Loading...
HomeMy WebLinkAboutContract 62807CONTRACT FOR THE CONSTRUCTION OF SANITARY SEWER REHABILITAION CONTRACT 103, PART 1 UNIT 1: WATER IMPROVEMENTS UNIT 2: SANITARY SEWER IMPROVEMENTS UNIT 3: PAVING IMPROVEMENTS City Project No. 02723 Mattie Parker David Cooke Mayor City Manager Chris Harder Director, Water Department Lauren Prieur Director, Transportation and Public Works Department Prepared for The City of Fort Worth Water Department 2024 Dunaway Associates, LLC 550 Bailey Avenue, Suite 400 Fort Worth, TX 76107 TX Reg. F-1114 6/20/20247/26/24 CSC No. 62807 Adopted September 2011 City of Fort Worth Standard Construction Specification Documents 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 1 of 8 CITY OF FORT WORTH Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CONTRACT 103, PART 1 Revised March 8, 2024 CITY PROJECT NO. 02723 SECTION 00 00 00 TABLE OF CONTENTS Division 00 - General Conditions Last Revised 00 05 10 Mayor and Council Communication 07/01/2011 00 05 15 Addenda 07/01/2011 00 11 13 Invitation to Bidders 02/08/2024 00 21 13 Instructions to Bidders 01/17/2024 00 35 13 Conflict of Interest Statement 02/24/2020 00 41 00 Bid Form 09/30/2021 00 42 43 Proposal Form Unit Price 01/20/2012 00 43 13 Bid Bond 09/11/2017 00 43 37 Vendor Compliance to State Law Nonresident Bidder 06/27/2011 00 45 11 Bidders Prequalifications 08/13/2011 00 45 12 Prequalification Statement 09/30/2021 00 45 13 Prequalification Application 08/13/2021 00 45 26 Contractor Compliance with Workers' Compensation Law 07/01/2011 00 45 40 Business Equity Goal 10/27/2021 00 52 43 Agreement 3/08/2024 00 61 13 Performance Bond 12/08/2023 00 61 14 Payment Bond 12/08/2023 00 61 19 Maintenance Bond 12/08/2023 00 61 25 Certificate of Insurance 07/01/2011 00 72 00 General Conditions 03/08/2024 00 73 00 Supplementary Conditions 03/08/2024 Division 01 - General Requirements Last Revised 01 11 00 Summary of Work 12/20/2012 01 25 00 Substitution Procedures 07/01/2011 01 31 19 Preconstruction Meeting 08/17/2012 01 31 20 Project Meetings 07/01/2011 01 32 16 Construction Schedule 10/06/2023 01 32 33 Preconstruction Video 07/01/2011 01 33 00 Submittals 12/20/2012 01 35 13 Special Project Procedures 03/11/2022 01 45 23 Testing and Inspection Services 03/09/2020 01 50 00 Temporary Facilities and Controls 07/01/2011 01 55 26 Street Use Permit and Modifications to Traffic Control 03/22/2021 01 57 13 Storm Water Pollution Prevention Plan 07/01/2011 01 58 13 Temporary Project Signage 07/01/2011 01 60 00 Product Requirements 03/09/2020 01 66 00 Product Storage and Handling Requirements 07/01/2011 01 70 00 Mobilization and Remobilization 11/22/2016 01 71 23 Construction Staking and Survey 02/14/2018 01 74 23 Cleaning 07/01/2011 01 77 19 Closeout Requirements 03/22/2021 01 78 23 Operation and Maintenance Data 12/20/2012 01 78 39 Project Record Documents 07/01/2011 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 8 CITY OF FORT WORTH Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CONTRACT 103, PART 1 Revised March 8, 2024 CITY PROJECT NO. 02723 Technical Specifications which have been modified by the Engineer specifically for this Project; hard copies are included in the Project’s Contract Documents NONE Division 02 - Existing Conditions Date Modified 02 41 13 Selective Site Demolition 02 41 14 Utility Removal/Abandonment 02 41 15 Paving Removal Division 03 - Concrete 03 30 00 Cast-In-Place Concrete 03 34 13 Controlled Low Strength Material (CLSM) 03 34 16 Concrete Base Material for Trench Repair 03 80 00 Modifications to Existing Concrete Structures Division 26 - Electrical 26 05 00 Common Work Results for Electrical 26 05 10 Demolition for Electrical Systems 26 05 33 Raceways and Boxes for Electrical Systems 26 05 43 Underground Ducts and Raceways for Electrical Systems Division 31 - Earthwork 31 10 00 Site Clearing 31 23 16 Unclassified Excavation 31 23 23 Borrow 31 24 00 Embankments 31 25 00 Erosion and Sediment Control 31 36 00 Gabions 31 37 00 Riprap Division 32 - Exterior Improvements 32 01 17 Permanent Asphalt Paving Repair 32 01 18 Temporary Asphalt Paving Repair 32 01 29 Concrete Paving Repair 32 11 23 Flexible Base Courses 32 11 29 Lime Treated Base Courses 32 11 33 Cement Treated Base Courses 32 11 37 Liquid Treated Soil Stabilizer 32 12 16 Asphalt Paving 32 12 73 Asphalt Paving Crack Sealants 32 13 13 Concrete Paving 32 13 20 Concrete Sidewalks, Driveways and Barrier Free Ramps 32 13 73 Concrete Paving Joint Sealants 32 14 16 Brick Unit Paving 32 16 13 Concrete Curb and Gutters and Valley Gutters 32 17 23 Pavement Markings 32 17 25 Curb Address Painting 32 31 13 Chain Fences and Gates 32 31 26 Wire Fences and Gates 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 8 CITY OF FORT WORTH Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CONTRACT 103, PART 1 Revised March 8, 2024 CITY PROJECT NO. 02723 32 31 29 Wood Fences and Gates 32 32 13 Cast-in-Place Concrete Retaining Walls 32 91 19 Topsoil Placement and Finishing of Parkways 32 92 13 Sodding 32 92 14 Non-Native Seeding 32 92 15 Native Grass and Wildflower Seeding 32 93 43 Trees and Shrubs Division 33 - Utilities 33 01 30 Sewer and Manhole Testing 33 01 31 Closed Circuit Television (CCTV) Inspection 33 03 10 Bypass Pumping of Existing Sewer Systems 33 04 10 Joint Bonding and Electrical Isolation 33 04 11 Corrosion Control Test Stations 33 04 12 Magnesium Anode Cathodic Protection System 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance Testing of Water Mains 33 04 50 Cleaning of Sewer Mains 33 05 10 Utility Trench Excavation, Embedment, and Backfill 33 05 12 Water Line Lowering 33 05 13 Frame, Cover and Grade Rings-Cast Iron 33 05 13.01 Frame, Cover and Grade Rings-Composite 33 05 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to Grade 33 05 16 Concrete Water Vaults 33 05 17 Concrete Collars 33 05 20 Auger Boring 33 05 21 Tunnel Liner Plate 33 05 22 Steel Casing Pipe 33 05 23 Hand Tunneling 33 05 24 Installation of Carrier Pipe in Casing or Tunnel Liner Plate 33 05 26 Utility Markers/Locators 33 05 30 Location of Existing Utilities 33 11 05 Bolts, Nuts, and Gaskets 33 11 10 Ductile Iron Pipe 33 11 11 Ductile Iron Fittings 33 11 12 Polyvinyl Chloride (PVC) Pressure Pipe 33 11 13 Concrete Pressure Pipe, Bar-Wrapped, Steel Cylinder Type 33 11 14 Buried Steel Pipe and Fittings 33 12 10 Water Services 1-inch to 2-inch 33 12 11 Large Water Meters 33 12 20 Resilient Seated Gate Valve 33 12 21 AWWA Rubber-Seated Butterfly Valves 33 12 25 Connection to Existing Water Mains 33 12 30 Combination Air Valve Assemblies for Potable Water Systems 33 12 40 Fire Hydrants 33 12 50 Water Sample Stations 33 12 60 Standard Blow-off Valve Assembly 33 31 12 Cured in Place Pipe (CIPP) 33 31 13 Fiberglass Reinforced Pipe for Gravity Sanitary Sewers 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 4 of 8 CITY OF FORT WORTH Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CONTRACT 103, PART 1 Revised March 8, 2024 CITY PROJECT NO. 02723 33 31 15 High Density Polyethylene (HDPE) Pipe for Sanitary Sewer 33 31 20 Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe 33 31 21 Polyvinyl Chloride (PVC) Closed Profile Gravity Sanitary Sewer Pipe 33 31 22 Sanitary Sewer Slip Lining 33 31 23 Sanitary Sewer Pipe Enlargement 33 31 50 Sanitary Sewer Service Connections and Service Line 33 31 70 Combination Air Valve for Sanitary Sewer Force Mains 33 39 10 Cast-in-Place Concrete Manholes 33 39 20 Precast Concrete Manholes 33 39 30 Fiberglass Manholes 33 39 40 Wastewater Access Chamber (WAC) 33 39 60 Epoxy Liners for Sanitary Sewer Structures 33 41 10 Reinforced Concrete Storm Sewer Pipe/Culverts 33 41 11 High Density Polyethylene (HDPE) Pipe for Storm Drain 33 41 12 Reinforced Polyethylene (SRPE) Pipe 33 41 13 Polypropylene Pipe for Storm Drain 33 46 00 Subdrainage 33 46 01 Slotted Storm Drains 33 46 02 Trench Drains 33 49 10 Cast-in-Place Manholes and Junction Boxes 33 49 20 Curb and Drop Inlets 33 49 40 Storm Drainage Headwalls and Wingwalls Division 34 - Transportation 34 41 10 Traffic Signals 34 41 10.01 Attachment A – Controller Cabinet 34 41 10.02 Attachment B – Controller Specification 34 41 10.03 Attachment C – Software Specification 34 41 11 Temporary Traffic Signals 34 41 13 Removing Traffic Signals 34 41 15 Rectangular Rapid Flashing Beacon 34 41 16 Pedestrian Hybrid Signal 34 41 20 Roadway Illumination Assemblies 34 41 20.01 Arterial LED Roadway Luminaires 34 41 20.02 Freeway LED Roadway Luminaires 34 41 20.03 Residential LED Roadway Luminaires 34 41 30 Aluminum Signs 34 71 13 Traffic Control Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City’s website at: http://fortworthtexas.gov/tpw/contractors/ or https://apps.fortworthtexas.gov/ProjectResources/ Division 02 - Existing Conditions Last Revised 02 41 13 Selective Site Demolition 03/11/2022 02 41 14 Utility Removal/Abandonment 12/20/2012 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 5 of 8 CITY OF FORT WORTH Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CONTRACT 103, PART 1 Revised March 8, 2024 CITY PROJECT NO. 02723 02 41 15 Paving Removal 02/02/2016 Division 03 - Concrete 03 30 00 Cast-In-Place Concrete 03/11/2022 03 34 13 Controlled Low Strength Material (CLSM) 12/20/2012 03 34 16 Concrete Base Material for Trench Repair 12/20/2012 03 80 00 Modifications to Existing Concrete Structures 12/20/2012 Division 26 - Electrical 26 05 00 Common Work Results for Electrical 03/11/2022 26 05 10 Demolition for Electrical Systems 12/20/2012 26 05 33 Raceways and Boxes for Electrical Systems 12/20/2012 26 05 43 Underground Ducts and Raceways for Electrical Systems 07/01/2011 26 05 50 Communications Multi-Duct Conduit 02/26/2016 Division 31 - Earthwork 31 00 00 Site Clearing 03/22/2021 31 23 16 Unclassified Excavation 01/28/2013 31 23 23 Borrow 01/28/2013 31 24 00 Embankments 01/28/2013 31 25 00 Erosion and Sediment Control 04/29/2021 31 36 00 Gabions 12/20/2012 31 37 00 Riprap 12/20/2012 Division 32 - Exterior Improvements 32 01 17 Permanent Asphalt Paving Repair 12/20/2012 32 01 18 Temporary Asphalt Paving Repair 12/20/2012 32 01 29 Concrete Paving Repair 12/20/2012 32 11 23 Flexible Base Courses 12/20/2012 32 11 29 Lime Treated Base Courses 12/20/2012 32 11 33 Cement Treated Base Courses 06/10/2022 32 11 37 Liquid Treated Soil Stabilizer 08/21/2015 32 12 16 Asphalt Paving 12/20/2012 32 12 73 Asphalt Paving Crack Sealants 12/20/2012 32 13 13 Concrete Paving 06/10/2022 32 13 20 Concrete Sidewalks, Driveways and Barrier Free Ramps 12/09/2022 32 13 73 Concrete Paving Joint Sealants 12/20/2012 32 14 16 Brick Unit Paving 12/20/2012 32 16 13 Concrete Curb and Gutters and Valley Gutters 12/09/2022 32 17 23 Pavement Markings 06/10/2022 32 17 25 Curb Address Painting 11/04/2013 32 31 13 Chain Fences and Gates 12/20/2012 32 31 26 Wire Fences and Gates 12/20/2012 32 31 29 Wood Fences and Gates 12/20/2012 32 32 13 Cast-in-Place Concrete Retaining Walls 06/05/2018 32 91 19 Topsoil Placement and Finishing of Roadway Right-of-ways 03/11/2022 32 92 13 Sodding 05/13/2021 32 92 14 Non-Native Seeding 05/13/2021 32 92 15 Native Grass and Wildflower Seeding 10/06/2023 32 93 43 Trees and Shrubs 12/20/2012 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 6 of 8 CITY OF FORT WORTH Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CONTRACT 103, PART 1 Revised March 8, 2024 CITY PROJECT NO. 02723 Division 33 - Utilities 33 01 30 Sewer and Manhole Testing 09/07/2018 33 01 31 Closed Circuit Television (CCTV) Inspection – Sanitary Sewer 03/11/2022 33 01 32 Closed Circuit Television (CCTV) Inspection – Storm Drain 12/08/2023 33 03 10 Bypass Pumping of Existing Sewer Systems 12/20/2012 33 04 10 Joint Bonding and Electrical Isolation 12/20/2012 33 04 11 Corrosion Control Test Stations 12/20/2012 33 04 12 Magnesium Anode Cathodic Protection System 12/20/2012 33 04 30 Temporary Water Services 07/01/2011 33 04 40 Cleaning and Acceptance Testing of Water Mains 02/06/2013 33 04 50 Cleaning of Pipes 03/11/2022 33 05 10 Utility Trench Excavation, Embedment, and Backfill 04/02/2021 33 05 12 Water Line Lowering 12/20/2012 33 05 13 Frame, Cover and Grade Rings 09/09/2022 33 05 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to Grade 03/11/2022 33 05 16 Concrete Water Vaults 12/20/2012 33 05 17 Concrete Collars 03/11/2022 33 05 20 Auger Boring 12/20/2012 33 05 21 Tunnel Liner Plate 12/20/2012 33 05 22 Steel Casing Pipe 12/20/2012 33 05 23 Hand Tunneling 12/20/2012 33 05 24 Installation of Carrier Pipe in Casing or Tunnel Liner Plate 12/09/2022 33 05 26 Utility Markers/Locators 12/20/2012 33 05 30 Location of Existing Utilities 12/20/2012 33 11 05 Bolts, Nuts, and Gaskets 12/20/2012 33 11 10 Ductile Iron Pipe 12/09/2022 33 11 11 Ductile Iron Fittings 09/20/2017 33 11 12 Polyvinyl Chloride (PVC) Pressure Pipe 09/09/2022 33 11 13 Concrete Pressure Pipe, Bar-Wrapped, Steel Cylinder Type 12/20/2012 33 11 14 Buried Steel Pipe and Fittings 12/20/2012 33 12 10 Water Services 1-inch to 2-inch 02/14/2017 33 12 11 Large Water Meters 12/20/2012 33 12 20 Resilient Seated Gate Valve 05/06/2015 33 12 21 AWWA Rubber-Seated Butterfly Valves 04/23/2019 33 12 25 Connection to Existing Water Mains 02/06/2013 33 12 30 Combination Air Valve Assemblies for Potable Water Systems 12/20/2012 33 12 40 Fire Hydrants 01/03/2014 33 12 50 Water Sample Stations 12/20/2012 33 12 60 Standard Blow-off Valve Assembly 06/19/2013 33 31 12 Cured in Place Pipe (CIPP) 12/20/2012 33 31 13 Fiberglass Reinforced Pipe for Gravity Sanitary Sewers 12/20/2012 33 31 15 High Density Polyethylene (HDPE) Pipe for Sanitary Sewer 04/23/2019 33 31 20 Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe 09/09/2022 33 31 21 Polyvinyl Chloride (PVC) Closed Profile Gravity Sanitary Sewer Pipe 12/20/2012 33 31 22 Sanitary Sewer Slip Lining 12/20/2012 33 31 23 Sanitary Sewer Pipe Enlargement 12/20/2012 33 31 50 Sanitary Sewer Service Connections and Service Line 04/26/2013 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 7 of 8 CITY OF FORT WORTH Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CONTRACT 103, PART 1 Revised March 8, 2024 CITY PROJECT NO. 02723 33 31 70 Combination Air Valve for Sanitary Sewer Force Mains 12/20/2012 33 39 10 Cast-in-Place Concrete Manholes 12/20/2012 33 39 20 Precast Concrete Manholes 12/20/2012 33 39 30 Fiberglass Manholes 12/20/2012 33 39 40 Wastewater Access Chamber (WAC) 12/20/2012 33 39 60 Liners for Sanitary Sewer Structures 04/29/2021 33 41 10 Reinforced Concrete Storm Sewer Pipe/Culverts 07/01/2011 33 41 11 High Density Polyethylene (HDPE) Pipe for Storm Drain 12/20/2012 33 41 12 Reinforced Polyethylene (SRPE) Pipe 11/13/2015 33 41 13 Polypropylene Pipe for Storm Drain 06/10/2022 33 46 00 Subdrainage 12/20/2012 33 46 01 Slotted Storm Drains 07/01/2011 33 46 02 Trench Drains 07/01/2011 33 49 10 Cast-in-Place Manholes and Junction Boxes 12/20/2012 33 49 20 Curb and Drop Inlets 03/11/2022 33 49 40 Storm Drainage Headwalls and Wingwalls 07/01/2011 Division 34 - Transportation 34 41 10 Traffic Signals 03/11/2022 34 41 10.01 Attachment A – Controller Cabinet 12/18/2015 34 41 10.02 Attachment B – Controller Specification 02/2012 34 41 10.03 Attachment C – Software Specification 01/2012 34 41 11 Temporary Traffic Signals 11/22/2013 34 41 13 Removing Traffic Signals 03/11/2022 34 41 20 Roadway Illumination Assemblies 12/20/2012 34 41 20.01 Arterial LED Roadway Luminaires 06/15/2015 34 41 20.02 Freeway LED Roadway Luminaires 06/15/2015 34 41 20.03 Residential LED Roadway Luminaires 06/15/2015 34 41 30 Aluminum Signs 11/12/2013 34 41 50 Single-Mode Fiber Optic Cable 02/26/2016 34 71 13 Traffic Control 03/22/2021 Appendix GC-4.02 Subsurface and Physical Conditions GC-6.06.D Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates GR-01 60 00 Product Requirements END OF SECTION City of Fort Worth, Texas Mayor and Council Communication DATE: Tuesday, January 14, 2025 LOG NAME: 60SSC103P1-WOODY REFERENCE NO.: **M&C 25-0030 SUBJECT: (CD 11) Authorize Execution of a Contract with Woody Contractors, Inc., in the Amount of $5,575,328.15, for Sanitary Sewer Rehabilitation, Contract 103, Project Part 1, Adopt Appropriation Ordinances to Effect a Portion of Water's Contribution to the Fiscal Years 2025-2029 Capital Improvement Program and Amend Transportation & Public Works DepartmenYs Fiscal Year 2025-2029 Capital Improvement Program RECOMMENDATION: It is recommended that the City Council: 1. Authorize execution of a contract with Woody Contractors, Inc., in the amount of $5,575,328.15 for Sanitary Sewer Rehabilitation, Contract 103, project Part 1; 2. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the Water and Sewer Capital Projects Fund in the amount of $5,750,795.00, transferred from available PayGo funds within the Water and Sewer Fund, for the purpose of funding the Sanitary Sewer Rehabilitation, Contract 103 project Part 1(City Project No. CO2723) and to effect a portion of Water's contribution to the Fiscal Years 2025-2029 Capital Improvement Program; 3. Adopt the attached appropriation ordinance adjusting estimated receipts and appropriations in the General Capital Projects Fund by increasing estimated receipts and appropriations in Sanitary Sewer Rehabilitation, Contract 103, project Part 1(City Project No. CO2723) in the amount of $561,870.00, and decreasing estimated receipts and appropriations in the Contract Street Maintenance programmable project (City Project No. P00020) by the same amount; and 4. Amend the Transportation & Public Works Department's Fiscal Years 2025-2029 Capital Improvement Program. DISCUSSION: This Mayor & Council Communication (M&C) is to authorize execution of a construction contract for the replacement of cast iron water and deteriorated sanitary sewer mains as indicated on the following streets, alleys and easements: Street Easement North of Jessamine Street E. 1 St Street Alley between E. 1 St Street and Chenault Street Alley between Chenault Street and E. 4th Street From Main Street Judkins Street Judkins Street Chandler Drive Scope To � of Work Union Pacific Sewer Railroad N. Chandler I Sewer Drive S.Chandler Sewer Drive 1,250 Sewer Easement 170 feet north and 515 feet between Paradise west of the Galvez North 370 Sewer Street and Avenue/Baurline Street feet� Baurline Stree� Intersection Easement between E. 4th S. Judkins Street West 900 Sewer Street and Galvez feet Avenue Ennis Avenue Baurline Street S. Judkins Sewer _ _ Street � Lasalle Street S. Sylvania Avenue S. Retta Sewer Street Baurline E. 12th Street � S. Sylvania Avenue Sewer � Street Van Horn Avenue Baurline Street S. Retta Sewer Street � Baurline Street Van Horn Avenue Gibson Sewer Street S. Retta Street � Huttman Street S. Sylvania Sewer J Avenue Additionally, asphalt pavement rehabilitation curb to curb will be conducted on all the roadways subsequent to the water and sanitary sewer main replacement. The Water Department's share of this contract is $5,135,939.90 and the Transportation & Public Works Department's share of the contract is $439,388.25. The project was advertised for bids on September 19, 2024 and September 26, 2024, in the Fort Worth Star-Telegram. On October 17, 2024, the following bids were received: In addition to the contract amount, $436,600.10 (Water: $125,099.65; Sewer: $232,958.45; Paving: $78,542.00) is required for project management, material testing and inspection, and $300,736.00 (Water: $88,718.00; Sewer: $168,079.00; Paving: $43,939.00) is provided for project contingencies. The sanitary sewer component of this project is part of the Water Department's Sanitary Sewer Overflow Initiative Program. Approximately 4,350 linear feet of cast iron water pipe will be removed and replaced as part of this project. This project will have no impact on the Transportation & Public Works' or the Water Department's operating budgets when completed. Funding for this project was not included in the Fiscal Year (FY) 2025-2029 Capital Improvement Program (CIP) because Transportation & Public Works Department amounts for the project were unknown at the time of CIP development. The action in this M&C will amend the FY2025-2029 Capital Improvement Program as approved in connection with Ordinance 27107-09-2024 as follows: 60SSC103P1-WOODY Project FY2025 CIP Additional Name�Appropriations Authority Appropriations Project Total* P00020 - Contract Street $38,798,204.00 This M&C $(561,870.00) $38,236,334.00 Maintenance *Note: There may be other pending actions or recently approved actions that are not reflected in the table due to timing. 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 appropriate funds in support of the Water's portion of the City of Fort Worth's Fiscal Years 2025-2029 Capital Improvement Program, as follows: 60SSC103P1-WOODY Capital Revised FY2025 CIP Budget Change Fund Project Name Appropriations Authority �Increase/Decrease) FY2025 Name Budget W&S CO2723- Capital Sani Sewer Projects — Rehab Contract $0.00 This M&C $5,750,795.00 $5,750,795.00 Fund 56002 103 Funding is budgeted in the Contract Street Maintenance programmable project within the General Capital Projects Fund and in the Transfer to Water/Sewer account of the Water and Sewer operating budget for the purpose of funding the SaniSewer Rehab Contract 103 project within the Water & Sewer Capital Projects Fund. FY2025 — Water PayGo Appropriations per City Ordinance 27107-09-2024 FY2025 Amended FY2025 PayGo(includes YTD PayGo FY2025 Original any council Approved This M&C Remaining Adopted actions for/Moved to PayGo PayGo subsequent to Capital Projects Balance budget adoption) $92,597,771.00 $92,597,771.00 $(19,588,231.00) $(5,750,795.00) $67,258,745.00 �`Note: There may be other pending actions or recently approved actions that are not reflected in the table due to timing. Appropriations for the Sanitary Sewer Rehabilitation, Contract103 project as are depicted below: Fund Existing Additional project Total* Appropriations Appropriations Water & Sewer Capital Projects $651,457.00 $5,750,795.00 $6,402,252.00 Fund 56002 General Capital Projects Fund $561,870.00 $561,870.00 30100 Project Total $651,457.00 $6,312,665.00 $6,964,122.00 *Numbers rounded for presentation purposes. Business Equity: The Business Equity Division placed a 13.56 percent business equity goal on this solicitation/ contract. Woody Contractors, Inc., has agreed/committed to utilize 13.99 percent business equity subcontractor participation for the scope of work, meeting the City's Business Equity Ordinance. Any changes in subcontractors will be reviewed by the Business Equity Division The project is located in COUNCIL DISTRICT 11. FISCAL INFORMATION / CERTIFICATION: The Director of Finance certifies that funds are currently available in the Contract Street Maintenance programmable project within the General Capital Projects Fund and in the Water & Sewer Fund, and upon approval of the above recommendations and adoption of the attached appropriation ordinances, funds will be available in the W&S Capital Projects Fund and the General Capital Projects Fund for the SaniSewer Rehab Contract 103 project to support execution of the contract. Prior to any expenditure being incurred, the Water and Transportation & Public Works Departments have the responsibility of verifying the availability of funds. FUND IDENTIFIERS (FIDs).: TO Fund Department Account Project Program ctivity Budget� Reference # mount ID ID Year _ (Chartfield 2) � FROM Func Department Account Project ID ID Budget Year Reference # �Amou Chartfield 2) � CERTIFICATIONS: Submitted for City Manager's Office by_ Originating Department Head: Additional Information Contact: William Johnson (5806) Chris Harder (5020) Dena Johnson (7866) ATTACHMENTS 1. 1295 Form.pdf (CFW Internal) 2. 24-0297 (Sanitary Sewer Rehabiliation 103, Part 1)CM-NS (1),pdf (CFW Internal) 3. 60SSC103P1-WOODY FID Table (WCF 11.19.24).xlsx (CFW Internal) 4. 60SSC103P1-WOODY funds avail pay.go.docx (CFW Internal) 5.60SSRC103P1-WOODY CD.pdf (Public) 6.ORD.APP 60SSC103P1-WOODY 30100 A025(r3).docx (Pubiic) 7.ORD.APP 60SSC103P1-WOODY 56002 A025(r2).docx (Pubiic) 8. PBS CO2723.pdf (CFW Internal) 9. SAM.gov search Woody Contractors.pdf (CFW Internal) 60SSC103P1-WOODY FID Table Rec #Fund Dept #Account Project ID Activity Budget Year CF 2 Program Amount Purpose Xfer 2 56002 0600430 4956001 C02723 2025 $1,988,168.00 2 56002 0600430 C02723 2025 $1,988,168.00 2 56002 0700430 4956001 C02723 2025 $3,762,627.00 2 56002 0700430 C02723 2025 $3,762,627.00 3 30100 0200431 4910100 P00020 2025 ($561,870.00) 3 30100 0200431 4910100 C02723 2025 $561,870.00 3 30100 0200431 P00020 2025 ($561,870.00) 3 30100 0200431 C02723 2025 $561,870.00 Rec #Fund Dept #Account Project ID Activity Budget Year CF 2 Program Amount Purpose Xfer 2 56001 0609020 5956001 $1,988,168.00 2 56002 0600430 4956001 C02723 001780 9999 ($1,988,168.00) 2 56001 0709020 5956001 $3,762,627.00 2 56002 0700430 4956001 C02723 001780 9999 ($3,762,627.00) 3 30100 0200431 4910100 P00020 9999 $561,870.00 3 30100 0200431 4910100 C02723 001780 9999 ($561,870.00) Rec #Fund Dept #Account Project ID Activity Budget Year CF 2 Program Amount Purpose Xfer 2 56002 0600430 4956001 C02723 001780 9999 ($1,988,168.00) 2 56002 0600430 5110101 C02723 001780 9999 $24,220.65 Water Staff Costs Added $0.65 for rounding 2 56002 0600430 5550102 C02723 001780 9999 $4,000.00 Public Outreach 1 56002 0600430 5740010 C02723 001780 9999 $1,774,350.35 Pay to Contractor 2 56002 0600430 5740010 C02723 001780 9999 $88,718.00 Contract Contingency 2 56002 0600430 5330500 C02723 001784 9999 $23,288.00 Soil Lab Consultant 2 56002 0600430 5310350 C02723 001784 9999 $8,384.00 Soil Lab TPW Staff Cost 2 56002 0600430 5110101 C02723 001785 9999 $65,207.00 TPW Inspection Staff 2 56002 0700430 4956001 C02723 001780 9999 ($3,762,627.00) 2 56002 0700430 5110101 C02723 001780 9999 $49,415.45 Water Staff Costs Added $0.45 for rounding 1 56002 0700430 5740010 C02723 001780 9999 $3,361,589.55 Pay to Contractor 2 56002 0700430 5740010 C02723 001780 9999 $168,079.00 Contract Contingency 2 56002 0700430 5330500 C02723 001784 9999 $44,121.00 Soil Lab Consultant 2 56002 0700430 5310350 C02723 001784 9999 $15,884.00 Soil Lab TPW Staff Cost 2 56002 0700430 5110101 C02723 001785 9999 $123,538.00 TPW Inspection Staff 56002 2060000 C02723 RETAIN Retainage FID FIDs (Budget) FIDs (Actual) FIDs (REVENUE or EXPENSE - No KK or GL Entries Needed) 1 30100 0200431 5740010 C02723 002480 9999 $439,388.25 To Pay Contractor 3 30100 0200431 5740010 C02723 002480 9999 $43,939.00 Contract Contingency 3 30100 0200431 5310350 C02723 002480 9999 $14,495.00 Project Management 3 30100 0200431 5330500 C02723 002484 9999 $6,047.00 Soil Lab Consultant 3 30100 0200431 5310350 C02723 002484 9999 $9,667.00 Soil Lab TPW Staff 3 30100 0200431 5310350 C02723 002485 9999 $48,333.00 TPW Inspection Staff 30100 2060000 C02723 RETAIN Retainage FID 00 05 10 - 1 MAYOR AND COUNCIL COMMUNICATION (M&C) Page 1 of 1 CITY OF FORT WORTH Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CONTRACT 103, PART 1 Revised July 1, 2011 CITY PROJECT NO.02723 SECTION 00 05 10 1 MAYOR AND COUNCIL COMMUNICATION (M&C) 2 3 4 5 [Assembler: For Contract Document execution, remove this page and replace with the approved 6 M&C for the award of the project. M&C insert shall be on blue paper.] 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 END OF SECTION 24 �� �� ��I�T�I� AI]DENDUM TO INVITATION TO BID NO. 24-0297 SAI�ITARY SEWER REHABILITATION CONTRACT 103 WATER DEPARTMENT ADDE[�DiJM NO. 1 DATE ISSUED: OCTOBER 1'f, 2024 IIVVITATION TO BID (ITB): 24-0297 BID OPENING DATE: OCTOBER 17, 2024 R�VlSED B1D OPENING DATE: NIA ITB iVo. 24-0297, issued SEPTEMBER 19, 2024, is herei�y amended as fallows: 1. Addition of Unit 2B: 1,D50 linear feet of 8" sewer fine replacement on Jessamine St. with the following updates to the con5truction drawings and contract documents: a. Addition of requirement for railroad insurance, b. Addition of 50 calendar days to #he conkract time, c. Updated bid schedule, d. Indusion of railroad permit and acquired easements, e. Re�ised bid end contract documents that will be included in ihe confiormed set, f. Update to co�er sheet and table af contents, addition of Sheets 418, 54B and 55B to support Jessamine St, Z. Responses to contrac#or questions and adjustm�nts to bid quantities as necessary in bid proposal. 3. Coniractor questions will be accepted an Bonfire through Monday, October 14, 2024. All other terms and conditions remain unchanged. %� �l��� TONY SHOLOLA, P.E. ASSISTANT DiRECTOR, WATER DEPARTMENT ■����r'����EliErra�a�i���r�����» �����r�������������������raa������r��������a��� By the signature affixed belaw, Addendum No. 1 is herehy incorporatec4 into and made part of the abo�e referenced In�itation to Bici. COMPANY NAME: SfGNATI}RE: NOTE: Company nam��and signatur�e ���he same as on the original bid documents. Failure to return this farm with your sealed I�c�"�ay constitute grounds for rejection of your offer. BI� NO. 24-0297 SAN{TARY SEWER REHABILITAifON CONTRACT 143 Addendum No. 1, Page 1 of 1 Sanitary Sewer Rehabilitatian Contract 103 City Project No. CO2723 RESPONSES TO CONTRACTOR QUESTIONS Adckendum No. 1 Issued: October il, 2024 The Specificaiions and Contract Documents for City Project No. 02723 are hereby re�ised by Addendum No. 1 as follows and attached ta this addendum. RAILROAD PERMIT 5upplemental Instructions: Contractor shall complete the railroad permit and submit after project is awarded. 1. On E�st street are y'all leaving the C& G in and just pa�ing it? Curb and Gutter is integral to the pa�ement. 2. We are needing a C55 item on the water and sewer sections by #he CY. It will be about �0 CY per each section. Are we able ta get that? Quantity has been added ta Unit 1 and Unit 2. 3. PSan sheet 13 & 14, this is an existing 2.5° HMAC and 8.5" concrete street. What will be the permanent pavement repair section? (Ennis 5tr�et) Pavement repair section shall be per details an Sheet 49, modifieci to allow for permanent aspf�alt to o�erlay concrete. Bid item 27, Unit A, and Bid Item 26, Unit 2A shall include 9" concrete ancf 2.5" asphalt. 4. Plan sheet 24, the plan section refers ta pipe bursting, and the profile section re�ers to open cut. What are the yimits of each? The correct method is in profile- apen cut from �+QO to 3+73.7. The "pipe enlargement" note in plan �iew al�ove Statian 1+p0 will be removed in the conforrr�ed set. 5. Plan sheet 30, what are the rim eleva�ions for the first two (2) downstream manhales? 57A 0+3J = 551.7��-/- and 5TA 0+29.7 = 551.5Z +/- 5. Plan sheet 32, this is an existing 2.5" HMAC and 8.5" concrete street. The profile note refers to permanent asphalt repair. Is this correct? If so, then that pro6ably answers my first question. Ennis Street - See respanse question 3. 7. Prebid Attendee List: Dena Johnson - City of Fart Warth Tanner Woody - Woody Construc�ion Jordan Box - Western Municipal Ckint Wilsan - no entity pro�ided Bryan Sherrieb - D�naway Associates, LLC Aron Martinez - Dunaway Assoc�ates, LLC Cesar Lugo - Dunaway Assaciates, �LC ,Q-1 Addendum No. 1 Contract 103, City Praject No. CO2723 OU 00 UU STAhDARU CO�'STRUCT[ON SPL-C[F]CAr10N �OCUMEN"CS Paee 7 of tS Appendix GC-4.01 GC-4.02 GC-6.OG.D GC-6.07 GC-6.09 GR-01 60 00 Availability of Lands Subsurface and Physical Coslditions Minority and Women Owned Business Entei�rise Com�liance Wage Rates Penniis and Utilities Froducl Requireillents END OF SECTION CITY Of PORT WOCt7'H Sanitary Szwer Rehabilitation STANDARD CONSTRUCTION SPECIFICA�ION DOCUi�� CNTS CONTCtAC"1' 103. PAR'1' 1 Revised Murch 8, 2024 CITY PR0IECT NO. 0�723 0o a, aa 61D FORM Page 2 of 3 d. "coercive practice" means harming ar threatening to harrri, dlrectly or indirectly, persons or their property to influence their participatian in the bidding process or af€ect the execution of the Contract. 3. Prequalification T�e Bidder acknowledges that the following work types must be performed only by prequalified contracfors and subcontractors: a. Water Transrnissian, UrbanlRenewa9, 24-inches and smaller b. Sewer Collection System, Urba�IRenewal, 16-inches and sma�ler c. Asphalt Paving ConstructionlReconstruction (15,�QQ square yards and greater) d. Concrete Paving ConstructianlReconstruction (Less than 15,Ofl0 square yards) e. Sewer Pipe Enlargement, 12" and smaller f. Q h. 4. Time of Completion 4.1. The Work will be camplete for Final Acceptance within 500 calndr days after the date when the the Contract Time commences to run as provided in Paragraph 2.Q3 of the General Conditions. 42. Bidder accepts ihe provisions of the Agreement as to liquidated damages in the event of failure to complete tf�e Work �andlor achievement of Milestones} wifhin the times specified in the Agreement. 5. Attached to this Bid The follawing dncuments are attached to and made a part of this Bid: a. This Bid Form, Section 00 41 00 b. Required Bid 8ond, Section Oa 43 13 issued by a surety meeting the requirements af Paragrapf� 5.01 0# the General Condi#ions. c. Proposal Form, 5ection 00 42 43 d. Vendor Compliance to State Law Non Resident Bidder, Section Ofl 43 37 e. MWBE Forms (optional at time of bid) f. Prequalification Statement, Section 00 45 12 g. Conflict of Interest Af�idavit, Section 00 35 13 'If necessary, CIQ or C15 forms are io be provided directfy to City Secretary h. Any additional docusnents that may be required by 5ection 12 of fhe Instructions to Bidders CYTY OF FORT WOF2TH S7AN�AR� CONSTRUCTION SPEC€FICATI�N �OCUMENTS Re�ised 9f30l2a21 �� 41 00 8id Proposal Work6onk.xlsx SECTION UO 42 43 PROP�SALFORM 11NlT PRICE BIC� Projurt Iwm Inlnnnaunn Bidder's Application r���a�-r� r�o��,��i UcscripEion I Spedi3�:v�ian Secuon �`n. I.s...,.��.,. I n. ,..�:... I Uni� Pri�•c I ESiJ Valuc I 9" E'\'C WATGR PIPE ?3 11 I? LF 4119i 3 ft" DIP Si�ATCR : 3 I I 10 LF 7? t G" pV[ 1VATP.R PIPE : 3! I] 2 LF ! 39 J 20" CASNCi [3] l)PEN CL'] � i di �2 L1 ] 01 pI1CTILG €RC7� R'ATEIt F1TFfNG5 W7 R£STRAIN7 �3 I l] I 'fUN � h COtiNI�.C�fDYl01_XISTFNG4"-12"l4'aFIiRh1ARd �3132i GA li 7 a"(i.a�l�� \�.�LVt �_ I� 2lf �,1 ? B !�"{;.aTE VAL��E 33 I� �I7 EA F 9 S"G:ITEVALVG �31'_30 fA 1i l0 12"{iAl� VAL�+E Ji 1220 IiA 1 ll F11t�.HYDRA]T l31'_3f1 C� 8 l' I" }����fliR SfRI'I[f, �1ETF:R 2F,C6NNGCTION J i I_' lll fA `>3 €3 I"lL'A-[�GI151�.R\'lCl� JJ L' fQ EA fl'1 E4 I" PRf�':1TF.. 1VATER SERVICE � i L' Y9 LF f 74 IS 3" 5V:1iCR SfRViCG METER NECONNLC7lD�` � I-' I[1 CA Ib '•' 1VATIiIt SIiRVICE - I_' 10 NA I? TC11P{IRARY 1ACAiERSER�'ICfS +31l3 ;9 LS k IF R" lV.�l"EIiLING L015'LR[PIG +? ��? I' G\ � 19 TRF[vCH5�1.}t7}' ;;pi10 LF 12i1 '_1U G" 5£ll'�It I9FE' IASTS7 Di241 I 33 f I d0. 3: 31 I�, ?? 31 '-(� LF 54 21 iRLA10Vi:51UE�14�I.K �3a1 li SF 13f1(1 22 ltki\1U1']f COi�CRP.TI: DRI\'1=VrAY Ol�ll 13 S}� �U7G 2l kF\701�PC'Ui4CPY\4T 02a1 I� 51' 290 �� 1\;\TERLf1.E�ROLi-fINCi 11?JI 13 CY l� - 4"-l'_"14'ATfji,113A`��DONAIF:NTPLL]Ci �?�I! Ll GA 4 �G R�MO1'ECONCCl�Rl3&CiLJlIEIY 1724] 15 LF 396 27 REN01'E E" u'ATGR \'.aL\'E Il_' J 1 11 EA i� '_R Rf',T70VF: 11"F9ATCRV�ALVG 0_'-fl ]1 IiA ] 29 RLMO�'ECUNC\'ALLEYGll'f.l'h'H 0_'411� SY l57 3(I SALVACSEhIItEH1'pRANT i1'�l ]� E.\ ]� a'4VIDLASF'HILTPVMTRCPAIR.RGSIDf.1TI1L �20117 LP S95 :45PII:1CfP�r�]-Y}21iPAIR.WATE�]i5Eli1'ICr�-Fh�hlPUli.afLYllB"Y ?'OflR I.F I[�'1 33 .45f'I L1L'T I'\%\ST RC!'AIR F7F.F0\'D �EFI\'E€] l� il] ]-I I, RESIUE1hTI.4L 12 01 l7 5}• :.�H1 3d l L��SPilk:1RY �\Spp �;11. T PAVING RGPAIR I-"' H\9AC OK 6" FLE!CHASC) !2 PI lA Lf 33?u 3? H1'171i�1lli�l.lA41:Im4{]LilS!SY1 J]II?9 TN 6 ib h" [.I�IE TEE[�Til1E�"I� ;' I I?9 SY 2Y[1 J7 6" C4ltiC P� \7T i'_ 13 17 SY fi0 3ti 7"CO��CPV�1T -� 13 G SY ?36 39 ;"Cflti[: S1�t11'.aL}; 3? Il?i] ST I I14 JO �" S�RFACE V�1II.I.NG (50 5111 U2 d I I? SY 667 JI 11"PA�'f:,bIF.�TPliLI'LRV.,ITION I?UfSQ� 0?-1115 SY 'I5= d2 6"CEI�ILI\�Ili f:�rJ_' LE35'SYl IAJ.301 :1 I I 3�1 "I"V i� �F3 2" ASPHAI.f P1'\1T �LYf'E U f5015U) 3? I'_ 16 3Y 6F7 -0a 3" ASPHAI.T PV19TTl P� [� [3�l��11 �l i'_ I! SY '_lil A� C`O�CSII�L-u';1LR. 1f)JACL"1iT�fOfLL-"f'LV.4LL 321??0 SF d±U -0ti CUNCCURHATFf.�CKOFSI�EIA'ALK 3?1�?� LF 30 d7 6"[q\CRLT�DRI\�fIYAY 3Z1]'_0 Sf l�th 4A 6" CO\C C'l:1i13.a1S] GLJTTFIi 32 1G 13 LF ?'�F 49 7" CiJ\C ��3LLGy Gi�'f1'Elt. RESIiIG\TI.-1L -2 l6 13 SV l-��) 50 CO�CRGTR'AI.L:1llJACENTT03[dE�i'ALh 323'_13 SF 300 _l TR�IFPIC��OKT2UL-1KST:\LLh.[ulAl\'I'�11R _�?l ]3 MD d TR.aFP](' C[1K7RUL UE]'A1L5 - Pi<EPAR4TIU'� �� -1 13 EA [ �l Slj'PPP = 1 ACItG - I'3 {iU E.S f 3A CO?�'STI�LCIfUN SPAKING UI'I 2_ LS I ?5 AS-BL]ILT SL�IiVE\' Ui '. I'_3 IS I 56 ih4PORTE� Eh7EFI7NM�tti'T�[3 �1[KFILL_ C9S i; U5 (1] CY '-Il[] 57 N'ATIiR CU1�S�i�RUC7']O\' ALLD\i':1NCi3 4U 7? I1 LS I w I Il[1.1111{I.II[1 5 1�0.��6,fi0 Linit L W'�iler lm r cols 5ub=1'ulcd Bid SIOOAI}O.UU aiv ur ruk�i uvx u i vu nuNS�ri.cieicnnrrinrai�ii.-s nn+�a.�o�zozi-si w��.i ��� �ea r.���,�i �����ti,,.�.d., SECTIPN p0 42 43 PROPDSALFORM UNIT PRICE 610 Bidder's Application Prdccl li��m lufunnniimi Biddcr's Prnp��s;if Llnit 2.4- Sanitary Sewcr Impmvcmcn�s l 8"SGIVCIiPIPE 331110.: �3{ 12.7] �1?ll LF 6'_Ol z G,_8" P€PF" E\LAItGE1.1ENT 3; 3€ _'3 LF 76i R" DiP 5�1VEli Pl€'E : 7 I I ill LF 3U � 211" C:151UG 91' Oi'C\' CUT :; U522 LF -10 5 TRLNCH 5AFI�I�Y ;3 U± lU i.P 6?31 G CUNCRETC COLL4R FOR Yf ANl IULE :; (IS l l GA �5 7 6" 1VATi:R C:ARRI[R PIPE 33 p? 2� I_G '_0 S SP'.RVICF.R�I\STAT�MB�T.PIPEfNLAR[iliR�1[NT14"?-R'i1VCLLA�OLiT 3i31'_7 GA IR y 4"SCIVLRSLRVl{���Vf2-L1'.aYCLfANULf�I� 33i1 �0 EA 112 IU EPDXl`M?,NHOLG[.IA'�R ?3?g5l} VF 98 I E J' �1i1�HOI_E i) i9 Ifi, 33 19 _'0 GA 12 J' DR6P hiAN110LE lq 30 19. 3] l7 ?p EA IJ J'EXTRALlBI'�f�HY14hHULE 1i391i1,3319?0 VF 76 Id a' SFE.-1LLCRP ,LiANHOLE 33 39 19, 33 ]`7 ?fl GA I IS ]R'KCP,CLAS5111 1341 IU LI' '_5 16 GSCUR,l-S IC�ItiC31UA HUX 33a9 Hl EA 1 I? fiE\101'GSIllG1V+�LK 1124113 SF �l( 18 kB��10�`IiCO��CRf:TE�DRNF. O7J1 I? SF IOa7 li RG\30VCCOi�CPA'\7T �12J1 I� Sl' '_93to 26 RGM�I'f ('��Yi� G'11R13 �(iL1l��ER �7? J I I� L} i 1J ?€ Rf:\30\9iCONCVALLLYCiUTIBR ll'_41I? SY 6 32 5�.�17?.Rl'LlyEC.iRUL"fENCi 02a1 14 Cl' l '_3 (" FEIVLR 4HA\DONMEh�C PLL1G 02 #I 1� Er\ 2 24 R��iU1'I� 1' S1��:5t'L:Ft tilA\HOi.i: 02a1 13 TA '_A - A13,1�6UN�I,1NE�IOI.F.. (1?d114 EA E �G �' 11'IL7E ASPH.\LT Pl�?v1T REPAIR. RESIfSGtiTI:1L 3� ill 17 I.F 1S5 ?7 AS]'H:1L1 I'V;YI-I'Nf:PAIR.SGH�GRS�RI�iCG 1?61 li LF II?7 '_R A51'f�G\L�1 1'VS7�1'REP:\IR RIiYON[] I]F.FE�Ii]) 55'16I1f, ILE5117E\TIAL 32 U! I7 SY 3(Ifl ?9 TEMPUlL42Y !15PHr1LT PAVI`G RCPAIR iT' II\1A[ [7N G' FLG'(FiA5G1 ?2 03 I R LF 31 ;7 30 HYf]RATEfll.ihif((rid(}I.I36,SY1 l?11'9 TN G0 31 F" Up7f T�EF:.�T\tl°.t�T l? I] 27 ti1' '4_'� 32 6"CONCPVNIT lZ I: !3 5Y IU 3} �7"CO�]CPVMT ;�1;3i 5Y ?l10 74 -0" CONC SIDFR`ALK 1� I�?0 SF 1?00 ig CONC S1UEl1'.4LK, A63ACENT TU RET l5'ALL ;2 I;'l3 SF 2511 3fi G" C(]NCRL-I'E I]1t1FE1VAY �_' 1] 211 Sf 1�-�7 37 G'CONCCUItRA\l)GUTTfiR 3'IGli I_N il3 ?ti 7"CUNC4'ALLEi'GUTTFR.RG5��7�NTIAL ;211� 13 SY li 39 ?"SIIItF:ACEMILLINC'�lSOSOi 02J1 l5 SY F67 40 11"PqVLMHATPUU+I°RVATIOS f��7;;0} 0��1€ IS SV °li3 41 B°CE4tL1ti9P, It�r,3S 195�S1'1 GI150V 2 I P 29 lT ]� d? ?".A�SPH?.i_T P�'ivlT Tl'i'E � Ix115i11 31 L' lh SY AG7 d3 i" ASPH�4LT PVhIT TYPE 6(�t93111 .'_ L' l( SY '_15; -14 13LOC'iC SQLI ['L.aC t�1�N�f� ;' 4? l3 SY ?4� 4i LiTILIT1SEft1'1CtS€11tFACEAE5T�7RP.1i[:1Vtic�DDIN� ;?y'_f3 SY �7 4fi PRf CCT1� Iti'SPLC�ilO\ 37 UI il L� 7fi5 J7 POSLCCT�' fiJSPEC'I-iDN :1 UI 3l I.�� 6t1q6 JS G" WA"1�E1tLINE LOW'SRING 3i Ili 11 E.4 l a9 I?" Fv:� i Efi11NL LOWLRING 3 i 05 I? [n l 5(7 P.\PLDftATORY EXCAVATION 6F F.XISTI:JG IITILITIES }; US 311 hA 11 �I 6"DIP15':1T�R 3311 Ifl LF SU - 5" SCl4CR PIPE. Pf1I�`T RF.R41R JJ 31 32, 33 ]]'3 LF 12fi �3 TRAPFICCOhTRpI_-I\'STALL&MAI�TAIN t4?I 13 MG - 54 TRAPFIC CU\TROI_ DGTAILS - PRLPARA 1€L11Q .'+4 71 13 EA I �5 C�INSTRI.:C'TIfSti ST:\KSN(i f11'I �3 LS I �F .45-RL�iL751]R1�1[Y 01?123 LS I I�iPORT[� EYI6LDNMEN'fr➢ACKFILL, C55 :3 US 01 CS' 300 ;g SE1VEk C'UNSTRUCTIDN Ai_L01A'ANCt ��p 7� � � LS I il]lf,U6U,110 5 I[10.(1f10.(16 L'nit 2A: Sani�nrV Scwcr lm �rnremunts Suh-7'o�vl Sfd $]IIp,OppAO �:Illf �B: S;IIIItNlY S�11'L'[' j[j� 3'nl'c[}l�lttti (Jess�IlliRc� 1 9995.0007 8" PVC C9PP �R14 hy other than open cutlHand Tunneling 33 17 10, 33 37 12, 33 31 20 LF 1�0 2 3395.3�02 S" Sewer Carrier Pipe PVC C9�� �R14 33 65 24, 33 71 20 LF 262 3 3335.4"I �5 8" PVC SOR-2fi Sevier Pipe 33 11 1a, 33 31 12, 33 31 20 LF 400 q 3305.1104 24" Casing 8y Olher Than Open Gul 3395 22 LF 262 5 3305.0203 3mpo#ed Em6edmen�Backfili, CLSM �305 }p CY 5 fi 33�5.0206 lmpoded EmbedmenllBackfili. Acceptable 6ackfiN 33�5 i0 CY 32 7 02e5_p037 SanitaryLlneGrouling 024174 CY 2 8 3331.3105 4" Pnvale Sewer Service 33 31 50 LF 30 9 33�1.0003 Final-CCN Inspeciioei 33 01 31 LF 7fi2 10 3301.00�7 Pre-CCN Inspeclian 33 01 31 LF 362 11 33�1_Q002 Pos[-CCN Inspeclian 33 01 31 LF 7fi2 12 3301,0003 RnaI�CCN Inspeciion 33 0� 31 LF 762 13 3301,0004 Fiaal MH�CCN Inspection 33 01 31 EA 3 7d 3305,0709 7rench Safety 33 05 16 LF 400 15 3305.67'l2 Concrele Coflar 33 O5 17 EA � 16 3V 0,0101 Site C4earing 3i 30 00 LS � 17 0241 0500 Remove Fence 02 41 13 LF AO 18 3231.9153 6' Chain LEnk. Sleel 32 37 73 LF AO 79 3331.1201 4" Ser�er Service w! 2-Way Cleanout 33 31 5� EA 14 �IS1' L�f I'cffil'l4UHTll P���IV11_Qil �[.Cll[iN9PL[lllCt]1[�lf%Ki�IC,�IS iq�l��i�l�nll'm�awltt'nrkhwtluL 31i[�I•in�lh�i ��l SECTiON QU 42 43 PROPOSALFORM s��.�sn�t��n rons�iurrnuu srcru��c.rnnv r�c�m.� i s a.,,Ya �_o _oi� oo �i nn n,a r������i n��,ru..�G..t UNIT PRICE 61� Biddor's Application UO 73 DO SUPPLEh9EN'CAi2Y CONDI'fIONS Page 3 of 7 .�2,000,000 aggregute lirt�it The policy must t�ave an endoi-sement (A�nendinent — Aggregate Limits of Insurance) i3iakii�g the General Aggregate Lin�its apply separately to each jo6 site. The Commercia] Gene��al Liat�ility Insurance policies shalf provide "X", "C", and "U" coverage's. VeriCicacian nf sucli coverage must be shown i�� the Rcmarks Article of the Certificate of Insiirance. 5C 5.04C., "Contractor's lnsurance" 5.04C. Automobile Liability, under Paragrapli GG5.04C. Contractor's Liabiiiry ]nsurance under Paragraph GC-5.04C., which sl�all be in an amount not less Lhan the Collowin� an7ounts: [1) Automobile Li�bility - a canuiiercial business policy shall �3rovide coverage on "Any Auto", defined as autos owned, hired a��d non-o�v�led. $1,000,000 eacli accide��t on a comhined single limit basis. Split ]i�uits are acceptablc if limits are at least: �250,000 Bo�ilv hzjaa�� per perswa / �500, 000 Badil�� Irrjirry per� accidei�t / �'100,(J00 Ps-opert�� Da�aicrge SC-S.d4D., "Contractor's Insurance" The Contractor's construction activities will require its entployees, agents, subcontractors, equip�uent, aiid material deliveries to cross railroad properties and tracl<s. The Contz•actor shall conduct its operations on railroad propc�-tics in such a m�nner as not to interfe�-e witli, hii7der, or obstruct thc raili-aad campany in any �nanner whatsoever in the �ise or opc�-atiail of itsltheir trains or otf�er property. Such operations on raiiroad properties may require that Coi�tractor to execute a"Right of En[iy �lgreement" witlt the particular railroad company or com}�anics involved, and to this end thc Cantractor should satisfj+ itself as to the requirements of eacl� railroad company and be prepared to execute the rigl�t-of-entry (if any) rcquired Uy a railroad company. The rec�uirements s�ecificd herein likewise relate to the Conh•actor's use of private aiid/or cnnstniction access roads crossing said railroad company's p�•operties. The Conhactaial LiaUility coverage required 6y Paragraph 5.04D of the General Conciitions shall provide co�erage far not ]ess than the foliowii�g amounts, iss�ied by companies satisiactory to tlie City and to the Railroad Co;npany fo�� a tem� that continues for sa laiig as the Contractor's operations ai�d work cross, accupy, or touc�l railroad property: {1) Ge�leral Aggregate: (2} �ach OccuiTence: X Reqaaired fnr• t1�is Contract Not reytri�'ed fa• tl�rs Contrac�t With respect to the above outlined insurance requirements, the fallowing shall govcrn: 1. Where a single railroad cat»pany is i�lvolved, die Contractor shall pravide one insurance golicy iil the name of the railroad company. However, if �nore than one g�-ade sepa�•atioal ar at-grade crassing is affected Uy tl�e Project at entirely separate locations on the line or ]tnes of the samc railroad company, separ�te covcragc Fnay be required, eacli in the amount stated above. CiTY OF FORT WORTH Sanitary Sewcr Rel�abilitation STANDARD CONSIRUC'1'lON Sf'�CLFICAT[dl�f DOCU�SEi�lTS CONTRAC'T 103, P,�RT I Revised March S. 2024 CITY PfZOJ�CT NQO?723 Al'P�NDIX GC-4.01 Availability of`Lailc�s GC-4.02 Subsurface and Physical Conditions GC-6.O6.D Minority and Women Owned Business Enteiprise Compliance GC-6.07 Wage Rates GC�6.09 Permits and Utilities GR-0 I 60 00 Product Requirements CITY OF FO1tT 1VORTH 5anitary Scwer Rel�abilitation STANdARD COAISTRUCTiON SPL-CIF[CATION i�OCUMENTS COiVTRACT 103, PART I Reviscd july l. 201 L CITY PROJECT NO. 42723 GC-4.01 Availab�litiy of Lands (Easements} THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FQRT �VORTH Saniiary 5e�ver Rehabilitatiou STANDARI� C(7NSTt2lJCTION SPl?C[FICATION DOCUMENTS CONTRACT 3�3, PART I Revised July 1. 201 1 C1TY PRO]EC i' �f0. 02723 D22a100565 06l0712024 Oa:37 PM Page: 1 of 6 Fee: $40.00 Submitter: MaVerick Title of Texas dba Texas Title Electronically Recorded by Tarrant County Clerk in Official Public Records �,�� �,�p� MARY L�UISE NICHOLS�N COIJNTY CLERK NQ TlC� �f GONFlDENT�ALITY RIGHT5: 1F YQU AR� A Na iURAL PEI4SON, YOU �VlAY REMOV� QR SiRIFC� ANY �R ALL OF TNf FpL,�OWlIVG lNFC?1�M`ATlON FROM THIS 1NSTRU1VtENT S�FQRE' IT fS FlLFD FQR RECOR� IN TME PUBLiC RECORDS: YC�UR SOCIAL SECURIiY NUMBER OF2 YOtlR DRfVER'S I.fCENS� NUMBER. CPN i4332�-2 J`essaxnine Saz�itary Se�yer '�`���� �lef� ,. ParcelNn.1 PSS� Csa��E=�� l�-``�.�'-IS� 2240 S Main Street BQNE Q ADD�`�'xON B�ock 2 L.ut 24 & Lot 2� W PT Loi 25 STAT� O� i�XAS GOUNTY O� TARRAN�' dATE: � ' �i � � �4 L § § KNdV1I ALL ]1Ef�N BY 7HESE PR�SE�lTS § CITY OF FaRT WQRTH 5�.1N�R FAGILITY EASEMENT �RANTOR: ❑ & I LANDSCAP� & CON5TF2UCTfON, LLG GRANTOR'S MAfL1NG ADDRESS (includ'[ng Gounty}: 35Q9 RASHTI CT FORT WflRTH; TARRANT, TEXA5 761 fl9 GRANT��: CITY OF FdRT WOR7F# GRANTEE'S MA[LING ADDRESS (including Caunty}: 200 TEXAS ST��ET FORT WORTH, TARRANT COUNTY, TX 7fi9[�2 CONSIDERATIDN: Ten Dalfars ($�0.00) and other gaod and valuabEe considerafiion; the receipfi and sufficiency of wh3ch is herek�y acknawledged. EASEN(�NT PRQPER`CY: B�ING a tract of land more particuEarly descri�ed in the attac�ed Ex#�ibit A and �xhibifi B. Grantor, for the Consideration paid ta Grantar, hereby grants, sefls, and can�eys to Gran�ee; its successars and assigns, an exclusive, per�etual easement f�r the construcfion, operafi�n: main�enance, replacem�nt, u�agra�fe, inspecfion and repair of a Permanent S�wer Lfne Fac�li�y, hereafter re�erred to as "Facility." The Facility inciudes afl incidental �nderground and a�ovegraund attac�ments, equipment an� a�purtenances, inc�ud�ng, but nat fimited to manhol�s, manh�ole �en#s, Iateral fine cannect�ons, pipeliRes, and junction boxes in. upon, under and across a por�ian of the Easement Praperiy, more fully des�ribed in Exhibit A and 5�1N�R FAClLTY EASEMEN- Ftev. 2�220420 �€��T� �'�r�R�. �„��� �224100565 Exhibit ��ttached hcreto and incorporated herein far all pertinent purposes: together with the rigN# and p��ilege at any and afl times to enter Easement Property, or any park thereof, for the p�rpose of co�s#ructir�g, operating, maintaining, replacing; upgrading, ir�specti�g and repairing said Facility. In no event shalE Grantor (I} use t�e �asement Prnp�rty in any manner which interFeres in arty material way or is incansistent with the rights granted hereunder, or (II) erect or permit ta be erec#ed within the �asemer�t Proparty a permanent str-ucture ar building, including, but not lirnited to, rrzartument sig�, pole sign, biilboard, retaining walls, brick or masanry fer�ces or walls or ather structuras that require a building permit. �iowever, Grantoe shal{ i�e permitted to instail and maintain a concrete, asphait nr grav�l drivewsy, road or parking lot across the �asement Praperty but only to fh� �xtent tE�at such surface impro�eme��ts do nat materi�lly interfere with the rights granted hereunder. Grantee shall be obfigated to res�ore th� surFace of the Eas�ment Praper�y at Grar�tee's sole cast and expense, i�cluding the restoratior� of any sidewalks, driv�ways, or sir�ilar surfac� irnprovements located updn or adjacent to the Eas�ment Tract v+ihic� rrtay have be�n r�moved, reiocated, altered; damaged, or destroyed as a resul� af the Grantee's use of the easernent grar�ted hereund�r. Pravided, however, that Grantee shall not �e obligated ta restore or replace irri�ation sys#ems or other impraverner��s installed in violation of t�e provisions and intended use of this Easement. Ul�dei� Chapt�r 21, S�abcF�apter E of the Texas Prop��ty Code, as arnended, the Grantor pr the Grantor's h�irs, successors, or assigns may �e entitled befare tf�e � OF" anni�ersary of the date of this acquisitian to repurchase ar request cer�ain information about #he use artd any actua! progress made toward tY�e us� for which this property interest �vas acqfairEd through eminen# damain, and the repur�hase price will be the p�ice the Grantee �ays Grantar in this acquisition. The person signi�g this document on behalf of the Grantor vvarrants fhat f�e or si�e has th� legal aut�sarity ta execu#e this p�rman�nt �;asement for the purposes and consideration therein expressed, and in the capacity therein state�, and that such binding autf�ority has been granted by proper arder, resolutlon, ordinanc� or other authorization of the Grantor. Grar�t�e is fully entitled ta rely an this warranty and represe�tation in accep#ing this perrnanent easement. TD HAVE AND TO HOLD the abo�e-describetE permar�ent easemen�, tagether witt�, all and singular, the rights and app��en�nces �heretp in anyway befanging unta Grantae, its su�cessors a�d assigns, forever; and Gfantor does hereby bind itseEf; �ts heirs, successors and assigns, to warrant and fare��r defend, all and �ir�gufar, the said easem�nt unta Grantee; its successors �nd assigrts, against every person vvhomsoever lauvfully clairr�ing or to ciaim the same or any part fhereaf. This dncum�nt may be execuied ir� rrtultiple counterpar�s, each of which will be deemed an original, �ut wi'sic� together will canstituie one instrument, When the contejci requires, sir�gula� nauns and pranouns includ� the pfur�l. [51GNATURES APPEAR QN THE FDLLaWING PAGEj SEdUFR FAGYLfTY EAS�fviENT Ra�. 2022�420 Fo�rV�'px�r�r. � Page 2 of 6 D224100565 GRANTOR: ❑ & ! �aEv�scaP� � coNSTRucl�io�v, ��c, a Texas Lim' d Li ���pany By: �Name) � `� � � � � �� � (Titl�j c•• �,�-- ACKNOWl,�f3GEIVIENT STATE dF TEXAS CdUNTY OF TARRANT , BEFQRE ME, the undersign�d auihority, a EVotary Pu�lic in and for the State of Texas, on �his day personally appeared ��'o��: �$ ,(��>;.��.e�, , Manager of Q 8� 1 LANDSCAI�E & CONSTRUCT[ON I��,C, kr�own ta me to �e the same person whc�se narr�e is subscribed ta the fiaregoing irrstrument, and acknowledged to me ihat the same w�s the act of �] & I LANDSCAPE & CO�f�iRCJCTION LL_C and th�at tney executed the same as the act of said a�TtltV for the purposes an� consideration t#�erein express�d and ir� the capacit}r therein siated. GIVEN IJNDER MY HAND AND S�AL OF OFFICE this the da#� of — � , ' �:� � ��� [s�A'•_1 MADlSOF� KOE..lrS PlObry Pub�r 5tate cxf Tex�s ��, M1+� Coartm, Exp.01-25�t0i7 lE� No.134167C,4-9 SEYr'ER F:+.Ci�ITY EASEP�?�C� 1 ReV. 2022�:2p ������ _ Notary Public, State af Texas Name �prin�ed}: �'�,�'� ��%� � � �;� `+� � �- �.� � � �, �f; Notary`s carnmissiar� exp�res: �� L r,-�� F°0.3�� I,�. Page 3 of 6 D224100565 ACCEPTED BY: STATE OF TEXAS § § COUNTY OFT ARRANT § GRANTEE: City of Fort Worth By (Signature): � (Print Name) ]e-�F (Title) fy,e,,s,//rt..l,r C..,tj v)PrtJt-rv�'\ l APPROVED AS TO FORM AND LEGALITY ..,,./t:,.u,teu, J/4,i,m,J' By (Signature): _____________ _ (Print Name) Matthew Murray (Title) Assistant City Attorney ACKNOWLEDGEMENT BEFORE igned aut +�����W-tl.LJ�:-----:----;-'exas home rLtle . .. ame p�rson w bscribed to the foregoing instrume me that the :same act of the Clty of Fort Worth and that they execu e 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 date of SfiWER FACILITY EASEMENT Rev. 20220420 Notary Public, State of Tex s Name (printed); Notary's commission expires: • ···_:__:.. . ...!.:..::..::.. -�--.::.. Page 4 of 6 D224100565 Page 5 of 6 s��aRa�� iNsr�ur�er�T � -I��..� , 4� �ONE A�]D�r+,JN_ � ro�u�� .��o, t�acr .�� 1 0.�,�,;, c, r--__..� I � �i rc L)(� ]`�' 1 i'?��ri �'����� r�= I I �y � �\�•,�� �����'����'� �(S 4 J I 4 p1r 7RACrTll7 �� p 5 I R Vl/�8� L�LJ{ L��.� y �._ -�.d` " R iC�,�ls uM�rL� �7 �aT z4 tu7 .�� ��-`' CIAc3lL!?Y ^,Or4I�ANY ` ) Yt � CC�D2 ? 803990E� —_ , v- - t � o, P, �. r c. , �. � ~ ' �_�� — — _. ._ � � --- -- " 1 � c. o t� �,� ���-- r�acT z � k accCss e�sE�+�ENr , � } G'G# D218[7399G8 � a. �. R. r, �. r. J ; i s s.s.E. �v �. .������.� �.�� ra jj�%ig�i'f�' �f!��%/.�a5'f.�l���i�i}'.5'�4'r��*'i�i ,�.�'�!'i��ff��` 1�2 ° c'!RF I, �6, j S'QFT QI� O, Q2yt1C`1�,5' QFL�4Nl� � .,PRO+ rl�r�„ L�7TS�4A1V1.�.2,�, f3L«G;�ra, Q. I'ON�'ADI7ITTCJN -- —. _.._,. .. __ ____ -- .IO�S�ICr� ,'� FLLI�S9U'R IlLY, �BS'1'RACT.�6,� G'ITI'��'FDIL'T I���.I�T.FI, TA�I'I�VT c."'DCi:V7� 7�`�.S' 3 � 0 �0 q.�i � D&! ;�1NC15CAP� �1�11D C�N.arR�lL"r14N,LLC, _ � A TE'X.AS ! iM1T�.D fJ�@1LI7Y CObfr�Ah1Y --- --.—, �,. L'L`� D2r4i45T75 �;���.Pi-��� �(;4i_� ��j ���� � O.P,!?. r:C.T, 88°44'36" 4 f 4 C 0 �- � z � i N �Q°3b'44° UV � 3. �9' : 1 ��". " Glr�f p Q � �R������-N i07" 3 a�ac� 2 � Q, saN�s ,a��rr�cr� `JG�L. 310, PG 57 I G, f? R.T.G. T. f k6TES: 1, L£G!L OE54'KI?iiON OF E'JtT' fiAT£ ncco�tanraies r��s �,s�ar o�qw�Nc. 2. ee�Rxcs R�F�Rervce� m m: hxns 5 �t7� FLANE COCR6ifUiTE SYS.ES{, Hor�7'H cEh7TRAl. ZOhE� xa0 'dd, ALL �15I'PNCEb ARE CfiOUNp pW"TphC,[$, L G�T 2 BLOCK 2 Q. BONrs .aor�rriafv UG'?, 3'90, °G 51 O.P.R.T,C.�; tFo�o; POB rOC IRF � �� °Q�`�' 7'� � � 54,33' 2�.5�' � cn ��`�` WE �P��ivl � o �� }' R� E ` �'� f % �'' �v 9 G R / � � _a a �" 1!U 88.6�' .�� � m } �cr � ! [�1 �irlf � � O, BC1�VE"S .AG��iT,rO�'V I Un�, 31 D, �C 5 i a.P.�. r.c. r POIF7S OF BEGIt;NWG a�71NT OF CC31!}4ENC:t�G i�JN 300 FQUPIO � � � �ld�SfNEE�fN(p GRCsUP T{3pE�FiFiM ��•i 1039 �-TBL5 F1R�+ tJi91938'96 Fepp4`�esE7th Stroel, Su1ia A{10, Fott Worth, 3'}47Bi02 � 8i7,B10.P6AG � �i - � �, r ��� T � / f .. ��� �T .X� �f'`"^ 1,�`r� � � 'r' � ,a,.�.w�. �: .� �., �lf u� R�H�F{T P. ALLCR€ R.�'.L.S �io.8495 DR7EQ: 07-'€ 0-2.U23 � � � O � k �� �� � z� �� v.i a � � x � � ,�� ..� �� ��}��� �Ss`d•ir � .' �, � � � R�EERT P. �ALLEIV {'••o t7495 `+ � i ��9� °�'c ss �°� ��rc �� �Ur�4'� ---._. .._ .. , ..- —�.:_-__�...�.,... -�— � - - -..... _ . ...:. . .,... . . � . y � . .. . _ . . ... .. _ . . ,. . �• . .." ... ` ._ . . . .,., .. . _ . . � , , . .,, . , . .. .' , a724�oosss Page 6 of 6 �-����1 �li N I�t[.KI�1BlL' 7�JII�1'II;���fi�'�.Kk'S'El�1�ER �'ft<S�`�.1�14.�'1' r,?63.�`QFTOR c� o2gf�CRfs'S OF��1�'VD �D.T�'2,t:3rUD2�.�LC)CX? �.13CJ11F�.DI�ITI(3.N ✓ L���7 GT'2 :�Y. ��f,11]ryJ 3(/_(i F�,F, ��J[ 151i4..i l�fJ� Cl ��`C?f�'.I'C)1�7'I�(JC21�� i'�'I�.4N:!'C.�OTriV�7x1�.Y�S �3EiNG ATkACT OF Lr1fVD SITLiATEa �U 1"hf�'JOS�-i�lA N. ELiIS SURVEY, AE35TRACF NUU;#3Ei7 463, CITY OF FOR�F VJO`� I�H, f ARRANT CQUPJ7Y, IC7{AS, ANU BEhvG A PURT�U'� Oc A CERTAl�! TRkCT G�F LAND fScSCA.liiCl7 FsY CEED �'C! D& 1 LApJpSCf�Pt AN� CpNSi RUGTIOW, �LC, H T�XAS LIMITEp UqF3tZtTY C0�+1PA�lY AND RECOZfi�G #N CQLlA7Y CLER=:S FILE KO. (CCsi) D21?i�}5?7S, OFFICI.AL PUE3LIC RECOR[75, 7ARF{ANI COUh'TY, TL•XAS, �OPRTCTj, qLSD �EIN� R PqHT of {.4T 2q ANo �5 D� THE 0, s�M�AGDI�IDM, AN A�)4i'ispl� TU 7HE CtTY QF ��R € �V�RT�[, TAriftANT �4lJIVTY� 7E?C„S, AS SHfliNN q.N pLAT T}i�RF'JF k:�}D R�CQ�DCD 1N Vf}l,UivS� 310t PAGF 51, (OPRTCT) Ahlp H�iNG IV1CiRE PA,R7'ICLlL[�R�Y DESCRiBE� [3Y NiETES AN� [�OUNDS AS FOLLt71�15; g�GlNi���iG Ai' A 1.J21f�€CN CAPPF+J IRpN.RO� MARK.ED "PROLINE" Fp�J�p ���1 TYr SD[1TH4hJES7 CGR�dER Of-TFI� SAIfl �DT 24, B�i�1G C��VIMflN 1AIIT'r', 7�'!£ 5�LiiHEAST COr�NF� OF LC1T 23, OF T}�E SAiD O�QCiC 2 AiyD $E14VG-CO�rIryiON 4V11'H ThlE i40R1�HWE57 CORNER [7F LC]T �, 0� iHE SRID IILCICIC 2.; i HENCE NpRTH f1�J°35'A4" W£ST, VJITH iHE Cafy{M�N k.11�� OF TH� SAIb L�T 24 q�p jH� SAI� L�T x3, A L71$TAWCE Of J 3.69 hEETTG A F�O{{VT �OR CpRNFR, F3i0hi1 WHICt{ A:Ej2 lEVCfi CAPPED IqCii�l Rp[] MARKED "P,�1Qf�PlE" FOClN� FU�i T}iE PJORTHWGST CdF1NCR GF rF�� 5.41D �p7 2q ��a�s :va�,rH �o°36'A4" V,tE5T, A�ISTANCE OF 97.35 FEET, Tti�NCE D1/ER Ah� ACRJ55 TiiE Stlla L�T 24 R,Np TFl� SRI61,pT z5, THE FOLLOW}NG COlifiSES �NO RISTANCC5: IUbRT� $Fi°44'36" EA=T, A �ISTRNC� OF G�,33 FEE�}- id A p0IIV7 FOA CORPlER; SOU'1'H 33°OS'17 EA5T, A{]i5TANCE �F 24.57 FEET T4 A ROiNTFOR iORItiER 1N TH� N.lES'i �ilCih'T 0� L!�',#Y I�IPJG 4F 5QUTFI lVl/�Ey ST3iEET ( A '�1ARIA[i�E WIDTH RIGHT 4F bil�Y �; TI I[hCE SDUT:I 00°20'Aq" EA5T, WIl'H f HE WEST R16FiT Q� 1NAY LfIVF. OF THE S,yl� 50lJTl-I fvlA]N STRG�T, A DiSTr',E�lCE OF I2,2� FeETTp q FOI€�T FbR CORiVER I�} 7H� "�qUTH l4f�E OFT�?� S',�II� kf0�{ESAi[3 LOT 25 qN�3 6E�NG ifV �HE N(3RTH LINE Qf i.01' 1, aF THEAFD.RESAIp BLC�CK z; i'NENCE IVORTH 89'S4'S3" Wf_ST, WiTH THE SQUTH L1NE GF T{-ff AFGREL1E�iTiCJl1�tD LOT 25 ANf3 THE AF�ft�5.41D L�' �?.q, AL;p pEING If�1 TMC N[lR`fH Ll��. oFT�iE5�17 LOT.iA�f�THe Nc7Rili u��� oFi'�1�5�,lot�arz, auls�r��cE�r ss.5� F�ET-oTFtc �QINT C�F BEGEf�EVI�vG, a?dn CO�v'fAlf�iNG IJ?fi3 SQUARF FEEI" OR b:t729 i,CRES OF LAND, Y4 rTS. : �� EA9ELIE7�lS' f)Fr14VIMQ cF EYe1x` O,AiE Al.:C�%dPAi:IES' 7Fii8 IEpAL nE5CRi�iiaN. 2� BEUtifld5 p� F.RENC='J� TU T:�i£ TEYh5 STP.TC PLhNE C17GRDINATF. ST�ff�i, �'O.RTH CE�!%ttiL ZCNE, h7.A0 '83, !�� DSS�atK.FS AqE Q3CVk[3 []IS7pfwES� �� � � � �Ni31E1EERlHG �R�UP T¢pE FIftM?!F•T7��8 � T9C5 F:�iN#1tl193L'9G taaa w�5� 7ili S�rRat, suue �Spa, Fnrt Warih, Tx 7e,ios � o17.e�a,osso , :_� �r �, . � t :: x � // �r f� � �.��tS � +`� f� � � � �;•� _�- } . � J �% ' t. f� `' �. �.,. . , � t_,�. a�. �,, , _ "°-��t�.. RC7��R7 P. ALLEN R.A.I_.S. Na. G495 o�,'rE�: o�-�o-zozs ��•�"� QF- r'' o,�, 7 `? Q;��'t��� p•,�' l � r�ae�RT p. �,��i�iv � �:'°� E�-S5 .�v.; .. ��� �`�r551 q�� �Q��y{IJ �� ��.�R�� N071G� �F CONFlDENTIALITY RlGHTS: !F Y�U ARE A NRTURAL PERSON, YOU MAY REMOVE OR STf21KE ANY OR ALL OF rHE FOLLOWlNG lNF�RMATl�N �ROM TNIS lNSTRUMENT BFFORE li !S FILED FOR REC�RD IN THE PUBLlC RECaRDS: YOUR SOClAL SECURITY NCIMBER OR Y�UR DRIVER`S tlCENSE NUMBER. CPN 103324-2 .�essamine Sa�itary Sewer Parcei No. 2 PSSE T�x�iS T�It1 2140 S Maiu Street �� , �a, �� BONE Q ADDITION Block 2 Lots �8-23 STAI'E OF TEXAS COUNTI( OF TARRANT § § KNOW ALL MEN 8Y THESE PR�S�I�7S g C17Y aF FORT WORTM SEWER FAC[�iTY EASEMENT . �� � Zy �� DA�E. � GRANTOR: ETAD-�STA7�S, L�C GRANTQR'S MAILING ADDRESS (including County): 2140 S. MAIN STREET F'OR`� WORTH, TARRANT, T�XAS 7611 Q GRANTEE: Cf7Y O� �OR7 WORTH GRANTEE'S MAILING ADDR�SS (incl�ding County): 20Q iEXAS STREET FORT WORTH, TARRANT COUNTY, TX 76102 n3 qn c� Z< �p �� iil y XmJ Zi� n �- z c r � 0 Z m �v� � m w Ey �.— �N �—� ��� � z mi+�Q � � W .... „� X � (�1 � D � � � � m -o — � � m o — � — � = TI O m N N�l � G 0 0 CONSID�RAT[ON; Ten �allars ($10.00j and other good and valuabie consideration, #�e receipt and sufficiency of which is hereby acknowl�dg�d. �ASEM�NT PROPERTY: BEING a tract of Eand more particularEy described in the attached �xhibii A and Exhibit B. Grantor, for the Cansideration paid to Granto�, hereby grants, se€Is, and canveys to Grantee, its successors and assigns, an exclusive, perpetual easement for the cons#ruction, operation, maintenar�ce, replacement, upgrade, ins�ection anc4 repair o� a Permanent Sewer Line Facil�ty, hereafter referred to as "Facility." The Facili#y includes a�l incidental undergraund ar�d abo�eground attachments, equipment and appur�ena�ces, including, but not limited to r�anholes, rnanhoie vents, lateral line connectians, pipelines, and j�nction boxes in, upon, under and across a portion of the �asement Prop�rty, more fulfy described in �xhihit A and sEw�R �Aci�irr �as�M��1� FDRT�VORT , Rev.2022�G20 Exhibit B attached �tereto and incarporated h�rein for all pertinent �urposes, fogether with the right and priviiege at any and a41 times to enier Easement Pro�erty, o� any part thereof, for #he purpose of constructing, operating, maintaini�g, replacing, upgrading, inspecting and repa�ring said Facility. In no Even# shali Grantor (1) use tl�e Easement Property in any man�er which interfer�s in any material way or is inconsistent wifh the rights granted hereunder, or (I{) erect or permi# to �e erected within i�e Easement P�dperty a per�nan��t str�€cture or bui�ding, including, but not limited to, rr�onument sig�, pole sign, billboard, re#aini�g waAs, �rick or masonry fences or walls or other s#ructures that requs�e a building perrrEit. However, Grantor shall be �ermitted to ins#all and rrtain#air� a concrete, asphalt or gra�ei dri�eway, raad or parking lot across the Easement Praperty �ut only #o the exient that such surface improvements da not materiaily intertere with the rigi�ts granted hereunder. Grantee shali be abligated to restore the surface of the Easement Property at Grantee's sale co�t and expense, including the restora#ior� af any sidewalks, driveways, or similar surface improvements located upan or ad�acent to the Easement Tract which may have �een removed, relocated, altered, damaged, or destroyed as a result af the Gran#ee`s use of the �asement granted hereunder. Provided, F�owe�er, that Grantee shall not b� obligated ta restore or replace irrigation systems ar o#i�er impro�ements installed rn vio{ation of the pro�isions and intended use of this �asement. Under Chapter 21, Subchapter E of the Texas Property Code, as amended, the Grantor or the G�antor's heirs, successats, or assigns may be en�itled before #he 10th anr�iversary of the date of ihis acquisition to repurchase ar requesi certa�n information about the use and any actual progress made toward the use for w�ich this property interest was acc�uired through em�r�ent domain, and the repurchase price will be ihe price the Grant�e pays Grantor in this acquisi#ion. �'he person signing ihis document on behaff of the Grar�tor warrants that he or she F�as fF�e legal authority to execut� this permanent easemer�t for the purposes and cansideration fherein expressed, ar�d in tha capacity therein stated, and that such binding authority has been grar�t�d by proper order, r�solutEon, ordinance or other authorizatian of the Grantar. Grante� is fu�ly entitled to re4y on this warranty a�d representation in accepting this perman�nt easement. T� HAVE AND TO HOLD the abo�e-described permar�ent easement, tog�iY�er wi#h, all and singular, the rights and appurtenances thereto in anyway belonging unto Grarstee, its successors and assigns, forever; and Grantor does hereby bi�d i#self, its heirs, succ�ssors and assigns, to warrant and forever defend, ail and singular, the said easement unto Grantee, its succ�ssors a�d assigns, against every person w4�omsoever lawfully clairning or ta claim the same or any �ar� thereof. This document may be executed in multiple counterparts, each of w�ich will be deemed an original, b�at which togeiher will constitute one instrumen#. When the conte�ct requires, singular �o�ns and pronouns include the plural. [51GNA1"URES APP�AR ON THE FOLLOWING PAGE] SEWER fACILI�'Y EASEME�IT �Q�T`�' ��� Rev. 24220k26 GRANTOR: ETAfJ-�STATES, LLC, A Delaware Foreig� Limited Liabi[i�y Company By: , (Name) ��� �,�"% i � 4 Cf �T�t��� G 1� C� ACKN0INLEDGEMENT STATE O� TEXAS § § C�UNTY UF TARRANT § BEFORE ME, the undersigned authority, a Notary Pubfic 3n and for the State of Texas, on this day personally appeared �� �.D� �5'E�- _, Manaqinq Manaqer of I_TAD-�STA7�5, LLC, known �o me to be t�te same pe�san whose name is subscribe� to the foregoing insirument, and acknowledged to me that the same was the act of ITAD-ESTA�'�5, LLC, and iha# �hey executed the same as fhe act of said entifiv forthe pur{�ases and consideration therein expressed and in the capacity therein s#ated. GIV�N UND�R MY HAND AND SEAL OF OFFICE fhis #he da#e of ��o��+c z`f zo �3 [sE,a�a Notary Public, State of Texas Name (printed): Notary's commission expires: , . _ . � �'; • � ,�� , �. `' , , '�- SEWER FACILITY EASEMEN7 Rev.20220420 FfiRi�i�ORTH_. i ACCEPTED BY: ST A TE OF TEXAS § COUNTY OF TARRANT § SEWER FACILITY EASEMENT Rev. 20220420 GRANTEE: City of Fort Worth By (Signature): � � (Print Name) 1)�=J3�f (Title) '4-z ', 1 � WT . (.A 1i �AN /r&ql...I APPROVED AS TO FORM AND LEGALITY .,,/h&/4:w J�1,1a,,Y By (Signature): ______________ _ (Print Name) Matthew M�rray (Title) Assistant City Attorney ACKNOWLEDGEMENT Notary Public, State of Texa Name (printed): Notary's commission expires: After Recording _Return lo: Texas Title· 19111 Dalla,; Pkwy, Ste 120 Dallas, TX 75287 � �l �.-+ ��--��. �+�� �W � `' z `'` I J �." N � C'3 \� , �, � N 00"39'44" W 96.04' Z Ci � 4� �'� ��aZ� ~ro ��� � � Z o t�Z�Q �I� Q 4� � ���� ��i N� �� c� U�y ti rr1 d Ci ���� q� �� �Q --- � Ul � _ �o -�--- ti �y o O V� m U U� O � �`i v �� � 'J W y- � 0 � � �t '; � � `^5 �.. �-' , _ i� 'ti � ,...__�._ __ � `'� iCl a iwwcn � q � � .! U � u- � ��o WwV �o��C°, -������ ��a� www� ���o�,,����� � � � W ��ON4 I � � � � O a � ' � � � � ¢ � � � N '� ��c�� � ti 0 � � � �-' __.__ Q .�- ,... _ ti � _ � � � _ . .. ----- — � O O '� �C !, � � � �wo � � � �� � Q � ry � � �` � V � � y... � � � � Q ' '�,�.... C � r� --T � ���� �;� h 0,00� �`�- �.-� _ ..- - y �----- ... � , . . �., ; `�- � V � �, �. � �� , z ' 1 � O � Q 1 , ti OC�� DO �" � � 4 U W �C L�i x " ~ � ��T. — -- --...,...,.,_- 0 f� d � . J W � Q Z E cyo� ���0 � x � � � w " V Q O I� C� � � � ��aU � � �m � �wa4 C� on p O � _., m � - Q, —....� _ � �U � , l � � � ! I ^� q �I � w �? Ii L2 � � � � �� � � � � N � fl � � ti O � � ti O J � � O � tD ti O � ^ � d J 7 P�0 ' �' >bp� `'�,�,�� : � : �ya � �•� � �':� o:��:�: � �:rn �',� :U: 0�. ���.�.e�.�� ,�s . w . �P � � � o � o c� 4 o Q o z m �ri cO vi W C.y � r J � Ll.l J ii.l iL � � Q Z � � [� �D l�fy1 Cf � �' �' � lfl iC7 w ot7 �`7 ¢ � m c�n � � � � � � -.1 J J J J \�' I W � � � I Vl � 4� c� \ � �� Ql � z Z aK "w 4V � 4` z � 2 � � � m `� a o �, � _ � � �' � w m O � w �� O ` I � � V � � � � \ I [�j a � � a� ��z� �4 ' y� w Z � o � �� �8�� �� � � N� a��a � 7 � v�,' �� o� �d�� I � � � �W V � 4 � � I I I ~� Z � j fD f] F- J 4 ��� � l � f I 'J' a a � �� w _� I �I � d � � O a W� � � � � � _ � W � T� � N CP Q O � Z � � d J � 4. � � a � a Y C] U � � m � 4 ic Mf m N � m" \ � N � a F u a � Q LL C Q ;m o F Q � n #m X = u N � � N : � a�� � `� N �z � � � �'XHIBIT ,B r, r,s-FT YJ�IDESANITA.RYSE'WEREAS�MEN'I' .�,771 SQFTOR d.I1DACRL''SOFI.l�ND LOTS.rB-23, .BLOCK�, Q. BONE;S" ADDITION JOSHZIA N. ELLISSURTTEY, ABSTR4CT463 CI'lYDFFORTWOI�TH, T�IRK�NTCOUN73'TF�4S BEING A 7RACT OF LAND SITUATEQ !N TH� lOSFtUA �i. ELLIS SURVEY, ABSTRACT NUMk3ER 4&3, CITY OF F4RT WORTH, TARRANT CDlJNTY, TEXAS, AND BEING A POR7i0N OF A CERTAIN TRACT OF LANR DESCRlBED 6Y DEE� TO BUBBA LOIJ, LLC, A 7EXA5 LIMITED LIABiLITY COMPANY AND RECORDED 11V COUNTY CL�RK'S FILE N0. (CC#J P21803990$, OFFICIAL Pl1BLlC RECOR�S, TARRANT COUNTY, TEXAS, (OPRTCTf, AtSO B�ING A PART QF I.OT 18, LOT 19, LOT 20, LOT 21, L�T 2Z AND �OT 23 OF THE Q. BONE'S AD�ITION, AN AfJQITfpN Td i'HE CITY OF FORT WORTH, 7ARRANT C�EINTY, TEXAS, AS SFEOWN QN PLAT THEREOF AND RECORE]ED IN VOLUME 310, PAGE 51, {OPRTCTJ AND BEING MOR� PARTICUL4fi�Y DESCRIBED BY NfETES AN� 60L1N�5 AS FO� L�WS: BEGIN I�iIf�G A7A IIz «VCFi CAPPEO IRO�t ROD MARKEQ "PROLIh�E" FOUNR FOR THE SdUTHEAST CQRNER OF 7FtE SAID LO7 23, BEING COMMQN WITii THE S�UTHWEST CORNE-R QF LOT 2A, OF THE SAi� BiOCK 2, ALSO BEWG CO�liM�N WITH NORTHEAST CORNER OF LOT 3, �F THE SAf D SLOCK 2; THENCE NORTF4 89°54'S3" WE57, WITh! THE 50UTH LINE OF THE SAID LOTS 23,22,ZI,20,19 AND 18 AN� BEING COMMOtV WITH THE NORTH LINE Of THE SAID LOT 3, ALSO $ElNG COIUIVEON WITH TME NORTH LINE OF LOT54,5,6 AN6 7, OF THE SAID BLQCK 2, AT 2fi4.82 FEET PASS A 1/2 1NCH IRON ROD FOUND FOR THE NORTHWEST CQRNER QF THE SAID LOT 7 AN6 BEING COMMON WITH TNE EASTERLY NQRTHEAST CDRNER OF LOT 8-R, BLOCK 2, Q. BONE'S ADDITION, AN AQDITIOIV TO TFiE CITY OF �ORT WORTH, TARRANT COUNTY, TEXAS, AS SFiOWN ON PLAT THEREOF AND RECORDED �N (CC#) D14a140443, [OPRTCTj, AND CQNTfNEJING A TOTAL DISTANCE OF 318.00 FEET TO TFiE SOUTI�WEST CbRNER OF THE SF�E� LOT 18 AND 6EING COfVtiVION WITH THE REEN7RAN7 COiiNER OF THE SAID LDT 8-R; THENCE IVORTH Oq°57'45" WEST, WITH THE W�ST LINE OF THE SAID LOT i8 AND BESNG COMMON WITH THE EAS7 LWE OF THE SAID LOF S-R, A{]I5TANCE OF 15.00 FEET TO A POiN7 }�OR CORNE#2; THENCE SOl1�H 89°54'S3° EAST, OV�R AND ACR(355 THE SAIq LflTS 1$,19,24,2I,2� AI1� 23, A DISTANCE DF 33.8.09 FEET 70 A POIN� FOR CORNER IN THE EAST LINE OF THE SAID L0723 Af�D BEING iN CQMMON WITH WEST LINE QF THE SAf➢ LOT 24, FR�M WHICH A 1/2 ENCH CAPPED IRON ROD MARKED "PROLINE" FOUNb FOR THE NaRTHEAST CORNER OF LflT 23 BEARS IVORTN 00°36'44" WEST, A DISTANCE OF 96.a4 FEEi; THEM1iCE SOUTH fl0°3b'44" EAS7, WITH THE EAST ! iiVE OF THE SAiD �OT z3 AND BEING CDN€MON WITH WEST LiNE OF THE SAIa Ld3� 24, A RIS�fAiJCE OF 15.00 FEETTOTHE P�I1VT 0F BEGIP1NI�iG, AND CON7AINING 4,771 SQIJAR� FEET QR �.11fl ACRES OF LAND. •sG�IIxaA �;'. :�.I� �;F � r . �r , * fi: NOTES: 5. E45ElAEWT 6RAWING OF EVEN OATE ACCOMPMlIES THlS LEGAL OESCRIPTION� 2. 6£Ai?INGS REFERENCE6 TO THE lEXPS STATE PLANE COORDINAIE SYSTEi,i, NOftFH CENTRAL ZONE, NA� �83. ALL dISYANCES ARE GROl1N0 ❑iSFANCES. SI�IELD ENCsIhl�ERki+1G GROLIP 7BPE FIRM i1F•11039 � T6L5 FIRM ili0183B�30 166� West 7th Street, SuiSe 400, Fort WorYh, TX 7fi102 • B57.Bifl.0S38 � MARY LCUIS� ,ICHa�.� COUNTY CLERh ����G � Q����-i"� � � ..�RIC Iv4. WARD... • • . P �F 217 Pv •� � ���� �S U R`� F''��� REC Ni. WAR R.P.L.S. No. 6217 DATEfl: 11-09-2023 FILED AND RECORD�� OFFIClAL PU6LiC RECORDS QF 7ARRANT GQUNTY, TExAS D22A'k 03755 �6I13l2424 11:32 AM EAS£MENT Pages:S Fses: $40.40 R224102592 06/12/2024 08:25 AM Page: 1 of 6 Fee: $44.00 Submitter: Maverick Title of Texas dba Texas Title Electronically Recorded by Tarrant County Clerk in Official Public Records -�j,.'^�, MRRY LOUISE IJICH�LSOPI � COl1NTY CLERK NOTICE OF COIVFlDENTlALITY R�GHTS: IF Y�U ARE A NATURAL PERSpIIf, y�U MAY RENI�VE �R STRlK� AIVY OR AL.�. QF THE FOLLQWING lNFORMRTlON FROM TNIS fNSTRUlN1ENT BEF�ftE !T 15 F1LED FOR REC�RD !N THE' PUBLlC REGORDS: YQf114 SOCIAL. 5�'CURlTY N�IM$Ef2 QR Y�UR DRIVEi2'S L�CEIVSE NUMBER. CPN 1a3324-2 WSS REPL Gontract2019 W5M-I Parcel Na. 3 SSE ��1��.:�� �i�l,� 212 W JESSAMIN� 5T �;���...1��� j�-� ; C�� BOI�� Q ADDITION Blacic 2 Lot 8R STATE QF TEXAS § § KNQW A�.L MEN BY THESE PRES�IVTS CQUNTY OF TARRANT § GiTY..QF ��R7.WORTFf SEINER`FAGNI�I�'Y EASEMENT DA�E G RANTQR � ,,�i � �' �.<.� SQUTFIWEST PAPER STOCK, INC. GRANTOR S MAlL1NG ADDRESS (incfucfing Gaunty}: PO BOX 18fl8 FORT WORTH; iARF7ANT, TEXAS 761 �� GRAiViEE: CITY OF FORT ►NORTH GRANTEES MAILIN� AD�RESS (including Coun�y): 2D0 TEXAS STR��T FC7Ri WQRTH, TARRANT G�UNTY, T�C 7�'142 C�iVSiDERATION: Ten Dallars ($10.{}0) and other good an�f �aluable consideration, the receipt and su�ciency of �n+�ich is her�by acknowledged. EASEMEN�" PROP�RTY: BE1NG a tract af land mare particularly described in fihe attach�d Exhibit A and Ex3�rblf B. Grantor, far the Consit�eratian paid to Grantor, hereby gran#s; sells, and con�eys to Grantee, its successors and assigns; an exclusi�e, perpetual easernent for the cot�struction, operation, maintenance, replacement, upgrade; inspec#ion and repair of a Permanent Sewer Line Facility, hereafter referred io as "Faeili�y.' The Facility includes all incide�tal und�rgrounc� and aboveground attachments; equipment and appurt�nances, lncluding; but not I�rnit�d to rna�holes, manhole ven�s, latera4 Ifne connectians; pipelines, and junctEon boxes in, u�on, ��der and across a por�ion of the Easement Property; more fully described in �xhibit A and SFbVER F,qCIL!TY E„SEA,1cNT R8+/. 202307 i 0 D 224102592 Exh[bit B attached here#o and incarpora#ed her�in for ali periirtent p��rpose�, tog�fher with the right and privilege at a:ny and alf times to enter Easemen� Property, or any part thereof, for tf�e purpose of constructing, operating, m��nt�ining, replacing; upgrading, inspecting �nd repairing sa�d �'acility. In no eveni s�sall Grantor (I) t�se the �asement Praperty in any manner whi�h interter�s in any material way or Es incansistent wiiF� th� rights granted hereu�der, or (II) erect ar permit to be erected tnrithin the Easement Property a permanent s�ructure ar buildmg; including, but not limited fo, manument sign, pole sign, bil[board, refair�ing walls, brick or masonry fences ar wa]Is or other structures thaf require a building permii. However, Grantar shall be permitted to install and maintain (i) landscaping and hardscape; (ii) a concrete, asphal� or gravel d�iveway, road, sidewalk, or parking lot; or (iii) wood or chair� link fencing aeross tf�� Easement Pr�perty but only to the �xten# that such surFace impravements cCo not ma#erially interfere with th� rigY�ts granted hereunr�er. Grantee shalf be obligated to restore the surface of the Easernent Property ai Grantee`s sole cost artd �xpense, including fhe restoration af any sidewalks; dri�eways, or similar surFace improverrtents located upon or adjacer�t to th� Easement Tract vvhich may ha�e b��n rerr�oved, relocated, ai#ered, damaged, ar destroyec� �s a result af ti�e Grantee's use of the easemenf granted hereun�ler. Provided, ha�ever, �hat Geantee shall nat be nbligate�{ t� restore or replace irrigation systems or other im�ravem�r�ts ins#alked in vialation of fhe pravisions and inter�ci�d use of this Easernent. This easerr�snt is grar�tec! and accep�ec! subje�t to al1 ex[sting rights-of-way and easemen#s, as well as a!1 other �ur��ns, restrict�ons, ca�enants. �enancies, lic�nses, and other encurnbrances affecting the easement and the Ease�nent Prope�ty af recard in Tarrant County, Texas, or apparenf fln tl�� ground, but on(y to the extent that they are still in force and e�fect ("Permitted Encumbrances"}. THIS C�NVEYANCE IS N1AD� WITH�UT �XpR�SS OR IMPLIE� WARRANTfES AS iD THE PHYSICAL CON��T�ON �F THE EASEM�NT PROPERTY. Under Chapter �1, Subchapter E o� the Texas Prflperty Code, as amended, the Grantor or the Grantor's heirs, succ�ssors, or ass�gns may be enti#led before the 1�i� anniversary of the da#e of this acquisition #o repurchase or request certain ir�farmation aba�t the use and any actual progress made �awarr� the �se far w�ich this properfy interest was acquired through eminent domain, and the repurchase �rice will be the price fhe Grantee pays Grantor in �his acquisition. The person signing this documeni on behalf of the Grantor warrants thaf he or she has the legal authority ta execute this p�rmanent �asement for the purposes and consideratinn th�rein expressed, and ir� the capacify therein stated, and that such binding au�hority has been granted by proper order, resolution, ordin��ce or other autf�arizatian of fhe Grantor, �rantee is fully entitied to rely on this warranty and representatinn i� acceptir�g this perrnanent easement. �O HAVE AN� TQ NOLD the a�o��-described permanent easement, together wi#h, all and singu[ar, the rights and appurtenances thereio in anyway b�langing ur�to �rant�e, i#s s�ccessars and assigns, f�rever; and Grantar does hereby bind ifise�f, its heirs, successors a��e! assigns, to �rvarrant and fare�rer defend, subject tn the Permi�ted Encumbranc�s, ail a�d singular, �he said easement unto Gr�ntee, iis successors and assigns, against every person whomsoever lawfully cl�iming or to clair�i the same or any part fhereof by, through, or under Grantor, but nat otheruvise. SE4VER FACILI'FY E?,SEilIENT Rev. �Q2�0?78 Page 2 of 6 D224102592 Page 3 of 6 ihis document rnay be executed �n multiple counterparts, each of which will ba deemed an ariginal, but w�ich #ogether will can�tftute one instrument. When the cantext requires, singialar nouns and pronouns incl�ade the plural. GRANTOR: SC7UTHWEST PAf'�R ST�GK. IN� a Texas For Profit Corporation By: � (Name} ��0 �'� ��t �1 f�,� (Titie) `��'�.�� �.`�' ACKiVOWLEDGMENT S7ATE ClF TEXAS COUNTY 4F TARRANT B�FOR� ME, the undersjgned authority, a Natary Public in and for the State of Texas, on #his day �ersonafly appeared . ��otr� p� �- , President af SOUTHI�V�ST I�APER STOGK, INC. known ta me t�o be the 5ame perso� whose name is su�scribed �o fhe foregoing instrument, and acknotiruledged to tr€e that the same was the acf of SOUTHW�ST PAPER STOCK, fNC, and that �hey executed the same as the act �f said entity for t�e purposes and consideration therein expressed ar�c! in the capacity ther�in stated. GIVEN UNDER MY HANd AND SEAL OF OFFICE th�s clat� of ���,'�Y� o�i�"?� is Ea�� ��pY p4 MARC� A AGIJlLAR D�T�GA �t�� ic State of TexaS :�%� e� I�otary Puh[ic Y � *�� J* STAT� QF 7�XA$ y� �� 1+ty Comrn- EXp. Q5-20-26 hlotary ID 3� 1 31 5 71 23-5 I SE'vJER r,`�GILI7l` EAS�NiEU7 F2�v. 16'W 3U % 13 D224102592 ACCEPTED BY: STATE OF TEXAS § COUNTY OF TARRANT § GRANTEE: City of Fort Worth By (Signature): �1Ai'f,r-�Jlt;_/ __ (Print Name) �I\ r�]::;nff: (Title) �:7iS.t1W1'° G1'( Mw�\ APPROVED AS TO FORM /\ND LEGALITY �/'t.l✓.hc,u ...,,../l«,1--;ay By (Signature): _____________ _ (p -1 t N , Matthew Murray r n ame, _____________ _ (Title) Assistant City Attorney ACKNOWLEDGMENT rr�!t .lJ��'¥-.__l!'.��JJ�MW�V.--of th� City of o Wo Texas home rulee the same person who -name is SL1bscribed to the foregoing instrument, nd cknowledg to me that the same was the act of the City of Fort Worth and that they ex uted the same as the act of the City of Fort Worth for the purposes and consideration therein expressed and in the capacity therein stated. SEWER FACILITY F.ASEMHIT Rav. 20�0710. Page 4 of 6 �224102592 Page 5 of 6 ° � �_ :;;-- � ��, � : �' � � �c � �� � Ii :]L1•�8�q4�•�V 9S.'_S' f � ia� —. .�. � 'ir � �!]_ �i .^� ! U � � ��1 l.i I ` ` y ,���� � � � � . _ � 0] �, o O'� �� � F- � � s � J , ��W � J :� _ _ _ �g �- _� ��?� �,���„� I � `�Qc� ��? tv '-�7 �� ,���i �F��� r��`-�oti: � } U - t� � � I � ������' ���;�° I � � ����, � � � _..._... _ _ �.. �7 � ' — � � � 'il � '-� � � '� � � n! �, Z � �_- I I� � � � � � � � I n ~ I , � �i � � w C�.S ;`;��4`�� � � � °' :� � --, � � "� � � j E a � �, � � J � � � � f-v d E � � � � � _. � � q � � �- � � � C+j � � I � F� � � ,� � � � � �'�c.�� �.zw�� � �.�i� t��wW� � � � � �-• � Q � � � � � q o���� ���QI � n; � � � � w�� � � � � � O I i�` �' � ,,� '., `.c E=- � o � � � � ���F� ���� � �l o� [j f� CV O � Q ,_ i� U7 ! �J � rt L� � � �..� i � o �i ! L.� op q � p 7 C~j � (Uj "• - �I ' J � � L�- v� c� � � , � ��� � �� I L� � q � E � � � �. ' Z � U � I � � I � ��I -`. ! ti L �1 }`� ����/�`�Q-.LH�)I?I H.L `J 4/� �� 1_f��l�� Y 4 L�LLL�+1�1: �U����/ il � �q U F� �0 ��� ���� � �� � � ���I� a d � 7 4 tw ra d. `^xy�o � F`� `) tiQ � 0 .'`� �' } CJ: �� �� _� "r r=� �n �,: �: {: � - :� Z Ys a �o�� ti �%7 � U-7 �,' I� l� �C � � F.; tq���� 4���R F� � � °y O 3��'Q � � � �- 0 V �p,�' . � : � : . d'p� �.'� ��:•) i %�. ���• : s ; �20 ' 7 ;S� Li, ' f- N • L2`_ p:�n�:�; � w:r�n U]'.c7� :C�. p�' ��S� . W : e �'����! z :� z '� a J � s'.�' ~ � U � z � �� ir; n r o �, w o � � — m � d � � 4 a � � r � n � U � � n fl ¢ � � x � b. C7 y � ti L�l Ys � � U Z � ;� �; � �� �� `cti.,� � o r � <- �� J h ❑. � Q � C� � J L: � � .'7 � �rl l�'� '�i W � �my` �,,; � :w � Wc,t " :v c: W � m w�� �u u.i y � Z vs ch ,�sm'�i c�'� � � � � Q v an ��n ir] ��-' o �U rn o m a ;3, m� Z �y o� a ro a � � h � Z (rj ;/� {f] uy o c r � � � � u w o z J � � J � � � H� � �. � �A U z a CJ Z � � � p � ac cs D U � � ? �i z p p C 1 C � C � � o c �; O [] _ :� z � � �i � 4 ii c��.n i.'r.:�md z � r N �r ?� �i�i�e o� ��o� � �1 i U W J .y W�r, '.Yil C: �'.l YyJ Y��� ;a n4 �� � 0. :] CL :J ��= ���� � J Q m v � O Z � N � i � Z � s= � Q �� � � r, w �' ° W m 'y t Z r � - � d' � ❑ � � a ]; � � � N Y w N - E U � �n iV � � U � � r a Q' � Q224102592 Page G ofi 6 ������� �rn rr lJ �.,5 I7' G�TD�'�'4ITAR�'.SEFi'E7P F4<5'E��E'4�' �l>�ao SQF7'DIZ d. o.��AC.RL',S DFL.4r1'U L07'�l-R BLOCK� � f�C)N�'S �DlTIOV �IOSh''�A �'Ir �'LLI,S`SCIR ��T; �1BS7T�RCT�6,� CI�'OTFC�R.!"YITORTh; 7'r�Rl�21V"I'COL�IVTYT'L:I'_�S BEING ATRACT OF LAND SITUATEd !N TFlE JpSH�A N_ EL' IS SllRVCY, ABSiRACT NUMSEft 463, CITY OF FdRT bVCRTI I, TARRANT COUNTY; TE?(AS, AN[7 $EING A PORTID� pF LOT $-R, BLOCK 2, Q[30�tEE'S AU�71TI�f�, AN ADDITION T1� THE G�fY OF FORT tNORTH, I ARRIINT CCiUIVTY, TCXAS, AS SNOWN ON PUITTHEREOF AND RECORDED IN COUNTY CL[RK'S FILE NU. (CC�j D1900=90�W3, OFFICIAL �UBLIC RECOR�S, TARRANT COUhTY, TC7CAS, [OPR7Cij AND BE�NG [UORE PARTICULAR�,Y DESCRIBE� �Y METES d1�D BOU�J�S A5 FO:LOWS: B�Gi NN1NG AT A 1/2 1NCH IR�N ROD FOUI�� f-OR TI IE EASiERLY NORTh IEA57 CORNER �F TI3E SAIb LOT 8-R, AND REING CONfMC}N 4ViTF4 T�iE NOR i HV�1E5T CQRNER O� �OT 7, OLOCK ], C�, 80P1E'S �QDITION, AN A��lTIrJN 1� THF CITY flF FOftT 4"JORTH, TARRAhJ? CGU NTY, 1 EXAS, E15 SN�4N{V DN PLAT7H�R�qF AfVp ftECORaED 1N 1+QLl1ME 3i1}, PAGE 51, (OPRTCT}, ALS� pEING -f�1= SUJTHkAST CURNER OF LOT 1S, OF THE SAID BI.00K 2 AND TI lC SOUTNWE57 CDRf�ER OF LOT 15, OF TE•IE SAIa RLpCK 2, FRQM V+lHICH A lj2 INCI-i CAPP�D 1RON R4D N9ARICED "PRULINE" FOUND FOR TNC SOUTf-f=AST CaRN��i OF LOT �3, pF TF3� SAIL� BLOCK 2 BEARS SQUTH B9°54'S3" EAST, A D15'fAiVC€ [7F Z64,82 FEcT; THChJCC 5C)UTH {JO°51`38" EAST, I+JITH 7HE WEST Ll� E OF THE SAIp LOT 7 AND BEING CC]MMO�I LNITH TN E 50UTHERLY CAST LINE 0� THE SA1p LOT 8-R, A UISIANC� CF 5,63 FEET �0 A I'UiVT FOR C4RNER; TI-IE�10E SOU7H 89°42'S9" L'J�ST, OVER AfVD f�CR055 THE SAI� LOT II-R, A 171STANCE QF 29).44 FFE7 10 A POINT FOR CQ�NER fN TIIE `rt'E5T LIN[ OF THE AFORESAID LQTS-R A11D BE1NC IN THE EAST RfGHT 0� INkY LIPlC OF SOUTHERR� PACIFIC RA3LW�1V, AlSO BEENC THE PC OF R CURV� TO THE RIGHT, HAVING A RACIUS OF It503.i3 FEG'f, THENCE WiTH TM[ S�11D CURVE T[J THE RIGHT, TFiE WEST LINE QF THE 5AI d LDT S-R P,ND 6EING CO€vlfviQN WIT:-f 1HE EAST fifGHT OF WAY LI�E OF'THE. SAID SOUTHERN PACIFIC RAILW/lY, A GENIRA�ANG�E 6F �D'16'Q9", A CFspRD RE11ftING AND plSTANCE Of N�RTH OS`�S`55'" CAST, A DISTANC� QF 7.54, AN ARC EEP�GiH OF 7.54 FEETTO A PaINT FOR CORNCR; TH[NCE NQRTH 89°42'59° CAST, OVER AND ACROSS T:1E AfOR[SAIa LGT 8-R, A bISTAVCE O� Z38 46 FEETTC} A POINT FOR C6RhER IN THE MIDDLE EAST LINE OF THE AFOR��.�ENTI�NE� LDT 8-R A?VD B[fNG COMMCiN Vi11-F# THE �ArEST Li�i� 4FTHE SAID LDT "18; THENCE EAS�CERLY WITH THE SAID LOT 18, IHE FQi.i3OW'iNG COUR5E5 AND bISTANCES: 50U7H pfl`51'38° EASi, A DiSTANCE QF 1.53 FFFT Tp THE SOUTH1h1EST COR�JER OF THE SAID LQT �$; SOUTH 89°54'S3" EAST, A a15TANCE (}F 53.18 FEET TO THE POINT OF B�C5INIVING, APl6 CONTAlNING 2,1�q SC�€JARE FEFT DR (}.G48 ACR�S Of LAN[�, rao � �s; � i. El�SE}6�NT �?F.A44iliG OF �4'EN GxTE ACC06L.M'IF5 7H35 l��Gs'�_ oEscHr�nch. 2, BEAftiLGS R[fEi=NCE[] i�7 ThE TIXAS S�AiE =LshE CCORPI.WaTF SY'ST=M, NORTH GcNT4A_ Z�7hJE, NS,p `93. ALL :ISTA?�CES .4RE GRGU'�C DISiAh:�E5, ���� r� _, � � � � � � r„ � �� � f 1 i� K � r�' Ei�i€'a�hl�E��i'�� C7fC�UP' -- - ..:r�� Ts� '='BP� ; 1RfA NF-11639 • iPuS FleZfrl .l"191930$G 1'o(i4yCest7thSVE:ni,Sufte4�0,Fort4Vatth,FX76942 • 81i.91C,�5'4G ��� QF r� �� � �' � ��R�dq'�' ; ERIC M, WARQ �• A�p �� i 0.�4 :; , . y' �S S 1 r Q� `�,r�� �.� ��� �fb• C{�R��� �'�� . . �� � RiC �vt. VJARD R.P,L.S. No. n217 �ATED: 1 "-09-2423 D224102593 06/12/2024 08:26 AM �age: 1 of 6 Fee: $40.00 Submitter; Maverick Title of 7exas dba 7exas 7itle Electronical�y Recorded by Tarrant County Clerk in Official Public Records ��,�� �,�Q,,,Q,�,� h1ARY LOUISE NICHOLSON COUMTY CLERK NDTlC�` �F COI+lFfDENTlALITY RIC�ITS: 1F YOt1 AR� A AtA7'(IIZ�iL PERSOfU, Yb�J M,4 Y R�M� 1iE OJ? STRl�CE ANY C3R ALL �� 7N� �dLl.OWIfVG IAIF�RMRT]ON Fl�OM 'r'H�S i1VSTi�UiUTENT BEFdF2E !r iS FlL.f'� FQT; R�C�Rp 111f T�fE PUBLIC R�COf�1�S: Y�UF't S(?C1AL S�CURl7-Y IVUMI�ER OR Y4UR f?Rlkl�f�`5 [..IC�NSE NE1MF3�f+. CPI� 1f1332-�-2 ,�es5�min¢ SaniEary Sevver Parcel No. 4 55� ���X�� "����� 400 lliil J�.SSAM�NE S7 ���`�=?�,.�i���1c���1�s1 � EL�.lS, JOSHI�A N SURV��' Ak�stract �16� Trac� �f 6 STA�� �F `�E3CAS § F� KNO}!�! �1��. M�N SY �Fl�SE PR�SENT� CC7L7l�TY O� TAI�RANT � GlTY QF �QRT WVO�TH S�W�R F'AC�LI�"Y �A��M�Ni CAT�: � '� ��'� - �RA�[�QR: SaUTN',�VF_S� PA�ER S�'OC�C, If�C. GRANTC��'S MA1Lf�JG A�)f�RESS (inci��dir,g County}' �D BE7X � $Q8 �QRT }NORTH, ��.�RANi, TCX.A� 7E1 D'I �RANT�E: C1iY �F FO��' 1tVf?RTH G�ANTEE'S MAILING P.DC�R�SS {'sncluding Coun�j�: 2�Q T�XAS STR�ET FORT WUF�T�€, 7ARRA�7 CO[1f�[TY, 7X 7f�'l02 G�I�SID�RRTIQN: `fan Dollars ��'iD.00� and othe; �ood ar� valua�sae cansic�ela;ion; fhe recei�t at��# su�ficiency af� �.�vhich is here�} acknawl�c�ged. EASi1�1E�IT �'RGP�Ft�Y: S�ING a traci of ianc€ m�re }�a�ic�Elar�y c{escri�ecl in tl�g attached �xhihit A and Exhi�sit B. Graniar, fo�- the :ansiderat;ai� �7�'sa tt� Gran;cr, ��erehy g�ants, sel(s, anci ctmveys t� Grantee, it� successai-s an�J assigns, an excl�siv�, �erpetua[ eas�m�n# for #he carstructi�.i7; o��ratiar, rrfairienanc�, replace�rtent, u�grac��, l��sp�ctic�n and r�pair �f a Permaner:t Se��der Line F�cili�y, h��'eaf��r referred to as "�'�cility," T�� Facility includes �II ir�cide�ztal und�roraun.d �n� aba4�acround attaclz�nents, ��uip�7ent anc� a���irten�nces, including, bu� not limif�ci to mar�hal�s, m�nhof� ve�1�s, la�eral line connect�or.�, �aip�lines, � nd j�tnction boxes ir�, �;pan, under a�td ac!�css a poiti�n af �he �as�ment Prnpe�iy, rr�ore fUlly d�scriE�ed in �xYtibit A anel ��vJE� F?�ci�.�r: �a,sEr�s�EaT Ray. 2G220q'1fl i�c�tt�,� EL D224102593 �.xhibit B aitacl�ed I�e~�to �nd inca�para�ed herein for a,l pe�i��n# purpos�s, ta�eth�r �vi#t� the ric�i�+ and p�f�€let�e of ingress and egre�s, at ar�y ar�d all titn�s, aver �c7r� a9ana t�e �a�e�7�ani Prti��er#y ar�d ovor Grantor's �djacent lan�:� to ar ;r•nm khe �asement Praper�y for ine pu�pose of constructing, o�erati�lg, mairttair�ing, replaci��g, 4ipg;�c��ng, inspectirg and r��aa�ring said Faciliky. In no ev�n� sh�Ei �ranfo� (i} �Fse the ��semer�f F'ro��riy in an� �nar�i�er�,vnic�; int�r�ere� In any rr��t�ri;�l �n,�ay or ;s i��c�ai�sistce�t with� tne ric�hts grante�l herwui7dcr, or �I1) erect ar perrnit to ij� e�eCtad w[ks�in the Easern�f�� Pro��rty a�erlr�tici�i st«.