert Knutson F.nte - Mad.to Oda-Plasuc ASTM D 1248 For 24'dia 33 OS I3 Manhole Insert South Wcst,m Parka m Made to Order-Plamc ASTM D 1248 4br 24 dia 11 us 17 Manhoe rnsert Nollo„--lnnou Made to Order-Plasuc ASI M D 1248 For 24"dta BID/% 11 0S 13 Manhole Inert S,wthur.tern Packet &Seals.Inc I.ifoSavnr-Stamm..Steel For 24"dla 09/23/96 33 05 I3 Manhole Insert S.mb—uern Packet ff Seal..Inc T'ato,,r.ok-sw.(l ss Steel Fix 24'dla 11/04/02 Steel Rand C—S Spa— Ads-erred Prduct.and Syaiem,,Inc C.,b-Sleet Spacers,Model St 02M2/93 Stainless St.0 C'aswg Spacer Adeance-d Produces and S)aems Inc Stainicss Steel Spa—Model SSI 04/22/A7 C'avng Spacers C'ascsde Waterworks Maaufactunng Casmg Spaces 09/14/10 Slamiccs Stcel C'a.ing Spacer Mr.1—Seal and J-uh for S.,nle.a Steel Casmg Spacer lip to 48' 00/14/10 Coated Stec]Casin Spacers Ppclinc Sral and Inwlator Coated Steel Caan Spacer Up 10 48' 05/10/11 Sunless Steel Casmg Spacer Powerscal JA 10 P—hock up,to 4A" 07/19/18 C..og Spacer, RWM SS-12 Casmg Spa—(Stainers Stcei) I11/19/IA Casmg Spacers RWM F-72 Csing Seater iCoaied Cabon Steel) fw Nonsrcc,we Pipe and Urom.d Casmg (11/29/22 11 n5 13 Casing Spa— Cef Rpdme tiy5lcnli CSCIZ CS.S 12 • i i I I W r)umde Iron Ppc 0,,ffin Pip.)}ducu.C. Super rldl=rite Ductile Iron 11--Pipe. AWWA CI i0 CI51 V thru 24' (IA/24/18 33 1110 Ductile Iron li A.-..Du,ole Iron hp-Co Amcnlcan F-ol I'i (hell Spigot) AWWA C1511,CI51 4"diru 30" UA/Uil A 13 I lU Uunile Iron NN American Ductile Iron MN Co A.—Fier Ring(Restrained Joint) -1 W WA CI50 C151 1"thou 10" • 111110 Uuculc Iron Npc I T S Pip.and F,mndn Co AWWA C150,C151 • 13 11 10 Uu101e Iron Ppc Me Wan,Cast Iron Pip.Co AWWA C150,C151 02/25/02 I. System Sauernun,Inc Se Kiard.1 MRS i.A C—tv#210-133 12/14/0 I I. <v i.i I.in,n nm S stem Feech Technical Couun s )-otech 2030 and 2100 Saks 04/14/05 Intcnor i)uulc Iran Nrw C—.44 Indwon I'rmcno 401 ASTM R-117 Dared,Iron P,N Only 01/31/06 C—­,1'or C'orro,wn 11—won Che,u:rtoo Arc 791,SIT[R,S1,S2 Acid Rcsulancc l'c,t S—A hw0ons 8128110116 C'wan s for C—.-P'—n Unn Warren Iimuonmcntal S-30I and M-301 S—,n licauons 05/25/14 11-31-70 1Ao,R.I—Valve A R I USA,Inc Ip25r TP021Cnm site R F 1114 Conc P, Remforccd W.11 Concrctc P, -Cu(nc ASTM C 76 I:I-04 Conc ii Remlorced I I do,Cnndwt Cor a Class IIf T&(;,SPI.Item 477 ASTM C 76 FI-U4 Conc Pi Rnnforc,d IT.