�cture or builcing, inoluding, bu# ric;t {irriiEeci tc�, r1�on�ame��t sign, pol� sigrl, billbaard, ret�ining w�a�'s, brick �ir r�r�asonry fences ar�r,+al{s or �s#tte� structures thai require � huift;ir�� �ermit. Howev�r, Grantor shall i�e ��:�mit#ed fa �n�tail a�1a t7�aink�,ir� �i) ian Jseauirtr� ai�tl l�a�dsc�pe, (ii) a cancre�e, as��raE# er �ravei dt�iveway, road, sidewaik, or �arkin� lat; ar iiii) waoc� ar c,hain finlc fencing across the �asernent F�r�pert}� b�it o��ly io th� e��nt tl�a# s�acY� ��rf�ce impr�ovem�»ts �(a not r�iaierialEy ;nft�efer� Nrlth t��a rights granted i�ereur�er_ Grartfe� st�aii �se oblic��ted ta reskore ih� surface of the �`aw��t�a�� I'r�pez�#y .__....,.... . .-at-G�ai�t��'s-saEe.cost-�nd-expet�se,-inc,l�ac#�f�,g 'the resior�fio�; af-�ny-sides�l�I�Cs; �rlvebtray5; ��-... � sit3?ilar-surface improv�t�n�t.�ts lo:;atc�� G�pon flr ��ijacent ta the �aseme�st Tracf �ri�ich may have be�n rernavec�, r�loc�t�c?, all�re�, dar�a�eci, cr ct�stroye� as a re�ult a; the Gran��s's use c� the easet���tt grantec� I7erzunder. Prov�cl�d, 11an�ever: t�sat �rante� s�a�f nat be c�hligated ta restore car repl�ce ;rr�gaiion sysi�:rris or o;her improverr�ents install�d ir� vi�latlon of the provisians and intended �Fs� o�this Ease�ment. This �asemenf is c�rant�ci arr�.� aecapfad su�}cct t� �ll existinc� ri�i�ts-of-way and caseme��ts, as �+relf �s all nthsr burder�s, ;estrictions, GOVbf1�I�t5, iet�anciss, �icc�ts�s, �rEc! otnar er,�umaranc�s affecfinr, the aasern�t�: ane� ihe Easa�m��r Propei�y r�f rQcnrd in Tarrar�t Co��ntY� T�x.as, ar a}�par�nf ori tl��e gr�ut�d, �ut or,ly ta the extFr,t tha� they ar� �till !El �4fG8 ard �ffect {"�errnitted �ncumt��ances"}, THIS GC}I�V�`�'AI�fGC !S P1�A�}� WITHOUT �X�'Ft�SS CI� IMPLIWD 1NAR�[�TIES ?,S T� TN��Pf�YSICAL. Cl`�N�I�'fON �F � H� cASE151;E��1" �'ROf'�f?7Y. L'ncler Ci ���aFer 21, SubeFi�pter � of �he Texas Prc�perty Coc�e, as a�nen�ed, th� �rarrtor o� th;� Ca�antcr'� i�ei�s, �ucc�ssors� ot� �ssir;�s may b� rn'ikle<f hefore !h� � Ci�'; ai�r�i�ersary :.�f ths ciate of this acq�t��:tion to repkirct��zs� r��� reyu�:s[ carfain inforn��ation about the us� arza arsy actuaf pregras� mada #aw�rd tl�e ��se for uvl�ich khis pi�ap�rty inter�st tr.�s a�q4iire� ihroug#� emit�ent domair�; ancl fh� rP�urahase pric� will be the �rice #t�e Gra�tee pays (;rantar in fhis acyuisiiir�r�. The persorr si�nin� �his ��c�am�eni ai� i�ef�aEf of th� Grantar warranfs t�at he or she has the #egal auth�rity ta cxei::ut� this ��eriri�nRnt �ds�rnGrtk for tr�� nurpose� and ca�sid�r�t��n t�eret�t �x�r�ssed, ���c� in th:e capacity t���:rein siatec�, and that stich �ir�u�i�c� �u��arity has t�esn t;�-ant�d i�y �xrraper order, resolu:i�n, ordinar�ce or ether authc�rizatiari of ihe Grail;or. Gra�i;�� ia f�lf•y entitled fa reiy r�n tr,35 w�franty and re��'�s�n�at$r�n i:i accepting th;s ;�errt��aner�t �as�;tr�snt, TO f-�A'J� H�D �i'U HOL.D �he �bOVp-d�S:;�II�eCi pel'Rlail�r!� er�Sal3i�f}�z togafher'�!�![fh, �til �11� sin�ulai', th� rig���s ar�a app.urfer,ar�ces fhe�ef� ir; anywvay k7elcrr��'Eng ur�fo G���rt�p, its successo�s ar�d as�ic�ns, ior��er, and Grantor' does l�erehy �ind it�eff, its �te€�'s, s�ccessors a»d asstgns, tq 5��arra�`tt and forpver dafatld, ��hject io tf�e Aerr3��itEed Encuttt��ances, ��1! a�d sr�gular, fh� sald �as�ment t�ni❑ Grar���e, its ���c�ce:ssprs anc� ass�gs7s, ac;ai�sk P�rEry p��sci� wl�arr�scev�r la�fufulry c€airni7;� oE- to cla;m tht� satZie ar ar7y ;�art ther�cF, bY, fF'i�ough, er un�[er Crantor; ���t nof �thenvis�, Sl`4�fER FAL;ILi'� Y �6.S���iEhJ? Fue.2:23o?7s Page2of6 D2241U2593 This document may be executed �n �nultiple counterparts, each of which will be deemed an ariginai, but which tagether u�ill constitufe one Enstrumertt. V�If�en the cvntext requires, singular rra�ns and prano�ans include the plura[. GRANT�R: SOUTHWEST PAPER STOCK_ If�C a iexas For Prafi� Corporaiion By: (Narrte) ��i �''�� ��t � �`� � (Tifi�) _[ � �-�• ��`F`� ACKI�OWLEDGIIlIENT STATE OF TEXAS § § G4UNTY DF 7ARRANT § BEFORE ME, t#�e �mders�gned authority, a Notary Public in a�d for the State o# Texas, on this day perso�ally appeared ���� pV�� , President of SOUTHW�ST PAPER STOCK, INC, knavvn ta me to be ihe same person whose narne is subscribed to the foregoing instr�ment; and acknowledged to me that the same was tf�e act of SOUTHWEST PAPER STQGK, tNC, and that they ex�cuted the same as the act of said entity for the pur�oses and cansiderafior� therein expressed and in the capacity therein stated. GIV�N UN�ER MY HANQ AND SEAL QF �FFICE this date of p��,s�f f�T� v��.� [SFAI_] ro,��,arA� h1+�CDAAGUI�ARL�R7EGA Ota tic; State ofTexas ���, Notary Public ry �( �' 1� STP,TE OF TEXAS � ,���� N!y Comrn, fixp. �5-2�-26 � iValary f� # t$157123-� S�L'VCir �AClLITY FJiSt�JiE^JT R�v.20230718 Page 3 of 6 D224102593 ACCEPTED BY: STATE OF TEXAS § COUNTY OF TARRANT § GRANTEE: City of Fort Worth By (Signatcire): M'i:J (Print Name) 1AtrJA-'!)== ; ' (Title) f>rc;,15f'M, � :rf � k!iJ � ... APPROVED AS TO FORM AND LEGALITY ✓ltdC/2eu, ✓tlt:Pb/.a.Y By (Signature): , (p [ t N, . , Matthew Murrayr n c1me, _____________ _ Assistant City Attorney (Title) _______________ _ ACKNOWLEDGMENT BEFORE NIE, the undersigned aut SEVIER FACILITY EASEMENT Rev. 20230718 Page 4 of 6 D224102593 Page 5 af 6 L'XHIB.I�~ ,14 „ x� FT It�7l]L'.��t.hilTr3.RYS�'F6�I.'. .F..�S�:-17�iV:!' ,�6,�,5'�1FI'OX o.�vBr�C'h'�S'orL�f.hD �IO,SHLI�1 �'�: .�'LLIS.S'L•h' I Z'Y, .�.5?h.-� CT �6, 3 (,'l77'f1H'F�JRI'If�ORTfI T_�1'�h.t1,�1'TCOI•'14�1�"TE'�-�.5 uales: 1. �ec� oFsr.R�priav e;' k1En �RT� nccabP�raies �:�s : as,-=�,�w� cks,s�rac. 2. SE4RIIJGS F.EF`rRENCtO 10 IHL IL%2.5 STtiTF P_.l�t!= i:OCRhIhdATE S�7iEAS, Ii0RTk1 �TEYT:7?,� ZuYE, NJ.f] 'R_+- FE.L LIS'ML'ES ARE Gk�U7dD CISVNCCS. �3 r r` r � r r i I i i I i � � � C � � � � � � � r���0 C� V l..L� ''� � � � l� � w � � �'�t7� ����� ���� r� o�, � �� � � SOUTHWES7' PAPFR ST�CK, INC. r-�' .�, ,�� C1 A TEXAS CORf'Of�.T'0,'Y N ✓�iL. 7975, PG, 1 &65 � "� o. �.R, r. c.1: L 1 - 1 �/,.�., m��� �-; PaB —.' �t_i� 5�.. b` A Q O p��- . ..: t l'. �'. � � T e' y:,' �'. i i . T^— � ��� �� Lt� ' '� `,R� ��,'`t � ��" 1 � � :i, a � 1 - � , c:"s� �� � � m I f+��� � f ` C� 4 G� � .r,� PaC �� � - � -� �/a" ;t�F ,� :��,�;�I 11C SCAL� EN : FE� ���� S (33°16'a8"V'! {/a„ r.',n�. � 220.34 +� 1 FG1!%1. � � �_f-�+r i—R, f31 lJCX 5—F � rE�'PN,'r L yFfG. �'.+S A'uDrT,'O�h' � CC� U: 1 G? 7?fi6' I U.;'.!i.; i:.�. I CURVE TABL� CUR�'� � LENGTH RApIi,S DELTA C:HORD BEARIhG I CrtO�G LENGTFI G1 15.Ct8' 16E30.22' OQ'30'5�" I S05°18'38"4V ..� _ 15.08' � i z � .1 LINE TABL,� LINE# BEi��WG L�NCUTH L'. 589`�7'39"Vt� 23.�92'— L2 N3fl'42`Z9 "Vt� 15_GO' L3 R189" 1"39"E 26.00' 15-F'T SAN[TARY S�WER E�SEM�NT 363 SQIJARE F�.�T C�R Q.00n AGRES ,��F�JU: r�ae 'OC �Rr iA.R.T.G.L"v. PL4Nf i]F fi£�iN�r"NG FGIA'T OF COAdME�JCf!G IRU�� R:iG Fuuldp �u.� �.�coxuS� r:xas :E`JEItaL I.e��JU U-���S;E � � er�crra���ita� G�c�a�� TBPE FIRh7lJF-t7R39 . TBLS FIi3M x1Q193B3Fi 9G0t7 Vdest 7Sh Strcet, Sui[e 400, Fort VJarth, Tif 7fi�{f? - 8�I7.6�i4.Op9S �'' � �:�� ;� r �� > { ,�, '� � ��• ROE3EftT P, H�3 EN � R.P,�,S. No. 6495 u,arFn: o�os-zo�a ,�� a� r� �Q' ��T� �+� . �. ��.G .�. ��� .'� , RaB=RT P. AI_� F�� � �• ��6�95 �P�•� , �9,y�FFss���{O�- � su� , � D224102593 Page 6 of 6 ��1����� �r� ri I� �5-I{1I1�71JF, 5'4,�i�'T7:aR.Y'.SLFt�'1�'�1SE71F1•�' ,�6,� SI�Fl [7I� v, v08�1 C�5' OF�-�'��17 �IOSHUi14r �'LIISSI:I.'1fL�;�'.S1��CT�r63 CI7� �DTTQRT 1'lrD12?'N, �'4h'h'�'V1"CD�,��'T��S 6EIf�G A TftACT C3F LAND SITUATEC IN THE J05HUR N. EL:JS SlJR1'FY, ABSTRACI' NUfV [iCR 403, i.ITY O� FDRT VtlORTH, TARftAi�J7 COUNTY, TEXAS, AN� SEIN[i A P�fil-fON 0� A CERTnIN TR11CT dF LP.ND �ESCRIE3�P 6Y UC=D TD SOUTHVJEST PAPER ST{}C:K, ENC., A TEXaS CURPO�AT_Q;J AND RECORDF.IJ IN VO�U��IE /9'T5, PAGE :L86�, qFFlCIAL PUBE.#(� ftECORDS,'i AHRACdT CCJL N7Y, TCxAS, (OPRTCTj AN� BEINC MORE Pl1RTIClJI�AFiLY DCSCRIBE[} BY M[TLS AND 3dUi�ElS rS fdl.l_QSNS: C�MM �NCING AT A 5/S iNCH CAf PFD IRO\ ROa FOUN� FOR ThEE 50UTHEkS � COR� rR OF THF SkID PAPFR STdCI( I'RaC7, ihiC NQRTHEASTC�IR+VEF? C7F LOT 1-R, i3LOCK 5-R, I f��PHIL+'_ NE.IGHTS ���}-1��+�, AV AD]lTI011 "['O T}-tL CETY Of FORT',+�'OR7H, TAftRA1vT �[]IJNT`!, TFXP.S, A5.iHQ�h11�! ON PI.ATTHEREOf I�NR R�CDFtpF[3 If�! COt1hTY CLCRK'S fILE VO, (CCtr`) �210177667, {ClP�-�T�, AM1 D I�EIfdG ffV FI-t[ VJEST RIGHT UF INAY LIhL Of SOUTHERN PACIFIf. Pa.l! WAY CC3Pf?Af�Y, �.LSi] li[ING A PC OF k CURVE T�J THE R�GH�, HAVI�VG fti RADiL15 dF 3�8v 22 FEET, FROiVI bVHICH A SIS INCH IfiC7N ftOD FOUEJG FOR Ti IC NOR� HW�ST COR�VER �F T�IE SAIC] I..C]T 7. R GEARS SOUTh3 $9"35'4a" 1h�E5T, A 715TANCL- 4f- 220.3� C-EET; 71�E�dCE ��VITH SAID CUHVE TO TFIE RfGHT, THE EAST I_IN� OF THE SAI'] !'APEh' 51 OCK i RACT AhQ RFIN�i COMMON 1l�I1TH -ChE U�I�:ST RIGH f OF WAY ''�If�'E OF THE SAIU SOUTI-IERN PACEFlC, A CEn'TRAL.4I�GLE rJH 09"pU']5", A C!10E�� BE?,P.ING ANl: €]iSTANCE OF NfJKrH OG'32'A4" [A�T, .A ❑ISTANCE Ot 264.11 FEET, h.N AR(' DI.'STANCE O� 2o;.3S FEETTQ THE f�I�T 0� BECC4NNII�i�i; THEhCE (3VE�i ANC ACRO55 SnID �APER STDCK TRAC; THE FC]LLOVvII�G COL'ft5�5 Af�J �I5TAf�GES: SOI,ETH 89"1?'39" WEST, /1 E�{S�CA�tCt [7F 23.42 F_�TTQ �, PO;PIT �OR CORNF.ft; hORTH �d°42'2_" trIfEST, � f71STAN�E OF 15AD rECTTO A POIN7 FOR C7RNFR; NORTH 89"17'39° cAST, ls l7iST�'',�dCE OF 25.Ot] FCCT TO PC OF A f..URVE TO T,-IF. L�FT, HaVING k RHDIUS OF 10$0.2? FFFT ANr IPJ THE EkST LI€VE Cl� THF SAiU PkPER 570CK TIiACTAN� TriE VdEST RICHT OF WAY LIP�E OF TI-IE SAID SaUT;-fERN FAC,FIC; THENCE ti'JITH SAID CURVL 70 TH� LL-�, WITH THE EA5 f LINE L7F i H�.qFOR[SAIU ?AP�R 5TOCK TRi1� AMO BtIPJG C0141MON 1NITH THE V�1EST RIGNT aF bV,�Y LI�VE 0� Tf IC SAID SOUTHERN PACIFIC, A L:kfr f ti„L AN�L_ C�F 00°3C'S2', n CFfC7ND BtARING ;Nu D�S7ANC= OF SOUTy 05`1E'38" Vi,'ES;, A CllSTANCF (}F 7.!i.OS F�"1, AN ARC 0lST,'�NCE OF 15.08 �FET'I'O rHE PUI N r �F B�[GI Ni�ll NG, AND CC3NTAINfNG 363 SCL�.�AE�E FE=T OR O.D�8 ACItES 4F L?NLa. t,cr�s: '. E45EF:.Etl- �RhN4PJG �F eJE;� oqiF ArCOAtra.�i� "HIS �Gki D=SCRIPTI:IN. 2. sr�Z;{;GS �E`ERFNCEO TO THF TE?U.S" SIR7E �UNE !'OCR61W4T. SYS—{�M, n0iiT7{ C_NTRFL ZaNE, h:A� '$,3. ,4LL l%ISir1YdCE5 lili� C�C�vNC [71sTANCES. � � � �N�IhlE�RlhiG CROUP TBPE FIKA1 i�F-� �039 • TBf.S F�F2�.11J101�3890 15P4 West 7tle Strc�xt, Strite 446. fori Wor;h. Tk 76102 � 51?,51Q.Ds9G ��T � � 4 � r � � ���,�.. � ROB�R7 P. AL_EN R.P.L.S. I\o. ��k�J5 l]ATED: 0�0�2023 ( � � � /� / `,��; • ' 1 `a 7 ' -i' S �'��� ��RS�Q�S� 1 ..................... ROBERT P. A�LEIJ ..................... �- �n 6495 �Qy.'� � ��'Of �UR`�F.�� GC-6,9 Permits and Utilities (Railroad Permit) THIS PAGE LEFT INTENTIUNALLY BLA1�K CITY OF FORT W�RTH Sanitary Sewer itehabilitution STANDARD COi�rSTRUCTION SPECIFICATION DOCUtvIENTS COVTRACT 103, PART 1 2eviseci July 1, 2011 CITY PROJECT NO. 02723 PIPELINE AGREEMEN'T Mile Post: 249.13, Ft. Worth 5ubdivision Location; Fort Worth, Tarran# County, Texas Folder No. 3312-86 This PII'ELTIVE AGREEMENT ("Agreement") is made and entered into as of the I4th day of ""a'�n , 202 4("Effective Date"), by and betw�en UNION PACIFIC RAILROAD COMPANY, a Delawaze corporation, to be addressed at 1400 Douglas Street, MS 1690, Omah�a, Nebraska 68179 ("Licensor"), and CITY OR FORT WORTH, to be addressed at 200 Texas Street, Fort Worth, Teacas 76102 ("Licensee"). IT IS MUTUALLY AGREED BY AND BETWEEN TIiE PARTIES HERETO AS FOLLOWS: Article 1. LICENSOR GRANTS RIGHT. A. In consideratian of #he license fee to be paid by Licensee set fprth belaw and in fw-ther consideration of the covenants and agreemcnts to be perforrr�ed by Licensee, Licensor hereby grants to Licensee the right tn canstruct and thereafter, during the term hereof, maintain and operate an underground S i�ch PVC pipeIine encased in a 2� inch steel casing for transporting and canveying sewer only, including any appurtenances required for the aperation of said pipe7ine (collectively, "Licensee's Facilities") across Licensar's real prpperty, trackage, ar ather facilities located in Fort Worth, Tarrant County, 5tate ofTexas ("Railroad Properiy"}. The specific specificatians and limited pucpnse fox Licensee's Facilities on, along, across and under Railrpad Property are described in and shown on the Print and Specificatians dated February 21, 2022, attached hereto as Eghibit A and made a part hereof: B. Licensee's Facilities will (i} only be used for transparting and convaying sewer and (ii) not be used to convey any other substance, any fiber optic cable, or for any other use, whether such use is cu�ently tec�nologically possible, or whether such use may come into existence during the life of t�is Agre�ment. C. Licensee acknowledges that if it or its con�actor pravides Licensor with digital imagery depic�ng Licensee's Facilities ("Digital Imagery"), Licensee authorizes Licensor ta use the Digital Imagery in preparing Exhibit A. Licensee, through a license ar otherwise, has the right to use the Digital Imagery and to penniC Licensor to use the Digital �magery in said manner, ArNcle 2. TERM. �'his Pipeline Agreement shalI take effect as of the Effective Date first herein written and sha11 continue in full force and effect. Article 3. LIC�NSEE F�E. Upan execution of this Agreement, Licensee shall pay to �.icensor a one-time license fee of 5even Thousand Nine Hundred 5eventy Dallars ($7,970.Q0}. Article 4. LICENSEE'S C�MPLIAN�E WITH GENERAL TERMS. All work on Licensee's Faciiities performed by Licensee or its cvntractors wi11 strictiy comply with all terms and conditions set farth harein, including the Generai Tet7ns and Conditions, attached hereto as Exhibit B and mac�e a part hereof. Article 5. INSiIRANCE. A. During the term of this Agreement, Licensee sk�all fully comply or cause its con#ractar(s} to fully comply with ihe insurance requirements described in Exhibit C, atkached hereto and made a part hereof. Lic�nsee s�all send copies of all inst�rance documentatian (e.g., certifieates, endorsements, etc.) ta Licensor at the address listed in the "N�TICES" Section of this Agreement. B. If Licensee is subject to statute(s) limiting its insurance liability andlor iimiting its ability to abtain insurance in compliance with E�rhibit C of this Agreement, those statutes shall apply. Article 6. [F WORK IS PEitFOR�I'IED BY CDNTRACTOR 3f a contractor is hired by Licensee to perfarm any work on Licensee's k'acilities, then Licensee shaI1 require its contractar(s) ta execute Licensor's then-cuu'rent form of Co:atractor's Right of Entry Agreement ("CROE"). L�censee acknowledges that: (i) the CROE attached hereto as Exhibit D and made a part hereof is the mast curre�t forim available as af the Effective Datc; and (ii) the ternvs and conditions of the CROE are subject ta change hy LicensQr, such changes to be made at Licensor's sole discretian. Licensee sha11 require its contzactors to execute the CROE before any contractoxs are allowed onto Railraad Praperty pursuant Licensee's notification requirements set forth in the "NOTIGE OF COMMENCEMENT OF WORK; EMERGENCIES" Seckion of Eghibit B. Article'1. ATTQRNEYS' FEES EXPEN��ES ANU COSTS. If litigation or other court action or similar adjudicatory proceedsng is undertaken by Licensee or Licensar to enforce its rights under this Agreernent, aLl fees, costs, and expenses, including, without liznitation, reasonable attorneys' fees aud court costs, af the prevailing Party in such actian, suit, or proceeding shall be reimb�.�rsed ar paid by the Party against whose interest the judgment ar decision is rendered. The provisions of this Article shall survive the ternunation af t}us Agreement. Article 8. WAIVER OF BR�ACI�. The waiver by Licensor of the breach of any condition, covenant or agreement herein contained to be kept, observed and perfprmed by Licensee shall in no way im�air the right of Lieensar to avail itselt� of any remedy for an.y subsequent breach thereaf. Article 9. ASSIGNMENT. A. Licensee shall not assign this Agreement, in whole or in part, or any rigl�ts herein granted, wi�hout the written consent of Licensor, which must be requcsted in writing by Licensee. Any assignment or attempted transfer of this Agreement or any of the rights her�in granted, whether voluntary, by operation of law, or othenvise, without Licensor's writken cansent, will he absalutely void and may result in Licensor's tennination af this Agreement pursuant to �he "TERMINATION; REMOVAL OF LICENSEE'S FACILITIES" Section of Exhibit B. B. Upon Licensar's written consent to any assignment, this Agrecme�t will be binding upon ar�d inure to the henefit of the parties thereto, successors, heirs, and assigns, executors, and admiriisiratars. ArEicle 10. SEVERABILITY. Any provision of this Agreement which is determined by a court of compctent jurisdiction ta be invalid or unenforceab3e shall be invalid ot' nnenfarceable anly to the extent of such deterfnination, which shall not invalidate or otk�erwise render ineffective any other provision of this Agreement. Article 11. NOTICES. Except Licensee's carnmencement af work notice(s} required under Exhibit B, all other notices required by this Agreement must be in writing, and (i) personally served upon the business addrass listed below {"Notice Address"), (ii) sen� overnig�t via express delivcry hy a nationally recognized overnight delivery service such as Federal Express Corporation ar United Parcel Service Eo the Notice Address, or (iii} by certified mail, return receipt requested ta the Notice Address. Overnight express de�ivery notices will be deemed to be given upon receipt. Certified ��ail notices will be deemed to be given three (3} days after deposit with the United States Postal 5ervice. If to Licensor: Union Pacific Raiiraad Campany Attn: Analysi - Real Estate Utilitzes (Folder No. 3312-8b) 1400 Douglas 5kreet, MS 1690 Ort�aha, Nebraska 68179 Xf to Licensee: City of Fort Worth Attn: Aaron Nivone 200 Texas S�reei Fort Worth, TX 761Q2 ArEicle 12. SPECIAL P��OVISit]N —Ol�SI'�� b�3��RVATIO�IINSP�CTION. Lieensor requires Iicensee to provide monitoring of tracks and on-site obse3rvation and/or inspection through Licensor approved inspector narned belnw during all canstruction and installation work. Licensee is to directly caordinate services with the named inspector, Railpros Field Services Email: It P. U L il ity(n7 rail t� ��osTs.co m Phone (682)223-5271 Article 13. SPECTAL PROVISONS - ABANUONNIENT. The abandonment of the unlicensed sanitary sewer pipeline shall be completed foiIowaug the Guidelines for Abandanment and Removal of 5ubsurface Structures an Union Pacific Rxilroad Right of Way, marked as Exhibit E, attached hezeto and hereby made a part hezeof. [Signati.u�e Page Follows] IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed as of the Effective Date. UNION PACIFIC RAILROAD COMPANY, a Delaware corporation Crqi.ii Benson By: Craig Bnns �!Jar 14,1.024 JS:10 CDl] Title: Sr. M;3nager Real E1tJ.lf: • Contracts CITY OF FORT WORTH, a Texas municipal corporation By: u�::fi'�t,!,,{�d¥co11 Title: AssistantCltyM;in;,ge, Approved as to Form and Legality: Matt Murray Senior Assistant City Attorney Form 1295: NIA Attest: Jannette S. Goodall City Secretary M&C: _____ _ Date: ______ _ 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. Name: Aaron Nivone Title: Project Manager NON-FLAMMABLE LIQUID PIPELINE OCROSSING ❑ ENCRaACHMENT � BOTH g ur�r�n �r. c. iu_ —�---__..._--------------------- �---------------------------------- — ` �_ ---.. 673 FT. -- - 4so� �T � � F� � � � LL o zaa F r. — - --�;--�- - � F r. -- — � ' � � M� �� x � N i ~� \ 95°57'41"DEG. � � V � � � � � I u ' AMGLE UF � .-�� � ? �CR�55[tJG � — <�.. - - � - ,,. I � - - � - `� "-- � � I �1 - 6ESCR I BE � I" GESCR I BE r� ,_ +—�� FIxC� RCJEC7 i "IXCG CB�iCCT �,_ � L4CSS�NG TRl.'K :RQSSIkC iRACY.—�� � essrninb Si. GIL � (�OT: 765255fn NORTH ------------___.__....-------------- -�-- q � U�'RP. R.0 h, -------------.___._._�.._...�--- PLAN S�AL-: VONE � �z � «� rE. Ol1TCF r� OUTCR a��; � TRACK � TRACK �i� I i _ . . _ 50 - T. --- --�^-- I - � - C'� F T. --�i 1 � � I —._ 3s2.QFT� - - ih6� F T, -- --- �- � F 1. -�--�-�---- ---- _ 66 F T. -- I �_--'JENT PIPE � q � � I j � NP' FT. -- �i 70TAL �P,4CR5 �� —h . -- - � k� FT ; GHUL1Ni7 �-� _ � �.�-� ..� ' +� ORu IPJl,GE � , SLRF.4CE � � DITr.� � i � � � �-__ i _ :_ 1_ � � 7 �i. �r� ,� �, � I � �_� _... ---•--_- ca;iric r�r� -- CARR;EP. P:PE NOTES: 9 j ALL piMENSfONS MEASVftED P�RPEN�ICUL4R TQ THE CENTERLINF OF TFACK 2) REFER TO AREMA VOLl1ME 1, CHAPTER 1. PAftT 5. SECTION 5.1 AI ME I HULI OF �AI� i A���l .�N gORE� AN� JACKE6 B! DISI.FROM CENTERL:NE OF TRACK TO PIPE =NCRCAC�ME�T �) .riF�i�d� f��7'V1���? ATMfNIMUM51GN6WILLBEPROVloEDASSTATE�ASOVE 'll CARR�FR NiATFR�AI Pvc , fF RCP, C� pS5 'J7 ^1P`__ COMNO�ITY �� BF CQ�IIlEYEC SEwER SECTION SLALE: I��RE � _�i. 3.b�..f � I } - -- ��(e� L�i�GIfUIlINAL PIE'E —' FNf.ROACHMFiJT BUlLD1NG AMERICA� �XHICs1T "A�� CPER�71D�lAL PRESSURE 50 PS[. M�OP 5° P<I. ,� ��.wortnsU�. k'ALL TH[CKI�E55 (INC-11! 5CHE7ULE 4° , DIAM=IER e ���, SJB�IJI�ION; L'AT�ODIC/COATTdG FROTEC � 1�N N�_ 1�RACK T YFE: �''�'����NE �1 CpSING f�9AT�l�_�iL STEELPIPE I� ZCi', �LA55 U� �. I�^.P_: 249_i3 �aT.: 32.7iBB273 T(3TAL LENGTH CAS[�1G P[PE; 3s2 F- zs»+a2t 1,'4LL iH[CKI��55 0.37� IN. ❑IRNETER 24 �N E.S,M.; LC7i�Ge: -s��zaaios C:AT-IOCIICiC[3RT�N[; PRQTFCTI!]N. �5 _ N�IVREST Ci�Y: L'UUNT": STI�TE: CASI��G PIPE .S �P� 4T THE =NOS. FOftTWORTH TARRANT 7)C F1 �15TpPdCE �RDM CENTERLINE �F TFAC� -G NEaR FACE DF APPI IC��T: Cirr�FFORTwoRrH E�U�iINCi AN1} JRl;K1N[: F'I 5 ilHt�J M�ASL'H�U A I NtLiN I;'i+tEiLt� ss ANC zs7 F IL E �lC.: oas��ae pA TE: nzrzvzoz2 EXIiiBIT B GENERAL T�RMS AND CONDITIONS 5ection 1. LIM1TATiON AND SUBORDI�TATION OI� RIGI3TS �RA1�iTED. A. The foregoing grant is subject and subordinate to tbe prior and continuing right and obligation of Licensor ta �se and maintain its cntire praperty including #ke right and power of Licensor ta canstruct, maintain, repa�r, renew, use, operate, change, modify or relocate railroad tracks, signal, cornmun�cation, fiber opt�cs, or o#her wirelines, pipelines and other facifities upon, along or across any or all parts of its property, all or any of which may be freely done at any time or iimes by �.icensor without liabi]ity to Liceusee ar ta any other party for cafnpensation or d.arnages. B. The forcgaing grant is also subject to all outstanding superior rights (including those in iavor of licensees and [essees of Railroad Praperty) and the right of Licensor to renew and extend the same, and is rnade without covenant of title or for quiet enj oyment. It shall be Liccnsee's sole obiigation to obtaizi such additional permiss�on, license and grants necessary on account of any such existing rights. Section 2. ENGII\�ERiNG REQUIREMENTS• PCRMITS. A. Licensee's Fac�lities will be designed, const�veted, opera#ed, maintained, repaired, renewed, modified, raconstructed, removed, or abandoned in place on Railroad Property by Licensee or its contractor to Licensor's satisfaction and in strict conformity with: (i) Licensor's current engineering standards and specifications, including those for shoring and cribhing to protect Licensor's railraad operations and facilities ("UP Specifications"}, excep# far variances approved in ad�ance in wr�ting by Licensor's Assistant Vice President Engineering -� Design or its authorized representati�e {"UF' Engineering Representative"); (ii} such oti�er ad�itional safety standards as Licensor, in its sole discretion, elects to require, inc�uding, without limitafion, American Railway Engineering and Maintenauce-of-Way Association {"�MA"} standards and guidelines (collectively, "UP Additionai Requirements"); and (iii) all applieable lavvs, rules, and regulations, including any applicable Federal Raiiroad Adnunist�ration and Federa� Energy Regulatory Commission re�tlations and enactments (collectively, "Laws"), If there is any conflict beiween UP Speci�catians, UP Additianal Requirements, and Laws, the most restrictive will apply. B. Lice�see shall keep the soii over �.icensee's Facilities thoroughly compacted, and maintain the grade over and around Licensee's Faciiities ��en with the sur#'ace of the adjacent ground. C. If needed, Licensee shall secure, at Licensee's sole cost and expense, any and all ne�essary permits required to perfarm any worl� on Licensee's Facilities. Sectian 3. NOTICE dF COMMENCEMENT OT WORK; FM�RGEIVCIFS. A. Licensee and its contractors are sirictly prohibited from commencing any work associaied with Licensee's Facilities without Licensor's written approval that the work will be in strict compliance vvith the "ENGINEERING REQUIREMENTS; PERMiTS" Section of this Exhibit B, Upon Licensor's apprpval, Licensee shall cantact both of Licensor's field representatives ("Licensor's Field Representatives") at least ten (10} days before commencemenf af any wark on Licensee's Facilities. B. Licensee shali not cornmence any wark until: (1) Licensor has determined whether flagging or other special protecti�e or safety measures {"Safety Measures") are required for performance oitbe wozk pursua�t to the "FLAGGING" Section of this Eahibit B and provided Liceasee written authorizatian to commence work; and {2) Licensee has cornplied with the "PR�TECT'ION OF FIBER OPTIC CABLE SYSTEMS" Section of this Exhibit B. C. If, at any time, an emergency arises involving Licensee's Facilities, Licensee or its contractor shall immediately contact Licensar's Response Management Communications Center at �sss� g��-�z6�. Section 4. FLAGGING. A. Fallowing Lice�see's notice to Licensor's Field Representatives required under the "NOTTCE OF COMMENCEM�NT OF WORK; EMERGENCIES" Section of this Exhibit B, Licensor shall inform Licensee if Safcty Measures are required fvr per�ormance of the vvork by Licensee or its contractor on Railroad Properly. If Safety Measures are requi�ed, no work of any kind may be per%rmed by Licensee or its contractor(s) until arrangements for �hc Safety Meas�ues have been made and schcduled, If no Safety Measures are required, LiceQsor will give Licensee written authorization ta cominence work, B. Tf any Safc#y Measures are performcd or provided by Licensar, including hut not limited to flagging, Licensor shall bill Licensee far such expenses incurzed by Licensor, unless Licensor and a federal, state, or lacal govem�nental entity have agreed that Licensor is to bill such expenses to the federal, state, or local governmental entity. Additional infor�natian regarding the submission of such expenses hy Licensor arid payment thereaf by Licensee can be found in the °LICENSEE' S PAYMENT OF' �XPENSES" Section of this Exhibit B. If Liccnsor performs any Safety Measures, Licensee agrees that Licensee is not relieved oi any of responsibilities or liahilities set forth in this Agreement. C. For flagging, the rafe of pay per hour for each flagger will be the prevailing haurly rate in �ffect far an eight-hour day far the class of flagmen �sed during regularly assigned haurs and ov�rtime in aecordance with Labor Agreements and 5chedules in effect at the tirne the work is performed. In addition ta #he cost of such labor, a composite charge for �vacation, holiday, health and weifaze, snpplemental sickness, Railroad Retirement and unemploynnent compensation, supplemental pensian, Employees Liability and Property Damage, and Administration will be inclu�ed, computed on actual payrall. The composite charge will be the prevailing composite charge in effect at the time the work is performed. One and one-half times the current hourly rate is paid for overtirne, Saturdays and Sundays, and two and one- half times current haurly rate for holidays. Wage rates are subject to change, at any time, by law or by agreement between Licensor and its empIoyees, and may be retroactive as a xesult of negotiations or a ruiing af an authorized governmental agency. Additional charges on labor a�re alsa subject ta change. If the wage rate or additiaz►al charges are changed, Licensee (or the governmez�tal entity, as applicab�e) shall pay on the basis of the new rates and charges. D. Reirnbursement ta Licensor wiii be required covering the full eighi-hour day during which any flagger is furnished, unless the flagger can be assigned to other railroad work during a portian of such day, in which event reimbursement will not be required for th� partion of the day during which the flagger is engaged in other railroad work. Reimbursement wil� also be required for any day not actually warked by the flaggers fallowing the flaggers' assignment to wark on the project for which Licensor is requirad to pay the flaggers and which could not reasonably be avoided by Licensor by assignment of suclt flaggers to other work, even though Licensee may not be working during such time. W�Sen it becomes necessary far Licensor to bulletin and assign an emptoyee #o a flagging posation in compliance with unian collective bargaining agzeements, Licensee must provide Licensor a minimum of five (5) days notice pzior to the cessatior� of the need for a flagger. If �ve (S) days notice of cessation is not given, Licensee will sfill be required to pay flagging charges %z the days the flagger was scheduled, even though flagging is no longer required for that period. An additional ten (10) days notice must ihen be given to Licensar if flagging services are needed again after such five day cessation notice has been given ta Licensor. Section 5. SAFETY. A. Safety af personnel, property, rail operations and the public is of garamount irnportance in the prosecution af any work on Railroad Property performed by Licensee ar its contractor, and takes precedenca over any work an Licensae's Facilzties to be performed Licensee or its con#ractors. Licensee shall be responsible for initiating, maintainxng and supervising all safety operations and programs in connection with any work on Licensee's Facilities. Licensae and its contractor shall, at a minirr►um comply, with Licensor's then current safety standards located at the below web address ("Licensor's Safety Standards") to ens�xre uniformity with the safety standards followed by Licensor's own forces. As a part of Licensee's sa�ety responsibilities, Licensee shall natify Licensar if it deterniines that any of Licensar's Safety Standards are contrary ta good safety ptactices. Licensee and its contractor shall furnish copies of Licensor's Safety Standards to each af its employees beforc they enter Railroad Praperty. [ksttn:lhv����a�.u�.coi7i!csi�rou��si�iul}lic.'r,�iiuitmlfci�s��y�nli4rsld�ctimentsliin n�f �7ativedocsJ�df iiU sunnlier salotv rec�.pdi] B. Licensee sha11 keep the job siYe an Railroad Property frce from safety and health hazards and ensure khat thcir ernployees are cornpetent and adequately trained in aII safety and health aspects of the work. C. Licensee agrees that Licensee's Facilities and all parts thereof within and outside of the limiis of Raikoad Property will not interfere whatsaever wiih the constant, contsnuous, and uninterrupted use of the tracks, property, and facilities of Licensor, and nathing shall be done or suffered to be done by Licensec at any time that would in any msnner impair the safcty tkaezeof. D. Licensor's opetatians and work perfo�ned by Licensar's personnel may cause delays in Licensee's or its contractor's wark on Licensee's Facilities. Liccnsee accepts this risk and agrees that Licensor shall have no �iability to Licensee or any other person nr entity for any such delays. Licensee must coordinate any work on Railroa� Properiy by Licensee or any third party with Licensor's Field Representatives in sttict campliance with the "NOTICE OF COMMENCEMENT OF WORK; EMERGENCIES" Section of this Exhibit B. E. Licensar shall have the nght, zf it so elects, to provide any support it deems necessary for the safety of Licensor's operations and ri'ackage during Licensee's or its contractor's canstruction, maintenance, repair, renewal, modification, relocation, reconstruction, ar remo�al of Licensee's Facilities. In the event Licensor provides such support, Li�ensor shall invoice Licensee, and Licensee shall pay Licensor as set forth in the "LICENBEE'S PAYMENT OF EXPENSES" Section af this Exhibit B. Licensor wiil give as much notice as is feasible recagnizing such costs must by autborized by Licensee's City Council and funds must be appropriated. F. Li�ensee may use unmanned aireraft systems ("UAS") io inspect Licensee's Facilities on]y upon the prior authorization from and ur�der the direction of Licensor's Field Representatives. Licensee agrees that iis use of UAS on Railraad Property will camply with Licensor's then-current Unmanned Aerial Systems Policy and all applicable laws, rules and regulations, including any applicable Pederai Aviation Administration reguiatians and enactmen[s pertaining to UAS. Seclion 6. PROTECTIDN OF FIBER OPTIC CABLE SYSTEMS. Fiber optic cable systems may be buried an Railroad Property. Protection of the fiber opt�c eable systems is of extreme importance since any break coufd dis�-upt service to users zesulting in business interrupt�on and loss of revenue and profits. In addition to the notiiications zec�uired under the "NOTICE OF COMMENCEMENT OF WORK; EMERGENCIES" 5ection of this Exhibit B, T,icensee shall visit up.com/CBUD ta complete and submit the required form to determine if fiber aptic cable is buried anywhere on Raikoad Praperty to be used by Licensee. If it is, Licensee sha11 telephone the telecammunications company(ies) involved, and arrange for a cabie locator, make arrangements far relocatian or other protcetion of the fiber aptic cable, all at Licensee's expense, and will not commence any wark on Railroad Property until all such protection or rclocation has been completed. Section 7. LICENSEE'S PAYMENT OF EX�ENSES. A. Licensee shall bear Lhe entire cost and expense of the design, consiruction, maintenance, naa�iiication, reconstruction, repair, renewal, revisian, relocation, ar removal of Licensee's Faciiities. B. Licensee shall fully pay for all materials joined, affixed to and labor perfarmed an Railroad Property in connection with the canstruction, maintenance, modificatian, reconstruction, repair, renewal, revisior�, relocaEion, or removal of Licensee's Facilities, and shall not pemut or suffer any mechanic's or materialman's lien of any kind or nature ta be enforced agaiast the praperty for any work dane or materials furnished therean at the instance or request or on behalf of Licensee. I,iccnsee shall promptly pay or discharge al! taxes, chas�es, and assessments levied upon, in respect to, or on account of L'tcensee's Faeilities, ta pre�ent the same from becoming a charge or lien upon any property of Licensor, and so that the taxes, charges, and assessments lev�ed upon or in respect to such property shall not be increased because of the location, constructian, or maintenance of Licensee's Facilities or any improvement, appliance, ar fixture connected t�erewith piaeed upon such property, or on account of Licensee's interes� therein. VJhere such tax, charge, or assessrnent may not be separately rnade or assessed to Licensee but shall be included in the assessment of the property of Lieensor, then T�icensee shall pay to Licensor an equitable proportion of such taxes defermined by the value of Licensee's properiy upon property of Licensor as compared with the entire r+alue of such property. C. As set forth in the "FLAGGING" Section af this Exhibit B, Licensor shall have the right, if zt so elects, to pro�ide any Safety Measures Licensor deems necessary for the safety of Licensar's operations and irackage during Licensee's or its contractor's construction, maintenance, modification, reconstructifln, repair, renewa�, revision, relocation, or re�noval of Licensee's Faeilities, including, but not limited to supervision, inspection, and flagging services. In the event Licensor provides such Safety Measures, Licensor shall submit an itemized invoice to Licensee's notice recipient listed in the "NOTICES" Article of this A�reetnent. Lieensee shall pay to Licensor the totai amount listed on such invoice witl�in thirty (30) days of Licensee`s r�ceipt of such invoice_ Licensor will give as much natice as is feasible recognizing such costs nnust by authorized by Licensee's City Council an� funds must be appropriated. Section S. MODIFICATIONS TO LICENSEE'S FACTLYTI.ES. A. This gran# is subject to Licensar's safe and efficient operation of its raiiroad, and continued use and improvernent of Railroad 1'roperty (enllectively, "Railraad's Use"). Accordingly, Licensee shall, at its soie cost and expensc, nnodify, reconstruct, rcpair, renew, revise, relocate, or remove (individually, "Modificatian", or collectively, "Madifications") all or any gortion of Licensee's Facilities as Licensor may designate or identify, in its reasonable discretion, in the furtherance of Railroad's Use. B. Upnn any Modification of all or ar�y portion of Licensee's FaciIities to another location an Railroad Property, Licensar and Liccnsee shall exacute a Supgleznental Agreement to fh�s Pipeline Agreement to dacument the Modification(s} to Licensee's Facilities an Railroad Progczty. If the Modifications resuit in Lieensee's Facilities rnoving off of Railroad Properky, t�Es AgreeFncnt will terminate upon Licensee's completion of such Modification(s} and all zequiresnen#s contained within the "TERMINATION; REMOVAL OF LIC�NSEE'S FACiLITIES" Section of this Eghibit B. Any such Modif cation(s) off of Railroaci Praperty will not release Licensee fram any liability or ot}�ez obligation of Licensee arising pnor to and upon completion of any such Modifications to the Licensee's Facilities. SeetiQn 9. RESTORATION OF RAILRC?AD PRUPERTY. In the event L�censee, in any manner moves or disturbs any groperty of Licensor in connection with the construction, ruaintenance, modificaiion, reconstruction, repair, renewal, revision, relocatson, or re�moval of Licensee's Facilities, then, Licensee shali, as soon as possible and at Lieensee's sole cost and expense, restore Licensor's property to the same condition as the same were before such groperty was maved ar disturbed. Section 10. INDEMNITY. A. Definitio�.s. As used in this Section: "Licensar" includes Licensor, its affiliates, its and their of�cers, directors, agents and employees, and other railroad conr�ganies using Rai�road Properly at or near the location of Licensee's installaiion ar�d their officers, directors, agents, and emplayees. "Licensee" includes Licensee and its agents, contractors, subcontractors, sub-subcontractors, employees, officers, and directors, ar any other person or ent�ty acting on its behalf or under its conirol. "Loss" includes claims, suits, taxes, loss, darnages (including puriitive damages, statutory damages, and exezz►plary damages), costs, charges, assessnlents, judgments, sett1ements, licns, demands, actiofls, causes af action, fines, penalties, interest, and expenses of any nature, inctuding court costs, reasonable attarneys' %es and expenses, investigation casts, and appeal expenses. B. Licensee shall, to the extent allowed by law and the Texas Constitution, release, dcfend, indemnify, and hold hannless Licensor from and against any and all Loss, even if groundless, frauduient, or false, that directly or indirectly arises out of ar is related to Licensee's construction, maintenance, modification, reconsttuction, repair, renewal, revision, relocation, remo�al, presence, use, or operation af I.,icensee's Facilities, inclu�ing, but not limited to, any actual or alleged: Badily harm or personal inj�y (including any emotional injury ar disease) ta, or the death of, any petsan(s), including, but not limited to, Licensae, Licensor, any telecommunications company, or the agents, cantractors, subcontractors, sub-subcontractors, ar emplayees of the foregoirig; 2. Datnage to or the disturbance, Ioss, movemeni, or destn�ction of Railroad Property, including loss of use and ciiminution in value, including, but not limited to, any telecarn�nunications system{s) or fiber optic cable(s) on or n�az Railroad Property, any property of Licensee or Licensor, oz any property in the care, custody, or control of Licensee ar Lieensor; Removal of person(s) from Aailraad Property, 4. A�y delays or interference with track ar Railroad's Use causcd by Licensee's activity(ies) on Railroad Property, including without limitation the cnnstructinn, maintenance, rnodiiication, recanstruction, repair, renewal, rcvision, relocation, or removal of Licensee's Facilities or any part thercaf, any activitics, tabor, maierials, equipment, ar macl�inery in conjunetion therewith ; 5, Right(s) or interest(s} granted pursuant ta this Agrecment; Contents escaping from Licensee's Facilities, including without limitation any actual or alleged pollution, contamination, breach, ar en�ironnaental Loss; Licensee's breach of this Agreement or failure to comply with its provisions, ineluding, but not limited to, any violation ar breach by Licensee of any representations and wananties Licensea has made in this Agreement; and Violation by Licensee of any law, statute, or�inance, govern�nental adrninist�ative arder, rule, or regulation, including without limitatian all applicable Federai Railroad Administration regulations. C. THE FOREGOING OBLiGATIONS SHALL APPLY TO TH�. FULLEST EXTENT PERMITT�D BY LAW AND THE T�XA.S CONSTITUTIDN FOR THE BENEFIT OF LICENSOR, EXCEPT WHERE THE LOSS I5 CAUSED BY THE SOLE, ACTNE AND DIRECT NEGLIGENCE, GROSS NEGLIGENCE, OR WII.LFUL MZSCONI7UCT OF LICEN54R AS DETERMINED IN A FINAL NDGM�NT BY A COURT OF COMPETENT JITRI$DICTION. ,SecEion ��. TERMINATION; REMQVAL 4F LICENSEE'S FACIL�TIES. A. If Licensee does not use the right herein granted on Licez►see's Facilities for one (1) year, or if Licez�see continues in default in the performance oi any pravision of this Agreemenk for a periad af thirty (3Q} days after written notice from Lrcensor to Licensee specifying such default, Licensor may, at its sole discretion, ternvnate this Agreement by r�vritten notice to Licensee at the address listed in the "N�TICES" Article of this Agreement. This Agreement wi�l not terminate until Licer►see complies wi#h Paragraphs "C" and "D" of this Section fo�nd below. B. Intentianally Deleted. C. Prior to the effective date of any tenninatian described in tlus 5ection, Licensee shall submit an ap�lieation ta Licensor's oz�line Utility Contracts System at l� ss:ll�ntww,u��n�.cc�r��(re�n��cs�las/��,'h�nnc for Licensee's removal, or if applicable, abandonment in place of Licensee's Facilities located on Railroad Property ("RemovallAbandonmeut Wark"}. Upon the UP Engineering Representative's approval of Lieensee's a�plicatian for the Remova�/Abandonment Work, Licensor and Licensee shall execute a separate consent documant that will govern Licensee's pczformance of the Removal/Abandonment Work fram those portions of Railroad Praperty not occ�pied by roadbed andlor tracicage ("Consent Dacument"). Licensar shall then restore t�e impacted Railroad Property to the same or reasonably similaz condition as it was prior to Licensee's installation of Licensee's Facilities. For purpases of this Section, Licensee's (i) performance af the Remova�lAbandonment Work, and (ii} restoration work will hereinafter be collectivcly referred ta as the "Restoration Wor�C". D. Following Licensee's comgletian of t3�e Restoration Wark, Licensee shall provide a written certification let�er to Licensor at the address listed in the "NOTXCES" Article of this Agreement which certifies that the Restoration Work has been completad in accordance with the Cansent Dacument. Licensee shall repart to govemrnenta� authoarities, as required by law, and notify Licensor imrnediately if any environmental contamir�ation is discavcred during Licensee's performance of the Restoration Work. LTpon discovery, the Licensee shall initiate any and all rcmoval, remedial and restoration actions that aze necessary to restore the property to its original, uncontaminated condition. Licensee shall provide writ�en certification to Licensor at the address listed in the "NOTICES" Article af this Agreement that enviroiunental contamination has been rernediated and t�e property has becn restared in accordance with Licensor's requirements. Upon Licensor's receip# of L�censee's restoration completion certifications, this Agreement will terminate. E. In the event that Licensee fails to complete any of the Restoration Work, Licensor may, but is nat obligated, to perform the Restoration Work and seek reimhurse�nent from Licensee. F. Termination of this Agreement for any reason will not affect any �f rights or obligations aithe parties which may have accrued, or liabilities or Loss (defined in the "1NDEMNITY" Section of this Exhibit B}, accrued or c►therwise, which may have arisen prior to such ternunation. EXHIBIT C INSURANCE REQUIREMENTS In accordance with Aztiele 5 of this Agreement, Licensee shall (1) procure and maintain at its sale cost and expense, or (2) require its cantractors and subcontractors to procure and maintain, at their soie cost and expense, the fol�owirag insurance coverage: A. Cnrnmercial General LiabiEi Insurance. Commercial ge�eral liability {CGL) wit}� a limit of not �ess than $2,040,000 each occurrence and an aggregate li�nit of not less than $4,000,000. CGL insurance must be written an TSO oceurrence form CG 00 O1 12 Q4 (or a substi�te fo�rm providing equivalentcoverage). The policy must aiso contain the following endorsement, WHICH MT]ST BE STATED ON THE CERTTFICATE �F INSURANCE: Contractual Liability Railroads ISO form CG 24 17 10 O1 {or a substitute form praviding equivaleat coverage} showing "Union Pacific Railroad Company Property° as the Designated rob Site. B. Business Auto�nobile Covera � Insurance. Business auto coverage written on ISO form CA 00 O 1 10 O l(or a substitute form providing eqni�atent liahilify coverage} vvith a limit of not less $2,000,000 for each accident, and coverage must include liability arising aut of any auto {including owned, hired, and non-owned autos). The policy must contain the foilowing endarsements, WHICH MLT5T BE STATED ON THE CERTIFICAT� OF INSUR.ANCE: "Coverage Far Certain Operations In Connection Wit[� Railroads" ISO form CA 20 70 10 D 1(or a substitute form providing equivalent coverage) si�owing "Union Pacif c Railroad Company Property" as ihe Designated Job 5ite. C. WQrkers' Com �nsation a�d Em lo ers' Liabili Insurapee. Coverage �nust include but not be limited to: Licensee's statutory liability under the warkers` compensation �aws of the state(s) affected by this Agreement. Ennployers' Liability (Part B) with Iimits of at Ieast $SOO,q00 each accident, $500,000 disease policy Iirnit $504,a00 each employee. If Licensee is self-instued, evidence of state approval and excess workers` compensation caverage must be provided. Coverage must include liability arising out of the U. S. Longshoremen's and Harbar Workers' Act, the 7ones Act, and the Outer Continentai Shelf Land Act, ii applicable. D. Enviranxnicnta[ Liabiii In��urnnce. Environmental Legal Liabilzfy Insurance (ELL} applicable to bodily injury, property damage, including loss of use of damaged property or of property that has not been physicaily injured or destroyed, cleanup costs, and defense, including cos#s and expenses incurred in the investigativn, d�fense, or settlement of claims, or compliance with statute, a11 in connection with any lass arising fram the insured's perfarmance under this Agreement. Except with respect to the limits of insurance, and any righfs or duties specifically assigned to the first named insured, this insurance must apply as if each named insured weze the only named insut'cd; and separately to the additional insured against which claim is rnade or suit is brought, Coverage s�all be maintained in an amount of at least $2,000,000 per loss, with an annual aggregate of at least $4,004,ODQ. Any refixoactive datc applicable to ELL inst�rance coverage under ttze poIicy must be the same as or precedes the Effective Date of this Agreement, and continuous coverage must be maintained far a period of five (5) years beginfling fro3n the time the wark under this Agreement is complcted or if coverag� is eancelled for ar�y reason the policies extended discovery period, if any, will be exercised far the maxim�m time allowed. E. Railraad PratecC�ve L9ability Insurance. Licensee must maintain for the durationof work "Railroad Pratective Liability" insurance wntten on ISO occuzzence form CG 00 35 12 44 (or a substitute form providing equivalent coverage) on behalf af Licensor only as named insured, with a Iimit of not less than $2,000,000 per accurrence and an ag�regate of $6,000,000. The definitian of "70B LOCATION" and "WORK" on the declaration page of the po�icy shall refer ta this Agrecment and shall describe all WORK or OPERATIONS performed un[{er this Agree�nent. Notwithstanding the foregoing, Licensee does not need Railroad Pr�tective Liability Insurance aier its initial construction work is complete and ali excess mat�rials have been removed from Licensor`s properiy; PROVIDED, however, that Liceasee shall procure such coverage for any subsequent maintenance, repair, renewal, modification, reconstruction, or removai work on Licensee's Faciiities. F. Umbrella or Excess Insurance. If Licensee utilizes urnbrella or excess policies, and these policies must "fo]]ow farm" and afford no iess coverage than the primary policy. Other Ret��eirements G. All palicy(ies) required above (excepi business a�tazz�obile, workers` cornpensation and empIoyers' liability) must inciude Licensor as "Additional Insured" using ISO Additionai Insured Endorsement CG 20 26 (or substitute form(s} pro�idirag equivalent coverage}. The coverage pro�ided to Licensar as additional insured shall not be ltmited by Licensee's liability under the indemnity provisions of this Agreement. BOTH LICENSOR A1�FD LICENSEE EXPECT THAT LICENSOR WILL BE PROVIDED WITH THE BROADEST POSSXBL� COVERAGE AVAILABLE BY OPERATION OF LAW UNDER ISO ADDITIONAL IN�URED FORM CG 20 26. H. Punitive damages exclusion, ii any, rnust be deleted {and the deletion indicated on the certi�icate of insurance), unless (a} insurance coverage rnay not lawfully be abtained for any punitive damages that may arise �nder this Agteement, nr (b) all punitive damages are prohibited by all states in which this Agreement wili be performed. L Licensee waives aIl rights of reco�very, and its insurers aEsa waive all rights af subrogatipn of damages against Licensor and its agents, oif cers, directors and employees for damages covered by the workers' cornpensation and employers' liability or commercial umbrella or excess liability obtained by Licensee required in this Agrcernent, wlaere permitted by lavv. This waiver must be stated on the certificate of insurance, J. All insurance policies musi be written by a reputable insurance companiy acceptable to Licensor or with a current Best's Insurance Guide Rating of A- and Class VIF or better, and authorized to do business in the state(s) in which the �work is to he performed. K. The fac# that insurance is obtained by Licensee �will not be deemed to release or dirninish the liability of Licensee, including, witi�out limitation, liability under the indemnity provisians af this Agreement. Daxnages recoverable by Licensor from Licensee or any third party will not be limited by tiie amount of the required insurance caverage. L. Licensee is allowed to retain (salf-insure) in whple or in part any ins�rance obligatian under this Agreement. Any retention sha11$e for the account of Licensee. Tf Licensee elects to retain (self-insure) in whate or in part any insurance required by the Agreement Licensee agrees that it shall pxovide Railroad with thc same coverage that would have been pro�vided to zY by the required commercial insurance forms had Licensee obtained co�nercial insurance. Far all coverage not retained (not self-insured) Licensee shall fi�rnish Railroad with certificates(s} of insurance, executed by a duly authorized representative of each insurer, showing compliance with the insurance requirements in this Agreement. Folder No. 3312-66 EXHIBIT D CONTRACTQR'S R.IGHT Or ENTRY AGREEMENT Mile Post: 249.13, Ft. Worth St�bdivision Location: Fort Worth, Tarrant County, Texas This CONTRACTOR'S RIGHT OF ENTRY AGREEMENT ("Agreement") is made and entereci into as of the day of , 202_ ("Ef%ctive Date"), hy and between UNION PACIFYC RAILRQAD C�MPANY, a Delaware carporation, to be addressed at 1400 Douglas Street, MS 1640, D�naha, Nebraska 58179 ("Railroad"}, and , to be adc�essed at ("Coatractar"}. RECITALS: A. Railroad and City oi �ort Worth ("Licensee"), entered into tJzat certain Pipeline Agreement dated , identified in Railraad's records as Folder No. 3312-$6, including any amendments or supplements thereta ("Railroad Agreement"), covering Licensee's construction, maintenance, and operation of an underground S inch PVC pipel�ne encased in a 24 inch steel casing for transportit�g and conveying sewer only, including aay appurtenances required for the operation of said pipeline (collectively, "Licensee's F'acilities"), across Railroad's real property, trackage, or ather facilities located in Fort Worth, Tarrant Counry, State of Texas {"Railroad Property"}. The specific specifications and limiied �urpose for Licansee's Facilities on, alang, across and under Railroad Property are described in and shown on the Print and Specificatzons dated Feb�ary 21, 2022, aEtached hereto as Exhibit A and made a part hereof. B. Contractor has been hired by Licensee to perform on Licensee's Facilities located on Raiiroad Property ("Work") C. RaiLroad is willing to pertnit Contractor ta perfarm the Work subject to the terms and conditions of this Agreement. IT IS MUTiTALLY AGREED BY AND BETWEEN THE PARTIES HERETO AS FOLLOWS: Article 1. DEFINITIdN �DF �OI�TTRAC7'OR. For purposes af this Agreerr�ent, all references in this Agreemer�t ta Cantractor vvili include Contractor's cont�'actars, subcontractors, afficers, agen.ts and employees, and athers acting under its or their authority, Article 2. RAILROAD GR�NTS RIGHT. Railroad hereby granis to Contractor during the Term (defined below), and subject to the terms and conditions of this Agreement, to enter upon and have ingress to and egress from Railroad Property for the sole purpose af performing the Work. Contractor ackr�owledges and agrees that Contractor`s performance of the Work is strictly limited to the Wark described iri this Agreement, or as designated by Railraad's Field Representatives. Article 3, TERM: T��2MINATI[�N. A. Tksis Agreement will commence on the Effecti�e Date and will continue for ane (1) year from the Effective Date, or until such time as Contractor enmpletes thc Work, whichever is earlier ("Term"). Cantractor agrees to notify the Railroad's Field Representatives in writing when it has campleted the Work. B. Natt�rithstanding the foregoing, this Agreement may be tertninated by either pariy on ten { 10) days writt�n notice to the athcr party. Article 4. CON`I'RACTQR'S COMPLIANC� W'iTH G�N�RAL T�:IL'VI�. Co�tractor re�resents and warrants that Contractor will strictly comply with all terr�s and conditions set forth herein, �nclUding the General Terms and Condit�ons, attached hereto as Exhibit B and made a part hereof, in its performance of the Work. Article 5. Ct)NTI2ACTQR'S COSTS FaR PERTORMANCE OF THE WORK. Contractor shall bear the entire cost and cxpense af perfarnting t�e Work, including reimbursement of atiy costs set forth in the "CONTRACTOR'S 1'AYMENT OF EXPENSES" Section af Exhibit B of this Agrcement. Article 6. INSLTitANCE. A. During the 'Ferm af this Agreement, Contractar shail fully comply or cause its contractar(s) to fully comply with the insurance requirements described in Eg6ubit C, attached hereta and made a part hereof. Contractor shall send cppies of all insurance documentation {e.g., certificates, endorsements, etc.) to Railroad at the address listed in the °NOTICES" Section of this Agreement. B. If Contractor is s�bjeci to statute(s) limiting its insurance liabili#y andlor limiting iis ability to obtain insurance in compliance with Exhihit C of this Agreement, those statutes shall apply. Article 7. ATTdRI'�TE�'S' FEES, ��C,PENSES, AND CUSTS. If litigation or other court action or s�milar adjudicatory proceeding is undertaken by Contractor or Railroad to enforce its rights under this Agreement, all fees, costs, and expenses, includ�ng, without limitation, reasonable atto�neys' fecs and court costs, of the prevazling Pariy in such action, suit, or proceeding sl�all be reirnbursed or paid by the Party against whose interest the judgment or decision is rendered. The provisions of this Article shall survive the termination ai this Agreement. Ar#�cle 8. UiSMiSSAL. OF CONTRACTOR'S EMPLOYEE. At the rec�uest o� Railtoad, Contractar may remave from Railroad Property any employee of ContracEor wh� fails to conform to thc instructions of Rai�road's Field Repzesentatives in connection with the Work, and any rigt�t af Contractor shall be suspended until such removal has occurred. ArEicle 9. ADMii�ISTRATNE FE�:. Upan executian oitbis Agreement, Cantractor shall pay to Railroad a one-time adrninistrati�e fee af One Thousand Dollars ($1,000.00), as reimbursement for Railraad's administrati�e processing of this Agreement. Article i0. NO ADDITIOI�IAI. CROSSTIlGS GRAI�ITED. No additional vehicular crossings (including temporary ha�►1 roads} or pedestrian crossi�gs over Railroad Property will be installed by or used by Contractor without the prior written approvaE of Railroad. Article 11. WAIVER OF BRFACH. The waiver by Contractor of the breach af any conditian, covenant or agreement herein cantained to be [cept, observed and performed by Contractor shall in n.a vvay impair t1�e right of Rail�aad to avail itself of any resnedy for any suhseqt�ent breach thereof. ArHcle 1Z. ASSIGNMENT. A. Contractor shall not assign this Agrecment, in whole or in part, or any rights herein granted, without the written consent of Railroad, which rr�ust be requested in writing by Contractor. Any assignmen# or attempted transfer of this Agreement or any of the rights herein granted, whether voluntary, by operation of law, or otherwise, without Railroad's writ#en consent, will be absolutely void and may result in Rail�oad's terminatian of �his Agreement pursuant to the "TERM; TERMINATIDN" Section of this Agreement B. Upon Railroad's written consent to any assignment, this Agreement will be binding upon and inure to the benefit of the parties thereto, snccessors, heirs, and assigns, executars, and administratars. Articie 13. S�VERABILITY. Any provisian of this Agreement which is determined by a caurt af competcn# jurisdiction to be invalid or unenfarceab�e shall be in�alid or unenforceable only to the extent of such detemuflation, which shall not invalidate ar otherwise xender ineffective any other provision of this Agreement. Article 14. NOTICES. Exce�I Contractor's comme�cement of wnrk notice(s) required under Exhibit B, all other noticcs required by this Agrcement must be in writing, and (i} persor�ally served upon the business address listed below ("Natice Address"}, {ii) sent ov�rnight via express delivery by a nationally recognized overnight delivery service such as Federal Express Garporation or United Parcel Service ta the Notice Address, or {iii) l�y certiiied mail, return receipt requested #a the Notice Address. Overnight express delivery notices will be deemed fa be given upon receipt. Certified mail notices will be deemed to be given three (3) days after deposit with the United States Postal Service. If to Railraad: Union Pacific Railroad Company Attn: Analyst — Reai Estate Utilities (Folder No. 3312-86) 1400 Douglas Street, MS 1640 Omaha, Nebraska 68179 If to Contractor: Legal Entity Name Attn: IN WI7NESS WHEREOF, the parties hereto have caused this Agreerrient to be executed as of the Effective Date. UNION PACg'IC RAii.ROAD COMPA.NY, a Delaware corpnrakion LEGAL ENTITY NAMR By: By: Title: Title: � NON-FLAMMABLE LIQUID PIPELINE BCROSSING ❑ENCROACHMENT ❑ BOTH B uPaR R. o. w. ---__------------------------__ _ �-..__-------�-------__—.._..^------- -- f � s�3 FT. asa� FT. - - -- ,_ E � � cr, � o :�_ 240 F F. �`-I� — F T. a w c `.,_. � � 50 :�� 4� ' F -'�.95'57'A1'�J��i. � V � ! � ' ANGLE DF � ¢ � � � �CROSSING ' � J I � � - _ . �..r__,� � aw � _ — - �� � ` �ESCR[6E � � � �E5CR18E ° �� • FIXED 08JECT "�i FIXED �BJECT �' � CRO55[NG TRACK CROSSING 7RACK ` Iq ,I� Jessmine SL CfL �'Q1 �`-=��" {oo�: iss25srt] t _ � �vo�T�--------------------- _l� -�-- qJ uPAR R.o.w.'"-------__��..____�------- PLAN SCALE7 NONE �_ly i' Ic7 � - i¢ ��- � � _. 1. � � � � .' { � AQ . r� ouTEA r� ouTER I TRALK j TRACK . 50 F1, —�'� I s62.aFT. - 2s� FT. --- ...-- - i o Fi. � � �- - VENT PIPE � � I TOTAL 1RAC€(5 ' NA F T. . . . I � � 1 V_ 1 . 1-__ --CASING PIPE CARRIER P1PE ? r r, e . cG�� C �c: � ��ri 5° FT. -'i _.__� _�J -- — s5 FT. -- I - I j -- NA F1� - —" MA / GROLING � F��i SIJRFACE --� �RA I NAGE ' i j 1 �ITCH � , f � ? � � � \L/ j � I �. F �. 3.9 F T. � ` � - ---- . . . - 1�� SE�T � ON L�NGITl1�INAL P�Pf 5ca�E: rioNE ENCROACHMENT Nares: 1� ALL �IMENSIONS MEA5URE6 PERPENDICULAR T6 THE CENTERLINE OF TR.4CK zl REFER TO AREAhA VOLUME 1. CHAPTER i. PART 5, SECTION 5.9 A) METHp� OF INSTALLATION gOREDANDJACKE6 Bl (71ST, FRpM CEN�ERL3NE OF TRACK TO PIPE ENCROACHMEN7 BUlLDING AME�tICA� CY SIGNS PROViOE�P ATMlN1AAUMSlGNSWILL6EPROVI�EDA55TATEQA60VE D1 CARRIER MATERIAL �'UC —_. [F RCP. CLASS V? ��A COMIh00ITY �f 0 BE C[INVEYE� sEwER , � X H I B I T " A" OPERATIONAL PRE5SLIRE 5� PSI. MAOP 5Q PSf. WALL TNjCKNESS I[NCH}/ SCNE�ULE 40 . OIAMETER $ �N SUB�IVISION: ��•wont�sue. CATH�D[C/COATING PROTECTION N�T 1RACK TYPE: MAINLINE E} �R$�NG MAT�fl]A�. S7EEL PIPE . IF RCP, CLA�S �1� NA . M.P,: 2q9.13 LAT.: 32.7tB8273 TOTA� LENGiH CR5iNG PIPE: ���_.— FT. ���- WALL THICKNESS a.a�$ ;N, DIAMETER 24 1N. E•5•�•: 2s�a+szf L ONG.: -szazasios CATHO�IC/C�ATING PAOTECTION ves NEARES� C17Y: COUNTY: STATE: CASING PIPE I5 aPEN AT THE ENpS. FORrwoR�w TARRANT rx_ F1 UISTANCE FROM CENTERLIIVE OF TRACK Tp NEAR FACE OF APPLECANT; CI7`/OFFDRTWORTH BORING ANp JACIC[NG PITS WMEN MEASURE� AT RiGHT ANGLES —_____ — _- ss qNp zs� . FILE NO.: o33�2Bs � pA1�: ouzirzazz EXHIBIT S TO THE C�NTRACTORS RIGI-IT OF ENTR�' GENERAL TERMS AND CONDITIONS Section 1. LIMITATION AND SUB�RD�NATION OF RIGHTS GRANTED. A, The foregoing grant is subject and subordinate ta the prior and cont�nuif�g r'tgh# and obligatian of Railroad to use and maintain its entire property including the right and power of Railraad to construct, maintain, regair, renew, use, operate, change, modify or relocate railroad t;racks, signal, cammunication, fiber optics, or other wirelincs, pipelines and other fac�lities upon, along or across any or all parts of its property, all or any of which may be freely done at any tarne or times by Railroad without liability to Contractor or to auy other party for compensation or damages. B. The foregoing grant is also subject to all outstanding superior rights (including those in favor of licensees and lessees of Railroad Property) and the right of Railroad to renew and extend the sarrze, and is made witl�out covenant of title ar for quiet enjoyment, It shall be Contractor's sale obligation to obtain sueh additional perm�ssion, license and grants necessary on accaunt of any such existing rights. Section 2. NUTICE QI' COMMENCEMENT OF W�RK; �11'EERGF,NCIES. A. Contractor is strictly prahibited from commencing any Work on Licensee's Facilities without Railroad's written appro�ai that the work will be in strict compliance with (i) the "ENGINEERING AEQUIREMENTS; PERMITS" Section of the R.ailroad Agreement, and (ii) this E�t►ibit B. Upon Railroad's approval, Contractor sUal1 contact Railroad's Field Representatives at leasY ten (10) days before commencement o� any Work on Licensee's Facilities. B. Contractoa shall not commence any work until: {1) Railraad kas detern�.ned whether flagging ox other special protective or safety rneasures ("Safety Measures") az'e required For performanee of the Work pursuant to the "k'LAGGING" Section of this Exhibit B and provided Contractor written authaxization to commence the Work; and (2) Contractor has complied with the "PROTECTION OF FIBER O�TIG CABLE SYSTEMS" Section of this Exhibit B. C. If, at any time, an emergency arises involving Licensee's �'aciiities, Contractor shall immediately contact Railroad's Response Management Communications Center at (888) 877-7267. 5ectian 3. FLAGGING. A. Following Contractor's notic� to Railroad's Field Representatives reyuired under tlue "NOTICE OF COMMENCEMENT OF WORK; EMERGENCIES" Section of this Eghibit B, Railroad shall inform Contractor 1f Safety Measures ate requ�red for perfarmance of the Work. If 5afety Measures are rec�uired, no work of any kind may be performed by Contractor or its contracior(s) until arrangements for the Safety Measures have been made and scheduled. If no Safety Measures are zequired, Railrvad will gi�e Cantractor written authorization to coznmence the Work. B. If any Safety Measures are performed ar provided by Railroad, inclading but not limited to flagging, Railroad shall bill Contractor for sueh expenses incurred by Railroad, unless Railroaci aud a federal, state, or local governmental entity have agreed tkaat Railroad is to bill such expenses ta tbe federal, state, or tocal governmental entity, Additional inforntation regarding the submission of such expenses by Railroad and payment thereof by Conkractor can be fonnd in the "CONTRACTOR'S PAYMENT OF EXPEN5ES" Section of this Eghibit B. If Railroad performs any Safety Measures, Contractor agrees that Contractor is not relieved of any of responsibilities or liabiliTies set forth in this Agreer�nent. C. For flagging, the rate pf pay per hour for each flagger will be the prevailing hourly rate in effecC for an eight�hour day for the class of flagmen used during reg�Iarly assigned hours and overtime in accardance with Labor Agreements and 5cheduIes in effect at the time t}�e work is performed, In addition to the cost of such labor, a composite charge for vacation, holiday, health and w�lfare, supplemental sickness, Railroad Retirement and unempIoyment compensation, supplemental pension, Employees Liabi[iiy and Properry Damage, and Administration wilI be included, camputed on actual payroll. The composite charge will be the pre�ailing composite charge in ef%ct at the time the work is perfarmed. One and one-haif tin-►es the current ho�rly rate is paid for o�vertime, Saturdays and Sundays, and two and one-half times eurrent hoizrly rate for holidays. VSlage rates are subject t� change, at any time, by law or by agreement between Railroad and its employees, and may be reiroactive as a result of negotiations or a ruling of an authorized governmental ageacy. Additianal charges on Iabor are also subject to change. If the wage rate or additional charges are changed, Contractar (or the governmental entity, as applicable) shall pay on the basis of the new rates and charges. D. Reirr�bursement to Raiizoad wilj be required cavering the fu�l eight-hour day during whicb any flagger is fiu�ished, uriless the �7agger can be assigned ta ather railroad work during a parCion of such day, in which event reimbursement will not be required far the portian of the day during which the #�agger is engaged in other railroad work. Reimbursement wiIl alao be reqnired %r any day not actually worlced by the flaggers following the flaggers' assignment Co wark on the pra3ect for wh�ich Railroad is xequired to pay the flaggers and which eould not reasonably be avoided by Railroad by assignment af such flaggers tp ather work, even though Contractor rnay nat be working duxing such time. When it becoines necessary for Rai�road to bulletin and assign an employee ta a flagging position in compliance vvith union calleciive bargaining agreements, Contractor must provi�e Railroad a�ninimum of five (S) days notice prior ta the cessation of the need for a flagger. If five {5) days notice of cessation is not given, Cantractor will still be requized to pay flagging charges for the days the flagger was scheduled, even though flagging is no Ionger required for that period. An additianal ten (10) days notice must then be given to Railroad if flagging services are needed again after such five day cessatzon notice has been given to Railroad. Seelion 4. SAFETY. A. Safety of personnel, property, rail aperations and the public is oi paramount importance in th.e prosecution af any work on Railroad Property performed by Contractar, and takes grecedeace over any Work on Licensee's Facilities to be perfarmed by Contractor. Contractor shall be responsible for initiating, maintaining and supervising aIl safety operations and programs in cannection with any Work on Licensee's Facilities. Contractor and its contractor shail, at a minimum comply, with Railroad's then c�u�rent safety standards Iocated at the below w�b address {"Railroad`s 5afety Standards") to ensure uniformity with the safety standards followed by Raiiroad`s own forces. As a part af Contractor's safety responsibilities, Canfractor shaIl notify Railroad if it determines that any oi RaiIroad's Safety Standards are contrary to gaod safety practices, Contractor shall furnish copies of Railroad's Safety Standards io each of its exnp�oyees before they enter Railroad Properiy. (]illn:l.�4vtis•w.�s�.c�amlev�nt���tih[ic/ri..��sri ri�s�� �]i� ��relncumc�it,�/utt�c�(� n:�tivc_docsl��f ���7�iiier v€�,1�_r�L�r11] B. Contractor shall keep the job site on Railroad Property free fram safety and hcalYh hazards and ensure that the�r employees are campete�t and adequately trained ir� ail safety and hcaifh aspecis of the Work. C, Contractor represents and warrants that all parts of Lic�nsee's Facilities within and outside of the lirr�its af Railroad Property will not �nterfere whatsoe�er with the constant, continuous, and unintern.tpted use of the tracks, property, and facilities of Railroad, and nothing shall be done or suffered to be done by Contrac[or at any time that would in any manner impair the safety thereaf. D. Railroad's operations and work perfortned by Railroad's personnel may cause delays in Contractar's or its contractor's Work on Licensee's Facilities. Cantractor accepts this risk and agrees that Railroad sY�all have na liability to Contractor or any other person or entity for an� such delays. Contractor must coordinate any work oz� Railroad PropErty by Contractor or any third party with Railroad's F�eld Representatives in strict compliance with tkie "NOTICE OF COMMENCEMENT OF WORK; EMERGENCIES" Section of this Exhibit B. E. Railroad shail have the right, if it so elee#s, to provide any support it deems necessary for the safety of Raiiroad's operations and tracicage during Contxaetor's perfort�ance of the Wark on Licensee's Facilities. In the event Railtaad provides such support, Railroad sha11 invoice Contractor, and Contractar shall pay Raikoad as set farth in the °CONTRACTOR'S PAYIVIENT OF EXPENSES" Section of this Eghibit B. 5eetion 5. PROTECT'ION (3F TIgER dPTI� CA13LE SYSTEMS. Fiber optic cable systems may be buried on Rai�raad Property. Protection of the fiber optic cable systems is of extreme importance si�ce any break could disrupt service to users resulting in basiness inte�rruption and loss of revenue and profits. In addition to the notifications required under the "NOTICE OF CQMMENCEMENT OF WORK; EMERGENCIES" Section af this E�hi6it B, Contractor shall visit up,com/CSUD to complete and suf�mit the required form to determine if iiber optie cable is buried anywhere on Rai�road Property to bc used by Contractor. If it is, Contractor shall telephane the telecommunications company(ies) involved, az�d arrange for a cabJe locator, make arrangements %�z relocation or other protection of the fiber optie cable, all at Contractor's expense, and will not commence any work on Railroad f'roperty until all such prntection or relocation has been eompleted. Seetion b. CONTRACTOR'S PAYM�N1' OF EKPENS�S. A. Contractor shall bear the entire cost and expense of performing th� Wark on Licensee's Facilities, including reimbursement of any costs set forth in this Exhibit B. B. Contractor shall fully pay for ail materials joined, affixed to and labor perforzz�.ed o❑ Railroad �roperty in eor3nection with the Work on Licensee's Facilities, and sl�all nat permit or suffer any mechaQic's or materialman's lien of any kind or nature to be enforced against the property for any wqrk done or materials furnished thereon at the znstance or request oz on behalf of Contractor. Contractar shall promptly pay or discharge all taxes, charges, and assessments levied upon, in respect to, or on account of Licensee's Facilities, to prevent �he same from becoming a charge or lien upon auy property of Ra[lraad, and so that the taxes, cl�arges, and assessme�ts levied upon or in respect to such property shall not be increased i�eeause of the location, construction, or maintenance of Licensee's Facilities or any improvement, appiiance, or fixture connected therewith placed upon such property, or on aceount of Contractor's interest thereis�. Where such tax, charge, or assessment ma.y nat be separatejy made or assessed ta Contractor but shall be included in the assessment af the property of Raiiroad, then Contractar shall pay to Railroad an equitable praportion of such taxes determined by the value of Contractor's property upon property of Rai�road as compared with the enkire value of such property. C. As set forth in the °FLAGGING" Section af this Exhibit B, Gontractar shall ha�e the right, if it so elects, to provide any 5afety Measures Itailxoa� deems necessary for the safety of Railroad's operations and �rackag� during Cantractor's or its contractor's performance of the Work on Licensee's Facilities, including, but not limited to supervision, inspection, and �Iagging services. Fn the event RaiLroad provides such Safety Measuses, Railroad shall submit an ztemized invoice to Contractar's notice recipient listed in the "NOTICES" Article of this Agreement. Contractor shall pay to Railroad the tota! amount listed on such invoice within thirty {30) days of Contractor's receipt af such invoice, Sec€ian 7. RESTORATI4N OF RAILROAD'S PROPERTY. In �he even# Coniractor, in any manner mo�es or disturhs any property of Rai�'oad in connection �vith performance of the Work on Licensee's Facilities, then, Contractor shall, as soo�i as possible and at Cantractor's sole cast and expense, restore Railroad's property to the same condition as the same were before such properiy was maved or disturbed_ Section 8. INllEMNITY. A. Definitions. As uscd in this Sectio�z: "Raiiraad" includes Railroad, its affiliates, its and their officers, directozs, agents and employees, and other raiiroad companies using Railroad Proparty at or near the location{s) of Licensee's Pacilities and the�r officers, directars, agents, and employees. 2. "Contractor" includes Contractor and its agents, contractors, subcontractars, sub-svbeontrac�ors, employees, officers, and directors, or any other person or entity acting on its behaif ar�nder its control. "Loss" includes claims, suits, taxes, ioss, da�ages (including punitive damages, statutory damages, and exemplary damages), costs, charges, assessments, judgments, se�tlements, liens, demands, actians, causes of action, fines, penalties, interest, and expenses o�' any nature, including court costs, reasonable attorneys' fees and expenses, investigation costs, and appeaI expenses. B. Contractor shall release, defend, indemnify, and hold harrnless Railroad from and against any and all Lass, e�en if groundless, fraudulent, or false, that directly ar indirectly arises aut of or is related ta Contractor's perfonmance of the Work on Licensee's Facilities, including, but not 7imited to, any actual or alleged: Bodily harrn or personal injury (incluc[ing any e�notional injury or disease) to, ar #he death af, any person(s), including, but nat Iirziited to, Cantractor, Railroad, any telecommunications company, ar the agents, contractors, subcontractors, sub-subcontractars, or emp�oyees of the foregaing; Datnage to or the disturbance, loss, movement, oz' destruction of Raikoad Property, including loss of use and diminution in value, including, but nat limited to, any telecommunications system(s} or ither optic cabte(s) on or near Railroad Progeriy, any property af Contractor or Railroad, or any property in the care, custody, ar control of Coniraetor or Railraad; Removal of person(s} from Railroad Property; 4. Any delays az intezference with track or Railraad's raiIroad operations caused by Contractor's activity(ies} on Railroad Praperty, including without limitation the consbru�etion, maintenance, modif cation, reconstruction, repair, renewal, re�ision, relocation, or removal of Licensee's Facilities ar any part thereof, any activities, labor, materials, equipment, or machinery in eonjunction therewith ; 5. Right(s) or interest(s) granted pursuant to this Agreement; 6. Contents escaping from Licensee's Faeiiities, including withaut limitation any actual or alleged pollution, contauaination, breach, or en�ironmental Loss; 7. Contractor`s breach of this Agreement or failure to comply vaith its provisions, �ncludfng, but noi ]imited ta, any violation or breach by Contractor of any represer�tatians and warranties Contz'actar has made in this Agreement; and Violation by Contractor of any law, statute, ordinance, governmental administrative order, rule, or regulation, including withont limitation all applicable Federa! Railroad Administration regulations. C. THE FOREG�ING OBLIGATIONS SHALL APPLY TO THE FULLEST EXTENT PERM�TTED BY LAW FOR THE BENEFIT QF RAILROAD TO LQSSES CAUSED BY, ARISING FROM, RELAT�NG TO, QR RESIJF,TiNG FROM, IN WHOLE QR 1N PART, `I'HE NEGLIGENCE OF R.AILROAD, AND SUCH NEGLIGENCE OF R.AILROAD SHALL NOT LIMIT, DIMiIVISH, OR PRECT.UDE CONTRACTQR'S OBLIGATIONS TO RAILROAD IN ANY RESPECT. NOTWITHSTANDING THE FOREG��TG, SUCH OBLIGATION TO INDEMNIFY SHALL NOT APP�,Y TO THE EXTENT THE LOSS IS CAUS�.D BY TNE SOLE, ACTIVE AND DIREC`F NEGLIGENCE, GROSS NEGLIGENCE, OR WlLLFUL MISCONDUCT QF RAILROAD AS DETERMINED IN A PINAL JUDGMENT BY A COURT OF COMFETENT JURISDICTION. EXHIBIT C TO THE Cd1VTRACTORS RIGHT OF ENTRY INSURANCE REQUIREMENTS Zn accordance with Article 6 of this Agreement, Coniractor shall (1) procure and maintain at its sole cost and expense, or (2) require its cantractors and subcontractors to procure and maintain, at fheir sole cost and expense, the following insurance caverage: A. Ct�tnmereial General Lisbility It�surance. Commcrcial general liability (CGL} with a limit of not less than $2,OOO,QOQ each occurrence and an aggregate limit of nat Iess than $4,QD0,000. CGL insurance must be written on ISO occwrtence forna CG 00 �1 12 04 (nr a substitute form providing equivalentcoveragej. The poliey must atso contain the following endorsement, WHICH MUST BE STATED ON THE CERTIFICA7'E OF INSUR.ANCE: Contractual Liability Railroads ISO farm CG 24 17 10 41 {or a substitute form providing equivalent coverage) showing "Union Pacific Railroacl Company Property" as the Designated Job Site. B, Rusin�ss Automabile Go�er��� [nsui•anee. Business auto coverage wriiten on ISO forrn CA 00 O1 10 O1 (or a substitute farm providing equivalent liability coverage} with a limit of not less $2,00(1,000 for each accident, and caverage must include Iiability arising out of any auto {including owned, l�ired, and non-owned aufos). The policy must cantain the following endarsernents, WHICH MUST BE STATED ON THE CERTIFICATE OF INSURANCE: "Coverage For Certain Operations Tn Connectian With Raikoads" ISO form CA 20 7b lQ O1 (or a substitute form pro�iding equivalent coverage} showing "Unian Pacific Railroad CQmpany Property" as the Designated Jab Site. C. Workers' Compensation and �,�nlnvers' [.iabilitv �nsurance. Coverage must include but not be Limited ta: � Cantractor's statutory liability under the workers' compensation laws af the state(s} affected by this Agreement. Employers' Lia6ility (Part B} with limits of at Ieast $SQ0,000 each accident, $500,OOQ disease policy limit $500,000 each emplayee. If Cantractor is self-insured, evidence of sta�e approval and excess workers' compensatian coverage rnust be provided. Coverage must include iiability arising out of the U.S. Longsharennen's and Harbar Workers' Act, the 7anes Act, and the Outer Cantinental Shelf �and Act, if applicable. D. Environmenta� 1 iaUilitV �nsur�nee. Environm.ental Legal Liability Insurance (ELL) applicablc to bodily iujury, praperty damage, including loss of use of damaged property or of property that has nai b�en physically injured or destroyed, cleanup costs, and defense, including costs and expenses incurred in the in�estiga#ian, defense, or settlement of claims, or compliance with statute, all in cannection with any loss arising frotxi. the insured's perfazmauce under this Agreement. Except with res�ect to the limits of instuance, and any rights or duties speci�caIly assigned to the iust named insured, this insurance tnust apply as if eacl� named insured were the only named insured; and separately to the additional insured against which claizn is made ar suit is brought. Coverage shall be maintained in an amount of at least $2,000,000 per loss, with an annual aggregate of at ieast $4,000,00�. Cont:ractor warrants that any retroacti�e date applicable to ELL insurance coverage under the policy is the same as or precedes the Ef�ective Date of this Agreeznent, and that continuous coverage will be maintained far a period of five (5) years begin.ning from the time the Work under #his Agreement is completed or if eoverage is cancelled for any reason the policies extended discovery period, if any, will be exercised for the maximum time allowed. E. Ra4lroad Protective Liability Insurance. Contractor must maintain for the duration of work "Railroad Protective Liability" insurance written on ISO occurrence form CG 00 35 12 04 (or a substitute farm providing equivalent cnverage) on behal� of Railroad only as named insured, with a limit of not less than $2,aao,OQO per occurrence and an aggregafie of $G,000,000. The definiYion of "JOB LOCATION" and "WORK" on the declaration page of the policy shall refer to this Agreernent and shall describe aIl W4RK or OPERATIDNS performed under this Agreement. Notwithstanding the foregaing, Contractor does not need Railroad Pratective Liability Insurance a€ter its initial construction work is complete and all excess materials l�ave been removed fram Railroad Properiy; PROVIDED, however, that Contractor shall procure such coverage for any subsequent maintenance, repair, renewal, modificatio�, recanstruction, ar removal work on Licensee's Facilities. F. UmbreEla or E�cess Insurance. lf Contractor uti�izes umbrella or excess policies, and these policies must "follow faz7m" and afford no less coverage than tbe primary policy. 4ther Requirements G, All policy{ies) required abave (except busi�ess automobile, workers' compensation and erriployers' liability) must include Railraad as "Additional Insured" using ISO Additional Insured Endorsement CG 20 26 (or substitute farm{s) providing equi�alent coverage). The coverage provided #o Railroad as additional insured sha11 not be limited by Contractor's liabilify under the indem.nity provisions of this Agreement. BOTH RAILROAD AND CONTRACTOR EXPECT THAT RAILROAD WILL BE PROVIDED WITH THE BROADEST POSSIBLE COVERAG� AVAILABLE BY OPERATIQN OF LAW UNDER I50 ADDITIONAL 1NSURED FORM CG 2� 26. H. Punifsve damages exclusion, if any, must be deleted (and the deletion indieated on the certificate af insurance), unless (a) insurance coverage may not lawfully be obtained for any punitive damages that may arise under this Agreement, or (b) all pun�ti�e daznages are proiiibited by all states in which t3�is Agreement will be perfozmed. I. Cantractor waives all rights of recovrry, and its insurers a�so waive all r�g3�ts of subxogation of damages against Raiiroad and its agents, ofiicers, directors and employees for damages covered by the workers' compensation and employers' liability or commercial umbrella or excess liability obtained by Co�tractor required iu this Agreement, where pErmitted by law. This waiver must he stated on the certificate of ins�.u'ance. J. All insurance policies must be written by a reputable insurance company acceptable to Railroad or with a current Best's Insurance Guide Rating af A- and Class VII or better, and authorized ta do business in the state(s) in which the Wnrk is to be perforrned. K. The fact that insurance is obtained by Contractor will not be deerned to release or diminish ihe liability of Contractor, including, wit}�out limitation, liability wxder the indemnity provisions of this Agreement. Damages recoverable by Railxoad from Contractor or any third party will not be Limited by the ama�nt of the required ins�zrance coverage. Exhibit E The purposs of these Guidelines is to inform 3�d party Applicants, Contractors and oihers outside of the Railroad of the requirements and standards for the abancionment ofi subsu�face utifity structures such as pipelines and �ther similar structures. This docurr�ent gavErns at all locations where the Railroad operates, regard{ess of track ownership or track status, either ac#i�e or out of service. 