—Concrete Nduee, AS C76 I:1-04 Conc P, ,Remf rccd Concrctc N dt Nd-1 Co Inc AST Nf C 76 PIM S stem Plif Car r polvcth fene PIM Cor .Plscala W.,N J A osed or McConnell S,stems Mci.ae Con.tructmn Pol cth Icn I lour o T'cc Apo Pcan use 'rRS S.4m,., 'rreochless Re laecmem Syse 1101 eth Icnc Cal an-.Canada A med r4esaousl 7/21M7 33 31 11 Cent Cast FA lass(FRI') Iloha.Npc USA,Inc Ilohas P (Non-Preswre) ASTM D3262/D3754 01i2/10 33 11 11 I=1lx-r laxs Pi iFRPI Ano,— Rondstsand RPMP Pipc ASTM U3262/1)1754 04/09/21 Rcml'orccd Pnl mcr li -1RPI Thom son li G"'up 'Thom snn Pi Flmnncl ASrM T)3262/1)3754 J/14/115 Pol mcr Md,licd C'onerct,Pi Amo,xh I:SA M—,Pui er,te Pi A.SIM C'33.A276,1477 8"w 102%Class V III,/U9/111 ):I I'ol mcr Concrctc Ih - 11S C'om uitc li - Rcmlwcd I'ohmcr Conuctc 1§e ASTM C-76 Ili h-den.ity lyeth Icnc i Phdl,,Dow 1 Inc ( loo—mettle Pol ethyleneM � ASTM l)1249 A" Ih h-dcn.ny wkah lcnc i 1'Icsco Inc AS M I)1249 A" U,h.knsitl ilteth-Icnc i PAI,1'i -.Inc ASIM 1)1248 8" Ili h-d—,,t,pAy,thylcnc V,N CSR 11 dro Cond—T, Iinc Svstons MX—ncllN 1=near cm ASTM 1)1248 `12/02JI I 11-11-12 TR-I4 PVC P,—Pipe Pp,hfc letsueam PVC Pe.sw.Pipe AWWA C900 4"thou 12" I ll/22/14 1 13-11-12 UR-I I PVC N--Pepe Rmal Rw)dmg Pducu Rmai Scat PVC Nc,—Pip, AWWA C900 1"thou 11, •From Original Standard Products List 2 CITY OF FORT WORTH WORTH.�rORTH. WATER DEPARTMENT STANDARD PRODUCT LIST Updgtcd:03/29/2022 Note:All water or sewer In e far er than 1S inch diameter shall he aDDroved for use bv the Water Dertartment on a rti ect s ecific basis.S ecial beddin ma be re wired for some i es. Approval s' No. 1 Idel No. National Spec Sewer-Pr esfPVC' 33-31-20 171113 33:1-21) PVC Sower hp J-M Manuf c3wm Go,Inc JM Iia le SDR-26 ASTM r)3034 4"-15' 12/23/97• 33-31-20 PVC Scwcr 1'+ fhamond Plasucs Co,pol,non SDR-26 ASTM D 3034 4"thru 15" 33-31-20 INC Scwcr Pv c Lamson V fan 1"Pe AS[M 1789 4"thru 15" 01/18/I8 33-31-20 INC Sevvcr P' N V+n k-h PVC 1b G...ay Sewer ASTM D3034 4"thru 15" 11/11/98 33-31-20 PVC S.—'Nf. Diamond Plasucs Cnr rauon "S"Gravel Sewer ll ASTMF 679 19"w27" 33-31-20 INC S—c'Mr. 1-M ManuC—unn Co,Inc JM P.a Ic1 SDR 26135 PS 115146 ASTM F 619 18'-28" 09/I 1/12 33-31-20 PVC S—,I"N Pi I,C,Set Stream sr)R-26 and SDR-35 ASTM 1-G79 IS" 051%ms 33-31-20 PVC Snlld Wall Pipe D+am-d Pla<ucs C.,p—tin SDR 26135 PS H 5/46 ASTM F-679 La"w 49" 04/27/06 33-31-211 PVC Sewc3 Fnungs Ifat- Sf)R 26 and SDR-3<Gasket Fitun s AS I'M D-3034.I11784.etc 4"-15" • 11-31-20 PVC Scwcr Frwngs F'-1t,Tumds,Inc.