'i. Abandonment Procedures ,4. Hazardous materiai testing & notification 1. Prior ta either removal or abandon in-place o# exisiing Facillties, �esting for AGM, PACM, LBP and PCBs sha14 be completed and the resuits reported to the Raiiroad. i. ACM or PACM — Asbestos Containing Materials or Presumed Asbestos Containing Materials ii. LBP — Lead Based Paint iii. PCBs — PolyChEorinated 6iphenyls 2. 7asting results shall be ernailed to asbestosawareness@up.com (fike size limitl emaii is 'lOmb) with one of the #ollowing subject lines: i. Reporiing — Test Results ii. Action Required — Priarity Prajeci ii9. Action Required — Request fnr InformationlQuesiion 3. TF+e Railroad [nay require remo�al or cansider abandan in-place of the existing Facilities upon �eview of the testing results, B. Remo�al 1. At the tfine of abandonment, Facilities within �one B shail be removed and at the cost of the owner. See Figure 2-1 for Zone identification. 2. Regarding Figure 2-1 the following additionai Zone requirements apply. i. Zone A — a. Designed st�oring systems are required per Section 3A. , b. Track & ground manitoring is required per Section 3B. ii. Zone B— Sloped or stepped exca�ations are acce�table. Figure 2-1 r� Track I 15'-0" Excavatlan Permi�tetl � � h!o Excava#lan Sampie I Base vf Rall Excavu#aon ' Ground ltne 0' �_ Z�".__q_� �B' 10' I 2' I Q' 15' I B' i0' 22` 24' � 28' 30' � 32' 34' 36' 38' 40' 42' 44' 46` 48' SI0' I 2' °Y LONE: Ls �' o �i � 6, e�� � �i ❑i �, �� L' �� I � No Excavotlon tUNE A i0' T T�.� _____ ,� _....�_. _ 12' 14' 16' 18' 2 G. Abandan in-place The Facility shalf be filled with CLSM (Controfled Low-Strength Material}. Thi� pracess �s designed to hefp a�oid future subsidence as the line deteriorates after abandonment. The use of low strengih CLSM also allows the future remo�al of CLSM at a ia#er date if deemed necessary. 2. CLSM Design i. The CLSM material shall have an uncanfned compressi�e strength 304psi. This pro�ides stret�gth whi[e allowing �uture removal if necessary. ii. The mixture sha11 cansist of water, Portland cement, ffy ash, and sound fine ar caarse aggreg�te or both. iii. The mix design shall allow adequate fiowa6iiity without segrega#ion of aggregates. iv. #iardening time is af prime importance and CLSM should de�elap 50psi in about one hour. v. The maximum layer of thickness for CLSM shal! be 3 feet. vi. Additional layers shalf not be placed until the CLSM has lost sufFicient moisture. vii. For pipelines or structures with a clepth greater than 3 feet, CLSM shall 6e placed in lifts. viii. Contractor should verify na �oids will be present after fiiling the sfrt�cture. Ex. Access to fill pipelines shal! be from off the UPRR right-af way if possib�e. If exca�ation is required for the fiill proeedure, excavations shall meet requirements in Section 3. 2. Excavation Requiremen#s A. Shoring �esign 1. For temparary ear#h re#ention design req�irements on the Right-of-Way, see the Railroad Guidelines for Temporary Shoring, http:llwww.up.comlreal_estatelroadxinglindustrylindex.htm B. Track and Ground M�nitoring See the Raiiroad Guidelines far Track & Ground Mo�itoring. https:/lww+ru.u�a,camlrs�l_ est�telind�x.htnt C. Excavation 5afety 1. Guardrails Guardrails shall be provided to surround unattended exca�ations on Railroad Right-of-Way per OSHA Standard iVumber 1326.502 as fallows: a. The guarcErai( heig�t shall be at I�ast 42 inches above the walking surface. b. The smallest dimension for openings in the guardrail shall be na greater thsn 19 inches. c. Guardraif systems sFiall be capable of withstanding, witho�t failure, a force of at least 200 pounds applied within 2 inch�s of the top edge, in any outward or downward direction, at any point along the to� edge of the guardraif. O � � � k O � OC I�l r �. "c 7 Q� 'G•_� <c o r= a W -- � i- _ �i �50 �� ¢� ��� �-'� z � a =_ � �J J= o� _ o^ x= � � � z= �` r^ � ¢� � V1 � � �V y W �,,� - �� r � G g� � � � W x .� ._ ��'�� "_ � �;� a- �_� ¢< o<�- W � ��z �n Q�� ��z � M �; ;� � [� � � �� w�� �� m`o � -- '� � � � � � h� W��` �" � F� _ ;� F+-i `� Y 5 � � � �' �� N 5 ,� � �, � < ��; r., f `L, � � w j !r [v : � �u�x � �, � a �n- � �F� I �+_ W � �G�G � � � 'F� H ~ �m � O � � `' w ' \ ¢� -� � .a.� � V d ;o �� � � zv y zz � W � 2 �� � z� I`-'-'� o^v �Q�F � pv. O��z I wGae �C � �5 �°F �y Q� a 4 = N � ti r; � w �= x (]� - U} xz" w c�� � ; � �Q� �= W � Q W ', � �z 0 y � O n� S � N�r � -� � � �% � � � � z J ^ ��a � � � zW °�` W � w ��� � � � C � w? W � � ��O,,/ W y � I--I F � � �� �w� �° �r � w � ~ °�Qj f��C7 .��,; w �, z QC � nJ `, �` � � _, � E y a y F �z� � � � � . � � �— ¢ � � r/� '""' � �` � N � � y ��: H �, � m L�.. �� �� N � c � �� ,�xi z� ¢m >-- F^: �� W= ��� �� �� N C� 0 V 0 1� � � � 0 �^ 1� � �� � lll � Q w; I+iq �lO �I � �R ��`��P aa �I����. a�➢l y �y ti��� -�{ v �� _ o ��� �U pw U¢ o� � � �� OU y a I� lu U �� �� Wz � �z � a� w o,� � U� � wa a -�J O4 w 4 w� � � 2a ¢ 4 Q �w O� F' o �� � � Uq ¢ a � � Zy �� m N �O �� �_ ¢� oZ J � w� `gr �o � c O ° a � E } � m � � ❑ � W 6 ~ Ww � a�Nl 6 �? � Y N � � � � O � � N ., "� `-' ry e � C,°',� O r= q N q m or� � z � a' d� m � � � � 4 0 z � 9 � K � u� W ui z � ui x � �43� a � w � Qi Q Zz� 4 �z �I�� �aw �� z �� �IOg �wx ZtiLL Z" � -.� �o � ao p a �I�¢ I¢z3 },uG `��S �a �"i'y� V�� `,-, ¢ia /�oS Si \ i�e �, I��a �'- ��vwia N Ovwi A j Y a�e �e w`�� _ Fywa w � xZ= �� W � _ — �� �'e � � Z� x :.. :.. �',, �b `—' _ _ 3 p5� - 03 �� � �io��['#= Ui� tt _ w o� ` ¢ nas :. �t � �� c`� ~N� ' w o �" � w�., o `�=si � a - - W6 Qoo¢ „` �pw c 5' - F- _ �:o: r ��� � 3��� �� _ _ '0 3' _ - o�p� 3 �� � -�:._ G �� a�o= .,,� �� 0 7 a� Qoo,'�' `y€ � Aow� -- e I___- o 3 N ° _ -� -_ -__� � - 6a: �:._ �a�� ` - w� N��F 1�� � w,.� �'G co�v Nz� � ` ____ __..., z., " I � � 'o �'o -- - -- � � . . __ � : T- - F"> ooz u+w " wl�5 . o� v��: o � z� u � m o. '° � n �� � �� � �_ °oz Nq ���� f _ _ � � I 8 �� ew � ey - oN �' - � �N�V? �+�h� � �� „ � : ' m : sti � < � ...c e a<j i so�wq�aa�M1, a� _�r�,� r � i - '�} woo=a�3zlw m bow- ' b � � i i �I - 36�� 'B am��g�$ � - - - � w - � �� _ � _- = -� �� �` � _��' - �'� �� �� �� �u����p'�5¢���-�'� �g�rt'Ye .. .. � u F.'� �7 z z-¢ a�Q 3� w I � L, � Jx z� `�c�i � rc;� °,��nz'�,o�l �� rym�i '�M1 � � � � $u5 _ , _ I � I n�` o I �W ' S a�� �� i wow'- �— 64 �6 m� I � `Nn�a o `__o�n�H����o o ` I Lp �� w � � p � � �,� ..,`)F9cq aul m b� � � I � � � �� a �� I w m zLL .� �JW J I�, :g�-i4e f s=_w�$� �33o�gp � w,�m�"a lo w �S 3 3 s � � ? � E`o`o � ;aa��� - ' �- x � i � � 1�- �_�} ,5= z� li �o� ¢� R - - ' u � � o � �a _ _ _ ' _ ' _. _ o i ,.� � o _ 4 aaN i . N , ��^• � �LL� z � J ' ��' o _ �a�s _� 9 0� ='� I---' '�' ' s�y� c, n . I �_—_ I�I u '�u $ � ��`����� � � s m s¢= "2`�° - J " ' I �g _ . ..... o � � =� _ -a t �� i x-r cnw `_co��n����,rnT i - ' ' ' a"=-e w� ��,o��u�_wz� mL�c �, �� o. - � .w �G=L �o�� r i � �.a � �„ ..�d���x<-� po�y i�� � � _ ���,N =_�� �' _ _ ' '".°�o#= •°a��` � � � � 9�=� ��°c?� � '�1 � �N� ���� ---� J���=��'� � �� $�=�� � _I_ _ s,= .. '�- a � -- -- - r- 1i -�i. o���o � ,re i �,oLL�.si ' -% u �i - � I� V.aNx�o� n��ioN � z � � x i _ _ - _ i � � o i�_��' a= a � �.-�: t xN�� i i��o=- ��.��� �,�oz - �4 ---- =—=.r..l_._.S -�� .—,.:.,---- �N�� .. �fr - � -- o� wa _ ; i� �'� KH41u � - �o 3xi� �.��in�u,<o�ts�xal _ dz wx= .I.SNR'4Y5,� _ ' i d — - — -- - -- — - --�— _ ;k '�� �� �� yb _ �o �� a��W _- �m`�. V�i�d �z� �=J�� � O LL �o �m � � � ,� � � N � � o � W �W a� _ � �' � � o � w w - o a Z� a0 � a o Q ¢ � + lo o w�� � �Z W� o r ¢ �Q �; �� U � Cn � • " 6I � o y � ,o � S � 8 $ � � A�g a o e � � w � �i z = � w 's i � x�� r� w� y J _ - _ � o - � w - �_- : � � �: . ._. . . ... Y n ....... _ [ � \ /"' •.\ 46 � \ 9F / + �o �. '� { Jv F � ` .\ ��f � j �I _� \ ` ' :.� /�/ 3e 63 �� 5 .'c �;� � �eq. ; ; �_. _- , ,> ;�. ,.�.�'_.--iE" �Ss t=' .� _ � — �� �h' �3 'SBvrj . \� \ �-^�',3 �rs - ,`�_ /��'.:.h� - . ;^,; _ �::? �1\'_�Y,�"__ - � ]��: � �6 - rr I �l �, �, � i kr � { jl J, :� ::�:> F � r;� ; �Jr , l 1L ' S� iF i:r s - _ � — � u � �.^ N611'dllllBtlM�a a�M�S A2iVlINdS aNH �J�1HM a� _-� � -_ �� �� -a _ _ - - �4��`Ge�. _ _� y � _ �'�f' _ a„ J _- _ ee����:�' � - - � Q � � � " � - _; p - i w W � H L11 li.l � ` � s � � �' �- � Cn � ❑ ¢� Q s� O r� W W � w� g_ 4 ��� _ � L� � rc � : Z � W ��� �� - g = ~ - �� � d d ° a � �n - _ �_� - _ �m ¢ O Q¢ (WJ7 ��_ _- Y-�o � a xo�� � ° w c�n r � '� � �'_ = _ -� �'' _- NI z - g� �� � o � w � ¢ ' ���p���° -��° - - -- � a �Q � ,�n� <3'�� _� nc `3 ' ���,Q -<i _ ". � � � Z ';g'����^.�r.e _ -'S - ' ,=k� x ���`� - t,. , (7] a� ' - _ 5�G'< _ � ¢���f W - ' ��q �3 �j _'�F� u_: oo� .G'2 s�los ��m ' i c --�N�ta�,c..u��o�> �°I`e<�_¢'1 �t� _ _' q' j � � � €� a�� - '�S'L� Z� I o I�=g � � 4 � � 9 S 3i= astl.': � _ � 6' 2 '�2U ��J az �aQ - PU� � `�Z �Z �O �2 I= ¢ w a � r, i I ' .lri ,i a Fs�y �Shc I I I A " S� i 4^��^� I I � �3�&_ _:�C �.,� � � ^"li '] 5 V��' I � � r -. � � � � . . � . S" � I �@� : _}_ 3S I� � �� � I' i` � �a` �� �� ��gg �z �z! 2`s� s��a. 2a � n :SE :.�r -'ie�P' esa � 1 ' ��; �� --�, H :� :� �� ��� � � � - �� _ _ 1` �s� .�$ ^- �. ��� Ss o- e� !a �a e; so 3f2�� ]� �'i"a :Vi=a �a�es$i9 -,c.� ��]-; "' `- 3 d"e;z_:, �;*fie,a:,� : �.����;F:,P�:� :�: n � � � � N r � ¢ � L o= o= h � � � � 5. _3.�.� r— �: _= ; �# �� ----�—�. \lxX� s 1� _ll_ ( I c �a : ° ,II�I [ i , t I �ry i ' g � ` ��t,v e�--�i � 00 _ �. }a I ;;:. S�V�i'�95aa � �m �� x�h ;-� a s ; a�_= - - <as2�.�� �� �— - ,. . ��o _yw //I oa� / � �4 � � ��o ouoI � � ia N ' s W J `� - �`� � F � �6 O ly. I- li A � g i_— -- aoe �- ; w�� � � � �� � � r��.�'��� t xw� ��r (/j I �`. � -� � � i ��� ses �� : n96 ��E ��� �eo vaa aaa 49! o�s -- _ _ �S���g�. - — -- ��.:.s _ � __ ��e -__ � _ - am����;� �I £NY � - � � nl io7 � o� a � -� _ �_ c �4 a.Q �'a _�� _�y� �� < =�=a s�: Y�m���',�:_„o� �°R �5 ��C�a���h � _ . , ., _,. 1 � 0 � � g �. � £t F' r� � � ����' ��` 9! .0 EI ��5 p�;' �- �e� �3 7 �di _ s�§ f��� �� 8 i6�� � I � � ,I ; �� y ,� I �,I, �5.• � 1 _ � C� ' �i �� :i�� k`� �' ^�a —ss �ad ;� . �"e S�^ � h�� 89e ` Y� i' - � I :/ ' ' i6�! aif. ��3' S t� ��i� � � Su ��8� . ., 3�,�., . . ��\ � � �k �' . ei; NOIlt111119VH32i iJ3M35 A2iV11NVS flNtl 2i�lh'M _ �_ �� � � - �`w � � � Z � a - O � � s.0 w � m m � �� Z U7 W a� 60 �� �p m o� �¢ u�i w -' no "�"W � LL w cn � � &� 5'0 � O � WZ Q - h,- � a �Q � � �� _ � � � z �' _ _ � � I rl ��a — �3� i �,; _— — I�a , �;w 1` _� Iw � 3 3 f:i; $ � w:3- e '� �a�:� '- 9: �� � a 1 f—__i;i I/� ` �i �5;� � w��, ._. ' ___ . -, ._. _�.i : , _. ae_ � �1I' �` ¢� • - . � � 1� �� ��� � —�'— � — � � � +t' ':� ��� t �; ��i �" r� � � �dz oas ��� �'# ��N 3 �� � �� - �a 9� i � �sa g y I �,: �, !'j � � ��� I ;� � k� .a� �` �' f — �� � �'�§ � � I :!�; /'� \ .�f �N�? + �� ! 01 +�: 1��j ��� �� �: ��� — —-.---� � � ---- � 8''� �,� ';i �. ��3 ,.� ss� sg � • �a zss �} ii �� i B` 2 � � �� _ �� ' �a 3� ed a� aa 3fl �"e � � I��` �C� �T � � � ADDENDUM 70 WV[TATION TO BID NO. 24-0297 SANITARY SEWER REHABILITATIQN CONTRACT 703 WATER DEPARTMENT ADDEI�DUM NO. 2 DATE ISSUED: OCTDBER 15, 2D24 INVITATION TO BID (ITB): 24-0297 BID OPENII�G DAT�: QCT08ER 17, 2024 ITB No. 24-0297, issued September �9, 2D24, is hereby arnended as fallows: 1. SECTION 00 42 43 BID PROPOSAL Excel Wo�kboak has been modified to unlock Unit 2B celfs G1-G31 to allow E�idders ta input LJni# Price. No changes ha�e besn made to ihe PDF of the 00 42 43 Bid Proposal pre�iously issued with Addendum 1. Alf other terms and o itiflns remain unchanged. % � � o TONY SHOL�LA, P.E. ASSISTANT DiRECTOR, WATER DEPARTMEN7 ■�������������r������������������������rr�������«���������������������r������� By tt�e signature affixed below, Addendum No. 2 is hereby incorporated into and mad� part o# the above referenced Invitation to Bid. COMPANY NAME: 51GNATURE: NOTE: Company nam� an�ature mus �e�same as on the original bid documents. Failure io reiurn this form with your sealed bid m�c5�istitute grounds for rejection of yaur offer. ITB 24-0297 Sanitary Sewer Rehabilitatian Cantract 103 Addendum Na. 2, Page 1 of 1 ��� ���� H �O ADD�NDUM TO 1NViTATfON TO BID N�. 24-0297 SAHITARY SEWER REHABILITAiION CONTRACT 103 WATER DEPARTMENT ADDENDUM NO. 3 bATE lSSUED: OCTQBER 15, 2D24 INVITAifON TO BID (ITB): 24-0297 BID OPENING DA7E: OCTOBER 17, 2024 [TB f�o. 24-0297, issued SEPTEMBER 19, 2024, is hereby amended as follows: 1. TECHNiCAL SPECIFICATIONS: Replace the following Sections: Re lace Section 00 42 43 — B�d Pr000sal Witf� Section 00 42 43 — Bid Proposal Summary of Bid Proposa! u,adates a. Adjusted lrme and concrete quantities. !t is understood thaf lime stabilizafion under sma1l concrete areas is not pracfica! in Units 1 and 2A. b. Removed site clearrng and the duplrcate Frna! CCTV bid items fram Unit 28. All other terrrEs a d co�d'tions remain unchanged. '�f3lL J v � __t TOT1Y SHOLOLA, P.E. ASSISTANT DIRECTOR, WATER DEPARTMENT ■����������������iea�e���a���rr�������iar�����a�a���������[�rai�i�����a�ri����� By the signature affixecE belaw, Addendum No. 3 is hereby incorporated into and made pa�t of the above referenc�d In�itation to Bid. C�MPANY EVAME: � SiGNATURE: NOTE: Company name and sig���st be the sarne as an the original bid documents. Failure to return this form with your seale bid may constitute grounds far rejection of your affer. BID NO. 24-0297 SANITARY SEWER REHABILITATION CONTRACT 903 Addendu�n No. 3, Page 1 of 1 :z3 ,,,,,,�.u`�'„` SECTtON 00 42 43 PROPOSALFORM UNIT PR i'mjcct Itcm fn(unnat[nn Bidder'5 Applicafian Biddcrs Praposol i I'E Y(�� � Okl 54UH'I I I LCfI[I,Y SPH IFfC �TI[i\ Il(%'�til:M1lS �:xd„o =o�M1s� aoocnou� ;,, a�.�t ���� m�� ��m�.�d «.�,��..�,�.. I Itei�n Na I I Spccifieaiiun Secliun I�a �,�"'.� _ I..,__..__ � Unit Price � Bfd VoJuc � 1113f I'R��PU5:LL SECTION OU 42 43 PROPQSALFORM 11HIT PR Bidders Appllcation Pmjec[ hrm infpnnmian BiJJur's Praryusal 21 REhIpVLCONCVALLLYCiU'fIER 0}41IS SY 1? P_ SANI�I�AR]'LINEGRUCTI1vCi OZJI I� CY 3 23 G°SLulGRABAti�UO�hI�NTPLl1G U2al I� HA 2 2a klt�lOVta'5t1V�:liA1A\�IIULE U2al I� t�\ ?4 25 AB.ANDCIN h1:SNHULE U2 a I 14 E,1 ] i(� 5^SVIi]F.�SPH:ILTPV\1"PIiI-:PAIR.ILGSII]GNIIAL 3�DI 17 IF dd5 27 ASPIIAI.'I'P\+,11TRENrVR,SFwERSEILVICE i?Ul I7 LF II?7 3R ASPIi.-1I.T PVY3T R£PAIR BEl'UN� [JEFINED Si�IDTH, IiE51UEN'i"I.aL 3� Ul 17 SY 3f1� 29 TG�fPORARYASpI-IALTRAVNGRLPAIRi'_"HMAC0I�G'FLEX6�SL� :301 IS I_f 3U7 3D IIYI][14TI:1]LIAIF.fiu•��1LRSi5\'I '-�I�y 7l`1 (0 31 f"LIIILTRE4'f\3GNT ? I!?9 SY ?h'( 3'_ 9"COVCP4'41T J_'111? SY 3[10 33 i' C�NC PVti1T }3 l3 I; 51' '6_'6 34 T'COiC SIDCSS'ALk 3_' ll ]0 SF IiUO 75 CO1vC SIDHi1':1LK, A6] ACLNT TO RGT L4'AI_€. 1 U]P SF '_��1 36 h"CON{'RLIH[7RIV1'.NAY ;� l; �� SF IU47 3 i 8" CUNC CCAB Afi3J GEil-fEli 32 lb 1= LF 3U 3% 7" [CINC 4'ALLEY GE1T'7'ER, I�ESIL]ENTIAL 32 li, 1; 5]' i5 37 2" 5L�Itl'ACli ��IILLING {50�5U) U2d] 13 SY fi67 40 ]]"PAVEtilE��l PGU'ERIZ:AIION [SU7?0] 1f2411i SY '_li2 al N^ CE1�iL[19G lir.;3] LBS�SYI (50�5�1 33 [1 �1 TN 3i J'_ 2":1SPiiAi.TPY\iTT}'PGDIi6f5pl 32l'_1( SV fi67 43 3" ASf 11ALT PA'V�1TTl'Pl= ❑(50.5Dj ?2 k-' 36 S�' '-�i1 Jd BL4C'R SUD PLACGMGNT 3'_ 97 17 SY 2�1] AS U'IILIIT SCRVICE SI!RF:1CP. RGSTI7FLATIf1N SO��I.VG �_' 4' ll 51' ' 46 PR�.-CCI��' INSPFCTIUN ;3 tll ]i LF IGa 37 PU5T-CCTV [N51'€Cl'IDA' ;3 (11 3! LF G99! aS b" WATERI.f�G L�71�'LR1NG =3 0� 1? CA I 49 i2" IVATLItLIti'F. LD�1�I.it1\G ;3 U5 12 IiA I 50 EYPLOIL1TORl' EXGIV:\l'!UN UF E`LISTING UTILffIES i; OS 10 EA I'_ � I h" plp 14'ATCR 33 I l 10 LP RO - A" SFWF�.R PIPI�;, POi1T RI�,PAIR 3313 '!2, ll 31 �3 LF I?0 53 TRAfFI(' ('UKTAOI_ -[ti5T.�1,I, & h1Al1�Trlfii� ?G 7l l.l MO - 5-0 TRAfFiC COnTROL �ET:1II.5 - PRLP.hRATI17.1' i3 i l l] E.1 I 55 CUNSTRUCT]UN STAlCIN{; 01 �l 2] LS i �fi AS-13L11L1 SUIiVEY (11 il �3 LS 1 57 SI:WI:RCONS�fRL'CCIONALL SVAN(.G pp7�ji LS I kf10,f1[7�11(1 c IUpf]f1(1_00 Unit2-:t: Sxniinn' Sen�cr Im rovcments Sub-Tot�l RiA SIilU.000.00 Lln��?-F� - Sanirary Setver Imprnacmenl I 3" pVC C900 PR Id f�Y DTI IfiR TI-IAi� 6P@i� CL1T E-IAN� TUNN�:LING 33 t1 t0. 33 3� t2, 33 3t 20 LF 10a R" SGIVLR CARRIER PfPE PVC C9D0 ➢Rl�f 33 O5 24, 33 31 20 LF 252 C" pl-C SDR-'_F SCS��R PIPG 33 11 i0. 33 31 12, 33 31 20 LF 406 4 ]i" GISI\G AY O"1"HCR 7"HAN OPEN CU"I" 33 O5 22 �F 2fi2 I�]9PC.IRTFR f.:titREAt�IENTiBACKFILL. CL514 33 p5 s0 CY 5 F tAAPORTLI] L�SRC➢�7LNTl9ACKFILL. ACCCPT:\BLL BACIiFILL 33 OS 10 CY 32 7 SANITdI2YLEAI-GROiITfIVG 024114 CY 2 S �1" PRIVATE SE\t�HR SERVICC 33 31 50 LP 30 �7 FRGCCT\� E'tiSPECTIUI� 33 01 3l LF 362 10 PC1Sl�-CCiV ]NSPF.CTID\ 33013'� LF 762 II FWALCCfV1Y51'EC�]'IU\ 33a13i LF 762 IZ FIiI.AL �IH-CCi�' INSPECTIO,+! 33 01 3t EA 3 13 FRRlCN SAPETY 33 05 16 LF 401] 14 CONCRCTF CO1.I,AR �a 0517 EA 1 li REMOVF PF.tiCf 624113 LF 40 Ifi E'CEIAIN E_1\K,STF:fI_ 323113 LF AO I7 4" SF.VVER SF.Rti1CF 5L'r 2-14'AY CLF.4NOlfT 33 31 50 EA 11 I% f2E14(}��p;•SEWGAh�IANF10LE 024114 EA 1 19 a' MANf{OLF 33 39 10, 33 3920 EA 3 20 J'€4XTILADE:PTH�tA\Hp1.L 333910,333920 VF �0 21 f:PO?hY41ANFIOI_CI.INCR(1VARRENENVIRONMENTALORCHESTERFONI 333960 VF 6 ?? S�F.:DIv�.HYPR�1V111LCH 329213 SY �0 _'} C0�1`CPVtiITRFPAIR,AF2TFRIAL.'F.VC]L]STRIAL 320i29 SY 33 24 !�" SE14�R AH,1NiJU1ME�1'T PLLICi 6�47 14 EA 2 ''S TRAFf IC' COTTROL 3A 73 13 MO � ?( IiXPLURATORYl�7iCAVATIO�'D}t[XISTINGI���LITII[5 330530 EF� 1 37 f241LROADI�LAGMLY 013573 W� 15 �$ COYSTRUCTdUy STAiCING 01 7� 23 LS 1 29 AS-I3L11LT SLR6EY 01 7� 23 LS 1 30 SAYI'I��.AY SE54'ER CONS�fRIj['TIOY 9LLOVVAtiCE LS 1 5 70,U0(1.UU 5 30.00O,UD Unit Z-II: Saniia�v Sencr Im rnsemenLv Suh-Totnl Bid 530.Of}0.00 Unit 3 - Pu��ing hnpravc3nvnu I C0�.1`S'PRUCl10N S1:1KI\Ci Ill ?1 2J LS I ELE\SUVE:\UAR:L��SP U23113 [A 9 3 fLE�EUVECUhCCGRN&CiEJTTER Il?5115 LF 57 ; ?" 5llItF"I�CL M1IILLING f5U 50) !f? �}1 1? SY l lti 5 ]I"PAVEMFf�I-PL'L\'FfdIZATION (3W?Uj D'�i115 SY �1305 6 SITECL�eIkLLVU ?I I116f) SY l00 7 12"-18" I'ILLE RGb10�'�tL i I Ill 00 �r1 1 s�n�n�nnco+srn�rrnowsaecu-�ornu•�ixxc i¢*�s n��.ye��o_o_i A�l]C-\LILIVI� i ixi�iiwo�a . none�.�cy:. sEc�'ioN oo az aa PROPOSALFORM F \ D CYf SFC'1�1Q1� oi i ax i n�ox i i i 5�A�'I�,VlI�I'Un'S�4L['�(I�SP1:C'�['ll'.1'I1L\ iXk1,'�IF.�-S a�„� � o on AUUI:�'ULIM I:i �xr�� i i nw i�� u i - _ .,� ..��.J�� UN1T PR 6idder's Appliwtion � �� � H � � � � � ADD�N�UM 7'O IHVITATION TO B1D NO. 24-0297 SANITARY SEWER REHABILITATION CQ�lTRACT 103 WATER DEPARTMENT ADDENDUM N0.4 DATE ISSUED: OCTOBER 16, 2024 INVITATION TO B[D (IT8): 24-Q297 BID OPENING DATE: OCTQBER '17, 2024 ITB No. 24-0297, issued SEP7EMBER 19, 2024, is hereby amended as faflows: 1. SECTION 00 42 43 BID PROPOSAL Excel Workbook has been modified to auto-calculate the bid values for unit 1 bid items 6 and 19. No changes have been made to the PDF af the 00 42 43 Bid Proposal previously issusd with Addendum 3. All other ter s a d anditions remain unchanged. � o� � � a TONY SHOLOLA, P.�. ASSiSTAfVT D[REC�OR, WAT�R D�PARTM�NT ■�������<« a�������rr�������������������r����������a�iE�:e����R�a�r������������ 6y the signature affixed belaw, Addendum No. 4 is hereby incorporated into and made part of the above referenced In�itation tp r,icf. GOMPANY NAME �� /�`�-r'� i.TOI SIGNATURE: NOTE: Company narrte and signat��st be Ehe same as on the original bid dacuments. Failure to return this form with your sealed bid may constitute grounc�s for rejection of your offer. BID NO. 24-0297 SANITARY SEWER REHABILITATION CONTRACT 103 Addendum No. 4, Page 1 of 1 00 05 15 - 1 ADDENDA Page 1 of 1 CITY OF FORT WORTH Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CONTRACT 103, PART 1 Revised July 1, 2011 CITY PROJECT NO.02723 SECTION 00 05 15 1 ADDENDA 2 3 4 5 [Assembler: For Contract Document execution, remove this page and replace with any addenda 6 issued during bidding.] 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 END OF SECTION 24 00 11 13 INVITATION TO BIDDERS Page 1 of 3 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Revised 2/08/24 SANITARY SEWER REHABILITATION CPN: C02723 SECTION 00 11 13 INVITATION TO BIDDERS RECEIPT OF BIDS Electronic bids for the construction of Sanitary Sewer Rehabilitation Contract 103, Part 1 CPN C02723 (Unit 1 & 2 and Unit 3 Paving) will be received by the City of Fort Worth via the Procurement Portal https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities, under the respective Project until 2:00 P.M. CST, Thursday, October 17th 2024. Bids will then be opened publicly and read aloud beginning at 2:00 PM at New City Hall, 100 Fort Worth Trail, Fort Worth, Texas, 7th Floor, Room 745. Bidders shall also e-mail the completed Business Equity forms to the City Project Manager no later than 1:30 PM on the third City Business day after the bid opening date, exclusive of the bid opening date. Your submissions must be uploaded, finalized and submitted prior to the Project’s posted due date. The City strongly recommends allowing sufficient time to complete this process (ideally a week prior to the deadline) to begin the uploading process and to finalize your submission. Uploading large documents may take time, depending on the size of the file(s) and your Internet connection speed. The Bonfire portal can be accessed using Microsoft Edge, Google Chrome, or Mozilla Firefox. Javascript must be enabled. Browser cookies must be enabled. Electronic submission is subject to electronic interface latency, which can result in transmission delays. All bidders or proposers assume the risk of late transmission/ submission. The City shall not be held liable if an interested bidder or proposer is unable to submit a complete bid/response before the published deadline due to transmission delays or any other technical issues or obstructions. The City strongly recommends allowing sufficient time to complete the submission process (ideally a week before the deadline) to begin the uploading process and to finalize your submission to give adequate time in the event an issue arises. All submissions must be submitted electronically prior to the close date and time under the respective Project via the Procurement Portal: https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities Failure to submit all completed required information listed in the respective Solicitation will be grounds for rejection of a bid as non-responsive. No late bids/proposals shall be accepted. Bids delivered in any other manner than using the Bonfire Platform (Procurement Portal) will not be accepted or considered. 00 11 13 INVITATION TO BIDDERS Page 2 of 3 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Revised 2/08/24 SANITARY SEWER REHABILITATION CPN: C02723 If, upon being opened, a submission is unreadable to the degree that material conformance to the requirements of the procurement specifications cannot be ascertained, such submission will be rejected without liability to the City, unless such bidder provides clear and convincing evidence (a) of the content of the submission as originally submitted and (b) that the unreadable condition of the Electronic Bid was caused solely by error or malfunction of the Bonfire Platform (Procurement Portal). Failure to scan a clear or readable copy of a bid into the system does not constitute and shall not be considered an error or malfunction of the Bonfire Platform (Procurement Portal). Bidders are encouraged to fully review each page of every document within their submission prior to submitting to ensure all documents are clear, legible, and complete. SUPPORT For technical questions, visit Bonfire’s help forum at https://vendorsupport.gobonfire.com/hc/en- us Contact the Bonfire support team at Support@GoBonfire.com or by calling 1-800-354-8010. To get started with Bonfire, watch this five-minute training video: Vendor Registration and Submission [VIDEO] – Bonfire Vendor Support (gobonfire.com) GENERAL DESCRIPTION OF WORK The major work will consist of the (approximate) following: 4,055 LF 8-inch Water Line installed by open cut 6,201 LF 8-inch PVC Sanitary Sewer Line by open cut 765 LF 8-inch Sanitary Sewer Line by pipe enlargement 2,910 SY 7-inch Reinforced Concrete Pavement 8,610 SY 11” Pavement Pulverization 8,610 SY 3-inch Type “D” Asphalt Pavement 2,665 SY Surface Milling 2,665 SY 2-inch Type “D” Asphalt Pavement 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 via the Procurement Portal https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities, under the respective Project. Contract Documents may be downloaded, viewed, and printed by interested contractors and/or suppliers. EXPRESSION OF INTEREST To ensure potential bidders are kept up to date of any new information pertinent to this project, all interested parties should indicate their intent to bid in the Procurement Portal by selecting “yes” under the Intent to Bid section. All Addenda will be posted in the Procurement Portal https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities, under the respective Project. PREBID CONFERENCE – Web Conference 00 11 13 INVITATION TO BIDDERS Page 3 of 3 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENT Revised 2/08/24 SANITARY SEWER REHABILITATION CPN: C02723 A prebid conference will be held as discussed in Section 00 21 13 - INSTRUCTIONS TO BIDDERS at the following date, and time via a web conferencing application: DATE: October 7th, 2024 TIME: 10:00 am Invitations with links to the web conferencing application will be distributed directly to those who have submitted an Expression of Interest. If a prebid conference is held, the presentation and any questions and answers provided at the prebid conference will be issued as an Addendum to the call for bids. If a prebid conference is not being held, prospective bidders should direct all questions about the meaning and intent of the Bidding Documents electronically through the Vendors discussions section under the respective Project via the Procurement Portal. If necessary, Addenda will be issued pursuant to the Instructions to Bidders. CITY'S RIGHT TO ACCEPT OR REJECT BIDS City reserves the right to waive irregularities and to accept or reject any or all bids. AWARD City will award a contract to the Bidder presenting the lowest price, qualifications and competencies considered. ADVERTISEMENT DATES September 19, 2024 September 26, 2024 END OF SECTION 00 21 13 INSTRUCTIONS TO BIDDERS Page 1 of 9 CITY OF FORT WORTH Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CONTRACT 103, PART 1 Revised/Updated 1/17/24 CITY PROJECT NO.02723 SECTION 00 21 13 INSTRUCTIONS TO BIDDERS 1. Defined Terms 1.1. 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 2.1. Neither City nor Engineer shall assume any responsibility for errors or misinterpretations resulting from the Bidders use of incomplete sets of Bidding Documents. 2.2. City and Engineer in making electronic Bidding Documents available do so only for the purpose of obtaining Bids for the Work and do not authorize or confer a license or grant for any other use. 3. Prequalification of Bidders (Prime Contractors and Subcontractors) 3.1. Bidders or their designated subcontractors are required to be prequalified for the work types requiring prequalification as per Sections 00 45 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://apps.fortworthtexas.gov/ProjectResources/ 00 21 13 INSTRUCTIONS TO BIDDERS Page 2 of 9 CITY OF FORT WORTH Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CONTRACT 103, PART 1 Revised/Updated 1/17/24 CITY PROJECT NO.02723 3.1.1. Paving – Requirements document located at: https://apps.fortworthtexas.gov/ProjectResources/ResourcesP/02%20- %20Construction%20Documents/Contractor%20Prequalification/TPW%20Paving %20Contractor%20Prequalification%20Program/PREQUALIFICATION%20REQ UIREMENTS%20FOR%20PAVING%20CONTRACTORS.pdf 3.1.2. Roadway and Pedestrian Lighting – Requirements document located at: https://apps.fortworthtexas.gov/ProjectResources/ResourcesP/02%20- %20Construction%20Documents/Contractor%20Prequalification/TPW%20Roadwa y%20and%20Pedestrian%20Lighting%20Prequalification%20Program/STREET% 20LIGHT%20PREQUAL%20REQMNTS.pdf 3.1.3. Water and Sanitary Sewer – Requirements document located at: https://apps.fortworthtexas.gov/ProjectResources/ResourcesP/02%20- %20Construction%20Documents/Contractor%20Prequalification/Water%20and%2 0Sanitary%20Sewer%20Contractor%20Prequalification%20Program/WSS%20pre qual%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. 3.5. Special qualifications required for this project include the following: None 4. Examination of Bidding and Contract Documents, Other Related Data, and Site 00 21 13 INSTRUCTIONS TO BIDDERS Page 3 of 9 CITY OF FORT WORTH Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CONTRACT 103, PART 1 Revised/Updated 1/17/24 CITY PROJECT NO.02723 4.1. Before submitting a Bid, each Bidder: 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. 00 21 13 INSTRUCTIONS TO BIDDERS Page 4 of 9 CITY OF FORT WORTH Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CONTRACT 103, PART 1 Revised/Updated 1/17/24 CITY PROJECT NO.02723 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. 4.1.9. Indicate their intent to bid by selecting “yes” in the Procurement Portal under the Intent to Bid section. You must indicate your intent to bid to be able to submit a bid to the City. 4.2. Reference is made to Section 00 73 00 – Supplementary Conditions for identification 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 furnishing the Work required by the Contract Documents and applying the specific means, methods, techniques, sequences or procedures of construction (if any) that may be shown or indicated or expressly required by the Contract Documents, (iii) that Bidder has given City written notice of all conflicts, errors, ambiguities and discrepancies in the Contract Documents and the written resolutions thereof by City are acceptable to Bidder, and when said conflicts, etc., have not been resolved through the interpretations by City as described in Paragraph 6., and (iv) that the Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing the Work. 4.4. The provisions of this Paragraph 4, inclusive, do not apply to Asbestos, Polychlorinated biphenyls (PCBs), Petroleum, Hazardous Waste or Radioactive Material covered by Paragraph 4.06. of the General Conditions, unless specifically identified in the Contract Documents. 00 21 13 INSTRUCTIONS TO BIDDERS Page 5 of 9 CITY OF FORT WORTH Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CONTRACT 103, PART 1 Revised/Updated 1/17/24 CITY PROJECT NO.02723 5. Availability of Lands for Work, Etc. 5.1. The lands upon which the Work is to be performed, rights-of-way and easements for access thereto and other lands designated for use by Contractor in performing the Work are identified in the Contract Documents. All 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 electrically through the Vendor Discussions section under the respective Project via the Procurement Portal https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities on or before 2 p.m., the Thursday prior to the Bid opening. Questions received after this day may not be responded to. Interpretations or clarifications considered necessary by City in response to such questions will be issued by Addenda. Only questions answered by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. 6.2. Addenda may also be issued to modify the Bidding Documents as deemed advisable by City. 6.3. Addenda or clarifications shall be posted under the respective Project via the Procurement Portal https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities 6.4. A prebid conference may be held at the time and place indicated in the Advertisement or INVITATION TO BIDDERS. Representatives of City will be present to discuss the 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 00 21 13 INSTRUCTIONS TO BIDDERS Page 6 of 9 CITY OF FORT WORTH Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CONTRACT 103, PART 1 Revised/Updated 1/17/24 CITY PROJECT NO.02723 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. 24534-11-2020), codified at: https://codelibrary.amlegal.com/codes/ftworth/latest/ftworth_tx/0-0-0-22593 11.2. No Contractor shall be required to employ any Subcontractor, Supplier, other person or organization against whom Contractor or City has reasonable objection. 12. Bid Form 12.1. The Bid Form is included with the Bidding Documents. 00 21 13 INSTRUCTIONS TO BIDDERS Page 7 of 9 CITY OF FORT WORTH Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CONTRACT 103, PART 1 Revised/Updated 1/17/24 CITY PROJECT NO.02723 12.2. All blanks on the Bid Form must be completed and the Bid Form signed electronically or signed in ink and scan. A Bid price shall be indicated for each Bid item, alternative, and unit price item listed therein. In the case of optional alternatives, the words "No Bid," "No Change," or "Not Applicable" may be entered. Bidder shall state the prices for which the Bidder proposes to do the work contemplated or furnish materials required. 12.3. Bids by corporations shall be executed in the corporate name by the president or a vice-president or other corporate officer accompanied by evidence of authority to sign. The corporate seal shall be affixed. The corporate address and state of incorporation shall be shown below the signature. 12.4. Bids by partnerships shall be executed in the partnership name and signed by a partner, whose title must appear under the signature accompanied by evidence of 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. 13. Submission of Bids Bids shall be submitted electronically in the Procurement Portal on the prescribed Bid Form, provided with the Bidding Documents, prior to the time indicated in the Advertisement or INVITATION TO BIDDERS. 14. Withdrawal of Bids 14.1. Bids submitted electronically may be withdrawn prior to the time set for bid opening via the Procurement Portal https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities. 00 21 13 INSTRUCTIONS TO BIDDERS Page 8 of 9 CITY OF FORT WORTH Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CONTRACT 103, PART 1 Revised/Updated 1/17/24 CITY PROJECT NO.02723 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. 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. 00 21 13 INSTRUCTIONS TO BIDDERS Page 9 of 9 CITY OF FORT WORTH Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CONTRACT 103, PART 1 Revised/Updated 1/17/24 CITY PROJECT NO.02723 17.5. If the Contract is to be awarded, it will be awarded to lowest responsible and responsive Bidder whose evaluation by City indicates that the award will be in the best interests of the City. 17.6. Pursuant to Texas Government Code Chapter 2252.001, the City will not award contract to a Nonresident Bidder unless the Nonresident Bidder’s bid is lower than the lowest bid submitted by a responsible Texas Bidder by the same amount that a Texas resident bidder would be required to underbid a Nonresident Bidder to obtain a comparable contract in the state in which the nonresident’s principal place of business is located. 17.7. A contract is not awarded until formal City Council authorization. If the Contract is to be awarded, City will award the Contract within 90 days after the day of the Bid opening unless extended in writing. No other act of City or others will constitute acceptance of a Bid. Upon the contract award, a Notice of Award will be issued by the City. 17.7.1. The contractor is required to fill out and sign the Certificate of Interested Parties Form 1295 and the form must be submitted to the Project Manager before the contract will be presented to the City Council. The form can be obtained at https://www.ethics.state.tx.us/data/forms/1295/1295.pdf 17.8. Failure or refusal to comply with the requirements may result in rejection of Bid. 18. Signing of Agreement 18.1. When City issues a Notice of Award to the Successful Bidder, it will be accompanied by the required number of unsigned counterparts of the Project Manual. Within 14 days thereafter, Contractor shall sign and deliver the required number of counterparts of the 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 00 35 13 COiVFLICT OF I3VTEREST STATEMENT Page 1 of 1 SECT[ON 00 35 13 CONFLICT OF INTEREST STATEMENT Each bidder, offeror or respondent to a City of Fort Worth procureme�t is required to complete a Canflict of Interest Questionnaire ar certify that one is current an� on fiile with the City Secretary's Office pursuant to state law. If a member of the Fart Worth City Council, any one or more of the City Manager or Assistant City Managers, o�- an agenf of fhe City wha exercise discretion in the planning, recommending, selecting or contracting with a bidder, offeror or respondent is affiliated wifih your company, then a Local Gavernment Officer Conflicts Disclosure Statement (C1S} may be required. You are urg�d to consUlt with counseE regarding the applicability of these forms and Local Go�ernment Code Chapfer 176 to yo�r company. The referenced forms may be downloaded fram t�e links pro�ided below. Form CIQ (Conflic� of interest Questionnairel (state.�c.�s) https:llwww. eth ics, siate.tx. usldatalformslconfl icf1C I S. pdf ❑ � ❑ ❑ ❑ ❑ Bf�D�R: C!Q Form does not ap�ly C{Q Form is on file with C�ty Secretary CIQ Form is being �rovided to fhe City Secretary CIS Form does not apply CIS Form is on File wifh City Secretary CIS Farm is being pravided to the City Secretary Woody Cantractors, Inc. 650 Tower Dr Kennedale, TX 76060 twaodv2020�aol.com 817-483-4787 END QF S�CTlON CI7Y OF FORT WORTH STANDARd CONSTftUCTION SPECIFICATION DOCUNiENTS Revised February 24, 202d : Signature Title Troy Woody % ��� r resident Workbook 00 41 00 Bid Proposal Addendum 4(2) 00 41 00 BID FORM Page 1 of 3 TO: 2.1. 2.2. 2.3. 2.4. 2.5. 2.6. a. b. c. 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. 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. The Purchasing Manager 1. Enter Into Agreement 200 Texas Street City of Fort Worth, Texas 76102 c/o: The Purchasing Division Units/Sections:Unit 1 - Water Improvements Unit 2 - Sanitary Sewer Improvements Unit 3 - Paving Improvements FOR: City Project No.: Sanitary Sewer Rehabilitation Contract 103, Part 1 City Project No. 02723 2. BIDDER Acknowledgements and Certification 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. 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. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid. "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. Bidder has not solicited or induced any individual or entity to refrain from bidding. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract. For the purposes of this Paragraph: "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. "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. SECTION 00 41 00 BID FORM CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 9/30/2021 00 41 00 Bid Proposal Workbook 00 41 00 BID FORM Page 2 of 3 d. a. b. c. d. e. f. g. h. 4.1. 4.2. a. b. c. d. e. f. g. h. Concrete Paving Construction/Reconstruction (Less than 15,000 square yards) Sewer Pipe Enlargement, 12" and smaller "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. The Bidder acknowledges that the following work types must be performed only by prequalified contractors and subcontractors: Water Transmission, Urban/Renewal, 24-inches and smaller Sewer Collection System, Urban/Renewal, 16-inches and smaller Vendor Compliance to State Law Non Resident Bidder, Section 00 43 37 3. Prequalification Asphalt Paving Construction/Reconstruction (15,000 square yards and greater) 4. Time of Completion The Work will be complete for Final Acceptance within *If necessary, CIQ or CIS forms are to be provided directly to City Secretary MWBE Forms (optional at time of bid) days after the date when the the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 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. Prequalification Statement, Section 00 45 12 Conflict of Interest Affidavit, Section 00 35 13 5. Attached to this Bid The following documents are attached to and made a part of this Bid: Any additional documents that may be required by Section 12 of the Instructions to Bidders This Bid Form, Section 00 41 00 Proposal Form, Section 00 42 43 Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 9/30/2021 00 41 00 Bid Proposal Workbook 450 calendar OQ 41 00 81D FORM Page 3 of 3 6. Total Bid Amount 6.1. 8idder wiil comple#e tl�e Work in accordance with the Contract Documents fpr the following bid amount. In the space pro�ided below, piease enter the total bid amount for this project. Only this figure wil! be read publiciy by the City at ihe bid opening. 6.2. It is understood and agreed by the Bidcier in signing this proposal that th� totaf bid amount entered below is subject to �erification andlor modification by multiplying the unit bid prices for each pay item by ti�e resp�ctive estimated quantities shown in this praposal and then totaling all of the extended amounts. Total Bid 7. Bid Submitial �his Bid is submitied on Re: By: Ti�le: President Company: Woody Contractor5, Inc. Address: &5a iower Qr Kenneda�e TX, 76060 State of Incorporation: Texas Email: twoody2024@aol.com Phane: 817-483-4787 5, 5?5, �2� � #�E�� October 17, 2Q24 by the en#ity named below. END OF SECTION CITY OF FORT WORTH STA�1aARD CONSTRUCTI4N SPECIFICATION OOCIJMENTS Revised 9l3012021 Corporate Seal: Workbook OD 41 OQ Bid Proposal Addendum 4(2) {Prir�ted Name) 00 42 43 BID PROPOSAL Page 1 of 3 1 8" PVC WATER PIPE 33 11 12 LF 4055 $ 82.00 $332,510.00 2 8" DIP WATER 33 11 10 LF 72 $ 100.00 $7,200.00 3 6" PVC WATER PIPE 33 11 12 LF 139 68.00$ $9,452.00 4 20" CASING BY OPEN CUT 33 05 22 LF 101 $ 240.00 $24,240.00 5 DUCTILE IRON WATER FITTINGS W/ RESTRAINT 33 11 11 TON 4 $ 14,000.00 $56,000.00 6 CONNECTION TO EXISTING 4"-12" WATER MAIN 33 12 25 EA 15 $ 4,000.00 $60,000.00 7 4" GATE VALVE 33 12 20 EA 2 $ 1,415.00 $2,830.00 8 6" GATE VALVE 33 12 20 EA 8 $ 1,750.00 $14,000.00 9 8" GATE VALVE 33 12 20 EA 17 $ 2,550.00 $43,350.00 10 12" GATE VALVE 33 12 20 EA 1 $ 4,750.00 $4,750.00 11 FIRE HYDRANT 33 12 40 EA 8 $ 6,075.00 $48,600.00 12 1" WATER SERVICE, METER RECONNECTION 33 12 10 EA 95 $ 550.00 $52,250.00 13 1" WATER SERVICE 33 12 10 EA 119 $ 2,030.00 $241,570.00 14 1" PRIVATE WATER SERVICE 33 12 10 LF 174 $ 48.00 $8,352.00 15 2" WATER SERVICE, METER RECONNECTION 33 12 10 EA 3 $ 1,350.00 $4,050.00 16 2" WATER SERVICE 33 12 10 EA 3 $ 3,880.00 $11,640.00 17 TEMPORARY WATER SERVICES 33 04 30 LS 1 $ 147,400.00 $147,400.00 18 8" WATERLINE LOWERING 33 05 12 EA 5 $ 10,440.00 $52,200.00 19 TRENCH SAFETY 33 05 10 LF 120 $ 1.00 $120.00 20 6" SEWER PIPE (ASTM D2241)33 11 10, 33 31 12, 33 31 20 LF 54 $ 99.00 $5,346.00 21 REMOVE SIDEWALK 02 41 13 SF 1500 $ 2.00 $3,000.00 22 REMOVE CONCRETE DRIVEWAY 02 41 13 SF 2076 $ 2.00 $4,152.00 23 REMOVE CONC PVMT 02 41 15 SY 290 $ 18.00 $5,220.00 24 WATER LINE GROUTING 02 41 14 CY 12 $ 630.00 $7,560.00 25 4"-12" WATER ABANDONMENT PLUG 02 41 14 EA 4 $ 200.00 $800.00 26 REMOVE CONC CURB & GUTTER 02 41 15 LF 396 $ 2.00 $792.00 27 REMOVE 6" WATER VALVE 02 41 14 EA 15 $ 150.00 $2,250.00 28 REMOVE 12" WATER VALVE 02 41 14 EA 1 $ 150.00 $150.00 29 REMOVE CONC VALLEY GUTTER 02 41 15 SY 159 $ 18.00 $2,862.00 30 SALVAGE FIRE HYDRANT 02 41 14 EA 5 $ 275.00 $1,375.00 31 4' WIDE ASPHALT PVMT REPAIR, RESIDENTIAL 32 01 17 LF 895 $ 61.00 $54,595.00 32 ASPHALT PVMT REPAIR, WATER SERVICE - TEMPORARY (18")32 01 18 LF 1159 $ 26.00 $30,134.00 33 ASPHALT PVMT REPAIR BEYOND DEFINED WIDTH, RESIDENTIAL 32 01 17 SY 300 $ 90.00 $27,000.00 34 TEMPORARY ASPHALT PAVING REPAIR (2" HMAC ON 6" FLEXBASE)32 01 18 LF 3376 $ 26.00 $87,776.00 35 HYDRATED LIME (@40 LBS/SY)32 11 29 TN 6 $ 395.00 $2,370.00 36 9" CONC PVMT 33 13 13 SY 300 $ 180.00 $54,000.00 37 4" CONC SIDEWALK 32 13 20 SF 1114 $ 12.00 $13,368.00 38 2" SURFACE MILLING (50/50)02 41 15 SY 667 $ 5.00 $3,335.00 39 11" PAVEMENT PULVERIZATION (50/50)02 41 15 SY 2153 $ 12.90 $27,773.70 40 8" CEMLIME (@32 LBS/SY) (50/50)32 11 29 TN 35 $ 460.00 $16,100.00 41 2" ASPHALT PVMT TYPE D (50/50)32 12 16 SY 667 $ 20.25 $13,506.75 42 3" ASPHALT PVMT TYPE D (50/50)32 12 16 SY 2153 $ 27.30 $58,776.90 43 CONC SIDEWALK, ADJACENT TO RET WALL 32 13 20 SF 450 $ 12.00 $5,400.00 44 CONC CURB AT BACK OF SIDEWALK 32 13 20 LF 30 $ 20.00 $600.00 45 6" CONCRETE DRIVEWAY 32 13 20 SF 2076 $ 16.00 $33,216.00 46 6" CONC CURB AND GUTTER 32 16 13 LF 396 $ 70.00 $27,720.00 47 7" CONC VALLEY GUTTER, RESIDENTIAL 32 16 13 SY 159 $ 162.00 $25,758.00 48 CONC RET WALL ADJACENT TO SIDEWALK 32 32 13 SF 200 $ 35.00 $7,000.00 49 TRAFFIC CONTROL - INSTALL & MAINTAIN 34 71 13 MO 4 $ 3,200.00 $12,800.00 50 TRAFFIC CONTROL DETAILS - PREPARATION 34 71 13 EA 1 $ 100.00 $100.00 51 SWPPP > 1 ACRE 31 25 00 LS 1 $ 4,000.00 $4,000.00 52 CONSTRUCTION STAKING 01 71 23 LS 1 $ 10,000.00 $10,000.00 53 AS-BUILT SURVEY 01 71 23 LS 1 $ 5,000.00 $5,000.00 54 WATER CONSTRUCTION ALLOWANCE 00 72 11 LS 1 $ 100,000.00 100,000.00$ $1,774,350.35 1 8" SEWER PIPE 33 11 10, 33 31 12, 33 31 20 LF 6201 $ 109.50 $679,009.50 2 6"-8" PIPE ENLARGEMENT 33 31 23 LF 765 $ 132.00 $100,980.00 3 8" DIP SEWER PIPE 33 11 10 LF 30 $ 188.00 $5,640.00 4 20" CASING BY OPEN CUT 33 05 22 LF 40 $ 203.00 $8,120.00 5 TRENCH SAFETY 33 05 10 LF 6231 $ 0.50 $3,115.50 6 CONCRETE COLLAR FOR MANHOLE 33 05 17 EA 25 $ 1,000.00 $25,000.00 7 6" WATER CARRIER PIPE 33 05 24 LF 20 $ 46.00 $920.00 8 SERVICE REINSTATEMENT, PIPE ENLARGEMENT W/ 2-WAY CLEANOUT 33 31 23 EA 18 $ 1,350.00 $24,300.00 9 4" SEWER SERVICE W/ 2-WAY CLEANOUT 33 31 50 EA 192 $ 1,900.00 $364,800.00 10 EPOXY MANHOLE LINER 33 39 60 VF 98 $ 400.00 $39,200.00 11 4' MANHOLE 33 39 10, 33 39 20 EA 32 $ 6,850.00 $219,200.00 12 4' DROP MANHOLE 34 39 10, 33 39 20 EA 3 $ 11,400.00 $34,200.00 13 4' EXTRA DEPTH MANHOLE 33 39 10, 33 39 20 VF 36 $ 250.00 $9,000.00 14 4' SHALLOW MANHOLE 33 39 10, 33 39 20 EA 2 $ 4,750.00 $9,500.00 15 18" RCP, CLASS III 33 41 10 LF 25 $ 213.00 $5,325.00 16 6' STORM JUNCTION BOX 33 49 10 EA 1 $ 23,600.00 $23,600.00 17 REMOVE SIDEWALK 02 41 13 SF 316 $ 2.00 $632.00 18 REMOVE CONCRETE DRIVE 02 41 13 SF 1047 $ 2.00 $2,094.00 19 REMOVE CONC PVMT 02 41 15 SY 2926 $ 18.00 $52,668.00 20 REMOVE CONC CURB & GUTTER 02 41 15 LF 313 $ 2.00 $626.00 21 REMOVE CONC VALLEY GUTTER 02 41 15 SY 15 $ 18.00 $270.00 Bidlist Item No. Unit of Measure SECTION 00 42 43 PROPOSAL FORM Project Item Information Bidder's Proposal Unit 1 - Water Improvements UNIT PR Bidder's Application Specification Section No.Bid Quantity Unit Price Bid Value Unit 2A - Sanitary Sewer Improvements Unit 1: Water Improvements Sub-Total Bid CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 9/30/2021 ADDENDUM #4 1-Workbook 00 41 00 Bid Proposal Addendum 4 00 42 43 BID PROPOSAL Page 2 of 3 SECTION 00 42 43 PROPOSAL FORM Project Item Information Bidder's Proposal U i 1 W I UNIT PR Bidder's Application 22 SANITARY LINE GROUTING 02 41 14 CY 1 $ 580.00 $580.00 23 6" SEWER ABANDONMENT PLUG 02 41 14 EA 2 $ 140.00 $280.00 24 REMOVE 4' SEWER MANHOLE 02 41 14 EA 24 $ 500.00 $12,000.00 25 ABANDON MANHOLE 02 41 14 EA 1 $ 1,260.00 $1,260.00 26 5' WIDE ASPHALT PVMT REPAIR, RESIDENTIAL 32 01 17 LF 445 $ 74.00 $32,930.00 27 ASPHALT PVMT REPAIR, SEWER SERVICE 32 01 17 LF 1177 $ 37.00 $43,549.00 28 ASPHALT PVMT REPAIR BEYOND DEFINED WIDTH, RESIDENTIAL 32 01 17 SY 300 $ 93.00 $27,900.00 29 TEMPORARY ASPHALT PAVING REPAIR (2" HMAC ON 6" FLEXBASE)32 01 18 LF 3137 $ 38.00 $119,206.00 30 HYDRATED LIME (@40 LBS/SY)32 11 29 TN 60 $ 395.00 $23,700.00 31 6" LIME TREATMENT 32 11 29 SY 2626 $ 10.50 $27,573.00 32 9" CONC PVMT 32 13 13 SY 300 $ 180.00 $54,000.00 33 7" CONC PVMT 33 13 13 SY 2626 $ 130.70 $343,218.20 34 4" CONC SIDEWALK 32 13 20 SF 1500 $ 12.00 $18,000.00 35 CONC SIDEWALK, ADJACENT TO RET WALL 32 13 20 SF 250 $ 12.00 $3,000.00 36 6" CONCRETE DRIVEWAY 32 13 20 SF 1047 $ 16.00 $16,752.00 37 6" CONC CURB AND GUTTER 32 16 13 LF 313 $ 70.00 $21,910.00 38 7" CONC VALLEY GUTTER, RESIDENTIAL 32 16 13 SY 15 $ 162.00 $2,430.00 39 2" SURFACE MILLING (50/50)02 41 15 SY 667 $ 5.00 $3,335.00 40 11" PAVEMENT PULVERIZATION (50/50)02 41 15 SY 2153 $ 12.90 $27,773.70 41 8" CEMLIME (@32 LBS/SY) (50/50)32 11 29 TN 35 $ 460.00 $16,100.00 42 2" ASPHALT PVMT TYPE D (50/50)32 12 16 SY 667 $ 20.25 $13,506.75 43 3" ASPHALT PVMT TYPE D (50/50)32 12 16 SY 2153 $ 27.30 $58,776.90 44 BLOCK SOD PLACEMENT 32 92 13 SY 293 $ 20.00 $5,860.00 45 UTILITY SERVICE SURFACE RESTORATION SODDING 32 92 13 SY 57 $ 20.00 $1,140.00 46 PRE-CCTV INSPECTION 33 01 31 LF 765 $ 5.00 $3,825.00 47 POST-CCTV INSPECTION 33 01 31 LF 6996 $ 7.00 $48,972.00 48 6" WATERLINE LOWERING 33 05 12 EA 1 $ 12,720.00 $12,720.00 49 12" WATERLINE LOWERING 33 05 12 EA 1 $ 15,600.00 $15,600.00 50 EXPLORATORY EXCAVATION OF EXISTING UTILITIES 33 05 30 EA 12 $ 1,260.00 $15,120.00 51 6" DIP WATER 33 11 10 LF 80 $ 83.00 $6,640.00 52 8" SEWER PIPE, POINT REPAIR 33 31 22, 33 31 23 LF 120 $ 106.00 $12,720.00 53 TRAFFIC CONTROL - INSTALL & MAINTAIN 34 71 13 MO 5 $ 3,200.00 $16,000.00 54 TRAFFIC CONTROL DETAILS - PREPARATION 34 71 13 EA 1 $ 100.00 $100.00 55 CONSTRUCTION STAKING 01 71 23 LS 1 $ 12,000.00 $12,000.00 56 AS-BUILT SURVEY 01 71 23 LS 1 $ 6,000.00 $6,000.00 57 SEWER CONSTRUCTION ALLOWANCE 00 72 11 LS 1 $ 100,000.00 100,000.00$ $2,732,677.55 1 8" PVC C900 DR14 BY OTHER THAN OPEN CUT/HAND TUNNELING 33 11 10, 33 31 12, 33 31 20 LF 100 $ 1,429.00 $142,900.00 2 8" SEWER CARRIER PIPE PVC C900 DR14 33 05 24, 33 31 20 LF 262 $ 96.00 $25,152.00 3 8" PVC SDR-26 SEWER PIPE 33 11 10, 33 31 12, 33 31 20 LF 400 $ 153.00 $61,200.00 4 24" CASING BY OTHER THAN OPEN CUT 33 05 22 LF 262 $ 850.00 $222,700.00 5 IMPORTED EMBEDMENT/BACKFILL, CLSM 33 05 10 CY 5 $ 250.00 $1,250.00 6 IMPORTED EMBEDMENT/BACKFILL, ACCEPTABLE BACKFILL 33 05 10 CY 32 $ 36.00 $1,152.00 7 SANITARY LINE GROUTING 02 41 14 CY 2 $ 2,500.00 $5,000.00 8 4" PRIVATE SEWER SERVICE 33 31 50 LF 30 $ 142.00 $4,260.00 9 PRE-CCTV INSPECTION 33 01 31 LF 362 $ 5.00 $1,810.00 10 POST-CCTV INSPECTION 33 01 31 LF 762 $ 7.00 $5,334.00 11 FINAL-CCTV INSPECTION 33 01 31 LF 762 $ 7.00 $5,334.00 12 FINAL MH-CCTV INSPECTION 33 01 31 EA 3 $ 250.00 $750.00 13 TRENCH SAFETY 33 05 10 LF 400 $ 1.00 $400.00 14 CONCRETE COLLAR 33 05 17 EA 1 $ 1,000.00 $1,000.00 15 REMOVE FENCE 02 41 13 LF 40 $ 10.00 $400.00 16 6' CHAIN LINK, STEEL 32 31 13 LF 40 $ 50.00 $2,000.00 17 4" SEWER SERVICE W/ 2-WAY CLEANOUT 33 31 50 EA 11 $ 1,740.00 $19,140.00 18 REMOVE 4' SEWER MANHOLE 02 41 14 EA 1 $ 500.00 $500.00 19 4' MANHOLE 33 39 10, 33 39 20 EA 3 $ 6,850.00 $20,550.00 20 4' EXTRA DEPTH MANHOLE 33 39 10, 33 39 20 VF 10 $ 250.00 $2,500.00 21 EPOXY MANHOLE LINER(WARREN ENVIRONMENTAL OR CHESTERTON)33 39 60 VF 6 $ 400.00 $2,400.00 22 SEEDING, HYDROMULCH 32 92 13 SY 10 $ 25.00 $250.00 23 CONC PVMT REPAIR, ARTERIAL/INDUSTRIAL 32 01 29 SY 33 $ 180.00 $5,940.00 24 6" SEWER ABANDONMENT PLUG 02 41 14 EA 2 $ 100.00 $200.00 25 TRAFFIC CONTROL 34 71 13 MO 1 $ 2,700.00 $2,700.00 26 EXPLORATORY EXCAVATION OF EXISTING UTILITIES 33 05 30 EA 1 $ 1,090.00 $1,090.00 27 RAILROAD FLAGMEN 01 35 13 WD 15 $ 4,000.00 $60,000.00 28 CONSTRUCTION STAKING 01 71 23 LS 1 $ 2,000.00 $2,000.00 29 AS-BUILT SURVEY 01 71 23 LS 1 $ 1,000.00 $1,000.00 30 SANITARY SEWER CONSTRUCTION ALLOWANCE LS 1 $ 30,000.00 $30,000.00 $628,912.00 1 CONSTRUCTION STAKING 01 71 23 LS 1 $2,000.00 $2,000.00 2 REMOVE ADA RAMP 02 41 13 EA 9 $500.00 $4,500.00 3 REMOVE CONC CURB & GUTTER 02 41 15 LF 67 $2.00 $134.00 4 2" SURFACE MILLING (50/50)02 41 15 SY 1333 $5.00 $6,665.00 5 11" PAVEMENT PULVERIZATION (50/50)02 41 15 SY 4305 $12.90 $55,534.50 6 SITE CLEARING 31 10 00 SY 100 $1.00 $100.00 7 12"-18" TREE REMOVAL 31 10 00 EA 1 $1,600.00 $1,600.00 8 UNCLASSIFIED EXCAVATION BY PLAN 31 23 16 CY 50 $60.00 $3,000.00 9 8" CEMLIME (@32 LBS/SY) (50/50)32 11 29 TN 70 $460.00 $32,200.00 Unit 2-A: Sanitary Sewer Improvements Sub-Total Bid Unit 3 - Paving Improvements Unit 2-B: Sanitary Sewer Improvements Sub-Total Bid Unit 2-B - Sanitary Sewer Improvements CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 9/30/2021 ADDENDUM #4 1-Workbook 00 41 00 Bid Proposal Addendum 4 00 42 43 BID PROPOSAL Page 3 of 3 SECTION 00 42 43 PROPOSAL FORM Project Item Information Bidder's Proposal U i 1 W I UNIT PR Bidder's Application 10 4" CONC SIDEWALK 32 13 20 SF 425 $12.00 $5,100.00 11 2" ASPHALT PVMT TYPE D (50/50)32 12 16 SY 1333 $20.25 $26,993.25 12 3" ASPHALT PVMT TYPE D (50/50)32 12 16 SY 4305 $27.30 $117,526.50 13 CONC SIDEWALK, ADJACENT TO RET WALL 32 13 20 SF 1410 $12.00 $16,920.00 14 6" CONC CURB AND GUTTER (50/50)32 16 13 LF 67 $70.00 $4,690.00 15 6" SLD PVMT MARKING HAS (W)32 17 23 LF 120 $5.00 $600.00 16 PREFORMED THERMOPLASTIC CONTRAST MARKINGS - 24" CROSSWALK 32 17 23 LF 50 $10.00 $500.00 17 PREFORMED THERMOPLASTIC CONTRAST MARKINGS - 24" STOP BARS 32 17 23 LF 30 $10.00 $300.00 18 CURB ADDRESS PAINTING 32 17 25 EA 8 $100.00 $800.00 19 TOPSOIL 32 91 19 CY 55 $75.00 $4,125.00 20 BLOCK SOD PLACEMENT 32 92 13 SY 500 $20.00 $10,000.00 21 MANHOLE ADJUSTMENT, MINOR (W/ CONCRETE COLLAR)33 05 14 EA 1 $1,000.00 $1,000.00 22 MISCELLANEOUS STRUCTURE ADJUSTMENT (WATER METER BOX 33 05 14 EA 9 $100.00 $900.00 23 VALVE BOX ADJUSTMENTS (W/ CONCRETE COLLAR)33 05 14 EA 6 $750.00 $4,500.00 24 TRAFFIC CONTROL - INSTALL & MAINTAIN 34 71 13 MO 6 $3,200.00 $19,200.00 25 INSTALL NEW ADA WHEELCHAIR RAMP (W/ DETECTABLE WARNING DOME-TILE SURFACE)32 13 20 EA 9 $4,500.00 $40,500.00 26 PAVING CONSTRUCTION ALLOWANCE 00 72 11 LS 1 80,000.00$ 80,000.00$ $439,388.25 Unit 1: Water Improvements Sub-Total Bid 1,774,350.35$ Unit 2-A: Sanitary Sewer Improvements Sub-Total Bid 2,732,677.55$ Unit 2-B: Sanitary Sewer Improvements Sub-Total Bid 628,912.00$ Unit 3: Paving Improvements Sub-Total Bid 439,388.25$ 5,575,328.15$ END OF SECTION Unit 3: Paving Improvements Sub-Total Bid Total Bid = Subtotal Unit 1 + Subtotal Unit 2 + Subtotal Unit 3 Bid Summary CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 9/30/2021 ADDENDUM #4 1-Workbook 00 41 00 Bid Proposal Addendum 4 : � Ci � The American Instztute af Architects, AIA Document No. A310 {February, 1970 Edition} KNOW ALL MEN BY THESE PRESENTS, that we Woody Contractors, Inc. as Principal hereinafter callecf the Principal, and Vigitant Insurance Company as 5urety, hereinafter called the Surety, are held and firmly bound unto City of Fort Wor.th, TX as Obligee, hereinafter called the Obligee, in the sum of Five Percent of Bid Amaunt Dollars ($ -----------------�-------- )� far the paysnent of which sum well and truly to be made, the said Principa] ana the said 5urety, bind ourselves, our hairs, executors, aaministrators, successars and assigns, jointly and severaEly, firmly by these presents. WHEREAS, the Principal has submitted a bid for Sanitar Sewer Rehabilitation Contract 103, Part 1 Ciri Pro sect Number Q2723 NOW, THERE�'ORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give suc� bond or bonds as may be specified in the bidding or Contract Documents with gaod and sufficient surety for the faithFul performance of such Contract and for the prompt payment of labor and material fuxnished in the prasecution thereof, or in the event of the failure of the �rincipa! to enter such Con#ract and give such bond or bonds, if the Principat shal! pay to the Obligee the difference not to exceed the penalty hereof between the amount specifted in said bid and s�ach larger amount for which the Obligee may in gaod faith cantract with another party to perforrn the Work cavered by said �id, then this obligation shall be nutl and vaid, otherwise t� ramaii� in full for�e and effect. Signed and sealed this 17th day of October , 2024 WOODY CO]�,TRACTORS, INC. pa� �Seai) � t�anie/Title VIGdL NT INSURANC� COMP�INY ' urety (Seal) r . �� $y: Kyle W. Sweeney Attorney-in-Fact Pov��er o�� Attorney li eclerallns�.irance Canlpany I Vigilant Insur�nce Calnpany � i}acific lndemniry Company Kno�v All by These Presents. That FEQER,4.L ]NSLTRANCE COMPANY, an ]ndiana corpora[ion, VIGILANT INS[IRANCE COIv[PANY, a New York corporation, and PACIFIC INDEMIVSTY COMPANY, 2 u�iscpnsin corpora�ion, do each hereby constitu�e and appoint Eiizabeth Gray, Charles D. Sweeney, Kyle W. 5weeney and Michael A. Sweeney of Fort Worth, 7exas --------- -__ _-------------------------------------_---_-----------_------_ ____---------------------- - each as their true and lawful Atrorney in-Fac[ ro exeeute under such designacion in �heir names and �q affis [heir corpora�e seals m and deliver tbr and an �heii� behalf as surery rl�ereon or oihenvise. bonds and undertalcings and other tvritinns o6liga�ory in the nature thereoF (orher than bail honds) given or execured in �he cow�se of husiness, and any instruments amending or altering the s�rne, and cnnsents m d�e modificaEion or alteraEion of any insirument reFerred to in saic� bonds ar obligarions. In Witness Whe[eoF, said FEDERAL INS[IR.ANCE COMPANY, VIG[LANT INSiIRAIVCE COILfPANY, and PACLFIC [NDCMIdITY COMF'A1VY have each executed anci attested these presenrs and aFfixed �heir corporare seals on this 16ih day ofSepiember, 2Q19. ��-��.1 x��. ���)�,� ��':I��;I� 1} E:I1�FiR:�._r���ktil;ihl`�1'YCE33'•r �:�'F3 i ?•=y� / �� � t ��na `;l� )� -• � .,��� �r S'PATE OF NE W]H RS�Y Cau��[yofHunterdpn 55- ��-'(%f `� ' ; � <iti���h�:n 1L N_�o�y.4�ti:�: I'r�.�di�ni �� //ryl1M� w'" N Yc � 3/// 9.�,� �, , ��*�S On �his 16'" day of Segrember, 2419, beFore me, a Notary PuUlic of Ne�v]ersey, personally c�ine Dawn NL Chloros, to me ]cnown to �e Assis[an[ Secmtary aF FEDERAL lNSLiRANCE COY]PA�Y, VIGILANT INSURr1NCE COi1�1PANY. and PACI�IC I��EhWITY COhIPANl', the companies which executed thc Foregoing Power nF Attorney, and [he said Datvn M. Chloros, being by me duly s�vorn, dEd depose and say tha� she is Assistant Secre�ary oF FEDERAL I�SL'RAi�GE COMPAlvY. VfGILANT IiVSURAiVCE GOhtPANY, and PACIFIC IN��vINITY COhiPAi�Y and Imotivs the corporate seals therepF, rhat rhe seals alfixed to the Foregoing Power oF AE[omey are sueh corporate seals and were thereto affixed by aufharity af said Companies: and [ha[ sPie signed said Power of Attflmey as Assistant Secretary of said CUmpanies by like authariry: and that she is acquaintcd tivith StePhen Nt. Haney, and kno�vs him to be Vicc f'resident oFsaid Companies; and tha� the signature of5[ephen hf. Haney, s�ibscri6ed ro said Potiver of Atmrney is in the gen«i�ie handwriting of' Stephen �1_ Flaney, and was rherero su6scribed by authority oi said Cumpanies and in deponenCs presence. �otarial5eai 4� �'�'a°F w �(�TARY T� � r-iw � ypllBLi�� `�iER� KATHERINE 1. AOEl_AA� f�OTAI�tY PUHLIC OF NE.N JEF2SEY No. 23i8o'95 Commiss€an Explres.Suly tE, 2�24 � iy11�2f5' I'llF.fi[ CERT[FICATION Resalu�ions adoprnd t,y the IIoards af'Dfrectors oF�EDERAL INSIlRA3�lCH COhtPANl', VIGILA�T INSURANCE CdN1PANY, and PACIFIC INDENINfTY COMPAUY on August 30, 2016� "f2ESOLVE➢. thai the falluwinc authoriza¢ions relate ro the esecu[ion, fni' and an 6ehalf nf [he Comp�ny. �f hi�ndc, undertaldngs, recn�,m�zan[es, cnnrr,icrs an�t uther writicn mminirmen[s of the Company enrered intu fn the ordinary cuurse uFbusSness (each a"Written Commitmen["}: (I} 8ach uf che Chaii'ntan, thc President and the Vice Presidems uf the Co�npany is herehy authorir.ed ro exewte any Yt+ricten Comminnent for and an �ehalf oF[he Company, under the seal oFthe Company or othenvise. (2) Each duly appointed aKomey�in-ia�7 of che Company is heeeby au[horized m execute any Wri[ten Cutumitment for and an behalf uf [he Company. under the seal of [he Company or o[herwise. tu [he e.rten[ tha[such acrion is autliorized by the �,�ran[ oFpvwers prnrider� fnr in such person's �vritren appoimmenr as s�ch utrorney-imlact. (3} �ucl3 af die Chairman, the I�residerit and die Vice Presidents of the Cum�any is heret�y xuthuri'ced. for anc! on behaif ol d7e Cumpany. to appoint in wn[[ng any person [he anorney- fml;��t oF the Company tvi[h Fu11 �qwer andauthurity[uexecute, far and on behalfof[heCnmpany. under rhe sealnffheCompanyornthenvi5e.5uch�VrittenCommitmenisulthe Cumpany as muy be specified in s�ch wriiten appoin[men[, whi[h specificatipn may 6e hy general rype o-r duss uf LVrihen Cummftmen[s ur 6y speci�ication of one or more �ar[kcular WrittenCommitmenis. - p�} 8ach of ilie Chairman, tlie President and the Uice Presiden[s uf' [he Company is €iereby authorired, for and on 6ehalf ol the Company, cu delegate fn wricing to any ucher officer u(che Cornpany the auihurity �o exe[ute. for and on �ehalf oF rhe Cumpany, under the Campany's seal or othenvise, si�ch 4Vritten Commitr¢ents oF [he Company as are specified i3i sueh written delegaiion, wiiich specification may be 6y general type or tlass of Wri[ren Commi[ments nr by specificatipn of �me vr m�re particular Written Commimrenrs. (�} '!'he sfgna[ure ol any oflicer or nther per.+on executing any Nrittcn Commitment ar appointment or delegurion pureuaiat [o rhis Resolu[ion, and the seal of [he Company. may be aflixed by la[simile on suth �Vritten Commitinent oi' �vritren appoiarment or delegation. FURTHHR RhSULI'Gil, tha¢ ttie toreguing k:esuiu[ion shall nut be deemed ro oe an exclu5ive s[a�emen[ o�� [iie pnwers and authurir,� of nflicers, empir,; er� and oilter peccn�;s to s�t (or rnd nn b€hai,` „' rhe Cumpaoy, und such kesolution shall noi IimiE or othenvise aFfect rhe exer[ise o! any su[h po�ver ar;�u�horiry nrhenvise validly granred ��r ves[ed." ], Dativn �til.Chloros, Assistanr Secrerary oFPE�Efv1L I�15URANCG COhSPA�Y, VIGiLANT INSi]RANCG COMPr�NY, and PACIFIC I�BGi4INlTY CO�tiIPA�Y (the "Campanies"} do heretiy certify tha� (i) Ehe I'oregoing [tesol�tions adopted by [he Board oF �irectors oE the Cnmpanies are �riie, cor�rect and in Ful] Force and eFFecc, {ii) Ehe foregoing Power oFA�rorney is true, cnrrecE and in full Force and e�fect. Givenundermyliandandsealsaf'saidCon�paniesa�Whiteho�iseStation.NJ,this �7th day of October, 2024. •�.�"� fs"" �r ������{ �fiA�����61 �'��1.� f •�� 5 aa�� e ��w'` U:�esn lj E'�h6�r+*.,ln�i,E_uuw�•:rcruti� IN "fHE GVEN'I' YpU 1ViSFl TQ 1°ERIFY TFtE RUPHLN'I'ICf'I'1' 0!�'I'HIS 60N� OH NO'I'SFY US OP 4Nl' 0'fHGh 1�1A'I"f'i:h, !'LEr15G. CON'I':1C'f US A'I': 'Ceiephone (908) 9W� 3=E93 Fax E903) 903-3G56 e-mail: tiEiretyC.�thubb.trnn FE�-VIG-PI �rev 0&18} 00 43 37 VENDQR CflMPLIANCE TQ 57ATE LP,W Page � of � SECTION 00 43 37 VENDOR COMPLIANCE TO STA7E LAW NON ftESIDENT BIDDER Texas Governmeni Code Chapter 2252 was adopted for the award of contracts to nonresicient bidd�rs. i'his law provides that, in order to be awarded a contraci as low bidder, nonresident bidders (aut-of-state con#ractors whose corporate offices or prir�ci�al place of business are outside the State of Texas) bid projects for construction, im�rflvements, suppiies or services in Texas at an amot�ni lower than the lowest Texas resident bic�der by the same amount that a Texas resident bidder would be required #o underbid a nonresident bidder in order to obtain a comparable contract in the State which the nonresident's principal pface of busi�ess is located. The a�propriate blanks in Section A must be filled out by all nonresiden# bidders in order for your bid to meet specifications. The failure of nanresident bidders to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. f�onresident bidders in th� State of , aur princi�aal pface af business, are req�ired io be percent lower than resEdent bidders by State Law. A copy of the 5tatuie is attached. Nonresideni bitfders in the State af are not required io underbid resident bidders. , our principal place of buseness, B. i'he principal p�ace of business of aur company or our parent company or majority owner is in the State of Texas. � BfDD�R: Woody Contractors, Inc. 650 Tower Dr Kennedaie, TX 76060 twood 2020 aol.com 8i 7-483-4787 By: "froy Woo� ' r � � ( i YGre) TitEe: President Date: f Q v��J V' i END OF SECTION Gl7Y OF FORT WORTH STANDAR� CONSTREICTION SPECIFICATION DQCUMENTS Revised 9/36/2021 Warkbook 00 41 00 Sid Proposal Addendum 4(2} 00 45 11 - 1 BIDDERS PREQUALIFICATIONS Page 1 of 3 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 13, 2021 SECTION 00 45 11 1 BIDDERS PREQUALIFICATIONS 2 3 1. Summary. A Bidder or their designated subcontractors are required to be prequalified or 4 have applied for prequalification by the City for the work types requiring prequalification 5 prior to submitting bids. To be considered for award of contract the Bidder must submit 6 Section 00 45 12, PREQUALIFICATION STATEMENT for the work type(s) listed with 7 their Bid. Any contractor or subcontractor who is not prequalified for the work type(s) listed 8 must submit Section 00 45 13, PREQUALIFICATION APPLICATION in accordance with 9 the requirements below. The information must be submitted seven (7) days prior to the 10 date of the opening of bids. Subcontractors must follow the same timelines as contractors 11 for obtaining prequalification review. Bidders or Subcontractors who are not prequalified at 12 the time bids are opened and reviewed may cause the bid to be rejected. 13 14 15 The prequalification process will establish a bid limit based on a technical evaluation and 16 financial analysis of the contractor. For example, a contractor wish ing to submit bids on 17 projects to be opened on the 7th of April must file the information by the 31st day of March 18 in order to eligible to work on these projects. In order to facilitate the approval of a Bidder’s 19 Prequalification Application, the following must accompany the submission. 20 a. A complete set of audited or reviewed financial statements. 21 (1) Classified Balance Sheet 22 (2) Income Statement 23 (3) Statement of Cash Flows 24 (4) Statement of Retained Earnings 25 (5) Notes to the Financial Statements, if any 26 b. A certified copy of the firm’s organizational documents (Corporate Charter, Articles 27 of Incorporation, Articles of Organization, Certificate of Formation, LLC 28 Regulations, and Certificate of Limited Partnership Agreement). 29 c. A completed Bidder Prequalification Application. 30 (1) The firm’s Texas Taxpayer Identification Number as issued by the Texas 31 Comptroller of Public Accounts. To obtain a Texas Taxpayer Identification 32 number visit the Texas Comptroller of Public Accounts online at the 33 following web address www.window.state.tx.us/taxpermit/ and fill out the 34 application to apply for your Texas tax ID. 35 (2) The firm’s e-mail address and fax number. 36 (3) The firm’s DUNS number as issued by Dun & Bradstreet. This number 37 is used by the City for required reporting on Federal Aid projects. The DUNS 38 number may be obtained at www.dnb.com. 39 d. Resumes reflecting the construction experience of the principles of the firm for firms 40 submitting their initial prequalification. These resumes should include the size and 41 scope of the work performed. 42 e. Other information as requested by the City. 43 44 2. Prequalification Requirements 45 a. Financial Statements. Financial statement submission must be provided in 46 accordance with the following: 47 (1) The City requires that the original Financial Statement or a certified copy 48 be submitted for consideration. 49 Sanitary Sewer Rehabilitation CONTRACT 103, PART 1 CITY PROJECT NO. 02723 00 45 11 - 2 BIDDERS PREQUALIFICATIONS Page 2 of 3 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 13, 2021 (2) To be satisfactory, the financial statements must be audited or reviewed 1 by an independent, certified public accounting firm registered and in 2 good standing in any state. Current Texas statues also require that 3 accounting firms performing audits or reviews on business entities within 4 the State of Texas be properly licensed or registered with the Texas State 5 Board of Public Accountancy. 6 (3) The accounting firm should state in the audit report or review whether 7 the contractor is an individual, corporation, or limited liability company. 8 (4) Financial Statements must be presented in U.S. dollars at the current rate 9 of exchange of the Balance Sheet date. 10 (5) The City will not recognize any certified public accountant as 11 independent who is not, in fact, independent. 12 (6) The accountant’s opinion on the financial statements of the contracting 13 company should state that the audit or review has been conducted in 14 accordance with auditing standards generally accepted in the United 15 States of America. This must be stated in the accounting firm’s opinion. 16 It should: (1) express an unqualified opinion, or (2) express a qualified 17 opinion on the statements taken as a whole. 18 (7) The City reserves the right to require a new statement at any time. 19 (8) The financial statement must be prepared as of the last day of any month, 20 not more than one year old and must be on file with the City 16 months 21 thereafter, in accordance with Paragraph 1. 22 (9) The City will determine a contractor’s bidding capacity for the purposes 23 of awarding contracts. Bidding capacity is determined by multiplying the 24 positive net working capital (working capital = current assets – current 25 liabilities) by a factor of 10. Only those statements reflecting a positive 26 net working capital position will be considered satisfactory for 27 prequalification purposes. 28 (10) In the case that a bidding date falls within the time a new financial 29 statement is being prepared, the previous statement shall be updated with 30 proper verification. 31 b. Bidder Prequalification Application. A Bidder Prequalification Application must be 32 submitted along with audited or reviewed financial statements by firms wishing to be 33 eligible to bid on all classes of construction and maintenance projects. Incomplete 34 Applications will be rejected. 35 (1) In those schedules where there is nothing to report, the notation of 36 “None” or “N/A” should be inserted. 37 (2) A minimum of five (5) references of related work must be provided. 38 (3) Submission of an equipment schedule which indicates equipment under 39 the control of the Contractor and which is related to the type of work for 40 which the Contactor is seeking prequalification. The schedule must 41 include the manufacturer, model and general common description of 42 each piece of equipment. Abbreviations or means of describing 43 equipment other than provided above will not be accepted. 44 45 3. Eligibility for Award of Contract 46 a. The City shall be the sole judge as to a contractor ’s prequalification. 47 b. The City may reject, suspend, or modify any prequalification for failure by the 48 contractor to demonstrate acceptable financial ability or performance. 49 c. The City will issue a letter as to the status of the prequalification approval. 50 Sanitary Sewer Rehabilitation CONTRACT 103, PART 1 CITY PROJECT NO. 02723 00 45 11 - 3 BIDDERS PREQUALIFICATIONS Page 3 of 3 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 13, 2021 d. If a contractor has a valid prequalification letter, the contractor will be eligible to 1 perform the prequalified work types until the expiration date stated in the letter. 2 3 4 5 6 7 END OF SECTION 8 9 Sanitary Sewer Rehabilitation CONTRACT 103, PART 1 CITY PROJECT NO. 02723 00 45 12 PREQUALIFICATION STATEMENT Page 1 of 1 SEC710N p0 45 92 �REQUALIFICATION S�ATEMENT Each Bicfder fior a City procurement is required to co�nplete the infarmafion below by identifying #he prequalified contractors andlor subconfractors whom they intend to utilize for the major work type{s) listed. Major Wo�k Type ContraciorlS�bcontractor Company Name Prequalificatian Expiration Date Water Transmission, UrbanlRenewal, 24-inches and Woody Contractors, Inc. 4I3012025 sma3ler Sewer Coliection System, LJrbanlRenewal, 16-inches and Woody Contrectors, inc. 4/30/2025 smaller Cor�structiors/Recans#ruction Reynolds Asphalt and Canstructian 5/30/2025 (15,a00 sq�are yards and ConstructionlReconst�uction 5tabile & Winr�, Inc. 10/31/2024 (Less than 15,000 square Sewer Pipe Enlargement, 12" anc! smaller Excel 4 Construction, LLC 4/30/2025 0 0 0 The undersigned her�by certifies that the contractors andlor subcontractors described in the table above are curre�tly prequalified for the war� types listed. BIDDER: Woody Contractors, Inc. 650 Tower Dr Kennedale TX, 7fi06Q a Date: l� � � ' � � �ND OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTIO�! SPECIFICATION DOCUMENTS Rev€secf D913�1202i Workbook 00 41 00 Bid Proposal Addendurr� 4{2} SECTION 00 45 13 PREQUALIFICATION APPLICATION Date of Balance Sheet , Mark only one: Individual Limited Partnership 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) Ema il/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.kasavich@FortWorthTexas.gov TPW_Prequalification@fortworthtexas.gov clint.hoover@fortworthtexas.gov Fort Worth Water Department Engineering and Fiscal Services Division 200 Texas St. Fort Worth, TX 76102 City of Fort Worth Transportation and Public Works Dept. 3741 SW Loop 820, Fort Worth, TX 76133 Attn: Alicia Garcia City of Fort Worth TPW Transportation Management Attn: Clint Hoover, P.E. 5001 James Ave. Fort Worth, TX 76115 *Financial Statements must be mailed. Mark the envelope: “Bidder Prequalification Application” Name under which you wish to qualify 00 45 13 - 2 BIDDER PREQUALIFICATION APPLICATION Page 2 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 13, 2021 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 Sanitary Sewer Rehabilitation CONTRACT 103, PART 1 CITY PROJECT NO. 02723 00 45 13 - 3 BIDDER PREQUALIFICATION APPLICATION Page 3 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 13, 2021 MAJOR WORK CATEGORIES, CONTINUED CCTV, 42-inches and smaller CCTV, 48-inches and smaller Sewer CIPP, 12-inches and smaller Sewer CIPP, 24-inches and smaller Sewer CIPP, 42-inches and smaller Sewer CIPP, All Sizes Sewer Collection System, Development, 8-inches and smaller Sewer Collection System, Urban/Renewal, 8-inches and smaller Sewer Collection System, Development, 12-inches and smaller Sewer Collection System, Urban/Renewal, 12-inches and smaller Sewer Interceptors, Development, 24-inches and smaller Sewer Interceptors, Urban/Renewal, 24-inches and smaller Sewer Interceptors, Development, 42-inches and smaller Sewer Interceptors, Urban/Renewal, 42-inches and smaller Sewer Interceptors, Development, 48-inches and smaller Sewer Interceptors, Urban/Renewal, 48-inches and smaller Sewer Pipe Enlargement 12-inches and smaller Sewer Pipe Enlargement 24-inches and smaller Sewer Pipe Enlargement, All Sizes Sewer Cleaning , 24-inches and smaller Sewer Cleaning , 42-inches and smaller Sewer Cleaning , All Sizes Sewer Cleaning, 8-inches and smaller Sewer Cleaning, 12-inches and smaller Sewer Siphons 12-inches or less Sewer Siphons 24-inches or less Sewer Siphons 42-inches or less Sewer Siphons All Sizes Transportation Public Works Asphalt Paving Construction/Reconstruction (LESS THAN 15,000 square yards) Asphalt Paving Construction/Reconstruction (15,000 square yards and GREATER) Asphalt Paving Heavy Maintenance (UNDER $1,000,000) Asphalt Paving Heavy Maintenance ($1,000,000 and OVER) Concrete Paving Construction/Reconstruction (LESS THAN 15,000 square yards)* Concrete Paving Construction/Reconstruction (15,000 square yards and GREATER)* Roadway and Pedestrian Lighting NOTE *There is not a prequalification requirement for installation of concrete sidewalk, curb & gutter, driveways, and panel replacement, only on concrete street / ROW paving Sanitary Sewer Rehabilitation CONTRACT 103, PART 1 CITY PROJECT NO. 02723 00 45 13 - 4 BIDDER PREQUALIFICATION APPLICATION Page 4 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 13, 2021 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 a General Contractor: (b) As a Sub-Contractor: 4. *What projects has your organization completed in Texas and elsewhere? CONTRACT AMOUNT CLASS OF WORK DATE COMPLETED LOCATION CITY-COUNTY- STATE NAME AND DETAILED ADDRESS OF OFFICIAL TO 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. Sanitary Sewer Rehabilitation CONTRACT 103, PART 1 CITY PROJECT NO. 02723 00 45 13 - 5 BIDDER PREQUALIFICATION APPLICATION Page 5 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 13, 2021 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? NAME PRESENT POSITION OR OFFICE YEARS OF EXPERIENCE MAGNITUDE AND TYPE OF WORK IN WHAT 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. Sanitary Sewer Rehabilitation CONTRACT 103, PART 1 CITY PROJECT NO. 02723 00 45 13 - 6 BIDDER PREQUALIFICATION APPLICATION Page 6 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 13, 2021 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. Sho uld 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. Sanitary Sewer Rehabilitation CONTRACT 103, PART 1 CITY PROJECT NO. 02723 00 45 13 - 7 BIDDER PREQUALIFICATION APPLICATION Page 7 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 13, 2021 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. ITEM QUANTITY ITEM DESCRIPTION BALANCE SHEET 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 Sanitary Sewer Rehabilitation CONTRACT 103, PART 1 CITY PROJECT NO. 02723 00 45 13 - 8 BIDDER PREQUALIFICATION APPLICATION Page 8 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 13, 2021 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 execut ed the foregoing statement that he/she is familiar with the books of the said entity showing its financial condition; that the foregoing financial statement taken from the books of the said entity as of the date thereof and that the answers to the questions of the foregoing Bidder Prequalification Application are correct and true as of the date of this affidavit. Firm Name: Signature: Sworn to before me this day of , Notary Public Notary Public must not be an officer, director, or stockholder or relative thereof. Sanitary Sewer Rehabilitation CONTRACT 103, PART 1 CITY PROJECT NO. 02723 004526-1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page 1 of 1 1 SECTION 00 45 26 2 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW 4 Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certiiies that it 5 provides worker's compensation insurance coverage for all of its employees employed on City 6 Project No. 02723. Contractor further certifies that, pursuant to Texas Labor Code, Section 7 406.096(b), as amended, it will provide to City its subcontractor's certificates of compliance with 8 worker's compensation coverage. 9 10 CONTRACTOR: 11 I / I- 12 ��QO,AH �o/T�rOvt�� S� h L By: � O 13 Company (P ease Print) 14 15 ���J � �(,�/-(1 ��, Signature: 16 Address �: 17 18 ��ZY►j'1,P,�Q, (��� 6� �d D Title: �s��Q�,� -� 19 City/State/Zip (Please Print) 20 21 22 THE STATE OF TEXAS § 23 24 COUNTY OF TARRANT § 25 26 BEFORE ME, the undersigned authority, on this day personally appeared 27 �^ O , known to me to be the person whose name is 28 subscribed to t e foregoin ms nunent, and acknowled�ed to me that he/she executed the same as 29 the act and deed of p C�n-1�-a ��o� Sn L for the purposes and 30 consideration therein expresse and in the capacity therein stated. 31 32 GIVEN LTNDER MY HAND AND SEAL OF OFFICE this � day of 33 �� {�U � I�� , 20� 34 35 36 "'""„ Notary Pu ' in and for the State of Texas 37 ,�'�+ !�e�.,, LUZ A RAVELO `d��r'f+� Notery Public, Stete of Texes 3 g � My Commisaion Expirss _�'�; o` `t+�"�� Aptfl 20, 2027 39 '--, N„„,,,�• NOTARV ID 12880410-0 END OF SECTION 40 CITY OF FORT WORTH Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CONTRACT 103, PART 1 Revised July 1, 2011 CITY PROJECT N0.02723 00 45 40 - 1 Business Equity Goal Page 1 of 2 CITY OF FORT WORTH Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CONTRACT 103, PART 1 Revised October 27, 2021 CITY PROJECT NO.02723 SECTION 00 45 40 1 Business Equity Goal 2 3 4 APPLICATION OF POLICY 5 If the total dollar value of the contract is $100,000 or more, then a Business Equity goal is applicable. 6 A Business Equity Firm refers to certified Minority-, and/or Women-, owned Business Enterprises 7 (M/WBEs). 8 9 POLICY STATEMENT 10 It is the policy of the City of Fort Worth to ensure the full and equitable participation of Business Equity 11 Firms when applicable, in the procurement of all goods and services. All requirements and regulations 12 stated in the City’s Business Equity Ordinance No.25165-10-2021, (replacing Ordinance No. 24534-11-13 2020 (codified at: https://codelibrary.amlegal.com/codes/ftworth/latest/ftworth_tx/0-0-0-22593) apply to 14 this bid. 15 16 BUSINESS EQUITY PROJECT GOAL 17 The City's Business Equity goal on this project is 13.56% of the total bid value of the contract (Base bid 18 applies to Parks and Community Services). 19 20 METHODS TO COMPLY WITH THE GOAL 21 On City contracts where a Business Equity Goal is applied, offerors are required to comply with the City's 22 Business Equity Ordinance by meeting or exceeding the above stated goal or otherwise comply with the 23 ordinance through one of the following methods: 1. Commercially useful services performed by a 24 Business Equity prime contractor, 2. Business Equity subcontracting participation, 3. Combination 25 of Business Equity prime services and Business Equity subcontracting participation, 4. Business 26 Equity Joint Venture/Mentor-Protégé participation, 5. Good Faith Effort documentation, or 6. 27 Prime contractor Waiver documentation. 28 29 SUBMITTAL OF REQUIRED DOCUMENTATION 30 Applicable documents (listed below) must be received by the Purchasing Division, OR the offeror shall 31 EMAIL the Business Equity documentation to the assigned City of Fort Worth Project Manager or 32 Department Designee. Documents are to be received no later than 2:00 p.m., on the third City 33 business day after the bid opening date, exclusive of the bid opening date. 34 35 The Offeror must submit one or more of the following documents: 36 1. Utilization Form and Letter(s) of Intent, if the goal is met or exceeded; 37 2. Good Faith Effort Form and Utilization Form, including supporting documentation, if 38 participation is less than stated goal, or no Business Equity participation is accomplished; 39 3. Prime Contractor Waiver Form, including supporting documentation, if the Offeror will perform 40 all subcontracting/supplier opportunities; or 41 4. Joint Venture/Mentor-Protégé Form, if goal is met or exceeded with a Joint Venture or Mentor-42 Protégé participation. 43 44 These forms can be found at: 45 Business Equity Utilization Form and Letter of Intent 46 https://apps.fortworthtexas.gov/ProjectResources/ResourcesP/60 - MWBE/Business Equity Utilization 47 Form_DVIN 2022 220324.pdf 48 49 00 45 40 - 2 Business Equity Goal Page 2 of 2 CITY OF FORT WORTH Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CONTRACT 103, PART 1 Revised October 27, 2021 CITY PROJECT NO.02723 Letter of Intent 1 https://apps.fortworthtexas.gov/ProjectResources/ResourcesP/60 - MWBE/Letter of Intent_DVIN 2 2021.pdf 3 4 Business Equity Good Faith Effort Form 5 https://apps.fortworthtexas.gov/ProjectResources/ResourcesP/60 - MWBE/Good Faith Effort 6 Form_DVIN 2022.pdf 7 8 Business Equity Prime Contractor Waiver Form 9 https://apps.fortworthtexas.gov/ProjectResources/ResourcesP/60 - MWBE/MWBE Prime Contractor 10 Waiver-220313.pdf 11 12 Business Equity Joint Venture Form 13 https://apps.fortworthtexas.gov/ProjectResources/ResourcesP/60 - MWBE/MWBE Joint 14 Venture_220225.pdf 15 16 17 FAILURE TO ACHIEVE THE GOAL OR OTHERWISE COMPLY WITH THE ORDINANCE WILL 18 RESULT IN THE BIDDER/OFFEROR BEING DECLARED NON-RESPONSIVE AND THE BID 19 REJECTED. 20 21 22 FAILURE TO SUBMIT THE REQUIRED BUSINESS EQUTY DOCUMENTATION OR OTHERWISE 23 COMPLY WITH THE ORDINANCE WILL RESULT IN THE BID BEING DECLARED NON-24 RESPONSIVE, THE BID REJECTED AND MAY SUBJECT THE BIDDER/OFFEROR TO SANCTIONS 25 AS DESCRIBED IN SEC. 20-373 OF THE ORDINANCE. 26 27 For Questions, Please Contact The Business Equity Division of the Department of Diversity and 28 Inclusion at (817) 392-2674. 29 END OF SECTION 30 31 REQUEST FOR BUSINESS EQUITY GOAL Dept./Div. Name: _______________ First Advertise Date: _________ Bid Date : __________ IS THIS CONTRACT ASSOCIATED WITH TRV? Yes No Dollar value of TRV contract portion $__________________ IS THIS A CIP CONTRACT? Yes No If yes, what year _________ IS THIS A FEDERALLY FUNDED CONTRACT? Yes No Grant No. Grant Fiscal Year Date Sent to DVIN-BE: __________ IS THIS A COMBINED PROJECT? Yes No IS THIS A REVISION? Yes No IS THIS A CHANGE ORDER? Yes No Enter # Contractor: ____________________ IS THIS AN AMENDMENT? Yes No Enter # Design Firm: _______________________ If this is not the initial change order/amendment, submit copies of all previous change order/amendments regardless of whether a M&C was required for funding. BID/PROJECT NAME (Description Including Street Names): _________________________________ __________________________________________________________________________ _______________________________________________________________ Check applicable boxes: Concrete Paving Asphalt Paving Drainage Water Sewer Other Alternates Capital/Bid Project#___________ Other Project#_________________ TOTAL CONTRACT ESTIMATE: $_________________________________ (Please ATTACH individual sub-totals for contracts with multiple units/sections including contingency. If the documentation is not clear and concise, it will be returned to the department.) ___________________________ Buyer/Project Manager (PRINTED) _____________________________ Buyer/Project Manager (SIGNATURE) EXT. __________ DATE: __________ Check here to acknowledge that if pay item quantities are added to the proposal section after an Business Equity goal has been provided by DVIN - Business Equity Division, revised proposal must be submitted to DVIN - Business Equity Division for review. A compliance review will not be performed if additional pay items or quantities, which will potentially impact the Business Equity goal, are added to the proposal section after the issuance of the goal. THIS PORTION TO BE COMPLETED BY BUSINESS EQUITY DIVISION BUSINESS EQUITY GOAL: Comments:________________________________________________________________ __________________________________________________________________________ DVIN-BE Staff: ______________________________ EXT: __________ DATE: _________ Effective 01-01-2021 DBE Goal fghshghsjj% MBE or SBE Goal (Project under previous BDE Ordinance) fghshghsjjsh% Business Equity Division Email: DVIN_BEOffice@fortworthtexas.gov DEPARTMENT OF DIVERSITY AND INCLUSION-BUSINESS EQUITY DIVISION (DVIN-BE) Check type of contract: Construction CMAR Design/Build C/S/P Professional (A&E) Professional (RFQ/RFP) M/WBE Goal fghsh13.56 % CFA Is this a Job/Task Order Contract? If yes, enter the revision number Yes No Point of Contact of Other than Buyer/PM:___________________________ EXT. __________ ITB Construction: IS THIS A LUMP SUM CONTRACT? Yes No Professional: IS THIS A FIXED FEE NOT-TO-EXCEED CONTRACT? Yes No IS THIS A HOURLY NOT-TO-EXCEED CONTRACT? Yes No THIS A BOND FUNDED CONTRACT?Yes No Based on the MWBE availability , this projects BE goal is set at 13.56%. If the vendor would like to commit to a higher % it is encouraged by Business Equity. 2679 8/30/2024 00 52 43 - 1 Agreement Page 1 of 6 SECTION 00 52 43 AGREEMENT THIS AGREEMENT, authorized on 01/14/2025 , is made by and between the City of Fort Worth, a Texas home rule municipality, acting by and througl� its duly airthorized City Manager, �«City»� and (J�p(��-�,� (���ra c�-o�5 �'�. L , autliot•ized to do business in T�xas, acting by and tlli•ough its duly authorized i•epi•esentative, ("Conti•actor"). City and Contcactot� may jointly be i•efet•red to as Parties. City and Contractor, in consideration of tlie mutual covenants hereinafter set fortli, agree as follows: Article 1. WORK Contractoi• shall compleYe all Woi•lc as specified oi• indicated in the Contract Documents for the Pi•oject identified hei•ein. Ai•ticle 2. PROJECT The project foi• which the Woi•Ic undei• the Conti•act Documents may be the whole or only a part is generally described as follows: SANITARYSEWER REHABILITATION CONTRACT 103. PART 1 CITYPROJECT NO. 02723 Article 3. CONTRACT PRICE City agi•ees to pay Conti•actoi• foi• perfoi•ulance of tlie V�ork in ac�rq�rdance with tlie Contract Five Million ive Hundre eventy- Five Thousand DOCUtIleritS atl aI1loUnt, ln Cul'1'ellt fuilds, of Three Hundred Twenty-Eight and 15/100 Dollars ($ 5,575,328.15 ). Contract price may be adjusted by change of•ders duly authorized by tlie Parties. Ai•ticle 4. CONTRACT TIME 4.1 Final Acceptance. The Worlc shall be complete for Final Acceptance witliin 450 days aftei• the date when tlie Contract Time commences to i•un, as pt•ovided in Pai•agi•aph 2.02 of the General Conditions, plus any extension thei•eof allowed in accoi•dance with At•ticle 12 of the Genei•al Conditions. 4.2 Liquidated Damages Contractor i•ecognizes tliat tinae is of tlae esserrce foi• completion of Milestones, if auy, and to achieve Final Acceptance of the Woi•Ic and City and the public will suffei• froni loss of use if the Woi•k is not completed within the time(s) specified in Pat�agraph 4.1 above. The Contractoi• also recognizes the delays, expense and difficulties involved in pi•oving in a legal proceeding, tlie actual loss suffered by the City if the Work is not completed on time. Accot�dingly, instead of i•equii•ing any sucli pi•oof, Contractoi• agi•ees tliat as liquidated damages foi• delay (but not as a penalty), Contractoi• shall pay City Six Hznzdred Fiftv Dollai•s ($650. DO) for• each day that expii•es aftei• tlie tinle specified in Paragi•apli 4.1 foi• Final Acceptance until the City issues tlie Final Letter� of Acceptance. CITY OP FORT WORTH Sanitaiy Sewer Rehabilitation STANDARD CONSTRUC'I'ION SPGCIFICATION DOCUMENTS CONTRACT 103, PAR'I' l Revised December 8, 2023 CITY PROJGCT N0.02723 00 52 43 - 2 Agreement Page 2 of 6 Ai•ticle 5. CONTRACT DOCUM�NTS 5.1 CONTENTS: A.The Contract Documents wl�ich comprise the entire agreement between City and Contractor concerning the Worl< consist of the following: 1. This Agreement. 2. Attachments to tl�is Agi•eement: a. Bid Form 1) Proposal Form 2) Vendor Compliance to State Law Non-Resident Biddei• 3) Prequalification Statement 4) State and Federal documents (p�•oject specifrc) b. Current Prevailing Wage Rate Table c. Insurance Certification Form (ACORD or equivalent) d. Payment Bond e. Per�foi•mance Bond £ Maintenance Bond g. Powei• of Attoi•ney foi• the Bonds 1�. Woi•Icei•'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 attacl�ed, as incorporated by reference and described in tl�e Table of Contents of the Project's Contract Documents. 6. Drawings. 7. Addenda. 8. Documentation submitted by Contractoi� prior to Notice of Awai•d. The following which inay be delivei•ed oi• issued aftei• the Effective Date of the Agi•eetnent and, if issued, become an incoi•poi•ated pai•t of the Contract Documents: a. Notice to Proceed. b. Field Ordei•s. c. Change Ordeis. d. Letter of Final Acceptance. Article 6. IND�MNIFICATION 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the city, its officei•s, servants and employees, from and against any and all claims ai•ising out of, oi• alleged to arise out of, the woriz and services to be perfojmed by the contractor, its officers, agents, employees, subcontractors, licenses or invitees under this contract. This indemnification provision is speci�cally intended to operate and be effective even if it is alle�ed or proven that all or some of the dama�es bein� sou�ht were caused, in whole or in nart, bv any act, omission or negligence of the citv. This indemnity pi•ovision is intended to include, without limitation, indemnity foi• costs, expenses and legal fees incuri•ed by the city in defending against such claims and causes of actions. CITY OF FORT WORTH Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPGCIFICATION DOCUM�NTS CONTRACT ]03, PnRT l Revised December 8, 2023 CITY PROJEC'I' N0.02723 00 52 43 - 3 Agreement Page 3 of ( 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the city, its officers, servants and employees, fi•om and against any and all loss, damage or desti•uction of property of the city, arisiug out of, or alleged to arise out of, the work and sei•vices to be perfoi•med by the contractor, its officers, agents, employees, subcontractors, licensees or in��itees under this contract. This indemnification provision is specifically intended to operate and be effective even if it is alle�ed or proven that all or some of the ciama�es bein� sou�ht were causeci, in whole or in part, by any act, omission or ne�li�ence of the city. Article 7. MISCELLANEOUS 7.1 Terms. Tet•ms used in this Agreement whicl� are defined in Article 1 of the General Conditions will have the meanings indicated in the General Conditions. 7.2 7.3 Assignment of Contract. This Agreeinent, including all of tlie Contract Docuinents may not be assigned by the Contcactor without the advanced express written consent of the City. Successors and Assigns. City and Contractor each binds itself, its partners, successors, assigns and legal i•epi•esentatives to the othei• party hereto, in respect to all covenants, agreements and obligations contained in fl1e Contract Documents. 7.4 Severability/Non-Waivei• of Claiins. Any provision oi• part of the Contcact Documents held to be unconstitutional, void or unenforceable by a court of competent jurisdiction shall be deemed stricicen, 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 oi• to exei•cise any right gi•anted hei•ein shall not constitute a waivei• of City's or Conti•actoi•'s respective i•ight to insist upon appropi•iate performance oi• to assert any such right on any future occasion. 7.5 Governing Law and Venue. This Agreement, including all of the Conti•act Texas. Venue shall be Tarrant County, Texas, Noi•thern Distt•ict of Texas, Fort Worth Division. 7.6 Authority to Sign. Documents is performable in the State of or the United States District Coui•t for the Contractor shall attach evidence of authority to sign Agreement if signed by someone other tlian the duly authorized signatoiy of the Contractor. 7.7 Non-appropriation of Funds. In the event no fiinds or insufficient fiinds are appropriated by City in any �scal period for any payments due hel•eunder, City will notify Vendor of such occuri•ence and tllis Agi•eement shall terminate on the last day of tlie fiscal pei•iod foi• which appropriations were received without penalty oi• expense to City of any kind whatsoever, eacept as to the portions of the payments herein agreed upon for which funds l�ave been appropriated. CITY OF FOR'I' WORTH Sanitary Setver Rehabilitation S7'ANDARD CONS1'RUCTION SPECIFICATION DOCUMGNTS CONTRACT ]03, PAR'I' 1 Revised December 8, 2023 CITY PROJEC"I' N0.02723 00 52 43 - 4 Agreement Page 4 of 6 7.8 Prohibition On Cont��acts With Companies Boyeotting Israel. Contractor, uuless a sole pi•oprietoi•, acknowledges that in accorda»ce with Chaptei• 2271 of the Teaas Government Code, if Conti•actor has 10 or moi•e full time-employees and tl�e contcact value is $100,000 or inore, the City is pi•ohibited fi•oin entei•ing into a contract witli a company for goods or services unless the contract contains a written verification fi�om the company that it: (l ) does not boycott Israel; and (2) will not boycott Israel during the term of tl�e cont►�act. Tl1e teims "boycott Isi•ael" and "company" shall have tlle meanings ascribed to those te�•ms in Section 808.001 of tl�e Texas Govei•nment Code. By signing this conh�act, Contractor certifies that Contractor's signature provides wi•itten verification to the City that if Chapter 2271, Texas Governmeut Code applies, Contractoi :(1) does not boycott Isi•ael; and (2) will not boycott Isi•ael during the tei•m of the contract. 7.9 Prohibition on Boycotting Ener•gy Companies. Contractor acicnowledges that in accordance witl� Chapter 2276 of fl1e Texas Government Code, the City is pi•ohibited from entei•ing into a conti•act for goods or seivices tl�at has a value of $100,000 oi• more, wl�ich will be paid wholly or pai•tly fr�oin public funds of tl�e City, with a co�npany (with 10 or� more full-time employees) unless the contract contains a wi•itten veri�cation fi•om the company that it: (1) does not boycott eneigy companies; and (2) will not boycott enelgy companies during the term of the cont��act. The terms "boycott energy company" and "compauy" have the ineauing asci•ibed to those terms by Cl�apter 2276 of the Teaas Government Code. To the extent that Chapter 2276 of the Government Code is applicable to this Agreement, by signing this Agreement, Contractor certifies that Conti•actor's signature provides wi•itten verifcation to the City tliat Contractoi: (1) does not boycott energy companies; and (2) will not boycott energy companies dui•ing the term of this Agreement. 7.10 Prohibition on Disci•imination Against Fii•earm and Ammunition Industries. Contt•actor acknowledges tllat except as ofllei•wise pi•ovided by Chapter 2274 of tlie Texas Government Code, the City is prohibited fi�om entering into a cont��act for goods or services t11at has a value of $100,000 or inoi•e which will be paid wholly or pai•tly fi•om public funds of t11e City, with a coinpany (with 10 or moi•e full-time employees) unless tl�e contract contains a written verification fi�om 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 disci•iminate during the term ofthe conh�act against a fii•eai•m entity ol• ft�earin ti•ade association. The terms "discriminate," "fireai•m entity" and "firearm h�ade association" have the meaning asci•ibed to those terms by Chapter 2274 of the Texas Government Code. To the extent that Chaptei• 2274 of the Govei•nment Code is applicable to this Agt•eement, by signing this Agi•eement, Contractor certifies that Conti•actoi°s signatui•e pi•ovides wi•itten verification to the City that Conti•actoi :(1) does not have a practice, policy, guidance, or dit•ective that discriminates against a fii•eai•m entity oi• fii•earm ti•ade association; aud (2) will not discriminate against a fireai•m entity o►• fii•earm ti•ade association ciuring the tei•m of this Agreement. C[TY OF FORT WOR'I'H Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIPICAT[ON DOCUMENTS CONTRACT 103, PART 1 Revised December 8, 2023 CI"I'Y PROJECT N0.02723 005243-5 Agreement Page 5 of 6 7.11 Immigi•ation Nationality Act. Contractor shall verify the identity and employment eligibility of its employees who perform worl< under this Agi•eement, 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 doc�unentation foi• each employee who pei•foi•ms woi•k undei• tllis Agreement. Contractor shall adl�er�e to all Federal and SYate laws as well as establish appropriate procedures and conh�ols so that no services will be performed by any Contractor employee who is not legally eligible to perfoi•m such sei•vices. CONTRACTOR SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES, LIABILITIES, OR LOSS�S DUE TO VIOLATIONS OF THIS PARAGRAPH BY CONTRACTOR, CONTRACTOR'S �MPLOYEES, SUBCONTRACTORS, AGENTS, OR LICENSEES. City, upon wi•itten notice to Cont�•actoi•, shall have tlie right to immediately terminate tliis Agreeinent foi• violations of tliis provision by Contractol•. 7.12 No Third-Party Beneficiaries. This Agreeinent gives no i•ights or benefits to alryone othei• than t11e City and the Contractor and fllere are no thii•d-party beneficiaries. 7.13 No Cause of Action Against Engineer. Contractoi•, its subconh•actot•s and equipment aud materials suppliers on tlie PROJECT or their sureties, shall maintain no direct action against the Engineei•, its officeis, employees, and subconh•actol•s, for any claim arising out of, iu connection with, or i•esulting fi�om the engineering services performed. Only the City will be the beneficiaty of any undei�taking by flle Engineer. The pi•esence or duties of the Engiueer's peisonnel at a construction site, whether as on-site representatives oi• othei•wise, do not make the Engineer or its personnel in any way 1•esponsible foi• those duties that belong to the City and/oi• the City's construction contractors or otller entities, and do not relieve the constr�iction cont��actoi•s or any other entity of their obligations, duties, and i•esponsibilities, including, but not limited to, all construction methods, means, techniques, sequences, and procedures necessary for coordinating and coinpleting all poi�tions of tlle consh•uction woi•k in accordance witl� the Conh•act Documents and any health oi• safety precautions reguired by such consti•uction woi•k. Tlie Engineei• and its peisonnel have no authoi•ity to exercise any control ovej� any construction contractoi• oi• other entity or their employees in connection with their work oi• any health or safety pi•ecautions. CITY OF �ORT WOR'CH Sanitary Sewer Rehabilitation STANDARD CONSTRUC'CION 3PECIF[CATION DOCUMENTS CONTRACT ]03, PART 1 Revised December 8, 2023 CI'I'Y PI20JECT N0.02723 Christopher Harder (Jan 27, 2025 10:30 CST)Christopher HarderDouglas Black (Jan 30, 2025 16:51 CST)William Johnson (Jan 30, 2025 17:35 CST)Jan 30, 2025 UOFill1-i I'6IZi'l�R�l;ANC![ 130NI) 'tiec I „I', B�na No. K�ozozis� I , `t �4 � 6 7 'I'HI�; S'TATF, OF TE�AS COUNTY OF'CARRA�Y`I' SL:CT10�1 00 6L l3 PI�;R�'ORVIANC'E:� BOND § � ICNO�V ALL, I3V T�fE�SE N1ZF,S�N'i'S: § 8 "I�ha( we, _Woody Conh•actors, Ine. � _ � �_, lu�o�,vn as 9 "Principal" h�rein ancl Vi ig lant Insurance Com�an}� ___ __, � ����'p�?i'�te lU sur�ty(suc�ties, if more tl�an one) duly authorized to do business in �hc S[1te of "I'esas, Icnown as I 1 "Sure�y" herein (whether one or more), �u•e held and Crmly h��und �mro the City uf I�ort Worlli, a 12 mur�icip�i( corporation cre.aYed pursuan� to the (ac,v� oC"['exas, Icno«n as "City" herein, in lhe penal Five P/lil�ion Five Hundred Sevenly-Five Thousand 13 s�un ��1�, __ Three Hundreci Twenty-Eight and �15/100 llullars 14 ($ _ 5,575,328.15 _ _), IawPul money of Nle Uniied States, lo be paid in Fort W��rth, l5 '['arrant County, '1'e�xas for the pa��mcnt of tivhich sum ��vell aild truly �o be m�ide, we bind ourseives, I6 our heirs. executors, �c1�t�inistrators, successors and assigns, jointly and severally, firnily by these 17 �)CZSCIIiS. I K �VCiI�,RF,AS, the Princi��il (ias enlercd inf� a ccrtain l�vrilCen contract with the City �t��varded 19 d1e_��q_day of_ �anU�1rY --° 20 25, �,vhich Contract is I�creby re;fecred lo and ma�ie a part 30 here��C (��r al I purposes as i1� fully set forll� herein, to P�u�nish all materials, equipment labor and ��ther ? 1 accessor�ie�s defined by I;����, in tlie prosecutio�i of the Worl:, inoluding any Change Or�lers, as 22 provided for in said ConU�act �lesignated as SAN[Ti1RY SI�;�A�ER REHAR[L1TA"CION 23 CON"I'EZACT 103 PART I, CI"fY PROJC,C'('l��U. 02723 24 NOW, TEIERrFOR�, the coi�ditioil of� ti�is ��bligation is such that if the said Pcincit�al 2� shall faithfully ��c,rform it obligations under the Contract �incl shall in all cespect�s duly and faithfully 26 per{orm the Woi•l., including Cllaiige Ordei�s, under the Coiltrlct, �ccording to the plans, 27 s��ecitications, and contr•��c1 documents therein reterred to, and as �,vell during �any period of� 28 exl�cnsioii of the Contract that m�iy be gran�ed on llie pact ol't�he CiYy, then this obligation shafl be 29 an�i become null ai�d void, o(�hecwise to ren�ain in Pull Iorce �ind eficcl. �0 Yl20VIDED FURTHER, that if any Iegal actioi� bc fil�d on this I3o�1d, vei�ue shall (ie ii� 3 t 1�arrant County, 'fesas or the Unitecl States Districl Coucl Por the Nor(I�ern District of "CeYas, I�ort 32 Worth �Division. CI"fY OF FOtiT WC)R'fli S<uiitary Sc�v�r Reha6ililalion S'fi1�11-�fVt1l CC)NS"I'RU� fIUN SPH<'IFIC;A'I'li )�! Dl)CU�II�;� ]'I'S CON'I'RAC"f 103, P��R'C 1 Revisad l)ecember 3, 2023 CI'I'Y PROJ(iCE NO U2723 O06i I;_2 I'FiliPClR�4�ANC[i IlO�il) Pa�c 2 „(? G � "�'his bond is tn�idc ai�d execu�c�l in c��tnpli�inec ��vith tho provisious of Chapter 22i3 c�Ftllc l�esas Government C�>dc, �s amen�lecl, and all liabilities on Hlis bond shall be drterinined in acci�rdance with the provisions of said sta(�uo. -� [N WITNF�SS �V�IE(21+.�0I', the Principll and the Surcl_y havc SIGN�D aud Sf�;nLC�D this S inslruiricnt by duly au(h�>ri�e�i ag�;nl� an�l o['ficer5 un llti5 lhc __ 14th day <�i��anuar� _ � - ---_> �0 25 . 7 8 q l0 II 12 13 A'l'"fE „ : � I ={ �5 � - --- --- -- _ IC (Pri�icipal)Sea•etary 17 I� 1 `) 6. ---_`_"�, 20 . �l --- - -- I ---- — 22 Witness as �o �' �ci �al �3 �� 25 ?6 �� ?g 29 30 .i I 32 33 34 � �c ��C,E-f %�,,, ,q ��r� � � �� �'�;=1� � � �—G�, 37 Witn�ss as to Surely Elizabeth Gr� 38 39 F'IZIVCIPfU.: Wood�Contractors, Inc. _ 13Y: — - - — -- Si ire. _ _ )_ ro l,✓oo �-- - - - �rLS�� ��une and I'ide Address: 650 Tower Drive _ I<ennedale, TX 76060 __ _ __ SURL I'Y: Vi�lant Insw•ance Company __ ___ — -- , — -------- QY: i���� - Signat�u•e — -- ICyle W. Sweeney, Attorn y-in-Fact N�mc and "fitic Acich•es,: 5400 LBJ Frwy, Suite 600 _ Dallas, TX 75240 'I'elaphone Nwnbei : 214-754-0777 -- --- _ _ —. E;n�ail Address: surety@chubb.com 40 *�Note: [f signcd by an officec of tl�e Sw�ety Compan}�, there mtist be on file a cei�ti�ed eYtract 41 from the by-la�vs sho��ving that this person has aut�hority to sign such obli�ation. [� �? Surety's pl�ysical address is difiere«t fi�om its mailing address, botl� n�ust be �rovided. �!3 "I'he date oC the bond shall not be prior to the c(ate the Contract is a�-varded. � �t C'1'I�Y OP P(1RT bVOR'I'VI Stinilary tie�ver Rchahilift�tion S'1'iWDARD CO�lSTRU�'I'[O�' SPECtf�ICA�i'[ON DiJCUiAdf{NTS CC)N"I'I:AC"1' 103, PAR'f 1 Rcvised Ucccinher R, 2(123 CI"I'Y PRO.IF,C'I' N0.027?3 UObI i�1-I I'�\Yi�II N'I liOiJl) I'.igc I of2 Bond No. I<4020216A I ? ; 4 5 C 7 '1'H F. 5"I'A'I'C, UF .1'P�YAS CO[�N�I'Y OI�, �CARRAN'I' Sf,C'1`lON UO (il 1={ Pi\1'N9f.?N"I' E3UNf) § 5 KNOW ALL I3Y �CtIESF, PRESEN"I'S: § 8 That ��ve, Woody Contractors, Inc. , I:nown as 9 '`['cincipal'' hca�ein, and VigilantInsw'anceCotnpany . �i 10 corporatc suret}� (sureties), duly authorized to do busiiless in the St�ite of Te�as, kiiown as "Surety" 1 I 1leeeili (���hether one �r more). are held �iiid (irmly bound unto the City o�FF��rI W�>rth, a munici��al l3 c��rporation oreated pui:suant fo the l2ws of the State oF"I'exas, knocvn as `'CitS�" he��cin, in the penal Five Million Five Hundre�cl Seventy-Five Th�us�nd 13 sum ul� -I hree_I-I�mdred T�venty Eic ht�'15/�1_00 _ Dollars 1�4 ($___5,575,328."15 ), la�vl�ul tnonay of the Unite�d St�iles, to be paicl in f�or�� �Vorth, (5 `I'arrant County, "I'ea�i�, lor thc payu�eitt uPwhich sum well ancl (ruly bc made, �-ve bind ourselves, 16 our heirs, eYecutors, administrators, successors �nd assigus, jointly and sevcrally, �rmly by thcsc f7 prescilts: 14 �VHF,IZF,AS, Priilcip�l has e��tcred into a cer(ain �-v�•it�an Contract �vi(h City, aw<�rde�l tite 19 1�__ day oF _ J�nt,��t.y_ — , 20 25 , which Conlract i; here�by rel�erred to �tnd made 20 a part he+rcof for all purpc>ses as iP (i�lly set t��rth herein, to f�urnish all mat�erials, equipn��eul, I�bor 21 and other acoessories as dePinec( by la�,v, in Che prosecution of the Work as provided Por in said 22 Contract and designated as SANI"I�ARY S1�WER R1�EIABILI"1'ATION CC)N`['RAC"l' 103 PAR'C �3 I, C1"1'1' PRO.IEC'1' NO. 02723. 2�4 NOW, THEI2I;FORE, "I'Hli CONDITION Of� '1-1JIS OBL�Gn�T[01�1 is such that if 25 Principal shall pay all monies owing to any (and �(I) paynlent hond beneficiaiy (as defined iu ?fi Chapter Z253 of tl�e Tcs�s Governi�icnt Code, as ame��decl) in the prosecutfon of the Work under 27 the Coniract, tl�en this obligation shall be <ind become null �nd void; othcrwise t�o rerY��lin in full 2� fr>rce atid et�ect. 39 'I'his boud is made aiid e�ecuted in coin��liance wil�h lhe E�r��visions of Chaptcr 2253 0l� thc 30 "Cexas Crovernment Code, �s aincnded, and all fiabilities on tl�is bond sh111 be determincd iu 31 accordance �,vith the provisions of said stat�ute. 32 CI'IY OI' FOK'I' WC)R'1'fI Suni(�iry Scwer Rchnbilittdion STAi�iUARU i'C)�IS"f�tUC'I'[O�1 SPGCfP[Ct��flO�f DOCU��IGNTS CON'CR;1C't' IU3, PART 1 Kcvisud f)cccmbcr �4, 202 i CfCY l'R(I.IEC'I' N0.02??3 OUGi Id-Z 1';A1'MIiN'f� 13l)t�fD �''lgC � irf 2 � 3 � 5 G 7 8 y l0 I� i� IN WI`Tl�`ESS WIII��I21�;01�, thc f'rincipal and �ur�ty havc c��ch S1CrNf�?D and Sf��;,�\�,I;T) this instrument by duly au[horizecf �bents and �Cticers ou this Lhe 14th dtiy oC Januaiy , 20 25 ,�7'"I�I �,S"1': -- — - __— (Principal) Secrelary . J � Witne , tc Principll------- -- A�C ['ES"[': �C� ���� � ���-�.e� — — — -- — (Surcty) Secrela�.y Dawn IVI. Chloros i �~ti l°� � � -��-�' `�'CCZ ��----- Witness`as to Stu�ety Elizabeth Gt-ay I'fZWC:IP�'�L: Wood�Contractors, Inc. I3Y: , �;u�t i -- - -�� �✓4�—�—__I'2�I�_Q�v�' Name aifci '['itle Address: 650 Tower Drive —. _ _ _ . __ . I<ennedale, TX 76060 5uiit.�r��: Vigilant Insurance Coinpany E3Y: r I Sibnafure r Kyle W. Sweeney, Attorney-in-Fact �lama nnd �1'itle "l'elephone Number: 214-754-0777 Email �lddress: sw'ety@chubb.co�n Aaclress: 5400 LBJ Fr� ,��600 _ Dallas, TX 75240 _ Note: If signed by an i�fficer of lhe Surety, there must be on i�tle a certif7ed e�tract from the byla�,vs sho�viug tilat tllis person has authority to sibn such obligation. If Surety's physical address is �lifferent ti�om its mailing adciress, both must be provided. The date of rhe bond shal! nol be prior to the date the Coi�tract is �n��ard�d. ��vn or� s��.cT1oN crry i�r roa�r ����� �tt�rr�i S'[';WD:VZD Cr)N,S'I'Rl1C"flON SPI:CII�ICi�TIO�! DnCill��lF�,�l'1'.S Revise�d Decentber S, 2�)l3 S�initary Suwer Rr.h�bilitation CON'I'RAC"I' 103. PAR"I' l Cfl'1'' PRUIf C'I' N0.0�72 i 00 61 19 - I MAIN�I'I�,�il�N('I�: I�l �i�ll) Page I uf3 Bond No. I<4020216A 1 2 3 �} 5 6 7 T[fE STATF. Ol� 'I'L',�AS COUN't'Y Ol�' TARIlAN'l' SECTION UU G1 l9 fVIAINII�;N�WCE f3UND � � KNO�V ALL 13Y'CkIESI�'. PIZCSI�;N`I'S: § 3 9 "1'haC �,ve Woody Contractors, Inc. Ic»�,���il �is l0 "Principal" herein and Vi�ilant Insurance ConZpany _, a oorporate surety l l (sureties, if moce lhau one) du(y authori�.ed lo do business ii� the State of"I�exas, kno��m as "Sure.ty" l� herein (wheN�er one or more), are held �ntd �rml_y bound unto l:he Citv o�i�ort� Worth, �� municipal I 3 corporation e�reated pu�su�ini� �o tl�e la��vs of the State of "1'exas, kno�,vn as "Cit}�" hereii�, ii1 the sui�i Five D1lillion Five f-iundred Sevei�ty-Five Thousand 14 of� Three Hundred Twent -Eic ht and 15/'100 5, y�5, 378.15 --Y---�- --- - - Dollars (�-- - - _ ), 15 la�.vful money of the United States, t�> be paid in I�orC �Vorth. T�rrant Gount_y, 'i'exas, For paymcnC 16 of �vhich sum well a��d lruly be ma�le unlo ll�e City ,in�l it� successors, we bind our,�elves, ��ur heirs, 17 e�ecators. adnlinist�•ators, �uccessors aild assi;its, jointly and sever�illy, �irmly by these prescnts. 1S 19 WH[?ItEE\S, t�he Princip�ll has entere�l into a cert�in �vritten contrac[ �vitl� the CiTy a�•va�•ded �0 the_i'� _ day of _ J�nu�try _, ?p 25_, ���hich Contract is hereby 21 referred to and a uiade part� hcreoft<�r all purpo�es as it�fully se� fortll hercin, to fw�nish all rnaterials, 2� equipment labor a��d other accessories as dcfined b}� la�v, in the prosecutiou ot the Work, includinb 23 any �V�>rl< resulling li�om a<luly 1uth��rized Change Orcier (collectively I�erein, the `'Worlc") as 24 providcd Ebr in said contra�t �nd dcsigi�atcd as SANITARY SCWFR RC�I1��BiLI�[',4�1'lON 2� CC)N'�'IZAC'l� 103 PAR"f I, CI'IY PlZC)JE?C'I' NU. 02723; and 26 27 WI-IERCA�, Principal binds ilself t�o use such �T�aterials and to so construot the Work in 28 accordancc with tlle plans, specitic�itions and Contract Doi;unieuts thaT the bVorl< is �nd �vill ccmain ?9 fi�ee Crom defects in m�lteriafs or �.vorkmanship for and durin�, the period of hvo (2) 3�ears Zft�er thc 30 date oF Final ncceptarice of the Work by tlie City ("N1lintenance Period"); and 31 32 33 3 �I WIIL,RI+,AS, Principai binds iLs�lfto repair <�r ceconstruct tlie �Vorl< in �vhole or in Erirt ul�on receiving notice (i�om the City of the necd theref��r at v�y time within the Ntaintenance Period. CI'IY O� PUi'.'[� \�VOR'ffi Sanilary Sc���er Kch�tbilitation S'I'�1ND;A[ZD CONS"fRtICTfO�! SPI?C'IFfCA"f10�] fJO�U�[GN'l:S CO�1TRA(:'[' 103, P:Ut'I' I ftcvi,cil I)ccumber 8. 20"�3 CI'I�Y I'RU.(EL'1' NCl.11:?723 1 , 3 � ; 6 7 � 9 10 << I� 13 I =l Iti l6 17 �� 19 0�)hll9-2 `9�\INI'I'�JAiJ('H 13O,\�D I'a�c ".? of:] IYOwV TF11�;12i�J�ORG, the c��ndiliun �f tllis obligation is sucli that if�PrinciE�al shall rcmecly any de(ective Work, l�or �-vhich timcly notice �,vas provid�d by City; Co a i;ompleli��n satisfactory To the Cily, tl�en lhis e�blig�Lion shall bccome null and voicl; utherwise l�� r�mai❑ in l�ull �urce ancf o{�I�cc[. PItOVIllCD, H�WI1Vl�;R, iP Principal sl�all l'ail so to rc��air or i•ccoi�sti�ucC ai�y timely n<�ticeci delective Worl<, it ia agreed lh��f tha ('ity n�lay cause any and all such cl�Fective bVorl< to be rep�iired �nd/or reco��structed with all associated costs ihcrc��f being b��rnc by the Princi�al tind thc Surety undcr Niis I��laintenance bond; and PROVIllED F�7RTHER, thal if any legal actic�n be lilect on this I3ond, venue shall lie in "I'�trran� CounP}�, Textts or the Uniled States District Cc�urt f'or the Norlhern Dislric•t oC Texas, Furt �Vurth Division; and PROVIDI',D FUR'CAER, that this oblioation shall be continuous in nature and �liccessive recoveries mav be h�id hereon Eor �uccessive breaches. Ct"1'Y (�F I�OR"f \�VCIIZ"I�I 1 SaniLary �cwcr Rchabilitation S'1'�Wf)ARDCONS"I'RU�`IION SVGCII�[CA"f10N Dl1CUN11:NTS CONTR�C'C 103, PAR'f I Revised flecember 8. 2023 CI"I'Y PR(1JIiC"I' NO.U2723 0O(119-3 \-I;Af�l'CEN�ANCI� E3UV1) �''+:Sc s �if } I 1.N �VTTN[;SS WHI',IZI�;OT�', �he 1'rincip�l ��n<I �hc Surety have each SIGiJI;D ancl SI;AI,I?D lhis 2 ins(rument by �iuly auLlu>r'v.�d agenLs ancl i�l7ieers on this the 14th clay u(� Januaa�Y _ � , �0 25 . ,F � 6 7 5 9 I O - lI f\'I"I'F f: �- l2 � 13 14 �Principalj Seerelar}, — �-� I� 16 l7 -� �� l8 l9 20 Witne, as tu Prii�cip,il � 2 l .� �� 23 24 25 ?( 27 �g ?9 !\TI'ES"l': ; 0 ��as_,�� s� . N 4'�.�..5�� 31 ------- - 32 (Surety) Seccetary Dawn NI. Chloros 3:i J� 3-J CC'L+�1-,� ,�,�� �.!! 4�(��:(;' 35 Witnes� ��io Sureey Elizabeth Gr'�fy 36 17 r��zwcrl�n�.: _ Woody Contractoi•s, Inc. _ _ I31': / s 5�� urc — — - �vj woo�---�����(��� �L9 �Vame an<I T-rEle rlddress: 650 Tower Drive _Kenn_edale,_ TX 76060 Sl_1RG-I'Y: Vigilant Insurance Company � ; BY: �i,! ; — -- - - ----- - -- . ignature Kyle W._Sween�, Attorney�-in-Fact vantc and fillc nddress: 5400 LBJ Frwy, Suite 600 — --- __ Da11as, TX 75240 Telephone Number: 214-754-0777 Ei�iail f�ddi•ess: surety@chubb.com 38 'kNote: Ii'signed by an offioer of the Surety Company, there n�ust be� on tile a cei•ti(�ied extract 39 froin thc by-laws �hoti�ving fhat this persoi� has auChorily to sign such oblieation. If :IO Sucery's physic�tl address is di[�fercilt� fi�om its mailinb address, botli must be providcd. 4l "t'ho date of the bor�d shall not be prior to the date the Contract is awarded. �12 �,� CI"CY OI�� FOR'f WOR'i'I I Saniteuy Scwer Rehabilit.ition S'I'r1NDARl� C'01�JS'I'IZI_JC'I'10�] SPP.CIFIC�A'f[QN Di)CtJMFiN�I'S CON"I'kACT 10j. P�1R"I' i Revised Decembcr 3, 20?3 CI"1'Y PKOJI:CI' i��O.U7.723 Policyholder Information Notice IMPORTANT NOTICE To obtain information or make a complaint You may call Chubb's toll-free telephone number for information or to make a complaint at 1-800-36-CHUBB You may contact the Texas Department of Insui�ance to obtain information on companies, coverages, i•ights or complaints at 1-800-252-3439 You may write the Texas Department of Insurance P.O. Box 149104 Austin, TX 78714-9104 FAX # (512) 475-1771 Web: http://www.tdi.state.tx.us E-mail: ConsumerProtection@tdi.state.tx.us PREMIUM OR 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. AVISO IMPORTANTE Para obtener informacion o para someter una queja: Usted puede llamar al numero de telefono gratis de Chubb's para informacion o para someter una queja al 1-800-36-CHUBB Puede comunicarse con el Depai•tamento de Segw�os de Texas para obtener informacion acei•ca de companias, coberturas, derechos o quejas al 1-800-252-3439 Puede escribir al Depat•tamento de Segtu�os de Texas P.O. Box 149104 Austin, TX 78714-9104 FAX # (512) 475-1771 Web: http://www.tdi.state.tx.us E-mail: ConsumerProtection@tdi.state.tx.us DISPUTAS SOBRE PRIMAS O RECLAMOS: Si tiene una disputa concerniente a su prima o a un reclamo, debe comunicarse con el agente primero. Si no se resueve la disputa, puede entonces comunicarse con el departamento (TDI). UNA ESTE AVISO A SU POLIZA: Este aviso es solo para proposito de informaci6n y no se convierte en parte o condicion del documento adjunto. Form 99-10-0299 (Rev. I-08) �� I I � �' i . . Power of Attorney Federal Insurance Company � Vigilant Insurance Company � Pacific Indemnity Company Know All by These Presents, 'Phat FEDERAL INSURANCE COMPANY, an Indiana corporation, VIGILANT INSURANCE COMPANY, a\ew 1'ork corporation, and PACIFIC INDEMNITY COMPANY, a�visconsin corporation, do each hereby consti[uce and appoinc Elizabeth Gray, Charles D. Sweeney, Kyle W. Sweeney and Michael A. Sweeney of Fort Worth, Texas ----------------------------------------------------------------------------------------- ------- - each as their u�ue and lawful Attorney-ind�act to execute under such designation in their names and to afiix their corporate seals to and deliver for and on their behalf as sureq� thereon or othen��ise, bonds and undertakings and other writings obligatory in the nature thcreof (other than bail bonds) given or executed in the cowse of business, and any insu uments amending or altering the same, and consents to the modification or alteration of any insn�ument referred to in said bonds or obligations. In Witness Whereof, said FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY. and PACIFIC INDEMNI7'Y COMPANY have each executed and atrested these presents and al7ised their corporate seals on this 16th day of September, 2019. S��S�a 1 � 1 �l. NR� � Itr;;n \1 i:hl�:a�:�. \�,i�cini �u n cnt : •',""Y�^ �'� � 3"'� ` /�l, 1� �l�l ���/���� 9 �!'.f .;�«.. STA'PGOP NEIVJERSF.Y CountyofHunterdon ss j�` � W — � � L ��/ yicG,h�_n �I II:m� �.\ ic� I'r� �.i�lcni � .�<,� � ° �� � �� On [his 16'" day of September, 2019, before me, a;\o[ary Public of New Jersey, personally came Dawn �I. Chloros, to me known to be Assistant Secretary of FEDERAL I\SURANCG CODIPA�\'1', VIGILAN'I' INSURA\'CE COMPA�\�l', and PACIFIC INDE:�Ii\'I"I'1' C0�-IPr\Nl', the companies �vhich executed the foregoing Po�ver of Attorne}�, and the said Dawn W. Chloros, being by me duly s�vorn, did depose and say [ha[ she is rlssis[ant Secretary of FEDERAL INSURANCG CO�IPA�\'1', VIGILrWT INSURAi\'CG CO�IPANY, and PACI�IC INDG�INI'Pl' CO\1PANY and I:nows the corporate seals thereof, that the seals aflued to the foregoing Po�ver of Attorney are such corporate seals and were thereto allixed by authoriq� of said Companies; and that she signed said Power of Attorney as r\ssistant Secretar}� of said Companies by like authoriq�; and that she is acquainted with Stephen 41. llaney, and kno�vs him to be Vice President of said Companies; and that die signature of Stephen �I. Haney, subscribed to said Power of Attorney is in the genuine handwriting of Stephen �I. Haney, and was therero subscribed by authority of said Companies and in deponent's presence. \btarial Seal H � +o�, � N�T•+y € � PUBLI� �`�'JERgF"+ KATHERINE J. ADELAAR NOTARY PUBLIC OF NEW JERSEY No 2318685 Commission Ecpires July 7�, 2024 a�n���r�mn� CERTIFICATION Resolulions adop[ed by [he E3oards of Direcrors of FL'DERAL INSURAVCE COMPANY, VIGILAN'I' I�A'SURAV'CE COA-IPANY, and Pr\CI�IC INDG�bINfI'Y CO�IPANY on Augus[ 30, 20t6: "RL•'SOLVG0. that the ti�llowing authorizations relate to the ex�cutiun, ti�r and un behal(o(the Company, u(bonds, undertakin�.n, reco�iiiances, contrac7s and other ��Titten commitments ol'ihe Company enrercd into In the ordinaq� course o(business (each a"l\'ritten Commitment"): (q liach of the Chah�man, the President and the Vice Presidents of the Company is hereby authorized to e�ecute any lVritten Cummitment lor and on behalfof the Company, under the seal o(the Company or uthen��is-e. (2) Iiach duly :�ppointed attorney�indaa uf the Company Is hereby amhorized to e�ecute any \Vrinen Commitment tiu and on behalF o( the Company, under the seal o( the Company or uthern�ise, to the estent ihat such action is authorized by the 6Rant o(po���ers provided lor in such person's ��Titten appoinmient as such attorney-imfact. (3) Gach o( the Chairman, the President and the Vice Presidents of the Comp.iny is hereby:mthorized, forand on behal(of the Company. to appoint in writing any persun the atrorney- in-lact of the Company �vith full power and au[hori[y ro ezecute, lor and un behalf ol the Cumpany, under the seal ollhe Company or othern�se, such \1'ritten Commitments of the Company as may be specified in such writtcn appointmenL which specification may be by general q�pe or claw+uf R'ritten Cummiunents or by specification o( one or more particular 1Vritten Cummitments. (4) Gach u( the Chairman, the President and the Vicc Presidems o( the Company is hereby authorized, for and on behal(ol the Comp�my, to clelegate in ����iting to any other otTicer o(the Companp the authority to execute, (or and on behalC o( the Company, under the Company's seal or ud�envise, such \1'ntten Commitments ofthe Company as are specified in such written delegatiun, which specification may be by general ty� or dass ol' \Vritten Commitments or hy specificatiun of one or more particular \Vritten Cummitments. (5) 'fhe si6mature of any ollicer or uther person executing any R'ritten Commimient or appuintment or delegation pursuant to this Resolution, and the seal o(the Company, may be aflised by facsimile un such 1Vritten Commitment or ��Titten appointmem or delegation. PUR'I'HIiR R�SOLVIiU, that the fi�regoing Resolutiun shall not be deemed to be an e�clusive statement o(the powers and uuthoriry uf o0icers, employees and other persons [o act I'or and on behallbf ihe Company, and such Resolution shall not limit ur othen�4se allect the e�ercise of any such puweror authoriq-uthenvise validly bRanted or vestecl." I, Dawn �I. Chloros, Assistant Secretary of FEDL'RAL INSURANCG COMPANI', VIGILAN'1' INSURAi\'CE CO�IPA,\'1', and PACIP'IC I�\'DG�L\I'I'Y COMPANY (the "Companies") do hereby certify that (i) the Foregoing Resolutions adopted by the E3oard of Directors of the Companies are u ue, correct and in full tbrce and effect, (ii) the foregoing Po�ver of Atrorney is u�ue, correct and in full force and effect. Given under my hand and seals ofsaid Companies at �Vhirehouse Station, NJ, this 14th day of Jan uary, 2025. r*°"""�'� �'"'"" �� � '°": "' � # �C��l'�s� . N��.�.eS ��� ,� Itiv;n 1Li'hlur��. \..ist:mi>��rct;u}�� IN'I'Hli EVGN'I' YOU AVISH'I'O V�RIFI"I'HG AU'fHl?N'PICI'I'1' OF'I'HIS 80NU OR V0'1'IFY US OF ANY 0'I'H!�It V�IA'I'I'GK. PL&\SE CON'I)AC'I' US A'I': 'felephone (908) 903- 3d93 Fa� (90R) 903� 365C> � maiL ,uretyCilchubb.com FED- VIG-PI (rev. 08-18) '`��� �� 00 61 25 - 1 CERTIFICATE OF INSURANCE Page 1 of 1 CITY OF FORT WORTH Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CONTRACT 103, PART 1 Revised July 1, 2011 CITY PROJECT NO.02723 SECTION 00 61 25 1 CERTIFICATE OF INSURANCE 2 3 4 5 [Assembler: For Contract Document execution, remove this page and replace with standard 6 ACORD Certificate of Insurance form.] 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 END OF SECTION 24 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 STANDAR D GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT TABLE OF CONTENTS Page Article 1 – Definitions and Terminology .......................................................................................................... 1 1.01 Defined Ter ms............................................................................................................................... 1 1.02 Terminology .................................................................................................................................. 6 Article 2 – Preliminar y Matters ......................................................................................................................... 7 2.01 Copies of Document s .................................................................................................................... 7 2.02 Commencement of Contract Time; Notice to Proceed ................................................................ 7 2.03 Starting the Work .......................................................................................................................... 8 2.04 Befor e Starting Constructio n ........................................................................................................ 8 2.05 Preconstructio n Conference .......................................................................................................... 8 2.06 Public Meeting .............................................................................................................................. 8 2.07 Initia l Acceptance of Schedules.................................................................................................... 8 Article 3 – Contract Documents: Intent , Amending, Reuse ............................................................................ 8 3.01 Intent.............................................................................................................................................. 8 3.02 Reference Standards...................................................................................................................... 9 3.03 Reporting and Resolving Discrepancies....................................................................................... 9 3.04 Amending and Supplementing Contract Document s ................................................................. 10 3.05 Reuse of Document s ................................................................................................................... 10 3.06 Electronic Dat a............................................................................................................................ 11 Article 4 – Availabilit y o f Lands; Subsurface and Physica l Conditions; Hazardous Environmental Conditions ; Reference Point s........................................................................................................... 11 4.01 Availabilit y of Lands .................................................................................................................. 11 4.02 Subsurface and Physica l Conditions .......................................................................................... 12 4.03 Differing Subsurface or Physica l Conditions ............................................................................. 12 4.04 Underground Facilitie s ............................................................................................................... 13 4.05 Reference Point s ......................................................................................................................... 14 4.06 Hazardous Environ menta l Conditio n at Sit e .............................................................................. 14 Article 5 – Bond s and Insurance ..................................................................................................................... 16 5.01 Licensed Suretie s and Insurer s ................................................................................................... 16 5.02 Perfor mance, Payment , and Maintenance Bond s....................................................................... 16 5.03 Certificates of Insurance ............................................................................................................. 16 5.04 Contractor’s Insurance ................................................................................................................ 18 5.05 Acceptance of Bond s and Insurance; Optio n to Replace ........................................................... 19 Article 6 – Contractor’s Responsibilitie s ........................................................................................................ 19 6.01 Supervisio n and Superintendence............................................................................................... 19 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 6.02 Labor; Working Hours ................................................................................................................ 20 6.03 Services, Materials, and Equipment ........................................................................................... 20 6.04 Project Schedule.......................................................................................................................... 21 6.05 Substitut es and “Or-Equals” ....................................................................................................... 21 6.06 Concerning Subcontractors, Suppliers, and Others.................................................................... 24 6.07 Wage Rates.................................................................................................................................. 25 6.08 Patent Fees and Royaltie s ........................................................................................................... 26 6.09 Per mit s and Utilitie s .................................................................................................................... 27 6.10 Laws and Regulations ................................................................................................................. 27 6.11 Taxes ........................................................................................................................................... 28 6.12 Use of Sit e and Othe r Areas ....................................................................................................... 28 6.13 Recor d Docu ment s ...................................................................................................................... 29 6.14 Safet y and Protectio n .................................................................................................................. 29 6.15 Safet y Representative.................................................................................................................. 30 6.16 Hazard Co mmunicatio n Programs ............................................................................................. 30 6.17 Emergencies and/o r Rectificatio n............................................................................................... 30 6.18 Submittals .................................................................................................................................... 31 6.19 Continuing the Work................................................................................................................... 32 6.20 Contractor’s General Warrant y and Guarantee .......................................................................... 32 6.21 Indemnificatio n ......................................................................................................................... 33 6.22 Delegation of Professional Design Services .............................................................................. 34 6.23 Right to Audit.............................................................................................................................. 34 6.24 Nondiscriminatio n....................................................................................................................... 35 Article 7 – Other Work at the Sit e................................................................................................................... 35 7.01 Related Work at Sit e ................................................................................................................... 35 7.02 Coordination................................................................................................................................ 36 Article 8 – City’s Responsibilities................................................................................................................... 36 8.01 Co mmunications to Contractor ................................................................................................... 36 8.02 Furnis h Dat a ................................................................................................................................ 36 8.03 Pay Whe n Due ............................................................................................................................ 36 8.04 Lands and Ease ments; Report s and Test s................................................................................... 36 8.05 Change Order s............................................................................................................................. 36 8.06 Inspections, Tests, and Approvals .............................................................................................. 36 8.07 Limitations on Cit y’s Responsibilitie s ....................................................................................... 37 8.08 Undisclose d Hazardous Environ mental Conditio n .................................................................... 37 8.09 Co mplianc e wit h Safet y Program............................................................................................... 37 Article 9 – City’s Observatio n Statu s During Constructio n ........................................................................... 37 9.01 City’s Projec t Manager ……...................................................................................................... 37 9.02 Visit s to Sit e ................................................................................................................................ 37 9.03 Authorized Variations in Work .................................................................................................. 38 9.04 Rejecting Defective Work .......................................................................................................... 38 9.05 Determinations fo r Work Perfor med .......................................................................................... 38 9.06 Decisions on Require ment s of Contract Document s and Acceptabilit y of Work ..................... 38 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 Article 10 – Changes in the Work; Claims; Extr a Work ................................................................................ 38 10.01 Authorize d Changes in the Work ............................................................................................... 38 10.02 Unauthorized Changes in the Work ........................................................................................... 39 10.03 Executio n of Change Order s....................................................................................................... 39 10.04 Extr a Work .................................................................................................................................. 39 10.05 Notificatio n to Suret y.................................................................................................................. 39 10.06 Contract Claims Process ............................................................................................................. 40 Article 11 – Cost of the Work; Allowances; Unit Price Work; Plans Quantit y Measurement...................... 41 11.01 Cost of the Work ......................................................................................................................... 41 11.02 Allowances .................................................................................................................................. 43 11.03 Unit Pric e Work .......................................................................................................................... 44 11.04 Plans Quantit y Measurement ...................................................................................................... 45 Article 12 – Change of Contract Price ; Change of Contract Time................................................................. 46 12.01 Change of Contract Pric e ............................................................................................................ 46 12.02 Change of Contract Time............................................................................................................ 47 12.03 Delays .......................................................................................................................................... 47 Article 13 – Test s and Inspections; Correction, Removal or Acceptance of Defective Work ...................... 48 13.01 Notice of Defects ........................................................................................................................ 48 13.02 Access to Work ........................................................................................................................... 48 13.03 Test s and Inspections .................................................................................................................. 48 13.04 Uncovering Work........................................................................................................................ 49 13.05 Cit y May Stop the Work ............................................................................................................. 49 13.06 Correctio n or Removal of Defective Work ................................................................................ 50 13.07 Correctio n Perio d ........................................................................................................................ 50 13.08 Acceptance of Defective Work................................................................................................... 51 13.09 Cit y Ma y Correct Defective Work ............................................................................................. 51 Article 14 – Payment s to Contractor and Co mpletio n .................................................................................... 52 14.01 Schedule of Values...................................................................................................................... 52 14.02 Progress Payment s ...................................................................................................................... 52 14.03 Contractor’s Warrant y of Title ................................................................................................... 54 14.04 Partia l Utilizatio n ........................................................................................................................ 55 14.05 Fina l Inspectio n ........................................................................................................................... 55 14.06 Final Acceptance......................................................................................................................... 55 14.07 Final Payment.............................................................................................................................. 56 14.08 Final Co mpletio n Delayed and Partia l Retainage Release ........................................................ 56 14.09 Waiver of Clai ms ........................................................................................................................ 57 Article 15 – Suspension of Work and Terminatio n ........................................................................................ 57 15.01 Cit y May Suspend Work............................................................................................................. 57 15.02 Cit y Ma y Terminat e fo r Cause ................................................................................................... 58 15.03 Cit y Ma y Terminat e Fo r Convenience ....................................................................................... 60 Article 16 – Disput e Resolutio n ...................................................................................................................... 61 16.01 Method s and Procedures ............................................................................................................. 61 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 Article 17 – Miscellaneous .............................................................................................................................. 62 17.01 Giving Notic e .............................................................................................................................. 62 17.02 Co mputation of Times ................................................................................................................ 62 17.03 Cumulative Re medie s ................................................................................................................. 62 17.04 Surviva l o f Obligations ............................................................................................................... 63 17.05 Headings ...................................................................................................................................... 63 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 1 of 63 ARTICLE 1 – DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. Wherever used in these General Conditions or in other Contract Docu ments, the terms listed belo w have the meanings indicated whic h are applicable to bot h the singular and plural thereof, and words denoting gender shall include the masculine, fe minine and neuter. Said terms are generally capitalized or written in italics, but no t always. When used in a context consistent with the definitio n of a listed-defined term, the term shall have a meaning as defined belo w whether capitalized or italicized or otherwise. In additio n to terms specifically defined, terms wit h initial capital letters in the Contract Document s include references to identified articles and paragraphs, and the titles of other document s or forms. 1. Addenda—Written or graphic instrument s issued prior to the opening of Bids whic h clarify, correct, or change the Bidding Requirement s or the proposed Contract Documents. 2. Agreement—The written instrument whic h is evidence of the agreement between Cit y and Contracto r covering the Work. 3. Application for Payment—The for m acceptable to Cit y which is to be used by Contractor during the course of the Work in requesting progress or fina l payment s and whic h is to be acco mpanied by such supporting documentation as is required by the Contract Docu ments. 4. Asbestos—An y material that contains more than one percent asbesto s and is friable or is releasing asbestos fiber s into the air above current actio n levels established by the United States Occupational Safety and Health Ad ministration. 5. Award – Authorizatio n by the Cit y Council fo r the Cit y to enter int o an Agreement. 6. Bid—The offer or proposal of a Bidder submitted on the prescribed for m setting fort h the prices fo r the Work to be perfor med. 7. Bidder—The individual or entit y who submit s a Bid directly to City. 8. Bidding Documents—The Bidding Requirement s and the proposed Contract Documents (including all Addenda). 9. Bidding Requirements—The advertisement or Invitatio n to Bid, Instructions to Bidders, Bid security of acceptable for m, if any, and the Bid Form wit h any supplements. 10. Business Day – A business day is defined as a day that the Cit y conduct s normal business, generally Monday throug h Friday, except fo r federal or stat e holidays observed by the City. 11. Calendar Day – A day consisting of 24 hours measured fro m midnight to the next midnight. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 2 of 63 12. Change Order—A document , which is prepared and approved by the City, whic h is signed by Contractor and Cit y and authorizes an addition, deletion, or revisio n in the Work or an adjust ment in the Contract Pric e or the Cont ract Time, issued on or after the Effective Date of the Agreement. 13. City— The Cit y of For t Worth, Texas, a ho me-rule municipal corporation, authorized and chartered under the Texas Stat e Statutes, acting by it s governing body through it s City Manager, his designee, or agent s authorized under his behalf, each of whic h is required by Charter to perform specific duties wit h responsibilit y fo r fina l enforcement of the contracts involving the Cit y of Fort Wort h is by Charter vested in the Cit y Manager and is the entity wit h who m Contracto r has entere d int o the Agree ment and for who m the Work is to be perfor med. 14. City Attorney – The officially appointed Cit y Attorney of the Cit y of Fort Worth, Texas, or his duly authorized representative. 15. City Council - The duly elected and qualified governing body of the Cit y of Fort Worth, Texas. 16. City Manager – The officiall y appointed and authorized Cit y Manager of the Cit y of Fort Worth, Texas, or his duly authorized representative. 17. Contract Claim—A demand or assertion by Cit y or Contractor seeking an adjustment of Contract Price or Contract Time, or both, or other relie f wit h respect to the terms of the Contract. A demand fo r money or services by a thir d part y is not a Contract Claim. 18. Contract—The entir e and integrated written document between the Cit y and Contractor concerning the Work. The Contract contains the Agreement and all Contract Document s and supersedes prio r negotiations, representations, or agreements, whether writte n or oral. 19. Contract Documents—Those items so designated in the Agreement . All ite ms listed in the Agreement are Contract Documents. Approved Submittals, other Contractor submittals, and the report s and drawings of subsurface and physica l conditions ar e no t Contract Docu ments. 20. Contract Price —The moneys payable by Cit y to Contractor fo r co mpletio n of the Work in accordance wit h the Contract Docu ment s as state d in the Agreement (subjec t to the provisions of Paragrap h 11.03 in the case of Unit Pric e Work). 21. Contract Time—The number of days or the dates stated in the Agreement to: (i) achieve Milestones, if any and (ii) co mplet e the Work so that it is ready fo r Fina l Acceptance. 22. Contractor—The individual or entit y wit h whom Cit y has entere d int o the Agreement. 23. Cost of the Work—See Paragraph 11.01 of these General Conditions fo r definition. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 3 of 63 24. Damage Claims – A demand fo r money or services arising fro m the Project or Sit e fro m a thir d party, Cit y or Contractor exclusive of a Contrac t Claim. 25. Day or day – A day, unless otherwis e defined, shall mean a Calendar Day. 26. Director of Aviation – The officiall y appointed Director of the Aviatio n Department of the Cit y of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 27. Directo r of Parks and Communit y Services – The officiall y appointed Director of the Parks and Co mmunit y Service s Depart ment of the Cit y of Fort Worth, Texas, or his duly appointed representative, assistant , or agents. 28. Directo r of Planning and Developmen t – The officially appointed Director of the Planning and Development Depart ment of the Cit y of Fort Worth, Texas, or his duly appointed representative, assistant , or agents. 29. Director of Transportation Public Works – The officially appointed Director of the Transportation Public Works Depart ment of the Cit y of Fort Worth, Texas, or his duly appointed representative, assistant , or agents. 30. Director of Water Department – The officiall y appointed Directo r of the Water Depart ment of the Cit y of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 31. Drawings—That part of the Contract Docu ment s prepared or approved by Engineer which graphically shows the scope, extent , and character of the Work to be perfor med by Contractor . Submittals are no t Drawing s as so defined. 32. Effective Dat e of the Agreement—The dat e indicate d in the Agreement on whic h it beco mes effective, but if no such dat e is indicated, it means the dat e on whic h the Agreement is signed and delivered by the las t of the two partie s to sig n and deliver. 33. Engineer—The licensed professional engineer or engineering fir m registered in the State of Texas performing professional services fo r the City. 34. Extra Work – Additiona l work made necessary by changes or alterations of the Contract Document s or of quantities or for other reasons for whic h no prices are provided in the Contract Documents. Extr a work shall be part of the Work. 35. Field Order — A written order issued by Cit y whic h requires changes in the Work but which does not involve a change in the Contract Price, Contract Time, or the intent of the Engineer. Field Orders are paid from Field Order Allowances incorporated into the Contract by funded work type at the time of award. 36. Final Acceptance – The written notice give n by the Cit y to the Contractor that the Work specified in the Contract Docu ment s has been co mpleted to the satisfactio n of the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 4 of 63 37. Final Inspection – Inspectio n carried out by the Cit y to verify that the Contractor has co mpleted the Work, and each and every part or appurtenance thereof, fully, entirely, and in conformance wit h the Contract Documents. 38. General Requirements—Sections of Division 1 of the Contract Documents. 39. Hazardous Environmental Condition—The presence at the Sit e of Asbestos, PCBs, Petroleum, Hazardous Waste, Radioactive Material, or other materials in such quantities or circumstances that may present a substantia l danger to persons or property exposed thereto. 40. Hazardous Waste—Hazardous wast e is define d as any solid wast e listed as hazardous or possesses one or more hazardous characteristics as defined in the federal waste regulations, as amended fro m time to time. 41. Laws and Regulations—Any and all applicable laws, rules, regulations, ordinances, codes, and orders of any and all governmental bodies, agencies, authorities, and court s having jurisdiction. 42. Liens—Charges, securit y interests, or encumbrances upo n Project funds, real property, or personal property. 43. Major Item – An Item of work included in the Cont ract Document s that has a total cost equal to or greater than 5% of the origina l Contract Price or $25,000 whichever is less. 44. Milestone—A principa l event specified in the Contract Document s relating to an inter mediate Contract Time prior to Fina l Acceptance of the Work. 45. Notice of Award —The written notice by Cit y to the Successful Bidder stating that upon timely co mpliance by the Successful Bidder wit h the conditions precedent listed therein, City will sig n and deliver the Agreement. 46. Notice to Proceed—A written notice give n by Cit y to Contractor fixing the date on whic h the Contract Time will commence to run and on whic h Contractor shall start to perform the Work specified in Contract Documents. 47. PCBs—Polychlorinated biphenyls. 48. Petroleum—Petroleum, including crude oil or any fractio n thereo f whic h is liquid at standard conditions of temperature and pressure (60 degrees Fahrenheit and 14.7 pounds per square inch absolute), such as oil, petroleum, fue l oil, oil sludge, oil refuse, gasoline, kerosene, and oil mixed wit h other non-Hazardous Waste and crude oils. 49. Plans – See definitio n of Drawings. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 5 of 63 50. Project Schedule—A schedule, prepared and maintained by Contractor, in accordance with the General Requirements, describing the sequence and duratio n of the activities comprising the Contractor’s pla n to acco mplis h the Work within the Contract Time. 51. Project —The Work to be performed under the Contract Docu ments. 52. Project Manager—The authorize d representative of the Cit y who will be assigned to the Site. 53. Publi c Meetin g – An announced meeting conducted by the Cit y to facilitat e public participatio n and to assist the public in gaining an infor med vie w of the Project. 54. Radioactive Material —Source, special nuclear, or byproduct materia l as defined by the Ato mic Energy Act of 1954 (42 USC Sectio n 2011 et seq.) as amended fro m time to time. 55. Regular Working Hours – Hours beginning at 7:00 a.m. and ending at 6:00 p.m., Monday thr u Frida y (excluding lega l holidays). 56. Samples—Physica l example s of materials , equip ment , or work manship that are representative of so me portio n of the Work and whic h establis h the standards by whic h such portio n of the Work will be judged. 57. Schedul e of Submittals—A schedule, prepared and maintained by Contractor, of required submittals and the time requirement s to support scheduled perfor mance of related constructio n activities. 58. Schedul e of Values—A schedule, prepared and maintained by Contractor, allocating portions of the Contract Pric e to variou s portions of the Work and used as the basis fo r reviewing Contractor’s Applications fo r Payment. 59. Site—Lands or areas indicate d in the Contract Docu ment s as being furnished by Cit y upon whic h the Work is to be performed, including rights -of-way, per mits , and easement s for access thereto , and suc h other land s furnished by Cit y whic h are designated fo r the use of Contractor. 60. Specifications—That part of the Contract Document s consisting of written requirement s for materials, equipment , systems, standards and workmanship as applied to the Work, and certain administrative requirement s and procedural matters applicable thereto. Specifications may be specifically made a part of the Contract Document s by attachment or, if no t attached, may be incorporated by reference as indicated in the Table of Content s (Divisio n 00 00 00) o f each Project. 61. Subcontractor—An individual or entit y having a direct contract wit h Contractor or wit h any other Subcontractor fo r the perfor mance of a part of the Work at the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 6 of 63 62. Submittals—All drawings, diagrams, illustrations, schedules, and other data or information whic h are specifically prepared or assembled by or for Contractor and submitted by Contracto r to illustrat e so me portio n of the Work. 63. Substantial Completion – The stage in the progress of the Project when the Work is sufficiently complete in accordance with the Contract Documents for Final Inspection. 64. Successful Bidder—The Bidder submitting the lowest and most responsive Bid to who m City makes an Award. 65. Superintendent – The representative of the Contractor who is available at all times and able to receive instructions fro m the Cit y and to act for the Contractor. 66. Supplementary Conditions—That part of the Contract Document s whic h amends or supplement s these General Conditions. 67. Supplier—A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract wit h Contractor or wit h any Subcontractor to furnish materials or equipment to be incorporated in the Work by Contracto r or Subcontractor. 68. Underground Facilities—All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilitie s or attachments, and any encasements containing such facilities , including but not limit ed to, thos e that convey electricity, gases, steam, liquid petroleu m products, telephone or othe r co mmunications , cable television, water, wastewater, stor m water, other liquid s or chemicals , or traffic or othe r contro l syste ms. 69 Uni t Pric e Work —See Paragrap h 11.03 of these General Conditions fo r definition. 70. Weekend Workin g Hours – Hours beginning at 9:00 a.m. and ending at 5:00 p.m., Saturday, Sunday or lega l holiday, as approved in advance by the City. 71. Work—The entir e constructio n or the variou s separately identifiable part s thereo f required to be provided under the Contract Docu ments. Work includes and is the result of performing or providing all labor, services, and docu mentation necessary to produce such construction including any Change Order or Field Order, and furnishing, installing, and incorporating all materials and equipment int o such construction, all as required by the Contract Docu ments. 72. Working Day – A working day is defined as a day, not including Saturdays, Sundays, or legal holidays authorized by the Cit y fo r contract purposes, in whic h weather or other conditions not under the contro l of the Contractor will per mit the performance of the principa l unit of wor k underway fo r a continuous perio d of not les s than 7 hour s between 7 a.m. and 6 p.m. 1.02 Terminology A. The words and terms discussed in Paragraph 1.02.B through E are no t defined but , when used in the Bidding Requirement s or Contract Docu ments, have the indicate d meaning. B. Intent of Certain Terms or Adjectives: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 7 of 63 1. The Contract Document s include the terms “a s allowed,” “as approved,” “as ordered,” “as directed” or ter ms of like effect or import to authorize an exercise of judgment by City. In addition, the adjectives “reasonable,” “suitable,” “acceptable,” “proper,” “satisfactory,” or adjectives of like effect or import are used to describe an actio n or determinatio n of Cit y as to the Work. It is intended that such exercise of professional judgment, action, or determination will be solely to evaluate, in general, the Work for co mpliance wit h the informatio n in the Contract Document s and wit h the design concept of the Project as a functioning whole as shown or indicated in the Contract Document s (unless there is a specific statement indicating otherwise). C. Defective: 1. The word “defective,” when modifying the word “Work,” refers to Work that is unsatis factory, faulty, or deficient in that it: a. does no t confor m to the Contract Documents; or b. does no t meet the requirement s of any applicable inspection, reference standard, test, or approval referred to in the Contract Documents; or c. has been damaged prior to City’s written acceptance. D. Furnish, Install, Perform, Provide: 1. The word “Furnish” or the word “Install” or the word “Perform” or the word “Provide” or the word “Supply,” or any combinatio n or similar directive or usage thereof, shall mean furnishing and incorporating in the Work including all necessary labor , materials, equipment, and everything necessary to perform the Work indicated, unles s specifically limited in the context used. E. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known technical or constructio n industry or trade meaning are used in the Contract Document s in accordance wit h such recognized meaning. ARTICLE 2 – PRELIMINARY MATTERS 2.01 Copies of Documents Cit y shall furnish to Contractor one (1) original executed copy and one (1) electronic copy of the Contract Documents, and four (4) additional copies of the Drawings. Additional copies will be furnished upo n request at the cost of reproduction. 2.02 Commencement of Contract Time; Notic e to Proceed The Contract Time will co mmence to run on the day indicated in the Notic e to Proceed. A Notic e to Proceed may be give n no earlier than 14 days afte r the Effective Dat e of the Agreement , unless agreed to by both parties in writing. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 8 of 63 2.03 Starting the Work Contractor shall start to perform the Work on the dat e when the Contract Time commences to run. No Work shall be done at the Sit e prio r to the dat e on whic h the Contract Time co mmences to run. 2.04 Before Starting Construction Baseline Schedules: Submit in accordance wit h the Contract Documents, and prio r to starting the Work. 2.05 Preconstruction Conference Before any Work at the Sit e is started, the Contractor shall attend a Preconstructio n Conference as specified in the Contract Docu ments. 2.06 Public Meeting Contracto r may not mobilize any equipment , materials or resources to the Sit e prio r to the Public Meeting if scheduled by the City. 2.07 Initial Acceptance of Schedules No progress payment shall be made to Contractor until acceptable schedules are submitted to Cit y in accordance wit h the Schedule Specification as provided in the Contract Documents. ARTICLE 3 – CONTRACT DOCUMENTS: INTENT, AMENDING, REUSE 3.01 Intent A. The Contract Document s are co mple mentary; what is required by one is as binding as if required by all. B. It is the intent of the Contract Document s to describe a functionally co mplet e project (or part thereof) to be constructed in accordance wit h the Contract Documents. Any labor, documentation, services, materials, or equip ment that reasonably may be inferred fro m the Contract Document s or fro m prevailing custo m or trade usage as being required to produce the indicated result will be provided whether or no t specifically called for, at no additiona l cost to City. C. Clarifications and interpretations of the Contract Document s shall be issued by City. D. The Specifications may var y in for m, for mat and style. Some Specification sections may be writte n in varying degrees of streamlined or declarative style and so me sections may be relatively narrative by co mparison. Omissio n of such words and phrases as “the Contractor shall,” “in conformit y with,” “as shown,” or “as specified” are intentional in streamlined sections . Omitted words and phrases shall be supplied by inference. Similar types of provisions may appear in various part s of a sectio n or articles within a part depending on the for mat of the CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 9 of 63 section. The Contractor shall not take advantage of any variatio n of for m, for mat or style in making Contract Claims. E. The cross referencing of specificatio n sect ions under the subparagraph heading “Related Section s includ e but ar e no t necessarily limite d to:” and elsewhere within each Specification sectio n is provided as an aid and convenience to the Contractor. The Contractor shall not rely on the cross referencing provided and shall be responsible to coordinat e the entir e Work under the Contract Docu ment s and provid e a co mplet e Projec t whether or no t the cross referencing is provided in each sectio n or whether or no t the cross referencing is complete. 3.02 Reference Standards A. Standards, Specifications, Codes, Laws, and Regulations 1. Reference to standards, specifications, manuals, or codes of any technical society, organization, or association, or to Laws or Regulations, whether such reference be specific or by implication, shall mean the standard, specification, manual, code, or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 2. No provisio n of any such standard, specification, manual, or code, or any instruction of a Supplier, shall be effective to change the duties or responsibilitie s of City, Contractor, or any of their subcontractors, consultants, agents , or employees, fro m thos e set fort h in the Contract Docu ments. No suc h provisio n or instructio n shall be effective to assign to City, or any of its officers, directors, members, partners, employees, agents, consultants, or subcontractors, any dut y or authorit y to supervise or direc t the performance of the Work or any dut y or authority to undertake responsibilit y inconsistent wit h the provisions of the Contract Docu ments. 3.03 Reporting and Resolving Discrepancies A. Reporting Discrepancies: 1. Contractor’s Review of Contract Documents Before Starting Work : Befor e undertaking each part of the Work, Contractor shall carefully study and compare the Contract Document s and check and verify pertinent figures therein agains t all applicable field measurement s and conditions . Contracto r shall pro mptly report in writing to Cit y any conflict , error, ambiguity, or discrepancy whic h Contractor discovers, or has actual knowledge of, and shall obtain a written interpretation or clarificatio n from Cit y be fore proceeding wit h any Work affected thereby. 2. Contractor’s Review of Contract Documents During Performance of Work: If, during the perfor mance of the Work, Contractor discovers any conflict , error, ambiguity, or discrepancy within the Contract Documents, or between the Contract Document s and (a) any applicable Law or Regulatio n , (b) any standard, specification, manual, or code, or (c) any instructio n of any Supplier, then Contractor shall promptly report it to Cit y in writing. Contracto r shall not proceed wit h the Work affected thereby (except in an emergency as required by Paragraph CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 10 of 63 6.17.A) until an amend ment or supplement to the Contract Document s has been issued by one of the methods indicated in Paragraph 3.04. 3. Contractor shall no t be liable to Cit y for failure to report any conflict, error, ambiguity, or discrepancy in the Contract Document s unles s Contractor had actual knowledge thereof. B. Resolving Discrepancies: 1. Except as may be otherwise specifically stated in the Contract Documents, the provisions of the Contract Document s shall take precedence in resolving any conflict, error, ambiguity, or discrepancy between the provisions of the Contract Document s and the provisions of any standard, specification, manual, or the instruct ion of any Supplier (whet her or not specifically incorporated by reference in the Contract Documents). 2. In case of discrepancies, figured dimensions shall govern over scaled dimensions, Plans shall govern over Specifications, Supplementary Conditions shall govern over General Conditions and Specifications, and quantities shown on the Plans shall govern over those shown in the proposal. 3.04 Amending and Supplementing Contract Documents A. The Contract Docu ment s may be amended to provide fo r additions, deletions, and revisions in the Work or to modify the ter ms and conditions thereo f by a Change Order. B. The requirement s of the Contract Docu ment s may be supplemented, and mino r variations and deviations in the Work not involving a change in Contract Pric e or Contract Time, may be authorized, by one or more of the following ways: 1. A Field Order; 2. City’s revie w of a Submitta l (subjec t to the provisions of Paragrap h 6.18.C); or 3. City’s writte n interpretatio n or clarification. 3.05 Reuse of Documents A. Contracto r and any Subcontracto r or Supplier shall not: 1. have or acquire any title to or ownership right s in any of the Drawings , Specifications , or othe r docu ment s (o r copies of any thereof) prepared by or bearing the seal of Engineer, including electronic media editions ; or 2. reuse any such Drawings, Specifications, other documents, or copies thereo f on extensions of the Project or any other project without written consent of Cit y and specific written verification or adaptatio n by Engineer. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 11 of 63 B. The prohibitions of this Paragraph 3.05 will survive final payment , or terminatio n of the Contract . Nothing herein shall preclude Contractor fro m retaining copies of the Contract Docu ment s fo r recor d purposes. 3.06 Electronic Data A. Unles s otherwis e stated in the Supplementar y Conditions, the dat a furnished by Cit y or Engineer to Contractor, or by Contractor to Cit y or Engineer , that may be relied upon are limited to the printe d copie s included in the Contract Document s (also known as hard copies) and other Specifications referenced and locate d on the City’s on-line electronic document management and collaboratio n system site. File s in electronic media for mat of text , data, graphics, or other typ es are furnished only fo r the convenience of the receiving party. Any conclusio n or infor matio n obtained or derived fro m such electronic files will be at the user’s sole risk. If there is a discrepanc y between the electronic files and the hard copies, the hard copies govern. B. When transferring document s in electronic media for mat, the transferring part y makes no representations as to long term co mpatibility, usability, or readabilit y o f document s resulting fro m the use of softwar e application packages, operating systems, or co mputer hardware differing fro m those used by the data’s creator. ARTICLE 4 – AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS; REFERENCE POINTS 4.01 Availability of Lands A. Cit y shall furnish the Site. Cit y shall notify Contractor of any encumbrances or restrictions no t of general application but specifically related to use of the Sit e wit h which Contracto r must co mply in per forming the Work. Cit y will obtain in a timely manner and pay for easement s for permanent structures or permanent changes in existing facilities. 1. The Cit y has obtained or anticipates acquisit io n of and/o r access to right -of-way, and/or easements. Any outstanding right -of-way and/o r ease ment s are anticipated to be acquired in accordance wit h the schedule set fort h in the Supplementary Conditions. The Project Schedule submitte d by the Contractor in accordance wit h the Contract Docu ment s must consider an y outstanding right -of-way, and/or easements. 2. The Cit y has or anticipates removing and/or relocating utilities, and obstructions to the Site. An y outstanding remova l or relocatio n of utilities or obstructions is anticipated in accordance wit h the schedule set fort h in the Supplementary Conditions . The Projec t Schedule submitted by the Contractor in accordance wit h the Cont ract Docu ment s must conside r any outstanding utilitie s or obstructions to be removed, adjusted, and/o r relocated by others. B. Upo n reasonable writte n request, Cit y shall furnish Contractor wit h a current state ment of record lega l title and lega l descriptio n of the land s upo n whic h the Work is to be perfor med. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 12 of 63 C. Contractor shall provide fo r all additiona l lands and access thereto that may be required for constructio n facilities or storage of materials and equip ment. 4.02 Subsurface and Physical Conditions A. Report s and Drawings: The Supplementary Conditions identify: 1. thos e reports known to Cit y of explorations and test s of subsurface conditions at or contiguous to the Site; and 2. those drawings known to Cit y of physical conditions relating to existing surface or subsurface structures at the Sit e (except Underground Facilities). B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the “technica l data” contained in such report s and drawings, but such reports and drawings are no t Contract Documents. Such “technica l data” is identified in the Supplementary Conditions. Contractor may no t make any Contract Claim against City, or any o f their officers, directors, members, partners, employees, agents, consultants, or subcontractors wit h respect to: 1. the co mpleteness of such reports and drawings fo r Contractor’s purposes, including, but not limite d to, any aspect s of the means, methods, techniques, sequences, and procedures of constructio n to be employed by Contractor, and safety precautions and programs incident thereto ; or 2. other data, interpretations, opinions, and informatio n contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretatio n of or conclusio n drawn fro m any “technical data” or any such other data, interpretations, opinions, or infor mation. 