(Wes[lakO Gasketed PVC Saver Mam Fnun s ,ASTM D 3014 3/19/2018 33 it 20 PVC Scorer P+ h fife.].'Stream SDR 35 ASTM F679 IS"-24" 3/192018 33 31 20 INC Sewer Pr c PI bfe Jet Stream SDR 26 AS FM D3034 4"-15" 3/29/2019 3331 20 Gaxkcu d Faunga(PVC) GPK Products,Inc SDR 26 AS I M D1034/Fb79 J"-15" 10/212020 33 31 20 PVC Scwor I)p, NAPCOf Weulakel SDR 26 ASTM D3034 4"-15" 10/222020 33 3120 PVC Scwcr P1 Sanderson h Cnr SDR 26 ASTM D3034 4 I5" 10/212020 33 31 20 PVC Sewer P+c NAPCO(Westlake] SDR 26/35 PS I t 5/46 .ASTM F-670 IA"-36" Cured�n Place 1—tufurm I—k,Inc AS I M F 1216 05/03/99 Cured m Place P+c Nauonal Fnvrmtcch C—p Na-tal 1,— SPf.Item 427 ASTM F-1216/1)-5813 05/29/96 Cured rn PI—Nix R notds incJinlmer"fechnol Inhncr USA Inhncr'rechnoln ASfMF 1216 Fold and Form P,r, Cullum P1 Svstcros,Inc 1 I/0119R Fold and Fnrm Rpc Insuuform I cchnnlo—Inc Insnuf m N'PrOC .ASTM F-1504 I d and Fmm Ps Amcncan Pl &Plasucs,Inc Dcmo Ku s. One 12104M Fold and Form PIN I'Itralmer IIvah—PVC Aftv R finer ASTM F.1504.1871,1867 116109K11 Fnid and Form INN Mdler P' fine Cur FX Method AS FM F-15041 F-1947 1'P to 18'diameter 00/26/91 FI00-2 PVC Sewer Pr ,RrbMd I--V ton R Carlon V Inn 11 C Closed Profilc P,r,, ASIM F 679 i 8"to 49' 09/26/91 E 100-2 I'VC Saver P+ Rsbbed Rxuusmn fuchnelo ors,Inc I➢ira-Rib Opm Prolific Sewer Pic _AS r1A F 679 18"to 48" F 100-2 PVC Scwcr Mpe,R+bbcd II or FI'I Com an 11/10/10 (E 100 2) Poi o vlcne(PI')Sewer 14 .,Douhlc Wall Advanced Drama e S stems(ADS) S—I ne III'Muhl.Wall ICoau wdj AS P 2736 24"-30' 11/10/10 :100-2) Pol o ienc(PP)Sewer Pi ,Tn Ic Wall Advanced Dr—a Svncros ADS S—Tne I IP Tri Ic Wall R c ASTM F 2764 1101,w(10" 05/16/11 Stccl Rcmforcld Pol cth Icnc P,N Cm fmh Connrmnon Prod— I)-- ASTM F 2562 24"to 72' W/18/I8 33-12-10 D-ble Sua Saddle Ranac 2021JS Nv'Ion Coated AWWA C800 i%2"SVC,a to 24"P,pc 08/28/02 Double Surap Saddle Smnh Fit- 4117 N eon Coated Douhic Su-a Saddle 07/23/12 iM2-10 rouble S-p Scrwce Saddle Mueller Cam n DR2S Double SS Sua DI Saddic AWWA C800 1"-2"SVC,u to 24"Pi 10/27/87 Curb St s-Ball Meter Valves McDonald v 6100M,6100Mf&6t0Mr 3/4"and I" 10/27M7 Curb Stop,-Ball Meter Valves McDonald 4603B,460413,6100M,6100'CM and 6 10 1M 1 Y,"and 2' F'B600-7M,FA 1600-7-M.,F V23.777-W-M, 5252018 33-12-10 Curb S -Ball Meter Valves Fmd Meter Flax Co,Inc. 1,22-77M. AW WA C800 2" FT3600-6-M,FH 1600-&M.,FV23-666-W- 5/252018 33-12-10 Curb S -Ball Meter Valves Fmd Mew Rox Co.,Inc. M.,1.22-66M, AW WA C900 1-1/2' 17B600-4-M.,FT31600-4-NL,1311 d44-WR- 525/2018 33-12-10 Curb S(o s-Ba1I Meter Valves Ford Meter Bnx Co..Inc. M.,B22444-WR-M,1.28-44NL AW WA C800 1" B-25000N,B-24277N-3,F3-2020(3N-3,II- AW WA CPM,ANSF 61., S12512018 33-12-10 Curb St s-Ball Metm Valves Mueller Cn.,Ltd. 15000N„1I-1552N H142276N ANSI/NSF 372 2" 13-25000N,F3-20200N-3,8-24277N-iIf- AWWA C800,ANSF 61, 5/252018 1 33-12-10 Curb Stops-Ball Meter Valves Mu61a Cu.,Ltd 15000N I1-14276N I3-15525N ANSUNSF 372 1.1/2" R-25000N.9-20200N-3,11-15000N,D- AW WA C800,ANSF 61, 525/2018 33-12-10 Curb St .s-Ball Meter Valves Mueller Cn.,Ltd. 1553ON ANSI/NSF 372 P, 01260) Coated I pInng Saddle with D uble SS Suu s JCM Indusuies.Inc. 84061 kuhle Band SS Saddle 1'-2''1'a's up to 12" 0/521/12 33-12-25 Tz m Sleeve ICnazed Stcll JCM Ind--,Inc. 412 r,pp,sie FSS AWW.A 17-223 f; to 11"w/12"(Iut 03/2n/22 33-12.25 Ta a Suave Co—dvx Stamtesa Steel JCM lndusvies.Ine. 415 Ta m Sleeve A%VA C-223 Crnscr eR Only u5/10/I I I"la 'n Sic—Stainless Swd I'mvcrscal 3490AS flan c&3490MJ 4%8"and 16' 112/29/12 33-12.25 lapping Sleeve(Coated SIM) Rana, F`1'S 421) A W WA C-223 I I pto 42"w/24"Out 0229it2 31-12-25 Ta +n Nlceve(Sumlcss Stccl) Rumac SS'I Stmntess Steel AW WA C-223 U to 24"w/12"0u1 02/29/12 31-12-25 Tapp,, Sllcvc Sumlcas Stccll Rumac SST ITT Sumless Stccl AWWAC-223 UP to 30"w112'Out 05/10/11 Jomt Rc a Clam Povvlrscal 3232 W11 lomt Rc a Clam 4"to 30" Plastic Mctcr 13-w/Cum snc Lid Mw Plasucs lnc DFW37C-12-II.PAF F'I'W Plastic Mctcr Box w/Com site I.id DFW Plasucs lnc DIW39C-12-H.PAI F1% 09/10/06 111.—Ma.Box w/Can sue 1,d DI Plasun lnc DFW65C-I4-11:PAI FTW C'I„ss"A" Concrete m—,Bur Bass&Iia s CMR37-BI2 1118I.019 C-oncrctc Mcicr 8- B..