4.03 Differing Subsurface or Physical Conditions A. Notice: If Contractor believes that any subsurface or physical conditio n that is uncovered or revealed either: 1. is of such a nature as to establish that any “technica l data” on whic h Contractor is entitled to rely as provided in Paragraph 4.02 is materially inaccurate; or 2. is of such a nature as to require a change in the Contract Documents; or 3. differ s materially fro m that shown or indicated in the Contract Documents; or 4. is of an unusual nature, and differ s materially fro m conditions ordinarily encountered and generally recognized as inherent in work of the character provided fo r in the Contract Docu ments; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 13 of 63 then Contractor shall, promptly after beco ming aware thereo f and befor e further disturbing the subsurface or physical conditions or perfor ming any Work in connectio n therewit h (except in an emergency as required by Paragraph 6.17.A), notif y Cit y in writing about such condition. B. Possibl e Price and Time Adjustments Contracto r shall no t be entitle d to any adjust ment in the Contract Pric e or Contract Time if: 1. Contractor knew of the existence of such conditions at the time Contractor made a final co mmit ment to Cit y wit h respect to Contract Pric e and Contract Time by the submissio n of a Bid or beco ming bound under a negotiated contract ; or 2. the existence of such conditio n could reasonably have been discovered or revealed as a result of the exa minatio n of the Contract Docu ment s or the Site ; or 3. Contracto r faile d to give the writte n notic e as required by Paragraph 4.03.A. 4.04 Underground Facilities A. Shown or Indicated: The infor matio n and data shown or indicated in the Contract Documents wit h respect to existing Underground Facilitie s at or contiguous to the Sit e is based on informatio n and dat a furnished t o Cit y or Engineer by the owner s of such Underground Facilities, including City, or by others. Unles s it is otherwis e expressly provided in the Supple mentar y Conditions: 1. Cit y and Engineer shall no t be responsible fo r the accuracy or co mpleteness of any such infor matio n or dat a provided by others; and 2. the cost of all of the following will be included in the Contract Price, and Contractor shall have full responsibilit y for: a. reviewing and checking all such infor matio n and data; b. locating all Underground Facilitie s shown or indicated in the Contract Documents; c. coordination and adjust ment of the Work wit h the owner s of such Underground Facilities, including City, during construction; and d. the safet y and protection of all such Underground Facilities and repairing any damage thereto resulting fro m the Work. B. Not Shown or Indicated: 1. If an Underground Facilit y whic h conflicts wit h the Work is uncovered or revealed at or contiguous to the Sit e whic h was not shown or indicated, or no t shown or indicated with reasonable accuracy in the Contract Documents, Contractor shall, promptly after beco ming aware thereo f and befor e further disturbing conditions affected thereby or perfor ming any CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 14 of 63 Work in connectio n therewith (except in an emergency as required by Paragraph 6.17.A), identif y the owner of such Underground Facilit y and give notice to that owner and to City. Cit y will revie w the discovered Underground Facilit y and deter mine the extent , if any, to whic h a change may be required in the Contract Document s to reflect and document the consequences of the existence or locatio n of the Underground Facility. Contractor shall be responsible fo r the safet y and protection of such discovere d Underground Facility. 2. If Cit y concludes that a change in the Contract Docu ment s is required, a Change Order ma y be issued to reflect and docu ment such consequences. 3. Verificatio n of existing utilities , structures, and servic e lines shall includ e notificatio n of all utilit y co mpanies a minimum of 48 hour s in advance of constructio n including exploratory excavatio n if necessary. 4.05 Reference Points A. Cit y shall provide engineering surveys to est ablish reference point s fo r construction, whic h in City’s judgment ar e necessary to enable Contractor to proceed wit h the Work. Cit y will provide constructio n stake s or other custo mary metho d of marking to establish line and grades for roadway and utilit y construction, centerlines and benchmarks fo r bridgework. Contractor shall protect and preserve the established reference point s and property monu ments, and shall make no changes or relocations. Contractor shall report to Cit y whenever any reference point or property monu ment is lost or destroyed or requires relocatio n because of necessary changes in grades or locations. The Cit y shall be responsible fo r the replacement or relocation of reference point s or propert y monu ment s no t carelessly or willfully destroyed by the Contractor. The Contractor shall notify Cit y in advance and wit h sufficient time to avoid delays. B. Whenever, in the opinion of the City, any refer ence point or monu ment has been carelessly or willfully destroyed, disturbed, or removed by the Contractor or any of his employees, the full cost for replacing such point s plus 25% will be charged against the Contractor, and the full a mount will be deducted fro m payment due the Contractor. 4.06 Hazardous Environmental Condition at Site A. Reports and Drawings: The Supplementary Conditions ide ntify those report s and drawings known to Cit y relating to Hazardous Environment al Conditions that have been identified at the Site. B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the “technica l data” containe d in such report s and drawings, but suc h reports and drawing s are no t Contract Docu ments. Such “technica l data” is identified in the Supplementary Conditions . Contractor may no t make any Contract Claim against City, or any o f their officers, directors, members, partners, employees, agents, consultants, or subcontractor s wit h respect to: 1. the co mpleteness of such report s and drawings fo r Contractor’s purposes, including , but not limite d to, any aspect s of the means, methods, techniques, sequences and procedures of CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 15 of 63 constructio n to be employed by Contractor and safety precautions and programs incident thereto ; or 2. othe r data, interpretations, opinions and informatio n contained in such report s or shown or indicated in such drawings; or 3. any Contractor interpretatio n of or conclusio n draw n fro m any “technical data” or any such othe r data, interpretations, opinions or infor mation. C. Contractor shall no t be responsible fo r any Hazardous Environmental Conditio n uncovered or revealed at the Sit e whic h was no t shown or indicated in Drawings or Specifications or identified in the Contract Docu ment s to be withi n the scop e of the Work. Contractor shall be responsible fo r a Hazardous Environmental Conditio n created wit h any materials brought to the Sit e by Contractor, Subcontractors, Suppliers, or anyone else fo r who m Contractor is responsible. D. If Contractor encounters a Hazardous Environmental Conditio n or if Contractor or anyone for who m Contractor is responsible creates a Hazardous Environmental Condition, Contractor shall immediately: (i) secure or otherwise isolat e such condition; (ii) sto p all Work in connectio n with such conditio n and in any area affected thereby (except in an emergency as required by Paragraph 6.17.A); and (iii) notify Cit y (and pro mptly thereafter confir m such notice in writing). Cit y may consider the necessity to retain a qualified expert to evaluate such conditio n or take corrective action, if any. E. Contractor shall not be required to resume Work in connectio n wit h such conditio n or in any affected area until after Cit y has obtained any required per mit s related theret o and delivered written notic e to Contractor: (i) specifying that such conditio n and any affected area is or has been rendered suitable fo r the resumptio n of Work; or (ii) specifying any special conditions under whic h such Work may be resumed. F. If after receipt of such written notice Contractor does no t agree to resume such Work based on a reasonable belief it is unsafe, or does not agree to resu me such Work under such special conditions, then Cit y may order the portio n of the Work that is in the area affected by such conditio n to be deleted fro m the Work. Cit y may have such deleted portio n of the Work performed by City’s own forces or others. G. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professional s and all court or arbitration or other disput e resolution costs) arising out of or relating to a Hazardous Environmental Condition created by Contractor or by anyone for who m Contractor is responsible. Nothing in this Paragraph 4.06.G shall obligate Contractor to indemnif y any individual or entity fro m and against the consequences of that individual’s or entity’s own negligence. H. The provisions of Paragraphs 4.02, 4.03, and 4.04 do no t apply to a Hazardous Environmental Conditio n uncovered or revealed at the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 16 of 63 ARTICLE 5 – BONDS AND INSURANCE 5.01 Licensed Sureties and Insurers All bonds and insurance required by the Contract Document s to be purchased and maintained by Contractor shall be obtained fro m suret y or insur ance co mpanies that are duly licensed or authorized in the State of Texas to issue bonds or insurance policie s fo r the limit s and coverages so required. Such suret y and insurance co mpanies shall also meet such additional requirement s and qualifications as may be provided in the Supplementary Conditions. 5.02 Performance, Payment, and Maintenance Bonds A. Contractor shall furnish performance and payment bonds, in accordance wit h Texas Government Code Chapter 2253 or successor statute, each in an amount equal to the Contract Price as security fo r the faithfu l performance and payment of all of Contractor’s obligations under the Contract Documents. B. Contractor shall furnish maintenance bonds in an amount equal to the Contract Price as security to protect the Cit y against any defects in any portion of the Work described in the Contract Documents. Maintenance bonds shall remain in effect for two (2) years after the dat e of Final Acceptance by the City. C. All bonds shall be in the for m prescribed by the Contract Document s except as provided otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the list of “Co mpanies Holding Certificates of Authorit y as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Co mpanies” as published in Circular 570 (amended) by the Financial Management Service, Suret y Bond Branch, U.S. Depart ment of the Treasury. All bonds signed by an agent or attorney-in-fact must be accompanied by a sealed and dated power of attorney whic h shall sho w that it is effective on the dat e the agent or attorney-in-fact signed each bond. D. If the suret y on any bond furnished by Contractor is declared bankrupt or beco mes insolvent or it s right to do business is ter minated in the State of Texas or it ceases to meet the requirement s of Paragraph 5.02.C, Contractor shall promptly notify Cit y and shall, within 30 days after the event giving ris e to such notification, provide another bond and surety, bot h of whic h shall co mply wit h the requirement s of Paragraphs 5.01 and 5.02.C. 5.03 Certificates of Insurance Contractor shall deliver to City, wit h copies to each additional insured and loss payee identified in the Supplementary Conditions, certificates of insurance (other evidence of insurance requested by Cit y or any other additiona l insured) in at least the minimum amount as specified in the Supplementary Conditions whic h Contractor is required to purchase and maintain. 1. The certificate of insurance shall document the City, and all identified entities named in the Supplementary Conditions as “Additional Insured” on all liabilit y policies. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 17 of 63 2. The Contractor’s general liabilit y insurance shall include a, “per project ” or “per location”, endorsement , whic h shall be identified in the certificat e of insurance provided to the City. 3. The certificate shall be signed by an agent authorized to bind coverage on behalf of the insured, be complet e in it s entirety, and sho w co mplet e insurance carrier names as listed in the current A.M. Best Property & Casualty Guide 4. The insurer s for all policie s must be licensed and/o r approved to do business in the Stat e of Texas. Except for workers’ co mpensation, all insurers must have a minimum rating of A-: VII in the current A. M. Best Key Rating Guide or have reasonably equivalent financial strengt h and solvency to the satisfactio n of Risk Management . If the rating is belo w that required, written approval of Cit y is required. 5. All applicable policies shall include a Waiver of Subrogation (Right s of Recovery) in favor of the City. In addition, the Contractor agrees to waive all right s of subrogation against the Engineer (if applicable), and each additional insured identified in the Supplementary Conditions 6. Failur e of the Cit y to demand such certificates or other evidence of full compliance wit h the insurance requirement s or failur e of the Cit y to identify a deficienc y fro m evidence that is provided shall not be construed as a waiver of Contractor’s obligatio n to maintain such lines of insurance coverage. 7. If insurance policie s are no t written for specified coverage limits, an Umbrella or Excess Liabilit y insurance for any differences is required. Excess Liabilit y shall follo w form of the primary coverage. 8. Unless otherwise stated, all required insurance shall be written on the “occurrence basis”. If coverage is underwritten on a claims-made basis, the retroactive dat e shall be coincident with or prio r to the dat e of the effective dat e of the agreement and the certificate of insurance shall stat e that the coverage is claims-made and the retroactive date. The insurance coverage shall be maintained fo r the duratio n of the Contract and fo r three (3) years following Final Acceptance provided under the Contract Documents or for the warrant y period, whichever is longer . An annual certificate of insurance submitted to the Cit y shall evidence such insurance coverage. 9. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the required line s of coverage, nor decrease the limit s of said coverage unless such endorsements are approved in writing by the City. In the event a Contract has been bid or executed and the exclusions are deter mined to be unacceptable or the Cit y desire s additiona l insurance coverage, and the Cit y desire s the contractor/engineer to obtai n such coverage, the contract price shal l be adjusted by the cost of the premiu m fo r suc h additiona l coverage plu s 10%. 10. An y self-insure d retention (SIR), in excess of $25,000.00, affecting required insurance coverag e shall be approved by the Cit y in regards to asset valu e and stockholders' equity. In CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 18 of 63 lieu of traditiona l insurance, alternative coverage maintained through insurance pools or risk retentio n groups, must also be approved by City. 11. An y deductible in excess of $5,000.00, for any polic y that does not provide coverage on a first -dolla r basis , must be acceptable to and approved by the City. 12. City, at it s sole discretion, reserves the right to revie w the insurance requirement s and to make reasonable adjust ment s to insurance coverage’s and their limit s when deemed necessary and prudent by the Cit y based upo n changes in statutory law, court decisio n or the claims history of the industry as well as o f the contracting party to the City. The Cit y shall be required to provide prio r notice of 90 days, and the insurance adjustment s shall be incorporated int o the Work by Change Order. 13. Cit y shall be entitled, upo n writte n request and without expense, to receive copies of policies and endorsement s thereto and may make any reasonable requests fo r deletio n or revisio n or modifications of particular polic y terms, conditions, limitations, or exclusions necessary to conform the polic y and endorsement s to the requirement s of the Contract. Deletions, revisions, or modifications shall no t be requ ired where polic y provisions are established by law or regulations binding upo n either part y or the underwriter on any such policies. 14. Cit y shall not be responsible fo r the direct payment of insurance premiu m cost s for Contractor’s insurance. 5.04 Contractor’s Insurance A. Workers Compensation and Employers’ Liability. Contractor shall purchase and maintain such insurance coverage wit h limit s consistent wit h statutory benefit s outlined in the Texas Workers’ Compensation Act (Texas Labor Code, Ch. 406, as amended), and minimum limit s for E mployers’ Liabilit y as is appropriate for the Work being performed and as will provide protection fro m claims set fort h belo w whic h may arise out of or result from Contractor’s performance of the Work and Contractor’s other obligations under the Contract Documents, whether it is to be perfor med by Contractor, any Subcontractor or Supplier, or by anyone directly o r indirectly employed by any o f them to perfor m any o f the Work, or by anyone fo r whose acts any of them may be liable: 1. claims under workers’ co mpensation, disabilit y benefits, and other similar employee benefit acts; 2. claims fo r damages because of bodily injury, occupationa l sickness or disease, or deat h of Contractor’s employees. B. Commercial General Liability. Coverag e shall includ e but no t be limite d to covering liability (bodil y injur y or propert y damage) arising fro m: premises/operations, independent contractors, products/complete d operations, persona l injury, and liabilit y under an insure d contract . Insurance shall be provided on an occurrence basis , and as comprehensive as the current Insurance Services Office (ISO) policy. This insurance shall apply as primary insurance wit h respect to any other CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 19 of 63 insurance or self-insurance programs afforded to the City. The Co mmercia l General Liability policy, shall have no exclusions by endorse ment s that would alter of nullify premises/operations, products/complete d operations, contractual, per sona l injury, or advertising injury, whic h are nor mally contained wit h the policy, unless the Cit y approves such exclusions in writing. Fo r constructio n project s that present a substa ntia l co mplete d operatio n exposure, the Cit y ma y requir e the contracto r to maintain co mplete d operations coverage fo r a minimum of no les s than thre e (3) years following the co mpletio n of the project (if identified in the Supplementary Conditions). C. Automobile Liability. A co mmercial business auto polic y shall provide coverage on “any auto”, defined as auto s owned, hired and non-owned and provide indemnit y fo r claims fo r damages because bodily injur y or deat h of any perso n and or propert y damage arising out of the work, maintenance or use of any motor vehicle by the Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employe d by any of the m to perfor m any of the Work, or by anyone fo r whos e act s any of them may be liable. D. Railroad Protective Liability. If any of the work or any warranty work is within the limit s of railroad right -of-way, the Contractor shall co mply wit h the requirement s identified in the Supplementary Conditions. E. Notification of Policy Cancellation: Contractor shall immediately notify Cit y upo n cancellation or other loss of insurance coverage. Contractor shall stop work until replacement insurance has been procured. There shall be no time credit fo r days not worked pursuant to this section. 5.05 Acceptance of Bonds and Insurance; Option to Replace If Cit y has any objectio n to the coverage afforded by or other provisions of the bonds or insurance required to be purchased and maintained by the Contractor in accordance wit h Article 5 on the basis of non-conformance wit h the Contract Documents, the Cit y shall so notify the Contracto r in writing within 10 Business Days after receipt of the certificates (or other evidence requested). Contractor shall provide to the Cit y such additional infor matio n in respect of insurance provided as the Cit y may reasonably request. If Contractor does no t purchase or maintain all of the bond s and insurance required by the Contract Documents, the Cit y shall notify the Contractor in writing of such failure prior to the start of the Work, or of such failure to maintain prior to any change in the required coverage. ARTICLE 6 – CONTRACTOR’S RESPONSIBILITIES 6.01 Supervision and Superintendence A. Contractor shall supervise, inspect, and direct the Work co mpetently and efficiently, devoting such attentio n thereto and applying such skills and expertise as may be necessary to perform the Work in accordance wit h the Contract Documents. Contracto r shall be solely responsible fo r the means, methods, techniques, sequences, and procedures of construction. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 20 of 63 B. At all times during the progress of the Work, Contractor shall assig n a co mpetent, English- speaking, Superintendent who shall no t be replaced without written notice to City. The Superintendent will be Contractor’s representative at the Sit e and shall have authorit y to act on behalf of Contractor. All communicatio n given to or received fro m the Superintendent shall be binding on Contractor. C. Contracto r shall notify the Cit y 24 hours prio r to moving areas during the sequence of construction. 6.02 Labor; Working Hours A. Contractor shall provide competent , suitably qualified personnel to perform constructio n as required by the Contract Documents. Contractor shall at all times maintain good discipline and order at the Site. B. Except as otherwise required fo r the safet y or protectio n of persons or the Work or property at the Sit e or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work at the Sit e shall be performed during Regular Working Hours. Contractor will not permit the perfor mance of Work beyon d Regular Working Hours or for Weekend Working Hours without City’s written consent (which will no t be unreasonably withheld). Written request (by letter or electronic communication) to perform Work: 1. for beyond Regular Working Hours request must be made by noo n at least two (2) Business Days prior 2. fo r Weekend Working Hour s request must be made by noo n of the preceding Thursday 3. for legal holidays request must be made by noo n two Business Days prio r to the legal holiday. 6.03 Services, Materials, and Equipment A. Unles s otherwise specified in the Contract Docu ments, Contractor shall provide and assume full responsibilit y fo r all services, materials, equipment , labor, transportation, constructio n equipment and machinery, tools , appliances, fuel, power, light , heat , telephone, water, sanitar y facilities, temporary facilities , and all other facilitie s and incidentals necessary for the performance, Contracto r required testing , start -up, and co mpletio n of the Work. B. All materials and equipment incorporated int o the Work shall be as specified or, if not specified, shall be of good qualit y and new, except as other wis e provided in the Contract Docu ments. All special warranties and guarantees required by the Specifications shall expressly run to the benefit of City. If required by City, Contractor shall furnish satisfactory evidence (including report s of required tests) as to the source, kind , and qualit y of materials and equipment. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 21 of 63 C. All materials and equipment to be incorporated into the Work shall be stored, applied, installed, connected, erected, protected, used, cleaned, and conditioned in accordance wit h instructions of the applicable Supplier, except as otherwise may be provided in the Contract Documents. D. All ite ms of standar d equipment to be incorporated int o the Work shall be the latest model at the time of bid , unless otherwis e specified. 6.04 Project Schedule A. Contractor shall adhere to the Project Schedule established in accordance wit h Paragrap h 2.07 and the General Requirement s as it may be adjuste d fro m time to time as provided below. 1. Contractor shall submit to Cit y fo r acceptance (to the extent indicate d in Paragrap h 2.07 and the General Requirements) proposed adjust ment s in the Projec t Schedule that will not result in changing the Contract Time. Such adjust ment s will co mply wit h any provisions of the General Requirement s applicable thereto. 2. Contractor shall submit to Cit y a monthly Project Schedule wit h a monthly progress payment fo r the duratio n of the Contract in accordance wit h the schedule specification 01 32 16. 3. Proposed adjustment s in the Project Schedule that will change the Contract Time shall be submitte d in accordance wit h the requirement s of Article 12. Adjust ment s in Contract Time may only be made by a Change Order. 6.05 Substitutes and “Or-Equals” A. Whenever an ite m of materia l or equipment is specified or describe d in the Contract Docu ments by using the na me of a proprietary ite m or the na me of a particula r Supplier, the specificatio n or descriptio n is intended to establish the typ e, function, appearance, and qualit y required. Unless the specificatio n or descriptio n contain s or is followe d by words reading that no like , equivalent, o r “or-equal” ite m or no substitution is permitted, other ite ms of materia l or equip ment of other Suppliers may be submitted to Cit y fo r revie w under the circumstances described below. 1. “Or-Equal” Items: If in City’s sole discretio n an item of materia l or equip ment proposed by Contractor is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by Cit y as an “or-equal” item, in which case revie w and approval of the proposed item may, in City’s sole discretion, be accomplishe d without co mpliance wit h so me or all of the requirement s fo r approval of proposed substitut e ite ms. For the purposes of this Paragraph 6.05.A.1, a proposed item of materia l or equipment will be considered functionally equal to an item so named if: a. the Cit y determines that: 1) it is at least equal in materials of construction, quality, durability, appearance, strength, and design characteristics; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 22 of 63 2) it will reliably perform at least equally well the functio n and achieve the results imposed by the design concept of the co mpleted Project as a functioning whole; and 3) it has a proven record of performance and availabilit y of responsive service; and b. Contractor certifies that, if approved and incorporated int o the Work: 1) there will be no increase in cost to the Cit y or increase in Contract Time; and 2) it will conform substantially to the detailed requirement s of the item named in the Contract Documents. 2. Substitute Items: a. If in City’s sole discretio n an item of materia l or equipment proposed by Contractor does not qualify as an “or-equal” ite m under Paragraph 6.05.A.1, it may be submitted as a proposed substitut e ite m. b. Contractor shall submit sufficient informatio n as provided belo w to allo w Cit y to determine if the item of materia l or equipment proposed is essentially equivalent to that named and an acceptable substitut e therefor . Requests fo r review of proposed substitute items of materia l or equipment will not be accepted by Cit y fro m anyone other than Contractor. c. Contractor shall make written application to Cit y fo r review of a proposed substitute item of material or equip ment that Contractor seeks to furnis h or use. The application shall co mply wit h Sectio n 01 25 00 and: 1) shall certify that the proposed substitut e item will: a) perfor m adequately the functions and achieve the result s called for by the general design; b) be similar in substance to that specified; c) be suited to the same use as that specified; and 2) will state: a) the extent, if any, to whic h the use of the proposed substitut e item will prejudice Contractor’s achievement of final co mpletio n on time; b) whether use of the proposed substitut e item in the Work will require a change in any o f the Contract Document s (or in the provisions of any other direct contract wit h Cit y fo r other work on the Project) to adapt the design to the proposed substitut e item; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 23 of 63 c) whether incorporatio n or use of the proposed substitut e item in connectio n with the Work is subject to payment of any license fee or royalty; and 3) will identify: a) all variations of the proposed substitut e item from that specified; b) available engineering, sales, maintenance, repair, and replacement services; and 4) shall contain an itemized estimate of all costs or credit s that will result directly or indirectly from use of such substitut e item, including cost s of redesign and Damage Clai ms of other contractors affected by any resulting change. B. Substitute Construction Methods or Procedures: If a specific means, method, technique, sequence, or procedure of constructio n is expressly required by the Contract Documents, Contractor may furnish or utilize a substitut e means, method, technique, sequence, or procedure of constructio n approved by City. Contractor shall submit sufficient informatio n to allo w City, in City’s sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. Contractor shall make written application to Cit y for review in the same manner as those provided in Paragraph 6.05.A.2. C. City’s Evaluation: Cit y will be allowed a reasonable time within whic h to evaluate each proposal or submittal made pursuant to Paragraphs 6.05.A and 6.05.B. Cit y may require Contractor to furnis h additional dat a about the proposed substitute. Cit y will be the sole judge of acceptability. No “or-equal” or substitut e will be ordered, installed or utilized until City’s review is co mplete, whic h will be evidenced by a Change Order in the case of a substitute and an accepted Submitta l fo r an “or-equal.” Cit y will advise Contractor in writing of it s determination. D. Special Guarantee: Cit y may require Contractor to furnis h at Contractor’s expense a special performance guarantee, warranty, or other suret y wit h respect to any substitute. Contractor shall indemnif y and hold harmless City and anyone directly or indirectly employed by them from and against any and all claims, damages, losses and expenses (including attorneys fees) arising out of the use of substituted materials or equipment. E. City’s Cost Reimbursement: Cit y will record City’s cost s in evaluating a substitute proposed or submitted by Contractor pursuant to Paragraphs 6.05.A.2 and 6.05.B. Whether or no t City approves a substitute so proposed or submitted by Contractor, Contractor may be required to reimburse Cit y fo r evaluating each such proposed substitute. Contractor may also be required to reimburse Cit y fo r the charges fo r making changes in the Contract Docu ment s (or in the provisions of any other direct contract wit h City) resulting from the acceptance of each proposed substitute. F. Contractor’s Expense: Contractor shall provid e all dat a in support of any proposed substitut e or “or-equal” at Contractor’s expense. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 24 of 63 G. City Substitute Reimbursement: Cost s (savings or charges) attributable to acceptance of a substitute shall be incorporated to the Contract by Change Order. H. Time Extensions: No additional time will be granted for substitutions. 6.06 Concerning Subcontractors, Suppliers, and Others A. Contractor shall perform wit h his own organization, work of a value not less than 35% of the value embraced on the Contract , unless otherwise approved by the City. B. Contracto r shall no t emplo y any Subcontractor, Supplier, or other individual or entity, whether initiall y or as a replacement , against who m Cit y may have reasonable objection. Contractor shall not be required to emplo y any Subcontractor, Supplier, or other individual or entit y to furnish or perfor m any of the Work against who m Contracto r has reasonable objectio n (excluding those acceptable to Cit y as indicated in Paragraph 6.06.C). C. The Cit y may from time to time require the use of certain Subcontractors, Suppliers, or other individuals or entities on the project , and will provide such requirement s in the Supplementary Conditions. D. Minority and Women Business Enterprise Compliance: It is Cit y polic y to ensure the full and equitable participatio n by Minorit y and Women Business Enterprises (MWBE) in the procurement of goods and services on a contractual basis. If the Contract Document s provide for MWBE goal, Contractor is required to co mply wit h the intent of the City’s MWBE Business Enterprise Ordinance (as amended) by the following: 1. Contractor shall, upo n request by City, provide co mplet e and accurate infor matio n regarding actual work performed by MWBE on the Contract and payment therefor. 2. Contractor will no t make additions, deletions, or substitutions of accepted MWBE without written consent of the City. Any unjustified chang e or deletio n shall be a materia l breach of Contract and may result in debarment in accordance wit h the procedures outlined in the Ordinance. 3. Contractor shall, upo n request by City, allo w an audit and/o r examinatio n of any books, records, or file s in the possession of the Contractor that will substantiat e the actual work performed by MWBE. Materia l misrepresentation of any nature will be grounds for ter minatio n of the Contract in accordance wit h Paragraph 15.02.A. Any such misrepresentation may be grounds fo r disqualification of Contractor to bid on future contracts wit h the Cit y fo r a perio d of not less than three years. E. Contractor shall be fully responsible to Cit y for all acts and omissions of the Subcontractors, Suppliers, and othe r individual s or entitie s performing or furnishing any of the Work just as Contractor is responsible fo r Contractor’s own act s and omissions. Nothing in the Contract Documents: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 25 of 63 1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity any contractual relationship between Cit y and any such Subcontractor, Supplier or other individual or entity; nor 2. shall creat e any obligatio n on the part of Cit y to pay or to see to the payment of any moneys due any such Subcontractor, Supplier, or other individual or entit y except as may otherwise be required by Laws and Regulations. F. Contracto r shall be solely responsible fo r scheduling and coordinating the Work of Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work under a direct or indirect contract wit h Contractor. G. All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any of the Work shall communicate wit h Cit y throug h Contractor. H. All Work performed for Contracto r by a Subcontractor or Supplier will be pursuant to an appropriat e agreement between Contractor and t he Subcontractor or Supplier whic h specifically binds the Subcontracto r or Supplier to the applicable terms and conditions of the Contract Docu ment s fo r the benefit of City. 6.07 Wage Rates A. Duty to pay Prevailing Wage Rates. The Contracto r shall co mply wit h all requirement s of Chapter 2258, Texas Government Code (as amended), including the payment of no t less than the rates deter mined by the Cit y Council of the Cit y of Fort Worth to be the prevailing wage rates in accordance wit h Chapter 2258. Such prevailing wage rates ar e include d in these Contract Docu ments. B. Penalt y for Violation. A Contracto r or any Subcontracto r who does no t pay the prevailing wage shall, upon demand made by the City, pay to t he Cit y $60 fo r each worker employed fo r each calendar day or part of the day that the worker is paid les s than the prevailing wage rates stipulate d in these contract docu ments. This penalt y shall be retaine d by the Cit y to offset its administrative costs, pursuant to Texas Government Code 2258.023. C. Complaints of Violations and City Determination of Good Cause. On receipt of infor mation, including a co mplaint by a worker , concerning an alleged violatio n of 2258.023, Texas Government Code, by a Contractor or Subcontractor, the Cit y shall make an initial determination, befor e the 31st day after the dat e the Cit y receives the infor mation, as to whether goo d cause exist s to believe that the violatio n occurred. The Cit y shall notify in writing the Contractor or Subcontractor and any affected worker of it s initia l determination. Upo n the City’s determinatio n that there is good cause to believe the Contractor or Subcontractor has violated Chapter 2258, the Cit y shall retain the full amounts claimed by the claimant or claimant s as the difference between wages paid and wages due under the prevailing wage rates, such amounts bein g subtracted fro m successive progress payment s pending a final determinatio n of the violation. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 26 of 63 D. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violatio n of Sectio n 2258.023, Texas Government Code, including a penalt y owed to the Cit y or an affected worker, shall be submitted to binding arbitration in accordance wit h the Texas General Arbitratio n Act (Article 224 et seq., Revised Statutes) if the Cont ractor or Subcontractor and any affected worker does no t resolve the issue by agreement befor e the 15t h day after the dat e the Cit y makes it s initia l determinatio n pursuant to Paragraph C above. If the persons required to arbitrate under this sectio n do not agree on an arbitrator befor e the 11th day after the dat e that arbitratio n is required, a district court shall appoint an arbitrator on the petitio n of any of the persons. The Cit y is no t a party in the arbitr ation. The decisio n and award of the arbitrator is fina l and binding on all partie s and may be enforced in any court of co mpetent jurisdiction. E. Records to be Maintained. The Contractor and each Subcontractor shall, fo r a perio d of three (3) years following the date of acceptance of the work, maintain records that sho w (i) the name and occupation of each worker employed by the Contractor in the constructio n of the Work provided for in this Contract ; and (ii) the actual per die m wages paid to each worker. The records shall be open at all reasonable hours fo r inspectio n by the City. The provisions of Paragraph 6.23, Right to Audit, shall pertain to this inspection. F. Affadavit. Contractor shall submit an affidavit stating that the Contractor has complied with the requirements of Chapter 2258, Texas Government Code related to paying prevailing wage rates on completion of the project. G. Posting of Wage Rates. The Contractor shall post prevailing wage rates in a conspicuous place at all times. H. Subcontractor Compliance. The Contractor shall include in it s subcontract s and/or shall otherwise require all of it s Subcontractors to co mply wit h Paragraphs A through G above. 6.08 Patent Fees and Royalties A. Contractor shall pay all license fees and royalties and assume all cost s incident to the use in the perfor mance of the Work or the incorporatio n in the Work of any invention, design, process, product, or device whic h is the subject of patent right s or copyrights held by others. If a particular invention, design, process, product, or device is specified in the Contract Documents fo r use in the perfor mance of the Work and if, to the actual knowledge of City, it s use is subject to patent right s or copyrights calling fo r the payment of any license fee or royalt y to others, the existence of such right s shall be disclosed by Cit y in the Contract Documents. Failur e of the City t o disclose such infor matio n does no t relieve the Contractor fro m it s obligations to pay fo r the use of said fees or royalties to others. B. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professional s and al l court or arbitration or other disput e resolution costs) arisin g out of or relating to any infringement of patent right s or copyright s incident to the use in the performance of the Wor k or resulting from CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 27 of 63 the incorporation in the Work of any invention, design, process, product, or device not specified in the Contract Documents. 6.09 Permits and Utilities A. Contractor obtained permits and licenses. Contractor shall obtain and pay fo r all construction permit s and licenses except those provided fo r in the Supplementary Conditions or Contract Documents. Cit y shall assist Contractor, when necessary, in obtaining such permit s and licenses. Contractor shall pay all governmental charges and inspectio n fees necessary fo r the prosecution o f the Work whic h are applicable at the time of opening of Bids, or, if there are no Bids, on the Effective Dat e of the Agreement , except fo r permit s provided by the Cit y as specified in 6.09.B. Cit y shall pay all charges of utilit y owners fo r connections fo r providing permanent service to the Work. B. City obtained permits and licenses. Cit y will obtain and pay for all permit s and licenses as provided fo r in the Supplementary Conditions or Contract Documents. It will be the Contractor’s responsibilit y to carry out the provisions of the permit . If the Contractor initiates changes to the Contract and the Cit y approves the changes, the Contractor is responsible fo r obtaining clearances and coordinating wit h the appropriate regulatory agency. The Cit y will not reimburse the Contractor for any cost associated wit h these requirement s of any Cit y acquired permit . The following are permit s the Cit y will obtain if required: 1. Texas Depart ment of Transportation Permits 2. U.S. Army Corps of Engineers Permits 3. Texas Co mmissio n on Environmental Qualit y Permits 4. Railroad Co mpany Permits C. Outstanding permits and licenses. The Cit y anticipates acquisitio n of and/o r access to permits and licenses. An y outstanding permit s and license s are anticipated to be acquired in accordance wit h the schedule set fort h in the Supplement ary Conditions . The Project Schedule submitte d by the Contractor in accordance wit h the Contr act Docu ment s must conside r any outstanding permit s and licenses. 6.10 Laws and Regulations A. Contracto r shall give all notices required by and shall comply wit h all Laws and Regulations applicable to the performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, the Cit y shall not be responsible fo r monitoring Contractor’s co mpliance wit h any Laws or Regulations. B. If Contractor performs any Work knowing or having reason to kno w that it is contrar y to Laws or Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 28 of 63 court or arbitratio n or other dispute resolutio n costs) arising out of or relating to such Work. However , it shall not be Contractor’s responsibilit y to make certain that the Specifications and Drawings are in accordance wit h Laws and Regulat ions, but this shall no t relieve Contractor of Contractor’s obligations under Paragrap h 3.02. C. Changes in Laws or Regulations no t known at the time of opening of Bids having an effect on the cost or time of performance of the Work may be the subject of an adjustment in Contract Price or Contract Time. 6.11 Taxes A. On a contract awarded by the City, an organizatio n whic h qualifie s fo r exemptio n pursuant to Texas Tax Code, Subchapter H, Section s 151.301-335 (as amended), the Contractor may purchase, rent or lease all materials , supplie s and equipment used or consu med in the performance of thi s contract by issuing to his supplier an exe mptio n certificat e in lie u of the tax, said exe mptio n certificat e to co mply wit h Stat e Co mptroller’s Ruling .007. An y such exe mption certificat e issued to the Contractor in lie u of the tax shall be subject to and shall co mply wit h the provisio n of Stat e Co mptroller’s Ruling .011, and any other applicable ruling s pertaining to the Texas Tax Code, Subchapter H. B. Texas Tax permit s and infor matio n may be obtained fro m: https://comptroller.texas.gov/taxes/permit/ 6.12 Use of Site and Other Areas A. Limitation on Use of Site and Other Areas: 1. Contractor shall confine construction equipment, the storage of materials and equipment , and the operations of workers to the Sit e and other areas per mitted by Laws and Regulations, and shall no t unreasonably encu mber the Sit e and other areas wit h constructio n equipment or other materials or equip ment . Contractor shall assu me full responsibilit y fo r any damage to any suc h land or area, or to the owner or occupant thereof, or of any adjacent land or areas resulting fro m the performance of the Work. 2. At any time when, in the judgment of the City, the Contractor has obstructed or closed or is carrying on operations in a portion of a street, right -of-way, or easement greater than is necessary fo r proper execution of the Work, the Cit y may require the Contractor to finis h the sectio n on whic h operations are in progress before work is co mmenced on any additional area of the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 29 of 63 3. Should any Damage Claim be made by any such owner or occupant because of the performance of the Work, Contractor shall promptly attempt to resolve the Damage Claim. 4. Pursuant to Paragraph 6.21, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages arising out of or relating to any claim or action, legal or equitable, brought by any such owner or occupant against City. B. Removal of Debris During Performance of the Work: During the progress of the Work Contractor shall keep the Sit e and other areas free fro m accumulations of wast e materials, rubbish, and other debris. Removal and disposal of such wast e materials, rubbish, and other debris shall conform to applicable Laws and Regulations. C. Site Maintenance Cleaning: 24 hour s after written notice is given to the Contractor that the clean-up on the jo b sit e is proceeding in a manner unsatisfactory to the City, if the Contractor fails to correct the unsatisfactory procedure, the Cit y may take such direct actio n as the City dee ms appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice (by letter or electronic communication), and the cost s of such direct action, plus 25 % of such costs, shall be deducted fro m the monies due or to beco me due to the Contractor. D. Final Site Cleaning: Prio r to Fina l Acceptance of the Work Contractor shall clea n the Sit e and the Work and make it ready for utilizatio n by Cit y or adjacent property owner. At the co mpletion of the Work Contractor shall remove fro m the Sit e all tools , appliances, constructio n equipment and machinery, and surplus materials and shall restore to original conditio n or better all property disturbed by the Work. E. Loading Structures: Contracto r shall not loa d no r per mit any part of any structur e to be loaded in any manner that will endanger the structure, no r shall Contracto r subjec t any part of the Work or adjacent propert y to stresses or pressures that will endanger it. 6.13 Record Documents A. Contractor shall maintain in a safe plac e at the Sit e or in a plac e designated by the Contractor and approved by the City, one (1) record cop y of all Drawings , Specifications, Addenda, Change Orders, Field Orders, and written interpretations and clarifications in good order and annotated to sho w changes made during construction. These recor d document s together wit h all approved Sample s and a counterpart of all accepted Submittals will be available t o Cit y fo r reference. Upo n co mpletio n of the Work, these recor d documents, any operatio n and maintenance manuals, and Submittals will be delivered to Cit y prio r to Fina l Inspection. Contractor shall include accurate locations fo r buried and imbedded items. 6.14 Safety and Protection A. Contractor shall be solely responsible fo r initiating, maintaining and supervising all safety precautions and programs in connectio n wit h the Work. Such responsibilit y does no t relieve Subcontractors of their responsibilit y fo r the safety of persons or property in the performance of their work, no r for co mpliance wit h applicable safet y Laws and Regulations. Contractor shall CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 30 of 63 take all necessary precautions fo r the safety of, and shall provide the necessary protection to prevent damage, injur y or loss to: 1. all persons on the Sit e or who may be affected by the Work; 2. all the Work and materials and equip ment to be incorporated therein, whether in storage on or off the Site; and 3. other property at the Sit e or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. B. Contracto r shall comply wit h all applicable Laws and Regulations relating to the safety of persons or property, or to the protectio n of persons or property fro m damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of Underground Facilities and other utilit y owners when prosecution of the Work may affect them, and shall cooperate wit h them in the protection, removal, relocation, and replacement of their property. C. Contractor shall comply wit h the applicable requirement s of City’s safety programs, if any. D. Contractor shall infor m Cit y of the specific requ irement s of Contractor’s safet y program, if any, wit h whic h City’s employees and representatives must co mply while at the Site. E. All damage, injury, or loss to any property referred to in Paragraph 6.14.A.2 or 6.14.A.3 caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other individual or entit y directly or indirectly employed by any of them to perform any of the Work, or anyone fo r whose act s any of them may be liable, shall be remedied by Contractor. F. Contractor’s duties and responsibilitie s fo r safet y and fo r protectio n of the Work shall continue until such time as all the Work is completed and Cit y has accepted the Work. 6.15 Safety Representative Contractor shall infor m Cit y in writing of Contractor’s designated safet y representative at the Site. 6.16 Hazard Communication Programs Contractor shall be responsible fo r coordinating any exchange of material safet y data sheet s or other hazard co mmunication infor matio n required to be made available to or exchanged between or among employers in accordance wit h Laws or Regulations. 6.17 Emergencies and/or Rectification A. In emergencies affecting the safet y or protection of persons or the Work or property at the Sit e or adjacent thereto, Contractor is obligated to act to prevent threatened damage, injury, or loss. Contractor shall give Cit y prompt written notice if Contractor believes that any significant CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 31 of 63 changes in the Work or variations fro m the Contract Docu ment s have been caused thereby or are required as a result thereo f. If Cit y determines that a change in the Contract Document s is required because of the actio n taken by Contractor in response to such an emergency, a Change Order may be issued. B. Should the Contractor fail to respond to a request fro m the Cit y to rectify any discrepancies, omissions, or correctio n necessary to confor m wit h the requirement s of the Contract Documents, the Cit y shall give the Contractor written notice that such work or changes are to be performed. The written notice shall direct attention to the discrepant conditio n and request the Contractor to take remedia l actio n to correct the condition. In the event the Contractor does not take positive steps to fulfill this writte n request, or does no t sho w jus t cause fo r not taking the proper action, within 24 hours, the Cit y may take such remedia l actio n wit h Cit y forces or by contract. The City shall deduct an amount equal to the entir e cost s for such remedia l action, plus 25%, fro m any fund s due or beco me due the Contractor on the Project. 6.18 Submittals A. Contractor shall submit required Submittals to Cit y for review and acceptance in accordance wit h the accepted Schedule of Submittals (as required by Paragrap h 2.07). Each sub mitta l will be identified as Cit y may require. 1. Submit nu mber of copie s specified in the General Requirements. 2. Dat a shown on the Submittals will be co mplet e wit h respect to quantities , dimensions, specifie d perfor mance and desig n criteria , materials , and simila r dat a to sho w Cit y the services, materials , and equipment Contracto r proposes to provid e and to enable Cit y to revie w the infor matio n fo r the li mite d purposes required by Paragraph 6.18.C. 3. Submittals submitte d as herein provided by Contractor and reviewed by Cit y for conformance wit h the desig n concept shall be executed in conformit y wit h the Contract Docu ment s unles s otherwis e required by City. 4. When Submittals are submitted for the purpose of showing the installatio n in greater detail, their review shall not excuse Contractor fro m requirement s shown on the Drawings and Specifications. 5. For -Infor mation-Only submittals upo n whic h the Cit y is not expected to conduct revie w or take responsive actio n may be so identifie d in the Contract Docu ments. 6. Submit required nu mber of Sample s specified in the Specifications. 7. Clearly identif y each Sample as to material, Supplier , pertinent dat a such as catalo g nu mbers, the use fo r whic h intended and othe r dat a as Cit y may require to enable Cit y to revie w the submitta l fo r the limite d purposes required by Paragraph 6.18.C. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 32 of 63 B. Where a Submittal is required by the Contract Document s or the Schedule of Submittals, any related Work perfor med prio r to City’s revie w and acceptance of the pertinent submitta l will be at the sole expense and responsibilit y of Contractor. C. City’s Review: 1. Cit y will provid e timely revie w of required Submittals in accordance wit h the Schedule of Submittals acceptable to City. City’s revie w and acceptance will be only to deter mine if the ite ms covered by the submittals will, after inst allatio n or incorporatio n in the Work, conform to the in formatio n give n in the Contract Document s and be co mpatible wit h the design concept of the co mplete d Project as a functioning whole as indicated by the Contract Docu ments. 2. City’s revie w and acceptance will no t extend to means, methods, techniques, sequences, or procedures of constructio n (except wher e a particula r means, method, technique, sequence, or procedur e of constructio n is specifically and expressly called fo r by the Contract Docu ments) or to safet y precautions or programs incident thereto . The revie w and acceptance of a separat e ite m as such will not indicat e approval of the assembly in whic h the item functions. 3. City’s review and acceptance shall not relieve Contractor fro m responsibilit y fo r any variatio n fro m the requirement s of the Contract Docu ment s unles s Contractor has co mplied wit h the requirement s of Sectio n 01 33 00 and Cit y has give n written acceptance of each such variatio n by specific written notatio n thereo f incorporated in or accompanying the Submittal. City’s review and acceptance shall no t relieve Contracto r fro m responsibilit y for co mplying wit h the require ment s of the Contract Documents. 6.19 Continuing the Work Except as otherwise provided, Contractor shall carry on the Work and adhere to the Project Schedule during all disputes or disagreement s wit h City. No Work shall be delayed or postponed pending resolutio n of any disputes or disagreements, except as Cit y and Contractor may otherwise agree in writing. 6.20 Contractor’s General Warranty and Guarantee A. Contractor warrant s and guarantees to Cit y that all Work will be in accordance wit h the Contract Document s and will no t be defective. Cit y and it s officers, directors, members, partners, employees, agents, consultants, and subcontractors shall be entitled to rely on representation of Contractor’s warrant y and guarantee. B. Contractor’s warrant y and guarantee hereunder excludes defects or damage caused by: 1. abuse, modification, or improper maintenance or operatio n by persons other than Contractor, Subcontractors, Suppliers, or any other individua l or entit y for who m Contracto r is responsible ; or CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 33 of 63 2. nor mal wear and tear under normal usage. C. Contractor’s obligatio n to perform and complet e the Work in accordance wit h the Contract Document s shall be absolute. None of the following will constitute an acceptance of Work that is not in accordance wit h the Contract Document s or a release of Contractor’s obligatio n to perform the Work in accordance wit h the Contract Documents: 1. observations by City; 2. reco mmendatio n or payment by Cit y of any progress or fina l payment; 3. the issuance of a certificate of Final Acceptance by Cit y or any payment related thereto by City; 4. use or occupancy of the Work or any part thereof by City; 5. any review and acceptance of a Submittal by City; 6. any inspection, test, or approval by others; or 7. any correctio n of defective Work by City. D. The Contractor shall remed y any defect s or da mages in the Work and pay fo r any damage to othe r wor k or propert y resulting therefro m whic h shall appear withi n a perio d of two (2) years fro m the dat e of Fina l Acceptance of the Work unles s a longer perio d is specified and shall furnis h a good and sufficient maintenance bond, complying wit h the requirement s of Article 5.02.B. The Cit y will give notic e of observed defects wit h reasonable pro mptness. 6.21 Indemnification A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the City, its officers, servants and employees, fro m and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licenses or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN PART, BY ANY ACT, OMISSION OR NEGLIGENCE OF THE CITY. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the City in defending against suc h claim s and causes of actions. B. Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the City, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the City, arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licensees or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 34 of 63 SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN PART, BY ANY ACT, OMISSION OR NEGLIGENCE OF THE CITY. 6.22 Delegation of Professional Design Services A. Contracto r will no t be required to provide professiona l design services unless such services are specifically required by the Contract Document s fo r a portio n of the Work or unless such services are required to carr y out Contractor’s responsibilities fo r constructio n means, methods, techniques, sequences and procedures. B. If professiona l desig n services or certifications by a desig n professiona l related to systems, materials or equip ment are specifically required of Contractor by the Contract Documents, City will specify all performance and desig n criteria that such services must satis fy. Contractor shall cause such services or certifications to be provided by a properly licensed professional, whose signature and seal shall appear on all drawings, calculations, specifications, certifications, and Submittals prepared by such pro fessional. Submittals related to the Work designed or certified by such pro fessional, if prepared by others, shall bear such pro fessional’s written approval when submitted to City. C. Cit y shall be entitled to rely upon the adequacy, accuracy and completeness of the services, certifications or approvals performed by such design professionals, provided Cit y has specified to Contractor performance and desig n criteria that suc h services must satisfy. D. Pursuant to this Paragraph 6.22, City’s review and acceptance of design calculations and design drawings will be only for the limited purpose of checking for conformance wit h performance and desig n criteria give n and the desig n concept expressed in the Contract Documents. City’s review and acceptance of Submittals (except desig n calculations and design drawings) will be only for the purpose stated in Paragraph 6.18.C. 6.23 Right to Audit A. The Contractor agrees that the Cit y shall, until the expiratio n of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of the Contractor involving transactions relating to this Contract . Contractor agrees that the Cit y shall have access during Regular Working Hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audit s in co mpliance wit h the provisions of this Paragraph. The Cit y shall give Contractor reasonable advance notice of intended audits. B. Contractor further agrees to include in all it s subcontract s hereunder a provisio n to the effect that the subcontractor agrees that the Cit y shall, until the expiratio n of three (3) years after final payment under this Contract , have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of such Subcontractor, involving transactions to the subcontract, and further , that Cit y shall have access during Regular Working Hours to all CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 35 of 63 Subcontractor facilities, and shall be provided adequate and appropriat e work space in order to conduct audit s in co mpliance wit h the provisions of this Paragraph. The Cit y shall give Subcontracto r reasonable advance notic e of intended audits. C. Contractor and Subcontractor agree to photocopy such document s as may be requested by the City. The Cit y agrees to reimburse Contractor for the cost of the copies as follows at the rate published in the Texas Administrative Code in effect as of the time copying is perfor med. 6.24 Nondiscrimination A. The Cit y is responsible fo r operating Public Transportation Programs and imple menting transit - related projects, whic h are funded in part wit h Federal financial assistance awarded by the U.S. Depart ment of Transportatio n and the Federal Transit Ad ministration (FTA), without discriminating against any perso n in the United States on the basis of race, color , or national origin. B. Title VI , Civi l Right s Act of 1964 as amended: Contractor shall comply wit h the requirement s of the Act and the Regulations as further defined in the Supplementary Conditions fo r any project receiving Federal assistance. ARTICLE 7 – OTHER WORK AT THE SITE 7.01 Related Work at Site A. Cit y may perfor m other work related to the Project at the Sit e wit h City’s employees, or other Cit y contractors, or through other direct cont ract s therefor, or have other work performed by utilit y owners. If such other work is not noted in the Contract Documents, then written notice thereo f will be given to Contractor prio r to starting any such other work; and B. Contractor shall affor d each other contractor who is a party to such a direct contract, each utility owner, and City, if Cit y is performing other work wit h City’s employees or other City contractors, proper and safe access to the Site, provide a reasonable opportunity fo r the introduction and storage of materials and equip ment and the execution of such other work, and properly coordinate the Work wit h theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be required to properly connect or otherwise make it s several parts co me together and properly integrat e wit h such other work. Contractor shall not endanger any work of other s by cutting, excavating, or otherwise altering such work; provided, however , that Contractor may cut or alter others' work wit h the written consent of Cit y and the others whose work will be affected. C. If the proper execution or result s of any part of Contractor’s Work depends upo n work performed by others under this Article 7, Contractor shall inspect such other work and pro mptly report to Cit y in writing any delays, defects, or deficienc ies in such other work that render it unavailable or unsuitable fo r the proper execution and result s of Contractor’s Work. Contractor’s failur e to so report will constitut e an acceptance of such other work as fit and proper for integratio n with Contractor’s Work except for latent defects in the work provided by others. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 36 of 63 7.02 Coordination A. If Cit y intends to contract wit h others for the perfor mance of other work on the Project at the Site, the following will be set fort h in Supplementary Conditions: 1. the individual or entit y who will have autho rit y and responsibilit y fo r coordination of the activitie s among the variou s contractors will be identified; 2. the specific matter s to be covered by such authorit y and responsibilit y will be ite mized; and 3. the extent of such authorit y and responsibilitie s will be provided. B. Unless otherwise provided in the Supplementary Conditions, Cit y shall have authority fo r such coordination. ARTICLE 8 – CITY’S RESPONSIBILITIES 8.01 Communications to Contractor Except as otherwise provided in the Supplementary Conditions, Cit y shall issue all communications to Contractor. 8.02 Furnish Data Cit y shall timely furnish the dat a required under the Contract Documents. 8.03 Pay When Due Cit y shall make payment s to Contractor in accordance wit h Article 14. 8.04 Lands and Easements; Reports and Tests City’s duties wit h respect to providing lands and easement s and providing engineering surveys to establish reference point s are set fort h in Paragraphs 4.01 and 4.05. Paragraph 4.02 refers to City’s identifying and making available to Contractor copies of reports of explorations and tests of subsurfac e conditions and drawings of physical conditions relating to existing surface or subsurface structures at or contiguous to the Sit e that have been utilized by Cit y in preparing the Contract Documents. 8.05 Change Orders Cit y shall execute Change Orders in accordance wit h Paragraph 10.03. 8.06 Inspections, Tests, and Approvals City’s responsibilit y wit h respect to certain inspections, tests, and approvals is set fort h in Paragraph 13.03. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 37 of 63 8.07 Limitations on City’s Responsibilities A. The Cit y shall no t supervise, direct , or have contro l or authorit y over, no r be responsible for, Contractor’s means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or fo r any failur e of Contractor to co mply wit h Laws and Regulations applicable to the performance of the Work. Cit y will no t be responsible for Contractor’s failur e to perfor m the Work in accordance wit h the Contract Documents. B. Cit y will notify the Contracto r of applicable safet y plans pursuant to Paragraph 6.14. 8.08 Undisclosed Hazardous Environmental Condition City’s responsibilit y wit h respect to an undisclosed Hazardous Environmental Conditio n is set forth in Paragraph 4.06. 8.09 Compliance wit h Safety Program While at the Site, City’s employees and representatives shall comply wit h the specific applicable requirement s of Contractor’s safety programs of which Cit y has been informed pursuant to Paragraph 6.14. ARTICLE 9 – CITY’S OBSERVATION STATUS DURING CONSTRUCTION 9.01 City’s Project Manager Cit y will provide one or more Project Manager(s) during the constructio n period. The duties and responsibilities and the limitations of authorit y of City’s Project Manager during construction are set forth in the Contract Documents. The City’s Project Manager for this Contract is identified in the Supplementary Conditions. 9.02 Visits to Site A. City’s Project Manager will make visit s to the Sit e at intervals appropriate to the various stages of constructio n as Cit y deems necessary in order to observe the progress that has been made and the quality of the various aspect s of Contractor’s executed Work. Based on informatio n obtained during such visit s and observations, City’s Project Manager will determine, in general, if the Work is proceeding in accordance wit h the Contract Documents. City’s Project Manager will not be required to make exhaustive or continuous inspections o n the Sit e to check the quality or quantity of the Work. City’s Project Manager’s efforts will be directed toward providing Cit y a greater degree of confidence that the co mpleted Work will conform generally to the Contract Documents. B. City’s Project Manager’s visit s and observations are subject to all the limitations on authorit y and responsibilit y in the Contract Document s including those set fort h in Paragraph 8.07. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 38 of 63 9.03 Authorized Variations in Work City’s Project Manager may authorize mino r variations in the Work fro m the requirement s of the Contract Docu ment s whic h do no t involve an adjust ment in the Contract Price or the Contract Time and are co mpatible wit h the design concept of the co mpleted Project as a functioning whole as indicated by the Contract Docu ments. These may be accomplished by a Field Order and will be binding on Cit y and als o on Contractor, who shall perfor m the Work involved promptly. 9.04 Rejectin g Defective Work Cit y will have authority to reject Work whic h Cit y’s Project Manager believes to be defective, or will not produce a co mplete d Project that conforms t o the Contract Document s or that will prejudice the integrit y of the design concept of the co mpleted Project as a functioning whole as indicated by the Contract Documents. Cit y will have authorit y to conduct special inspection or testing of the Work as provided in Article 13, whether or no t the Work is fabricated, installed, or co mpleted. 9.05 Determinations for Work Performed Contractor will determine the actual quantities and classifications of Work performed. City’s Project Manager will review wit h Contractor the preliminary determinations on such matters before rendering a written reco mmendation. City’s written decisio n will be final (except as modified to reflect changed factual conditions or more accurat e data). 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work A. Cit y will be the initia l interpreter of the requirement s of the Contract Document s and judge of the acceptabilit y of the Work thereunder. B. Cit y will render a written decisio n on any issue referred. C. City’s written decisio n on the issue referred will be final and binding on the Contractor, subject to the provisions of Paragraph 10.06. ARTICLE 10 – CHANGES IN THE WORK ; CLAIMS; EXTRA WORK 10.01 Authorized Changes in the Work A. Without invalidating the Contract and without notice to any surety, Cit y may, at any time or from time to time, order Extr a Work. Upo n notice of such Extr a Work, Contractor shall promptly proceed wit h the Work involved whic h will be perfor med under the applicable conditions of the Contract Docu ment s (except as otherwise specifically provided). Extr a Work shall be memorialized by a Change Order whic h may or may no t precede an order of Extr a work. B. Fo r mino r changes of Work no t requiring changes to Contract Time or Contract Price, a Field Order may be issued by the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 39 of 63 10.02 Unauthorized Changes in the Work Contractor shall not be entitled to an increase in the Contract Price or an extension of the Contract Time wit h respect to any work perfor med that is not required by the Contract Document s as amended, modified, or supplemented as provided in Paragraph 3.04, except in the case of an emergency as provided in Paragraph 6.17. 10.03 Execution of Change Orders A. Cit y and Contractor shall execute appropriat e Change Orders covering: 1. changes in the Work whic h are: (i) ordered by Cit y pursuant to Paragraph 10.01.A, (ii) required because of acceptance of defective Work under Paragraph 13.08 or City’s correction of defective Work under Paragraph 13.09, or (iii) agreed to by the parties; 2. changes in the Contract Price or Contract Time which are agreed to by the parties, including any undisputed sum or amount of time fo r Work actually performed. 10.04 Extra Work A. Should a difference arise as to what does or does not constitute Extr a Work, or as to the payment thereof, and the Cit y insist s upo n it s performance, the Contractor shall proceed wit h the work after making written request fo r written orders and shall keep accurat e account of the actual reasonable cost thereof. Contract Claims regarding Extr a Work shall be made pursuant to Paragraph 10.06. B. The Contractor shall furnish the Cit y such installatio n records of all deviations fro m the original Contract Document s as may be necessary to enable the Cit y to prepare for permanent record a corrected set of plans showing the actual installation. C. The co mpensation agreed upo n for Extr a Work whether or no t initiated by a Change Order shall be a full, complet e and final payment for all cost s Contractor incurs as a result or relating to the change or Extr a Work, whether said cost s are known, unknown, foreseen or unforeseen at that time, including without limitation, any cost s for delay, extended overhead, ripple or impact cost, or any other effect on changed or unchanged work as a result of the change or Extr a Work. 10.05 Notification to Surety If the provisions of any bond require notice to be given to a suret y of any change affecting the general scope of the Work or the provisions of the Contract Document s (including, but not limited to, Contract Price or Contract Time), the giving of any such notice will be Contractor’s responsibility. The amount of each applicable bond will be adjusted by the Contractor to reflect the effect of any such change. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 40 of 63 10.06 Contract Claims Process A. City’s Decision Required: All Contract Claims, except those waived pursuant to Paragraph 14.09, shall be referred to the Cit y fo r decis ion. A decisio n by Cit y shall be required as a conditio n precedent to any exercise by Contractor of any right s or remedies he may otherwise have under the Contract Documents or by Laws and Regulations in respect of such Contract Claims. B. Notice: 1. Written notice stating the general nature of each Contract Claim shall be delivered by the Contractor to Cit y no later than 15 days after the start of the event giving rise thereto. The responsibilit y to substantiate a Contract Claim shall rest wit h the party making the Contract Clai m. 2. Notice of the amount or extent of the Contract Clai m, wit h supporting dat a shall be delivered to the Cit y on or befor e 45 days fro m the start of the event giving rise thereto (unless the City allows additiona l time fo r Contractor to submit additiona l or more accurat e data in support of such Contract Claim). 3. A Contract Claim fo r an adjustment in Contract Price shall be prepared in accordance with the provisions of Paragraph 12.01. 4. A Contract Claim fo r an adjustment in Contract Time shall be prepared in accordance with the provisions of Paragraph 12.02. 5. Each Contract Claim shall be acco mpanied by Contractor’s written statement that the adjust ment claimed is the entir e adjust ment to whic h the Contractor believes it is entitled as a result of said event. 6. The Cit y shall submit any response to the Contracto r within 30 days afte r receipt of the clai mant’s las t submittal (unles s Contract allow s additiona l time). C. City’s Actio n: Cit y will revie w each Contract Clai m and, within 30 days after receipt of the last submitta l of the Contractor, if any, take one of the following actions in writing: 1. deny the Contract Claim in whole or in part; 2. approve the Contract Claim; or 3. notify the Contractor that the Cit y is unable to resolve the Contract Claim if, in the City’s sole discretion, it would be inappropriate for the Cit y to do so. Fo r purposes of further resolutio n of the Contract Claim, such notice shall be deemed a denial. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 41 of 63 D. City’s written actio n under Paragraph 10.06.C will be final and binding, unless Cit y or Contractor invoke the dispute resolutio n procedure set fort h in Article 16 within 30 days of such actio n or denial. E. No Contract Claim for an adjustment in Contract Price or Contract Time will be valid if not submitted in accordance wit h this Paragraph 10.06. ARTICLE 11 – COST OF THE WORK; ALLOWANCES; UNIT PRICE WORK; PLANS QUANTITY MEASUREMENT 11.01 Cost of the Work A. Costs Included: The term Cost of the Work means the sum o f all costs, except those excluded in Paragraph 11.01.B, necessarily incurred and paid by Contractor in the proper performance of the Work. When the value o f any Work covered by a Change Order, the costs to be reimbursed to Contractor will be only those additiona l or incre mental cost s required because of the change in the Work. Such cost s shall not include any of the cost s itemized in Paragraph 11.01.B, and shall include but no t be limited to the following items: 1. Payroll cost s fo r employees in the direct emplo y of Contractor in the performance of the Work under schedules of jo b classifications agreed upo n by Cit y and Contractor. Such employees shall include, without limitation, superintendents, foremen, and other personnel employed full time on the Work. Payroll cost s fo r employees not employed full time on the Work shall be apportioned on the basis of their time spent on the Work. Payroll cost s shall include; a. salaries wit h a 55% markup, or b. salaries and wages plus the cost of fringe benefits, whic h shall include socia l security contributions, unemployment , excise, and payroll taxes, workers’ co mpensation, health and retirement benefits, bonuses, sick leave, vacation and holida y pay applicable thereto. The expenses of perfor ming Work outside of Regular Working Hours, Weekend Working Hours, or lega l holidays, shall be included in the above to the extent authorized by City. 2. Cost of all materials and equipment furnished and incorporated in the Work, including costs of transportation and storage thereof, and Suppliers’ field services required in connection therewith. 3. Rentals of all constructio n equip ment and machinery, and the part s thereo f whether rented fro m Contractor or other s in accordance wit h renta l agreement s approved by City, and the cost s of transportation, loading, unloading, assembly, dis mantling, and removal thereof. All such cost s shall be in accordance wit h the terms of said rental agreements. The rental of any such equipment , machinery, or part s shall cease when the use thereo f is no longe r necessary fo r the Work. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 42 of 63 4. Payment s made by Contractor to Subcontractors fo r Work perfor med by Subcontractors. If required by City, Contractor shall obtain competitive bid s from subcontractors acceptable to Cit y and Contractor and shall deliver such bids to City, who will then determine, whic h bids, if any, will be acceptable. If any subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work plus a fee, the Subcontractor’s Cost of the Work and fee shall be determined in the same manner as Contract or’s Cost of the Work and fee as provided in this Paragraph 11.01. 5. Cost s of special consultant s (including but not limited to engineers, architects, testing laboratories, surveyors, attorneys, and accountants) employed fo r services specifically related to the Work. 6. Supplemental cost s including the following: a. The proportio n of necessary transportation, travel, and subsistence expenses of Contractor’s employees incurred in discharge of dutie s connected wit h the Work. b. Cost, including transportation and maintenance, of all materials, supplies, equip ment, machinery, appliances, office, and temporary facilities at the Site, and hand tools not owned by the workers, whic h are consumed in the perfor mance of the Work, and cost, less market value, of such ite ms used but no t consu med which remain the property of Contractor. c. Sales, consumer, use, and other similar taxes related to the Work, and fo r which Contractor is liable not covered under Paragraph 6.11, as imposed by Laws and Regulations. d. Deposit s lost fo r causes other than negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of the m or for whose act s any of them may be liable, and royalt y payment s and fees fo r permit s and licenses. e. Losses and damages (and related expenses) caused by damage to the Work, not co mpensated by insurance or otherwise, sustained by Contractor in connectio n wit h the perfor mance o f the Work, provided such losses and damages have resulted fro m causes othe r tha n the negligence of Contractor, any Subcontractor, or anyone directly or indirectl y employed by any o f them or for whose act s any of them may be liable. Such losses shall include settle ment s made wit h the written consent and approval of City. No such losses, damages, and expenses shall be included in the Cost of the Work for the purpose of determining Contractor’s fee. f. The cost of utilities, fuel, and sanitary facilities at the Site. g. Mino r expenses such as telegrams, long distance telephone calls, telephone and co mmunicatio n services at the Site , express and courier services, and similar pett y cash ite ms in connectio n wit h the Work. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 43 of 63 h. The cost s of premiu ms fo r all bonds and insurance Contractor is required by the Contract Docu ment s to purchase and maintain. B. Costs Excluded: The term Cost of the Work shall no t include any of the following items: 1. Payrol l cost s and other co mpensation of Cont ractor’s officers, executives, principals (of partnerships and sole proprietorships), general managers, safety managers, engineers, architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents, expediters, timekeepers, clerks, and other personnel employed by Contractor, whether at the Sit e or in Contractor’s principa l or branch office for general administration of the Work and not specifically included in the agreed upo n schedule of jo b classifications referred to in Paragrap h 11.01.A.1 or specifically covered by Paragrap h 11.01.A.4, all of whic h are to be considere d administrative cost s covered by the Contractor’s fee. 2. Expenses of Contractor’s principa l and branch office s other than Contractor’s offic e at the Site. 3. Any part of Contractor’s capital expenses, including interest on Contractor’s capital employed fo r the Work and charges against Contractor fo r delinquent payments. 4. Cost s due to the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or fo r whose act s any of them may be liable , including but not limite d to, the correctio n of defective Work, disposal of materials or equipment wrongly supplied, and making good any damage to property. 5. Othe r overhead or general expense cost s of any kind. C. Contractor’s Fee: When all the Work is performed on the basis of cost-plus, Contractor’s fee shall be deter mined as set fort h in the Agreement . When the value of any Work covered by a Change Order for an adjustment in Contract Price is determined on the basis of Cost of the Work, Contractor’s fee shall be determined as set fort h in Paragraph 12.01.C. D. Documentation: Whenever the Cost of the Work for any purpose is to be determined pursuant to Paragraphs 11.01.A and 11.01.B, Contractor will establish and maintain records thereo f in accordance wit h generally accepted accounting practices and submit in a for m acceptable to City an ite mize d cost breakdown together wit h supporting data. 11.02 Allowances A. Specified Allowance: It is understood that Contractor has included in the Contract Price all allowances so named in the Contract Document s and shall cause the Work so covered to be performed for such sums and by such persons or entitie s as may be acceptable to City. B. Pre-bi d Allowances: 1. Contracto r agrees that: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 44 of 63 a. the pre-bid allowances include the cost to Contractor of materials and equipment required by the allowances to be delivered at the Site, and all applicable taxes; and b. Contractor’s cost s fo r unloading and handling on the Site, labor , installation, overhead, profit , and other expenses conte mplate d fo r t he pre-bid allowances have been included in the allowances, and no demand fo r additiona l payment on account of any of the foregoing will be valid. C. Contingency Allowance: Contractor agrees that a contingenc y allowance, if any, is fo r the sole us e of City. D. Prio r to fina l payment , an appropriat e Change Order will be issued to reflect actual amount s due Contracto r on account of Work covered by allowances, and the Contract Pric e shall be correspondingly adjusted. 11.03 Uni t Price Work A. Wher e the Contract Docu ment s provide that all or part of the Work is to be Unit Pric e Work, initiall y the Contract Pric e will be deemed to includ e fo r all Unit Pric e Work an amount equal to the sum of the unit pric e fo r each separately identifie d ite m of Unit Pric e Work times the estimated quantit y of each ite m as indicate d in the Agreement. B. The estimated quantities of ite ms of Unit Pric e Work are not guaranteed and are solely for the purpose of co mpariso n of Bids and determining an initia l Contract Price. Determinations of the actual quantitie s and classifications of Unit Price Work performed by Contractor will be made by Cit y subject to the provisions of Paragraph 9.05. C. Each unit price will be deemed to include an amount considered by Contractor to be adequat e to cover Contractor’s overhead and profit for each separately identified item. Work described in the Contract Documents, or reasonably inferred as required fo r a functionally co mplet e installation, but no t identified in the listing of unit price items shall be considered incidental to unit price work listed and the cost of incidental work included as part of the unit price. D. Cit y may make an adjust ment in the Contract Price in accordance wit h Paragraph 12.01 if: 1. the quantit y of any ite m of Unit Price Work performed by Contractor differs materially and significantly from the estimated quantity of such item indicated in the Agreement ; and 2. there is no corresponding adjust ment wit h respect to any other item of Work. E. Increased or Decreased Quantities: The Cit y reserves the right to order Extr a Work in accordance wit h Paragraph 10.01. 