&Ila I.Y. CMB-1R-Dual 14161 nN- C'oncretc Mac,Box Hass&thus CM1365-1165 15211,11)-9 'From Original Standard Products List 3 CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated:03/29/2022 /impen 15 inch diameter shall be a roved for use b the Water De artment on a rti ect specific basis.Special bedding ma he required for some pipes. ipec No. ClasssificationISpec Size el 33.3-7 /13 1:1-I 1 Coroho on Art Rd—Valve GA Iriduane,Inc F.W.Au and Vxuum V:,Ive,MW6 93.5 AS I M A 126 C'la.s Il,AS;M A I"&2" 240-0oat,ASTM A 307-Cots Bolts tii-11 C'omtnnat,on Av Rc..Vahc MWu Icx Manufacturm Ca Cr,sp,n.Au and Vacuum Valves,Modal No 1/2" V&2" F..)-II Canbma A,,R.Iu Vahc Valve and Pnmcr C., APCO4143C.k145Cand8147C I".2"&3" III/01/87 F.-I.12 i Barrel Flre lldrant A­.4),Ioig Vahc DramnA Nos 90-18608,94-18560 AWWA C-502 03/31/88 11.12 I Barrel Ftre Ildrnnt Am.r,can IN,[,,g Vahc Sho l),w No 94-18791 AWWA C-502 09/30/S7 F;W2 i Barrel Foe lly&r Clow Cor Sh D,w No D-19895 AAWA C-502 01/12/93 }-1-12 Dry Harrel Foe ffy&,,t Amman AVK C—py Mode12700 AWWA C-502 08/24/98 F:1-12 Dhy Barrel Fae Ilvdrani Clow Cor aunn Dkawin s D20415,D20436 1320506 AW WA C-502 F:I-12 I 13arr0Fe ll dram Ill Kenn, Vahc Sho Dkasnn No D-80783FW A%VA C-502 09/2487 1 1.-1-12 Dt,Harrel Flrc l hdrant M&II Vahc Comm.C..m.N Sho r),.—.g No 13476 AWWA C-502 Shop aawn8.,No 6461 1(1/14197 F 1-12 1 Barrel Fue l I'd—, Mudlm Com n .1-423 Cm,—.o AWWA C-502 Shop Dnwng F71.12 o in5lm hi-12 I Bartel 1n fldr..I Mudlcr C—P.. ' A423 Su cn Ctur,on 200 AWWA C-502 IO/09187 F-1-IZ f Rarrcl F,r.ICdrant IISN &Foun Shop f),.-og No 960250 AWWA C-502 091161117 I:-I-12 Dry Berr.I Fac Ilt&.. Watcroas Com n Sho F)a n No SK740903 AWW'A C-502 OR/12/I6 33-1240 Dry Barrel Fne II dram F.1 F.ast Jordan Iran Wnrkx Wa Master SCD250 02/05/93 E I01-5 Detednr Check Meter Ames C— n Model IOW fk-tar Check Valve A W WA C550 4"-10" 09/05/04 Ma ncuc r), Verucal Cor bin. I f­y Manche Drvc Vcruca) AWWA C70),Class I AWWA C900,AWWA C605, 01/18/19 33-11-12 PVC Nes N Vln itech PVC Pt DRI4 ASTM Ill 784 4".12" 3/19/2018 33 11 12 1'VC Pressure PIP, hpchf.Jet Sir.am DR14 AWWAC900 4"It" 3/192015 331112 PVC Pressure Pt P, 1dc Jet Sneam DRIB AWWA C900 16"-24" 5/25/2018 331112 PVC Pressure P' Diamond Plasucs Co anon DRI4 AWWA C900 4"-12' 5/25i2019 33 II 12 PVC f}.ss NP, Dkamond PlasucC anon DRIB AWWA C900 16".24" AWWA C900.16 17/62018 33 11 12 PVC Pinaure Pipe J-M Manufapunng Co.Inc&bk JM Fagk IR 14 LA-1295 4"-28" ANSVNSF 61 FM 1612 AWWA C900-16 12/62018 3)11 12 PVC Presattre Pipe J-M Manufacturing C.,Inc dMa JM F%k Mill U.1285 16'24" ANSVNSF 61 FM 1612 9/62019 33 11 12 PVC 1'rasure Ptp. 1!nderground Saluuon.a Inc DRI/Fus,bI,PVC AWWA C900 4'-8' 9/62019 33 11 12 PVC Nc".me P,pe NAPCO(W—lake, DR18 AWWA C900 I6"-24" 9W2019 331112 PVC Pressor.Rpe NAPCOIW.:alakel DRI4 AWWA C900 4'-11" 9W2019 331111 1'VC Pressure Ptpe I Sanderson Pipe Corp I DRI4 AWWA C900 4'-11' 07/23/92 I;1-07 Ika01c Iron Fnt'rp Star Pip.Products,Inc Mechanical 3omt Fot,gs AWWA CI53&C I10 I F 1-07 Iktc0lc Iron F,tun s Gnfiio(} 1}odu ,Co Mcchamcal Jan1 F,u,n AW WA C I I I) F.I-07 Dwd0 bon ht-s McWwdf Icr P, Union 1J0hucs D mmoo Mahanual Jomt Fittings.SSB Class 350 AWW'A C 153,C I10,C III 08/Ir1198 F:1-07 Ducu(.Iron Fauns S,ma,Co. Mechanical Jomt htOngs.SSB Class 351 AWWA C 153,C 110,C 112 02/26/14 111-07 MJ Nluos A.w . Class 150 C-151 NU Fultngs AWW'AC153 4"-12" • 05/14/98 1.1-07 fJuc0le Iron la,nt R.stra,nls Ford Meter Box Co AJnr-Plane Ilnt-Flange Serves 1400 AW'WA Cl I I/CI53 4"to 36" Ito,-Flange Scnes D5/14/9R FI-24 PVC 1omt Resuam� Ford Maer Box Ca Alm-Flan c ISOO Crc1e-I.ock AW'WA CIII/CI53 4"to 24" I1/09A)4 F.1-07 Duc01.Iron Jam Restraints One Bolt,Inc On,Bolt Remained Jomi hwng AWWA CI f 1/C 116/C 153 4"to 12" 02/29/12 33-I I-i I Mak Iron P, ,Mmitamwl Jam Rewamt ERAA Iron,In. Megalug Serves 1100(for DI 11,p.) AWWA cnvcn6Aas3 4•1.42. 02/29/12 33-11-11 PVC P.N Mcahanaal Jam R.-trit I:RAA Iron,Inc Megalug Serves 2000(for PVC P,p.) AWWA C)I1/C 116/CI53 4'to 24" ' 08A)5A14 1:1-07 M.chamwl Joint Rctama GlandslPVC S, a,Co Sigma On.-l.ok SI.C4-SLC10 AWWA CI I I/CI53 4"to 10" MOWN 33-I 1-I I Mcchamcal kott Retains Glands(PVC Si ma,Co Sigma 0n 4 nk SLCS4-SI.CSI2 AWWA CI I I/CI53 4"to 12' 08/05/04 li W7 Mcchamcal Jaml It--G)an PVC S,ma.Ca Stgma O"-I.ok SI.CF. AWWA CI I I/CI53 12'to 24" 08/10/98 )=.1-07 MJ httm )IP) S,ma,Co Sigma Ooe-Lok SI.DF. ,AWWAC153 4'-24' 10/QA9 J:I 24 lot-.,Restrmned lomt Svst.m S&B'f.chnnaI Products Bulldog System I F),—.nd Lok 21&JM ASTM F-1624 4"to i'_' 011/16/06 1:1-07 Mcchamcal Jant htun s SIP lndmut S,nam r• Mcchamcal Joml Fdungs AWW'A C 153 4"to 24" 11/07/16 33-I I.11 Mcchamcal Joint Retainer Glands Star h N ducts.Inc PVC Siargr,p Scrw,,4000 ASTM A536 AW WA Cl I I II/07/I6 33-11-1l Mcchamcal lam R.tamer Glands Star l} Roducts,Inc ))0' gr'P 'o+3000 ASTM A536 AWWA C 11) 03/19/I8 33-1 I-I I Mcchamcal Iant