1. If the changes in quantities or the alterations do no t significantly change the character of work under the Contract Documents, the altered work will be paid fo r at the Contract unit price. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 45 of 63 2. If the changes in quantities or alterations significantly change the character of work, the Contract will be amended by a Change Order. 3. If no unit prices exist , this will be considered Extr a Work and the Contract will be amended by a Change Order in accordance wit h Article 12. 4. A significant change in the character of work occurs when: a. the character of work for any Item as altered differ s materially in kind or nature fro m that in the Contract or b. a Majo r Item of work varies by more than 25% fro m the origina l Contract quantity. 5. When the quantity of work to be done under any Majo r Item of the Contract is more than 125% of the original quantity stated in the Contract , then either part y to the Contract may request an adjust ment to the unit price on the portio n of the work that is above 125%. 6. When the quantit y of work to be done under any Majo r Item of the Contract is less than 75% of the original quantity stated in the Contract , then either part y to the Contract may request an adjustment to the unit price. 11.04 Plans Quantity Measurement A. Plans quantities may or may no t represent the exact quantit y of work per formed or material moved, handled, or placed during the execution of the Contract . The estimated bid quantities are designated as fina l payment quantities, unless revise d by the governing Sectio n or this Article. B. If the quantity measured as outlined under “Price and Payment Procedures” varies by more than 25% (or as stipulated under “Price and Payment Procedures” fo r specific Items) fro m the total estimated quantit y for an individual Item originally shown in the Contract Documents, an adjustment may be made to the quantit y of authorized work done for payment purposes. The part y to the Contract requesting the adjustment will provide field measurement s and calculations showing the final quantity for whic h payment will be made. Payment for revised quantit y will be made at the unit price bid fo r that Item, except as provided fo r in Article 10. C. When quantities are revised by a change in desig n approved by the City, by Change Order, or to correct an error, or to correct an erro r on t he plans, the plans quantity will be increased or decreased by the amount involved in the change, and the 25% variance will apply to the new plans quantity. D. If the total Contract quantit y multiplie d by the unit price bid for an individual Item is les s than $250 and the Item is not originally a plan s quantity Item, then the Item may be paid as a plans quantit y Item if the Cit y and Contractor agree in writing to fix the fina l quantit y as a plans quantity. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 46 of 63 E. Fo r callout work or non-sit e specific Contracts, the plans quantity measurement requirement s are not applicable. ARTICLE 12 – CHANGE OF CONTRACT PRICE; CHANG E OF CONTRACT TIME 12.01 Change of Contract Price A. The Contract Price may only be changed by a Change Order. B. The value of any Work covered by a Change Order will be deter mined as follows: 1. where the Work involved is covered by unit prices contained in the Contract Documents, by application of such unit prices to the quantities of the items involved (subject to the provisions of Paragraph 11.03); or 2. where the Work involved is no t covered by unit prices contained in the Contract Documents, by a mutually agreed lu mp sum or unit price (which may include an allowance fo r overhead and profit no t necessarily in accordance wit h Paragraph 12.01.C.2), and shall include the cost of any secondary impacts that are foreseeable at the time of pricing the cost of Extr a Work; or 3. where the Work involved is not covered by unit prices contained in the Contract Docu ments and agreement to a lu mp su m or unit price is no t reached under Paragraph 12.01.B.2, on the basis of the Cost of the Work (deter mined as provided in Paragraph 11.01) plus a Contractor’s fee fo r overhead and profit (determined as provided in Paragraph 12.01.C). C. Contractor’s Fee: The Contractor’s additiona l fe e fo r overhead and profit shall be determined as follows: 1. a mutually acceptable fixed fee; or 2. if a fixed fee is no t agreed upon, then a fee based on the following percentages of the various portions of the Cost of the Work: a. fo r costs incurred under Paragraphs 11.01.A.1, 11.01.A.2. and 11.01.A.3, the Contractor’s additional fee shall be 15 percent except for: 1) rental fees fo r Contractor’s own equip ment using standard rental rates; 2) bond s and insurance; b. for cost s incurred under Paragraph 11.01.A.4 and 11.01.A.5, the Contractor’s fee shall be five percent (5%); 1) where one or more tier s of subcontract s are on the basis of Cost of the Work plus a fee and no fixed fee is agreed upon, the intent of Paragraphs 12.01.C.2.a and 12.01.C.2.b is that the Subcontractor who actually performs the Work, at whatever CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 47 of 63 tier, will be paid a fee of 15 percent of the cost s incurred by such Subcontractor under Paragraphs 11.01.A.1 and 11.01.A.2 and that any higher tier Subcontractor and Contractor will each be paid a fee of five percent (5%) of the amount paid to the next lower tier Subcontractor, however in no case shall the cumulative total of fees paid be in excess of 25%; c. no fee shall be payable on the basis of cost s ite mized under Paragraphs 11.01.A.6, and 11.01.B; d. the amount of credit to be allowed by Contractor to Cit y fo r any change whic h result s in a net decrease in cost will be the amount of the actua l net decrease in cost plu s a deduction in Contractor’s fe e by an amount equal to five percent (5%) of such net decrease. 12.02 Change of Contract Time A. The Contract Time may only be changed by a Change Order. B. No extensio n of the Contract Time will be allowed for Extr a Work or for claimed dela y unless the Extr a Work contemplated or claimed dela y is shown to be on the critical path of the Project Schedule or Contractor can sho w by Critica l Pat h Metho d analysis ho w the Extr a Work or claimed dela y adversely affects the critical path. 12.03 Delays A. Where Contractor is reasonably delayed in the perfor mance or co mplet ion of any part of the Work within the Contract Time due to dela y beyon d the contro l of Contractor, the Contract Time may be extended in an amount equal to the time lost due to such dela y if a Contract Claim is made therefor. Delays beyond the contro l of Cont ractor shall include, but no t be limited to, acts or neglect by City, act s or neglect of utilit y owners or other contractors performing other work as contemplated by Article 7, fires, floods, epidemics, abnormal weather conditions, or act s of God. Such an adjustment shall be Contractor’s sole and exclusive remedy fo r the delays described in this Paragraph. B. If Contractor is delayed, Cit y shall no t be liable to Contractor for any claims, costs, losses, or damages (including but no t li mited to all fees and charges of engineers, architects, attorneys, and othe r professionals and all court or arbitratio n or other dispute resolutio n costs) sustained by Contractor on or in connectio n wit h any other project or anticipated project. C. Contractor shall no t be entitled to an adjustment in Contract Price or Contract Time for delays within the contro l of Contractor. Delays attributable to and within the contro l of a Subcontractor or Supplier shall be deemed to be delays within the contro l of Contractor. D. The Contractor shall receive no co mpensation for delays or hindrances to the Work, except when direct and unavoidable extra cost to the Contractor is caused by the failur e of the Cit y to provide infor matio n or material, if any, whic h is to be furnished by the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 48 of 63 ARTICLE 13 – TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 13.01 Notice of Defects Notice of all defective Work of whic h Cit y has actual knowledge will be given to Contractor. Defective Work may be rejected, corrected , or accepted as provided in this Article 13. 13.02 Access to Work City, independent testing laboratories, and governmental agencies wit h jurisdictional interests will have access to the Sit e and the Work at reasonable times fo r their observation, inspection, and testing. Contractor shall provide them proper and safe conditions fo r such access and advise them of Contractor’s safet y procedures and programs so that they may comply therewit h as applicable. 13.03 Tests and Inspections A. Contractor shall give Cit y timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate wit h inspectio n and testing personnel to facilitate required inspections or tests. B. If Contract Documents, Laws or Regulations of any public body having jurisdictio n require any of the Work (o r part thereof) to be inspected, tested, or approved, Contractor shall assume full responsibilit y fo r arranging and obtaining such independent inspections , tests, retest s or approvals, pay all cost s in connectio n therewith, and furnis h Cit y the required certificates of inspectio n or approval; excepting, however, those fees specifically identified in the Supplementary Conditions or any Texas Department of Licensure and Regulatio n (TDLR) inspections , whic h shall be paid as describe d in the Supplementar y Conditions. C. Contracto r shall be responsible fo r arranging and obtaining and shall pay all cost s in connection wit h any inspections, tests, re-tests, or approvals required fo r City’s acceptance of materials or equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment submitted for approval prio r to Contractor’s purchase thereo f for incorporatio n in the Work. Such inspections , tests, re-tests, or approvals shall be performed by organizations acceptable to City. D. Cit y may arrange fo r the services of an independent testing laborator y (“Testing Lab”) to perfor m any inspections or test s (“Testing”) fo r any part of the Work, as determined solely by City. 1. Cit y will coordinate such Testing to the extent possible, wit h Contractor; 2. Should any Testing under this Sectio n 13.03 D result in a “fail”, “did not pass” or other similar negative result , the Contracto r shall be responsible fo r paying fo r any and all retests. Contractor’s cancellation without cause of Cit y initiated Testing shall be deemed a negative result and requir e a retest. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 49 of 63 3. Any amount s owed fo r any retest under this Sectio n 13.03 D shall be paid directly to the Testing Lab by Contractor. Cit y will forwar d all invoices fo r retest s to Contractor. 4. If Contractor fails to pay the Testing Lab, Cit y will not issue Fina l Payment until the Testing Lab is paid. E. If any Work (or the wor k of others) that is to be inspected, tested, or approved is covered by Contractor without written concurrence of City, Contractor shall, if requested by City, uncover such Work fo r observation. F. Uncovering Work as provided in Paragraph 13.03.E shall be at Contractor’s expense. G. Contractor shall have the right to make a Contract Claim regarding any retest or invoice issued under Sectio n 13.03 D. 13.04 Uncovering Work A. If any Work is covered contrary to the Contract Document s or specific instructions by the City, it must, if requested by City, be uncovered for City’s observatio n and replaced at Contractor’s expense. B. If Cit y consider s it necessary or advisable that covered Work be observed by Cit y or inspected or tested by others, Contractor, at City’s request, shall uncover, expose, or otherwise make available fo r observation, inspection, or testing as Cit y may require, that portio n of the Work in question, furnishing all necessary labor, material, and equipment. 1. If it is found that the uncovered Work is defective, Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolutio n costs) arising out o f or relating to such uncovering, exposure, observation, inspection, and testing, and of satisfactory replacement or reconstructio n (including but not limited to all cost s of repair or replacement of work of others); or Cit y shall be entitled to accept defective Work in accordance wit h Paragraph 13.08 in whic h case Contractor shall still be responsible fo r all costs associated wit h exposing, observing, and testing the defective Work. 2. If the uncovered Work is not found to be defective, Contracto r shall be allowed an increase in the Contract Price or an extension of the Contract Time, or both, directly attributable to such uncovering, exposure, observation, inspection, testing, replacement , and reconstruction. 13.05 City May Stop the Work If the Work is defective, or Contracto r fails to supply sufficient skilled workers or suitable materials or equip ment , or fails to per form the Work in such a way that the co mpleted Work will conform to the Contract Documents, Cit y may order Contractor to stop the Work, or any portio n thereo f, until the cause fo r such order has been eliminated; however, this right of Cit y to stop the Work shall not give rise to any dut y on the part of Cit y to exercise this right for the benefit of Contractor, any CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 50 of 63 Subcontractor, any Supplier, any other individual or entity, or any suret y for, or employee or agent of any of them. 13.06 Correction or Remova l of Defective Work A. Pro mptly afte r receipt of written notice , Contractor shall correct all defective Work pursuant to an acceptable schedule, whether or no t fabricat ed, installed , or co mpleted, or, if the Work has been rejected by City, remove it fro m the Projec t and replace it wit h Work that is no t defective. Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not limite d to all fee s and charges of engineers, architects, attorneys, and other professionals and all court or arbitratio n or other dispute resolutio n costs) arising out of or relating to such correction or removal (including but no t limited to all cost s of repair or replacement of work of others). Failur e to requir e the removal of any defective Work shall not constitute acceptance of such Work. B. When correcting defective Work under the terms of this Paragraph 13.06 or Paragraph 13.07, Contractor shall take no actio n that would void or otherwise impair City’s special warranty and guarantee, if any, on said Work. 13.07 Correction Period A. I f within two (2) years afte r t he dat e of Fina l Acceptance (or such longer perio d of time as may be prescribed by the terms of any applicable special guarantee required by the Contract Documents), any Work is found to be defective, or if the repair of any damages to the land or areas made available for Contractor’s use by Cit y or permitted by Laws and Regulations as contemplated in Paragraph 6.10.A is found to be defective, Contractor shall promptly, without cost to Cit y and in accordance wit h City’s written instructions: 1. repair such defective land or areas; or 2. correct such defective Work; or 3. if the defective Work has been rejected by City, remove it fro m the Project and replace it wit h Work that is not defective, and 4. satisfactorily correct or repair or remove and replac e any damage to othe r Work, to the work of other s or othe r land or areas resulting therefro m. B. If Contractor does not pro mptly co mply wit h the ter ms of City’s writte n instructions, or in an emergency wher e dela y would cause seriou s ris k of los s or damage, Cit y may have the defective Work corrected or repaired or may have the rejected Work removed and replaced. All claims, costs, losses, and damages (including but no t limite d to all fee s and charges of engineers, architects, attorneys , and othe r professionals and all court or other disput e resolutio n costs) arisin g out of or relating to such correctio n or repair or such remova l and replacement (including but no t limite d to all cost s of repair or replacement of wor k of others) will be paid by Contractor. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 51 of 63 C. In special circumstances where a particular ite m of equipment is placed in continuous service befor e Fina l Acceptance of all the Work, the correctio n perio d fo r that item may start to run from an earlier dat e if so provided in the Contract Docu ments. D. Wher e defective Work (and damage to other Work resulting therefro m) has been corrected or removed and replaced under this Paragraph 13.07, the correctio n perio d hereunder wit h respect to such Work may be required to be extended fo r an additiona l perio d of one yea r afte r the end of the initia l correctio n period. Cit y shall provid e 30 days written notic e to Contractor should such additiona l warrant y coverage be required. Contractor may disput e this requirement by filing a Contract Claim, pursuant to Paragraph 10.06. E. Contractor’s obligations under this Paragraph 13.07 are in additio n to any other obligatio n or warranty. The provisions of this Paragraph 13.07 shall not be construed as a substitute for , or a waiver of, the provisions of any applicable statute of limitatio n or repose. 13.08 Acceptance of Defective Work If, instead of requiring correction or removal and replacement of defective Work, Cit y prefers to accept it , Cit y may do so . Contractor shall pay all clai ms, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolutio n costs) attributable to City’s evaluatio n of and determinatio n to accept such defective Work and for the diminished value of the Work to the extent no t otherwise paid by Contractor. If any such acceptance occurs prio r to Fina l Acceptance, a Change Order will be issued incorporating the necessary revisions in the Contract Document s wit h respect to the Work, and Cit y shall be entitled to an appropriat e decrease in the Contract Price, reflecting the diminished value o f Work so accepted. 13.09 City May Correct Defective Work A. If Contracto r fails within a reasonable time after written notice from Cit y to correct defective Work, or to remove and replace rejected Work as required by Cit y in accordance wit h Paragraph 13.06.A, or if Contractor fails to perform the Work in accordance wit h the Contract Documents, or if Contracto r fails to co mply wit h any other provisio n of the Contract Documents, Cit y may, after seven (7) days writte n notic e to Contractor, correct , or remedy any such deficiency. B. In exercising the right s and remedies under this Paragraph 13.09, Cit y shall proceed expeditiously. In connectio n wit h such cor rective or remedia l action, Cit y may exclude Contractor fro m all or part of the Site, take possession of all or part of the Work and suspend Contractor’s services related thereto, and incorporat e in the Work all materials and equipment incorporated in the Work, stored at the Sit e or for whic h Cit y has paid Contractor but whic h are stored elsewhere. Contractor shall allo w City, City’s representatives, agents, consultants, employees, and City’s other contractors, access to the Sit e to enable Cit y to exercise the rights and remedies under this Paragraph. C. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 52 of 63 costs) incurred or sustained by Cit y in exercising the right s and remedies under this Paragraph 13.09 will be charged against Contractor, and a Change Order will be issued incorporating the necessary revisions in the Contract Document s wit h respect to the Work; and Cit y shall be entitled to an appropriat e decrease in the Contract Price. D. Contractor shall not be allowed an extensio n of the Contract Time because of any dela y in the perfor mance of the Work attributable to the exercise of City’s right s and remedie s under this Paragrap h 13.09. ARTICLE 14 – PAYMENTS TO CONTRACTO R AND COMPLETION 14.01 Schedule of Values The Schedule of Value s fo r lu mp su m contract s established as provided in Paragraph 2.07 will serve as the basis for progress payment s and will be inc orporated int o a form of Applicatio n for Payment acceptable to City. Progress payment s on account of Unit Pric e Work will be based on the number of unit s co mpleted. 14.02 Progress Payments A. Applications for Payments: 1. Contractor is responsible fo r providing all informatio n as required to beco me a vendo r of the City. 2. At least 20 days befor e the date established in the General Requirement s fo r each progress payment , Contractor shall submit to Cit y for review an Applicatio n for Payment filled out and signe d by Contractor covering the Work co mpleted as of the dat e of the Applicatio n and acco mpanied by such supporting documentation as is required by the Contract Docu ments. 3. If payment is requeste d on the basis of materials and equipment no t incorporated in the Work but delivered and suitably stored at the Sit e or at another locatio n agreed to in writing, the Application fo r Payment shall also be acco mpanied by a bill of sale, invoice, or other documentation warranting that Cit y has received the materials and equip ment free and clear o f all Liens and evidence that the materia ls and equipment are covered by appropriate insurance or other arrangement s to protect Cit y’s interest therein, all of whic h must be satisfactory to City. 4. Beginning wit h the second Applicatio n fo r Payment, each Applicatio n shall include an affidavit of Contracto r stat ing that previous progress payment s received on account of the Work have been applied on account to discharge Contractor’s legitimate obligations associated wit h prio r Applications fo r Payment. 5. The amount of retainage wit h respect to progress payment s will be as described in subsection C. unless otherwise stipulated in the Contract Documents. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 53 of 63 B. Review of Applications: 1. Cit y will, after receipt of each Application fo r Payment , eithe r indicate in writing a reco mmendatio n of payment or retur n the Applicatio n to Contractor indicating reasons for refusing payment . In the latter case, Contractor may make the necessary corrections and resubmit the Application. 2. City’s processing of any payment requested in an Applicatio n for Payment will be based on City’s observations of the executed Work, and on City’s revie w of the Applicatio n for Payment and the acco mpanying dat a and schedules, that to the best of City’s knowledge: a. the Work has progressed to the point indicated; b. the qualit y of the Work is generally in accordance wit h the Contract Document s (subject to an evaluatio n of the Work as a funct ioning whole prio r to or upo n Fina l Acceptance, the result s of any subsequent test s called fo r in the Contract Docu ments, a final deter minatio n of quantitie s and classificat ions fo r Work performed under Paragrap h 9.05, and any other qualifications stated in the reco mmendation). 3. Processing any such payment will no t thereby be deemed to have represented that: a. inspections made to check the quality or the quantit y of the Work as it has been performed have been exhaustive, extended to every aspect of the Work in progress, or involved detailed inspections of the Work beyond the responsibilities specifically assigned to Cit y in the Contract Documents; or b. there may not be other matters or issues bet ween the parties that might entitle Contractor to be paid additionall y by Cit y or entitle Cit y to withhold payment to Contractor; or c. Contractor has co mplied wit h Laws and Regulations applicable to Contractor’s performance of the Work. 4. Cit y may refuse to process the whole or any part of any payment because of subsequently discovered evidence or the result s of subsequent inspections or tests, and revise or revoke any such payment previously made, to such ext ent as may be necessary to protect Cit y from loss because: a. the Work is defective or co mpleted Work has been damaged by the Contracto r or subcontractors requiring correction or replacement; b. discrepancies in quantities contained in previous applications for payment; c. the Contract Price has been reduced by Change Orders; d. Cit y has been required to correct defective Work or co mplet e Work in accordance with Paragraph 13.09; or CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 54 of 63 e. Cit y has actual knowledge of the occurrence of any of the events enumerated in Paragraph 15.02.A. C. Retainage: 1. Fo r contract s less than $400,000 at the time of execution, retainage shall be ten percent (10%). 2. Fo r contract s greater than $400,000 at the time of execution, retainage shall be five percent (5%). D. Liquidated Damages. Fo r each calendar day that any work shall remain unco mpleted after the time specified in the Contract Docu ments, the sum per day specified in the Agreement will be assessed against the monie s due the Contractor, no t as a penalty, but as damages suffered by the City. E. Payment : Contractor will be paid pursuant to the requirement s of this Article 14 and payment will beco me due in accordance wit h the Contract Docu ments. F. Reduction in Payment: 1. Cit y may refuse to make payment of the amount requested because: a. Liens have been filed in connectio n wit h the Work, except where Contractor has delivered a specific bond satisfactory to Cit y to secure the satisfaction and discharge of such Liens; b. ther e are other ite ms entitling Cit y to a set -off against the amount reco mmended; or c. Cit y has actual knowledge of the occurrence of any of the events enumerated in Paragraphs 14.02.B.4.a through 14.02.B.4.e or Paragraph 15.02.A. 2. If Cit y refuse s to make payment of the amount requested, Cit y will give Contracto r written notic e stating the reasons fo r such actio n and pay Contractor any amount remaining after deduction of the amount so withheld . Cit y shall pay Contractor the amount so withheld, or any adjustment thereto agreed to by Cit y and Contractor, when Contractor remedie s the reasons fo r such action. 14.03 Contractor’s Warranty of Title Contractor warrant s and guarantees that title to all Work, materials, and equipment covered by any Applicatio n for Payment , whether incorporated in the Project or not , will pass to Cit y no later than the time of payment free and clear of all Liens. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 55 of 63 14.04 Partial Utilization A. Prio r to Final Acceptance of all the Work, Cit y may use or occupy any part of the Work whic h has specifically been identified in the Contract Docu ments, or which City determines constitutes a separately functioning and usable part of the Work that can be used for it s intended purpose without significant interference wit h Contractor’s performance of the remainder of the Work. Cit y at any time may notify Contractor in writing to permit Cit y to use or occupy any such part of the Work whic h Cit y determines to be ready fo r its intended use, subject to the following conditions: 1. Contractor at any time may notify Cit y in writing that Contractor consider s any such part of the Work ready fo r it s intended use. 2. Within a reasonable time after notificatio n as enu merated in Paragraph 14.05.A.1, Cit y and Contractor shall make an inspection of that part of the Work to determine it s status of co mpletion. If Cit y does no t consider that part of the Work to be substantially complete, City will notify Contractor in writing giving the reasons therefor. 3. Partia l Utilizatio n will no t constitut e Final Acceptance by City. 14.05 Final Inspection A. Upo n written notice fro m Contractor that the entir e Work is Substantially Complet e in accordance wit h the Contract Documents: 1. Within 10 days, Cit y will schedule a Final Inspectio n wit h Contractor. 2. Cit y will notify Contractor in writing of all particulars in whic h this inspectio n reveals that the Work is inco mplet e or defective (“Punch List Items”). Contractor shall immediately take such measures as are necessary to co mplet e such Work or remedy such deficiencies. B. No time charge will be made against the Contractor between said dat e of notification to the City of Substantial Completion and the dat e of Fina l Inspection. 1. Should the Cit y determine that the Work is not read y fo r Final Inspection, Cit y will notify the Contracto r in writing of the reasons and Contract Time will resume. 2. Should the City concur that Substantial Completion has been achieved with the exception of any Punch List Items, Contract Time will resume for the duration it takes for Contractor to achieve Final Acceptance. 14.06 Final Acceptance Upo n co mpletio n by Contractor to City’s satisfaction, of any additiona l Work identified in the Final Inspection , Cit y will issue to Contracto r a letter of Fina l Acceptance. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 56 of 63 14.07 Final Payment A. Application for Payment: 1. Upo n Fina l Acceptance, and in the opinion of City, Contractor may make an application for final payment following the procedure fo r progress payment s in accordance wit h the Contract Documents. 2. The final Applicatio n fo r Payment shall be accompanied (except as previously delivered) by: a. all documentation called fo r in the Contract Documents, including but not limited to the evidence of insurance required by Paragraph 5.03; b. consent of the surety, if any, to fina l payment; c. a lis t of all pending or released Damage Clai ms against Cit y that Contractor believes are unsettled ; and d. affidavit s of payment s for employees, subcontractors, and suppliers; and co mplet e and legally effective releases or waivers (satisfactory to City) of all Lie n right s aris ing out of or Liens filed in connectio n wit h the Work . B. Payment Becomes Due: 1. Afte r City’s acceptance of the Applicatio n fo r Payment and accompanying documentation, requested by Contractor, les s previous payment s made and any sum Cit y is entitled, including but not limite d to liquidate d damages, will beco me due and payable. 2. After all Damage Claims have been resolved: a. directly by the Contractor or; b. Contractor provides evidence that the Damage Clai m has been reported to Contractor’s insurance provider fo r resolution. 3. The making of the final payment by the Cit y shall not relieve the Contracto r of any guarantees or other requirement s of the Cont ract Document s whic h specifically continue thereafter. 14.08 Final Completion Delayed and Partia l Retainage Release A. If fina l co mpletio n of the Work is significantly delayed, and if Cit y so confir ms, Cit y may, upon receipt of Contractor’s fina l Applicatio n fo r Payment , and without terminating the Contract, make payment of the balance due fo r that port ion of the Work fully completed and accepted. If the remaining balance to be held by Cit y for Work not fully completed or corrected is les s than the retainage stipulated in Paragraph 14.02.C, and if bonds have been furnished as required in Paragraph 5.02, the written consent of the suret y to the payment of the balance due fo r that CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 57 of 63 portio n of the Work fully completed and accepted shall be submitted by Contractor to Cit y with the Applicatio n fo r suc h payment . Such payment shall be made under the ter ms and conditions governing fina l payment , except that it shall not constitute a waive r of Contract Claims. B. Partial Retainage Release. Fo r a Contract that provides fo r a separat e vegetative establishment and maintenance, and test and performance period s following the co mpletio n of all other constructio n in the Contract Docu ment s fo r all Work locations , the Cit y may release a portio n of the amount retained provided that all other wor k is co mpleted as determined by the City. Before the release, all submittals and final quantities must be co mpleted and accepted for all other work. An amount sufficient to ensur e Contract co mplianc e will be retained. 14.09 Waiver of Claims The acceptance of fina l payment will constitut e a re lease of the Cit y fro m all claims or liabilities under the Contract fo r anything done or furnished or relating to the work under the Contract Docu ment s or any act or neglect of Cit y related to or connected wit h the Contract. ARTICLE 15 – SUSPENSION OF WORK AND TERMINATION 15.01 City May Suspend Work A. At any time and without cause, Cit y may suspend the Work or any portio n thereo f by written notic e to Contractor and whic h may fix the dat e on whic h Work will be resumed. Contractor shall resume the Work on the dat e so fixed. During temporary suspension of the Work covered by these Contract Documents, fo r any reason, the Cit y will make no extr a payment for stand-by time o f constructio n equipment and/or constructio n crews. B. Should the Contracto r no t be able to co mplet e a portio n of the Project due to causes beyond the contro l of and without the fault or negligence of the Contractor, and should it be determined by mutual consent of the Contractor and Cit y that a solutio n to allo w constructio n to proceed is not available within a reasonable perio d of time, Contractor may request an extension in Contract Time, directly attributable to any such suspension. C. If it should become necessary to suspend the Work fo r an indefinit e period, the Contractor shall store all materials in such a manner that they will not obstruct or impede the public unnecessarily no r beco me damaged in any way, and he shall take every precaution to prevent damage or deterioratio n of the work performed; he shall provide suitable drainage about the work, and erect temporary structures where necessary. D. Contractor may be reimbursed fo r the cost of moving his equipment off the jo b and returning the necessary equipment to the jo b when it is determined by the Cit y that constructio n may be resumed. Such reimbursement shall be based on actual cost to the Contractor of moving the equipment and no pro fit will be allowed. Reimbursement may not be allowed if the equipment is moved to another constructio n project for the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 58 of 63 15.02 City May Terminate for Cause A. The occurrence of any one or more of the following event s by way of example, but no t of limitation, may justif y ter minatio n fo r cause: 1. Contractor’s persistent failur e to perform the Work in accordance wit h the Contract Document s (including, but no t limited to, failure to supply sufficient skilled workers or suitable materials or equipment , failur e to adhere to the Project Schedule established under Paragraph 2.07 as adjusted fro m time to time pursuant to Paragraph 6.04, or failur e to adhere to the City’s Business Diversity Enterprise Ordinance #20020-12-2011established under Paragraph 6.06.D); 2. Contractor’s disregard of Laws or Regulations of any public body having jurisdiction; 3. Contractor’s repeated disregard of the authorit y of City; or 4. Contractor’s violatio n in any substantial way of any provisions of the Contract Documents; or 5. Contractor’s failur e to pro mptly make good any defect in materials or work manship, or defects of any nature, the correctio n of whic h has been directed in writing by the City; or 6. Substantial indicatio n that the Contracto r has made an unauthorized assignment of the Contract or any funds due therefro m fo r the benefit of any creditor or for any other purpose; or 7. Substantial evidence that the Contractor has become insolvent or bankrupt, or otherwise financially unable to carry on the Work satisfactorily; or 8. Contractor co mmences lega l action in a court of co mpetent jurisdictio n against the City. B. If one or more of the event s identified in Paragraph 15.02A. occur, Cit y will provide written notice to Contractor and Suret y to arrange a conference wit h Contractor and Suret y to address Contractor's failur e to perfor m the Work. Conference shall be held not later than 15 days, after receipt of notice. 1. If the City, the Contractor, and the Suret y do no t agree to allo w the Contractor to proceed to perform the constructio n Contract , the Cit y may, to the extent permitted by Laws and Regulations , declare a Contractor default and formally ter minat e the Contractor 's right to co mplet e the Contract . Contractor default shall no t be declared earlier than 20 days after the Contracto r and Suret y have received notic e of conference to address Contractor's failur e to perfor m the Work. 2. If Contractor's services are terminated, Suret y shall be obligated to take over and perform the Work. If Suret y does no t co mmence performance thereo f within 15 consecutive calendar days after dat e of an additional written notice demanding Surety's performance of its CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 59 of 63 obligations, then City, without process or actio n at law, may take over any portio n of the Work and co mplet e it as described below. a. If Cit y completes the Work, Cit y may exclude Contractor and Suret y fro m the sit e and take possession of the Work, and all materials and equipment incorporated int o the Work stored at the Sit e or for whic h Cit y has paid Contractor or Suret y but whic h are stored elsewhere, and finis h the Work as Cit y may deem expedient. 3. Whether Cit y or Suret y completes the Work, Contractor shall no t be entitled to receive any further payment until the Work is finished. If the unpaid balance of the Contract Price exceeds all claims, costs, losses and damages sustained by Cit y arising out of or resulting from co mpleting the Work, such excess will be paid t o Contractor. If such clai ms, costs, losses and damages exceed such unpaid balance, Contracto r shall pay the difference to City. Such claims, costs, losses and damages incurr ed by Cit y will be incorporated in a Change Order, provided that when exercising any right s or remedies under this Paragraph, Cit y shall not be required to obtain the lowest price fo r the Work performed. 4. Neithe r City, no r any of it s respective consult ants, agents, officers, directors or employees shall be in any way liable or accountable to Contractor or Suret y fo r the metho d by which the co mpletio n of the said Work, or any portion thereof, may be accomplished or fo r the price paid therefor. 5. City, notwithstanding the metho d used in completing the Contract , shall not forfeit the right to recover damages fro m Contractor or Suret y for Contractor's failure to timely co mplet e the entir e Contract . Contractor shall no t be entitled to any claim on account of the metho d used by Cit y in completing the Contract. 6. Maintenance of the Work shall continue to be Contractor's and Surety's responsibilities as provided fo r in the bond requirement s of the Contract Document s or any special guarantees provided fo r under the Contract Document s or any other obligations otherwise prescribed by law. C. Notwithstanding Paragraphs 15.02.B, Contractor’s services will not be terminated if Contractor begins within seven days of receipt of notice of intent to terminat e to correct it s failur e to perform and proceeds diligently to cur e such failur e within no more than 30 days of receipt of said notice. D. Wher e Contractor’s service s have bee n so ter minated by City, the terminatio n will not affect any right s or remedie s of Cit y against Contractor t hen existing or whic h may thereafter accrue. Any retentio n or payment of moneys due Contractor by Cit y will not release Contractor from liability. E. If and to the extent that Contractor has provided a perfor mance bond under the provisions of Paragrap h 5.02, the terminatio n procedures of that bond shall not supersed e the provisions of this Article. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 60 of 63 15.03 City May Terminate For Convenience A. Cit y may, without cause and without prejudice to any other right or remedy of City, terminat e the Contract. Any terminatio n shall be effected by mailing a notice of the terminatio n to the Contractor specifying the extent to whic h performance of Work under the contract is terminated, and the dat e upo n whic h such terminatio n beco mes effective. Receipt of the notice shall be deemed conclusively presumed and established when the letter is placed in the United States Postal Servic e Mail by the City. Further, it shall be deemed conclusively presumed and established that such ter minatio n is made wit h just cause as therein stated; and no proo f in any claim, demand or suit shall be required of the Cit y regarding such discretionary action. B. After receipt of a notice of termination, and except as otherwise directed by the City, the Contractor shall: 1. Stop wor k under the Contract on the date and to the extent specified in the notice of ter mination; 2. plac e no further orders or subcontract s fo r materials, services or facilities except as may be necessary fo r co mpletio n of such portio n of the Work under the Contract as is no t ter minated; 3. ter minat e all order s and subcontract s to the extent that the y relat e to the per formance of the Work ter minated by notic e of ter mination; 4. transfe r title to the Cit y and deliver in the manner , at the times, and to the extent , if any, directe d by the City: a. the fabricated or unfabricated parts, Work in progress, co mplete d Work, supplies and othe r materia l produced as a part of, or acquire d in connectio n wit h the performance of, the Work terminated by the notic e of the ter mination; and b. the co mpleted, or partially completed plans, drawings, infor matio n and other property which, if the Contract had been co mpleted, would have been required to be furnished to the City. 5. co mplet e performance of such Work as shall no t have been terminated by the notice of ter mination; and 6. take such actio n as may be necessary, or as the Cit y may direct , for the protectio n and preservation of the property related to it s contract whic h is in the possession of the Contractor and in whic h the owner has or may acquire the rest. C. At a time not later than 30 days after the terminatio n dat e specified in the notice of termination, the Contractor may submit to the Cit y a list , certifie d as to quantit y and quality, of any or all ite ms of terminatio n inventory not previously disposed of, exclusive of items the dispositio n of whic h has been directed or authorized by City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 61 of 63 D. Not later than 15 days thereafter, the Cit y shall accept title to such items provided, that the list submitted shall be subject to verificatio n by the Cit y upo n removal of the items or, if the ite ms are stored, within 45 days fro m the dat e of submissio n of the list , and any necessary adjust ments to correct the list as submitted, shall be made prior to final settle ment. E. Not later than 60 days after the notice of termination, the Contractor shall submit his termination claim to the Cit y in the form and wit h the certification prescribed by the City. Unles s an extensio n is made in writing within such 60 day perio d by the Contractor, and granted by the City, any and all such claims shall be conclusively deemed waived. F. In such case, Contractor shall be paid fo r (without duplicatio n of any items): 1. co mpleted and acceptable Work executed in accordance wit h the Contract Document s prior to the effective dat e of termination, including fair and reasonable sums fo r overhead and profit on such Work; 2. expenses sustained prio r to the effective date of terminatio n in performing services and furnishing labor , materials , or equip ment as required by the Contract Docu ment s in connection wit h unco mpleted Work, plus fair and reasonable sums fo r overhead and profit on such expenses; and 3. reasonable expenses directly attributable to termination. G. In the event of the failur e of the Contracto r and Cit y to agree upo n the whole amount to be paid to the Contractor by reason of the terminatio n of the Work, the Cit y shall determine, on the basis of infor matio n available to it , the amount , if any, due to the Contractor by reason of the ter minatio n and shall pay to the Contractor the amount s determined. Contractor shall not be paid on account of loss of anticipated profit s or revenue or other econo mic loss arising out of or resulting fro m such termination. ARTICLE 16 – DISPUTE RESOLUTION 16.01 Methods and Procedures A. Either Cit y or Contractor may request mediation of any Contract Claim submitted for a decision under Paragraph 10.06 befor e such decisio n becomes final and binding. The request for mediatio n shall be submitted to the other part y to the Contract . Timely submissio n of the request shall stay the effect of Paragraph 10.06.E. B. Cit y and Contracto r shall participat e in the mediatio n process in good faith. The process shall be co mmenced within 60 days of filing of the request. C. If the Contract Claim is no t resolve d by mediation, City’s action under Paragraph 10.06.C or a denia l pursuant to Paragraphs 10.06.C.3 or 10.06.D shall beco me fina l and binding 30 days after ter minatio n of the mediatio n unless, within that time period, Cit y or Contractor: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 62 of 63 1. elects in writing to invoke any other dispute resolutio n process provided for in the Supplementar y Conditions ; or 2. agrees wit h the other part y to sub mit the Contract Claim to another dispute resolution process; or 3. give s writte n notic e to the other part y of the intent to submit the Contract Claim to a court of co mpetent jurisdiction. ARTICLE 17 – MISCELLANEOUS 17.01 Giving Notice A. Whenever any provisio n of the Contract Document s requires the giving of written notice, it will be deemed to have been validly give n if: 1. delivered in perso n to the individual or to a member of the fir m or to an officer of the corporatio n fo r who m it is intended; or 2. delivered at or sent by registered or certified mail, postag e prepaid, to the las t business address known to the give r of the notice. B. Business address changes must be pro mptly made in writing to the other party. C. Whenever the Contract Document s specifies giving notice by electronic means such electronic notice shall be deemed sufficient upo n confir matio n of receipt by the receiving party. 17.02 Computation of Times When any perio d of time is referred to in the Contract Document s by days, it will be computed to exclud e the firs t and includ e the las t day of suc h period. If the las t day of any such perio d falls on a Saturday or Sunday or on a day made a lega l holida y the next Working Day shall beco me the last da y of the period. 17.03 Cumulative Remedies The dutie s and obligations imposed by these General Conditions and the right s and remedies available hereunder to the partie s heret o ar e in additio n to, and are no t to be construed in any way as a limitatio n of, any right s and remedie s available to any or all of them whic h are otherwise imposed or available by Laws or Regulations, by specia l warranty or guarantee, or by other provisions of the Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically in the Contract Document s in connectio n wit h each particular duty, obligation, right , and remedy to whic h they apply. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 63 of 63 17.04 Survival of Obligations All representations, inde mnifications, warranties, and guarantees made in, required by, or give n in accordance wit h the Contract Docu ments, as well as all continuing obligations indicated in the Contract Docu ments, will survive fina l payment , co mpletion, and acceptance of the Work or ter minatio n or co mpletio n of the Contract or terminatio n of the services of Contractor. 17.05 Headings Article and paragraph headings are inserted fo r convenience only and do not constitute part s of these General Conditions. 00 73 00 SUPPLEMENTARY CONDITIONS Page 1 of 7 CITY OF FORT WORTH Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CONTRACT 103, PART 1 Revised March 8, 2024 CITY PROJECT NO.02723 SECTION 00 73 00 SUPPLEMENTARY CONDITIONS TO GENERAL CONDITIONS Supplementary Conditions These Supplementary Conditions modify and supplement Section 00 72 00 - General Conditions, and other provisions of the Contract Documents as indicated below. All provisions of the General Conditions that are modified or supplemented remain in full force and effect as so modified or supplemented. All provisions of the General Conditions which are not so modified or supplemented remain in full force and effect. Defined Terms The terms used in these Supplementary Conditions which are defined in the General Conditions have the meaning assigned to them in the General Conditions, unless specifically noted herein. Modifications and Supplements The following are instructions that modify or supplement specific paragraphs in the General Conditions and other Contract Documents. SC-3.03B.2, “Resolving Discrepancies” Plans govern over Specifications. SC-4.01A Easement limits shown on the Drawing are approximate and were provided to establish a basis for bidding. Upon receiving the final easements descriptions, Contractor shall compare them to the lines shown on the Contract Drawings. SC-4.01A.1., “Availability of Lands” The following is a list of known outstanding right-of-way, and/or easements to be acquired, if any as of Outstanding Right-Of-Way, and/or Easements to Be Acquired PARCEL NUMBER OWNER TARGET DATE OF POSSESSION None The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, and do not bind the City. If Contractor considers the final easements provided to differ materially from the representations on the Contract Drawings, Contractor shall within five (5) Business Days and before proceeding with the Work, notify City in writing associated with the differing easement line locations. SC-4.01A.2, “Availability of Lands” 00 73 00 SUPPLEMENTARY CONDITIONS Page 2 of 7 CITY OF FORT WORTH Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CONTRACT 103, PART 1 Revised March 8, 2024 CITY PROJECT NO.02723 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 EXPECTED OWNER UTILITY AND LOCATION TARGET DATE OF ADJUSTMENT None The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, and do not bind the City. SC-4.02A., “Subsurface and Physical Conditions” The following are reports of explorations and tests of subsurface conditions at the site of the Work: Onsite Activities Core Report No. 14353782, dated 12/14/2024 and 12/15/2024, prepared by Rone Engineering Services, Ltd. a consultant of the City. SC-4.06A., “Hazardous Environmental Conditions at Site” None SC-5.03A., “Certificates of Insurance” The entities listed below are "additional insureds as their interest may appear" including their respective officers, directors, agents and employees. (1) City: Fort Worth, Texas (2) Consultant: Dunaway Associates, LLC (3) Other: None (4) SC-5.04A., “Contractor’s Insurance” The limits of liability for the insurance required by Paragraph GC-5.04 shall provide the following coverages for not less than the following amounts or greater where required by laws and regulations: 5.04A. Workers' Compensation, under Paragraph GC-5.04A. Statutory limits Employer's liability $100,000 each accident/occurrence $100,000 Disease - each employee $500,000 Disease - policy limit SC-5.04B., “Contractor’s Insurance” 5.04B. Commercial General Liability, under Paragraph GC-5.04B. Contractor's Liability Insurance under Paragraph GC-5.04B., which shall be on a per project basis covering the Contractor with minimum limits of: $1,000,000 each occurrence 00 73 00 SUPPLEMENTARY CONDITIONS Page 3 of 7 CITY OF FORT WORTH Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CONTRACT 103, PART 1 Revised March 8, 2024 CITY PROJECT NO.02723 $2,000,000 aggregate limit The policy must have an endorsement (Amendment – Aggregate Limits of Insurance) making the General Aggregate Limits apply separately to each job site. The Commercial General Liability Insurance policies shall provide “X”, “C”, and “U” coverage’s. Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance. SC 5.04C., “Contractor’s Insurance” 5.04C. Automobile Liability, under Paragraph GC-5.04C. Contractor’s Liability Insurance under Paragraph GC-5.04C., which shall be in an amount not less than the following amounts: (1) Automobile Liability - a commercial business policy shall provide coverage on "Any Auto", defined as autos owned, hired and non-owned. $1,000,000 each accident on a combined single limit basis. Split limits are acceptable if limits are at least: $250,000 Bodily Injury per person / $500,000 Bodily Injury per accident / $100,000 Property Damage SC-5.04D., “Contractor’s Insurance” The Contractor’s construction activities will require its employees, agents, subcontractors, equipment, and material deliveries to cross railroad properties and tracks. The Contractor shall conduct its operations on railroad properties in such a manner as not to interfere with, hinder, or obstruct the railroad company in any manner whatsoever in the use or operation of its/their trains or other property. Such operations on railroad properties may require that Contractor to execute a “Right of Entry Agreement” with the particular railroad company or companies involved, and to this end the Contractor should satisfy itself as to the requirements of each railroad company and be prepared to execute the right-of-entry (if any) required by a railroad company. The requirements specified herein likewise relate to the Contractor’s use of private and/or construction access roads crossing said railroad company’s properties. The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions shall provide coverage for not less than the following amounts, issued by companies satisfactory to the City and to the Railroad Company for a term that continues for so long as the Contractor’s operations and work cross, occupy, or touch railroad property: (1) General Aggregate: (2) Each Occurrence: 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. 00 73 00 SUPPLEMENTARY CONDITIONS Page 4 of 7 CITY OF FORT WORTH Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CONTRACT 103, PART 1 Revised March 8, 2024 CITY PROJECT NO.02723 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 <1, 2, 3, 4, or 5> for the project. SC-6.07 A.., “Duty to pay Prevailing Wage Rates” The following is the prevailing wage rate table(s) applicable to this project and is provided in the Appendixes: 2013 Prevailing Wage Rates (Heavy and Highway Construction Projects) A copy of the table is also available by accessing the City’s website at: https://apps.fortworthtexas.gov/ProjectResources/ You can access the file by following the directory path: 02-Construction Documents/Specifications/Div00 – General Conditions SC-6.09., “Permits and Utilities” SC-6.09A., “Contractor obtained permits and licenses” The following are known permits and/or licenses required by the Contract to be acquired by the Contractor: 1. SWPP – NOI and NOT 2. RIGHT-OF-WAY PERMIT 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: 3. NONE 00 73 00 SUPPLEMENTARY CONDITIONS Page 5 of 7 CITY OF FORT WORTH Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CONTRACT 103, PART 1 Revised March 8, 2024 CITY PROJECT NO.02723 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: Outstanding Permits and/or Licenses to Be Acquired OWNER PERMIT OR LICENSE AND LOCATION TARGET DATE OF POSSESSION NONE SC-6.24B., “Title VI, Civil Rights Act of 1964 as amended” During the performance of this Contract, the Contractor, for itself, its assignees and successors in interest (hereinafter referred to as the "Contractor") agrees as follows: 1. Compliance with Regulations: The Contractor shall comply with the Regulation relative to nondiscrimination in Federally-assisted programs of the Department of Transportation (hereinafter, “DOT”) Title 49, Code of Federal Regulations, Part 21, as they may be amended from time to time, (hereinafter referred to as the Regulations), which are herein incorporated by reference and made a part of this contract. 2. Nondiscrimination: The Contractor, with regard to the work performed by it during the contract, shall not discriminate on the grounds of race, color, or national origin, in the selection and retention of subcontractors, including procurements of materials and leases of equipment. The Contractor shall not participate either directly or indirectly in the discrimination prohibited by 49 CFR, section 21.5 of the Regulations, including employment practices when the contract covers a program set forth in Appendix B of the Regulations. 3. Solicitations for Subcontractors, Including Procurements of Materials and Equipment: In all solicitations either by competitive bidding or negotiation made by the contractor for work to be performed under a subcontract, including procurements of materials or leases of equipment, each potential subcontactor or supplier shall be notified by the Contractor of the Contractor's obligations under this contract and the Regulations relative to nondiscrimination on the grounds of race, color, or national origin. 4. Information and Reports: The Contractor shall provide all information and reports required by the Regulations or directives issued pursuant thereto, and shall permit access to its books, records, accounts, other sources of information and its facilities as may be determined by City or the Texas Department of Transportation to be pertinent to ascertain compliance with such Regulations, orders and instructions. Where any information required of a contractor is in the exclusive possession of another who fails or refuses to furnish this information the contractor shall so certify to the City, or the Texas Department of Transportation, as appropriate, and shall set forth what efforts it has made to obtain the information. 5. Sanctions for Noncompliance: In the event of the Contractor's noncompliance with the nondiscrimination provisions of this Contract, City shall impose such contract sanctions as it or the Texas Department of Transportation may determine to be appropriate, including, but not limited to: a. withholding of payments to the Contractor under the Contract until the Contractor complies, and/or b. cancellation, termination or suspension of the Contract, in whole or in part. 6. Incorporation of Provisions: The Contractor shall include the provisions of paragraphs (1) through (6) in every subcontract, including procurements of materials and leases of equipment, unless exempt 00 73 00 SUPPLEMENTARY CONDITIONS Page 6 of 7 CITY OF FORT WORTH Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CONTRACT 103, PART 1 Revised March 8, 2024 CITY PROJECT NO.02723 by the Regulations, or directives issued pursuant thereto. The Contractor shall take such action with respect to any subcontract or procurement as City or the Texas Department of Transportation may direct as a means of enforcing such provisions including sanctions for non-compliance: Provided, however, that, in the event a contractor becomes involved in, or is threatened with, litigation with a subcontractor or supplier as a result of such direction, the contractor may request City to enter into such litigation to protect the interests of City, and, in addition, the contractor may request the United States to enter into such litigation to protect the interests of the United States. Additional Title VI requirements can be found in the Appendix. SC-7.02., “Coordination” The individuals or entities listed below have contracts with the City for the performance of other work at the Site: Vendor Scope of Work Coordination Authority NONE SC-8.01, “Communications to Contractor” At least two (2) weeks prior to construction the contractor shall coordinate water line isolations and shit down date and time with the City of Fort Worth, Roger Hauser, Assistant Water Systems Superintendent, (817) 925-2360. Contractor shall notify Property Owners at least 48 hours before removing any fencing. SC-9.01., “City’s Project Manager” The City’s Project Manager for this Contract is Dena Johnson, PE or his/her successor pursuant to written notification from the Director of Water. SC-13.03C., “Tests and Inspections” NONE SC-16.01C.1, “Methods and Procedures” NONE END OF SECTION 00 73 00 SUPPLEMENTARY CONDITIONS Page 7 of 7 CITY OF FORT WORTH Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CONTRACT 103, PART 1 Revised March 8, 2024 CITY PROJECT NO.02723 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. Magaña SC-6.07, Updated the link such that files can be accessed via the City’s website. 10/06/23 Michael Owen SC-6.07, Allow affidavit regarding paying prevailing wages to be submitted on completion of job, as opposed to with each progress report 3/08/24 Michael Owen Removed revisions related to affidavit, as those changes have been made in General Conditions 01 11 00 - 1 SUMMARY OF WORK Page 1 of 3 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 SECTION 01 11 00 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 [NOT 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 1. Coordinate uses of premises under direction of the City. 2. Assume full responsibility for protection and safekeeping of materials and equipment stored on the Site. 3. Use and occupy only portions of the public streets and alleys, or other public places or other rights-of-way as provided for in the ordinances of the City, as shown in the Contract Documents, or as may be specifically authorized in writing by the City. a. A reasonable amount of tools, materials, and equipment for construction purposes may be stored in such space, but no more than is necessary to avoid delay in the construction operations. Sanitary Sewer Rehabilitation CONTRACT 103, PART 1 CITY PROJECT NO. 02723 01 11 00 - 2 SUMMARY OF WORK Page 2 of 3 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 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. 1) All Work shall be in accordance with railroad requirements set forth in Division 0 as well as the railroad permit. D. Work within Easements 1. 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. Sanitary Sewer Rehabilitation CONTRACT 103, PART 1 CITY PROJECT NO. 02723 01 11 00 - 3 SUMMARY OF WORK Page 3 of 3 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 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 Sanitary Sewer Rehabilitation CONTRACT 103, PART 1 CITY PROJECT NO. 02723 01 25 00 - 1 SUBSTITUTION PROCEDURES Page 1 of 4 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 SECTION 01 25 00 SUBSTITUTION PROCEDURES PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. The procedure for requesting the approval of substitution of a product that is not equivalent to a product which is specified by descriptive or performance criteria or defined by reference to 1 or more of the following: a. Name of manufacturer b. Name of vendor c. Trade name d. Catalog number 2. Substitutions are not "or-equals". B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Request for Substitution - General 1. Within 30 days after award of Contract (unless noted otherwise), the City will consider formal requests from Contractor for substitution of products in place of those specified. 2. Certain types of equipment and kinds of material are described in Specifications by means of references to names of manufacturers and vendors, trade names, or catalog numbers. a. When this method of specifying is used, it is not intended to exclude from consideration other products bearing other manufacturer's or vendor's names, trade names, or catalog numbers, provided said products are "or-equals," as determined by City. 3. Other types of equipment and kinds of material may be acceptable substitutions under the following conditions: a. Or-equals are unavailable due to strike, discontinued production of products meeting specified requirements, or other factors beyond control of Contractor; or, Sanitary Sewer Rehabilitation CONTRACT 103, PART 1 CITY PROJECT NO. 02723 01 25 00 - 2 SUBSTITUTION PROCEDURES Page 2 of 4 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 b. Contractor proposes a cost and/or time reduction incentive to the City. 1.5 SUBMITTALS A. See Request for Substitution Form (attached) B. Procedure for Requesting Substitution 1. Substitution shall be considered only: a. After award of Contract b. Under the conditions stated herein 2. Submit 3 copies of each written request for substitution, including: a. Documentation 1) Complete data substantiating compliance of proposed substitution with Contract Documents 2) Data relating to changes in construction schedule, when a reduction is proposed 3) Data relating to changes in cost b. For products 1) Product identification a) Manufacturer's name b) Telephone number and representative contact name c) Specification Section or Drawing reference of originally specified product, including discrete name or tag number assigned to original product in the Contract Documents 2) Manufacturer's literature clearly marked to show compliance of proposed product with Contract Documents 3) Itemized comparison of original and proposed product addressing product characteristics including, but not necessarily limited to: a) Size b) Composition or materials of construction c) Weight d) Electrical or mechanical requirements 4) Product experience a) Location of past projects utilizing product b) Name and telephone number of persons associated with referenced projects knowledgeable concerning proposed product c) Available field data and reports associated with proposed product 5) Samples a) Provide at request of City. b) Samples become the property of the City. c. For construction methods: 1) Detailed description of proposed method 2) Illustration drawings C. Approval or Rejection 1. Written approval or rejection of substitution given by the City 2. City reserves the right to require proposed product to comply with color and pattern of specified product if necessary to secure design intent. 3. In the event the substitution is approved, the resulting cost and/or time reduction will be documented by Change Order in accordance with the General Conditions. Sanitary Sewer Rehabilitation CONTRACT 103, PART 1 CITY PROJECT NO. 02723 01 25 00 - 3 SUBSTITUTION PROCEDURES Page 3 of 4 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 4. No additional contract time will be given for substitution. 5. Substitution will be rejected if: a. Submittal is not through the Contractor with his stamp of approval b. Request is not made in accordance with this Specification Section c. In the City’s opinion, acceptance will require substantial revision of the original design d. In the City’s opinion, substitution will not perform adequately the function consistent with the design intent 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. In making request for substitution or in using an approved product, the Contractor represents that the Contractor: 1. Has investigated proposed product, and has determined that it is adequate or superior in all respects to that specified, and that it will perform function for which it is intended 2. Will provide same guarantee for substitute item as for product specified 3. Will coordinate installation of accepted substitution into Work, to include building modifications if necessary, making such changes as may be required for Work to be complete in all respects 4. Waives all claims for additional costs related to substitution which subsequently arise 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE Sanitary Sewer Rehabilitation CONTRACT 103, PART 1 CITY PROJECT NO. 02723 01 25 00 - 4 SUBSTITUTION PROCEDURES Page 4 of 4 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 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 Sanitary Sewer Rehabilitation CONTRACT 103, PART 1 CITY PROJECT NO. 02723 01 31 19 - 1 PRECONSTRUCTION MEETING Page 1 of 3 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 17, 2012 SECTION 01 31 19 PRECONSTRUCTION MEETING PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Provisions for the preconstruction meeting to be held prior to the start of Work to clarify construction contract administration procedures B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Attend preconstruction meeting. 2. Representatives of Contractor, subcontractors and suppliers attending meetings shall be qualified and authorized to act on behalf of the entity each represents. 3. Meeting administered by City may be tape recorded. a. If recorded, tapes will be used to prepare minutes and retained by City for future reference. B. Preconstruction Meeting 1. A preconstruction meeting will be held within 14 days after the execution of the Agreement and before Work is started. a. The meeting will be scheduled and administered by the City. 2. The Project Representative will preside at the meeting, prepare the notes of the meeting and distribute copies of same to all participants who so request by fully completing the attendance form to be circulated at the beginning of the meeting. 3. Attendance shall include: a. Project Representative b. Contractor's project manager c. Contractor's superintendent d. Any subcontractor or supplier representatives whom the Contractor may desire to invite or the City may request Sanitary Sewer Rehabilitation CONTRACT 103, PART 1 CITY PROJECT NO. 02723 01 31 19 - 2 PRECONSTRUCTION MEETING Page 2 of 3 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 17, 2012 e. Other City representatives f. Others as appropriate 4. Construction Schedule a. Prepare baseline construction schedule in accordance with Section 01 32 16 and provide at Preconstruction Meeting. b. City will notify Contractor of any schedule changes upon Notice of Preconstruction Meeting. 5. Preliminary Agenda may include: a. Introduction of Project Personnel b. General Description of Project c. Status of right-of-way, utility clearances, easements or other pertinent permits d. Contractor’s work plan and schedule e. Contract Time f. Notice to Proceed g. Construction Staking h. Progress Payments i. Extra Work and Change Order Procedures j. Field Orders k. Disposal Site Letter for Waste Material l. Insurance Renewals m. Payroll Certification n. Material Certifications and Quality Control Testing o. Public Safety and Convenience p. Documentation of Pre-Construction Conditions q. Weekend Work Notification r. Legal Holidays s. Trench Safety Plans t. Confined Space Entry Standards u. Coordination with the City’s representative for operations of existing water systems v. Storm Water Pollution Prevention Plan w. Coordination with other Contractors x. Early Warning System y. Contractor Evaluation z. Special Conditions applicable to the project aa. Damages Claims bb. Submittal Procedures cc. Substitution Procedures dd. Correspondence Routing ee. Record Drawings ff. Temporary construction facilities gg. M/WBE or MBE/SBE procedures hh. Final Acceptance ii. Final Payment jj. Questions or Comments Sanitary Sewer Rehabilitation CONTRACT 103, PART 1 CITY PROJECT NO. 02723 01 31 19 - 3 PRECONSTRUCTION MEETING Page 3 of 3 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 17, 2012 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 Sanitary Sewer Rehabilitation CONTRACT 103, PART 1 CITY PROJECT NO. 02723 01 31 20 - 1 PROJECT MEETINGS Page 1 of 3 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 SECTION 01 31 20 PROJECT MEETINGS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Provisions for project meetings throughout the construction period to enable orderly review of the progress of the Work and to provide for systematic discussion of potential problems B. Deviations this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Schedule, attend and administer as specified, periodic progress meetings, and specially called meetings throughout progress of the Work. 2. Representatives of Contractor, subcontractors and suppliers attending meetings shall be qualified and authorized to act on behalf of the entity each represents. 3. Meetings administered by City may be tape recorded. a. If recorded, tapes will be used to prepare minutes and retained by City for future reference. 4. Meetings, in addition to those specified in this Section, may be held when requested by the City, Engineer or Contractor. B. Pre-Construction Neighborhood Meeting 1. After the execution of the Agreement, but before construction is allowed to begin, attend 1 Public Meeting with affected residents to: a. Present projected schedule, including construction start date b. Answer any construction related questions 2. Meeting Location a. Location of meeting to be determined by the City. 3. Attendees Sanitary Sewer Rehabilitation CONTRACT 103, PART 1 CITY PROJECT NO. 02723 01 31 20 - 2 PROJECT MEETINGS Page 2 of 3 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 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 1. Formal project coordination meetings will be held periodically. Meetings will be scheduled and administered by Project Representative. 2. Additional progress meetings to discuss specific topics will be conducted on an 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 l. 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 Sanitary Sewer Rehabilitation CONTRACT 103, PART 1 CITY PROJECT NO. 02723 01 31 20 - 3 PROJECT MEETINGS Page 3 of 3 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 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 Sanitary Sewer Rehabilitation CONTRACT 103, PART 1 CITY PROJECT NO. 02723 01 32 16 - 1 CONSTRUCTION PROGRESS SCHEDULE Page 1 of 10 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised October 6, 2023 SECTION 01 32 16 1 CONSTRUCTION SCHEDULE 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. General requirements for the preparation, submittal, updating, status reporting and 6 management of the Construction Progress Schedule 7 2. Specific requirements are presented in the City of Fort Worth Schedule Guidance 8 Document 9 B. Deviations from this City of Fort Worth Standard Specification 10 1. None. 11 C. Related Specification Sections include, but are not necessarily limited to: 12 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 13 2. Division 1 – General Requirements 14 D. Purpose 15 The City of Fort Worth (City) is committed to delivering quality, cost-effective 16 infrastructure to its citizens in a timely manner. A key tool to achieve this purpose is a 17 properly structured schedule with accurate updates. This supports effective monitoring 18 of progress and is input to critical decision making by the project manager throughout 19 the life of the project. Data from the updated project schedule is utilized in status 20 reporting to various levels of the City organization and the citizenry. 21 22 This Document complements the City's Standard Agreement to guide the construction 23 contractor (Contractor) in preparing and submitting acceptable schedules for use by the 24 City in project delivery. The expectation is the performance of the work follows the 25 accepted schedule and adhere to the contractual timeline. 26 27 The Contractor will designate a qualified representative (Project Scheduler) responsible 28 for developing and updating the schedule and preparing status reporting as required by 29 the City. 30 1.2 PRICE AND PAYMENT PROCEDURES 31 A. Measurement and Payment 32 1. Work associated with this Item is considered subsidiary to the various items bid. 33 No separate payment will be allowed for this Item. 34 2. Non-compliance with this specification is grounds for City to withhold payment of 35 the Contractor’s invoices until Contractor achieves said compliance. 36 1.3 REFERENCES 37 A. Project Schedules 38 Sanitary Sewer Rehabilitation CONTRACT 103, PART 1 CITY PROJECT NO. 02723 01 32 16 - 2 CONSTRUCTION PROGRESS SCHEDULE Page 2 of 10 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised October 6, 2023 Each project is represented by City’s master project schedule that encompasses the 1 entire scope of activities envisioned by the City to properly deliver the work. When the 2 City contracts with a Contractor to perform construction of the Work, the Contractor 3 will develop and maintain a schedule for their scope of work in alignment with the 4 City’s standard schedule requirements as defined herein. The data and information of 5 each such schedule will be leveraged and become integral in the master project 6 schedule as deemed appropriate by the City’s Project Control Specialist and approved 7 by the City’s Project Manager. 8 9 1. Master Project Schedule 10 The master project schedule is a holistic representation of the scheduled activities 11 and milestones for the total project and be Critical Path Method (CPM) based. The 12 City’s Project Manager is accountable for oversight of the development and 13 maintaining a master project schedule for each project. When the City contracts for 14 the design and/or construction of the project, the master project schedule will 15 incorporate elements of the Design and Construction schedules as deemed 16 appropriate by the City’s Project Control Specialist. The assigned City Project 17 Control Specialist creates and maintains the master project schedule in P6 (City’s 18 scheduling software). 19 20 2. Construction Schedule 21 The Contractor is responsible for developing and maintaining a schedule for the 22 scope of the Contractor’s contractual requirements. The Contractor will issue an 23 initial schedule for review and acceptance by the City’s Project Control Specialist 24 and the City’s Project Manager as a baseline schedule for Contractor’s scope of 25 work. Contractor will issue current, accurate updates of their schedule (Progress 26 Schedule) to the City at the end of each month throughout the life of their work. 27 B. Schedule Tiers 28 The City has a portfolio of projects that vary widely in size, complexity and content 29 requiring different scheduling to effectively deliver each project. The City uses a 30 “tiered” approach to align the proper schedule with the criteria for each project. The 31 City's Project Manager determines the appropriate schedule tier for each project, and 32 includes that designation and the associated requirements in the Contractor’s scope of 33 work. The following is a summary of the “tiers”. 34 35 1. Tier 1: Small Size and Short Duration Project (design not required) 36 The City develops and maintains a Master Project Schedule for the project. No 37 schedule submittal is required from Contractor. City’s Project Control Specialist 38 acquires any necessary schedule status data or information through discussions with 39 the respective party on an as-needed basis. 40 41 2. Tier 2: Small Size and Short to Medium Duration Project 42 The City develops and maintains a Master Project Schedule for the project. The 43 Contractor identifies “start” and “finish” milestone dates on key elements of their 44 work as agreed with the City’s Project Manager at the kickoff of their work effort. 45 The Contractor issues to the City, updates to the “start” and “finish” dates for such 46 milestones at the end of each month throughout the life of their work on the project. 47 48 3. Tier 3: Medium and Large Size and/or Complex Projects Regardless of Duration 49 Sanitary Sewer Rehabilitation CONTRACT 103, PART 1 CITY PROJECT NO. 02723 01 32 16 - 3 CONSTRUCTION PROGRESS SCHEDULE Page 3 of 10 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised October 6, 2023 The City develops and maintains a Master Project Schedule for the project. The 1 Contractor develops a Baseline Schedule and maintains the schedule of their 2 respective scope of work on the project at a level of detail (generally Level 3) and in 3 alignment with the WBS structure in Section 1.4.H as agreed by the Project 4 Manager. The Contractor issues to the City, updates of their respective schedule 5 (Progress Schedule) at the end of each month throughout the life of their work on the 6 project. 7 C. Schedule Types 8 Project delivery for the City utilizes two types of schedules as noted below. The City 9 develops and maintains a Master Project Schedule as a “baseline” schedule and issue 10 monthly updates to the City Project Manager (end of each month) as a “progress” 11 schedule. The Contractor prepares and submits each schedule type to fulfill their 12 contractual requirements. 13 14 1. Baseline Schedule 15 The Contractor develops and submits to the City, an initial schedule for their scope 16 of work in alignment with this specification. Once reviewed and accepted by the 17 City, it becomes the “Baseline” schedule and is the basis against which all progress 18 is measured. The baseline schedule will be updated when there is a change or 19 addition to the scope of work impacting the duration of the work, and only after 20 receipt of a duly authorized change order issued by the City. In the event progress is 21 significantly behind schedule, the City’s Project Manager may authorize an update 22 to the baseline schedule to facilitate a more practical evaluation of progress. An 23 example of a Baseline Schedule is provided in Specification 01 32 16.1 24 Construction Project Schedule Baseline Example. 25 26 2. Progress Schedule 27 The Contractor updates their schedule at the end of each month to represent the 28 progress achieved in the work which includes any impact from authorized changes 29 in the work. The updated schedule must accurately reflect the current status of the 30 work at that point in time and is referred to as the “Progress Schedule”. The City’s 31 Project Manager and Project Control Specialist reviews and accepts each progress 32 schedule. In the event a progress schedule is deemed not acceptable, the 33 unacceptable issues are identified by the City within 5 working days and the 34 Contractor must provide an acceptable progress schedule within 5 working days 35 after receipt of non-acceptance notification. An example of a Progress Schedule is 36 provided in Specification 01 32 16.2 Construction Project Schedule Progress 37 Example. 38 D. City Standard Schedule requirements 39 The following is an overview of the methodology for developing and maintaining a 40 schedule for delivery of a project. 41 Sanitary Sewer Rehabilitation CONTRACT 103, PART 1 CITY PROJECT NO. 02723 01 32 16 - 4 CONSTRUCTION PROGRESS SCHEDULE Page 4 of 10 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised October 6, 2023 1. Schedule Framework - The schedule will be based on the defined scope of work 1 and follow the (Critical Path Methodology) CPM method. The Contractor’s 2 schedule will align with the requirements of this specification and will be cost 3 loaded to reflect their plan for execution. Compliance with cost loading can be 4 provided with traditional cost loading of line items OR a projected cost per 5 month for the project when the initial schedule is submitted, updated on a 6 quarterly basis is significant change is anticipated. Overall schedule duration 7 will align with the contractual requirements for the respective scope of work and be 8 reflected in City’s Master Project Schedule. The Project Number and Name of the 9 Project is required on each schedule and must match the City’s project data. 10 11 E. Schedule File Name 12 All schedules submitted to the City for a project will have a file name that begins with 13 the City’s project number followed by the name of the project followed by baseline (if 14 a baseline schedule) or the year and month (if a progress schedule), as shown below. 15 16 • Baseline Schedule File Name 17 Format: City Project Number_Project Name_Baseline 18 Example: 101376_North Montgomery Street HMAC_Baseline 19 20 • Progress Schedule File Name 21 Format: City Project Number_Project Name_YYYY-MM 22 Example: 101376_North Montgomery Street HMAC_2018_01 23 24 • Project Schedule Progress Narrative File Name 25 Format: City Project Number_Project Name_PN_YYYY-MM 26 Example: 101376_North Montgomery Street HMAC_PN_2018_01 27 28 F. Schedule Templates 29 The Contractor will utilize the relevant sections from the City’s templates provided in 30 the City’s document management system as the basis for creating their respective 31 project schedule. Specifically, the Contractor’s schedule will align with the layout of 32 the Construction section. The templates are identified by type of project as noted 33 below. 