Retainer Glands SIP Indusu,cs Scram 1il Gr,p Joint Rostra,m(F/.D)Black For DIP AS"I'M A536 AWWA C I11 3"AS" 03/19/18 33-11-11 Mechancal Joint Rd—Glands SIP Indu trwNSenmpre) FZ Grip Joint R....t(171))Red for C900 ASTM A536 AWWA Cl 11 4-•12" DR14 PVC P,pc 03/19/IB 334I-11 Mce--1 Jmnt Retainer Glands SIP Indupreea(8aampwe) F/.Grip Joint Restraint(1�Zl))Rd lb,C900 ASTM ASIG AW WA CI1l 16"-14' + DR I R PVC @pa 1 •From Original Standard Products List 4 CITY OF FORT WORTH WORTH,OR']H, WATER DEPARTMENT �- STANDARD PRODUCT LIST Updated:GA129/2022 Note:All water or sewer Dive lar er than 15 inch diameter shall be ap roved for use by the Water Department on a re ect s ecific basis.S cial beddin ma be re 6i 1 for­­tnpes. Approval t No. tSpec Size Water-PioesXalves&Fit' i'nt Seated Cate alive*33- -20 03 3 Rcslhcnt Wcd cd Gi Valve w/no(:cars ,lnc o Flow Control Sense 2500 D­rg k 94-20247 I6" 12/13/02 Rcsdlcnt Wcd.Gate Valve Amcncan Flow Control Smes 2530 and Sencs 2536 A W WA C515 30"and 36" 08/31/99 Resdlcnt Wcd e Gate Vale Amcncan Flow Control Sencs 2520&2524(SI)94-20255 A W WA C515 21)and 24" 05/18/99 R.sthent We e Gate Vahe Amencan 10ow Contro) Son.2516(SI)94-20247 A W WA C'515 16' 10/24/00 Ii1-26 Restllmt Wedge Gate Vahe Amencan Flow Control Ser.o.2500(f)uc01c iron AWW:A C515 4"to 12' 08/05/04 Resdlcnt Wedgo Cate Valve Amencan Flnw Control 42"and 48'AFC 2500 .AWW'.A C515 42'and 48" 05/23/91 1:1-M Rcsdi,nt Wcd a fiat,Val., Amcncan AVK C—r—, Amencan AVK Rcsdlcnt Scadd GV A\X%A C509 4"to 12' 01/24/02 !i I-2h Resdlcnt Wed"Got,Vol" Amencan AVK Coen n 20"and smaller Ill-26 Rcsdlcnt Scatod Gme Valve Kennedy 4"-12" 1:1-26 Rcsdlcnt Scatod Gatc Valve M&II 4"-12' FI-26 Rcslhcnt Scatod Gaze V.Ivc Mucl ter Co 4"-72' I IA18/99 Rcslhcnt We ,Cate Vahc Mucllcr Co Sc,­A236I S()66471 AWW'A CSI5 16" (11/23/03 Rcs111cnt W'cdc Gaw Vahc Mucllee Co Sencs A2360 for I 9"-24"(SI)6709) AWWAC515 241•and smaller 05/13/05 Rcsdlcnt Wcd a Gate Valve Mueller Co Mucllcr 3W&36",C-515 AW WA C511 30"and 36" 01/11106 Rcsdlcnt WC ,Gate Valve Mueller Co N4,0l 42"&48".C-515 AW WA C515 42"and 49" 01/28/98 li 1.26 Rcslhcnt We ,Gat,Valve Clow Valve Co AW%A C509 4"-12" I W04/94 Rcelhcmt Wed,Gatc Vahc Clow Val',C. 16'RS GV(ST)D-20995) AWW'A C515 16" I I)08J99 tit-26 Rcs1)1ent Wedit,Gat,Val,, Clow Valve Co Cl­RW