34 • Arterials 35 • Aviation 36 • Neighborhood Streets 37 • Sidewalks (later) 38 • Quiet Zones (later) 39 • Street Lights (later) 40 • Intersection Improvements (later) 41 • Parks 42 • Storm water 43 • Street Maintenance 44 • Traffic 45 • Water 46 47 G. Schedule Calendar 48 Sanitary Sewer Rehabilitation CONTRACT 103, PART 1 CITY PROJECT NO. 02723 01 32 16 - 5 CONSTRUCTION PROGRESS SCHEDULE Page 5 of 10 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised October 6, 2023 The City’s standard calendar for schedule development purposes is based on a 5-day 1 workweek and accounts for the City’s nine standard holidays (New Years, Martin 2 Luther King, Memorial, Juneteenth, Independence, Labor, Thanksgiving, day after 3 Thanksgiving, and Christmas). The Contractor will establish a schedule calendar as 4 part of the schedule development process and provide to the Project Control Specialist 5 as part of the basis for their schedule. Variations between the City’s calendar and the 6 Contractor’s calendar must be resolved prior to the City’s acceptance of their Baseline 7 project schedule. 8 9 H. WBS & Milestone Standards for Schedule Development 10 The scope of work to be accomplished by the Contractor is represented in the schedule 11 in the form of a Work Breakdown Structure (WBS). The WBS is the basis for the 12 development of the schedule activities and shall be imbedded and depicted in the 13 schedule. 14 15 The following is a summary of the standards to be followed in preparing and 16 maintaining a schedule for project delivery. 17 18 1. Contractor is required to utilize the City’s WBS structure and respective 19 project type template for “Construction” as shown in Section 1.4.H below. 20 Additional activities may be added to Levels 1 - 4 to accommodate the needs 21 of the organization executing the work. Specifically, the Contractor will add 22 activities under WBS XXXXXX.80.83 “Construction Execution” that 23 delineates the activities associated with the various components of the work. 24 25 2. Contractor is required to adhere to the City’s Standard Milestones as shown 26 in Section 1.4.I below. Contractor will include additional milestones 27 representing intermediate deliverables as required to accurately reflect their 28 scope of work. 29 30 I. Schedule Activities 31 Activities are the discrete elements of work that make up the schedule. They will be 32 organized under the umbrella of the WBS. Activity descriptions should adequately 33 describe the activity, and in some cases the extent of the activity. All activities are 34 logically tied with a predecessor and a successor. The only exception to this rule is for 35 “project start” and “project finish” milestones. 36 37 The activity duration is based on the physical amount of work to be performed for the 38 stated activity, with a maximum duration of 20 working days OR a continuous activity 39 in one location. If the work for any one activity exceeds 20 days, break that activity 40 down incrementally to achieve this duration constraint. Any exception to this requires 41 review and acceptance by the City’s Project Control Specialist. 42 43 J. Change Orders 44 When a Change Order is issued by the City, the impact is incorporated into the 45 previously accepted baseline schedule as an update, to clearly show impact to the 46 project timeline. The Contractor submits this updated baseline schedule to the City for 47 Sanitary Sewer Rehabilitation CONTRACT 103, PART 1 CITY PROJECT NO. 02723 01 32 16 - 6 CONSTRUCTION PROGRESS SCHEDULE Page 6 of 10 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised October 6, 2023 review and acceptance as described in Section 1.5 below. Updated baseline schedules 1 adhere to the following: 2 3 1. Time extensions associated with approved contract modifications are limited to the 4 actual amount of time the project activities are anticipated to be delayed, unless 5 otherwise approved by the Program Manager. 6 7 2. The re-baselined schedule is submitted by the Contractor within ten workdays after 8 the date of receipt of the approved Change Order. 9 10 3. The changes in logic or durations approved by the City are used to analyze the impact 11 of the change and is included in the Change Order. The coding for a new activity(s) 12 added to the schedule for the Change Order includes the Change Order number in the 13 Activity ID. Use as many activities as needed to accurately show the work of the 14 Change Order. Revisions to the baseline schedule are not effective until accepted by 15 the City. 16 K. City’s Work Breakdown Structure 17 18 WBS Code WBS Name 19 XXXXXX Project Name 20 XXXXXX.30 Design 21 XXXXXX.30.10 Design Contractor Agreement 22 XXXXXX.30.20 Conceptual Design (30%) 23 XXXXXX.30.30 Preliminary Design (60%) 24 XXXXXX.30.40 Final Design 25 XXXXXX.30.50 Environmental 26 XXXXXX.30.60 Permits 27 XXXXXX.30.60.10 Permits - Identification 28 XXXXXX.30.60.20 Permits - Review/Approve 29 XXXXXX.40 ROW & Easements 30 XXXXXX.40.10 ROW Negotiations 31 XXXXXX.40.20 Condemnation 32 XXXXXX.70 Utility Relocation 33 XXXXXX.70.10 Utility Relocation Co-ordination 34 XXXXXX.80 Construction 35 XXXXXX.80.81 Bid and Award 36 XXXXXX.80.83 Construction Execution 37 XXXXXX.80.85 Inspection 38 XXXXXX.80.86 Landscaping 39 XXXXXX.90 Closeout 40 XXXXXX.90.10 Construction Contract Close-out 41 XXXXXX.90.40 Design Contract Closure 42 L. City’s Standard Milestones 43 The following milestone activities (i.e., important events on a project that mark critical 44 points in time) are of particular interest to the City and must be reflected in the project 45 schedule for all phases of work. 46 47 Sanitary Sewer Rehabilitation CONTRACT 103, PART 1 CITY PROJECT NO. 02723 01 32 16 - 7 CONSTRUCTION PROGRESS SCHEDULE Page 7 of 10 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised October 6, 2023 Activity ID Activity Name 1 Design 2 3020 Award Design Agreement 3 3040 Issue Notice to Proceed - Design Engineer 4 3100 Design Kick-off Meeting 5 3120 Submit Conceptual Plans to Utilities, ROW, Traffic, Parks, Storm Water, 6 Water & Sewer 7 3150 Peer Review Meeting/Design Review meeting (technical) 8 3160 Conduct Design Public Meeting #1 (required) 9 3170 Conceptual Design Complete 10 3220 Submit Preliminary Plans and Specifications to Utilities, ROW, Traffic, 11 Parks, Storm Water, Water & Sewer 12 3250 Conduct Design Public Meeting #2 (required) 13 3260 Preliminary Design Complete 14 3310 Submit Final Design to Utilities, ROW, Traffic, Parks, Storm Water, 15 Water & Sewer 16 3330 Conduct Design Public Meeting #3 (if required) 17 3360 Final Design Complete 18 ROW & Easements 19 4000 Right of Way Start 20 4230 Right of Way Complete 21 Utility Relocation 22 7000 Utilities Start 23 7120 Utilities Cleared/Complete 24 Construction 25 Bid and Award 26 8110 Start Advertisement 27 8150 Conduct Bid Opening 28 8240 Award Construction Contract 29 Construction Execution 30 8330 Conduct Construction Public Meeting #4 Pre-Construction 31 8350 Construction Start 32 8370 Substantial Completion 33 8540 Construction Completion 34 9130 Notice of Completion/Green Sheet 35 9150 Construction Contract Closed 36 9420 Design Contract Closed 37 38 1.4 SUBMITTALS 39 A. Schedule Submittal & Review 40 The City’s Project Manager is responsible for reviews and acceptance of the Contractor’s 41 schedule. The City’s Project Control Specialist is responsible for ensuring alignment of 42 the Contractor’s baseline and progress schedules with the Master Project Schedule as 43 support to the City’s Project Manager. The City reviews and accepts or rejects the 44 schedule within ten workdays of Contractor’s submittal. 45 46 Sanitary Sewer Rehabilitation CONTRACT 103, PART 1 CITY PROJECT NO. 02723 01 32 16 - 8 CONSTRUCTION PROGRESS SCHEDULE Page 8 of 10 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised October 6, 2023 1. Schedule Format 1 The Contractor will submit each schedule in two electronic forms, one in native file 2 format (.xer, .xml, .mpx) and the second in a pdf format, in the City’s document 3 management system in the location dedicated for this purpose and identified by the 4 Project Manager. In the event the Contractor does not use Primavera P6 or MS 5 Project for scheduling purposes, the schedule information must be submitted in .xls or 6 .xlsx format in compliance with the sample layout (See Specification 01 32 16.1 7 Construction Project Schedule Baseline Example), including activity predecessors, 8 successors and total float. 9 10 2. Initial & Baseline Schedule 11 The Contractor will develop their schedule for their scope of work and submit their 12 initial schedule in electronic form (in the file formats noted above), in the City’s 13 document management system in the location dedicated for this purpose at least 5 14 working days prior to Pre Construction Meeting. 15 16 The City’s Project Manager and Project Control Specialist review this initial schedule 17 to determine alignment with the City’s Master Project Schedule, including format & 18 WBS structure. Following the City’s review, feedback is provided to the Contractor 19 for their use in finalizing their initial schedule and issuing (within five workdays) their 20 Baseline Schedule for final review and acceptance by the City. 21 22 3. Progress Schedule 23 The Contractor will update and issue their project schedule (Progress Schedule) by the 24 last day of each month throughout the life of their work on the project. The Progress 25 Schedule is submitted in electronic form as noted above, in the City’s document 26 management system in the location dedicated for this purpose. 27 28 The City’s Project Control team reviews each Progress Schedule for data and 29 information that support the assessment of the update to the schedule. In the event 30 data or information is missing or incomplete, the Project Controls Specialist 31 communicates directly with the Contractor’s scheduler for providing same. The 32 Contractor re-submits the corrected Progress Schedule within 5 workdays, following 33 the submittal process noted above. The City’s Project Manager and Project Control 34 Specialist review the Contractor’s progress schedule for acceptance and to monitor 35 performance and progress. 36 37 The following list of items are required to ensure proper status information is 38 contained in the Progress Schedule. 39 • Baseline Start date 40 • Baseline Finish Date 41 • % Complete 42 • Float 43 • Activity Logic (dependencies) 44 • Critical Path 45 • Activities added or deleted 46 • Expected Baseline Finish date 47 • Variance to the Baseline Finish Date 48 49 Sanitary Sewer Rehabilitation CONTRACT 103, PART 1 CITY PROJECT NO. 02723 01 32 16 - 9 CONSTRUCTION PROGRESS SCHEDULE Page 9 of 10 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised October 6, 2023 B. Monthly Construction Status Report 1 The Contractor submits a written status report (referred to as a progress narrative) at the 2 monthly progress meeting (if monthly meetings are held) or at the end of each month to 3 accompany the Progress Schedule submittal, using the standard format provided in 4 Specification 01 32 16.3 Construction Project Schedule Progress Narrative. The content 5 of the Construction Project Schedule Progress Narrative should be concise and complete 6 to include only changes, delays, and anticipated problems. 7 8 C. Submittal Process 9 • Schedules and Monthly Construction Status Reports are submitted in in the City’s 10 document management system in the location dedicated for this purpose. 11 • Once the project has been completed and Final Acceptance has been issued by the 12 City, no further progress schedules or construction status reports are required from 13 the Contractor. 14 1. 15 1.5 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 16 1.6 CLOSEOUT SUBMITTALS [NOT USED] 17 1.7 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 18 1.8 QUALITY ASSURANCE 19 A. The person preparing and revising the construction Progress Schedule shall be 20 experienced in the preparation of schedules of similar complexity. 21 B. Schedule and supporting documents addressed in this Specification shall be prepared, 22 updated and revised to accurately reflect the performance of the construction. 23 C. Contractor is responsible for the quality of all submittals in this section meeting the 24 standard of care for the construction industry for similar projects. 25 1.9 DELIVERY, STORAGE, AND HANDLING [NOT USED] 26 1.10 FIELD [SITE] CONDITIONS [NOT USED] 27 1.11 WARRANTY [NOT USED] 28 1.12 ATTACHMENTS 29 Spec 01 32 16.1 Construction Project Schedule Baseline Example 30 Spec 01 32 16.2 Construction Project Schedule Progress Example 31 Spec 01 32 16.3 Construction Project Schedule Progress Narrative 32 33 Sanitary Sewer Rehabilitation CONTRACT 103, PART 1 CITY PROJECT NO. 02723 01 32 16 - 10 CONSTRUCTION PROGRESS SCHEDULE Page 10 of 10 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised October 6, 2023 1 PART 2 - PRODUCTS [NOT USED] 2 PART 3 - EXECUTION [NOT USED] 3 END OF SECTION 4 5 Revision Log DATE NAME SUMMARY OF CHANGE 8/13/2021 Michael Owen Revised to update specification requirements and eliminate duplicate schedule specifications. 10/06/2023 Michael Owen Added “Juneteenth” to list of City Holidays under 1.3 G. “Schedule Calendar” 6 Sanitary Sewer Rehabilitation CONTRACT 103, PART 1 CITY PROJECT NO. 02723 01 32 16.1 CONSTRUCTION PROGRESS SCHEDULE – BASELINE EXAMPLE Page 1 of 5 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 13 , 2021 SECTION 01 32 16.1 1 CONSTRUCTION SCHEDULE – BASELINE EXAMPLE 2 PART 1 - GENERAL 3 The following is an example of a Contractor’s project schedule that illustrates the data and 4 expectation for schedule content depicting the baseline for the project. This version of the 5 schedule is referred to as a “baseline” schedule. This example is intended to provide 6 guidance for the Contractor when developing and submitting a baseline schedule. See CFW 7 Specification 01 32 16 Construction Schedule for details and requirements regarding the 8 Contractor’s project schedule. 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 Sanitary Sewer Rehabilitation CONTRACT 103, PART 1 CITY PROJECT NO. 02723 01 32 16.1 CONSTRUCTION PROGRESS SCHEDULE – BASELINE EXAMPLE Page 2 of 5 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 13 , 2021 1 Sanitary Sewer Rehabilitation CONTRACT 103, PART 1 CITY PROJECT NO. 02723 01 32 16.1 CONSTRUCTION PROGRESS SCHEDULE – BASELINE EXAMPLE Page 3 of 5 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 13 , 2021 1 Sanitary Sewer Rehabilitation CONTRACT 103, PART 1 CITY PROJECT NO. 02723 01 32 16.1 CONSTRUCTION PROGRESS SCHEDULE – BASELINE EXAMPLE Page 4 of 5 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 13 , 2021 1 Sanitary Sewer Rehabilitation CONTRACT 103, PART 1 CITY PROJECT NO. 02723 01 32 16.1 CONSTRUCTION PROGRESS SCHEDULE – BASELINE EXAMPLE Page 5 of 5 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 13 , 2021 END OF SECTION 1 2 Revision Log DATE NAME SUMMARY OF CHANGE July 20, 2018 M. Jarrell Initial Issue May 7 , 2021 M Owen Revised name due to revising the schedule specification 3 Sanitary Sewer Rehabilitation CONTRACT 103, PART 1 CITY PROJECT NO. 02723 01 32 16.2 CONSTRUCTION PROGRESS SCHEDULE – PROGRESS EXAMPLE Page 1 of 5 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 13 , 2021 SECTION 01 32 16.2 1 CONSTRUCTION SCHEDULE – PROGRESS EXAMPLE 2 PART 1 - GENERAL 3 The following is an example of a Contractor’s project schedule that illustrates the data and 4 expectation for schedule content depicting the progress for the project. This version of the 5 schedule is referred to as a “progress” schedule. This example is intended to provide 6 guidance for the Contractor when developing and submitting a progress schedule. See 7 CFW Specification 01 32 16 Construction Schedule for details and requirements regarding 8 the Contractor’s project schedule. 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 Sanitary Sewer Rehabilitation CONTRACT 103, PART 1 CITY PROJECT NO. 02723 01 32 16.2 CONSTRUCTION PROGRESS SCHEDULE – PROGRESS EXAMPLE Page 2 of 5 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 13 , 2021 1 Sanitary Sewer Rehabilitation CONTRACT 103, PART 1 CITY PROJECT NO. 02723 01 32 16.2 CONSTRUCTION PROGRESS SCHEDULE – PROGRESS EXAMPLE Page 3 of 5 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 13 , 2021 1 Sanitary Sewer Rehabilitation CONTRACT 103, PART 1 CITY PROJECT NO. 02723 01 32 16.2 CONSTRUCTION PROGRESS SCHEDULE – PROGRESS EXAMPLE Page 4 of 5 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 13 , 2021 1 Sanitary Sewer Rehabilitation CONTRACT 103, PART 1 CITY PROJECT NO. 02723 01 32 16.2 CONSTRUCTION PROGRESS SCHEDULE – PROGRESS EXAMPLE Page 5 of 5 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 13 , 2021 END OF SECTION 1 2 Revision Log DATE NAME SUMMARY OF CHANGE July 2 0, 2018 M. Jarrell Initial Issue May 7, 2021 M Owen Revised name due to revising the schedule specification 3 Sanitary Sewer Rehabilitation CONTRACT 103, PART 1 CITY PROJECT NO. 02723 01 32 16.3 – PROGRESS NARRATIVE Page 1 of 1 City of Fort Worth, Texas Construction Project Schedule Narrative Report for CFW Projects Revised August 13, 2021 Page 1 of 1 SECTION 0 1 32 16.3 CONSTRUCTION PROJECT SCHEDULE PROGRESS NARRATIVE Reporting Period : Date Issued: Project Name: Contractor Company Name: City Project No: Contractor Schedule Contact: City Project Manager: A. List of activities changed in the reporting period. 1. (insert text here) 2. (insert text here) 3. (insert text here) 4. (insert text here) 5. (insert text here) 6. (insert text here) B. List any potential delays and provide mitigation actions 1. (insert text here) 2. (insert text here) 3. (insert text here) C. List any actual delays and provide recovery actions 1. (insert text here) 2. (insert text here) 3. (insert text here) 01 32 33 - 1 PRECONSTRUCTION VIDEO Page 1 of 2 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 SECTION 01 32 33 PRECONSTRUCTION VIDEO PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Administrative and procedural requirements for: a. Preconstruction Videos B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Preconstruction Video 1. Produce a preconstruction video of the site/alignment, including all areas in the vicinity of and to be affected by construction. a. Provide digital copy of video upon request by the City. 2. Retain a copy of the preconstruction video until the end of the maintenance surety period. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] Sanitary Sewer Rehabilitation CONTRACT 103, PART 1 CITY PROJECT NO. 02723 01 32 33 - 2 PRECONSTRUCTION VIDEO Page 2 of 2 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE Sanitary Sewer Rehabilitation CONTRACT 103, PART 1 CITY PROJECT NO. 02723 01 33 00 - 1 SUBMITTALS Page 1 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 SECTION 01 33 00 SUBMITTALS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. General methods and requirements of submissions applicable to the following Work-related submittals: a. Shop Drawings b. Product Data (including Standard Product List submittals) c. Samples d. Mock Ups B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Notify the City in writing, at the time of submittal, of any deviations in the submittals from the requirements of the Contract Documents. 2. Coordination of Submittal Times a. Prepare, prioritize and transmit each submittal sufficiently in advance of performing the related Work or other applicable activities, or within the time specified in the individual Work Sections, of the Specifications. b. Contractor is responsible such that the installation will not be delayed by processing times including, but not limited to: a) Disapproval and resubmittal (if required) b) Coordination with other submittals c) Testing d) Purchasing e) Fabrication f) Delivery g) Similar sequenced activities c. No extension of time will be authorized because of the Contractor's failure to transmit submittals sufficiently in advance of the Work. Sanitary Sewer Rehabilitation CONTRACT 103, PART 1 CITY PROJECT NO. 02723 01 33 00 - 2 SUBMITTALS Page 2 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 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 01-99 to sequentially number each initial separate item or drawing submitted under each specific Section number. c. Last use a letter, A-Z, indicating the resubmission of the same drawing (i.e. A=2nd submission, B=3rd submission, C=4th submission, etc.). A typical submittal number would be as follows: 03 30 00-08-B 1) 03 30 00 is the Specification Section for Concrete 2) 08 is the eighth initial submittal under this Specification Section 3) B is the third submission (second resubmission) of that particular shop drawing C. Contractor Certification 1. Review shop drawings, product data and samples, including those by subcontractors, prior to submission to determine and verify the following: a. Field measurements b. Field construction criteria c. Catalog numbers and similar data d. Conformance with the Contract Documents 2. Provide each shop drawing, sample and product data submitted by the Contractor with a Certification Statement affixed including: a. The Contractor's Company name b. Signature of submittal reviewer c. Certification Statement 1) “By this submittal, I hereby represent that I have determined and verified field measurements, field construction criteria, materials, dimensions, catalog numbers and similar data and I have checked and coordinated each item with other applicable approved shop drawings." D. Submittal Format 1. Fold shop drawings larger than 8 ½ inches x 11 inches to 8 ½ inches x 11inches. 2. Bind shop drawings and product data sheets together. 3. Order a. Cover Sheet 1) Description of Packet 2) Contractor Certification b. List of items / Table of Contents c. Product Data /Shop Drawings/Samples /Calculations E. Submittal Content 1. The date of submission and the dates of any previous submissions Sanitary Sewer Rehabilitation CONTRACT 103, PART 1 CITY PROJECT NO. 02723 01 33 00 - 3 SUBMITTALS Page 3 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 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 Sanitary Sewer Rehabilitation CONTRACT 103, PART 1 CITY PROJECT NO. 02723 01 33 00 - 4 SUBMITTALS Page 4 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 7) Standard wiring diagrams 8) Printed performance curves and operational-range diagrams 9) Production or quality control inspection and test reports and certifications 10) Mill reports 11) Product operating and maintenance instructions and recommended spare-parts listing and printed product warranties 12) As applicable to the Work H. Samples 1. As specified in individual Sections, include, but are not necessarily limited to: a. Physical examples of the Work such as: 1) Sections of manufactured or fabricated Work 2) Small cuts or containers of materials 3) Complete units of repetitively used products color/texture/pattern swatches and range sets 4) Specimens for coordination of visual effect 5) Graphic symbols and units of Work to be used by the City for independent inspection and testing, as applicable to the Work I. Do not start Work requiring a shop drawing, sample or product data nor any material to be fabricated or installed prior to the approval or qualified approval of such item. 1. Fabrication performed, materials purchased or on-site construction accomplished which does not conform to approved shop drawings and data is at the Contractor's risk. 2. The City will not be liable for any expense or delay due to corrections or remedies required to accomplish conformity. 3. Complete project Work, materials, fabrication, and installations in conformance with approved shop drawings, applicable samples, and product data. J. Submittal Distribution 1. Electronic Distribution a. Confirm development of Project directory for electronic submittals to be uploaded to City’s Buzzsaw site, or another external FTP site approved by the City. b. Shop Drawings 1) Upload submittal to designated project directory and notify appropriate City representatives via email of submittal posting. 2) Hard Copies a) 3 copies for all submittals b) If Contractor requires more than 1 hard copy of Shop Drawings returned, Contractor shall submit more than the number of copies listed above. c. Product Data 1) Upload submittal to designated project directory and notify appropriate City representatives via email of submittal posting. 2) Hard Copies a) 3 copies for all submittals d. Samples 1) Distributed to the Project Representative 2. Hard Copy Distribution (if required in lieu of electronic distribution) Sanitary Sewer Rehabilitation CONTRACT 103, PART 1 CITY PROJECT NO. 02723 01 33 00 - 5 SUBMITTALS Page 5 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 a. Shop Drawings 1) Distributed to the City 2) Copies a) 8 copies for mechanical submittals b) 7 copies for all other submittals c) If Contractor requires more than 3 copies of Shop Drawings returned, Contractor shall submit more than the number of copies listed above. b. Product Data 1) Distributed to the City 2) Copies a) 4 copies c. Samples 1) Distributed to the Project Representative 2) Copies a) Submit the number stated in the respective Specification Sections. 3. Distribute reproductions of approved shop drawings and copies of approved product data and samples, where required, to the job site file and elsewhere as directed by the City. a. Provide number of copies as directed by the City but not exceeding the number previously specified. K. Submittal Review 1. The review of shop drawings, data and samples will be for general conformance with the design concept and Contract Documents. This is not to be construed as: a. Permitting any departure from the Contract requirements b. Relieving the Contractor of responsibility for any errors, including details, dimensions, and materials c. Approving departures from details furnished by the City, except as otherwise provided herein 2. The review and approval of shop drawings, samples or product data by the City does not relieve the Contractor from his/her responsibility with regard to the fulfillment of the terms of the Contract. a. All risks of error and omission are assumed by the Contractor, and the City will have no responsibility therefore. 3. The Contractor remains responsible for details and accuracy, for coordinating the Work with all other associated work and trades, for selecting fabrication processes, for techniques of assembly and for performing Work in a safe manner. 4. If the shop drawings, data or samples as submitted describe variations and show a departure from the Contract requirements which City finds to be in the interest of the City and to be so minor as not to involve a change in Contract Price or time for performance, the City may return the reviewed drawings without noting an exception. 5. Submittals will be returned to the Contractor under 1 of the following codes: a. Code 1 1) "NO EXCEPTIONS TAKEN" is assigned when there are no notations or comments on the submittal. a) When returned under this code the Contractor may release the equipment and/or material for manufacture. b. Code 2 Sanitary Sewer Rehabilitation CONTRACT 103, PART 1 CITY PROJECT NO. 02723 01 33 00 - 6 SUBMITTALS Page 6 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of the notations and comments IS NOT required by the Contractor. a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. c. Code 3 1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is assigned when notations and comments are extensive enough to require a resubmittal of the package. a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. b) This resubmittal is to address all comments, omissions and non-conforming items that were noted. c) Resubmittal is to be received by the City within 15 Calendar Days of the date of the City's transmittal requiring the resubmittal. d. Code 4 1) "NOT APPROVED" is assigned when the submittal does not meet the intent of the Contract Documents. a) The Contractor must resubmit the entire package revised to bring the submittal into conformance. b) It may be necessary to resubmit using a different manufacturer/vendor to meet the Contract Documents. 6. Resubmittals a. Handled in the same manner as first submittals 1) Corrections other than requested by the City 2) Marked with revision triangle or other similar method a) At Contractor’s risk if not marked b. Submittals for each item will be reviewed no more than twice at the City’s expense. 1) All subsequent reviews will be performed at times convenient to the City and at the Contractor's expense, based on the City's or City Representative’s then prevailing rates. 2) Provide Contractor reimbursement to the City within 30 Calendar Days for all such fees invoiced by the City. c. The need for more than 1 resubmission or any other delay in obtaining City's review of submittals, will not entitle the Contractor to an extension of Contract Time. 7. Partial Submittals a. City reserves the right to not review submittals deemed partial, at the City’s discretion. b. Submittals deemed by the City to be not complete will be returned to the Contractor, and will be considered "Not Approved" until resubmitted. 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. Sanitary Sewer Rehabilitation CONTRACT 103, PART 1 CITY PROJECT NO. 02723 01 33 00 - 7 SUBMITTALS Page 7 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 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] Sanitary Sewer Rehabilitation CONTRACT 103, PART 1 CITY PROJECT NO. 02723 01 33 00 - 8 SUBMITTALS Page 8 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 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.K.8. Working Days modified to Calendar Days Sanitary Sewer Rehabilitation CONTRACT 103, PART 1 CITY PROJECT NO. 02723 01 35 13 - 1 SPECIAL PROJECT PROCEDURES Page 1 of 8 CITY OF FORT WORTH Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CONTRACT 103, PART 1 Revised March 11, 2022 CITY PROJECT NO. 02723 SECTION 01 35 13 1 SPECIAL PROJECT PROCEDURES 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes: 5 1. The procedures for special project circumstances that includes, but is not limited to: 6 a. Coordination with the Texas Department of Transportation 7 b. Work near High Voltage Lines 8 c. Confined Space Entry Program 9 d. Use of Explosives, Drop Weight, Etc. 10 e. Water Department Notification 11 f. Public Notification Prior to Beginning Construction 12 g. Coordination with United States Army Corps of Engineers 13 h. Coordination within Railroad permits areas 14 i. Dust Control 15 j. Employee Parking 16 B. Deviations from this City of Fort Worth Standard Specification 17 1. None. 18 C. Related Specification Sections include, but are not necessarily limited to: 19 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 20 2. Division 1 – General Requirements 21 3. Section 33 12 25 – Connection to Existing Water Mains 22 1.2 PRICE AND PAYMENT PROCEDURES 23 A. Measurement and Payment 24 1. Coordination within Railroad permit areas 25 a. Measurement 26 1) Measurement for this Item will be by lump sum. 27 b. Payment 28 1) The work performed and materials furnished in accordance with this Item 29 will be paid for at the lump sum price bid for Railroad Coordination. 30 c. The price bid shall include: 31 1) Mobilization 32 2) Inspection 33 3) Safety training 34 4) Additional Insurance 35 5) Insurance Certificates 36 6) Other requirements associated with general coordination with Railroad, 37 including additional employees required to protect the right-of-way and 38 property of the Railroad from damage arising out of and/or from the 39 construction of the Project. 40 2. Railroad Flagmen 41 a. Measurement 42 01 35 13 - 2 SPECIAL PROJECT PROCEDURES Page 2 of 8 CITY OF FORT WORTH Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CONTRACT 103, PART 1 Revised March 11, 2022 CITY PROJECT NO. 02723 1) Measurement for this Item will be per working day. 1 b. Payment 2 1) The work performed and materials furnished in accordance with this Item 3 will be paid for each working day that Railroad Flagmen are present at the 4 Site. 5 c. The price bid shall include: 6 1) Coordination for scheduling flagmen 7 2) Flagmen 8 3) Other requirements associated with Railroad 9 3. All other items 10 a. Work associated with these Items is considered subsidiary to the various Items 11 bid. No separate payment will be allowed for this Item. 12 1.3 REFERENCES 13 A. Reference Standards 14 1. Reference standards cited in this Specification refer to the current reference 15 standard published at the time of the latest revision date logged at the end of this 16 Specification, unless a date is specifically cited. 17 2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. 18 High Voltage Overhead Lines. 19 1.4 ADMINISTRATIVE REQUIREMENTS 20 A. Coordination with the Texas Department of Transportation 21 1. When work in the right-of-way which is under the jurisdiction of the Texas 22 Department of Transportation (TxDOT): 23 a. Notify the Texas Department of Transportation prior to commencing any work 24 therein in accordance with the provisions of the permit 25 b. All work performed in the TxDOT right-of-way shall be performed in 26 compliance with and subject to approval from the Texas Department of 27 Transportation 28 B. Work near High Voltage Lines 29 1. Regulatory Requirements 30 a. All Work near High Voltage Lines (more than 600 volts measured between 31 conductors or between a conductor and the ground) shall be in accordance with 32 Health and Safety Code, Title 9, Subtitle A, Chapter 752. 33 2. Warning sign 34 a. Provide sign of sufficient size meeting all OSHA requirements. 35 3. Equipment operating within 10 feet of high voltage lines will require the following 36 safety features 37 a. Insulating cage-type of guard about the boom or arm 38 b. Insulator links on the lift hook connections for back hoes or dippers 39 c. Equipment must meet the safety requirements as set forth by OSHA and the 40 safety requirements of the owner of the high voltage lines 41 4. Work within 6 feet of high voltage electric lines 42 a. Notification shall be given to: 43 1) The power company (example: ONCOR) 44 01 35 13 - 3 SPECIAL PROJECT PROCEDURES Page 3 of 8 CITY OF FORT WORTH Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CONTRACT 103, PART 1 Revised March 11, 2022 CITY PROJECT NO. 02723 a) Maintain an accurate log of all such calls to power company and record 1 action taken in each case. 2 b. Coordination with power company 3 1) After notification coordinate with the power company to: 4 a) Erect temporary mechanical barriers, de-energize the lines, or raise or 5 lower the lines 6 c. No personnel may work within 6 feet of a high voltage line before the above 7 requirements have been met. 8 C. Confined Space Entry Program 9 1. Provide and follow approved Confined Space Entry Program in accordance with 10 OSHA requirements. 11 2. Confined Spaces include: 12 a. Manholes 13 b. All other confined spaces in accordance with OSHA’s Permit Required for 14 Confined Spaces 15 D. Use of Explosives, Drop Weight, Etc. 16 1. When Contract Documents permit on the project the following will apply: 17 a. Public Notification 18 1) Submit notice to City and proof of adequate insurance coverage, 24 hours 19 prior to commencing. 20 2) Minimum 24 hour public notification in accordance with Section 01 31 13 21 E. Water Department Coordination 22 1. During the construction of this project, it will be necessary to deactivate, for a 23 period of time, existing lines. The Contractor shall be required to coordinate with 24 the Water Department to determine the best times for deactivating and activating 25 those lines. 26 2. Coordinate any event that will require connecting to or the operation of an existing 27 City water line system with the City’s representative. 28 a. Coordination shall be in accordance with Section 33 12 25. 29 b. If needed, obtain a hydrant water meter from the Water Department for use 30 during the life of named project. 31 c. In the event that a water valve on an existing live system be turned off and on 32 to accommodate the construction of the project is required, coordinate this 33 activity through the appropriate City representative. 34 1) Do not operate water line valves of existing water system. 35 a) Failure to comply will render the Contractor in violation of Texas Penal 36 Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor 37 will be prosecuted to the full extent of the law. 38 b) In addition, the Contractor will assume all liabilities and 39 responsibilities as a result of these actions. 40 F. Public Notification Prior to Beginning Construction 41 1. Prior to beginning construction on any block in the project, on a block by block 42 basis, prepare and deliver a notice or flyer of the pending construction to the front 43 door of each residence or business that will be impacted by construction. The notice 44 shall be prepared as follows: 45 a. Post notice or flyer and City of Fort Worth Door Hangers, 7 days prior to 46 beginning any construction activity on each block in the project area. 47 01 35 13 - 4 SPECIAL PROJECT PROCEDURES Page 4 of 8 CITY OF FORT WORTH Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CONTRACT 103, PART 1 Revised March 11, 2022 CITY PROJECT NO. 02723 1) Prepare flyer on the Contractor’s letterhead and include the following 1 information: 2 a) Name of Project 3 b) City Project No (CPN) 4 c) Scope of Project (i.e. type of construction activity) 5 d) Actual construction duration within the block 6 e) Name of the contractor’s foreman and phone number 7 f) Name of the City’s inspector and phone number 8 g) City’s after-hours phone number 9 2) A sample of the ‘pre-construction notification’ flyer is attached as Exhibit 10 A. 11 3) City of Fort Worth Door Hangers will be provided to the Contractor for 12 distribution with their notice. 13 4) Submit schedule showing the construction start and finish time for each 14 block of the project to the inspector. 15 5) Deliver flyer to the City Inspector for review prior to distribution. 16 b. No construction will be allowed to begin on any block until the flyer and door 17 hangers are delivered to all residents of the block. 18 G. Public Notification of Temporary Water Service Interruption during Construction 19 1. In the event it becomes necessary to temporarily shut down water service to 20 residents or businesses during construction, prepare and deliver a notice or flyer of 21 the pending interruption to the front door of each affected resident. 22 2. Prepared notice as follows: 23 a. The notification or flyer shall be posted 24 hours prior to the temporary 24 interruption. 25 b. Prepare flyer on the contractor’s letterhead and include the following 26 information: 27 1) Name of the project 28 2) City Project Number 29 3) Date of the interruption of service 30 4) Period the interruption will take place 31 5) Name of the contractor’s foreman and phone number 32 6) Name of the City’s inspector and phone number 33 c. A sample of the temporary water service interruption notification is attached as 34 Exhibit B. 35 d. Deliver a copy of the temporary interruption notification to the City inspector 36 for review prior to being distributed. 37 e. No interruption of water service can occur until the flyer has been delivered to 38 all affected residents and businesses. 39 f. Electronic versions of the sample flyers can be obtained from the Project 40 Construction Inspector. 41 H. Coordination with United States Army Corps of Engineers (USACE) 42 1. At locations in the Project where construction activities occur in areas where 43 USACE permits are required, meet all requirements set forth in each designated 44 permit. 45 I. Coordination within Railroad Permit Areas 46 01 35 13 - 5 SPECIAL PROJECT PROCEDURES Page 5 of 8 CITY OF FORT WORTH Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CONTRACT 103, PART 1 Revised March 11, 2022 CITY PROJECT NO. 02723 1. At locations in the project where construction activities occur in areas where 1 railroad permits are required, meet all requirements set forth in each designated 2 railroad permit. This includes, but is not limited to, provisions for: 3 a. Flagmen 4 b. Inspectors 5 c. Safety training 6 d. Additional insurance 7 e. Insurance certificates 8 f. Other employees required to protect the right-of-way and property of the 9 Railroad Company from damage arising out of and/or from the construction of 10 the project. Proper utility clearance procedures shall be used in accordance 11 with the permit guidelines. 12 2. Obtain any supplemental information needed to comply with the railroad’s 13 requirements. 14 3. Railroad Flagmen 15 a. Submit receipts to City for verification of working days that railroad flagmen 16 were present on Site. 17 J. Dust Control 18 1. Use acceptable measures to control dust at the Site. 19 a. If water is used to control dust, capture and properly dispose of waste water. 20 b. If wet saw cutting is performed, capture and properly dispose of slurry. 21 K. Employee Parking 22 1. Provide parking for employees at locations approved by the City. 23 1.5 SUBMITTALS [NOT USED] 24 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 25 1.7 CLOSEOUT SUBMITTALS [NOT USED] 26 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 27 1.9 QUALITY ASSURANCE [NOT USED] 28 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 29 1.11 FIELD [SITE] CONDITIONS [NOT USED] 30 1.12 WARRANTY [NOT USED] 31 PART 2 - PRODUCTS [NOT USED] 32 PART 3 - EXECUTION [NOT USED] 33 END OF SECTION 34 35 Revision Log 01 35 13 - 6 SPECIAL PROJECT PROCEDURES Page 6 of 8 CITY OF FORT WORTH Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CONTRACT 103, PART 1 Revised March 11, 2022 CITY PROJECT NO. 02723 DATE NAME SUMMARY OF CHANGE 8/31/2012 D. Johnson 1.4.B – Added requirement of compliance with Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. High Voltage Overhead Lines. 1.4.E – Added Contractor responsibility for obtaining a TCEQ Air Permit 3/11/2022 M Owen Remove references to Air Pollution watch Days and NCTCOG Clean construction Specification requirements. Clarify need for Door Hangers under in addition to contractor notification of public. 1 01 35 13 - 7 SPECIAL PROJECT PROCEDURES Page 7 of 8 CITY OF FORT WORTH Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CONTRACT 103, PART 1 Revised March 11, 2022 CITY PROJECT NO. 02723 EXHIBIT A 1 (To be printed on Contractor’s Letterhead) 2 3 4 5 Date: 6 7 CPN No.: 8 Project Name: 9 Mapsco Location: 10 Limits of Construction: 11 12 13 14 15 16 THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT 17 WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR 18 PROPERTY. 19 20 CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE 21 OF THIS NOTICE. 22 23 IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER 24 ISSUE, PLEASE CALL: 25 26 27 Mr. <CONTRACTOR’S SUPERINTENDENT> AT <TELEPHONE NO.> 28 29 OR 30 31 Mr. <CITY INSPECTOR> AT < TELEPHONE NO.> 32 33 AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306 34 35 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL 36 37 01 35 13 - 8 SPECIAL PROJECT PROCEDURES Page 8 of 8 CITY OF FORT WORTH Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CONTRACT 103, PART 1 Revised March 11, 2022 CITY PROJECT NO. 02723 EXHIBIT B 1 2 3 4 01 45 23 TESTING AND INSPECTION SERVICES Page 1 of 2 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 9, 2020 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. Sanitary Sewer Rehabilitation CONTRACT 103, PART 1 CITY PROJECT NO. 02723 01 45 23 TESTING AND INSPECTION SERVICES Page 2 of 2 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 9, 2020 2) Upload test reports to designated project directory and notify appropriate City representatives via email of submittal posting. 3) Hard Copies a) 1 copy for all submittals submitted to the Project Representative b. Hard Copy Distribution (if required in lieu of electronic distribution) 1) Tests performed by City a) Distribute 1 hard copy to the Contractor 2) Tests performed by the Contractor a) Distribute 3 hard copies to City’s Project Representative 4. Provide City’s Project Representative with trip tickets for each delivered load of Concrete or Lime material including the following information: a. Name of pit b. Date of delivery c. Material delivered B. Inspection 1. Inspection or lack of inspection does not relieve the Contractor from obligation to perform work in accordance with the Contract Documents. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 3/9/2020 D.V. Magaña Removed reference to Buzzsaw and noted that electronic submittals be uploaded through the City’s document management system. Sanitary Sewer Rehabilitation CONTRACT 103, PART 1 CITY PROJECT NO. 02723 01 50 00 - 1 TEMPORARY FACILITIES AND CONTROLS Page 1 of 4 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 SECTION 01 50 00 TEMPORARY FACILITIES AND CONTROLS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Provide temporary facilities and controls needed for the Work including, but not necessarily limited to: a. Temporary utilities b. Sanitary facilities c. Storage Sheds and Buildings d. Dust control e. Temporary fencing of the construction site B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Temporary Utilities 1. Obtaining Temporary Service a. Make arrangements with utility service companies for temporary services. b. Abide by rules and regulations of utility service companies or authorities having jurisdiction. c. Be responsible for utility service costs until Work is approved for Final Acceptance. 1) Included are fuel, power, light, heat and other utility services necessary for execution, completion, testing and initial operation of Work. 2. Water a. Contractor to provide water required for and in connection with Work to be performed and for specified tests of piping, equipment, devices or other use as required for the completion of the Work. b. Provide and maintain adequate supply of potable water for domestic consumption by Contractor personnel and City’s Project Representatives. c. Coordination 1) Contact City 1 week before water for construction is desired Sanitary Sewer Rehabilitation CONTRACT 103, PART 1 CITY PROJECT NO. 02723 01 50 00 - 2 TEMPORARY FACILITIES AND CONTROLS Page 2 of 4 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 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 Sanitary Sewer Rehabilitation CONTRACT 103, PART 1 CITY PROJECT NO. 02723 01 50 00 - 3 TEMPORARY FACILITIES AND CONTROLS Page 3 of 4 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 1. Contractor is responsible for maintaining dust control through the duration of the project. a. Contractor remains on-call at all times b. Must respond in a timely manner F. Temporary Protection of Construction 1. Contractor or subcontractors are responsible for protecting Work from damage due to weather. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Temporary Facilities 1. Maintain all temporary facilities for duration of construction activities as needed. 3.5 [REPAIR] / [RESTORATION] 3.6 RE-INSTALLATION 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES A. Temporary Facilities Sanitary Sewer Rehabilitation CONTRACT 103, PART 1 CITY PROJECT NO. 02723 01 50 00 - 4 TEMPORARY FACILITIES AND CONTROLS Page 4 of 4 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 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 Sanitary Sewer Rehabilitation CONTRACT 103, PART 1 CITY PROJECT NO. 02723 01 55 26 - 1 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 1 of 3 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 22, 2021 SECTION 01 55 26 1 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes : 5 1. Administrative procedures for: 6 a. Street Use Permit 7 b. Modification of approved traffic control 8 c. Removal of Street Signs 9 B. Deviations from this City of Fort Worth Standard Specification 10 1. None. 11 C. Related Specification Sectio ns include, but are not necessarily limited to: 12 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 13 2. Division 1 – General Requirements 14 3. Section 34 71 13 – Traffic Control 15 1.2 PRICE AND PAYMENT PROCEDURES 16 A. Measurement and Payment 17 1. Work associated with this Item is consid ered subsidiary to the various Items bid. 18 No separate payment will be allowed for this Item. 19 1.3 REFERENCES 20 A. Reference Standards 21 1. Reference standards cited in this specification refer to the current reference standard 22 published at the time of the latest revision date logged at the end of this 23 specification, unless a date is specifically cited. 24 2. Texas Manual on Uniform Traffic Control Devices (TMUTCD). 25 1.4 ADMINISTRATIVE REQUI REMENTS 26 A. Traffic Control 27 1. General 28 a. Contractor shall minimize lane closures and impact to vehicular/pedestrian 29 traffic. 30 b. When traffic control plans are included in the Drawings , provide Traffic 31 Control in accordance with Drawings and Section 34 71 13. 32 c. When traffic control plans are not included in the Drawings , prepare traffic 33 control plans in accordance with Section 34 71 13 and submit to City for 34 review. 35 1) Allow minimum 10 working days for review of proposed Traffic Control. 36 Sanitary Sewer Rehabilitation CONTRACT 103, PART 1 CITY PROJECT NO. 02723 01 55 26 - 2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 2 of 3 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 22, 2021 2) A t raffic control “Typical” published by City of Fort Worth, the Texas 1 Manual Unified Traffic Control Devices (TMUTCD) or Texas Department 2 of Transportation (TxDOT) can be used as an alternative to preparing 3 project/site specific traffic control plan if the typical is applicable to the 4 specific project/site. 5 B. Street Use Permit 6 1. Prior to installation of Traffic Control, a City Street Use Permit is required. 7 a. To obtain Street Use Permit, s ubmit Traffic Control Plans to City 8 Transportation and Public Works Department. 9 1) Allow a minimum of 5 working days for permit review. 10 2) It is the Contractor’s responsibility to coordinate review of Traffic Control 11 plans for Street Use Permit, such that construction is not delayed. 12 C. Modification to Approved Traffic Control 13 1. Prior to installation traffic control: 14 a. Submit revised traffic control plans to City Department Transportation and 15 Public Works Department. 16 1) Revise Traffic Control plans in accordance with Section 34 71 13. 17 2) Allow minimum 5 working days for review of revised Traffic Control. 18 3) It is the Contractor’s responsibility to coordinate review of Traffic Control 19 plans for Street Use Permit, such that construction is not delayed. 20 D. Removal of Street Sign 21 1. If it is determined that a street sign must be removed for construction, then contact 22 City Transportation and Public Works Department, Signs and Markings Division to 23 remove the sign. 24 E. Temporary Signage 25 1. In the case of regulatory signs, replace permanent sign with temporary sign meeting 26 requirements of the latest edition of the Texas Manual on Uniform Traffic Control 27 Devices (MUTCD). 28 2. Install temporary sign before the removal of permanent sign. 29 3. When construction is complete, to the extent that the permanent sign can be 30 reinstalled, contact the City Transportation and Public Works Department, Signs 31 and Markings Division, to reinstall the permanent sign. 32 F. Traffic Control Standards 33 1. Traffic Control Standards can be found on the City’s website. 34 1.5 SUBMITTALS [NOT USED] 35 A. Submit all required documentation to City’s Project Representative. 36 Sanitary Sewer Rehabilitation CONTRACT 103, PART 1 CITY PROJECT NO. 02723 01 55 26 - 3 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 3 of 3 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 22, 2021 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTA LS [NOT USED] 1 1.7 CLOSEOUT SUBMITTALS [NOT USED] 2 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 3 1.9 QUALITY ASSURANCE [NOT USED] 4 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 5 1.11 FIELD [SITE] CONDITIONS [NOT USED] 6 1.12 WARRANTY [NOT USED] 7 PART 2 - PRODUCTS [NOT USED ] 8 PART 3 - EXECUTION [NOT USED ] 9 END OF SECTION 10 11 Revision Log DATE NAME SUMMARY OF CHANGE 3/22/2021 M Owen 1.4 A. Added language to emphasize minimizing of lane closures and impact to traffic. 1.4 A. 1. c. Added language to allow for use of published traffic control “Typicals” if applicable to specific project/site. 1.4 F. 1) Removed reference to Buzzsaw 1.5 Added language re : submittal of permit 12 Sanitary Sewer Rehabilitation CONTRACT 103, PART 1 CITY PROJECT NO. 02723 01 57 13 - 1 STORM WATER POLLUTION PREVENTION Page 1 of 3 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 SECTION 01 57 13 STORM WATER POLLUTION PREVENTION PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Procedures for Storm Water Pollution Prevention Plans B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 3. Section 31 25 00 – Erosion and Sediment Control 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Construction Activities resulting in less than 1 acre of disturbance a. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 2. Construction Activities resulting in greater than 1 acre of disturbance a. Measurement and Payment shall be in accordance with Section 31 25 00. 1.3 REFERENCES A. Abbreviations and Acronyms 1. Notice of Intent: NOI 2. Notice of Termination: NOT 3. Storm Water Pollution Prevention Plan: SWPPP 4. Texas Commission on Environmental Quality: TCEQ 5. Notice of Change: NOC A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. Integrated Storm Management (iSWM) Technical Manual for Construction Controls 1.4 ADMINISTRATIVE REQUIREMENTS A. General 1. Contractor is responsible for resolution and payment of any fines issued associated with compliance to Stormwater Pollution Prevention Plan. Sanitary Sewer Rehabilitation CONTRACT 103, PART 1 CITY PROJECT NO. 02723 01 57 13 - 2 STORM WATER POLLUTION PREVENTION Page 2 of 3 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 B. Construction Activities resulting in: 1. Less than 1 acre of disturbance a. Provide erosion and sediment control in accordance with Section 31 25 00 and Drawings. 2. 1 to less than 5 acres of disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) TCEQ Small Construction Site Notice Required under general permit TXR150000 a) Sign and post at job site b) Prior to Preconstruction Meeting, send 1 copy to City Department of Transportation and Public Works, Environmental Division, (817) 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, (817) 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 Sanitary Sewer Rehabilitation CONTRACT 103, PART 1 CITY PROJECT NO. 02723 01 57 13 - 3 STORM WATER POLLUTION PREVENTION Page 3 of 3 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 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 Sanitary Sewer Rehabilitation CONTRACT 103, PART 1 CITY PROJECT NO. 02723 01 58 13 - 1 TEMPORARY PROJECT SIGNAGE Page 1 of 3 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 SECTION 01 58 13 TEMPORARY PROJECT SIGNAGE PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Temporary Project Signage Requirements B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS A. Design Criteria 1. Provide free standing Project Designation Sign in accordance with City’s Standard Details for project signs. Sanitary Sewer Rehabilitation CONTRACT 103, PART 1 CITY PROJECT NO. 02723 01 58 13 - 2 TEMPORARY PROJECT SIGNAGE Page 2 of 3 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 B. Materials 1. Sign a. Constructed of ¾-inch fir plywood, grade A-C (exterior) or better 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General 1. Provide vertical installation at extents of project. 2. Relocate sign as needed, upon request of the City. B. Mounting options a. Skids b. Posts c. Barricade 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE A. General 1. Maintenance will include painting and repairs as needed or directed by the City. 3.14 ATTACHMENTS [NOT USED] END OF SECTION Sanitary Sewer Rehabilitation CONTRACT 103, PART 1 CITY PROJECT NO. 02723 01 58 13 - 3 TEMPORARY PROJECT SIGNAGE Page 3 of 3 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Revision Log DATE NAME SUMMARY OF CHANGE Sanitary Sewer Rehabilitation CONTRACT 103, PART 1 CITY PROJECT NO. 02723 01 60 00 PRODUCT REQUIREMENTS Page 1 of 2 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 9, 2020 SECTION 01 60 00 PRODUCT REQUIREMENTS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. References for Product Requirements and City Standard Products List B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES [NOT USED] 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. A list of City approved products for use is available through the City’s website at: https://apps.fortworthtexas.gov/ProjectResources/ and following the directory path; 02 - Construction Documents/Standard Products List B. Only products specifically included on City’s Standard Product List in these Contract Documents shall be allowed for use on the Project. 1. Any subsequently approved products will only be allowed for use upon specific approval by the City. C. Any specific product requirements in the Contract Documents supersede similar products included on the City’s Standard Product List. 1. The City reserves the right to not allow products to be used for certain projects even though the product is listed on the City’s Standard Product List. D. Although a specific product is included on City’s Standard Product List, not all products from that manufacturer are approved for use, including but not limited to, that manufacturer’s standard product. E. See Section 01 33 00 for submittal requirements of Product Data included on City’s Standard Product List. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] Sanitary Sewer Rehabilitation CONTRACT 103, PART 1 CITY PROJECT NO. 02723 01 60 00 PRODUCT REQUIREMENTS Page 2 of 2 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 9, 2020 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 10/12/12 D. Johnson Modified Location of City’s Standard Product List 3/9/2020 D.V. Magaña Removed reference to Buzzsaw and noted that the City approved products list is accessible through the City’s website. Sanitary Sewer Rehabilitation CONTRACT 103, PART 1 CITY PROJECT NO. 02723 01 66 00 - 1 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 1 of 4 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 SECTION 01 66 00 PRODUCT STORAGE AND HANDLING REQUIREMENTS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Scheduling of product delivery 2. Packaging of products for delivery 3. Protection of products against damage from: a. Handling b. Exposure to elements or harsh environments B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY AND HANDLING A. Delivery Requirements 1. Schedule delivery of products or equipment as required to allow timely installation and to avoid prolonged storage. 2. Provide appropriate personnel and equipment to receive deliveries. 3. Delivery trucks will not be permitted to wait extended periods of time on the Site for personnel or equipment to receive the delivery. Sanitary Sewer Rehabilitation CONTRACT 103, PART 1 CITY PROJECT NO. 02723 01 66 00 - 2 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 2 of 4 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 4. Deliver products or equipment in manufacturer's original unbroken cartons or other containers designed and constructed to protect the contents from physical or environmental damage. 5. Clearly and fully mark and identify as to manufacturer, item and installation location. 6. Provide manufacturer's instructions for storage and handling. B. Handling Requirements 1. Handle products or equipment in accordance with these Contract Documents and manufacturer’s recommendations and instructions. C. Storage Requirements 1. Store materials in accordance with manufacturer’s recommendations and requirements of these Specifications. 2. Make necessary provisions for safe storage of materials and equipment. a. Place loose soil materials and materials to be incorporated into Work to prevent damage to any part of Work or existing facilities and to maintain free access at all times to all parts of Work and to utility service company installations in vicinity of Work. 3. Keep materials and equipment neatly and compactly stored in locations that will cause minimum inconvenience to other contractors, public travel, adjoining owners, tenants and occupants. a. Arrange storage to provide easy access for inspection. 4. Restrict storage to areas available on construction site for storage of material and equipment as shown on Drawings, or approved by City’s Project Representative. 5. Provide off-site storage and protection when on-site storage is not adequate. a. Provide addresses of and access to off-site storage locations for inspection by City’s Project Representative. 6. Do not use lawns, grass plots or other private property for storage purposes without written permission of owner or other person in possession or control of premises. 7. Store in manufacturers’ unopened containers. 8. Neatly, safely and compactly stack materials delivered and stored along line of Work to avoid inconvenience and damage to property owners and general public and maintain at least 3 feet from fire hydrant. 9. Keep public and private driveways and street crossings open. 10. Repair or replace damaged lawns, sidewalks, streets or other improvements to satisfaction of City’s Project Representative. a. Total length which materials may be distributed along route of construction at one time is 1,000 linear feet, unless otherwise approved in writing by City’s Project Representative. Sanitary Sewer Rehabilitation CONTRACT 103, PART 1 CITY PROJECT NO. 02723 01 66 00 - 3 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 3 of 4 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 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 USED] END OF SECTION Sanitary Sewer Rehabilitation CONTRACT 103, PART 1 CITY PROJECT NO. 02723 01 66 00 - 4 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 4 of 4 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Revision Log DATE NAME SUMMARY OF CHANGE Sanitary Sewer Rehabilitation CONTRACT 103, PART 1 CITY PROJECT NO. 02723 01 70 00 - 1 MOBILIZATION AND REMOBILIZATION Page 1 of 6 CITY OF FORT WORTH Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CONTRACT 103, PART 1 Revised November 22, 2016 CITY PROJECT NO. 02723 SECTION 01 70 00 1 MOBILIZATION AND REMOBILIZATION 2 3 PART 1 - 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 11 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 01 70 00 - 2 MOBILIZATION AND REMOBILIZATION Page 2 of 6 CITY OF FORT WORTH Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CONTRACT 103, PART 1 Revised November 22, 2016 CITY PROJECT NO. 02723 3. Mobilizations and Demobilization for Miscellaneous Projects 1 a. Mobilization and Demobilization 2 1) Mobilization shall consist of the activities and cost on a Work Order basis 3 necessary for: 4 a) Transportation of Contractor’s personnel, equipment, and operating 5 supplies to the Site for the issued Work Order. 6 b) Establishment of necessary general facilities for the Contractor’s 7 operation at the Site for the issued Work Order 8 2) Demobilization shall consist of the activities and cost necessary for: 9 a) Transportation of Contractor’s personnel, equipment, and operating 10 supplies from the Site including disassembly for each issued Work 11 Order 12 b) Site Clean-up for each issued Work Order 13 c) Removal of all buildings or other facilities assembled at the Site for 14 each Work Oder 15 b. Mobilization and Demobilization do not include activities for specific items of 16 work for which payment is provided elsewhere in the contract. 17 4. Emergency Mobilizations and Demobilization for Miscellaneous Projects 18 a. A Mobilization for Miscellaneous Projects when directed by the City and the 19 mobilization occurs within 24 hours of the issuance of the Work Order. 20 B. Deviations from this City of Fort Worth Standard Specification 21 1. None. 22 C. Related Specification Sections include, but are not necessarily limited to: 23 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 24 2. Division 1 – General Requirements 25 1.2 PRICE AND PAYMENT PROCEDURES 26 A. Measurement and Payment [Consult City Department/Division for direction on if 27 Mobilization pay item to be included or the item should be subsidiary. Include the 28 appropriate Section 1.2 A. 1.] 29 1. Mobilization and Demobilization [If subsidiary] 30 a. Measure 31 1) This Item is considered subsidiary to the various Items bid. 32 b. Payment 33 1) The work performed and materials furnished in accordance with this Item 34 are subsidiary to the various Items bid and no other compensation will be 35 allowed. 36 [OR] 37 1. Mobilization and Demobilization [If bid item included for Mobilization – 38 Consultant to provide a maximum % of adjusted contract amount based on the 39 anticipated mobilization costs to limit the amount bid for this item] 40 a. Measure 41 1) This Item will be measured by the lump sum or each as the work 42 progresses. Mobilization is calculated on the base bid only and will not be 43 paid for separately on any additive alternate items added to the Contract. 44 2) Demobilization shall be considered subsidiary to the various bid items. 45 b. Payment 46 01 70 00 - 3 MOBILIZATION AND REMOBILIZATION Page 3 of 6 CITY OF FORT WORTH Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CONTRACT 103, PART 1 Revised November 22, 2016 CITY PROJECT NO. 02723 1) For this Item, the adjusted Contract amount will be calculated as the total 1 Contract amount less the lump sum for mobilization. Mobilization shall be 2 made in partial payments as follows: 3 a) When 1% of the adjusted Contract amount for construction Items is 4 earned, 50% of the mobilization lump sum bid or [Insert ½ the maximum 5 allowed] % of the total Contract amount, whichever is less, will be paid. 6 b) When 5% of the adjusted Contract amount for construction Items is 7 earned, 75% of the mobilization lump sum bid or [Insert the maximum 8 allowed]% of the total Contract amount, whichever is less, will be paid. 9 Previous payments under the Item will be deducted from this amount. 10 c) When 10% of the adjusted Contract amount for construction Items is 11 earned, 100% of the mobilization lump sum bid or [Insert the maximum 12 allowed]% of the total Contract amount, whichever is less, will be paid. 13 Previous payments under the Item will be deducted from this amount. 14 d) A bid containing a total for “Mobilization” in excess of [Insert 15 maximum allowed] % of total contract shall be considered unbalanced 16 and a cause for consideration of rejection. 17 e) The Lump Sum bid for “Mobilization – Paving/Drainage” shall NOT 18 include any cost or sum for mobilization items associated with 19 water/sewer items. Those costs shall be included in the various 20 water/sewer bid Items. Otherwise the bid Items shall be considered 21 unbalanced and a cause for consideration of rejection. 22 f) The Lump Sum bid for “Mobilization – Paving” shall NOT include 23 any cost or sum for mobilization items associated with drainage items. 24 Those costs shall be included in the “Mobilization – Drainage” Lump 25 Sum bid Item. Otherwise the bid Items shall be considered unbalanced 26 and a cause for consideration of rejection. 27 g) The Lump Sum bid for “Mobilization – Drainage” shall NOT 28 include any cost or sum for mobilization items associated with paving 29 items. Those costs shall be included in the “Mobilization – Paving” 30 Lump Sum bid Item. Otherwise the bid Items shall be considered 31 unbalanced and a cause for consideration of rejection. 32 2) The work performed and materials furnished for demobilization in 33 accordance with this Item are subsidiary to the various Items bid and no other 34 compensation will be allowed. 35 [OR] 36 1. Mobilization and Demobilization [If multiple “Mobilization” bid items are used 37 due to different funding (ex. Water and Sewer and Paving and/or Drainage) – 38 Provide detail of each bid item - Consultant to provide detail for each bid item 39 (typically Water/Sewer will be subsidiary and Paving/Drainage will be LS, with 40 possibly separate bid items for Paving and Drainage due to funding).] 41 a. Measure 42 1) This item for Water/Sewer improvements is considered subsidiary to the 43 various Items bid. 44 2) “Mobilization – Paving,” “Mobilization – Drainage,” and/or “Mobilization 45 – Paving/Drainage” will be measured by the lump sum or each as the work 46 progresses. Mobilization is calculated on the base bid only and will not be 47 paid for separately on any additive alternate items added to the Contract. 48 3) Demobilization shall be considered subsidiary to the various bid items. 49 b. Payment 50 01 70 00 - 4 MOBILIZATION AND REMOBILIZATION Page 4 of 6 CITY OF FORT WORTH Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CONTRACT 103, PART 1 Revised November 22, 2016 CITY PROJECT NO. 02723 1) The work performed and materials furnished in accordance with this Item 1 for Water/Sewer improvements are subsidiary to the various Items bid and no 2 other compensation will be allowed. 3 2) “Mobilization – Paving,” “Mobilization – Drainage,” and/or “Mobilization 4 – Paving/Drainage”, the adjusted Contract amount will be calculated as the 5 total Contract amount for paving, drainage or paving/drainage improvements 6 less the lump sum for mobilization. Mobilization shall be made in partial 7 payments as follows: 8 a) When 1% of the adjusted Contract amount for construction Items is 9 earned, 50% of the mobilization lump sum bid or [Insert ½ the maximum 10 allowed] % of the total paving, drainage, or paving/drainage Contract 11 amount, whichever is less, will be paid. 12 b) When 5% of the adjusted Contract amount for construction Items is 13 earned, 75% of the mobilization lump sum bid or [Insert the maximum 14 allowed]% of the total paving, drainage, or paving/drainage Contract 15 amount, whichever is less, will be paid. Previous payments under the Item 16 will be deducted from this amount. 17 c) When 10% of the adjusted Contract amount for construction Items is 18 earned, 100% of the mobilization lump sum bid or [Insert the maximum 19 allowed]% of the total paving, drainage, or paving/drainage Contract 20 amount, whichever is less, will be paid. Previous payments under the Item 21 will be deducted from this amount. 22 d) A bid containing a total for “Mobilization” in excess of [Insert 23 maximum allowed] % of total paving, drainage or paving/drainage 24 contract shall be considered unbalanced and a cause for consideration 25 of rejection. 26 3) The work performed and materials furnished for demobilization in 27 accordance with this Item are subsidiary to the various Items bid and no other 28 compensation will be allowed. 29 2. Remobilization for suspension of Work as specifically required in the Contract 30 Documents 31 a. Measurement 32 1) Measurement for this Item shall be per each remobilization performed. 33 b. Payment 34 1) The work performed and materials furnished in accordance with this Item 35 and measured as provided under “Measurement” will be paid for at the unit 36 price per each “Specified Remobilization” in accordance with Contract 37 Documents. 38 c. The price shall include: 39 1) Demobilization as described in Section 1.1.A.2.a.1) 40 2) Remobilization as described in Section 1.1.A.2.a.2) 41 d. No payments will be made for standby, idle time, or lost profits associated this 42 Item. 43 3. Remobilization for suspension of Work as required by City 44 a. Measurement and Payment 45 1) This shall be submitted as a Contract Claim in accordance with Article 10 46 of Section 00 72 00. 47 2) No payments will be made for standby, idle time, or lost profits associated 48 with this Item. 49 01 70 00 - 5 MOBILIZATION AND REMOBILIZATION Page 5 of 6 CITY OF FORT WORTH Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CONTRACT 103, PART 1 Revised November 22, 2016 CITY PROJECT NO. 02723 4. Mobilizations and Demobilizations for Miscellaneous Projects 1 a. Measurement 2 1) Measurement for this Item shall be for each Mobilization and 3 Demobilization required by the Contract Documents 4 b. Payment 5 1) The Work performed and materials furnished in accordance with this Item 6 and measured as provided under “Measurement” will be paid for at the unit 7 price per each “Work Order Mobilization” in accordance with Contract 8 Documents. Demobilization shall be considered subsidiary to mobilization 9 and shall not be paid for separately. 10 c. The price shall include: 11 1) Mobilization as described in Section 1.1.A.3.a.1) 12 2) Demobilization as described in Section 1.1.A.3.a.2) 13 d. No payments will be made for standby, idle time, or lost profits associated this 14 Item. 15 5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects 16 a. Measurement 17 1) Measurement for this Item shall be for each Mobilization and 18 Demobilization required by the Contract Documents 19 b. Payment 20 1) The Work performed and materials furnished in accordance with this Item 21 and measured as provided under “Measurement” will be paid for at the unit 22 price per each “Work Order Emergency Mobilization” in accordance with 23 Contract Documents. Demobilization shall be considered subsidiary to 24 mobilization and shall not be paid for separately. 25 c. The price shall include 26 1) Mobilization as described in Section 1.1.A.4.a) 27 2) Demobilization as described in Section 1.1.A.3.a.2) 28 d. No payments will be made for standby, idle time, or lost profits associated this 29 Item. 30 1.3 REFERENCES [NOT USED] 31 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 32 1.5 SUBMITTALS [NOT USED] 33 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 34 1.7 CLOSEOUT SUBMITTALS [NOT USED] 35 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 36 1.9 QUALITY ASSURANCE [NOT USED] 37 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 38 1.11 FIELD [SITE] CONDITIONS [NOT USED] 39 1.12 WARRANTY [NOT USED] 40 01 70 00 - 6 MOBILIZATION AND REMOBILIZATION Page 6 of 6 CITY OF FORT WORTH Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CONTRACT 103, PART 1 Revised November 22, 2016 CITY PROJECT NO. 02723 PART 2 - PRODUCTS [NOT USED] 1 PART 3 - EXECUTION [NOT USED] 2 END OF SECTION 3 4 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. 5 01 71 23 - 1 CONSTRUCTION STAKING AND SURVEY Page 1 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 14, 2018 SECTION 01 71 23 CONSTRUCTION STAKING AND SURVEY PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Requirements for construction staking and construction survey B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Construction Staking a. Measurement 1) Measurement for this Item shall be by lump sum. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the lump sum price bid for “Construction Staking”. 2) Payment for “Construction Staking” shall be made in partial payments prorated by work completed compared to total work included in the lump sum item. c. The price bid shall include, but not be limited to the following: 1) Verification of control data provided by City. 2) Placement, maintenance and replacement of required stakes and markings in the field. 3) Preparation and submittal of construction staking documentation in the form of “cut sheets” using the City’s standard template. 2. Construction Survey a. Measurement 1) This Item is considered subsidiary to the various Items bid. b. Payment 1) The work performed and the materials furnished in accordance with this Item are subsidiary to the various Items bid and no other compensation will be allowed. 3. As-Built Survey a. Measurement 1) Measurement for this Item shall be by lump sum. b. Payment 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”. Sanitary Sewer Rehabilitation CONTRACT 103, PART 1 CITY PROJECT NO. 02723 01 71 23 - 2 CONSTRUCTION STAKING AND SURVEY Page 2 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 14, 2018 2) Payment for “Construction Staking” shall be made in partial payments prorated by work completed compared to total work included in the lump sum item. c. The price bid shall include, but not be limited to the following:: 1) Field measurements and survey shots to identify location of completed facilities. 2) Documentation and submittal of as-built survey data onto contractor redline plans and digital survey files. 1.3 REFERENCES A. Definitions 1. Construction Survey - The survey measurements made prior to or while construction is in progress to control elevation, horizontal position, dimensions and configuration of structures/improvements included in the Project Drawings. 2. As-built Survey –The measurements made after the construction of the improvement features are complete to provide position coordinates for the features of a project. 3. Construction Staking – The placement of stakes and markings to provide offsets and elevations to cut and fill in order to locate on the ground the designed structures/improvements included in the Project Drawings. Construction staking shall include staking easements and/or right of way if indicated on the plans. 4. Survey “Field Checks” – Measurements made after construction staking is completed and before construction work begins to ensure that structures marked on the ground are accurately located per Project Drawings. B. Technical References 1. City of Fort Worth – Construction Staking Standards (available on City’s Buzzsaw website) – 01 71 23.16.01_ Attachment A_Survey Staking Standards 2. City of Fort Worth - Standard Survey Data Collector Library (fxl) files (available on City’s Buzzsaw website). 3. Texas Department of Transportation (TxDOT) Survey Manual, latest revision 4. Texas Society of Professional Land Surveyors (TSPS), Manual of Practice for Land Surveying in the State of Texas, Category 5 1.4 ADMINISTRATIVE REQUIREMENTS A. The Contractor’s selection of a surveyor must comply with Texas Government Code 2254 (qualifications based selection) for this project. 1.5 SUBMITTALS A. Submittals, if required, shall be in accordance with Section 01 33 00. 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 Sanitary Sewer Rehabilitation CONTRACT 103, PART 1 CITY PROJECT NO. 02723 01 71 23 - 3 CONSTRUCTION STAKING AND SURVEY Page 3 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 14, 2018 1. Documentation verifying accuracy of field engineering work, including coordinate conversions if plans do not indicate grid or ground coordinates. 2. Submit “Cut-Sheets” conforming to the standard template provided by the City (refer to 01 71 23.16.01 – Attachment A – Survey Staking Standards). 1.7 CLOSEOUT SUBMITTALS B. As-built Redline Drawing Submittal 1. Submit As-Built Survey Redline Drawings documenting the locations/elevations of constructed improvements signed and sealed by Registered Professional Land Surveyor (RPLS) responsible for the work (refer to 01 71 23.16.01 – Attachment A – Survey Staking Standards) . 2. Contractor shall submit the proposed as-built and completed redline drawing submittal one (1) week prior to scheduling the project final inspection for City review and comment. Revisions, if necessary, shall be made to the as-built redline drawings and resubmitted to the City prior to scheduling the construction final inspection. 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Construction Staking 1. Construction staking will be performed by the Contractor. 2. Coordination a. Contact City’s Project Representative at least one week in advance notifying the City of when Construction Staking is scheduled. b. It is the Contractor’s responsibility to coordinate staking such that construction activities are not delayed or negatively impacted. 3. General a. Contractor is responsible for preserving and maintaining stakes. If City surveyors are required to re-stake for any reason, the Contractor will be responsible for costs to perform staking. If in the opinion of the City, a sufficient number of stakes or markings have been lost, destroyed disturbed or omitted that the contracted Work cannot take place then the Contractor will be required to stake or re-stake the deficient areas. B. Construction Survey 1. Construction Survey will be performed by the Contractor. 2. Coordination a. Contractor to verify that horizontal and vertical control data established in the design survey and required for construction survey is available and in place. 3. General 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. Sanitary Sewer Rehabilitation CONTRACT 103, PART 1 CITY PROJECT NO. 02723 01 71 23 - 4 CONSTRUCTION STAKING AND SURVEY Page 4 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 14, 2018 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 Sanitary Sewer Rehabilitation CONTRACT 103, PART 1 CITY PROJECT NO. 02723 01 71 23 - 5 CONSTRUCTION STAKING AND SURVEY Page 5 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 14, 2018 b. The Contractor shall provide as-built survey including the elevation and location (and provide written documentation to the City) of construction features after the construction is completed including the following: 1) Manholes a) Rim and flowline elevations and coordinates for each manhole 2) Water Lines a) Cathodic protection test stations b) Sampling stations c) Meter boxes/vaults (All sizes) d) Fire hydrants e) Valves (gate, butterfly, etc.) f) Air Release valves (Manhole rim and vent pipe) g) Blow off valves (Manhole rim and valve lid) h) Pressure plane valves i) Underground Vaults (1) Rim and flowline elevations and coordinates for each Underground Vault. 3) Sanitary Sewer a) Cleanouts (1) Rim and flowline elevations and coordinates for each b) Manholes and Junction Structures (1) Rim and flowline elevations and coordinates for each manhole and junction structure. 4) Stormwater – Not Applicable 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY PART 2 - PRODUCTS A. A construction survey will produce, but will not be limited to: 1. Recovery of relevant control points, points of curvature and points of intersection. 2. Establish temporary horizontal and vertical control elevations (benchmarks) sufficiently permanent and located in a manner to be used throughout construction. 3. The location of planned facilities, easements and improvements. a. Establishing final line and grade stakes for piers, floors, grade beams, parking areas, utilities, streets, highways, tunnels, and other construction. b. A record of revisions or corrections noted in an orderly manner for reference. c. A drawing, when required by the client, indicating the horizontal and vertical location of facilities, easements and improvements, as built. 4. Cut sheets shall be provided to the City inspector and Survey Superintendent for all construction staking projects. These cut sheets shall be on the standard city template which can be obtained from the Survey Superintendent (817-392-7925). 5. Digital survey files in the following formats shall be acceptable: a. AutoCAD (.dwg) b. ESRI Shapefile (.shp) Sanitary Sewer Rehabilitation CONTRACT 103, PART 1 CITY PROJECT NO. 02723 01 71 23 - 6 CONSTRUCTION STAKING AND SURVEY Page 6 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 14, 2018 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. 1. Field measurements of angles and distances shall be done in such fashion as to satisfy the closures and tolerances expressed in Part 3.1.A. 2. Vertical locations shall be established from a pre-established benchmark and checked by closing to a different bench mark on the same datum. 3. Construction survey field work shall correspond to the client’s plans. Irregularities or conflicts found shall be reported promptly to the City. 4. Revisions, corrections and other pertinent data shall be logged for future reference. Sanitary Sewer Rehabilitation CONTRACT 103, PART 1 CITY PROJECT NO. 02723 01 71 23 - 7 CONSTRUCTION STAKING AND SURVEY Page 7 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 14, 2018 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 APPLICATION 3.5 REPAIR / RESTORATION A. If the Contractor’s work damages or destroys one or more of the control monuments/points set by the City, the monuments shall be adequately referenced for expedient restoration. 1. Notify City if any control data needs to be restored or replaced due to damage caused during construction operations. a. Contractor shall perform replacements and/or restorations. b. The City may require at any time a survey “Field Check” of any monument or benchmarks that are set be verified by the City surveyors before further associated work can move forward. 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL A. It is the Contractor’s responsibility to maintain all stakes and control data placed by the City in accordance with this Specification. This includes easements and right of way, if noted on the plans. B. Do not change or relocate stakes or control data without approval from the City. 3.8 SYSTEM STARTUP A. Survey Checks 1. The City reserves the right to perform a Survey Check at any time deemed necessary. 2. Checks by City personnel or 3rd party contracted surveyor are not intended to relieve the contractor of his/her responsibility for accuracy. 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 Sanitary Sewer Rehabilitation CONTRACT 103, PART 1 CITY PROJECT NO. 02723 01 71 23 - 8 CONSTRUCTION STAKING AND SURVEY Page 8 of 8 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 14, 2018 DATE NAME SUMMARY OF CHANGE 8/31/2012 D. Johnson 8/31/2017 M. Owen Added instruction and modified measurement & payment under 1.2; added definitions and references under 1.3; modified 1.6; added 1.7 closeout submittal requirements; modified 1.9 Quality Assurance; added PART 2 – PRODUCTS ; Added 3.1 Installers; added 3.5 Repair/Restoration; and added 3.8 System Startup. 2/14/2018 M Owen Removed “blue text”; revised measurement and payment sections for Construction Staking and As-Built Survey; added reference to selection compliance with TGC 2254; revised action and Closeout submittal requirements; added acceptable depth measurement criteria; revised list of items requiring as-built survey “during” and “after” construction; and revised acceptable digital survey file format Sanitary Sewer Rehabilitation CONTRACT 103, PART 1 CITY PROJECT NO. 02723 O:\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 1 of 22 Section 01 71 23.01 - Attachment A Survey Staking Standards February 2017 O:\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 2 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 TXDOT right-of-way or through joint TXDOT 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 VII. Storm Staking VIII. Curb and Gutter Staking IX. Cut Sheets X. As-built Survey O:\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 3 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 RED POTABLE WATER BLUE GAS OR OIL YELLOW TELEPHONE/FIBER OPTIC ORANGE SURVEY CONTROL POINTS, BENCHMARKS, PROPERTY CORNERS, RIGHT-OF-WAYS, AND ALL PAVING INCLUDING CURB, SIDEWALK, BUILDING CORNERS PINK SANITARY SEWER GREEN 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 O:\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 4 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 any time. 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=0 C. Geoid model used, Example: GEOID12A O:\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 5 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 False_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 O:\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 6 of 22 File 2: C1234_As-built of Water on Main Street_Project Specific Datum.csv Example Control Stakes O:\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 7 of 22 V. Water Staking Standards O:\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 8 of 22 A. Centerline Staking – Straight Line Tangents I. Offset lath/stakes every 200’ on even stations II. 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 II. RIM grades should only be provided if on plans Example Water Stakes O:\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 9 of 22 VI. Sanitary Sewer Staking O:\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 10 of 22 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 O:\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 11 of 22 Example Sanitary Sewer Stakes O:\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 12 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 II. 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 O:\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 13 of 22 Example Storm Inlet Stakes O:\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 14 of 22 VIII. Curb and Gutter Staking 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 O:\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 15 of 22 Example Curb & Gutter Stakes Example Curb & Gutter Stakes at Intersection O:\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 16 of 22 O:\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 17 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 Date: City Project Number: Project Name: Staking Method:  GPS  TOTAL 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. O:\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 18 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 O:\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 19 of 22 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. O:\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 20 of 22 O:\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 21 of 22 O:\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 22 of 22 O:\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 23 of 23 O:\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 24 of 24 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. O:\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 25 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. O:\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 26 of 26 01 74 23 - 1 CLEANING Page 1 of 4 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 SECTION 01 74 23 CLEANING PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Intermediate and final cleaning for Work not including special cleaning of closed systems specified elsewhere B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 3. Section 32 92 13 – Hydro-Mulching, Seeding and Sodding 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Scheduling 1. Schedule cleaning operations so that dust and other contaminants disturbed by cleaning process will not fall on newly painted surfaces. 2. Schedule final cleaning upon completion of Work and immediately prior to final inspection. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Store cleaning products and cleaning wastes in containers specifically designed for those materials. Sanitary Sewer Rehabilitation CONTRACT 103, PART 1 CITY PROJECT NO. 02723 01 74 23 - 2 CLEANING Page 2 of 4 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 MATERIALS A. Cleaning Agents 1. Compatible with surface being cleaned 2. New and uncontaminated 3. For manufactured surfaces a. Material recommended by manufacturer 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 APPLICATION [NOT USED] 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING A. General 1. Prevent accumulation of wastes that create hazardous conditions. 2. Conduct cleaning and disposal operations to comply with laws and safety orders of governing authorities. 3. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in storm or sanitary drains or sewers. 4. Dispose of degradable debris at an approved solid waste disposal site. 5. Dispose of nondegradable debris at an approved solid waste disposal site or in an alternate manner approved by City and regulatory agencies. Sanitary Sewer Rehabilitation CONTRACT 103, PART 1 CITY PROJECT NO. 02723 01 74 23 - 3 CLEANING Page 3 of 4 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 6. Handle materials in a controlled manner with as few handlings as possible. 7. Thoroughly clean, sweep, wash and polish all Work and equipment associated with this project. 8. Remove all signs of temporary construction and activities incidental to construction of required permanent Work. 9. If project is not cleaned to the satisfaction of the City, the City reserves the right to have the cleaning completed at the expense of the Contractor. 10. Do not burn on-site. B. Intermediate Cleaning during Construction 1. Keep Work areas clean so as not to hinder health, safety or convenience of personnel in existing facility operations. 2. At maximum weekly intervals, dispose of waste materials, debris and rubbish. 3. Confine construction debris daily in strategically located container(s): a. Cover to prevent blowing by wind b. Store debris away from construction or operational activities c. Haul from site at a minimum of once per week 4. Vacuum clean interior areas when ready to receive finish painting. a. Continue vacuum cleaning on an as-needed basis, until Final Acceptance. 5. Prior to storm events, thoroughly clean site of all loose or unsecured items, which may become airborne or transported by flowing water during the storm. C. Interior Final Cleaning 1. Remove grease, mastic, adhesives, dust, dirt, stains, fingerprints, labels and other foreign materials from sight-exposed surfaces. 2. Wipe all lighting fixture reflectors, lenses, lamps and trims clean. 3. Wash and shine glazing and mirrors. 4. Polish glossy surfaces to a clear shine. 5. Ventilating systems a. Clean permanent filters and replace disposable filters if units were operated during construction. b. Clean ducts, blowers and coils if units were operated without filters during construction. 6. Replace all burned out lamps. 7. Broom clean process area floors. 8. Mop office and control room floors. D. Exterior (Site or Right of Way) Final Cleaning 1. Remove trash and debris containers from site. a. Re-seed areas disturbed by location of trash and debris containers in accordance with Section 32 92 13. 2. Sweep roadway to remove all rocks, pieces of asphalt, concrete or any other object that may hinder or disrupt the flow of traffic along the roadway. 3. Clean any interior areas including, but not limited to, vaults, manholes, structures, junction boxes and inlets. Sanitary Sewer Rehabilitation CONTRACT 103, PART 1 CITY PROJECT NO. 02723 01 74 23 - 4 CLEANING Page 4 of 4 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 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 Sanitary Sewer Rehabilitation CONTRACT 103, PART 1 CITY PROJECT NO. 02723 01 77 19 - 1 CLOSEOUT REQUIREMENTS Page 1 of 3 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 22, 2021 SECTION 01 77 19 1 CLOSEOUT REQUIREMENTS 2 PART 1 - GENERAL 3 1.1 SUMMARY 4 A. Section Includes : 5 1. The procedure for closing out a contract 6 B. Deviations from this City of Fort Worth Standard Specification 7 1. None. 8 C. Related Specification Sections include, but are not necessarily limited to: 9 1. Division 0 – Biddin g Requirements, Contract Forms and Conditions of the Contract 10 2. Division 1 – General Requirements 11 1.2 PRICE AND PAYMENT PROCEDURES 12 A. Measurement and Payment 13 1. Work associated with this Item is considered subsidiary to the various Items bid. 14 No separate payment will be allowed for this I tem. 15 1.3 REFERENCES [NOT USED] 16 1.4 ADMINISTRATIVE REQUI REMENTS 17 A. Guarantees, Bonds and Affidavits 18 1. No application for final payment will be accepted until all guarantees, bonds, 19 certificates, licenses and affidavits required for Work or equipment as specified are 20 satisfactorily filed with the City. 21 B. Release of Liens or Claims 22 1. No application for final payment will be accepted until satisfactory evidence of 23 release of liens has been submitted to the City. 24 1.5 SUBMITTALS 25 A. Submit all required documentation to City’s Project Representative. 26 27 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 28 29 1.7 CLOSEOUT SUBMITTALS [NOT USED] 30 PART 2 - PRODUCTS [NOT USED] 31 32 Sanitary Sewer Rehabilitation CONTRACT 103, PART 1 CITY PROJECT NO. 02723 01 77 19 - 2 CLOSEOUT REQUIREMENTS Page 2 of 3 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 22, 2021 PART 3 - EXECUTION 1 3.1 INSTALLERS [NOT USED] 2 3.2 EXAMINATION [NOT USED] 3 3.3 PREPARATION [NOT USED] 4 3.4 CLOSEOUT PROCEDURE 5 A. Prior to requesting Final Inspection, submit: 6 1. Project Record Documents in accordance with Section 01 78 39 7 2. Operation and Maintenance Data, if required, in a ccordance with Section 01 78 23 8 B. Prior to requesting Final Inspection, perform final cleaning in accordance with Section 9 01 74 23. 10 C. Final Inspection 11 1. After final cleaning, provide notice to the City Project Representative that the Work 12 is completed. 13 a. The City will make an init ial Final Inspection with the Contractor present. 14 b. Upon completion of this inspection, the City will notify the Contractor, in 15 writing within 10 business days, of any particulars in which this inspection 16 reveals that the Work is defective or incomplete. 17 2. Upon receiving written notice from the City, immediately undertake the Work 18 required to remedy deficiencies and complete the Work to the satisfaction of the 19 City. 20 3. The Right-of-way shall be cleared of all construction materials, barricades, and 21 temporary signage. 22 4. Upon completion of Work associated with the items listed in the City's written 23 notice, inform the City that the required Work has been completed. Upon receipt of 24 this notice, the City, in the presence of the Contractor, will make a subsequent Final 25 Inspection of the project. 26 5. Provide all special accessories required to place each item of equipment in full 27 operation. These special accessory items include, but are not limited to: 28 a. Specified spare parts 29 b. Adequate oil and grease as required for the first lubrication of the equipment 30 c. Initial fill up of all chemical tanks and fuel tanks 31 d. Light bulbs 32 e. Fuses 33 f. Vault keys 34 g. Handwheels 35 h. Other expendable items as required for initial start-up and operation of all 36 equipment 37 D. Notice of Project Completion 38 1. Once the City Project Representative find s the Work subsequent to Final Inspection 39 to be satisfactory, the City will issue a Notice of Project Completion (Green Sheet). 40 E. Supporting Documentation 41 Sanitary Sewer Rehabilitation CONTRACT 103, PART 1 CITY PROJECT NO. 02723 01 77 19 - 3 CLOSEOUT REQUIREMENTS Page 3 of 3 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 22, 2021 1. Coordinate with the City Project Representative to complete the following 1 additional forms: 2 a. Final Payment Request 3 b. Statement of Contract Time 4 c. Affidavit of Payment and Release of Liens 5 d. Consent of Surety to Final Payment 6 e. Pipe Report (if required) 7 f. Contractor’s Evaluation of City 8 g. Performance Evaluation of Contractor 9 F. Letter of Final Acceptance 10 1. Upon review and acceptance of Notice of Project Completion and Supporting 11 Documentation, in accordance with General Conditions, City will issue Letter of 12 Final Acceptance and release the Final Payment Request for payment. 13 3.5 REPAIR / RESTORATION [NOT USED] 14 3.6 RE-INSTALLATION [NOT USED] 15 3.7 FIELD [OR] SITE QUALITY CONTR OL [NOT USED] 16 3.8 SYSTEM STARTUP [NOT USED] 17 3.9 ADJUSTING [NOT USED] 18 3.10 CLEANING [NOT USED] 19 3.11 CLOSEOUT ACTIVITIES [NOT USED] 20 3.12 PROTECTION [NOT USED] 21 3.13 MAINTENANCE [NOT USED] 22 3.14 ATTACHMENTS [NOT USED] 23 END OF SECTION 24 25 Revision Log DATE NAME SUMMARY OF CHANGE 3/22/2021 M Owen 3.4 C. Added language to clarify and emphasize requirement to “Clearing ROW” 26 Sanitary Sewer Rehabilitation CONTRACT 103, PART 1 CITY PROJECT NO. 02723 01 78 23 - 1 OPERATION AND MAINTENANCE DATA Page 1 of 5 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 SECTION 01 78 23 OPERATION AND MAINTENANCE DATA PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Product data and related information appropriate for City's maintenance and operation of products furnished under Contract 2. Such products may include, but are not limited to: a. Traffic Controllers b. Irrigation Controllers (to be operated by the City) c. Butterfly Valves B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Schedule 1. Submit manuals in final form to the City within 30 calendar days of product shipment to the project site. 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00 . All submittals shall be approved by the City prior to delivery. 1.6 INFORMATIONAL SUBMITTALS A. Submittal Form 1. Prepare data in form of an instructional manual for use by City personnel. 2. Format a. Size: 8 ½ inches x 11 inches b. Paper 1) 40 pound minimum, white, for typed pages 2) Holes reinforced with plastic, cloth or metal c. Text: Manufacturer’s printed data, or neatly typewritten Sanitary Sewer Rehabilitation CONTRACT 103, PART 1 CITY PROJECT NO. 02723 01 78 23 - 2 OPERATION AND MAINTENANCE DATA Page 2 of 5 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 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 text, as required to supplement product data for the particular installation: a. Organize in consistent format under separate headings for different procedures. b. Provide logical sequence of instructions of each procedure. Sanitary Sewer Rehabilitation CONTRACT 103, PART 1 CITY PROJECT NO. 02723 01 78 23 - 3 OPERATION AND MAINTENANCE DATA Page 3 of 5 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 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 Sanitary Sewer Rehabilitation CONTRACT 103, PART 1 CITY PROJECT NO. 02723 01 78 23 - 4 OPERATION AND MAINTENANCE DATA Page 4 of 5 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 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 Sanitary Sewer Rehabilitation CONTRACT 103, PART 1 CITY PROJECT NO. 02723 01 78 23 - 5 OPERATION AND MAINTENANCE DATA Page 5 of 5 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D. Johnson 1.5.A.1 – title of section removed Sanitary Sewer Rehabilitation CONTRACT 103, PART 1 CITY PROJECT NO. 02723 01 78 39 - 1 PROJECT RECORD DOCUMENTS Page 1 of 4 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 SECTION 01 78 39 PROJECT RECORD DOCUMENTS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Work associated with the documenting the project and recording changes to project documents, including: a. Record Drawings b. Water Meter Service Reports c. Sanitary Sewer Service Reports d. Large Water Meter Reports B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Prior to submitting a request for Final Inspection, deliver Project Record Documents to City’s Project Representative. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Accuracy of Records 1. Thoroughly coordinate changes within the Record Documents, making adequate and proper entries on each page of Specifications and each sheet of Drawings and other Documents where such entry is required to show the change properly. 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. Sanitary Sewer Rehabilitation CONTRACT 103, PART 1 CITY PROJECT NO. 02723 01 78 39 - 2 PROJECT RECORD DOCUMENTS Page 2 of 4 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 3. To facilitate accuracy of records, make entries within 24 hours after receipt of information that the change has occurred. 4. Provide factual information regarding all aspects of the Work, both concealed and visible, to enable future modification of the Work to proceed without lengthy and expensive site measurement, investigation and examination. 1.10 STORAGE AND HANDLING A. Storage and Handling Requirements 1. Maintain the job set of Record Documents completely protected from deterioration and from loss and damage until completion of the Work and transfer of all recorded data to the final Project Record Documents. 2. In the event of loss of recorded data, use means necessary to again secure the data to the City's approval. a. In such case, provide replacements to the standards originally required by the Contract Documents. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 2.2 RECORD DOCUMENTS A. Job set 1. Promptly following receipt of the Notice to Proceed, secure from the City, at no charge to the Contractor, 1 complete set of all Documents comprising the Contract. B. Final Record Documents 1. At a time nearing the completion of the Work and prior to Final Inspection, provide the City 1 complete set of all Final Record Drawings in the Contract. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 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". Sanitary Sewer Rehabilitation CONTRACT 103, PART 1 CITY PROJECT NO. 02723 01 78 39 - 3 PROJECT RECORD DOCUMENTS Page 3 of 4 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 2. Preservation a. Considering the Contract completion time, the probable number of occasions upon which the job set must be taken out for new entries and for examination, and the conditions under which these activities will be performed, devise a suitable method for protecting the job set. b. Do not use the job set for any purpose except entry of new data and for review by the City, until start of transfer of data to final Project Record Documents. c. Maintain the job set at the site of work. 3. Coordination with Construction Survey a. At a minimum, in accordance with the intervals set forth in Section 01 71 23, clearly mark any deviations from Contract Documents associated with installation of the infrastructure. 4. Making entries on Drawings a. Record any deviations from Contract Documents. b. Use an erasable colored pencil (not ink or indelible pencil), clearly describe the change by graphic line and note as required. c. Date all entries. d. Call attention to the entry by a "cloud" drawn around the area or areas affected. e. In the event of overlapping changes, use different colors for the overlapping changes. 5. Conversion of schematic layouts a. In some cases on the Drawings, arrangements of conduits, circuits, piping, ducts, and similar items, are shown schematically and are not intended to portray precise physical layout. 1) Final physical arrangement is determined by the Contractor, subject to the City's approval. 2) However, design of future modifications of the facility may require accurate information as to the final physical layout of items which are shown only schematically on the Drawings. b. Show on the job set of Record Drawings, by dimension accurate to within 1 inch, the centerline of each run of items. 1) Final physical arrangement is determined by the Contractor, subject to the City's approval. 2) Show, by symbol or note, the vertical location of the Item ("under slab", "in ceiling plenum", "exposed", and the like). 3) Make all identification sufficiently descriptive that it may be related reliably to the Specifications. c. The City may waive the requirements for conversion of schematic layouts where, in the City's judgment, conversion serves no useful purpose. However, do not rely upon waivers being issued except as specifically issued in writing by the City. 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. Sanitary Sewer Rehabilitation CONTRACT 103, PART 1 CITY PROJECT NO. 02723 01 78 39 - 4 PROJECT RECORD DOCUMENTS Page 4 of 4 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 c. Call attention to each entry by drawing a "cloud" around the area or areas affected. d. Make changes neatly, consistently and with the proper media to assure longevity and clear reproduction. 2. Transfer of data to other Documents a. If the Documents, other than Drawings, have been kept clean during progress of the Work, and if entries thereon have been orderly to the approval of the City, the job set of those Documents, other than Drawings, will be accepted as final Record Documents. b. If any such Document is not so approved by the City, secure a new copy of that Document from the City at the City's usual charge for reproduction and handling, and carefully transfer the change data to the new copy to the approval of the City. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE Sanitary Sewer Rehabilitation CONTRACT 103, PART 1 CITY PROJECT NO. 02723 CITY OF FORT WORTH Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CONTRACT 103, PART 1 Revised July 1, 2011 CITY PROJECT NO. 02723 APPENDIX GC-4.02 Subsurface and Physical Conditions GC-6.06.D Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates GR-01 60 00 Product Requirements CITY OF FORT WORTH Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CONTRACT 103, PART 1 Revised July 1, 2011 CITY PROJECT NO. 02723 GC-4.02 Subsurface and Physical Conditions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one Engineering Services, Ltd. Project: Sanitary Sewer Rehabilitation Contract 103 CPN: C02723 / PO-0000004732 / Sewer FID: 56002- 0700730-5330500-C02723-V01784-9999 Rone Project No.: 2024821 Rone Report No.: 14353782 Date of Service: 12/14 and 12/15/2020 Depth Checks – Coring On this date a representative of Rone Engineering Services, Ltd. arrived onsite, as scheduled, to perform Asphalt Core Depth Checks. Please See Below for Locations and Results: Hole #1 Location: 200’ east of Judkins Street 8.25" of Concrete – Compressive Strength Result: 6420psi 4.25" of Light Brown Clayey Sand; Atterburg Limits: Non-Plastic 4" of Reddish Brown Clayey Sand; Atterburg Limits: Non-Plastic Stopped coring at 16.5” Hole #2 Location: 410’ east of Judkins Street 7.50" of Concrete – Compressive Strength Result: 5520psi 4" of Flexbase; Atterburg Limits: LL=30, PL=26, PI=4 4.5" of Reddish Brown Clayey Sand; Atterburg Limits: LL=22, PL=16, PI=6 Stopped coring at 16” Hole #3 Location: 190’ east of S. Sylvania 7" of HMAC (3” type C and 4” type B) 4.5" of Light Brown Clayey Sand 5" of Reddish Brown Clayey Sand Stopped coring at 16” Hole #4 Location: 450’ east of S. Sylvania 6.75" of HMAC (2.75” type C and 4” type B) 8.5" of Light Brown Clayey Sand; Atterburg Limits: LL=24, PL=16, PI=8 Stopped coring at 15.25” Hole #5 Location: 640’ east of S. Sylvania 3.5" of HMAC (1.50” type C and 2” type B) 7.5" of Light Brown Clayey Sand; Atterburg Limits: Non-Plastic Stopped coring at 11” Hole #6 Location: 910’ east of S. Sylvania 7.5" of HMAC (3” type C and 4.5” type B) 4" of Light Brown Clayey Sand with Asphalt; Atterburg Limits: LL=22, PL=17, PI=5 4" of Reddish Brown Clayey Sand; Atterburg Limits: Non-Plastic Stopped coring at 15.5” Hole #7 Location: 1250’ east of S. Sylvania 8.5" of HMAC (3.5” type C and 5” type B) 4.5" of Light Brown Clayey Sand; 3" of Reddish Brown Clayey Sand Stopped coring at 16” Hole #8 Location: 1480’ east of S. Sylvania 8" of HMAC (3.5” type C and 4.5” type B) 3" of Reddish Brown Clayey Sand; Atterburg Limits: LL=25, PL=15, PI=10 4" of Reddish Brown Clayey Sand; Atterburg Limits: LL=26, PL=14, PI=13 Stopped coring at 15” Hole #9 Location: 150’ east of S. Sylvania 5.75" of HMAC (1.75” type C and 4” type B) 7" of Light Brown Clayey Sand; Atterburg Limits: LL=24, PL=20, PI=4 Stopped coring at 16” Hole #10 Location: 368’ east of S. Sylvania 6" of HMAC (2.25” type C and 3.75” type B) 7" of Light Brown Clayey Sand; Stopped coring at 13” Hole #11 Location: 150’ north of Gipson Street 7" of Concrete – Compressive Strength Result: 5290psi 8" of Light Brown Clayey Sand; Atterburg Limits: LL=22, PL=18, PI=4 Stopped coring at 15” Hole #12 Location: 210’ east of Baurline Street 7.25" of HMAC (3” type C and 4.25” type B) 6" of Light Brown Clayey Sand; Stopped coring at 13.25” Hole #13 Location: 500’ east of Baurline Street 6.25" of HMAC (3” type C and 3.25” type B) 6.75" of Light Brown Clayey Sand; Atterburg Limits: LL=22, PL=20, PI=2 Stopped coring at 13” Hole #14 Location: 750’ east of Baurline Street 8" of HMAC (4.5” type C and 3.5” type B) 6.25" of Light Brown Clayey Sand; Stopped coring at 14.25” Hole #15 Location: 1020’ east of Baurline Street 8" of HMAC (3” type C and 5” type B) 8" of Light Brown Clayey Sand; Atterburg Limits: LL=21, PL=17, PI=4 Stopped coring at 16” Hole #16 Location: 180’ south of Huffman Street 4.5" of HMAC (4.5” type C), 9" of Flexbase; Atterburg Limits: LL=32, PL=27, PI=4 3" of Light Brown Clayey Sand; Atterburg Limits: LL=21, PL=13, PI=8 Stopped coring at 16.5” Hole #17 Location: 100’ west of Judkins Street 2.5" of HMAC (2.5”), 8.5" of Concrete – Compressive Strength Result: 3990psi 4" of Light Brown Clayey Sand; Atterburg Limits: LL=23, PL=16, PI=7 Stopped coring at 15” Please see attached maps for plotted locations referenced above. N U - - . N _ � _ � � � �_ N Q - � � N O - O � '� � o .. any eiuenl�5 5 N Sylvpnia Ave ant+ eiuen��S i�i .. Q �. - N Sylvania qve ��� � � _ � O D _ a c� _ � I ,�R - rt ' - - I 4V c N R = Q .�-. � u -� � -.`J _ a m c=; Q � = , v' a � _ .o (7rncr nv< - anr aoe��. _ ' � _ � K � rt . . . .Ifi1tlI5C $( � �' D N � r n� a nn o .- n '=Q �, �o� ^ .. �C n y _K � T . � C? - � _ � .. .. .... ... .. . anV u�pue�e i . . j.�� - I I i � . _..�. .. . � .. ' � �g eww� _ O n Iti iwufj � �� _ ^ y z D c�� {r c c V - ^ � � y � � C� � A 5 QS � N � is s��Hv�r s n is sw.O r s O � - - .. N �s s��y�,�,r N is su��P��r n � - \ � � ✓ � � � � \ � (j� r � � � ' .� , . ...�M��., � ..� �� Ic c11a21 N \ � _ `� - t: ,.:..,... - (D ♦ � � ,_ - F iU > - z � "6 o c� �'F N = a p � ::oa - �� ialPue4] 5 �� i3lPuetl:)S � J�fui��i: Iv .., i�-If ��'i;:�, rJ I`�i�:,;�' t�: II' '.. ,. � _ �o _ . _ � m Q N � _ Q ' � ' p - ;,. d�,�,�a .. ip apisia�r,u ,� apis�ania N i4 apis�ar.ib 1�� �' � O � �� � � _ � = � Q J�. - - : - ° � � � o - ' > � � � S " na` ' o ?.L � d - L� _6 _ c aa x O- � - � rt _ ¢� a v. . W m Q � O N '. IS ,v'�i�RalFl 1S �uin�IH lc `.'.uir.a��, o � O . _+en:t anV auAc�ng ' o c O � O � C - � ' _ Coloniu151 �GI�'�uo�o� � l L , N �.�'k, W V i N O N ,.-.i_.. . _. !: /� O �-��ori�Wunh-tlranch�pirinny-7�rads�Sys�e�ni'�- - 'k/ C� N _ � C 11"\ - 41 J � � � _ _ _ � � � ' � � ._'.�.�. ❑ .. � :i'.b' Elll � �.i:C' �` . � . � - O ��'�t' F'IIJC,\jA i �- .i.i� � ^ �;�C.uQr\�5� ^ � � � � � _ � � "Q �' - � o V �j _ � � _ c0 �, — _ a- . � j : � � ~ o � � � � � � � , � � � � $ � � _ O �� p �V� � ' �'` �. l(�!i!1 = - � :� � o 0 � � _ _ � � � � � s _ °' n a N a c _ � � °Q _ y/ r , @ (J� IS �'11�N 5 - ` . . .. 1c eU�N S �`°`� !c � � — _ � — 3 z ' -• " _� _ Qio � � m H,� - - o a�S�a � P U� _ k �N. � S�O� r�, v< o = -o Z - = a �� , 0 � °� n Rn� � .� _ erside Dr ia apis�ar,ia O � - � a o �� N O N - O � N o sr 0 0 - �� Q � $ fJ r, � C � � _ � + _ � A - � � r, N L ( v. O f � i � N � N � n d O N 0 0 r � t.. \' H )' � C � 2 7 a c�L .O � a ._.. ,. � iSauipnes tSaui�meg tSaupmeg �Sau�� � � a � o 0 — N J. ~ � �. D c � o � I' -�i ? � � C ' 9 0: O � � �J D m v: v: U, N � � _ � d D � a ry D � m � 0 � v± � � N � � � � � D ` io a o = �C � n = c o � - A � ; � � m � Q^ a m � � N d ;m SR � c Dr ._, P¢ry � v: - S7 ,`�o R,�, S Reua Sy� tS el:ab S �S �ua2i S �S en s- P:s� , �V� o„ m� G� A � � - '+� - » k O � � : F,, �i� � � � R�,,. _„ . � G' = w r„��yF � z m _ N F O u�l�.��'�:I(ic - � O � 9 O D �) � _ � S � � 0 N k °e; �. � .. .,;a= 0, � *' R��,e °o '�a"�, s'aFrJ( � � �t�,eS R�i.eV/ aN D dN Ur Ri�PrS�aP U, N W }�r� N �} � O ,/� O V �� a � � � �+�,, V• � O O � � � Q1 � N .;..;.; :.'..,�-� � W c �� �� f.� O _ \3 N , - SaM '�} o 'an`� ���u��i'����� _ � _ � �,o�,SaM � (a�Uu�' �.,c,�:n-;a�u���.,, �,� �aP�1j �u,c,�''`' Pt, i° F�rk Trin� �.0 h' River '� � �a= y GQ C � 7 '3w 3 - o ; - � � � _ - ❑ or,�N eiuer.,n� � ,. Svl�-ani� �-.ve , , riuenin5 � � �' anV �i _ rt � ^ 'G � C = - 0 0� D T N � _ - o Q tc asine,e� ^ r _• Q j - � � � � {Y. Q _ � ,. N .r.i•e t5 au��ineF, iS aui�mc� �...� � i11 � ' N < V _ =' ` � .... y � ✓ � < V , _ � `� Q - O � _ r x � i l v c� _ _ � o 0 � ti cuaN �'. � _ _ � > � � a � ry R Q . . . �g ellatl S v N _ � - N - O N O = S Chantller qvF > 00 = _ _ - c _ N r � . Q ? � _ - ry � _ E�= ..... i� .: � N CITY OF FORT WORTH Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CONTRACT 103, PART 1 Revised July 1, 2011 CITY PROJECT NO. 02723 GC-6.06.D Minority and Women Owned Business Enterprise Compliance THIS PAGE LEFT INTENTIONALLY BLANK City of Fort Worth Business Equity Division INSTRUCTIONS TO BIDDERS ABOUT THE BUSINESS EQUITY GOAL Bid number: _____________ Business Equity Goal: __________% 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 ______%. 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, ______% 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 §20-370 (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. For a 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 on a 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 in the 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 | Phone: 817-392-2674 Business Equity Firms are certified Minority/Women Business Enterprise (M/WBE) Disadvantage Business Enterprise (DBE) Request for Listing of Certified Firms PLEASE ANSWER ALL QUESTIONS ON THIS FORM TO ENSURE FASTER PROCESSING COMPANY NAME: DEVELOPER GENERAL CONTRACTOR CONSULTANT PROJECT NAME: ________________________ SECTION 3 CONSTRUCTION PROFESSIONAL(RFP/RFQ) GOODS/ SERVICES All requests will be processed within 2 City business Days (Exception: Large requests may take 3 days) *Estimated Project Start Date is applicable to Tax Incentives, 380's, tif and Federally-funded projects Please include the 6-digit NAICS Code and description of the product/service. A link to the NAICS Code Search is provided for your convenience. Attach a separate form if more space is needed. CONTRUCTION & PROFESSIONAL SERVICES NAICS Codes Search (Required) SUPPLIER OF GOODS & SERVICES NAICS Codes Search (Required) NAICS CODE Description NAICS CODE Description EMAIL THE COMPLETED FORM TO: DVIN_BEOffice@fortworthtexas.gov . Listings reports can be utilized for six (6) months from the date of the report. If additional commodities are needed within this period, submit a new request for listings to the email address above. If you need additional assistance, please call (817) 392-2674. City of Fort Worth | Business Equity Division |818 Missouri Ave, Suite 230 |Fort Worth, TX 76104 _______________________________ ADDRESS:______________________________________ CITY/STATE/ZIP:_________________________________ REQUESTER'S NAME:_____________________________ PROJECT TYPE: CITY-FUNDED TAX INCENTIVE 380 AGREEMENT TIF FEDERALLY-FUNDED PROJECT/BID#_______________ BID OPENING DATE: _________ PROJ. START DATE*________ GOAL TYPE: M/WBE MBE WBE DBE PROFESSIONAL SERVICES OTHER Please specify other Goal Type (s): _____________________________________________________________ ATTACHMENT 1A Page 1 of 4 City of Fort Worth Business Equity Utilization Form Disadvantaged Business Enterprise Utilization Form (Applicable if Federally-Funded) PRIME/OFFEROR/OWNER COMPANY NAME: BID DATE: PROJECT NAME: PROJECT NUMBER:City’s Business Equity Goal: MBE WBE DBE HUB VOSB Section 3 Not Certified Check all applicable boxes to describe Prime/Offeror/Owner's Classification: Certifying Agency:NCTRCA D/FW MSDC TX DOT WBCS Other: Ethnicity:African American Hispanic Native American Asian Caucasian Female Definitions: Business Equity Firm: Certified MBE Minority Business Enterprise or WBE Women Business Enterprise DBE: Disadvantaged Business Enterprise HUB: Historically Under Utilized Business VOSB: Veteran Owned Small Business Section 3: Certified Housing Urban Development Vendors Gender:Male % Offeror’s Business Equity (or DBE) Commitment: ALL BUSINESS EQUITY FIRMS MUST BE CERTIFIED BEFORE CONTRACT AWARD Failure to complete this form, in its entirety, and received by the Purchasing Division no later than 2:00 p.m. on the third City business day after bid opening, exclusive of bid opening date, will result in the bid being considered non-responsive to bid specifications. Exception: CFA, ICA, and CDBG projects, documents will be submitted to the City Project Manager if publicly bid or to the Developer if privately bid. The undersigned Prime/Offeror agrees to enter into a formal agreement with the Business Equity firm(s) listed in this utilization schedule, conditioned upon execution of a contract with the City of Fort Worth (Exception: Developer projects). The intentional and/or knowing misrepresentation of facts is grounds for consideration of disqualification and will result in the bid being considered non-responsive to bid specifications. Business Equity firms listed toward meeting the project goal must be located in the City's marketplace at the time of bid or the business has a Significant Business Presence in the Marketplace. The marketplace is the City of Fort Worth including portions of Denton, Parker, Wise, and all of Tarrant, Dallas, and Johnson counties. Certified means those Business Equity Firms, located within the Marketplace, that have been determined to be a bona-fide minority or women business enterprise by the North Central Texas Regional Certification Agency (NCTRCA), Dallas/Fort Worth Minority Supplier Development Council (D/FW MSDC) and Women's Business Council-Southwest (WBCS). If hauling services are utilized, the Prime/Offeror will be given credit as long as the Business Equity firm listed owns and operates at least one fully licensed and operational truck to be used on the contract. The Business Equity firms may lease trucks from another Business Equity firm, including Business Equity owner-operated, and receive full Business Equity credit. The Business Equity firm may lease trucks from non-Business Equity firms, including owner-operated, but will only receive credit for the fees and commissions earned by the Business Equity as outlined in the lease agreement. Federally-funded Projects (ONLY), Counting DBE Participation: If materials or supplies are obtained from a DBE manufacturer, count 100 percent of the cost of the materials or supplies towards the goal. If the materials or supplies are purchased from a DBE regular dealer, count 60 percent of the cost of the materials and supplies toward the DBE goal. When materials or supplies are purchased from a DBE neither a manufacturer nor a regular dealer, count the entire amount of fees or commissions charged for assistance in the procurement of the materials and supplies or fees or transportation charges for the delivery of the materials or supplies delivered to the job site. In all cases, the Prime/Offeror is responsible to identify the amounts to be used toward the committed DBE goal. Note: For DBE Goals, 60% of the services count towards the goal. Non-Binary (Check if addressing DBE Goal)% Effective 01/01/2021 Updated 03/24/2022 ATTACHMENT 1A Page 2 of 4 Please note that only certified Business Equity firms will be counted to meet the Business Equity goal. Prime/Offerors are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Business Equity firms and non-Business Equity firms. Prime/Offerors must identify by tier level all subcontractors/suppliers. Tier: means the level of subcontracting below the Prime/Offeror i.e. a direct payment from the Prime/Offeror to a subcontractor is considered 1st tier, a payment by a subcontractor to its supplier is considered 2nd tier. Business Equity firms are to be listed before non-Business Equity firms. The Prime/Offeror is responsible to provide proof of payment of all tiered sub-contractors/suppliers identified as a Business Equity firm and counting those dollars towards meeting the contract committed goal. Certified Business Equity Prime/Offeror Contractors counting their self-performance towards meeting the contract goal, must be certified within those NAICS commodity codes with a certifying agency acceptable by the City of Fort Worth. Certified Business Equity Prime/Offeror counting self-performing services towards the goal, the service(s) to be performed should be listed first on the Utilization form. NAMES AND ADDRESSES OF CONTRACTORS/SUPPLIERS TYPE OF SERVICES/SUPPLIES PROVIDED (NAICS Required)Specify Tier Name 1st Tier Certification Agency Gender and Ethnicity: Business Name: Address: Phone: Email: Contact Person: Type of Service/Supplies: $ AMOUNT: Male Female Certified By: NCTRCA TXDOT Type of Service/Supplies: $ AMOUNT: Certified By: NCTRCA TXDOT Type of Service/Supplies: $ AMOUNT: Certified By: NCTRCA TXDOT $ AMOUNT: Certified By: NCTRCA TxDOT African American WBCS D/FW MSDC WBCS DFW MSDC Male Female Male Female WBCS DFW MSDC African American African American Business Equity Utilization Form Non-Binary Other: Hispanic Native American Asian Caucasian Business Name: Address: Phone: Email: Contact Person: Business Name: Address: Phone: Email: Contact Person: Other: Other: Asian Caucasian Hispanic Asian Caucasian Hispanic Native American Native American Non-Binary Non-Binary Effective 01/01/2021 Updated 03/24/2022 NAICS Code: NAICS Code: NAICS Code: Check this box if certified Prime Contractor services will be counting towards the Business Equity contracting goal. Please list services first below. Please list certified Business Equity firm names as listed on their certification, including DBA names. ATTACHMENT 1A Page 3 of 4 Business Equity Utilization Form Please include multiple copies of this page if needed to list all contractors and suppliers. NAMES AND ADDRESSES OF CONTRACTORS/SUPPLIERS TYPE OF SERVICES/SUPPLIES PROVIDED (NAICS Required)Specify Tier Name 1st Tier Certification Agency Gender and Ethnicity: Business Name: Address: Phone: Email: Contact Person: Type of Service/Supplies: $ AMOUNT: Male Female Certified By: Type of Service/Supplies: $ AMOUNT: Certified By: Type of Service/Supplies: $ AMOUNT: Certified By: WBCS WBCS Male Female Male Female WBCS Non-Binary D/FW MSDC NCTRCA TXDOT Other: Hispanic Native American African American Asian Caucasian Business Name: Address: Phone: Email: Contact Person: Business Name: Address: Phone: Email: Contact Person: DFW MSDC NCTRCA TXDOT Other: DFW MSDC NCTRCA TXDOT Other: African American Asian Caucasian Hispanic African American Asian Caucasian Hispanic Native American Native American Non-Binary Non-Binary Type of Service/Supplies: $ AMOUNT: Certified By: Male Female WBCS Business Name: Address: Phone: Email: Contact Person: DFW MSDC NCTRCA TXDOT Other: African American Asian Caucasian Hispanic Native American Non-Binary NAICS Code: NAICS Code: NAICS Code: NAICS Code: Effective 01/01/2021 Updated 03/24/2022 ATTACHMENT 1A Page 4 of 4 Business Equity Utilization Form ______________________________________________ Printed Signature ______________________________________________ Contact Name and Title (if different) ______________________________________________ Phone Number ______________________________________________ Email Address ______________________________________________ Date Authorized Signature ____________________________________________________ Title ____________________________________________________ Company Name ____________________________________________________ Address ____________________________________________________ City/State/Zip Code Total Dollar Amount of Certified Prime/Offeror Services towards contract goal $ Total Dollar Amount of Business Equity (or DBE if applicable) Subcontractors/Suppliers $ Total Dollar Amount of Non-Business Equity Subcontractors/Suppliers $ TOTAL DOLLAR AMOUNT OF CERTIFIED PRIME/ALL SUBCONTRACTORS/SUPPLIERS $ The Prime/Offeror will not make additions, deletions, or substitutions to this certified list without the prior approval of the Business Equity Division through the submittal of a Request for Approval of Change/Addition online. 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 ordinance. The Prime/Offeror shall submit a detailed explanation of how the requested change/addition or deletion will affect the committed Business Equity goal. If the detail explanation is not submitted, it will affect the final compliance determination. By affixing a signature to this form, the Prime/Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including non-Business Equity firms. The Prime/Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company. The Prime/Offeror agrees to allow the transmission of interviews with owners, principals, officers, employees and applicable subcontractors/suppliers participating on the contract that will substantiate the actual work performed by the Business Equity firms on this contract, by an authorized officer or employee of the City. A Prime/Offerer who intentionally and/or knowingly misrepresents material facts shall be Debarred for a period of time of not less than three (3) years. Department of Diversity and Inclusion - Business Equity Division Email: DVIN_BEOffice@fortworthtexas.gov Ph: 817-392-2674 Effective 01/01/2021 Updated 03/24/2022 Effective 01/01/2021 Business Equity Division LETTER OF INTENT In the amount of $ (Owner/ Authorized Agent) Type or Print Name (Name of Certified Business Equtiy Firm) (Signature of Owner /Authorized Agent of Certified Business Equity Firm) (Date) (Phone Number) am the duly authorized representative of (Owner/Authorized Agent) and that I have personally reviewed the material and facts (Name of Offeror/Prime) set forth in this Letter of Intent. To the best of my knowledge, information and belief, the facts in this form are true, and no material facts have been omitted. Pursuant to the City of Fort Worth's Business Equity Ordinance, any person/entity that makes a false or fraudulent statement in connection with participation of a certified firm in any City of Fort Worth contract may be referred for debarment procedures under the City of Fort Worth's Business Equity Ordinance. I do solemnly swear or affirm that the signatures contained herein and the information provided by the Offeror/Prime are true and correct, and that I am authorized on behalf of the Offeror/Prime to make the affidavit. (Owner/ Authorized Agent) Type or Print Name (Name of Offeror/Prime) (Signature of Owner/Authorized Agent) (Date) (Phone Number) PROJECT # ____________ BID # _____________ (If Applicable Please Check One) Amendment Change Order A. Business Equity Sub-Contractor/Consultant Information: A certified Business Equity firm is owned by a Minority or Woman Business Enterprise (M/WBE) [Pursuant to the City of Fort Worth's Business Equity Ordinance, certified Business Equity firms participating under the Ordinance must be certified prior to recommendation of award in order to be counted towards the Business Equity contract goal. Certifying agencies acceptable by the City: North Central Texas Regional Certification Agency (NCTRCA), Dallas/Fort Worth Minority Supplier Development Council, Inc. (DFW MSDC), Women's Business Council - Southwest (WBCS), or the Texas Department of Transportation (TXDOT). Note: For Federally-Funded projects the firm must be certified as a Disadvantaged Business Enterprise (DBE) by the NCTRCA and/or TXDOT only.] All Fields are Required - Do not leave blank. B. Affidavit of Offeror/Prime I HEREBY DECLARE AND AFFIRM that 1.Name of Project: 2.Name of Offeror/Prime Contractor: 3.Name of Business Equity Firm: 4.The undersigned is prepared to perform the following described work and/or supply the material listed in connection with the above project (where applicable specify “supply” or “install” or both): Firm Contact Name/Phone: (Email Address) Department of Diversity and Inclusion Business Equity Division Email: DVIN_BEOffice@fortworthtexas.gov Ph:817-392-2674 Revised. 6-8-21 (Email Address) NAICS Code: Address: ATTACHMENT 1C Page 1 of 4 Effective 03/15/2022 City of Fort Worth Business Equity Division Good Faith Effort Form PRIME/OFFEROR COMPANY NAME: Check applicable box to describe Prime/Offeror's Certification Business Equity Firm Non-Business Equity Firm PROJECT NAME: BID DATE Business Equity Goal: % Offeror’s Business Equity Goal Commitment: % PROJECT NUMBER If the Offeror did not meet or exceed the Business Equity Goal for this project, the Prime/Offeror must complete this form. If the Prime/Offeror’s method of compliance with the Business Equity Goal is based upon demonstration of a “Good Faith Effort”, the Prime/Offeror will have the burden of correctly and accurately preparing and submitting the documentation required by the City. Compliance with each item, 1 thru 10 below, shall satisfy the Good Faith Effort requirement absent proof of fraud, intentional and/or knowing misrepresentation of the facts or intentional discrimination by the Prime/Offeror. Failure to complete this form, in its entirety with supporting documentation, and received by the Purchasing Division no later than 2:00 p.m. on the third City business day after bid opening, exclusive of bid opening date, will result in the bid being considered non-responsive to bid specifications. Exception: CFA, ICA, and CDBG projects, documents will be submitted to the City Project Manager if publicly bid or to the Developer if privately bid. 1.) Please list each and every subcontracting and/or supplier opportunity for the completion of this project, regardless of whether it is to be provided by a Business Equity firm or non-Business Equity firm. (DO NOT LIST NAMES OF FIRMS). On all projects, the Prime/Offeror must list each subcontracting and or supplier opportunity regardless of tier. (Use additional sheets, if necessary) List of Subcontracting Opportunities List of Supplier Opportunities ATTACHMENT 1C Page 2 of 4 Date of Listing _______________ 2.) Obtain a current (not more than two (2) months old from the bid open date) list of Business Equity subcontractors and/or suppliers from the City's Business Equity Division. Yes No 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 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? (If yes, attach list to include name of Business Equity firm, person contacted, phone number and date and time of contact.) (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 GFE non-responsive.) Yes (If yes, attach email confirmation to include name of Business Equity firm, date and time. In addition, if an email is returned as undeliverable, then that “undeliverable message” receipt must be printed directly from the email system for proper documentation. Failure to submit confirmation and/or “undeliverable message” documentation may r ender the GFE non-responsive.)No NOTE: The three methods identified above are acceptable for soliciting bids, and each selected method must be applied to the applicable contract. The Prime/Offeror must document that either at least two attempts were made using two of the three methods or that at least one successful contact was made using one of the three methods in order to deemed responsive to the Good Faith Effort requirement. NOTE: The Prime/Offeror must contact the entire Business Equity list specific to each subcontracting and supplier opportunity to be in compliance with questions 3 thru 5. 6.) Did you provide plans and specifications to potential Business Equity firms? Yes Yes 7.) Did you provide the information regarding the location of plans and specifications in order to assist the Business Equity firms? No 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 No No No Effective 03/15/2022 ATTACHMENT 1C 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? (If yes, attach all copies of quotations.) Yes (If yes, attach the information that was not valid in order for the Business Equity Division to address the corrections needed.) (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. No Yes No 9.) Was the contact information on any of the listings not valid? 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. Effective 03/15/2022 ATTACHMENT 1C Page 4 of 4 The undersigned certifies that the information provided and the Business Equity firms listed was/were contacted in good faith. It is understood that any Business Equity firms listed in Attachment 1C will be contacted and the reasons for not using them will be verified by the City’s Business Equity Division. _______________________________________ Authorized Signature _______________________________________ Title _______________________________________ Company Name ______________________________________ Address _______________________________________ City/State/Zip _______________________________________ Printed Signature _______________________________________ Contact Name and Title (if different) _______________________________________ Phone Number _______________________________________ Email Address _______________________________________ Date Business Equity Division Email: DVIN_BEOffice@fortworthtexas.gov Phone: (817) 392-2674 Effective 03/15/2022 ATTACHMENT 1B Page 1 of 1 Rev. 3/13/2022 City of Fort Worth Business Equity (M/WBE) Specifications Prime Contractor Waiver Form OFFEROR COMPANY NAME: Check applicable block to describe Prime M/WBE NON-MWBE PROJECT NAME: BID DATE City’s MBE Project Goal: % Offeror’s MBE Project Commitment: % PROJECT NUMBER If both answers to this form are YES, do not complete ATTACHMENT 1C (Good Faith Effort Form). All questions on this form must be completed and a detailed explanation provided, if applicable. If the answer to either question is NO, then you must complete ATTACHMENT 1C. 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? If yes, please provide a detailed explanation that proves based on the size and scope of this project, this is your normal business practice and provide an operational profile of your business. YES NO Will you perform this entire contract without suppliers? If yes, please provide a detailed explanation that proves based on the size and scope of this project, this is your normal business practice and provide an inventory profile of your business. YES NO 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 Email: DVIN_BEOffice@fortworthtexas.gov Phone: (817) 392-2674 Joint Venture Page 1 of 3 Rev. 2/13/19 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: ___________________________________________________________________________ A joint venture form must be completed on each project RFP/Bid/Purchasing Number: ____________________________ 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 name: Non-M/WBE firm 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: Joint Venture Page 2 of 3 Rev. 2/13/19 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 . Joint Venture Page 3 of 3 Rev. 2/13/19 AFFIDAVIT The undersigned affirms that the foregoing statements are true and correct and include all material information necessary to identify and explain the terms and operation of the joint venture. Furthermore, the undersigned shall agree to provide to the joint venture the stated scope of work, decision-making responsibilities and payments herein. The City also reserves the right to request any additional information deemed necessary to determine if the joint venture is eligible. Failure to cooperate and/or provide requested information within the time specified is grounds for termination of the eligibility process. The undersigned agree to permit audits, interviews with owners and examination of the books, records and files of the joint venture by any authorized representatives of the City of Fort Worth. Failure to comply with this provision shall result in the termination of any contract, which may be awarded under the provisions of this joint venture’s eligibility and may initiate action under Federal, State and/or Local laws/ordinances concerning false statements or willful misrepresentation of facts. Name of MBE firm Name of non-MBE firm Printed Name of Owner Printed Name of Owner Signature of Owner Signature of Owner Printed Name of Owner Printed Name of Owner 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 duly sworn, did execute the foregoing affidavit and did state that they were properly authorized to execute this affidavit and did so as their free act and deed. Notary Public ______________________________________________________ Print Name Notary Public ______________________________________________________ Signature Commission Expires _________________________________________________ (seal) Office of Business Diversity Email: mwbeoffice@fortworthtexas.gov Phone: (817) 392-2674 CITY OF FORT WORTH Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CONTRACT 103, PART 1 Revised July 1, 2011 CITY PROJECT NO. 02723 GC-6.07 Wage Rates THIS PAGE LEFT INTENTIONALLY BLANK CLASSIFICATION DESCRIPTION Wage Rate Asphalt Distributor Operator 15.32$              Asphalt Paving Machine Operator 13.99$              Asphalt Raker 12.69$              Broom or Sweeper Operator 11.74$              Concrete Finisher, Paving and Structures 14.12$              Concrete Pavement Finishing Machine Operator 16.05$              Concrete Saw Operator 14.48$              Crane Operator, Hydraulic 80 tons or less 18.12$              Crane Operator, Lattice Boom 80 Tons or Less 17.27$              Crane Operator, Lattice Boom Over 80 Tons 20.52$              Crawler Tractor Operator 14.07$              Electrician 19.80$              Excavator Operator, 50,000 pounds or less 17.19$              Excavator Operator, Over 50,000 pounds 16.99$              Flagger 10.06$              Form Builder/Setter, Structures 13.84$              Form Setter, Paving & Curb 13.16$              Foundation Drill Operator, Crawler Mounted 17.99$              Foundation Drill Operator, Truck Mounted 21.07$              Front End Loader Operator, 3 CY or Less 13.69$              Front End Loader Operator, Over 3 CY 14.72$              Laborer, Common 10.72$              Laborer, Utility 12.32$              Loader/Backhoe Operator 15.18$              Mechanic 17.68$              Milling Machine Operator 14.32$              Motor Grader Operator, Fine Grade 17.19$              Motor Grader Operator, Rough 16.02$              Off Road Hauler 12.25$              Pavement Marking Machine Operator 13.63$              Pipelayer 13.24$              Reclaimer/Pulverizer Operator 11.01$              Reinforcing Steel Worker 16.18$              Roller Operator, Asphalt 13.08$              Roller Operator, Other 11.51$              Scraper Operator 12.96$              Servicer 14.58$              Small Slipform Machine Operator 15.96$              Spreader Box Operator 14.73$              Truck Driver Lowboy‐Float 16.24$              Truck Driver Transit‐Mix 14.14$              Truck Driver, Single Axle 12.31$              Truck Driver, Single or Tandem Axle Dump Truck 12.62$              Truck Driver, Tandem Axle Tractor with Semi Trailer 12.86$              Welder 14.84$              Work Zone Barricade Servicer 11.68$              2013  PREVAILING WAGE RATES The Davis‐Bacon Act prevailing wage rates shown for Heavy and Highway construction projects were determined by  the United States Department of Labor and current as of September 2013.  The titles and descriptions for the  classifications listed are detailed in the AGC of Texas’ Standard Job Classifications and Descriptions for Highway,  Heavy, Utilities, and Industrial Construction in Texas.   (Heavy and Highway Construction Projects) Page 1 of 1 CITY OF FORT WORTH Sanitary Sewer Rehabilitation STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CONTRACT 103, PART 1 Revised July 1, 2011 CITY PROJECT NO. 02723 GR-01 60 00 Product Requirements THIS PAGE LEFT INTENTIONALLY BLANK Approval Spec No. Classsification Manufacturer Model No. National Spec Size Water & Sewer - Manholes & Bases/Components 33-39-10 (Rev 2/3/16) 07/23/97 33 05 13 Urethane Hydrophilic Waterstop Asahi Kogyo K.K. Adeka Ultra-Seal P-201 ASTM D2240/D412/D792 04/26/00 33 05 13 Offset Joint for 4' Diam. MH Hanson Concrete Products Drawing No. 35-0048-001 04/26/00 33 05 13 Profile Gasket for 4' Diam. MH. Press-Seal Gasket Corp. 250-4G Gasket ASTM C-443/C-361 SS MH 1/26/99 33 05 13 HDPE Manhole Adjustment Rings Ladtech, Inc HDPE Adjustment Ring Traffic and Non-traffic area 5/13/05 33 05 13 Manhole External Wrap Canusa - CPS WrapidSeal Manhole Encapsulation System Water & Sewer - Manholes & Bases/Fiberglass 33-39-13 (1/8/13) 1/26/99 33 39 13 Fiberglass Manhole Fluid Containment, Inc. Flowtite ASTM 3753 Non-traffic area 08/30/06 33 39 13 Fiberglass Manhole L.F. Manufacturing Non-traffic area Water & Sewer - Manholes & Bases/Frames & Covers/Rectangular 33-05-13 (Rev 2/3/16) * 33 05 13 Manhole Frames and Covers Western Iron Works, Bass & Hays Foundry 1001 24"x40" WD Water & Sewer - Manholes & Bases/Frames & Covers/Standard (Round) 33-05-13 (Rev 2/3/16) * 33 05 13 Manhole Frames and Covers Western Iron Works, Bass & Hays Foundry 30024 24" Dia. * 33 05 13 Manhole Frames and Covers McKinley Iron Works Inc. A 24 AM 24" Dia. 08/24/18 33 05 13 Manhole Frames and Covers Neenah Foundry R-1272 ASTM A48 & AASHTO M306 24" Dia. 08/24/18 33 05 13 Manhole Frames and Covers Neenah Foundry R- 165-LM (Hinged) ASTM A48 & AASHTO M306 24" Dia. 08/24/18 33 05 13 Manhole Frames and Covers Neenah Foundry NF 1274 ASTM A48 & AASHTO M306 30" Dia. 08/24/18 33 05 13 Manhole Frames and Covers Neenah Foundry R-1743-LM (Hinged) ASTM A48 & AASHTO M306 30" dia. 33 05 13 Manhole Frames and Covers Sigma Corporation MH-144N 33 05 13 Manhole Frames and Covers Sigma Corporation MH-143N 33 05 13 Manhole Frames and Covers Pont-A-Mousson GTS-STD 24" dia. 33 05 13 Manhole Frames and Covers Neenah Casting 24" dia. 10/31/06 33 05 13 Manhole Frames and Covers (Hinged) Powerseal Hinged Ductile Iron Manhole ASTM A536 24" Dia. 7/25/03 33 05 13 Manhole Frames and Covers Saint-Gobain Pipelines (Pamrex/rexus) RE32-R8FS 30" Dia. 01/31/06 33 05 13 30" Dia. MH Ring and Cover East Jordan Iron Works V1432-2 and V1483 Designs AASHTO M306-04 30" Dia. 11/02/10 33 05 13 30" Dia. MH Ring and Cover Sigma Corporation MH1651FWN & MH16502 30" Dia 07/19/11 33 05 13 30" Dia. MH Ring and Cover Star Pipe Products MH32FTWSS-DC 30" Dia 08/10/11 33 05 13 30" Dia. MH Ring and Cover Accucast 220700 Heavy Duty with Gasket Ring 30" Dia 10/14/13 33 05 13 30" Dia. MH Ring and Cover (Hinged & Lockable) East Jordan Iron Works 30" ERGO XL Assembly with Cam Lock/MPIC/T-Gasket ASSHTO M105 & ASTM A536 30" Dia 06/01/17 34 05 13 30" Dia. MH Ring and Cover (Hinged & Lockable) CI SIP Industries 2280 (32") ASTM A 48 30" Dia. 09/16/19 33 05 13 30" Dia. MH Ring and Cover Composite Access Products, L.P. CAP-ONE-30-FTW, Composite, w/ Lock w/o Hing 30" Dia. 10/07/21 34 05 13 30" Dia. MH Ring and Cover Trumbull Manufacturing 32"(30") Frame and Cover 30" Dia. Water & Sewer - Manholes & Bases/Frames & Covers/Water Tight & Pressure Tight 33-05-13 (Rev 2/3/16) * 33 05 13 Manhole Frames and Covers Pont-A-Mousson Pamtight 24" Dia. * 33 05 13 Manhole Frames and Covers Neenah Casting 24" Dia. * 33 05 13 Manhole Frames and Covers Western Iron Works,Bass & Hays Foundry 300-24P 24" Dia. * 33 05 13 Manhole Frames and Covers McKinley Iron Works Inc. WPA24AM 24" Dia. 03/08/00 33 05 13 Manhole Frames and Covers Accucast RC-2100 ASTM A 48 24" Dia. 04/20/01 33 05 13 Manhole Frames and Covers (SIP)Serampore Industries Private Ltd. 300-24-23.75 Ring and Cover ASTM A 48 24" Dia. Water & Sewer - Manholes & Bases/Precast Concrete (Rev 1/8/13) * 33 39 10 Manhole, Precast Concrete Hydro Conduit Corp SPL Item #49 ASTM C 478 48" * 33 39 10 Manhole, Precast Concrete Wall Concrete Pipe Co. Inc. ASTM C-443 48" 09/23/96 33 39 10 Manhole, Precast Concrete Concrete Product Inc. 48" I.D. Manhole w/ 32" Cone ASTM C 478 48" w/32" cone 05/08/18 33 39 10 Manhole, Precast Concrete The Turner Company 48", 60" I.D. Manhole w/ 32" Cone ASTM C 478 48", 60" 10/27/06 33 39 10 Manhole, Precast Concrete Oldcastle Precast Inc. 48" I.D. Manhole w/ 24" Cone ASTM C 478 48" Diam w 24" Ring 06/09/10 33 39 10 Manhole, Precast (Reinforced Polymer)Concrete US Composite Pipe Reinforced Polymer Concrete ASTM C-76 48" to 72" 09/06/19 33 39 20 Manhole, Precast Concrete Forterra Pipe and Precast 60" & 72" I.D. Manhole w/32" Cone ASTM C-76 60" & 72" 10/07/21 32 39 20 Manhole, Precast Concrete Forterra Pipe and Precast 48" I.D. Manhole w/32" Cone ASTM C-77 48" 10/07/21 33 39 20 Manhole, Precast (Reinforced Polymer) Concrete Armorock 48" & 60" I.D. Manhole w/32" Cone 48" & 60" 10/07/21 33 39 20 Manhole, Precast (Hybrid) Polymer & PVC Predl Systems 48" & 60" I.D. Manhole w/32" Cone 48" & 60" Non Traffic Areas 03/07/23 33 39 20 Manhole, Precast Concrete AmeriTex Pipe and Products, LLC 48" & 60" I.D. Manhole w/32" Cone ASTM C-478; ASTM C-923; ASTM C-443 03/07/23 33 39 20 Manhole, Precast (Reinforced Polymer) Concrete P3 Polymers, RockHardscp 48" & 60" I.D. Manhole w/32" Cone 04/28/07 Manhole, Precast (Reinforced Polymer) Concrete Amitech USA Meyer Polycrete Pipe Water & Sewer - Manholes & Bases/Rehab Systems/Cementitious * E1-14 Manhole Rehab Systems Quadex 04/23/01 E1-14 Manhole Rehab Systems Standard Cement Materials, Inc. Reliner MSP E1-14 Manhole Rehab Systems AP/M Permaform 4/20/01 E1-14 Manhole Rehab System Strong Company Strong Seal MS2A Rehab System 5/12/03 E1-14 Manhole Rehab System (Liner) Triplex Lining System MH repair product to stop infiltration ASTM D5813 08/30/06 General Concrete Repair FlexKrete Technologies Vinyl Polyester Repair Product Misc. Use CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Note: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes. Updated: 03/07/2023 * From Original Standard Products List 1 Approval Spec No. Classsification Manufacturer Model No. National Spec Size CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Note: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes. Updated: 03/07/2023 Water & Sewer - Manholes & Bases/Rehab Systems/NonCementitious 05/20/96 E1-14 Manhole Rehab Systems Sprayroq, Spray Wall Polyurethane Coating ASTM D639/D790 12/14/01 Coating for Corrosion protection(Exterior) ERTECH Series 20230 and 2100 (Asphatic Emulsion) For Exterior Coating of Concrete Structures Only 01/31/06 Coatings for Corrosion Protection Chesterton Arc 791, S1HB, S1, S2 Acid Resistance Test Sewer Applications 8/28/2006 Coatings for Corrosion Protection Warren Environmental S-301 and M-301 Sewer Applications 03/19/18 33 05 16, 33 39 10, 33 39 20 Coating for Corrosion protection(Exterior) Sherwin Williams RR&C Dampproofing Non-Fibered Spray Grade (Asphatic Emulsion) For Exterior Coating of Concrete Structures Only Water & Sewer - Manhole Inserts - Field Operations Use Only (Rev 2/3/16) * 33 05 13 Manhole Insert Knutson Enterprises Made to Order - Plastic ASTM D 1248 For 24" dia. * 33 05 13 Manhole Insert South Western Packaging Made to Order - Plastic ASTM D 1248 For 24" dia. * 33 05 13 Manhole Insert Noflow-Inflow Made to Order - Plastic ASTM D 1248 For 24" dia. 09/23/96 33 05 13 Manhole Insert Southwestern Packing & Seals, Inc. LifeSaver - Stainless Steel For 24" dia. 09/23/96 33 05 13 Manhole Insert Southwestern Packing & Seals, Inc. TetherLok - Stainless Steel For 24" dia Water & Sewer - Pipe Casing Spacers 33-05-24 (07/01/13) 11/04/02 Steel Band Casing Spacers Advanced Products and Systems, Inc. Carbon Steel Spacers, Model SI 02/02/93 Stainless Steel Casing Spacer Advanced Products and Systems, Inc. Stainless Steel Spacer, Model SSI 04/22/87 Casing Spacers Cascade Waterworks Manufacturing Casing Spacers 09/14/10 Stainless Steel Casing Spacer Pipeline Seal and Insulator Stainless Steel Casing Spacer Up to 48" 09/14/10 Coated Steel Casin Spacers Pipeline Seal and Insulator Coated Steel Casin Spacers Up to 48" 05/10/11 Stainless Steel Casing Spacer Powerseal 4810 Powerchock Up to 48" 03/19/18 Casing Spacers BWM SS-12 Casing Spacer(Stainless Steel) 03/19/18 Casing Spacers BWM FB-12 Casing Spacer (Coated Carbon Steel) for Non_pressure Pipe and Grouted Casing 03/29/22 33 05 13 Casing Spacers CCI Pipeline Systems CSC12, CSS12 Water & Sewer - Pipes/Ductile Iron 33-11-10(1/8/13) * 33 11 10 Ductile Iron Pipe Griffin Pipe Products, Co. Super Bell-Tite Ductile Iron Pressure Pipe, AWWA C150, C151 3" thru 24" 08/24/18 33 11 10 Ductile Iron Pipe American Ductile Iron Pipe Co. American Fastite Pipe (Bell Spigot) AWWA C150, C151 4" thru 30" 08/24/18 33 11 10 Ductile Iron Pipe American Ductile Iron Pipe Co. American Flex Ring (Restrained Joint) AWWA C150, C151 4" thru 30" * 33 11 10 Ductile Iron Pipe U.S. Pipe and Foundry Co. AWWA C150, C151 * 33 11 10 Ductile Iron Pipe McWane Cast Iron Pipe Co. AWWA C150, C151 Water & Sewer - Utility Line Marker (08/24/2018) Sewer - Coatings/Epoxy 33-39-60 (01/08/13) 02/25/02 Epoxy Lining System Sauereisen, Inc SewerGard 210RS LA County #210-1.33 12/14/01 Epoxy Lining System Ertech Technical Coatings Ertech 2030 and 2100 Series 04/14/05 Interior Ductile Iron Pipe Coating Induron Protecto 401 ASTM B-117 Ductile Iron Pipe Only 01/31/06 Coatings for Corrosion Protection Chesterton Arc 791, S1HB, S1, S2 Acid Resistance Test Sewer Applications 8/28/2006 Coatings for Corrosion Protection Warren Environmental S-301 and M-301 Sewer Applications Sewer - Coatings/Polyurethane Sewer - Combination Air Valves 05/25/18 33-31-70 Air Release Valve A.R.I. USA, Inc. D025LTP02(Composite Body) 2" Sewer - Pipes/Concrete * E1-04 Conc. Pipe, Reinforced Wall Concrete Pipe Co. Inc. ASTM C 76 * E1-04 Conc. Pipe, Reinforced Hydro Conduit Corporation Class III T&G, SPL Item #77 ASTM C 76 * E1-04 Conc. Pipe, Reinforced Hanson Concrete Products SPL Item #95-Manhole, #98- Pipe ASTM C 76 * E1-04 Conc. Pipe, Reinforced Concrete Pipe & Products Co. Inc. ASTM C 76 Sewer - Pipe Enlargment System (Method)33-31-23 (01/18/13) PIM System PIM Corporation Polyethylene PIM Corp., Piscata Way, N.J. Approved Previously McConnell Systems McLat Construction Polyethylene Houston, Texas Approved Previously TRS Systems Trenchless Replacement System Polyethylene Calgary, Canada Approved Previously Sewer - Pipe/Fiberglass Reinforced/ 33-31-13(1/8/13) 7/21/97 33 31 13 Cent. Cast Fiberglass (FRP) Hobas Pipe USA, Inc. Hobas Pipe (Non-Pressure) ASTM D3262/D3754 03/22/10 33 31 13 Fiberglass Pipe (FRP) Ameron Bondstrand RPMP Pipe ASTM D3262/D3754 04/09/21 33 31 13 Glass-Fiber Reinforced Polymer Pipe (FRP) Thompson Pipe Group Thompson Pipe (Flowtite) ASTM D3262/D3754 03/07/23 33 31 13 Fiberglass Pipe (FRP) Future Pipe Industries Fiberstrong FRP Sewer - Pipe/Polymer Pipe 4/14/05 Polymer Modified Concrete Pipe Amitech USA Meyer Polycrete Pipe ASTM C33, A276, F477 8" to 102", Class V 06/09/10 E1-9 Reinforced Polymer Concrete Pipe US Composite Pipe Reinforced Polymer Concrete Pipe ASTM C-76 Sewer - Pipes/HDPE 33-31-23(1/8/13) ASTM D3262, ASTM D3681, ASTM D4161, AWWA M45 * From Original Standard Products List 2 Approval Spec No. Classsification Manufacturer Model No. National Spec Size CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Note: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes. Updated: 03/07/2023 * High-density polyethylene pipe Phillips Driscopipe, Inc. Opticore Ductile Polyethylene Pipe ASTM D 1248 8" * High-density polyethylene pipe Plexco Inc. ASTM D 1248 8" * High-density polyethylene pipe Polly Pipe, Inc. ASTM D 1248 8" High-density polyethylene pipe CSR Hydro Conduit/Pipeline Systems McConnell Pipe Enlargement ASTM D 1248 Sewer - Pipes/PVC (Pressure Sewer) 33-11-12 (4/1/13) 12/02/11 33-11-12 DR-14 PVC Pressure Pipe Pipelife Jetstream PVC Pressure Pipe AWWA C900 4" thru 12" 10/22/14 33-11-12 DR-14 PVC Pressure Pipe Royal Building Products Royal Seal PVC Pressure Pipe AWWA C900 4" thru 12" Sewer - Pipes/PVC* 33-31-20 (7/1/13) * 33-31-20 PVC Sewer Pipe J-M Manufacturing Co., Inc. (JM Eagle) SDR-26 ASTM D 3034 4" - 15" 12/23/97* 33-31-20 PVC Sewer Pipe Diamond Plastics Corporation SDR-26 ASTM D 3034 4" thru 15" * 33-31-20 PVC Sewer Pipe Lamson Vylon Pipe ASTM F 789 4" thru 15" 01/18/18 33-31-20 PVC Sewer Pipe Vinyltech PVC Pipe Gravity Sewer ASTM D3034 4" thru 15" 11/11/98 33-31-20 PVC Sewer Pipe Diamond Plastics Corporation "S" Gravity Sewer Pipe ASTM F 679 18" to 27" * 33-31-20 PVC Sewer Pipe J-M Manufacturing Co, Inc. (JM Eagle) SDR 26/35 PS 115/46 ASTM F 679 18" - 28" 09/11/12 33-31-20 PVC Sewer Pipe Pipelife Jet Stream SDR-26 and SDR-35 ASTM F-679 18" 05/06/05 33-31-20 PVC Solid Wall Pipe Diamond Plastics Corporation SDR 26/35 PS 115/46 ASTM F-679 18" to 48" 04/27/06 33-31-20 PVC Sewer Fittings Harco SDR-26 and SDR-35 Gasket Fittings ASTM D-3034, D-1784, etc 4" - 15" *33-31-20 PVC Sewer Fittings Plastic Trends, Inc.(Westlake)Gasketed PVC Sewer Main Fittings ASTM D 3034 3/19/2018 33 31 20 PVC Sewer Pipe Pipelife Jet Stream SDR 35 ASTM F679 18"- 24" 3/19/2018 33 31 20 PVC Sewer Pipe Pipelife Jet Stream SDR 26 ASTM D3034 4"- 15" 3/29/2019 33 31 20 Gasketed Fittings (PVC)GPK Products, Inc. SDR 26 ASTM D3034/F-679 4"- 15" 10/21/2020 33 31 20 PVC Sewer Pipe NAPCO(Westlake) SDR 26 ASTM D3034 4" - 15" 10/22/2020 33 31 20 PVC Sewer Pipe Sanderson Pipe Corp. SDR 26 ASTM D3034 4"- 15" 10/21/2020 33 31 20 PVC Sewer Pipe NAPCO(Westlake) SDR 26/35 PS 115/46 ASTM F-679 18"- 36" Sewer - Pipes/Rehab/CIPP 33-31-12 (01/18/13) * Cured in Place Pipe Insituform Texark, Inc ASTM F 1216 05/03/99 Cured in Place Pipe National Envirotech Group National Liner, (SPL) Item #27 ASTM F-1216/D-5813 05/29/96 Cured in Place Pipe Reynolds Inc/Inliner Technolgy (Inliner USA) Inliner Technology ASTM F 1216 Sewer - Pipes/Rehab/Fold & Form * Fold and Form Pipe Cullum Pipe Systems, Inc. 11/03/98 Fold and Form Pipe Insituform Technologies, Inc. Insituform "NuPIpe" ASTM F-1504 Fold and Form Pipe American Pipe & Plastics, Inc.Demo. Purpose Only 12/04/00 Fold and Form Pipe Ultraliner Ultraliner PVC Alloy Pipeliner ASTM F-1504, 1871, 1867 06/09/03 Fold and Form Pipe Miller Pipeline Corp. EX Method ASTM F-1504, F-1947 Up to 18" diameter Sewer - Pipes/Open Profile Large Diameter 09/26/91 E100-2 PVC Sewer Pipe, Ribbed Lamson Vylon Pipe Carlon Vylon H.C. Closed Profile Pipe, ASTM F 679 18" to 48" 09/26/91 E100-2 PVC Sewer Pipe, Ribbed Extrusion Technologies, Inc. Ultra-Rib Open Profile Sewer Pipe ASTM F 679 18" to 48" E100-2 PVC Sewer Pipe, Ribbed Uponor ETI Company 11/10/10 (E100-2) Polypropylene (PP) Sewer Pipe, Double Wall Advanced Drainage Systems (ADS) SaniTite HP Double Wall (Corrugated) ASTM F 2736 24"-30" 11/10/10 (E100-2) Polypropylene (PP) Sewer Pipe, Triple Wall Advanced Drainage Systems (ADS) SaniTite HP Triple Wall Pipe ASTM F 2764 30" to 60" 05/16/11 Steel Reinforced Polyethylene Pipe ConTech Construction Products Durmaxx ASTM F 2562 24" to 72" * From Original Standard Products List 3 Approval Spec No. Classsification Manufacturer Model No. National Spec Size CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Note: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes. Updated: 03/07/2023 Water - Appurtenances 33-12-10 (07/01/13) 01/18/18 33-12-10 Double Strap Saddle Romac 202NS Nylon Coated AWWA C800 1"-2" SVC, up to 24" Pipe 08/28/02 Double Strap Saddle Smith Blair #317 Nylon Coated Double Strap Saddle 07/23/12 33-12-10 Double Strap Service Saddle Mueller Company DR2S Double (SS) Strap DI Saddle AWWA C800 1"-2" SVC, up to 24" Pipe 03/07/23 33-12-10 Double Strap Service Saddle Powerseal 3450AS, Incl. Corp. Stop, Dbl Strap, Stainless NSF ANSI 372 1"-2" SVC, up to 24" Pipe 10/27/87 Curb Stops-Ball Meter Valves McDonald 6100M,6100MT & 610MT 3/4" and 1" 10/27/87 Curb Stops-Ball Meter Valves McDonald 4603B, 4604B, 6100M, 6100TM and 6101M 1½" and 2" 5/25/2018 33-12-10 Curb Stops-Ball Meter Valves Ford Meter Box Co., Inc. FB600-7NL, FB1600-7-NL, FV23-777-W-NL, L22-77NL AWWA C800 2" 5/25/2018 33-12-10 Curb Stops-Ball Meter Valves Ford Meter Box Co., Inc. FB600-6-NL, FB1600-6-NL, FV23-666-W- NL, L22-66NL AWWA C800 1-1/2" 5/25/2018 33-12-10 Curb Stops-Ball Meter Valves Ford Meter Box Co., Inc. FB600-4-NL, FB1600-4-NL, B11-444-WR- NL, B22444-WR-NL, L28-44NL AWWA C800 1" 5/25/2018 33-12-10 Curb Stops-Ball Meter Valves Mueller Co., Ltd. B-25000N, B-24277N-3, B-20200N-3, H- 15000N, , H-1552N, H142276N AWWA C800, ANSF 61, ANSI/NSF 372 2" 5/25/2018 33-12-10 Curb Stops-Ball Meter Valves Mueller Co., Ltd. B-25000N, B-20200N-3, B-24277N-3,H- 15000N, H-14276N, H-15525N AWWA C800, ANSF 61, ANSI/NSF 372 1-1/2" 5/25/2018 33-12-10 Curb Stops-Ball Meter Valves Mueller Co., Ltd. B 25000N, B 20200N 3,H 15000N, H 15530N AWWA C800, ANSF 61, ANSI/NSF 372 1" 01/26/00 Coated Tapping Saddle with Double SS Straps JCM Industries, Inc. #406 Double Band SS Saddle 1"-2" Taps on up to 12" 0/5/21/12 33-12-25 Tapping Sleeve (Coated Steel) JCM Industries, Inc. 412 Tapping Sleeve ESS AWWA C-223 Up to 30" w/12" Out 03/29/22 33-12-25 Tapping Sleeve (Coated or Stainless Steel) JCM Industries, Inc. 415 Tapping Sleeve AWWA C-223 Concrete Pipe Only 05/10/11 Tapping Sleeve (Stainless Steel) Powerseal 3490AS (Flange) & 3490MJ 4"-8" and 16" 02/29/12 33-12-25 Tapping Sleeve (Coated Steel) Romac FTS 420 AWWA C-223 U p to 42" w/24" Out 02/29/12 33-12-25 Tapping Sleeve (Stainless Steel) Romac SST Stainless Steel AWWA C-223 Up to 24" w/12" Out 02/29/12 33-12-25 Tapping Sleeve (Stainless Steel) Romac SST III Stainless Steel AWWA C-223 Up to 30" w/12" Out 05/10/11 Joint Repair Clamp Powerseal 3232 Bell Joint Repair Clamp 4" to 30" Plastic Meter Box w/Composite Lid DFW Plastics Inc. DFW37C-12-1EPAF FTW Plastic Meter Box w/Composite Lid DFW Plastics Inc. DFW39C-12-1EPAF FTW 08/30/06 Plastic Meter Box w/Composite Lid DFW Plastics Inc. DFW65C-14-1EPAF FTW Class "A" Concrete Meter Box Bass & Hays CMB37-B12 1118 LID-9 Concrete Meter Box Bass & Hays CMB-18-Dual 1416 LID-9 Concrete Meter Box Bass & Hays CMB65-B65 1527 LID-9 Water - Bolts, Nuts, and Gaskets 33-11-05 (01/08/13) Water - Combination Air Release 33-31-70 (01/08/13) * E1-11 Combination Air Release Valve GA Industries, Inc. Empire Air and Vacuum Valve, Model 935 ASTM A 126 Class B, ASTM A 1" & 2" * E1-11 Combination Air Release Valve Multiplex Manufacturing Co. Crispin Air and Vacuum Valves, Model No. 1/2", 1" & 2" * E1-11 Combination Air Release Valve Valve and Primer Corp. APCO #143C, #145C and #147C 1", 2" & 3" Water - Dry Barrel Fire Hydrants 33-12-40 (01/15/14) 10/01/87 E-1-12 Dry Barrel Fire Hydrant American-Darling Valve Drawing Nos. 90-18608, 94-18560 AWWA C-502 03/31/88 E-1-12 Dry Barrel Fire Hydrant American Darling Valve Shop Drawing No. 94-18791 AWWA C-502 09/30/87 E-1-12 Dry Barrel Fire Hydrant Clow Corporation Shop Drawing No. D-19895 AWWA C-502 01/12/93 E-1-12 Dry Barrel Fire Hydrant American AVK Company Model 2700 AWWA C-502 08/24/88 E-1-12 Dry Barrel Fire Hydrant Clow Corporation Drawings D20435, D20436, B20506 AWWA C-502 E-1-12 Dry Barrel Fire Hydrant ITT Kennedy Valve Shop Drawing No. D-80783FW AWWA C-502 09/24/87 E-1-12 Dry Barrel Fire Hydrant M&H Valve Company Shop Drawing No. 13476 AWWA C-502 10/14/87 E-1-12 Dry Barrel Fire Hydrant Mueller Company Shop Drawings No. 6461 A-423 Centurion AWWA C-502 01/15/88 E1-12 Dry Barrel Fire Hydrant Mueller Company Shop Drawing FH 12 A-423 Super Centurion 200 AWWA C-502 10/09/87 E-1-12 Dry Barrel Fire Hydrant U.S. Pipe & Foundry Shop Drawing No. 960250 AWWA C-502 09/16/87 E-1-12 Dry Barrel Fire Hydrant American Flow Control (AFC) Waterous Pacer WB67 AWWA C-502 08/12/16 33-12-40 Dry Barrel Fire Hydrant EJ (East Jordan Iron Works) WaterMaster 5CD250 Water - Meters 02/05/93 E101-5 Detector Check Meter Ames Company Model 1000 Detector Check Valve AWWA C550 4" - 10" 08/05/04 Magnetic Drive Vertical Turbine Hersey Magnetic Drive Vertical AWWA C701, Class 1 3/4" - 6" * From Original Standard Products List 4 Approval Spec No. Classsification Manufacturer Model No. National Spec Size CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Note: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes. Updated: 03/07/2023 Water - Pipes/PVC (Pressure Water) 33-31-70 (01/08/13) 01/18/18 33-11-12 PVC Pressure Pipe Vinyltech PVC Pipe DR14 AWWA C900, AWWA C605, ASTM D1784 4"-12" 3/19/2018 33 11 12 PVC Pressure Pipe Pipelife Jet Stream DR14 AWWA C900 4"-12" 3/19/2018 33 11 12 PVC Pressure Pipe Pipelife Jet Stream DR18 AWWA C900 16"-24" 5/25/2018 33 11 12 PVC Pressure Pipe Diamond Plastics Corporation DR 14 AWWA C900 4"-12" 5/25/2018 33 11 12 PVC Pressure Pipe Diamond Plastics Corporation DR 18 AWWA C900 16"-24" 12/6/2018 33 11 12 PVC Pressure Pipe J-M Manufacturing Co., Inc d/b/a JM Eagle DR 14 AWWA C900-16 UL 1285 ANSI/NSF 61 FM 1612 4"-28" 12/6/2018 33 11 12 PVC Pressure Pipe J-M Manufacturing Co., Inc d/b/a JM Eagle DR 18 AWWA C900-16 UL 1285 16"-24" 9/6/2019 33 11 12 PVC Pressure Pipe Underground Solutions Inc. DR14 Fusible PVC AWWA C900 4" - 8" 9/6/2019 33 11 12 PVC Pressure Pipe NAPCO(Westlake) DR18 AWWA C900 16" - 24" 9/6/2019 33 11 12 PVC Pressure Pipe NAPCO(Westlake) DR14 AWWA C900 4"- 12" 9/6/2019 33 11 12 PVC Pressure Pipe Sanderson Pipe Corp. DR14 AWWA C900 4"- 12" Water - Pipes/Valves & Fittings/Ductile Iron Fittings 33-11-11 (01/08/13) 07/23/92 E1-07 Ductile Iron Fittings Star Pipe Products, Inc. Mechanical Joint Fittings AWWA C153 & C110 * E1-07 Ductile Iron Fittings Griffin Pipe Products, Co. Mechanical Joint Fittings AWWA C 110 * E1-07 Ductile Iron Fittings McWane/Tyler Pipe/ Union Utilities Division Mechanical Joint Fittings, SSB Class 350 AWWA C 153, C 110, C 111 08/11/98 E1-07 Ductile Iron Fittings Sigma, Co. Mechanical Joint Fittings, SSB Class 351 AWWA C 153, C 110, C 112 02/26/14 E1-07 MJ Fittings Accucast Class 350 C-153 MJ Fittings AWWA C153 4"-12" 05/14/98 E1-07 Ductile Iron Joint Restraints Ford Meter Box Co./Uni-Flange Uni-Flange Series 1400 AWWA C111/C153 4" to 36" 05/14/98 E1-24 PVC Joint Restraints Ford Meter Box Co./Uni-Flange Uni-Flange Series 1500 Circle-Lock AWWA C111/C153 4" to 24" 11/09/04 E1-07 Ductile Iron Joint Restraints One Bolt, Inc. One Bolt Restrained Joint Fitting AWWA C111/C116/C153 4" to 12" 02/29/12 33-11-11 Ductile Iron Pipe Mechanical Joint Restraint EBAA Iron, Inc. Megalug Series 1100 (for DI Pipe)AWWA C111/C116/C153 4" to 42" 02/29/12 33-11-11 PVC Pipe Mechanical Joint Restraint EBAA Iron, Inc. Megalug Series 2000 (for PVC Pipe)AWWA C111/C116/C153 4" to 24" 08/05/04 E1-07 Mechanical Joint Retainer Glands(PVC) Sigma, Co. Sigma One-Lok SLC4 - SLC10 AWWA C111/C153 4" to 10" 03/06/19 33-11-11 Mechanical Joint Retainer Glands(PVC) Sigma, Co. Sigma One-Lok SLCS4 - SLCS12 AWWA C111/C153 4" to 12" 08/05/04 E1-07 Mechanical Joint Retainer Glands(PVC) Sigma, Co. Sigma One-Lok SLCE AWWA C111/C153 12" to 24" 08/10/98 E1-07 MJ Fittings(DIP) Sigma, Co. Sigma One-Lok SLDE AWWA C153 4" - 24" 10/12/10 E1-24 Interior Restrained Joint System S & B Techncial Products Bulldog System ( Diamond Lok 21 & JM ASTM F-1624 4" to 12" 08/16/06 E1-07 Mechanical Joint Fittings SIP Industries(Serampore) Mechanical Joint Fittings AWWA C153 4" to 24" 11/07/16 33-11-11 Mechanical Joint Retainer Glands Star Pipe Products, Inc. PVC Stargrip Series 4000 ASTM A536 AWWA C111 11/07/16 33-11-11 Mechanical Joint Retainer Glands Star Pipe Products, Inc. DIP Stargrip Series 3000 ASTM A536 AWWA C111 03/19/18 33-11-11 Mechanical Joint Retainer Glands SIP Industries(Serampore) EZ Grip Joint Restraint (EZD) Black For DIP ASTM A536 AWWA C111 3"-48" 03/19/18 33-11-11 Mechanical Joint Retainer Glands SIP Industries(Serampore) EZ Grip Joint Restraint (EZD) Red for C900 DR14 PVC Pipe ASTM A536 AWWA C111 4"-12" 03/19/18 33-11-11 Mechanical Joint Retainer Glands SIP Industries(Serampore) EZ Grip Joint Restraint (EZD) Red for C900 DR18 PVC Pipe ASTM A536 AWWA C111 16"-24" Water - Pipes/Valves & Fittings/Resilient Seated Gate Valve* 33-12-20 (05/13/15) Resilient Wedged Gate Valve w/no Gears American Flow Control Series 2500 Drawing # 94-20247 16" 12/13/02 Resilient Wedge Gate Valve American Flow Control Series 2530 and Series 2536 AWWA C515 30" and 36" 08/31/99 Resilient Wedge Gate Valve American Flow Control Series 2520 & 2524 (SD 94-20255) AWWA C515 20" and 24" 05/18/99 Resilient Wedge Gate Valve American Flow Control Series 2516 (SD 94-20247) AWWA C515 16" 10/24/00 E1-26 Resilient Wedge Gate Valve American Flow Control Series 2500 (Ductile Iron) AWWA C515 4" to 12" 08/05/04 Resilient Wedge Gate Valve American Flow Control 42" and 48" AFC 2500 AWWA C515 42" and 48" 05/23/91 E1-26 Resilient Wedge Gate Valve American AVK Company American AVK Resilient Seaded GV AWWA C509 4" to 12" 01/24/02 E1-26 Resilient Wedge Gate Valve American AVK Company 20" and smaller * E1-26 Resilient Seated Gate Valve Kennedy 4" - 12" * E1-26 Resilient Seated Gate Valve M&H 4" - 12" * E1-26 Resilient Seated Gate Valve Mueller Co.4" - 12" 11/08/99 Resilient Wedge Gate Valve Mueller Co. Series A2361 (SD 6647) AWWA C515 16" 01/23/03 Resilient Wedge Gate Valve Mueller Co. Series A2360 for 18"-24" (SD 6709) AWWA C515 24" and smaller 05/13/05 Resilient Wedge Gate Valve Mueller Co. Mueller 30" & 36", C-515 AWWA C515 30" and 36" 01/31/06 Resilient Wedge Gate Valve Mueller Co. Mueller 42" & 48", C-515 AWWA C515 42" and 48" 01/28/88 E1-26 Resilient Wedge Gate Valve Clow Valve Co. AWWA C509 4" - 12" 10/04/94 Resilient Wedge Gate Valve Clow Valve Co. 16" RS GV (SD D-20995) AWWA C515 16" 11/08/99 E1-26 Resilient Wedge Gate Valve Clow Valve Co. Clow RW Valve (SD D-21652) AWWA C515 24" and smaller 11/29/04 Resilient Wedge Gate Valve Clow Valve Co. Clow 30" & 36" C-515 AWWA C515 30" and 36" (Note 3) 11/30/12 Resilient Wedge Gate Valve Clow Valve Co. Clow Valve Model 2638 AWWA C515 24" to 48" (Note 3) 05/08/91 E1-26 Resilient Seated Gate Valve Stockham Valves & Fittings AWWA C 509, ANSI 420 - stem, 4" - 12" * E1-26 Resilient Seated Gate Valve U.S. Pipe and Foundry Co.Metroseal 250, requirements SPL #74 3" to 16" 10/26/16 33-12-20 Resilient Seated Gate Valve EJ (East Jordan Iron Works)EJ FlowMaster Gate Valve & Boxes 08/24/18 Matco Gate Valve Matco-Norca 225 MR AWWA/ANSI C115/An21.15 4" to 16" * From Original Standard Products List 5 Approval Spec No. Classsification Manufacturer Model No. National Spec Size CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Note: All water or sewer pipe larger than 15 inch diameter shall be approved for use by the Water Department on a project specific basis. Special bedding may be required for some pipes. Updated: 03/07/2023 Water - Pipes/Valves & Fittings/Rubber Seated Butterfly Valve 33-12-21 (07/10/14) * E1-30 Rubber Seated Butterfly Valve Henry Pratt Co. AWWA C-504 24" * E1-30 Rubber Seated Butterfly Valve Mueller Co. AWWA C-504 24"and smaller 1/11/99 E1-30 Rubber Seated Butterfly Valve Dezurik Valves Co. AWWA C-504 24" and larger 06/12/03 E1-30 Valmatic American Butterfly Valve Valmatic Valve and Manufacturing Corp. Valmatic American Butterfly Valve. AWWA C-504 Up to 84" diameter 04/06/07 E1-30 Rubber Seated Butterfly Valve M&H Valve M&H Style 4500 & 1450 AWWA C-504 24" to 48" 03/19/18 33 12 21 Rubber Seated Butterfly Valve G. A. Industries (Golden Anderson) AWWA C504 Butterfly Valve AWWA C-504 30"-54" Water - Polyethylene Encasement 33-11-10 (01/08/13) 05/12/05 E1-13 Polyethylene Encasment Flexsol Packaging Fulton Enterprises AWWA C105 8 mil LLD 05/12/05 E1-13 Polyethylene Encasment Mountain States Plastics (MSP) and AEP Ind. Standard Hardware AWWA C105 8 mil LLD 05/12/05 E1-13 Polyethylene Encasment AEP Industries Bullstrong by Cowtown Bolt & Gasket AWWA C105 8 mil LLD 09/06/19 33-11-11 Polyethylene Encasment Northtown Products Inc. PE Encasement for DIP AWWA C105 8 mil LLD Water - Sampling Station 03/07/23 33 12 50 Water Sampling Station Eclipse Number 88 , 12-inch Depth of Bury As shown in spec. 33 12 50 Water - Automatic Flusher 10/21/20 Automated Flushing System Mueller Hydroguard HG6 A IN 2 BRN LPRR(Portable) HG2-A-IN--2-PVC-018-LPLG(Permanent) 04/09/21 Automated Flushing System Kupferle Foundry Company Eclipse #9800wc 04/09/21 Automated Flushing System Kupferle Foundry Company Eclipse #9700 (Portable) * From Original Standard Products List 6