Valtc(SI)D-21652 AWWA CS 15 24"and smaller 11f29)4 Resdlcnt Wdc Gore Valve Clow Valve Co Clow 10"&36"C-515 AW+WA C'515 30"and 36'(Note 3 11(30/12 Rcvhent Wcd c Gatc Valve Clow V.hc Co Cl­Valve Model 2639 .AW WA C515 24"to 48'Mote 3 05/08/91 11-26 Ressdtcnt Scatod Gaw Vahe St kham Valves&FaO&, A W WA C 509,ANSI 420-stem, 4"-12' ASTM A 276 Typo 304-%Ita& 111-26 Re 1o,ol Scatod Cate Vahc ITS Pi a and Fow Co M..,-1 250,re nrt SI11.-74 3"to 16" 10(26l16 33-12-20 Rasdlcm Scatod Gatc Vahe F.1 Bast Jordan Iron Works bJ Hl Vtatnr Gate Val.,&noxcs 08/24/I X Mateo Gate Valve Matco-Norca 21-5 MR A%kWA/ANSI C I I5/An21 15 4"to 16" 111-30 Rubber Soatd Autt"I'l,Vahe IIe V Pratt Co AW'WA C-504 24" F I-30 Rubber Seated RuuerO Vahe Mucllcr Co AWWA C-504 2441and smalls 1/1I/99 F.1-30 Rubber Scatod Rutternv Val,, Ikv k Vahe.C:o AW'WA C-504 24"and tar m 06/12/03 E1-30 ValmaOc Amcncan 13utter0 Va1vc Woo.Oc Valve and Manufacturtn Corp Amencan 13un,r11 Vahe AWWA C-504 UP to 84'diameter 04/06/tl7 Ill-30 Rubber Scatod l3mterlly Vahc M&II Valve M&I I SwIo 45(91&1450 AW WA C-504 24'to 48" 03/19/19 33 12 21 Rubber Scaled Rote fly Valve (7.A Indttstn,,Gold,n Anderson) AW WA C504 F3uueA3 y Valve AW WA C-504 10"-.54'• 05/12/05 RI-13 Pol cth lrn F;.. lot Flcssol l'acka in Fuhon lints r AWWACI05 $mod 1.11) 05/12105 P 1-13 Pol cthvlcnc hnc nt Mowtwn States Plasucs IMSP and ALT Ind Standard Ilardlmrc AW WA C 105 $mtl II-D 05/12n)5 F:I-13 Pnl ethvI—Fneasmcnt AEI'Industnes HullsvonL,Cawtown 13o11&Gasket AWW'AC105 8m111.1A) 09/06/19 33-11-I I Pol edt icne Fnusment North—Pnducu Inc PI:Knca.Sement for DIP .AW WA CI 05 t nut L[S) 3/12196 Water Sompima Station Water Plus 1320 Water Sam hn Station H66-A-IN-2-BRN-I.PRR(Pbrlable) 10/21/20 Automated Flushm Sstem Mucllcr IIdr card 11G2-A-1N--2-PVC-O7B-L19.G1Pcrmnncntl 04/0921 Automated Flushtng System Kupfcrle Foundrs C'ompans F:chpu X98(Nhvc 04/0921 Automated Fiushmg System Kupfcrle Fuundry Company F;chpa 49700 lPortable) •From Original Standard Products List 5 N N "I h - N N N 0 O O N co r� oo O O O N 00 co 00 O 03 v* m m m o0 N O O 0) 00 ~ O Olt ti 1 LNY N mf E w°L a m N C O W C a v a a - C Q O U a 1 i m a` N -O C O d m r r T y. a m m Y� G O U y C 10 O U � O N m t o2f L OJ L w C C O r m C O N O N � e E c c ti a c c u u c o o c ao° o •r' v :p co 7y Y' 2 U a` V O m f0